Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-204Temp. Reso. #8653, August 25, 1999 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF PVC PIPE AND FITTINGS UTILIZING THE BROWARD COUNTY'S CO-OP CONTRACT #682-7861 "PVC PIPE AND FITTINGS" IN AN AMOUNT NOT TO EXCEED $12,000, APPROVING THE PURCHASE OF BRASS WATER SERVICE FITTINGS UTILIZING THE BROWARD COUNTY CO-OP BID #1998-99/07 " BRASS WATER SERVICE FITTINGS BID" IN AN AMOUNT NOT TO EXCEED $35,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, Utilities Department, requires certain PVC pipe and fittings and brass water service fittings for the installation of new water service lines and the replacement and repair of existing water service lines; and WHEREAS, Broward County Co-op has awarded Bid #682-7861 to Lehman Pipe and Plumbing Supply, Inc., for the supply of PVC pipe and fittings; and WHEREAS, terms of the bid are for the period beginning April 7, 1999 through April 6, 2000; and WHEREAS, Broward County Co-op has awarded Bid #1998-99/#07 to the following suppliers: Lehman Pipe and Plumbing Supply, Inc., Hughes Supply Inc, Sunstate Meter & Supply, Inc., Ferguson Underground, and U. S. Filter for the supply of 1 Temp. Reso. #8653, August 25, 1999 2 brass water service fittings; and WHEREAS, bid award is for the period beginning July 20, 1999 through July 20, 2000, with two one (1) year renewal periods; 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 Operating Supplies and Capital Improvement Project budgets for said purpose; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing/Contracts Manager to purchase PVC pipe and fittings and brass water fittings utilizing Broward County's Co-op Bid #682-7861 and Bid #1998-99/#07; 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 PVC pipe and fittings from Lehman Pipe and Plumbing Supply, Inc., and brass water service fittings from Lehman Pipe and Plumbing Supply, Inc., Sunstate Meter & Supply, Inc., Ferguson Underground, Hughes Supply, and U. S. Filter. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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. 1 1 C� Temp. Reso. #8653, August 25, 1999 3 SECTION 2: The appropriate City Officials are hereby authorized to purchase PVC pipe fittings from Lehman Pipe and Plumbing Supply, Inc., in an amount not to exceed $12,000 , utilizing the Broward County's Co-op Bid #682-7861 (attached hereto as "Exhibit A"). SECTION 3: The appropriate City Officials are hereby authorized to purchase brass water service fittings from Lehman Pipe and Plumbing Supply, Inc., Sunstate Meter & Supply, Inc., Ferguson Underground, Hughes Supply, and U. S. Filter, in an amount not to exceed $35,000, utilizing the Broward County's Co-op Bid #1998-99/#07 (attached hereto as "Exhibit B"). SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the •validity otthe remaining portions or applications of this Resolution. Temp. Reso. #8653, August 25, 1999 4 LJ SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this o�5 1�- day of , 1999. ATTEST: Ll a, - � �' � CAROL GO , CMC/AAE CITY CLERK I HEREBY CERTIFY that I have approvAthis RESOLUTION as to forM. ' I KW/mg 1 MITCHELE S. CITY ATTO 011r� I* 61 JOE SCHREIBER MAYOR RECORD OF COMMISSIO MAYOR SCHREIBER t)IST 1: COMM. PORTNER DIST 2: V/M MISHWN DIST 3: COMM. SULTANOi DIST is COMM RUBS • :7 Memo The Broward Governmental Co -Operative Purchasing Members Roo Marsha M. Perri, CPPB (�QP Dad= 02/22199 lJ Ra City of Fort Lauderdale Contract 682-7861— PVC Pipe and Fittings On January 20, 1999, the Fort Lauderdale City Commission approved award of an extension of the above referenced contract with Lehman Pipe & Plumbing Supply. This was an administrative extension and did not require being placed on the agenda. Attached you will find a copy of the letter from Lehman Pipe indicating willingness to extend. The new Woration date for this contract is April 6, 2000. This is the first of two e4ensions available. Please feel free to contact me W you have any questions. 0 Page 1 w cry Z �r rn ! • • �Idr t I a d CL Ul F. vi n « .ti -4 T00Z 3d I d hiVMTI 990C 9LS SOCia 80:TT 88/ST/IO 0 • m m rnD a r4 M i .1 41 11 N O M W W of a z° ro o u N N O O O 4 O 0 11 p O I.1 yl p V O O O O p O M b1 O a C 0 0 h II N 0 Ai G' m -H DI 0 0 N O O 0 d co d 1 1 W u N O ro0. 9Q vl GC qhpW rl •rl VJ fti G '-• N V� 4 O I•1 N A- ro 0 %0 A �P M C^ ri N W M W m b •rl 'd a 4 11 0 O O O m ry o o y Q a 4 0 N o '+ m 11 O N o a '1 o o 0 o � d o p o +' N as ao N 0 U r+ o w o m �.7 0 M a w W U � m A 14 ca w en ri W 10 W H W 10.1 b� . 0 m u to m 0 a aroismim 0 I ..4 0 O O O C m y� 13 4 0 4 O O Q p p 0 N 44 O d m Id 41 m m ��qpp QI y7 O Q h 4 W N T O� ro y v o A yy A {3q o a of r n o v m a ri W a ri 14 r�i • ro y L m N 11 Q -H-.1 q b a p ''' i y? 0 0 0 0 O 0 0 a A R' A LA G1 0 W m 0 C ram- L tri a M M . to U Fb 1u .N 0 m m ri x in %p v 0 N N Ln ri W M z M O i N mAj W a1 C -H M .7 4 0 41 ji q 0 ro o 0 u m� 0 o d o 0 o 0 N U 11 a m V 0 o w a o Q N rml � U� 41 �75Q M 4 O N O ri v m 4 W p1 0 a pip p M ii C� 01 W 'r7 C+ Ln W as (Q� U � y 4JA Hm d� i. W N M �T. -M A m N y amo C� 41 Q m ro a1 m y. 0 0 0 0 0 0 0 0 41 41 .0 U N o 0 a o a o in Npp •d .1 •.� m 4 m •r0i' o 0 o Q O ro O Fu N C m p~q r4i r p •7777 Y� m asn 0 a1 7 4 w£ n M Ch rl r�i w x rhi H x A 41 M ♦1 a a C V L W 101 H H a/m b u wm 4 w Lro tvi m N 0 0 0 0 d s+ ro ri U C U 4) u�y u N R 0 c p Q p o o b M m n 'w E 0 0 0 0 0 4 0 0 0 b m -Ai N m ,d ❑ 0 4 0 4 0 0 0 0 . A a u x m m c a a eo c o a a m a1 ri 41 W to rn h ri ri v H W ri d) ri N 41 0 A W�j -,441 +� m d ro d oC Q a 'v m m mms " °p P w ro ro 41ro 0 rmi O 11 41 sUi y Oq N gmaM 0+1 a N Cl) N Qa1 p -4ti m ~ H Lro7 Nrow -,Oi y u V U ro m° ro o W 1J MJ m y ; N M m m ro }mj b � m m o Ma V m L o v r0n ai W m U H w 0 0 0 0 W U "•� m M U Fi 7 `� m U .7 • 1p4, N H $4 N m N G M Id pOid W m m A A 0 N 0 u m u A N W ri W 0 •• N W 11 N F4 N b1 1-1 W M 7 4 7& •i .�s ii N m N N N m q w W m � a- a CH a- a•, a- M az as � au x w 1 ' �' 8411 '00 0u o CA 0 �u 0a caw 0a 0w CDw 0 Ana m 0 « z�x rITY OF FORT LAUDERDALE 9)enice &imevica To: Broward Governmental Co -Operative Purchasing Members From: Marsha M. Perri, CPPB, City of Fort Lauderdal 411__ Subject: Co -Operative Contract for PVC Pipe and Fittings Date: March 19, 1998 At its meeting of March 17, 1998, the Fort Lauderdale City Commission approved a contract with Lehman Pipe and Plumbing Supply, Inc. for the supply of PVC Pipe and Fittings. The contract will be in effect from 4/7/98 • thru 4/6/99. Enclosed please find the following documents: - Copy of legal advertisement - Copy of bid from Lehman Pipe and Plumbing - Copy of City Commission agenda item and back-up memo. 0 Price lists are available from the vendor. Please contact direct. Prices may fluctuate based on changes in the specified manufacturers price list(s), however, the percentage discount/added to must remain constant. Please feel free to contact me if you have any questions. PUBLIC SERVICES DEPARTMENT 949 N.W. 38 STREET. FORT LAUDERDALE. FL 33309 (954) 776-5151. FAX (954) 492-7881 EQUAL. OPPORTUNITY EMPLOYER PRINTED ON RECYCLED PAPER too • Agenda -Date: 3/17/98 Purchasing Ref. No: 682-7861 Transaction Tyne: Broward Co -Op ITEM/SERVICE RECOMMENDED AWARD: AMOUNT One year contract Lehman Pipe & Plumbing Supply, Inc. for polyvinyl chloride Miami, FL (WEE) $15,200.00 (PVC) pipe and (estimated) fittings for minor repairs Dept./Dives Public Services/City Wide Bids Solicited/Received: 26/10 No Bids: 2 MBE: 2/1 WBE: 2/1 Exhibits: Memorandum No. 98-436 from City Manager Recomm: Award to low responsive and responsible bidder. Comments: Polyvinyl chloride (PVC) pipe and fittings are used in various applications throughout the City. Primarily those involving irrigation, plumbing or water meter services. The City of Fort Lauderdale served as the "lead" agency for the Broward Co -Op on this Invitation to Bid. The bid represents usage from fifteen Co -Op members. The estimated total value of the Co -Op award was based on an annual expenditure of $141,000. Pricing for this contract reflects an increase of approximately 6W over our previous contract which was bid in 1995. Tabulation: See Page 2 • Purchas ng Manager *Ut MEMORANDUM NO. 98-436 DATE: March 18, 1998 TO: Mayor Jim Naugle Vice Mayor Tim Smith Commissioner John E. Aurelius Commissioner Carlton B. Moore Commissioner Jack Latona FROM: George L. Hanbury, City Manager BY: Gregory A. Kisela, Public Services Manager SUBJECT: March 17, 1998 Agenda - Supply Contract for PVC Pipe and Fittings for Minor Repairs This request is for approval of a one-year contract for the purchase of polyvinyl chloride (PVC) pipe and fittings. PVC pipe and fittings are used regularly throughout the City in applications involving irrigation, plumbing and water meter services. The City of Fort Lauderdale served as the 'dead" agency for the Broward Governmental Cooperative Purchasing Group on this Invitation to Bid. Fifteen governmental agencies within Broward County participated. The total value of the contract for the cooperative group was based on an estimated annual expenditure of $141,000. It is estimated that the City's portion will be $15,200. Of the ten bids received, four were considered non -responsive. The overall low responsive and responsible bidder is Lehman Pipe & Plumbing Supply, Inc. It is not felt that a split award would be in the best interest of the Co -Op. We recommend City Commission approval for the award of a one-year contract to Lehman Pipe & Plumbing Supply, Inc. for the supply of PVC pipe and fittings in the estimated annual amount of $15,200. • C/ _ NOTICE TO EIODERfi Sealed lbid,2:0 will be hi re- S U N— S E N T I N E (, calved until p.m. on tn� PUBLISHED DAILY date shown below. Specifl F O R T L A U O E R D A L e i B R O W A R D C 0 U N T Y i FLORIDA cations for these bids can be obtained from the Pur- E O C A R A T O N i PALM B E A C H C O Li N T Y i FLORIDA chasm Managers office, M I A M I i D A D E C O U N T Y P FLORIDA City of an Lauderdale Pur- chasing Division, City Hall, Rocco 819, 100•N. Andrews S T A O F F L O R Avenue, Ft. Lauderdale, FL 0 Y 8 R d A /PALM BEACH / p A D E 33301, 954) 781-5140. E H U SIG D AUTH ORI Y PERSONALLY APPEARED DIMOT S ��o Nos3fazi9la) 2117/9 PVC PIPE A FITTINGS ■ + + + r r + + + w . r -I- r ■ ■ 0 ON OATH SAYS THAT (ANNUAL CONTRA C (BIDI H /' IS A D L UTHORIZED R PRESENTATIVE OF THE O.882-7861)2718�e CL S FIED DE TMENT OF TH UN —SENTINEL. DAILY CAST IRONVALVEB NE SP PER PUB SHED IN BROWA D/PALM BEACH/ DADE COUNTYi ES& RELATED PART)43AN FL�OR DA THAT THE ATTACHED COPY OF ADVERT.ISEMENTv BEING A NO.682 8B)R218/9fBI I1 JANITORIAL SUPPLIES N C E (SIC) NO. W. 7BuffingtonS C.P.M. IN THE MATTER OF /Apparsingn Manager February 8, Im SPORT RADIOS IN THE CIRCUIT COURT. WAS PUBLISHED IN SAID NEWSPAPER IN THE ISSUES OF C P 02/06, 1 X 23790040 AFFIANT FURTHER SAYS THAT THE SAID SUN --SENTINEL IS A NEWSPAPER PUBLISHED IN SAID BROWARD/PALM BEACH/DADE COUNTY. FLORIDA. AND THAT THE SAID NEWSPAPER HAS HERETOFORE BEEN CONTINUOUSLY PUBLISHED IN SAID BROWARD/PALM BEACH/DADE COUNTY. FLORIDAe EACH DAY. AND HAS BEEN ENTERED AS SECOND CLASS MATTER AT THE POST OFFICE IN FORT LAUDERDALE. IN SAID BROWARD COUNTYj, FLORIDA. FOR A PERIOD OF ONE YEAR NEXT PRECEDING THE FIRST PUBLICATION OF THE ATTACHED COPY OF ADVERTISEMENT: AND AFFIANT FURTHER SAYS THAT HE/SHE HAS NEITHER PAID NOR PROMISED ANY PERSONe FIRM OR CORPORATION ANY DISCOUNTr REBATEI COMMISSION OR REFUND FOR THE PURPOSE OF S CURING THIS ADVERTISEMENT FOR PUBLICATION IN SAID NEWT AP w rfNTO +■ w r r rwrrr■rrrrrrwRE 0 AF IANT)SAN SU3SCRISED E ORE ME TAY OF FEBRUARY A (SIGMA URE OF y PTARY PU9LIC)j Tara L *: .= MY COMMISSION # Ce638535 EpIRES .� y 202001 .} �= Jul , try ■ . r + r • ■ ■ r .. r •%.��� r r1Q%I�r���1�Y �� ����lr I�a + r ■ ■ w r r •`"'.` (NAME OF NOTARY TYPEDr PR,IED OR STAMPED) PERSONALLY KNOWN r.rr...J/.r+..+...r..r OR 0 PRODUCED IDENTIFICATION ......r.r■.rrw..+ �' • PURCHASING DIVISION 100 N. ANDREWS AVENUE FORT LAUDERDALE, FL 33301 TEL (954) 761.5140 FAX (954) 761.5576 City of Fort Lauderdale, Florida INVITATION TO BID (ITB) 41? ITB NO, 682-7861 TITLE: PVC Pipe and Fittings (Annual Contract) PROCUREMENT SPECIALIST: Marsha M. Perri 492-7861 CONTACT FOR TECHNICAL QUESTIONS: 11 1. BIDDER MUST COMPLETE THE FOLLOWING: 1 a. Vendor Name.1-Ey r1A,J f l PE * Scf iL y al'G. Number & Street: P30 62Ct City, State, lip Code: tv"'1 �qM t) FL 33 1 Z% (See General Conditions Section 1,01) 1 b. Was this invitation mailed to the correct address? Mark "X" in box if address was incorrect and we will adjust our records. 1 c. Area Code and Telephone No. (30,5- - 5-96 - 30 S-q ISM - 930-0� 4 FAX (30C — ,59& `3o6& 1d. Delivery: Calendar Days after receipt of Purchase Order. (See General Conditions Section 1,02) Days 1 e. Payment Terms. (See General Conditions Section 1.03) N ET s0 'Poy3 ISSUE DATE 1/27/98 PAGE 1 OF 17 Plus Attachment Ins.) BIDS MUST BE RECEIV D PRIOR TO 2:00 PM ON: 2/18/98 DEPT.: Public Services tf. Total Bid Discount (See General Conditions Section 1.04) tg. Bids are Firm for Acceptance for 90 days. Yes --X No Other (See General Conditions Section 1.05) 1 h. State or reference any variances. (See General Conditions Section 1.06) 1i. No Bid. If not submitting a bid state reason below and return one copy of this form. (See General Conditions Section 1.07) 1j. Does your firm qualify for MBE, WBE or SSE status in accordance with Section 1.08 of General Conditions? (MBE) (WBE) (SBE) 1k. How to Submit Bids: It will be the sole responsibility of the Bidder to ensure that his bid reaches the City of Fort Lauderdale, City Hall, Purchasing Division, 6th Floor, Room 619, 100 North Andrews Avenue, Fort Lauderdale, Florida 33301, prior to the bid opening date and time listed above. Do not submit via FAX. FAX bids will not be accepted. Each bid envelope must be sealed with the following information stated on the OUTSIDE of the envelope: Bid No. 682-7861 Title: PVC Pipe/Fittings Open: 2/18/98 Is your bid envelope properly marked as indicated above?0S 11. Vendor Certification: I, the below signed hereby agree to furnish the required article(s) or service(s), at the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. I have read all attachments and fully understand what is required. By submitting this bid, I certify that I will accept a contract if approved by the City and such ac cov rs all rms, conditions, and specifications contained in this bid. I certify that I have not divulged to, discussed ith, r co red s id with an ther bidder(s) and have not colluded with any other bidder(s) or parties to this bid. cert y I a h o ractually bind the bidding firm. Si re f o Authorized Representative Title (Typed or Printed) Name of Authorized Representative (Typed or Printed) Date Have Sections 1 a. through 11. been reviewed and completed properly? The Purchasing Division maintains a 24 hour per day invitation to bid hotline listing all current ITEI's. Call (954) 761-5727 to keep abreast of our current needs. FORM G-107 Ray. 5/97 Page 1 of 6 LEG SUPPLY INC. Clty of Fort Lauderdale, Florida GENERAL CONDITIONS These instructions are standard for all contracts for commodities or services issued through the City of Fort Lauderdale Division of Purchasing The City may delete, supercede, or modify any of these standard instructions for a particular contract by indicating such change in the Invitation To Bid (ITS) Special Conditions, Technical Specifications, Instructions, Proposal Pages, rtiAddenda, and Le � Advesement. PART I BIDDER PROPOSAL PAGES) CONDITIONS: 1.01 BIDDER ADDRESS: The City maintains automated vendor mailing lists for each specific Commodity Class Item. Invitation To Bid (ITS's) will be mailed first to a selection of Bidders who have fully registered on our system. Requests will be mailed to un-registered Bidders within a reasonable time frame for that bid only. The mailing of one ITS to the vendor, nor a bid in return, will register a vendor on our system. If you wish purchase orders sent to a different address. please so indicate. If you w;sh payments sent to a different address, please so indicate on your invoice. 1.02 DELIVERY: Time will be of the essence for any orders placed as a result of this ITS. The City reserves the right to cancel any orders, or part thereof, without obligation if delivery is not made in accordance with the schedule specified by the Bidder and accepted by the City. 1.03 PAYMENT TERMS AND CASH DISCOUNTS. Payment terms, unless otherwise stated in this ITB, will be considered to be net 30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified, whichever occurs last. Bidder may offer cash discounts for prompt payment but they will not be considered in determination of award. If a Bidder offers a discount, it is understood that the discount time will be computed from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice, at the office specified, whichever occurs last. 1.04 TOTAL BID DISCOUNT. If Bidder offers a discount for award of all items listed in the bid, such discount shall be deducted from the total of the firm net unit prices bid and shall be considered in tabulation and award of bid. 1.05 BIDS FIRM FOR ACCEPTANCE: Bidder warrants, by virtue of bidding, that his bid and the prices quoted in his bid will be firm for acceptance by the City for a period of ninety (90) days from the date of bid opening unless otherwise stated in the ITS. 1.06 VARIANCES For purposes of bid evaluation, Bidder's must indicate any variances, no matter how slight, from ITB General Conditions, Special Conditions, Specifications, or Addenda in the space provided in the ITS. No variations or exceptions by a 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 bidder proposal 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. By receiving a bid, City does not necessarily accept any variances contained in the bid. All variances submitted are subject to review and approval by the City. If any bid contains material variances that, in the City's sole opinion, make that bid conditional in nature, the City reserves the right to reject the bid or part of the bid that is declared, by the City as conditional. 1,07 NO BIDS: If you do not intend to bid please indicate the reason, such as, insufficient time to respond, do not offer produo or service, unable to meet specifications, schedule would not permit, or any other reason, in the space provided in this ITS. Failure to bid or return no bid comments prior to the bid due and opening date and time, indicated in this ITS, may result in your firm being deleted from our Bidder's registration list for the Commodity Class Item requested in this ITS. 1.08 MINORITY AND WOMEN BUSINESS ENTERPRISE PARTICIPATION AND BUSINESS DEFINITIONS: The City of Fort Lauderdale wants to increase the participation of Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and Small Business Enterprises (SBE) in it's purchasing activities. If your firm qualifies in accordance with the below definitions please indicate in the space provided in this ITS, Minority Business Enterprise (MBE) "A Minority Business" is a business enterprise that is owned or controlled by one or more socially or economically disadvantaged persons. Such disadvantage may arise from cultural, racial, chronic economic circumstances or background or other similar cause. Such persons include, but are not limited to, Blacks, Hispanics, Asian Americans, and Native Americans. "The Term 'Minority Business Enterprise' means a business at least 51 percent of which is owned by minority group members or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For the purpose of the preceding sentence, minority group members are citizens of the United States who include, but are not limited to, Blacks, Hispanics, Asian Americans, and Native Americans. Women Business Enterprise (WBE) a "Women Owned or Controlled Business" is a business enterprise at least 51 percent of which is owned by females or in the case of a publicly owned business at least 51 percent of the stock of which is owned by females. Small Business Enterprise (SEE) "Small Business" means a corporation, partnership, sole proprietorship, or other legal entity formed for the purpose of making a profit, which is independently owned and operated, has either fewer than 100 employees or less than S1,000,000 in annual gross receipts. BLACK, wtrich includes persons having origins in any of the Black racial groups of Africa. WHITE, which includes persons whose origins are Anglo-Saxon and European and persons of Indo-European decent including Pakistani and East Indian. HISPANIC, which includes persons of Mexican, Puerto Rican, Cuban, Central and South American, or other Spanish culture or origin, regardless of race. NATIVE AMERICAN, which includes persons whose origins are American Indians, Eskimos, Aleuts, or Native Hawaiians. ASIAN AMERICAN, which includes persons having origin in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands. FORM G-107 Rev 1 /92 Page 2 of 6 LEHMAN PIPE & PLBG SUPPLY INC. PART II DEFINITIONS/ORDER OF PRECEDENCE: 2.01 BIDDING DEFINITIONS. The City will use the following definitions in it's general conditions, special conditions, technical specifications, instructions to bidders, addenda. and any other document used in the bidding process: INVITATION TO 810 (ITS) when the City is requesting bids from qualified Bidders. • REQUEST FOR PROPOSALS (RFP) when the City is requesting proposals from qualified Proposers. BID - a price and terms quote received in response to a ITS. PROPOSAL - a proposal received in response to a RFP. BIDDER - Person or Firm submitting a Bid. PROPOSER - Person or firm submitting a Proposal. RESPONSIVE BIDDER - A person whose bid conforms in all material respects to the terms and conditions included in the ITS. RESPONSIBLE BIDDER - A person who has the capability in all respects to perform in full the contract requirements, as stated in the ITS, and the integrity and reliability that will assure good faith performance. FIRST RANKED PROPOSER - That Proposer, responding to a City RFP, whose Proposal is deemed by the City, the most advantageous to the City after applying the evaluation criteria contained in the RFP. SELLER - Successful Bidder or Proposer who is awarded a Purchase Order or Contract to provide goods or services to the City. CONTRACTOR - Successful Bidder or Proposer who is awarded a Purchase Order, award Contract. Blanket Purchase Order agreement. or Term Contract to provide goods or services to the City. CONTRACT - a deliberate verbal or written agreement between two or more competent parties to perform or not to perform a certain act or acts, including all types of agreements, regardless of what they may be called, for the procurement or disposal of equipment, materials, supplies. services or construction. CONSULTANT - Successful Bidder or Proposer who is awarded a contract to provide professional services to the City. The following terms may be used interchangeably by the City: ITS or RFP; Bid or Proposal; Bidder, Proposer, or Seller; Contractor or Consultant; Contract, Award, Agreement, or Purchase Order, 2.02 SPECIAL CONDITIONS: Any and all Special Conditions contained in this ITB that may be in variance or conflict with these General Conditions shall have precedence over these 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. PART III BIDDING AND AWARD PROCEDURES: 3,01 SUBMISSION AND RECEIPT OF BIDS: To receive consideration, bids must be received prior to the bid opening date and time. Unless otherwise specified, Bidder's should use the proposal forms provided by the City. These forms may be duplicated, but failure to use the forms may cause the bid to be rejected. Any erasures or corrections on the bid must be made in ink and initialed by Bidder in ink. All information submitted by the Bidder shall be printed, typewritten or filled in with pen and ink. Bids shall be signed in ink. Separate bids must be submitted for each ITS issued by the City in separate sealed envelopes properly marked. When a particular ITS or RFP requires multiple copies of bids or proposals they may be included in a single envelope or package, properly sealed and identified. Only send bids via facimile transmission (FAX) if the ITB specifically states that bids sent via FAX will be • considered. If such a statement is not included in the ITB, bids sent via FAX will be rejected. Bids will be publicly opened in the Purchasing Office, or other designated area, in the presence of Bidder's, the public, and city staff. Bidders and the public are invited and encouraged to attend bid openings. Bids will be tabulated and made available for review by Bidder's and the public in accordance with applicable regulations. 3.02 MODEL NUMBER CORRECTIONS: If the model number for the make specified in this ITS is incorrect, or no longer available and replaced with an updated model with new specifications, the Bidder shall enter the correct model number on the bidder proposal page. In the case of an updated model -with new specifications, Bidder shall provide adequate information to allow the City to determine if the model bid meets the City's requirements. 3.03 PRICES QUOTED: Deduct trade discounts, and quote firm net prices. Give both unit price and extended total. In the case of a discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices quoted shall be F.O.B. destination, freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and files any claims), unless otherwise stated in Special Conditions. Each item must be bid separately. No attempt shall be made to tie any item or items contained in the ITS with any other business with the City. 3.04 TAXES: The City of Fort Lauderdale is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible prop- erty. Exemption number for Federal Excise taxes is 59-74-0111K, and State Sales tax exemption number is 16-03-196479-54C. 3.06 WARRANTIES OF USAGE: Any quantities listed in this ITS as estimated or projected are provided for tabulation and information purposes only. No warranty or guarantee of quantities is given or implied. It is understood that the Contractor will furnish the City's needs as they arise. 3.06 APPROVED EQUAL: When the technical specifications call for a brand name, manufacturer, make. model, or vendor catalog number with acceptance of APPROVED EQUAL, it shall be for the purpose of establishing a level of quality and features desired and acceptable to the City. In such cases, the City will be receptive to any unit which would be considered by qualified City personnel as an approved equal. In that the specified make and model represent a level of quality and features desired by the City, the Bidder must state clearly in his bid any variance from those specifications. It is the Bidder's responsibility to provide adequate information, in his bid, to enable the City to ensure that the bid meets the required criteria. If adequate information is not submitted with the bid, it may be rejected. The City will be the sole judge in determining if the item bid qualifies as an approved equal. 3.07 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS: The technical specifications may include items that are considered minimum, mandatory, or required. If any Bidder is unable to meet, or exceed these items, and feels that the technical specifications are overly restrictive, he must notify the Purchasing Division immediately. Such notification must be received by the Purchasing Division prior to the deadline contained in the ITB, for questions of a material nature, or prior to five (5) days before bid due and open date, whichever occurs first. If no such notification is received prior to that deadline, the City will consider the technical specifications to be acceptable to all bidders. 3,08 MISTAKES. Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, addenda, delivery instructions, and special conditions pertaining to the ITB. Failure of the Bidder to examine all pertinent documents shall not entitle him to any relief from the conditions imposed in the contract. LEHMAN PIPE & FORM G-107 Rev. 7/93 Page 3 of 6 PLSG SUPPLY INC. 3.09 SAMPLES AND DEMONSTRATIONS, Samples or inspection of product may be requested to determine suitability. Unless otherwise specified in Special Conditions, samples shall be requested after the date of bid opening, and If requested should be received by the City within seven (7) working days of request. Sampler, when requested. must be furnished free of expense to the City and if not used in testing or destroyed, will upon request of the Bidder, be returned within thirty (3) days of bid award at Bidder's expense. When required. the City may request full demonstrations of units prior to award. Whei demonstrations are requested, the Bidder shall respond promptly and arrange a demonstration at a convenient location, to provide samples or demonstrations as specified by the City may result in relection of a bid. 3.10 LIFE CYCLE COSTING. If so specified in the ITS, the City may elect to evaluate equipment proposed on the basis of total cost of ownership. In using Life Cycle Costing, factors such as the following maybe considered: estimated useful life, maintenance costs, cost of supplies, labor intensity, energy usage, environmental impact. and residual value. The City reserves the right to use those or other applicable criteria, in its sole opinion, that will most accurately estimate total cost of use and ownership, 3.11 BIDDING ITEMS WITH RECYCLED CONTENT: In addressing environmental concerns, the City of Fort Lauderdale encourages Bidders to submit bids or alternate bids containing items with recycled content. ;'then submitting bids containing items with recycled content, Bidder shall provide documentation adequate for the City to verify the recycled content. The City prefers packaging consisting of materials that are degradable or able to be recycled. When specifically stated in the ITS, the City may give preference to bids containing items manufactured with recycled material or packaging that is able to be recycled. 3.12 USE OF OTHER GOVERNMENTAL CONTRACTS: The City reserves the right to reject any part or all of any bids received and utilize other available governmental contracts, if such action is in its best interest. 3.13 PUBLIC ENTITY CRIMES: Sections 287132-.133 Florida Statutes, require that no public entity shall enter into a contract, award any bid, or transact any business in excess of the then current threshold, with any person or affiliate who has been convicted of a public entity crime. Prior to entering into a contract to provide goods or services to a public entity, a person shall file a sworn statement with the Purchasing Division on the approved form. By submitting a bid, Bidder warrants that he has not been convicted of a public entity crime and will provide a fully executed and notarized form to the Purchasing Division if notified of award. 3.14 QUALIFICATIONS/INSPECTION: Bids will only be considered from firms normally engaged in providing the types of commodities/ services specified herein. The City reserves the right to inspect the Bidder's facilities, equipment, personnel, and organization at any time, or to take any other action necessary to determine Bidder's ability to perform. The Purchasing Manager reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform. 3.15 810 SURETY: If Special Conditions require a bid security, it shall be submitted in the amount stated. A bid security can be in the form of a bid bond, postal money order, cashiers check, or irrevocable letter of credit. Bid security will be returned to unsuccessful bidders as soon as practicable after opening of bids. Bid security will be returned to the successful bidder after acceptance of the performance bond or irrevocable letter of credit, if required, acceptance of insurance coverage, if req and full execution of contract documents, if required, or conditions stated in Special Conditions.0 3.16 PUBLIC RECORDS: Florida law provides that municipal records shall at all times be open for personal inspection by any person. Section 119.01, F.S., The Public Records Law. Information and materials received by City in connection with an ITB response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 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 Proposer believes any of the information contained in his or her response is exempt from the Public Records Law, then the Proposer, 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. 3.17 PROHIBITION OF INTEREST: No contract will be awarded to a bidding firm who has City elected officials, officers or employees affiliated with it, unless the bidding firm 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 lists and prohibition from engaging in any business with the City. 3.18 RESERVATIONS FOR AWARD AND REJECTION OF BIDS: The City reserves the right to accept or reject any or all bids, part of bids, and to waive minor irregularities or variations to specifications contained in bids. and minor irregularities in the bidding process. The City also reserves the right to award the contract on a split order basis, lump sum basis, individual item basis, or such combination as shall best serve the interest of the City. The City reserves the right to make an award to the responsive and responsible bidder whose product or service meets the terms, conditions, and specifications of the ITB and whose bid is considered to best serve the City's interest. In determining the responsiveness of the offer and the responsibility of the Bidder, the following shall be considered when applicable: the ability, capacity and skill of the Bidder to perform as required; whether the Bidder can perform promptly, or within the time specified, without delay or interference; the character, integrity, reputation, judgment, experience and efficiency of the Bidder; the quality of past performance by the Bidder; the previous and existing compliance by the Bidder with related laws and ordinances; the sufficiency of the Bidder's financial resources; the availability, quality and adaptability of the Bidder's supplies or services to the required use; the ability of the Bidder to provide future maintenance, service or parts; the number and scope of conditions attached to the bid. If the ITB provides for a contract trial period, the City serves the right, in the event the selected bidder does not perform satisfactorily, to award a trial period to the next ranked bidder or to award a contract to the next ranked bidder, if that bidder has successfully provided services to the City in the past. This procedure to continue until a bidder is elected or the contract is re•bii the sole option of the City. 3.19 LEGAL REQUIREMENTS: Applicable provisions of all federal, state, 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) submitting 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 affect thereof. FORM G-107 Rev. 1 /92 Page 4 of 6 Lm N PIPE & PLBG SUPPLY INC- FART IV- BONDS AND INSURANCE: 4.01 PERFORMANCE BOND/IRREVOCABLE LETTER OF CREDIT If a performance bond or irrevocable letter of credit is required in Special Conditions, the Contractor shall within fifteen (15) working days after notification of award, furnish to the City a Performance Bond or an Unconditional Irrevocable Letter of Credit payable to the City of Fort Lauderdale. Florida, in the face amount specified in Special Conditions as surety for faithful performance under the terms and conditions of the contract. If the bond is on an annual coverage basis. renewal for each succeeding year shall be submitted to the City thirty (30) days prior to the termination date of the existing Performance Bond, The Performance Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida and having a resident agent. If a Letter of Credit is chosen, it must be in a form acceptable to the City, drawn on a local (Broward. Dade or Palm Beach Counties) bank acceptable to the City and issued in favor of the City of Fort Lauderdale, Florida. If a Bidder wishes to use a non local bank, he must have prior City approval of the requirements to draw against the Letter of Credit. Acknowledgement and agreement is given by both parties that the amount herein set for the Performance Bond or Irrevocable Letter of Credit is not intended to be nor shall be deemed to be in the nature of liquidated damages nor is it intended to limit the liability of the Contractor to the City in the event of a material breach of this Agreement by the Contractor. 4.02 INSURANCE: If the Contractor is required to go on to City property to perform work or services as a result of ITB award, the Contractor shall assume full responsibility and expense to obtain all necessary insurance as required by City or specified in Special Conditions. The Contractor shall provide to the Purchasing Division original certificates of such coverage and receive notification of approval of those certificates by the City's Risk Manager prior to engaging in any activities under this contract. The Contractors insurance is subject to the approval of the City's Risk Manager. The certificates must list the City as an ADDITIONAL INSURED and shall have no less than thirty (30) days written notice of cancellation or material change. Further modification of the insurance requirements may be made at the sole discretion of the City's Risk Manager if circumstances change or adequate protection of the City is not presented. Bidder, by submitting his bid, agrees to abide by such modifications. PART V PURCHASE ORDER AND CONTRACT TERMS: 5.01 COMPLIANCE TO SPECIFICATIONS, LATE DELIVERIES/PENALTIES: Items offered may be tested for compliance to bid specifica- tions. Items delivered which do not conform to bid specifications may be rejected and returned at Contractor's expense. Any violation resulting in contract termination for cause or delivery of items not conforming to specifications, or late delivery may also result in: Bidder's name being removed from the City's bidder's mailing list for a specified period and Bidder will not be recommended for any award during that period. All City Departments being advised to refrain from doing business with the Bidder. • All other remedies in law or equity. 5.02 ACCEPTANCE. CONDITION, AND PACKAGING. The material delivered in response to IT8 award shall remain the property of the Seller until a physical inspection is made and the material accepted to the satisfaction of the City. The material must comply fully with the terms of the ITB, be of the required quality, new, and the latest model. All containers shall be suitable for storage and shipment by common carrier, and all prices shall include standard commercial packaging. The City will not accept substitutes of any kind. Any substitutes or material not meeting specifications will be returned at the Bidder's expense. Payment will be made only after City receipt and acceptance of materials or services. 5.03 SAFETY STANDARDS: All manufactured items and fabricated assemblies shall comply with applicable requirements of the Occupational Safety and Health Act of 1970 as amended, and be in compliance with Chapter 442. Florida Statutes. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 5.04 ASBESTOS STATEMENT. All material supplied must be 100% asbestos free. Bidder, by virtue of bidding, certifies that if awarded any portion of the ITB he will supply only material or equipment that is 100% asbestos free. 5.05 OTHER GOVERNMENTAL ENTITIES. If the Bidder is awarded a contract as a result of this ITB, he will, if he has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the ITB and resulting contract. Prices shall be F.O.B delivered to the requesting agency. 5.06 VERBAL INSTRUCTIONS PROCEDURE. No negotiations, decisions, or actions, shall be initiated or executed by the Contractor as a result of any discussions with any City employee. Only those communications which are in writing from an authorized City representative may be considered. Only written communications from Contractors which are assigned by a person designated as authorized to bind the Contractor will be recognized by the City as duly authorized expressions on behalf of Contractors. 5.07 INDEPENDENT CONTRACTOR The Contractor is an independent contractor under this Agreement. Personal services provided by the Proposer shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities. social security, health insurance, employee benefits. purchasing policies unless otherwise stated in this ITB, and other similar administrative procedures applicable to services rendered under this Contract shall be those of the Contractor. 5.08 INDEMNITY/HOLD HARMLESS AGREEMENT: The Contractor agrees to protect, defend, indemnify, and hold harmless the City of Fort Lauderdale and its officers, employees and agents from and against any and all losses, penalties, damages, settlements, claims, costs, charges for other expenses, or liabilities of every and any kind including attorney fees, in connection with or arising directly or indirectly out of the work agreed to or performed by Contractor under the terms of any agreement that may arise due to the bidding process. Without limiting the foregoing, any and all such claims, suits, or other actions, relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged violations of any applicable statute, ordinance, administrative order, rule or regulation, or decree of any court, shall be included in the indemnity hereunder. FORM G 107 Rev 1, 92 Page 5 of 6 UMMAN PIPE & PLBG SUPPLY INC ;r ! ^� ,,;rtlaC;Cr Srdll �,clate 3r.v Jf !re ,Provisions Of this Agreement. the '-�,ty may notice to the Contractor terminate the rlgnt of the Contractor to proceed under this Agreement, or with such pan o- r-'tier.. of the Agreement as to which there has been a default, and may hold the Contractor liable for any damages caused toparts CO by reason of such default and termination. In the event of such termination, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City's property and the Contractor shall be entitled' to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, #SI not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement by the CtOr, and the City may withhold any payments to the Contractor for the purpose of setoff until such time as the am due to the City from the Contractor can be determined. ages 5.10 TERMINATION FOR CONVENIENCE. The City reserves the right, in its best interest as determined by the City, to cancel contract by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 5.11 CANCELLATION FOR UNAPPROPRIATED FUNDS. The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. 5.12 RECORDS/AUDIT; The Contractor shall maintain during the term of the contract all books of account, reports and records In accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Internal Auditor, The Contractor agrees to make available to the City's Internal Auditor, during normal business hours and in Broward. Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 5.13 PERMITS, TAXES, LICENSES: The successful Contractor shall at his own expense obtain all necessary permits, pay all licenses, fees and taxes. required to comply with all local ordinances, state and federal laws, rules and regulations applicable to business to be carried on under this contract. 5.14 LAWS/ORDINANCES: The Contractor shall observe and comply with all Federal, State, local and municipal laws, ordinances. rules and regulations that would apply to this contract. 5.15 NON DISCRIMINATION: There shall be no discrimination as to race, sex, color, creed, age or national origin in the operations conducted under this contract. 5.16 UNUSUAL CIRCUMSTANCES. If during a contract term where costs to the City are to remain firm or adjustments are restricted by a percentage or CPI cap, unusual circumstances that could not have been foreseen by either party to the contract occur, and those circumstances significantly affect the Contractor's costs in providing the required items or services, then the Contractor may request adjustments to the costs to the City to reflect the changed circumstances. The circumstances must be beyond the control of the Contractor, and the requested adjustments must be fully documented. The City may, after exam!tion, refuse to accept the adjusted costs if they are not property documented, increases are considered to be excessive, or cles are considered to be Insufficient. In the event the City does not wish to accept the adjusted costs and the matter not be resolved to the satisfaction of the City, the City will reserve the following options: 1. The contract can be cancelled by the City upon giving (30) days written notice to the Contractor with no penalty to the City or Contractor. The Contractor shall fill all City requirements submitted to the Contractor until the termination date contained in the notice. 2. The City requires the Contractor to continue to provide the items and services at the firm fixed (non adjusted) cost until the termination of the contract term then In effect. 3. If the City, in its interest and in its sole opinion, determines that the Contractor in a capricious manner attempted to use this section of the contract to relieve themselves of a legitimate obligation under the contract, and no unusual circumstances had occurred, the City reserves the right to take any and all action under law or equity. Such action shall include, but not be limited to, declaring the Contractor In default and disqualifying him from receiving any business from the City for a stated period of time. If the City does agree to adjusted costs, these adjusted costs shall not be invoiced to the City until the Contractor receives notice In writing signed by a person authorized to bind the City In such matters. 5.17 ELIGIBILITY. If applicable, the Contractor must first register with the Department of State of the State of Florida. In accordance with Florida State Statutes, prior to entering Into a contract with the City. 5,18 PATENTS AND ROYALTIES. The Contractor, without exception. shall indemnify and save harmless the City and Its employees from liability of any nature and kind. Including cost and expenses for or on account of any copyrighted, patented or unpatented invention, process, or art;cle manufactured or used In the performance of the contract, Including Its use by the City. If the Contractor uses any design, device, or materials covered by letters, patent or copyright, it Is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials In any way involved In the work. 5.19 ASSIGNMENT Contractor shall not transfer or assign the performance required by this ITS without the prior written consent of the City. Any award Issued pursuant to this ITS, and the monies which may become due hereunder, are not assignable except with the prior written approval of the City Manager or selected designee. 5.20 LITIGATION VENUE: The parties waive the privilege of venue and agree that all litigation between them In the status Bro shall take place In ward County. Florida, and that all litigation between them in the federal courts shall take place I the Southern District in and for the State of Florida. PORti1 G ; 07 Rev 1 92 e Pa9 6 of ti LEHMkN PUS PLBG §IVPLY INC. Bid No. 682-7861 City of Fort Lauderdale Purchasing Division Invitation to Bid PVC Pipe and Fittings Part 1. GENERAL INFORMATION AND REQUIREMENTS 1.1 PURPOSE: The City of Fort Lauderdale is hereby requesting bids for the purpose of establishing an annual contract for PVC PIPE AND FITTINGS. Items are to be bid at a Firm Percentage Discount, OR Percentage Added To, or NET to the referenced Manufacturers Price List. Prices may fluctuate during the life of any resulting contract provided that they are based on the actual manufacturer's price adjust- ment and that they are tied to the actual manufacturer's price list. Percentage discount, added to, or net must remain firm for the contract period. Page 7 1.2 CONTRACT TERM: The contract term shall be for a period of one (1) year, commencing approximately April 7, 1998, or when approved by the City. The contract shall have provisions for extensions for up to • two (2), one year periods, provided: both parties to the agreement approve; all terms, conditions and specifications remain the same; and the extension is approved by the City. 1.3 INFORMATION: For information regarding bidding procedures or technical specifications, contact: Marsha M. Perri, CPPB Procurement Specialist II Public Services Department Telephone: (954) 492-7816 FAX: (954) 492-7881 Such contract will be for clarification purposes only. Material changes, if any, to the technical specifications or bidding procedures will only be transmitted by written addendum. 1.4 COMPETENCY OF BIDDERS: Pre -award inspection of the bidders facility may be made prior to award of the contract. Bids will be considered only from firms which are regularly engaged in the business of providing the goods and/or services as described in the Invitation to Bid, and who can produce evidence that they have established a satisfactory record of performance for a reasonable period of time; have sufficient financial PLB�NPLY INC. Bid No. 682-7861 Page 8 • support, sufficient delivery fleet and organization to insure that they can satisfactorily execute the services if awarded a contract under the terms and conditions stated herein. 1.5 LITERATURE: All bids submitted must be accompanied by complete specifications, appropriate brochures, descriptive literature, applicable price lists, plus any applicable warranties. Failure to do so may result in the rejection of your bid. 1.6 AWARD: Award of bid will be based on the percentage discount, added -to, or net which results in the most advantageous pricing. Tie bids will be decided by the Purchasing Manager. The City will compare specific items (as listed on the attached pages), to determine the low responsive and responsible bidder(s). This bid may be awarded by group or in total, whichever is deemed to be in the best interest of the City. NOTE: It is the intent of the City to award Groups 1 A 11 to the same vendor, and Groups III & IV to the same vendor. Bidder must complete ALL information required in . each group In order to be considered for award of that group. 1.7 PERFORMANCE/DELIVERY: It is the intent of the City to purchase from a source of supply that will give prompt and convenient shipment and service. Any failure of the successful bidder to comply with these conditions may be cause for terminating any resulting contract immediately upon notice by the City. This proposal will fix the number of calendar days required for delivery upon receipt of the purchase order. Number of Delivery Days: Delivery may be considered as a determining factor in any resulting contract and will be strictly monitored. Any resulting contractor who repeatedly fails to meet specified delivery will be subject to the cancel- ation provision provided herein. Items listed in this Invitation to Bid are to be delivered on an was required" basis to any location stated by the participating agencies referenced in this bid. The specific location(s) will be designated by the ordering LE13MpMPIIPPEIN Bid No. 682-7861 agency. Items requiring palletization are to be shipped on non-retumable pallets. 1.8 DEFAULT OF CONTRACT: The City may, by written notice to the successful bidder, terminate the contract if the bidder has been found to have failed to perform his services in a "satisfactory manner". A "satisfactory manner" includes, but is not limited to: failure to supply exact items as specified within the required delivery period, the supply of sub -standard or defective items, and the inability to maintain bid discounts for the term of the contract. 1.9 PRICING: Prices bid will take into consideration any handling and/or delivery charges. Net prices as computed from your percentage factors and price lists will be the total and complete delivered price. Bidders may indicate additional discounts available for quantity "stock orders" as applicable. Bidders must indicate terms and minimum qualifying quantities for special discounts offered. Any resulting contract(s) will also apply to other items as listed in the price list, providing the same percentage discount, added -to, or net applies. The City requires that prices bid from price lists as stated herein, remain firm for a period of at least ninety (90) days from date of award. 1.10 PRICE LISTS: Three (3) copies of the applicable price list covering those groups you are bidding must be submitted with your bid. Failure to provide the applicable price list(s) may result in the rejection of your bid. 1.11 PRICE INCREASES: Prices bid herein must conform or relate to an acceptable Manufacturer's Price List. Prices may fluctuate during the life of the contract based only on the changes as reflected in the Manufacturer's Price List as identified in your bid. Proof of price changes must be submitted thirty (30) days prior to date of effect of said price increase(s). The City reserves the right to accept or reject any request for price increases depending on whether adequate Page 9 LEHMANPLBG PLYINC. + Bid No. 682-7861 Page 10 documentation of authorized price increases is submitted and considered legitimate or fair. 1.12 TAX EXEMPTION: Exclude from your bid price any State Sales Tax or Federal Excise Tax. The City of Fort Lauderdale is exempt from paying these taxes. Exemption numbers appear on the purchase order. 1.13 INVOICING: Upon each shipment, each invoice is to reflect the purchase order number, ordering department, quantity delivered, description of item delivered, unit price, extension, and total sum due. 1.14 SIGNATURE REQUIREMENT: Bidder please insure that you have signed Page 1 of this Invitation to Bid. Omission of a signature on that page may result in the rejection of your bid. • 1.15 MINORITY PARTICIPATION: The City of Fort Lauderdale wants to increase the participation of minority business enterprise (MBE) and women business enterprise (WBE) in its purchasing activities. While the City does not have any preference or set aside programs in place, it is committed to a policy of equitable participation of these • firms. If your firm qualifies, please indicate in Section 1j. of the first page of the Invitation to Bid. • LEE MAN PIPE & PLSG SUPPLY INC. • Bid No. 682-7861 Part 2. SPECIAL CONDITIONS Page 11 2.1 INTENT: This is a Cooperative Invitation to Bid issued by the City of Fort Lauderdale on behalf of the participating agencies referenced within this bid document. All quantities given are estimates of annual needs and may be increased or decreased to meet the requirements of each participant. No warranty is given or implied as to the exact quantities that will be used during the term of any resulting contract(s). 2.2 QUANTITIES REQUIRED: Exact quantities cannot be predetermined, but estimated annual expenditures by group are projected as follows: Group I. $60,000.00 Group II. 30,000.00 Group III. 7,500.00 Group IV. 10,000.00 Group V. 18,000.00 Group VI. 4,000.00 Group VII. 1,500.00 Group VIII. 10,000.00 Estimated annual expenditures may be adjusted to meet the requirements of the City. Proposed expenditures are for tabulation and information only. No warranty is given or implied as to the specific item, dollar value, or quantity that will be purchased during the contract period. 2.3 GUARANTEE/WARRANTY: Bidder is to indicate the manufacturer's standard warranty and guarantee against defective materials and work- manship. 2.4 INSURANCE REQUIREMENTS: Without limiting any of the other obligations or liability of the Contractor, Contractor shall provide, pay for, and maintain in force throughout the contract term and any extension term(s), the insurance coverages set forth in this section. The Contractor shall furnish original certificates to the City's Purchasing Manager, and receive approval by the City's Risk Manager, PRIOR to commencement of any work. Such certificates shall name the City (and any other participating government agency in Broward County, named herein,) as an "ADDITIONAL INSURED", per the sample Insurance Certificate attached. Notice of cancellation and/or restriction: The policy(s) must be endorsed . to provide the City with thirty (30) days notice of cancellation and/or PLB�p y Vic. Bid No. 682-7861 restriction. 2.4.1. Workers' Compensation Insurance & Employers Liability Insurance to apply for all employees, in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. In addition, the policy must include: 2.4.1.1 _ Employers Liability: Minimum limits of one hundred thousand ($100,000.00) dollars each accident. 2.4.1.2. tf any operations are to be undertaken on or about navigable waters, coverage must be included for the U. S. Longshoremen and Harbor Workers Act and Jones Act (if applicable). 2.4.2. Comprehensive General Liability: Minimum limits of five hundred thousand dollars ($500,000.00) per occurrence combined single limit for Bodily Injury Damage and Property Damage liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: 2.4.2.1. Premises and/or operations 2.4.2.2. Independent Contractors 2.4.2.3 City and any other government entity in Broward County, named herein, is to be included as an "Additional Insured" with respect to liability arising out of operations performed for the City in connection with the general supervision of such operation. 2.4.3. Business Automobile Liability: Minimum limits of three hundred thousand ($300,000.00) dollars per occurrence combined single limit for Bodily Injury Liability and Property policy, without restrictive endorsements, as filed by the Insurance Services Office and must include 2.4.3.1. Owned Vehicles Page 12 . LEHMAN PIPE & PLBG SUPPLY INC. 1-1 • is Bid No. 682-7861 PART 3. SPECIFICATIONS Schedule 40 PVC Pipe (Group I.) PVC Materials: Polyvinyl chloride (PVC) Schedule 40 (white): PVC (type 1, grade 1) cell classification 12454B, ASTM D-1784, 0-1785, D-2466 ANSI B2.1 NSF-14 Schedule 40 pipe is to be made available in standard 20' lengths as plain end or belled one end. ASTM standard D-2672 (for belled end) will apply where applicable. Schedule 40 PVC Fittings (Group II.) PVC Materials: Polyvinyl chloride (PVC) Schedule 40 (white): PVC (type 1, grade 1) cell classification 124548, ASTM D-1784, D-1785, 0-2466 ANSI 82.1 NSF-14 Schedule 80 PVC Pipe (Group IIL) PVC Materials: Polyvinyl chloride (PVC) Schedule 80 (grey): PVC (type 1, grade 1) cell classification 12454B, ASTM D-1784, D-1785, ANSI 82.1, B16.1 NSF-14 Schedule 80 pipe is to be made available in standard 20' lengths as plain end. Schedule 80 PVC Fittings (Group IV.) PVC Materials: Polyvinyl chloride (PVC) Schedule 80 (grey): PVC (type 1, grade 1) cell classification 124548, ASTM D-1784, D-1785, D-2464, D-2467 ANSI 132.1, B16.1 NSF-14 Class 160 Pipe (Group V.) PVC Plpe (SDR-PR) Conforms to ASTM D-2241 & D-2672 for Belled End (or latest revision) NSF-14 Class 160 pipe is to be made available in standard 20' lengths as belled one end. Page 13 PLB SLYII& Bid No. 682-7861 Page 14 Polyvinyl Chloride Nipples (Group VI.) Polyvinyl Chloride Risers (Group VIL) All polyvinyl chloride nipples and polyvinyl chloride risers must be compatible with other pipes and fittings as specified in this bid and the associate ASTM standards. PVC Pipe Cement and Cleaner (Group Vill.) Regular Cement for PVC Pipe and Fittings: Regular bodied clear cement recommended for use on PVC pipe and fittings up to 4 inches for Schedule 40 and up to 2 inches for Schedule 80 potable water pressure pipe, gas, conduit, drain waste and vent pipe. Flows freely. Sets up quickly. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM 0-2564 (or latest revision). Heavy Duty Gray Cement for PVC Pipe and Fittings: Heavy bodied gray colored cement recommended for use on PVC pipe and fittings up to 12 inches in diameter. For Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit, drain waste and vent pipe. Flows freely and provides a thick layer of cement on the pipe. Helps to fill gaps in larger diameter pipe and loose fitting joints, Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM 0-2564 (or latest revision). Heavy Duty Fast Set Gray Cement for PVC: Heavy bodied fast set gray cement recommended for use on PVC pipe and fittings up to 18 inches in diameter. Much thicker and more viscous than other cements. Formulated especially for quick installations of irrigation pipe and fittings. For use on Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit and drain waste and vent pipe. Flows freely with a honeylike consistency and provides a very thick layer of cement on the pipe and fitting. Fills gaps in larger diameter pipe and loose fitting joints. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM D-2564 (or latest revision). Medium Bodied Gray Cement for PVC Pipe and Fittings: Medium bodied gray colored cement recommended for use on PVC pipe and fittings up to 6 inches in diameter. Fo,r Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit drain waste and vent pipe. Flows freely and covers with a thicker layer than regular PVC. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM 0-2564 (or latest revision). Bain-R-Shine Blue Cement for PVC Pipe and Fittings: Medium bodied blue colored cement recommended for PVC pipe and fittings up to 6 inches in diameter. Fast -setting cement formulated for wet conditions and/or when quick pressurization and fast installation is needed. For Schedule 40 and Schedule 80 potable water pressure pipe, irrigation, gas, conduit and drain waste and vent pipe. Flows freely and covers with a thicker layer than regular PVC. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM D-2564 (or latest revision). All Weather Cement for PVC Pipe and Fittings: Medium bodied clear cement recommended for use on PVC pipe and fittings up to 6 inches in diameter. Formulated for fast initial set up at temperatures to 10 degrees F for Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit, drain waste and vent pipe. Flows freely and maintains good gap -filling properties. Apply at temperatures 10 degrees F to 100 degrees F. NSF listed. Must meet or exceed ASTM 0-2564 (or latest revision). Cleaner, All Purpose: All purpose cleaner for CPVC-PVC-ABS Plastic pipe and fittings. r LEEMAN PIPE & PLBG SUPPLY INC. - • 0 • Bid No. 682-7861 Part 4. PROPOSAL SECTION Page 15 It Is the Intention of this bid to request that participating vendors offer a percentage discount from an established price list. This eliminates the need to list each of the different items required by the agencies represented. Prices may fluctuate during the life of any resulting contract provided that they are based on the actual manufacturer's price adjustment and that they are tied to the actual manufacturers price list. Percentage discount, added to, or net must remain firm for the contract period. In order to compare pricing, the following Items have been chosen to determine the low responsive and responsible bidder(s). Group 1. Pipe, PVC Schedule 40 1.1/2" F. E. 2- ?. E . Group II. Fittings, PVC, Schedule 40 90 degree Ell sxS, 2" 90 degree Ell SxS, 6" 90 degree Ell SxRed. Slip 1 "x3/4" 90 degree Ell SxRed. Slip 2"x1-1/2" 45 degree Ell Sxs 2" 45 degree Ell SxS g.. Tee, SxSxFPT 1-1/2" Tee, SxSxFPT 4" Cap, Slip 1" Cap, Slip g.. Item Number on Price List 2- 7ti2Do Item Number on Price List yoG - 0&0 yo(o - 121 you -as► y)7-0Z0 W 0-- 090 q0a- 01sr o L%? " D, qN7 -- 0 0 Per Item Unit Percentage Price Per Price Bid or Net List (+, NET) Per Item Unit Price Per Price List O•C- 0045. 8 3� 3 Sor. 1 K-w.. Per Item Net Delivered Price c Percentage , 0 Per Item Not Bid or Net Lb I Delivered Price NET) , -- 93. I go g .8q /, a3-gL C)L PLMMPI EI & Bid No. 682-7861 Page 16 Group Ill. Item Number on Per Item Unit Percentage Bid Per Item Net Pipe, PVC Price List Price Per Price or Net Delivered Price Schedule 80 List (+, -, NET) Ts 1003d 00C- + S 0e- 10" DO 7S7 00c -4-5 39c Group IV. Item Number on Per Item Unit Percentage Bid Per Item Net Fittings, PVC Schedule 80 Price List Price Per Price List or Net (+, -, NET) Delivered Price Coupling, SxS -I p s� 1 -DI 04" JOS Coapling, Sx31/1 Female Adapter,// Slip x FPT-0l 2-1/2"Female Adapter,n x FPT �^^�75ilp ` r D"CO3/81 MPTZ.. (O .-�, ;lug, MPT Q�C) Group V. Item Number on Per Item Unit Percentage Bid Per Item Net Pipe, Class 160 Price List Price Per Price or Net Delivered Price List (+, -, NET) 2-1/2".a.EF. T1 rows _ a� 5��� +�� C- 1 j Sege r3el �uJ 12 " i,-j 51- 5 It-0 NOT Abg- Group VI. Item Number on Per Item Unit Percentage Bid Per Item Net PVC Nipples Price List Price Per Price or Net Delivered Price List (+, -, NET) 1 /2"x2" 1 /2"x6" Group VII. Item Number on Per Item Unit Percentage Bid Per Item Net PVC Risers Price List Price Per Price or Net Delivered Price List (+, ti NET) 1 /2"xShort f a"CL r S 1 /2'"xLong 0 1 5� C 5 c N 146 '�� c D c� V 'PIPE �? E . -1' 9q' Z. L/7 ?• SO c. Sc-14 (40 ��� ���F �. 0. c. ?� izi3 yes °° 0 PLBGSU�' y ]NO' • Bid No. 682-7861 Page 17 Group Vill. PVC Cleaner and Cement (Oatey or APPROVED EQUAL) Item Number on Price List Per Item Unit Price Per Price List Percentage Bid or Net (*, -, NET) Per item Net Delivered Price All Purpose Cleaner, Quart s, �2..ea , All Purpose Cleaner, Gallon 3 q Heavy Duty Gray Cement, quart Heavy Duty Gary C Cement, Gallon 0 Q L { / - I ,� (� Z- Rain-R-Shine Medium Bodied Cement, Quart ¢� 0y ! o2Q Rain-R-Shine Medium Bodied Cement, Gallon on � � ��®07 `�� Please state the Manufacturer's Published Price List (and date) you are bidding for. • Group 1. Group H. Group Ill. Group IV. Group V. Group VI. Group VII. Group Vlll. State minimum order. $ ohs ~-- E L Np= C. ' 1925 - 2000 MEMORANDUM P E E R F I E L a B E A C H Date: June 23, 1999 To: Broward Governmental Cooperative Purchasing Group From: Donna Council, Purchasing Agent,,�,_� Subject: Co-op Bid — Brass Water Service Fittings Bid (1998/99#07) The City of Deerfield Beach, acting as lead agency for the co-op, accepted bids for Brass Water Service Fittings on June 18, 1999 for the procurement of water fittings. The City of Deerfield Beach's recommendation of award is attached. The award has been made by groups. Several of the groups have a dual award by manufacturer and brand. Under separate cover I will forward a copy of the Commission approval and resolution. Attached for your information is the following: • Bid Tabulation Sheet Recommendation of Award Copy of Ad Original Bid Package Vendor Address List The initial contract shall be for a one (1) year period, with two (2) one year contract renewal. periods as per the terms contained within the bid documents. All original bids are on file in my office, should you require copies. If you have any questions, please contact me at (954) 480-4380. Participating agencies City of Deerfield Beach City of Margate City of Sunrise Broward County Board of Commissioners Town of Davie City of Miramar City of Lauderhill L� City of Oakland Park City of North Lauderdale City of North Miami City of Coral Springs City of Tamarac City of Boca Raton City of Pembroke Pines • [-I INVITATION TO BID The City of Deerfield Beach, as lead . agency for the Broward Governmental Cooperative Purchasing Group, Is accepting sealed Bids until 2:30 p.m., Friday, June 18. 1999, at the Office of the City Manager, 150 NE 2nd Avenue, Deerfield Beach, Florida 33441. for. VVR TE.K" & WATER LINE ACCESSO- RIES, BID #1998-99/ 07. Bids will be publicly opened and read aloud on Friday, June 18,_ 1999, at 2:30 p.m. in the City Com- mission Chamber Room, first floor City Hall, 150 N.E. 2nd Avenue, Deerfield Beach, Florida, 33441. Bid$ received after this time will not be accepted and will be returned to the bidder unopened. Specifications, bid docu- ments and information will be available and may be ex- amined at the Purchasing Division, 210 Goolsby Bow levard, Deerfield Beach, FI 33442. Interested parties may contact Donna Council, Purchasing Agent, at (964) 480-4380. Questions con- cerning the technical speci- fications should be directed to Craig Connor, Utilities Maintenance Superinten- dent, at (954) 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 R. Deetjen, Cl ty Manager May 39, 1909 • • 0 CITY OF DEERFIELD BEACH Vendors - Water Meter Fittings & Water Line Accessories Bid #1998-99/07 NAME CONTACT TELEPHONE FAX U.S. Filter Distribution Anita Christian, Sales Rep. 954-772-7343 954-772-0443 4310 N.W. 10th Avenue Oakland Park, FL 33309 Hughes Supply, Inc. Henry Petermann, Branch Mgr. 954-782-6100 954-784-0206 1200 N.W. 15th Street Pompano Beach, FL 33069 Sunstate Meter & Supply, Inc. Mike Mobbs, Office Mgr. 800-342-3409 352-332-5604 14001 Highway #26 East Newberry, FL 32669 Lehman Pipe & Plumbing Supply Leo Taylor, Sales Rep. 888-576-3054 305-576-3066 230 N.W. 29th Street Miami, FL 33127 Ferguson Underground Jason Walsh, Municipal Sales 954-973-8100 954-960-0095 2361 N.W. 22nd Street Pompano Beach, FL 33069 CITY OF DEERFIELD BEACH r Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #1 Adapters 4" Adapter, 31T' XFPT Sc . 80 #123-33333 NO AWARD /2" Adapter, Brass 112" Com x 5/8" IPM #6A NO AWARD Straight Male Coupling 3/4" Adapter, Brass "3/8" Comp X 1/2 IPM NO AWARD #6 Straight Male Coupling A67 Adapter, Meter,Pr Adapters to change 1-1/2" flanged meter to meter to 2" flanged Ford meter size and length A67 A24 Adapter, Meter,Pair Adapters to change 5/8" X 3/4" meter to 1" spud size and length Ford A24 3/4" Adapter, Stainless Steel NO AWARD V. Adapter, Steel, Sch. 80 Adapter NO AWARD % OFF Additional Purchases from Manufacturing Catalog o Group #2 - Meter Boxes Box, Double Meter Dual H Concrete 1" NO AWARD Small Box, tandard Meter, (Black) Brooks 1419 . solid lid Brooks 1419 Jumbo Box, Meter, (Black) Brooks #1220 solid lid Brooks 1220 % OFF Additional Purchases from Manufacturing Catalog Uo Group #3 - Clamps 3 x Clamp, Repair, Pipe O.D. range 2.97-3,25 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-325-7.5 SS1-325X8 x Clamp, Repair, Pipe O.D. range 3.46-3.70 .5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-370-7,5 SS1-3.70X8 3 x Clamp, Repair, Pipe 5.13. range 3.96-4.2 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-425-7.5 SS1-4.2OX8 3 x Clamp, Repair, Pipe O.D. range, 3.75-4.00 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.00 X 8" or equal FS1-400-7.5 SS1-4.00X8 3 x Clamp, Repair, Pipe Q.D. range .97-3.2 10" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-325-10 SS1-3.25X10 3 x Clamp, Repair, Pipe O.D. range 3.46-3.70 10" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-370-10 SS1-3.70X10 3 x Clamp, Repair, Pipe Z5.D. range 3.96-4.2 10" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-425-10 SS1-4,20X10 3 x Clamp, Repair, Pipe O.D. range, 3.75-4,00 46.16 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.00 X 12" or equal FS1-400-12.5 SS1-4.00X12 3 x Clamp, Repair, Pipe O.D. range 2.97-3.25 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-325-15 SS1-3.25X16 3 x Clamp, Repair, Pipe O.D. range 3,46-3.70 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-370-15 SS1-3.70X16 3 x Clamp, Repair, Pipe O.D. range 3.96-4.25 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-425-15 SS1-4.20X16 Page 1 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply F Meter & Plumbing Underground Group #3 - Clamps - continued 3 x lamp, Repair, Pipe O.D. range, 3.75-4.00 . Stainless with Stainless Bolts, Romac #SS1 Ford Romac 716" 4.00 X 16" or equal FS1-400-15 SS1-4.00X16 3 1/2 x Clamp, Repair, Pipe O.D. range, 3.95-4.20 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.20 X 8" or equal FS1-425-7.5 SS1-4.2OX8 3 1/2 x Clamp, Repair, Pipe O.D. range, 3.95-4.20 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.20 X 12" or equal FS1-425-12.5 SS1-4.20X12 3 1/2 x Clamp, Repair, Pipe O.D. range, 3.95-4.20 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.20 X 16" or equal FS1-425-15 SS1-4.20X16 4 x Clamp, Repair, Pipe O.D. range 4.45-4,73 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac F51-473-7.5 SS1-4.85X8 4 x Clamp, Repair, Pipe O.D. range 4. 4-5.14 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-514-7.5 SSi-5.14X8 4 x Clamp, Repair, Pipe O.D. range, 4.45-4.85 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.85 X 8" or equal FS1-473-7.5 SS1-4,85X8 4 x Clamp, Repair, Pipe 0.0, range, 4,74-5.14 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4 X 8" or equal FS1-514-7.5 SSi-5.14X8 mp, Repair, Pipe O.D. range, 4.95-5.35 qxClmmp, inless with Stainless Bolts, Romac #SS1 Ford Romac 5 X 8" or equal FS1-535-7.5 SS1-5.35X8 Repair, Pipe O.D. range, 5.20-5.60inless with Stainless Bolts, Romac #SS1 Ford Romac 5.60 X 8" or equal FSi-562-7.5 SS1-5.60X8 4" X Clamp, Repair Clamp, Ford - Stainless with 10" stainless bolts, Ford, Romac, JCM or equal Ford Romac FS1 SS1-4X10 4 x lamp, Repair, Pipe O.D. range 4.45-4. 3 10" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-473-10 SS1-4.85X10 4 x Clamp, Repair, Pipe O.D. range 4.74-5.14 . 10" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-514-10 SS1-5.14X10 4 x Clamp, Repair, Pipe O.D. range, 4.45-4.85 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.85 X 12" or equal FS1-473-12.5 SS1-4.85X12 4 x Clamp, epair, Pipe O.D. range, 4.74-5.14 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 5.14 X 12" or equal FS1-514-12.5 SS1-5.1012 4 x Clamp, Repair, Pipe O,D. range, 4.95-5.35 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 5.35 X 12" or equal FS1-535-12.5 SS1-5.35X12 4 x Clamp, Repair, Pipe O.D. range, 5.20-5.60 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 5.60 X 12" or equal FS1-562-12.5 SS1-5.60X12 4" X Clamp, Repair Clamp, Ford - Stainless with 150.21 15" stainless bolts, Ford, Romac, JCM or equal Ford Romac FS1 SS1-4X16 4 x Clamp, Repair, Pipe O.D. range 4.4 -4.73 7 1 15'. Stainless Steel, Ford FS-1 or equal Ford Romac FS1-473-15 SS1-4.85X16 Page 2 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #3 - Clamps - continued 4 x Clamp, Repair, Pipe O.D. range 4.74-5.14 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-514-15 SS1-5.14X16 4 x Clamp, Repair, Pipe O.D. range, 4.45-4.85 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 4.85 X 16" or equal FS1-473-15 SS1-4.85X16 4 x Clamp, Repair, Pipe Q.D. range, 4.74-5.14 16" Stainless with Stainless Bolts, Romac #SSi Ford Romac 5.14 X 16" or equal FS1-514-15 SS1-5.14X16 4 x Clamp, Repair, Pipe O.D. range, 4.95-5.35 4i 5U.21 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 5.35 X 16" or equal FSi-535-15 SS1-5.35X16 4 x Clamp, Repair, Pipe O.D. range, 5.20-5.60 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 5.60 X 16" or equal FS1-562-15 SSi-5.60X16 4 x Clamp, Repair, Pipe O.D. range 4. 4-5.14 20" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-514.20 SS1-5.14X20 6 x Clamp, Repair, Pipe O.D. range 5.95-6.35 . 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-635-7.5 SS1-6.35X8 6 x Clamp, Repair, Pipe O.D. range 6.84-7.2430.57 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-724-7.5 SS1-7.24X8 6 x Clamp, Repair, Pipe O.D. range, 5.95-6.35 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 6.35 X 8" or equal FS1-635-7.5 SS1-6.35X8 6 x Clamp, Repair, Pipe O.D. range, 6.60-7.00 30.57 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.00 X 8" or equal FS1-696-7.5 SS1-7.00X8 6 x Clamp, Repair, Pipe O.D. range, 6.84-7.24 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.24 X 8" or equal FS1-724-7.5 SS1-7.24X8 6 x lamp, Repair, Pipe O.D. range, 7.06-7,46 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.46 X 8" or equal FS1-745-7.5 SS1-7.46X8 6 x Clamp, Repair, Pipe 5.6. range, 7,40- .80 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7,80 X 8" or equal FS1-785-7.5 SS1-7.80X8 6" X Clamp, Repair Clamp, Ford: Stainless with 10" stainless bolts, Ford, Romac, JCM or equal Ford Romac FS1 SS1-6X10 6 x Clamp, Repair, Pipe O.D. range .9 -6,35 10" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-635-10 SS1-6.35X10 6 x Clamp, Repair, Pipe O.D. range 6.84- .24 10" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-724-10 SS1-7.24X10 6 x Clamp, Repair, Pipe O.D. range, 5.95-6,35 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 6.35 X 12" or equal FS1-635-12.5 S$1-6.35X12 6 x Clamp, Repair, Pipe O.D. range, 6.60-7.00 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.00 X 12" or equal FSi-696-12.5 SS1-7.00X12 6 x Clamp, Repair, Pipe O.D. range, 6.84-7.24 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.24 X 12" or equal FS1-724-12.5 SS1-7.2012 Page 3 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #3 - Clamps - continued x Clamp, Repair, Pipe O.D. range, 7.06-7.46 Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.46 X 12" or equal FS1-745-12.5 SS1-7.46X12 6 x Clamp, Repair, Pipe O.D. range, 7.40-7.80 48.88 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.80 X 12" or equal FS1-785-12.5 SS1-7.80X12 6" X Clamp, Repair Clamp, For - Stainless with 15" stainless bolts, Ford, Romac, JCM or equal Ford Romac FS1 SS1-6X16 6 x Clamp, Repair, Pipe O.D. range 5.95-6.35 b4.05 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-635-15 SS1-6.35X16 6 x Clamp, Repair, Pipe O.D. range 6.84-7.24 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-724-15 SS1-7.24X16 6 x Clamp, Repair, Pipe O.D. range, 5.95- .35 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 6.35 X 16" or equal FS1-635-15 SS1-6.35X16 6 x Clamp, Repair, Pipe Q.D. range, 6.60-7.00 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.00 X 16" or equal FS1-696-15 SS1-7.00X16 6 x Clamp, Repair, Pipe O.D. range, 6.84-7.24 4i 54.U5 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.24 X 16" or equal FS1-724-15 SS1-7.24X16 6 x Clamp, Repair, Pipe Q.D. range, 7.06-7.46 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.46 X 16" or equal F$1-745-15 SS1-7.46X16 Clamp, Repair, Pipe O.D. range, 7.40-7.80 . 011 Stainless with Stainless Bolts, Romac #SS1 Ford Romac 7.80 X 16" or equal FS1-785-15 SS1-7.80X16 6 x Clamp, Repair, Pipe O.D. range 5.95-6.35 BUM 83.55 20" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-635-20 SS1-6.35X20 6 x Clamp, Repair, pipe Q.O. range 6.84-7.24 20" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-724-20 SSi-7.24X20 8 x Clamp, Repair, Pipe O.D. range 8.99-9.39 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-939-7.5 SS1-9.40X8 8 x Clamp, Repair, Pipe O.D. range 9.27-9.67 35.85 7.5" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-967-7.5 SS1-9.70X8 8 x Clamp, Repair, Pipe O.D, range, .60-9.00 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.00 X 8" or equal FS1-894-7.5 SS1-9.00X8 8 x Clamp, Repair, Pipe O.D. range, 9.00-9.40 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.40 X 8" or equal FS1-939-7.5 SS1-9.40X8 8 x Clamp, Repair, Pipe O.D. range, 9.30-9.70 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.70 X 8" or equal FS1-967-7.5 SS1-9.70X8 8" x Clamp, Repair Clamp, Ford - Stainless with 10" stainless bolts, Ford, Romac, JCM or equal Ford Romac FS1 SS1-8X10 x Clamp, Repair, Pipe O.D. range 8.99-9.39 0" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-939-10 SS1-9.40X10 Page 4 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #3 - Clamps - continued Clamp, Repair, Pipe O.D. range 9.27-9.67 47.50 Stainless Steel, Ford FS-1 or equal Ford Romac FSi-967-10 SS1-9.70X10 8 x Clamp, Repair, Pipe O.D. range, 8.60-9.00 51.5U 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.00 X 12" or equal FS1-894-12.5 SS1-9.00X12 8 x Clamp, Repair, Pipe Q.D. range, 9.00-9.40 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.40 X 12" or equal FS1-939-12.5 SS1-9.40X12 8 x Clamp, Repair, Pipe O.D. range, 9.30-9.70 51.5U 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.70 X 12" or equal FS1-967-12.5 SS1-9.70X12 8" X Clamp, Repair Clamp, Ford - Stainless with 15" stainless bolts, Ford, Romac, JCM or equal Ford Romac FS1 SS1-8.00X16 8 x Clamp, Repair, Pipe O.D. range 8.99-9.39 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-939-15 SS1-9.40X16 8 x Clamp, Repair, Pipe Q.D. range 9.27-9.67 15" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-967-15 SS1-9.70X16 8 x Clamp, Repair, Pipe 5.13. range, 8.60-9.00 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.00 X 16" or equal FS1-894-15 SS1-9.00X16 8 x Clamp, Repair, Pipe O.D. range, 9.00-9.40 . 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9.40 X 16" or equal FS1-939-15 SSi-9.40X16 Clamp, Repair, Pipe O.D. range, 9.30-9.70 Stainless with Stainless Bolts, Romac #SS1 Ford Romac 9,70 X 16" or equal FS1-967-15 SS1-9.70X16 8 x Clamp, Repair, Pipe Q.D. range 8.99-9.39 20" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-939-20 SS1-9.40X20 8 x Clamp, Repair, Pipe O.D. range 9.27-9.67 20" Stainless Steel, Ford FS-1 or equal Ford Romac FS1-967-20 SS1-9.70X20 10 x Clamp, Repair, Pipe O.D. range, 11.04-11.44 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 11.44 X 8" or equal FS1-1144-7.5 SS1-11.44X8 10 x Clamp, Repair, Pipe O.D. range, 11.40-11.80 49AU 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 11.80 X 8" or equal FSi-1174-7.5 SS1-11.80X8 10 x Clamp, Repair, Pipe O.D. range, 11.60-12.00 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 12.00 X 8" or equal FS1-1215-7.5 SS1-12.00X8 10 X Clamp, Repair,Pipe O.D. range 11.04-12.24 10" with Stainless Steel Bolts, Ford, Romac, JCM Romac or equal SS312.24x10 10 x Clamp, Repair, Pipe O.D. range, 11.04-11.44 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 11,44 X 12" or equal F511144-12.5 SS111.44X12 10 x Clamp, Repair, Pipe Q.D. range, 11.4 -11. 0 . 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 11.80 X 12" or equal F511174-12.5 55111.80X12 x lamp, Repair, Pipe O.D. range, 11.60-12.00 Stainless with Stainless Bolts, Romac #SS1 Ford Romac 12.00 X 12" or equal FS11215-12.5 SS112.00X12 Page 5 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #3 - Clamps - continued 0 X Clamp, Repair, Pipe O.D. range 11,04-12.24 15" with Stainless Steel Bolts, Ford, Romac, JCM Romac or equal SS312.24X16 lox Clamp, Repair, Pipe O.D. range, 11.04-11.44 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 11.44 X 16" or equal FS11144-15 SS111.44X16 lox Clamp, Repair, Pipe O.D. range, 11.40-11.80 4i 139.20 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 11.80 X 16" or equal FS11174-15 SS111.80X16 lox Clamp, Repair, Pipe O.D. range, 11.60-12.00 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 12.00 X 16" or equal FS11215-15 SS112.00X16 12 x Clamp, Repair, Pipe O.D. range, 1 .70-13.10 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 13.10 X 8" or equal FS11302-7.5 SS113.10X8 12 x Clamp, Repair, Pipe O.D. range, 13,15-13.55 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 13.55 X 8" or equal FS11350-7.5 SS113.55X8 12 x lamp, Repair, Pipe O.D. range, 13.60-14.00 . 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 14.00 X 8" or equal FS11410-7.5 SS114.00X8 12 x Clamp, Repair, Pipe O.D. range, 14.10-14.50 $ 56. 15 8" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 14.50 X 8" or equal FS11440-7.5 SS114.50X8 12 x Clamp, Repair, Pipe O.D. range, 13.14-14.34 10" with Stainless Steel Bolts, Ford, Romac, JCM Romac or equal SS314.34X10 12 x 12" Clamp, Repair, Pipe O.D. range, 1 -13.10 Stainless with Stainless Bolts, Romac #SS1 90.0 Ford Romac 13.10 X 12" or equal FS11302-12.5 SS113.10X12 12 x Clamp, epair, PipeO.D. range, 13.15-13. 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 13.55 X 12" or equal FS11350-12,5 SS113.55X12 12 x Clamp, Repair, Pipe O.D. range, 13.60-14.00 90.00 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 14,00 X 12" or equal FS11410-12.5 SS114.00X12 12 x Clamp, Repair, Pipe O.D. range, 14.10-14.50 12" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 14.50 X 12" or equal FS11440-12.5 SS114.50X12 12 x Clamp, Repair, Pipe O.D. range, 13.04-14.34 15" with Stainless Steel Bolts, Ford, Romac, JCM Romac or equal SS314.34X16 12 x Clamp, Repair, Pipe O.D. range, 12.70-13.10 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 13.10 X 16" or equal FS11302-15 SS113.10X16 12 x Clamp, Repair, Pipe O.O. range, 13.15.13.55 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 13.55 X 16" or equal FS11350-15 SS113.55X16 12 x Clamp, Repair, Pipe O.D. range, 13.60-14.00 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 14.00 X 16" or equal FS11410-15 SS114.00X16 12 x Clamp, Repair, Pipe Q.D. range, 14.10-14.50 16" Stainless with Stainless Bolts, Romac #SS1 Ford Romac 14.50 X 16" or equal FS1-1440-15 SS114.50 16 3 x 7-1/2" Clamp, Repair, Pipe Q.D. range, 3.45-3.70 Stainless with Cast Lug, Romac #CL1 Romac Ford 3.70 X 7-1/2" or equal CU3.7X7-112 F1-370X7.5 Page 6 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award 4 Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #3 - Clamps - continued 3 x Clamp, Repair, Pipe O.D. range, 3.75-4.00 -1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 4.00 X 7-1/2" or equal CL14.00X7-112 F1-400X7.5 3 x Clamp, Repair, Pipe O.D. range, 3,45-3.70 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 3.70 X 12" or equal CL1-3.70x12 F1-37OX12 3 x Clamp, Repair, Pipe O.D. range, 3. -4.00 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 4.00 X 12" or equal CL1-4.00X12 F1-40OX12 3 x Clamp, Repair, Pipe O.D. range, 3.45-3. 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 3.70 X 15" or equal CL1-3.70X15 F1-37OX15 3 x Clamp, Repair, Pipe .D. range, 3.75-4.00 5 U1.41:5 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 4.00 X 15" or equal CL1-4.00X15 F1-40OX15 4 x Clamp, Repair, Pipe O.D. range, 4.45-4.85 . 7-1/2" Stainless with Cast Lug, Romac #CLi Romac Ford 4.85 X 7-1/2" or equal CL14.85x7.112 F1-473X7.5 4 x Clamp, Repair, Pipe O.D. range, 4.74-5.14 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 5.14 X 7-1/2" or equal CL7.5.14X7.112 F1-5107.5 4 x Clamp, Repair, Pipe 0.0. range, 4.95-5.3 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 5.35 X 7-1/2" or equal CL1.5.3WAQ F1-535X7.5 4 x Clamp, Repair, Pipe O.D. range, 4.45-4.85 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 4.85 X 12" or equal CL1-4.85X12 F1-473X12 4 x Clamp, Repair, Pipe Q.D. range, 4.74-5.14 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 5.14 X 12" or equal CL1-5.14X12 F1-51012 4 x Clamp, Repair, Pipe O.D, range, 4.95-5.35 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 5.35 X 12" or equal CLi-5.35X12 F1-535X12 4 x Clamp, Repair, Pipe O.D. range, 4.45-4.85 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 4.85 X 15" or equal CL1-4.85X15 F1-473X15 4 x Clamp, Repair, Pipe O.D. range, 4.74-5.14 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 5.14 X 15" or equal CL1-5.14X15 F1-514X15 4 x Clamp, Repair, Pipe Q.D, range, 4.95-5.35 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 5.35 X 15" or equal CL1-5.35X15 F1-535X15 6 x Clamp, Repair, Pipe O.D. range, 6.60-7,00 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 7.00 X 7-1/2" or equal CU-7AOX7.112 F1-696X7.5 6 x Clamp, Repair, Pipe O.D. range, 6.84-7,24 3b.bu 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 7.24 X 7-1/2" or equal CL1-1.24x7.112 F1-724X7.5 6 x Clamp, Repair, Pipe O.D. range, 7.05- .46 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 7.46 X 7-1/2" or equal CL7.7.45X7-112 F1-745X7.5 6 x Clamp, epair, Pipe O.D. range, 6.60-7.00 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 7.00 X 12" or equal CL1-7.00X12 F1-696X12 6 x lamp, Repair, Pipe 0.0. range, 6. 4-7. 4 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 7.24 X 12" or equal CL1-7.24X12 F1-724X12 Page 7 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter supply Meter & Plumbing Underground Group #3 - Clamps - continued x Clamp, Repair, Pipe .D. range, 7.05-7.46 2" Stainless with Cast Lug, Romac #CL1 Romac Ford 7.46 X 12" or equal CL1-7.46X12 F1-745X12 6 x Clamp, Repair, Pipe O.D. range, 6.60-7.00 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 7.00 X 15" or equal CL1-7.00X15 F1-696X15 6 x Clamp, Repair, Pipe O.D. range, 6.84-7.24 15'• Stainless with Cast Lug, Romac #CL1 Romac Ford 7.24 X 15" or equal CL1-7.24X15 Fi-724X15 6 x Clamp, Repair, Pipe O.D. range, 7.05-7.46 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 7,46 X 15" or equal CL1-7.46X15 F1-745Xi5 8 x Clamp, Repair, Pipe O.D. range, 8.60-9.00 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.00 X 7-112" or equal CL1-9.00V-112 F1-894X7.5 8 x Clamp, Repair, Pipe Q.D. range, 9.00-9.40 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.40 X 7-1/2" or equal CL1-9.40X7.112 F1-939X7.5 8 x Clamp, Repair, Pipe O.D. range, 9.30-9.70 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.70 X 7-1/2" or equal CL1-9.7OX7.112 Fi-967X7.5 8 x Clamp, Repair, Pipe O.D. range, 8.60-9.00 12" Stainless with Cast Lug, Romac #CLi Romac Ford 9.00 X 12" or equal CL1-9.00X12 F1-89012 8 x Clamp, Repair, Pipe O.D. range, 9,00-9.40 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.40 X 12" or equal CLi-9.40X12 F1-939X12 x Clamp, Repair, Pipe O.D. range, 9,30-9,70 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.70 X 12" or equal CL1-9,70X12 F1-967X12 8 x Clamp, Repair, Pipe O.D. range, 8.60-9.00 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.00 X 15" or equal CL1-9.00X15 F1-894X15 8 x Clamp, Repair, Pipe O.D. range, 9.00-9.40 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.40 X 15" or equal CL1-9.40X15 F1-939X15 8 x Clamp, Repair, Pipe O.D. range, 9.30-9.70 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 9.70 X 15" or equal CL1-9,70X15 F1-967X15 10 x Clamp, Repair, Pipe O.D. range, 10.70-11.10 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.10 X 7-1/2" or equal CL1-11.10X7-1/2 F1-1104X7.5 10 x Clamp, Repair, Pipe O.D. range, 11.04-11.44 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.44 X 7-1/2" or equal CL1-11.407.1/2 F1-1144X7.5 10 x lamp, Repair, Pipe O.D. range, 11.40-11.8 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.80 X 7-1/2" or equal CL7.11.80X7.112 F1-1174X7.5 10 x Clamp, Repair, Pipe O.D. range, 10.70-11.10 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.10 X 12" or equal CL1-11.10X12 F1-1104X12 x Clamp, Repair, Pipe O.D. range, - 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.44 X 12" or equal CL1-11.44X12 F1-1144X12 x amp, Repair, Pipe .range, 11.40-11.80 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.80 X 12" or equal CL1-11.80X12 F1-1174X12 Page 8 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground - ro amps - continued x amp, Repair, PipeO.D. range, troup 5" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.10 X 15" or equal CL1-11.10X15 F1-1104X15 x amp, Repair,-PipeO.D. range, - 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.44 X 15" or equal CL1-11.4015 F1-1144X15 x Clamp, Repair, Pipe O.D. range, - 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 11.80 X 15" or equal CL1-11.80X15 F1-1174X15 12 x Clamp, Repair, Pipe O.D. range, 7-1 /2" Stainless with Cast Lug, Romac #CL1 Romac Ford 13.10 X 7-1/2" or equal CL1.13.1ax7.v2 F1-1302X7.5 x Clamp, Repair, Pipe O.D. range, - 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 13.55 X 7-1/2" or equal CLI-13.55X7.112 Fi-1350X7.5 x Clamp, Repair, Pipe O.D. range, - 7-1/2" Stainless with Cast Lug, Romac #CL1 Romac Ford 14.00 X 7-1/2" or equal CL1.14.00x7.112 F1-1410X7.5 x Clamp, Repair, Pipe O.D. range, 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 13,10 X 12" or equal CLi-13.10X12 F1-1302X12 x amp, Repair, PipeO.D. range, - 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 13.55 X 12" or equal CL1-13.55X12 Fi-135OX12 x Clamp, Repair, Pipe O.D. range, 12" Stainless with Cast Lug, Romac #CL1 Romac Ford 14.00 X 12" or equal CL1-14.00X12 Fi-141OX12 x Clamp, Repair, Pipe O.D. range, - 5" Stainless with Cast Lug, Romac #CL1 Romac Ford 13.10 X 15" or equal CL1-13.10X15 Fi-1302X15 2x Clamp, Repair, Pipe O.D. range, - 15"" Stainless with Cast Lug, Romac #CL1 Romac Ford 13.55 X 15" or equal CL1-13.55X15 F1-1350X15 x Clamp, Repair, Pipe O.D. range, . 15" Stainless with Cast Lug, Romac #CL1 Romac Ford 14.00 X 15" or equal CL1-14.00X15 F1-141OX15 % OFF Additional Purchases from Manufacturing Catalog Uo o GroupSleeves Compression Sleeves (Ferrules) Brass NO AWARD ompression Sleeve NutsBrass NO AWARD Group Connectors Connectors, Hose, MIP Brass American M-71 Connector, Hose MIP Brass American M-71 a OFF AdditionalPurchases from Manufacturing Catalog Uo roup Corporation cps Corporation op, Ford FBI 700 or equal Ford FB1700-4 Corporation Stop, Ford F131700 or equal Ford FB1700-7 orpora Ion ops,taper thre5d Inlet by Pack Joint Outlet for copper or plastic Ford tubing( TS) valvesz 1" inlet and outlet sz 1" F1000-4 body outlet threads 1" flare cooper F1000-4 Page 9 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group Corporation Stops - continued Corporation Stops, Ball corp, - taper thread Inlet by Pack Joint outlet for Ford copper or plastic tubing (CTS) valve size 2" FB1000-7 inlet and outlet size 2", body outlet threads 2" flare copper Ford or equal FBI 000-7 Corporation Stops, Ball corp, Male Iron Joint outlet for copper or plastic tubing (CTS) valve Ford sz 2" inlet and outlet sz 2", body threads, FB1100-7 2" Ford or equal F81100-7 Corporation, Stop Brass Domestic -Mueller H-9996 Ford F400-4 Corporation, Stop rass- omes ic- ue er 6.615 Ford F400-3 % OFF Additional Purchases from Manufacturing Catalog o u Group #7 - Couplings 1-1/4" Coupling, Brass Female 4.97 Elkhart 3/4" Coupling, Brass, 3/4" C84-33 PX 3/4" M Ford C8433 3/4" Coupling, Brass, 1" x 3/4" Ford C84-43G Ford C8443G 1-1/2" Coupling, Brass, 1-1/2" Ford C-84-66 Ford C8466G 1" oupling, C-84-44 1" PX1" M Brass Ford C8444 3/4" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS Ford C4433 1" Coupling, Compression Brass Fitting, 5.03 Domestic, J. Jones J-2609/Ford, C-44 CIS Ford C4444 1 1/4" Coupling, Compression Brass Fitting, 7.94 Domestic, J. Jones J-2609/Ford, C-44 CIS Ford C4455 1 1/2" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS Ford C4466 2" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS Ford C4477 3/4" Coupling, Compression, long length 6.01 Dresser or equal Dresser 65 Long 1" Coupling, Compression, long length 6.81 Dresser or equal Dresser 65 Long 1-1/4" oupling, Compression, long length Dresser or equal Dresser 65 Long Page 10 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground roue 7 - Couplings - continued /2" Coupling, Compression, long length Dresser or equal Dresser 65 Long 2" Coupling, Compression, long length . Dresser or equal Dresser 65 Long 3/4" Coupling, Meter DomesticBrass-2 piece, threaded zo shank & meter nut, Merit Brass or McDonald Lee 5680NM 1" oupling, Meter Domestic Brass-2 piece, threaded shank & meter nut, Merit Brass or McDonald Lee 5680NM 1-1/2"Coupling, Meter Domestic Brass-3 piece, threaded shank & meter nut & tailstock bushing Lee 5682 2" Coupling, Meter DomesticBrass-3 piece, t reade shank & meter nut & Tailstock bushing Lee 5682 Coupling, Meter Ends C-38-23-2-5 Ford C382326 3/4 X Coupling, Meter, DomesticBrass-2 piece 2" threaded shank & meter nut Ford C382325 1 X 2" Coupling, Meter, Domestic Brass-2 piece threaded shank & meter nut Ford C38442 Coupling, Meter, Ford MIP thread style thread sx 1 ", 2 5/8" long 2.625 Ford C38-44 Ford or equal C38442625 1.5" Coupling, Pack Joint, Ford or equal C44-66 Ford C4466 3/4" oupling, Pack Joint, MIP Thread, straight 3/4" MIP X 1" CTS Ford or equal, C84-34 Ford C8434 1.5" Coupling, Pack Joint, MIP Thread, straight 1 1/2"MIPX 1 1/2" cts Ford Equal C84-66 Ford C8466 1.5" Coupling, Pack Joint ,FIP Thread, straight 1 1/2" MIP X 1 1/2" CTS Ford or equal C14-66 Ford C1466 Coupling, Pack Joint straight for FIP 5.16 thread 1" FIP x 1" Ford or equal, C-14-44 Ford C1444 Coupling, Pack Joint straight for MIP, C84-44 Ford C8444 Coupling, Pack Joint, CTS both ends, straight, 1" x 1" Ford or equal, C-44-44 Ford C4444 Coupling, Pack Joint, CTS both ends, straight, 3/4" x 1" Ford or equal, C44-34 Ford C4434 oupling, Pack Joint, T both ends, straight, 1-1/2" x 1-1/2" Ford or equal, 044-66 Ford C4466 Page 11 CITY OF DEERFIEL.D BEACH Bid #1998-99107 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground roup #7 - Couplings - continued Coupling, Pack Joint, for CTS both ends, straight, 2" x 2" Ford or equal, C44-77 Ford C4477 Coupling, Pack Joint, for CTS both ends, 4.40 straight, 3/4" x 3/4" Ford or equal, C44-33 Ford C4433 Coupling, Pack Joint, for FIP thread replaces Flare Nut straight,l" FIPx1" CTS,Ford C04-44 Ford C0444 Coupling, Pack Joint, for FIP thread, Straight 2" FIP x 2" CTS Ford or equal C14-77 Ford C1477 Coupling, Pack Joint, for MIP thread, straight, 2" MIP x 2" CTS Ford or equal C84-77 Ford C8477 1" Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford #C55-44 or equal Ford C5544 1 1/2" Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford #C55-66 or equal Ford C5566 2" Coupling, Pack: Joint, F.I.P., Brass Fitting, -Ti 20.51 Domestic, Ford #C55-77 or equal Ford C5577 1" Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford #C85-44 or equal Ford C8544 1/2" Coupling, Pack -joint, M.I. ., assfitting, Domestic, Ford #C85-66 or equal Ford C8566 2" Coupling, Pack -joint, M.I. ., brass fitting, 16.36 Domestic, Ford #C85-77 or equal Ford C8577 1" Coupling, Poly -Poly, Instatite - Mueller NO AWARD 3/4" oup ing, Poly -Poly, Instatite - Mueller NO AWARD 1/2" Coupling, Poly -Poly, Instatite - Mueller NO AWARD 2" Coupling, Poly -Poly, Instatite - Mueller NO AWARD 2" oup ing, Straight Brass, F.I.P. Threads, Domestic, Merit or McDonald Brass Elkhart Coupling, Straight Meter by female Iron Pipe 3.43 thread and flare copper, 5/8" x 3/4" x3/4" Ford meterX3/4"FIP,1 3/4"Ing, Ford or equal C31-23 C3123 Coupling, Straight Meter by female Iron ipe thread and flare copper, 1" meter by 1" FIP, Ford 2 3/8" long, Ford C31-44 or equal C3144 Coupling, Straight Meter by male Iron Pipe 2.35 thread. Body Style "A", thread sz 1", Ford 2 5/8 long, Ford C38-23-2.5 or equal C382325 Coupling, Straight Meter by male Iron Pipe thread. Body Style "A", thread sz 3/4", Ford 2 1/2" long, C38-44-2.625 or equal C38442625 3/4" Coupling, Straight, Brass, F.I.P. Threads, Domestic, Merit, McDonald Brass Elkhart 1" Coupling, Straight, Brass, F.I.P. Threads, Domestic,Merit McDonald Brass Elkhart Page 12 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground coup #7 - Couplings - continued .5" Coupling, Straight, Brass, F.I.P. reads, 6.47 Domestic, Merit, McDonald Brass Elkhart 3/4" Coupling, Water Meter, brass fitting, Body Style"C",Domestic Ford, C-3823 Ford C382325 1" Coupling, Water Meter, brass fitting, Body 3.59 Style "C", Domestic, Ford, C-38-44-2 Ford C38442 % OFF Additional Purchases from Manufacturing Catalog o Group #8 - Curb Stops 3/4" Curb Stop, Brass F.I.P. threaded Domestic Brass with lock wing, 1311 Ford B11333W 1"Curb Stop, Brass F.I.P. X F.I.P. with Lock 19.56 Wing, Domestic Brass, B11-444W Ford B11444W 1" Curb Stop, Brass 1" Angle Ball Valve w/Padwing, 25.05 1" FIP X 1" Meter Switch Nut, Ford BA13-444W Ford BA13444W 2" Curb stop, Brass F.I.P. X F.I.P. with ock Wing, Domestic Brass, 011-777W Ford B11777W Curb Stops, Inverted Key with Female Iron Pipe thread both ends and flare copper Ford ends, valve size 1" inlet and outlet size 1" 211444 approx length 4-7/8" Ford Z11-444 or equal Curb 9tops, Inverted Key with Female Iron 9.77 Pipe thread both ends and flare copper ends, Ford valve size 3/4", inlet and outlet size 3/4", 211333 approx length 3-5/16". Ford Z11-333 or equal % OFF Additional Purchases from Manufacturing atalog o 0 Group #9 - Dressers it Costunit os nl osj unituost I unitOS 3/4" resser, Galvanized SEE GROUP #7 - COUPLINGS 1" Dresser, F3alvanized SEE GROUP #7 - COUPLINGS 1-1/4" Dresser, Galvanized SEE GROUP #7 - COUPLINGS 1-1/2" Dresser, Galvanized SEE GROUP #7 - COUPLINGS 2" Dresser, Galvanized SEE GROUP #7 - COUPLINGS Group #10 - Elbows 3/4" Elbow, Straight 45 degree 9tandard Brass screwed fittings, Domestic,Merit Brass or McDonald Elkhart 1 " Elbow, traight 45 degree Standard Brass screwed fittings, Domestic,Merit Brass or McDonald Elkhart 1-1/4" Elbow, Straight 45 degree Standard Brass 7.04 screwed fittings, Domestic,Merit Brass or McDonald Elkhart Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic, Merit Brass or McDonald Elkhart 2" Elbow, Straight 45 degree Standard Brass 14.33 screwed fittings, Domestic, Merit Brass or McDonald Elkhart /4" Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass or McDonald Elkhart Page 13 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground roup #10 - Elbows - continued 1" Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass,or McDonald Elkhart 1-1/4" Elbow, Straight 90 degree Standard Brass 5.22 fittings, Domestic, Merit Brass,or McDonald Elkhart 1-112" Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass, or McDonald Elkhart 2" Elbow, Straight 90 degree Standard Brass 10.45 fittings, Domestic, Merit Brass,or McDonald Elkhart 3/4" Elbow, Straight 90 degree Street Standard Brass screwed fittings, Domestic Merit or McDonald Elkhart 1" Elbow, Straight 90 degree Street Standard Brass screwed fittings, Domestic Merit or McDonald Elkhart 1.5" Elbow, Straight 90 degree Street Standard Brass screwed fittings, Domestic Merit or McDonald Elkhart 2" Elbow, Straight 90 degree 9treet Standard Brass screwed fittings, Domestic Merit or McDonald Elkhart 1/2" Elbow, Street, Brass Elkhart FF Additional Purchases from Manufacturing Catalog o roup #11 - Flanges 2" x 2" Flange, Bronze Meter Flange, 2" Meter Flange by 2" FIP thread Ford or equal CF31-77 . Ford 1.6"x Flange, Bronze Meter, 1-11 IT Meter Flange 1.5" by 1-1/2" FIP thread Ford or Equal CF31-66 Ford 1.5"x Flange, Bronze Meter, 1-1/2" Meter Flange 10.31 1.5" by 1-1/2" MIP thread Ford or Equal CF38-66-2 Ford 2" x 2" Flange, Bronze Meter, 2" Meter Flange13.75 by 2" MIP thread Ford or Equal CF38-77-2.125 Ford 1-1/2" Flange, Oval Brass Grand Haven 2030 2' Flange, Oval Brass Grand Haven 2035 3" Flange, Round Brass NO AWARD 4" Flange, Round Brass NO AWARD ange, Valve size 2", service line 2", meter size 2" NO AWARD 1-1/2" langes, Meter, Brass Ford CF31-66 2" F anges, Meter, Brass Ford CF31-77 3" Flanges, Meter, Brass NO AWARD OFF Additional Purchases from Manufacturing Catalog o 0 0 Page 14 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #12 - Hose Bibs Hose Bib hose end valve Standard Brass, 1.94 Domestic, Hammond Type 2002 Nibco 46 U 3/4" ose Bib hose end valve Standard Brass, 2.10 Domestic, Hammond Type 2002 Nibco 46U % OFF Additional Purchases from Manufacturing Catalog o Group #13 - Idler Pipes 1" X Idler Pipe, Standard Male Water Meter Threads both Ti 9.U5 10.75 ends copper fitting, Domestic Ford #4/#2 Ford Idler4 3/4"X Idler Pipe, Standard Male Water Meter Threads both 6.17 7 1/2" ends copper fitting, Domestic Ford #4/#2 Ford Idler3 % OFF Additional Purchases from Manufacturing Catalog Uo Group #14 - Insert Stiffeners Insert Stiffeners, nominal size 1 ", 0.61 PET ID.875 Ford Insert-52 or equal Ford 52 Insert Stiffeners, nominal size 2", PET ID 1.653 Ford Insert-55 or equal Ford 55 Additional Purchases from Manufacturing Catalog Uo Group #15 - Meter 9tops 3/4 X Meter Stop, angle, Lacking 5/8" Ford BA43231 W X Meter Stop, angle, Looking 1" Ford BA43342W 1 X 1" Meter Stop, angle, Locking Ford BA43444W 1-1/2" Meter Stop, angle, Locking 51.80 Ford BFA43666W 2" Meter Stop, angle, Locking 13.43 Meter, Water - 3/4" X 5/8" Ford BFA43777W OFF Additional Purchases from Manufacturing Catalog o Group #16 - Nipples 1/4' X Nipple Brass, Fitting ., Domestic, Merit 0.46 3" Brass, McDonald Brass Merit Prod #: 3/4" Nipple Brass, Fitting I.P.T., Domestic, Merit 0.54 Close Brass, McDonald Brass Merit Prod #: 3/4" X Nipple Brass, Fitting I.P.T., Domestic, Merit 2" Brass, McDonald Brass Merit Prod #: 4" X Ripple Brass, Fitting I.P.T., Domestic, Merit 2.5" Brass, McDonald Brass Merit Prod #: 4" X Nipple Brass, Fitting I.P.T., Domestic, Merit 0.91 Brass, McDonald Brass Merit Prod #: Page 15 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter supply Meter & Plumbing Underground Group #16 - Nipples - continued X Nipple Brass, Fitting I.P.T., Domestic, Merit 1.19 Brass, McDonald Brass Merit Prod #: 3/4" X Nipple Brass, Fitting I.P.T., Domestic, Merit 1.13 6" Brass, McDonald Brass Merit Prod #: 1" Nipple Brass, Fitting I.P.T., Domestic, Merit 0.79 Close Brass, McDonald Brass Merit Prod #: 1" X Nipple Brass, Fitting I.P.T., Domestic, Merit 1.13 2.5" Brass, McDonald Brass Merit Prod #: 1" x 3" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass Merit Prod #: 1" x 4" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass Merit Prod #: 1" x 6" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass Merit Prod #: 1" X Nipple Brass, Fitting I.P.T., Domestic, Merit 12" Brass, McDonald Brass Merit Prod #: 1" X Nipple Brass, Fitting I.P.T., Domestic, Merit 13.39 18" Brass, McDonald Brass Merit Prod #: Nipple Brass, Fitting I.P.T., Domestic, Merit 11.19 4" Brass, McDonald Brass Merit Prod #: 1" X Nipple Brass, Fitting I.P.T., Domestic, Merit 30" Brass, McDonald Brass Merit Prod #: 1-1/4" Nipple Brass, Fitting I.P.T., Domestic, Merit Close Brass, McDonald Brass Merit Prod #: 1-1/2" Brass, Fitting I.P.T., Domestic, Merit 1.51 INipple Close Brass, McDonald Brass Merit Prod #: 1-1/2" X Nipplerass, Fitting I.P.T., Domestic, Merit 2" Brass, McDonald Brass Merit Prod #: 1-1/2" X Nipple Brass, Fitting I.P.T., Domestic, Merit 2.5" Brass, McDonald Brass Merit Prod #: 1-1/ " X Nipple Brass, Fitting I.P.T., Domestic, Merit 3" Brass, McDonald Brass Merit Prod #: 1-1/2" X Nipple Brass, Fitting I.P.T., Domestic, Merit 2.91 4" Brass, McDonald Brass Merit Prod #: 1-1/2" X Nipple Brass, Fitting I.P.T., Domestic, Merit 6" Brass, McDonald Brass Merit Prod #: Nipple Brass, Fitting I.P.T., Domestic, Merit ose Brass, McDonald Brass Merit Prod #: Page 16 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #16 - Nipples - continued Nipple, Brass 3/4" x close 0.54 Merit Prod #: 1 X 2" Nipple, Brass Merit Prod #: 1 X 8" Nipple, Brass Merit Prod #: 1-1/2" Nipple, Brass 5.72 x 8" Merit Prod #: 2 X 8" Nipple, Brass 7.39 Merit Prod #: 3/4" X Nipple, Brass Fitting, I.P.T. Domestic 12" Merit Prod #: 1-1/4" Nipple, Brass, Close 1.21 Merit Prod #: 1-1/2" Nipple, Brass, Close Merit Prod #: 1. Nipple, Brass, Fitting, I.P.T., Merit Brass 8.46 12" McDonald Brass or approved Merit Prod #: Nipple, Brass, Fitting, I.P.T., Merit Brass, rose McDonald Brass or approved Merit Prod #: 2" X Nipple, Brass, Fitting, I.P.T., Merit Brass 2.51 2.5" McDonald Brass or approved Merit Prod #: 2" x 3" Nipple, Brass, Fitting, I.P.T., Merit Brass McDonald Brass or approved Merit Prod #: 2" x 4" Nipple, Brass, Fitting, .T., Merit Brass, 3.76 McDonald Brass or approved Merit Prod #: 2" x 6" Nipple, Brass, Fitting, I.P.T., Merit Brass, McDonald Brass or approved Merit Prod #: 2" ipple, Brass, Fitting, I.P.T., Merit Brass, 12" McDonald Brass or approved Merit Prod #: 2" X Nipple, Brass, Fitting, I.P.T., Merit Brass, 24" McDonald Brass or approved Merit Prod #: "X Nipple, Brass, Fitting, I.P.T., Merit Brass, 30" McDonald Brass or approved Merit Prod #: YO F Additional Purchases from Manufacturing Catalog . o roue #17 - Pieces, Branch FlP Pieces, Branch, for Double Meter Setting 8.73 /4" V18-43 Ford Ip U18-43-6.5 % OFF Additional Purchases from Manufacturing Catalog u Page 17 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground roup #18 - Plugs 4" Plug, Standard brass I.P.T., with square 1.24 -head, Merit, McDonald Brass Elkhart 1" Plug, Standard brass I.P.T., with square -head, Merit, McDonald Brass Elkhart 1.5" Plug, Standard brass I.P.T., with square -head, Merit, McDonald Brass Elkhart 2" Plug, Standard brass I.P.T., with square -head, Merit, McDonald Brass Elkhart 3" Plug, Threaded cleanout brass type, domestic, Merit, McDonald Brass Lee 25-628 4" Plug, Threaded cleanout brass type, w/recesse nut, domestic, Merit, McDonald Brass Lee 25-629 % OFF Additional Purchases from Manufacturing Catalog o 0 Group #19 - Poly -Adapters 3/4" Poly -Adapter M.I.P. x Compression Brass fitting, Domestic, Ford Type C84, Jones J-2605 Ford C8433 1" Poly -Adapter M.I.P. x Compression Brass 4.27 fitting, Domestic, Ford Type C84, Jones J-2605 Ford C8444 1 1/2" Poly -Adapter M.I.P. x Compression Brass fitting, Domestic, Ford C84, Jones J-2605 Ford C8466 2" Poly -Adapter M.I.P. x Compression Brass fitting, Domestic, Ford Type C84, Jones J-2605 Ford C8477 /o OFF Additional Purchases from Manufacturing Catalog Uo Group #20 - Reducer Bushings 1" X Reducer Bushing, bell, brass 3.23 3/4" Elkhart 1-1/4" Reducer Bushing, bell, brass 7.013 X 1" Elkhart 1.5"X Reducer Bushing, Bell, brass 1-1/4" Elkhart 2 X 1" Reducer Bushing, bell, brass Elkhart 1" X Reducer Bushing, Hex Head, Brass 4i 1.14 3/4" Domestic -Merit, McDonald Brass Ford C 18-34 1-1/4" Reducer Bushing, Hex Head, Brass 2.21 X 1" Domestic -Merit, McDonald Brass Ford C 18-45 Reducer Bushing, Hex Head, Brass 3/4" Domestic -Merit, McDonald Brass Ford C18-37 "x1" Reducer Bushing, Hex Head, Brass Domestic -Merit, McDonald Brass Ford C18-47 Page 18 CITY OF DEERFIELD BEACH Bid #1998-99I07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground G up 20 - educer Bushings - continued Reducer Bushing, Hex Head, Brass 7.21 -1/4" Domestic -Merit, McDonald Brass Ford C18-57 2" X Reducer Bushing, Hex Head, Brass 1-1/2" Domestic -Merit, McDonald Brass Ford C18-67 2-1/2" Reducer Bushing, Hex Head, Brass Sp 6.54 X 2" Domestic -Merit, McDonald Brass Ford C18-78 1-1/2" Reducer Bushing, Hex Head, Brass 4.221 X 3/4" Domestic -Merit, McDonald Brass Ford C18-36 1-1/2" Reducer Bushing, Hex Head, Brass 4.24 X 1" Domestic -Merit, McDonald Brass Ford C18-46 1-1/4" Reducer Bushing, Hex Head, Brass X 3/4" Domestic -Merit, McDonald Brass Ford C18-35 1-1/2" X Reducer Bushing, Hex Head, Brass 2.93 1-1/4" Domestic -Merit, McDonald Brass Ford C18-56 % OFF Additional Purchases from Manufacturing Catalog o 0 Group #21 - Resetters 1 "x10"Resetter, Meter with angle valve for 1" 41.28 meter,10" high,Series 40 Ford or Equal V44-10W Ford V4410 W " 12" Resetter, Meter with angle valve for 1' meter,l2" high,Series 40 Ford or Equal V44-12W Ford V4412W 1 "x18" Resetter, Meter with angle valve for 1" 50.45 meter,18" high,Series 40 Ford or Equal V44-18W Ford V4418W /8" Resetter, Meter with angle valve for 5/8" 21.61 X 7" meter, 7" high, Series 40 Ford or Equal V42-7W Ford V427W 5/8" Resetter, Meter with angle valve for 5/8" 21.89 X 9" meter, 9" high, Series 40 Ford or Equal V42-9W Ford V429W 5/8" Resetter, Meter with angle valve for 5/8" 22.65 X 12" meter,l2" high,Series 40 Ford or Equal V42-12W Ford V4212W 5/8" Resetter, Meter with angle valve for 5/8" 26.91 X 18" meter,18" high,Series 40 Ford or Equal V42-18W Ford V4218W 3/4" Resetter, ater Meter Domestic rass- X 7" Copper with lock wing curb stop, V42-7 Ford V427W 3/4" Resetter, Water Meter with Lock Wing X 12" Copper -Brass, Domestic, V42-12WSN Ford V4212W 3/4" Resetter, Water Meter with Lock Wing X 15" Copper -Brass, Domestic, V42-15WSN Ford V4215W /4" Resetter, Water Meter with Lock Wing 9" Copper -Brass, Domestic, V42-9WSN Ford V429W Page 19 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground roup # 1 - Resetters -continued x10" Resetter, Water Meter with Lock Wing Copper -Brass, Domestic, V44-10WSN Ford V4410 W 1 "x12" Resetter, Water Meter with Lock Wing Copper -Brass, Domestic, V44-12WSN Ford , V4412W 3/4" Resetter, Water Meter, with Dual Check X 7" Valve and Lock Wing, VHH42-7W Ford VHH427W 3/4" Resetter, Water Meter, with Dual Check 37.07 X 9" Valve and Lock Wing, VHH42-9W Ford VHH429W /o OFF Additional Purchases from Manufacturing 6atalog Uo Group #22 - Service Saddles 4X2" Saddle, Brass Tapping I.D. Thread #202B-540-tap 2" IP Ford 202E 6X2" Saddle, Brass Tapping I.D. Thread 42.10 #202B-750-tap 2" IP Ford 202B 8X2" Saddle, Brass Tapping I.D. Thread 47.55 #202B-962-tap 2" IP Ford 202B 10" X Saddle, Service, Iron, Double (Standard) Strap 41.15 2" CC Tap DS Ford or Equal FC202-1075-CC7 Smith Blair 317 10" X Saddle, Service, Iron, Double (Standard) Strap 35.95 1" CC Tap DS Ford or Equal FC202-1212-CC4 Smith Blair 317 2" X 1r Saddle, Service, Iron, Double (Standard) trap 1" CC Tap DS Ford or Equal FC202-1438-CC4 Smith Blair 317 12" X Saddle, gervice, Iron, Double (Standard) trap 2" CC Tap DS Ford or Equal FC202-1438-CC7 Smith Blair 317 2" x 1" Saddle, Service, Iron, Double (Standard) Strap2-3.20 CC Tap DS Ford or Equal FC202-250-CC4 Smith Blair 317 3" x 1" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-380-CC4 Smith Blair 317 4" x 1" Saddle, ervice, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-526-CC4 Smith Blair 317 6" x 1" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-760-CC4 Smith Blair 317 6" x 2" Saddle, ervice, Iron, Double (Standard) trap CC Tap DS Ford or Equal FC202-760-CC7 Smith Blair 317 8" x 1" Saddle, Service, Iron, Double ( tandard) Strap CC Tap DS Ford or Equal FC202-979-CC4 Smith Blair 317 8" x 2" Saddle, Service, Iron, Double (Standard) trap 35.69 CC Tap DS Ford or Equal FC202-979-CC7 Smith Blair 317 Page 20 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group # 2 - Service Saddles - continued 'W" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal fc202-1075-IP7 Smith Blair 7317 'W" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-1438-IP7 Smith Blair 317 1VX2" Saddle, Service, Iron, Double(Standard) Strap IP Tap DS Ford or Equal FC202-1840-CC7 Smith Blair 317 16"X1" Saddle, Service, Iron, Doub e ( tandard) Strap . 1P Tap DS Ford or Equal FC202-1840-IP4 Smith Blair 317 16" 2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-1840-IP7 Smith Blair 317 4" x 2" addle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-526-IP7 Smith Blair 317 6" x 2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-760-IP7 Romac 202N-7.60X21P 8" x " Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-979-IP7 Romac 202N-9.90X21P 4" x 2" Saddle, Service, Iron, Double (Standard) Strap Tap DS Ford or Equal FC202-526-CC7 Romac 202N-5.40X2CC addle, Service, Nylon Coated, Stainless Steel, 26.445 -5.40 Double Strap X 2" IP, #202N Romac or equal Romac 202N-5.4OX21P 4-1 Saddle, Service, Nylon Coated, Stainless S ee , 4.50-5.40 Double Strap X 1" CC, #202N Romac or equal Romac 202N-5.40X1 CC 6" Saddle, Service, Nylon Coated, Stainless Steel, 30.3.5 6.63-7.60 Double Strap X 2" IP, #202N Romac or equal Romac 202N.7.SOX21P 6" Saddle, Service, Nylon Coated, Stainless Steel, 6.63-7.60 Double Strap X 1" CC, #202N Romac or equal Romac 202N-7.60M CC 8" Saddle, Service, Nylon Coated, Stainless Steel, 8.63-9.80 Double Strap X 2" IP, #202N Romac or equal Romac 202N-9.60X21P 8" Saddle, Service, Nylon Coated, Stainless Steel, 33.03 8.63-9.80 Double Strap X 1" CC, #202N Romac or equal Romac 202N-9.60X1CC OFF Additional Purchases from Manufacturing atalog o Group #23 - Tees 1/2" Tee, Brass Elkhart 3 4" Tee Pack Joint Couplings, CTS Both Ends Ford or equal, T444-333 Ford T444-333 1' ee Pack Joint Couplings, CTS Both Ends x 1" FIP, T441-444 Ford T441-444 Page 21 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #2 - Tees - continued 1" Tee, Pack Joint, T444-444 Ford 7112" T444-444 Tee, Pack Joint Coouplings, CTS Both ends Ford or equal, T444-666 Ford T444-666 3/4" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domestic, Merit Elkhart 1" Tee, Straight Standard Screwed brass fittings for M. water meter services etc, Domestic, Merit Elkhart 1-1/4" Tee, Straight Standard crewed brass fittings for water meter services etc, Domestic, Merit Elkhart 1-1/2" ee, Straight Standard Screwed brass fittings for 8.71 water meter services etc, Domestic, Merit Elkhart 2" Tee, traight Standard crewed brass fittings for 14.44 water meter services etc, Domstic,Merit Elkhart 1-1/2" Y Pac Joint Couplings, gingle Branch en Ford or equal, Y44-264 Ford Y44-264 3/4" Ell Pack Joint Couplings, CTS Both Ends 3/4" x 3/4", Ford or equal, L44-33 Ford L4433 1" Ell Pack Joint Couplings, CTS Both Ends 1" x 1", Ford or equal, L44-44 Ford L4444 1-1/2" Ell Pack Joint Couplings, CTS Both Ends 1-1/2" x 1-1/2", Ford or equal, L44-66 Ford L4466 % OFF Additional Purchases from Manufacturing Catalog a Group #24 - Tubing 1" Tubing, 1" Copper so " (cost perfoot) 1.35 Cerro 3/4" Tubing, 3/4" Copper soft "K' (cost per oof) Cerro 1" Tubing, Polyethylene, 100 foot rolls, Drisco see specifications (cost per foot) Drisco 5100SPR9 1 TuMing, Polyethylene, 300 foot rolls, Drisco see specifications (cost per foot) Drisco 5100SPR9 2" Tubing, Polyethylene, 300 foot rolls, Drisco see specifications (cost per foot) Drisco 5100SPR9 % OFF Additional Purchases from Manufacturing Catalog Group #25-U-Branches 1-1/2" U Branch, U-4863 17.91 Ford U4863 1" U-Branch, UV 13-41; UV 13-42 Ford UV1342 Page 22 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group 026 - Valves Valve Assemblies, Key Branch -1/2" 40 spacing, FIP thread inlet by two meter Ford swivel nut outlets 1" service line by UV1342W 5/8" x 3/4" Ford UV13-42W or equal Valve Assemblies, Key Branch, 7-1/2" 27.17 spacing, Pack joint for plastic or copper Ford tubing (CTS) inlet by two meter swivel UV4342W nut outlets 1 ", service line by 5/8" x 3/4" Ford UV 43-42W or equal Valve, Angle 3/4" PTX3/4" Brass 7.50 Ford KV13332W Valves, Angle Inverted Key Meter, Valves FIP thread by meter swivel nut, valve Ford size 3/4", service line 3/4" meter size 5/8" KV13332W Ix 3/4" Ford KV13-332W or equal Valves, Angle Inverted Key Meter, Pack Joint for copper or plastic tubing by Ford meter swivel nut, valve sz I", service line KV43444W 1 ", meter size 1" Ford KV43-444W or equal 3/4 X Valves, Angle Meter, Locking Type 5/8" Ford KV13-331 W or equal Ford KV13331 W Valve, Angle Inverted Key Meter FIP thread by meter swivel nut, valve zs 1 ", series Ford ine 1 ", meter sz 1" Ford KV13-444W or equal KV13444W Valve, Angle Inverted Key Meter Valves, 10.60 Pack Joint for copper or plastic Ford tubing by meter swivel nut,valve sz 3/4", KV43342W service line I", meter size 5/8" x 3/4",Ford KV43-342W or equal Valve, Angle meter, Pack Joint for copper or plastic tubing by meter flange, valve size Ford 2", service line 2", meter siz 2", Ford FV43777W FV43-777W or equal Valve, Ball Meter for 2" meters, pack joint 67.99 for copper or plastic tubing (CTS) by meter Ford flange, valve size 2", service line 2", meter BF43777W size 2" Ford BF43-777W or equal Valve, Ball Meter, straight with Pack Joints for copper or plastic tubing (CTS) inlet by Ford meter swivel nut, valve sz 3/4", service B43442W line I", meter size 5/8" x 3/4" Ford or equal Valve, Ball Meter, straight with ack Joints for copper or plastic tubing (CTS) inlet by Ford meter swivel nut, valve size 1", meter size 1" B43444W Ford B43-444W or equal 1/2" Valve,Ball, BrassF.I.P..P.. Domestic NO AWARD Hammond #8201 3/4" Valve, Ball, BrassF.I.P..P.. Domestic NO AWARD Hammond #8201 1" Valve, Ball, Brass F.I.P..P.. Domestic NO AWARD Hammond #8201 1" X Valve,- Ball, BrassF.I.P. F.I.P.. Domestic NO AWARD /4" Hammond #8201 Valve, Ball, Brass F.I.P. X F.I.P.. Domestic NO AWARD Hammond #8201 3/4" Valve, Ball, Brass NO AWARD Page 23 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground roup #26 - Valves - continued 1" Valve, Ball, Curb stop, Ford, B11-444W Ford B11444W 1.5" Valve, Ball, Curb stop, Ford, B11-666 Ford B11666W 2" Valve, Ball, Curb stop, Ford, 811-777W Ford B11777W 3/4" Valve, Ball, FIP x Meter Swivel Nut Ford, B13-332W Ford B13332W 1" Valve, Ball, FIP x Meter Swivel Nut Ford, B13-444W Ford B13444W 3/4" Valve, eck, Single Female I.P.T.,7.30 Domestic, Ford Brass, Merit Brass, McDonald Ford HS11333 1" Valve, Check, Single Female I.P.T., 7.54 Domestic, Ford Brass, Merit Brass, McDonald Ford HS11444 1 1/4" Valve, Check, Single Female I.P.T., McDonald Maerican 31F 1 1/2" Valve, Check, Single Female I.P.T., 32.92 Domestic, Ford Brass, Merit Brass, McDonald Ford HS11666 2" Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald Ford HS11777 3" Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald American 31F 3/4" Valve, Check, Single Female, , 1.40 Domestic, Ford Brass, Merit Brass Ford HS11333 1" Valve, Dual Check with Meter Nut HHS31-344 Ford H H S31344 3/4" Valve, Dual Check with Meter Nut HHS41-323 Ford HHS41323 1/4" Valve, Gate, Brass F.I.P. X F.I.P., with 5.95 Handwheel, Domestic American #3R American 3R 1/2" Valve, ate, Brass F.I.P. X F.I.P., with 5.95 Handwheel, Domestic American #3R American 3R 3/4" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American OR American 3R 1" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R American 3R 1/4" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R American 3R Page 24 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter Supply Meter & Plumbing Underground Group #26Valves - continued 2' Valve, Gate, Brass F.I.P. XF.I.P., with Handwheel, Domestic American #3R American 3R 2" Valve, ate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R American 3111 3" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American OR American 3R 4" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R American 3111 2" Valve, Gate, Bronze 23.58 American 3F 1-1/2" Valve, Gate, Bronze 11.90 American 3F 1-1/4" Valve, Gate, Bronze 15.10 American 3F 1 Valve, Gate, Bronze - McDdonald Brass American 3F 3 4" Valve, Gate, Bronze American 3F Valve, Gate, Bronze American 3F 3/8" Valve, Gate, Bronze 7.59 American 3F 1/4" Valve, Gate, Bronze American 3F 2-1/2" Valve, Gate, Bronze American 3F 3" Valve, Gate, Bronze American 3F 3/4" Valve, Meter, Ford, SV13-332W Ford SV13332W 1" Valve, Meter, Ford, S913-444 Ford SV13444W 1/4 Valve, Pressure, 0-100, oil filled Jum NPT Mfg: Prod #: OFF Additional Purchases from Manufacturing Catalog o GroupWashers 1"Washers, Rubber (Thick 1/8") U.0 Corley 4-6293 Page 25 CITY OF DEERFIELD BEACH Bid #1998-99/07 - Brass Water Service Fittings Award Hughes Sunstate Lehman Pipe Ferguson U.S. Filter I Supply I Meter I & Plumbing I Underground 3roup 1'• ashers, Fiber (Thick 1/8") 0.18 Corley 4-6293-4 5/8" ashers, Rubber (Thick) Corley 4-6287 5/8" Washers, Fiber (Thick) UAU Corley 4-6287-1 1" Washers, Rubber (Thin) Corley 4-6293-1 1' Washers, Fiber (Thin) U.Ub Corley 4-6293-3 5/8" Washers, Rubber (Thin) • Corley 4-6287-4 5/8" Washers, Fiber (Thin) 0.04 Corley 4-6287-3 3/4" x Washers, Rubber 1 /16" Corley 4-6287-4 3/4" x Washers, Fiber 1/16" Corley 4-6287-2 QFF Additional Purchases from Manufacturing Catalog o roup # - Yokes Yoke, Double UV-13-42 IN Ford UV1342W % OFF Additional Purchases from Manufacturing Catalog o • Page 26 1 h ♦�a�nrr,ti Co cad ' OA BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP �GRC''AS ING GIL TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid represents a -cooperative procurement for the Broward Governmental Cooperative Purchasing Group. For the past several years, approximately twenty-six (26) government entities have participated in Cooperative Purchasing in Broward County. The Co -Op 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. • 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 .this 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 nnvammnmAi e..s:a:.... ...a.e..►. -- ..... -.t .�_ ..___.._ . j u) IGf1asC uruCr rR����9���m tnls �j wad• However, other Broward Co -Op members may participate in their contract for new usage, during the contract term, or on any contract extension term, if approved by the lead agency. New Co -Op 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 of this procurement action. BROWARD CO-OP "WORKING TOGETHER TO REDUCE COSTS" City of Deerfield Beach INVITATION TO BID - WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 1 - INTRODUCTION AND INFORMATION 1.0 SCOPE_ 0 1.0.1 The City of Deerfield Beach, as the lead agency of the Broward County Cooperative Purchasing Group, is actively seeking bids from qualified suppliers to establish an open-ended annual contract for Water Meter Fittings and Water Line Accessories, as required by the members of the Broward County 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 18, 1999 for "WATER METER FITTINGS AND WATER LINE ACCESSORIES," (Bid #1998-99/07) 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 #1998-99/07) and addressed to - City of Deerfield Beach Larry R. Deetjen, 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 the 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 E must accompany the bid. No Bid will be 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 MISTAKES - 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 Participants of this bid are: CITY OF DEERFIELD BEACH CITY OF CORAL SPRINGS Department of Engineering/Utilities Purchasing 200 Goolsby Blvd 9551 W. Sample Road Deerfield Beach, FL, 33442 Coral Springs, FL 33065 Anticipated volume- $50,000 Anticipated volume- not determined Contact- Craig Connor Contact- Allen Starsky Tele- (954) 480-4400 Tele- (954) 345-2237 CITY OF OAKLAND PARK TOWN OF DAVIE Water Department Utilities Department 5100 NE 12th Terrace 3500 NW 76th Avenue Oakland Park, FL 33334 Davie, FL 33024 Anticipated volume- not determined Anticipated volume- not determined Contact- Rolland Salsberry Contact- Herb Hyman Tele- (954) 561-6105 Tele- (954) 797-1016 CITY OF MARGATE CITY OF TAMARAC Environ. & Engineering Services Purchasing Department 1001 West River Drive 7525 N.W. 88th Avenue Margate, Florida 33063 Tamarac, FL 33321 Anticipated volume- $9,800 Anticipated volume- $40,000 Contact- Connie Guzzi Contact- Anne Lodato Tele- (954) 972-6454 • Tele- (954) 724-2443 CITY OF NORTH LAUDERDALE CITY OF MIRAMAR Public Works Water Plant West/Water Plant East 701 SW 71 st Avenue 4101 SW 136th Avenue North Lauderdale, FI 33068 Miramar, FL 33025 Anticipated volume- not determined Anticipated volume- $10,000 + Contact- Joe Santi Contact- Margaret Palomino Tele- (954)722-0900 Tele- (954) 967-1550 CITY OF SUNRISE CITY OF BOCA RATON West Water Plant #3 1401 Glades Road 14150 NW 8th Street Boca Raton, FL 33431 Sunrise, FL 33325 Anticipated volume- $10,000 Anticipated volume- $6,000 Contact- Lynn Kunkel Contact- Ken Hoo Tele- (561) 393-7876 Tele- (954) 572-2274 City of North Miami CITY OF LAUDERHILL 776 NE 125th Street 2000 City Hall Drive North Miami, FL 33428 Lauderhill, FL 33313 Anticipated volume- $200,000 Anticipated volume- not determined Contact- Kristi Wong Contact- Ruby Levy Tel- (305) 893-6511 Tele- (954) 730-3044 BROWARD COUNTY PURCHASING 115 S. Andrews Ave., Room 212 Fort Lauderdale, FL 33301 Anticipated volume- $60,000 Contact- Arnie Adler Tele- (954) 357-6009 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 Broward Governmental Co-operative Group. 0 1.7 INFORMATION/CLARIFICATION: 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 INTERPRETATIONS DURING 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 not 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, Deerfield 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. 0 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 two (2) 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 QUANTITIES - Items attached on the Bid Summary Sheets are representative of the needs of the City of Deerfield Beach and the Broward County Cooperative Purchasing Group throughout the previous twelve month period. 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 as follows: Group #1 - Adapters Group #2 - Meter Boxes Group #3 - Clamps Group #4 - Sleeves Group #5 - Connectors Group #6 - Corporation Stops Group #7 - Couplings Group #8 - Curb Stops Group #9 - Dressers Group #10 - Elbows Group #11 - Flanges Group #12 - Hose bibs • Group #13 - Idler Pipes Group #14 - Insert Stiffeners Group #15 - Meter Stops Group #16 - Nipples Group #17 - Pieces, Branch Group #18 - Plugs Group #19 - Poly -Adapters Group #20 - Reducer Bushing Group #21 - Resetters Group #22 - Service Saddles Group #23 - Tees Group #24 - Tubing Group #25 - U Branches Group #26 - Valves Group #27 - Washers Group #28 - Yokes 2.2 PRICES BID - The prices are to include selling directly to the City and delivering all materials and supplies, including applicable taxes, agreed fixed prices, or discount percentages for the initial period of the contract. 2.2.1 Fixed prices are requested for items listed on the Bid Summary Sheets. A discount percentage is required for additional catalog items that may be required by the City/Co-op during the contract terms. The firm prices and discount is to be listed on the Bid Proposal Forms, 2.3 ADDITIONAL HIGH -VOLUME UNIT PRICING - After award and during the term of the 40 contract, each agency may submit to the vendor a list of additional high -volume items. The vendor will quote firm prices for these items utilizing the same formula that was used 4 to establish the originally quoted items in the Invitation to Bid. The firm prices quoted for these additional items will remain firm during the term of the contract. A copy of this additional high volume list is to be forwarded to the lead agency, City of Deerfield Beach Attention- Donna Council. 2.4 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. 2.5 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. 2.6 SELLING TRANSFERRING OR ASSIGNING CONTRACTS - 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 Governmental Co-operative Purchasing Group. C: • 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 REJECTION - 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 NAME - COMPANY NAME BID #1998/99/#07 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. ti 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 DISCRIMINATION - Contractor agrees that in the performance of any provisions of this agreement, not to discriminate or permit discrimination in the hiring practices of Contractor or in the performance of the Contractor on the basis of race, sex, religion, political affiliation or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 3.8 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 REQUIREMENTS - 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. 0 • • 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/SEVERABILITY - 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 INDEMNIFICATION 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 INSURANCE - 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_ aggregate General Liability XX Comprehensive form XX Premises - operations explosion & collapse hazard XX underground hazard XX products/completed operation hazard XX contractual insurance XX broad form property damage XX independent contractors personal injury bodily injury property damage $100,000. $50,000. $300,000. $50,000. bodily injury and property damage combined $300,000. $300,000. personal injury $ $ Automotive Liability bodily injury comprehensive form owned hired non -owned (each person) $100,000. bodily injury each accident $300,000. $300,000. ro ert damage $50,000. $300,000. bodily injury and property damage combined $300,000. $300,000. Excess Liability bodily injury and umbrella form property damage other than umbrella (combined) $1,000,000. $1,000,000. The endorsements, policies of insurance, certificates of insurance and the insurance agent or insurance companies issuing such certificates or policies of insurance must be acceptable to the City and Risk Management, as licensed and authorized to do business in the State of Florida. Any questions as to the intent of meaning of any part of the above required coverage should be directed to the Risk Manager at (305) 480-4258. All policies or certificate of insurance must be issued indicating that such 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 RECORDS- 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. • 0 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. r� U • IL 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. 0 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 - All deliveries are to be F.O.B. Destination, City of Deerfield Beach/Co-op Agency, as specified on a Purchase Order. 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. . 4.2.1 Delivery will consist of dock -side deliveries and in -side deliveries as indicated on the purchase order. 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 meet 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. r LJ 4.6 "DRUG FREE WORKPLACE" - 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. 11 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 12 CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 5 - SPECIFICATIONS AND REQUIREMENTS 5.0 METER VALVE: 0 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 STOPS: 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. 0 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 13 specified in ASTM D1248 for Type III Category 5, Grade P34, Class C, PE 3408 very high molecular weight, high density polyethylene plastic materiel. is 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. 14 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. 0 6.2 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. 6.3 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 an 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. 6.4 STANDARD IZ TION/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. 6.5 SUBSTITUTIONS - After award, substitutions of materials will not be accepted unless approved in writing by the agency C. IN is rI 6.6 SPECIFICATION ALTERATION - 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. IL: CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 7 - AWARD 7.0 Determination of Award - The City reserves the right to reject any or all bids and subject to the restrictions herein stated, the Contract shall be awarded by the City to the responsible Bidder who has submitted the bid which is in the best interests of the City and which bid is responsive and made by a responsible bidder. 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. 7.1 The City reserves the right to accept all or any part of the bid, and to increase or decrease quantities to meet additional or reduced requirements of the City/Co-op. 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. The bid of the lowest, responsible and responsive bidder meeting specifications of the bid, will be accepted. The lowest responsive and responsible bidder shall mean that bidder who makes the lowest bid to sell goods and services of a quality which conforms closest to the quality of goods and services set forth in the attached specifications or required by the City of Deerfield Beach, and who is known to be fit and capable to perform the bid as made. 7.2 Award may be made by a group by group basis, by manufacturer/brand, or as a whole, as may be deemed in the best interests of the City of Deerfield Beach. 7.3 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. 7.4 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. 17