Loading...
HomeMy WebLinkAbout1994 04 20 - Bids - Water & Sewer Materialslim Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 5) 357-6065 a FAX (305) 357-8535 APR 2 5 1994 April 20, 1994 KENT METERS INC. P.O. Bos 1852 Ocala, FL 34478 REFERENCE: BID iC-07-93-27-12 FOR Water Meters Small Displacement Gentlemen: This is to confirm that the Director of Purchasing has accepted your Bid on the above -referenced solicitation. A Bid tabulation of all Bids received is enclosed, with item(s) awarded to your firm enclosed in brackets. The Contract is in effect for the period beginning April 8, 1994 and ending April 7, 1995 Purchase Order(s) will be Dlaced as and when required. A copy of this Notice, with a copy of your Bid including all terms and conditions, is being forwarded to all Using Agencies. Thank you for your interest in doing business with Broward County. Sincerely, GLENN R. CUMMINGS, Director Purchasing ADiivision 4- By— _. _ - me Adler hasins .-i'gent II BROWARD COUNTY BOARD OF COUNTY COMMISSIONERS - An Equal Opportunity Employer and Provider of Services Scott I. Cowan Suzanne N. Gunzburger John P. Hart Lod Nonce Parrish Sylvia Poitier John E. Rodstrom. Jr. Geraid F. Thompson We're Building A Fufure For Your Family. And Your Business. G049477.AWD CONTRACT AWARD SUMMARY CUSTOMER: BROWARD COUNTY, FLORIDA EXPIRATION DATE AWARD RECEIVED - HOW: LETTER FROM CITY DATE IF THRU DISTRIBUTOR (NAME): ITEMS AWARDED: 04/07/95 04/25/94 3600 5/8" X 3/4" BZB PLH LESS/CONN ...........$ 21.50 150 1" BZB PLH LESS CONN ...................$ 59.65 3000 SCRAP METER TRADE IN ...................$ 3.25/EA TOTAL AMOUNT AWARDED .............................$ 76,597.50 ROUTING: THG GMW TLS SALESMAN: BR,/ EXTENSION: REQUESTED - HOW: WHEN: AWARDED - HOW: WHEN: CHANGES - YES OR NO (IF YES, THEN COMPLETE NEW SHEET ON ITEMS AWARDED DURING EX-C;•IS?ON DEPTOD) EXPIRATION DATE: ROUTING: THG GMW TLS SALESMAN: SENSUS TECHNOLOGIES Bailey and Gallatin Avenue unip town, PA 15401 251593089 0 f98.2BO.00 $9.090.00 $7.500.00 999.870.00 SCNLUMBERGER INDUSTRIES INC. Neptune Nater Bivieim 200 Aehfprd Center N. 9200 Atlanta. GA 30338 $81219227 0 $175,140.00 $12.588.00 $9.000.00 9178.72B.00 NEX H e\ 9p _pl_-12 WATER METERS SMALL DISPLACEMENT OPENED: 5-24-93 PA: ATe Adler AGENCY: OE5-Macer SUPPLY .VENDOR! 28 99UBMITTALS OS 9DECLINATTON9 12 AWARDED T0: HUGHES SUPPLY INC. KENT METERS INC. 9UNSTATE METER A SUPPLY 9 2001 S. Mdrewe Avenue P.O. Box 1852 11207 N.M. 14th Avenue Ft. Laud., FL 33316 Ocala. FL 34478 0alneav 111., FL 32506 �1 590559446 0 $91212543 0 592001285 0 !; i GRL P 1 I]EN 1 f77.304.00 5]],400.00 $90,000.00 !-'EM 2 $8,098.50 58.947.50 (9.750.00 -TEM 3 $1 00 99.750.00 $6.900.00 TOTAL GROUP 1 $74.962.50 �.! 76.597.30 $92,550.00 NR'NPs NA9SiE SENSUS TECHNOLOGIES Bailey and Gallatin Avenue unip town, PA 15401 251593089 0 f98.2BO.00 $9.090.00 $7.500.00 999.870.00 SCNLUMBERGER INDUSTRIES INC. Neptune Nater Bivieim 200 Aehfprd Center N. 9200 Atlanta. GA 30338 $81219227 0 $175,140.00 $12.588.00 $9.000.00 9178.72B.00 NEX H e\ BOARD OF COUNTY COMMISSIONERS April 14, 1993 Mr. Cameron Mays Davis Meter and Supply Co. 7300 Haverhill Road West Palm Beach, FL 33407 Re: Agreement - C93-01-260 Dear Mr. Mays: UTILITY SERVICES - DEPARTMENT RICHARD E. HOWELL ADMINI5TRATOR Enclosed for your information and records is a fully executed original of the above referenced agreement. You are herby authorized to proceed pursuant to the terms and conditions of same. Please contact Mr. Gary Freeman, Field Operations Director, at 407- 871-5403 should you have any questions concerning this matter. Sincerely, 6: &�/�� Richard E. Howell Utility Services Administrator REH:cbn Enclosure cc: Gary Freeman, Field Operations Director (w/enclosure) Grace Krohne, Accountant (w/enclosure) Joni Cobb, Accounting Clerk (w/o enclosure) HAVERT L. FENN. District No. 1 • JUDY CULPEPPER. District No. 2 • DENNY GREEN. District No. 3 • R. DALE TREFELNER. District No. 4 • CLIFF BARNES. District No. 5 County Adminlsrroror - Thomos R.L. Kindred 250 N.W. Country Club Drive 0 Port St. Lucie, FL 34986 *Tel: (407) 871-5330 • FAX (407) 871-5460 • TDD (407) 468.1428 f t � AGREEMENT THIS AGREEMENT, made this :,LVL day of u_L „`� , 1993, by and between ST. LUCIE COUNTY, a Political Subdivision of the State of Florida, hereinafter called the "COUNTY", and DAVIS METER AND SUPPLY CO., or its successors, executors, administrators, and assigns hereinafter called the "VENDOR": WITNESSETH: 1. PURPOSE That Vendor agrees with County that pursuant to the terms and conditions of this Agreement and the "Invitation to Bid - Bid No. 93-28", attached hereto and made a part hereof as Exhibit "A", Vendor shall sell and the County shall buy certain herein described supplies and materials at the unit prices and generally in the quantities as set forth and described in groups numbers 1,2,3,5,7 and 8 of the Vendor's "Bid Form", attached hereto and made a part hereof as Exhibit "B". Quantities stated in Exhibit "B" are for Vendor's guidance only and no guarantee is given or implied by the County as to what quantities will be ordered by the County during the term of this Agreement. The County expressly reserves the right to increase or decrease the quantities set forth in Exhibit "B" to meet additional or reduced requirements of the County. 2. SPECIFICATIONS All supplies and materials provided to the County by the Vendor under this Agreement shall comply with the "Material Specifications for Utility Parts and Supplies" attached hereto and made a part hereof as Exhibit "C". 3. DELIVERY AND PAYMENT TO VENDOR Vendor shall deliver all parts and supplies under this Agreement as set forth in Exhibit C. The County shall make payment to the Vendor within thirty (30) days of the date of receipt and acceptance by the County of an invoice for the delivery. payment to the vendor shall be based on the unit prices set forth in Exhibit B. 4. CONTACT PERSONS The Contact Person for the County is Gary Freeman at (407) 871-5403. The Contact Person for the Vendor is Cameron Mays at (407) 863-8292. The parties shall direct all matters arising in connection with the performance of this Agreement, other than invoices and notices, to the attention of the Contact Person for attempted resolution or action. The Contact Persons shall be responsible for overall resolution or action. The Contact Persons shall be responsible for overall coordination and oversight relating to the performance of this Agreement. 5. WARRANTY Vendor shall warrant all parts and supplies delivered under this Agreement to be free from any and all defects for a period of one year from the date of delivery to the County. Service calls and -1- materials to repair the parts and supplies delivered under this Agreement shall be provided at no cost to the County for a period of one (1) year from the date of delivery of the System. 6. TAXES The County is exempt from the payment of all sales, use and like taxes. The County's tax exempt number shall be shown on all purchase orders. 7. TERM The term of this Agreement shall be for one (1) year from the date of this Agreement. The parties reserve the right to extend the term of this Agreement for an additional term of one (1) year on the same terms and conditions upon mutual written agreement. A. FOR CAUSE If either party fails to fulfill it's obligations under this Agreement in a timely and proper manner, the other party shall have the right to terminate this Agreement by giving written notice of any deficiency and by allowing the party in default ten (10) calendar days to correct the deficiency. If the defaulting party fails to correct the deficiency within this time, this Agreement shall terminate at the end of the ten (10) calendar day period. With regard to the Vendor, the following shall be considered a default under this Agreement: (1) Failure to make complete deliveries within the promised time. (2) Unauthorized substitution or delivery of goods deemed by the County to be inferior. (3) Inability of the Vendor to fulfill the terms and conditions of this Agreement. B. WITHOUT CAUSE Either party may terminate this Agreement without cause upon thirty (30) days prior written notice. 9. INDEMNITY To the extent of the insurance requirements set forth herein, the Vendor shall and will indemnify and hold harmless the County from and against any and all liability, claims, demands, damages, expenses, fees, fines, penalties, suits, proceedings, actions, and costs of actions, including reasonable attorney's fees of any kind and nature arising or growing out of or in any way connected with this Agreement except for injuries, damages or claims which are the result of the primary negligence of the County, its agents, servants, or employees and for which the County is legally, directly, and primarily liable. The Vendor hereby acknowledges that the payments made under this Agreement include specific consideration for the indemnification provided herein. 10. INSURANCE The Vendor shall procure and maintain during the life of this Agreement insurance of the types and subject to the limits set forth below. The Vendor shall also provide the County with evidence of this insurance in the form of Certificates of Insurance which shall be subject to the County's approval for adequacy. -2- A. WORKER'S COMPENSATION The Vendor shall provide and maintain during the life of this Agreement, at his, its .or their own expense, Workers' Compensation insurance coverage to apply for all employees for Florida statutory limits. Coverage B, Employers Liability, shall be written for a minimum liability at $100,000.00 per occurrence. B. COMMERCIAL GENERAL LIABILITY The Vendor shall provide and maintain during the life of this Agreement, at his, its or their own expense, Commercial General Liability insurance on an occurrence basis for a minimum $100,000.00 per occurrence for claims of bodily injury including death, and $300,000.00 for property damage. C. COMMERCIAL AUTO LIABILITY The Vendor shall provide and maintain during the life of this Agreement, at his, its or their own expense, Commercial Auto Liability insurance on an occurrence basis for a minimum $100,000.00 per occurrence for claims of bodily injury including death, and $300,000.00 for property damage. 11. AUDIT The Vendor agrees that the County or any of its duly authorized representatives shall, until the expiration of three years after expenditure of funds under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Vendor involving transactions related to this Agreement. The Vendor agrees that payment(s) made under this Agreement shall be subject to reduction for amounts charged thereto which are found on the basis of audit examination not to constitute allowable costs under this Agreement. The Vendor shall refund by check payable to the County the amount of such reduction of payments. All required records shall be maintained until an audit is completed and all questions arising therefrom are resolved, or three years after completion of the project and issuance of the final certificate, whichever is 'sooner. 12. PUBLIC RECORDS The Vendor shall allow public letters, or other material subjec 119, Florida Statutes, and made conjunction with this Agreement 13. ASSIGNMENT access to all documents, papers, t to the provisions of Chapter or received by the County in Vendor shall not assign this Agreement to any other persons or firm without first obtaining County's written approval. 14. NOTICES All notices, requests, consents, and other communications required or permitted under this Agreement shall be in writing and shall be (as elected by the person giving such notice) hand delivered by messenger or courier service, or mailed by registered or certified mail (postage prepaid) return receipt requested, addressed to: As To County: With A Copy To: St. Lucie County Administrator St. Lucie County Attorney Administration Building Annex Administration Building Annex 2300 Virginia Avenue, 3rd Floor 2300 Virginia Avenue, 3rd Floor Fort Pierce, Florida 34982 Fort Pierce, Florida 34982 -3- With a Copy To: Utility Services Administrator 250 NW Country Club Drive Port St. Lucie, FL 34986 As To Vendor: Davis Meter and Supply Company 7300 Haverhill Road West Palm Beach, FL 33407 or to such other address as any party may designate by notice complying with the terms of this Section. Each such notice shall be deemed delivered (a) on the date delivered if by personal delivery, (b) on the date upon which the return receipt is signed or delivery is refused or the notice is designated by the postal authorities as not deliverable, as the case may be, if mailed. 15. INDULGENCE NOT WAIVER The indulgence of either party with regard to any breach or failure to perform any provision of this Agreement shall not be deemed to constitute a waiver of the provision or any portion of this Agreement either at the time the breach or failure occurs or at any time throughout the term of this Agreement. 16. CONFLICT OF INTEREST The Vendor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder, as provided for in Section 112.311, Florida Statutes (1989) and as may be amended from time to time. Vendor further represents that no person having any interest shall be employed for said performance. Vendor shall promptly notify the County in writing by certified mail of all potential conflicts of interest prohibited by existing state law for any prospective business association, interest or other circumstance which may influence or appear to influence the Vendor's judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Vendor may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the Vendor. The County agrees to notify the Vendor of its opinion by certified mail within thirty (30) days of receipt of notification by the Vendor. If, in the opinion of the County, the prospective business association, interest or circumstance would not constitute a conflict of interest by the Vendor, the County shall so state in the notification and the Vendor shall, at his/her option, enter into said association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the County by the Vendor under the terms of this Agreement. 17. INTERPRETATION: VENUE This Agreement constitutes the entire Agreement between the parties with respect to the subject matter hereof and supersedes all prior verbal or written Agreements between the parties with respect thereto. This Agreement may only be amended by written document, properly authorized, executed and delivered by both parties hereto. This Agreement shall be interpreted as a whole unit and section headings are for convenience only. Any conflicts between exhibits to this Agreement and this Agreement, shall be -4- interpreted in favor of this Agreement. All interpretations shall be governed by the laws of the State of Florida. In the event it is necessary for either party to initiate legal action regarding this Agreement, venue shall be in the Nineteenth Judicial circuit for St. Lucie County, Florida, for claims under state law and the Southern District of Florida for any claims which are justiciable in federal court. IN WITNESS WHEREOF, the County has hereunto subscribed and the Vendor has affixed his, its, or their names, or name. �1 WITNESSES: wp\gr\agreemnt\k-davia.utl -5- BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA BY: APPROVED 9S TO FORM AND CORRECTNESS: GG` CO NTY ATTORNEY MER DAVIS 4"4P AND SUPPLY CO. BY C—J�' AUTHORIZED REPRESENTATIVE SL Lurie Counly PurchaSing Department ` FOR Pierce. INV, rATION TO BID {`oft Pierce. Florida 34950 TaMF17W . AN EQUAL Bidder Acknowledgment BUYER: P%F BOBBY NATION ( 407) 871-54 r F OPPORTUNITY 9 DISTRIBUTION (407) 871-5404 C EMPLOYER so SPECS WY BE PICKED UPAT; ST. LUCIE COUNTY PURCHING DEPT. 437 NORTH SEVENTH STREET MAILING DATE; BIO TITLE; BID NUMW BER: OIOOPENGOATEl1TWE: 11/13/92 ANNUAL CONTRACT FOR UTILITY 93-28 SYSTEM SUPPLIES & MATERIALS 12/9/92 @ 11:45 A.M. PAE BID DATE, TME ANO LOCATION BIDS RECEIVED AFTER ABOVE DATE AND TIME WILL NOT BE ACCEPTED. BIOOER NAME/AODAESS VENDOR MUST COMPLETE THIS AREA AND RETURN FORM. ARvl S M ETEyf ANA .fvPPG Y CO. IF AETUANING AS A -NO BID,' STATE REASON: 7.300 Hf9vE1q1W/c( - /?40,9,0 wosr PAC. M /si/3CHj'eL 3 3Yo7 03 - FEDERAL YES I-1 NO Iti FEDERAL EMPLOYER IDGrylsfcAT10H NUMBER OR ii NUMBER TELEPHONE NUM B ER/TOLL FREE NUMBER `ia7- 3 z /Z B00-Y3S- 65`1 X V�,� I certify Mat this bid b made wiMOW prior understanding, agreement, ar connection with any AUTNORIZEp 31G/UTURE MAN L corpora don,Item, drpuson mbmiitlnga bid Wthesamematarhate, ."g., or". ipmenLand ( ) Is In All respems Idr and wiMrtut collusion ce fraud. I gyro. to abide by MI cnodltlona of MM bid andcMlly lhall.m.uthdrbedWdgn this bldfMMe bidder. In bm[Ibr,. bidIc Ih.Co. y.f 1 ork 11 l� BL Lucie Me bidder offers and agnea but It Ms bid Y accept", Me Modrrrlll Canvey, wa, —ign or from l., to Mr Cowty al SI. W.I. .9 right, MI., and Int,Col M and to all..uwa of TYPED NAME action It may now or herself ....piIts under the AMFtun be of Me Unit" Shite and theState .1 R.dd. for y n //}} acqulnd by the Coeni,.ISL rior W.I..AtgMe Counntyl' a dlacnMc,ctAlarrosooh auy men14u1 berm".ed a' S Re f Afc,i 17.-9-9z and becom. 0I.S. at Me Mn. Me Couny Wnd.n tui payment W the bidder. TITLE DATE THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID GENERAL CONDITIONS 1. SUBMISSION OF BIDS: A9 bids Nall be Submittal In a w.)" envolop.. The rid umheq IIW. and opening Eat shall ba cb.rly dlacla, d o i Ins oubbw of lh..a.lsd amdope. The "Itery of sold rid to the Purchasing Department p ria to the sprdlled opening data and time la .olely and MNUy Ins rewomlbillly of In. bidder. My bid ..fled In the Purcnssing Department wt., Me apecdwd dine and lime will hot be .ccwta 2 EXECUTION OF DID; Old ...I contain a cornualsignalunolanauMprbednp.sen- W its in the space provided. The Company name and vendor neambas must alsoappear n.ecn pegs 01 Me bid.. reg Wrrd. All blow moat be comlieled pe In n and Ink ar lyps- wnUsn. No ensures re prmin.d. It • Conxtlon la ucassary, Haw a sMgl. line through the rnlered Ilgurs and solo Ms cwrxifd R9uu.Dov IL Opl,Kibna cowl W M61 Wd by the person s19nIn9 1st rid. My IIeylDle .nVieL Ponca bide d, eonxtlm. not Mltialod will not be 1ab111alea D. BID OPENING:BW opening shall to puDll.on mldal.and Hns.pxlaoa BldmuslW rubmMed on bent prorldrd by the CMany. No odsl harm. will be ac..,Ied. Tele- phone, telegraph, and fes" bids will mol be con Gderea No bid ma, be modllled alter opxnm, No bid may be wItM,Aw. after opening fpr a period of thirty (ad) drys tales. otherwise .P.111" 1. BID TABULATIONS: My bldder wishing to la N" . copy of in. bb Lbulallona la mpulr.d b endow • stamped, self-addressed .1st.. with bid nsponw S NO BID:II.W..1benininga bld,,..Pond by r.luming o no copy of this lone. marking 11 -No Bld', and explain bwove Me reason. Repealed IwI.I. to puotwIth.ut.O"?dent luanllulbn an.. be .Coro. la romow.l pl . adppll.e. rum. from Me bid melling IYL Note: A bidder. la Welly ...'Bene Fide Bidder', mu.l submk...No Bb' and some must be received no Icer than the stated bid opaning dau and hour. lf. CLARIFICATIONICORRECTION OF BID ENTRY:Trm Counry of Sa. Wdureros the rlgh, to .lbw lot Me d.micaibn "f Wood r.ble envias and lot 1st correction of Iypographlc.l end maihematical arta,. T. INTERPRETATION: Any Wastions concerning conditions and op.dlluibn. shall W dlrxtad to the Purchasing DeyarimenL Thu* Mierpeasdons whlC, coq dlxl the .noel ouicdme of lib the Colt W tumished In vlllnp to a1 pro.pr.tb bW"M. rhe w Addendum.Ho mferprolalbn .hell be conddered bindln, unless padded In writing by SL Law count'. L EEO STATEMENT: SI. W.I. Counry belly.. M pull .W .nny pr.cllcas which do ldrm to W Ih the spirit end 1.11.1 dl .D Mrugelnet discrimination ani I. commirad to nondh.dmMellon beaus .1 raw, crena cold, wa, p., or national origin. 9. PRICING Flim pelts. M,MI be bid end Include FOB DESTINATION, .II packing, handling, shipping charges .nddslhery Any y polnl WlMMthe Counry of BL W.I.Ioa oxur.lone or MMdedsiry,Pldn9 .his a1odweouloex!I* Me whenrepulr.d.The lawfully lll ap of St. Wd.Countyasterthio Cord ro.elde ate Beawell.bltlyofbend. b.m. .1cr oprl.led hat iia PV ,pow by Me 3M te 401 fbrld. an Ha Me Board of County Cemmbdone,. tag. ADDITIONAL TERMS B CONDITIONS The Coumy dl SL loch meavw IM right to nix, blow conWhangten, adWatonal lama a coette". nal ap.clli z, noWasiedN In. orbMal coni? door end sprdllcaibnA 11. TARE& The Counly of SL L.Iw 6 ...mpi hen ell salve, sew and like Maw. EXHIBIT A IL DISCOUNTS: All discount EXCEPT THOSE FOR PROMPT PAYMENT shell be conaboeo In detwmining the bwsl net cost Id, bid wMua Yon purpoeaa 13. MEETS SPECIFICATIONS: Alt "Wpmanl and amza rl. lumbhed order Mw. spectllcallons shelf be new, Me Is W t model In Curtest Production, And Mall W of good dually. workmamhlP and mebrist. Th. bidder rpr.mis Mat dl aWlpment onend Under Mia ap.odicolbn shall meal or.....d Me minimum ,epulrrnrnM speonlea O.grery epeclllcaflons shell W strictly adhered la it. EQUIVALENTS: My mnufxhame'. IumeA trod. lames, brand names. Information and/or catalog num W m II.I W In •.P.dllulbn re lorinlormalbn only and mel W Wnll CPMPelhbn Bid arty brand whbM Moet or.xce W. b,r pusgry of sP+edi{utlus Ibtd Ice wry Item. If the bid Is bred on pulralrlt_podVcls. Mdlcal. on the bid lean the manulacbr.la nam. and number and InAub any derlallon Iron M. epedllorlfone r Ibl.6 Mcbd. IWy d. cripbre II.A.r. on hernia). Lacking any.dtIndidellon of Intent to poor an m alloate brand or modal asrmrst b, Me bid vebe . 6dWrb se a quoWlon In mm plot. compllrce wIM Me Nsc .,xna As 16W,, M Mm bid beer? 1S. SILENCE OF SPECIFICATIONS: The apparent Ntnce dl Mr spedlfubame asd any supplaman W Specnlc.lbna w b any M W b PIM omi Won from um. of any owWMd description Cors Wng any pant oholl be mi,anled as meeting that only the Wet commercial pxMcas m to prerag and that only mated.b of Rnlpsaley and caret, type, sin, and designers to W usad. All workmrsNp b b has Irxl pulley. Alumor re- IsUons of Mie .pe411c.ilm shell W made upon Use brie of Mla sYlement. ll. SAMPLES: Sample ollbms.wh.nmWImd, MVSI be hImishod treat, olopones ard, not destroyed, will, upon n ,la.L be mWmed at Me biddels • xpenas. Rrpurst fa the r.lurn of samples mu.l W mod.wltNnM day. following openlnpelblds.ExnMdFb- u.l wmPA mm, be labeled rIM bidder's rum.. No mbe, and Il.m mumbo,. Fellate Of bidder I. aline, "curer repaired sompiee or to clerly Idenby eemplra as kalchad yy b...n.. 1.1 ref lon Of the bla Un Nva oMwe- eInal.m d, samplas.n.ldbe ddlv.1ed to the onlu of me Purchring D4Ma. it, DELIVERY: Unless xtual data of delivery b epacflwd(orllspectlleddwFreryumolbe corn. shoe number of "ayefpubrd to mak. delfr.ry altaro moa Wpatios.ariaM Petr prorbea Delfrrry Um. yy Wmm. a tela Ix M.Wng .n sward (we SI q. Use,MondayA). D.1d1m sh.11 W rI iMn Me normal rwking h.un r lin Fdd,. IL ASSIGNMENT: Any pu haw ober? Wass" Purwnnl lel Met t..r.1. Which may become du hreunde,N nolo Wgn.Wquplrlc �, law, aMw.I.l the P rxhas Mq Oimx .,, 19. LIABILITY: The .upplb, NMI IndrnWly and bold hr,..._.. IM Crony of SL Wale, ere onlcws, agent nd a"r oJ.ln.l any m y caani by in" ptrbbe s g VI W the act .. m. wpptlw. 90. PATE1(T1 .LTE]: The bW dr, rnF:. _„tle.�M.l Md.mWry area sew W k Was, Its oM....,r..... and W .mpbyeas hone Ilablpy cel .end, lax uanq Cal rid .sPene s; lice or en scco,wnt e1 any .ppyr Wm. .sea r Innpoienhad ho enlwa powea, sr soda. anarerfad,en i or uwd M In. ram.nc. W tlw cathect, Including Ib sae by IM Couny of SL Wcla If the V.Jdw use any dWgM1 deals., s, asMerWs .eared by {Mars, Patent dr COP1"1hf. It le mutuagy agreed and unMOWed with., ..cpfbn MN Me bid plc, shot! Maude MI r.yaltln w out We" Yen Me Is of each deatpn: s..1.., or n.Mrbb M an, IneWreO h tty ►vt 'A. Nn03 3H1 d0 1S3H31N11S38 3Hl NI 38 Ol 03W330 38 AYW SY 018 ANY d01HYd LNYHOTtY 1d333V Ol CNV'S3LLrIVWHOjNI 3AIVM 015018 TV HO ANV 133(3ki O11HOItl 3KL s3Au3s3u 313n l ,.Ls ;iO A.LNn00 3Hl -larlo.d to lurwww.u+wm pnpe el <old raluo Rhino, .pralpdr kp Aq WNrw M 1 ^w 71p�a to rM"p.oq Awm ro/p.r fwumul /o r.1gliv-0 S *5wwr(3 Apedold S A+nful AllpoB :11111gril lenizwwo3 - X - S a6rwra /yadold S AAnful AllpoB :Allllgrn 7ua6wiuo3 Lfaw'Ao io2fold aqi io Icoo uoll]n+lcuoo leiol ayi lO1 "sp Ile) )filki 9/aplln8 S a5ru a AW;sdold 00'.000`00£ ON - T2A 00' 000 ` OOT S A<nful Allpo9 :Alnlgwn OInV a.4r-L4aldwo3 - ON •• c2A 00-000,007- S a6rulea AUadold ON -caA S AAnful AlipoB X 00,000,OOT Allllgeft Iclaua0 a/4cw4aAdwo3 -- ON X SaA SalnielS - ON caA epNolj lad uopecuadu.o3 S,Aa>[AOM ON X SOA Y. :siN3vimnosH 3ONVtln SNI lap;sq Ao ..V. fo 5upe1 LppinO aoumncul 1929 r t4p.m Aurduto3 6ulpuo9 Ag parliq oq 1Snw SpuO9 aNOS N0113ntiLSN03 3119nd X ON 20). aN0933NVWHOjtl3d X ON raA ON08 018 X ON cad, :3alAO8d 1SnW 8OON3A 3ONvunSNI / GNOS uotsstluuo� A1uno0q o RJPDo ay} y}etM J:)L'Jju0] ua11L1M sAep .oiepuaiei SL t4Z y LL. o ]P�.4 L }1L1M .lai41'8 u+ lh `la L niSSanns a '.role Pror••• WI W!.. qu•uwyneu ure RI to wpnwc..ol •pnuodt.. K r1R A1nv =Mod •I>•i •Aw.b a1Rnd Ww •W Pur Alum] real 19 Y...Y.R RRt. 64t.m.nd {4d ql lwW...aY IfPeV.1V1 v M RRtl Iwu.w.aY 6%A. nd ..pu.dmo. P•%•o•d wlMMV3IR Wunq..oa rVR . IM31 13 P• Y fttf K A. %e +Nl :L3ON30Y 1Y1M3nINtl3A00 tl3H10 HLM S1A[3M33tl0Y ONIrYH]tlnd ' ZIY.wr.In Puf •VOA.lr •d+ Y1 "1 W u . kiss+. R+odad .oltl 4 Pro^P4 W IMM. ,.'rrl'Rt_• IR to I.m •Vl'A.o...n to uepna..ad TR P. .ep Wl m IRVtgpul W. A.w+.a•u r.wW ..ID sour rwl Pw O.b. •wtu.on PIr RW.+.d 1111 A.d Pv..eea! IRY+.oPwA •V1:1331 111111111 t...ede.d � •.Oo.drpAFIewpuglrrW oflga"pins Pm RIO of waW Aw'p..-WI.w -f.tWr1.P g/PVe...fOdOtl W.o Au II.Dq u .qut DN41+ Rvopiro.{we.W, Ae PRn .nA pu•W. g RIaI• rW r•..•.0 Aiue.ep R>ni it :Ola 3H1 Ol YON3OaY '4W 3 -,t is .g.Opt{R]rl•W u.oq W m.r.v, 1,, ."d.0 d •.stun y.nnD.. R sn wwatl w . w u. IW l*ls. Alum] .tont lL 4 H2011 NO uonwlo.d ,r.....no w..D.N.W ,e W .Draw tRw Ye.»e eN asN3]n nrtouYan]]o x 1Mn.p Voer A.. to uoPnllul .W q ANuap p^ to Pur A{IRUI+PI .um •.o IW. 1.• .uw .0'. Aa w I.n. PC WW so IMw nOIN P.MIW pfJlw] AYr PI waYfy9q NgIrJINmW AU, 1 o .IVam a le .au.raR A9 •O 11.N+ uro.o .wyvM q na w IM SHOLLY]IJI00rt E •au01. y..we w Aq p.uuawa M g'.o11W nVoW.RI V.yb p 4w ..IIK mo y.grb. A%.W..Wnl uo'I.H'RrP IwuW.e w110 P. A....Ilro to •unl'Alllu.nb rW ul.iwP TV. NP.e Vont iwllw] w1 VI Pro Wd .Ra..Rp +w(un 'As+ WI Aq uoa .M aulddlV+ w .p.o wttW.. Inw1V. .pnd.aof w.o.nP rVgap IRV• A.WRP oN z l3All30 Ol wmas Ol 3]LLON E 7.tp.Ry RI to AYr .o II.•a ly t.0 N 1...14 A. •%Pe..IP4 .o AIW.P 'w.v wa .. 00l AWM0 Aw to ..I..0 ro "o P Re.V u M IR'..V VnA'/uvw] •dry lL to r.<g6... w orR R l .Ip'.•o Wo Av to .u.tV .W 0}o .!..n VV,R ••got1P plrY r..PPR n • '153m Alum] P••• + HOD •.n9 to .uoiR•P•o q p.INe.. R ..Purr.W P.••u .Vl :1S3tl31p ID 1]ftfNO] xn pl...w. ti•.tquwwg'•w..oml. '4.q0 R..rIeR+ puRR111• %.M .e 1RV. Pv W.MdlnO. uONmOM P..PI.R. Wl.` pKdeer 4+.d.P .eryw 411me lewn .V. P..o.r IRv P..ddt R A1nO MY3N uu.l W I mN� % I+)u.11 •Vl - AA110 MY3H is to A..3 .w w .oY.YN.O Du.n.p.e.d .IR 4.01 W WO.e a r.�1uw Iw¢x.lwa a4.eooM < wneam a4•n Iwwu..wp AWm] Mp 4 VMI W IO.O AtV W1e.. •r.YIII..I.m'PnOp VDIt RV.V.e�'Ao...D. Lnr.1P iwwwa.p <v a wW uRW Derl A0N30Y ONKO.IV•1 wl - A]H30Y ONtsn sla •In le e.grl«.e 7r-jv wO•W 'N of Iar.IVm fD•W.•O.O A I.W ueRmu MOO...0 _ yrrq/..wyain.t.0/..R.q <u. w r.u., uW W p..n bOON3A •V.q WL � YOON3A br.Y.4+NI%wuoMY 4Kuno].rW 4 pA.6uoo rrymo/..wv_ I�+rV./.•R.P .Ia PI r..l.. uW W p•m 1110011111 -1-K30019 +..nww.•.eu P>sW.O.r APV RI pv T>•.q.'tpnn X le AIYIq].nP 4 u•lu u1• W A1Nn0] W.R wl- A1Nn00 E '641P- 4.•P.e w Aop W.mpal'.oeeu.wW.RIuud.q kw Mnw wl'Pu!nW. Al1u.D.n.w.N w•wuN ,o Iu.VR..d .PvA..ylro to-A'Altlu-b tyl 4RweIn•.ro>e VPnT i0ulwo.W W P•Pl.atl.R�..YF+vlun'Aluno] •IR Act M,o I..iV. • OoNv <T •{N.Id.aor p.o .np .YN.' O IRV+ 4. as, "aun...Pud WI le uopru Ru.oP A. •n-..pwa• pYm3..w1.f. Act . O v "a to m '.o.•In1ua1D RIV+d.w%u P.r wtOWM Rn%M W I I%..P.o.trY�.M I.tvN . •nnl IVDA AIV.31. P.0 W'AIw edMf uorywawo PR pa•+pjvnlwoeY.•1.WRaP nb P•I.WR.3'l.sf os pu•Po" Aw..ARIP...VP+rtl. W ArlvnD tq%t.p g w p`R1e.4.o Prr.Wi. R W wxM ON:1]Ytl1NO0 ON}N3d0 '9L •AIIRr�.oeW /nW . 1 were t act A•+ ou 4a4- wPPR •W An •Dwl.out E W P•i 'Aldb uR..V so.••••o...r ..O pall. .VW Au.4IrW IruoPlM P.. gn+'+.elwypw tical Flet pr •A.u..o] •siM'R..P•A S1N31n3tllnoaw 1Y031 Yr Y.R..d Vloe w RIRpVR Pw Lull .R ms. ..Am.W pu%.pro p..R11Ir.1 ..I..It W1 of w ..p h {e .oYr..N1P .o 1q.p A. to .r. VI 5a-Ln4S,O 'a T M.wt AI✓dud Pu. Wlro to .Is a to ••V ♦wr -.Pilp.e. P..•u Ylu Afv.._., el wml W 9.p•oWl'P•11r1.4 xryw Yy.ou w.0 ..w.opu.. r of P.M.ty tu..N.V1..Y...Am.IR AR.p.w.R Ilw• Iwu/+d iN3 rtAld 'K "..<M wl Aq .OwblvD •••e.1 ben...D.W.P .o rwl +MR wAm ..o Aq .oN Mde.. plun ..P%R IM..•Pom .Ia R 11ORRuod... .W pIRV..wRl 10 ot.Dtu.rp.e w%p..M.e/ul MILL'p•%vtl ""-.R -.41.rorw111••.PunGoaf pue wra.d.4311LL 93 MVl 233V'NOIl]3dTNIR •Fll to ug,R.e.d l.W o Aur Aa .?Ii ii M Alum] W I of P.9.o W RVDH A... Nun lou oP r.tl6deR Voe.s10•«If1.�n.e.R�rdWmyq �l•naAv el r..10.•so%� 4w.�....r 'lt RpwuN.m .Ruo�I poW wi AO P••••m tV IRV. Plr RW ..Pun p.Y.rM4 t•%wt .o/pur..Rdelr tN{'P•11?•er Mr••.l0 r+.Nn•rW w..0f ..p%O w11A1MYYIM lL SNpI11N1i30 E �&, Inu.wu...e6 Pv Aq-mV -i-NA Woo el Alder w.P/pugt RWwwro..I.. qn ARlw aVRT+It ueeIrwrW lo.RPMwWW.l1. Dv.R.�aee.iw...r •w..N Pv Mra M41-P-tlbN"lot ...lev •tVOO •r/.Du 1NepuR+ F>9 Pae 46o - .S l..W.i IR VIu p.IIO.VOa DVI: .g •RPUPd....0 IRw...n�elmrw%n'.rylde.w'.q.gvalP'.M.K 6Virw W1:A1MYtltl VM A331K E +pnl S le 4urw'� wl Wl. w.uRno D4eP.g r.flr..D.w.Pw.•.W P. IRI..LO!O..P .w.I PNpu...64r0 .YwV .e%+. IrW 4 II.y O.R 4.V .Ia1RMn.wVi R.wrReM AVY'nOw...P ItWO wrW.eMP'R 4.V.p A.WRp Md rrpwyRO IOV rWR1 • MIp.0V1 +.400u..Rr.+.wN..wtpapYu.O A.W ...eln%IP•e•q Dl;.u.%walv.M .a.a.p.VHnl'.VOP•�aP'd+I.r.P.rPo•••ot.W p.O.Y tq A.W OruIl:3]NYlI3]]Y "G 9.0 RV twA D.wVan.d (rlWw l..f IO .Pu.Y.lurr pr urn...do W. 4 .••A•Rd••n <l..ne] 4 D.RI.RA pl..etl q •AI V e.e] w• 1? Va.Nu -ru.00 .M R W+1nD•• w Ar 'r1..tWd^. T+IIWdt w1.uwPe •wr4i :.aNINI'/tLL 'LL gVmOz ans 00*0b5 22 lVios ans CV'Sv/ _ .o7•/2 o0'fG E ) = 00's2L 00'02 h L = 00 ro nl. = nn rrarr— X Z = B4 X T = „Zb X Z = ..9£ X T = 0E X Z = bZ x T = ..OZ X T = ..OT X T = ..9T X T = ., (• T X T = ..ZT U30NY'I3 *R X'IaiIsiina 'U X S = ..OT X SE _ ..8 X SE _ ,. 9 x OT = ..b (3HOX I W319 3UISSTo) X S SO 'O o0 o 6 8 z 'Iv'.Lol Has 00*az0 = oo x 007Z VJ, 00 E X 00.02 1- 00 &r Z X 00'It£ = oo• x 00,0S21 = oo'J 2 X OT = 3NIt-NI ..ZT SZ = SNIT -NI ..OT 0£ _ 3NI'T-NI ,.6 SZ = 3NI i -NI ..9 OT = 2MI7I-NI ..4 ('r'W X 'r'W) SNIT -NI '30U3M OI70S '801H31NI U3.LYOo XXOd3 'W3.LS 0NIS19-NON 'XUOa NO2TI 'jVas IN3I'IIs3K 'u 00'05 9 5 rivio.L ans _ �I X OT = ONIddKL ..ZT = 00'2/i1' X ST = 0N1ddK.L ..OT = 0 h x Sz = ONIddEtL „Q = 0—T_ X OZ = ON1ddKL .,9 _ 60' f- 7]— X OT = JNIdavi ,.6 ('r'W X 30NV`lJ)-•ONIddVT. '30O3M QI70S 'HOIv3JLNI aaxvoo XXOd3 'W3.LS JNISIZT NON 'xaoa NOMI 'ivas iRai Isau 'K ` SUAM [ OXIOIEd UNK SHI.LISNVDZS S7VIHHXVW I SjHVd XMaWl9Vd$U S30IAH2S A117110 XSNOOO 3IaTl'I 'SS 9 SIHIHX3 1. VALVES D. BUTTERFLY (Contd.) b. MECHANICAL JOINT W/ACCESSORIES 12" = 1 14" = 1 ]6" = 1 18" •= 1 20" = 1 24" = 1. '.0" = 7. 36" = 1 42" = 1 48" = 1 F. CHECK (SWING) 4" = 4 6" = 25 8" = 25 10" = 2 12" = 4 ). 4 " = 1 24" = 2 x I.av 62L0o x/060.00 = /060,09 x II.Po,00 = /1r0.00 X /3,06,0o = /_7s0,00 x lf7f.00 = /nf,00 x 7240.00 = 77sb.00 x '1100.00 = 4t00.m x��00,0o = (700,00 x 8 (00.00 = Q(0o, 00 x 10 goo, = /0, 000. o9 SUB TOTAL 3G.3o6.00 x Z Y8,00 = x 37 Z, co = x r o = x x /V 7z,co = x lb r000 = X r/00,00 = SUB TOTAL F. CHECK (DETECTOR), LESS BY—PASS 4" = 1 x J/7.Do = 6" = 1 x YYz.00 = 8" = 1 x 10" = 1 x /300.4 _ SUB TOTAL MZ 'If /v Zw.Oo Z13.s3s.ao 2 835,00 TOTAL GR06P 1 Z r s d s 6Ao z. VALVE ROXFS UNIT PRTCF EXT. PRTCF A. VALVE BOXES ICot= FTF) 5-1/4" = 500 x (.oa = 7000. 0o B. VALVE BOX T.TpS 5-1/4" = 500 x C. VAT.VR BOX T.TTI/T.00RTNC 5-1/4" = 250 x 11. �0 _ Z 750, 00 D. I 1" = 650 X 3.00 = /,950,0 2" = 350 X S. CO 3" = 350 x T,S925.00 SUB TOTAL 7,640.00 TOTAL GROUP 2 �% o6o,O0 3. FLANGED COUPLING ADAPTERS STZF.S 4" = AND QDANTTTTFS UNTT PRTC`F EXT PRTCR 10 x l7, 2 = 177, Zo 6^ = 25 x _ x/66.00 8" = 25 x Z S, t = 3slo: 10" = 10 x 12" = 10 x sq. YL = SW. to TOTAL GROUP 3 7199.60'. oo•o£'£ Irs - 7 d0OH0 'IFISOL L%/f7 t%%l7 X OOT (313HJNOJ) (.,9Z X „LTJ H3S3w 233.LVM ,.Z v 2303 OI'I T XOH X OS (3.L3HONOO) ,.Z =1C'7NO OT'I x ooz oo'gCts = 68 �9 z (313HONOO) [,.Z/T-LT X „Z/T-ST] SH3.L3W 831.HM (,.Z) 2303 OI7 14 XOH or- b X OSL=f.,9i£-ST X „91/1-OTJ OI'I H3QK3H H313w NOHI ,LSVO H,LIM NOHI ,LSVZ)) T/,.4/Z X „Q/S xINO OI'I x o0sI f.,b/T-LT X ..Z/T-OT) OI'I 133Otf3H IJ 9 (]III IJ/M XOG 3.1.383NOO) 133Z3w H3.LKM „T HO ..b/E X ..9/9 v 13O3 QI'I 4 XOH SFIHiIZSZINFr3^3'LTS 3 7 TOTAL GROUP 5- 3637.IOO 5.. FTRF BYi1RANTS ST7,FS 4-1/2" AND QUANTTTTFS TINTT PRICE FIT PRIVE. 00,00 X 36" = 10 X SO.Oo 5-1/4" X 18" = 5 X 3 0, co = co. co 5-1/4" X 24" = 5 X y00,co = 7.000,00 5-1./4" X 36" = 50 X S2S.Oo = 7- 6 z ro.oy 5-1/4" X 48" = 5 X S4fm = 27 25,00 TOTAL GROUP 5- 3637.IOO 0L7',7/ E `V Z 9 aaoao gVioz o0'SL oc _ X OSL =1 8/E -SL X ..9T/T-011 (Gill asuv828 Ha Law N028I Isvo H.LIM JI,LSVrld) T/..b/E X ..9/9 X'INU OI1 00.00�/ x OOOi Os•f1� GII 2I3Gd32i IJ 'M GI'I (INV XOS JI,LSK'Id) su2iaw a3ivm ..T HO , VIE X ..8/9 OMI 2803 GI! 5 XOG x 000i oo'ohL 1..6/T -LT X ..Z/T-011 GI'I 282UV2H I0 'M GI! CINV XOH oilsii id) Halaw HUILVM .,T 280 .,6/E X ,.8/S V E08 GI7 9 X09 a S '9 aTZES ANQ QBAN 3" = 10 x z•4% = Z4. 60 8" = 10 x b a, fo TOTAL GROUP 7 / 97. 60 $T7FG .AND OTIANTTTTF.S IINTT PRTC'F EXT- PRTI'F, 4" = 10 x LS = 4Z S-0 6" = 1.0 x 10.1— _ /n/. 0 _ B" 10 x _ 1 00 = /$0.00 TOTAL GROUP'8 3Y3/0 I EXHIBIT C ST. LUCIE COUNTY UTILITY SERVICES DEPARTMENT MATERIAL SPECIFICATIONS FOR UTILITY PARTS & SUPPLIES All valves, fittings, piping and materials shall meet or exceed applicable AWWA and/or ANSI standards for potable water unless otherwise specified. The manufacturer shall furnish the purchaser with an affidavit stating that the valves, fittings, piping and all materials used in their construction conform to all requirements of the latest revision of the applicable AWWA/ANSI standard and the suppl.ementary specifications, and .that all. tests specified therein have been performed and all test . requirements have been met. C. SPFCTAT. RF.onTRFmRNTG All valves and fittings of size 4" and above shall be on pallets (The number'of fittings on each pallet to be determined by size), but no more than 1 (one) layer high to each pallet. All pipe will be bundled and no loose pieces will be .accepted unless otherwise determined by the department. RNW:_&_: Requests for materials will be made to the vendor on an as -needed basis (monthly, quarterly) depending on the assignment of projects and/or stocking requirements. Vendor shall deliver said materials within Thirty (30) Days. Orders for materials may be made by phone by an authorized representative of St. Lucie County Utility Services Department and verified by a written purchase order issued by the Procurement Office pursuant to this bid. All materials to be delivered F.O.B. Utilities Department warehouse, 901 Prineville Road, Port St: Lucie, Florida, unless otherwise specified and agreed upon by vendor. Deliveries shall be made between the hours of 8:00 a.m. and 3:00 p.m. unless otherwise agreed upon by County and vendor. Deliveries of palletized materials may not be accepted unless delivery vehicle is equipped to unload pallets. vendor shall list any or all additional discounts resulting from bulk purchase or other means on bid submittal. :,. Quantities listed are based upon historical data or estimates of usage patterns for one year period. Actual purchases during the bid period may be greater or less. Bid tabulations shall be submitted on the forms provided and all quotations shall indicate unit pricing and total costs for quantities specified and shall be footed as indicated for each group or family of. items. In the event of discrepancies in the extension of total costs, unit cost shall prevail. Aids may be awarded to different vendors for different groups or families of items, however, in no case shall the bid be split between vendors within a group or family of items. Partial bids .will be accepted and may be awarded for one or more groups or families.of items, however, in no case will a bid be accepted unless price quotations for all sub items within a group or family are submitted. Submittals not addressing all items within a group or family of items shall be rejected for that group or family. Each family (i through 18) will. be evaluated and awarded as a whole to the lowest responsive bidder for that specific family based on the PxtPndPd and totaled prices bid for all line items within the family. MATERIAL SPECIFICATIONS ST. LUCIE COUNTY UTILITY SERVICES DEPARTMENT LIST OF MATERIALS 1, VALVES A. Resilient seat, iron body, non -rising stem, epoxy coated interior, solid wedge, tapping (flange x m.j.) B. Resilient seat, iron body, non -rising stem, epoxy coated interior, solid wedge, in-line (m.j. x m.j.) C. OS & Y (outside stem & yoke) D. Butterfly E. Check (swing) F. Check (detector) 2. VALVE BOXES. A. Valve boxes (complete) B. Valve box lids C. Adapters (risers) 3. FLANGED COUPLING ADAPTERS 4. CONCRETE METER BOXES 5. FIRE HYDRANTS 6. PLASTIC METER BOXES 7. DOUGHNUTS 8. QUICK SEAL PLUGS ST. LUCIE COUNTY UTILITY SERVICES DEPARTMENT SPECIFICATIONS FOR UTILITY PARTS & MATERIALS 1. VALVES A. RESILIENT SEAT GATE VALVE, TAPPING, (FLANGE X M.J.) All valves shall be resilient seat or solid wedge in design with appropriate end connections and shall meet AWWA C-111 and AWWA C509-87 or latest revision: Valve shall be capable of 200 psi working pressure. All valves shall have O-ring seals. All valves with exterior fusion bonded epoxy shall have stainless steel or bronze silica bonnet bolts. Valves shall be 100% bubble tight with O- ring seals at all mating flanges and have an alignment ring. All valves shall be interior fusion bonded. B. RESILIENT SEAT GATE VALVE, IN-LINE, (M.J. X M.J.) •All valves shall be resilient seat or solid wedge in design with appropriate end connections and shall meet AWWA C-111 and AWWA C509-87 or latest revision. Valve shall be -capable of 200 psi working pressure. All valve. shall have O-ring seals. All valves with exterior fusion bonded epoxy shall have stainless steel or bronze silica bonnet bolts. Valves shall be 100% bubble tight. All valves shall be interior fusion bonded. C. OUTSIDE STEM & YOKE (FLANGED) All valves shall be resilient seat or solid wedge in design with appropriate end connections and shall meet AWWA C-111 and AWWA C509-87 or latest revision. All valves above ground are to be OS&Y with hand -wheel. Valves shall be 100% bubble tight with O-ring seals at all mating flanges and have an alignment ring. All valves shall be UL & FM approved and bear the label UL on the valve body. D. BUTTERFLY (FLANGED) All valves shall be iron body with rubber -seated, self adjusting disc seal, field adjustable Class 150-B with either flanged or mechanical joint end connections. Valve shall meet ANSI/AWWA C504-87 standards or latest revision. Valve shall have a 150 psi working pressure and 300 psi testing pressure. All valves shall be interior epoxy coated with a minimum of 8 mils coating. E. SWING CHECK (FLANGED) All valves shall be iron body, bronze -mounted swing check valves with appropriate end connections for normal horizontal installation into water system. Valve shall have a stainless steel hinge pin. Body to be made of high strength cast iron with reinforced flanges (ANSI B16.1/125 lbs.). working pressure shall be 175 psig for E. SWING CHECK (FLANGED) - continued valves 2" through 12" NPS inclusive. Working pressure shall be 150 psig for check valves 16" through 24" NPS inclusive. All valves shall meet AWWA C508-82 or latest revision. E., DETECTOR CHECK - (LESS METER BY-PASS) Detector check assembly shall consist of a single spring loaded, center stem guided check valve, in parallel with a by-pass meter assembly. All internal parts included in the main check assembly shall be of series 300 .stainless steel, and shall not contain dissimilar metals. Elasto- meric seat disc must be 'reversible, seat rings shall be B-61 bronze,. or series 300 stainless steel, bolted to the valve bodies with an O-ring seal. The main check assembly shall be guided at the seat ring and at the cover. by replaceable non -corrosive bushings to assure positive check seating. head\loss through the assembly should not exceed 4 psi at velocities from zero up to and including 7.5 Fps. Flow curves shall be documented by independent laboratory testing. Mainline check body and cover shall be manufactured of ductile iron ASTM A536, Grade 65-45-12 and shall be designed to withstand a 10-1 safety factor over rated cold water working pressure. Ductile iron body shall be flanged ANSI B16.1, Class 125 and epoxy lined 10-20 mils. No by-pass assembly will be required with this device. VALVE BOXES All valve boxes shall be two piece, cast iron, screw type. APPROVED VALVE -BOX: 51", "Tyler 4615, Series 6850 APPROVED VALVE LID: 51" x 2" "Tyler, Marked: "Water" APPROVED VALVE LID/LOCKING: 5j" Tyler, Marked: "Water" 3. FLANGED COUPLING ADAPTER All flanged coupling adapters bodies shall be gray iron ASTM A126 class B or malleable iron ASTM A47. Bolts circle, bolt size and spacing to conform to ANSI 150 lb. flange drilling. Follower shall be ofmalleable iron ASTM A47 Grade 32510 or ductile iron ASTM A536. Gasket shall be grade 60 and resistant to oils, acids, alkalies, most (aliphatic) hydrocarbon fluids & water. O-ring shall be grade 60. Cross and tee bolts shall be high strength low alloy steel conforming to AWWA C111 (ANSI - 21.11) standards. 4. CONCRETE METER BOXES W/CAST IRON METER READER LID All aggregates, fine and course, shall conform to ASTM C- 33 and be free of all deleterious substances. Cement shall be Portland in type which conforms to ASTM C-150, Type II and shall have a minimum strength of 5,000 psi. All concrete meter boxes shall be have steel reinforcing in the box as well as the lid. The box shall have a lid with a cast iron meter reader lid that is permanently affixed. 5. All fire hydrants shall have a 200 p.s.i. working pressure, 400 p.s.i. testing pressure. Hydrant shall be compression in type, opening against the pressure. Hydrant shall have a breakable traffic flange. Shall have'a 5-1./4" opening in the valve seat. The main valve shall be solid rubber, and may be reinforced with step!. Shall have (2) 2-1/2" hose nozzle, 180 Degrees apart, and (1) 4-1./2" steamer nozzle. All nozzle threads are to be National Standard Fire Hose coupling screw thread, as outlined in AWWA C- 502-85, Appendix A. Hydrant shall have a bronze seat ring threaded to a bronze sub -seat ASTM B-62. Pressure drop across the valve shall be no more than 4.0. PSI at 1000 GPM, AWWA C-502, UL 246 and FM 1510. All nozzle caps shall be cast iron and shall be secured to the hydrant barrel with chains. Hydrant shall open to the left (counter clockwise) looking down at the hydrant. The mating surfaces between the hold down nut, if required, and the operating nut shall be bronze to bronze, and the hydrant shall be fitted with .a thrust washer to ease in opening the hydrant. Hydrant inlet shall be mechanical joint; and shall accommodate six inch (6") ductile iron pipe or C-900, SDR 18, Class 150 PVC pipe. Hydrant tops shall be'designed that no part of the threads of the main stem shall be .in contact with water. Oil or grease may be used as a lubricant; in accordance with manufacturers recommendations. Two (2) o -rings shall be used to seal the operating mechanism from water in the barrel. One o -ring shall be used to seal the upper end of the operating mechanism from atmospheric moisture. The carbon steel stem shall be bronze sheathed where it contacts the lower o -rings. Hydrant shall be designed that only the bonnet and lubrication chamber, or bonnet and seal plate, need to be removed to change the main valve and seat. An O-ring seal shall be provided in the valve assembly to insure that water cannot leak from the hydrant boot or shoe into the hydrant barrel or drainway. The seat ring and seat ring bushing shall be made of AWWA bronze (85-5-5-5). The drain valve shall. be made of polyethelene foam or reinforced synthetic rubber' and be tapped and plugged. All O-ring seals in the main valve area shall seat against bronze. The threads of the main valve seat ring shall not be designed as a sealing thread. The interior surfaces of the boot or shoe, and the main valve bottom plate shall be epoxy coated in accordance with AWWA C-550. The hydrant shall be painted with two (2) coats of a polyurethane high gloss enamel, and color to match that approved by the County Fire Marshall. The distance between center line of nozzie and bury line shall be a minimum of eighteen (18) inches and the hydrant wrench shall not contact the ground when making a full 360 degree turn on any nozzle cap. The fire hydrant shall be UL & FM approved and shall bear the UL label on the hydrant body. Their will be no interchangabilit'y of parts between manufacturers for liability and warranty reasons. The manufacturer or distributor shall. supply to the County, at no charge, two (2) complete sets of tools to work on the fire hydrant., 'these shall include: Seat removing wrench and nozzle removing tools. All fire hydrants shall be supplied with standard mechanical joint (MJ) accessories, nuts and bolts to be Cor -ten. APPROVED FIRE HYDRANTS: KENNEDY K81 -UL, MUELLER A-423 SUPER 200/UL, AMERICAN B -84B . 6. PLASTIC METER BOXES Rib reinforced standard single and double sizes with cast iron meter reader lids permanently affixed. APPROVED: Brooks or equivalent. 7. DOUGHNUTS Field cut adapter w. increaser/reducer bore doughnut sizes 3", 4", 6" and 8" manufactured of PVC conforming to ASTM C443, C425, C594 and all applicable local plumbing codes. 8. QUICK SEAL PLUGS Manufactured from PVC in sizes 3", 4", 6" and 8" and conforming to all applicable local plumbing codes. PTPF. A. DUCTILE IRON - CLASS 51, SLIP JOINT, CEMENT LINED 9_17_ I-WeeK / y -,36 q tree K 4" = 150' 6" = 350' a" = 350' 10" = 150' 12" = 250' 14" = 72' 16" = 36' 24" = 72' 36" = 72' x = x = x 7.99 = x x 1.7-Z7 = x /G./s = x /9.91 = x 3/•2Z = x __ S9.ir = SUB TOTAL B. C-900 - SDR 18, 4�1, 150 1/2" = 300' 4" = 500' X /./7 = 1000' 1-1/4" 6" = 2000' x 2.3(0 2" = 500' 8" = 2000' x `/.0 8 q-/2 /WeeK .10" _ .500' X 5.56 ,q- 1(e 3weekl 12" 14" _ 20001 = 100 x 8.20 X 7.80 16" = 100' X /0 24" = 100' X 3.7 36" = 100' X 3 16.73 SUB TOTAI. C. PVC - SCHEDULE 40 STZF.. k ODANTTTY nNT4' DD 1/2" = 300' 3/4" = 500' eeK 1" = 1000' 1-1/4" = 100' 1-1/2" = 300' 2" = 500' 3" = 200' x o8 x /5 x 20 x x 28 x (o x _ Y SUB TOTAL D. POLYETHYLENE TUBING - 200 PSI 0 s f5 S. 0O = Y�720.00 8/bo.00 = 70.00 / oo. ao '700. 00 _ / 07f. o0 yo. 7Sa. 00 3/4" = 500' x 1" = 15,000' X 1-1/2" = 300' x 2 = 2" = 2500' x = SUB TOTAL ` TOTAL GROUP 2 1 L r I z -/ zrrzo.r Ons L%"6011 6 9 4L L 9 £t '/S 9 U ;L h 9 £ 9 a1n•f-r 9 (ONa NIVUd X a9NVU3) %6'hs b`3r— avios sns 3322930 -zG%Sh 6 3321930 6 X 1'6'7 j = 8Z•1y/ 6 X oo'oty = ovf 9 x 33219aO 06/..9 om 1 9 X S6/.19 �� 23219aO OT X oo'ObS = oo'6S OT x 06/..ZT aa2193U OT X 00 6 C 00,6E 0 T x vh hL' _ aaU9aO OT x aa21930 (039NVg3 ) / 00 L 2 _ � L2/ _ as 'O60 � pp = 09 14 0% "L /h 00,012 7viol 909 00.0// 00'0 r 11a22930 06/..ZI 3322930 S6/..ZT 3321930 06/..OT aaN930 SV/..OT 3a09aO 06/..0 aaN930 Sh/..B 33219aO 06/..9 om 1 a3219a0 S6/.19 �� 23219aO 06/..i aa219aO T52TN3H S6/..t6 aa229aO 06/..ZT aa2193U S6/..ZT 33219210 06/..OT aa219a0 S6/..OT aaU9aO S6/..B f�liJ aa21930 06/..9 =3930 54/..9 3a219au 06/..b 2aN930 --sul S6/..4 H OZ X aa219aO 06/..ZT OZ x 3a2193(1 SV/..ZT OT X 3321930 Z/T-ZZ/..ZT OT X a2)1930 6/T-TI/..ZT OZ x 3322930 06/.,OT OZ X aa2T93U S6/..OT OT X aa2193O Z/T-ZZ/..OT OT X S'S 2T93a 6/T-TT/..OT OS X aaN9a0 06/..0 OS x sa219a0 S6/..0 91 x 3322930 Z/T-ZZ/..0 9'1 X a32i9aU P/T-TT/..0 9E X asuom 06/..9 9E X 332T9aU S6/..9 91 X aa219aO Z/I-ZZ/,.9 9T X aa2T9a0 6/T-TT/..9 OT X aa2T93O 06/.6 OZ x aauosu 96/..6 OT X aa2493O Z/T-ZZ/..6 OT X a3219aU 4/T-TT/..6 ( r w> Tsuu36 *v TT y 3ZI S ya T �rr3�z�Tra-=��xr�r3 •E M S 'S O(9 OCC L / 0 2 -OVA / ,'Z '2 0 £ o°'h4, 2 0 k'00' aas %N101 ens ,z x a '6 x gam— X h $•L x (rw) kV,LOi ens ..ZT 12� x % x gra� x Z L"r / - x 'B x OT = (rw) 9 = ..ZT X uVT 9 = .,OT X VT OT = .,OT X .,ZT OT = ..0 X ZT OT = ..9 X .,ZT 9 = 6 X ,.ZT OT = ..0 X .,OT of = .,9 X AT OT = ..4 X .,OT 0C = ..9 X 0 OT = ..6 X- u0 v = .,Z X .10 OT = ..6 X ,.9 OT = .Z X .,9 OT = ,Z X ..6 of _ ..ZT • OT = ..OT OZ = ..0 OZ = ..9 OT = ..4 srU= � OT = ZT OT = Al 0s = ..a 5Z = .,9 0Z = 6 �Qrlr-hfiil • ».[e:ttacr��iNnptt�.Yowen���el -A ) JXA -1 00'6 S� GT E dn011O •lVJ.O.L 'IV.LO.L 9nS 00.00 = 00'9X OS = ..Z I 00'00 = 00•Z x OOT = ..Of 00'0 = 00 Z X OOT = .19 00'000/ = 0010/ X OOT = ..9 6 X OS = 6 x oflt�873AS'BISi—STIA�N.IiSI'''IB3ItTi7ii33A = ..ST ';t %/ L lb pi 7Kd.O.L MIS S'oL o' L 2 rr7— ( ria x 4 = ..Sl x ..9£ x 6 = ..Sr x ..0£ x 6 = ..ST X ..4Z X 6 = Z/T-G X .4Z x b = ..ST X ..9T x 6 = .,Z/T-6 X ..9T \X 4 = ..SI X ..61 x b = ..Z/T-6 X -VT x OI = ..Zr X ..ZI x OT .Z/T-L X .Zl X SI = ..'cl X ..OI X SI = ..Z/1 -L X Al X SE _ ..ZT X ..0 X SE _ ..Z/T-L X ..0 x SE _ .ZT x -9 X SE _ .Z/l-L X ..9 X ZT = .ZT X ..V x ZI = .Z/1 -L X ..4 !;gA-g3'l9 ' el sala.iTwn I aziu--qm-.Ij -4-8&M -I .E /n3d Qrc,s j ire lY 1— 3 week3 j 5. BRASS A. ADAPTERS M.I.P. X COMPRESSION (CTS), MUELLER H15428 /tgk0 C gY- 3/4" = 75 X 3, y1 = 2 Sr 7.T V. = 500 x 202s.00 1-1/2" = 25 X !0. 2" = 150 x /y.7I = D SUB TOTAL y 73 6100 M.I.P. X INSTA-TITS ( CTS) , MUELLER 1115424 fIwD c gy-yyG 1" = 300 X 37S _ // 2J-, 00 F.I.P. X COMPRESSION (CTS), MUELLER 11154`51 r040 C/'y- G 3/4"= 75 X .3,Sg = za#,so 1" = 500 X _ y. fM - 2 yD0,00 1-1/2" = 25 x /Z. 9Q 2" = 150 x _ /s,00 SUB TOTAL F.I.P. X INSTA-TITE (CTS), MUELLER H15457 /C17,f0 C /1(- yq& 1" = 300 x S! 1/3 = /,29,00 B. ANGT.F. METER STOP f ANGLE METER STOP (COMPRESSION) -CTS W/LOCKWING r�RQ 1<Vy3--yyyWG MUELLER 1114258 1" = 500 X 1.2.OS = (P,9,25.00 ANGLE METER STOP (INSTA-TITE) -CTS W/LOCKWING )*,to KVY3- Llgq ` & MUELLER 1114267 1" = 1000 x /2.0 S = /,?J OS0.00 ANGLE METER STOP (COMPRESSION - CTS W/LOCKWING, FULL PORT / BALL VALVE MUELLER B24258 /n� u Foxo Bii S/�-�yyw fj 1" = 100 X �4• / _ �,Qyg,00 21 75Z i�tc,.s 3 Keelcs BRASS (Contdl TYPES. SIZES AND OUANTTTTFS' UNIT PRICE RXT PRTVF COMPRESSION X C.C. THREADS (C'PS),1"= MUELLER H15008fOAO f/0006 F.I.P. X I.P. THREADS (CTS) MUELLER H10046 F02/i F 1700 "1 1" = 50 FOLD FB /700 z SUB TOTAL Iyl3.ao D. CURR VATVF/47'/7P - FU77 PnRT OPENING MUELLER H14348 toxo Qy3-yvyo COMPRESSION X SADDLE METER NUT 1" = 500 x 2"= MUELLER H15013k'1ee3fB/°vols 1" = 1000 x /p.7 - /o,7j400 2" = 50 X S/G 77 = Z,778.Sa COMPRESSION (CTS), MUELLER 1115403 SUB TOTAL U P.I.P. X C.C. THREADS (CTS), MUELLER 1110045 TORO f400 50 X3. 7 L F02n Fa/6 00 1" = 100 x 10-S.2 = /,m S;2 00 SUB TOTAL y% $qOp INSTA-TITS (CTS), MUELLER 1115406 SUB TOTAL 3-9.2-5 COMPRESSION X I.P. THREADS (CTS),1" = MUELLER H15208,CV" F��oo G /' x -%y9 = ;2.2gf;00 2" = MUELLER H150231C0R0 60I/0" Z1i 1" = x �� �iv = 3/ p0 .25 SUB TOTAL J S F.I.P. X I.P. THREADS (CTS) MUELLER H10046 F02/i F 1700 "1 1" = 50 FOLD FB /700 z SUB TOTAL Iyl3.ao D. CURR VATVF/47'/7P - FU77 PnRT OPENING MUELLER H14348 toxo Qy3-yvyo COMPRESSION X SADDLE METER NUT 1" = 500 x l7, = t7� 8y0.00 E. UNTONS ' F�Ro COMPRESSION (CTS), MUELLER 1115403 C y1f- U 1" = 500 x y 1(9 50 X3. 7 L = p0 2" = loo x r3 00 SUB TOTAL y% $qOp INSTA-TITS (CTS), MUELLER 1115406 FO/CO Cyy-qL(G 1" = 500 x -%y9 = ;2.2gf;00 SUB TOTAL 2/If o0 22 w £Z SL -7r'O gvioa, ans 00 X sz = Z/T-T X ..£ _ oO•A : -re. o&'4 -X X sz = z X Z/T-Z t h L d0 O X SZ sZ Z/i-i ..Z - ,.T X Z/T-T = oh'2 00 0 00700 = o'L X OOT T X 6/T -T = 00'/ x OOT = 6/£ x T soNltlsofl •r o0'B6/ 'IV10J. ans 00:0 x 001 = � f7 = B 6'/ Sala asoll 11 SG'6C� 'IVLO.L ans aoJLc = X sz = T X ..Z X ..Z po'S/ SL Ao2 Buz X SL = T X ..T X ..T SSFl23fl - S33:L • H 'IemL ans do '• O = — AI'h x SZ = Z _ or / x Sz = T 6C x sz 6£OOTH uarluanH '3'IHK.T.u3SNI SNIIIJKH OOT -a - Savaull.6 •J'J Y 'MOL ans x sz - z 0-F = O '/ X Sz = se'b/ = 6[' x ..T sz = b/£ S£OOTH H37USON 'savauH,L 'a•I SC�BC'S I�tsoL ans 00, zi = %s x DOZ - X OOs - Z/T-T i _ 061 cap Si'•/ X 000Z = 6/£ X ..6/£ X ..0/9 SURTTaU i5-U3TW d T'F'TuaSi—SS'B8H ' S ^lad rs'�� 5. BRASG ((nni-rl ) TYPES, STIRS AND Ol1ANTITIES- UNIT PRICE EXT PRTC ---- p�LU K. GATE VALVES - EIP X EIP, 200 PSI 3/4" = 50 X 1" = 75 X 0 = 3 0 ,7,5 2" = 100 x %. 3 = 993,aa SUB TOTAL Z//.7 T 24 K TOTAL GROUP 5 7CJ57�,.2O Z Nre e k1 7. TAPPTNG 3T.F.RVFS ST7F.S 6" AND OOANTTTTES HNTT PRTVF EXT, X 4" = 6 x 225.20 PRTrF. - 3f/,20 6" X 6' = 10 x 7 .00 _ 0, 00 8" x 4" = 6 X 272.100 �s - 13 z. Oo x _ Z 69.0o o aD 8" 10" x X a" 6" = 10 = 6 X — �7y� 0.0� 10" x a" = 10 x 3/700 _ 6 y.00 " 12" X " 16" - 4j x 22.00 - 70.0,0• = o D0 12" X 8" = 4 39700 12" X 10" = 1 x _ J-Ba.00 ,12- X 12" = 4 X x J OD &7%oo 2,Zlo.ao = 69 00 TOTAT, GROUP 7 2:2/o/,20 28 U STZRS ANn O(IANTTTT E4 (INTI` PgTv EXT nn* F 3/4" X 1/8" = 2500 X O y = /00,00 1" X 1/8" = 1000 X OLI = 0,00 1-1/2"X 1/8" = 100 X OS = S,00 2" X 1/8" = 500 X oS 2 5,00 TOTAL GROUP 10 /7o.OD 31 w