HomeMy WebLinkAboutDocumentation_Regular_Tab 08_11/17/2005VILLAGE OF TEQUESTA
MEETING AGENDA ROUTING SHEET
MEETING DATE: November 17, 2005
AMENDED MEETING DATE:
SUBJECT: Council Approval of Resolution 27-05/06 awarding a blanket purchase order
in the amount of $15,000.00 to National Waterworks for materials associated with the
water system maintenance.
COVER MEMO ATTACHED: Yes
CONSENT AGENDA OR REGULAR AGENDA: Consent
RESOLUTION OR ORDINANCE NUMBER: 27-05/06
ORIGINATING DEPARTMENT: Water U ' ities /,
DEPARTMENT HEAD APPROVAL ``'" "°' ~/"~~
FUNDING SOURCE: 2005/2006 BUDGET
ACCOUNT NUMBER: 401-243-546.342
CURRENT BUDGETED AMOUNT AVAILABLE: $ ~5, eo ~
AMOUNT OF THIS ITEM: $15,000.00
BUDGETED BALANCE REMAINING: ~ ~" ~ ° ° ~'
(PIGGYBACK CONTRACT NAME AND # ~fi ~" ~ ~ ~ ~ ~ U
OR
COMPETITNE BID FOR ANYTHING OVER $10,000 -ATTACH 3 BIDS)
APPROVALS: / "~~~_.~--~-~
~...
C_ h.--_._..,,
FINANCE DIRECTOR ~' ,~ r ~~,
VILLAGE MANAGER ~ °~ i '
VILLAGE ATTORNEY (if Needed) Yes No
PLEASE RETURN TO VILLAGE CLERK TO PLACE ON THE AGENDA
TEQUESTA UTILITIES
DEPARTMENT MEMORANDUM
TO: MICHAEL R. COUZZO, VILLAGE MANAGER
FROM: RUSSELL K. WHITE, PUBLIC SERVICES MANAGER
SUBJECT: MATERIAL PURCHASE /NATIONAL WATERWORKS
DATE: NOVEMBER 7, 2005
The following is a brief summary of the above subject:
We would like to have this blanket PO issued to facilitate purchasing for our general
water system maintenance. These purchases include all of our water main and water
service repair materials.
By having this purchase order, we will always have adequate stock, and the ability to get
materials to promptly address any situation that may arise in our system.
Once the Village Council approves, please have the purchase order issued.
Please feel free to contact me should you require additional information.
RESOLUTION NO. 27-05/06
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF TEQUESTA, PALM BEACH COUNTY,
FLORIDA, AWARDING A BLANKET PURCHASE ORDER TO
NATIONAL WATERWORKS, OF RIVIERA BEACH,
FLORIDA, IN THE AMOUNT OF $15,000.00 FOR THE
PURCHASE OF MATERIAL FOR WATER SYSTEM
MAINTENANCE, WITH FUNDING COMING FROM BUDGETED
ACCOUNT #401-243 546.342 HAVING A BALANCE
$35,000.00, WITH PRICING BEING PIGGY BACKED ON
THE JACKSONVILLE ENERGY ALLIANCE BID (JEA) ON
FILE IN THE VILLAGE CLERKS OFFICE ,AND
AUTHORIZING THE VILLAGE MANAGER TO EXECUTE ON
BEHALF OF THE VILLAGE.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE
COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH
COUNTY, FLORIDA, AS FOLLOWS:
Section 1. Consideration to award a blanket
purchase order to National Waterworks, of Riviera
Beach, Florida in the amount of $15,000.00
attached hereto as Exhibit "A" and incorporated by
reference as a part of this Resolution is hereby
approved and the Village Manager of the Village of
Tequesta is authorized to execute the same on
behalf of the Village.
THE FOREGOING RESOLUTION WAS OFFERED by
Councilmember who moved its
adoption. The motion was seconded by
Councilmember and upon being
put to a vote, the vote was as follows:
FOR ADOPTION AGAINST ADOPTION
The Mayor thereupon declared the Resolution duly
passed and adopted this 17th day of November, A.D,
2005.
MAYOR OF TEQUESTA
Jim Humpage
ATTEST:
Gwen Carlisle
Village Clerk
Village of Tequesta
Purchase Order Requisition
(Not a Purchase Order) Date:
Date Purchase Order is Req'd:
Department:
Req. #: 11/7/2005
ASAP
Utilities
Quotes Received: (See Attached)
Vendors Bids Recommended Vendor:
National Water Works Vendor #: 0187
1 Blanket PO Address: 1101 West 17th Street
2 City: Riviera Beach
3 State & Zip: Florida, 33404
Comments:
Water S stem Maintenance material
All vices will be i -backed on the JEA Bid
Manuf./
Item Descri tion Part# Q
Unit Price
Total Cost Account # Available Balance
(Finance Use Onl
Material $15,000.00 401-243 546.342
Total: $15,000.00
De artment Head Si nature: FinancelAdministrative Use Only:
Date:
Finance Director Si nature: Date:
Villa a Mana er A royal: Date:
Villa a Council A royal: Resolution #: Date:
PO#: Processed By: Date:
GAINESVILLE REGIONAL UTILITIES (GRU)
~~
.~
:~
GAINESVILLE, FLORIDA
JEA
.16A
JACKSONVILLE, FLORIDA
ORLANDO UTILITIES COMMISSION (OUC)
RFC
,~ `
~*ti Y`~r
ORLANDO, FLORIDA
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR
WATER /WASTEWATER MATERIAL ALLIANCE
RFP No. 895 - OQ
ORLANDO UTILITIES COMMISSION
Request for Proposals
For
WATER /WASTEWATER MATERIAL ALLIANCE
Table of Contents - i
INSTRUCTIONS TO PROPOSERS
SCOPE OF SERVICES
COMPLIANCE FORMS
Pages
IB-1 - IB-5
• SWORN STATEMENT ON PUBLIC ENTITY CRIMES
UNDER FLORIDA STATUTES, SECTION 287.133(3)(a) SS-1 - SS-2
• DISPUTE DISCLOSURE C-1
GENERAL CONDITIONS FOR CONTRACT
ATTACHMENTS
Water/Wastewater Material for GRU, JEA and OUC
GC-1 - GC-3
NOTE: BIDDERS ARE`REQUIRED TO"RETURN_ALL FORMS AS FOUND iN THE
"REQUIRED SUBMITTALS L10GUMENT"
2
INVITATION TO PRE-BID CONFERENCE
TO BE HELD
Date: Tuesday, February 4, 2002
Time: 10:00 am
Location: Orlando Utilities Commission
Pershing Complex- Engineering Building
Safety Training Room
5971 Pershing Ave
Orlando, FL 32822
WATER /WASTEWATER MATERIAL ALLIANCE
BID NO. 895-OQ
The Orlando Utilities Commission is currently seeking to award a contract for Elevator Maintenance
for various OUC facilities. Attendance at the Pre-Proposal Conference is not mandatory, but is
greatly encouraged. Bidder resumes all responsibility for any Bid errors of omissions or commission
due to the Bidders failure to attend the Pre-Proposal Conference. If you have any questions
regarding the Pre-Proposal Conference, please contact the Person of Record at:
Carrie C. Miller, C.P.M., C.B.M., Buyer/Planner
OUC Supply Chain Management
Phone: 407-737-4292
FAX: 407-384-4141
e-mail: cmiller@ouc.com
Driving Directions:
I-4 to 408 (East/West Expressway) go east. Exit at Semoran Blvd- turn right on Semoran. Take Semoran 3
miles to Pershing Ave. Take a left on Pershing. Take a left at the first light into the OUC complex. Take an
immediate right. Turn left into the parking garage (pick up the phone ad=nd tell the guard you are here for the
pre-bid conference).
3
Instructions To Proposers
Sealed bids will be received by the Orlando Utilities Commission, herein referred to as the "Owner",
for equipment, materials, and related work set forth in the included specifications and documents.
Sealed bids will be received in the office of:
Carrie C. Miller, C.P.M., C.B.M., Buyer/Planner
Supply Chain Management Division
5971 Pershing Avenue
Orlando, Florida 32822
DATE: February 26, 2002
TIME: UNTIL 1:30 PM EST
(Bids will NOT be accepted after 1:30 PM)
OPENING
The bids will be opened publicly at 2:00 p.m., Local Time in the Pershing Conference Room,
at 5971 Pershing Avenue, Orlando, Florida. The only information, which will be read at the
time of the opening, will be the name of the supplier and if they have provided all the
information required to certify it as a valid bid. Bids not meeting the requirements will be
automatically rejected. The following items will cause an automatic rejection of the bid:
• Failure to submit a signed sworn statement on Public Entity Crimes Form
• Failure to submit a signed Declaration and Signature page
• Failure to submit pricing pages on a disk
The Sealed Envelope or other container containing the bids shall be marked at a minimum with the
bidder's name, the name of the bid and the bid number. Sealed bids which are sent through the mail
or other such delivery service shall be sent in such a manner as to allow the opening of the "Mailing
Container" and still have intact the Sealed Bid. On the Mailing Container the sender shall state the
words that a "SEALED BID IS ENCLOSED" and if there is room the bid number.
SEVEN (7) copies of all proposals shall be prepared and submitted in accordance with these
instructions and the letter transmitting these specifications and documents. PLEASE mark the
ORIGINAL clearly.
The bound documents are loaned to bidders for preparation of proposals. Bidders are required to
return in the proper sequence, all forms as noted above. The bid documents shall be bound together
by some means such as binding, staples or a three ring binder.
4
Finns siesi~~ring to subrrtt proposals sh~t~ld carefully review these irtstructio~~rt's~
Compliance with all requirements will be solely the responsibility of the Proposer.
Request for Proposals (RFP) Description
Terms used in this RFP are defined and have the meanings assigned to them as follows. The terms
"OWNERS" or "UTILITIES" refer to Gainesville Regional Utilities (GRU), JEA (formerly Jacksonville
Electric Authority) and the Orlando Utilities Commission (OUC). The term "Proposer" means one who
submits a proposal directly to Owners. The term "Successful Proposer" means the best, qualified,
responsive and responsible Proposer to whom Owners (on the basis of Owner's evaluation as hereinafter
provided) makes an award. The term "Proposal Documents" includes the Request for Proposals (RFP),
Proposer's Proposal, Corporate Resolution or Letter of Transmittal, all documents specified as
Attachments herein, Proposal Security and Specifications, if any, and the proposed Contract Documents,
if any (including all Addenda issued prior to receipt of Proposals). The term "Contractor" shall mean the
individual or firm to whom the award is made and who executes the Contract documents.
Every effort has been made to use industry-accepted terminology in this RFP. Any statement in this
document which uses words such as "must", "shall", "should", "provide for" or "have/provide the capability
of/for", means that compliance with the intent of the statement is mandatory and failure by the Proposer to
satisfy that intent may be cause for the proposal to be rejected.
FALSE OR MISLEADING STATEMENTS
If, in our opinion, a proposal contains false or misleading statements or references that do not support a
function, attribute, capability or condition as contended by the Proposer, the entire proposal may be
rejected.
CLARIFICATION OF PROPOSAL
We reserve the right to obtain clarification of any point in a proposal or to obtain additional information as
necessary to properly evaluate a particular proposal. Failure to respond to such a request for additional
information or clarification may result in rejection of the proposal.
ACCEPTANCE OF PROPOSAL CONTENT
The contents of the proposal of the successful Proposer will become, at our option, a contractual
obligation if a contract ensues. Failure to accept this obligation may result in cancellation of the award.
RESPONSIVENESS
Proposers should respond to all requirements of this RFP to the maximum extent possible. They are
asked to clearly identify any limitations or exceptions to the requirements inherent in the proposed
system. Alternative approaches will be given consideration if they clearly offer increased benefits and cost
effectiveness.
5
EXAMINATION OF CONTRACT DOCUMENTS
Before submitting a proposal, each Proposer must:
A. Consider federal, state and local laws, ordinances, and any other rules and regulations that
may in any manner affect the cost or performance of the work.
B. Study and carefully correlate the Proposer's observations with the Proposal Documents.
C. Notify the Buyer of Record, Carrie C. Miller, of all conflicts, errors and discrepancies, if any,
in the Proposal Documents.
Proposers, by and through the submission of their proposal, agree that they shall be held responsible for
having therefore familiarized themselves with the nature and extent of the work and any conditions that
may affect the work to be done and the equipment, materials, parts and labor required.
INTERPRETATIONS AND ADDENDA
If Proposers are in doubt as to the meaning of any of the Proposal Documents, are of the opinion that the
scope of services contain errors or contradictions or reflect omissions, or have questions concerning the
conditions and scope of services identified in this RFP, they must submit a written request to the said
person below, who will obtain the answers from the appropriate Owners personnel.
SUBMIT ALL QUESTIONS IN WRITING TO:
Carrie C. Miller, C.P.M., C.B.M., Buyer/Planner
Supply Chain Management Division
5971 Pershing Avenue
Orlando, Florida 32822
Reference: RFP #895-OQ
Once clarified and/or answered, a response will be returned to all Proposers with the original question.
Each written request must reference the proposal number RFP #895-OQ and can be faxed or
emailed to the attention of Carrie C. Miller, C.P.M., C.B.M. at: bids(c~ouc.com or faxed to (407) 384-
4141. All requests or questions should be clearly marked and must be received no later than 5:00 pm
February 19, 2003.
It shall be the Proposer's responsibility to advise Owners, before the proposal opening date, of conflicting
requirements or omissions of information, which require clarification. Those questions not resolved by
addenda shall be listed in the space provided on the proposal form, together with statements of the basis
upon which the proposal is made as affected by each question. Failure of the Proposer to request such
clarification will not relieve the Proposer from any responsibility to perform under the terms of the contract
awarded for the work and in accordance with subsequent interpretations of the contract documents by
Owners.
6
MODIFICATION OR WITHDRAWAL OF PROPOSALS
Proposals may be modified or withdrawn by an appropriate document duly executed (in the same
manner that a proposal must be executed) and delivered to the place where proposals are to be
submitted at any time prior to the submission deadline. A request for withdrawal or a modification
must be in writing and signed by an authorized person. Evidence of such authority must accompany
the request for withdrawal or modification. Withdrawal of a Proposal will not prejudice the rights of a
Proposer to submit a new proposal prior to the proposal deadline. After expiration of the period for
receiving proposals, no proposal may be withdrawn or modified.
This RFP does not commit Owners to enter into a contract, nor does it obligate Owners to pay for any
costs incurred in the preparation and submission of proposals or in anticipation of a contract.
All proposals submitted shall be binding on the Proposer for ninety (90) calendar days following proposal
due date.
NEGOTIATION SCHEDULE
Upon evaluation of the proposals, the Owners Evaluation team will determine the Proposers having
the most responsive and responsible proposals in the best interest of the Owners. Companies with
the most responsive and responsible proposal may be requested to provide "in-person" presentations
to the Owners Evaluation team. After the presentations, a final evaluation may be made. Negotiation
may then take place with the company with the most responsive and responsible proposals and/or
presentation. Negotiations will entail final contract language and a price required to perform the work.
If negotiations fail, Owners may then negotiate with the company with the next most responsive and
responsible proposal and/or presentation.
MINORITY PARTICIPATION
Owners may have adopted a Minority and Women Business Enterprise ("M/WBE") Policy to
encourage broad-based participation in all contracts.
REJECTION OF PROPOSALS
To the extent permitted by applicable local, state and federal laws and regulations, Owners reserve
both the right to reject any and all proposals, to waive any and all informalities not involving price,
time, or changes in the work with the successful Proposer, and the right to disregard all non-
conforming, non-responsive, unbalanced or conditional proposals. Also, Owners reserve the right to
reject a proposal if the Owners believe that it would not be in its best interest to make an award to that
Proposer, whether because the proposal is not responsive or the Proposer is unqualified or of
doubtful financial ability or fails to meet any other criteria established by the Owners at their sole
discretion.
Owners reserve the right to reject any proposal if the evidence submitted by the Proposer, or if the
investigation of such Proposer, fails to satisfy owners that such Proposer is properly qualified to carry out
the obligations and to complete the work contemplated therein. All proposals will be rejected if there is
reason to believe that collusion exists among Proposers. Proposals will be considered irregular and may
be rejected if they show serious omissions, alterations in form, additions not called for, conditions or
unauthorized alterations, or irregularities of any kind.
7
ERRORS IN PROPOSALS
Proposers or their authorized representatives are expected to fully inform themselves as to the
conditions, requirements and specifications before submitting proposals; failure to do so will be at the
Proposer's own risk. Neither law nor regulations make allowance for errors either of omission or
commission on the part of Proposers. In case of error of extension of prices in the proposal, the unit price
shall govern.
ADDENDA
Addenda may be issued prior to the opening of the proposals for the purpose of changing or clarifying the
intent of this document. All addenda will become a part of the RFP and the Proposer shall acknowledge
receipt of all addenda in their Response.
8
GAINESVILLE REGIONAL UTILITIES (GRU)
~~ ~ ~
JEA
.IC~1
ORLANDO UTILITIES COMMISSION (OUC)
.~~
~`:~ ~" iii c ~ ~.~1`c~ ~ ~~ ~.~~
Specifications
Water /Wastewater Materials
Introduction
The Orlando Utilities Commission (OUC), Gainesville Regional Utilities (GRU), and Jacksonville
Electric Authority (JEA) are municipally owned public utilities providing electric and water /wastewater
services to the Cities of Orlando, Gainesville and Jacksonville respectively serving approximately
550,000 water /wastewater customers, hereinafter collectively referred to as Owners.
General Scope
The Owners are looking for a Supplier(s) to enter into along-term agreement for the furnishing of all
or some portion of the Water /Wastewater Material currently carried in their inventories. The
Supplier(s) of Choice shall be experienced in working with municipal water /wastewater utilities. The
overall goal of the agreement entered into will be to minimize prices through combined volumes and
to reduce total ownership costs for the Owners' customers through improvements such as more
efficient handling, transportation, labeling and electronic commerce. All three Owners together,
envision working with each other, as well as, the successful suppliers in a cooperative effort for
continuous improvement over the term of the agreement, to shorten delivery schedules, improve
product quality and reduce costs.
Objective
The objective of this solicitation is to provide sufficient information to enable Suppliers to submit
written proposals. It is not a contractual offeror commitment to purchase products or services.
Term of Agreement
The period of this contract will commence immediately after award and remain in-:force for a
period of three (3) years, after which the Owners (singularly or collectively) will have the
9
option #o renew the contract -on an annual basis. The decision to renew will be at the
discretion of each Owner based on the performance of the Su,pplier(s) including meeting cost
reduction goals.
Prices will,,remain firni for the first year. At the end of that year,>and each. subsequent year, prices as
well as other performance measures wll be evaluated. Price changes (increases and decreases) will
be negotiated based on hings such as market conditions, value added services: provided, meeting>of
goals, and changes to the CPI. Owners expect to see a decline in prices based on volume discounts;
material standardization, aggregation and other efficiencies achieved through this contract.
Supplier Qualifications
1. The Supplier(s) shall supply material as listed herein as a part of their normal daily business.
2. Supplier(s) shall provide a single contact who is responsible for coordinating the requirements of
all three Owners.
3. Suppliers(s) must be able to provide Vendor Managed Inventory at the discretion of the Owners.
4. Supplier must be able to meet criteria response times for each Owner and must include, with its
proposal, the location from which it will deliver materials as well as the maximum emergency
response time required to each of the facilities as listed in Paragraph 5 of the Contract
Requirements Section.
5. Supplier and Owner shall mutually agree to a response time to emergency requests for each
Owner. Supplier must be able to meet each Owner's emergency needs, 24 hours a day, 365 days
per year. Response times may vary by item.
Contract Requirements
All products quoted shall meet the requirements of the Standards and Specifications Divisions for
each Owner. Suppliers shall not quote a product that has not been approved by the appropriate
Standards and Specifications personnel prior to receipt of these bid documents.
2. The successful Supplier(s) shall work with the appropriate Standards and Specifications personnel
to approve new products and/or make specification changes with the overall goal of reducing total
ownership cost. Where applicable, a joint standards team may be established to work on
standardization between the three Owners; in such case, Supplier and the relevant manufacturers'
representatives/engineers will be required to participate on the team.
3. Suppliers are required to assist Owners in designating certain materials for vendor managed
inventory and in such case, supplier shall be capable of managing those materials from their own
distribution facility or coordinating the management of such inventory with the manufacturer from
the manufacturer's facility.
4. During the RFP process, their shall be no communication between the supplier, their employees
or subcontractors concerning this solicitation to anyone within the Owners' entities except RFP
designee Carrie C. Miller (407-737-4292) who will coordinate questions/responses for all Owners.
10
5. The Supplier shall have the ability to deliver materials on a daily basis or at such other interval
as mutually agreed upon with the Owners and to respond to emergency requests within
mutually agreed upon delivery times to the following facilities of Owners:
OUC: Gardenia Warehouse Facility, 3812 Gardenia Avenue, Orlando, FL 32839
Pershing Warehouse Facility, 5971 Pershing Avenue, Orlando, FL 32822
St. Cloud Warehouse Facility, 291 17~" Street, St. Cloud, FL 34769
GRU: Depot Avenue Warehouse, 606 SE Depot Avenue, Gainesville, FL 32601
JEA: Commonwealth Distribution Center, 674 Commonwealth Ave, Jacksonville, FL
32205
6. Supplier must explain their methodology for delivery of non-stocked, rush items .
7. Supplier must list their methods for handling the goals of each Owner in the following
categories:
• % reduction of inventory total ownership cost to include:
o First Year
o Second Year
o Remaining Years
• Increase turn ratios
• Reduction of excess Inventory -Where excess is defined as an item which is no longer
used by an Owner or where present usage patterns indicate an over abundance of supply.
8. Supplier must be able to provide each Owner with an agreed-upon form of summary billing.
9. Supplier must include a description of how they will meet an on time delivery ratio of 98% or
better.
10. Supplier must be able to provide samples of their reporting and tracking systems to each
owner upon request.
11. Bidder shall provide a pricing structure for any additional material the Owners may chose to
purchase from the successful bidder.
Warranty
When a manufacturer normally warrants materials being supplied, the Supplier shall provide such
warranty to the Owners and be responsible for handling or assisting Owners' personnel in handling all
warranty claims with the manufacturers.
General
1. The Supplier shall be responsible for ensuring that all new products introduced to standards and
specifications personnel for consideration meet all A.W.W.A., local, state, and federal regulations.
2. Each Supplier shall have a Drug Policy. Supplier personnel coming onto Owners' property shall
meet the applicable drug policy of Owner.
11
3. The Supplier shall perform aState-Wide criminal background check on all of its personnel coming
onto Owner's property.
4. The Supplier shall be licensed, as required, by the local, county, state and federal regulations to
perform this type of work.
5. This solicitation is not for an exclusive contract. Owners reserve the right to separately bid or
contract all or portions of this work, as it deems appropriate:
6. Supplier(s) personnel will be given access to computer programs as appropriate to perform their
functions in helping meet the overall goals as stated in this solicitation. If necessary, access will
be confined to the Owners' respective properties.
7. The successful Supplier(s) shall assign one contact person to work together with OUC's, GRU's
and JEA's supply chain management and standards personnel on things such as reducing costs,
reducing inventory, and introduction of new products. The supplier will provide the Owner's with
the resumes of key personnel assigned to this contract.
8. The Suppliers will be required to meet with the joint Owner's group at least twice per year.
Suppliers may be required to meet at other times with each individual Owner at their discretion.
9. Supplier(s) shall supply Owners with an audited financial statement annually during the term of the
contract to demonstrate the financial strength of the Supplier(s) to perform this contract. The
statement will be required within a mutually agreed upon time after the close of supplier(s)' fiscal
year. Owners' authorized representatives reserve the right to visit the Supplier(s)' facilities
unannounced to audit the availability of items required under this contract or any financial records
relating to variable pricing arrangements.
10. Supplier agrees to adhere to each Owner's policy regarding Minority Business participation.
Information Available to Suppliers
Suppliers are required to have the updated Approved Material Manual of all Owners and/or the most
current specification sheets for each item being bid.
Supplier's are responsible for familiarizing themselves with each Owner's inventory items and usages
in order to provide accurate pricing and recommendations for reducing inventories, carrying costs, etc.
Information pertaining to usage may be obtained by contacting the bid designee as described above.
Award
It is the intent of Owners to award one contract for as many joint items as possible to achieve
maximum benefits from this contract. However, Owners reserve the right as a group to award more
than one contract based on certain groupings of water /wastewater items, or to exclude certain line
items for one or more of the Owners, at the respective Owner's sole discretion.
Responses will be evaluated based upon the following factors:
A. Qualifications of Supplier and Its Personnel -ability to meet the contract requirements set
forth in this solicitation.
B. Initial Prices and Escalation
12
C. Delivery Times -including emergency response times to each required delivery location
D. References and past performance -references should be able to speak to the ability of the
Supplier to meet the overall goals of this solicitation as well as their performance in joint
contracts.
E. Distribution Sites.
F. Supplier's understanding of Alliance-type concepts such as vendor managed inventory,
capacity planning and vendor stocking agreements.
The evaluation will be handled by a committee made up of members from each Owner's staff.
Submittal Requirements
Tab 1
A. List all pricing as described herein. Pricing shall be submitted on a disk as well as in the
proposal package.
Pricing shall be the same for all three Owners. Freight charges may vary per Owner. Please
specify freight charges on the bid pricing sheet as indicated.
Bidders will also be required, as part of the bid submittal, to match the item stock numbers
listed under GRU and OUC to those listed in JEA's specification book and enter these stock
numbers onto the pricing spreadsheet under JEA's heading. In addition to price, bidders will
be evaluated on the number of items successfully matched to the JEA inventory list.
Please note- the stock numbers for GRU and OUC have already been matched by the
Owners. It is not necessary for bidders to add any additional stock number information for
these lists.
Explanation of the pricing structure for additional material as described above.
B. Define what your company considers as their on-time delivery ratio. List your on-time delivery
ratios for each of the Owners. Provide documentation for these on-time figures. (Please note
that Owner's will be comparing these figures to our own to verify. Submitting false information
will result in a reduction of evaluation points from your proposal)
NWW tracks service level. Service level is defined as % of line items delivered complete on the
first shipment. For example, an order with 10 line items with qty of 10 each, if 9 lines are complete
and the tenth item has 9 of 10 complete. The service level is calculated as 90%.
Service levels of 51, 35, and 55.
C. Provide the methodology on how you propose to handle escalation after the first year of the
agreement. The methodology shall include:
• The basis of the escalation (CPI, PPI, etc.)
• When it would take affect.
13
• How escalation would be calculated (provide examples)
• Which escalation factor will be used for which products
Jerry has been talking with vendors to not have an escalation factor.
Tab 2
Provide the methodology (pricing, escalation, stocking, etc.) on how you propose to handle the
addition of products to within one of the Packages you have been awarded.
Same as above. I`J~~n Liste~~i ltern5 will be priced on a"like item, I~asis.
Tab 3
A. Provide the methodology you would use to track performance against the agreed upon goals.
NWW would work with the owners to analyze info regarding red. of excess inv., .increased turn
ratios, and the reduction of total ownership cost of inventory. We would look at the owners
internal processes of orders, invoices and payments. This would require information from the
owners before the partnership begins and after each year.
National Waterworks provides a broad spectrum of customer services, of which, some are
listed below. All these services are available independent of each other and can be
custom designed to specifically meet the customer's needs.
Part number interchange: One of the basic tenants of improving service is clear
communications, whether in trading electronic dacuments or discussing orders.
National Waterworks offers part number interchange where the customer's part
numbers are interlinked with National Waterworks'. This allows all paperwork to
flow with the customer's numbers on it far ease of matching. All order entry, item
tracking, and other services can be utilized using the customer's part number.
Ordering systems that are available by various methods that best fit the customer's
needs. Material procurement can be via conventional means, web based ordering,
EDI, or integration into the customer's work order system.
Project budgeting and management tools are available through National
Waterworks's proprietary estimating software that utilizes the customer's product
codes and specifications. Once projects are complete, they can be managed and
procured electronically to avoid warehouse costs. In addition, each project can be
tracked via routine reports or real time over the Internet.
All transactions are available for monitoring and expediting over National
Waterworks's online web services.
National Waterworks offers automated material replenishment when applicable
with a bar code gun replenishment system for lowering a customer's warehouse
costs and material on-hand requirements.
14
Standard material delivery and local storage is available with National
Waterworks's facilities throughout Florida, with over XXXXXX dollars of inventory.
Improved accounts payable tracking via web services, invoice by email,
consolidated invoicing, job tracking, or other features.
National Waterworks offers an electronic submittal system that allows far
electronic documentation to be stored and retrieved by product. This system offers
the potential for streamlining the storage and retrieval of material documentation.
B. Provide the methodology you would plan to use to compare the information from the Supplier's
system to the Owners'.
NWW has many service oriented tools to offer our customers at no cost to the customer.
Implementation strategy;
Work is accomplished through the local branches and services provided by our corporate
marketing and IT staff. All will be channeled through a single paint of contact, David
Bryant, the customer's Account Manager with National Waterworks. An initial planning
meeting would be held. Part number interchange will be completed first, along with a
detailed analysis of the customer's material requirements. Staff will be trained as each of
the above services that best fit the customer's requirements are implemented.
The timeline would be dependent upon the services provided, and some events would run
concurrently, but a typical implementation could consist of (per site or account):
Bid award
Implementation meeting (1 week)
Part number interchange and inventory needs evaluation (2 weeks)
(bid items have already been entered into NWW system)
Implementation of online services, procurement model, material
expediting tools, and accounts payable processes, (2 weeks)
Implementation of project management software and process, (2
weeks)
Automated material management and bar coded replenishment - (3
months)
The time line of communication will follow the outline above. The methods will be direct
onsite visits and implementation planning meetings as required. On-site training will be
provided as required as well as web based support training and helpdesk support via both
the web and phone service.
All steps would require some involvement by different parties within the accounts'
organizations. Training time for each step is minimal. Greatest time requirement on the
customer is inventory and service requirements analysis, and possible software
integration support if desired (work order integration, etc). Possible warehouse
segregation is required for material management services.
15
Continued local and onsite support will be offered via the terms of the contract.
Additionally, as a nationwide company, National Waterworks offers significant company
resources to support the project.
Manuals for all procedures and tools will be provided. On-site and web based training will
be available at startup and for follow-up training.
Tab 4
Provide a complete narrative outlining the proposed methodology you would use to respond to
emergency situations such as storms. Responses to emergency situations will not be limited to the
successful Supplier(s) items only.
NWW will provide an emergency call list at all times for each owner. The contact person will have
access to the branch inventory and would coordinate w/owner far delivery or access to materials. For
emergency material not stocked NWW will use all possible contacts to get any items needed as
quickly as possible. Through NWW integrated software system we contact 140+ branches and
access their inventory. In addition we will utilize our contacts with other local uti{ities and utilities
nationwide who are currently using our e-commerce system and also utilize our contacts with our
vendors/manufacturers.
In the future -for Catastrophic Maintenance issues - NWW can provide a link from Utility GiS to
directly contact NWW via e-mail and text messages to sales person's cell phone. This can be
accomplished through one of NWW partners in business.
Tab 5
Explain how you intend to include minority/women suppliers in a long-term relationship and how you
intend to report it. As part of the explanation, list areas of potential participation. If possible, list
potential minority/women suppliers you would work with.
NWW operates in various markets across the United States with it's 140 locations in 35 states, with
various requirements regarding small business/minority/disadvantaged entrepreneur and local
participation. Each manager is encouraged to utilize vendors that meet the requirements of the local
market.
Potential areas of minority participation include pvc pipe, steel/galvanized, repair clamps, tapping
sleeves and flexible couplings.
Vendors that could be used are Vassallo, Mulchahy and Assoc., Grandview Pipe, Biko Inc. and NW1N
would be open to others.
Tab 6
Submit resumes of individual assigned to this contract.
Tab 7
List what other things that you feel could be accomplished if Owners form along-term relationship
with your company. Provide not only the possible accomplishments but also the methodology to meet
those goals.
NWW`s service oriented Value Added Services as outlined below could enhance the business
relationship between the supplier and owners by assisting the owners in reducing and managing their
inventory.
16
Jab Status Report - Job Tracking System
/ Track Overage and Underage of materials shipped to job
/ Identify Change Orders -Reduces lost billing opportunities and increases profits
/ Reduce paperwork
/ Provides a clear, concise and easy communication link between your Estimator,
Purchasing Agent, Jobsite Foreman, and Accounts Payable
PowerScopeT""
/ Customizable Estimating Software Package
/ Database updated from Internet
/ Bid, contracts, or sales orders created via Internet
/ Metric Supported
/ Standard package capable
/ Bid capture rate tracking
National Waterworks, Inc. Web Site www.nationalwaterworks.com
/ Get information on your nearest National Waterworks Service Center
/ Go Online
/ Receive invoice reprints via your email within minutes
/ Receive a Job Management Report via your email
/ With Part Number Interchange, receive a price book in spreadsheet format via your email
/ Send an email via the Contact Us Button for more information
Material Management Online
/ Online with the Nation's largest water, sewer and gas distributor
/ Place orders directly into NWW system via the Internet
/ Customized Material Catalog
/ Retrieval of Local Specifications
/ Purchase History
Cost Coding -Part Number Interchange
/ Cross reference your part numbers with our products for mistake proof ordering - no more
questions about exactly what you are needing
Warehouse Management
/ NWW Bar Code technology allows the customer to manage their water and sewer
inventory more effectively.
Invoices
/ NWW offers cost effective ways to handle the invoices that you receive from us. We can
email your invoices, import into your accounting software (QuickBooks is in place, others to
follow).
/ Receive your invoices daily via email
17
RFP No. 895 - OQ
WATER /WASTEWATER MATERIAL ALLIANCE
To: ORLANDO UTILITIES COMMISSION
5971 Pershing Avenue
Orlando, Florida 32822
The undersigned Proposer, having read and examined the specifications and documents for the
designated services and understanding the general conditions for contract under which services will
be performed, does hereby propose to furnish all labor, equipment, and material to provide the
services set forth in the Proposal.
The undersigned hereby declares that the following listing states any clarifications, any and all
variations from and exceptions to the requirements of the specifications and documents. The
undersigned further declares that the "work" will be performed in strict accordance with such
requirements, and understands that any exceptions to the requirements of the specifications and
documents may render the Proposer's proposal non-responsive.
No exceptions will be allowed after the bid is submitted.
Please check one:
^ None
^ Exceptions:
(If more space is needed, please indicate exceptions here and attach additional pages as needed)
18
ADDENDA
The undersigned bidder acknowledges receipt of the following Addenda, which have been considered
in preparing this Proposal.
Number
Number
Number
Number
AGREEMENTS
Dated
Dated
Dated
Dated
The undersigned Proposer, by signing this proposal, hereby acknowledges and certifies:
A. Receipt in its entirety of the Specifications and Contract Documents in addition to all drawings,
details and other attachments as delineated in the Bid Specifications Table of Contents.
B. They are fully informed in respect to the preparation and contents of this proposal and all
pertinent circumstances respecting this proposal.
C. The Proposal is genuine and is not a collusive or sham Proposal
D. That neither the Proposer nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this Affiant, have in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a
collusive or sham Proposal in connection with the work for which this Proposal has been
submitted; or to refrain from bidding in connection with such work; or have in any manner,
directly or indirectly, sought by agreement or collusion, or communication, or conference with
any Proposer, firm, or person to fix the price or prices in the attached Proposal or of any other
Proposer, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal
price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or
unlawful agreement any advantage against (Recipient), or any person interested in the
proposed work;
E. The price or prices quoted in this proposal are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any
other of its agents, representatives, owners, employees or parties in interest, including this
Affiant.
F. That the Proposer agrees to obtain prior to award, if selected, Worker's Compensation,
General Liability, and other insurance requirements in accordance to the requirements as set
forth in Request for Proposal or Agreement, attached hereto.
Policies other than Worker's Compensation shall be issued only by companies authorized by
maintaining certificates of authority issued to the companies by the Department of Insurance of
19
the State of Florida to conduct business in the State of Florida and which maintain a Rating of
"A" or better and a Financial Size Category of "FSC VII" or better according to the A.M. Best
Company. Policies for Worker's Compensation may be issued by companies authorized as a
group self-insurer by F.S. 440.57, Florida Statutes.
G. That the Proposer agrees that it as well as its subcontractors has aDrug-Free Workplace
Program and said program complies with the requirements of Florida Statute §§ 287.087 and
440.101 et. seq., the Omnibus Employee Testing Act of 1991, 49 Code of Federal Regulation
§ 391 and 40 (operation of commercial motor vehicles).
In addition, all Subcontractors must implement a controlled substance and alcohol testing
policy for safety sensitive positions as defined by the Commission's Alcohol and Controlled
Substance Testing Policy for Safety Sensitive Positions. A copy of the Commission's Alcohol
and Controlled Substance Testing Policy for Safety Sensitive Positions is incorporated in this
appendix.
The Contractor's employees as well as its subcontractor employee are further prohibited from
being under the influence or impairment of alcohol on Commission property or work sites or at
any time or place while conducting business with or on behalf of the Commission.
H. That only one submittal for the above project is being submitted and that the named entity has
no financial interest in other entities submitting proposals for the same project.
That neither the Affiant nor the named entity has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
J. That neither the entity nor its affiliates, nor any one associated with them, is presently
suspended or otherwise ineligible from participating in contract lettings by any local, state, or
federal agency.
K. That neither the entity, nor its affiliates, nor any one associated with them have any potential
conflict of interest due to any other clients, contracts, or property interests for this project.
L. That no member of the entity's ownership, management, or staff has a vested interest in any
aspect of the individual Owners organizarions.
M. That no member of the entity's ownership or management is presently applying for an
employee position or actively seeking an appointment within the individual Owner's
organizations.
N. That in the event that a conflict of interest is identified in the provision of services, the
signatory, on behalf of the above named entity, will immediately notify the Owners in writing.
20
DECLARATIONS AND SIGNATURES
The undersigned hereby declares that only the persons or firms interested in this Proposal as
principal or principals are named herein, and that no other persons or firms than herein mentioned
have any interest in this Proposal or in the contract to be entered into; that this Proposal is made
without connection with any other person, company, or parties likewise submitting a bid or proposal;
and that it is in all respects for and in good faith, without collusion or fraud.
Dated at
Proposer
By
Signature
Title
Complete Business Address
of Proposer
Printed or Typed Name
State of Incorporation
Complete Address of Principal Office
Name, Address, and Telephone Number of Person to Contact Regarding this Proposal. Include Both Mail and
Street Addresses:
Telephone ( ) Fax
E-Mail
Sworn to and subscribed before me this
Personally known
day of
20
Or produced identification
(Type of identification)
Notary Public State of
My Commission expires
(Printed, typed or stamped signature commissioned name of Notary Public)
this
day of
20
21
COMPLIANCE FORMS
22
Bid or Contract No.
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
(To be signed in the presence of a notary
public or other officer authorized to
administer oaths.)
STATE OF
COUNTY OF
Before me, the undersigned authority, personally appeared ,who,
being by me first duly sworn, made the following statement:
1. The business address of
Proposer]
2. My relationship to
[name of
[name of Proposer] is
[relationship such as sole proprietor, partner,
president, vice president].
3. I understand that a public entity crime as defined in Section 287.133 of the Florida
Statutes includes a violation of any state or federal law by a person with respect to and directly related
to the transaction of business with any public entity in Florida or with an agency or political subdivision
of any other state or with the United States, including, but not limited to, any bid or contract for goods
or services to be provided to any public entity or such an agency or political subdivision and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
4. I understand that "convicted" or "conviction" is defined by the statute to mean a
finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any
federal or state trial court of record relating to charges brought by indictment or information after July
1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
5. I understand that "affiliate" is defined by the statute to mean (1) a predecessor or
successor of a person or a corporation convicted of a public entity crime, or (2) an entity under the
23
control of any natural person who is active in the management of the entity and who has been
convicted of a public entity crime, or (3) those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an affiliate, or (4) a person or
corporation who knowingly entered into a joint venture with a person who has been convicted of a
public entity crime in Florida during the preceding 36 months.
6. Neither the Proposer nor any officer, director, executive, partner, shareholder,
employee, member or agent who is active in the management of the bidder or Contractor nor any
affiliate of the bidder or Contractor has been convicted of a public entity crime subsequent to July 1,
1989.
[Draw a line through paragraph 6 if paragraph 7 below applies.]
7. There has been a conviction of a public entity crime by the Proposer, or an officer,
director, executive, partner, shareholder, employee, member or agent of the Proposer who is active in
the management of the Proposer or an affiliate of the Proposer. A determination has been made
pursuant to Section 287.133(3) by order of the Division of Administrative Hearings that it is not in the
public interest for the name of the convicted person or affiliate to appear on the convicted vendor list.
The name of the convicted person or affiliate is . A copy
of the order of the Division of Administrative Hearings is attached to this statement.
[Draw a line through paragraph 7 if paragraph 6 above applies.]
Sworn to and subscribed before me in the state and county first mentioned above on the
day of , 20_
Notary Public
My commission expires
(affix seal)
24
DISPUTES DISCLOSURE
Answer the following questions by placing an "X" in the appropriate "YES" or "NO" box. If you
answer "YES", please explain In the space provided, or via attachment.
Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the
Department of Professional Regulation or any other regulatory agency or professional association
within the last five (5) years?
YES ^ NO ^
Has your firm, or any member of your firm, been declared in default, terminated or removed from a
contract or job related to the services your firm provides in the regular course of business within the last
five (5) years?
YES ^ NO ^
Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or
litigation in the past five (5) years that is related to the services your firm provides in the regular course
of business?
YES ^ NO ^
If yes, state the nature of the request for equitable adjustment, contract claim or litigation, a brief
description of the case, the outcome or status of suit and the monetary amounts or extended contract
time involved.
I hereby certify that all statements made are true and agree and understand that any misstatement or
misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration
of this project:
Project: BID,
Firm
Authorized Signature
Printed or Typed Name
Date
Officer Title
25
General Conditions
TC-ii-1
GENERAL CONDITIONS
TABLE OF CONTENTS - ii
Page
GENERAL CONDITIONS
GC-1 thru GC-20
GC.1 Contract Documents .......................................................................... GC-1
GC.2 Definitions ....................................................................................... .. GC-1
GC.3 Execution of Contract ...................................................................... .. GC-2
GC.4 Legal Addresses .............................................................................. ..GC-2
GC.5 Scope and Intent of Contract Documents ........................................ .. GC-3
GC.6 Independent Contractor ................................................................... ..GC-3
GC.7 Assignment and Subcontracting .....................:................................ .. GC-3
GC.8 Oral Statements ............................................................................... .. GC-3
GC.9 Reference Standards ....................................................................... ..GC-3
GC.10 No Waiver of Rights ......................................................................... ..GC-4
GC.11 Authority of the Owner and Engineer ............................................... ..GC-4
GC.11.1 Clarifications and Interpretations ...................................... ..GC-4
GC.11.2 Rejecting Defective Work ................................................. .. GC-4
GC.11.3 Limitations on Owner/Engineer's Responsibilities ............. .. GC-4
GC.12 Engineering Inspection .................................................................... .. GC-4
GC.12.1 Uncovering Work .............................................................. ..GC-5
GC.13 Termination for Default .................................................................... .. GC-5
GC.14 Termination for Convenience ........................................................:.. ..GC-6
GC.15 Beginning, Progress, and Completion of Work ................................. .. GC-8
GC.16 Hindrances and Delays .................................................................... .. GC-8
GC.17 Suspension of Work ......................................................................... .. GC-8
GC.18 Modifications ................................................................................. .. GC-8
GC.19 Changes to the Contract .................................................................. .. GC-9
GC.20 Disputes .......................................................................................... GC-10
GC.21 Laws and Regulations ..................................................................... GC-10
GC.22 Equal Employment Opportunity ....................................................... GC-10
GC.23 Taxes, Permits, and Licenses .......................................................... GC-10
GC.24 Patents ............................................................................................ GC-11
GC.25 Materials and Equipment ................................................................. GC-11
GC.26 Guarantee ....................................................................................... GC-11
TC-ii-2
Page
GC.27 Insurance ......................................................................................... GC-12
GC.27.1 Certificates of Insurance ................................................... GC-12
GC.27.2 Additional Insureds ........................................................... GC-13
GC.27.3 Waiver of Subrogation ...................................................... GC-13
GC.27.4 Workmen's Compensation and
Employer's Liability .......................................................... GC-13
GC.27.5 Comprehensive Automobile Liability ................................. GC-14
GC.27.6 Commercial General Liability ............................................ GC-14
GC.27.7 General Requirements for Contractor-
Furnished Insurance ...................................................... GC-14
GC.28 Indemnification ................................................................................ GC-15
GC.29 Release of Liability ........................................................................... GC-15
GC.30 Claims for Labor and Materials ........................................................ GC-16
GC.31 Payments ........................................................................................ GC-16
GC.31.1 Engineering and Design ................................................... GC-16
GC.31.2 Equipment and Materials .................................................. GC-16
GC.31.3 Final Payment ................................................................... GC-17
GC.32 Hazardous Materials ........................................................................ GC-17
GC.33 Regulatory Compliance ................................................................... GC-18
GC.34 Drug Free Workplace ....................................................................... GC-19
GC.35 Non-Collusive Affidavit ..................................................................... GC-20
TC-ii-3
GENERAL CONDITIONS
GC.1 CONTRACT DOCUMENTS. It is understood and agreed that the Instructions to
Bidders, Sworn Statement under Section 287.133(3)(a), FLORIDA STATUTES, on
Public Entity Crimes, Contract Agreement, Certificate of Counsel, Basis of Contract
when included, General Conditions, Specifications, Addenda, and Change Orders
issued by the Owner, and specifications furnished by the Contractor and accepted by the
Owner, are each included in this Contract and the work shall be done in accordance
therewith. It is also understood and agreed that this Contract shall be construed and
governed by the laws of the State of Florida.
GC.2 DEFINITIONS. Words, phrases, or other expressions used in these contract documents
shall have meanings as follows:
"Contract" or "contract documents" shall include the items enumerated above under
CONTRACT DOCUMENTS.
2. "Owner" shall mean the Orlando Utilities Commission, the City of Gainesville DBA
Gainesville Regional Utilities and the JEA all named and designated in the Contract
Agreement as "Party of the First Part". It is understood and agreed that whenever
a provision of the Contract Documents applies to a specific party hereof (OUC,
GRU or JEA), said party shall be designated by its name and, notwithstanding
anything to the contrary herein, only said party shall be liable for its agreement and
performance thereof to the Contractor. All notices, letters, and other
communication directed to the Owner shall be addressed and delivered to:
Gainesville Regional Utilities
301 SE 4`h Avenue
Gainesville, FL 32614
3. "Utility" shall mean each individual utility (GRU, JEA and/or OUC).
4. "Contractor" or "Principal" shall mean the corporation, company, partnership, firm,
or individual named and designated in the Contract Agreement as the "Party of the
Second Part", who has entered into this Contract for the performance of the work
covered thereby, and its, his, or their duly authorized representatives.
5. "Subcontractor" shall mean and refer only to a corporation, partnership, or
individual having a direct contract with the Contractor for performing work covered
by these contract documents.
6. "Engineer" or "Construction Manager" shall mean the Owner or its representative.
7. "Date of Contract", or equivalent words, shall mean the date written in the first
paragraph of the Contract Agreement. The date of contract shall coincide with the
date of contract award by the Owner.
8. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar
day or days of 24 hours each.
GC - 1
9. "The work" shall mean the equipment, supplies, materials, labor, and services to be
furnished under the contract and the carrying out of all obligations imposed by the
contract documents.
10. Whenever in these contract documents the words "as ordered", "as directed", "as
required", "as permitted", "as allowed", or words or phrases of like import are used,
it shall be understood that the order, direction, requirement, permission, or
allowance of the Owner or the specific party(ies) if so designated is intended only to
the extent of judging compliance with the terms of the contract; none of these terms
shall imply the Owner has any responsibility for supervision of the Contractor's
forces or operations, such supervision and the sole responsibility therefore being
strictly reserved for the Contractor.
11. Similarly the words "approved", "reasonable", "suitable", "acceptable", "proper",
"satisfactory", or words of like effect and import, unless otherwise particularly
specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or
satisfactory in the judgment of the Owner or the specific party(ies) if so designated,
to the extent provided in "10" above.
12. Whenever in these contract documents the expression "it is understood and
agreed" or an expression of like import is used, such expression means the mutual
understanding and agreement of the parties executing the Contract Agreement.
13. "Official acceptance" shall mean the Owner's written acceptance of all work
performed under this Contract, based on the Owner's final inspection.
14. "OUC" shall mean the Orlando Utilities Commission, a statutory Commission
existing under the laws of the State of Florida, located at 500 South Orange
Avenue, Orlando, Florida 32801.
15. "GRU" shall mean the City of Gainesville DBA Gainesville Regional Utilities, a
municipal corporation organized and existing under the laws of the State of Florida,
located at 301 SE 4th Avenue, Gainesville, Florida 32601.
16. "JEA" shall mean a municipal electric utility organized and existing under the laws
of the State of Florida, located at 21 West Church Street, Jacksonville, Florida
32202.
GC.3 EXECUTION OF CONTRACT. Seven copies of the contract documents will be
prepared by the Owner. All copies shall be dated as of the date of contract award and
shall be submitted to the Contractor who shall execute the Contract Agreement. It shall
be executed by the Contractor's attorney. The executed copies shall be submitted to the
Owner.
The Owner, upon approval of the Contractor's execution of the contract documents, will
execute all copies, retain six copies, and distribute one copy to the Contractor
GC.4 LEGAL ADDRESSES. The business address of the Contractor listed in the Bid is
hereby designated as the place to which all notices, letters, and other communication to
the Contractor will be delivered. The address of the Owner appearing on Page GC-1
(Subsection 2 of Section GC.2) is hereby designated as the place to which all notices,
letters, and other communication to the Owner shall be delivered. Either party may
change his address at any time by an instrument in writing delivered to the other party,
with a copy to the Engineer.
GC-2
GC.5 SCOPE AND INTENT OF CONTRACT DOCUMENTS. The various parts of the contract
documents are intended to supplement but not necessarily duplicate each other. Any
work exhibited in one part and not in another shall be executed as if it had been set forth
in all parts, so that the work will be performed according to the complete specification as
determined by the Owner or Engineer.
Should anything necessary for a clear understanding of the work be omitted from the
contract documents, or should the requirements appear to be in conflict, the Contractor
shall secure written instructions from the Owner or Engineer before proceeding with the
work affected thereby; otherwise the Contractor will be deemed to proceed at its own
risk and expense. It is understood and agreed that the work shall be performed
according to the true intent of the contract documents.
It is the intent of the contract documents to describe a functionally complete (or part
thereof) to be completed in accordance with the contract documents. Any work,
materials, or equipment that may reasonably be inferred from the contract documents as
being required to produce the intended result will be supplied whether or not specifically
called for. When words which have a well known technical or trade meaning are used to
describe work, materials, or equipment, such words shall be interpreted in accordance
with that meaning. Clarifications and interpretations of the contract documents shall be
issued by the Owner or Engineer as provided in article entitled AUTHORITY OF THE
OWNER AND ENGINEER in these General Conditions.
GC.6 INDEPENDENT CONTRACTOR. The relationship of the Contractor to the Owner shall
be that of an independent contractor.
GC.7 ASSIGNMENT AND SUBCONTRACTING. The Contractor shall not assign or
subcontract the work, or any part thereof, without the previous written consent of the
Owner, nor shall Contractor assign, by power of attorney or otherwise, any of the money
payable under this Contract unless written consent of the Owner has been obtained. No
right under this Contract, nor claim for any money due or to become due hereunder,
shall be asserted against the Owner, or persons acting for the Owner, by reason of any
so-called assignment of this Contract or any part thereof, unless such assignment has
been authorized by the written consent of the Owner. In case the Contractor is
permitted to assign monies due or to become due under this Contract, the instrument of
assignment shall contain a clause subordinating the claim of the assignee to all prior
liens for services rendered or materials supplied for the performance of the work.
Should any subcontractor fail to perform in a satisfactory manner the work undertaken
by him, his subcontract shall be immediately terminated by the Contractor upon notice
from the Owner. The Contractor shall be as fully responsible and accountable to the
Owner for the acts and omissions of his subcontractors, and of persons either directly or
indirectly employed by them, as he is for the acts and omissions of persons directly
employed by him. Nothing contained in this Contract shall create any contractual
relationship between any subcontractor and the Owner.
GC.8 ORAL STATEMENTS. It is understood and agreed that the written terms and provisions
of this agreement shall supersede all oral statements of representatives of the Owner,
and oral statements shall not be effective or be construed as being a part of this
Contract.
GC.9 REFERENCE STANDARDS. Reference to the standards of any technical society,
organization, or association, or to codes of local or state authorities, shall mean the
latest standard, code, specification, or tentative standard adopted and published at the
date of taking bids, unless specifically stated otherwise.
GC-3
GC.10 NO WAIVER OF RIGHTS. Neither the inspection by the Owner or Engineer or any of
their officials, employees, or agents, nor any order by the Owner or Engineer for
payment of money, or any payment for, or acceptance of, the whole or any part of the
work by the Owner or Engineer, nor any extension of time, nor any possession taken by
the Owner or its employees, shall operate as a waiver of any provision of this Contract,
or of any power herein reserved to the Owner, or any right to damages herein provided,
nor shall any waiver of any breach in this Contract be held to be a waiver of any other or
subsequent breach.
GC.11 AUTHORITY OF THE OWNER AND ENGINEER. The Engineer shall determine all
technical design questions associated with the work. The Owner shall resolve all field
administration questions associated with the work. The assignment of any authority,
duties or responsibilities to the Engineer under the contract documents, or under any
agreement between the Owner and the Engineer, or any undertaking, exercise or
performance thereof by the Engineer, is intended to be for the sole and exclusive benefit
of the Owner and not for the benefit of the Contractor, subcontractor, supplier, or any
other person or organization.
Neither the Engineer's authority to act under the provision of the contract documents, or
under any agreement between the Owner and the Engineer, nor any decision made by
the Engineer either to exercise or not exercise such authority shall give rise to any duty
or responsibility of the Engineer to the Contractor, any subcontractor, any supplier, any
of their employees, or any other person or organization performing any of the work, or to
any surety for any of them.
GC.11.1 Clarifications and Interpretations. The Engineer will issue with reasonable
promptness such written clarifications or interpretations of the requirements
of the contract documents as the Engineer may determine necessary, which
shall be consistent with or reasonably inferable from the overall intent of the
contract documents. If Contractor believes that a written clarification or
interpretation justifies an increase in the contract price or an extension of the
contract time and the parties are unable to agree to the amount or extent
thereof, the Contractor may make a claim therefore as provided in Article
GC.19, CHANGES TO THE CONTRACT.
GC.11.2 Rejecting Defective Work. The Owner or Engineer will have authority to
disapprove or reject work which the Owner or Engineer believes to be
defective, and will also have authority to require special inspection or testing
of the work as provided in Article GC.12.1, whether or not the work is
fabricated, installed, or completed.
GC.11.3 Limitations on Owner's/Engineer's Responsibilities. The Owner and Engineer
will not be responsible for the Contractor's means, methods, and techniques
which remain the responsibility of the Contractor.
The Owner and Engineer will not be responsible for the acts or
omissions of the Contractor or of any subcontractor, any supplier, or of any
other person or organization performing or furnishing any of the work.
GC.12 ENGINEERING INSPECTION. The Owner or Engineer may appoint such inspectors as
the Owner or Engineer deems proper to inspect the work in the Contractor's shops for
compliance with the contract documents. The Contractor shall furnish all reasonable
assistance required by the Owner, Engineer, or inspectors, for the proper inspection of
the work. Should the Contractor object to any interpretation of the contract by an
inspector, the Contractor may make written appeal to the Owner for a decision.
GC-4
Inspectors shall have the authority to reject work which is unsatisfactory, faulty, or
defective or does not conform to the requirements of the contract documents. Inspection
shall not relieve the Contractor of any obligation to perform the work strictly in
accordance with the contract documents, and shall not be deemed to limit any rights or
remedies of the Owner or Engineer at law or in equity.
Any such inspection is for the sole benefit of the Owner and shall not relieve the
Contractor of the responsibility of providing quality control measures to assure that the
work strictly complies with the contract requirements. No inspection or test by the
Owner shall be construed as constituting or implying acceptance. Inspection shall not
relieve the Contractor of responsibility for damage to or loss of the material prior to
acceptance, nor in any way affect the continuing rights of the Owner after acceptance of
the completed work as regards latent defects, fraud, or such gross mistakes as may
amount to fraud or as regards the Owner's rights under any warranty or guarantee.
GC.12.1 Uncovering Work. If the Owner or Engineer considers it necessary or
advisable that covered work be observed by the Owner or Engineer or
inspected or tested by others, the Contractor, at the Owner's request, shall
uncover, expose, or otherwise make available for observation, inspection, or
testing as the Owner or Engineer may require, that portion of the work in
question, furnishing all necessary labor, materials, and equipment.
If it is found that such work is defective, the Contractor shall correct
such defects and shall bear all direct, indirect, and consequential costs of
such uncovering, exposure, observation, inspection and testing, and of
satisfactory reconstruction (including but not limited to fees and charges of
engineers, architects, attorneys, and other professionals), and the Owner
shall be entitled to an appropriate decrease in the contract price.
If, however, such work is not found to be defective, Contractor shall be
allowed an increase in the contract price or an extension of the contract time,
or both, directly attributable to such uncovering, exposure, observation,
inspection, testing, and reconstruction.
GC.13 TERMINATION FOR DEFAULT. If the work to be done under this Contract is
abandoned by the Contractor; or if this Contract is assigned by him without the written
consent of the Owner; or if the Contractor is adjudged bankrupt; or if a general
assignment of his assets is made for the benefit of his creditors; or if a receiver is
appointed for the Contractor or any of his property; or if he fails to properly manage the
work; or if he persistently refuses or fails to supply enough properly skilled workmen or
proper material; or if he fails to make prompt payment to subcontractors for material or
labor; if the performance of the work under this Contract is being unnecessarily delayed;
the Contractor is violating any of the conditions of this Contract; he is executing the
same in bad faith or otherwise not in accordance with the terms of said contract; or if the
work is not substantially completed within the time named for its completion or within the
time to which such completion date may be extended; then the Owner may serve written
notice upon the Contractor of said Owner's intention to terminate this Contract. Unless
within 5 days after the serving of such notice an arrangement satisfactory to the Owner
is made for continuance of this Contract the Owner may, at its option, terminate this
Contract. The Owner may further pursue any rights or remedies to which it may be
entitled at law or in equity.
In the event of such termination, the Owner shall have the right to take over and
complete the work by contract or otherwise, and the Contractor shall without limitation be
liable to the Owner for all excess cost sustained by the Owner by reason of such taking
GC-5
over and completion including, but not limited to, claims made by subcontractors, delay
damages, liquidated damages, attorney's fees, consequential damages, and all other
damages arising from or related to delay caused by the Contractor's default.
If, after termination pursuant to this article, it is determined for any reason that the
Contractor was not in default, the rights and obligations of the parties shall be the same
as if the notice of termination had been issued pursuant to Article GC.14,
TERMINATION FOR CONVENIENCE.
GC.14 TERMINATION FOR CONVENIENCE.
GC.14.1 The Owner, or individually OUC, GRU or JEA (provided that each of the
party's individual rights hereunder is limited to termination as to that individual
party only) may terminate performance of work under this Contract in whole
or in part if the said party determines that a termination is in it's interest. The
Owner, or individually OUC, GRU or JEA will deliver to the Contractor a
Notice of Termination specifying the extent of termination and the effective
date. The Contractor understands and agrees that OUC, GRU or JEA may
terminate performance of work under this Contract as said performance
relates to said terminating party and the termination shall not be effective to
the other parties herein. In the event the Owner terminates this Contract,
then the termination shall be effective as to all parties hereof.
After receipt of a Notice of Termination, the Contractor shall take all
reasonable steps to mitigate damages to the Owner or said party and shall
immediately proceed with the following obligations, regardless of any delay in
determining or adjusting any amounts due under this clause.
a. Stop work as specified in the notice.
b. Place no further subcontracts or orders (referred to as subcontracts in
this article) for equipment, materials, services, or facilities, except as
necessary to complete the continued portion of the contract.
c. Terminate all subcontracts to the extent they relate to the work
terminated.
d. As directed by the Owner or individually, the corresponding terminating
party, OUC, GRU or JEA, transfer title and deliver to the Owner work in
process, completed work, supplies, equipment, and other material
produced or acquired for the work terminated.
e. Complete performance of the work not terminated.
f. Take any action that may be necessary, or that the Owner or the
corresponding terminating party, individually OUC, GRU or JEA, may
direct, for the protection and preservation of the property related to this
Contract that is in the possession of the Contractor and in which the
Owner or individually OUC, GRU or JEA, has or may acquire an
interest.
GC.14.2 After termination, the Contractor shall submit a final termination settlement
bid to the Owner, or individually the corresponding terminating party, OUC,
GRU or JEA, with a copy to the Engineer. The Contractor shall submit the
bid promptly. If the Contractor fails to submit the bid within 30 days after
receipt of the Notice of Termination, the Owner, or the corresponding
terminating party, individually OUC, GRU or JEA, may determine, on the
basis of information available, the amount, if any, due the Contractor because
of the termination.
GC-6
GC.14.3 Subject to Paragraph GC.14.2 above, the Contractor and the Owner, or the
corresponding terminating party, individually OUC, GRU or JEA, may agree
upon the whole or any part of the amount to be paid because of the
termination. Cost for unrecovered fixed costs associated with completed
work through the date of termination, termination costs by subcontractors,
and other verifiable costs may be included as agreed between Owner and
Contractor. The amount may include a reasonable allowance for profit and
overhead on work done. However, the agreed amount, whether under this
Paragraph GC.14.3 or Paragraph GC.14.4 below, may not exceed the total
contract price as reduced by the amount of payments previously made and
the contract price of work not terminated. The contract shall be amended,
and the Contractor paid the agreed amount. Paragraph GC.14.4 below shall
not limit, restrict, or affect the amount that may be agreed upon to be paid
under this paragraph.
GC.14.4 If the Contractor and Owner, or individually OUC, GRU or JEA, fail to agree
on the whole amount to be paid the Contractor because of the termination of
work, the Owner, or individually OUC, GRU or JEA, shall pay the Contractor
the amounts determined as follows, but without duplication of any amounts
agreed upon under Paragraph GC.14.3 above.
a. For contract work performed before the effective date of termination,
the total (without duplication of any items) of:
(i) The cost of this work;
(ii) The cost of settling and paying termination settlement bid
under terminated subcontracts that are properly chargeable to
the terminated portion of the contract if not included in
subdivision (i) above; and
(iii) A sum, as profit and overhead on (i) above, determined to
be fair and reasonable; however, if it appears that the Contractor
would have sustained a loss on the entire contract had it been
completed, the Owner, or individually the corresponding
terminating party, OUC, GRU or JEA, shall allow no profit under
this subdivision (iii) and shall reduce the settlement to reflect the
indicated rate of loss.
b. The reasonable costs of settlement of the work terminated, including --
(i) Accounting, legal, clerical, and other expenses reasonably
necessary for the preparation of termination settlement bid and
supporting data;
(ii) The termination and settlement of subcontracts (excluding
the amounts of such settlements); and
(iii) Storage, transportation, and other costs incurred,
reasonably necessary for the preservation, protection, or
disposition of the termination inventory.
GC.14.5 The Contractor shall incorporate the terms of this Article GC.14 in its
subcontracts. The Owner, or individually OUC, GRU or JEA, will not be
responsible for any costs incurred by the Contractor as a result of its failure to
incorporate this clause in its subcontracts.
GC-7
GC.14.6 Schedule of Termination Charges. The above provisions notwithstanding, it is
understood and agreed that termination costs shall in no event exceed the
total cost of the original work with the time frame during which termination
may occur.
GC.15 BEGINNING. PROGRESS AND COMPLETION OF WORK. The time of completion is
of the essence to this Contract.
GC.16 HINDRANCES AND DELAYS. To the extent that delays or hindrances for which time
and compensation are properly allowed, the Owner, or individually OUC, GRU or JEA,
shall not be liable for time-related or delay or hindrance damages in the following
categories: (a) profit on the additional costs, (b) loss of anticipated profit, (c) indirect
expenses, (d) impact costs, (e) loss of productivity, (f) inefficiency costs, (g) off-site or
home office overhead, (h) consequential damages, including but not limited to loss of
bonding capacity, loss of bidding opportunities, and insolvency, (i) legal fees, claims
preparation expenses, or costs of dispute resolution. Contractor hereby expressly
agrees to waive its right to such delay, hindrance or time-related costs or damages.
Claims by the Contractor for any change to the Contract due to hindrances or delays
under this provision shall be made in accordance with Article GC.19, CHANGES TO
THE CONTRACT. The Contractor shall use all reasonable means to minimize the
extent of the hindrance or delay and to mitigate any and all costs arising from or related
to the hindrance or delay.
GC.17 SUSPENSION OF WORK. The Owner, or individually OUC, GRU or JEA (each of the
party's individual right hereunder is limited to suspension as to that individual party only),
may order the Contractor, in writing, to suspend all or any part of the work of this
Contract for the period of time that the Owner, or individually the suspending party,
OUC, GRU or JEA, determines appropriate for the convenience of the Owner.
If the performance of all or any part of the work is suspended for at least 14 days or such
other period agreed to by the Owner, or individually OUC, GRU or JEA, and Contractor,
an adjustment may be made for any increase in the cost of performance of this Contract
necessarily caused by the unreasonable suspension, and the Contract modified in
writing accordingly. However, the Owner, or individually OUC, GRU or JEA, shall not be
liable for (a) profit on additional costs, (b) indirect expenses, (c) impact costs, (d) loss of
productivity, (e) inefficiency costs, (f) off-site or home-office overhead, or (g)
consequential costs in connection with such suspension. Further, no adjustment shall
be made under this clause for any suspension, to the extent that performance would
have been suspended, delayed, or interrupted by any other causes, including the fault or
negligence of the Contractor, or for which an equitable adjustment is provided for or
excluded under any other term or condition of this Contract. Claims by the Contractor
for change in the time for performance or an adjustment of the Contract price, due to
work suspensions ordered by the Owner, shall be made in accordance with the
requirements of Article GC.19, CHANGES TO THE CONTRACT. The Contractor shall
use all reasonable means to minimize the consequences of such suspension.
This section is applicable only to suspensions specifically advised in writing by the
Owner.
GC.18 MODIFICATIONS. The Contractor shall modify the work whenever so ordered by the
Owner, or individually OUC, GRU or JEA (each of the party's individual right hereunder
is limited as to that party and not effective as to any of the remaining parties) and such
modifications shall not affect the validity of the Contract. Modifications may involve
GC-8
additions, deletions, or revisions in the work to be performed or changes in the Contract
time when appropriate or changes to the contract price or time.
Contract changes due to modifications shall be made in accordance with the
requirements of Article GC.19, CHANGES TO THE CONTRACT. The Contractor shall
notify the surety of all changes to the Contract.
GC.19 CHANGES TO THE CONTRACT. The contract may be changed only by duly executed
change orders issued by the Owner, or individually OUC, GRU or JEA (each of the
party's individual right hereunder is limited as to that party and not effective as to the
Owner or any of the remaining two parties).
If, in the opinion of the Owner, or individually, the party requesting said change, OUC,
GRU or JEA (each of the party's individual right hereunder is limited as to that party and
not effective as to the Owner or any of the remaining parties) or the Contractor, any
event or action by the other party justifies a change in the Contract, either party shall
initiate with the other party, within 5 days after such event or action, a request for a
change to the Contract. All documentation required to substantiate the proposed
change shall be submitted by the Contractor not later than 30 days following such
initiation, unless otherwise agreed in writing by the Contractor and owner. Upon the
parties reaching agreement regarding the proposed change, the Owner, or individually,
the party requesting said change, OUC, GRU or JEA (each of the party's individual right
hereunder is limited as to that party and not effective as to the Owner or any of the
remaining two parties) will issue a written change order therefore. Such change orders
shall constitute a full satisfaction and release of all claims, for direct and indirect costs,
arising out of events or actions for which it was issued.
Notwithstanding the foregoing provisions requiring duly authorized change orders, in the
event agreement has been reached between authorized representatives of the parties
regarding the change in the contract pending processing of such change order, the
Contractor shall proceed with the work on the basis of written interim authorization from
the Owner, or individually OUC, GRU or JEA (each of the party's individual right
hereunder is limited as to that party and not effective as to the Owner or any of the
remaining parties).
If the Owner, or individually OUC, GRU or JEA (each of the party's individual right
hereunder is limited as to that party and not effective as to the Owner or any of the
remaining two parties) and Contractor are unable to agree on the terms of the written
change order, the Contractor nevertheless shall proceed with the work on the basis of a
written interim authorization from the Owner, or individually OUC, GRU or JEA (each of
the party's individual right hereunder is limited as to that party and not effective as to the
Owner or any of the remaining two parties) and complete the change requested by the
Owner or said other party and the parties shall negotiate in good faith to reach
agreement on the terms of such change order.
If the Contractor claims that any instruction, request, specifications or other directive or
action of the Owner, or individually OUC, GRU or JEA, constitutes a change in the
Contract, but has not been authorized as such by a change order in writing by the
Owner, or individually, the party requesting said change, the Contractor shall
immediately request a written interim authorization and proceed without delay to perform
the work in accordance with such authorization. The Contractor shall provide written
notice of the claim or dispute to the Owner as provided in Article GC.20. Documentation
to substantiate such claim or dispute shall be submitted within 30 days thereafter. The
Contractor's failure to give said written notice within the 5 day period shall constitute a
waiver and relinquishment of any such claim or dispute. The Owner's, or individually
OUC's, GRU's or JEA,'s written interim authorization shall not constitute approval of the
claim for increased or decreased work, but shall be a condition precedent to the
GC-9
Contractor's right to receive payment for such work and to the Contractor's right to
prosecute or maintain any proceeding to recover for such work.
GC.20 DISPUTES. Claims, disputes, and other matters relating to the acceptability of the work
or the interpretation of the requirements of the contract documents pertaining to the
performance and furnishing of the work and claims under Article GC.19 in respect to
changes in the contract price or contract time shall be referred initially to the Owner with
a copy to the Engineer by a written request for a formal decision in accordance with this
paragraph. The Owner will render such decision in writing within a reasonable time.
Written notice of each such claim, dispute, and other matter shall be delivered by the
claimant to the Owner and the other party to the contract promptly (but in no event later
than 7 days) after the occurrence of the event giving rise thereto, and written supporting
data shall be submitted to the Owner and within 30 days after the occurrence unless the
Owner, in writing, allows an additional period of time for the submission of additional or
more accurate data in support of such claim, dispute, or other matter.
The rendering of a decision by the Owner pursuant to this article with respect to any
such claim, dispute or other matter except any which have been waived by the making
or acceptance of final payment (as provided in Article GC.30) will be a condition
precedent to any exercise by the Owner or the Contractor of such rights or remedies as
either may otherwise have under the Contract documents or by laws or regulations in
respect to any such claim, dispute, or other matter.
GC.20.1 Auditing of Claims. All claims filed by the Contractor shall be subject to audit
at any time following the filing of the claim with the Owner. The audit and
review of records may be performed by employees of the Owner or their
consultants. Such right of audit shall include the records of the Contractor
and its subcontractors and suppliers. The audit may begin on 10 days notice
to the Contractor, subcontractors, or suppliers. The Contractor,
subcontractors, and suppliers shall be required to cooperate with the auditors
and provide such information and records as are necessary for analysis of
the claim.
GC.21 LAWS AND REGULATIONS. The Contractor shall comply with applicable federal, state,
county, municipal, and local laws, ordinances, regulations, orders, or decrees in effect
the date of Contractor's Bid and during the period of performance with respect to
equipment supplied and materials used. In the event of new laws, regulations, or
ordinances subsequent to the date of the Contractor's Bid, by which the Contractor shall
comply and which impact the contract price then the contract price shall be equitably
adjusted. The Contractor shall indemnify, defend and same harmless the Owner, and/or
individually OUC, GRU or JEA, and their officers and agents, and employees against
any claims or liability arising from or based on any violation or alleged violation of any
such laws, ordinances, regulations, orders or decrees by the Contractor, Contractor's
employees, subcontractors, sub-subcontractors, or suppliers.
GC.22 EQUAL EMPLOYMENT OPPORTUNITY. The Contractor shall comply with all
applicable requirements of the Civil Rights Act of 1964; the Florida Human Rights Act of
1977, and all other applicable laws, regulations and orders now or hereinafter in force
pertaining to equal employment opportunity.
GC.23 TAXES, PERMITS. AND LICENSES. Except as specified hereinafter, the Contractor
shall pay all taxes that are lawfully assessed against the Owner, or individually against
OUC, GRU or JEA, or Contractor in connection with the work included in this Contract
and shall obtain and pay for all required licenses, permits, and inspections. The required
GC-10
Contractor's licenses or permits include those required to perform the work where
special municipal, county, state, or federal licenses or permits are required.
This Contract is not exempt from Florida State Sales Tax. The Owner will pay the
applicable Florida State Sales Tax on the equipment and materials furnished under this
Contract.
The Contractor will be compensated for any increase in tax rates, license fees, and
permit fees or any new taxes, licenses, or permits imposed after the date of the Notice
to Proceed which are the responsibility of the Contractor; provided, however, that this
provision shall be limited to excise and other ad valorem taxes assessed against the
completed work and to licenses and permits required specifically for the proposed work.
GC.24 PATENTS. Royalties and fees for patents covering materials, articles, apparatus,
devices, equipment, or processes used in the work shall be included in the contract
amount. The Contractor shall satisfy all demands that may be made at any time for such
royalties or fees and Contractor shall be liable for any damages or claims for patent
infringements. The Contractor shall, at its own cost and expense, defend all suits or
proceedings that may be instituted against the Owner, or individually against OUC, GRU
or JEA, for alleged infringement of any patents involved in the work and shall indemnify
the Owner for any costs, expenses, and damages, including attorney's fees, which the
Owner incurs by reason of such alleged infringement, at any time during the prosecution
or after the completion of the work. Final payment to the Contractor by the Owner, or
individually by OUC, GRU or JEA, will not be made while any such suit or claim remains
unsettled.
GC.25 MATERIALS AND EQUIPMENT. Unless specifically provided otherwise in each case,
all materials and equipment furnished for permanent installation in the work shall
conform to applicable standard specifications, shall have been manufactured within the
United States of America, and shall be new, unused, and undamaged when installed or
otherwise incorporated in the work. No such material or equipment shall be used by the
Contractor for any purpose other than that intended or specified, unless such use is
specifically authorized by the Owner in each case.
GC.26 GUARANTEE. The Contractor guarantees that the work herein contracted will be as
specified and will be free from defects in workmanship as installed by Contractor under
this Contract. If within the guarantee period the work fails to meet the provisions of this
guarantee, the Contractor shall promptly correct any defects, including nonconformance
with the Contract documents by adjustment, repair, or replacement of all defective parts
or materials.
Except as otherwise prescribed by the terms of any special guarantees required by the
Contract documents, the guarantee period shall begin on the date of final payment or the
date of initial operation, whichever is later, and shall end twelve (12) months later.
The cost of all materials, parts, labor, transportation, supervision, special tools, and
supplies required for replacement or repair of parts and for correction of defects shall be
paid by the Contractor or by the surety.
This guarantee shall be extended to cover all repairs and replacements furnished under
the guarantee and the period of the guarantee for each such repair or replacement shall
be one year after installation or completion, except as otherwise prescribed by the terms
of any special guarantees required by the Contract documents.
GC - 11
The Contractor will be given an opportunity to determine the cause of the defect, but will
accept expediently to make the correction.
If within 10 days after the Owner, or individually OUC, GRU or JEA, has notified the
Contractor of a defect, failure, or abnormality in the work, the Contractor has not, in the
opinion of the Owner, or individually OUC, GRU or JEA, started to make the necessary
repairs or adjustments, the Owner, or individually OUC, GRU or JEA, is hereby
authorized to make the repairs or adjustments or to order the work to be done by a third
party, the cost of the work to be paid by the Contractor.
In the event of an emergency where, in the judgment of the Owner, or individually OUC,
GRU or JEA, delay would cause serious loss or damage, repairs or adjustments may be
made by the Owner or a third party chosen by the Owner, or individually OUC, GRU or
JEA, without advance notice to the Contractor and the cost of the work shall be paid by
the Contractor, or by the surety.
Contractor warrants the Goods, Equipment, Services, Hardware, and Software
(Deliverables) design and performance capabilities so that during and after the calendar
year 2000, the Deliverables will not malfunction, produce invalid or incorrect results, or
abnormally cease to function because of the year 2000 date change. Such design and
performance capabilities shall include, without limitation, the ability to recognize the
century and to manage and manipulate data involving dates, including single century
and multi-century formulas and date values, without resulting in the generation of
incorrect values involving such dates or causing an abnormal ending; date data
interfaces with functionality and data fields that indicate the century; and date-related
functions to indicate the century. Contractor warrants that all Services performed shall
not cause any affected Goods, Equipment, or Software to breach this warranty.
Contractor further warrants that all methods and procedures by which it interfaces with
the Orlando Utilities Commission hereunder shall be Year 2000 compliant.
GC.27 INSURANCE. Except as otherwise specified in this Contract, the Contractor and its
subcontractors of any tier will be required at their own expense to maintain in effect at all
times during the performance of the work insurance coverages with limits not less than
those set forth below with insurers and under forms of policies satisfactory to the Owner.
It shall be the responsibility of the Contractor to maintain adequate insurance coverage
and to assure that subcontractors are adequately insured at all times. Failure of the
Contractor to maintain adequate coverage shall not relieve him of any contractual
responsibility or obligation.
The requirements specified herein as to types, limits, and Owner's approval of insurance
coverage to be maintained by the Contractor and its subcontractors are not intended to
and shall not in any manner limit or qualify the liabilities and obligations assumed by the
Contractor and its subcontractors under this Contract.
Any insurance carried by the Owner which may be applicable shall be deemed to be
excess insurance and the Contractor's insurance primary for all purposes despite any
conflicting provision in the Contractor's policies to the contrary.
For insurance purposes, the title of ownership of equipment and materials furnished
under this Contract shall remain with the Contractor's insurance until the Owner receives
such equipment and materials at the jobsite.
GC.27.1 Certificates of Insurance. At the time of execution of this Contract and each
subcontract, but in any event prior to commencing work, and as a condition
precedent to the Contractor's and its subcontractor's initiation of performance,
the Contractor and his subcontractors shall furnish the Owner certificates of
GC-12
insurance as evidence that policies providing the required coverages and
limits of insurance are in full force and effect. The certificates shall provide
that any company issuing an insurance policy for the work under this contract
shall provide not less than 30 days advance notice in writing to the Owner
prior to cancellation, termination, material change of any policy of insurance.
In addition, the Contractor shall immediately provide written notice to the
Owner upon receipt of notice of cancellation of an insurance policy. All
certificates of insurance shall clearly state that all applicable requirements
have been satisfied, including certification that the policies are of the
"occurrence" type. Certificates of Insurance for Contractor -and
subcontractor -furnished insurance and notices of any cancellations,
terminations, or alterations of such policies shall be mailed to the Owner at
the addresses listed in Article GC.2.
Each certificate shall quote the insuring agreement and all exclusions
and additions as they appear in the policy; or in lieu of certificates, copies of
the complete policy may be submitted.
GC.27.2 Additional Insureds. All insurance coverages furnished under this Contract
except Workers' Compensation and Employers' liability shall include the
Owner and their partners, directors, officers, agents, and employees as
additional insureds with respect to the activities of the Contractor and its
subcontractors.
These policies shall contain a "cross-liability" of "severability of interest"
clause or endorsement. Notwithstanding any other provision of these
policies, the insurance afforded shall apply separately to each insured,
named insured or additional insured with respect to any claim, suit, or
judgement made or brought by or for any other insured, named insured, or
additional insured as though a separate policy had been issued to each,
except the insurer's liability shall not be increased beyond the amount or
amounts for which the insurer would have been liable had only one insured
been named.
The Owner shall not by reason of their inclusion under these policies
incur liability to the insurance carrier for payment of premium for these
policies.
GC.27.3 WAIVER OF SUBROGATION. The Contractor and its subcontractors shall
require their insurance carriers, with respect to all insurance policies, to waive
all rights of subrogation against the Owner, Engineer, their partners,
directors, officers, agents, and employees and against other Contractors and
subcontractors.
GC.27.4 Workers' Compensation and Employers' Liability. This insurance shall
protect the Contractor against all claims under applicable state workmen's
compensation laws. The Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any reason, may not fall
within the provisions of a workmen's compensation law. This policy shall
include an "all states" or "other states" endorsement. In the event any of the
Contractor's work involves exposures normally covered by the Jones Act or
the United States Longshoreman's Harborworkers Act, the Contractor shall
secure such coverage.
GC - 13
The liability limits shall not be less than:
Workers' compensation Statutory
Employers' liability $100,000.00 each occurrence
GC.27.5 Comprehensive Automobile Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor and the additional
insureds against all claims for injuries to members of the public and damage
to property of others arising from the use of motor vehicles, and shall cover
operation on or off the site of all motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
Bodily injury and $2,000,000 combined single
property damage limit each occurrence
GC.27.6 Commercial General Liability. This insurance shall be an "occurrence" type
policy (excluding automobile liability) written in comprehensive form and shall
protect the Contractor and the additional insureds against all claims arising
from bodily injury, sickness, disease, or death of any person or damage to
property of the Owner or others arising out of any act or omission of the
Contractor or his agents, employees, or subcontractors. This policy shall also
include protection against claims insured by usual personal injury liability
coverage, a "contractual liability" endorsement to insure the contractual
liability assumed by the Contractor under the article entitled
INDEMNIFICATION, and "Completed Operations and Products Liability"
coverage (to remain in force for 2 years after final payment).
If the Contractor's work, or work under his direction, requires blasting,
explosive conditions, or underground operations, the comprehensive general
liability coverage shall contain no exclusion relative to blasting, explosion,
collapse of structures, or damage to underground property.
The liability limits shall not be less than:
Personal injury and $2,000,000 combined single
property damage limit each occurrence
GC.27.7 General Reauirements for Contractor-Furnished Insurance. The waivers of
subrogation as delineated hereinbefore shall be executed on these policies
and delivered to the Owner before the Contractor commences work. In
addition, proof satisfactory to the Owner shall be submitted to the Owner
before the Contractor commences any on-site work. Such proof of insurance
shall be in the form of three certificates from the insurance companies
involved stating the coverage provided, and certifying that such insurance is
in force, and that such insurance will not be canceled until after 30 days prior
written notice thereof shall have been given to the Owner and the Engineer.
GC-14
The Contractor shall comply with all of the applicable provisions of the
Workers' Compensation statutes of the State of Florida and all amendments
thereto. The Contractor shall indemnify and hold harmless the Owner from
and against all claims, demands, payments, suits, actions, proceedings and
judgements of every nature or description, including attorney's fees and
costs, presented, brought or recovered against the Owner for or on account
of any liability under any of said Acts by the Owner which may be incurred by
reason of any noncompliance with such acts, codes or statutes by the
Contractor.
The Contractor's obligations shall extend to defend the Owner where it
or its employees, agents or representatives are allegedly concurrently
responsible for any noncompliance with the Contractor, its employees, agents
and representatives, other Contractors, subcontractors or suppliers of any tier
in causing or contributing to the liability causing event or noncompliance, but
shall not extend to any liability caused by the sole action or inaction of the
Owner, its employees, agents or representatives.
The foregoing insurance is not intended to release the Contractor from
any responsibilities and liabilities pursuant to this Contract. The insurance
within limits specified will, however, be available to the Contractor and the
Owner in respect to insured losses which otherwise accrue to the Contractor
under this contract.
The policy or policies secured and maintained under this article GC.27
shall specifically provide that any other insurance carried by the Owner which
may be applicable to any claim or loss, shall be deemed excess and the
insurance carried by the Owner which may be applicable to any claim or loss,
shall be deemed excess and the insurance required hereunder primary
despite any conflicting provisions to the contrary.
Subject to the insurance specified herein, the risk of loss and damage
with respect to the value of the equipment or any part thereof, and all work
performed in the erection thereof, shall be and remain with the Contractor
until the official acceptance of the work by the owner.
GC.28 INDEMNIFICATION. For the amount stipulated in the Bid and other valuable
consideration which is included in the bid prices, one percent (1 °/o) which is
acknowledged by the Contractor as specific consideration for the indemnifications set
forth in this Contract, the Contractor shall defend, indemnify, and hold harmless the
Owner, and OUC, GRU or JEA, their officers, directors, and employees from and against
all claims, damages, losses, and expenses, (including but not limited to fees and
charges of attorneys or other professionals and court and arbitration or other dispute
resolution costs) arising out of or resulting from the performance of the work by the
Contractor, any subcontractor, supplier, and any person or organization directly or
indirectly employed by any of them to perform or furnish any of the work or anyone for
whose acts any of them may be liable, regardless of whether or not it is caused in part
by any negligence, active or passive, or omission of a party indemnified hereunder or
whether liability is imposed upon such indemnified party by law or regulation.
The Contractor's liability under this indemnity agreement, to the extent that it indemnifies
the Owner against the Owner's own negligent acts or omissions, shall be limited to
$2,000,000.
GC-15
GC.29 RELEASE OF LIABILITY. Acceptance by the Contractor of the final Contract balance
payment shall be a release to the Owner, or individually OUC, GRU or JEA (if
applicable), and every officer and agent thereof, from all claims and liability hereunder
for anything done or furnished for, or relating to the work, or for any act or neglect of the
Owner, or individually OUC, GRU or JEA (if applicable), or of any person relating to or
affecting the work.
GC.30 CLAIMS FOR LABOR AND MATERIALS. The Contractor shall indemnify and save
harmless the Owner, or individually OUC, GRU or JEA, from all claims for labor and
materials furnished under this Contract. Prior to final payment, the Contractor shall
submit an affidavit that all persons, firms, or corporations who have done work or
furnished materials under this Contract, for which the Owner, or individually OUC, GRU
or JEA, may become legally liable, have been fully paid or satisfactorily secured. In
case such affidavit is not furnished, an amount will be retained from money due the
Contractor which in addition to any other sums that may be retained will be sufficient, in
the opinion of the Owner, or individually OUC, GRU or JEA, to liquidate all such claims.
Such sum will be retained until the claims as aforesaid are fully settled or satisfactorily
secured. A statement from the surety shall also be submitted consenting to the making
of the final payment.
GC.31 PAYMENTS. Payment will be based on the Owner's approval of the payment certificate
which the Owner will prepare in accordance with the following schedules. The Owner's
payment certificate shall not constitute approval or acceptance of any part of the work,
except as a basis for the Owner's official acceptance and shall not relieve the Contractor
from any responsibility or liability essential or related to the fulfillment of the Contract.
The terms and conditions of the contract shall prevail in lieu of any terms and conditions
listed on the Contractor's standard invoice forms.
GC.31.1 Engineering and Design. If this Contract provides for separate payment for
engineering and design work and the amount is indicated in the lump sum
price breakdown, the Contractor will be entitled to payment for such upon
submittal of all certified engineering data specified to be submitted in
Sections 1A this specification, except instruction manuals. The amount due
will be paid within 30 days after receipt by the Owner of the Contractor's
invoice in form acceptable to the Engineer, Contractor's certification that all
required engineering data has been submitted, and Owner's certification of
receipt of the engineering data.
GC.31.2 Equipment and Materials. Payment for equipment and materials furnished
will be made in accordance with the following schedule.
90% of the price of complete, integral units or assemblies of equipment
or material delivered at the job site each month will be paid upon receipt of
the Owner's payment certificate.
A portion of any monies normally due the Contractor for equipment or
materials delivered may be withheld if the Contractor fails to submit in
accordance with specified milestone dates, any required schedules, lists,
instruction manuals, diagrams, drawings, or similar documentation.
GC - 16
10% will be paid according to the provisions of Article GC.31.3 Final
Payment. The unpaid balance of the total equipment portion of the contract
price, adjusted according to any provision of the contract, will be paid within
30 days after the Owner's official acceptance of the work and receipt of the
Owner's final payment certificate.
GC.31.3 Final Payment will not be later than 60 days after complete delivery, provided
the equipment and materials are in accordance with the contract documents
as far as can be determined.
GC.32 HAZARDOUS MATERIALS. As required under Federal Hazardous Communications
Standards and certain state and local laws, the Contractor shall provide Material Safety
Data Sheets covering all hazardous materials furnished under or otherwise associated
with the work under this Contract. The Contractor shall provide the Owner with either
copies of the applicable Material Safety Data Sheets or copies of a document certifying
that no Material Safety Data Sheets are required under any federal, state, or local law,
regulation, statute, or ordinance in effect at the job site.
(a) Contractor agrees that neither Contractor nor anyone employed by it or its
subcontractor shall cause, contribute or permit any Hazardous Material to be
brought upon, kept, or used in or about the work property except for such
Hazardous Material as is necessary during the performance of the work. With
respect to Hazardous Material:
(1) the term "hazardous materials" shall be construed broadly to include any
toxic or hazardous substance, material, or waste, and any other contaminant,
pollutant or constituent thereof, whether liquid, solid, semi-solid, sludge
and/or gaseous, including without limitation, chemicals, compounds,
pesticides or other similar substances or materials which are regulated or
controlled by, under or pursuant to any federal, state or local law, regulation,
ordinance or order, including, but not limited to, the Comprehensive
Environmental Response, Compensation and Liability Act of 1980, as
amended by the Superfund Amendment and Reauthorization Act of 1986
("SARA"), 42 U.S.C. §9601, et seq. (hereinafter collectively "CERCLA"); the
Solid Waste Disposal Act, as amended by the Resource Conservation and
Recovery Act of 1976 ("RCRA"), and subsequent Hazardous and Solid
Waste Amendments of 1984, also known as the 1984 "RCRA" amendments,
42 U.S.C. §6901 et sec .; the Hazardous "Material Transportation Act, 49
U.S.C. §1801, et sec.; the Clean Water Act, as amended, 33 U.S.C. §1311,
et seg.; the Clean Air Act, as amended (42 U.S.C. §7401-7642); Toxic
Substance Control Act, as amended, 15 U.S.C. §2601 et sec .; the Federal
Insecticide, Fungicide, and Rodenticide Act ("FIFRA"), as amended, 7 U.S.C.
§136-136y; the Emergency Planning and Community Right-to-Know Act of
1986 ("EPCRTKA" or "EPCRA"), as amended, 42 U.S.C. §11001, et seq.
(Title III of SARA); the Occupational Safety and Health Act of 1970 ("OSHA"),
as amended, 29 U.S.C. §651, et seq.; any similar state statute, including
without limitation Chapters 252, 255, 376, 403, 442, 455 and 553, Florida
Statutes; or any substance or material that is or becomes regulated by any
federal, state, or local governmental authority.
(2) any Hazardous Material permitted on the work Property and all containers
thereof shall be used, kept, stored and disposed of in a manner that complies
with all federal, state and local laws or regulations applicable to any
Hazardous Material.
GC - 17
(3) the Contractor shall be primarily and directly responsible for complying with
any safety, health, and/or notification provisions required under any federal,
state or local law, regulation or rule applicable to any Hazardous Material,
including without limitation, any notification to workers, employees or other
persons at the work property or concerning the work property, such as,
without limitation, the material safety data sheet ("MSDS") requirements of
EPCRA and notification requirements of OSHA.
(b) Contractor shall not discharge, leak or emit, or permit to be discharged,
leaked or emitted, any material into the atmosphere, ground, sewer system,
or on any body of water, if that material does or may pollute or may
contaminate the same, or may adversely affect the health, welfare or safety
of persons, whether located on the Premises or elsewhere.
(c) Any asbestos material containing asbestos which is to be removed, handled,
transported, or otherwise being a part of the scope of work, shall be removed and
disposed of in a manner consistent with all applicable federal, state and local
regulations by contractor. Title to any asbestos related material shall vest in
Contractor at time of removal.
GC.33 REGULATORY COMPLIANCE. Contractor warrants that it shall comply, when
applicable, with all federal, state and local laws and regulations including but not limited
to the following:
(a) Equal Employment Opportunity Clause in Section 202, paragraphs 1 through 7 of
Executive Order 11246, as amended and all regulations;
(b) Order of the Secretary of Labor dated 9 May 1967, as amended, and all applicable
regulations relating to "Elimination of Segregated Facilities by Government
Contractors and Subcontractors";
(c) Vietnam Era Veterans Readjustment Act of 1974, as amended, and Executive
Order No. 11701 relating to the employment of qualified disabled veterans and
veterans of the Vietnam era, and further, the affirmative action provisions relative
to the foregoing as set forth at paragraphs (a)-(m) of 41 C.F.R. Section 60-250.4
are incorporated herein by reference;
(d) Rehabilitation Act of 1973 and all regulations of the Department of Labor relating to
the employment and promotion of qualified mentally and physically handicapped
persons, and further, the affirmative action provisions relative to qualified mentally
and physically handicapped persons as set forth at paragraphs (a) through (f) of 41
C.F.R. 60-741.4 are incorporated herein by reference;
(e) Fair Labor Standards Act of 1938, as amended, and all regulations and orders of
the Department of Labor issued thereunder, and unless otherwise agreed in
writing, Contractor shall insert a certificate to such effect on all invoices submitted
in connection with this contract;
(f) Florida "Trench Safety Act" (short title) effective date October 1, 1990 as amended
Chapter 90-96, Laws of Florida;
(g) Drug-Free Work Place Act of 1988, Pipeline Safety Regulations 49, C.F.R. Part
199 Part 40 of Federal Regulation, Part 199 Control of Drug Used in Natural Gas,
Liquified Natural Gas, and Hazardous Liquid Pipeline Operation;
GC - 18
(h) Clean Water Act, as amended, 33 U.S.C. §1311, et se .~
(i) Clean Air Act, as amended (42 U.S.C. §7401-7642);
Q) Occupational Safety and Health Act of 1970 ("OSHA"), as amended, 29 U.S.C.
§651, et seq •;
(k) Comprehensive Environmental Response, Compensation and Liability Act of 1980
as amended by the Superfund Amendment and Reauthorization Act of 1986
("SARA"), 42 U.S.C. §9601, et seq. (hereinafter collectively "CERCLA");
(I) Solid Waste Disposal Act, as amended by the Resource Conservation and
Recovery Act of 1976 ("RCRA") and subsequent Hazardous and 'Solid Waste
Amendments of 1984, also known as the 1984 "RCRA" amendments, 42 U. S.C.
§6901 et seq.;
(m) Toxic Substance Control Act, as amended, 15 U.S.C. §2601 et seq.;
(n) Federal Insecticide, Fungicide and Rodenticide Act ("FIFRA"), as amended, 7
U.S.C. §136-136y;
(o) Emergency Planning and Community Right-to-Know Act of 1986 ("EPCRTKA" or
"EPCRA"), as amended, 42 U.S.C. §11001, et seq. (Title III of SARA);
(p) Hazardous Material Transportation Act, 49 U.S.C. §1801, et seq.;
(q) Chapters 252, 255, 376, 403, 442, 455 and 553, Florida Statutes;
(r) Any other federal, state or local law, regulation, ordinance or order pertaining to the
environment not included above;
(s) Utility Accommodation Guide, May 1990, Document No. 710-020-001-b
promulgated by the State of Florida Department of Transportation;
(t) Manual on Uniform Traffic Control Devices as revised, promulgated by the United
States Department of Transportation Federal Highway Administration Title 23, U.S.
Code, Sections 109(b), 109(d), and 402(a). Worker's Compensation Insurance
covering off-duty police (traffic controllers) when required by the local
governmental unit shall be the responsibility of the Contractor.
(u) Any clauses and provisions which are mandatorily required by law, regulation or
Executive Order to be incorporated into a government contract or subcontract
which are not enumerated above.
(v) The Control of Hazardous Energy, 29 C.F.R. §1910.147.
(w) The Omnibus Employee Testing Act, 49 C.F.R. §391.40
(x) Florida's Drug Free Workplace Program, FSA §§ 287.087 and 440.101
GC.34 DRUG-FREE WORK PLACE. The Owner prohibits all employees of its contractors and
subcontractors from manufacturing, distributing, dispensing, possessing, using or being
under the influence of illegal controlled substances on the Owner's property of work
sites, or at any time or place while conducting business with the Owner.
Contractor/Subcontractor employees are further prohibited from being under the
GC-19
influence or impairment of alcohol on the Owner's property or work sites or at any time
or place while conducting business with or on behalf of the Owner. The
Contractor/Subcontractor shall have a drug free policy complying with Florida's Drug-
Free Workplace Program, Florida Statute §§ 287.087 and 440.101 et. seq., the Omnibus
Employee Testing Act of 1991, 49 Code of Federal Regulation § 391 and 40 (operation
of commercial motor vehicles). In addition, all Contractors/Subcontractors must
implement a controlled substance and alcohol testing policy for safety sensitive positions
as defined by the Owner.
GC.35 NON-COLLUSIVE AFFIDAVIT -The contractor shall by signing the Bid Form certify
that neither the Company nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in any way
colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer,
firm, or person to submit a collusive or sham Proposal in connection with the work for
which the attached Proposal has been submitted; or to refrain from bidding in connection
with such work; or have in any manner, directly or indirectly, sought by agreement or
collusion, or communication, or conference with any Proposer, firm, or person to fix the
price or prices in the attached Bid Form or of any other Proposer, or to fix any overhead,
profit, or cost elements of the Bid Form price or the Proposal price of any other
Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against (Recipient), or any person interested in the proposed
work;
GC-20
GC-1
ALLIANCE MASTER BID 3-24-04
SEQ # QTY ALIAS PRODUCT DESCRIPTION UOM PRICE
1260 1 7.22E+13 228-20215220-001 20X18 CLAMP EA 666.67
8690 1 /00003713:1116HD SPLIT RESTRAINER EA 445
8700 1 /00003713:1118HD SPLIT RESTRAINER EA 509
8710 1 /00003713:1120HD SPLIT RESTRAINER EA 653
9310 99 D51S03 010351T 3 TJ CL51 DI PIPE C/L FT 5.39
7820 1 D350S04 0104350T 4 TJ PR350 DI PIPE C/L FT 5.98
3160 1 DIPTY510~ 010451T 4 TJ CL51 DI PIPE C/L FT 5.98
3020 1 D350S06 0106350T 6 TJ PR350 DI PIPE C/L FT 5.95
3170 1 DIPTY510k 010651T 6 TJ CL51 DI PIPE C/L FT 6.57
3030 1 D350S08 0108350T 8 TJ PR350 DI PIPE C/L FT 7.96
3180 1 DIPTY510 f 010851T 8 TJ CL51 DI PIPE C/L FT 9.03
3040 1 D350S10 0110350T 10 TJ PR350 DI PIPE C/L FT 10.27
3190 1 D51S10 011051T 10 TJ CL51 DI PIPE C/L FT 11.92
3050 1 D350S12 0112350T 12 TJ PR350 DI PIPE C/L FT 13.18
3230 1 DIPTY511 :011251T 12 TJ CL51 DI PIPE C/L FT 15.12
3200 1 T5114 011451T 14 TJ CL51 DI PIPE C/L FT 19.48
3060 1 PD16T350 0116350T 16 TJ PR350 DI PIPE C/L FT 21.15
3240 1 T5116 011651T 16 TJ CL51 DI PIPE C/L FT 22.82
3070 1 PD20T350 0120350T 20 TJ PR350 DI PIPE C/L FT 29.24
3210 1 T5124 012451T 24 TJ CL51 DI PIPE C/L FT 38.29
7830 1 36T150 0136150T 36 TJ PR150 DI PIPE C/L FT 72.55
3220 1 36T51 013651T 36 TJ CL51 DI PIPE C/L FT 72.55
3250 1 T5106E 010651TE 6 TJ CL51 DI PIPE E/L (EPOXY FT 12.62
17480 88 8T350E 0108350TE 8 TJ PR350 DI PIPE E/L (EPOXY FT 15.08
3260 1 T5108E 010851TE 8 TJ CL51 DI PIPE E/L (EPOXY FT 15.08
8760 1 10T350E 0110350TE 10 TJ PR350 DI PIPE E/L (EPOXY FT 21.46
3270 1 PDE12T51 011251TE 12 TJ CL51 DI PIPE E/L (EPOXY) FT 22.19
17490 88 T5114E 011451TE 14 TJ CL51 DI PIPE E/L (EPOXY) FT 29.95
17500 88 10256 0210258 10 C900 DR25 CL100 PIPE(G)BLUE FT 6.1
7070 1 1825G 021825G 18 C905 DR25 CL165 PIPE(G) GRN FT 17.26
17510 88 C900PIPE1022025W 20 C905 DR25 CL100 PR165 PIPE FT 23.18
5500 1 N003312 302021 2 SDR21 PR200 PVC PIPE(G) FT 0.42
17520 88 221 B 0302021 B 2 SDR21 PR200 PVC PIPE(G) BLUE FT 0.42
17530 88 N014640 510080 10X20' PVC SCH80 PIPE SWB FT 10.5
6320 1 0302021YP 2 SDR21 PR200 YELOMINE PIPE (G FT 1.48
9320 99 GP05 17005G 1/2 STD GALV STEEL PIPE T&C FT 0.47
9330 99 GP12 17012G 1-1/4 STD GALV STEEL PIPE T&C FT 1.1
9340 99 GP15 17015G 1-1/2 STD GALV STEEL PIPE T&C FT 1.24
9350 99 GP20 17020G 2 STD GALV STEEL PIPE T&C FT 1.76
9360 99 GP25 17025G 2-1/2 STD GALV STEEL PIPE T&C FT 2.82
19940 1 GP40 17040G 4 STD GALV STEEL PIPET&C FT 8.47
530 1 C06100KS 0807S100N 3/4X100'(K) SOFT COPPER TUBING FT 1.28
500 1 COPK011C 0810S100F 1X100' (K) SOFT COPPER TUBING FT 1.56
510 1 S004336 0820S020F 2X20' (K) SOFT COPPER TUBING FT 4.63
520 1 C16020KH 0820H02012X20' (K) HARD COPPER PIPE FT 3.56
9370 99 34PE6 0907E200(3/4X100' BLUE PE TUBING CTS FT 0.2
6920 1 1 E61 0910E200(1X100' BLUE PE TUBING CTS FT 0.29
8740 1 0910E200(1X300' BLUE PE TUBING CTS FT 0.29
9380 99 112PEB 0915E200(1-1/2X100' PE TUBE 200PS1 BLUE FT 0.7
9390 99 2PE6 0920E200(2X100' BLUE PE TUBING CTS FT 0.95
6630 1 0904CPS4 4 SS INSERT CPS-4 IPS-SDR 11 EA 36.76
30 320 0912PE11112 SDR11 DIPS AWWA PE PIPE FT 14.75
30 WITH GREEN STRIPE
9400 99 4PE11DG 0943P041'43004 SDR11 DIPS HDPE GREEN FT 2.24
9410 99 6PE11 DG 0943P061' 4300 6 SDR11 DIPS HDPE GREEN FT 4.6
950 1 4FP01 2504FP01(4 FLGXPE DI PIPE 1'0 C/L EA 46.2
9420 99 6FP02 2506FP02(6 FLGXPE DI PIPE 2'0 C/L EA 78.4
8220 1 FCIFPP0612506FP04(6 FLGXPE DI PIPE 4'0 C/L EA 119
9430 99 8FP02 2508FP02(8 FLGXPE DI PIPE 2'0 EA 109.2
7920 1 8FP04 2508FP04(8 FLGXPE DI PIPE 4'0 EA 164
9440 99 10FP02 2510FP02(10 FLGXPE DI PIPE 2'0 EA 148.4
960 1 12FP01 2512FP01(12 FLGXPE DI PIPE 1'0 C/L EA 165
2550 1 25034FF0' 3X4 FLGXFLG DI PIPE 1'3 EA 117.56
2980 1 4FF12 2504FF12(4 FLGXFLG DI PIPE 12'0 EA 273.5
2560 1 25046FF0' 4X6 FLGXFLG DI PIPE 1' 8 EA 138.67
2990 1 6FF12 2506FF12(6 FLGXFLG DI PIPE 12'0 EA 394.62
3000 1 8FF12 2508FF12(8 FLGXFLG DI PIPE 12'0 EA 491
3010 1 10FF12 2510FF12(10 FLGXFLG DI PIPE 12'0 EA 700.69
110 2 /20003713:2 49A.4 AIR RELEASE VLV VALMAT EA 540
350 1 /20003713:1X18 METER RESETTER V44-18W EA 54.87
3820 1 /20003713; GALLON PIPE LUBE EA 9
13750 9 /20003713; 2-1/2 FNST X 2 MIP SWIVEL END EA 39.32
13770 9 /20003713:2-1/2FNST X 2FIPT SWIVEL ADPT EA 65.85
14090 9 /20003713' US MET TRAFFIC REP KIT 4-1/2 EA 79.06
14300 9 /20003713:48X48 CDR MTR VAULT JEA LOGO EA 1805.06
14310 9 /20003713: 72X72 CDR MTR VAULT JEA LOGO EA 2953.13
17290 9 /20003713: GREEN UPSIDEDOWN PAINT 20 OZ EA 2.39
17550 88 DPL-030-N 2103PT 3 MJ PLUG T/C CP DI C153 EA 11.66
9470 99 P014802 2103S17513 MJ S/P SLEEVE CP DI C153 EA 16.27
9540 99 FDIMT030: 2103T030~ 3X3 MJ TEE C/L CP DI C153 EA 27.82
9490 99 FM039 21039M 3 MJ 90 BEND C/L CP DI C153 EA 19.69
3400 1 D4153MJA 2104AF 4 MJXFLG ADPT C/L CP DI C153 EA 36.5
3330 1 DCT-040-C 2104C20T 4X2 MJ TAPT CAP T/C CP DI C153 EA 19.78
5980 1 U023693 2104FABC 4 FOSTER ADPT 4FABC W/MJ ACC EA 56.76
9450 99 DMP4 2104PT 4 MJ PLUG T/C CP DI C153 EA 9.42
2330 1 DPT-040-02104P20T 4X2 MJ TAPT PLUG CP DI C153 EA 16.54
9500 99 DMR43 2104R03M 4X3 MJ REDUCER C/L CP DI C153 EA 20.12
2570 1 DML4 2104S11214 MJ L/P SLEEVE CP DI C153 EA 23.43
9590 99 2104S11214 MJ L/P SLEEVE GROUND DOWN EA 84
9480 99 DMS4 2104S17514 MJ S/P SLEEVE CP DI C153 EA 17.12
2620 1 DMT44 2104T040P4X4 MJ TEE C/L CP DI C153 EA 34.12
2050 1 DM6411 21041M 4 MJ 11-1/4 BEND CP DI C153 EA 23.02
2100 1 DM6422 21042M 4 MJ 22-1/2 BEND CP DI C153 EA 20.97
2150 1 DMB445 21044M 4 MJ 45 BEND C/L CP DI C153 EA 20.97
17560 88 D4153MJF 21049E 4 MJXFLG 90 BEND CP DI C153 EA 50.76
2260 1 DMB490 21049M 4 MJ 90 BEND C/L CP DI C153 EA 22.61
3410 1 D6153MJA 2106AF 6 MJXFLG ADPT C/L CP DI C153 EA 39
7170 1 FDHSA06) 2106AS13 6X13 MJ ANCH CPLG CP DI C153 EA 69.88
7180 1 DCP-060-112106CT 6 MJ CAP T/C CP DI C153 EA 14.98
3340 1 DCT-060-C 2106C20T 6X2 MJ TAPT CAP T/C CP DI C153 EA 27.49
5990 1 U023694 2106FABC 6 FOSTER ADPT 6FABC W/MJ ACC EA 70.4
9460 99 DMP6 2106PT 6 MJ PLUG T/C CP DI C153 EA 15.84
2340 1 DPT-060-02106P20T 6X2 MJ TAPT PLUG CP DI C153 EA 23.98
7190 1 64MTP 2106P40T 6X4 MJ TAPT PLUG CP DI C153 EA 55.35
9080 1 2106OM126X12 MJ OFFSET C/L CP DI C153 EA 222
8380 1 W0037982 2106C1M24 6X24 MJ OFFSET C/L CP DI C153 EA 309.16
2400 1 DMR64 2106R04M 6X4 MJ REDUCER C/L CP DI C153 EA 24.67
2460 1 DRE-060-C 2106R04S 6X4 SEMJ REDUCER CP DI C153 EA 25.49
2580 1 DML6 2106S11216 MJ L/P SLEEVE CP DI C153 EA 34.53
9610 99 2106S11216 MJ L/P SLEEVE GROUND DOWN EA 101
9530 99 DMS6 2106S17516 MJ S/P SLEEVE CP DI C153 EA 24.83
9600 99 2106S17516 MJ S/P SLV GROUND DOWN EA 90
2800 1 DTT63 2106T030[ 6X3 MJ TAPT TEE CP DI C153 EA 58.79
2670 1 DMT64 2106T040P 6X4 MJ TEE C/L CP DI C153 EA 45.22
2630 1 DMT66 2106T060~ 6X6 MJ TEE C/L CP DI C153 EA 49.33
3580 1 DAT-060-I~ 2106T060; 6X6 MJ ANCHOR TEE CP DI C153 EA 78.52
2060 1 DM6611 21061M 6 MJ 11-1/4 BEND CP DI C153 EA 32.48
2110 1 DMB622 21062M 6 MJ 22-1/2 BEND CP DI C153 EA 32.48
2240 1 !21064M 21064M 6 MJ 45 BEND C/L CP DI C153 EA 31.66
17570 88 D6153MJF 21069E 6 MJXFLG 90 BEND CP DI C153 EA 72.36
2230 1 DMB690 21069M 6 MJ 90 BEND C/L CP DI C153 EA 36.18
2190 1 FM06A9 21069MA 6 MJ ANCHOR 90 CP DI C153 EA 74.41
3420 1 D8153MJA 2108AF 8 MJXFLG ADPT C/L CP DI C153 EA 52
7210 1 MDCPLGO 2108AS12 8X12 MJ ANCH CPLG CP DI C153 EA 103.65
9520 99 DCP-080-~ 2108CT 8 MJ CAP T/C CP DI C153 EA 23.12
3350 1 DTK8 2108C20T 8X2 MJ TAPT CAP T/C CP DI C153 EA 37.14
7880 1 83MTCA 2108C30T 8X3 MJ TAPT CAP T/C CP DI C153 EA 57.85
6000 1 FDAFOSTI 2108FABC 8 FOSTER ADPT 8FABC W/MJ ACC EA 99.94
9510 99 DMP8 2108PT 8 MJ PLUG T/C CP DI C153 EA 22.69
2350 1 DPT-080-02108P20T 8X2 MJ TAPT PLUG CP DI C153 EA 30.18
2470 1 P014608 2108R04S 8X4 SEMJ REDUCER CP DI C153 EA 35.77
7890 1 DRE-080-C 2108R06L 8X6 LEMJ REDUCER CP DI C153 EA 46.3
2410 1 DMR86 2108R06M 8X6 MJ REDUCER C/L CP DI C153 EA 35.36
7220 1 FDRP08XC 2108R06P 8X6 PEXPE REDUCER CP DI C153 EA 54
2480 1 DRE-080-C 2108R06S 8X6 SEMJ REDUCER CP DI C153 EA 42.35
2590 1 DML8 2108S11218 MJ L/P SLEEVE CP DI C153 EA 45.22
9630 99 2108S11218 MJ L/P SLEEVE GROUND DOWN EA 131
9550 99 DMS8 2108S17518 MJ S/P SLEEVE CP DI C153 EA 32.96
9620 99 2108S17518 MJ S/P SLV GROUND DOWN EA 117
2810 1 83MTT 2108T030[ 8X3 MJ TAPT TEE CP DI C153 EA 76.47
2680 1 DMT84 2108T040~ 8X4 MJ TEE C/L CP DI C153 EA 64.13
2690 1 DMT86 2108T060P 8X6 MJ TEE C/L CP DI C153 EA 69.89
3540 1 DMH86 2108T060; 8X6 MJ ANCHOR TEE CP Dl C153 EA 96.61
2640 1 DMT88 2108T080P 8X8 MJ TEE C/L CP DI C153 EA 76.06
3560 1 DAT-080-I~ 2108T080: 8X8 MJ ANCHOR TEE CP DI C153 EA 113.06
2250 1 DMC88 2108X080P 8X8 MJ CROSS C/L CP DI C153 EA 109.36
2070 1 !21081M 21081M 8 MJ 11-1/4 BEND CP DI C153 EA 50.98
2120 1 DMB822 21082M ' 8 MJ 22-1/2 BEND CP DI C153 EA 50.16
2160 1 DMB845 21084M 8 MJ 45 BEND C/L CP DI C153 EA 49.33
17580 88 D8153MJF 21089E 8 MJXFLG 90 BEND CP DI C153 EA 112.32
2220 1 DMB890 21089M 8 MJ 90 BEND C/L CP DI C153 EA 56.32
3430 1 D10153MJ 2110AF 10 MJXFLG ADPT C/L CP DI C153 EA 69
3360 1 DCT-100-C 2110C20T 10X2 MJ TAPT CAP TC CP DI C153 EA 45.34
2360 1 DPT-1 00-0 21 1 0P20T 10X2 MJ TAPT PLUG CP DI C153 EA 39.27
2490 1 D106153M 2110R06S 10X6 SEMJ REDUCER CP DI C153 EA 47.69
2420 1 DMR108 2110R08M 10X8 MJ REDUCER C/L CP DI C153 EA 51.39
2500 1 D108153M 2110R08S 10X8 SEMJ REDUCER CP DI C153 EA 51.39
2600 1 DML10 2110S112110 MJ L/P SLEEVE CP DI C153 EA 57.14
9640 99 2110S112110 MJ L/P SLV GROUND DOWN EA 172
9650 99 2110S112112 MJ L/P SLV GROUND DOWN EA 213
9570 99 DMS10 2110S175110 MJ S/P SLEEVE CP DI C153 EA 44.52
2700 1 DMT104 2110T040h 10X4 MJ TEE C/L CP DI C153 EA 92.91
2710 1 DMT106 2110T060~ 10X6 MJ TEE C/L CP DI C153 EA 96.61
2720 1 DMT108 2110T080P 10X8 MJ TEE C/L CP DI C153 EA 99.49
2650 1 DMT1010 2110T100~ 10X10 MJ TEE C/L CP DI C153 EA 113.88
2080 1 DMB1011 21101M 10 MJ 11-1/4 BEND CP DI C153 EA 69.89
2130 1 DMB1022 21102M 10 MJ 22-1/2 BEND CP DI C153 EA 69.07
2170 1 DMB1045 21104M 10 MJ 45 BEND C/L CP DI C153 EA 68.24
2270 1 DMB1090 21109M 10 MJ 90 BEND CL CP DI C153 EA 88.39
8180 1 DCP-120-A 2112CT 12 MJ CAP T/C CP DI C153 EA 38.95
3370 1 DCT-120-C 2112C20T 12X2 MJ TAPT CAP TC CP DI C153 EA 55.47
9560 99 DMP12 2112PT 12 MJ PLUG T/C CP DI C153 EA 41.52
2370 1 122MTP 2112P20T 12X2 MJ TAPT PLUG CP DI C153 EA 48.78
2430 1 DMR126 2112R06M 12X6 MJ REDUCER C/L CP DI C153 EA 61.26
2510 1 D126153M 2112R06S 12X6 SEMJ REDUCER CP DI C153 EA 62.9
2440 1 DMR128 2112R08M 12X8 MJ REDUCER C/L CP DI C153 EA 67.42
2520 1 D128153M 2112R08S 12X8 SEMJ REDUCER CP DI C153 EA 68.24
2450 1 DMR1210 2112R10M 12X10 MJ REDUCER CP DI C153 EA 73.18
2530 1 D1210153P 2112R10S 12X10 SEMJ REDUCER CP DI C153 EA 71.53
2610 1 DML12 2112S112112 MJ L/P SLEEVE CP DI C153 EA 71.53
9580 99 DMS12 2112S175112 MJ S/P SLEEVE CP DI C153 EA 50.51
2730 1 DMT124 2112T040D 12X4 MJ TEE C/L CP DI C153 EA 118.4
2740 1 DMT126 2112T060~ 12X6 MJ TEE C/L CP DI C153 EA 119.22
3550 1 DMH126 2112T060:12X6 MJ ANCHOR TEE CP DI C153 EA 167.32
2750 1 DMT128 2112T080~ 12X8 MJ TEE C/L CP DI C153 EA 124.57
3570 1 DMH128 2112T080~ 12X8 MJ ANCHOR TEE CP DI C153 EA 194.46
2760 1 DMT1210 2112T100P 12X10 MJ TEE C/L CP DI C153 EA 148
2660 1 DMT1212 2112T120~ 12X12 MJ TEE C/L CP DI C153 EA 154.99
2090 1 DMB1211 21121M 12 MJ 11-1/4 BEND CP DI C153 EA 95.38
2140 1 DMB1222 21122M 12 MJ 22-1/2 BEND CP DI C153 EA 94.14
2180 1 DM61245 21124M 12 MJ 45 BEND C/L CP DI C153 EA 92.91
2280 1 DM61290 21129M 12 MJ 90 BEND C/L CP DI C153 EA 113.88
2290 1 P014799 21149M 14 MJ 90 BEND C/L CP DI C153 EA 304.85
9660 99 DMK16 2116CT 16 MJ CAP T/C CP DI C153 EA 128.83
3380 1 DTK16 2116C20T 16X2 MJ TAPT CAP TC CP DI C153 EA 162.55
9680 99 DMR168 2116R08M 16X8 MJ REDUCER C/L CP DI C153 EA 166.5
9690 99 DMR1610 2116R10M 16X10 MJ REDUCER CP DI C153 EA 180.19
2780 1 D16153MJ 2116S115116 MJ L/P SLEEVE CP DI C153 EA 189.86
9700 99 2116S115116 MJ L/P SLV GROUND DOWN EA 375
9670 99 P014822 2116S195116 MJ S/P SLEEVE CP DI C153 EA 152.37
3290 1 DMB1645 21164M 16 MJ 45 BEND C/L CP DI C153 EA 267.22
2300 1 FDIM1690 21169M 16 MJ 90 BEND C/L CP DI C153 EA 347.78
7270 1 FDIMSL18 2118S115118 MJ UP SLEEVE CP DI C153 EA 363.45
3390 1 FM20C2 2120C20T 20X2 MJ TAPT CAP TC CP DI C153 EA 324.53
3470 1 FDIMSL20 2120S115120 MJ L/P SLEEVE CP DI C153 EA 465.47
9710 99 2120S115120 MJ L/P SLV GROUND DOWN EA 695
17610 88 20MSPS 2120S195120 MJ S/P SLEEVE CP DI C153 EA 511.7
17620 88 DMT206 2120T060P20X6 MJ TEE C/L CP DI C153 EA 920
3480 1 DMT2012 2120T120P20X12 MJ TEE C/L CP DI C153 EA 854.25
3280 1 FM202 21202M 20 MJ 22-1/2 BEND CP DI C153 EA 643.94
3300 1 FM204 21204M 20 MJ 45 BEND C/L CP DI C153 EA 597.15
2310 1 FM209 21209M 20 MJ 90 BEND C/L CP DI C153 EA 766.94
2790 1 FM24SL 2124S115124 MJ L/P SLEEVE CP DI C153 EA 571.7
3490 1 2416MT 2124T160~24X16 MJ TEE C/L CP DI C153 EA 1287.4
9720 99 DMB2422 21242M 24 MJ 22-1/2 BEND CP DI C153 EA 821.33
3310 1 FM244 21244M 24 MJ 45 BEND C/L CP DI C153 EA 876.92
2320 1 FM249 21249M 24 MJ 90 BEND C/L CP DI C153 EA 1191.41
7910 1 30MLPS 2130S124130 MJ L/P SLEEVE CP DI C153 EA 1133
7870 1 FME04SL 2104S112E4 MJ L/P SLEEVE EPOXY DI C153 EA 46
9730 99 FME049 21049ME 4 MJ 90 BEND EPOXY CP DI C153 EA 46.5
9740 99 64MRE 2106R04M 6X4 MJ REDUCER EPOXY DI C153 EA 51
8160 1 FME06SL 2106S112E 6 MJ L/P SLEEVE EPOXY DI C153 EA 67
7200 1 FME064 21064ME 6 MJ 45 BEND EPOXY CP DI C153 EA 75.17
8170 1 FME08SL 2108S112E 8 MJ L/P SLEEVE EPOXY DI C153 EA 88
7900 1 FME084 21084ME 8 MJ 45 BEND EPOXY CP DI C153 EA 98
8870 1 FME104 21104ME 10 MJ 45 BEND EPOXY CP DI C153 EA 129.72
70 5 FME12SL 2112S112E 12 MJ L/P SLEEVE EPOXY DI C153 EA 158
7230 1 16MCAE 2116CE 16 MJ CAP EPOXY CP DI C153 EA 241.5
8200 1 16MPE 2116PE 16 MJ PLUG EPOXY CP DI C153 EA 295
17590 88 16MLPSE 2116S115E 16 MJ L/P SLEEVE EPOXY DI C153 EA 344
7240 1 16M4E 21164ME 16 MJ 45 BEND EPOXY CP DI C153 EA 442.59
7250 1 1816MRE 2118R16M 18X16 MJ REDUCER EPOXY DI C153 EA 686.72
7260 1 18MLPSE 2118S115E 18 MJ L/P SLEEVE EPOXY DI C153 EA 763.06
7280 1 18MTE 2118T180P 18X18 MJ TEE EPOXY CP DI C153 EA 1717.41
7290 1 18MWE 2118W18018 MJ WYE EPOXY CP DI C153 EA 3675.64
17600 88 18M2E 21182ME 18 MJ 22-1/2 EPOXY CP DI C153 EA 825.88
7300 1 18M4E 21184ME 18 MJ 45 BEND EPOXY CP DI C153 EA 817.41
19960 1 24MLSE 2124S115F 24 MJ L/P SLEEVE EPOXY DI C153 EA 1037
8660 1 U021876 21106SC1 6 MJ CUT-IN SLEEVE (I) DI C153 EA 216
8670 1 U021879 21108SC1 8 MJ CUT-IN SLEEVE(I) DI C153 EA 280
9750 99 418MOD 2104QM184X18 MJ OFFSET C/L FB DI C110 EA 197.37
3590 1 MCOF061:2106QM126X12 MJ OFFSET C/L FB DI C110 EA 222
3600 1 FDO110Mf 2106QM186X18 MJ OFFSET C/L FB DI C110 EA 258.18
3610 1 MCOF062~ 2106QM24 6X24 MJ OFFSET C/L FB DI C110 EA 309.16
8150 1 618MPOD 2106QP18 6X18 MJXPE OFFSET FB DI C110 EA 379.5
3620 1 MCOF081:2108OM128X12 MJ OFFSET C/L FB DI C110 EA 341.22
3630 1 MCOF081f2108QM188X18 MJ OFFSET C/L FB DI C110 EA 375.76
3640 1 MCOF082~ 2108QM24 8X24 MJ OFFSET C/L FB DI C110 EA 467.84
3650 1 1012MOD 2110QM1210X12 MJ OFFSET FB DI C110 EA 473.19
3660 1 1018MOD 2110QM1810X18 MJ OFFSET FB DI C110 EA 565.69
3670 1 P038932 2112QM1212X12 MJ OFFSET FB DI C110 EA 638.87
3680 1 P038933 2112QM1812X18 MJ OFFSET FB DI C110 EA 774.94
3690 1 1224MOD 2112OM2412X24 MJ OFFSET FB DI C110 EA 964.88
8190 1 1212MP0[ 2112QP12 12X12 MJXPE OFFSET FB DI C110 EA 618
8880 1 1218MP0[ 2112QP18 12X18 MJXPE OFFSET FB DI C110 EA 1315
2380 1 0005234 2116P20L116X2 MJ TAPT PLUG FB DI C110 EA 270
3700 1 1618MOD 2116QM1816X18 MJ OFFSET FB DI C110 EA 1734.38
2390 1 U014493 2120P20L120X2 MJ TAPT PLUG T/C DI C110 EA 458
2540 1 2420SMRC 2124R20S124X20 SEMJ REDUCER FB DI C110 EA 741.64
8210 1 36MLPS 2136S124136 MJ L/P SLEEVE FB DI C110 EA 1638
3320 1 MC64536~ 21364ML 36 MJ 45 BEND C/L FB DI C110 EA 3754.66
20110 1 2104FAAS 4 FOSTER ADPT ACC SET EA 22.5
20120 1 2108FAAS 8 FOSTER ADPT ACC SET EA 36.8
9760 99 16M4C 21164MCL 16 MJ 45 BEND CI C110 EA 502.44
9770 99 20MSPSC 2120S195(20 MJ S/P SLEEVE CI C110 EA
9780 99 24MSPSC 2124S195(24 MJ S/P SLEEVE CI C110 EA
9790 99 24M4C 21244MCL 24 MJ 45 BEND CI C110 EA
511.7
766.26
1164.66
3500 1 4FT 2404T040F4X4 FLG TEE C/L DI C110 EA 58.44
2200 i C4F90L 24049E 4 FLG 90 BEND C/L DI C110 EA 36.16
9800 99 4FLR9 24049FL 4 FLG L/R 90 BEND C/L DI C110 EA 76.73
17990 88 C64FCR 2406R04F 6X4 FLG REDUCER C/L DI C110 EA 94.5
2770 1 6FT 2406T060F 6X6 FLG TEE C/L DI C110 EA 82.83
2210 1 C6F90L 24069E 6 FLG 90 BEND C/L DI C110 EA 65.5
18020 88 C86FCR 2408R06F 8X6 FLG REDUCER C/L DI C110 EA 122.58
3520 1 84FT 2408T040F 8X4 FLG TEE C/L DI C110 EA 144.64
3510 1 !2408T080 2408T080F 8X8 FLG TEE C/L DI C110 EA 142.95
18000 88 8F4 24084E 8 FLG 45 BEND C/L DI C110 EA 99
3440 1 FCIF0890 24089E 8 FLG 90 BEND C/L DI C110 EA 87.03
3530 1 104FT 2410T040F 10X4 FLG TEE C/L DI 0110 EA 237.14
18050 88 10FT 2410T100F 10X10 FLG TEE C/L DI 0110 EA 310
3450 1 10F9 24109E 10 FLG 90 BEND C/L DI 0110 EA 160.19
18060 88 C12FT 2412T120F 12X12 FLG TEE C/L DI 0110 EA 449
3460 1 C12F90L 24129E 12 FLG 90 BEND C/L DI 0110 EA 229.15
17930 88 3FTE 2403T030F 3X3 FLG TEE EPOXY DI 0110 EA 87
17920 88 3F9E 24039FE 3 FLG 90 BEND EPOXY DI 0110 EA 48
17950 88 43FRE 2404R03F14X3 FLG REDUCER EPOXY DI 0110 EA 104.5
17960 88 4FCRE 2404X040f 4X4 FLG CROSS EPOXY DI 0110 EA 254.4
17940 88 4F9E 24049FE 4 FLG 90 BEND EPOXY DI 0110 EA 93.12
17980 88 6F9E 24069FE 6 FLG 90 BEND EPOXY DI 0110 EA 134
8900 1 8F9E 24089FE 8 FLG 90 BEND EPOXY DI 0110 EA 168.48
17970 88 6F9CPT 24069FCP' 6 FLG 90 BEND C/L CP DI 0153 EA 65.5
18010 88 8F9CPT 24089FCP' 8 FLG 90 BEND C/L CP DI 0153 EA 119
18030 88 10F9CPT 24109FCP' 10 FLG 90 BEND C/L CP DI 0153 EA 218
20030 1 FDIGTP12 3312PT 12 UT PLUG T/C CP DI 0153 EA 71.47
7310 1 FCOMP03 : 2403FCCS 3 STD CI COMP FLANGE F/STEEL EA 10
9810 99 CFD03 2403FCD 3 DI COMP FLANGE F/DI (D) EA 5.29
2840 1 CFS03 2403FCS 3 DI COMPANION FLANGE F/STEEL EA 6.59
7320 1 FCOMP04 ; 2404FCCS 4 STD CI COMP FLANGE F/STEEL EA 12.88
9820 99 CFD04 2404FCD 4 DI COMP FLANGE F/DI (D) EA 8.83
2830 1 0004500 2404FC20; 4X2 DI REDUC. COMP FLG F/STEEL EA 27.2
2850 1 C43RF 2404FC30:4X3 DI REDUCING FLG THRD F/STL EA 17.45
9830 99 CFD06 2406FCD 6 DI COMP FLANGE F/DI (D) EA 12.33
8890 1 FBLIND03 ' 2403FB20( 3X2 TAPT BLIND FLANGE CI 0110 EA 7.64
9840 99 42HHCFC 2404FC20~4X2 CI HI-HUB COMP FLANGE F/CI EA 29.2
8390 1 BDF8 2408FB 8 BLIND FLANGE DI 0110 EA 65.85
7330 1 DF8HH 2408FH 8 HI-HUB COMP FLANGE F/DI 0110 EA 35.75
18040 88 BDF10 2410FB 10 BLIND FLANGE DI 0110 EA 62.25
9890 99 12S40FA 2900540Af 1/2 PVC SCH40 FEMALE ADPT EA 0.14
9860 99 FPW4MA02900540Af 1/2 PVC SCH40 MALE ADPT EA 0.12
9990 99 1234S40M 2900540Af 1/2X3/4 PVC SCH40 MALE ADPT EA 0.23
9870 99 12S40CA 2900540011/2 PVC SCH40 CAP SW EA 0.12
10000 99 12S40CAF 29005400" 1/2 PVC SCH40 THRD CAP FIPT EA 0.24
10120 99 12S40PM 2900540PP 1/2 PVC SCH40 THRD PLUG MIPT EA 0.34
10020 99 12S40P 2900540P;1/2 PVC SCH40 PLUG SW EA 0.28
9850 99 FPW4C05 2900540Sf 1/2 PVC SCH40 CPLG HXH EA 0.09
9960 99 12S40TSF 2900540TF 1/2 PVC SCH40 TEE HXFIPT EA 0.21
9920 99 0005461 2900540TF 1/2 PVC SCH40 TEE HXH EA 0.16
9970 99 FPW4450E 29005404f-1/2 PVC SCH40 45 BEND HXH EA 0.21
9880 99 12S409 29005409E 1/2 PVC SCH40 90 BEND HXH EA 0.13
10330 99 S007660 29007AIXF 3/4 PVC INSERT X FIP ADAPTER EA 1.54
9930 99 FPW4FA0 ' 2900740AF 3/4 PVC SCH40 FEMALE ADPT FXH EA 0.18
5540 1 FPW4MA0 2900740AF 3/4 PVC SCH40 MALE ADPT MIPTXH EA 0.13
10010 99 S007080 2900740A13/4X1/2 PVC SCH40 ADPT HXFIPT EA 0.26
10030 99 FPW4CAP 2900740013/4 PVC SCH40 THRD CAP EA 0.28
9900 99 34S40CA 2900740Cf 3/4 PVC SCH40 SW CAP EA 0.14
10170 99 FPW4PT0' 2900740PP 3/4 PVC SCH40 THRD PLUG EA 0.37
10070 99 34S40P 2900740P:3/4 PVC SCH40 SW PLUG EA 0.32
9980 99 FP4BST002900740R;3/4X1/2 PVC BUSHING SXFIPT EA 0.21
9910 99 3412S406 29007408:3/4X1/2 PVC SCH40 BUSHING SPXH EA 0.14
5630 1 34S40C 2900740SF 3/4 PVC SCH40 CPLG HXH EA 0.12
10080 99 34S40TSF 2900740TF 3/4 PVC SCH40 TEE HXFIPT EA 0.33
9940 99 34S40T 2900740TF 3/4 PVC SCH40 TEE HXH EA 0.18
10090 99 34S404 29007404E 3/4 PVC SCH40 45 BEND HXH EA 0.33
9950 99 34S409SF 29007409E 3/4 PVC SCH40 90 BEND HXFIPT EA 0.18
5660 1 FPW49007 29007409E 3/4 PVC SCH40 90 BEND HXH EA 0.14
5530 1 F401 FA 2901040A1 1 PVC SCH40 FEMALE ADPT FIPTXH EA 0.21
5550 1 FPW4MA1 2901040AF 1 PVC SCH40 MALE ADPT MIPTXH EA 0.23
10130 99 FPW4BSX 2901040AF 1X3/4 PVC SCH40 FEM ADPT HXFIP EA 0.34
10200 99 1S40CAF 2901040Cf 1 PVC SCH40 THRD CAP FIPT EA 0.42
5800 1 1S40CA 2901040Cf 1 PVC SCH40 SW CAP EA 0.21
8450 1 0005591 2901040PP 1 PVC SCH40 THRD PLUG EA 0.85
10140 99 FP4BST01 29010408;1X3/4 PVC SCH40 BUSHING SPXFIP EA 0.34
5590 1 FPW4610~2901040R:1X3/4 PVC SCH40 BUSHING SPXH EA 0.24
5640 1 F401 C 2901040Sf 1 PVC SCH40 CPLG HXH EA 0.2
18370 88 1 S40TSF 2901040TE 1 PVC SCH40 TEE HXFIPT EA 0.35
5740 1 FPW4T1 2901040Th 1 PVC SCH40 TEE HXH EA 0.34
10190 99 F4014 29010404E 1 PVC SCH40 45 BEND HXH EA 0.39
5670 1 F4019 29010409E 1 PVC SCH40 90 BEND HXH EA 0.26
10230 99 134S409S129010409E 1X3/4 PVC SCH40 90 BEND HXFIPT EA 0.53
10290 99 1S40S9MF 29010409f\ 1 PVC SCH40 ST 90 BEND MIPXFIP EA 0.78
10250 99 290104091X3/4 PVC SCH40 90 SXMIPT EA 0.55
10100 99 FPW4FA1; 2901240Af 1-1/4 PVC SCH40 FEMALE ADPT EA 0.33
10040 99 FPW4MA1 2901240AF 1-1/4 PVC SCH40 MALE ADPT MXH EA 0.28
18470 88 2901240Rf 1-1/2X1-1/4 PVC SCH40 SW REDUC EA 0.72
10110 99 FP4BS011 29012408:1-1/4X1 PVC SCH40 BUSHING SPXH EA 0.33
10050 99 FPW4C12; 2901240SF 1-1/4 PVC SCH40 COUPLING HXH EA 0.28
10240 99 FPW4T12:2901240TE 1-1/4 PVC SCH40 TEE HXH EA 0.54
10260 99 FPW4451~29012404E 1-1/4 PVC SCH4045 BEND HXH EA 0.55
10210 99 FPW4901~ 2901 24091- 1-1/4 PVC SCH40 90 BEND HXH EA 0.45
10180 99 112S40FA 2901540Af 1-1/2 PVC SCH40 FEMALE ADPT EA 0.37
5560 1 FPW4MA1 2901540Af 1-1/2 PVC SCH40 MALE ADPT MXH EA 0.37
5780 1 FPW4CAP 2901540011-1/2 PVC SCH40 SW CAP EA 0.33
10150 99 2901540Rf 1-1/2X1 PVC SCH40 BUSHING HXH EA 0.34
5600 1 11234S40E 29015408;1-1/2X3/4 PVC S40 BUSHING SPXH EA 0.35
18480 88 1121S406;2901540R:1-1/2X1 PVC S40 BUSHING SPXFIP EA 0.94
5610 1 FPW4B15'2901540R:1-1/2X1 PVC SCH40 BUSHING SPXH EA 0.35
10270 99 112114S4(2901540R:1-1/2X1-1/4 PVC BUSHING SXFIP EA 0.6
10160 99 FPW4B15'2901540R:1-1/2X1-1/4 PVC BUSHING SPXH EA 0.34
10320 99 1121S40B12901540R-1-1/2X1 PVC SCH40 THRD BUSHING EA 0.94
10060 99 FPW4C15 2901540Sf 1-1/2 PVC SCH40 CPLG HXH EA 0.3
5750 1 F4015T 2901540Th 1-1/2 PVC SCH40 TEE HXH EA 0.65
10280 99 112S404 29015404E 1-1/2 PVC SCH40 45 BEND HXH EA 0.68
5680 1 112S409 29015409E 1-1/2 PVC SCH40 90 BEND HXH EA 0.48
10220 99 FPW4FA2 2902040Af 2 PVC SCH40 FEMALE ADPT HXFIPT EA 0.5
5570 1 FPW4MA2 2902040Af 2 PVC SCH40 MALE ADPT MIPTXH EA 0.5
5790 1 FPW4CAP 2902040Cf 2 PVC SCH40 SW CAP EA 0.39
10300 99 F402P 2902040P:2 PVC SCH40 SW PLUG EA 0.82
5620 1 FPW4B21f2902040R;2X1-1/2 PVC SCH40 BUSHING SPXH EA 0.57
5650 1 FPW4C2 2902040SF 2 PVC SCH40 CPLG HXH EA 0.46
10340 99 2S40TSF 2902040TF 2 PVC SCH40 TEE HXFIPT EA 1.58
5760 1 F402T 2902040Tf 2 PVC SCH40 TEE HXH EA 0.94
10310 99 F4024 29020404E 2 PVC SCH40 45 BEND HXH EA 0.9
5690 1 F4029 29020409E 2 PVC SCH40 90 BEND HXH EA 0.77
18540 88 F4025C 2902540Sf 2-1/2 PVC SCH40 CPLG HXH EA 1.2
18560 88 F4032B 2903040R; 3X2 PVC SCH40 BUSHING SPXH EA 2.1
10350 99 FPW4C3 2903040SF 3 PVC SCH40 CPLG HXH EA 1.57
10370 99 F403T 2903040TF 3X3 PVC SCH40 TEE HXH EA 4.07
10360 99 F4039 29030409E 3 PVC SCH40 90 BEND HXH EA 2.77
5810 1 FPW4CAP 2904040014 PVC SCH40 SW CAP EA 3.1
10380 99 F404P 2904040P; 4 PVC SCH40 SW PLUG EA 4.21
8510 1 FPW4C4 2904040S14 PVC SCH40 CPLG HXH EA 5.35
10390 99 F404T 2904040Tf 4X4 PVC SCH40 TEE HXH EA 7.36
18580 88 F4049 29040409E 4 PVC SCH40 90 BEND HXH EA 6.85
18460 88 290120RJ(1-1/4 X 1 SCH40 REDUCER CPLG EA 0.68
18530 88 29020RH0 2 X 1-1/2 PVC SCH 40 RED. CPLG EA 1.18
10400 99 FPW4CAP 2906040016 PVC SCH40 SW CAP EA 7.42
18300 88 12S80FA 2900580AF 1/2 PVC SCH80 FEMALE ADPT EA 1.3
8410 1 12S80MA 2900580AF 1/2 PVC SCH80 MALE ADPT EA 1.1
18320 88 1214S80612900580RI 1/2X1/4 PVC SCH80 BUSHING MXF EA 2.56
18330 88 1214S80B; 2900580R;1/2X1/4 PVC S80 BUSHING SXFIP EA 0.99
10440 99 12S80CSF 2900580Sf 1/2 PVC SCH80 CPLG FIPXFIP EA 1.32
10420 99 0005642 2900580SF 1/2 PVC SCH80 CPLG HXH EA 1.18
8420 1 12S80TF 2900580TF 1/2 PVC SCH80 TEE FIPTXFIPT EA 2.13
9130 1 0005633 2900580TE 1/2 PVC SCH80 TEE HXH EA 1.85
10570 99 FPW8U05 2900580U11/2 PVC SCH80 UNION HXH EA 2.42
10430 99 12S804 29005804E 1/2 PVC SCH80 45 BEND HXH EA 1.24
10460 99 12S809F 29005809E 1/2 PVC SCH80 90 BEND FIPXFIP EA 1.52
9140 1 12S809 29005809E 1/2 PVC SCH80 90 BEND HXH EA 0.65
18340 88 34S80FA 2900780AF 3/4 PVC SCH80 FEMALE ADPT EA 1.88
8430 1 34S80PM 2900780PP 3/4 PVC SCH80 THRD PLUG MIPT EA 1.3
18350 88 3412S80B 2900780R:3/4X1/2 PVC SCH80 BUSHING SXS EA 0.56
10480 99 FPW8CT0' 2900780SF 3/4 PVC SCH80 CPLG FIPTXFIPT EA 1.64
10470 99 FPW8C07; 2900780Sf 3/4 PVC SCH80 CPLG HXH EA 1.6
10540 99 34S80TF 2900780TF 3/4 PVC SCH80 TEE FIPTXFIPT EA 2.36
10530 99 FPW8T07: 2900780TE 3/4 PVC SCH80 TEE HXH EA 1.94
10620 99 FPW8U07! 2900780U13/4 PVC SCH80 SW UNION EA 3.08
10590 99 FPW845T) 29007804E 3/4 PVC SCH80 45 BEND FIPT EA 2.6
10510 99 FPW84507 29007804E 3/4 PVC SCH80 45 BEND HXH EA 1.88
10520 99 FPW890T) 29007809E 3/4 PVC SCH80 90 BEND FIPT EA 1.88
10410 99 FPW89007 29007809E 3/4 PVC SCH80 90 BEND HXH EA 0.84
18390 88 F801 FA 2901080AF 1 PVC SCH80 FEMALE ADPT EA 2.77
18400 88 FPW8MA1 2901080AF 1 PVC SCH80 MALE ADPT EA 1.9
18410 88 F801 PM 2901080PP 1 PVC SCH80 THRD PLUG MIPT EA 1.73
8470 1 134S80BM2901080Rf 1X3/4 PVC SCH80 BUSHING MXF EA 2.28
18420 88 112S80B 2901080R:1X1/2 PVC SCH80 BUSHING SXS EA 1.2
18430 88 134S80B 29010808:1X3/4 PVC SCH80 BUSHING SPXHUB EA 1.75
10490 99 FPW8C1 2901080S} 1 PVC SCH80 CPLG HXH EA 1.64
10560 99 FPW8T1 2901080Th 1 PVC SCH80 TEE HXH EA 2.41
10630 99 FPW8U1 2901080Uf 1 PVC SCH80 SW UNION EA 3.52
18380 88 FPW8451 29010804E 1 PVC SCH80 45 BEND HXH EA 3.15
10550 99 1S809F 29010809E 1 PVC SCH80 90 BEND FIPTXFIPT EA 2.37
10450 99 F8019 29010809E 1 PVC SCH80 90 BEND HXH EA 1.35
10580 99 FPW8C12! 2901280Sh 1-1/4 PVC SCH80 CPLG HXH EA 2.5
10500 99 FPW8901~ 29012809E 1-1/4 PVC SCH80 90 BEND HXH EA 1.8
10640 99 FPW8MA1 2901580A} 1-1/2 PVC SCH80 MALE ADPT EA 4.43
18510 88 11212S80E2901580R: 1-1/2X1/2 PVC S80 BUSHING SXS EA 2.6
8480 1 11234S80E 29015808;1-1/2X3/4 PVC S80 BUSHING SXS EA 2.65
10600 99 FPW8C15 2901580Sh 1-1/2 PVC SCH80 CPLG HXH EA 2.7
10660 99 FPW8TSX 2901580Th 1-1/2 PVC SCH80 TEE HXH EA 6.63
10690 99 F8015UF 2901580Uf 1-1/2 PVC SCH80 THRD UNION EA 12.36
18490 88 112S804 29015804E 1-1/2 PVC SCH80 45 BEND HXH EA 4.85
18500 88 112S809S 129015809E 1-1/2 PVC SCH80 90 BEND HXFIPT EA 1.61
6560 1 FPW8901G29015809E 1-1/2 PVC SCH80 90 BEND HXH EA 1.61
10680 99 FPW8FA2 2902080A} 2 PVC SCH80 FEMALE ADPT FIPTXH EA 8.4
10650 99 F802MA 2902080AF 2 PVC SCH80 MALE ADPT MIPTXH EA 6.4
8490 1 F8021 B 29020808: 2X1 PVC SCH80 BUSHING SPXHUB EA 2.6
8500 1 FPW8621:2902080R:2X1-1/4 PVC SCH80 BUSHING SPXH EA 2.95
10610 99 FPW8C2 2902080S} 2 PVC SCH80 CPLG HXH EA 2.9
10670 99 FPW8T2 2902080Th 2X2 PVC SCH80 TEE HXHXH EA 8.3
18520 88 F8024 29020804E 2 PVC SCH80 45 BEND HXH EA 3.9
6550 1 FPW8902 29020809E 2 PVC SCH80 90 BEND HXH EA 1.95
18550 88 FPW8B25:2902580R;2-1/2X2 PVC SCH80 BUSHING SPXH EA 5.16
10710 99 FPW8MA3 2903080AF 3 PVC SCH80 MALE ADPT EA 8.08
10720 99 W92660 2903080Fh 3 PVC SCH80 FLANGE SLIP EA 8.18
18570 88 FPW8F3V; 2903080Fh 3 PVC SCH80 VANSTONE FLG SW EA 6.75
10730 99 FPW8C3 2903080Sh 3 PVC SCH80 CPLG HXH EA 8.19
10750 99 F8034 29030804E 3 PVC SCH80 45 BEND HXH EA 14.05
10700 99 F8039 29030809E 3 PVC SCH80 90 BEND HXH EA 6.14
10740 99 F8049 29040809E 4 PVC SCH80 90 BEND HXH EA 9.32
8520 1 6S80MA 2906080A} 6 PVC SCH80 MALE ADPT EA 22.85
10760 99 F808FLS 2908080FF 8 PVC SCH80 FLANGE SW EA 32.95
18600 88 F8106FL 2910080FE 10 PVC SCH80 BLIND FLANGE EA 155
18590 88 F8109 29100809E 10 PVC SCH80 90 BEND HXH EA 118
18310 88 12CLS80N 2900580N(1/2XCL PVC SCH80 THRD NIPPLE EA 0.55
10780 99 123S80N 2900580N(1/2X3 PVC SCH80 THRD NIPPLE EA 0.21
10800 99 125S80N 2900580N(1/2X5 PVC SCH80 THRD NIPPLE EA 0.27
9120 1 126S80N 2900580N(1/2X6 PVC SCH80 THRD NIPPLE EA 0.95
10770 99 34CLS80N 2900780N(3/4XCL PVC SCH80 THRD NIPPLE EA 0.18
10790 99 343S80N 2900780N(3/4X3 PVC SCH80 THRD NIPPLE EA 0.22
10820 99 345S80N 2900780N(3/4X5 PVC SCH80 THRD NIPPLE EA 0.32
10840 99 346S80N 2900780N(3/4X6 PVC SCH80 THRD NIPPLE EA 0.37
10810 99 FPW8N1 2901080N(1XCL PVC SCH80 THRD NIPPLE EA 0.27
10850 99 14S80N 2901080N(1X4 PVC SCH80 THRD NIPPLE EA 0.38
10870 99 16S80N 2901080N(1X6 PVC SCH80 THRD NIPPLE EA 0.52
10890 99 18S80N 2901080N(1X8 PVC SCH80 THRD NIPPLE EA 0.62
10930 99 112S80N 2901080N' 1X12 PVC SCH80 THRD NIPPLE EA 0.83
10830 99 114CLS8012901280N(1-1/4XCL PVC SCH80 THRD NIPPLE EA 0.34
10900 99 1146S80N 2901280N(1-1/4X6 PVC SCH80 THRD NIPPLE EA 0.66
10950 99 0005757 2901280N' 1-1/4X12 PVC SCH80 THRD NIPPLE EA 1.04
10860 99 112CLS8012901580N(1-1/2XCL PVC SCH80 THRD NIPPLE EA 0.43
10880 99 1124S80N 2901580N(1-1/2X4 PVC SCH80 THRD NIPPLE EA 0.61
10920 99 1126S80N 2901580N(1-1/2X6 PVC SCH80 THRD NIPPLE EA 0.79
10970 99 11212S80 P2901580N' 1-1/2X12 PVC SCH80 THRD NIPPLE EA 1.24
10910 99 N024 2902080N(2X4 PVC SCH80 THRD NIPPLE EA 0.76
10940 99 26S80N 2902080N(2X6 PVC SCH80 THRD NIPPLE EA 1
10960 99 28S80N 2902080N(2X8 PVC SCH80 THRD NIPPLE EA 1.22
10980 99 212S80N 2902080N' 2X12 PVC SCH80 THRD NIPPLE EA 1.65
6590 1 U012932 2902021AP 2 CT YELOMINE MXMIP NIPPLE EA 8.24
6580 1 2902021A12 CT YELOMINE JT X PE ADPT EA 3.69
6600 1 U016192 2902021 PP 2 CT YELOMINE MALE PLUG EA 8.52
6340 1 U012931 2902021 Sf 2 CT YELOMINE SPLINE EA 1.48
6500 1 U012930 2902021S12 CT YELOMINE COUPLING EA 8.24
6510 1 2902021 S12 YELOMINE JT X SL CPLG EA 7.95
6650 1 PWT0808(2902021TC 2 PVC CL200 TEE GXG EA 13.5
6640 1 U014842 2902021TC 2 CT YELOMINE MAKE TEE EA 23.01
6360 1 2(24 29020214(2 PVC CL200 45 BEND GXG EA 6.5
6540 1 FP20090L (29020219C 2 PVC CL200 90 BEND GXG EA 6.5
6570 1 U013744 290202190 2 CT YELOMINE 90 BEND EA 18.75
6330 1 2902021012 CERTA LOK O-RING #86060 EA 1.48
6350 1 29020214 2 CERTA LOK 45 BEND MALEXMALE EA 33.24
10990 99 F9062 29060(92(6 PVC (900 22-1/2 BEND GXG EA 37.49
11000 99 6(94 29060(94(6 PVC (900 45 BEND GXG EA 37.49
11010 99 8C9MHC 29080C9S18 PVC (900 MANHOLE COUPLING EA 61.35
18360 88 S001983 2901040Ai 73010 1 MALE ADPT IPSXTS EA 3.3
8460 1 FPWGCC 12901040S' 1 IPS COMP COUPLING 110-10 EA 2.75
20010 1 S001987 2901040Sf 1 TS COMP COUPLING 510-10 EA 5.85
7410 1 S001981 2901040S i 710-10 1 CTS COMP PVC CPLG EA 4.28
9150 1 FPWGCC ~ 2902040S' 2 IPS COMP COUPLING 110-20 EA 6.08
18240 88 64WR 26060R04(6X4 STD WELD REDUCER EA 19.7
7360 1 65WR 26060R05(6X5 STD WELD REDUCER EA 20.35
7370 1 6W9 260609W 6 STD WELD 90 BEND EA 32.65
11190 99 18GC 3101S 1/8 STD GALV CPLG EA 1.5
11040 99 14GCA 3102( 1 /4 STD GALV CAP EA 0.89
11120 99 14GP 3102P 1/4 STD GALV PLUG SQUARE HEAD EA 1.27
11110 99 14GC 3102S 1/4 STD GALV CPLG EA 1.24
11150 99 14GT 3102T02 1/4 STD GALV TEE EA 1.36
11030 99 38GP 3103P 3/8 STD GALV PLUG SQUARE HEAD EA 0.88
11090 99 3814GR 3103R02 3/8X1/4 STD GALV REDUCER EA 1.08
11130 99 38GC 3103S 3/8 STD GALV CPLG EA 1.27
11070 9 38G9 31039 3/8 STD GALV 90 BEND EA 1.04
11160 99 1218G6 3105601 1/2X1/8 STD GALV HEX BUSHING EA 1.41
11170 99 1214GB 3105602 1/2X1/4 STD GALV HEX BUSHING EA 1.41
11180 99 1238G6 3105603 1/2X3/8 STD GALV HEX BUSHING EA 1.41
11020 99 12GCA 3105C 1 /2 STD GALV CAP EA 0.73
8910 1 FG005P 3105P 1/2 STD GALV PLUG SQ HEAD EA 0.7
11060 99 1214GR 3105R02 1/2X1/4 STD GALV BELL REDUCER EA 0.97
11050 99 1238GR 3105R03 1/2X3/8 STD GALV BELL REDUCER EA 0.92
4320 1 FG005C 3105S 1/2 STD GALV CPLG EA 0.98
5140 1 FG005T 3105T05 1/2 STD GALV TEE EA 0.86
11080 9 12G4 31054 1/2 STD GALV 45 BEND EA 1.06
4400 1 P028393 31059 1/2 STD GALV 90 BEND EA 0.66
11350 99 N005057 3107AM1 3/4 GALV MIP X INS ADPT EA 2.5
4240 1 34GCA 3107C 3/4 STD GALV CAP EA 1.02
5080 1 FG0075P 3107P 3/4 STD GALV PLUG SQ HEAD EA 0.92
11100 99 3412GR 3107R05 3/4X1/2 STD GALV BELL REDUCER EA 1.08
4330 1 FG0075C 3107S 3/4 STD GALV CPLG EA 1.12
5150 1 FG0075T 3107T07 3/4 STD GALV TEE EA 1.42
8920 1 34G4 31074 3/4 STD GALV 45 BEND EA 1.5
4410 1 34G9 31079 3/4 STD GALV 90 BEND EA 0.82
4450 1 FGL90S07 31079E 3/4 STD GALV STREET 90 BEND EA 1.46
11210 99 0006639 3110605 1X112 STD GALV HEX BUSHING EA 1.65
5370 1 FGBT01XC 3110807 1X3/4 STD GALV HEX BUSHING EA 1.53
11140 99 FG01 CA 3110C 1 STD GALV CAP EA 1.27
5090 1 FGLP1 3110P 1 STD GALV PLUG SQ HEAD EA 0.92
11240 99 FGLR105 3110R05 1X1/2 STD GALV BELL REDUCER EA 1.8
4340 1 134GR 3110R07 1X3/4 STD GALV BELL REDUCER EA 1.67
11250 99 FG01 C 3110S 1 STD GALV CPLG EA 1.84
11400 99 FG01T 3110T10 1 STD GALV TEE EA 2.84
11230 9 0006561 31104 1 STD GALV 45 BEND EA 1.71
4420 1 FGL901 31109 1 STD GALV 90 BEND EA 1.5
4460 1 FGL90S1 31109E 1 STD GALV STREET 90 BEND EA 1.95
8930 1 134G9 3110907 1X3/4 STD GALV 90 BEND EA 1.89
11330 99 11412GB 3112805 1-1/4X1/2 STD GALV HEX BUSHING EA 2.35
11270 99 11434GB 3112807 1-1/4X3/4 STD GALV HEX BUSHING EA 2.07
11280 99 1141GB 3112610 1-1/4X1 STD GALV HEX BUSHING EA 2.07
11220 99 114GCA 3112C 1-1/4 STD GALV CAP EA 1.66
11200 99 0006667 3112P 1-1/4 STD GALV PLUG SQ HEAD EA 1.53
11310 99 11434GR 3112R07 1-1/4X3/4 STD GALV BELL REDUC EA 2.33
11300 99 1141GR 3112R10 1-1/4X1 STD GALV BELL REDUCER EA 2.29
11370 99 0006598 3112S 1-1/4 STD GALV CPLG EA 2.59
7960 1 420012CP 13112SBA 1-1/4 STD GALV BANDED CPLG EA 2.56
7970 1 11434GT 3112T07 1-1 /4X3/4 STD GALV TEE EA 4.51
11500 99 FGLT125 3112T12 1-1/4 STD GALV TEE EA 3.65
11480 9 114G4 31124 1-1f4 STD GALV 45 BEND EA 3.19
11320 9 114G9 31129 1-1/4 STD GALV 90 BEND EA 2.33
11380 99 11212GB 3115605 1-1/2X1/2 STD GALV HEX BUSHING EA 2.68
11390 99 11234GB 3115607 1-1/2X3/4 STD GALV HEX BUSHING EA 2.68
11340 99 FG0151B 3115610 1-1/2X1 STD GALV HEX BUSHING EA 2.41
11360 99 112114GB 3115612 1-1/2X1-1/4 STD GALV BUSHING EA 2.5
11290 99 112GCA 3115C 1-1 /2 STD GALV CAP EA 2.14
11260 99 FG015P 3115P 1-1/2 GALV PLUG SQ HEAD EA 2.06
11490 99 11212GR 3115R05 1-1/2X1/2 STD GALV BELL RED. EA 3.53
11440 99 11234GR 3115R07 1-1/2X3/4 STD GALV BELL RED. EA 3
11410 99 0006616 3115R12 1-1/2X1-1/4 GALV BELL REDUCER EA 2.84
11430 99 FG015C 3115S 1-1 /2 STD GALV CPLG EA 2.95
11560 99 FG015T 3115T15 1-1/2 STD GALV TEE EA 4.53
11510 9 0006563 31154 1-1/2 STD GALV 45 BEND EA 3.74
7450 1 FG0159 31159 1-1/2 STD GALV 90 BEND EA 3.09
11450 99 234GB 3120607 2X3/4 STD GALV HEX BUSHING EA 3.11
11460 99 FG021B 3120610 2X1 STD GALV HEX BUSHING EA 3.11
11470 99 2114GB 3120612 2X1-1/4 STD GALV HEX BUSHING EA 3.11
11420 99 FGL62515 3120615 2X1-1/2 STD GALV HEX BUSHING EA 2.91
4250 1 FGET02 3120C 2 STD GALV CAP EA 2.99
8230 1 FG02P 3120P 2 STD GALV PLUG SQ HEAD EA 2.56
11570 99 234GR 3120R07 2X3/4 STD GALV BELL REDUCER EA 4.9
11520 99 P010917 3120R10 2X1 STD GALV BELL REDUCER EA 4.1
11550 99 2114GR 3120R12 2X1-1/4 STD GALV BELL REDUCER EA 4.33
11530 99 0006619 3120R15 2X1-1/2 STD GALV BELL REDUCER EA 4.1
11540 99 FGLC2 3120S 2 STD GALV CPLG EA 4.31
11600 99 FGLTR20~ 3120T05 2X1/2 STD GALV TEE EA 8.65
5130 1 FG02T 3120T20 2 STD GALV TEE EA 7.41
11580 9 P010931 31204 2 STD GALV 45 BEND EA 5.55
4430 1 FGL902 31209 2 STD GALV 90 BEND FIPXFIP EA 5.11
11590 99 FGL90S2 31209E 2 GALV STREET 90 BEND MIPXFIP EA 6.95
7460 1 2114G9 3120912 2X1-1/4 STD GALV 90 BEND EA 6.86
11630 99 0006621 3125R20 2-1/2X2 STD GALV BELL REDUCER EA 11.43
11640 99 FG025C 3125S 2-1/2 STD GALV CPLG EA 13.21
11650 9 0006554 31259 2-1/2 STD GALV 90 BEND EA 13.38
11620 99 3114GB 3130612 3X1-1/4 STD GALV HEX BUSHING EA 7.32
11610 99 FGBT03XC 3130620 3X2 STD GALV HEX BUSHING EA 5.83
7470 1 FG03P 3130P 3 STD GALV PLUG SQ HEAD EA 6.94
11660 99 FGLR32 3130R20 3X2 STD GALV BELL REDUCER EA 14.36
7480 1 FG03C 3130S 3 STD GALV CPLG EA 19.36
4440 1 P010945 31309 3 STD GALV 90 BEND EA 22.05
11670 99 GAP16 3140P 4 STD GALV PLUG SQ HEAD EA 16.9
11680 99 FGLR43 3140R30 4X3 STD GALV BELL REDUCER EA 32.88
11690 99 FG04C 3140S 4 STD GALV CPLG EA 37.49
4390 1 P010939 31409 4 STD GALV 90 BEND EA 38.88
11710 99 GAN01CL 3102NCL 1/4XCL STD GALV NIPPLE EA 0.3
11800 99 GAN0104 3102N040 1/4X4 STD GALV NIPPLE EA 0.55
11730 99 38CLGN 3103NCL 3/8XCL STD GALV NIPPLE EA 0.33
11750 99 382GN 3103N020 3/8X2 STD GALV NIPPLE EA 0.38
11790 99 383GN 3103N030 3/8X3 STD GALV NIPPLE EA 0.51
11820 99 384GN 3103N040 3/8X4 STD GALV NIPPLE EA 0.6
11870 99 38412GN 3103N045 3/8X4-1/2 STD GALV NIPPLE EA 0.83
11990 99 388GN 3103N080 3/8X8 STD GALV NIPPLE EA 1.48
11700 99 12CLGN 3105NCL 1/2XCL STD GALV NIPPLE EA 0.27
11720 99 122GN 3105N020 1/2X2 STD GALV NIPPLE EA 0.3
4970 1 123GN 3105N030 1/2X3 STD GALV NIPPLE EA 0.35
4980 1 126GN 3105N060 1/2X6 STD GALV NIPPLE EA 0.58
7420 1 1210GN 3105N100 1/2X10 STD GALV NIPPLE EA 1.3
7430 1 1212GN 3105N120 1/2X12 STD GALV NIPPLE EA 1.38
11740 99 NG007501 3107NCL 3/4XCL STD GALV NIPPLE EA 0.34
18680 88 34112GN 3107N015 3/4X1-1/2 STD GALV NIPPLE EA 0.39
4940 1 FGLN0750 3107N020 3/4X2 STD GALV NIPPLE EA 0.36
11760 99 NGT003XC 3107N025 3/4X2-1/2 STD GALV NIPPLE EA 0.41
11770 99 NG007503 3107N030 3/4X3 STD GALV NIPPLE EA 0.41
18690 88 NGT003XC 3107N035 3/4X3-1/2 STD GALV NIPPLE EA 0.54
4950 1 344GN 3107N040 3/4X4 STD GALV NIPPLE EA 0.5
7440 1 FGLN0750 3107N050 3/4X5 STD GALV NIPPLE EA 0.55
18700 88 34512GN 3107N055 3/4X5-1/2 STD GALV NIPPLE EA 0.8
4960 1 346GN 3107N060 3/4X6 STD GALV NIPPLE EA 0.75
11950 99 348GN 3107N080 3/4X8 STD GALV NIPPLE EA 1.31
11980 99 3410GN 3107N100 3/4X10 STD GALV NIPPLE EA .1.45
12010 99 3412GN 3107N120 3/4X12 STD GALV NIPPLE EA 1.62
11780 99 NG0101 3110NCL 1XCL STD GALV NIPPLE EA 0.46
4990 1 NG0102 3110N020 1X2 STD GALV NIPPLE EA 0.55
11810 99 NG0103 3110N030 1X3 STD GALV NIPPLE EA 0.59
11840 99 NG0104 3110N040 1X4 STD GALV NIPPLE EA 0.71
11880 99 0006704 3110N050 1X5 STD GALV NIPPLE EA 0.87
5010 1 NG0106 3110N060 1X6 STD GALV NIPPLE EA 0.99
12020 99 NG0108 3110N080 1X8 STD GALV NIPPLE EA 1.65
12040 99 0006708 3110N100 1X10 STD GALV NIPPLE EA 1.89
12060 99 NG0112 3110N120 1X12 STD GALV NIPPLE EA 2.2
11830 99 P010889 3112NCL 1-1/4XCL STD GALV NIPPLE EA 0.62
18710 88 114212GN 3112N025 1-1/4X2-1/2 STD GALV NIPPLE EA 1.25
11860 99 1143GN 3112N030 1-1/4X3 STD GALV NIPPLE EA 0.74
11890 99 1144GN 3112N040 1-1/4X4 STD GALV NIPPLE EA 0.87
11920 99 1145GN 3112N050 1-1/4X5 STD GALV NIPPLE EA 1.08
7950 1 114512GN 3112N055 1-1/4X5-1/2 STD GALV NIPPLE EA 1.26
5020 1 1146GN 3112N060 1-1/4X6 STD GALV NIPPLE EA 1.25
12050 99 1148GN 3112N080 1-1/4X8 STD GALV NIPPLE EA 2.03
12080 99 11410GN 3112N100 1-1/4X10 STD GALV NIPPLE EA 2.42
12100 99 11412GN 3112N120 1-1/4X12 STD GALV NIPPLE EA 2.81
11850 99 NG01501 3115NCL 1-1/2XCL STD GALV NIPPLE EA 0.73
11900 99 NG01503 3115N030 1-1/2X3 STD GALV NIPPLE EA 0.87
11930 99 1124GN 3115N040 1-1/2X4 STD GALV NIPPLE EA 1.1
11960 99 1125GN 3115N050 1-1/2X5 STD GALV NIPPLE EA 1.33
12000 99 NG01506 3115N060 1-1/2X6 STD GALV NIPPLE EA 1.5
12070 99 NG01508 3115N080 1-1/2X8 STD GALV NIPPLE EA 2.33
12090 99 11210GN 3115N100 1-1/2X10 STD GALV NIPPLE EA 2.71
12110 99 NG01512 3115N120 1-1/2X12 STD GALV NIPPLE EA 3.1
11910 99 NG02CL 3120NCL 2XCL STD GALV NIPPLE EA 1.02
11940 99 NG0203 3120N030 2X3 STD GALV NIPPLE EA 1.15
11970 99 NG0204 3120N040 2X4 STD GALV NIPPLE EA 1.4
12030 99 0006732 3120N050 2X5 STD GALV NIPPLE EA 1.79
5000 1 NG0206 3120N060 2X6 STD GALV NIPPLE EA 2.08
12120 99 NG0208 3120N080 2X8 STD GALV NIPPLE EA 3.39
12130 99 P030267 3120N100 2X10 STD GALV NIPPLE EA 3.97
12140 99 FGLN212 3120N120 2X12 STD GALV NIPPLE EA 4.55
12150 99 FGLN25 3125NCL 2-1/2XCL STD GALV NIPPLE EA 3.06
12170 99 2125GN 3125N050 2-1/2X5 STD GALV NIPPLE EA 4.11
12190 99 2126GN 3125N060 2-1/2X6 STD GALV NIPPLE EA 4.51
12210 99 21212GN 3125N120 2-1/2X12 STD GALV NIPPLE EA 7.4
12160 99 NG0301 3130NCL 3XCL STD GALV NIPPLE EA 3.67
12180 99 33GN 3130N030 3X3 STD GALV NIPPLE EA 4.17
8240 1 NG0306 3130N060 3X6 STD GALV NIPPLE EA 6.03
12220 99 NG0308 3130N080 3X8 STD GALV NIPPLE EA 8.12
12230 99 0006749 3130N100 3X10 STD GALV NIPPLE EA 9.26
12250 99 NG0312 3130N120 3X12 STD GALV NIPPLE EA 10.42
12200 99 NG0401 3140NCL 4XCL STD GALV NIPPLE EA 5.5
12240 99 NG0408 3140N080 4X8 STD GALV NIPPLE EA 9.73
4930 1 P039097 3202A 1/4 MPT X 1/4 FLARE ADAPTER EA 4
5170 1 F6007556 3007605 3/4X1/2 BRASS HEX BUSHING EA 0.58
4200 1 BCP-007 3007C 3/4 BRASS CAP EA 0.71
5050 1 FB0075P 3007P 3/4 BRASS SQ HEAD CORED PLUG EA 0.64
4260 1 P011127 3007S 3/4 BRASS COUPLING EA 0.88
5310 1 P011082 3007T07 3/4 BRASS TEE EA 4.22
4150 1 3464 30074 3/4 BRASS 45 BEND EA 1.05
5270 1 BR69003 30079 3/4 BRASS 90 BEND EA 1.08
5160 1 FB0175B 3010607 1X314 BRASS HEX BUSHING EA 0.88
5030 1 BPL-010 3010P 1 BRASS SQ HEAD CORED PLUG EA 0.84
4310 1 1346R 3010R07 1X3/4 BRASS BELL REDUCER EA 1.76
4270 1 P011128 3010S 1 BRASS COUPLING EA 1.34
5330 1 134BT 3010T07 1X3/4 BRASS TEE EA 3.3
5320 1 P011071 3010T10 1 BRASS TEE EA 2.75
4160 1 0006937 30104 1 BRASS 45 BEND EA 1.8
5280 1 0006846 30109 1 BRASS 90 BEND EA 1.67
5190 1 1143466 3012607 1-1/4X3/4 BRASS HEX BUSHING EA 1.49
5180 1 0006874 3012810 1-1/4X1 BRASS HEX BUSHING EA 1.49
4210 1 1146CA 3012C 1-1/4 BRASS CAP EA 1.62
5060 1 1146P 3012P 1-1/4 BRASS SQ HEAD CORED PLUG EA 1.24
4300 1 P011130 3012S 1-1/4 BRASS COUPLING EA 2.02
4170 1 11464 30124 1-1/4 BRASS 45 SEND EA 2.86
5220 1 0006875 3015607 1-1/2X3/4 BRASS HEX BUSHING EA 2.34
5200 1 P011106 3015610 1-1/2X1 BRASS HEX BUSHING EA 1.92
5210 1 0006877 3015612 1-1/2X1-1/4 BRASS HEX BUSHING EA 1.92
4220 1 112BCA 3015C 1-1/2 BRASS CAP EA 2.25
5070 1 P011124 3015P 1-1/2 BRASS SQ HEAD CORED PLUG EA 1.59
4290 1 FBRC15 3015S 1-1/2 BRASS COUPLING EA 2.83
4180 1 0006938 30154 1-1/2 BRASS 45 BEND EA 3.61
4360 1 P011092 30159 1-1/2 BRASS 90 BEND EA 3.33
4380 1 P011097 30159E 1-1/2 BRASS ST 90 BEND EA 4.66
5260 1 0006878 3020607 2X3/4 BRASS HEX BUSHING EA 3.41
5230 1 BRB-020-0 3020810 2X1 BRASS HEX BUSHING EA 3.41
5240 1 FBRB21253020B12 2X1-1 /4 BRASS HEX BUSHING EA 2.83
5250 1 6R6-020-03020615 2X1-1/2 BRASS HEX BUSHING EA 2.83
4230 1 P031835 3020C 2 BRASS CAP EA 3.65
5040 1 FB02P 3020P 2 BRASS SO HEAD CORED PLUG EA 2.51
4280 1 P011133 3020S 2 BRASS COUPLING EA 4.66
5120 1 BRT0804 3020T10 2X1 BRASS TEE EA 9.25
18670 88 BRT0806 3020T15 2X1-1/2 BRASS TEE EA 9.1
5110 1 BRT0808 3020T20 2 BRASS TEE EA 7.49
9160 1 U026188 3020X20 2 BRASS CROSS EA 14.4
4190 1 P011067 30204 2 BRASS 45 BEND EA 5.83
4350 1 FBR902 30209 2 BRASS 90 BEND EA 5.41
4370 1 P011098 30209E 2 BRASS ST 90 BEND EA 7.9
5100 1 32BT 3030T20 3X2 BRASS TEE EA 27.65
4870 1 BNP-007 3007NCL 3/4XCL BRASS NIPPLE EA 0.68
4890 1 34112BN 3007N015 3/4X1-1/2 BRASS NIPPLE EA 0.74
20020 1 34212BN 3007N025 3/4X2-1/2 BRASS NIPPLE EA 1.15
4480 1 FBRN07503007N030 3/4X3 BRASS NIPPLE EA 1.16
4500 1 343126N 3007N035 3/4X3-1/2 BRASS NIPPLE EA 1.3
4900 1 344BN 3007N040 3/4X4 BRASS NIPPLE EA 1.51
4510 1 34412BN 3007N045 3/4X4-1/2 BRASS NIPPLE EA 1.65
4520 1 3456N 3007N050 3/4X5 BRASS NIPPLE EA 1.82
4530 1 345126N 3007N055 3/4X5-1/2 BRASS NIPPLE EA 1.99
4860 1 3466N 3007N060 3/4X6 BRASS NIPPLE EA 2.21
4880 1 NB01CL 3010NCL 1XCL BRASS NIPPLE EA 1.02
4490 1 NB013 3010N030 1X3 BRASS NIPPLE EA 1.69
4550 1 S-BEERS 3010N035 1X3-1/2 BRASS NIPPLE EA 1.95
4560 1 P011016 3010N040 1X4 BRASS NIPPLE EA 2.19
4570 1 1412BN 3010N045 1X4-1/2 BRASS NIPPLE EA 2.45
4580 1 15BN 3010N050 1X5 BRASS NIPPLE EA 2.7
4590 1 1512BN 3010N055 1X5-1/2 BRASS NIPPLE EA 2.97
4910 1 NB016 3010N060 1X6 BRASS NIPPLE EA 3.23
4600 1 0006909 3012NCL 1-1/4XCL BRASS NIPPLE EA 1.54
4610 1 114212BN 3012N025 1-1/4X2-1/2 BRASS NIPPLE EA 1.98
4620 1 P032782 3012N030 1-1/4X3 BRASS NIPPLE EA 2.35
4630 1 1143126N 3012N035 1-1/4X3-1/2 BRASS NIPPLE EA 2.9
4640 1 U012736 3012N040 1-1/4X4 BRASS NIPPLE EA 3.09
4650 1 1144126N 3012N045 1-1/4X4-1/2 BRASS NIPPLE EA 3.43
4660 1 1145BN 3012N050 1-1/4X5 BRASS NIPPLE EA 3.78
4670 1 1145126N 3012N055 1-1/4X5-1/2 BRASS NIPPLE EA 4.13
4680 1 U013845 3012N060 1-1/4X6 BRASS NIPPLE EA 4.51
4690 1 P011025 3015NCL 1-1/2XCL BRASS NIPPLE EA 2
4540 1 0006987 3015N025 1-1/2X2-1/2 BRASS NIPPLE EA 2.57
4700 1 P011027 3015N030 1-1/2X3 BRASS NIPPLE EA 2.96
4710 1 112312BN 3015N035 1-1/2X3-1/2 BRASS NIPPLE EA 3.4
4720 1 FBRN15043015N040 1-1/2X4 BRASS NIPPLE EA 3.85
4730 1 112412BN 3015N045 1-1/2X4-1/2 BRASS NIPPLE EA 4.33
4740 1 1125126N 3015N055 1-1/2X5-1/2 BRASS NIPPLE EA 5.25
4470 1 NB0156 3015N060 1-1/2X6 BRASS NIPPLE EA 5.69
4750 1 FBRN2 3020NCL 2XCL BRASS NIPPLE EA 3.04
4920 1 0006918 3020N025 2X2-1/2 BRASS NIPPLE EA 3.29
4760 1 NB023 3020N030 2X3 BRASS NIPPLE EA 3.79
4770 1 2312BN 3020N035 2X3-1/2 BRASS NIPPLE EA 4.36
4780 1 N6024 3020N040 2X4 BRASS NIPPLE EA 4.96
4790 1 2412BN 3020N045 2X4-1/2 BRASS NIPPLE EA 5.53
4800 1 0006961 3020N050 2X5 BRASS NIPPLE EA 6.13
4810 1 2512BN 3020N055 2X5-1/2 BRASS NIPPLE EA 6.73
4820 1 N6026 3020N060 2X6 BRASS NIPPLE EA 7.32
4830 1 P011050 3030N040 3X4 BRASS NIPPLE EA 14.46
4840 1 3030N090 3X9 BRASS NIPPLE EA 30.08
4850 1 3126N 3030N120 3X12 BRASS NIPPLE EA 39.97
12260 99 2SSC 3120SSS3~ 2 304SS COUPLING EA
12270 99 0012593 31209S30~ 2 304SS 90 BEND EA
12280 99 23SN304 3120N030:2X3 304SS NIPPLE EA
18720 88 0018238 3120N040:2X4 304SS NIPPLE EA
12290 99 SSN0812 3120N120:2X12 304SS NIPPLE EA
7080 1 0918DIPS' 18 SS INSERT FOR SDR11 DIPS EA
6520 1 CP575004 - 0904S575(4 IPS CPLG 575-0044 ELEC/FUSE EA
19790 88 80LABOR LABOR EA
18090 88 BG03FFRF 24AFBNGf 3X1/8 FLG ACC RR FF
18100 88 BG08FFRF 24AFBNGf 8X1/8 FLG ACC RR FF
18110 88 BG10FFRF 24AFBNGF 10X1/8 FLG ACC RR FF
EA
EA
EA
4.86
6.53
7
8
21.86
46.4
30.59
100.38
3.01
8.96
18.64
12340 99 W93113 24AFEB06 5/8X4 90 DEG EYEBOLT EA 0.93
9090 1 N004266 24AFE607 3/4X4-1/2 90 OFFSET EYEBOLT EA 0.78
18190 88 58HNP 24AFHN06 5/8 PLAIN HEX NUT EA 0.1
12300 99 FNUT06 24AFHN073/4 PLAIN HEX NUT EA 0.11
12310 99 HHNUT06 24AFHN073/4 HEAVY HEX PLAIN NUT EA 0.13
12320 99 5812ATR 24AFTR06 5/8X12' ALL THRD ROD FT 0.54
18220 88 0004771 24AFTR07 3/4 BLK ALL THREAD ROD FT 0.68
5380 1 P013577 24AFTR07 3/4X10' BLACK ALL THRD ROD FT 0.68
12330 99 P013578 24AFTR07 3/4X12' ALL THRD ROD FT 0.67
6390 1 BOLTZP6;:24AFBZ06 5/8X3 ZINC PLTD HEX HEAD BOLT EA 0.2
6410 1 FBOLT062 24AFBZ07 3/4X3 ZINC PLTD HEX HEAD BOLT EA 0.3
6400 1 AFBZ0735 24AFBZ07 3/4X3-1/2 ZINC PLTD HEX BOLT EA 0.35
12360 99 344HBZ 24AFBZ07~ 314X4 HEX HEAD BOLT ZINC EA 0.61
5400 1 0021465 24AFFWOi 3/4 HOT DIPPED FLAT WASHER EA 0.11
12350 99 JFWG06 24AFFWOi3/4 ZINC PLATED FLAT WASHER EA 0.13
6890 1 FNUT05Z 24AFHN06 5/8 ZINC PLATED HEX NUT EA 0.1
5410 1 34HNGH 24AFHN073/4 HD GALV HEX NUT EA 0.1
6900 1 HHNUT06; 24AFHN07 3/4 ZINC PLATED HEAVY HEX NUT EA 0.13
5430 1 34RCG 24AFTRS0 3/4 HOT DIPPED GALV ROD CPLG EA 0.76
12370 99 RODC06Z 24AFTRS0 3/4 ROD COUPLING ZINC PLATED EA 0.89
5390 1 0018942 24AFTR07 3/4 HOT DIP GALV ALL THRD ROD FT 1.88
18120 88 583H6316 24AFBS06 5/8X3 HEX HEAD BOLT 316SS EA 1.41
12410 99 24AFE607 3/4X4-1/2 316SS 90 OFFSET EYE EA 7.2
18200 88 0004452 24AFHN06 5/8 HEX NUT 316SS EA 0.3
12380 99 JFNS3160i 24AFHN07 3/4 HEX NUT 316SS EA 0.44
12400 99 XSSATR3~ 24AFTRS0 3/4 316SS ALL THREAD ROD CPLG EA 7.01
12390 99 24AFTRS0 24AFTR07 3/4 316SS ALL THREAD ROD FT 3.77
2820 1 FGKT03RF 24AFGFRC 3X1/8 FLG FF RR GASKET EA 0.75
18130 88 FGKT04RF 24AFGFR(4X1/8 FLG FF RR GASKET EA 1.07
18140 88 GF12 24AFGFR112X1/8 FLG FF RR GASKET EA 5.25
18150 88 FGKT14RF 24AFGFR114X1/8 FLG FF RR GASKET EA 4.35
18160 88 16FFRR1824AFGFR116X1/8 FLG FF RR GASKET EA 6.99
18170 88 FGKT20RF 24AFGFR~ 20X1/8 FLG FF RR GASKET EA 7.6
19970 1 FGKT03RF 24AFGRR(3X1/8 FLG RING RR GASKET EA 1.1
18180 88 FGKT12RF 24AFGRR' 12X1/8 FLG RING RR GASKET EA 3.5
18210 88 95BFIK08 24AFIK08L 8 FLG INSULATING KIT L/GSKT EA 32.99
6420 1 FCIMATH.'21AMB1073/4X3-1/2 COR-TEN T-HEAD B&N EA 0.6
6430 1 FCIMATH.'21AM61073/4X4 COR-TEN T-HEAD B&N EA 0.61
6440 1 FCIMATH.'21AMB1073/4X4-1/2 COR-TEN T-HEAD B & N EA 0.64
12510 99 STELLAR[ 21AMCL01 10 FIG 380 STELLAR CLAMP F/CI EA 17.06
1520 1 12SC 21AMCL01 12 FIG 380 STELLAR CLAMP F/CI EA 67.06
12480 99 6SCD 21AMCLOE 6 FIG 380 STELLAR CLAMP F/CI EA 13.32
12500 99 8SCD 21AMCLOE 8 FIG 380 STELLAR CLAMP F/CI EA 14.93
12420 99 DL 21AMDL DUC LUG EA 1.05
8110 1 4MG 21AMF1044 MJ DI FOLLOWER GLAND EA 2.75
7100 1 DGL-060-A 21AMF106 6 MJ DI FOLLOWER GLAND EA 3.88
2870 1 FCIMAGOE 21AMF108 8 MJ DI FOLLOWER GLAND EA 5.36
8770 1 FCIMAG1C21AMF11010 MJ DI FOLLOWER GLAND EA 7.35
17630 88 DGL-120-~ 21AMF112 12 MJ DI FOLLOWER GLAND EA 8.95
17640 88 GRAPIP0421AMF7044 ROMAC GRIPRING CRAP-IP ACC EA 27.9
9070 1 4STAR 21AMF7044 STARGRIP MJ ACC PACK 3004P EA 16.07
17670 88 P036096 21AMF706 6 ROMAC GRIPRING GRAP-IP ACC EA 33.9
8360 1 6STAR 21AMF706 6 STARGRIP MJ ACC PACK 3006P EA 19.48
20080 1 GRAPIP08 21AMF708 8 ROMAC GRIPRING GRAP-IP ACC EA 65.25
8370 1 8STAR 21AMF708 8 STARGRIP MJ ACC PACK 3008P EA 27.14
17710 88 W113472 21AMF710 10 ROMAC GRIPRING GRAP-IP ACC EA 82.5
17700 88 10STAR 21AMF71010 STARGRIP MJ ACC PACK 3010P EA 39.19
17750 88 GRAPIP12 21AMF712 12 ROMAC GRIPRING GRAP-IP ACC EA 135
17730 88 12STAR 21AMF712 12 STARGRIP MJ ACC PACK 3012P EA 60
17850 88 DGK030M 21AMG10~ 3 MJ REGULAR GASKET F/DI EA 1
8130 1 DGK-040-~21AMG10~4 MJ REGULAR GASKET F/DI EA 0.95
17860 88 DGK060M 21AMG10E 6 MJ REGULAR GASKET F/DI EA 1.25
7850 1 DGK120M 21AMG11~ 12 MJ REGULAR GASKET F/DI EA 3.38
12430 99 DTG-030-~ 21AMG50~ 3 MJ X IPS PVC TRANS GASKET EA 1.19
1540 1 DTG-040-1121AMG50~4 MJ X IPS PVC TRANS GASKET EA 1.34
1550 1 DTG-060-1121AMG50E 6 MJ X IPS PVC TRANS GASKET EA 1.89
1560 1 DTG-080-~ 21AMG50~ 8 MJ X IPS PVC TRANS GASKET EA 2.45
1570 1 P015015 21AMG51C 10 MJ X IPS PVC TRANS GASKET EA 2.95
1580 1 P015019 21AMG51~ 12 MJ X IPS PVC TRANS GASKET EA 3.24
17870 88 A6LG 21AMMJA(6 MJ ACC SET L/GLAND EA 6.35
17880 88 A10LG 21AMMJA' 10 MJ ACC SET L/GLAND EA 8.98
17890 88 A12LG 21AMMJA' 12 MJ ACC SET L/GLAND EA 9.82
12440 99 FCIMA03 21AMMJR13 MJ REGULAR ACC SET EA 6.99
12450 99 FCIMA04 21AMMJRI4 MJ REGULAR ACC SET EA 6.99
12460 99 FCIMA06 21AMMJR16 MJ REGULAR ACC SET EA 8.63
12470 99 FCIMA08 21AMMJRI 8 MJ REGULAR ACC SET EA 10.28
12490 99 FCIMA10 21AMMJR' 10 MJ REGULAR ACC SET EA 13.57
90 10 FCIMA12 21AMMJR' 12 MJ REGULAR ACC SET EA 14.8
17900 88 P036324 21AMMJT(6 MJ TRANSITION ACC SET EA 15.7
17910 88 S012306 21AMMJV(6 MJ VLV ACC SET-2 NR BOLTS EA 12.87
5420 1 U025288 21AM007T 3/4X4 TIE/EYE BOLT GALVANIZE EA 1.69
7840 1 24THBN 21AMB1073/4X5 COR-TEN T-HEAD B&N EA 0.75
8100 1 16THBN 21AMB1101X6 COR-TEN T-HEAD B&N EA 2.15
8340 1 21AMFSG124-36 STARGRIP BOLT NUT WEDGE EA 3.62
8350 1 21AMFSG142-48 STARGRIP BOLT NUT WEDGE EA 8.4
8780 1 14MG 21AMF11414 MJ DI FOLLOWER GLAND EA 19.6
8790 1 0004141 21AMF11818 MJ DI FOLLOWER GLAND EA 51.6
8800 1 20MG 21AMF12020 MJ DI FOLLOWER GLAND EA 53.2
8810 1 24MG 21AMF12424 MJ DI FOLLOWER GLAND EA 79.95
8820 1 FCIMAG3C21AMF13030 MJ DI FOLLOWER GLAND EA 104.83
8830 1 GLDMJ36 21AMF136 36 MJ DI FOLLOWER GLAND EA 148.95
7150 1 16MRG 21AMG11E 16 MJ REGULAR GASKET F/DI EA 5.11
7160 1 DGK-180-~21AMG11~ 18 MJ REGULAR GASKET F/DI EA 6.33
7860 1 FCIMARR~ 21AMG12~ 24 MJ REGULAR GASKET F/DI EA 6.95
8860 1 30MRG 21AMG13C 30 MJ REGULAR GASKET F/DI EA 16.45
8140 1 36MRG 21AMG13E 36 MJ REGULAR GASKET F/DI EA 16.45
12530 99 P039486 21AMG51E 16 MJ TRANSITION GASKET EA 31.11
12520 99 P013398 21AMMJR' 14 MJ REGULAR ACC SET EA 29.6
12540 99 P013399 21AMMJR' 16 MJ REGULAR ACC SET EA 33.71
12550 99 P013400 21AMMJR' 18 MJ REGULAR ACC SET EA 64.96
12560 99 P013401 21AMMJR:20 MJ REGULAR ACC SET EA 68.66
12570 99 P013402 21AMMJR:24 MJ REGULAR ACC SET EA 74.41
7090 1 6FASTGR119ATGFG(6 FAST-GRIP GASKET F/AMER.DIP EA 72.75
17540 88 8FASTGR119ATGFG(8 FAST-GRIP GASKET F/AMER.DIP EA 83
12580 99 JGT06 19ATGROE 6 TYTON JT RUBBER GASKET EA 6.7
12590 99 PDRR06SE 19ATGS06 6 SUPER BELL GASKET EA 6.7
12600 99 PDRR08Sf 19ATGS08 8 SUPER BELL GASKET EA 9.72
2890 1 DGR-060 21AMF306 6 MJ RETAINER GLAND/SET SCREW EA 10.68
2860 1 DGR-080 21AMF308 8 MJ RETAINER GLAND/SET SCREW EA 17.63
12610 99 FCIMARG' 21AMF31010 MJ RETAINER GLAND/SET SCREW EA 30.1
2880 1 FCIMARG' 21AMF31212 MJ RETAINER GLAND/SET SCREW EA 37.54
17660 88 GRAPD10621AMF7066 ROMAC GRIPRING GRAP-DI ACC EA 28.4
17690 88 GRAPD10821AMF7088 ROMACGRIPRING GRAP-DI ACC EA 40.5
17740 88 0004959 21AMF71212 ROMAC GRIPRING GRAP-DI ACC EA 106
3080 1 PDRR04T,19ATGL04 4 FIELD LOCK GASKET EA 28.94
3090 1 FIELD-LO(19ATGL06 6 FIELD LOCK GASKET EA 41.32
3100 1 PDRR08T,19ATGL08 8 FIELD LOCK GASKET EA 55.12
3110 1 PDRR10T~ 19ATGL1010 FIELD LOCK GASKET EA 79.89
3120 1 PDRR12T~ 19ATGL12 12 FIELD LOCK GASKET EA 91.31
3130 1 FLGSKT1E 19ATGL1616 FIELD LOCK GASKET EA 216.11
3140 1 20FLG 19ATGL20 20 FIELD LOCK GASKET EA 302.64
3150 1 GASFL24 19ATGL24 24 FIELD LOCK GASKET EA 422.06
1530 1 16SC 21AMCL01 16 FIG 380 STELLAR CLAMP F/CI EA 78.54
17650 88 W96963 21AMF7044 MEGALUG ACC KIT L/GLAND EA 4.59
17680 88 W96962 21AMF706 6 MEGALUG ACC KIT L/GLAND EA 6.05
17720 88 W96960 21AMF710 10 MEGALUG ACC KIT L/GLAND EA 8.5
17760 88 W96959 21AMF712 12 MEGALUG ACC KIT L/GLAND EA 9.21
17770 88 21AMF72020 STARGRIP MJ ACC PACK 3020P EA 171
17790 88 1104C 21AMF8044 STAR PRC1104 BELL RESTR C900 EA 22.6
17800 88 1106C 21AMF806 6 STAR PRC1106 BELL RESTR C900 EA 32.1
17810 88 1108C 21AMF808 8 STAR PRC1108 BELL RESTR C900 EA 51.98
20100 1 1112C 21AMF812 12 STAR PRC1112 BELL RSTR C900 EA 95
12620 99 24AFSN07 3/4 GALV SQUARE NUT EA 0.24
5930 1 UFF04400~ 2404F400C UFA400-C 4 UNI-FLG 4.80 DIP EA 22.49
12630 99 P013851 2404F900C UFA900-C 4 ADPT FLG 4.80 C900 EA 26.64
12640 99 P013854 2406F200C UFA200-C 6 UNI-FLG 6.90 DIP EA 30.85
5940 1 UFA400C0 2406F400C UFA400-C 6 UNI-FLG 6.90 DIP EA 27.25
12650 99 UFF06900~ 2406F900C UFA900-C 6 ADPT FLG 6.90 C900 EA 54.04
5950 1 UFF08400~2408F400C UFA400-C 8 UNI-FLG 9.05 DIP EA 34.44
5960 1 S009409 2410F400C UFA400-C 10 UNI-FLG 11.10 DIP EA 61.7
5970 1 S009410 2412F400C UFA400-C 12 UNI-FLG 13.20 DIP EA 72.73
18070 88 P013872 2414F400C UFA400-C 14 UNI-FLG 15.30 DIP EA 133.5
18080 88 P013874 2416F400(UFA400-C 16 UNI-FLG 17.40 DIP EA 167.45
12670 99 P042212 21AMF704 UFR1400-DA-4 RETAINER W/ACC EA 15.52
12690 99 UFR1500C 21AMF704 UFR1500-CA-4 RETAINER C900/ACC EA 17.7
12700 99 P042211 21AMF706 UFR1400-DA-6 RETAINER W/ACC EA 18.82
12710 99 UFR1500C 21AMF706 UFR1500-CA-6 RETAINER C900/ACC EA 22.2
12750 99 P042210 21AMF708 UFR1400-DA-8 RETAINER W/ACC EA 29
12760 99 UFR1500C 21AMF708 UFR1500-CA-8 RETAINER C900/ACC EA 30.52
12770 99 P042209 21AMF710 UFR1400-DA-10 RETAINER W/ACC EA 37.85
12840 99 UFR1500-(21AMF710 UFR1500-CA-10 RETAINERC900/ACC EA 53.51
12830 99 P042208 21AMF712 UFR1400-DA-12 RETAINER W/ACC EA 51.31
12850 99 UFR1500C 21AMF712 UFR1500-CA-12 RETAINERC900/ACC EA 56.61
12890 99 S015995 21AMF716 UFR1400-DA-16 RETAINER W/ACC EA 91.81
12900 99 UFR1500C 21AMF716 UFR1500-CA-16 RETAINR C905/ACC EA 118.99
5910 1 S009460 21AMF802 UFR1390-S-2 BELL HARNESS 2.375 EA 20.49
12660 99 P013853 21AMF804 UFR1300-C-4 RESTRAINER 4.80 DI EA 12.93
5920 1 FOUFR13~ 21AMF804 UFR1390-C-4 BELL HARNESS C900 EA 18.23
12680 99 FOUFR13(21AMF806 UFR1300-C-6 RESTRAINER 6.90 DI EA 15.67
12740 99 S016291 21AMF806 UFR1360-C-6 FITTING REST. C900 EA 27.68
12730 99 FOUFR13f 21AMF806 UFR1390-C-6 BELL HARNESS C900 EA 24.16
12720 99 P013864 21AMF808 UFR1300-C-8 RESTRAINER 9.05 DI EA 23.31
12780 99 S019522 21AMF808 UFR1350-C-8 BELL HARNESS C900 EA 39.16
12810 99 S016292 21AMF808 UFR1360-C-8 FITTING REST. C900 EA 45.27
12790 99 FOUFR13~ 21AMF808 UFR1390-C-8 BELL HARNESS C900 EA 39.16
12800 99 FOUFR13(21AMF810 UFR1300-C-10 RESTRAINER 11.10 EA 43.72
12870 99 UFR1360-(21AMF810 UFR1360-C-10 FITTING REST.C900 EA 74.73
12820 99 FOUFR13(21AMF812 UFR1300-C-12 RESTRAINER 13.20 EA 46.46
12860 99 S019525 21AMF812 UFR1350-C-12 BELL HARNESS C900 EA 74.68
17830 88 MJGDR12~ 21AMF812 UFR1400-D-12 RETAINER GLAND DI EA 72.63
12880 99 S016435 21AMF816 UFR1300-C-16 RESTRAINER 17.40 EA 90.6
12910 99 UFR1360-(21AMF816 UFR1360-C-16 FITTING REST.C905 EA 200.59
8850 1 21AM36R121AMF836 UFR1390-C-36 BELL HARNESS C905 EA 1075
17780 88 EBA1103 21AMF8033 MEGALUG MJ RESTRAINER 1103 EA 17.5
5840 1 EBA1104 21AMF8044 MEGALUG MJ RESTRAINER 1104 EA 16.07
20090 1 FCIMARG(21AMF8044 MEGALUG C900&IPS 2004PV RED EA 20.1
5850 1 EBA1106 21AMF8066 MEGALUG MJ REST. BLACK 1106 EA 24.19
7110 1 FCIMARG(21AMF8066 MEGALUG C900&IPS RED 2006PV EA 19.48
5860 1 EBA1108 21AMF8088 MEGALUG MJ RESTR. BLK 1108 EA 24.85
17820 88 FCIMARG(21AMF8088 MEGALUG C900&IPS RED 2008PV EA 30.45
5870 1 EBA1110 21AMF81010 MEGALUG MJ RESTR. BLK 1110 EA 39.19
8840 1 FCIMARG' 21AMF81010 MEGALUG C900&IPS RED 2010PV EA 60.74
5880 1 EBA1112 21AMF81212 MEGALUG MJ RESTR. BLK 1112 EA 91.82
7120 1 FCIMARG' 21AMF81212 MEGALUG C900&IPS RED 2012PV EA 68.93
19980 1 FLGMEGA 2404F210~ 4 MEGAFLANGE 2104 EA 59.61
5890 1 EBA1116 21AMF81616 MEGALUG MJ RESTRAINER 1116 EA 107.79
7130 1 FCIMARG'21AMF81616 MEGALUG F/C900 2016PV EA 134.33
7140 1 FCIMARG'21AMF81818 MEGALUG F/C900/IPS 2018PV EA 160.67
5900 1 EBA1120 21AMF82020 MEGALUG MJ RESTRAINER 1120 EA 171
17840 88 1120C 21AMF82020 STAR PRC1120 BELL RSTR C905 EA 375
19950 1 EBA1124 21AMF82424 MEGALUG MJ RESTRAINER 1124 EA 214.15
8120 1 FCIMARG:21AMF83636 MEGALUG MJ RESTRAINER 1136 EA 697
12970 99 U016888 2704ASPG 4 SPXG SEWER ADPT LONG EA 3.88
7380 1 FPSGFAO~ 2704CO 4 SDR35 CLEANOUT ADPT HXF L/PL EA 1.2
5510 1 =2704C0= 2704COSF 4 SDR35 SPIG X FIPT C/O L/PLUG EA 2
5720 1 FSPT04 2704PM 4 SDR35 SWR CLEANOUT PLUG MIPT EA 2
5700 1 FPSGPTO~ 2704PMS 4 SDR35 C/O THD PLUG RECESSED EA 2
7930 1 FS04P 2704PS 4 PVC SDR35 SWR SPIGOT PLUG EA 1.39
12960 99 4ST 2704T04G~ 4X4 PVC SDR35 SWR TEE GXG EA 3.59
5770 1 FPSGY04C 2704W04C 4X4 PVC SDR35 SWR WYE GXG EA 3.82
18280 88 4SWSG 2704W04C 4X4 PVC SDR35 SWR WYE GXSXG EA 5.96
5580 1 4S2GS 27042GS 4 PVC SDR35 SWR 22-1/2 GXSP EA 2.1
12940 99 FPSG0445 27044GG 4 PVC SDR35 SWR 45 BEND GXG EA 2.36
7390 1 FPSG0445 27044GS 4 PVC SDR35 SWR 45 BEND GXS EA 2.95
18250 88 27044GSH 4 SDR35 45 GXS HARCO EA 3.15
12930 99 4S9GS 27049GS 4 PVC SDR35 SWR 90 BEND GXSP EA 2.22
5520 1 =2706C0= 2706ACO 6 SDR35 SPIG X FIPT C/O L/PLUG EA 8
13050 99 U013878 2706ASPC 6 SPXG SEWER ADPT SDR35XIPS EA 11.32
12950 99 FPSGCAP~ 2706CG 6 PVC SDR35 SWR GSKT CAP EA 2.84
20250 1 FPSGFAOE 2706CO 6 SDR35 CLEANOUT ADPT HXF L/PL EA 8
5730 1 FPSGPTOE 2706PM 6 SDR35 CLEANOUT PLUG MIPT EA 4.5
5710 1 FSPTC06 2706PMS 6 SDR35 RECESSED C/O PLUG MIPT EA 4.5
12920 99 FS06P 2706PS 6 PVC SDR35 SWR SPIGOT PLUG EA 1.66
9100 1 FPSGCROi 2706SGR 6 SDR35 SWR REPAIR CPLG GXG EA 6.7
13030 99 6ST 2706T06G~ 6X6 PVC SDR35 SWR TEE GXG EA 7.69
13040 99 FPSGY06C 2706W06C 6X6 PVC SDR35 SWR WYE GXG EA 8.77
7940 1 P004025 2706W06C 6X6 PVC SDR35 SWR WYE GXSXG EA 14.3
13010 99 FPSG062227062GG 6 PVC SDR35 SWR 22-1/2 BEND G EA 4.64
12990 99 FPSG062227062GS 6 PVC SDR35 SWR 22-1/2 GXSP EA 4.14
13000 99 FPSG0645 27064GG 6 PVC SDR35 SWR 45 BEND GXG EA 4.5
12980 99 FPSG0645 27064GS 6 PVC SDR35 SWR 45 BEND GXS EA 3.99
13020 99 FPSGP08 2708PS 8 PVC SDR35 SWR SPIGOT PLUG EA 6.24
18290 88 FPSGCRO~ 2708SGR 8 SDR35 SWR REPAIR CPLG GXG EA 11.8
13060 99 FPSGT08C 2708T06G~ 8X6 PVC SDR35 SWR TEE GXG EA 12.02
13110 99 FPSGT08C 2708T08G~ 8X8 PVC SDR35 SWR TEE GXG EA 19.74
20000 1 2708W04~ 2708W04C 8X4 PVC SDR35 SWR WYE GXSXG EA 16.56
13080 99 FPSGY08C 2708W06C 8X6 PVC SDR35 SWR WYE GXG EA 13.77
13090 99 8S2GS 27082GS 8 PVC SDR35 SWR 22-1/2 GXSP EA 14.12
13070 99 FPSG0845 27084GS 8 PVC SDR35 SWR 45 BEND GXS EA 12.02
13100 99 8S9GS 27089GS 8 PVC SDR35 SWR 90 BEND GXSP EA 15.58
13120 99 FSMHA10 2710AMG 10 SDR35 GROUTED MANHOLE SLEEV EA 16.84
20130 1 PSAD041H 2704A04H14 PVC ADPT SDR35XDWV HXH EA 2.6
19990 1 FPSSCAPl2704CH 4 PVC SDR35 SWR CAP HUB SW EA 0.71
13130 99 FSMHA06 2706AMG 6 SDR35 GROUTED MANHOLE ADPT EA 8.3
5820 1 FPSSCAPf 2706CH 6 PVC SDR35 SWR CAP HUB SW EA 2.2
13140 99 FSMHA08 2708AMG 8 SDR35 GROUTED MANHOLE ADPT EA 9.26
18260 88 W001 1 040 2704AHSC 4 SCH40 DWV HUB X SDR35 SP ADP EA 3.88
13160 99 27CB420G 4 GSKT F/ROMAC CB 4.20-4.63 EA 16.21
13150 99 27CB48ST 48 SEWER SADDLE STRAP ROMAC CB EA 16.06
13170 99 27CB630G 6 GSKT F/ROMAC CB 6.30-6.66 EA 21.64
13200 99 CRMCB69~ 27CB690 CB690 6X8-12 SWR SAD EA 59.56
13180 99 27CB690G 6 GSKT F/ROMAC CB 6.90 SADDLE EA 21.64
13190 99 N017723 2796CBS 96 CB STRAP EA 23.65
18270 88 4BCOPC 2704PBC 4 BRS CO PLUG W/CNTR SUNK HUB EA 9.95
13210 99 C6463 27C6463 CB.4.63 RM SEWER SAD EA 49.69
13250 99 27J1824PLJ-PLUG 18-24 J1824 EA 691.41
13240 99 27J48PLU~ J-PLUG 4-8 J48 EA 146.29
13220 99 27J48RS J-PLUG RUBBER SLEEVE W/SS EA 78.78
13230 99 27J812RS J-PLUG RUBBER SLEEVE W/SS EA 146.26
3770 1 61ON63 OPER NUT F/ 6 X 3 EA 859.25
3800 1 61ON636 OPER NUT F/ 6 X 3 6 EA 879.81
3780 1 61ON64 OPER NUT F/ 6 X 4 EA 900.43
3790 1 61ON646 OPER NUT F/ 6 X 4 6 EA 920.96
19930 1 8MPV 5708MPV 8 MJ PLUG VALVE EA 847
13260 99 120TUBVE 29005BTU 1/2 EPDM T/U BALL VALVE EA 22.6
8400 1 N014327 29005623:1/2 T/U BALL VLV 2339-005 EA 24.5
13270 99 N001259 29007823: 3/4 T/U BALL VLV 2339-007 EA 26.71
18440 88 29010BCT 1 T/U BALL CHECK CHEMTROL EA 33
18450 88 BV01TP 290106E 1 PVC BALL VALVE FIPT EA 12.15
13280 99 29010BUC 1 T/U BALL VLV CHEMTROL EA 31.85
8440 1 BV01 SPTI 29010B23~ 1 T/U BALL VLV 2339-010 EA 34.98
13290 99 N001261 29015623< 1-1/2 T/U BALL VLV 2339-015 EA 52.89
13300 99 26VTUEP[ 29020B23~ 2 T/U BALL VLV W/EPDM 2329-020 EA 62.88
640 1 DBTY156F 59VB15B6~ 156 15 VALVE BOX BOTTOM F/6855 EA 7.53
660 1 DBTY246F 59V624B6~ 246 BOTTOM SECTION F/6855 EA 11.67
8060 1 461SBD 59VB461S 461-S VLV BOX BOTTOM DOM EA 13
19400 88 562SBD 59V6562S 562-S VLV BOX BOTTOM DOM EA 11.67
690 1 461 SLR 59VLR 5-1/4 VALVE BOX LID M/REUSE EA 20.59
610 1 VBRS0101 59VR011 1-1/8 CI VALVE BOX RISER EA 23.53
670 1 0008841 59VT16TS 16T CI VALVE BOX TOP SECTION EA 9.89
8070 1 461 STD 59VT461S1461-S TOP SECTION DOM EA 11.35
650 1 P014171 59VT6850' 6850 10T TOP SECTION EA 6.82
580 1 461AX 59V461AX 461-AX X-HVY VLV BOX W/LID EA 18.12
7660 1 DBCH461:59V461SD 461-S VLV BOX W/LID DOM EA 35
600 1 DBTY564A 59V564AD 564-A SLIP VLV BOX W/LID DOM EA 29.88
700 1 BVDLID68:59VLS 5-1/4 VALVE BOX LID M/SEWER EA 5
680 1 IBX461SL 59VLW 5-1/4 VALVE BOX LID M/WATER EA 11.53
13310 99 461SLRW 59VL461S15-1/4 VB LID M/RECLAIMED WATER EA 5
710 1 DBAFVBR 59VR0101 1 VALVE BOX RISER IMP EA 5
620 1 DBAFVBR 59VR0151 1-1/2 VALVE BOX RISER IMP EA 5.6
720 1 DBAFVBR; 59VR0201 2 VALVE BOX RISER IMP EA 14.25
630 1 0008852 59VR022 2-1/4 CI VALVE BOX RISER EA 22.74
8590 1 IBXVBR21, 59VR0251 2-1/2 VALVE BOX RISER IMP EA 9
13320 99 IBXVBR3 59VR0301 3 VALVE BOX RISER IMP EA 6.3
9250 1 461 SRC 59V461 SR 461-S VALVE BOX SO M/REC EA 28
13330 99 VBDC500- 59DC5006 DC500 DEBRIS CAP W/BLUE HANDLE
13340 99 TSS04040~ 54CSTEXC 4X4 SS TAP SLV CST-EX-490-4-SS
13350 99 54CSTEX~ 20X8 CST EX SS TAP SLV
EA
45
326.84
862.42
4557
10.5
21.56
EA
EA
19050 88 50121VS11 12 INSERTAVLV CANISTER 11-3/8 EA
7650 1 DBTR3675 59VR010 1 VALVE BOX RISER EA
13360 99 59V461SH 461-S VALVE BOX HEAVY EA
19070 88 GVF03 5.1E+09 3 4067-02 FLG RW GV OL HW EA 271.39
7550 1 GVF04 5.1E+09 4 4067-02 FLG RW GV OL HW EA 233.02
19080 88 MHGV06M 510640670 6 4067-01 MJ RW GV OL ON L/ACC EA 271.11
13370 9 GV10 5.11E+09 10 4067-01 MJ RW GV OL ON EA 673.23
19090 88 MHGV10FI 5.11E+09 10 4067-13 MJXFL RW GV OL ON EA 870.92
13380 9 GV12 5.11E+09 12 4067-01 MJ RW GV OL ON EA 851.89
13390 9 20GVMCL 5.12E+09 20 4067-01 MJ RW GV OL ON EA 4550
13400 9 MHTV04 5.2E+09 4 4751-01 MJ RW TAP VLV OL EA 282.96
13410 9 MHTV06 5.21E+09 6 4751-01 MJ RW TAP VLV OL EA 392.24
13420 9 MHTV08 5.21E+09 8 4751-01 MJ RW TAP VLV OL EA 581.71
19110 88 MHTV10 5.21E+09 10 4751-01 MJ RW TAP VLV OL EA 849
13430 9 MHTV12 5.21E+09 12 4751-01 MJ RW TAP VLV OL EA 1331.07
19210 88 MHCV03V1~ 5.5E+08 3 159-02 FLG W&L CHECK VALVE EA 504
19220 88 MHCV03S1 5.5E+08 3 259-02 FLG S&L CHECK VALVE EA 490
19250 88 CV04 5.5E+08 4 259-02 FLG S&L CHECK VALVE EA 510
6200 1 BVM12 5.61E+09 12 4500-01 MJ BFV OL ON EA 698.92
9240 1 P007994 5.61E+09 14 4500-02 FLG BFV OL HW EA 935
6210 1 BVM16 5.62E+09 16 4500-01 MJ BFV OL ON EA 1344.09
6220 1 MHBV20M 5.62E+09 20 4500-01 MJ BFV OL ON EA 1962.37
19060 88 CLGV02FF 5102F610~ 2 F6103 THRD RW GV OL ON CLOW EA 124.5
13440 99 CLV01703i 5103F610C 3 F6100 MJ RW GV OL ON EA 190.19
8020 1 F610203 5103F610~ 3 F6102 FLG RW GV OL HW EA 195.72
6030 1 CLGV04M15104F610C 4 F6100 CLOW MJ RW GV OL ON EA 212.54
9000 1 N012651 5104F610C 4 F6100 MJ RW GV OL ON L/ACC EA 212.54
6080 1 CLGV04FF 5104F610~ 4 F6102 FLG RW GV OL HW CLOW EA 233.02
20190 1 F610604 5104F610E 4 F6106 MJXFLG RW GV OL ON EA 282.96
6040 1 CLGV06M15106F610C 6 F6100 MJ RW GV OL ON EA 271.11
8030 1 CLGV06M15106F610C 6 F6100 MJ RW GV OL ON L/ACC EA 271.11
6050 1 CLGV08M15108F610C 8 F6100 MJ RW GV OL ON EA 431.71
8040 1 CLGV08M15108F610C 8 F6100 MJ RW GV OL L/ACC CLOW EA 421.22
6060 1 CLGV10M15110F610C 10 F6100 MJ RW GV OL ON EA 673.23
19100 88 CLGV10M15110F610E 10 F6106 MJXFLG RW GV OL ON EA 870.92
6070 1 CLGV12M15112F610C 12 F6100 MJ RW GV OL ON EA 851.89
7560 1 CLGV12M15112F610C 12 F6100 MJ RW GV OL ON L/ACC EA 831.05
6120 1 CLTV04 5204F611~4 F6114 MJ RW TAP VLV OL W/ACC EA 282.96
6130 1 CLTV06 5206F611~6 F6114 MJ RW TAP VLV OL W/ACC EA 392.24
6140 1 CLTV08 5208F611~8 F6114 MJ RW TAP VLV OL W/ACC EA 581.7
6150 1 CLTV10 5210F611~ 10 F6114 MJ RW TAP VLV OL ON EA 870.92
6160 1 CLTV12 5212F611~ 12 F6114 MJ RW TAP VLV OL ON EA 1331.07
6090 1 CLGV06FF 5106F613E 6 F6136 FLG RW OS&Y GV OL CLOW EA 471.46
6100 1 CLGV08FF 5108F613E 8 F6136 FLG RW OS&Y GV OL CLOW EA 701.47
6110 1 CLGV10FF 5110F613E 10 F6136 FLG RW OS&Y GV OL EA 1019.52
19230 88 N001098 5503F53813 F5381 FLG S&L CHK VLV EA 490
19260 88 CLCV04SL 5504F53814 F5381 FLG S&L CHK VLV EA 510
19270 88 CLCV04W 5504F538~ 4 F5382 FLG W&L CHK VLV EA 510
13450 99 5504F918E 4 F918-BLS FLG S&L CHK VLV EA 510
13460 99 CLCV06SL 5506F53816 F5381 FLG S&L CHK VLV EA 700
19280 88 CLCV06W 5506F538~ 6 F5382 FLG W&L CHK VLV EA 700
19290 88 CLCV08SL 5508F53818 F5381 FLG S&L CHK VLV EA 1150
7590 1 CLPV04MP 5704F541 ~ 4 F5413 MJ PLUG VLV OL ON EA 258.49
7600 1 CLPV06MP 5706F541; 6 F5413 MJ PLUG VLV EA 431.88
9030 1 10F5413 5710F541c 10 F5413 MJ PLUG VLV W/GEAR EA 800
7610 1 16MPVA 5716F541;16 F5413 MJ PLUG VLV W/GEAR EA 2235
7630 1 CLPV18MP 5718F541 c 18 F5413 MJ PLUG VLV W/GEAR EA 3265
19300 88 5510126A 10 126A KE ULFM SWING CK VLV EA 1200
19240 88 550416A 16A SPRING F/4 KE 106LS CK VL EA 55.2
13470 99 P006032 5504A260~ 4 A2602-6-02 FLG L&S CHK VLV EA 510
7580 1 A-2601-6X 5506A260(6 A2600-6-01 FLG L&W CHK VLV EA 774
9020 1 CV08FFLV' 5508A260(8 A2600-6-01 FLG L&W CHK VLV EA 1065
19320 88 5614FBFV 14 FLG BFV CL-150 HW OPERATED EA 935
1750 1 FTSC0716 54FTSC07 FTSC-716-4 6X4 EPOXY TAP SLV EA 183.91
1760 1 FTSC7166 54FTSC07 FTSC-716-6 FEC TAP SLV SS B&N EA 206.2
1770 1 FTSC-937- 54FTSC09 FTSC-937-4 8X4 TAP SLV EA 191.58
1780 1 FTSC9376 54FTSC09 FTSC-937-6 8X6 EPOXY TAP SLV EA 206.5
1790 1 FTSC9378 54FTSC09 FTSC-937-8 8X8 EPOXY TAP SLV EA 266.99
1810 1 FOFTSC1(54FTSC11 FTSC-1147-6 10X6 EPOXY TAP SLV EA 218.19
1820 1 FOFTSC1(54FTSC11 FTSC-1147-8 10X8 EPOXY TAP SLV EA 288.44
1830 1 54FTSC11 FTSC-1147-10 EPOXY TAP SLV EA 356.71
1860 1 FOFTSC1~ 54FTSC13FTSO-1360-6 FEC TAP SLV SS B&N EA 228.9
1870 1 FOFTSC1~ 54FTSC13FTSO-1360-8 12X8 EPOXY TAP SLV EA 300.17
1840 1 FTSC-136(54FTSC13FTSC-1360-10 12X10 TAP SLEEVE EA 407.61
1850 1 FTSC1360 54FTSC13FTSO-1360-12 12 EPOXY TAP SLV EA 424.02
1900 1 FTSC1787 54FTSC17FTSO-1787-8 16X8 EPOXY TAP SLV EA 340.16
13480 99 39205 54FAST05 FAST-510-4 4X4 SS TAP SLV EA 278.85
13510 99 FAST0730 54FAST07 FAST-730-6 6X6 SS TAP SLV EA 331.11
13520 99 FAST0750 54FAST07 FAST-750-6 6X6 SS TAP SLV EA 331.11
13490 99 FAST0945 54FAST09 FAST-945-4 8X4 SS TAP SLV EA 300.89
13530 99 FAST0945 54FAST09 FAST-945-6 8X6 SS TAP SLV EA 334.65
13560 99 FAST0945 54FAST09~ FAST-945-8 8X8 SS TAP SLV EA 415.76
13610 99 FAST1145 54FAST11~ FAST-1145-10 10X10 SS TAP SLV EA 745.72
13500 99 FAST114 54FAST11~ FAST-1145-4 10X4 SS TAP SLV EA 326.76
13540 99 FAST1145 54FAST11~ FAST-1145-6 10X6 SS TAP SLV EA 354.9
13580 99 FAST1145 54FAST11~ FAST-1145-8 10X8 SS TAP SLV EA 450.01
13630 99 FAST1350 54FAST13 FAST-1350-10 12X10 SS TAP SLV EA 810.01
13650 99 FAST1350 54FAST13 FAST-1350-12 12X12 SS TAP SLV EA 964.98
13550 99 FAST1350 54FAST13 FAST-1350-4 12X4 SS TAP SLV EA 386.61
13570 99 FAST1350 54FAST13 FAST-1350-6 12X6 SS TAP SLV EA 425.36
13590 99 FAST1350 54FAST13 FAST-1350-8 12X8 SS TAP SLV EA 514.29
13600 99 FAST1780 54FAST17 FAST-1780-6 16X6 SS TAP SLV EA 677.36
13620 99 FAST1780 54FAST17 FAST-1780-8 16X8 SS TAP SLV EA 806.79
13640 99 FAST2226 54FAST22: FAST-2226-8 20X8 SS TAP SLV EA 958.5
1800 1 54FTSC11 FTSC-1147-4 10X4 EPOXY TAP SLV EA 206.64
1890 1 FTSC-178; 54FTSC17FTSO-1787-6 16X6 EPOXY TAP SLV EA 273.01
1880 1 54FTSC17FTSO-1787-10 16X10 EPX TAP SLV EA 421.98
1910 1 54FTSC22 FTSC-2215-6 20X6 EPOXY TAP SLV EA 286.59
1920 1 54FTSC22 FTSC-2215-8 20X8 EPOXY TAP SLV EA 367.52
8050 1 5636MMPF 36 MJ BUTTERFLY VLV ON PRATT EA 6625
19310 88 5612FBFV 12 DZ FLG BUTTERFLY VLV EA 655.2
19330 88 5616FBFV 16 DZ FLG BUTTERFLY VLV EA 1040
19340 88 DZPV03FF 5703F118P 3 FLG 118 PLUG VALVE W/NUT ACT EA 231
13660 99 DZPV04FF 5704F118F 4 FLG 118 PLUG VLV W/HW ACT EA 437.89
19350 88 DZPV04FF 5704F118P 4 FLG 118 PLUG VLV W/NUT ACT EA 247
20040 1 5704F118P 4 DZ FLG PV EPOXY IN&OUT EA 262.45
13670 99 5706F118C 6 FLG 118 PLUG VLV EPOXYLINED EA 637
19360 88 DZPV06FF 5706F118F 6 FLG 118 PLUG VLV W/HW ACT EA 637
6290 1 DZPV06FF 5706F118P 6 FLG 118 PLUG VLV W/NUT ACT EA 397.73
6280 1 DZPV06M~ 5706M11816 MJ 118 PLUG VLV W/NUT ACT EA 435.23
19370 88 5706M11816 MJ FIG 118 PLUG VLV EPOXY EA 435.23
19380 88 DZPV08FF 5708F118C 8 FLG 118 PLUG VLV W/GEAR&NUT EA 847
13680 99 12FPVE 5712F118C 12 FLG 118 PLUG VLV EPOXY EA 1620.89
19390 88 DZPV12FF 5712F118F 12 FLG 118 PLUG VLV W/HW ACT EA 1635
7620 1 5716M118116 MJ 118/PEC PLUG VLV W/GEAR EA 2815
7640 1 DZPV18Mf 5718M118~ 18 MJ 118 PLUG VLV W/GEAR ACT EA 3725
9230 1 P009604 5.46E+13 622-069004-031 6X4 TAP SLV EA 183.91
20200 1 SBTS0606 5.46E+13 622-069006-231 6X6 TAP SLV EA 206.2
20210 1 P009623 5.46E+13 622-090508-231 8X8 TAP SLV EA 266.99
19160 88 P009618 5.46E+13 622-111006-003 10X6 TAP SLV EA 308.35
20220 1 P009609 5.46E+13 622-132004-031 12X4 TAP SLV EA 301
20230 1 P009619 5.46E+13 622-132006-031 12X6 TAP SLV EA 228.9
19170 88 SBTS2004 5.46E+13 622-216004-031 20X4 TAP SLV EA 350
19180 88 SBTS2012 5.46E+13 622-216012-031 20X12 TAP SLV EA 680
19190 88 CRO62257 5.46E+13 622-258006-031 24X6 TAP SLV EA 420
20260 1 0002280 5.46E+13 622-258008-031 24X8 TAP SLV EA 590
19200 88 5.46E+13 622-320010-031 30X10 TAP SLV EA 845
13690 99 54CSTEX~ 20X04 CST-EX SS TAPPING SLEEVE EA 685.32
19120 88 W0010187 543490AS' 3490AS 12X4 TAP SLV 13.20-13.6 EA 535.68
19130 88 543490AS' 3490AS 16X4 TAP SL 17.40-17.80 EA 766.95
1930 1 4MJZSLEE 543490MJ~ 3490MJ 4X4 SS SLEEVE 4.50-4.90 EA 397.43
1940 1 543490MJf 3490MJ (B) 6X4 6.60-7.00 TAP EA 397.43
1950 1 6MJZSLEE 543490MJE 3490MJ 6X6 SS SLEEVE 6.(30X7.00 EA 424.17
1960 1 543490MJi 3490MJ 8X4 SS SLEEVE 8.60-9.05 EA 411.07
1990 1 543490MJ' 3490MJ 10X8 SS 10.75-11.10 EA 626.78
9010 1 12X6C 543490MJ' 3490MJ (C)12X6 13.20-13.60 TAP EA 603.65
2000 1 543490MJ' 3490MJ 12X8 SS 12.75-13.20 EA 737.22
2010 1 543490MJ' 3490MJ 12X12 12.75-13.20 TAP EA 1039.11
2030 1 16X126 543490MJ' 3490MJ(B)16X12 17.40-17.80 TAP EA 1266.91
8280 1 16X68 543490MJ' 3490MJ(B) 16X6 17.40-17.80 TAP EA 874.2
2020 1 16X88 543490MJ' 3490MJ(B) 16X8 17.40-17.80 TAP EA 924.13
2040 1 16X16D 543490MJ' 3490MJ(D)16X16 17.40-17.80 TAP EA 3533.35
19140 88 543490MJ~ 3490MJ (H) 4X4 4.80-5.00 TAP EA 397.43
8730 1 6XE3G 543490MJE 3490MJ (G) 6X6 6.90-7.10 TAP EA 424.17
7570 1 3490MJ 543490MJE 3490MJ (C) 6X4 6.90-7.30 TAP EA 397.43
19150 88 8X6C 543490MJE 3490MJ (C) 8X6 9.05-9.45 TAP EA 444.85
1970 1 3490MJ8X~ 543490MJ13490MJ 8X6 SS SLEEVE 8.60-9.05 EA 444.85
1980 1 543490MJE 3490MJ 8X8 SS SLEEVE 8.60X9.05 EA 545.41
13700 99 16GVMAD, 51162516A 16 2516MM AFC MJ RW GV OL L/A EA 2123
7980 1 H1719042( 3512H171~ H17190 1-1/4 LINE STOPPER EA 41.5
8950 1 W0009710 3512H175(H17500 1-1/4 SERVICE TEE EA 22.92
8260 1 W0009711 3512H178(H17800 1-1/4 CURB VALVE TEE EA 64.05
18790 88 W0009708 3520H178(H17800 2 CURB VALVE TEE EA 116.76
8940 1 U017435 3507H121' H12111 3/4 GAS VALVE EA 14.25
13710 99 FHAVKEX~61AVKEXI6 AVK HYDRANT EXTENSION KIT EA 177
13720 99 FHAVKEX~ 61AVKEXI 12 AVK HYDRANT EXTENSION KIT EA 207
3810 1 OILH 6101E HYDRANT OIL E:A 20.28
13730 99 61025AGR 2-1/2 ADAPTER GASKET (RW255) EA 6
13740 99 61025FIPT 2-1/2 FIPT X 2 MIPT BRASS ADPT EA 30.57
19430 88 61025FNS' 2-1/2FNST X 2FIPT SWIVEL ADPT EA 65.85
13760 99 6106AC 6 PART C ALUM ADAPTER EA 55.83
13780 99 H4M36 604366M3 4-1/2V0 M&H 129 HYD 3'0 B JAX EA 786.02
13790 99 JAX42 604426M3 4-1/2V0 129T HYD 3'6 O/R JAX EA 786.02
19410 88 H4M48 604486M3 4-1/2V0 129 HYD 4'0 O/R JAX EA 865
13800 99 P007801 61 MH2100 210041 HOSE NOZ. CAP GSKT EA 2.8
13830 99 MHHE640'61MH4064401129 6 HYD EXT F/4-1 /2 VO EA 118.84
13840 99 MHHE124(61MH4124401129 12 HYD EXT F/4-1/2 VO EA 141.14
13820 99 740543W4 61 MH4421 442128 TRAFFIC REPAIR KIT MH EA 83.71
13810 99 5-#15 61 MH5-211 21 01 62 STEAMER NOZ CAP GASKET EA 3.5
3710 1 CLMED53(605306M3~ 5-1/4V0 MED HYD 2'6 B 6MJ EA 820.73
3720 1 CLMED53(605366M3~ 5-1/4V0 MED HYD 3'B 6MJ EA 826.15
6930 1 605366M3i 5-1/4V0 MED HYD 3'B 6MJ 3W OL EA 826.15
3730 1 CLMED54:605426M3i 5-1/4V0 MED HYD 3'6 B 6MJ 3W EA 846.27
3740 1 CLMED54t 605486M3i 5-1/4V0 MED HYD 4'B 6MJ 3W OL EA 866.45
3750 1 CLMED55~ 605546M3~ 5-1/4V0 MED HYD 4'6 B 6MJ 3W EA 886.54
3760 1 CLMED56(605606M3~ 5-1/4V0 MED HYD 5'B 6MJ 3W OL EA 921.34
13860 99 612500FR161CLR162~ R1620562 BRKFLG RK 4-1/2 F2500 EA 79.2
3920 1 CLH99978~61CLR162~ R1620653 SFTY FLG RK 5-1/4 MED EA 64.8
3840 1 CLFHE06 61 CLR162~ R1620664 6 HYD EXT 5-1/4 MED EA 177.83
3860 1 CLFHE12 61CLR162 R1620665 12 HYD EXT 5-1/4 MED EA 207.64
13850 99 BA10FH08 61025MN~ 2-1/2 MNST X 2FIPT BRS ADP EA 62.66
13870 99 U013654 61 KEK814' K8149 COLLISION REP KIT 4-1 /2 EA 66.29
3930 1 0002589 61 KEK814' K8149 COLLISION REP KIT 5-1/4 EA 74.31
19450 88 61 KE3186~ 6 EXT STEM 1970 K-12 HYD EA 86
13880 99 60ECSS88#88 JEA ECLIPSE SAMPLING EA 435.37
8290 1 A423-3-6 605366M3,A423 5-1/4V0 HYD 3'0 B 6MJ NST EA 902.2
19420 88 A423-4-6 605486M3,A423 5-1/4V0 HYD 4'0 B 6MJ 3W EA 935.77
4070 1 U015909 61MUA11 A-11 UPPER STEM O/L EA 66.76
3970 1 A300 61 MUA30C A300 4-1/2 SAFETY FLG KIT EA 78.49
3980 1 A30001 61 MUA30C A300-01 4-1/2V0 SAFETY FLG KIT EA 129.38
3940 1 A301 61 MUA301 A301 5-1/4V0 SAFETY FLG KIT EA 129.38
13910 99 A30100 61 MUA301 A30100 SAFETY FL REPAIR KIT EA 83.07
19480 88 A311 61 MUA311 A311 HYD OPERATING WRENCH EA 16.85
13920 99 A-319-00-C 61 MUA31 ~ 6 A319-006 4-1 /2V0 HYD EXT EA 181.47
13930 99 A-319-010 61 MUA31 ~ 12 A319-010 4-1 /2V0 HYD EXT EA 211.03
3830 1 A-320-006 61 M UA32C A320-006 6 HYD EXT 5-1 /4V0 EA 199.4
3850 1 A320010 61 MUA32C A320-010 12 HYD EXT 5-1/4V0 EA 255
4000 1 P005696 61MUH59 H59 BONNET GASKET EA 6.36
6380 1 61MUH78 H-78 4-1/4 BONNET BOLT & NUT EA 3.23
4010 1 A31 61MU1840184060 A-31 LOWER STEM 1'6 EA 30.93
19460 88 MH074L4 61MU1852 185222 H74 UPR STM O/L 4.5 EA 76.85
4090 1 0002658 61MU1852 185224 MU H74 UPPER STEM OL EA 69.81
4050 1 61MUH79161MU1 853 1 85304 H79 LOWER STEM 3'6 EA 49.13
4080 1 MH103L5 61MU1856185683 H103 STEM OL 5.25 NEW EA 73.01
4020 1 61MUH10~61MU1856185690 H104 LOWER STEM EA 44.92
4030 1 61MUH10~61MU1856185691 H104 LOWER STEM EA 49.13
4040 1 61MUH10~61MU1856185693 H104 LOWER STEM EA 57.5
3990 1 A1019034f 61 MU1903190348 A10 BONNET O-RING 97> EA 5.11
7680 1 61MUA27161MU1903 190348 A-27 SAFETY FLG O-RING EA 5.98
19470 88 A-25 61MU1903190350 A-25/H-125STL SFTY CPLG EA 30.95
4120 1 H-088-425 61MU1904190435 H88 4 1/4 MAIN VALVE EA 39.56
3960 1 H-81 61MU1924192447 H81 LEATHER FACING EA 3.41
4130 1 A12 61MU1945194514 A12/H93 STEM O-RING EA 3.01
4140 1 A-039-525 61MU1950195033 A39 TOP SEAT O-RING EA 3.01
7690 1 A30 61MU1952 195234 A-30/H136 CLEVIS PIN EA 5.15
13900 99 A-045-425 61MU1958195800 A-45/H-88 MAIN VLV 4.5 EA 48.69
6370 1 A-009-ALL 61MU2800280007 A-9 BONNET B&N 5-1/4 EA 2.93
7700 1 61 MUH65 61 MU2800 280010 H65 BONET B&N 4.25&4.50 EA 3.69
13890 99 A51 61 MU2803 280354 A-51 10.502 HYDRANT OIL EA 7.69
4110 1 61 MU5A4E 5-1/4 A-45 MAIN VALVE RUBBER EA 59.01
4060 1 H095318 61MU1840184092 A-11 STEM OL 27-9/16 EA 66.76
19440 88 61ADM73 MARK 73 REP. KIT 4-1/2 VO EA 80.1
13940 99 6124HRPN 24 HYD EXT FOR AFC MK73 4-1/2 EA 219.11
14050 99 M73SFRK 61ADM73: M73 SAFETY FLANGE REPAIR KIT EA 80.1
14070 99 61AD12E 12 AMERICAN DARLING EXTENSION EA 170.75
13950 99 HYP50293 61AD5029:#50-29-31 ROD CPLG PIN & CLIP EA 7.8
7670 1 AD68438 61AD6843~#84-38 DRAIN RING GASKET FOR EA 4.5
4100 1 HYP84301 61AD8430 84-30-11 UPPER ROD 5 1/4 6846 EA 102.94
3910 1 W112229 61 HHRPBf 5.25 TRAFFIC REPAIR KIT B84B EA 116.17
14040 99 FHWATTR 61 WTTRK WAT. W667 TRAFFIC REPAIR KIT EA 79.06
13960 99 FHWAT#V 61 WTV19~ 1 POUND WAT. HYDRANT GREASE EA 10.31
14020 99 FHWAT#V 61 WTV19: 1 PINT WAT. HYDRANT OIL EA 10.31
14080 99 P036826 61WTWB612 W667 HYD EXT F/5 1/4V0 EA 219.2
13970 99 WTW7714 61 WTW77 #14 CPLG HALF (2 REQ'D) EA 10.31
14010 99 FHWAT#3.61 WT35 #35 WAT. RUBBER MAIN VALVE EA 7
13980 99 W35O1L 61WT35&(WB67 #35 WAT MAIN VALVE W/OIL EA 17.31
14030 99 61WT770F HYD TRAFFIC REP KIT F/ WT770 EA 76.9
14060 99 W0011078 6112HHRF 12 HYD EXT 4.5 MK73 EA 149.22
3950 1 61 US6586~ 658665 US M94 SAFETY REPAIR KT EA 119.32
19490 88 U012600 61 USMETI US MET TRAFFIC REP KIT 4-1/2 EA 79.06
3880 1 61 USM25C 6 USPIPE M250 HYDRANT EXTEN. EA 264.44
3900 1 61 USM25C 12 USPIPE M250 HYDRANT EXTEN. EA 316.67
3870 1 MET944E} 61 USM94E 6 US M94 EXT KIT Flo-1(2 & EA 264.44
3890 1 MET4EXT' 61 USM94E 12 US M94 EXT KIT F/4-1/2 & EA 316.67
14120 99 58RFMW 4406RFW 5/8X1/16 REG FIBER MTR WASHER EA 0.06
14100 99 MPGKT1 R 4406RW 5/8X1/8 RUBBER METER WASHER EA 0.05
570 1 MPGKT3F 4407FW163/4X1/16 FIBER MTR WASHER EA 0.06
8980 1 0008702 4407LW 3/4X1/8 THK LEATHER MTR WASHER EA 0.14
9190 1 MPGKT3R 4407RW 3/4X1/8 THK RUBBER MTR WASHER EA 0.08
20160 1 MPGKT3R 4407RW1E 3/4X1/16 RUBBER METER WASHER EA 0.08
14110 99 0008704 4407TFW 3/4X1/32 THIN FIBER MTR WASHER EA 0.05
8540 1 MTRGK.7F4407TKFV13/4X1/8 THICK FIBER MTR WASHER EA 0.08
8550 1 JMTRGFO' 4410FW161X1116 FIBER MTR WASHER EA 0.08
8720 1 1MCRB 4410MC 1 METER CPLG (ROUGH BARREL) EA EA 2.7
9200 1 MTRGK1 4410RW 1X1/8 THK RUBBER METER WASHER EA 0.08
14140 99 0008709 4415FW 1-1/2X1/16 FIBER METER WASHER EA 0.24
14130 99 112TFMW 4415TFW 1-1/2 THIN FIBER MTR WASHER EA 0.19
14170 99 U014116 4420MB20 2 X 1-1/2 BRASS METER BUSHING EA 3.42
20280 1 4420MMB 2 METER CPLG W/2-1/2X2 BB EA 16.5
14160 99 0008710 4420RFW 2X1/16 REG FIBER MTR WASHER EA 0.29
14150 99 0008706 4420TFW 2X1/32 THIN FIBER MTR WASHER EA 0.24
14180 99 0008659 4425MB20 2-1/2X2 BRASS METER BUSHING EA 4.13
840 1 45BP1724 17X24 PLASTIC METER BOX ONLY EA 16.94
7530 1 45D1200D D1200-DICIR-LID ONLY EA 4.15
18990 88 45LPM PLST MB CVR MED EA 11.08
830 1 45LPR012~ 012 POLYPLASTICS LID W/CI RDR EA 11.08
5480 1 45LPS1 STD PLST MB CVR SIDEWALK INST EA 6.67
740 1 ZPMBCIR 45MPD12C 12 D1200 PEAS MTR BOX CI/READ EA 7.71
19030 88 45MPLM1 PLST MB W/CVR MED (SPEC.IRR) EA 16.94
8580 1 45MP1015 1015 POLY PLASTIC METER BOX W/ EA 11.02
850 1 45MP1320 13X20 BLK MTR BX W/CVR EA 7.71
5470 1 45WA001 ~ 1-1 /2 BOX & COVER STR. WALL EA 12
790 1 1910E 45LD1910 1910 ROME METER BOX LID ONLY EA 6.25
19010 88 45MBC1 14 X 25-1/2 CI MED REC BOX & EA 427
730 1 MB1910 45M61910 1910 ROME METER BOX COMPLETE EA 17.05
820 1 45000ME OUC CI COVER ONLY F/MED BOX EA 90
750 1 45000ME OUC MEDIUM CI METER BOX WITH EA 420
6690 1 MC3/4 4407MC 3/4 METER CPLG (EACH) EA 1.44
20170 1 0008646 4410MM 1 METER CPLG (MACHINED) EA EA 2.98
5440 1 MPFLGC1 .4415MFC 1-1/2 CI METER FLG (EACH) EA 4.58
14190 99 112MC 4415MM 1-1/2 REGULAR METER CPLG (EA) EA 17.06
20180 1 2A2001 442060E 2 A2001 BRZ METER FLANGE (EA) EA 10.65
5450 1 0008693 4420MFC 2 CI OVAL METER FLG EA 4.69
9210 1 2MC 4420MM 2 REGULAR METER COUPLING (EA) EA 10.58
20270 1 45LPJCF JUMBO METER BOX LID W/CI FLPR EA 12.07
780 1 45LPSB STD PEAS. LID ONLY/SOLID BLACK EA 3.39
8560 1 0008759 45MPJCF JUMBO MTR BOX W/PLS LID&CI FLP EA 26
800 1 45LP1017 45LPR101~ 1017 STD PEAS LID ONLY W/CI RD EA 6.82
5490 1 BMP1324~45LPR132~ 1324 COVER W/CI READER EA 19
5460 1 LPR1419C 45LPR141! 1419 PEAS LID ONLY W/CI READER EA 7.71
19000 88 LPR1419C 45LPR141! 1419 PEAS LID ONLY W/CI READER EA 7.71
760 1 DBBR132445MPR132 13X24X12 PEAS MTR BOX W/CIR EA 55.1
770 1 U020493 45MPR13212 BR 1324125 PLASTIC MTR BOX EA 55.1
8570 1 1419CIF 45MPR141 1419 STD PLAS BOX W/CI RDR LID EA 9.85
19040 88 45MP1419 45MPR141 1419 STD PURPLE PLAS BOX W/CI EA 11.2
18840 88 A12ADPT 3907A12M A12M 5/8X3/4 MTR ADPT RING(PR) PR 1.84
14210 99 C3613 4406C361: C36-13 5/8 MTR CPLG EA 6.42
6680 1 C31-13 4407C311<C31-13 5/8X3/4 MTR CPLG MNXFIP EA 3.66
18900 88 C31-23 4407C312; C31-23 3/4 MTR CPLG MNXFIPT EA 3.66
18910 88 C3523 4407C352: C35-23 5/8X3/4X3/4 MTR CPLG EA 6.15
18920 88 C35-23-4-f 4407C352: 3/4 MTR NUT X IRON PIPE PJ EA 9.57
18930 88 C38232 4407C382: C38-23-2 5/8X3/4 MTR CPLG EA 3.2
550 1 C38-23-2.~ 4407C382: C38-23-2.5 5/8X3/4 MTR CPLG EA 2.5
18940 88 C38233 4407C382: C38-23-3 5/8X3/4 MTR CPLG EA 3.75
14200 99 BFOC3824 4410C382~ C38-24-2.5 1 MTR CPLG EA 4.41
18950 88 C38442 4410C384~ C38-44-2 1 MTR CPLG EA 4.8
560 1 C384435 4410C384~ C38-44-3.5 1 MTR CPLG EA 3.03
18960 88 C38-77-3.C 4420C387 ~ C38-77-3.0625 2 MIP MTR CPLG EA 20.59
14240 99 CDR1118E 456PW60: CDR BOX 11X18X12 STRAIGHT WALL EA 27.08
14220 99 CRDLCIR 45LPRW0 CDR WCOD-1118-2C LID ONLY W/CI EA 14.44
810 1 CDR1324C 45LPRWC~ CDR COVER 13X24 W/4X6 CIR/SNGL EA 46.67
14230 99 45LPWC0(CDR COVER 10X15X2 W/2 TR HOLE EA 14.44
14260 99 45LPWC0(CDR COVER 15X27X2 W/2 TR/PL EA 32.67
6310 1 45WA104E 45VPRWA 48X78X36 CDR VAULT W/RDR LID EA 2773.33
14290 99 45WA103C 30X48 CDR MTR VAULT JEA LOGO EA 1312.5
14250 99 MBCDR11 45WB0011 CDR BOX 11X18X12 FLARED WALL EA 27.08
14270 99 45W6001 E CDR BOX 15 X 27 X 12 FLARE EA 48.47
14280 99 45W6031 ~ CDR BOX 15X27X12 #W603-1527-12 EA 48.47
9220 1 WC00173C 45WC001 i CDR COVER 17X30X2 W/4X6 CIR EA 66
7520 1 0009230 45865 65H METER BOX BODY ONLY EA 44.17
7540 1 65TR COV 45LCS65T 65TR COVER ONLY EA 220
8750 1 LC65HCIR 45LC65HC 65H JUMBO CONC COVER W/CIR LID EA 38
8990 1 4565TSSC 45L65TSS~ 65T SOLID STEEL COVER ONLY EA 220
14320 99 0009224 4537TL 37T LID ONLY EA 28
14330 99 SN1 SRTR~ 4310FTPS SR 1 TR/PL 100CF MTR SN EA 203.04
14340 99 44SN15FC 1-1/2 MTR FLG GSKT SENSUS EA
14350 99 44SN20FG 2 MTR FLG GSKT SENSUS EA
14360 99 S015083 4330FTPV1 W350 3 TR/PL 100CF TURBO MTR EA
7810 1 45LPD150i NDS D1500DICIR LID W/CIR EA
6950 1 U026077 45LPRD15 12 D1500DICIRLID LID W/CI RDR EA
19020 88 45MPBD1~ D1200 3-SLOT DUDICIR MTR BOX EA
14370 99 4406RFW' 5/8X1/32 FIBER WASHER EA
18970 88 45CDRWACDRWA10-3048-48A1TR EA
18980 88 45CDRWBTAPERED WALL 8OX ONLY EA
470 1 16645G07 3407G1B6~ 3/4 HAMMOND FED GATE VLV IB645 EA
0.51
0.63
964.31
11.08
11.08
9.35
0.05
1550
27.05
12.22
14380 99 34T133 3407GT13:3/4 BRZ THRD GATE VALVE T-133 EA 14.53
14400 99 34T211Y 3407GT21 3/4 BRZ GLOBE VLV T-211Y EA 27.06
8250 1 2407G280 3407G280 3/4 BRONZE GATE VALVE 280 EA 12.22
480 1 118645 3410G166~ 1 FED GATE VLV HAMMOND 16645 EA 15.58
14390 99 1T133 3410GT13:1 BRS GATE VALVE NIBCO T-133 EA 24.48
18750 88 1280 3410G280 1 BRONZE GATE VALVE 280 EA 15.58
6170 1 IB645G12 3412G166~ 1-1/4 FED GT VLV HAMMOND 16645 EA 23.59
14410 99 11416646 3412G166~ 1-1/4 BRZ GATE VALVE 16646 EA 33.13
6180 1 16645G15 3415GIB6~ 1-1/2 FED GT VLV HAMMOND IB645 EA 27.39
14420 99 112T133 3415GT13;1-1/2 BRZ GATE VALVE T-133 EA 40.81
7490 1 BGVRW28 3415G280 1-1/2 BRONZE GATE VALVE 280 EA 27.39
6010 1 3415G490 1-1/2 GATE VALVE O.U.C. #490 EA 85
490 1 1B645G20 3420G166~ 2 FED GATE VLV HAMMOND 16645 EA 35.82
18780 88 216646 3420G1B6~ 2 BRZ GATE VLV HAMMOND IB646 EA 56.19
14430 99 2T133 3420GT13; 2 BRONZE GATE VALVE T-133 EA 56.19
18770 88 BGVAM3F 3420G3F 2 BRZ GT VLV W/HW FED SPEC 3F EA 27.52
6020 1 2490 3420G490 2 BRZ GATE VALVE-OUC 490 EA 120
6190 1 1B645G30 3430G1B6~ 3 BR GATE VL HAMMOND FED IB645 EA 114.2
14440 99 U027461 3410BT58: 1 NIBCO T585-70 BALL VALVE EA 17.82
18760 88 2SSBV 3420BVS 2 SS BALL VALVE EA 50
7500 1 0001952 34306171 P 3 BALL VLV FXF FULL PORT 171 N EA 744.75
6260 1 34T413Y 3407CT41; 3/4 CHECK VLV T-413Y EA 20.24
14450 99 P041917 3415CT41;1-1/2 T413B THRD SW CHECK VLV EA 38.43
18730 88 0001901 3407HBM 3/4 T531 HOSE BIBB MIPT EA 2.75
14460 99 3446U 3407HBM4 3/4 HOSE BIB NIBCO 46U EA 2
14470 99 3T136 3430GT13~ 3 NIBCO BRZ GATE VALVE #T136 EA 183.64
130 2 2M100 3420BM10 2 BRZ BALL VALVE MILANO M100 EA 20.5
14480 99 S012220 3407CT41:3/4 THR BRASS CHECK VLV NIBCO EA 17
18740 88 34HB 3407HBM73/4 M-71 HOSE BIBB EA 2
19660 88 54759 7.09E+10 3X3/4 IP 0091-1033-001 DOUBLE EA 35.33
9290 1 70PECSC' PECSC1-240-11P EA 36.7
590 1 59V562AH 562-AX VALVE BOX W/LID EA 28.67
6530 1 RCPLG08 72CB010 CB 1 REPAIR CPLG EA 12
140 1 CS0075F1 ~ 3607F100C F1000-3 3/4 CORP CCXPJ(CTS) EA 8.59
120 1 CS01 F100~ 3610F100C F1000-4 1 CORP CCXPJ(CTS) EA 12.99
18800 88 CS01 F100~ 3610F100C F1000-4G 1 CORP CCXGJ(CTS) EA 16.5
7050 1 CS01 F110~ 3610F110C F1100-4 1 CORP MIPXPJ(CTS) EA 15.8
14490 99 F600-4 3610F600 F600-4 1 CORP STOP CCXCF EA 13.45
14500 99 CS015FB1 3615FB10(F61000-6 1-1/2 BALLCORP CCXPJ EA 36.86
6980 1 CS015FB1 3615FB11(FB1100-6 1-1/2 BALLCORP MIPXPJ EA 40.5
14510 99 F6600 361520F6(FB600 1-1/2X2 BALL CORP-FLARE EA 51.1
14550 99 FB1000-7 3620FB10( FB1000-7 2 BALLCORP CCXPJ(CTS) EA 60.96
6990 1 CS02F611 3620FB11(F61100-7 2 BALLCORP MIPXPJ(CTS EA 66.25
14520 99 CS02FB16 3620FB16( F61600-7 2 BALLCORP CCXFIP EA 57.68
14530 99 CS02FB17 3620FB17( FB1700-7 2 BALLCORP MIPXFIP EA 57.68
14540 99 FB800-7 3620FB80(FB800-7 2 BALLCORP CCXIMIP EA 57.68
18810 88 B11233W 3707B112~ 811-233W 5/8X3/4 BALL CURB FIP EA 10.84
180 1 611-333W 3707B113< 611-333W 3/4 BALL CURB FIPT EA 13.76
200 1 621333W 37078213: 621-333W 3/4 BALL CURB CFXFIPT EA 18.46
230 1 B41333W 37078413: 841-333W 3/4 BALL CURB PJXFIPT EA 15.48
240 1 641333WC 37076413: 641-333WG 3/4 BALL CURB GJXFIP EA 15.48
14560 99 ZVC1W 3707ZVC1'ZVC-1W 3/4 CURB STOP EA 12.55
170 1 611-444W 3710B114~ 611-444W 1 BALL CURB FIPT EA 21.09
190 1 B21444W 3710B214~ 621-444W 1 BALL CURB CFXFIPT EA 19.38
210 1 B41444W 37106414 641-444W 1 BALL CURB PJXFIPT EA 23.49
220 1 B41444WC 3710B414~ 641-444WG 1 BALL CURB GJXFIPT EA 23.49
14580 99 B61444W 3710B614~ 661-444W 1 BALL CURB PJXFIPT EA 28.01
8970 1 691344W 3710B913~ 691-344W 1 BALL VLV FIPXMTR EA 23.5
20150 1 694-344W 3710B943~ 894-344W 1 BALL VLV PJXMTR EA 27.95
14570 99 ZVC3W 3710ZVC3' ZVC3W 1 STR INV KEY W/LW EA 21.51
14590 99 611-666W 37158116E 611-666W 1-1/2 BALL CURB FIPT EA 43.76
7010 1 B41666W 37156416E 641-666W 1-1/2 BALL CURB PJXFP EA 51.85
290 1 BF437771/\ 3720BF43~ BF43-777W 2 BALL MV PJCTSXMF EA 72.54
14600 99 611-777W 37206117-~ 611-777W 2 BALL CURB FIPT W/LW EA 63.71
7000 1 B41777W 37206417 641-777W 2 BALL CURB PJXFIPT EA 68.4
18820 88 B81777W 37206817 681-777W 2 BALL CURB MIPXFIP EA 80.6
260 1 BA41333V13707BA41: BA41-333W 3/4 ANG BV PJXFIPT EA 18.06
8960 1 B91223W 37076912 691-223W 3/4 BALL VLV FIPXMTR EA 10.95
250 1 BA41444V~ 3710BA41~ BA41-444W 1 ANG BV PJXFIPT EA 26.75
270 1 BF13666V~ 3715BF13(BF13-666W 1-1/2 BALL MV FIPXMF EA 40.45
300 1 BFA43777' 3720BFA4: BFA43-777W 2 ANG BMV PJCTSXMF EA 78.36
280 1 BF13777V\ 3720BF13~ BF13-777W 2 BALL MV FIPXMF LW EA 64.5
14640 99 C10213 390507C1(C102-13 1/2X3/4 CPLG CFXFCT EA 4.66
5300 1 CSP3A 3907CSP3 CSP-3A 3/4 BRS PLUG AWWA EA 2.45
6660 1 C04-33 3907C043: C04-33 3/4 CPLG FCTXPJCTS EA 4.37
14660 99 C10433G 3907C104<C104-33G 3/4 CPLG FCTXGJ(CTS) EA 5.51
370 1 C14-33 3907C143: C14-33 3/4 CPLG FIPXPJCTS EA 6.45
910 1 C2133 3907C213;C21-33 3/4 CPLG CFXFIP EA 3.38
890 1 C2833 3907C283: C28-33 3/4 CPLG CFXMIP EA 3.42
380 1 C44-33 3907C443: C44-33 3/4 PJCTS CPLG EA 4.69
50 1 C84-33 3907C843<C84-33 3/4 CPLG MIPXPJCTS OUC EA 3.85
7990 1 C9123 3907C912:C91-23 5/8X3/4 YOKE PC MTRXFIP EA 2.86
7040 1 C9124 3907C912~ C91-24 5/8X1 YOKE PC MTRXFIPT EA 3.85
6970 1 EC-23 3907EC23 EC-23 5/8X3/4 EXPANSION CONN EA 5.85
7510 1 FDGT118 3907GT11; GT118 3/4 FLAT RUBBER GASKET EA 0.15
18860 88 LA0433 3907LA04~ LA04-33 3/4 45 FCTXPJ(CTS) EA 5.05
360 1 LA0433S 3907LA04; LA04-33S 3/4 45 SWFCTXPJ(CTS) EA 5.05
14670 99 LA10433G 3907LA10~ LA104-33G 3/4 45 FCTXGJ(CTS) EA 5.83
18850 88 L102-33 3907L102~ L102-33 3/4 90 BEND FCTXCF EA 5.14
160 1 FOL10233; 3907L102~ L102-33S 3/4 90 BEND SWFCTXCF EA 5.14
390 1 L4433 3907L443° L44-33 3/4 PJCTS 90 BEND EA 6.06
8530 1 T444333 3907T444~ T444-333 3/4 TEE PJCTS) EA 12.1
7060 1 UAV4942V' 3907UAV4 FD UAV49-42W-fi.5 U-BRANCH ASSY EA 32.95
14620 99 C21-31 390710C2'C21-31 3/4X1/2 CPLG CFXFIP EA 3.32
18830 88 C44-34 390710C4~ C44-34 3/4X1 PJCTS CPLG EA 6.7
60 1 T444334 390710T4~ T444-334 3/4X1 TEE PJCTS) EA 12.1
5290 1 CSP4A 3910CSP4 CSP-4-A 1 BRASS PLUG AWWA EA 3.5
6670 1 C0444 3910C044~ C04-44 1 CPLG FCTXPJCTS EA 6.43
18870 88 C10244 3910C102~ C102-44 1 CPLG FCTXCF EA 7.66
14680 99 C10444G 3910C104~ C104-44G 1 CPLG FCTXGJ(CTS) EA 6.69
410 1 C1444 3910C144~ C14-44 1 CPLG FIPXPJCTS EA 5.5
14650 99 C14-44G 3910C144~ C14-44G 1 CPLG FIPXGJCTS EA 5.5
900 1 C21-44 3910C214~ C21-44 1 CPLG CFXFIP EA 5.17
880 1 C2844 3910C284~ C28-44 1 CPLG CFXMIP EA 4.89
420 1 C44-44 3910C444~ C44-44 1 PJCTS CPLG EA 5.37
14700 99 C4644 3910C464~ C46-44 1 CPLG PJ(CTS)XPJ(PE) EA 8.45
10 1 C84-44 3910C844~ C84-44 1 CPLG MIPXPJCTS EA 4.56
8000 1 C91-44 3910C914~ C91-44 1 YOKE PC MTRXFIPT EA 5.05
8010 1 EC4 3910EC4 EC-4 1 EXPANSION CONNECTION EA 12.44
6610 1 INSERT52 3910152 #52 1 SS INSERT F/CTS PE EA 0.63
400 1 LA0444S 3910LA04~ LA04-44S 1 45 SWFCTXPJ(CTS) EA 8.19
14710 99 LA10444G 3910LA10~ LA104-44G 1 45 FCTXGJ(CTS) EA 8.82
150 1 LFC244 3910LFC2~ LFC2-44 1 FIP LEAD X 1 FLARE EA 7.66
430 1 L4444 3910L4444 L44-44 1 PJCTS 90 BEND EA 7.78
18880 88 NGFF4 3910NGFF NG-FF4 1 PJ(CTS)NUT&GSKT/CORP EA 3.15
9170 1 T444444 3910T444~ T444-444 1 TEE PJCTS) EA 15.85
14630 99 BBAA-43 391007BBi BBAA-43 1X3/4 CC BRS BUSHING EA 3.63
100 1 FOY44243 391007Y4~ Y44-243 1 X3/4X3/4 WYE PJCTS) EA 9.7
14740 99 C04-66 3915C046f C04-66 1-1/2 CPLG FCTXPJCTS EA 13.61
14750 99 C14-66G 3915C146f C14-66G 1-1/2 CPLG FIPXGJCTS EA 14.61
14770 99 C44-66 3915C446f C44-66 1-1/2 PJCTS CPLG EA 16.38
14730 99 C84-66 3915C846f C84-66 1-1/2 CPLG MIPXPJCTS EA 11.4
14610 99 3915GT14:1-1/2 GASKET FORD GT-143 EA 2.25
14690 99 BBAA-64 391510BB~ BBAA-64 1-1/2X1 CC BRS BUSHING EA 8.01
9180 1 0003793 391510Y4~Y44-264 1-1/2X1 X1 WYE PJCTS) EA 26.75
14790 99 C04-77 3920C047~ C04-77 2 CPLG FCTXPJCTS EA 21.22
18890 88 C14-77 3920C147~ C14-77 2 CPLG FIPXPJCTS EA 24.5
440 1 C44-77 3920C447~ C44-77 2 PJCTS CPLG EA 22.16
20 1 C84-77 3920C847; C84-77 2 CPLG MIPXPJCTS EA 16.65
6620 1 155 3920155 #55 2 SS INSERT F/CTS PE EA 0.87
14800 99 LA1476 3920LA14~ LA14-76 2X1-1/2 45 FIPXPJCTS EA 23.4
450 1 L4477 3920L447/ L44-77 2 PJCTS 90 BEND EA 46.26
80 1 T444777 3920T444 t T444-777 2 TEE PJCTS) EA 60.45
5350 1 T440773 392007T4~ T440-773 2X3/4 TEE PJ(CTS)XCC EA 29
5360 1 T440774 392010T4~ T440-774 2X1 TEE PJ(CTS)XCC EA 26.71
5340 1 FOT44177 392010T4~ T441-774 2X1 TEE PJ(CTS)XFIP EA 29
14780 99 Y11474 392010Y11Y11-474 2X1 MULTI-BERN WYE FIP EA 17.3
14720 99 BBAA-76 392015BB~ BBAA-76 2X1-1/2CC BRS BUSHING EA 9.75
14760 99 C1476 392015C1~ C14-76 2X1-1/2 CPLG FIPXPJCTS EA 15.68
14810 99 C1487 392520C1~ C14-87 2-1/2X2 CPLG FIPTXPJCTS EA 30.34
14820 99 LA1487 392520LA' LA14-87 2-1/2 45 FIPXPJCTS EA 37.38
1660 1 F1010250C 70F10102f F101-250-CC3 2X3/4 CC SAD EA 6.76
1590 1 F1010250(70F10102; F101-250-CC4 2X1 CC SAD EA 6.76
7740 1 F202690C~ 70F20206~ F202-690-CC4 6X1 CC SAD EA 18.43
19670 88 F20222201 70F20222~ F202-2220-IP7 20X2 IP SAD EA 102.4
1710 1 FOS70203 71 S70020: S70-203 2X3/4 CC BRS SAD EA 7.08
1700 1 BFOS7020 71 S70020~ S70-204 2X1 CC BRS SAD EA 7.08
14830 99 BFOS7040 71 S70040~ S70-404 4X1 CC BRS SAD EA 12.74
14840 99 FOS70804 71 S70080~ S70-804 8X1 CC BRS SAD EA 26.13
14850 99 SDLS70-8(71S70080E S70-806 8X1-1/2 CC BRS SAD EA 37
1600 1 FOS90403 71 S90040~ S90-403 4X3/4 CC BRS SAD EA 12.01
1610 1 SDLS90-4(71 S90040~ S90-404 4X1 CC BRS SAD EA 12.01
6960 1 FOY502 4607Y502 Y502 5/8X3/4 IRON YOKE EA 5.75
8270 1 FOY504 4610Y504 Y504 IRON YOKE BAR F/1 METER EA 11.55
14930 99 4307V432' 3/4X21 MTR RESETTER V43-21 W EA 33.41
14960 99 4310V442' 1X21 MTR RESETTER V44-21 W EA 50.26
14860 99 V417W 4606V410iV41-7W 5/8 METER RESETTER EA 22.26
14870 99 V419W 4606V410~V41-9W 5/8 METER RESETTER EA 22.56
14880 99 S017937 4606V411~V41-12W 5/8 METER RESETTER EA 23.39
14900 99 V4118W 4606V411EV41-18W 5/8 METER RESETTER EA 27.92
320 1 0003899 4607V421~V42-12W 5/8X3/4X12 RESETTER EA 24.32
330 1 U015237 4607V421fV42-18W 5/8X3/4X18 RESETTER EA 28.88
310 1 V427W 4607V4271 V42-7W 5/8X3/4X7 RESETTER EA 23.21
14890 99 0003898 4607V429\ V42-9W 5/8X3/4X9 RESETTER EA 23.51
14920 99 FOV4312V' 4607V431 ~ V43-12W 3/4X12 METER RESETTER EA 29.69
14940 99 FOV4318V' 4607V431 f V43-18W 3/4X18 METER RESETTER EA 34.8
14910 99 FOV438W 4607V438\ V43-8W 3/4X8 METER RESETTER EA 28.83
14950 99 V4410W 4610V441(V44-10W 1X10 METER RESETTER EA 44.33
340 1 V4412W 4610V441~V44-12W 1X12 METER RESETTER EA 45.38
14970 99 V4418W 4610V441 F V44-18W 1X18 METER RESETTER EA 54.18
14980 9 1121 CC 7.03E+10 313-019209-000 1-1 /2X1 CC SAD EA 12.37
14990 9 P029031 7.03E+10 313-025607-000 2X3/4CC D/S SAD EA 12.42
1720 1 U007230 7.03E+10 313-025609-000 2X1CC D/S SAD EA 12.42
15000 9 P041002 7.03E+10 313-029107-000 2-1/2X3/4CC SAD EA 13.63
15010 9 P039203 7.03E+10 313-029109-000 2-1 /2X1 CC SAD EA 13.63
8300 1 P009671 7.03E+10 313-035406-000 3X3/41P D/S SAD EA 15.65
15020 9 P033062 7.03E+10 313-035407-000 3X3/4CC D/S SAD EA 14.78
1730 1 P009787 7.03E+10 313-035409-000 3X1 CC D/S SAD EA 14.78
15030 9 SDL211034~ 7.03E+10 313-041309-000 3X1 CC D/S SAD EA 15.44
15110 9 U014530 7.03E+10 313-045013-000 4X1-1/2 CC SAD EA 20.41
15040 9 313-04550 7.03E+10 313-045507-000 4X3/4CC D/S SAD EA 16.11
15120 9 0007249 7.03E+10 313-045514-000 3-4X21P D/S SAD EA 20.91
1740 1 P036025 7.03E+10 313-048009-000 4X1 CC D/S SAD EA 16.91
2950 1 0007431 7.03E+10 313-048014-000 4X21P D/S SAD EA 22.06
15050 9 N017384 7.03E+10 313-056307-000 4X3/4CC D/S SAD EA 17.43
15060 9 N017385 7.03E+10 313-056309-000 4X1 CC D/S SAD EA 17.43
15160 9 P009775 7.03E+10 313-056313-000 4X1-1/2CC SAD EA 22.17
1620 1 P029230 7.03E+10 313-056314-000 4X21P D/S SAD EA 22.73
15170 9 P009776 7.03E+10 313-056315-000 4X2CC D/S SAD EA 22.56
15080 9 0007250 7.03E+10 313-066306-000 6X3/41P D/S SAD EA 18.28
15090 9 P035715 7.03E+10 313-066307-000 6X3/4CC D/S SAD EA 18.28
15100 9 P035716 7.03E+10 313-066309-000 6X1CC D/S SAD EA 18.28
15180 9 P036026 7.03E+10 313-066313-000 6X1-1/2CC SAD EA 22.73
15190 9 P009807 7.03E+10 313-066314-000 6X21P D/S SAD EA 23.38
19610 88 0007437 7.03E+10 313-069008-000 6X11P D/S SAD EA 18.3
2900 1 0007429 7.03E+10 313-069009-000 6X1CC D/S SAD EA 18.43
2960 1 0007434 7.03E+10 313-069014-000 6X21P D/S SAD EA 23.57
15130 9 P009739 7.03E+10 313-076007-000 6X3/4CC D/S SAD EA 21.48
19620 88 N017390 7.03E+10 313-076008-000 6X1 IP D/S SAD EA 22.75
15140 9 P009755 7.03E+10 313-076009-000 6X1 CC D/S SAD EA 21.48
19630 88 N017389 7.03E+10 313-076012-000 6X1-1/21P SAD EA 26.5
15220 9 P009712 7.03E+10 313-076013-000 6X1-1/2CC SAD EA 26.12
1630 1 P009726 7.03E+10 313-076014-000 6X21P D/S SAD EA 26.48
15230 9 P027172 7.03E+10 313-076015-000 6X2CC D/S SAD EA 26.48
15150 9 0007237 7.03E+10 313-087209-000 8X1 CC D/S SAD EA 22.09
15240 9 U019150 7.03E+10 313-087213-000 8X1-1/2CC SAD EA 28.33
2910 1 P041179 7.03E+10 313-090509-000 8X1 CC D/S SAD EA 22.27
2970 1 0007359 7.03E+10 313-090514-000 8X21P D/S SAD EA 28.87
15200 9 P009743 7.03E+10 313-101007-000 8X3/4CC D/S SAD EA 23.46
19640 88 P009759 7.03E+10 313-101008-000 8X11P D/S SAD EA 23.5
15070 9 P009758 7.03E+10 313-101009-000 8X1 CC D/S SAD EA 17.8
15250 9 N017396 7.03E+10 313-101012-000 8X1-1/21P SAD EA 29.24
15260 9 P009713 7.03E+10 313-101013-000 8X1-1/2CC SAD EA 29.24
1640 1 P009780 7.03E+10 313-101014-000 8X21P D/S SAD EA 29.24
15270 9 P009727 7.03E+10 313-101015-000 8X2CC D/S SAD EA 29.24
15280 9 P009761 7.03E+10 313-121207-000 10X3/4CC SAD EA 30.31
15290 9 N017400 7.03E+10 313-121209-000 10X1 CC D/S SAD EA 30.31
15320 9 P009714 7.03E+10 313-121213-000 10X1-1/2CC SAD EA 38.58
1650 1 P009796 7.03E+10 313-121214-000 10X21P D/S SAD EA 38.58
15330 9 P009797 7.03E+10 313-121215-000 10X2CC D/S SAD EA 38.58
2920 1 0007449 7.03E+10 313-132009-000 12X1CC D/S SAD EA 36.64
2940 1 U026012 7.03E+10 313-132014-000 12X21P D/S SAD EA 46.63
15300 9 P009769 7.03E+10 313-143207-000 12X3/4CC SAD EA 36.36
20240 1 P009748 7.03E+10 313-143208-000 12X11P D/S SAD EA 36.36
15310 9 P009708 7.03E+10 313-143209-000 12X1 CC D/S SAD EA 36.36
8630 1 SDL2111261 7.03E+10 313-143212-000 12X1-1/21P SAD EA 45.35
15340 9 P009716 7.03E+10 313-143213-000 12X1-1/2CC SAD EA 45.34
1670 1 P009781 7.03E+10 313-143214-000 12X21P D/S SAD EA 46.63
15350 9 P009729 7.03E+10 313-143215-000 12X2CC D/S SAD EA 46.26
15360 9 141 CCA 7.03E+10 313-156509-000 14X1 CC D/S SAD EA 52.28
15370 9 P027262 7.03E+10 313-188809-000 16X1CC D/S SAD EA 58.44
15390 9 P009773 7.03E+10 313-188813-000 16X1-1/2CC SAD EA 80.81
1680 1 P009730 7.03E+10 313-188814-000 16X21P D/S SAD EA 83.96
15400 9 P009782 7.03E+10 313-188815-000 16X2CC D/S SAD EA 83.96
1690 1 7.03E+10 313-216014-000 20X21P D/S SAD EA 102.4
2930 1 7.03E+10 313-258014-000 24X21P D/S SAD EA 112.63
15210 9 U021221 7.03E+10 315-045512-000 4X1-1/21P SAD EA 24.27
19650 88 U024974 7.03E+10 317-069014-000 6X21P D/S SAD EA 51
15380 9 P009798 7.03E+10 317-143214-000 12X21P D/S SAD EA 71.78
15410 9 3032521 7.04E+10 366-221015-000 20X2CC SAD EA 243.6
8310 1 P032025 7.04E+10 366-263214-000 24X2 P SAD EA 257.58
8320 1 U021219 7.04E+10 366-384614-000 36X21P SAD EA 336.5
15420 99 0002905 3607H150(H15000 3/4 CORP STOP CCXCF EA 8.63
15430 99 1820045 3610B200~ 620045 1 BALL CORP CCXFIP EA 16.02
15440 99 H-10003-1 .3615H100(H10003 1-1/2 CORP STOP CCXMIP EA 41.42
15450 99 H13425-7 71H13425(H13425 3X3/4CC BR SAD F/PVC EA 11.5
15460 99 H 13425-1 71 H 13425(H 13425 3X1 CC BR SAD F/PVC EA 11.5
15470 99 P006630 71H13428(H13428 4X3/4CC BR SAD F/PVC EA 13.53
6470 1 70202NH0:202N-H-0250 RM 2X3/4 CC SAD EA 10
6450 1 70202NH0:202N-H-0250 X 1 CC RM SADDLE EA 10
6460 1 70202NH0~ 70202NH0~ 202N-H 0450 RM 4X1 CC NYL SAD EA 32.95
15480 99 P008556 713401060 6X1 CC SADDLE 3401060100HD EA 23.53
15490 99.161337 39106133161337 1 S/S INSERT F/PE EA 0.9
1120 1 CSFP04 2804001 56-44 4 CPLG CI/PVC X CI/PVC EA 2.26
1090 1 FC04CP 2804CCLC 02-44 4 CPLG CLXCI/PVC EA 2.26
15530 99 CSFCLPO~ 28040060 02-46 4X6 FLEX CPLG CLXCI/PVC EA 5.38
1130 1 CSFP06 2806001 56-66 6 CPLG CI/PVC X CI/PVC EA 4.84
15500 99 FC06CC 280600E 01-66 6 CPLG CL X CL EA 4.84
1100 1 PCX02-66 2806CCLC 02-66 6 CPLG CLXCI/PVC EA 4.84
15510 99 01056-060 28060040 56-64 6X4 CPLG CI/PVC X CI/PVC EA 5.26
15520 99 FC064CP 28060040 02-64 6X4 FLEX CPLG CLXCI/PVC EA 5.26
1140 1 CSFP08 2808001 56-88 8 CPLG CI/PVC X CI/PVC EA 7.5
1110 1 FC08CP 2808CCLC 02-88 8X8 CPLG CLXCI/PVC EA 7.5
15540 99 01056-080 28080060 56-86 8X6 CPLG CI/PVC X CI/PVC EA 8.47
15550 99 FC086CP 28080060 02-86 8X6 CPLG CLXCI/PVC EA 8.47
15620 99 2708DFW E 2808DFWE 8X6 DFW-6T/C SADDLE TEE EA 21.56
15560 99 CSFP10 2810001 56-1010 10 CPL CI/PVC X CI/PVC EA 10.54
15570 99 CSFCLP1 C 2810CCLC 02-1010 10 CPLG CLXCI/PVC EA 10.54
7400 1 01056-1212812001 56-1212 12 CI/PVCXCI/PVC CPLG EA 12.3
15580 99 FC12CC 281200E 01-1212 12 FLEX CPLG CLXCL EA 12.3
15590 99 FC12CP 2812CCLC 02-1212 12 FLEX CPLG CLXCUPVC EA 12.3
15600 99 01056-1512815001 56-1515 15 FLEX CPLG EA 20.05
15610 99 FC15CP 2815CCLC 02-1515 15 FLEX CPLG CLXCI/PVC EA 21.1
19720 88 7403MG 3 MG COUPLING MG-3 EA 12.5
19730 88 7404MG 4 MG COUPLING MG-4 EA 15.5
19740 88 7406MG 6 MG COUPLING MG-6 EA 39
19750 88 7408MG 8 MG COUPLING MG-8 EA 66
7770 1 34TELSCC 747020700 3/4 702-070G TELSCO COUPLING EA 6.59
7760 1 7402070222 702-200G GALV COMP COUPLING EA 19.25
15720 9 P010019 7.22E+10 226-023807-000 2X7-1/2 CLAMP EA 29.08
15750 9 P010068 7.22E+10 226-027507-000 2-1/4X7-1/2 CLM EA 31.58
15760 9 P010021 7.22E+10 226-035007-000 3X7-1/2 CLAMP EA 34.56
1460 1 S008920 7.22E+10 226-035010-000 3X10 CLAMP EA 48.58
15770 9 P010070 7.22E+10 226-037507-000 3X7-1/2 CLAMP EA 35.4
15780 9 P010137 7.22E+10 226-040007-000 3-4X7-1/2 CLAMP EA 36.67
15790 9 P010025 7.22E+10 226-045007-000 4X7-1/2 CLAMP EA 37.96
15800 9 P010073 7.22E+10 226-048007-000 4X7-1/2 CLAMP EA 39.29
15870 9 P027205 7.22E+10 226-048015-000 4X15 CLAMP EA 77.67
15810 9 P035435 7.22E+10 226-050007-000 4X7-1/2 CLAMP EA 39.7
15820 9 P010161 7.22E+10 226-052507-000 4X7-1/2 CLAMP EA 40.2
15830 9 P010029 7.22E+10 226-066307-000 6X7-1/2 CLAMP EA 45.37
19680 88 P010032 7.22E+10 226-066315-000 6X15 CLAMP EA 80.07
15840 9 P010076 7.22E+10 226-069007-000 6X7-1/2 CLAMP EA 46.37
15880 9 P010079 7.22E+10 226-069015-000 6X15 CLAMP EA 86.18
15850 9 P010143 7.22E+10 226-071012-000 6X12-1/2 CLAMP EA 75.37
7750 1 P037538 7.22E+10 226-071015-000 6X15 CLAMP EA 91.27
15860 9 5008976 7.22E+10 226-074512-000 6X12-1/2 CLAMP EA 77.51
15890 9 P010035 7.22E+10 226-086312-000 8X12-1/2 CLAMP EA 86.19
15900 9 P010084 7.22E+10 226-090512-000 8X12-1/2 CLAMP EA 88.82
19690 88 P010086 7.22E+10 226-090520-000 8X20 CLAMP EA 169.95
15910 9 S008994 7.22E+10 226-094012-000 8X12-1/2 CLAMP EA 90.78
15920 9 U025197 7.22E+10 226-100012-000 8X12-1/2 CLAMP EA 98.63
15930 9 P010039 7.22E+10 226-107512-000 10X12-1/2 CLAMP EA 102.73
15940 9 P010090 7.22E+10 226-111012-000 10X12-1/2 CLAMP EA 104.87
15950 9 S009018 7.22E+10 226-117512-000 10X12-1/2 CLAMP EA 111.34
15960 9 0008050 7.22E+10 226-120012-000 10X12-1/2 CLAMP EA 119.18
15970 9 P010042 7.22E+10 226-127512-000 12X12-1/2 CLAMP EA 120.87
15980 9 P010093 7.22E+10 226-132012-000 12X12-1/2 CLAMP EA 122.55
1160 1 S009053 7.22E+10 227-048010-000 4X10 CLAMP EA 72.41
1220 1 S009055 7.22E+10 227-048015-000 4X15 CLAMP EA 108.95
1170 1 S009058 7.22E+10 227-069010-000 6X10 CLAMP EA 81.73
1180 1 S009061 7.22E+10 227-069020-000 6X20 CLAMP EA 169.47
1190 1 S009063 7.22E+10 227-090510-000 8X10 CLAMP EA 90.79
1200 1 227-11102 7.22E+10 227-111020-000 10X20 CLAMP EA 242.1
19700 88 P009923 7.22E+13 227-132010-001 12X10 CLAMP EA 267.06
1210 1 227-13202 7.22E+10 227-132020-000 12X20 CLAMP EA 267.06
1240 1 P041547 7.22E+10 228-171520-000 16X20 CLAMP EA 460.9
15990 9 228-1608 7.22E+10 228-192320-000 18X20 CLAMP EA 488.59
16000 9 228-1863 7.22E+10 228-215230-000 20X30 CLAMP EA 782.89
16010 9 7.22E+12 7.22E+10 228-257030-000 24X30 CLAMP EA 1339.14
1280 1 7.22E+15 228-30257020-001 24X18 CLAMP EA 885.08
19710 88 P035717 7.22E+10 229-023807-000 2X7-112 CLAMP EA 34.8
15680 9 P032623 7.22E+10 244-008406-000 1/2X6 REDI-CLMP EA 27.83
15690 9 P032624 7.22E+10 244-010506-000 3/4X6 REDI-CLMP EA 27.98
15700 9 P009984 7.22E+10 244-013206-000 1X6 REDI-CLAMP EA 28.18
8080 1 7.22E+13 244-016603-001 1-1/4X3 REDI-CL EA 23.9
15710 9 P035433 7.22E+10 244-016606-000 1-1/4X6 REDI-CL EA 28.62
15730 9 P033466 7.22E+10 244-019006-000 1-1/2X6 REDI-CL EA 29.08
15740 9 P029641 7.22E+10 244-023806-000 2X6 REDI-CLAMP EA 29.83
15630 9 P009976 7.22E+10 245-008403-000 1/2X3 REDI-CLMP EA 3.73
15640 9 P009978 7.22E+10 245-010503-000 3/4X3 REDI-CLMP EA 3.81
1310 1 2.45E+11 7.22E+13 245-010503-001 3/4X3 REDI-CLMP EA 3.78
1350 1 P009979 7.22E+10 245-010506-000 3/4X6 REDI-CLMP EA 7.07
15650 9 P009981 7.22E+10 245-013203-000 1X3 REDI-CLAMP EA 4.17
1290 1 2.45E+11 7.22E+13 245-013203-001 1X3 REDI-CLAMP EA 4.14
1470 1 P009982 7.22E+10 245-013206-000 1X6 REDI-CLAMP EA 7.52
1340 1 P040051 7.22E+13 245-013206-001 1X6 REDI-CLAMP EA 7.52
1320 1 S009141 7.22E+10 245-016603-000 1-1/4X3 REDI-CL EA 4.25
1360 1 P009986 7.22E+10 245-016606-000 1-1/4X6 REDI-CL EA 7.92
15660 9 P009987 7.22E+10 245-019003-000 1-1/2X3 REDI-CL EA 4.6
1330 1 7.22E+13 245-019003-001 1-1/2X3 REDI-CL EA 4.56
1480 1 P009988 7.22E+10 245-019006-000 1-1/2X6 REDI-CL EA 8.61
1370 1 7.22E+13 245-019006-001 1-1/2 REDI-CLMP EA 8.61
15670 9 P009992 7.22E+10 245-023803-000 2X3 REDI-CLAMP EA 5.02
1300 1 2.45E+11 7.22E+13 245-023803-001 2X3 REDI-CLAMP EA 4.99
1490 1 P009998 7.22E+10 245-023806-000 2X6 REDI-CLAMP EA 9.04
1150 1 P031522 7.22E+13 245-023806-001 2X6 REDI-CLAMP EA 9.04
16020 9 7.44E+13 1/2X4 1/2 CPLG 411-008401-015 EA 14.31
16030 9 411-1084 7.44E+13 411-010501-015 3/4X4-1 /2 CPLG EA 16.31
16040 9 411-1142 7.44E+13 411-013201-015 1X5 STL CPLG EA 17.64
16050 9 7.44E+13 1-1 /4X5 CPLG 411-016601-015 EA 18.04
16060 9 411-1266 7.44E+13 411-019001-015 1-1/2X5 CPLG EA 19.25
16070 9 411-1449 7.44E+13 411-023861-015 2 STL CPLG EA 21.75
16100 9 S009218 7.44E+13 411-028801-015 2-1/2X5 CPLG EA 63.78
9040 1 0008183 7.44E+13 411-035010-003 3X12 STL CPLG EA 78.52
8330 1 P010282 7.44E+13 411-035051-003 3X5 STL CPLG EA 43.45
16120 9 411-1951 7.44E+13 411-045002-015 4X7 STL CPLG EA 85.05
19770 88 0008186 7.44E+13 411-045010-003 4X12 STL CPLG EA 89.05
16080 9 BC04AD44 7.44E+15 441-05450510-900 4 OMNI CPLG EA 41.98
16090 9 P029217 7.44E+15 441-07650722-900 6 OMNI CPLG EA 53.8
16110 9 P029218 7.44E+15 441-09850945-900 8 OMNI CPLG EA 68.01
16130 9 BC10AD44 7.44E+15 441-12201160-900 10 OMNI CPLG EA 94.42
16140 9 BC12DD4~ 7.44E+11 441-1350-900 12 OMNI CPLG BXB EA 113.7
8650 1 COUP-BOI 7.45E+12 461-08540960-000 8 QUANTUM EA 149.21
19780 88 0008203 7.49E+13 913-08630800-003 8 FLG ADPT EA 265
920 1 CC03S522 7.45E+11 525-010500-003 3/4 COMP CPLG EA 9.34
860 1 CC04S522 7.45E+11 525-013200-003 1 COMP CPLG EA 10.55
930 1 CC05S522 7.45E+11 525-016600-003 1-1/4 COMP CPLG EA 13.72
940 1 CC06S522 7.45E+11 525-019000-003 1-1/2 COMP CPLG EA 15.51
870 1 CC08S522 7.45E+11 525-023800-003 2 COMP CPLG EA 19.25
1380 1 P010255 7.43E+08 274-0480-000 4 BELL JT CLAMP EA 80.64
1390 1 BJLC0627~ 7.43E+08 274-0690-000 6 BELL JT CLAMP EA 88.81
1400 1 BJLC0827~ 7.43E+08 274-0905-000 8 BELL JT CLAMP EA 122.72
1410 1 P010258 7.43E+08 274-1110-000 10 BELL JT CLMP EA 154.19
1420 1 P010259 7.43E+08 274-1320-000 12 BELL JT CLMP EA 166.78
16150 99 14BJC 7.43E+08 274-1530-000 14 BELL JT CLMP EA 583.76
1430 1 BJLC1627 ~ 7.43E+08.274-1740-000 16 BELL JT CLMP EA 236.75
1440 1 20BJC 7.43E+08 274-2160-000 20 BELL JT CLAMP EA 382.07
1450 1 P010263 7.43E+08 274-2580-000 24 BELL JT CLAMP EA 435.12
6880 1 7206WG 6 GASKET WEDGE 3038-0057-001 EA 15
6870 1 7208WG 8 GASKET WEDGE 3038-0075-001 EA 16
1080 1 CRO3000 ~74SB3000S000-00030009-0751-1/2GSKT EA 7.05
1050 1 CRO3009 ~ 74SB3009; 000-00030092-075 2 ADPT GSKT EA 7.26
1070 1 CRO3064 C 74SB30641000-00030640-075 3/4 ADPT GKST EA 4.47
1040 1 CRO3064174SB3064'000-00030641-0751 ADPTGSKT EA 4.71
1060 1 G0003064:74SB3064;000-000030642-075 1-1/4 GSKT EA 5.36
1230 1 72SS3183(16X12 SS3-18.30X12 CLAMP EA 300.38
1250 1 72SS3228(20X12 SS3-22.80X12 CLAMP EA 351.02
1270 1 72SS3270124X12 SS3-27.00X12 CLAMP EA 442.19
16160 99 FC2360-4c 74FC2A03~ FC2A-360-420 TRANS CAST CPLG EA 32.36
6480 1 72SS1H02 2X8 SS1-H-2.50X8 EMER. CLAMP EA 44.44
6490 1 72SS1H04 2X12 SS1-H-4.50X12 EMER.CLAMP EA 50
16170 9 POWERM~ 74350606 6 3506 (6.25-7.45) POWERMAX EA 114.72
20050 1 6FCA301 R 743010690 6 FLG CPLG ADPT(R)JCM-301-690 EA 155
8090 1 8FCA301 R 74301090 8 FLG CPLG ADPT(R)JCM-301-905 EA 217.11
16180 99 720CPLG13105S650(1/2 LONG GALV CPLG 65-0030-003 EA 10.19
19760 88 HYMAX6A 7,42E+12 2000-0748-260 6 HYMAX CPLG EA 131.78
990 1 HYMAX08 7.42E+12 2000-0980-260 8 HYMAX CPLG EA 149.21
1010 1 HYMAX12~ 7.42E+12 2000-1441-260 12 HYMAX CPL OS EA 284.17
1020 1 HYMAX16 7.42E+12 2000-1920-260 16 HYMAX CPLG EA 589.22
970 1 HYMAX4A 7.43E+11 2000-0511-260 4 HYMAX CPLG EA 92.73
980 1 6HYMAXC 7.43E+11 2000-0768-260 6 HYMAX CPLG EA 131.76
8640 1 8HYMAXC 7.43E+11 2000-0984-260 8 HYMAX CPLG EA 149.21
1000 1 10HYMAX 7.43E+11 2000-1200-260 10 HYMAX CPLG EA 197.3
1030 1 7426220 20 HYMAX CPLG EA 750
16190 9 0038-0188 7.44E+10 3X7 DR CPLG 38-0188-013 EA 60.99
16260 99 CC02S65L 3105S650(1/2 STYLE 65 REG GALV CPLG EA 14.44
16230 99 720CPLG3 3107S650(3/4 DRESSER CPLG STYLE 65 EA 10.29
16200 99 S001501 3107S650(3/4 LONG GALV CPLG 65-0031-003 EA 7.65
16240 99 P007647 3110S650(1 STYLE 65 REG GALV CPLG EA 10.76
16210 99 CCO4S65L 3110S650(1 LONG GALV CPLG 65-0032-003 EA 8.71
16220 99 CC05S65L 3112S650(1-1/4X6 GALV CPLG 65-0033 1.66 EA 10.24
16270 99 CCO6S65L 3115S650(1-1/2 LG GALV CPLG 65-0034-003 EA 15.49
16250 99 S001505 3120S650(2 LONG GALV CPLG 65-0035-003 EA 13.94
6300 1 91015720 1-1/2 720A PRESSURE VACUM BRKR EA 125.4
6270 1 440 9204040 4 RED VLV SERIES 40 PRESSURE EA 1034.79
19900
88 90GS3G GS3 GREEN ENCLOSER
EA 355
16280 9 S015384 90007810 810 3/4 DUAL CHECK VALVE EA 10.06
7780 1 FEB825Y. i 90007825ti 825YBV 3/4 RP BKFLOW W/BV EA 105.88
9060 1 FE6825YB 900108251825YBV 1 RP BKFLOW W/BV EA 123.75
19920 1 90007007A 007M3DC 3/4 DBL CHK BFP EA 53.89
19800 88 P011167 900077U2: 7U2-2 3/4 DUAL CHK VLV #7 EA 16.95
16290 99 0002474 900078A 8A 3/4 VACUUM BREAKER EA 18.75
19810 88 17U22 900107U2:7U2-2 1 BACKFLOW PREVENTOR EA 16.99
16300 99 N001180 90010909( 909OT 1 WATTS RP BFP W/VLVS EA 163.93
16320 99 N001181 90015909C909QT 1-1/2WATTS RP BKFLOW EA 274.41
19820 88 90020860E 860 2 RPZ BFP W/BV EA 195.92
16310 99 N001182 900209090 909OT 2 WATTS RP BKFLOW PREV EA 195.92
19830 88 2942E 91020942E 2 942E AIR RELEASE VLV W/BF EA 1044
6230 1 6AM1 DCVI 900601 DC' 6 AMES 1000-DCV EPOXY W/BYPASS EA 416.67
6240 1 P028253 900801 DC' 8 AMES 1000-DCV EPOXY W/BYPASS EA 760
6250 1 10AM1 DCV 901001 DC' 10 AMES 1000-DCV EPOXY W/BYPAS EA 992.22
8680 1 1A200 90010A20(1 A200 PVB PRESS. VAC BREAKER EA 46.5
460 1 HHCH313~ 90007HHC HHCH31-323 3/4 STRT DUAL CK EA 19.66
19840 88 015346 92CVC153 6#(15346 SPRING EA 56
9050 1 34CBRPB\ 9.00E+11 3/4 CONBRACO RP BKFLOW W/BV EA 105.88
16330 99 91010200E 1 # 200AP.1 AIR&PRIMER VLV EA 125
16340 99 P032371 91020200E 2 # 200A.2 AIR RELEASE VALVE EA 173.85
16350 99 91020959E 2 # 959-F AIF2/VAC VLV W/SS EA 1044
16360 99 90007720E 3/4 PRESS. VACUUM BREAKER 720A EA 50
16370 99 75RC655J1#655 MH R&C JEA LOGO EA 273.12
16380 99 75RC655J1 #655 MH R&C JEA LOGO EA 273.12
20060 1 170E5AS 75C170ES 170E COVER ONLY M/SAN SWR EA 64.4
16400 99 75FC655C # 655-CF-BWT MANHOLE F&C EA 275
20070 1 75R580CE USF 5800E RING ONLY EA 81.2
16390 99 75R655 USF 655 MANHOLE RING ONLY EA 84.44
16410 99 RAMNECK 76RAMNEi RAMNECK SEALANT (BOX) EA 37
16420 99 U025383 2706ADTP 6 (900 PVC MANHOLE ADAPTOR EA 33.41
16430 99 65HF93281 HIGHFIELD LOCKSEAL KEY EA 2.5
19540 88 65PLMPA~ 5' MPA54 MIGHTY PROBE EA 57.5
16440 99 PROBER( 65PR4 4' STEEL PROBE ROD EA 15.79
16450 99 PR5 65PR5 5' STEEL PROBE ROD EA 15.94
6740 1 AHW 65WAH ADJ FIRE HYDRANT WRENCH EA 13.64
7720 1 P036827 65005T52C 1/2X520' TEFLON TAPE EA 0.5
16480 99 S007799 6542A 42A HD PIPE CUTTER 32870 EA 118.68
16470 99 656DROPE A6 DROP BOWL DURAN A6DB EA 91.1
16460 99 6560DROF DROP BOWL HOOD F/6 DUF2AN INC. EA 58.8
19500 88 6WNTP 65060WN16 WING NUT TEST PLUG EA 9.81
19510 88 8WNTP 65080WN18 WING NUT TEST PLUG EA 22
19520 88 FS10WNTI65100WN110 WING NUT TEST PLUG EA 36.35
19530 88 12WNTP 65120WN112 WING NUT TEST PLUG EA 61.02
7730 1 W96968 6524HOOM 24 MANHOLE COVER HOOK FLAT EA 24
16490 99 67UMRW UTILITY MARKER RECLAIM WATER EA 19.68
16500 99 67UMSV UTILITY MARKER SEWER VALVE EA 19.68
16510 99 67UMWM UTILITY MARKER WATER METER EA 19.68
16520 99 67UMWV UTILITY MARKER WATER VALVE EA 19.68
7790 1 S001398 9614TWI2! 14GA INS. COP WIRE 2500' EA 200
16530 99 65MFP 4X5 PURPLE MARKING FLAG EA 4.35
19600 88 2DTW 67T02W 2X1000' DET TAPE WATER EA 17
16560 99 CROW BA 65UF3065130-650 PINCH POINT CROW BAR EA 23.39
16550 99 W110511 65UF4516' 45-161 LHSP UNION GOLD SHOVEL EA 18.95
16540 99 6536CABL CABLE TIES FOR 8 PIPE 36 LONG EA 0.24
16570 99 CSW03 65CSW03 3 FT CURB STOP SHUT OFF WRENCH EA 25.5
16580 99 CSW04 65CSW04 4 FT CURB STOP SHUT OFF WRENCH EA 26.5
16590 99 CSW05 65CSW05 5 FT CURB STOP SHUT OFF WRENCH EA 27
16600 99 65VOW5P 5' PRONG TYPE VLV WRENCH EA 42
19580 88 6EVK 65VOW6.5 3.5'-6.5' EXECUTIVE VALVE KEY EA 78.5
19590 88 9AVW 65VOW9.5 5'-9.5' EXECUTIVE VALVE KEY EA 89.5
16610 99 65VW5X9f 5'X10' ADJ/TELESCOP.VALVE KEY EA 92.05
16630 99 U015308 65CH0194 CHERNE 019458 REMO POLE ADPTR EA 33.02
16620 99 U015307 65CH0194 CHERNE 019473 REMO POLE EA 24.3
16640 99 U017942 65CH2753:6 -10 CHERNE 275-328 REMO PLG EA 213.07
16650 99 4.08E+14 65CH2753 8 -12 REMO REMOTE PLACEMENT EA 312.78
16710 99 MPL2 65MUPL2 PL2 DRILLING MACHINE EA 115
16680 99 MU50513 0 65MU5051 505130 1 FLARE MCH ADAP F/PL2 EA 40.94
16730 99 TOMU507' 65MU5071 507141 BORING BAR PL2 (509313) EA 182
16660 99 MPL25076 65MU5076 507632 3/4 ADP NIP FLR/CTS EA 37.96
16670 99 MPL25076 65MU5076 507633 1 ADP NIP FLR/CTS PL2/T EA 37.96
16720 99 MD5P501 565MU5280528087 1-1/2 SHL CUTR (501952) EA 175.5
16690 99 MD5P581 E65MU681958162511/16SHELLCUTR681919 EA 77.33
16700 99 MD5P581 E 65MU6819 581626 7/8 SHELL CUTTER 681920 EA 77.33
9260 1 IGRSMU8f 65MU8836 88366 CUTTING GREASE EA 11.71
16800 99 DMA17 65FDDMA' DMA 1-7 2 FIPT ADAPTER EA 29.24
16740 99 DMA23 65FDDMA: DMA2-3 3/4 FLARE ADAPTER EA 9.47
16750 99 DMA24 65FDDMA: DMA 2-4 FLARE COPPER ADAPTER EA 9.47
16780 99 DMA26 65FDDMA: DMA-26 1-1/2 FLARE ADAPTER EA 23.8
16810 99 DMA2? 65FDDMA: DMA-27 2 FLARE ADAPTER EA 29.24
16840 99 DMA67 65FDDMA(DMA-67 ARBOR F/DMBB 67 B BAR EA 74.2
16820 99 DMB 65FDDMB DMB BODY ONLY FORD EA 33.89
16870 99 DM663 65FDDM61 DMBB-3 BORING BAR EA 92.56
16890 99 B64A 65FDDMBI DMBB-4A FORD BORING BAR F/77 EA 101.58
16850 99 DMD3 65FDDMD; DMD-3 11/16 DRILL F/77 MACHINE EA 85.21
16760 99 DMHF 65FDDMHI DMHF HANDWHEEL & FEEDSCREW EA 18.89
16790 99 DMHS6 65FDDMH~ DMHS-6 HOLE SAW EA 28.69
16830 99 DMHS7 65FDDMH~ DMHS-7 1-7/8 HOLE SAW FOR #77 EA 36.99
16860 99 DMSC3 65FDDMS~ DMSC3 11/16 CUTTER/PVC(3/4) EA 89.61
16900 99 DMSC6D1 65FDDMS~ DMSC-6-DI 1-3/8 SHELL CUTTER EA 143.53
16910 99 DMSC7D1 65FDDMS~ DMSC-7-DI 1-7/8 SHELL CUTTER EA 161.27
16920 99 DMSC7PV 65FDDMS~ DMSC7PVC 1-7/8 CUTTER F/PVC EA 190.77
16770 99 DMY 65FDDMY DMY YOKE EA 21.44
16880 99 DMSC4A 65FDMSC~ DMSC4A 7/8 CUTTER F/DMBB-4A EA 96.02
19550 88 CW15 65RECW1 15 ADJUSTABLE WRENCH CW15 EA 40.1
7710 1 HS25 65REHS2C CUTTER WHEEL HS21/2 03502 EA 8.45
16970 99 REL150L2~ 65REL1501 RE L150 HANDLE W/L20 SOCKET EA 57.11
6730 1 L20 65REL20 1-1/4 REED SOCKET L20 EA 29.06
6720 1 L2017 65REL201~ 1-1/4X1-1/16 RATCHET L2017 EA 62.45
6750 1 MW1-1/4 65REMW1 RE 02281 METER WRENCH MW 1-1/4 EA 69.63
16960 99 MW34 65REMW3 REED METER WRENCH MW 3/4 EA 55.79
8610 1 RS1 65RERS1 RATCHET SHEARS 1-1/2 CTS RS1 EA 64.5
6710 1 RS2 65RERS2 RATCHET SHEARS 2 IPS RS2 EA 92.4
16930 99 RW010 65RERWC 10 OFFSET PIPE WRENCH RWO-10 EA 27.81
16940 99 N005336 65RERWC 14 OFFSET PIPE WRENCH RWO-14 EA 36.58
16950 99 RW018 65RERWC 18 OFFSET PIPE WRENCH RWO-18 EA 54
9270 1 P011945 65RERW1.14 HVY DUTY PIPE WRENCH RW14 EA 26.5
6760 1 RW8 65RERW8 8 HEAVY DUTY PIPE WRENCH RW8 EA 12.51
9280 1 65REVWA VWAPL1 REED ALUMINUM WHEEL WRI EA 24
19560 88 RIGID128~65R11493 1493 PIPE & TUBE CUTTER 12831 EA 116
17040 99 0009850 65R1205TC #205 TUBING CUTTER 33055 EA 57.96
17020 99 U025182 658122086 BLADE W/CLIP F/1493 22086 EA 28
16990 99 U022878 658131000 6 RIDGID HD WRENCH 31000 EA 11.08
17000 99 31005 658131005 8 RIDGID HD WRENCH 31005 EA 12.91
6770 1 31010 65813101010 RIDGID HD WRENCH 31010 EA 17.1
6780 1 31015 65813101512 RIDGID HD WRENCH 31015 EA 19.75
6790 1 31020 65813102014 RIDGID HD WRENCH 31020 EA 22.5
6810 1 31025 65813102518 RIDGID HD WRENCH 31025 EA 32.22
6830 1 31030 658131030 24 RIDGID HD WRENCH 31030 EA 50.67
6700 1 W92758 658132925 #15 HD TUBE CUTTER 32925 EA 25.69
16980 99 33105 658133105 F3 1 &2 HD CUTTER WHEEL 33105 EA 7.25
19570 88 F158CW 658133160 F158 CUTTER WHEEL 33160 EA 5.1
6800 1 N016150 658189435 14 OFFSET PIPE WRENCH 89435 EA 36.58
6820 1 89440 65818944018 OFFSET WRENCH 89440 EA 54
17030 99 N019713 658191125138 RI TUBING CUTTER 91125 EA 52.89
17010 99 R1138BLA[ 658192170 RIDGE # 138 CUTTER BLADE 92170 EA 25.11
17050 99 658198990 RIDGID # 98990 BOLT CUTTER EA 105.98
17060 99 W107249 66HL6842' 68421 DI BLADE HOMELITE EA 6.14
17070 99 66HL9866:66HL0445:32:1 HOMELITE MIX OIL 04455 EA 1.2
8620 1 T03FM 67T03FM 3X1000' DET TAPE FORCE MAIN EA 28
7020 1 DEMSBMV 671403W 1403 EMS BALL MARKER-WATER EA 9
7030 1 DEMSBM~ 671404S 1404 EMS BALL MARKER-SEWER EA 9
17080 99 511LW 65LW511 #511 RATCHET SET-LOWELL EA 221.25
17090 99 45GMF 6545GMF 4X5 GREEN MARKING FLAG EA 4.4
8600 1 HOOK 65PLP553 P553 2FT MANHOLE COVER HOOK EA 18
17100 99 HYDWRE~ 65PLP665: P-665-2 CAD HYD WRNCH & SPANNR EA 17.6
19850 88 BILGEPUN 94136PF6 136PF6 BILGE PUMP W/6' HOSE EA 36.48
17110 99 W91573 9430AA 3 PART A ALUM ADAPTER EA 8.03
17140 99 3C 9430AC 3 PART C ALUM COUPLER EA 13.93
17130 99 6103RD 9430AD 3 PART D ALUM COUPLER EA 10.66
17120 99 3E 9430AE 3 PART E ALUM ADAPTER EA 9.98
17150 99 6104AE 9440AE 4 PART E ALUM ADAPTER EA 19.05
17160 99 HOSF04Q 19440AF 4 PART F ALUM MALE ADAPTER EA 19.4
17170 99 6104AMF 9440AMF 4 PART B ALUM COUPLER EA 19.4
17190 99 6104C 9440C 4 PART C ALUMINUM COUPLER EA 20.74
17180 99 6104D 9440SD 4 PART D ALUM CPLG EA 20.69
17200 99 6106AA 9460AA 6 PART A ALUM ADAPTER EA 28.88
17210 99 9460AE 6 PART E ALUM ADAPTER EA 38.78
6910 1 PRS 96RSPT5 1 PT CAN RECTORSEAL NO 5 EA 10.5
17220 99 96TW10D. JEA 10 GA OF LOCATE WIRE EA 0.08
540 1 DTW 9614TW 14GA COPPER WIRE (FT) FT 0.08
19860 88 9610UF10110 GAUGE WIRE UF10-1 BLUE FT 0.12
17270 99 96PAINTBI BLUE UPSIDEDOWN PAINT 20 OZ EA 2.39
17280 99 96PAINTBI BRILLANT BLUE UPSIDEDOWN PAINT EA 2.39
17340 99 15659MS1 96PAINTG GREEN-MARKING PAINT FLORESCENT EA 3.4
17230 99 96PAINTG GRAY ENAMEL GLOSS PAINT #98-43 EA 1.56
17240 99 96PAINTG GREEN ENAMEL GLOSS PAINT 1602 EA 1.56
17350 99 96PAINTG ALERT ORANGE UPSIDEDOWN PAINT EA 3.45
17330 99 96PAINTP~ PURPLE-PANTONE UPSIDEDOWN EA 2.67
17300 99 96PAINTR FLOURESCENT RED UPSIDEDOWN EA 2.39
17250 99 96PAINTR RED ENAMEL GLOSS PAINT 1602 EA 1.56
17260 99 96PAINTV\ WHITE ENAMEL GLOSS PAINT 16 OZ EA 1.56
17310 99 96PRIMER PRIMER GRAY 1602 SEYMOUR EA 2.61
17320 99 96PRIMER RED PRIMER PAINT 16 OZ EA 2.61
17360 99 BRICK 96BRICK GRADE B BRICK EA 0.25
18610 88 PINTCLEA 29APCP CLEANER- PVC- PINT EA 3.1
18620 88 30893 29APCPR; CEMENT-30893 RAIN OR SHINE -PT EA 3.75
17370 99 CLNRQT 29APC0 CLEANER- PVC - QUART EA 2.56
6860 1 U010126 29APC05P CLEANER- PVC - 1/2 PINT EA 1.57
17410 99 GALCG 29APGG CLEAR PVC CEMENT /GALLON EA 16.31
18630 88 W99983 29APGP3C PT.#30893 PVC CEMENT FAST BLUE EA 3.56
5830 1 CMENTQT 29APG0 CLEAR PVC CEMENT /QUART EA 3.56
18640 88 QUARTGL 29APGQBI CEMENT- RED HOT BLUE -QUART EA 4.72
6850 1 QTBGRS 29APGQBI OT PVC BLU CEMENT RAIN-R-SHINE EA 4.72
17390 99 29APG02' E-Z WELD 216 PVC CEMENT QT QT 6.68
17400 99 QCEM 29APG03' OT.#31105 PVC CEMENT HD GRAY EA 7.18
17380 99 BLUED 29APGQ7~ CEMENT - 721 BLUE -QUART EA 5.79
6840 1 S003949 29APG05FCLEAR PVC CEMENT 1/2 PINT EA 2
9110 1 GALL 29APLG LUBE 1 GAL F/WTR/SWR PIPE EA 9
20140 1 LQ 29APLQ 1 OT LUBE F/WATER/SEWER PIPE EA 3.7
18650 88 APPPP 29APPPP PRIMER- PURPLE -PINT EA 3.22
18660 88 MEKQT 29APPQP PRIMER- PVC PURPLE -QUART EA 3.35
17420 99 FLAG 96FTOR FLAG TAPE ORANGE EA 0.95
17430 99 P011456 96CEMEN' 94 LB BAG CEMENT EA 6.75
19880 88 96CONC6(60# BAG REDI-MIX CONCRETE MIX EA 2.75
19890 88 PORTLANI 96PORTL~ PORTLAND CEMENT EA 6.75
17440 99 IPRECO50 96THOR0~ 5 GAL PAIL THOROC PLUG (50LB) EA 19.5
9300 1 CMPPJPT; 96CMPPJF PINT PIPE JOINT COMPOUND UNYTE EA 8.68
17450 99 9652003M 3M 5200 MARINE SEALANT EA 9.99
19870 88 NEVER SE 968NS 8 OZ NEVER-SEIZE ANTI&LUB COMP EA 7.5
7340 1 25CCS069 6X16 CTR CASING SPACER CCS-690 EA 61.25
18230 88 CS0816D~ 25CCS090 8X16 CTR CASING SPACER CCS-905 EA 57
7350 1 1220CSD~ 25CCS132 12 DI X 20 STD CASING SPACER EA 65.5
17460 99 U010222 96HYDPN-HYDRANT PAINT YELLOW EA 11.12
1500 1 FIG-600-6 9606SC60i 6 STELLAR CLAMP F/DI EA 31.76
1510 1 FIG-600-8 9608SC60i 8 STELLAR CLAMP F/DI EA 45.88
17470 99 FENCEO4 96FENCE< ORANGE SAFETY FENCE 4'X100' EA 21.18