R-2016-3313 - 3/24/2016RESOLUTION NO. R-2016-3313
WHEREAS, the City of Round Rock ("City") desires to contract for the provision of repair
and maintenance parts and associates services for water lines and wastewater lines; and
WHEREAS, the Local Government Code allows an exemption in Section 252.022(a)(2) to
competitive bidding requirements if the procurement of the item is "necessary to preserve or protect
the public health or safety of the municipality's residents;" and
WHEREAS, the City has the obligation to protect the health, safety and welfare of its citizenry
by procuring various parts for the repair and maintenance of water lines and wastewater lines, and
WHEREAS, the procurement of parts for the repair and maintenance of water and wastewater
lines is therefore exempt from competitive bidding requirements; and
WHEREAS, Ferguson Enterprises, Inc. dba Ferguson Waterworks has submitted its proposal
to provide selected parts at reasonable pricing, and
WHEREAS, the City Council wishes to contract with Ferguson Enterprises, Inc. dba Ferguson
Waterworks Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the City Council finds that all goods and services related to provision of repair and
maintenance parts for water lines and wastewater lines are procurements necessary to preserve or
protect the public health or safety of the residents of the City, and as such fall under the general
exemption to competitive bidding requirements cited in Texas Local Government Code Section
252.022(a)(2).
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Provision of Repair and Maintenance Parts and Services for Water Lines and
Wastewater Lines From Ferguson Enterprises, Inc. dba Ferguson Waterworks, a copy of said
Agreement being attached hereto as Exhibit "A" and incorporated herein.
0112.1604;00353572
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 24th day of March, 2016.
ATTEST:
SARA L. WHITE, City Clerk
0)
City of Round Rock, Texas
EXHIBIT
CITY OF ROUND ROCK AGREEMENT
FOR PROVISION OF REPAIR AND MAINTENANCE PARTS
AND SERVICES FOR WATER LINES AND WASTEWATER LINES
FROM FERGUSON ENTERPRISES, INC. dba FERGUSON WATERWORKS
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS
KNOW ALL BY THESE PRESENTS:
This Agreement for provision of repair and maintenance parts and associated services for
water lines and wastewater lines, referred to herein as the "Agreement," is made and entered into
on this the day of the month of , 2016, by and between the CITY OF
ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main
Street, Round Rock, Texas 78664, referred to herein as "City," and FERGUSON
ENTERPRISES, INC. dba FERGUSON WATERWORKS, whose office address is 200 Park
Central, Georgetown, Texas 78626, referred to herein as "Vendor." This Agreement supersedes
and replaces any previous agreements between the named parties, whether oral or written, and
whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to contract for the provision of repair and maintenance parts
and associated services for water lines and wastewater lines, and City desires to purchase same
from Vendor; and
WHEREAS, the Local Government Code allows an exemption in Section 252.022(a)(2)
to competitive bidding requirements if the procurement of the item is "necessary to preserve or
protect the public health or safety of the municipality's residents;" and
WHEREAS, the City of Round Rock has the obligation to protect the health, safety and
welfare of its citizenry by procuring various parts for the repair and maintenance of water lines
and wastewater lines; and
WHEREAS, the procurement of parts for the repair and maintenance of water and
wastewater lines is therefore exempt from competitive bidding requirements; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
00351741/ss2
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties
mutually agree as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and Vendor is obligated to sell same.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Services mean work performed to meet a demand or effort by Vendor to comply
with promised delivery dates, specifications, and technical assistance specified.
F. Vendor means Ferguson Enterprises, Inc. dba Ferguson Waterworks, or any of its
corporate structures, successors or assigns.
2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein, or until terminated or extended as provided herein.
B. The term of this Agreement shall be for five (5) consecutive twelve-month
periods from the effective date hereof. After that term, this Agreement may be extended for
successive terms of twelve (12) months each, not to exceed in the aggregate two (2) such
extensions, with such extensions to occur on or before the expiration date of the preceding term,
and with such extensions being absolutely predicated upon the express written agreement of both
parties. Such extensions are permitted only provided if Vendor has performed each and every
contractual obligation specified in this original Agreement.
2
C. Prices shall be firm for the duration of this Agreement and for any extension
periods. No separate line item charges shall be permitted for invoicing purposes, including but
not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other
extraneous charges.
(1) City may permit "unit price" adjustments upwards not to exceed five percent
(5%) per year of the original unit price on those items bid as "Per Unit." Such price
adjustment shall be only as a result of a cost increase in accordance with the Producers
Price Index (PPI) at http://stats.bis.p-iv/ppi/. Any price increase shall be requested by
Ferguson in writing and accompanied by the appropriate documentation (to include the
supporting PPI information for that item) to justify the requested increase, and shall
conform to allowable percentage changes and to all requirements delineated in this
Agreement and in Exhibit "A." Ferguson may offer price decreases in excess of the
allowable percentage change at any time.
(2) For items bid as a "Cost Plus Percentage" a price increase is not applicable
or allowable, as the cost of the item is a direct pass-through to City. A copy of the
associated manufacturer invoice shall be submitted with invoice to City for said items.
No price increase shall be permitted on the mark-up percentage.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The goods which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in fall.
4.01 SCOPE OF WORK
Vendor shall satisfactorily provide all deliverables and services described in Exhibit "A"
within the contract term specified. A change in the Scope of Services and any additional fees
related thereto must be negotiated and agreed in all relevant details, and must be embodied in a
valid Supplemental Agreement as described herein.
5.01 COSTS
City agrees Vendor shall be the exclusive provider of the bid items specified in Exhibit
"A" for the term of this Agreement. City agrees to pay Vendor the amounts set forth in Exhibit
"A" for the various bid items purchased by the City on an as -needed basis.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then -current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty (30) days of the date City receives goods
under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to
payments made by City if.
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor,
or supplier about goods delivered or the service performed that causes the payment to be late; or
B. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed that causes the
payment to be late; or
C. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
El
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without incurring any
liability to Vendor if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Vendor or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8
of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain same from another source or supplier(s).
12.01 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements set forth at:
http://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Michael Thane
Director of Utility and Environmental Services
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
(512) 218-3236
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
5
15.01 DEFAULT
If Vendor abandons or defaults hereunder and is a cause of City purchasing the specified
services elsewhere, Vendor agrees that it will not be considered in the re -advertisement of the
service and that it may not be considered in future bids for the same type of work unless the
scope of work is significantly changed. Vendor shall be declared in default of this Agreement if
it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
hereunder;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terniinate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, in the event of
material and substantial breach by City, or by written mutual agreement to terminate.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after notice of termination, Vendor shall
submit a statement detailing the goods and/or services satisfactorily performed under this
Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if
undisputed. The parties agree that Vendor is not entitled to compensation for services it would
have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
D
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all federal and state laws, City's Charter and Ordinances, as amended, and with all
applicable rules and regulations promulgated by local, state and national boards, bureaus and
agencies.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-
152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal
Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas
Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination
System (TPDES). The Services Provider agrees to perform all operations on City -owned
facilities in compliance with the City's Illicit Discharge Ordinance to minimize the release of
pollutants into the MS4. The Services Provider agrees to comply with of the City's stormwater
control measures, good housekeeping practices and any facility specific stoimwater management
operating procedures specific to a certain City facility. In addition, the Services Provider agrees
to comply with any applicable TCEQ Total Maximum Daily Load (TMDL) Requirements and/or
I -Plan requirements.
19.01 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
7
Notice to Ferguson:
Ferguson Enterprises, Inc. dba Ferguson Waterworks
200 Park Central
Georgetown, TX 78626
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
City and Vendor. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Provider hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
such void provision shall be deemed severed from this Agreement, and the balance of this
Agreement shall be construed and enforced as if this Agreement did not contain the particular
portion or provision held to be void. The parties further agree to amend this Agreement to
replace any stricken provision with a valid provision that comes as close as possible to the intent
of the stricken provision. The provisions hereof shall not prevent this entire Agreement from
being void should a provision that is of the essence of this Agreement be determined to be void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
GG
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Printed Name:
Title:
Date Signed:
For City, Attest:
By:
Sara L. White, City Clerk
10
Ferguson Enterprises, Inc.
dba Ferguson Waterworks
By:
Printed Name:
Title:
Date Signed: o t
For City, Approved as to Form:
Stephan L. Sheets, City Attorney
-
,, i r,-7 Hi;5capv;Nn- nPriced Scooe as of Dec -30-15. 8:06 AM
HIML
OU. 0 10
job Name:
Waterwo
Customer:
WO Park Central Blvd
EXHI Customer PO:
3eorgetown, TX
Ferguson Project Manager:
'hone:
(S12) 930-2262
Ferguson Project Manager Email:
ax:
(512) 930-2388
-
Ferguson Project Manager Phone:
#
3
6
7
. . . . . . . . . . . . . .
8
P40BEPD20
1/2X20 FT PVC
% c
9
10
P40BEPF20
3/4X20 PVC S4
% c
11
12
P40BEPG20
1X20 PVC S40 BE PIPE
+5% Ic
13
14
P40BEPJ20
1- 1/2X20 FT PVC S40 BE PIPE
+5% c
is
=
='
-
16
P40BEPK20
12X20 FT PVC S40 BE PIPE
+5% c
17
18
P40 BEPM20
13X20 FT PVC S40 BE PIPE
+5% c
19
J�M
20
IP40BEPP20
4X20 FT PVC S40 BE PIPE
+5% c
21
22
IP40.S,FAP
4 PVC S40 SXF ADPT
$ 2.34 EA
23
24
IP40BEPL20
12-1/2X20 FT PVC S40 BE PIPE
+5% c
25
26
DR.14BPX
8 C900 DR14 PVC GJ BLUE PIPE
+5% FT
27
28
_IDR14BP12
112 C900 DR14 PVC GJ BLUE PIPE
+5% FT
29
30
IPR18BP14
14 C905 DR18 CL235 PVC GJBLUE PIPE
1
+5% FT
31
32
IDR18BP16
16 0905 DR18 CL235 PVC G) BLUE PIPE
+5% FT
33
34
AFT35OPP
14 CL350 CL DI FASTITE PIPE
$ 13.20 FT
M1
36
AFT350PU
6 CL350 CL DI FASTITE PIPE
$ 12.87 FT
0
38
IAFT350PX
18 CL3 50 CL DI FASTITE PIPE.
$ 16.06 FT
40
IAFT85OP12
112 CL350 CL D.1 FASTITE PIPE
$ 26.46 FT
41
42
IAFT25OP16
116 CL250 CL DI FASTITE PIPE
$ 39.60 FT
43
44
AFT250P.20
20 CL250 CL DI FASTITE PIPE
$ 54.34 FT
46
IAFT20OP24
]24 CL200 CL DI FASTITE PIPE
t,
$ 68.20 FT
47
�AFT15OP30 CL15.0 CL DI FASTITE PIPE
24
Page 1 of 20
Page 2 of 20
Page 3 of 20
107
108
MJCRLAXU
8X6 MJ C188 CRS L/A
$
107.81 EA
109
110
MJTLAX
8'MJ C153 TEE L/A
$
106.85 EA
111
112
MJSCAPLAP
14 MJ C153 SLD CAP L/A
$
11.02 EA
113
114
MJSCAPLAU
6 MJ C153 SLD CAP L/A
$
19.65 EA
115
116
MJSCAPLAX8
MJ 0153. SLD CAP L/A
$
32.10 EA
117
118
MJSCAPLA12
12 MJ C153 SLD CAP L/A
$
61.33 EA
119
.,�'- tom; �k ��• �;; . �<
120
MJTLAXU
18X6 MJ C153 TEE L/A
$
88.65 EA
121
122
IMJAPP
14 MJ C153 ACCP PK W/GLND
$
10.65 EA
123
124
IMJAPU
6 MJ C153 ACCP PIt W/GLND
$
14.53 EA
125
126
IMJAPXY
18 MJ C153 ACCY PK W/GLND
$
16.46 EA
127
VR N x.
128
IMJAP12
12 MJ C153 ACCY PK W/GLND
$
24.69 EA
129
130
IMJAP16
16 MJ C153 ACCY PK W GLND
$
40.67 EA
131;
r
132
MJAP20
120 MJ C1S3 ACC PK
$
76.02 EA
133
134
MJAP24
124 MJ C153 ACC PK
$
106.53 EA
135
3
136
MJAP30
130 MJ C153 ACC PK
$
190.29 EA
137
138
SSLDE4
14 DT MJ WDG REST GLND ':ONELOK
,«
$
12.66 EA
139x=
140
SSLCE4
14 PVC WDG REST GLND *ONELOK
.•"u + n.
$
20.23 EA
141
142
ISSLDE6
16 DI MJ'WDG REST GLND *ONELOKt
i
14.62 EA
143
mFJ>
144
JSSLCE6
16 PVC WDG REST GLND *ONELOK
K
$
18.48 EA
145
146
18 DI MJ WDG REST GLND *ONELOK
$
22.69 EA
147w
148
18 PVC WDG REST GLND *ONELOK
i
$
27.59 EA
150
ISSLDE12
I 12. DI-MJ`WDG REST GLND *ONELOK
$
48.33 EA
151
152
SSLCE12
112 PVC WDG REST GLND *ONELOK
$
54.81 EA
153
1.54
SSLCE14
14 PVC WDG RESP' GLND *ONELOK
$
89.06 EA
155
3+
156
SSLDE16
116 DI MJ WDG REST GLND *ONELOK
$
88.51 EA
157
158
ISSLDE20
120.DI MJ WDG REST GLND *ONELOK
$
156.04 EA
159
160
SSLDE24
124 DI MJ WDG REST GLND *ONELOK
$
182.84 EA
161
;,��., '
162
SSLDEP30
130 DI MJ WDG REST GLND PK *ONELOK
$
545.33 EA
i�fN�t�'�i
Page 3 of 20
Paae 4 of 20
+yam ;
.,. • � 1 4C'• - } _
164
SSLC316. 116
PVC WDG.REST GI.ND *ONELOK
$
118.36 EA
165
166
INT113LFF I
LF 3/4 BRZ 125# THRD NRS GATE
+8%
EA
167
d. n4
168
1 NT113LPC
LF 1-BR2125#-THRD NRS -GATE
+8%
EA
169
170
INT113LFj
LF 1-1/2 BRZ 125# THRD NRS GATE
+8%
EA
171
NNIM
172
INT113LFK
LF 2 BRZ 125# THRD NRS GATE
+8%
EA
173
=�
174
AD040K
2 COMB AIR RELEASE VLV
$
296.60 EA
175
A
176
AFC2502SSOL
2 THRD RW DI OL GATE VLV
$
187.52 EA
177
178
AFC2504MMLAOL
4 MJ RW DI OL GATE VLV L/A
:., . ;:
$
307.27 EA
179
-
180
AFC2506MMLAOL
6 MJ RW DI OL GATE VLV L/A
ry
$
392.36 EA
181
`
-'
182
AFC2508"MMLAOL
8 MJ RW DI OL GATE VLV L/A
E r
$
624.53 EA
183
,r
184
AFC2512MMLAOL 112
MJ RW DI OL GATE VLV L/A
$
1,232.24
EA
185
186
AFC2514MMLAOL 114
MJ RW DI OL GATE VLV L/A
°•
$
3,943.22
EA
187
j. - � -
188
AFC2516MMLAOL
16 MJ RW DI OL GATE VLV L/AXs
.
$
3,906.25
EA
189
190
W3123000
AUSTIN PROPERTY OWNER VLV CVR
$
6.52
EA
191
192
SVB1491
VLV BX BOT C-5 AUSTIN,
$
40.64
_
EA
193
194
SVB1492
1AUSTIN VLV BX PAVING RNG C-6
$
14.99
EA
196
ISVB1490
JVLV BX CVR C-7 AUSTIN
wt
$
9.62
EA
> '
197{
198
ISVB1493
JAUSTIN VLV BX COLL C-8
$
11.79
EA
199
.: :.•.
200
IFLA0433GNL
ILF 3/4 LA04-33-G-NL 4.5 BEND
+8%
EA
201;
202
IFLO433GNL
LF 3/41,04 -33 -G -NL 90 BEND
,,„ x, , `
+8%
EA
203
204
FC4433GNLLF
3/4 CT5 X CTS GJ COMP COUP
' "''
+8/a
EA
205
�'
206
1 FC.4444GNL
LF 1 CTS X CTS GJ COMP COUP
x .
+8%
EA
207
208
FC4466GNL
ILF 1-1/2 C44 -66 -G -NL COUP
+8%
EA
209
1i
210
IFC4477GNL
LF 2 CTS COMP X CTS GRIP COMP CIS
+8%
Ea
211
212
IFC4434GNL
LF 3/4 CTS X 1 CTS GRIP COUP
Q
+8%
EA
213_x%.
214
IFC4446GNL
LF 1X1-1/2 C44 -46 -G -NL COUP
.,,
+8°%
EA
215
216
FC4467GNL
LF 1-1/2X2 C44 -67 -G -NL COUP+8%
EA
218
FC8433GNL
I LF 3:/4 MIP X 3/4 CTS G) COMP COUP
+8%
EA
n
117r -I A.Q. YrhlT
ILP 314 FTP X CTS GRIP COMP COUP
+8%
JEA
Paae 4 of 20
Pape 5 of 20
PrbdtictCocle/
1
Remain
p
Qty
22176
222
IFC8444GNL JLF
1 MIP X 1 CTS GRIP COMP C
I EA
223177
224
FC1444GNL
LF 1 FIP X CTS GRIP COMP COUP
+8%
EA
225
+
226
1 FC8466GNL
LF 1-1%2,MIP X CTS GRIP COMP COUP
+8%
EA
227
w,_ , a
:,,f=
228
FC16661DR7NL
LF 1-1/2 FIP X PE PJ COUP
'
+8%
EA
229
230
FC8477GNL
LF 2 MIF X CTS GRIP COMP COUP
+870
EA
_
232
FC1477GNL
LF 2 FIP X CTS GRIP COMP COUP.:
4'
+8%
EA
233
:.
234
FL4433G. NL
LF 3/4 CTS GJ COMP 90 BEND
+8%
EA
236
FL4444GNL
LF 1 CTS GJ COMP 90 BEND
+8%
EA
237
+ J
238
FL4466GNL
LF 1-1/2 CTS GJ 90 BEND
w' Y, +.
+8%
EA
239
240
FL4477GNL
LF 2 CTS GJ COMP 90 BEND
f j
0
+8/o
EA
'241
242
FC0433GNL
LF 3/4 FCTH X CTS GRIP COUP
E ��s
+8Y.
EA
243
I
244
FC0444GNL
LF 1 C04 -44 -G -NL COUP
;,-;y. ", m
+8%
EA
245
246
IFC0466.GNL
ILF 1-1/2 C04 -66 -G -NL COUP
+8%
EA
247
248
1 FC0477GNL
LF 2 C04-77-G-NL.COUP
,; }
+8%
EA
249
asst
250
IFLO444GNL
LF 1 L044 -44 -G -NL 90 BEND
+8/o
EA
251
ism
-
252
SP-FLO466GNL
1-1/2 FCT X CTS GJ 90 ELL
+8%
EA
253
254
FL0477GNL
LF 2 L04 -77 -G -NL 90 BEND
+8%
EA
255
256
FLA0444GNL
LF 1 LA04-44-G-NL 45 SEND
y, _
,_
+8%
EA
257
1
258
IFLA0466GNL
LF 1-1/2 LA04-66-G-NL 49 BEND
+8%
EA
259
k
260
1 FL0477GNL
LF 2 L04 -77 -G -NL 90 BEND
w
+8%
EA
261
262
IFT444333GNL
LF 3/4 CTS GJ COMP TEE
y„,.
+8%
EA
263
264
IFT444444GNL
LF 1 CTS'GJ COMP TEE
_ {
+8%
EA
266
FC2844NL
ILF 1 FLR.X MIP COUP
+8%
EA
267
�' -
268
IFC8434GNL
I LF 3/4X1 C84 -34 -G -NL COUP
k; ':
+8%
EA
269
270
IFC1434GNL
I LF 3/4X1 C14 -34 -G -NL COUP
r , ^ `
+8%
EA
271
272
IFY44264GN L
I LF 1-1/2 X1 CTS GRIP COMP WYE BRCH'
+8%
EA
273
�.
274
FY44274GNL
LF Y44 -274-G Y BRCH. CONN
+8%
EA
275
�'
F
276
FY28246NL
LF 1X1-1/2 Y28 -246 -NL Y BRCH CONN,
+8%
EA
')'77
Pape 5 of 20
Page 6 of 20
1141A 04 in U
i
278
FY2$247NL
LF 1X2'Y28-247-NL Y BRCH CONN
+8%
EA
279
280
IFU4843GNL
LF 1X3/4 CTS GJ X MIP U BRCH
+8%
EA
281
282
FU2843NL
*CVR* I:F U28=43=NL BRANCH PIECE
+8%
EA
283
F=
284
NL
LF 1X3/4 MIP X MIP U BRCH
+8%
EA
285
286
484365GNL
tSP-F
LF 1 CTS GJ X 3/4 MIP ANG U BRCH
"'"
+8%
EA
287
288
FU4863GNL
LF 1-1/2M/4 U48.63 -G -NL BRCH PC
= ' zY �`
+8%
EA
289
..
290
FKV43342WGNL
LF 1 CTS GRIPX3/4MTRANG KEYVLV_
+8%
EA
291
292
FB11333WNL
LF 3/4 FTP X.FIP. BALL CURB ST LW
`'
+8%
EA
293
_« , , ,
< .
294
FKV43332WGNL
LF 3/4• GTS GRIP X MTR ANG KEYVLV
„> ,v ; a
+8%
EA
f t .
296
FB43332WGNL
LF 3/4 CTS X MTR GRIP STRT BV
+8%
EA
297
G'N. u
298
FB13232WNL
LF 3/4 FIP X MTR STRT BALL CURB
299;.Pill
300
FKV13332WNL
LF 3/4 FIP X MTRANG KEY VLV
+8%
EA
301T
~
R
s..
302
FKV13444WNL
LF 1 FIP X MTRANG KEY VLV
303
304
FKV4344.4WGNL
LF 1 CTS COMP X MTR ANG KEY VLV
+8%
EA
305
306
FB43444WGNL
LF 1 MTR X CTS GJ BV
+8%
EA
307
308
FFV1366.6WNL�
LF 1-1/2 FIP X MTR FLG ANG KEY VLV
+8%
EA
309
310
FFV43777WGNL
LF 2 CTS GRIP X MTR FLG ANG KEY VLV
+8%
EA
311
t . '. • _f•:,.
F.. 2r �,
312
FFV13777WNL
LF 2 FIP X MTR FLG ANG KEY VLV
+8%
EA
313
314
FB11777HT67SNL I
LF 2 FIP X FIP BALL CURB ST W1 HDLG
z
+80.
EA
315
316
FB11.777WNL
LF 2 FIP X FIP BALL CURB ST LW
�51
+8%
EA
317
s��3
318
FB11666WNL
LF 1-1/2 FI:P X FIP BALL CURB ST LW
sri R,
+8%
EA
319
320
IFF7003NL
LF 3/4 MIP X FLR CORP
+8%
EA
322
FF7004NLI
LF 1 MIPX FLR CORP
%;i
+8%
EA
323
z�us� z
324
IFFB7006NL ILF
1-1/2 MIP X FLR BALL CORP
+8%
EA
325
,AM"
Ra
326
IFFB7007NL ILF
2 MIP X FLR.BALL CORP
z`u '_
+8%
EA
327
328
IFC38232NL
LF 3/4X2 MIP STRT MTR COUP
r „
+8%
EA
329
330
IFC382325NL
LF 3/4.X2-1/2 MIP STRT MTR COUPzt
+8%
EA
331
332
FC3823275NL
LF 3/4X2-3/4 MIP STRT MTR COUP
8%
EA
333
<r.
22a
Fr�aaa�ti�Kn►t.
TY1X7-5 /S MIP STRT MTR COUP
a :t fF� i
< .,�:� .,�-�>:,,,,
+8%
EA_
Page 6 of 20
Page 7 of 20
1
335
s
336
JFC384435NL
LF 1X3-1/2 MIP STRT MTR-, Coup
+8%
EA
337
K
338
IFC384485NL
LF 1 X 8-1/2 MIP STRT MTR COUP
1
+8%
EA
339
340
FC382385NL
LF 3/4X8-1/2 MIP STRT MTR COUP
, "
+8%
EA
342
FC771.1NLc
LF 1/2 PVC PJ X PVC Pj COUP
:` .',
+8%
EA
—43-
3344
344
FC7733NL
LF 3/4 PVC X PVC COMP COUP-,1
h i
+8%
EA
345___
EA
346
FC7734NL
LF 3/4X1 C77-34-NL COUP
+8%
348
FC7744NL
LF 1 PVC XPVC COMP PJ COUP
+8%
EA
349
- _ 7
350
FC7766NL
LF 1-1/2 PVC Pj X PVC Pj. COUP
+8%
EA
351
352
FC7777N L
LF 2 PVC Pj X PVC PJ COUP
+8%
EA
—TS —3
354
FC4733GNL
LF C47-33-G COUP
,.` :'.'<
+8%
EA
355
d•' z
356
FC4734GNL
LF 3/4X1 C47-34-G-NL COUP
r ;+�x a
+8%
EA
358
FC4743GNL
C47-43-G COUP+8%
EA
20M
360
FC4744GNL
VR* LF C47-44-G COUP
+8%
EA
361
362
FC4766GNL
*CVR* LF C47-66-G-NL COUP
+8%
EA
363
364
IFC4777GNL
*CVR* LF 2 CTS X PVC Gj COMP CO
+8%
EA
365
366
FB43342WORL
I LF 1X3/4 MTR X CTS GJ BV
+8%
EA
367
+
368
M1915
LF 1-1/2 DBL MTR FLG KIT*Z
$
38.98
EA
369
370
MID1925
LF 2 DI NEOP DBL WTR MTR FLG KIT *Z
$
40.61 EA
371
372
FB13444WNL
LF 1 FIP X MTR STRT BALL CURB LW
+8%
EA
373
374
FB81777WNL
LF 2 MIP X FIP CURB ST BV
+8%
EA
375
376
FF11003GNL
LF 3/4 MIP X CTS Gj CORP ST .
+8%
EA
377
378
FF1317004NL
LF 1 MIP X FIP BALL CORP
+8%
EA
379
380
GBRNKI2
I LF 2X12 BRS NIP GBL
$
46.18 EA
381A,+
382
WLFN45BM1UF
LF 3/4 NPT UNION X NPT FEM WTR PRV
$
34.30 EA
383
384
AX475250100B
3/4X100 CTS 250 PSI NSF BLK
+"►
$
0.20 FT
385
e
386
IAX41250100B
I 1X100 CTS 250 PSI NSF BLK
. .
$
0.32
FT
387c
293
388
AX41502501.0
-1/2X100 CTS 250 PSI NSF BLK
`- _- + +
$
0.71
FT
389
390
JAX42250100B
2X100 CTS 250 PSI NSF BLK1.15
FT
4Q1
---
Page 7 of 20
Page 8 of 20
1
392
393
394
S22600045007000
4X7-1/2 1B REP CLMP 4.45-4.73
$
62.48 EA
396
S22700045012000
4X12-1/2 2B REP CLP 4.44- 5:24
$
97.67 EA
397
rKwr zsc
r °it:.
398
IS22700048012000
4X12-1/2 2B REP CLP 4.74-5.57
$
96.26 EA
399
Yruc
400
S22600048012000
4X12-1/2 FC REP CLMP 4.74-5.14
$
63.48 EA
+
402
S22600048007000
4X7-1/2 1B REP CLMP 4.74-5.14:
$
38.90 EA
403
S
404
S22600066307000
6X7-1/2 1B REP CLMP 6.56-6.964`
$
44.92 EA
405
406
IS22600066312000
6X12-1/2.18 REP CLMP 6,56-6.96,
>�
$
72.14 EA
407
408
522600066315000
6X15 1B REP CLMP 6.56-6.96
-
$
94.78 EA
-7-09
e w
e,
4
410
RSS207641200
6X12 ALL SS REP CLMP 6.84-7.64*�
��i
$
80.84 EA
411
`
412
RSS107801200
6X12 SGL REP CLMP 7.40-7.80r�rs
`
80.84 EA
413
�as -
i.
,.t�.
414
RSS207641600 16XI6
ALL SS REP CLMP 6:84-7.64E
�+
$
150.00 EA
415
•"
�� .:r"��z�.'` .r
416
IRSS107240800 16X8
ALL SS REP CLMP 6.84-7.24
3t `.
$
45.67 EA
417
; F"=
418
IRSS107241200 16X12
ALL SS REP CLMP 6.84-7.24
, may.
,
$
80.84 EA
419
`
420
RS5107241600
6X16 ALL SS REP CLMP 6.84-7.24'€
$
94.78 EA
421
r k
422
RSS107461600
6X16 ALL SS REP CLMP 7.06-7.46
$
94.78 EA
777716.
333
424
IS22600074507000
6X7-1/2 1B REP CLMP 7.45-7.85.,
76.50 EA
425
426
S22600074515000 16X15
1B REP CLMP 7.45-7.85
,_;°`
$
94.78 EA
427
w
428
RSS209391200
8X12.ALL SS REP CLMP 8.59=9.39
$
139.42 EA
429
s,.
4.30
522600080007000
8X7-1/2 REP CLMP 7.95-8.35
x{ K'�
$
50.63 EA
431
~ S
432
IS22600080012000
8X12-1 2 1B REP CLMP 7.95-8.351
, 3 ter,
$
80.92 EA
433
434
IS22600080015000 18X151B
REP CLMP 7.95-8.35
$
94.02 EA
4.35ti
s
436
522600086307000
8X7-1/2 1B REP CLMP 8.54-8.94
= w> a
$
53.00 EA
437
438
522600086312000
8X12 -1/21B REP CLMP 8.54-8.94
$
84,97 EA
439
1w;w4r
440
IS22600086315000 I
BX15 1B REP CLMP 8.54-8.94
n �, P
$
101.45 EA
44144
$
54.69 EA
442
S22600090507000
8X7 -1/21B REP CLMP 8.99-9.39
443;
444
IS22600090512000
8X12 -1/21B REP CLMP 8.99-9.39
L : M;r
$
87.66 EA
445
4�ac r
446
522600090.5.15000
8X15 1B REP CLMP 8.99-9.39
104.58 EA
4.47
°��:
44R
522700090515000
8X15 2B REP CLP 8.99-9.79
,_ 7Ft rr
$_ _
191.68 EA
Page 8 of 20
JVJ
Paae 9 of 20
449
�
450
RSS109701200
8X12, ALL S$ REP CLMP 9.30-9.70
$
121.04 EA
451
452 1822700111010050
10X10 2B REP CLP 11.04-12.24
$
119.96 EA
453'
454
S22.700111,015050
10X1S 2B REP CLP 11.04-12.24
$
180.35 EA
455
456 18221700116010000
10X102.8 REP CLMP 11.60-12.40
$
126.25 EA
457
458
SP-SZ270oliwiS000
10X15 213REP CLMP 1.1.60-12.40
, � . r
$
187.69 EA
459
• :
. c �a y� rsf :<
460 IS22600117512000
10X12-1/2 1B REP CLMP 11.75-12.15
$
110.01 EA
461
462 JS22600117515000
X15 1B REP CLMP 11.75-12.15
mrs
$
138.24 EA
463
464
RSS112251Z00
10X12 ALL SS REP CLMP 11.85-12.25
$
125.69 EA
465
466
S22600132012000
12X12 -1/21B REP CLMP 13.10-13.50
$
120.71 EA
467
468
S22600137012000
12-14X12-1/2 REP CLMP 13.70-14.10
a_
$
123.94 EA
469
s
470
RSS11450.1200
112XI2 ALL SS REP CLMP 14.10-14.50
gy.
$
125.67 EA__
471
-crRv
472
RSS114501600
12X16 $S REP CLMP 14,10-14.50
,
$
155.43 EA
473
474
S2282017151S000
16X15 2B REP CLP 17.15-17.90
' ; ,.
$
311.03 EA
475'
476
522820171.520000
116X20 3B REP CLMP 17.15-17.90
U{
' •,
$
423.58 EA
477
-
.t"
478
52282018461.5000
116X15 2B REP CLP 18.46-19.21
$
317.18 EA
479
1
i
a..
480
IJ162174015
IX15 17.20-18.20 SS CLMP EXT RANGE
$
323.73 EA
481
482
SP -522820165630000
16X30 3B REP CLMP 16.56-17.31
h�� .,
$
623.71 EA
483:
484
SP-SZ2830371430000
130X30 H REP CLMP 31.74-32.94
;
$
1,067.42 EA
485
486
S226G00100012000
10X12 -1/21B REP CLMP 9.70-10.10
xv'
$
97.25 EA
487
c
488
S22600100015000
15 1B FULL CIRCLE REP CLMP 9.70 -1
$
118.72 EA
490
S41100010801003
3/4X4-1/2 STL BLT COUP 1.05
$
16.99 EA
491
�
492
S41100013201003
1X5 STL BLT COUP 1:32
"
$
17.59 EA
493
^
494
S41100019001003
1-1/2X5 STL BLT COUP 1.90
' ,
$
21.81 EA
495
'*
496 -�S41
100023801 003
2X5 STL BLT COUP 2.38
Jt„ -,
$
24.85 EA
497
G
t
498
IK86056008816
13 HYMAX REP COUP 3.46.-4.33
SFE
$
99.88 EA
4.99 A-
500
IK86056010816C
14 HYMAX REP COUP 4.25 - 5.63
$
130.77 EA
501
502
K86056016316
16 HYMAXREP COUP 6.42-7.68
$
172.84 EA
503
504
K86056021716
18 HYMAX REP COUP 8.54-9..84.
' `
$
193.50 EA
4
JVJ
Paae 9 of 20
506
IK86656031516
12 HYMAX REP COUP 12.40-13,66
$
295.66 EA
507
508
!(8605.6033416.12'
OS HYMAX REP COUP 13.15-14.41
$
360.03 EA
509
510
S3170'0040#08.000. 14XI_
IP D`BL SM 4-144.96
$
42.28 EA
511
t ;
512
IS31700056308000
4•-5X1 IP pBL SDL 4.74-5.63
$
43.38 EA
513
'
•�
514
S31700056312000
4-5X1-1/2 IP DBL SDL 4.74-5.63
$
47.03 EA
516
531700069008000 16M
IP DBL SDL 5.94-6.90
zr
$
49.53 EA
517
518
S31700076008000 16XI
IP DBL SDL 6.84-7.60
" _
$
48.57 EA
519
>r
520
S31700069012000
6X1-1/2 IP DBL SDL 5.94-6.90:
$
53.90 EA
-
522
IS31700076012000
6X1-1/2 IP DBL SDL 6.84-7,60
$
52.74 EA
523
524
IS31700076014000
6X2 IP DBL SDL 6.84-7.60
$
58.20 EA
525
bir
526
IS31700069014000 16X2
IP DBL SDL 5.94-6.90
$
58.55 EA
527
h..
528
S317000905080006
-8X1 IP DBL SDL 7.69-9.05
$
57.53 EA
529
530
IS3170010100800,0
18X1 IP DBL-SDL 8.54-10.10
$
57.39 EA
531
532
IS31100101012000
I $X1-1/2 IP DBL SDL.. 8.54-10.10
$
62.10 EA
533
534
JS31.700101014000
18X2 IP DBL SDL 8.54-10.10
$
67.76 EA
535
536
SP -S31700101018000
18M IP DBL SDL 8.54-10.1.0
$
158.08 EA
537
538
531700121212000
10-12X1-1/2 IP DBL SDL 10.64-12.12
$
73.38 EA
539
�� •�
540
S31700121214000
12-1.0X2 IP DBL SDL 10.64-12.12
$
79.11 EA
541
•� �•
542
JS31700143268000
12-14X1 IP DBL SDL 12.62-14.32
$
79.38 EA
59.3
544
IS31700143212000
I12 -14X1-1/2 IP DBL SDL 12.62-1432
$
85.01 EA
545
546
JS317001.43214000
-14X2 IP DBL SDL 12.62-14.32
":L'
$
90.94 EA
547
548
S31700188812000
16-18X1-1/2 IP DBL SDL 17-40-18.88
$
122.09 EA
549
550
SP -S31700195008000
118M IP DBL SDL 19.38-19.68
$
150.01 EA
551
623
552
IAFCB84BLAOLM
574 VO B84B HYD 3'0 BURY OL L/A
$
1,350.00 EA
553
• '
554
AFCB84BLAOLP
5-1/4 VO B84B HYD 4'0 OL L/A
$
1,410.00 EA
556
IAFCB84BLAOLS
5-1/4 VO B84B HYD 5'0 OL L/A
$
1,474.00 EA
557
558
IAFCB84BLAOLU
57/4 VO B845. HYD 6'0 BURY OI. L/A
$
1,535.00 EA
559
560
AFCMK73TRK
ITRAFFIC .REP KIT 44/2 W731 5-1/4
+8% EA
561
=
562
IAFCMK73U
16 HYD EXT 4-1/2 MK73 / 5-1/4 B84B
+8% JEA
Page 10 of 20
S64
IAFCMK7312
112 HYD EXT 4-1/2 MK73 / 5-1/4 B84B
+8%
EA
565
566
IAFCMK7318
118 HYD. EXT 4-1/2 MK73 / 5-1/4 B84B
+8%
EA
567
568
AIFC843011
UPPER ROD F/ B -84-B
+8%
EA
569
570
AFC548440
VLV TOP F/.5-1/4 B84B
+8%
EA
571
AFC842914
SNAP RNG F/ 5-1/2 B -84-B
+8%
EA
572
AFC548441
RUB HYD VLV F/ 5-1/4 B84B
+8%
EA
573
AFC548442
VLV BOT F/ 5-1/4 B84B
+8%
EA
574
AFC54843007
SPRG PLT PIN F/ 5-1/4 B84B
+8%
EA
575
AFC54843004
SPRG PLT F/ 5-1/4 B84B
+8%
EA
576
AFCS4843003
SPRG F/ 5-1/4 B -84-B
+85/o
EA
577
AFC844.04
VLV TOP CLEVIS PIN F/ B84B
+8%
EA
578
AFC54843502
HYD SEAT W/ ORING F/ 5-1/4 B84B
+8%
EA
579
AFC548437
DRN RNG F/ 5-1/4 B84B
+8%
EA
580
581
AFC8413
CVR GSKT F/ AD B -84-B
+8%
EA
582
AFC548422
HSNG ORING F/ 5-1/4 B84B 2 REQ
+8%
EA
583
A8421
HSNG CVR ORING
+8%
EA
584
AFC548444
THRUST WAS F/ 5-1/4 B84B
+8%
EA
585
AFC548414
HSNG GSKT F/ 5-1/4 B84B
+8%
EA
586
AFC5484144
WEATHER SHLD F/ 5-1/4 B84B
+8%
EA
587
AFC5484112
HSNG CVR CAP SCRW F/ 5-1/4 B84B
+8%
EA
588
AFC548416
HSNG BLT & NUT F/ 5-1/4 B84B 6 REQ
+8%
EA
589
AFC5484244
NOZ INT SET SCRW F/ 5-1/4 B84B
+8%
EA
590
591
592
IAFCB62BU
16 HYD EXT 5-1/4 B62B
+8%
EA
593
594
IAFCB62Bl2
12 HYD EXT 5-1/4 B62B
+8%
EA
595
596
IAFCB62Bl8
18 HYD EXT 5-1/4 B62B
+8%
EA
597
598
AFCB62B24
24 HYD EXT 5-1/4 B62B
+8%
EA
599
600
AFC623011
UPPER ROD F/ B -62-B
+8%
EA
601
602
AFC623007
SPRG PLT PIN B62B
+8%
EA
603
AFC54623004
5-1/4 B62B SPRG PLT
+8%
EA
604
AFC54623003
5-1/4 B62B HYD SPRG
+8%
EA
605
AFC623SOR
HYD SEAT W/ 0 -RINGS F/ B -62-B
+8%
EA
606
IAFC546240
VLV TOP F/ B -62-B
+8%
EA
607
IAFC546241
5-1/4 B62B HYD VLV
+8%
EA
608
IAFC6242
VLV BOT F/ B -62-B
+8%
EA
609
610
611
A6213
HSNG CVR GSKT
+8%
EA
612
AFC6222
BUNA-N HSNG ORING F/ B62B
+8%
EA
613
AME6221
HSNG CVR ORING
+8%
EA
614
SP-AFC62-2-1
B62B HOUSING CVR 0 -RING
+8%
EA
615
AFC62144
WEATHER SHLD F/ B -62-B
+8%
EA
616
AFC6214
HSNG GSKT F/ B62B
+8%
EA
617
AFC6244
THRUST WSHR
+8%
EA
618
AFC62112
B62B HSNG CVR CAP SCRW
+8%
IEA
619
AFC6216
HSNG BLT & NUT F/ B -62-B
+8%
JEA
Page I I of 20
620
'
621
.`
622
IAFCB62BTRKN514
ITRAFFIC REP I{IT NEW F/ 5-1/4 B -62-B
LL ',
+8%
EA
623
'.<
624
_ ..
MA320005
+8%
EA
625
050
626
MA320010
1'0 HYD EXT 5-1/4 A4.23
0
+8/o
EA
627
628
MA320016
1'6 HYD EXT 5-1/4 A4.23
t? ,^'
+8%
EA
629
630
MA320020~
ITO HYD EXT 5-1/4A423
`:
+8%
EA
631
632
M280359
5-1/4 M.V.O. MAIN VLV" REP KIT COMP
+8%
EA
633
634
M280355
54/4 M.V.O BONET REP KIT COMP
+8%
EA
635
._
636
MA301
5-1 4 SAF FLG REP KIT
+8%
EA
637
638
M184193
A11 5-1/4 UPPER STEM LEFT 1977-1986
+8%
EA
639
t
640M185224
S-1/4IMP UPPER STEM OL PRE 1972
+8%
EA
64.1
642
MA320006
+8%
EA
643
644
IMA320010
1'0 HYD EXT 5-1/4 A423
+8/o
EA
645
646
MA320016
1'6 HYD EXT 5-1/4 A423
+8%
EA
647
J"tac
EA
648
M280361
5-1/4 BONET REP KIT
+8%
649
650
jvIA30100
5-1/4 SAF REP KIT W/ BRS COUP
+8%
EA
651:
652
KI<8149514
COLLISION REP KIT 5-1/4 K81A
+8%
EA
653
V677
654
I{I{8150514U
6 HYD EXT 5-1./4 K81A / I{81
>,
+8%
EA
656
KI{815051412
112 HYD EXT 5-1/4 K81A / K81
" `=` n .'``
+8/o
EA
657
658
I{K815051418
118 HYD EXT 5-1/4 K81A / K81
+8%
EA
660
I{K815051424
124 HYD EXT 5-1/4 K81A K81
+8%
EA
661
662
IKK8114
UPPER STEM OL STD
t:...,..-, :_ .:.
+8%
EA
663
664
K1585MVRKRNC
5-1/4I{81 MAIN VLV REP KIT
+8%
EA
665
666
H143N
24 M/HOLE R&C SAN SWR TEXAS�.
$ 159.74 EA
667
^e
668
SP-SMH144N
23 -1/2 M/H..OLE R&C SAN SWR W/TITS
_
$ 174.42 EA
669
-�-
670
IBCGRP24
14X24 CNCRT GRD RNG
$ 20.87
EA
671
Ib
672
BCGRM24
13X24 CNCRT RNG
$ 17.87
EA
673`<
674
BCGRK24
12X24 CNCRT GRD RNG
{ _
$ 12.75
EA
675
676
EV1432SWRR
132 M/HOLE SWR ROUND ROCK
,
$ 254.00 EA
Page 12 of 20
677
C
720....8
678
EV2412RCWTSARR 132
M/HOLE R&C W/TITS SAN ROUND ROCK
350.00 EA
679
z
680
JACGRP34 14X34
CNCRT GRADE RNG *Z
$
24.58 EA
681.
682
JACGRM34 13X34
CNCRT GRADE RNG *Z
�;: y
$
14.98 EA
683
.�
684
ACGRK34
2X34 CNCRT GRADE RNG *Z
fx ;n' *„
$
14.98 EA
685
mww
686
UL040604
mom
4 PVC SWR SW WUP -
` r , '
$
1.16 EA
687
��s�'�,'`�`�'
688
MUL040606
6 PVC SWRSW COUP
$
4.24 EA
689
cv
+
690
MUL04063.1 18
PVC SWR. SW COOP
$
13.23 EA
:. ,e}}
692
MUL063627
8 PVC SWR GXG REP COUP
y s
$
22.22 EA
693
694
MUL04o6i2 112
PVC SWR SW COUP HXH
r¢ k?
$
63.82 EA
695
696
MUL040.723
4 PVC SWR HUB MPT CO ADPT.}
$
6.93 EA
697
698
698
PP1306
*C MALE ADPT
Ff z
$
32.47 EA
699
700
MUL040304 14
PVC SWR SW WYE
$
3.21 EA
702
MUL040306
16 PVC SWRSW WYE
$
13.62 EA
704
MUL040904
4 PV,C SWR SW 45. ELL HXH
fir^
$
1.76 EA
705
3
J F w� �.
706
MUL040506
6 PVC SWR SW 45 ELL HXH
707
708
MUL040508
8 PVC SWR SW 4.5 ELL HXH
$
18.88 EA
709
710
MUL040404
14 PVC SWR SW ST HXS 45 ELL
$
2.38 EA
711
712
MUL040406
16 PVC SWR. SW ST HXS 45 ELL
$
8.85 EA
713
714
MUL040964
4 PVC SWR SW HXH 22-1/2 ELL
$
1.94 EA
715
716
MUL046469
6 PVC SWR SW HXH 22-1/2 ELL
, c
$
8.45 EA
717
718
MUL040864
4 PVC SWR SW ST.HXS 22-1/2 ELL
2.38 EA
719
720
MU.L040866
16 PVC SWR SW ST HXS 2.2=1 2 ELI,
$
9.86 EA
721
722
IMUL040949
14 PVC SWR HUB FEM CO ADPT
s{='�
$
2.31 EA
723
724
IMUL04052
16 PVC SWR HUB FEM CO ADPT
r
$
10.93 EA
725�rrr
726
MUL040945
18 PVC SWR HUB FEM CO ADPT
* , ; xd x
$
36.37 EA
727
728
JS25400
4 SWR REL PLUG
$
4.15 EA
729
.F' x'
`s,.�-
730
JS25300
13 SWR REL PLUG
y ,;
$
3.00 EA
731��
732
MUL040959
4 PVC SWR SW CAP"
rk
$
1.02 EA
733%aw
»
Paqe 13 of 20
734
MUL040988
16PVC SWRSW CAP
$
3.73 EA
735
736
MUL0409.90
18.PVC SWR SW CAP
$
12.20 EA
737
738
MUL040907
16X4 PVC SWR SW WYE
$
11.87 EA
7 —39-
9740
740
PDWVDYP
14 PVC DWV DBL WYE
$
21.97 EA
741
PDWVABP
14M PVC DWV ADPT BUSH SPGT X HUB
$
1.62 EA
743
G2150066
6 PVC.SWR SW DBL WYE HXHXHXH
$
30.86 EA
744
t, :�'�
°
745
MUL040312
8X6 PVC SWR SW WYE
$
30.45 EA
746
747
MUL040424
14 PVC SWR RH THRD CO PLUG
$
1.40 EA
74IIM
';,I.
749
MUL040926
6 PVC SWR RH THRD CO PLUG
$
7.07 EA
750p
751
MUL040927
8 PVC SWR_RH.THRD CQ PLUG
$
25.55 EA
753
MUL040611
j8X6 PVC SWR SW RED COUP
$
23.90 EA
754
755
MUL040661
16X4 PVC SWR $W RED COUP
$
5.65 EA
756
-
757
IMUL040729
16 PVC SWR SPGT X DWV HUB ADPT
$
12.88 EA
7 5 8
759
IMUL040728
14 PVC SWR SPGT X DWV HUB ADPT
^;r
$
5.65 EA
760
761
PF42853
4 PVC BACKWATERVLV
+10% EA
762
763
PF42852
13 PVC BACKWATER VLV
+10% EA
—T6-4-
765
FTST4
4 FLEX SDL TEE
$
27.39 EA
766
1 . • a 'g;
767
FTSW4
4 FLEX TAP SDL WYE
$
32.28 EA
769
FTST6
6 FLEX SDL TEE
$
36.19 EA
770
771
FTSW6
16 FLEX TAP SDL WYE
$
42.36 EA
772
..:.:;.��.9'.<�s'�,�.:t '• ,
:1
773
IMUL040310
18M PVC SWR SW WYE
$
25.58 EA
774
775
IF100244RC
4 CLAY X 4 Cl STRONG BCK RED COUP
+4% EA
776
777
IF100266RC
16 CLAY X 6 Cl PVC COUP RC
+4% EA
778
wh
779
F100288RC
8'X 8 RC COUP CLAYTO C10R P
-
+4% EA
780
781
IF1002101ORC
f
=.
10X10 RC COUP CLAYTO Cf QR
+4% EA
782
783
IF10021212RC
12X12 RC COUP CLAY TO CI OR
+4% EA
784
785
IF100644RC
14 X 4 RC COUP CNCRT TO Cl OR
+4% EA
786
787
F100666RC
16 X 6 RC COUP CNCRT TO Cl OR
+4% EA
788
789
IF100688RC
8X8 RC COUP CNCRT TO Cl OR
+4% EA
790
Paqe 14 of 20
791
IF105644R.G
14 Cl PVC X 4 CI PVC COUP RC
+4%
EA
792
793
IF105666RC
16 Cl PVC X 6 Cl PVC COUP RC
,n
+4%
EA
794
795
1 V15:68-6AC
18 0 PVC'X 8 Cl WC COUP RC
+4%
EA
796
797
F1056101ORC
10 CI PVC X 10 CI PVC COUP RC
f
+4%
EA
798
V
799
F10561212RC
12X12 $W COUP CI PLM GOP S
+4%
EA
801
F10561515RC�L
15 Cl PVC X 15 Cl PVC COUP RC',_.
; , r a
+55/.
EA
802
�
).:rs��?". '}T�st�
" �''ei'H> . _ P..e., ? fic!>.. s� ..t...
., ``��?
��,r, v-r.:'� �` ..
803
F10561818RC
COUP 18CI/PL-18CI/PL RC'+5%
EA
804
in=517
805
F10061212RC
12 X 12 RC COUP CNCRT TO Cl 0
f
+4%
EA
806
807
F1006151.5RC
15 CONC X.15 Cl PVC COUP RC
+5%
EA
808
%- .'
s s
.
809
F10061818RC
18 CONC X 18 -Cl PVC COUP RC
+5%
EA
810
F�::"
811
IF1002151,SRC
115 CLAY X 15 Cl PVC COUP RC
+5%
EA
812
F i .
813
F10021818RC
18 CLAY X 18. Cl PVC COUP RC
Xz
+5%
EA
814
O u 3
815
ICIC08BL
Cl CO BOOT BODY W/ LID
.z
+4%
EA
816
817
PFPCCD1/2
PVC IPS COMP COUP
, ; w
+4%
EA
818
819
PFPCCF
3/4 PVC IPS COMP COUP
+5%
EA
820
mommil
sam
821
1 PVC IPS COMP COUP!
"
+5%
EA
822
:PFPCCG
�' .'
4 "823
PCCH
1-1/4 PVC IPS COMP COUP1
+5%
EA
824
825
PFPCCJ
1-1/2 PVC IPS COMP COUP
_
+5%
EA
826
.
827
PFPCCK
12 PVC IPS COMP COUP
`.
+5%
EA
828
829
IP40STD
1/2 PVC S40 SXSX..S TEE
+5%
EA
830
P
831
P40SMAD
1/2 PVC S40 SXM AD PTF
-,." ..":,
+5%
EA
832
833
P40FMRED
1/2 PVC S40 FXM RSR EXT
`fir
+5%
EA
834s
835
IP409BFD
3/4X1/2 PVC S40 SPXSL[P BUSH
_"' a -
+5%
EA
836
¢,
837
jP40S9D
1/2 PVC S40 SXS 90 ELL
+5%
EA
838
839P40S4D
1/2 PVC S40 SXS 45 ELL
+5%
EA
840:
.
841
IP40SCD
1/2 PVC S40 SXS COUP
+5%
EA
842
�..'
fi
843
IP40SCAPD
1/2 PVC 540 SOC CAP
+5%
EA
844
845
P40TCI?
1/2 PVC S40 THRD COUP
+5%
EA
846
`-
.
847
P40S4F
3/4 PVC S40 SXS 45 ELL
' ,, } I
+5%
EA
Page 15 of 20
� ;= :: -851
Page 17 of 20
Ej
PM
4JST4AXU 8X6 MJ C153 S'
C DW
1
$ 88.65 EA
$ 56.54 EA
+8% EA
$ 400.45 1 EA
$ 1.82 EA
+8% EA
$ 2.95 EA
12.64 EA
$ 16.07. EA
$ 12.95 EA
$ 16.47 EA
$ 43.34 EA
r +5% EA
m
+5% EA
$ 41.85 FT
$ 37.50 C
+8% EA
+8% EA
$ 194.92 EA
$ 89.46 EA
$ 26.13 EA
$ 37.80 EA
$ 84.84 EA
$ 77.77 EA
$ 88.68 EA
$ 212.12 EA
$ 189.15 EA
$ 742.43 EA
1019
S:P-J102184618
1020
0
1021
RCL3207020000
1022
1023
S22830251020000
1024•
1025
524400008403000
1026
1027
524400008406000
1028
1029
S24400010503000
103 0
1031
524400010506000
1032
1033
S24400013203000
1034
1035
524400013206000
1036
rb
1037
524400019003000
1038
m
1039
524400019006000
1040
1041
S24400023803000
1042
104.3
S24400023806000
1044
Y
1045
IC861560163021716
1046
1047
IK86256016316
1048
� x
1049
K86256021716
1050
1051
K86056037816P
1052
"I�...r; •:t
1053
531700188814000
1054
1055
K77
1056'
1057
AFCB62BTRKPRE85
1058
Min= .: ' - 1IZ
1059
AFC84203
1060
1061
K3187382
1062
1063
IM184094
1064
1065
1 M184092
1066
1067
IT6007
1068
1069
IT4609
1070
1071
IJ231080725
1072
1073
IJ231060550
1074
1075
SP -J231080757
Paqe 19 of 20
18-20X20 SS REP
1/2X3 FC REDI-CLAMP .84
1/2X6 FC REDI.-CLAMP .84
3/4X3 FC REDT-CLAMP 1.05
3/4X6 FC REDI-CLAMP 1.05
1X3 FC REDI-CLAMP 1.32
1X6 FC REDI-CLAMP 1,32,
1-1/2X3 FC. REDI-CLAMP1,90
1-1/2X6 FC REDI-CLAMP 1.90
2X3 FC REDI-CLAMP 2.38
2X6 FC REDI-CLAMP 2.38
6X8 HYMAX RED REP COUP 6,
6 HYMAX LONG BODY COUP 6
::
8 HYMAX LONG BODY COUP 8
s
14 HYMAX COUP 15.00-1.7.10
16-18X2 IP DBL SDL 17.40-18
MAINGUARD POST HYD 3 FT I
6
TRAFFIC REP KIT PRE -85 5-1,
HOSE.NOZ AMLOK F/.B84B
2-1/2 HOSE NOZ NSTTHRD F
UPPER STEM OL 29-1/32
MA 4-1/2 A421 UPPER STEM OL
).84
7.6E
K81A
:
80 LB RDY MIX CNCRT
94 LB PLND CMNT
8X12 SS INS F./ HDPE DIPS SDR11
6X12 SS INS F/ HDPE DIPS SDR11
8X12 SS INS F/ HDPE DIPS SDR13.5
$ 887.68 EA
$ 995.81 EA
$ 1,854.79 EA
$ 17.56 EA
$ 37.39 EA
$ 17.87 EA
$ 37.59 EA
$ 18.91 EA
$ 39.32 EA
$ 19.81 EA
$ 39.09 EA
$ 21,58 EA
$ 40.09 EA
$ 95.30 EA
$ 303.81 EA
$ 339.69 EA
$ 820.98 EA
$ 105.76 EA
$ 405.79 EA
+8% EA
+8% EA
+8% EA
+8% EA
+8% EA
$ 3.64 EA
$ 9.88 EA
$ 146.58 EA
$ 134.57 EA
5 97.72 EA
Page 20 of 20