Loading...
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