City of Lewiston. Public Works Department Inventory Management System Bid No April 12, 2017

Size: px
Start display at page:

Download "City of Lewiston. Public Works Department Inventory Management System Bid No April 12, 2017"

Transcription

1 Norman Beauparlant Director of Budget/Purchasing City of Lewiston Pine Street Lewiston, ME City of Lewiston Public Works Department Inventory Management System Bid No April 12, 2017 Vendors: Sealed proposals will be received in the office of the Director of Purchasing, City Hall, 27 Pine St., Lewiston, Maine until 2:00 PM, Tuesday, May 2, 2017, for the requirements of the Public Works Inventory Management Program for the City of Lewiston for the time period described in the Instructions to Bidders and Standard Conditions. Please forward three (3) copies of your Proposal using the forms provided in the enclosed envelope showing the name and address of the bidder and marked " Public Works Inventory Management System". Sincerely, Norman Beauparlant Purchasing Director

2 Table of Contents Request for Proposal Instruction to Bidders Material Specifications Proposal Form Water Items Sewer Items W/1-12 S/1-2

3 Request for Proposal The City of Lewiston is soliciting proposals from qualified suppliers to provide the Department of Public Works with an Inventory Management System. (Materials common to the Water & Sewer Division and the Highway Division will be included in this program.) The proposed system shall have the following general features: The total cost of running the inventory management system shall be included in the cost of the materials. No additional fees will be paid for the system as described herein. None of the inventory supplied as part of this system will be owned by Lewiston Public Works. A minimum inventory will be maintained at the Lewiston Public Works Facilities for day to day or emergency requirements. Weekly stocking and monthly cycle counts will be the responsibility of the supplier. The attached grouping of materials in the Proposal Section of this Request for Proposals is for comparison only. Other materials that are supplied by the vendor and required for projects would also be included in the program. Material delivery will be within a specified period, usually two (2) hours. The Division shall have access to supplier 24/7/365. The supplier shall have a formal 24-hour Emergency System in place with at least two employees capable of performing taps, pressure testing, insertion valves, etc. Service location must be with in a 30 miles of the city and able to respond within two (2) hours. Supplier shall provide an emergency contact list of at least 10 employees that live in Maine including service technicians, sales personal, and owners. Service technicians must have OSHA 30 hour card and first aid/ CPR certified. he supplier shall provide the necessary personnel for the unloading of all material and the stringing of all pipe. The City will not supply any personnel to assist the supplier. The supplier shall furnish proof of insurance in the proposal to the City. The supplier shall provide inventory management software, coding of parts, and training for Division staff as part of overall program. Water & Sewer Division inventory management shall be a separate account. Return of materials to supplier will not be subject to any fee. The supplier must have a sales representative with at least five years experience with the company and in the water and wastewater industry. The supplier must have five (5) years experience of consignment inventory management with a customer. The supplier must have an administrational representative to oversee and make cycle counts on the inventory on a monthly basis. The supplier must provide a 10-year replacement warranty on a product or service they provide. The supplier shall furnish a copy of the Warranty with the proposal. The supplier must provide the free use of leak auditing equipment to the Dept. The supplier must have more than two similar accounts within a 50-mile radius of the City of Lewiston. The supplier must have at least three references of the same type and size of account, in Maine and/or New Hampshire. The supplier must provide the necessary software so that the Division may view the supplier s inventory as well as other similar surrounding accounts on the Division s Computer System.

4 The supplier shall supply a contract form for the services required under this request for proposals. The proposal submittal shall contain sufficient detail to evaluate how the supplier will provide the inventory management system to meet the Department s requirements.

5 Instructions to Bidders and Standard Conditions 1. Preparation of Proposal: Proposals must be written in ink or typewritten and submitted on the forms provided. Erasures or other changes must be initialed by the person signing the Proposal. Failure to sign the Proposal may be cause for rejection. The proposal shall also include totals for the three categories of materials along with an estimated credit for materials already on site. 2. Pricing: The prices quoted should include all delivery charges to the City (stockyard or jobsite). All prices submitted will be firm for (1) year. With the exception of copper tubing and HDPE pipe which shall have firm prices for at least (1) month. 3. Proposal: a. All references to A.W.W.A. and A.N.S.I. shall be of the latest revision. b. The Lewiston Department of Public Works reserves the right to inspect all items supplied for compliance with these Specifications. Any item found that is not in accordance with these Specifications remains the property of the vendor. c. If the successful vendor cannot meet the delivery requirements of the water utility, it may be necessary for the utility to seek items from another supplier and back charge the vendor. d. The City of Lewiston reserves the right to accept any proposal or reject any proposal if it is deemed to be in the best interest of the City to do so. e. The City of Lewiston reserves the right to waive any specific item in the Specifications which it feels does not sufficiently lower the quality of the product. f. All questions by prospective vendors pertaining to the Specifications must be received in writing, by the Department of Public Works least five (5) days prior to the date set for the opening of proposals. g. Prices shall be the yearly requirements for a one (1) year period, from the due date of the proposal. h. Prices quoted shall be F.O.B. Lewiston, Maine, delivered and unloaded at the point of use, unless otherwise noted. (See paragraph 2 above) i. Any deviation from these Specifications shall be cause for the Department of Public Works to seek another supplier. j. Delivery shall be made at the location as determined by the Department of Public Works, between the hours of 7:30 AM and 3:00 PM on normal working days. 4. Vendor Eligibility and Qualifications: Proposals will only be accepted from authorized distributors, which are actively engaged in the manufacture or sale of the items called for in the Proposal. Proposers shall include in their package qualifications demonstrating that they have provided this full service as described in the Request for Proposals. Similar applications and references shall be included in the proposers package. Their package shall also 1

6 describe how they will provide the service to the Department of Public Works, along with a sample contract form. 5. Specifications: a. Proposals shall be submitted in accordance with the attached Specifications. If an item is described by using a trade name or catalogue number of a manufacturer or vendor, the term "or approved equal" if not stated therewith shall be implied. The term "or approved equal" is defined as any other make which, in our opinion, is fully equal in quality and performance and will serve the intended purpose. For the purpose of continuing standardization, some items will have "no or equal" i.e. Hydrants, Gate Valves and Water Meters. b. Consideration will be given to a proposal submitted for alternate commodities that are similar in design and quality to the item specified. Complete manufacturer s literature must be submitted with the proposal describing such alternate commodities. c. If a vendor cannot provide a specific item as described in the Specifications, the Proposal Form shall indicate "No Quote". All exceptions to the Specifications shall be listed within, or be attached to, the Proposal Form provided and not in separate correspondence. Any price submitted within the Proposal Form for a specific item, which does not meet the requirements of the Specifications and is not listed as an exception shall not be subject to the provisions of the Standard Conditions. The grouping entitled Sewer Materials and Miscellaneous shall meet the Specifications for the brand of material required. 6. Guarantee and Warrantee: The vendor will guarantee that the items offered for sale comply fully or are fully equal to the items required or specified. All expenses covering return or replacement of a defective or improper merchandise will be assumed by the vendor. 7. Unit Prices: Submit a separate unit price for each item unless otherwise specified. The award will be made on the basis of all the groups in aggregate. 8. Samples: Samples of items, if required, must be furnished free of charge prior to the opening of the bids. Please do not enclose bids in the package containing the samples. Samples will be returned upon request at the expense of the bidder. 9. Payment Terms: Payment terms will be Net 30 days. 2

7 10. Delivery Dates: A specific delivery date should be stated in the Proposal Form. If delivery times vary with any of the items, this should be indicated. Delivery dates may be a factor in awarding this proposal. 11. Award of Proposal: a) The award will be made, usually within 30 days to the vendor whose proposal will be most advantageous to the City of Lewiston, after considering such factors as price, delivery time, quality, service and past performance of the vendor. b) The City reserves the right to waive any informalities in the proposal, reject any or all proposals submitted and to make award (s) in the best interest of the City. c) The City further reserves the right to reject any, and all proposals if deemed in the best interest of the City. 12. Invoices: The City must be invoiced for the items in each Purchase Order. Invoices shall include the Purchase Order Number from the City. 13. Non-inventory Purchasing: The City reserves the right to solicit pricing for items not normally stocked as inventory items at the Lewiston Public Works stock area from any vendor meeting City specifications. These items may include but not limited to water meters, water meter reading equipment, manhole frames and covers, special tools, special equipment, etc. 14. Term of Contract: The term of the Contract shall be for three (3) years with the option of two (2) one (1) year extensions at the discretion of the City and authorization of the Finance Committee. 15. Default: In the event that after the proposal is awarded and the supplier is unable to furnish the materials, supplies, or services called for in the Proposal Request, the City reserves the right to procure the materials or supplies from other sources and charge any additional cost occasioned thereby to such supplier. The supplier however, shall not be liable for such additional cost if the failure to deliver is due to any cause beyond its control such as an act of God, war, government, fire, flood, strike by other that its own employees or sabotage. 3

8 MATERIAL SPECIFICATIONS FOR DUCTILE IRON WATER PIPE 1. 0 General References to A.W.W.A., A.S.T.M., and A.N.S.I. specifications shall be of the latest revision Ductile Iron Pipe 1.11 Pipe shall be centrifugally cast in accordance with A.N.S.I. A latest revision Pipe thickness shall conform to A.N.S.I. A-21-50, latest revision Pipe shall be CLASS 52 DUCTILE IRON, unless otherwise noted, and shall meet or exceed A.W.W.A. C151, latest revision Each length of pipe shall be tested for ductility prior to shipment from the foundry The bidder should make particular note to A.N.S.I. A Section 51-7, Tolerances or Permitted Variations Pipe shall be supplied in 20' lengths. Lengths less than 20 in length shall be rejected. Pipe 14 and larger shall be 30% field cut per truckload and color coded Cement Lining 1.21 All Ductile Iron Pipe shall be cement lined conforming to A.N.S.I. A-21.4, latest revision. The cement lining shall be coated and in accordance with A.N.S.I.A-21.4, in section 4-8.2, double thickness Pipe Joints 1.31 All joints shall be Fastite. Gaskets and lubricant shall be provided with the pipe. Gaskets and joint lubricant shall comply with A.N.S.I. A , latest revision. The supplier shall furnish a schedule of recommended quantities of joint lubricant for different sizes of pipe Delivery 1.41 The price quoted shall be per linear foot, F.O.B. job site unloaded and strung in Lewiston, Maine. A full truckload may be partially delivered at various sites in Lewiston The supplier shall be responsible for unloading the pipe, either stockpiled or strung out at designated locations. The pipe shall be unloaded with a crane or other acceptable method approved by the Superintendent. The supplier shall be responsible for unloading the pipe, in a manner that meets all OSHA Standards and shall provide all manpower necessary. The City shall not assist in unloading the pipe. The Supplier shall have all the necessary liability insurance regarding the unloading of and or stringing of ductile iron pipe. Proof of insurance shall be provided as part of the bid. 4

9 1.43 Pipe shall generally be bought in truckload lots, whenever possible If the supplier cannot deliver a pipe order placed and accepted within the time period stated in his/her proposal, he/she shall be liable for any additional cost incurred by the utilities in getting pipe from another source. The City expects all pipe deliveries to be made within five (5) working days of the order being placed. MATERIAL SPECIFICATIONS FOR TAPPING SLEEVES, VALVES, FITTINGS & BOXES, and BUTTERFLY VALVES 2.00 General References to A.W.W.A., A.S.T.M., and A.N.S.I. specifications shall be of the latest revision Resilient seated valve 2.11 Valves shall meet or exceed ANSI/AWWA C All waterway surfaces shall be fully coated with a corrosion resistant epoxy protective coating. Coating shall be applied at the factory and shall be non-toxic and approved for potable water All valves with exterior corrosion resistant epoxy protective coating shall have 316 stainless steel or solid bronze bolts and nuts for seal plate and bonnet Resilient wedge valve shall be completely manufactured of lightweight, high strength ductile iron with a wall thickness, which meets or exceeds the requirements of A.W.W.A. C Valves shall have the following features a. Open right. b. 2" square operating nut made of ductile iron. c. Upper-O-rings must be able to be replaced while valve is fully opened and under pressure. d. High strength bronze stem and nut exceeds all A.W.W.A. C- 515 standards. e. 250 PSI working pressure. f. Supplied with type 18-8 stainless steel body bolts and nuts. g. Anti-rotation seat prevents "T" head bolts from turning in slot. h. UL and FM approved. 5

10 i. All MJ valves shall be supplied less accessories. All tapping valves shall be supplied with standard flange accessories only Valves shall be subject to the approval of the Superintendent Valves shall be AMERICAN Series Tapping Sleeves (Compression Type) 2.21 All compression tapping sleeves shall be Romac Model "SST", Ford Stainless Steel Model "Fast", or as approved by the City of Lewiston's Water Division All stainless steel tapping sleeves shall have the following features: a. Ductile iron flange is welded to a 304 stainless steel neck and is coated to provide maximum corrosive resistance. b. Mig welded to form strong permanent fusion with the shell and fully passivated. c. Shell is 304 stainless steel. d. The test plug is type 304 stainless steel 3/4 NPT, with standard square head for pressure testing before tapping pipe. e. The lifting bar shall be 304 stainless steel. f. Nuts, bolts and washers shall be 304 stainless steel. Bolt threads shall be Teflon coated to prevent galling. Plastic lubricating washers to reduce friction between nut and lifting bar Ductile Iron Fittings 2.31 Fittings shall conform to A.W.W.A. C-153 for ductile iron compact fittings, 3 in. through 24 in. Allowable manufacturers are Tyler and Union Foundry All fittings shall be cement lined conforming to A.N.S.I. A 21.4, except that the minimum lining thickness shall be twice the amount specified The cement lining shall be seal coated in accordance with A.W.W.A. C All fittings shall be mechanical jointed Grip Ring TM, RomaGrip or Approved Equal 2.41 Grip ring must be rated at full working pressure of pipe The Grip Ring TM must flex to accommodate deflection allowed in a mechanical joint RomaGrip TM restraint glands shall be manufactured of ductile iron conforming to A.S.T.M. A

11 2.44 The RomaGrip TM joint restraint device shall have a working pressure of at least 350 PSI in sizes 3" through 16" and 250 PSI in sizes 18" through 48" with a minimum safety factor of 2: Accessories 2.51 Prices for fittings, valves and tapping valves shall not include accessories. Bid prices for the Grip Ring TM, RomaGrip TM and shall be found at the end of each product price request All joint restraints shall come individually packaged with bolts, nuts and gaskets included in the package and must be labeled with size outside of the package Valves Boxes 2.61 The valve box bottom section shall be slide-type with bell-type base The valve box top section shall be slide-type. It may have a top flange, but shall not have a bead or bottom flange The valve box cover shall be a 2 drop-type cover to fit the 7-1/4 opening of the top section The valve box intermediate (mid) section shall be slide-type with a minimum 3 belled bottom. Base section No. 64S may be used as an alternate Material shall be cast iron or ductile free from defects Interior and exterior of all components shall be bituminous coated with a minimum of 4 mils dry film thickness Service Box, Cover, Foot Piece and Rod 2.71 Service Box Specifications Shall be 1.0 (in.) Schedule 40 steel pipe with top having 1.0 N.P.T. pipe treads for screw-on cover or coupling Shall be Erie style with 5-6 (ft.) slide-type riser Service Box Cover Specifications Shall be Quincy type (heavy-duty) cover that screws on (1.1 above) Shall be tapped with a 1 rope thread with a solid brass plug with pentagon operating head Boxes shall have the word "water" clearly cast into the cover. 7

12 2.73 Service Box Foot Piece Specifications The standard foot piece shall be heavy-duty (Ford style or equal) cast iron design The large, heavy-duty foot piece shall have an arch that will fit over 2 ball-valve curb-stops Service Rod Specifications Shall be in length and have a self-aligning design Shall be of circular dimension and constructed of 1/2 dia. min. #304 stainless steel Shall have a yoke design that is an integral part of the rod The curb-stop attachment pin shall be a brass cotter pin The rod wrench-flat shall have a minimum thickness of 1/4 tapered to 1/16 and width 1/ BUTTERFLY VALVES 2.81 Valves of 14 nominal size and larger shall be rubber-seated Butterfly valves. Butterfly valves and their operators shall conform, generally, to AWWA standard C504, short body pattern Class 150B, and specifically to the following requirements: 2.82 The valve bodies shall be of cast or ductile iron. Buried valves shall have mechanical joint ends per AWWA CIIT. Non-buried valves shall have two ANSI B16.1 Class 125 flanges. The bolt holes at the valve shaft hubs may be drilled and tapped on either or both flanges The valve shafts shall be in two parts, inserted from each side of the valve. The disc pins or bolts, shall be fastened to prevent loss, loosening in service, and shall be sealed as necessary to prevent leakage through the disc. Valve shafts shall be stainless steel. Carbon steel shafts with stainless steel journals are not permitted. Shaft seals shall be the O-ring type The valve disc shall be cast of either ductile iron or alloy iron and epoxy coasted. The disc periphery shall be accurately machined or faced to form a 360 degree seating surface uninterrupted by shaft holes. The disc and shaft geometry shall be such that the seat rubber is not compressed when the valve is fully open The natural rubber, insert type valve seat shall be mechanically retained in place, independent of cementing or bonding agents. The mating seat material shall be stainless steel The stub shaft of all valves 16 and larger shall have a two way thrust bearing adequate to hold the disc centered in the valve seat. 8

13 2.87 The valve operators shall be manual, totally enclosed, grease packed, and of traveling nut and lever design. The gear housing shall be suitable for buried and submerged service; special provisions shall be made to seal the gear housing from water infiltration from the ground or along the valve shaft into the housing. The space between the valve the valve body and the gear box shall be one iron casting designed so as to provide access sufficient to inspect and replace the o ring seals. Operating stems shall be fitted with standard AWWA 2 square operating nuts. All valves shall turn to the RIGHT to open The number of turns to fully open or shut valves shall be at least as follows: 12 valve, 41 turns, min. 16 valve, 55 turns, min. 20 valve, 55 turns, min. 24 valve, 55 turns, min The internal and external valve body shall be epoxy coated with a minimum of 8 mils dry film thickness. The preferred coating method shall be the fusion bonding process Seal plate and end cover bolts shall be 316 stainless steel, and valve ends as specified will be furnished with Cor -Ten, or equal, bolts and nuts All valves shall be Pratt AWWA Groundhog or approved equal MATERIAL SPECIFICATIONS FOR HYDRANTS 3.00 General References to A.W.W.A., A.S.T.M., and A.N.S.I. specifications shall be of the latest revision Hydrants 3.11 Hydrant shall meet or exceed A.W.W.A. standard C502-80, or latest revision Affidavit of compliance to A.W.W.A. standard C and these supplemental specifications shall be required Hydrant shall have a five and one quarter inch (5 1/4") valve opening Inlet connection shall be a six-inch (6") mechanical joint connection Bury depth shall be six feet (6'), unless otherwise noted, as measured from the bottom of the connecting pipe to the ground line of the hydrant. 9

14 3.16 Hydrant shall have one (1) four and one-half inch (4 1/2") pumper nozzle Hydrant shall have two (2) two and one-half inch (2 1/2") hose nozzle Hydrant nozzle threads shall be national standard thread Hydrant shall open right (clockwise) Outlet nozzle cap chains shall not be required Hydrant shall have no drain hole Operating nut shall be one and one-half inch (1 1/2") bronze or ductile pentagon Outlet nozzle cap nuts shall be: a. 2 - two and one-half inch (2 1/2") national standard thread. b. 1 - four and one-half inch (4 1/2") national standard thread Hydrant shall be as manufactured by Clow Eddy, Break-Flange Model; or approved equal Hydrant "shoe" shall be coated inside and out with factory applied fusion bonded epoxy and of the Portland boot design Shoe shall be attached to the lower barrel with factory applied stainless steel nuts and bolts Operating screw shall be located in the hydrant shoe Hydrant should be yellow with silver caps Accessories 3.31 Prices for fittings and valves shall not include accessories. Bid prices for the Grip Ring TM or equal shall be found at the end of each product price request All joint restraints shall come individually packaged with bolts, nuts and gaskets and must be labeled with size outside of the package. 10

15 BRASS GOODS 4.00 General References to A.W.W.A., A.S.T.M., and A.N.S.I. specifications shall be of the latest revision Compression Connectors 4.11 All compression connectors shall be pack joint type with a design providing a complete metal to metal connection all around the tubing in the event thawing by electricity is required Ball Valves & Curb Stops 4.21 All ball valve curb stops shall have the following features: a. Heavy cast bronze body. b. Bronze tee head and stem. c. A bronze ring that locks solidly in valve body. d. A solid brass Teflon coated ball. e. Double rubber O-ring in stem. f. No drain hole. g. Full opening waterway All ball valve curb stops shall conform to A.W.W.A. standard C , or latest revision Compression copper inlet and outlet ball valve curb stops shall be # as manufactured by A. Y. McDonald Mfg. Co., or #B (3/4 inch), #B (2 inch) as manufactured by Ford Brass or approved by the Lewiston Water Division Female iron pipe inlet and outlet ball valves shall be #6101 as manufactured by A. Y. McDonald Mfg. Co., or #B (3/4 inch), #B (1 inch), #B (2 inch) as manufactured by Ford Brass or approved by the Lewiston Water Division Corporation Stops 4.31 All corporation stops shall conform to A.W.W.A. standard C800-84, or latest revision. 11

16 4.32 All compression outlet corporation stops shall be CC thread inlet as manufactured by A. Y. McDonald #4701B-22, or Ford #F1000, or approved by the Lewiston Water Division Compression Couplings 4.41 All copper to copper compression (pack joint) couplings shall be McDonald "Mac-Pac" series or Ford #C44 series or approved by the Lewiston Water Division All iron to iron compression (pack joint) couplings shall be McDonald "Mac- Pac" series or Ford #C55 series or approved by the Lewiston Water Division All copper to iron compression (pack joint) couplings shall be McDonald "Mac-Pac" series or Ford #C45 series or approved by the Lewiston Water Division All copper to male iron pipe compression (pack joint) couplings shall be McDonald "Mac-Pac" series or Ford #C84 series or approved by the Lewiston Water Division All copper to female iron pipe compression (pack joint) couplings shall be McDonald "Mac-Pac" series or Ford #C14 series or approved by the Lewiston Water Division. MATERIALS SECIFICATIONS FOR COLD WATER METERS 1.0 GENERAL SCOPE All meters, 5/8 to 1, furnished shall exceed the performance required by the Standard Specifications for Cold Water Meters C700, latest revision issued by AWWA or as otherwise stated. MATERIAL SPECIFICATIONS FOR CAST IRON COUPLINGS AND STAINLESS STEEL REPAIR CLAMPS 6.00 General References to A.W.W.A., A.S.T.M., and A.N.S.I. specifications shall be of be latest revision. 12

17 6.10 Cast Couplings 6.11 Center Sleeve: Made from ductile iron per ASTM A or high quality gray iron per ASTM A End Rings: Cast from ductile iron per ASTM A End ring on transition style couplings is color coded for easy identification Gaskets: GPR rubber per ASTM D M 4AA 809. Gaskets have size embossed for easy identification Bolts and Heavy Hex Nuts: As per ASTM A242 and AWWA C111. Bolts for the FFCA and FFCA-1 Flanged Coupling Adapters are ductile iron per ASTM A536. Stainless steel are required Finish: Sleeve finish is red enamel compounded of oil modified urethane; End Rings are color coded red, gray or white Stainless Steel Repair Clamps 6.21 Band: 18-8 Stainless Steel Bolts: 18-8 Stainless Steel with rolled NC threads. Fluorocarbon coated to prevent galling. Bolts are MIG (metal inert gas) welded to aldebar and are ultra passivated Nuts: 18-8 Stainless Steel, heavy hex Lugs: 18-8 heavy gauge Stainless Steel, MIG welded to sidebar and band and are ultra passivated Sidebars: 18-8 heavy gauge Stainless Steel, MIG welded to form a strong permanent fusion with the bolts and lugs. Welds are ultra passivated Litter Bar: 18-8 heavy gauge Stainless Steel. Lip curve holds bolts in position while tightening. Also serves as a bearing surface for nuts and Hylatron GS TM self-lubricating washers Gasket: Gridded virgin GPR compounded for water service, ASTM D M 4AA607. Gaskets have diagonal grid patterns and tapered ends for a dependable seal. Other gasket materials are available for special applications Armor: 18-8 heavy gauge Stainless Steel vulcanized and recessed into the gasket to ensure uniform compression against the pipe Ultra Passivated: All welds are fully passivated by means of an advanced chemical technique which enhances the corrosion resistant characteristics of 13

18 the stainless steel and insures that the clamp is free of burrs and sharp edges and has a lustrous appearance General MATERIAL SPECIFICATIONS FOR PVC FITTINGS References to A.W.W.A., A.S.T.M., and A.N.S.I. specifications shall be of the latest revision PVC Fittings 7.11 ASTM D1784 Specification for Rigid Polyvinyl Chloride (PVC) Compounds and Chlorinated Polyvinyl Chloride (CPVC) Compounds ASTM D3034 Specification for Type PSM Polyvinyl Chloride (PVC) Sewer Pipe Fittings (4" through 15") ASTM D3212 Specification for Joints, for Drain and Sewer Plastic Pipe using Flexible Elastomeric Seals ASTM F477 Specification for Elastomeric Seals (Gasket) for Jointing Plastic Pipe UNI-B-4-82 Specification for Polyvinyl Chloride Plastic Gravity Sewer Pipe and Fittings Nominal Diameter 4-15 IN CSA B M1983 Plastic Drain, Sewer Pipe and Pipe Fitting. MATERIAL SPECIFICATIONS FOR FLEXIBLE SEWER COUPLNGS 9.00 General References to A.W.W.A., A.S.T.M., and A.N.S.I. specifications shall be of the latest revision Flexible Sewer Couplings 9.11 Couplings shall conform to applicable parts of ASTM #C443, C564, D "-12" Resilient Wedge Gate Valves with ALPHA Restrained Joint Ends 14

19 AMERICAN FLOW CONTROL 2-12 SERIES 2500 RESILIENT WEDGE GATE SPECIFICATIONS AWWA C515 A: VALVE CONSTRUCTION 1. Valves shall meet or exceed ANSI/AWWA C515, latest revision for water supply service. 2. Valves size shall be of a resilient wedge design with a rated working pressure of 250 psig. 3. All cast ferrous components shall be ductile iron and shall be manufactured in compliance with the latest edition of ANSI/AWWA C All valves shall be certified to NSF/ANSI Standard Valve to be designed for use in drinking water, sewage, fire protection systems, irrigation and backflow control systems. B: DUCTILE IRON COMPONENTS 1. The valve body design shall be lightweight in design and easy to handle. Valve body and bonnet shall be constructed of ductile iron with wall thickness per Table 2, of ANSI/AWWA C515. Heavy wall or and/or cast gray-iron bodies are not acceptable. 2. The valve shall have a smooth and oversize waterway and have the marking DI or Ductile Iron cast onto the body. 3. All wedges shall be constructed of ductile iron. Wedge shall be fully encapsulated with EPDM rubber and provided with polymer wedge guide covers. 4. Valve stuffing box and wrench nut shall be made of ductile iron. C: STEM SEALS 1. Valve stems shall be sealed by three O-rings. 2. Two of the stem O-rings shall reside above the thrust collar. One O-ring shall be located below the thrust collar which creates a sealed lubrication chamber around the stem thrust collar. 3. O-rings set in a cartridge shall not be allowed. 4. The valve shall also be equipped with thrust washers above and below the stem thrust collar for reduced operating torque. D: BOLTING AND BODY GASKETS 1. All exterior valve body bolting shall be Type 304 stainless steel and shall be provided with hexagonal heads with dimensions conforming to ANSI B Metric sizes and / or socket head cap screws, or bolts, are not allowed. 3. The operating nut shall be 2 in. square and shall be constructed of ductile iron fitted to a square tapered stem to help ensure even distribution of input torque. 4. The body-to-bonnet and stuffing box seals are pressure energized O-ring style designs that reduce the need for excessive bolt loading. The seals shall be reusable. E: COATING 1. All internal and external ferrous surfaces of the valve body and bonnet shall have fusionbonded epoxy coating, complying with ANSI/AWWA C550. F: CONNECTION 1. Valve inlet shall be designed for use with ductile iron, cast iron, HDPE and PVC pipe materials. 15

20 2. Inlet shall incorporate stab-fit design requiring the use of only one Type 304 stainless steel fastener. The assembly of flange or mechanical joint restrainers using multiple fasteners or wedge bolts is not permitted. 3. Restraint accessories shall be factory installed. 4. All valve inlets shall be the ALPHA design furnished by AMERICAN Flow Control. G: MANUFACTURER 1. All valves shall be the AMERICAN Flow Control Series Resilient Wedge Gate Valves with ALPHA Ends or approved equal. 16