Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-12-06-14-G7 - 6/14/2012
i 1 i RESOLUTION NO. R-12-06-14-G7 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 such parts on an ongoing basis, both in emergency and non- emergency situations, is a critical municipal function, and WHEREAS, the City is under no obligation, statutory or otherwise, to advertise for bids for the provision of needed repair and maintenance parts for water lines and wastewater lines, as such fall under the general exemption to competitive bidding requirements cited in Texas Local Government Code Section 252.022(a)(2) regarding procurements necessary to preserve or protect the public health or safety of the municipality's residents, and WHEREAS, a benefit would nevertheless accrue to the City to request and receive pricing proposals for such parts, and WHEREAS, the City did so seek pricing proposals for the provision of repair and maintenance parts and associated services for water lines and wastewater lines, and WHEREAS, Techline Pipe, L.P., has submitted its proposal to provide selected parts at reasonable pricing, and WHEREAS, the City Council wishes to contract with Techline Pipe, L.P.,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). 0\wdox\SCC1nts\0112\1204UNUNICIPAL\00251653.DOC 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 Y Wastewater Lines from Techline Pipe, L.P., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. 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 s hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. a RESOLVED this 14th day of June, 2012. 4 f' ALAN MCGRAW, Mayor City of Round Rock, Texas 4 ATTEST: SARA L. WHITE, City Clerk 2 f. EXHIBIT "An CITY OF ROUND ROCK AGREEMENT FOR PROVISION OF REPAIR AND MAINTENANCE PARTS w AND SERVICES FOR WATER LINES AND WASTEWATER LINES FROM TECHLINE PIPE L.P. r THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: § COUNTY OF WILLIAMSON § COUNTY OF TRAVIS 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 , 2012, 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 TECHLINE PIPE, L.P., t whose office address is 2259 CR 108, Hutto, Texas 78634, referred to herein as "Techline" or "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 Techline; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the bid submitted by Techline; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; 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 Techline whereby City is obligated to .buy specified goods in a non-guaranteed number/amount and Techline is \ obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated IFB 11-014, Specification Number 11-670 dated August 2011; (b) Techline's 00247078/jkg/3/28/12revision l i f i f: Response to IFB; (c) contract award; and (d) any exhibits, addend Any inconsistencies or conflicts in the contract documents shall be resod/ed amendments thereto. in the following order: by giving preference t (1) This Agreement; (2) Techiine's Response to IFB; s y z (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties Texas. C. Effective Date means the date upon which the binding to this Agreement are affixed. signatures of both parties- D. Force Majeure means acts of God, strikes, lockouts, or other disturbances, acts of the.public enemy, orders of an States or the State of Texas or any civil or militaryY kind from the government Industrial landslides, lightning, earthquakes, fires, hurricanes storms, r rns, riots, s, the United authority, insurrections, riots, epidemics, and the people, civil disturbances, explosions, or other causes not r restraint of the government of the party claiming such inability. easonably within the control E. Goods and services mean the specified services, slies commodities, or equipment. u PP materials, F. Techline means Techline Pipe, L.P., or an of its c or assigns. Y orporate structures, successors 2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOW ABLE RENEWALS A. This Agreement shall be effective on the date it has be hereto, and shall remain in full force and effect unless and u signed by both parties term stated herein, or until terminated or extended as provided hereit exppires by operation of the m. B. The term of this Agreement shall be for three (3) consecutive _ periods from the effective date hereof. twelve-month After that term, this Agreement may be extended for successive terms of twelve (12) months each, not to exceed in the such extensions, with such extensions to occur on or before the ex iration d aggregate two 2 and with such extensions being absolutely redicate P ate of the preceding term Parties. Such extensions are permitted o11 d upon the express written agreement of both contractual obligation specified in this original Agreement.echline has performed each and every C. Prices shall be firm for the duration of this Agreement periods. No separate line item charges shall be permitted for invoicing g nt and for any extension not limited to equipment rental, demurrage, costs associated with obtaining P °ses, including but extraneous charges. taining permits, or any other 2 i` } f (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 httn://stats.bis giv/ppi/. Any price increase shall be requested by Techlme 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 IFB 11-014, Specification Number 11-670 dated August 2011. Techline 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 p City selected Techfine to supply the goods as outlined in IFB 11-014, Specification a Number 11-670 dated August 2011, and Response to IFB submitted by Techline, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. ' The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in `` the IFB and as offered by Techline in its Response to the IFB. f 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 full. 4.01 INITIAL RESORT TO PROVIDERS, AND SUBSEQUENT RESORT TO SECONDARY PROVIDERS; MANDATES FOR PROVISION OF GOODS A. Initial Resort to Providers and Subse uent Resort to Secondary Providers. The parties specifically acknowledge and agree as follows: Techline shall be considered as one of four providers of the specified goods. City may, in its sole and unfettered discretion, elect to seek goods from any one of the four providers. Should the first provider contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event one of the remaining three providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first and second providers contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event one of the remaining two providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first, second, and third providers contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event the last remaining provider may be considered "best value" and be contacted to provide the goods as a secondary provider. E f 3 i Techline specifically further acknowledges and agrees as follows: This Agreement is not an exclusive agreement., City may, in its sole and unfettered discretion, elect to use any of the four providers in whatever order it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion, elect to use any other providers. City is not obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. d B. Mandates for Provision of Goods-Emergency Order and Delivery Techline specifically further acknowledges and agrees as follows: City shall make a notification call to Techline by telephone with emergency order and ' delivery instructions for delivery of goods that City has designated for emergency order and delivery. In the event that Techline does not answer the telephone and/or return City's notification voicemail within fifteen (15) minutes of initial placement of call by City, then and in that event City may contact and place the order with any secondary provider as provided above. Nori-answer of notification call may result in City declaring Techline to be non-compliant with the order and under this Agreement; non-returned voicemail within fifteen (15) minutes may result in City declaring Techline to be non-compliant with the order and under this Agreement. The legal definition under this Agreement of"repeated non-compliance" shall mean three (3) x incidents, either sequential or not, of non-compliance as delineated in this paragraph within a period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. When City has notified Techline of an emer-aency order and delivery Techline shall have z trained personnel on-site within two (2) hours of City's notification, and Techline shall fulfill in s full the emergency parts orders within two (2) hours of the site visit. Emergency goods, parts, and items shall be delivered to the location specified by City, or at City's election Techline shall { allow City to pick up said goods on the same day. Driving distance from City's location to Techline's parts facility shall not exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event Techline may be deemed to be non-compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. Mandates for Provision of Goods - Non-Emergency Order and Delivery. Techline specifically further acknowledges and agrees as follows: City shall make a notification call to Techline by telephone with non-emergency order and delivery instructions for delivery of goods that City has designated for non-emergency order and delivery. In the event that Techline does not answer the telephone and/or return City's notification voicemail within twenty-four(24)hours of initial placement of call by City,then and in that event City may contact and place the order with any secondary provider as provided above. Non-answer of notification call may result in City declaring Techline to be non- . compliant with the order and under this Agreement; non-returned voicemail within twenty-four (24) hours may result in City declaring Techline to 'be non-compliant with the order and under j this Agreement. The legal definition under this Agreement of"repeated non-compliance" shall 4 p, 3 V mean three (3) incidents, either sequential or not, of non-compliance as delineated in this paragraph within a period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. x E. When City has notified has designated for non-emergency order and deliverv, Techline shall fulfill in full the non-emergency parts orders within the dates and times specified by City in b the Purchase Order. Driving distance from City's location to Techline's parts facility shall not f exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event Techline may be deemed to be non-compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. 5.01 ITEMS AWARDED; COSTS ' d Only if, as, and when needed by City, items are awarded to Techline in accordance with bid items shown on Exhibit"A." f Techline specifically acknowledges and agrees that City is not obligated to use or purchase any estimated annual quantity of goods. Only if, as, and when needed by City, the bid costs listed on Exhibit"A" shall be the basis of any charges collected by Techline. 6.01 INVOICES All invoices shall include, at a minimum,the following information: A. Name and address of Techline; B. Purchase Order Number; C. Description and quantity of items received; and ' D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of,partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 5 P., 8.01 NON-APPROPRIATION AND FISCAL FUNDING r 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 z 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 Techline a written notice of termination at the end of its then-current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Techline 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. .Techline 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 F 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 Techline, 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 Techline 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 H making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the f: purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES r City may, by written notice to Tecliline, cancel this Agreement without incurring any liability to Techline if it is determined b Ci that y City gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Techline or its agents or representatives to any City officer, employee or elected representative with respect to the f performance of this Agreement. In addition, Techline may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Techline's charges. t 6 i_ s 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Techline cannot provide the goods as specified, City reserves the right and option to obtain same from another source or supplier(s). 3 13.01 INSURANCE Techline shall meet all requirements as stated in the attached Invitation for Bid No. IFB 11-014 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative(s) authorized to act in its behalf with regard to this Agreement: Rick Whisenant, Utility Inventory Specialist City of Round Rock Public Works Department 910 Luther Peterson Place Round Rock, TX 78664 r 512-218-5570 512-801-4483 cell rwhisenantO.round-rock.tx.us 15.01 RIGHT TO ASSURANCE x 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. 16.01 DEFAULT If Techline abandons or defaults hereunder and is a cause of City purchasing the specified services elsewhere, Techline 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. Techline 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. 7 3 y' F 17.01 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 Techline. B. In the event of any default by Techline, City has the right to terminate this Agreement for cause, upon ten(10) days' written notice to Techline. C. Techline 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 a following shall apply: Upon City's delivery of the referenced notice to Techline, Techline 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, Techline shall submit a statement detailing the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Techline that portion of the charges, if undisputed. The parties agree that Techline is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. E 18.01 INDEMNIFICATION Techline 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, 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 Techline, or Techline's agents, employees or subcontractors, in the performance of Techline'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 Techline (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Techline, 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. 20.01 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. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows:. 8 4. 4 k.. t- A. When delivered personally to recipient's address as stated in this Agreement; or t 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. y Notice to Techline: Y Techline Pipe, L.P. 2259 CR 108 Hutto,TX 78634 Notice to City: Assistant City Manager Stephen 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 Techline. ti 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either parry 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. 23.01 EXCLUSIVE AGREEMENT f: F This document, and all appended documents, constitutes the entire Agreement between City and Techline. 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. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve f the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution,then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Techline shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. City and Techline 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. 9 9 s ii fi f 25.01 SEVERABILITY E 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 4 being void should a provision that is of the essence of this Agreement be determined to be void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Techline 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. Techline understands and agrees that time is of the essence and that any failure of Techline to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Techline 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 Techline'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. IN WITNESS WHEREOF, City and Techline have executed this Agreement on the dates indicated. t City of Round Rock,Texas Techline Pipe,L.P. A By. By. Printed Name: Printed Name: ,C'ee5 G�i.1s���✓ Title: Title: 6-4,e4 17Y g,7 a e�- Date Signed: Date Signed: :5. For City,Attest: For City,Approved as to Form: By: By: Sara L. White, City Clerk Stephan L. Sheets, City Attorney 10 t q i ii L SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 CITY OF ROUND ROCK INVITATION FOR BID REPAIR AND MAINTENANCE PARTS FOR WATER AND WASTEWATER LINES PART S GENERAL 1. PURPOSE: The City of Round Rock, herein after"City", seeks an agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as"Respondent", to provide repair and maintenance parts for municipal water and wastewater lines on an"as needed" basis. Parts include but are not limited to pipe, pipe fittings, fire hydrants, plumbing supplies and plumbing equipment. 2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation,the Respondent agrees that the City's standard Definitions,Terms and Conditions shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions,Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions,Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.gov/home/index.asp?page=463. g 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at http://www.roundrocktexas.gov/home/index.asp?paqe=463. 4. CLARIFICATION: For questions or clarification of specifications,you may contact: i i Joy Baggett Purchasing Department City of Round Rock Telephone: 512-218-6682 F ibaggett(a)round-rock.tx.us r The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Division. z 5. QUALIFICATIONS: The opening of a response shall not be construed as the City's acceptance of such as qualified and responsive. All Respondents shall: £' 5.1. Be firms,corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. : 5.2. Have adequate organization,facilities, equipment and personnel to ensure prompt and efficient service to the City. 5.3. Identify any subcontractors to be used for this project. Experience,qualifications and references of the subcontractors shall be submitted. The City reserves the right to approve or disapprove all subcontractors prior to any work being performed. 5.4. Respondent shall employ a minimum of two qualified technicians. Service technicians shall be fully qualified to work on the listed equipment and employed by the successful respondent on the effective date of the agreement. Respondent shall verify that service personnel have EXHIBIT 1 of 11 a "All i : i SOLICITATION NUMBER e 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 had training with a minimum of one year of"hands on"experience working on the listed equipment. 5.5. Provide the name,address,telephone number and E-MAIL of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least(two)2 years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED. E-MAIL ` ADDRESSES ARE REQUIRED. 6. BEST VALUE EVALUATION AND CRITERIA: All responses received may be evaluated based on l the best value for the City. In determining best value,the City may consider: 6.1. Purchase price and terms; 6.2. Reputation of Respondent and of Respondent's goods and services; t 6.3. Experience, qualifications and quality of the Respondent's goods and services; 6.4. The extent to which the goods and services meet the City's needs; 6.5. Respondent's past relationship with the City; 6.6. The total long-term cost to the City to acquire the Respondent's goods or services; I a 6.7. Any relevant criteria specifically listed in the solicitation. 7. AGREEMENT AND TERMS: The terms of the awarded agreement shall: 7.1. The initial term of the resulting agreement shall be three(3)consecutive twelve(12)month periods from the effective date. The agreement may be renewed for two(2)additional F periods of time, not to exceed twelve(12) months each, provided both parties agree in writing prior to the expiration of the current term. 7.2. The City reserves the right to review the respondents'performance at the end of each twelve (12) month period and cancel all or part of the agreement(s)or continue the agreement(s) through the next period. j 7.3. If the respondent fails to perform its duties in a reasonable and competent manner,the City i shall give written notice the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty(30)days,the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 7.4. If the agreement is terminated,for any reason,the respondent shall turn over all records,to include but not be limited to the following: records of repairs, services, deliveries, and i replacement parts, to the City within fifteen (15)working days after completion of duties contained in the agreement. j 7.5. The City may, at its discretion, award primary,secondary and tertiary agreements to provide for timely delivery of required parts. 8. PRICE INCREASE OR DECREASE:A price increase or decrease to the agreement may be considered based on the following: 8.1. The City may permit"unit price"adjustments upwardly or downwardly not to exceed 5%per year of the original unit price. Unit prices may be adjusted for each renewal period and extension period in accordance with an agreement. 8.2. Price increase cannot exceed 25%for the total per item cost and term of the agreement. 8.3. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. 2of11 i' t:- SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 8.3.1. Mail the price increase request to the designated City Contract Specialist a minimum of 120 days prior to each renewal period. Vendor shall supply supporting 3 documentation as justification for each request. 8.3.2. Upon receipt of the request,the City reserves the right to accept the escalation and make change to the agreement within 30 days of the request, negotiate with the vendor or cancel the purchase order if an agreement cannot be reached on the value of the increase. i 9. AWARD: The City reserves the right to accept or reject all or part of a response, waive minor technicalities and award the response to best serve the interests of the City. Split awards or non- award may be made at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://www.roundrocktexas.gov/home/index.asi)?r)aae=462. t t PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released August 26,2011 1.2. Pre-Solicitation Meeting(Non-Mandatory) September 13,2011 2:00 PM l WLM and WWLM Warehouse h 910 Luther Peterson Place Round Rock,TX 78665 1.3. Deadline for alternate equivalent product specification submission September 16,2011 1.4. City responses to alternate product requests September 21,2011 1.5. Deadline for questions September 23,2011 1.6. City response to all questions or addendums September 30,2011 1.7. Responses for solicitation due by 3:00.p.m. October 11,2011 1.8. Site visit to Respondent location (if necessary) November The City reserves the right to modify these dates. Notice of date change will be posted to the City 4 website. 2. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 P.M.,on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department ' 221 E. Main Street Round Rock,Texas 78664-5299 2.1. Responses received after this time and date will not be considered. 2.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 2.3. Facsimile or electronically transmitted responses are not acceptable. 3of11 SOLICITATION NUMBER 11-014 r SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 2.4. Late responses will be returned to Respondent unopened if return address is provided. 2.5. Bids will not be read aloud due to the volume of items. Responses will be tabulated and posted to the City's website at http://www.roundrocktexas.gov/home/index.asp?pacie=462. 3. PRE-SOLICITATION MEETING: The City will conduct a pre-solicitation meeting to allow Respondents an opportunity to ask questions they may have concerning the solicitation. 3.1. Meeting date,time and location: September 13, 20112:00 PM WLM and WWLM Warehouse 901 Luther Peterson Place Round Rock,TX 78665 Attendance by teleconferencing is available by calling the number below at the appointed meeting time CST. 661-673-8600 Access Code: 329457# 4. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 4.1. Schedule preventative maintenance quarterly service time frames. 4.2. Schedule annual maintenance and load test service time frames. 4.3. Provide City contact(s) information. 4.4. Agreement terms, renewals, and extensions. PART III SPECIFICATIONS fr> r:. 1. SCOPE OF WORK: To provide repair and maintenance parts for municipal water and wastewater lines on an"as needed"basis. Parts include but are not limited to pipe, pipe fittings,fire hydrants, plumbing supplies and plumbing equipment. 2. PRODUCT STANDARDS: Any product line shown is listed to indicate type, class and minimum critical requirements of the product desired. Product lines shown are readily easy to obtain or easily interchangeable. Respondents are cautioned that any material specified or delivered which does not meet specifications in every aspect will not be accepted. 2.1. The repair products and items currently in use by the City include: { 2.1.1. Smith-Blair 2.1.2. Romac 2.1.3. Ford 2.1.4. JCM s: r i X y�y q 4of11 Y f B SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 2.2. The fire hydrant products and items currently in use by the City include: 2.2.1. Clow 2.2.2. American Darling 2.2.3. Mueller A City fire hydrant assembly detail drawing is herein made a part of this solicitation as ATTACHMENT B. a, 3. ALTERNATE EQUIVALENT PRODUCTS: Alternate equivalent products may be considered with i written approval of such by the City. 3.1. Respondent shall submit, at their own expense,a product specification sheet for the product line and items prior to submitting a bid no later than September 16, 2011. Respondent's ` reply e-mail shall be included with the submission as the City's written approval or denial shall be sent to that address. Failure to submit an e-mail address may result in i disqualification of submittal. Said product sheet(s) can be mailed or e-mailed to: Joy Baggett Purchasing Department I' City of Round Rock 221 East Main Street Round Rock,Texas 78664 Telephone: 512-218-6682 ibaggett(&round-rock.tx.us 3.2. Written approval or denial of alternate equivalent products shall be sent to Respondent's to the e-mail provided with the submission no later than September 21, 2011. t 3.3. Product approval notification from the City shall be submitted with response. Failure to submit i product specifications for approval and/or submit proof of approval from the City may disqualify a response for consideration for award. 4. PRODUCT DOCUMENTATION: The Respondent shall maintain necessary technical documentation pertaining to specified parts for each order placed throughout the term of an ' agreement and extension periods. Product information sheets shall be submitted with solicitation response. Failure to submit product sheets for specified items may result in in disqualification of response. 3 5. ACCEPTANCE: Acceptance inspection should not take more than five(5)working days.The vendor will be notified within this time frame if the unit delivered is not in full compliance with the K specifications. If any purchase order is canceled for a unit for non-acceptance,the needed r equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 6. EMERGENCY SERVICE: The successful Respondent shall maintain a local twenty-four(24) hour emergency order and delivery service. Trained Respondent personnel shall be on-site within two (2) hours of emergency notification from the City and shall fulfill emergency part orders within two ' (2) hours of site visit. Emergency items shall be delivered to the City on the same day OR be s available for City staff to pick-up same day. Driving distance from the City to Respondent's parts facility shall not exceed 100 miles. City may purchase emergency part from any vendor source necessary should successful respondent not be able to fulfill order as specified. 7. CONSULTATION: Respondent personnel shall be knowledgeable in the field of municipal waterline and wastewater line repair and able to provide analysis and consultation on repair as needed. 8. GOODS: The goods furnished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. 5of11 SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 USED,SHOPWORN, DEMONSTRATOR, PROTOTYPE,AFTER MARKET OR DISCONTINUED 4 MODELS ARE NOT ACCEPTABLE. 9. ORDER QUANTITY:The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the products or services needed to satisfy operating requirements within budgetary constraints,which maybe more or less than indicated. 10. CUSTOMIZED ORDERS: If price point mandates,the City shall bid and order, under separate solicitation, all custom ordered pieces on an as needed basis. This solicitation does not include customized part orders. 11. FREIGHT: Price shall include FOB destination, pre-paid and allowed unless otherwise specified in writing.The Respondent's price shall be deemed inclusive of delivery and transportation charges. No fuel surcharges shall be allowed. 12. DELIVERY: Non-emergency items shall be delivered to City within 4 weeks of order being placed. Driving distance from the City to Respondent's parts facility shall not exceed 100 miles. 13. WARRANTY:The goods specified shall be warranted against defects in material and workmanship for a period of not less than twelve(12)months beginning with the date of acceptance. If the manufacturer's standard warranty exceeds twelve(12)months, then the manufacturer's standard warranty shall be in effect.The successful Respondent shall furnish a copy of the manufacturer's warranty at time of delivery. 14. SUBMISSION REQUIREMENTS: Respondent shall submit one(1)original signed paper copy and three(3)copies, clearly identified as"copies"of its Proposal. In addition,the Respondent shall submit one(1) CD or USB Flash Drive, each containing a complete copy of response in PDF format, if required in the solicitation, the catalog pricing in an Excel spreadsheet.A complete copy of the response includes all documents required by this solicitation.The CD or USB Flash Drive should be clearly labeled with the solicitation name, number and name of Respondent. If supplemental materials are included with the response, each CD/USB must include such supplemental materials.The Response and accompanying documentation are the property of the City and will not be returned. Completed documentation shall include: 14.1. Itemized, Signed Bid Sheet 14.2. Product Information Sheets 14.3. City's written approval of product specified if other than that listed r 14.4. Warranty Information 14.5. Experience of the Respondent's personnel 14.6. Three(3)client references that utilize like products or services. References to include f Business Name, Contact Name,Address,Telephone, and e-mail. Failure to provide reference information may result in disqualification.A reference form is contained as a part of this submittal package. 14.7. Exception to specifications t t 6of11 I { t 4' SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 15. RIGHT OF INSPECTION: The City reserves the right to inspect respondent's physical facilities prior to award to satisfy questions regarding respondent's capability to perform services and furnish goods. The respondent shall provide without charge, all information and data for this purpose with 24-hour notice from City. Said inspections shall only take place during normal business hours, 8:OOAM-5:00 PM Monday through Friday. 16. NON-APPROPRIATION:The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities,as determined by the City's budget for the fiscal year in z question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 17. INTERLOCAL COOPERATIVE CONTRACTING(PIGGYBACK) Other governmental entities may be extended the opportunity to purchase off of the City's Agreements,with the consent and agreement of the awarded vendor(s)and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However,all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback" procurements. 18. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law,Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials,equipment, or the day on which the E performance of services was completed or the day,on which the City receives a correct invoice for k" the supplies, materials, equipment or services,whichever is later. The Vendor may charge a late fee(fee shall not be greater than that which is permitted by Texas law)for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made s by the City in the event: I: i 18.1. There is a bona fide dispute between the City and Vendor concerning the supplies, l materials, services or equipment delivered or the services performed that causes the payment to be late;or 18.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or I 18.3. There is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material,or equipment delivered or the services performed which caused the payment to be late; or {' 18.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. i A S { 7 of 11 3 i 6: SOLICITATION NUMBER 11-014 $, SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE i SOLICITATION NUMBER: S RESPONDENT'S NAME: DATE: Provide the name, address,telephone number and point of contact of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. 1. Company's Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) Y x a a 2. Company's Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code � Telephone Number ( ) Fax Number: ( ) 3. Company's Name Name of Contact ' Title of Contact t E-Mail Address Present Address City, State,Zip Code Telephone Number ( ) Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION.WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. t 11 of 11 y i I r I I U ATTACHMENT B 0 W Q a ' TYPICAL WATER ,MAIN ASSIGNMENT 3 2-2 N' DIA. �' I CONNECTIONS I k (SEE NOTEMAYO) FIRE f RANT•TO 66' MAX. LENGTH OF BE SET PLUMB FIRE HYDRANT ASSEMBLY' { 3 1' 1-4 ". DIA. I I CONNECTION (SEE NOTE 1) CONCRETE AROUND VALVE CAN ,UD (SEE VALVE BOX I L ASSEMBLY DETAIL CONCRETE CURB 18" MI DRAWING NO. WT-06) z -WEARING SURFACE Z" MIN. 6" MAX I I I S CITY OF ROUND ROCK I D 6" MJ x STANDARb VALVE BOX m ASSEMBLY (SEE FLANGED. VALVE CONCRETE BLOCKING WITH A (SEE NOTE2) SEPARATE DETAIL) MIN 1 x SQ FT BEARING ,,: ,.;::: -::: AREA CLAS "A" CONCRETE ••: .• - DO NOT BLOCK DRAIN HOLES ~ _ 6' DUCTILE o :*iY ; IRON PIPE - - 4"x12 x'12" CONCRETE. ' • I,°•.' '. 4 BLOCK CLASS "A' CONCRETE - - 1 MAIN UNE SIZE 6" TEE ' (SEE NOTE 2) THRUST BLOCKING REQUIRED FOR CRUSHED STONE OR GRAVEL SHALL PIPE SIZE AND SOIL CONDITION BE PLACED AROUND THE.BOTTOM OF THE HYDRANT FOR RADIUS OF AT LEAST 12' AND EXTENDING A7 LEAST =' 12" ABOVE THE OUTLET 0.0 NOT BLOCK DRAIN HOLES NOTES I' 1. THREADS ON OUTLET NOZZLES SHALL HE NATIONAL STANDARD `THREAD. 2. TEE MAY HAVE FLANGED..OUTLET FOR M.J. X FLANGED. GATE VALVE 4fi: ANCHOR (SWIVEL) TEE MAY BE USED WITH M.J. X M.J. GATE VALVE. I 3, A BLUE REFLECTIVE DEUNEATOR OF TYPE APPROVED BY' THE ENGINEER SHALL BE PLACED 2 TEET O 3 Ft OFFSET FROM THE CENTERLINE•OF PAVED STREETS .OR PAVED ACCESS WAYS. ON THE SIDE OF AND IN LINE I WITH. ALL NEWLY INSTALLED FIRE HYDRANTS, I RECORD E �� CITY OF ROUND ROCK DRAWING N0. ON T!'ILT� AT PUBLIC 1fORSS APPROVEDDAN : WT-05 I 04--01-10 tP AROEREGnvsas ASHUAEA .FIRE HYDRANT ASSEMBLY DETAIL �rtounoaoa.Tfxns I 193PONSIk;ft 7,FOR TH8 AFPROPHUTE TT15ETVR0r rAMFJIT USE OF TH18 DSTAIIe (NUT 'PO 3CAT.E) : I r SOLICITATION NUMBER 11-014 �r SPECIFICATION NUMBER 11-670 SOLICITATION INSTRUCTIONS DATED:AUGUST 2011 ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. SOLICITATION REQUIREMENTS: 1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown. $ Respondents guarantees product offered will meet or exceed specifications identified in this Invitation For Bid(I FB). ) 1.2 Solicitations shall be submitted on Solicitation Sheet Each response shall be placed in a separate envelope completely and properly identified. Responses must be in the Purchasing Department before the hour and date speed on the solicitation. 1.3 Late responses property identified will be returned to respondent unopened. Late responses will not be considered. t t 1.4 Respond F.O.B.destination,freight,prepaid,&allowed unless otherwise specified on the solicitation. If otherwise,show exact cost to deliver. 1.5 Response shall show unit price on quantity and unit of measure specified,extension and show total. In case of errors in extension,unit prices shall govern. Responses subject to unlimited price increase will not be considered. 1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from List*responses are not acceptance unless requested. Cash discount will not be considered in determining the low response.All cash discounts offered will be taken If earned. p, 1.7 Responses shall give Tax Identification Number,full name and address of respondent Failure to sign will disqualify response. Person signing response shall show title and authority to bind signatories firth in an agreement Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be one(1)of the following:Individual,Partnership,Sole Proprietorship,Estaterrrust,Corporation,Govemmental.Non-profit,all others shall be specified. INDIVIDUAL:List r name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL OTHERS:List legal name of entity and Tax Identification Number(TIN). If 1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent No t response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Sales Tax and Federal Excise Tax Do not include tax in response. 1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split awards may be made at the sole discretion of the City. 5 1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations. 1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation. t 1.13 CAUTION:Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late,illegible, incomplete,or otherwise non-responsive. 2. SPECIFICATION: r t 2.1 Any catalog,brand name or manufacturer's reference used in the solicitation is descriptive only(not restrictive),and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brand(s)specified is offered,illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes r no exceptions to specifications or reference data in response,respondent will be required to furnish brand names,numbers,etc.,as specified in the solicitation, t 2.2 All items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage,unless otherwise Indicated in the solicitation. Verbal agreements to the contrary will not be recognized. f; 2.3 Samples,when requested,must be furnished free of expense to the City. If not destroyed in examination,they will be returned to the respondent,on request,at ) respondent expense. Each example should be marked with respondents'name and address,City solicitation number and code. Do not enclose in or attach to response. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. it 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case of tie responses,the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Response shall show number of days required to place material in City s designated location under normal conditions. Failure to state deliver time obligates respondent t to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor list(See 4.2 following.) 4.2 If delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies elsewhere and charge full Increase,if any,in cost and handling to defaulting Vendor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working hours only,unless prior approval for late delivery has been obtained from the City,unless otherwise specified in the solicitation. S. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have t access to any supplier's place of business for the purpose of Inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications,the cost of the sample used and the cost of the testing shall be borne by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for disposition at Vendors risk and expense. Latent defects may result in revocation of acceptance. 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms,conditions,and specifications contained in the solicitation. Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is Issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or ; purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT:Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies. 8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights. 9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement,which arise under the antitrust laws of the State of Texas.TY,Bus.And Comm.Code Ann.Sec.15.01,at seq.(1967). 10. RESPONDENT AFFIRMATION: 10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that 10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discount, tip,favor,or service to a public servant in connection with the submitted response. 10.3 The respondent is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the respondent nor the firm,corporation,partnership,or any entity represented by the respondent,or anyone acting for such fine,corporation,or entity has violated the antitrust laws of this State codified in Section 15.01 et Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly or indirectly the response made to any competitor,or any other person engaged in such line of business. 10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation. 11. NOTE TO RESPONDENTS: Any temps and conditions attached to response will not be considered unless the respondent specifically references them on the front of the response form. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation;in particular, all respondents'affirmations and certifications must be included. Submission of responses on forms other than City's form may result in disqualification of your response. 12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date. a r, 10 of 11 k z s; ROUND ROCK,TEXAS PURPOSE PASSION.PROSPERITY CITY OF ROUND ROCK, TEXAS INVITATION FOR BID REPAIR AND MAINTENANCE PARTS FOR ' WATER AND WASTEWATER LINES IFB No. 11-014 Addendum No. 1 Date of Addendum: September 30. 2011 { f Please note the clarifications, revisions or additions to the solicitation referenced above. s 1. Q: What is the anticipated Agreement start date? A: The City anticipates an executed Agreement by January 2012. g 2. Q: Will the City consider PVC Products as a "cost-plus" item due to the product's price volatility? A: Yes. The bid sheet has been modified to reflect this change. The attached bid sheet shall REPLACE the previous bid sheet. Respondents shall bid their percentage to be charged to the City above and beyond the cost of the PVC part. Part invoices shall be submitted with the invoice as a requirement for payment. 3. Q: As the City recently awarded a contract for Meter Boxes, does the City still seek a price for Meter Boxes? A: No. The bid sheet has been modified to reflect this change and is herein made a part of this Addendum. 4. Q: What references does the City seek? A: The City seeks end-user references. 5. Q: Does"Piggyback" mean our prices to the City of Round Rock are available to other City's? A: Yes. 6. Q: What quantity of each part should be bid? 5. A: Only one (1) part shall be bid. Orders will be placed on as-needed basis. 7. Q: Can fire hydrant parts be bid as aftermarket? 3 A: No. All fire hydrant parts shall be new,factory direct parts only. 8. Q: If parts are stored in a vendor's yard and have been weathered due to being outside are they still acceptable? A: No. All parts shall be delivered in like-new condition or they will be rejected. 9. Q: How are fittings,valves, bolts and gaskets to be bid? A: Fittings and valves are to be bid separately as accessories. Bolts and gaskets are to be bid as kits. 10. Q: Are the full-circle clamps to be stainless steel? f: s F A: Yes. 11. Q: Are the Ford products to be brass? A: Yes. 12. Q: What brand name does the City currently utilize for air release valves and pressure reducing valves? A: The City utilizes ARI brand for air release-valves and WATTS brand for pressure reducing valves. r 13. Q: Who at the City will issue the part Purchase Orders? i A: The Purchase Orders will be issued by the Water and Wastewater Line Maintenance Department. E f Approved by F Joy Baggett, Purchaser s By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. I f ACKNOWLEDGED i Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. i b t S P L L i 4 4 } { i[ E } q i g { ATTACHMENT A i CITY OF ROUND ROCK INSURANCE REQUIREMENTS 1. INSURANCE:The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for miunes to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder,its agents,representatives,volunteers employees or subcontractors 1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved ' by the City before work commences. 1.2. The following standard insurance policies shall be required: 1.2.1. General Liability Policy ' 1.2.2. Automobile Liability Policy 1.2.3. Worker's Compensation Policy 1.3. The following general requirements are applicable to all policies: 1.3.1. Only insurance companies.licensed and admitted to do business in the State of Texas shall be accepted. 1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 1.3.3. Claims made policies shall not be accepted,except for Professional Liability Insurance. 1.3.4. Upon request,certified copies of all insurance policies shall be furnished to the City : 1.3.5. Policies shall include,but not be limited to,the following minimum limits: 1.3.5.1. Minimum Bodily Injury Limits of$300,000.00 per occurrence. 1.3.5.2. Property Damage Insurance with minimum limits of$50,000.00 for each occurrence. ar 1.3.5.3. Automobile Liability Insurance for all owned, non-owned,and hired vehicles with minimum limits for Bodily Injury of$100,000.00 each person,and$300,000.00 for each occurrence,and Property Damage Minimum limits of$50,000.00 for each occurrence. 1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 1.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 1.4. The City shall be entitled, upon request,and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for i= deletion,revision,or modification of particular policy terms,conditions,limitations,or exclusions(except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City,the Vendor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 1.5. Vendor agrees that with respect to the required insurance,all insurance contracts and certificate(s)of insurance will contain and state,in writing,on the certificate or its r attachment,the following provisions: x s y x 1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 1.5.2. Name the City and its officers,employees,and elected officials as additional insured's,(as the interest of each insured may appear)as to all applicable coverage. 1.5.3. Provide thirty days notice to the City of cancellation,non-renewal,or material changes E 1.5.4. Remove all language on the certificate of insurance indicating: 1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City;and, 1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents,or representatives. 1.5.5. Provide for notice to the City at the addresses listed below by registered mail: 1.5.6. Vendor agrees to waive subrogation against the City,its officers,employees, and elected officials for injuries,including death,property damage,or any other loss to the extent same may be covered by the proceeds of insurance. i s 1.5.7. Provide that all provisions of this contract concerning liability,duty,and standard of care together with the indemnification provision,shall be underwritten by contractual liability coverage sufficient to include such obligations within t applicable policies. 1.5.8. All copies of the Certificate of Insurance shall reference the project name,bid number or purchase order number for which the insurance is being supplied. 1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change,which E notice shall be accomplished by a replacement Certificate of Insurance. x s 1.5.10. All notices shall be mailed to the City at the following addresses: r Assistant City Manager City Attorney ? City of Round Rock City of Round Rock 221 East Main 309 East Main Round Rock,TX 78664-5299 Round Rock,TX 78664 6. WORKERS COMPENSATION INSURANCE t 6.1. Texas Labor Code,Section 406.098 requires workers'compensation insurance coverage t for all persons providing services on building or construction projects for a governmental a entity. 6.1.1. Certificate of coverage("certificate")-A copy of a certificate of insurance,a certificate of authority to self-insure issued by the Texas Workers'Compensation s Commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. 6.1.2. Duration of the project-includes the time from the beginning of the work on the project until the CONTRACTOR'S/person's work on the project has been completed and accepted by the OWNER. 6.2. Persons providing services on the project("subcontractor") in Section 406.096-includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes,without limitation,independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,employees of any such entity,or employees of any entity,which furnishes persons to provide services on the project. "Services" include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or other service related to a project. "Services"does not s fi : 5. 5 i 8- f l include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. k 6.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification I codes and payroll amounts and filing of any coverage agreements,that meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the CONTRACTOR providing services on the project,for the duration of the project. 6.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. s 6.5. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the project,the CONTRACTOR must, prior to the end of the coverage period,file a new certificate of coverage with the OWNER showing that coverage has been extended. 6.6. The CONTRACTOR shall obtain from each person providing services on a project,and provide to the OWNER: 6.6.1. a certificate of coverage,prior to that person beginning work on the project,so I the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project;and 6.6.2. no later than seven calendar days after receipt by the CONTRACTOR,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 6.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery,within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 6.9. The CONTRACTOR shall post on each project site a notice, in the text,form and manner 4 prescribed by the Texas Workers'Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. 6.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project,to: 6.10.1. provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,that meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all its employees providing services on the project,for the duration of the project; 6.10.2. provide to the CONTRACTOR, prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project,for the duration of the project; 6.10.3. provide the CONTRACTOR, prior to the end of the coverage period,a new #` certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 6.10.3.1. obtain from each other person with whom it contracts,and provide to the CONTRACTOR: 6.10.3.1.1. a certificate of coverage,prior to the other person beginning work on the project;and 6.10.3.1.2. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period,if t the coverage period shown on the current certificate of coverage ends during the duration of the project l 6.10.3.2. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and 6.10.3.4. contractually require each person with whom it contracts,to perform as required by paragraphs(A thru G),with the certificates of coverage to be provided to the person for whom they are providing ' services. i. 6.10.3.5. By signing the solicitation associated with this specification,or providing,or causing to be provided a certificate of coverage,the i Contractor is representing to the Owner that all employees of the ?` Contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties,criminal penalties,civil penalties, or other civil actions. 6.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach p from the owner. { y'. F- S p'f iqq f { f r f t s z ji s f } B I t: k SOLICITATION NUMBER 19-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 ' INVITATION FOR BID(IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock,Texas 78664-5299 Solicitation Information: Responses are due to the Purchasing Office REPAIR AND MAINTENANCE PARTS FOR at the above address by 3:00pm,October 11,2011. WATER AND WASTEWATER LINES Solicitation Number 11-014 Opening Date: 10/11/2011 Show solicitation opening date&solicitation number in lower left Opening Time: 3:00pm s Response Location: t hand corner of sealed response envelope with return address of City of Round Rock Purchasing Division responding firm. 221 E.Main Street t Round Rock,TX 78664 Facsimile responses shall not be accepted Return signed one(1)original and three(3)copies of response. INVOICE TO: CITY OF ROUND ROCK ACCOUNTS PAYABLE 221 EAST MAIN STREET ROUND ROCK,TEXAS 78664-5299 / Authorized Signature Date Print Name Respond F.O.B.Destination,Freight prepaid and allowed unless g otherwise specified below SEE 1.7 OF SOLICITATION INSTRUCTIONS DESTINATION: TAX ID NO.:Z0 S^39 1192+J CITY OF ROUND ROCK Tec-17��f4(> 910 LUTHER PETERSON PLACE LEGAL BUSINESS NAME: P/ �d2 ROUND ROCK,TEXAS 78665 ADDRESS: 2-Z 1571? Ce' Ief All, /',Z 7463 CONTACT: Ce eS "By the signature hereon affixed,the respondent 7�`S t hereby certifies that neither the respondent nor the TELEPHONE NO: S-1-2 7S-'22- entity represented by the respondent,or anyone acting for such entity has violated the antitrust laws of this BUSINESS ENTITY TYPE:"q 741 State,codified in Section 15.01 et seq.,Texas 1 Business and Commerce Code,or the Federal antitrust laws,nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business." Respondent agrees to comply with all conditions set forth in this solicitation. BID SHEET I CITY 1 z ITEM # DESCRIPTION MODEL# (IF APPLICABLE) UNIT UNIT PRICE 1 I 1 1/2"SCH40 PVC PIPECost PIUS % r ,% i t (n 1 2 3/4"SCH40 PVC PIPE Cost Plus % I 3 1"SCH40 PVC PIPE Cost PIUS % lt� 4 1.5"SCH40 PVC PIPE Cost PIUS % 5. 00 % 1 s r l 8of10 } f 1 � SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 SOLICITATION INSTRUCTIONS ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. SOLICITATION REQUIREMENTS: 1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown. Respondents guarantees product offered will meet or exceed specifications identified in this Invitation For Bid(IFB). 1.2 Solicitations shall be submitted on Solicitation Sheet Each response shall be placed in a separate envelope completely and properly identified. Responses must be in 4 the Purchasing Department before the hour and date specked on the solicitation. 1.3 Late responses properly identified will be returned to respondent unopened. Late responses will'not be considered. 1.4 Respond F.O.B.destination,freight,prepaid,&allowed unless otherwise specified on the solicitation. If otherwise,show exact cost to deliver. 1.5 Response shall show unit price on quantity and unit of measure specified,extension and show total. In case of errors in extension,unit prices shall govern. Responses subject to unlimited price increase will not be considered. ? 1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from List" responses are not acceptance unless requested. Cash discount will not be considered in determining the low response. All cash discounts offered will be taken if earned. 1.7 Responses shall give Tax Identification Number,full name and address of respondent Failure to sign will disqualify response. Person signing response shall show title and authority to bind signatories firm in an agreement. Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be one(1)of the following:Individual,Partnership,Sole Proprietorship,Estate/Trust,Corporation,Governmental.Non-profitall others shall be specified. INDIVIDUAL:List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL OTHERS:List legal name of entity and Tax Identification Number(TIN). 1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent No t response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in response. 1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split awards may be made at the sole discretion of the City. 1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations. 1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation. 1.13 CAUTION:Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late,illegible, incomplete,or otherwise non-responsive. 2. SPECIFICATION: 2.1 Any catalog, brand name or manufacturer's reference used in the solicitation is descriptive only(not restrictive), and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brand(s)specified is offered,illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes no exceptions to specifications or reference data in response,respondent will be required to furnish brand names,numbers,etc.,as specified in the solicitation. 2.2 All items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage,unless otherwise indicated in the solicitation. Verbal agreements to the contrary will not be recognized. 2.3 Samples,when requested,must be fumished free of expense to the City. If not destroyed in examination,they will be returned to the respondent,on request,at respondent expense. Each example should be marked with respondents'name and address.City solicitation number and code. Do not enclose in or attach to response, 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case of be responses,the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates respondent to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor fist(See 4.2 following.) 4.2 If delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications, authorizes the City to purchase supplies elsewhere and charge full increase,if any,in cost and handling to defaulting Vendor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the solicitation. 5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications,the cost of the sample used and the cost of the testing shall be borne by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for disposition at Vendor's risk and expense. Latent defects may result in revocation of acceptance. 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms,conditions,and specifications contained in the solicitation. Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT: Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies. f 8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights. 9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement,which arise under the antitrust laws of the State of Texas.TX,Bus.And Comm.Code Ann.Sec.15.01,at seq.(1967). 10. RESPONDENT AFFIRMATION: 10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that: 10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discount, Up,favor,or service to a public servant in connection with the submitted response., 10.3 The respondent is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the respondent nor the firm,corporation,partnership,or any entity represented by the respondent,or anyone acting for such firm,corporation,or entity has violated the antitrust laws of this State codified in Section 15.01 at.Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly or indirectly the response made to any competitor,or any other person engaged in such fine of business. 10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation. 11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the response form. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation;in particular, all respondents'affirmations and certifications must be included. Submission of responses on forms other than City's form may result in disqualification of your response. r 12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date. 10 of 11 i; s F 1pp t SOLICITATION NUMBER 11-014 SPECIFICATION NUMBER 11-670 DATED:AUGUST 2011 ATTACHMENT A RESPONDENT'S REFERENCE SHEET F E PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: Tc`I/i 7go Jae DATE: A�)"fie // Provide the name, address, telephone number and point of contact of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least two(2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. , 1. Company's Name e, / p r/1 Aemh._ Name of Contact Title of Contact E-Mail Address � ,s, �, �h,uS�i;L f�Xas- gQy Present Address City, State, Zip Code ,eco 1Sh,� 7A- Telephone xTelephone Number (S�Z ) 763 _��Z� Fax Number: ( ) i 2. Company's Name Name of Contact �A, �� S _y4 Title Title of Contact /,-(g-1 qd. z E-Mail Address Q(S-�P,aQ,�,L© faC20 vis�g, Ory Present Address 61e City, State, Zip Code L q.,5 p 1,/ t Telephone Number ( 57/Z ) Fax Number: ( ) h r r E 3. Company's Name /'i ` rr 0 Name of Contact ,get r J t/oc{`t C, Title of Contactr� �r`t , E-Mail Address ,/yeq i7,5 Present Address Ay City, State, Zip Code Du Y--e f Telephone Number ( �-� ) -7,�7 6 ,o q3 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. is t 4 f` P 11 of 11 e i k; { d rROUND ROCK,TEXAS ASSION.PROSPERITY. t CITY OF ROUND ROCK, TEXAS '< INVITATION FOR BID REPAIR AND MAINTENANCE PARTS FOR WATER AND WASTEWATER LINES IFB No. 11-014 Addendum No. 1 Date of Addendum: September 30, 2011 Please note the clarifications, revisions or additions to the solicitation referenced above. 1. Q: What is the anticipated Agreement start date? i A: The City anticipates an executed Agreement by January 2012. 2. Q: Will the City consider PVC Products as a "cost-plus" item due to the product's price volatility? A: Yes. The bid sheet has been modified to reflect this change. The attached bid sheet shall REPLACE the previous bid sheet. Respondents shall bid their percentage to be charged to the City above and beyond the cost of the PVC part. Part invoices shall be submitted with the invoice as a requirement for payment. 3. Q: As the City recently awarded a contract for Meter Boxes, does the City still seek a price for Meter Boxes? A: No. The bid sheet has been modified to reflect this change and is herein made a part of this Addendum. 4. Q: What references does the City seek? A: The City seeks end-user references. 5. Q: Does "Piggyback" mean our prices to the City of Round Rock are available to other City's? A: Yes. k' 6. Q: What quantity of each part should be bid? 4 A: Only one (1) part shall be bid. Orders will be placed on as-needed basis. k i` 7. Q: Can fire hydrant parts be bid as aftermarket? A: No. All fire hydrant parts shall be new, factory direct parts only. 8. Q: If parts are stored in a vendor's yard and have been weathered due to being outside are they still acceptable? F A: No. All parts shall be delivered in like-new condition or they will be rejected. 9. Q: How are fittings, valves, bolts and gaskets to be bid? A: Fittings and valves are to be bid separately as accessories. Bolts and gaskets are to be bid as kits. t 10. Q: Are the full-circle clamps to be stainless steel? y�y A: Yes. 11. Q: Are the Ford products to be brass? A: Yes. l 12. Q: What brand name does the City currently utilize for air release valves and pressure reducing valves? A: The City utilizes ARI brand for air release valves and WATTS brand for pressure reducing valves. 13. Q: Who at the City will issue the part Purchase Orders? A: The Purchase Orders will be issued by the Water and Wastewater Line Maintenance Department. Approved by Joy Baggett, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date r RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH t YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. 4 g t. ti- ti t f 5 SOLICITATION# 11-014 t 5 2" SCH40 PVC PIPE I Cost Plus % S Cj G 6 3"SCH40 PVC PIPE Cost Plus % S O g % 7 4" SCH40 PVC PIPE Cost Plus % 5 00 % 8 4"SCH40 FEMALE C 3 KO ADAPTER-C/O a 9 3"SCH40 PVC PIPE Cost Plus % S' O b % I' 12 8"C900 PVC PIPE Cost Plus % S. O b I 13 12"C900 PVC PIPE Cost Plus % %O % 14 14"C900 PVC PIPE 20'JOINT Cost Plus % CD % 15 16"C900 PVC PIPECost Plus % 00 % S• 16 4" DUCTILE IRON PIPE 16 3 , 17 6"DUCTILE IRON PIPE 18 8" DUCTILE IRON PIPE 19 12" DUCTILE IRON PIPE k, 20 16" DUCTILE IRON PIPE Ll// •S Q g 21 20" DUCTILE IRON PIPE I 7(o 93 22 24" DUCTILE IRON PIPE 23 30 DUCTILE IRON PIPE 24 4" DI SLEEVE MJ X MJ /� I /7 25 6" DI SLEEVE MJ X MJ 26 8" DI SLEEVE MJ X MJ O 27 12" DI SLEEVE MJ X MJ J l 2 �� } 28 16" DI SLEEVE MJ X MJ � ,)Y 3 29 20" DI SLEEVE MJ X MJ 14 S9 I I i I i SOLICITATION# 11-014 30 24" DI SLEEVE MJ X MJ X1.7 ' y 31 30"DI SLEEVE MJ X MJ ,O;o. 32 4" DI 45 MJ X MJ �o L� s a 33 6" DI 45 MJ X MJ 34 8" DI 45 MJ X MJ 35 12" DI 45 MJ X MJ 37 20" DI 45 MJ X MJ L� �(J�G✓ �� 7 39 30" DI 45 MJ X MJ �//j' G-. lv 40 4" DI 90 MJ X MJ 3 41 6 DI 90 MJ X MJ G f/ 42 8" DI 90 MJ X MJ f7 a 43 12" DI 90 MJ X MJ i 3 IS, 45 6"FOSTER ADAPTER v MACCESSORIES S a 46 8" FOSTER ADAPTER /� J MACCESSORIES9s�7 L�. 47 12" FOSTER ADAPTER _ 4 MACCESSORIES 48 4" DI FLANGE X MJ ADAPTER 1:3 ► B 49 6"DI FLANGE X MJ ADAPTER 50 8" DI FLANGE X MJ ADAPTER CD (o 51 12"DI FLANGE X MJ ADAPTER 53 4"X 6" DI MJ X MJ ADAPTER 231 .9-3 54 6"X 8"DI MJ X MJ ADAPTER 55 8"X 12"DI MJ X MJ ADAPTER 1 ' 56 6" DI MJ TEE j �� i SOLICITATION# 11-014 s 4 57 8"x 6" MJ DUCTILE IRON _ CROSS yw/, 58 8" MJ DUCTILE IRON TREE _ 59 4"MJ END CAP 60 6"MJ END CAP 61 8"MJ END CAP r 62 12" MJ END CAP ,t E 63 8"X 6" MJ TEE cc)O• I 70 4" MJ ACCESSORY I 71 6" MJ ACCESSORY s 72 8" MJ ACCESSORY �- 1 :�- y0 73 12"MJ ACCESSORY k 75 16" MJ ACCESSORY b' 76 20" MJ ACCESSORY �� � 0 �• �� '$ 77 24" MJ ACCESSORY 78 30" MJ ACCESSORY 4" DI MEGA LUG ACCESSORY �f 80 FOR DI PIPE 81 4" PVC MEGA LUG ACCESSORY Cost PIUS % . 00 82 J x 82 6" DI MEGA LUGACCESSORY 3 -� 83 6" C900 MEGA LUG s ACCESSORY 3 U 84 8"DI MEGA LUG ACCESSORY L13, / G 85 8"C900 MEGA LUG } ACCESSORY s, 86 12" DI MEGA LUG ACCESSORY O� O 87 12"C900 MEGA LUG ACCESSORY �� (,s s I. I s s ytiy E S. SOLICITATION#11-014 88 14"MEGA LUG ACCESSORY C900 /j J�13 z 89 16" DI MEGA LUG ACCESSORY 90 20"DI MEGA LUG ACCESSORY 91 24"DI MEGA LUG ACCESSORY 92 30"DI MEGA LUG ACCESSORY 93 16" MEGA LUG ACCESSORY c} , 0900 141 3/4"HAMMONDS IB 645 GATE VALVE L� C� 142 1"HAMMONDS IB645 GATE u VALVE 143 1 1/2" HAMMONDS IB645 GATE R VALVE 144 2 HAMMONDS IB645 GATE VALVE 145 2" MIP AIR.RELIER VALVE L g 146 2"SQUARE NUT RESILIENT WEDGE GATE VALVE FIP X FIP 147 4"AWWA MJ X MJ GATE VALVE 148 6"AWWA MJ X MJ GATE VALVE 149 8"AWWA MJ X MJ GATE VALVE 150 12"AWWA MJ X MJ GATE (� VALVE �a, 151 14"AWWA MJ GATE VALVE moi` r, 152 16"AWWA MJ X MJ GATE VALVE Z 3 153 6"AUSTIN PROPERTY OWNER LID k 154 AUSTIN SPEC VALVE'CAN _ �{ BOOT 155 AUSTIN SPEC GRADE RING C6 156 6"AUSTIN SPEC VAN CAN LID 157 AUSTIN SPEC C-8 COLLAR of f SOLICITATION# 11-014 F 3/4"Cl COMP ECTS OMP 158 COUPLIN165 3/4" FLARE X CCTS g No 166 3/4"FLARE X COMP 90 I` 167 3/4"COMPRESSION COUPLING CTS C44-33-G 1 COMPRESSION COUPLING 168 C44-44-G CTS 169 1.5"COMPRESSION COUPLING C44-66-G CTS } 170 2 COMPRESSION COUPLING C44-77-G CTS Ila 171 3/4"X 1"COMP COUPLING CTS C44-34-G 172 1"x 1.5"COMP COUPLING CTS C44-46-G s' 173 1.5"X 2"COMP COUPLING CTS C44-67-G /v 174 3/4" MIP X COMP COUPLING CTS C84-33-G Ila 175 3/4" FIP X COMP COUPLING CTS C14-33-G x 176 1"MIP X COMP COUPLING CTS C84-44-G Acq 177 1" FIP X COMP COUPLING CTS C14-44-G r 178 1.5"MIP X COMP COUPLING C84-66-G �) CTS Gt' 179 1.5" FIP X COMP COUPLING CTS C16-66-IDR7 i 180 2"MIP X COMP COUPLING CTS C84-77-G 181 2" FIP X COMP COUPLING CTS C14-77-G 6 7 182 3/4"COMP 90 CTS L44-33-G �) ?` lX s 183 1"COMP 90 CTS L44-44-G 184 1.5"COMP 90 CTS L44-66-G Aa F' 185 2"COMP 90 CTS L44-77-G �J CY 186 3/4"FLARE X COMP STIR. C04-33-G COUPLING CTS k k x t S i 1 SOLICITATION# 11-014 187 1" FLARE X COMP STR. COUPLING CTS C04-44-G 188 1.5 FLARE X COMP STR. C04-66-G COUPLING CTS 2 FLARE X COMP STR. 189 C04-77-G 11 COUPLING CTS 190 1"FLARE X COMP 90 CTS L04-44-G 191 1.5"FLARE X COMP 90 CTS L04-6&G x 192 2" FLARE X COMP 90 CTS L04-77-0 /v GC 9 193 1"FLARE X COMP 45 CTS LA04-44-G 194 1.5 FLARE X COMP 45 CTS LA-4-66-G 195 2" FLARE X COMP.45 CTS LA04-77-G Ivai 196 3/4"COMP TEE CTS T444-333-G 197 1"COMP TEE CTS T444-444-G IV,t/Q 198 1" FLARE X MIP COUPLING C28-44 Q 200 3/4" MIP X 1"COMP COUPLING C84-34-G CTS 3/4"FIP X 1"COMP COUPLING 201 CTS C 14-34-G t /v t 202 1.5"X 1 "COMP WYE CTS Y44-264-G i 203 2"X 1"COMP WYE CTS Y44-274-G 204 1" FLARE X 1.5" MIP WYE Y28-246 r 205 2"MIP X 1"COMP WYE CTS Y28-247 206 3/4"MIP X 1"COMP STR. U- U48-43-G BRANCH CTS 207 3/4"MIP X 1"FLARE U-BRANCH U28-43-G 208 3/4" MIP X 1 "MIP U-BRANCH U88-43 209 3/4" MIP X 1"COS P U-BRANCH U48-43-G 210 BRANCH CTS 3/4" MIP X 1-1/2"COMP U- Y-48-63-G G' F q SOLICITATION# 11-014 5/8"MN X 1"COMP ANGLESTOP 211 CTS KV43-342W-G f 212 3/4" FIP X FIP STR. CURB STOP 611-333W 213 3/4"COMP X 5/8"MN ANGLESTOP CTS 214 3/4"COMP X 5/8" MN STR. B43-342W-G CURBSTOP CTS 215 5/8" MN X 3/4"FIP STR. STOP B13-232W i/ E 216 5/8"MN X 3/4"ANGLESTOP KV13-332W ' 217 1" MN X 1"FIP ANGLESTOP KV13-444W 218 1" MN X COMP ANGLESTOP KV43-444W-G 219 1" MN X 1"COMP STR. STOP CTS B43-444W-G 1.5"FIP X METER FLANGE 220 ANGELSTOP FV-13-666W 221 2"COMP X FLANGE FV43-777W-G ANGLESTOP CTS 222 2" FIP X METER FLANGE FV13-777W ANGLESTOP 223 2"FIP STR. CURBSTOP 611-777 4 W/HANDLE 224 2"FIP CURBSTOP 611-777W s 225 1.5" FIP CURBSTOP 611-666W f 226 3/4" MIP X FLARE CORP STOP F700-3 ? F700-3 227 1"MIP X FLARE CORP STOP F700-4 Q 228 1-1/2"MIP X FLARE CORP STOP FB700-6 r 229 2" MIP X FLARE CORP STOP FB700-7 µ 230 5/8" MN X 3/4"MIP X 2" METER C38-23-2 ' COUPLING 231 5/8" X 3/4"MIP X 2.5" METER C38-23-2.5 ' COUPLING 232 5/8" MN X 3/4"MIP X 2.75" METER COUPLING C38-23-2.75 233 1" MN X 1" MIP X 2.5"METER C38-44-2.5 COUPLING _ I SOLICITATION# 11-014 3' is 234 1"MN X 1"MIP X 3.5" METER COUPLING C38-44-3.5 235 1"MN X 1"MIP X 8.5" METER C38-44-8.5 COUPLING V( . 236 5/8" MN X 3/4"MIP X 8.5" METER COUPLING C38-23-8.5 237 1/2" PACK JOINT STR. C77-11 Cost Plus % ° COUPLING FOR PVC Aj /0 is 238 3/4"PACK JOINT COMP COUPLING FOR PVC C77-33 Cost PIUS % 239 3/4 X 1" PACK JOINT STR. Cost PIUS % COUPLING FOR PVC °/° 1."PACK JOINT STR. COUPLING 240 FOR PVC C77-44 COSI PIUS % % 241 1.5"PACK JOINT STR. C77-66 Cost PIUS % ° COUPLING FOR PVC /0 242 2"PACK JOINT STR. COUPLING FOR PVC C77-77 COSI PIUS % °/ �I ° 243 3/4"COMP X 3/4" PVC STR. COUPLING CTS C47-33-G Cost Plus % e%) % /1v/(/X r 3l4"COMP X 1" PVC STR. 244 COUPLING CTS C47-34-G COSI PIUS % % { 245 1"COMP X 3l4"PVC STR. C47-43-G Cost PIUS % �7 COUPLING CTS 246 1" " COMP X 1PVC STR. C47-44-G Cost Plus % COUPLING CTS �f 9 247 1.5"COMP X 1.5" PVC STR. C47-66-G Cost PIUS % COUPLING CTS U 248 2"COMP X 2" PVC STR. C47-77-G Cost Plus % ° e. COUPLING CTSIla /0 249 5/8" MN X 1"COMP STR. CURB STOP CTS B43-4.44W-G { 250 1.5" METER FLANGE AKIT 1 251 2" METER FLANGE 252 1" MN X FIP STR CURBA 253 2"MIP X FIP STR. CURBSTOP B81-777W z 257 3/4" MIP X COMP CORP STOP F1 100-3-G �l 258 1"MIP X FIP CORP STOP FB1700-4 259 2"X 12" BRASS NIPPLE I t i SOLICITATION# 11-014 260 3/4" PRV VALVE 3/4 LF N 45BU 070 M1 -5-0- 261 1-1/4 BRASS COUPLING PACK JOINT PVCxPVC C77-55 Cost Plus % % t z 291 3/4" BLACK POLY TUBING L// �` n.3 G 292 1 "BLACK POLY TUBING , . S'D 293 1.5 " BLACK POLY TUBING y I; 294 2 " BLACK POLY TUBING 302 4"X 8"FULL CIRCLE CLAMP 303 4"X 12"FULL.CIRCLE CLAMP O.D. 4.47-5.27 13-5. 3 ' 307 4"X 12.5" FULL CIRCLE DB REPAIR CLAMP O.D.4.44-5.24 4"X 12.5"FULL CIRCLE DB I 308 REPAIR CLAMP O.D.4.74-5.57 /35-3 309 4"X 12.5"FULL CIRCLE REPAIR CLAMP O.D.4.74-5.14 ' 91, 4"X 7.5"FULL CIRCLE REPAIR 310 CLAMP O.D.4.74-5.14 lie 312 6"X 7.5"FULL CIRCLE REPAIR 4 CLAMP O.D.6.56-6.96 c i 314 6"X 12"FULL CIRCLE CLAMP 315 6"X 12"FCC O.D. 6.56-6.96 10 976 316 6"X 15"STAINLESS FULL CIRCLE CLAMP O.D.6.56-6.96 320 6"X 12"FULL CIRCLE CLAMP O.D. 6.84-7.64 I F SOLICITATION# 11-014 3 321 6"X 15"FCC O.D. 6.84-7.64 / 322 6"X 9"PLUS FCC O.D. 6.84-7.64 6"X 7.5" FULL CIRCLE REPAIR 323 �r CLAMP O.D.6.85-7.25 G (�O 324 6"X 12"FULL CIRCLE REPAIR { CLAMP O.D. 6.85-7.25 / /U (o 325 6"X 15"FULL CIRCLE REPAIR CLAMP O.D. 6.85-7.25 6"X 7.5"STAINLESS FULL �- 332 CIRCLE CLAMP O.D. 7.45-7.85 4 333 6"X 12.5"STAINLESS FULL $� CIRCLE CLAMP O.D. 7.45-7.85 334 6"X 15"STAINLESS FULL CIRCLE CLAMP O.D. 7.45-7.85 41 337 8"X 12"FULL CIRCLE CLAMP �c O.D. 8.60- 9.20 338 8"X 7"FULL CIRCLE REPAIR CLAMP O.D. 7.95-8.35 k 339 8"X 12"FULL CIRCLE REPAIR CLAMP O.D. 7.95-8.35 340 8"X 15" FULL CIRCLE REPAIR CLAMP O.D. 7.95-8.35 341 8"X 7"FULL CIRCLE REPAIR s CLAMP O.D. 8.54 -8.94 342 8"X 12" FULL CIRCLE REPAIR a cs - CLAMP O.D. 8.54-8.94 SOLICITATION# 11-014 I 343 8"X 15"FULL CIRCLE REPAIR CLAMP O.D. 8.54-8.94 /_.I / d 344 8"X 7"FULL CIRCLE REPAIR �c CLAMP O.D. 8.99-9.39 345 8"X 12" FULL CIRCLE REPAIR CLAMP O.D. 8.99 -9.39 346 8"X 15"STAINLESS FULL lek CIRCLE CLAMP O.D. 8.99-9.39 347 8"X 12" FULL CIRCLE CLAMP O.D. 9.27- 9.67 (i of 349 6"X 9"FULL CIRCLE CLAMP O.D. 9.20-9.80 8"X 12" FULL CIRCLE CLAMP 350 F O.D. 9.20-9.80 c! 8"X 15"STAINLESS FULL 351 CIRCLE CLAMP O.D. 9.27- 9.67 10"X 10" STAINLESS DB FULL Yj 361 CIRCLE CLAMP O.D. 11.04- E 12.24 10"X 15"STAINLESS DB FULL 362 CIRCLE CLAMP O.D. 11.04- z' 12.24 G� '10"X 10" STAINLESS DB FULL ' 363 CIRCLE CLAMP O.D. 11.60- `/ k 12.4.0 10"X 15" STAINLESS DB 3 FULL 364 CIRCLE CLAMP O.D. 11.60- 12.40 ie 10"X 12"STAINLESS FULL z' 368 CIRCLE CLAMP O.D. 11.75- > 12.15 O 4 369 10"X 15"STAINLESS FULL CIRCLE CLAMP r SOLICITATION# 11-014 I 12"X 12"STAINLESS FULL v 379 CIRCLE CLAMP O.D. 11.85— 12.25 12"X 12"STAINLESS FULL 380 CIRCLE CLAMP O.D. 13.10— 13.50 a. 12-14"X 12.5 " STAINLESS 391 FULL CIRCLE CLAMP O.D. 13.70 14.10 I 12-14"X 15" STAINLESS FULL 392 CIRCLE CLAMP z5,el 12-14"X 12.5" STAINLESS 395 FULL CIRCLE CLAMP O.D. 14.00 x - 14.40 v f 12-14"X 15" STAINLESS FULL �S 396 CIRCLE CLAMP O.D. 14.00- _ 1� 14.40 402 16"X 15 " STAINLESS FULL CIRCLE CLAMP DOUBLE BAND 16"X 20 " STAINLESS FULL 403 CIRCLE CLAMP DOUBLE BAND _ 16"X 15 " STAINLESS FULL 404 CIRCLE CLAMP DOUBLE BAND ` 16-18" X 15" STAINLESS FULL 405 CIRCLE CLAMP DOUBLE BAND 406 16-18" X 15 " STAINLESS FULL CIRCLE CLAMP DOUBLE BAND C� 5 �S 3 407 16"X 30 " FULL CIRCLE REPAIR 16" FCC O.D. 16.56- 17.31 CLAMP O.D. 16.56- 17.31 20-22"" FULL CIRCLE ORDER 20-22"" STAINLESS FULL CLAMP (CSC PIPE)21.40- TMS CIRCLE CLAMP (FOR CSC PIPE) Iva 30" X 30" STAINLESS FULL 30" X 30"FULL CIRCLE 410 CIRCLE CLAMP O.D. 31.70- CLAMP O.D. 32.90 31.70-32.90 zf- i a fi 5 I 1 SOLICITATION#11-014 411 8"- 10 " STAINLESS FULL 8"X 12.5" FCC O.D. 9.70- ' CIRCLE CLAMP O.D. 9.70- 10.10 10.10 z-�� 1. 1 412 8"- 10"X 15 FCC O.D. 9.70- 8" 10"X 15 FCC O.D. 9.70- 10.10 10.10 3e-fI 7� 6"x 1"TAPPED FULL CIRCLE 447 CLAMP SINGLE BAND O.D. 6.84 O 6"x 1"TAPPED FULL CIRCLE 448 CLAMP SINGLE BAND O.D. 7.05 7.45 6"x 1.5"TAPPING FULL CIRCLE , s 449 CLAMP O.D. 6.85-7.25 450 6"x 1.5"TAPPED FULL CIRCLE CLAMP O.D. 7.05-7.45 451 6"x 1.5"TAPPED FULL CIRCLE CLAMP O.D. 6.84-7.24 452 6"x 2"TAPPED FULL CIRCLE CLAMP O.D. 7.05-7.45 453 8"x 1"TAPPED FULL CIRCLE / CLAMP O.D. 8.99-9.39 454 8"x 1"TAPPED FULL CIRCLE CLAMP O.D. 9.27-9.67 455 8"x 1.5"TAPPED FULL CIRCLE CLAMP O.D. 8.99-9.39 - a ' 8"x 1.5"TAPPED FULL CIRCLE 456 CLAMP O.D. 9.27-9.67 / 4 457 8"x 2"TAPPED FULL CIRCLE CLAMP O.D. 8.99- 9.39 458 8"x 2"TAPPED FULL CIRCLE / CLAMP O.D. 9.27-9.67 ; 462 12"x 1"TAPPED FULL CIRCLE c CLAMP O.D. 13.20- 14.00 T� v 12"x 1.5"TAPPED FULL CIRCLE 463 CLAMP O.D. 13.20- 14.00 P s SOLICITATION# 11-014 464 12"x 2"TAPPED FULL CIRCLE CLAMP O.D. 13.20- 14.00 487 3/4"STEEL 2-BOLT COUPLINGS _ 488 1"STEEL 2-BOLT COUPLING / /J 489 1.5" STEEL 2-BOLT DRESSER _ COUPLING 490 2"STEEL 2-BOLT DRESSER COUPLING 4"4-BOLT COUPLING O.D. 4.80 - 494 5.10 x 495 4"4-BOLT COUPLING O.D. 5.11 - 5.45 498 6" COUPLING O.D. 6.90-7.20 C� J 499 6" COUPLING O.D. 6.90-7.40 500 8"4-BOLT COUPLING O.D. 8.63- 9.05 �ZVIG L 8 4-BOLT COUPLING O.D. 8.99- / R 501 9.45 505 12"STEEL COUPLING O.D. 12.75 fy 4 - 13.20 507 12"BOLTED COUPLING O.D. f� _ 13.20- 13.50 508 12"STEEL COU14 26 PLING O.D. 13.92 J 517 3" HY-MAX TRANSITION COUPLING O.D. 3.46 -4.33 4" HY-MAX TRANSITION 518 COUPLING O.D.4.25 -5.11 It 519 4" HY-MAX TRANSITION COUPLING O.D.4.75- 5.61 520 6" HY-MAX TRANSITION COUPLING O.D. 6.42 -7.68 8" HY-MAX TRANSITION 522 COUPLING O.D. 8.54-9.84 E: SOLICITATION# 11-014 524 12" HY-MAX TRANSITION COUPLING O.D. 12.40- 13.66 12" HY-MAX TRANSITION 525 COUPLING O.D. 13.15- 14.41 12"TRANSITION COUPLING �. 526 O.D. 13.20-13.50 X 13.90- 14.20 �--- G �W,3 14"TRANSITION COUPLING 536 O.D. 16.73-16.90 X 15.30- 18"x 30"FCC O.D. 16.73-16.90 X / 15.80 15.30-15.80 4"X 1" IP TAPPING SADDLE 557 O.D. 4.50-4.80 K 558 4"X 1" IP TAPPING SADDLE O.D. 4.74-5.63 559 4"X 1" IP TAPPING SADDLE O.D. 4.75-5.26 t 560 4"X 1.5" IP TAPPING SADDLE O.D.4.74-5.63 i 561 4"X 1.5" IP TAPPING SADDLE O.D. 5.00- 5.63 /v s- t 564 6"X 1" IP TAPPING SADDLE O.D. 6.63-6.90 565 6"X 1" IP TAPPING SADDLE ` O.D. 6.84-7.60 Y-3 568 6"X 1.5" IP TAPPING SADDLE < O.D. 6.63-7.60 643�3 6"X 1.5" IP TAPPING SADDLE 569 O.D. 6.84-7.60 572 6"X 2" IP TAPPING SADDLE O.D. 6.84-7.60 573 6"X 2"IP TAPPING SADDLE O.D. 6.63-7.60 t: SOLICITATION# 11-014 8"X 1"IP TAPPING SADDLE 577 O.D. 8.63-9.05 3o y 9 578 8"X 1" IP TAPPING SADDLE O.D. 8.84- 10.10 579 8"X 1" IP TAPPING SADDLE _ �f O.D. 8.99- 9.79 k 8"X 1" IP TAPPING SADDLE 580 O.D. 9.05- 9.63 582 8"X 1.5" IP TAPPING SADDLE O.D. 8.63-9.05 583 8"X 1.5" IP TAPPING SADDLE O.D. 8.99- 9.79 � �. t 584 8"X 1.5" IP TAPPING SADDLE O.D. 9.05-9.63 3 '- 586 8"X 2" IP TAPPING SADDLE O.D. 8.53-9.05 O 587 8"X 2"IP TAPPING SADDLE O.D. 8.54- 10.10 s' s 590 8"X.4" IP TAPPING SADDLE O.D. 8.54- 10.10 596 10"X 1.5 " IP TAPPING SADDLE O.D. 10.64- 12.12 } 597 10"X 1.5 " IP TAPPING SADDLE O.D. 10.75- 11.10 598 10"X 1.5 " IP TAPPING SADDLE O.D. 11.10- 12.12 k' 10"X 2" IP TAPPING SADDLE 600 O.D. 10.64- 12.12 Q ' 601 10"X 2" IP TAPPING SADDLE G/ O.D. 10.75- 11.10 SOLICITATION# 11-014 10"X 2 " IP TAPPING SADDLE Je 602 O.D. 11.10- 12.12 605 12"X 1 " IP TAPPING SADDLE O.D. 12.75- 13.50 606 12"X 1 " TAPPING SADDLE O.D. 13.10- 14.38 608 12"X 1.5 " IP TAPPING SADDLE O.D. 12.75- 13.20 609 12"X 1.5" IP TAPPING SADDLE A f O.D. 12.75- 13.50 610 12"X 1.5 " IP TAPPING SADDLE �� r O.D. 13.10- 14.38 612 12"X 2" IP TAPPING SADDLE O.D. 12.75- 13.20 G/ 613 12"X 2" IP TAPPING SADDLE E O.D. 13.10- 14.38 618 16"X 1.5" IP TAPPING SADDLE O.D. 17.30- 18.88 3' 621 16- 18"X 1" IP TAPPING SADDLE O.D. 19.38- 19.63 14 623 AMERICAN DARLING 5- 1/4" r (WITH 3' BURY) (B84B) i 624 AMERICAN DARLING 5- 1/4" , (WITH 4' BURY) (B84B) 625 AMERICAN DARLING 5- 1/4" (WITH 5' BURY) (B84B) �Q f` 626 AMERICAN DARLING 5- 1/4" (WITH 6' BURY) (138413) 627 AMERICAN DARLING B84B TRAFFIC REPAIR KIT 5-1/4" t s SOLICITATION# 11-014 . 628 6"AMERICAN DARLING B84B HYDRANT EXTENSION KIT 629 12"AMERICAN DARLING B84B HYDRANT EXTENSION KIT ,�/n'� ,/� �1 I 630 18"AMERICAN DARLING B84B HYDRANT EXTENSION KIT G 632 AMERICAN DARLING UPPER STEM B84B 5— 1/4" 633 AMERICAN DARLING B84B MAIN VALVE REPAIR KIT 5— 1/4" 141/� lX AMERICAN DARLING B84B I 634 BONNET GASKET& O—RING KIT 5— 1/4" . 6, AMERICAN DARLING B62B 638HYDRANT EXTENSION KIT 12"AMERICAN DARLING B62B 639 HYDRANT EXTENSION KIT f �C 640 18"AMERICAN DARLING B62B HYDRANT EXTENSION KIT 6 641 24"AMERICAN DARLING B62B HYDRANT EXTENSION KIT 642 AMERICAN DARLING UPPER STEM B62B /v 643 AMERICAN DARLING B62B MAIN VALVE REPAIR KIT t AMERICAN DARLING B62B 644 BONNET GASKET & O—RING KIT /v a AMERICAN DARLING B62B 645 TRAFFIC REPAIR KIT 5— 1/4", 86 & NEWER /v AMERICAN DARLING B62B 646 TRAFFIC REPAIR KIT 85 & OLDER E Y t s f 3 f y k SOLICITATION# 11-014 f 649 6"MUELLER CENTERION HYDRANT EXTENSION KIT 650 12" MUELLER CENTERION HYDRANT EXTENSION KIT 651 18" MUELLER CENTERION HYDRANT EXTENSION KIT 652 24" MUELLER CENTERION HYDRANT EXTENSION KIT MUELLER CENTERION MAIN I. 653 VALVE REPAIR KIT /vQ 654 MUELLER CENTERION BONNET REPAIR KIT t MUELLER CENTERION 655 SAFETY FLANGE s REPAIR KIT A/0 3 656 MUELLER CENTERION UPPER STEM �Q MUELLLER IMPROVED PRE—72 I 668 UPPER STEM /v U' 669 6" MUELLER IMPROVED PRE— A320-00-006 PRE—72 1972 HYDRANT EXTENSION KIT IMPROVED 6" EXTENSION 1 12"MUELLER IMPROVED PRE— A320-00-006 PRE—72 670 1972 HYDRANT EXTENSION KIT IMPROVED 12" EXTENSION 671 18"MUELLER IMPROVED PRE— IMPROVED 1971 OR 1972 HYDRANT EXTENSION KIT OLDER 673 MUELLER IMPROVED PRE-1972 IMPROVED 1971 OR BONNET REPAIR KIT OLDER f 674 MUELLER IMPROVED PRE-1972 IMPROVED 71 & OLDER SAFETY FLANGE REPAIR KIT SAFETY FLANGE KENNEDY COLLISION REPAIR g 676 KIT FOR 5-1/4"K81A GUARDIAN r r s SOLICITATION# 11-014 6" KENNEDY GUARDIAN K81 677 HYDRANT EXTENSION KIT /4/Q 678 12" KENNEDY GUARDIAN K81 HYDRANT EXTENSION KIT �Q F 679 18" KENNEDY GUARDIAN K81 HYDRANT EXTENSION KIT 141Q 24"KENNEDY GUARDIAN K81 680 HYDRANT EXTENSION KIT a f E 681 KENNEDY GUARDIAN UPEER STEM 5-1/4" 682 KENNEDY GUARDIAN K81A MANI VALVE REPAIR KIT KENNEDY GUARDIAN 683 BONNET GASKET& O-RING ya REPAIR KIT f 688 CLOW MEDALLION TRAFFIC REPAIR KIT 689 6"CLOW MEDAILLION HYDRANT EXTENSION KIT 690 12"CLOW MEDAILLION HYDRANT EXTENSION KIT Itla I 691 18"CLOW MEDAILLION HYDRANT EXTENSION KIT /t/a 24"CLOW MEDAILLION 692 HYDRANT EXTENSION KIT r 693 CLOW MEDALLION UPPER /V STEM l,c i 694 CLOW MEDALLION MAIN VALVE REPAIR KIT CLOW MEDALLION 695 BONNET GASKET & O-RING REPAIR KIT v( S } t 2 t f r: i i SOLICITATION# 11-014 696 AVK 2780 TRAFFIC REPAIR KIT Z 697 AVK 2780 UPPER STEM 698 M & H UPPER STEM 929 s 699 M & H 129 BONNET REPAIR KIT 12"AVK HYDRANT EXTENTION s 700 KIT FOR MODEL 2780 5-1/4" HYDRANT r 18"AVK HYDRANT EXTENTION 701 KIT FOR MODEL 2780 5-1/4" HYDRANT 24"AVK HYDRANT EXTENTION _ 702 KIT FOR.MODEL 2780 5-1/4" 5 HYDRANT "' G/ ^GD 5. 4: 703 AVK 5-1/4"SEAT AND MAIN VALVE RETRO-KIT 2780 303, iys s J I` AVK 5-1/4" BONNET GASKET& 704 2780 O-RING KIT G� 3o G Q 24" NON-BOLTED MH LID& 713 RING 714 24"BOLTED MH LID & RING 41 .lf2 00 715 24"X 4"MH CONCRETE RING 716 24"X 3" MH CONCRETE RING -5-0it 717 24"X 2" MH CONCRETE RING 719 32" MH LID & RING 3.53, 0 0 k 720 32"BOLTED MH LID & RING 721 32"X 4" MH CONCRETE RING w 722 32"X 3"MH CONCRETE RING i1 2 5_0 723 32"X 2" MH CONCRETE RING �!/74- I SOLICITATION# 11-014 S y( 726 4"SDR35 PVC PIPE 14'JOINT Cost PIUS % So % 727 6"SDR35 PVC PIPE 14'JOINT Cost PIUS % % 728 8"SDR35 PVC PIPE 14'JOINT Cost Plus % S 0 % 729 10"SDR35 PVC PIPE 14'JOINT Cost PIUS % S GU % 730 12"SDR35 PVC PIPE 14'JOINT Cost Plus % S Gb % g i 731 15"SDR35 PVC PIPE 14'JOINT Cost PIUS % c� % 734 24" SDR35 PVC PIPE 13' JOINT COSI PIUS % % s s- OU 735 4"COUPLING HXH SDR35 k 7 0 736 6"COUPLING HXHXH SDR35 of 737 8."COUPLING HXH SDR35 738 8" PVC KICK-ON COUPLING Cost PIUS % S. a� 739 12"COUPLING HXH SDR35 �� f '�. 0 742 4"MALE ADAPTER SDR35 �� 5 t 743 6" MALE ADAPTER SDR35 G" 3' } 744 4"WYE HXHXH SDR35 ti 745 6"WYE HXHXH SDR35 746 4"45 HXH (1/8 BEND) SDR35 747 6"45 HXH (1/8 BEND) SDR35 3 5 748 8"45 HXH (1/8 BEND) SDR35 a 4"45 STR HXS (1/8 BEND) a 749 SDR35 6"45 STR HXS (1/8 BEND) 750 SDR35 751 4"22 HXH (1/8 BEND) SDR35 �3 752 6"22 HXH (1/8 BEND) SDR35 x r P 1 1 is SOLICITATION# 11-014 753 4 22 STRE HXS (1/16 BEND) �� C SDR35 Q 754 6"22 STRE HXS (1/16 BEND) 90 SDR35 G 755 4"CLEANOUT S X FIP ADAPTER SDR35 �. 9 6"CLEANOUT S X FIP ADAPTER 756 SDR35 20 Y, 757 8"CLEANOUT S X FIP ADAPTER SDR35 �� / (/ 758 4" PRESSURE RELIEF VALVE A / F i 2- 759 3" PRESSURE RELIEF VALVE 760 4"CAP HUB SDR35 761 6"CAP HUB SDR35L�/ Ll9 t 762 8" CAP HUB SDR35 P Gl ) O� 763 6"X 6"X 4" HXHXHX WYE SDR35 ly 4 DOUBLE WYE HXHXHX 764 SDR35 765 6" DOUBLE WYE HXHXHX 1y SDR35 8"X 8"X 6"WYE HXHXHX 766 SDR35 767 4" MIP PLUG SDR350 768 6"MIP PLUG SDR35 G Sa 769 8" MIP PLUG SDR35 l- X 3 0 s cl 8"X 6"SDR35 REDUCER 770 COUPLING 771 6"X 4"SDR35 REDUCER / x COUPLING _ E 772 611 SDR35 DWV BUSHING /- COUPLING 773 4"X 4" SDR35 DWV BUSHING COUPLING 774 4" PVC BACKWATER VALVE Cost Plus % DU (BACKFLOW PREVENTER) O 775 3" PVC BACKWATER VALVE COst Plus % SrC)� % f (BACKFLOW PREVENTER) U i i t i t SOLICITATION# 11-014 7: 4"TEE TAPPING SADDLE DFW- 776 DFW-4T/C �� ?�• v 4T/C J 777 4"SEWER WYE TAPPING DFW-4Y/C SADDLE DFW-4Y/C �3 Y 778 6"SEWER TEE TAPPING DFW-6T/C SADDLE DFW-6T/C 6"SEWER TEE TAPPING /7 779 SADDLE DFW-6Y/C DFW-6Y/C 780 8"X 8"X 4" SDR35 WYE 8"X 4"WYE Q 4" NON-SHEAR COUPLING 784 CLAY X PVC MR02-44-ARC Cost Plus % O D D r 785 6" NON-SHEAR COUPLING MR02-66-ARC Cost PIUS % ° CLAY X PVC Q Q /0 786 8" NON-SHEAR COUPLING MR02-88-ARC Cost PIUS % % CLAY X PVC OO 10" NON-SHEAR COUPLING 787 CLAY X PVC MR02-1010-ARC Cost PIUS % 0c) % k 12" NON-SHEAR COUPLING 788 CLAY PVC MR02-1212-ARC Cost Plus % p QD °/o 0 789 4 NON SHEAR COUPLING MR06-44-ARC Cost Plus % % CONCRETE X PVC S O Cj 6"NON SHEAR COUPLING 790 CONCRETE X PVC MR06-66-ARC COSI Plus % % �O r< 8" NON SHEAR COUPLING /o 791 CONCRETE X PVC MR06-88-ARC Cost PIUS % ° Y k 792 4 NON SHEAR COUPLING PVC MR56-44-ARC Cost Plus % ° X PVC 0 D /0 793 6" NON SHEAR COUPLING PVC MR56-66-ARC Cost PIUS % X PVC 0O 8 NON SHEAR COUPLING PVC 794 X PVC p MR56-88-ARC Cost PIUS % o �0c) o /o i 795 10" NON SHEAR COUPLING PVC X PVC MR56-1010-ARC Cost PIUS % % 4 F` 12"NON SHEAR COUPLING PVC ' 796 X PVC MR56-1212-ARC Cost PIUS % 0 °/o 797 15"NON SHEAR COUPLING PVC MR56-1515-ARC Cost Pius % Ci D % X PVC O 798 18 NON SHEAR COUPLING PVC MR56-1818-ARC Cost Plus % X PVC (� 00 801 12" NON SHEAR COUPLING MR06-1212-ARC Cost Plus % CONCRETE X PVC U. Q t w SOLICITATION# 11-014 k 802 15"NON SHEAR COUPLING MR06-1515-ARC Cost Plus /o p CONCRETE X PVC ° o Q o/o 3 18" NON SHEAR COUPLING 803 CONCRETE X PVC Cost Plus % Q'00 15" NON SHEAR COUPLING u 805 CLAY X PCV U COSI Plus % Q 00 % 806 18" NON SHEAR COUPLING Cost Plus % % E CLAY X PCV g, I 4"SANITARY SEWER TRAFFIC E 810 BOOT Cost Plus % �0O % I 6"SANITARY SEWER TRAFFIC 811 BOOT Cost PIUS % �`r 60 V s 1/2"SCH40 PVC COMP 813 COUPLING COSI PIUS % 00 % 3/4"SCH40 PVC COMP ' 814COUPLING COSI PIUS % % 815 1"SCH40 PVC COMP COUPLING COSt PIUS % O % 816 1 -1/4"SCH40 PVC COMP Cost Plus % d % I COUPLING O O 1- 1/2"SCH40 PVC COMP 817 COUPLING Cost PIuS % �b 818 2"SCH40 PVC COMP COUPLING Cost Plus % % 819 1/2" PVC SCH40 TEE COSI Plus % 820 1/2" SCH40 PVC MIP ADAPTER COSI Plus % , 0V % r 1/2"SCH40 PVC MIP X FIP 821 ADAPTER Cost PIUS % % ' 1/2"X 3/4" PVC SCH40 822 REDUCER BUSHING COSI PIUS % k 00 % Cl V 5 823 1/2" PVC SCH40 90 ELL COSt Plus % �O( 1 % 824 1/2" PVC SCH40 45 ELL COSt PIUS % % 825 1/2" PVC SCH40 COUPLING COSI PIUS % GO %9. {' V Y 826 1/2" PVC SCH40 GLUE CAP COst PIUS % \ % LAj 827 1/2"SCH40 PVC FIP X FIP COSt PIuS % O % t COUPLING 828 3/4" PVC SCH40 45 Cost Plus % 0/�l/ 3 829 3/4" PVC SCH40 CROSS TEE Cost PIUS % O. OCA % SOLICITATION# 11-014 830 3/4" FIP X GLUE 90 831 3/4" PVC SCH40 TEE Cost Plus % 832 3/4"PVC SCH40 90 COSI Plus % G O/',G p 833 3/4" PVC SCH40 MIP ADAPTER Cost Plus % , C)(V, s 834 3/4" PVC SCH40 FIP CAP Cost PIUS % C O o ` 835 3/4" PVC SCH40 GLUE CAP Cost PIUS % 0© t 836 3/4" PVC SCH40 COUPLING Cost PIUS % �T1 % t IIJJ 3/4" PVC SCH40 FIP X GLUE 837 Cost PIUS COUPLING 3/4"PVC SCH40 FIP X GLUE 838 BUSHING Cost PIUS % G; OO ° /o O 3/4" PVC SCH40 FIP X FIP 839 Cost Plus % % COUPLING I` 840 1" PVC SCH40 MIP ADAPTERen COSt Plus % % r i 841 1" PVC SCH40 GLUE 90 COSI PIUS % �C) % lJ VV 842 1" PVC SCH40 GLUE 45 Cost PIUS % C OO % o r 843 1" PVC SCH40 GLUE TEE COSI Plus % on % t 844 1" PVC SCH40 GLUE COUPLING Cost PIUS % O % 845 1" PVC SCH40 FIP PL NGX GLUE Cost Plus % COU U c) 846 1" PVC SCH40 FIP CAP COSt PIUS % O % 847 1" PVC SCH40 GLUE CAPCOst PIUS % O % 1"X 3/4" PVC SCH40 GLUE 848 /o BUSHING COSt Plus % ° , 00 1"X 1/2" PVC SCH40 GLUE 849 COSt PIUS % O % ' BUSHING 1"X 3/4"SCH40 PVC FIP X SLIP 850 BUSHING COst Plus % (C °/o r 851 1"X 1/4"SCH40 PVC SLIP COSI PIUS % 0 O BUSHING 1/2"X 1-1/4"SCH40 PVC SLIP o o 852 BUSHING COSI PIUS /o /o SOLICITATION# 11-014 853 3/4"X 1-1/4"SCH40 PVC SLIP BUSHING Cost Plus % 3, 00 % t 1"X 1-1/2"SCH40 PVC SLIP 855 BUSHING Cost Plus % % t 856 3/4"X 1-1/2"SCH40 PVC SLIP COSI PIUS % ° BUSHING , 00 /0 857 1/2"X 1-1/2" SCH40 PVC SLIP Cost Plus BUSHING Go 858 1-1/4"SCH40 PVC COUPLING Cost Plus % w 859 1-1/4"SCH40 PVC 45 ELL Cost Plus % (� V 860 1-1/4"SCH40 PVC TEE Cost Plus % % k 861 1-1/4"SCH40 PVC 90 COSI PIUS % O 862 1-1/2"SCH40 PVC COUPLING Cost PIUS 863 1-1/2"SCH40 PVC FIP ADAPTER COSI PIUS % O nOYO U 864 1-1/2"SCH40 PVC CAP Cost PIUS % G 865 1-1/2"SCH40 PVC 45 Cost Plus % % oc 866 1-1/2"SCH40 PVC MIP ADAPTER Cost Plus % c� O O % jS 867 1-1/2"SCH40 PVC TEE Cost Plus % O % 868 1-1/2"SCH40 PVC 90 Cost PIUS % 00OX I' 869 2"SCH40 PVC CAP Cost PIUS % 870 2"SCH40 PVC COUPLING Cost Plus % %ao 871 2"SCH40 PVC MIP ADAPTER Cost PIUS % �\ % V 872 2"SCH40 PVC TEE COSt PIUS % 0 % ' 873 2" SCH40 PVC 90 Cost Plus % 0 874 2"SCH40 PVC 45 Cost PIUS % 875 2-1/2"SCH40 PVC COUPLING Cost Plus % O n1 % 876 1-1/4"SCH40 PVC MIP ADAPTER COSI PIUS % r I r SOLICITATION# 11-014 877 2"SCH40 PVC FIP ADAPTER Cost Pius % d0 % 991740 6"X 4" DOUBLE WYE Cost Plus % 991741 10" HYMAX COUPLING Cost PIUS % 1 991742 10" DI MEGA LUG Cost PIuS % ' OLJ % 991743 10" C900 PIPE Cost Plus % VV 991744. 10" 10 X 6 DI FLANGE TEE COSI PIUS % �7� % v r t 991745 2" BRASS COUPLING Cost PIUS % Kn % E P, 991746 2" BRASS ELLS 90` Cost PIUS % O % }' 991747 1"AIR RELEASE VALVES Cost PIUS % � % 991748 10" DI MEGA LUG W/GLND Cost PIUS % 991749 10" PVC MEGA LUG W/GLND COSI PIUS % Q O % 991750 4"x4"SCH40 COUPLING 991751 6"X6"SDR35 GSKT X STR 45 C� C-0 991752 8" 8 X 8 X 6 TEE 991753 8" 22.5 BEND DI OO 991754 16" SADDLE IP DBL SDL 17.40- E 18.88 991755 24"AFC B84B EXTENSION KIT ' 991757 4"SDR26 � / a' 991758 6"FLG X MJ GATE VALVE $ � f' 991760 1-1/4"SCH40 PVC PIPE Cost Plus 991761 AVK UPPER STEM W/GASKETS - 991762 4" DOUBLE WYE ' 991763 4 BUSHING SPIGIT X HUB ADPTR i I: SOLICITATION# 11-014 f f 991764 MUELLER MAIN VALVE KIT IMP Q 991765 6"SWR GxGxG DOUBLE WYE ` 4"x4" SWR x DWV SWR ADPT 991766 COUPLING 991767 4 SWR HxH 11-1/4 ELL G^� '� 991768 6" SWR HxH 11-1/4 ELL G j 991769 4"SWR HxH ST 11-1/4 ELL j? 991770 6"SWR HxH ST 11-1/4 ELL iF s 991772 12 X 1-1/2 IP DBL SS SADDLE 12:00- 13.10 li CU 991773 M&H 5-1/4 BRZ MAIN V/V PLT � Z/ F/929 M&H 5-1/4 BRZ MAIN V/V SEAT 991774 F/929 AvQ 991775 12"CO SWR VLV BX F-7 AUSTIN S�•a 991776 4" PVC DWV FEM ADPT Cost Plus /o 991777 6" PVC DWV FEM ADPT Cost PIUS % F. 00 V L/ DELIVERY IN DAYS y i i { i; t L 2 4 i yb 3 r Z PRODUCT INFORMATION FOR SCH 40 PVC PIPE i { k f i 2 { t i F_ S e 3' 2 S { t ( -North A erg Gan �P pe Corporation _ f ay.ae..." ,., dc.&u.::.,,. � ....',.. ...v.._ _... ...., .u. _ .,..•.... _ , ....,Ntd.%mL.....��_.sszY:d��" � ..A«. "� _�`cv�w""'�"�+.n� .. .._ f. I -�k,wwnbrtham&icanpipex m: Product Description: t ASTM D1785/D2665 ` Schedule 40/DWV Dual Rated Pipe North American Pipe's ASTM D1785 Schedule 40 h mom„ Dual Rated(both Pressure and DVW rating) product line is manufactured to meet the needs of a l broad range of industrial,commercial and r residential piping systems.With top quality raw } materials and modern processing technology, North American Pipe's ASTM D1785 Schedule 40 & ' Dual Rated pipe meets all industry standards in l addition to our own rigorous quality control { standards. North American Pipe's ASTM D1785 Schedule 40 Dual Rated product line carries both a pressure and DWV rating to give the designer, installer and end user the flexibility of one product for two distinct applications. North American Pipe i produces a broad range of sizes in both plain end �- and belled end configurations in our Schedule 40 f product line.Whether specifying or installing our pipe you can be assured that North American Pipe 4 will provide the pipe"Right, On Time,All the Time". f This product is made*n'accordance witl%the following specifications ASTM D1784 ASTM D1785 ASTM D2672 ANSI/NSF 14 ANSI/NSF 61 ASTM D2665 Short FormgSpecification 5�' for.North American Pipe Corporation ASTM D1785/D2665 Schedule 40/DWUDual ' Rated P►pe� �' � � ,,,�""""'°�al ��� i Schedule 40 water distribution pipe shalltibe made iri h accordance with ASTM D1785464',ASTM D2665 " from`a PUC o compou0d conforming to a,cell� � �; , classification f:12454 as•defined by ASTM D1784 I Belled end of solvent weld'pipe shall meet the p` i requirements of ASTM D2672 when installed m accordance with ASTM D2855 Solvent weid`belled end pipe shall be tested and approved for contact with;potalilewater in accordance;with ANSI/NSF 61 and NSF 14and be Factory Mutual approved Pipe shall be dual marked J&;use ri water,disfn ution' 3 antl drain,waste, tind,ventapplications { Rev:01/2006 '. 28,01 Post 06k,Blvd.I Suite 600 1 Homton { Phone:,713-840-7473 Toll FreeS00-999-7473 Fax: 713-552-0087 s ti I i NO 'th A, 1tlCrican • • Pipe �orportiqn , t r • ), o o • Dw Im. • • F T -C-1 OD `. a NOMINAL OUTSIDE **APPROX DIA NOM 'BELL:DEPTH �� av -PIPE SIZE '1/2n .840 1.75 .109 %11 1.050 2.50 .113 1" 1.315 2.50 .133 1'/a' 1.660 2.50 .140 1'/" 1.900 2.50 .145 2" 2.375 3.25 .154 2'/s" 2.875 3.50 .203 31' 3.500 4.25 .216 t 4„ 4.500 5.50 .237 5$1 5.563 6.00 .258 x 61' 6.625 7.00 .280 8 8.625 7.50 .322 10" 10.750 8.50 .365 12" 12.750 10.00 .406 14" 14.000 10.00 .437 { 16" 16.000 10.00 .500 k 4 5 E - V Notc: These dimensions are for estimating purposes only ••Nominal depth,depth will vary by pressure class Rev:012006 2801 Post Oak Blvd600 ► ► 77056 ► :� 1-?Ql. toll Free 800-999-74730087 i r PRODUCT INFORMATION FOR C900 PVC PIPE k y a s i a t f 4 1t S i S s i North l mer ca t Wipe Corp°oration s Y wM�poithampricatippe.com Product Description: i AWWA C-900 b Municipal Water Pipe North American Pipe's AWWA C-900 PVC product line is manufactured to meet the needs of modern municipal water distribution systems.With top quality raw materials and modern processing E technology North American Pipe's C-900 pipe s meets all industry standards in addition to our own rigorous quality control standards. North American Pipe's C-900 pipe utilizes Reiber style gaskets throughout the entire product offering. North American Pipe produces a full range of CIOD pipe in DR-14, DR-18,and DR-25 classifications. E Whether specifying or installing our pipe you can be assured that North American Pipe will provide the pipe"Right, On Time,All the Time". This_product„is made in accordance wrth the foltowingyspec�ficaffons _ ,__„„ _ 5 AWWA C900 ASTM D1784 ASTM D3139 } ASTM F477 ANSUNSF 14 ANSUNSF 61 PPI TR-3 UL 1285 FM 1612 E Short Form Specification for`North American Pipe Corporation A1NINA�C 900 Murlclpal Water Plpe � :� _ _� i 3 AWWA w+rnr�anapu , Wafer maid,distribution pipe shall'be made m accordancewith AWWA 0900 from a compound conforming to a cell classificatlon:;of 12454 as ��”`"`""°°�, defined byASTM'D1784 ,;Integral bells shall ? llNDell iricorporate:gaskets meeting the.,requlrements of Lt$iM ASTM F477.and be locked into the bell They assembled joinf shall meet the regulr�ments of Fv ASTM D3139 The laying length of the Alpe shall be F 20,feeta The pipeand gasket .must be tested and 3 appR� approved for contact with potable water,in accord''"' ' ancewlth ANSI/NSF 61 The pipe and gasket shall be listed by Undeiv�rritets Laboratory and;-' Ved by Factory Mutual: 3 Rev:042009 :1 'o 1 . •11 1 1 41 :11 ••9 11: I :ATortni Aftierican pipe Corpraio " 0 i'• • i • LAY ATIV • 11 M • ' T �-C-_; T I sx 00 is 3�. NOMINAL OUTSIDE *APPROX **APPROX INSERT DIA NOM BELL DIA BELL DEPTH 3 MARK PIPE SIZE .IBD) C L1 41' 4.80 6.50 6.11 3.88 611 6.90 9.25 7.34 5.13 81 2 9.05 11.75 9.08 `,6.13 loll 11.10 14.25 9.75 6.63 12" 13.20 16.75 11.02 7.38 •.NOMINAL PC 165 PC 235 � PC 305Y� a -PIPE SIZE DR"25 DR 18 , „ t DR 14 k 41' .192 267 .343 611 .276 .383 .493 81r .362 .503 .646 } 10" .444 .617 .793 12" .528 .733 .943 E Note-These dimensions are for estimating purposes only -Dimension given for Approx.Bell Diameter(BD)is for highest pressure class '•Nominal depth,depth will vary by pressure class Rev:042009 :1 ' t i . rll 1 1 t • 1 r :11 ... , fax: 11: E E: s f s PRODUCT INFORMATION FOR DUCTILE IRON PIPE t q S tj f 4 i i ti 3 i I t: k Atlarttic� ATLANTIC STATES CAST IRON PIPE COMPANY States`t - 183 Sitgreaves Street Phillipsburg, N.J. 08865 Ph. 908-454-1161 FAX 908-454-1026 4 Lam► CLOW WATER SYSTEMS COMPANY P.O. Box 479 } Coshocton, Ohio 43812 Ph. 740-622-6651 FAX 740-622-8551 x McWANE CAST IRON PIPE COMPANY P.O. Box 607 F Birmingham, AL 35201 Ph. 205-322-3521 FAX 205-324-7250 PsaPco PACIFIC STATES CAST IRON PIPE COMPANY P.O. Box 1219 Provo,Utah 84603 I Ph. 801 -373-6910 FAX 801 -377-0338 t t rbX t Z r i TYTON®JOINT PIPE Sizes 3"-24" ) A 1. B Nominal laying length* FASTITE®JOINT PIPE Sizes 30"-36" A A B Nominal laying length* e i NOMINAL THICKNESS FOR STANDARD PRESSURE CLASSES OF DUCTILE IRON PIPE w *Pressure Classes are defined as the rated water pressure Pressure Class* of the pipe in psi.The thicknesses shown are adequate for % Size Outside the rated water working pressure plus a surge allowance of Inches Diameter 150 200 250 300 350 100 psi. Calculations are based on a minimum yield Inches Normal Thickness Inches strength of 42,000 and a 2.0 safety factor times the sum of 3 3.96 the working pressure and 100 psi surge allowance. 4 4.80 . . 0.25** **Calculated thicknesses for these sizes and pressure rat- 6 6.90 0.25 ings are less than those shown above. Presently these are s 8 9.05 0.25 the lowest nominal wall thicknesses available in these 10 11.10 0.26 sizes. 42 13.20 0 28 NOTE: Per ANSI/AWWA C150/A21.50 the thicknesses a' 14 15.30 0.28 0.30 0.31 above include the 0.08"service allowance and the casting 16 17:40. .:. 0.30 0.32 0.34 tolerance listed below by size ranges. 18 19.50 . 0.31 0.34 0.36 SIZE(Inches) CASTING TOLERANCES(Inches) 20 21.60 0.33 0.36 `0.38 3-8 -0.05 24 25.80 0.330. 0.40 0.43 10-12 -0.06 30 32.00 0.34 0.38 0.42 0.45 0.49 14-36 -0.07 36 38.30 0.38 0:42 0.47 0.51 0.56 r k d' I 3 c ( } STANDARD DIMENSIONS AND WEIGHTS OF 3" THROUGH 36" PUSH-ON-JOINT DUCTILE IRON PIPE It 18-Foot Laying Length Thickness Outside* Size Pressure Diameter Weight Avg.Weight (Inches) Class Per Lengtht Per Foottt Inches Pounds 3** 350 0.25 3.96 185 9.2 4** 350 0.25 4.80 225 11.3 6 350 0.25 6.90 300 16.6 8 350 0.25 9.05 395 22.0 10 350 0.26 11.10 510 28.4 12 350 0.28 13.20 655 36.4 14 250 0.28 15.30770 42.9 14* 300 0.30 15.30 _ 825 45.8 14* 350 0.31 15.30 850 47.2 16 250 0.30 17.40 940 52.3 16* 300 0.32 17.40 1000 55.5 16* 350 0.34 17.40 1060 58.8 18 250 0.31 19.50 1090 60.5 r 18* 300 0.34 19.50 1185 65.9 18* 350 0.36 19.50 1250 65.9 k 20 250 0.33 21.60 1290 71.6 20* 300 0.36 21.60 1395 77.6 20* 350 0.38 21.60 1470 81.6 24 200 0.33 25.80 1550 86.1 24* 250 0.37 25.80 1725 95.8 24* 300 0.40 25.80 1855 103.5 24* 350 0.43 25.80 1985 110.2 30 150 0.34' 32.00 2000 11.2 30* 200 0.38 32.00 2220 123.2 30* 250 0.42 32.00 2435 135.2 30* 300 0.45 32.00 2595 144.2 ' 30* 350 0.49 32.00 2810 156.1 36 150 0.38 38.30 2675 148.7 } 36* 200 0.42 38.30 2935 163.1 36* 250 0.47 38.30 3260 181.1 36* 300 0.51` 38.30 3520 195.5 36* 1 350 0.56 38.30 3840 213.4 *Tolerance of O.D.of spigot end:3-12 in.,±0.06 in., 14-24 in.,+0.05 in.,-0.08 in.,30-36 in.,+0.08 in.,-0.06 in. **Available in 20'lengths. t Including bell;calculated weight of pipe rounded off to nearest 5 lbs. tt Including bell;average weight, per foot, based on calculated weight of pipe before rounding. i 4 z s s a G Dim l RATED WORKING PRESSURE AND MAXIMUM DEPTH OF COVER Laying Condition Sizes Fressuret Nominal Type 1 Type 2 Type 3 Type 4 Type 5 Class Thickness (Inches) (psi) (Inches) Trench Trench Trench Trench Trench Maximum Depth of Cover±-feet €' 3 350 0.25 78 88 99 100§ 100§ 4 350 0.25 53 61 69 85 100§ 6 350 0.25 26 31 37 47 65 8 350 0.25 16 20 25 34 50 10 350 0.26 11" 15 19 28 45 12 350 0.28 10** 15 19 28 44 fi 14 250 0.28 tt 11** 15 23 36 14 300 0.36 tt 13 17 26 42 14 350 0.31 tt 14 19 27 44 16 250 0.30 tt 11** 15 24 34 16 300 0.32 tt 13 17 26 39 16 350 0.34 tt 15 20 28 44 F 18 250 0.31fifi 10** 14 22 31 18 300 0.34 tt 13 17 26 36 18 350 0.36 tt 15 19 28' 41 20 250 0.33 tt 10 14 22 30 20 300 0.36 fit 13 17 26 35 20 350 0.38 tt 15 19 28 38 24 200 0.33 tt 8** 12 17 25 24 250 0.37 tt 11 14 20 29 24 300 0.40 tt 12 17 24 32 24 350 0.43 tt 15 19 28 37 30 150 0.34 tt 9 14 22 30 200 0.38 tt 12 16 24 r 30 250 0.42 tt 10 14 19 27 30 300 0.45 tt 12 16 21 29 30 350 0.49 fit 15 19 25 33 36 150 0.38 tt .. . 9 14 21 36 200 0.42 tt 8** 12 15 23 36 250 0.47 tt 10 14 18 25 36 300 0.51 tt 12 16 20 28 36 350 0.56 tt 15 19 24 32 t Ductile-iron pipe is adequate for the rated working pressure indicated for each nominal size plus a surge allowance of 100 psi.Calculations are based on a 2.0 safety factor times the sum of working pressure and 100 psi surge allowance.(See ANSI/AWWA C150 A21.50 for design formula.) Ductile-iron pipe for working pressures higher than 350 psi is available. t An allowance for a single H-20 truck with 1.5 impact factor is included for all depths of cover. § Calculated maximum depth of cover exceeds 100 ft. **Minimum allowable depth of cover is 3 ft. ttFor pipe 14 in.and larger,consideration should be given to the use of laying conditions other than Type 1. 5 s s f t E 3 x f s 4 PRODUCT INFORMATION FOR z 3 MECHANICAL JOINT DUCTILE IRON FITTINGS r z 5 t j, f F t s 3 I t t i E MECHANICAL JOINT COMPACT.FITTINGS O lumA DUCTILE IRON CLASS 350 as per ANSI/AWWAC153/A21.53 3"-48" DUCTILE IRON MECHANICAL JOINT FITTINGS CLASS 350 r BASIC SPECIFICATIONS MATERIAL: Ductile Iron ASTM A536 PRESSURE: 350 PSI Water Working Pressure (CLASS 350) 3"-24": 250 PSI 30"-48" TESTING: In accordance with ANSI /AWWAC153/ A21.53& UL- FM requirements LAYING LENGTH: Short body design-straight section of body deleted to provide a compact and lighter fitting without reducing strength or flow characteristics, in accordance with ANSI/AWWA C153/A21.53 (3"-48") CEMENT LINING: In accordance with ANSI /AWWAC104/A21.4 i COATING: Tar coated (bituminous) inside and out in accordance with ANSI/AWWA C104/A21.4 GASKETS: SBR In accordance with ANSI/AWWA C111 /A21.11 T-BOLTS: Low alloy corrosion resistant high strength steel in accordance with ANSI/AWWA C111 /A21.11 APPROVALS: 3"-16" Underwriters Laboratories listed and Factory Mutual Approved. STANDARDS: Certified to NSF 61 Standard r ANSI/AWWA C153/ A21.53 for Compact Ductile Iron Fittings 3"-24"for water and other liquids. T Ti ® loom C i r B D B.C. A E MECHANICAL JOINT DETAILS PLAIN END DETAILS Size A B B.C. C D E T T. Bolts Size O.D. L No. Size L 3 3.96 2.50 6.19 3/4 7.69 7.62 .62 .58 4 5/8 3 3 3.96 5.5 4 4.80 2.50 7.50 7/8 9.12 9.06 .75 .60 4 3/4 3.5 4 4.80 5.5 6 6.90 2.50 9.50 7/8 11.12 11.06 .88 .63 6 3/4 3.5 6 6.90 5.5 t 8 9.05 2.50 11.75 7/8 13.37 13.31 1.00 .66 6 3/4 4 8 9.05 5.5 10 11.10 2.50 14.00 7/8 15.62 15.62 1.00 .70 8 3/4 4 10 11.10 5.5 12 13.20 2.50 16.25 7/8 17.88 17.88 1.00 .73 8 3/4 4 12 13.20 5.5 14 15.30 3.50 18.75 7/8 20.25 20.25 1.25 .79 10 3/4 4 14 15.30 8.0 16 17.40 3.50 21.00 7/8 22.50 22.50 1.31 .85 12 3/4 4 16 17.40 8.0 18 19.50 3.50 23.25 7/8 24.83 24.75 1.38 1.00 12 3/4 4 18 19.50 8.0 20 21.60 3.50 25.50 7/8 27.00 27.00 1.44 1.02 14 3/4 4 20 21.60 8.0 { 24 25.80 3.50 30.00 7/8 31.50 31.50 1.56 1.02 16 3/4 4.5 24 25.80 8.0 30 32.00 4.00 36.88 1 1/8 39.12 39.12 2.00 1.54 20 1 6 30 32.00 8.0 36 38.30 4.00 43.75 1 1/8 46.00 46.00 2.00 1.70 24 1 6 36 38.30 8.0 42 44.50 4.00 50.62 1 3/8 53.12 53.12 2.00 1.45 28 1 1/4 6 42 44.50 8.0 48 50.80 4.00 57.50 1 3/8 60.00 60.00 2.00 1.45 32 1 1/4 6 48 50.80 8.0 = i Weights in pounds Dimensions in inches All Weights shown without accessories F f 6 3, 9 f 5 E g� g#g 3 PRODUCT INFORMATION FOR FOSTER ADAPTERS z' e G 4 y z 5 s f • F 3 E t } } • t I is 1, BOLT-THRU ' - - MECHANICAL .JOINT RESTRAINT 4' RESTRAIN MJ VALVES AND FITTINGS TO EACH OTHER � FOSTER E . . J - I ' '01, : IMML F U.S.Patent No.5174615,Canadian No.2078799,Mexican No.180410 i st z PRODUCT BENEFITS No pipe to saw I Space saving and light-weight No possibility of pipe damage since no pipe connection is used I Secure bolt-throu h design makes for labor- Secure 9 saving,easy and fast installation Made in U.S.A.,ductile iron i l ) 3 to 24-inch:350psi rating i SirYt �e 30 to 36-inch:250psi rating Secure (' Up to four times fewer bolts to tighten ti Comes complete with all accessories Close-coupled connections allow you to pre-assemble valves and fittings,then '! transport to the job site Valves to tees,crosses 9 Less chance for.leakage.Two MJ's are connected using one accessory kit rather than the standard two l o Available in standard asphalt or epoxy coating. Sizes 14 to 36-inch ship standard 90's,45's other fittings with epoxy coating t COATINGS Asphalt or Epoxy on sizes 3 to 12-inch; APPROXIMATE DRAW-UP 14-inch and above,epoxy Is standard g LENGTHS ACCESSORY Corten included,Teflon®blue and 3 to 12-in 1-inch PAKS stainless optional Special Long-bolt Accessory Paks tt 14 to 24-in 2-inches available for C110 full-body fittings and 1 certain butterfly valves with thicker bolt 30 to 36-in 3-inches flanges A . . . s www.infactcorp.com PAGE 19 i s : 3 BOLT-THRID ' DUCT CHECKLIST MECHANICAL JOINT RESTRAINT RESTRAIN MJ VALVES AND FITTINGS TO EACH OTHER F ®,�� ST : -fit`t ��,pie �►t ��` � t,B� :7 a \ r k., i U.S.Patent No.5174615,Canadian No.20787N,Mebcan No.180410 i s" s 3,4, 6, 8, 10, 12, 14, 16, 18,20,24, 30,36 t n =PtC L>�1SES " =2 . Restrains valves to tees and.valves to crosses ; Y ► , Restrains reducers and other fittings to tees or crosses Restrains 90's and other fittings to each other `A 1f`IV G o`duc�� Tough, BOLT-THROUGH Restraint : Takes the place of two bolt-on lug type products A �o No pipe to saw and no lug bolts to tighten Ultra-compact; saves critical space; 1 to 2-inch draw-up length = >_ Quicker to install than to saw pipe and tighten up to 4 times more bolts One accessory kit to install (included in price) y � Z v Integral casting, no welds v,14, 16, 18,20 24, 30, 36-in epoxy coated—standard ►sb�l TACE@SS anu curer) A -3 vo Products made in U. S.A.and Infact is an American-owned company T: f l p F1 k � SAME DAY shipping (orders received before noon) >N�,xuP ODtJCSAR A A 'q L ,' � � � BIG inventory; backorders are extremely rare DISFRIBUTO ° ��g v No extra charge to drop ship r r li�i4S 3 v No minimum order �c�.t;.,, r,:7,v..e a ��.et4��� •�•,�t�.€iv �+�. '"°�a:.;4',� s aW TC:Hk 1)Tees and crosses—Fosters may not fit on both the"branch" "run" runn a. of compact tees or crosses because the longer bolts may obstruct each other.When installing on compact fittings, connect Fosters across from ° ' T r each other, but not at right angles. w 2)Due to bolt clearance issues,the Foster Adaptor is not recommended for direct connection to hydrant shoes. QP.TIO S� �ai Epoxy adaptors with Corten,Teflon®blue, or stainless steel kits ? r •` Optional accessory paks(no extra charge): 1)Long-bolt Paks,to restrain C110 full-bodied fittings, certain butterfly valves, etc.with thicker bolt flanges .. "` lea 2)Non-eyebolt Paks,when wide-body resilient wedge valves will 'i definitely not be part of the installation SALES:, (888)773-9130i a info(a)infadcorp,c. www.infactcorp.Com PAGE 2O BOLT-THRID MECHANICAL JOINT RESTRAINT RESTRAIN MJ VALVES AND FITTINGS TO EACH OTHER TOSTER ADAPTOR o 4.Ast3 e° R ® . I U.S.Patent No.5174615,Canadian No.2078799,Mexican No.180410 z f O.D. p _ T s L J L 3-INCH LATEST SIZES ADDED: 3-Inch,30-inch,and 36-inch SIZE, DIMENSIONS, ADAPTOR PAK TOTAL o.D. o.D. o.D. inches Inches Weight Weight Weight O.D. T L lbs. lbs. lbs. T T T 3 3.96 .34 4 6 6 12 L J L L J L J L L 4-INCH 6-INCH 8-INCH 6 6.90 .37 4 15 8 23 O.D. O.D. O.D. 10 11.10 .40 4 24 12 36 T T T 12 z 13 I . € 14 15.30 .48 6,75 55 16 71 , L L J L L J L L J is 17:40 51 6x75 10-INCH 12-INCH 14-INCH 18 19.50 .55 6.75 92 16 : 108 20 ,21:60 58 � 6 75 101 ;,17F� , ;'118 ODO.D. O.D. 24 25.80 .62 6,75 117 18 135 z T T T 30 32.00 .66 7.75 call 036 call L J L J L J L L L Adaptor sizes,dimensions and weights are nominal 16-INCH 18-INCH 20-INCH _ t O.D. O.D. 0.1) T T T I r i , L J L J L J L L L `; s 24-INCH 30-INCH 36-INCH z 0. i EMAIL . . i wwwAnfactcorp.com PAGE 2 1 z a r: s t a F f 2 S' E PRODUCT INFORMATION FOR MEGALUGS F t E r t 4 ' a X } i i f i i 1 r ® f 8 Y E series 110UHU INC IRON Split MEGALUG® Bell Restraint Harness Your Connection to the Future"' for Existing Ductile Iron Pipe Features and Applications: • For use on Existing Ductile Iron Pipe at x Pipe to Pipe Push On Joints 3 • MEGA-BOND® i Restraint Coating System i • Minimum 2 to 1 Safety Factor i • Split Design for Ease of Installation • Constructed of ASTM A536 Ductile Iron E For use on water or wastewater pipelines subject to hydrostatic pressure and tested in accordance with either AWWA C600 or 3enes I I I6HD on Ib'llichbucule Tion Pipe ASTM D2774. a Pressure Ratings Table- Nominal Approximate SeriesThrust Rods Pressure Rating Pi a ,• pp 3 "I 1103HD 9 50 4 x 12350 4 1104HD 23.50 4-3/a x 13 350 _ 6 1106HD, 33 00 4 3/a x 13 ._. __.... _ 350... _. ._..,..,. .-.._.... 8 1108HD 41.00 4-3/ax 13 350 3U 1110HD 6316 ` 4 3/ax 18 300 _... . _ .. ___. ._. . w . __._ _. 12 1112HD 77.06 4-3/a x 18 300 q. 14' 1114HD 13615 6 3/ax 18 30_0 �_ .. _.__ ..... .. .... ...... r .�. � 1.M 16 1116HD 143.92 8-3/a x 18 _ 300 18 - :. .1118HD 160 41 8 3/a'x 18 200 „_... _._ .. 20 1120HD 187.08 10-3/a x 18 200 # 24 1124HD '' 252 89 12 3/a x 18 200 30 1130HD 492.20 16-Ix 18 200 f 36 , 1136HD . , ',546.30 20 1 x 18:,, 200 42 1142HD 964.30 24-11/a x 28 175 48 1148HD ;;1270 90 28 1'/a x 28 175 - . _ :rr r Sample Specifications Restraint' existing bell joints found on ductile iron pipes shall consist of the following The",;restraints shall be manufactured of ductile iron conforming to ASTM A5W.The split restraint rings,igcorporati ig a plurality of Individually actuating gripping surfaces,, ; shall be used to grip the pipe'on either.side"of the bell;and asufficient number of rods shall'be used to connect:each restraint to one another.The restraint devicesshall be coated using MEGA BOND; (For(j' MEGA BOND visit "www ebaa.com.)The combination shall have a minimum working pressure rating as shown In the adjacent table The restraint i shall,be'the Series 110OHD,`as'ma niafacturedby EBAA Iron,Inc,or approved equal Copyright 2006 0 EEAA Iron,Inc. i f k ) Submittal Reference Drawing Z •iesn&- PA Ipp Casing Clearance Thrust Rods Maximum Bell Nom nal P, umber -.O.D.,Cleared (vi/Nuts Off) (Quantity-, Ize ipe w..3 1103HD 3.9 ' x,124 1104HD 4.81 6.60 9.90 4-3/a x 1361106HD 6.90 8.60 12.00 4 3/4 x 138 1108HD 9.05 10.90 14.15 4-3/4 x 13 10 1110HD 11.10' 13.10 1620 ' 4-3/4 x.18 12 1112HD 13.20 15.40 18.30 4-3/4 x 18 14" 1114H0 15:30 17.90' 21,88 6-3/4 x 18 16 1116HD 17.40 20.10 24.13 8-3/4 x 1818 1118HD 19.50 22:40 26 5D 8-a/4 x 1820 1120HD 21.60 24.60 28.50 10-3/4 x 18 1124HD25.80 :29.1Q - 33.38 12-3/4 x 1830 1130HD 32.00 35.80 40.25 16-1x 18 36 1136HD 38.30„ 42.60 46 7.5 20 1 x 18 42 1142HD 44.50 49.20 55.57 24-1t/4 x 28 48 1148HD 50:8011/4 x 28 Installation InstructionsThe Series 110OHD is designed for re-straining existing ductile iron pipe,con- forming to ANSI/AWWA C151/A21.51(all thickness classes),push on pipe bells.Ithas a split restraint ring on the spigot and a s lit rin behind the bell. 2Disassemble the splitrestraint ring then reassemble restraint 3. Install the tie bolts in each available bolt hole for maximum on me spigot such that the bolt holes are in alignment and the distribution of operating forces.Place nuts on the entl of the tie distance between the rings is suitable for the tie bolt length bolts.Allow enough room on the tie bolt to fully engage the nutwith the lip of the restraint facing toward the bell.Allow enough with several threads showing. room on the tie bolt to fully engage the nut with several threads Shdwing. Pull the restraint ring away from the join[until the slack isremoved from the tie bolts. Continued from Step 4 U. Contlnue tightening In an alternate manner until all of the nuts have 1. Install the split ring behind the bell in thebeen twisted off. direction indicated on the casting.Tighten the Tighten the tie bolt nuts until the ring behind the bell is in firm contactclamp bolts to 90 ft-lbs. with the back of the bell. ERAAIRON Sales,Inc. 5. If removal Is necessary;use the%•hex heads provided.If BeX 857,Eastland,TX 76448 reassembly is required,assemble the product in the same 4 manner as Indicated in the previous steps and tighten the i Tel:(254)629.1731 wedge bolts to 90 ft-lbs. Fax:(254)629.8931 � � � M=mba'=°` (800)433.1116within US and Canada =- � �`� � ��-== � -�' ` � " 4. Tighten the torque limiting twist off nuts in a clockwise direction .::,:< contaMebamom (direction indicated by arrow on top of nut)until all wedges are / / N7 In Nm contact with the pipe surface. _" I tutim Ann rnm "MC4M iDUNDPYSOCIE" 7 � TM f, t ,v Mff In t 1 >' E S 2'0 0 U` w P`"va 'ff x & n :,.w .. . � • Y Mechanical Joint Restraint F' Your Connection to the Future TM For PVC Pipe Features and Application: t • Sizes 3 inch through 36 inch Sizes 42 inch and 48 inch Accommodated by Series 2200 z • Constructed of ASTM, r 65-45-12 Ductile Iron. s< • The Mechanical Joint follower gland is incorporated into the r , restraint. Heavy Duty thick wall design • Support Products Available: •Split MJ repair style available for 3 inch through 12 inch. EBAA Series 2000SV g r� • Solid restraint harness available for C905 PVC pipe bells. rs� `fir EBAA Series.2800 s Series 2012PV,for 12"Mechanical Joint Pipe or Fittings • Split restraint harness available f for C900 and C905 pipe bells and PVC fittings. EBAA Series 1500,1600 and 2500 • All 2000PV and related restraint 3 2003 7.0 products can be furnished as 4 2004' 8.8 ' packaged accessories complete 1 6 2006 12.1 8 2008 16.3 ' with appropriate restraint, gasket, i 10 2010 26.0 lubrication and bolting hardware. 12 2012 31.4 14 2014 47.6 For use on water or wastewater 16 2016 52,8 18 2018 61.8 pipelines subject to hydrostatic 20 2020 i0.9 pressure and tested in accordance 24 2024 92.9 with either AWWA C600 or 30 2030 128,5 ASTM D2774. r 36 2036 161.3 x r U.S. Patent No. i 4627774, 4896903, 5071175. 2000PV wedge impression on PVCpipe. 1 Rev.G Copyright 2003 0 EBAA IRON,Inc. s: � • a r � a; SRI Series 2000PV: Mechanical Joint Restraint Gland for use with C900 or IPS 01) PVC Pipe F The 2000PV mechanical joint restraint is the fastest and Tested to and meets the requirements of ASTM F 1674-96 { most economical method of restraining PVC pipe to mechanical "Standard"Test Method for Joint Restraint Products for Use with x joints. Now the need for costly concrete thrust blocks and PVC Pipe"through 24 inch size. corrodible steel tie rods is eliminated. It can be used in straight UL-listed in the four through twelve inch sizes for joining UL- alignment or at the preset deflection recommended for the listed ductile iron fittings to UL-listed,Class 150 PVC pressure mechanical joint. pipe.The maximum allowable joint deflection is five degrees. The 2000PV was the first PVC joint restraint to be tested to Factory Mutual approved for use on DR18 PVC pipe in four UNI-B-13, Underwriters Laboratories,and Factory Mutual. through twelve inch sizes. i 4\\ sil ACTM QD FM ® L A-. ldf AWW� YiB MEMIER APPROVED MEMBER r The 2000PV Concept EBAA Iron started manufacturing joint restraint products for PVC pipe in The design of the 2000PV incorporates the early 1980s.The testing of early prototypes of various configurations of the gripping mechanism into the design of _ restraints on large diameter PVC pipe indicated that a restraint device must the mechanical joint gland and utilizes a be capable of consistently and reliably gripping the pipe.If not,the restraint simple two part assembly process.The first can slip under pressure,resulting in sudden impact,and cause the pipe to step involves assembling the joint the same burst.Armed with this background knowledge and an appreciation for the as any standard mechanical joint.The capabilities of PVC pipe, EBAA purposefully deviated from what many in the assembly procedure we recommend is that industry once considered to be the'only"way to grip PVC pipe.This led to established in AWWA C600.The second is the development of the Series 2000PV restraint. the actuation of the restraint. i s Three Testing r Methods F The design philosophy One of the behind the 2000PV joint primary tests of restraint is that the pipe PVC is its quick with the restraint should be burst strength. For capable of.being tested to pipe meeting the the same minimum requirements of AWWA i requirements of the pipe C900, AWWA C905, and alone. In doing so, the ASTM 2241 , the minimum ' g restraint is shown to have quick burst requirement ; no detrimental effect on the for the hoop stress is 6400 ; d pipe and will have the same psi. For DRI 8 pipe that pressure rating and safety pressure is 755 psi. factor as the pipe on which The second test is it is used. To that end the � sustained pressure test at a hoop 2000PV has been subjected stress of 4200 psi. For DR18 pipe to hundreds of static and r,that pressure is 500 psi. cyclic pressure tests to Third, a conservative cyclic demonstrate the - pressure surge design for the performance and reliability pipe exists in the form of of the restraint. Vinson Equation. The 2000PV restraint has been tested to over one ` ® million cycles to the peak y pressures predicted by the Vinson Equation for that number of cycles. 9 I� I Series 2000PV Takes the Load On April 11, 1997 EBAA Iron performed a remarkable force demonstration of their Series 2000PV joint restraint.With the use of EBAA's Series 2000PV using a standard mechanical joint installation on 12 inch PVC Pipe, and,a 80 Ton motor crane, EBAA lron lifted a D7 Caterpillar Track Type Tractor Weighing in at 50,350 lbs. Along with this, the Series 2000PV has been tested to'over 700 PSI. Concluding that EBAA's Series 2000PV can take the load. f. Mechanical Joint Restraint Sample Specification (The text of the specifications below can be copied and pasted from www.ebaa.com/download/2000saec.doc) Restraint devices for mechanical joint fittings and appurtenances conforming to either ANSVAWWA C111/A21.11 or ANSI/AWWA C153/A21.53,shall conform to the following: b Design Traceability Installation Restraint devices for nominal pipe An identification number consisting of Mechanical joint restraint shall require sizes 3 inch through 36 inch shall year,day,plant and shift conventional tools and installation consist of multiple gripping wedges (YYDDD)(plant designation)(Shift procedures per AWWA C600,while incorporated into a follower gland number),shall be cast into each gland retaining full mechanical joint meeting the applicable requirements body. deflection during assembly as well as ` of ANSI/AWWA C111/A21.11. All physical and chemical test results allowing joint deflection after The devices shall have a working shall be recorded such that they can assembly. 4 pressure rating equal to that of the be accessed via the identification Proper actuation of the gripping pipe on which it is used. Ratings are number on the casting. These wedges shall be ensured with torque for water pressure and must include a Material Traceability Records(MTR's) limiting twist off nuts. minimum safety factor of 2:1 in all are to be made available, in hard copy, Approvals sizes. to the purchaser that requests such documentation and submits his gland Mechanical Joint Restraints shall be Material body identification number. Listed by Underwriters Laboratories in Gland body,wedges and wedge the 4 inch through 12 inch sizes. Production pieces that are too small to actuating components shall be cast Mechanical Joint Restraints shall be from i rade 65-45-12 ductile iron accommodate individual numbering, f g such as fasteners and wedges,shall Factory Mutual Approved in the 4 inch material in accordance with ASTM be controlled in segregate inventory through 12 inch sizes. A536. until such time as all quality control Mechanical Joint Restraints,4 inch Three(3)test bars shall be tests are passed. These component through 24 inch,shall meet or exceed incrementally poured per production parts may then be released to a the requirements of ASTM F1674 of shift as per Underwriter's Laboratory general inventory for final assembly the latest revision. (U.L.)specifications and ASTM A536. and packaging. All components shall Testing for tensile,yield and elongation be manufactured and assembled in Mechanical joint restraint shall be shall be done in accordance with the United States. The purchaser Series 2000PV produced by EBAA Iron } ASTM E8. Chemical and nodularity shall,with reasonable notice, have the Inc.or approved equal. tests shall be performed as right to plant visitation at his/her x recommended by the Ductile Iron expense. s Society,on a per ladle basis. Support,,"Products for more information concerning the products'please,consult:t(ie catalog or www:ebaa:com emeries 220.0 Series 2500 .;. > r= MEGALUG Restraint for Restraint for 0900 and C905i C905 PVC Pipe at PVC pipe at PVC.fittings Mechanical Jolnt:Fittings (Now AVallable in Slzesl ,. (Sizes 42 and 48 inches)' 42 and 48 Irish) ....... Se�pes 2$00 Bell Restraint Harness Series 1500 k. _for C905 PVC Plpe Bell Restraint Harness (Now.AVallable In Slzes for C900 PVC Pipe >� i 1 42=:anti 48 inch)`_ ,, - f Series 16100 r Bell Restraint Harnessa for C900 PVC Pipe 'Sbrle's- Sph 2000PV Restraintz for Exlsting Mechanical loint1,,I 1 M , F Series 2000PV Submittal Reference Drawing — A M� —D— M M A I J SPACER a d AF X 1-0.75 e A � C K2 p o r® B i 0.12 ! 0.125-I C u 4 S N B k7 IAll I E SECTION A—A SECTION B—B f V Kt, W7 P I" it v I I I i' I' I• I 3 2003 4.84 1,55 3,60 0.50 9,8 8,6 3/4 6.19 7.69 4 4 7.0 4 2004 5,92 1,68 4,90 0.50 10,5 9,5 7/8_ 7,50 9,13 4 4 8,8 6 2006 8.02 1,68 7.00 0.50 13.0 12.1 7/8 9.50 11.13 6 6 12.1 8 2008 10.17 1.68 9,15 0.62. 14.5 13,6 _ 7/8_. _ 11.75 13,38 6 6 16,3 10 2010 12,22 2,10 11,20 0.62 17.0 16,0 7/8 14.00 1.5.63 8 8 26.0 f 12 2012 14,32 2.10 13,30 0,75 19,0 18,1 7/8 16.25 11,88 8 8 31,4 14 2014 16,40 2.25 15.49 0,88 21,7 20,9 7/8 18.75 20,38 10 10 47,6 16 2016 18.50 2.25 17.58 0.88 23.8 23,0 7/8 21,00 22,63 12 ;_ 12 52.8 18 2018 20,60 2.25 19,68 1,13 25,9 25,1 7/8 23.25 24,88 12 12 61,8 20 2020 22,70 2.25 21.79 1.25 28.0. 27,2 7/8 25,50 21,13 14 14 70.9 24 2024 26.90 2.75 25.99 1.42 32.3 31,5 7/8 30.00 31.63 16 16 92,9 30 2030 33.29 2.70 32,22 1.50 38,5 37.7 11/8 36,88 39.12 20 20 128.5 36 2036 39.59 2.70 38,52 1.50 44.8 44,0 11/8 43.75 46.00 24 24 161,3 Pressure Rati�tgs RatingsforWinary RatinlsforPeak Ressuresused inSewage Force Mains Nominal Series WaterbAsw/Transient Surges Only andOtkerinstaliationsDesigoedforgclicSurgesofi•MiD,gcies C905PVC Pipe I Pipe Size Number DR-14 DR-18 DR-25 SDR-17 SOR•21 SDR-26, DR-14 DR-18 DR-25 SDR-17 SDR-21 SDR-26 DR-18 DR-25 DR-32.5 T' 3 2003 200 150 100 250 200 166 200 150 100 200 160 120 4 2004 200 150 100 250 200 160 200 150 100 200 160 120 6 2006 200 150 100 250 200 160 200 150 100 200 160 120 8 2008 200 150 100 250 200 160 200 150 100 200 160 120 10 2010 200 150 100 250 200 160 200 150 100 200 160 120 5' 12 2012 200 150 100 250 200 160 200 150 100 260 160 120 14 2014 235 165 16 2016 235 165 18 2018235 165 20 2020_ 235 165 24 2024 235 .165 . 30 2030 . 165 36 2036' 125 4 r i' I I ,II I i l I I I I I i�� I $:;. Spacer Instructions C900 PVC Pipe _. ASTM'224 PVC Pi"AFiS O D.) For installation on For installation on C900 PVC pipe,use ASTM 2241 as received and _Leave sized pipe,remove _Remove Spacer spacers and replace Spacer ALA install per I P screws.Install per instructions. 9 - k (., instructions. , , t. Installati®n Instructions W t.; 4 aRF 44 ai...,......_.� _: w.,....-.. �___,�.._,.__ .__-.....:i:..�,. _„amu...-.. ..«.�T...:__.aaw.,.,...a•.,_.n. ✓.«:S,aH.. ....,.....a.u.�....�v. ..._t �...i,a�.m.„wMvv_.-•, 1. Identify the pipe.The 2000PV is for use *2.Clean the socket and the plain end. *3.Insert the pipe into the socket and press with PVC pipe.The 4"through 12"size may Lubrication and additional cleaning should the gasket firmly and evenly into the be used on both C900 and IPS PVC pipe. be provided by brushing both the gasket gasket recess. Keep the joint straight Check to see if the spacers under the and the plain end with soapy water or during assembly. screws are in place.If the pipe is C900, approved pipe lubrication meeting the proceed with spacers in place. If the pipe requirements of ANSI/AWWA *4•Push the gland toward the socket and is IPS OD, remove the spacers.Since the C111/A21.11,just prior to slipping the center it around the pipe with the gland lip 3"and the 14"through 24"restraints are gasket onto the plain end for joint against the gasket. Insert bolts and hand only used with one pipe diameter, no assembly. Place the gland on the plain end tighten nuts. Make deflection after joint spacers are used. with the lip extension toward the plain end, assembly but before tightening bolts. I followed by the gasket. i * 5.Tighten the bolts to the normal range of remaining bolts.Repeat the process until 7. If removal is necessary, utilize the 5/8"hex bolt torque(45-60 ft-lbs for 3", 75-90 ft-lbs all bolts are within the appropriate range of heads provided. If reassembly is required, for 4"through 24", 100-120 ft-lbs for 30" torque.The use of a torque indicating assemble the joint in the same manner as and 36",and 120-150 ft-lbs for 42"and wrench will facilitate this procedure. above,tighten the screws to 60 to 80 ft- 48")while at all times maintaining lbs.If the Series 2000PV restraint is approximately the same distances 6• Tighten the torque limiting twist off nuts in removed from the pipe, be sure that all of between the gland and the face of the a clockwise direction (direction indicated the screws,spacers(if required),and flange at all points around the socket.This by arrow on top of nut) until all wedges are wedges are in place before the restraint is can be accomplished by partially tightening in firm contact with the pipe surface. reassembled. the bottom bolt first,then the top bolt, next Continue tightening in an alternating manner until all of the nuts have been These steps are requirements of AWWA. the bolts at either side,finally the twisted off. AWWA Standards,C600,Sec.3.4.2 Members of... EBAA IRON Sales, Inc. P.O.Boz 857,Eastland,TX 76448 Tel:(254)629.1731 Fax:(254)629.8931 4 (800)433.1716 within US and Canada ebaa@eastland.net www,ebaa.com AMERICAN FOUNDRY SOCIETY Ca DAN' ' o N w o K s s T. s$.�. FLOWMASTER 'RESILIENT WEDGE GATE VALVE .1T_4RS: Mado In the USAl88i•20Oi - - 01 ` t .# r c. r ,r 3 P �' r `"`'•^ s _ r f..C-"�' s-. ;.�[7t#' * 4 �{ 3Tr '��.Y g, z cam' ¢ .,,,• � �. �. � �. d it ��^e,. � .�"7 � S- 't "� ✓ - T�.`°'x't..sem^ ��{ _,,,,X���iT'k....l��-aC: s qtr . fir S S•• � " ". `' Pk. r;.,s T ,'�ch"`s`Y '. x e�E'w• ,- r oft 9 3,: 'S� t 3x1�qe�� r.� ,; ,_ �� . � y "' i••.. .•.,� � ;� .•" fit:.� �y ,�. .- . . ," s4�v t �.��£ ,; .,,1 i s �v A u. � a s� a ?sem � �;• fin �. �i�'�7:1 .h r• - +4� , ,Wi�tY "+• r�T�4`kt4✓1.�t '6. 7 .F` `i•1P. +id ,,� Y+c� , r # - - t •. 4 , �,s . k EIIWEASTJORDAN IRON WORKS EST.1883 1. Product Name FlowMaster®Gate Valve 2.Manufacturer East Jordan Iron Works, Inc. 301 Spring Street, PO Box 439 ' ' East Jordan, MI 49727-0439 Phone:800-626-4653 or 213-536-2261 Fax:231-536-4458 E-mail:eiiwsales(cDeiiw.com t ¢cr Website:www.e*iw.com 3. Product Description BASIC USE FlowMastero Resilient Seated Gate Valve is used in water and sewer systems.The valve incorporates quality parts and a simple design.All ductile iron METHOD construction delivers superior strength, impact Installation procedures will vary depending on local resistance and reduced weight ensuring long service building codes and products specified. life. All valve parts are manufactured and assembled in the United States. Complete installation instructions and recommendations are available from the TYPES&SIZES manufacturer. For more information consult East Sizes include;4",6",8", 10", 12"and 16". End Jordan Iron Works, Inc. connections include; Mechanical Joint x Mechanical Joint, Mechanical Joint x Tapping, Mechanical Joint x 6.Availability and Cost Flange, Flange x Flange,TYTON x TYTON and Mechanical Joint x Mechanical Joint indicator post AVAILABILTIY valve. EJIW products are available throughtout the United States. Call 800-626-4653 for the nearest office. COMPOSITION&MATERIALS Ductile iron body,bonnet, seal plate and wedge are COST manufactured from iron conforming to ASTM A536. Cost information may be obtained from the The wedge has full rubber encapsulation.The manufacturer. For more information, consult East , operating stem is manufactured from high strength Jordan Iron Works, Inc. manganese bronze. x 7.Warranty 4.Technical Data Complete warranty terms and conditions are available TI APPLICABLE STANDARDS from the manufacturer. For more information,consult Meet or exceed the performance requirements of East Jordan Iron Works, Inc. AMA C515 and Underwriters Laboratories Standards UL262.Wall thickness exceeds AWWA 8. Maintenance Standard C515 and C153.Valves are certified to ANSI/NSF Standard 61.Wedge is fully rubber Complete maintenance and repair instructions are encapsulated to meet ASTM D429 requirements. available from the manufacturer. For more information consult East Jordan Iron Works, Inc s 5.Installation 9.Technical Services PREPARATORY WORK Handle and store products on original skids where Factory trained personnel offer technical and ordering space permits, support. For technical assistance,contact East Jordan Iron Works, Inc. q f 2 g§g. 5 T, , Pkk E 2"OPERATING/WRENCH NUT EXTERNAL STEM SEAL Bolted to top of.squared off stem. /Designed to prevent sand or grit from working between the (Optional hand wheels available.) stem and seal plate. BOLTS TRIPLE O-RING SEAL All nuts and bolts Three Stem Seal O-rings; two in the seal plate, which are come standard as �, #y replaceable with the valve in the full open position at rated 304 stainless steel :t % �f working pressure, and one under the stem thrust collar. (316 stainless steel is optional). STEM High strength manganese bronze stem (with integral thrust THRUST WASHERS collar) and stem nut. Two thrust washers EPDXY COATING insure years of -- easy low torque �rFusiion bonded epoxy coating provides outstanding t operation and years r corrosion resistance on all surfaces inside and out of trouble-free per AWWA C550 and is NSF61 certified. operation. C515 DUCTILE IRON CONSTRUCTION / All ductile iron body, bonnet and seal plate features the corrosion resistance and long service life of gray iron, but also increased strength, toughness and impact resistance with less weight. Pressure ' / rated for 250 psi and tested for 500 psi perfor- mance,which meets or exceeds AWWA C515. £ All cast components are made in the USA. i DUCTILE WEDGE The wedge is ductile iron and is fully rubber ' encapsulated meeting the requirements of ASTM D429.A ductile wedge is better able to handle yk' waterline pressure and surges,while the perma- nent rubber coating ensures a watertight seal. t WEDGE GUIDES Specially designed to reduce input torque P required for operation and resist interference q yz from debris in the waterway and protects the wedge from wear after years of service. FULL DIAMETER WATERWAY Oversized for smooth unobstructed flow and will A% accommodate full sized shell cutter. r END CONNECTIONS UL/FM Available in 2"— 16" sizes. See page 4 All valves are manufactured to meet Underwriters for available end connections. Laboratories 262 and Factory Mutual 1130. 2 East Jordan Iron Works,Inc. 800.626.4653 j www.ejiw.corn i • SPECIFICATIONSAMPLE t f FLOWMASTERk—EJIW RESILIENT WEDGE GATE VALVE East Jordan Iron Works, Inc. has earned a reputation for E dependable, quality products since 1883. From product design to production, installation and maintenance, EJIW personnel are strongly committed to providing the products and services our customers need most. East Jordan Iron Works, Inc. proudly presents FlowMaster'� ' valves, a ductile iron resilient wedge gate valve. t t t FLOWMASTERO RESILIENT WEDGE GATE VALVES I` SAMPLE SPECIFICATION Valves shall be manufactured and tested to meet the All fasteners are to be 304 stainless steel. Socket head requirements of ANSI/AWWA C515. Valves shall meet or bolts shall not be allowed. If only two bolts are used to exceed the requirements of Underwriters Laboratories secure the seal plate, the bolts must be fastened to the Standard UL262 and Factory Mutual Standard 1130, bonnet with a drilled and tapped hole in the bonnet. a The rated working pressure of the valve shall be 250 psi. The body, bonnet and seal plate shall be epoxy coated All valve component castings shall originate in the United in accordance with ANSI/AWWA C550 certified to NSF61. States. This coating shall be on the interior and the exterior of the valve. The manufacturers name, valve size, year of manu- The body, bonnet, and seal plate shall be made of ductile facture, pressure rating ("250W"), C515 and "DI" shall be iron in accordance with ASTM A536. The wedge shall be cast on the valve. ductile iron in accordance with ASTM A536 and shall be totally encapsulated in rubber. This rubber coating shall be Each valve shall be tested in accordance with ANSI/AWWA $; permanently bonded to the ductile iron wedge casting and C515,UL262 and FM1130. This shall include hydrostatic shall meet ASTM D429 tests for rubber to metal bonding. pressure testing at 500 psi.A certification of manufacture No paint shall be allowed in the wedge and the wedge and testing shall be provided at the municipality's request. must not be hollow. Containment of the stem nut must only All parts of valves to be considered must be manufactured, be on two sides, to facilitate easy removal.. assembled and tested in the contiguous United States of The stem and stem nut shall be made of high strength America and letters of certification must accompany any manganese bronze.The stem must have an integral thrust and all products. t' collar. Stainless steel stems are not acceptable. Valves shall be East Jordan Iron Works FlowMaster'. t There shall be three stem seal O-rings; two in the seal plate a` which shall be replaceable with the valve in the full open ;may position at rated working pressure, and one under the stem thrust collar. All gaskets shall be O-ring seals. O-rings set in a cartridge shall not be allowed. A grit seal must be present above the seal plate to prevent dirt intrusion. Valves are to be open left(OL)or open right(OR). Operating nuts are to be painted black(OL) or painted red (OR). The NRS valves shall be provided with a 2" square operating nut. Valves must have two polymer thrust washers—one above and one below the thrust collar. Stainless steel thrust 'f washers are not acceptable. p _._..-_-_----.._____..____.___.__...._.____...__.___�_______.�___..______ East Jordan Iron Works,Inc. { 800.626.4653 i www.ejiw.com 1 3 FLOWMASTER�VALVE ,DIMENSIONS; "z o.: �i� / (II �a111 y.. i x F ' J 2; r � O l l RTS i A Dust Cap O_......___ _._. 's- ftem No,' �a Part1Namereirii Description `° Matetlal -' ' :� t Large Hex Cap Screw 2 ....-- ....... tQ Dust Cap Rubber 20 Large Hex Cap Screw Stainless Steel n Operating Nut Gray Iron j. 2 Operating Nut 3 t External Stem Seal Rubber,Buno-N External Stem Seal 4 Stem 0-rings Rubber,Buno-N Seal Plate O-ring Rubber,Buna-N Stem O rings (2 of 3) 5 Q Thrust Washers Polymer t O�` Seal Plate Bolts Stainless Steel r - - Q9 Stem Manganese Bronze Seal Plate O-ring 6 - -- 10 Stem Nut Manganese Bronze tt Bonnet Bolts Thrust Washer(1 of 2) Nuts Stainless Steel O-- - � / Bonnet O-ring Rubber,Buna-N Seal Plate Bolts ---'sr 13 Wedge Guides Polymer $ f 1a Rubber Encapsulated Ductile Wedge D.I./Synthetic Rubber Not Shown Body Ductile Iron r Not Shown Bonnet Ductile Iron Not Shown Seal Plate Ductile Iron p Stem O F E Thrust Washer(1 of 2) ] ; O Stem O-ring (1 of 3) O ---- — -.� _ f Stem Nut 1 € Bonnet Bolts/Nuts g, ',AWN& 111111111121% .,. Bonnet O-ring 12 O FlowMaster°valves incorporate quality f` parts and a simple design. Each valve is inspected and individually tested. Wedge Guides All FlowMaster®valves are made and Rubber Encapsulated 14 assembled in the USA. Ductile Wedge East Jordan Iron Works,Inc. 800.626.4653 ; www.ejiw.com 5 P - �1 : PRON A,ORX5. E51 188`3. icens Macio to rho USA 18832008 - East Jordan Iron Works, Inc. Corporate Headquarters 301 Spring St .-PO Box 439 East Jordan;Ml 49727-0439 860.874.4100-`" :. 231.536.4458 F. ., ejiwsalesCgejivv.Com www:e�1W.Com E7IW SALES.& BRANCH OFFICE LOCATIONS BY STATE Phoenix,AZ East Jordan,MI TUISo OK ' 623.478.9339 800.536.4427 918:606.4533`. -623.478.9391 F: 231.536.4486 F 916:299,2616 F Long_Beach"CA Grand Rapids,MI' Portland,OR' 562.528.0258 800.760:3549 253.863.2255 562.528.0259f 616:538.4990.F 253.863:1604;F Denver,CO ,Lansing,MI Pittsburgh,'PA 303,286:8014 800.566.3549 412.795:6DOO 303.286.0051 F 517.566.7111 F " 412.795.6900,F Middletown;DE Kansas City,MO, Memphis,TN -" r 800.325.3549- 816.665.7350 615:369.1357 302.378.1109 F 816.903.3955 F 865.977.9440 F W Atlanta;GA Charlotte,NC Houston,TX 770.436.7300 704.597.4310 832:467.2005' -. 770.434,1437 F 704.597,4381 F 832:467.2038 F Chicago,IL Raleigh,NC San Angelo,TX 800.344.3549 919.362.7744 325:6530105 815.740.1633 F : 919.362.1370 F 325:653.0746 F 0 r Hartford City,IN New York;NY San Antonio,:TX '765.348.1620 973,350:0600 210.946.3224 765.348.1020 F973.350.0601 F 210.946.3626 F Denham Springs,LA Cleveland,OH Seattle North;WA '+< T 888.665.3549.. 800.692:3549 360.651.6144 t 225.665.4306 F 216.692.3009 F 360.651.6150 F Baltimore,MD. Columbus,OH'. Seattle South WA 800.41,8.3549 800.871.3549 253.863.2255 410.833",9521 F, 614.871.3773 F 253.863.1604 F Detroit-North,-MI Youngstown;OH Spokane,WA " -77 586.949.9700 '330.782.3900 253.863.2255 586.949.0596 F '330.781.1044 F 253.863.1604:F. t xtal ' Detroit,MI Ardmore,OK ' 800.231,3549 580.389.5010 248.546.4612 F 680,389.5012 F lit 21 a , { . . • � . � 1 i • Y S{ t PRODUCT INFORMATION FOR STAINLESS STEEL FULL CIRCLE REPAIR CLAMPS j p 4 4 l l i r s JCM 101 Universal Clamp Couplings � r JCM 171 Universal Clamp Couplings + . JCM 101 Standard Range Universal Clamp Coupling-provides a full circumferential seal and ' wide range for permanently repairing or reconnecting asbestos-cement,cast iron,steel,plastic and other types of pipe. s t JCM 171 Re moveable Lug Universal Clamp Coupling-provides a removeable lug system to accommodate rockbound soils,crowded underground utilities,restricted,narrow spaced piping galleries and limited excavation applications. p om a10Clamp,ilUidthApproximafe Weight; F NClm 1 1713 F 5 P1 pe: O D Attached Removeable' 4 } ` LUIgjl !I a IFa 1gwi trl g 6 u 7 1�2 s15 24 30 S1ze Range x n`E "2�' r eP,� fG a (IN) {IN) Cla"mp NUtnber Lbs# Lbs# Gbs# *atbs Lbs#�rg Lbs#1� a ;, tvs# 1-1/2 1.88-2.15 0190 7# 14# 235-2.63 0238 - - - 2-2-1/2 2.70-3.13 0275 8# 9# 15# 19# 3 3.46-3.70 0350 - - - 3.73-4.13 0400 8# 10# 16# 20# f l 4.45-4.75 0450 4 4.74-5.14 0480 4.95-5.35 0500 9# 11# 18# 22# 27# 36# 44# 1 5.22-5.62 0525 5.95-6.35 0600 6.56-6.96 0663 ° 6 6.85-7.25 0690 7.05-7.45 0710 10# 129 19# 24# 29# 38# 48# 7.45-7.85 0745 7.95-8.35 0800 8.54-8.94 0863 ° 8 8.99-9.39 0905 9.27-9.67 0940 11# 13# 21# 27# 32# 42# 53# 9.90-10.30 1000 10.60-11.00 1075 11.04-11.44 1110 10 11.34-11.74 1140 11.75-12.15 1175 19# 36# 39# 52# 70# 78# 12.00-12.40 1200 12.60-13.02 1275 13.10-13.50 1320 12 13.40-13.80 1340 13.70-14.10 1370 20# 37# 40# 52# 74# 82# 14.00-14.40 1400 E Number of Bolts 2 2 4 4 .6 8 10 HOW TO ORDER 1. Determine O.D.of pipe. Available Options Upon Request 2. Select proper clamp O.D.range and width. Models 101-171-102-172 3. Determine Model Number.Model 101 for standard clamp,171 for • Pipe sizes and ranges not listed Removeable lug system. p g 4. Specify clamp number.Example:To fit Cast Iron pipe, • Stainless Steel Bolts 6.90 O.D.with 6"width,order:101-0690-6 or 171-0690-6 • Conductive Buttons ASA Clamps do not prevent lateral movement of pipe.Applications in which • Specialty Gaskets ®� the pipe may move out of the clamp,proper anchorage of the pipe must • Tapped clamps,see page 14 i16d o be provided. • Other Sizes and Ranges cenrlmlo NSI lAl151 d7 l:-' 3t 6 I x M 102 Extended Range Universal Clamp Couplings ;M 172 Extended Range UCC with Removeable Lug i /CM Extended Range Universal Clamp Coupling - Double/Multi-Ba : JCM 102 and 172 Extended Range Universal Clamp Couplings are designed especially for systems with both asbestos-cement and cast iron pipe, or with oversize 9 range, multi-band clamp provides a full circumferential seal and extra wide This extended clamps are needed to fit all cast-iron and asbestos-cement r range. Only h 12". Extra range and safety factor make this clam pressure pipe in sizes 4" through / larger. p particularly suited for pipe sizes 10" and JCM 102 and 172 Extended Range/Multi-Band clamps are designed to accommodate working characteristics of large diameter pipe. In the repair applications the there are several factors to be considered to maintain Pipe� pp ns to large diameter pipe, capacity. Factors which are critical to the application include size and ty dtype uof to e, se service � damage, working pressure or service requirements, location or repair and time factor. JCMt1 2 UCC design criteria accommodate these factors b 102 y providing the following strength features... Heavy Duty Lug - provides the safety factor and solid platform to support the increased bolt torque levels required to compress the gasket and seal the damaged area. Large Bolts - supply bolting power and high torque ability to fully compress the full circumferential gasket. Thick Stainless Steel Band - increases pressure holding ca abili consistent compression over the gasket area. p tY and provides even, JCM 172 provides an easy to remove lug that accommodates utility applications, rockbound soil conditions, restricted, narrow sramped underground and limited excavation applications. pace piping galleries 5 � g p � s Image Reflects 12'Clamp Width 8 F Yv JCM 102 Extended Range Universal Clamp Couplings r '� JCM 172 Removeable Lug Extended Range UCC J s J�JCM 102 Extended Range UCC-for systems with asbestos-cement and cast iron pipe or oversize pipe. i JCM 172 Removeable Lug System Extd. Range UCC - Removeable lug system accommodates rockbound soils, crowded underground utilities, restricted, narrow spaced piping galleries and limited excavation applications. DOUBLE BAND CLAMPS Nom pa Clamp 102 172 �� y amp-W, th Ap° [oxtmate Wet ht t $ PI O D Attached Removeable a� 4rk 7f § a { L y s< Lug Lug67„ �a12� r �5" 18" x2 » , t SIZe , Range IH 77777777 lmber p Obs ribs#k _ l ks# NuLbst� stbs n Lbs 6>_,.�bs >r`i s s_. 4.44-5.24 0450 4 4.74-5.57 0480 16# 20# 32# 40# 48# 64# 80# 6 6.62-7.42 0663 6.84-7.64 0690 16# 20# 32# 40# 48# 64# so# 8 8.62-9.42 0863 8.99-9.79 0905 17# 21# 34# 43# 519 68# 85# 10.72- 11.72 1075 - - - 10 11.04- 12.24 1110. 53# 80# 106# 132# 12.72-13.92 1275 12 13.14-14.34 1320 r 13.65-14.65 1365 55# 80# 106# 132# 14 15.20-16.20 1530 58# 87# 106# 145# 16.00-17.00 1600 14-16 17.20-18.20 1740 s 59# 89# 1089 148# E 16-18 18.40-19.40 1846 62# 95# 124# 158# 18-20 19.40-20.40 1950 20.40-21.40 2050 63# 95# 126# 158# 21.40-22.40 2160 20-22 22.50-23.60 2260 67# 100# 134# 168# Number of Bolts4 4 8 8 12 16 20 MULTI-BAND CLAMPS i 23.80-25.00 2400 24 25.50-26.70 2580 27.90-29.10 2800 93# 140# 186# 233# fi 29.80-31.00 3000 - - 24-30 31.70-32.90 3200 t 98# 147# 196# 245# 36 37.85-39.20 3830 117# 175# 234# 292# :] HOW TO ORDER Clamps do not prevent lateral movement of pipe. 1. Determine O.D.of pipe. Applications in which the pipe may move out of the 2. Select proper clamp O.D.range and band width. clamp, proper anchorage of the pipe must be 3. Determine Model Number. provided. 4. Specify clamp number.Model 102 or 172. Example:To fit Cast Iron pipe,6.90 O.D.with 6"width,order: 102-0690-6 or 172-0690-6 Larger sizes and ranges available upon request,contact JCM Sales Team. oda .vnNsei 9 : JCM Tapped Outlet Repair Clamps - 103, 104, 173, 174, 133* 134, 123, 153, 163, 164 All Models of JCM Universal Clamp Couplings are available with tapped outlets for repair of direct tap pull outs and broken or split pipe requiring a service outlet. HOW TO ORDER 1. Select standard model, size and 3. Select size and type of tapped Ordering Example: width clamp to fit pipe. outlet from outlet guide below. Note minimum widths and range/ For standard clamp to fit 6"Cast Iron 2. Change model number to sizes. Pipe with 12"width,with 2" IP outlet, corresponding Tapped Outlet order: Clamp Model Number. 4. Add Outlet Tap Code to clamp number.Add-On outlet price to 103-0690-12 x 141P standard clamp list price. Standard Clamp Model Becomes Tapped Outlet Clamp Model 101 Universal Clamp Coupling-Standard Range 103 Tapped Universal Clamp Coupling-Standard Range 102 Universal Clamp Coupling-Extended Range 104 Tapped Universal Clamp Coupling-Extended Range 131 All Stainless Steel UCC-Std Range 133 Tapped All Stainless Steel UCC-Std Range 132 All Stainless Steel UCC-Extd Range 134 Tapped All Stainless Steel UCC-Extd Range I' 121 Gas Repair Clamp 123 Tapped Gas Service Clamp 151 Gas Repair Clamp 153 Tapped All Stainless Steel Gas Service Clamp 161 All Stainless Steel Fabricated Lug Clamp 163 All Stainless Steel Tapped Fabricated Lug Clamp 162 All Stainless Steel Fabricated Lug Clamp-Ext Range 164 All Stainless Steel Tapped Fabricated Lug Clamp-Ext Range 171 UCC-Standard Range-Removeable Lug 173 Tapped UCC-Standard Range-Removeable Lug 172 UCC-Extended Range-Removeable Lug 174 Tapped UCC-Standard Range-Removeable Lug E x ADD O}JTLETTAPICODE MINIMUM �, � , s .' 0,44 is IWI— CLAMP; CLAMP �`�" �IP� °tri I�rs RANGEISIZE LENGTH gTYPE OF- ` � �� ORDI ORDER r (IN j v (IN j THREAD' �TAPSIZE , '' TAPYCODE TAP=CODE_ X3/4" 06 .07 2.38-4.80 6 IP or CC l 1" 08 09 3/4" 06 07 2.38- 14.00 7-1/2 IP or CC ill 08 09 4.50-14.00 12 IP or CC 1-1/4" 10 11 4.50- 14.00 12 IP or CC 1-1/2" 12 13 4.50- 14.00 12 IP 2" 14 - 4.50-14.00 12 CC 2" - 15 3 JCM +i:° JCM JCM 103 7 � N 133 163 123 •ars 153 1731 F�I �3 f •� `� HSF 4 CHI�kO P NSif�Nll Bt Images Reflect 7"Clamp Width 11 F 1 `s k- i PRODUCT INFORMATION FOR BOLTED COUPLINGS r: { 4 f E r { JCM 212 Ductile Iron Transition Couplings ` The JCM 212 Ductile Iron Transition Coupling is part of a uniquely simple coupling system which provides an easy means of joining plain end pipe. These transition couplings join pipe of the same nominal size that have different outside diameter dimensions. At the same time they help overcome common installation problems such as pipe £' misalignment, stress build up, corrosive environments and working.in a limited space. 212 DUCTILE IRON TRANSITION COUPLINGS 4 NOM 'S TRANS1770N s{ ¢r " � a* l`ts APPR PIPE A, FROM TO `h rtt "��� SLEEVE QUILT r j'� ; SIZEy O D RANGE _` O D RANGEgv` r �O a is � r .t: " vx ,� IN 1N IN s GAT LOG NUMBERBOLTS ° a LBS 3 .3_. N k 2.2-1/2 2.62-2.92 2.38-2.50 212-0288-0238 2 1 5 9 d' 3 3.80-4.17 3.50 212-0396-0350 3 !!6 15 4 4.50 4.00 212-0450-0400 4 20 4 4.50 4.22 212-0450-0422 4 20 4 4.80-5.10 4.00 212-0480-0400 4 20 4 4.80-5.10 4.22 212-0480-0422 4 6 20 4 4.80-5.10 4.50 212-0480-0450 4 6 20 4 5.10-5.40 4.50 212-0535-0450 4 6 22 4 5.10-5.40 4.80 212-0535-0480 4 6 22 6 6.63 6.00 212-0663-0600 5 6 26 6 6.63 6.30 212-0663-0630 5 6 26 6 6.90-7.20 6.00 212-0690-0600 5 6 26 fF t 6 6.90-7.20 6.30 212-0690-0630 5 6 26 t' 6 6.90-7.20 6.63 212-0690-0663 5 6 26 is 6 7.20-7.55 6.63 212-0740-0663 5 6 31 6 7.20-7.55 6.90 212-0740-0690 5 6 31 8 8.63 8.00 212-0863-0800 6 6 38 8 8.63 8.40 212-0863-0840 6 6 38 8 9.05-9.40 8.00 212-0905-0800 6 6 38 8 9.05-9.40 8.40 212-0905-0840 6 6 38 ' 8 9.05-9.40 8.63 212-0905-0863 6 6 38 8 9.40-9.75 8.63 212-0960-0863 6 6 41 8 9.40-9.75 9.05 212-0960-0905 6 6 41 10 10.75 10.50 212-1075-1050 7 6 46 10 11.10-11.40 10.50 212-1110-1050 7 6 46 10 11.10-11.40 10.75 212-1110-1075 7 6 46 k( 10 11.60-12.05 10.75 212-1200-1075 7 6 57 10 11.60-12.05 11.10 212-1200-1110 7 6 57 12 .12.75 12.50 212-1275-1250 8 6 64 12 13.20-13.50 12.50 212-1320-1250 8 6 64 12 13.20-13.50 12.75 212-1320-1275 8 6 64 12 13.92-14.40 12.75 212-1420-1275 8 6 70 12 13.92-14.40 13.20 212-1420-1320 8 6 70 Note:Applications in which pipe may move out of the coupling, proper anchorage of the pipe must be provided. CM4tl10 N5iiA-:1 35 i x JCM Ductile Iron Couplings JCM Ductile Iron Couplings employ the mechanical compression joint principle to join two pieces of plain end pipe. This stress relieving flexible joint eliminates precise cutting and fitting in the field while providing for deflection, expansion-contraction, pipe s. settlement and a quick easy means of disassembling the system for maintenance. JCM Industries bolted couplings meet or exceed the ANSI/AWWA C-219 i Standard as applicable. x { 210 DUCTILE IRON COUPLINGS It APP PIPE PIPE PIPE a r ' , xti a3s �� ANO SLEEVE IMT SIZE O D RANGE CATALOG r k OF I LENGTH EACH TYPE'AND CLASS OF3MP ` BOLTS i(IN1 z r (LBS} 2 2.34-2.63 210-0250 STEEL,PVC,CI 2 5 8 2-1/4,2-1/2 2.62-2.92 210-0288 Cl,STEEL,PVC 2 5 9 3 3.80-4.17 210-0396 Cl,DI,A/C 150 3 6 15 4 4.80-5.10 210-0480 Cl,DI,A/C 150,C-900PVC 4 6 20 a 4 5.10-5.40 210-0535 A/C 4 6 22 6 6.90-7.20 210-0690 CI,DI,A/C 150,C-900 PVC 5 6 24 6 7.20-7.55 210-0740 A/C 5 6 31 8 9.05-9.40 210-0905 Cl,DI,A/C 150,C-900 PVC 6 6 36 8 9.40-9.75 210-0960 A/C 6 6 41 10 11.10-11.40 210-1110 CI,DI,C-900 PVC 7 6 46 E` 10 11.60-12.05 210-1200 A/C 7 6 55 12 13.20-13.50 210-1320 Cl,DI,C-900 PVC 8 6 62 12 13.92-14.40 1 210-1420 1 A/C,STEEL 8 6 1 68 Note:Applications in which pipe may move out of the coupling, proper anchorage of the pipe must be provided. 4 211 DUCTILE IRON COUPLINGS FOR PVC AND STEEL PIPE NOM PIPE O.D i qx E rq� r FITS SIZES g �g SLEEVE �iAPPR (IN) RA(INGE ` NUMBER ` FITS SSTEELF PIPE f; O PVC {' SOLTOS L(NN)H} (LBS) I 2 2.38 210-0250 STANDARD IPS&SCHEDULE PIPE IPS O.D. 2 5 8 2-1/2 2.88 210-0288 STANDARD IPS&SCHEDULE PIPE IPS O.D. 2 5 9 s- 3 3.50 211-0350 STANDARD IPS&SCHEDULE PIPE IPS O.D. 3 6 15 4 4.50 211-0450 STD.IPS,SCHEDULE PIPE,HDPE IPS O.D. 4 6 20 6 6.63 211-0663 STD.IPS,SCHEDULE PIPE,HDPE IPS O.D. 5 6 25 8 8.63 211-0863 STD.IPS,SCHEDULE PIPE,HDPE IPS O.D. 6 6 38 10 10.75 211-1075 STD.IPS,SCHEDULE PIPE,HDPE IPS O.D. 7 6 46 4 12 12.75 211-1275 STD.IPS,SCHEDULE PIPE,HDPE IPS O.D. 8 6 64 Note:Applications in which pipe may move out of the coupling, proper anchorage of the pipe must be provided. t CMMIIO � NSFlANSI tl1 r 34 x; !i T E y� t } JCM Ductile Iron Couplings Ewa 11111=111k IL 9t NOW Laq .W A JCM OPTIMUM RANGE COUPLINGS 241 - 242 More Choice - Middle Ring Lengths 6 & 10 " More Versatility -Accommodates Larger Pipe Ranges More Performance - Higher Working Pressures JCM Optimum Range Couplings employ the mechanical compression jointMW M 3 principle to join two pieces of plain end pipe. This stress relieving flexible joint eliminates precise cutting and fitting in the field while providing for deflection, expansion-contraction, pipe settlement and a quick easy means of disassembling y the system for maintenance. ` JCM OPTIMUM RANGE DUCTILE IRON COUPLINGS OFFERS A NEW GASKET CONCEPT THAT DELIVERS SUPERIOR PERFORMANCE • Larger range capabilities for fitting oversized, exotic&coated pipe diameters. f • Rated for 250 PSI working pressure I • Internal ribbed design increases sealing capability and grip on both low and high ranges of nominal pipe sizes. t • JCM's unique design for "stress relief' built into the gasket - eliminates gasket pinch in applications requiring offset, deflected and pipe settlement. ONE COUPLING... ...replaces THREE or more standard couplings. ...does the job regardless of type or class, or if the pipe is over or undersized. fits All Cast Iron &Asbestos Cement Classes In 3"- 12" ...eliminates need for carrying two couplings or transition couplings. r MATERIAL SPECIFICATIONS -JCM 241, 242 OPTIMUM RANGE COUPLING SLEEVE&FLANGES: Ductile Iron Per ASTM A536 65-45-12 GASKET: Nitrile Butadiene Rubber(NBR,Buna-N)per ASTM D2000. Gasket temperature range-40°F to 212°F(-40°C-100°C)Gasket suitable for water,salt solutions,mild acids,bases, and sewage. BOLTS: 5/8"Corrosion resistant,high strength low alloy oval neck track head bolts per ASTM A242/ANSI 21.11/AVWJA C111 and heavy hex nuts per A563 or equal.Optional Hardware:Stainless Steel 18-8 Type 304 or 316;Epoxy Coated Alloy Hardware,Powercron 590-534 black cationic electrocoat FINISH: Corrosion resistant shop coat paint primer. Optional fusion applied epoxy coating per ANSI/AVWVA C-213. Other coatings available upon request. JCM Industries bolted couplings meet or exceed the ANSI/AVWVA C-219 Standard as applicable. 3 40 3: i I JCM 241 Standard Length Optimum Range Ductile Iron Couplings e. JCM 242 Long Length Optimum Range Ductile Iron Couplings —�---- JCM "Optimum Range Coupling" Full Range capability for pipe sizes 3"through 16" Yrt 242 Long length middle ring allows for deeper pipe insertion and accommodates wide gaps between pipe ends Reduces inventory - one coupling fits SDR35, IPS PVC, C-900 PVC, Ductile Iron, Steel, Cast Iron and A/C Pipe classes 100, 150 and 200 £' k I> Non-compromising design with maximum number of bolts for uniform tightening provides the engineered test and field proven service and reliability of the JCM Ductile Iron Coupling family. g NOM ' PIPE s � SLEEVES ass ` PPROX� ' PIPE SIZE O D RLINGE i` CATALOG � ENGT#ihNOOF SEA r tIN) tIN) ,NUMBER s � 't(�N� ,� ri; .. BOL7S ' Y ' (LBS 241-0420 6 3 22 3 3.45-4.20 242-0420 10 3 26 4 4.22-5.60 241-0550 6 4 30 242-0550 10 4 35 6 6.28-7.60 241-0760 6 5 39 242-0760 10 5 46 8 8.40-9.75 241-0960 6 6 47 z 242-0960 10 6 55 10 10.50 12.12 241-1200 6 8 62 x 242-1200 10 8 71 € 12 12.50-14.38 241-1430 6 8 71 242-1430 10 8 84 14 15.05-16.93 242-1690 10 10 115 16 17.32-19.20 1 242-1920 1 10 11 1 118 r MATERIAL SPECIFICATIONS -JCM 241, 242 OPTIMUM RANGE COUPLING " SLEEVE&FLANGES: Ductile Iron Per ASTM A536 65-45-12 ' GASKETS: Nitrile Butadiene RubberNBR,Buna-N ( )per ASTM D2000. Gasket temperature range-40°F to 212°F(-40°C- 100°C)Gasket suitable for water,salt solutions,mild acids, bases,and sewage. BOLTS: 5/8"Corrosion resistant,high strength low alloy oval neck track head bolts per ASTM A242/ANSI 21.11/AWWA C111 and heavy hex nuts per A563 or equal.Optional Hardware:Stainless Steel 18-8 Type 304 or 316; Epoxy Coated Alloy Hardware,Powercron 590-534 black cationic electrocoat FINISH: Corrosion resistant shop coat paint primer.Optional fusion applied epoxy coating per ANSI/AWWA C-213.Other coatings available upon request. JCM Industries bolted couplings meet or exceed the ANSI/AWWA C-219 Standard as applicable. CdldeUlO F NSf fAN51 bl 41 ' i i . { PRODUCT | NFORMATON FOR \ ( TAPPING SADDLES . \ . [ . [ ( . { [ { . ( . . ( ( ( { { . ( ( . . { h � F 4 j JCM Coated Service Saddles - Double Straps JCM 406 Coated Saddle - Double Stainless Steel Straps JCM 408 Coated Saddle - Electro Galvanized Straps The JCM 406 and 408 utilize the heavy duty double strap saddle body with a fusion applied, heavy resilient plastic coating. The JCM406 is furnished with two stainless steel straps.The model 408 is furnished with two electro galvanized steel straps. NSi/AIISI ii `^ t NOM d JGM 406 SERUfCE SADDLE; JCfl�I 408 SE1�11tCE SlDDLE' PIPE ;PIPE OW y BASE`CATALOG � � BASE CATALOG r ' °YP..'-. NUMBER F. � e €r:+Fx"`r UMBER s r`"' t CODE :` ADD TAP CODE' 2 2.35-2.63 4 6 '406-0238 X-- '408-0238 X-- 2-1/2 2.70-3.13 5 6 `406-0288 X-- '408-0288 X-- 3 3.25-3.50 7 6 "'406-0350 X- "408-0350 X 3-4 3.80-4.13 7 6 "406-0413 X-- "408-0413 X-- 4 4.25-4.50 10 4 406-0450 X-- 408-0450 X-- 4 4.50-4.80 10 4 406-0480 X- 408-0480 X-- 4 4.74-5.45 10 4 406-0545 X-- 408-0545 X-- 5 5.50-5.56 10 4 406-0556 X-- 408-0556 X-- 6 6.50-6.63 10 4 406-0663 X-- 408-0663 X-- 6 6.63-6.90 10 4 406-0690 X-- 408-0690 X- 6 6.84-7.60 10 4 406-0745 X-- 408-0745 X-- 8 8.50-8.63 12 4 406-0863 X-- 408-0863 X-- 8 8.63-9.05 13 4 406-0905 X- 408-0905 X-- 8 8.99-9.79 13 4 406-0963 X-- 408-0963 X-- G 10 10.60-10.75 14 3 406-1075 X- 408-1075 X-- 10 10.75-11.10 14 3 406-1110 X-- 408-1110 X-- 10 11.10-11.40 14 3 406-1140 X-- 408-1140 X-- 10 11.00-12.25 14 3 406-1225 X- 408-1225 X-- 12 12.75-13.20 16 3 406-1320 X- 408-1320 X-- 12 12.75-13.50 16 3 406-1350 X-- 408-1350 X-- 12 13.10-14.38 16 2 406-1426 X- 408-1426 X 12-14 14.00-15.20 15 1 406-1520 X-- 408-1520 X-- 14 C-905 15.30 15 1 406-1530 X-- 408-1530 X 14-16 15.20-16.60 15 1 406-1660 X-- 408-1660 X-- 16 C-905 17.40 16 1 406-1740 X-- 408-1740 X 16-18 17.30-18.88 16 1 406-1888 X-- 408-1888 X-- 18 C-905 19.50 18 1 406-1950 X-- 408-1950 X-- v 18-20 19.00-20.50 18 1 406-2050 X- 408-2050 X 18-20 20.50-21.50 18 1 406-2125 X-- 408-2125 X-- 20 C-905 21.60 20 1 406-2160 X-- 408-2160 X-- 20 21.35-22.60 20 1 406-2260 X-- 408-2260 X-- 20 22.50-23.70 20 1 406-2370 X-- 408-2370 X-- 24 23.75-25.25 20 1 1 406-2525 X-- 408-2525 X-- 24 C-905 25.80 20 1 406-2580 X-- 408-2580 X-- 24 25.50-26.50 20 1 406-2650 X-- 408-2650 X-- 'Outlets Not available in 1-1/4",1-1/2",2"or 2-1/2" OUTLET SIZES" TAP CPODES TAP�OpES "Outlets Not available in 2"CC or 2-1/2"IP ` 1/2' 04 -- HOW TO ORDER 3/4" 06 07 1. Determine O.D.of pipe, outlet size and thread type. 1" 08 09 2. Select desired saddle type and tap order code. i-1/4" 10 11 3. Look under saddle listing to determine order number.Add tap code 1-1/2" 12 13 after base catalog number. 2" 14 15 Example: For 6"C.I. Pipe with O.D.of 6.90 with 1"IP thread,order: { 2-1/2 16 406-0745 x 081P. For electro galvanized straps,order:408-0745 x081P 55 ' r i F T R R PRODUC ■ INFORMATION FOR f AMERICAN AVK PRODUCTS 4 Z k j f, y' k 1 f i s i AMERICAN AVK HIGH PRESSURE, 250 PSI, NOSTALGIC, 2780 DRY BARREL HYDRANT Meets or exceeds AWWA C503 (latest) Working Pressure-250 PSI Inlet Bases, Flanged in accordance with ANSI B 16.1, Class 125, Mechanical Joint,and(Push-On for D.I.sized pipe) in accordance with ANSI/AWWA C111/A21.11 Use: Approvals: r For water and neutral liquids to maximum 160°F. UL Listed, 01 ffo- FM Approved .ULC Listed i Tests: Hydraulic test to AWWA.C503: Shell Test: 500 PSI Individual outlets tested to 50 PSI and 250 PSI Components: Standard: Barrel Gasket,Cap Gasket, O-rings NBR Lubrication Hole Seal Oil Resistant Rubber Nozzle Section,Bonnet,Barrels, Ductile Iron ASTM A536 Standpipe Flanges, Breakable Flange, Main Valve Flange,Base Caps,Weathershield Cast Iron ASTM A126 Class"B" Nozzles,Valve Seat Ring,Drain Ring Bronze Brass Fittings,Brass Plugs,Operating Nut,Thrust Nut,Stem Bushing _ Anti-Friction Washer Polymide ti Coating Above ground-Fusion bonded epoxy f inside and out.Below ground- Bitumen/Fusion bonded epoxy.Epoxy �f meets or exceeds AWWA C550(latest) l Main Valve Ductile iron core,fully encapsulated with EPDM rubber. Stem Rods,Stem Rod Couplings, Stainless Steel a l Lock Rings, Nozzle Retaining Screw, Lock Plate,Lock Plate Screw,Spider Bolt,Stop Pins,Coupler Pins, Main Valve Retaining Pin,Spring Pins, Stop Nut, Chain Set; Hardware Zinc Plated Steel x F' Base Configuration ❑ 6"MJ ❑ 6" Flanged ❑ 6"Push-On ❑ 4" MJ ❑ 4" Flanged ❑ 6"PE Optional: Hardware ❑ 304 Stainless ❑ 316 Stainless Upper Stem Rod ❑ Epoxy Coated Steel Lower Stern Rod ❑ Epoxy Coated Steel Opening Direction ❑ Open Left ❑ OPen Right i AirmAmerican AVK Company Series 2780. Data Sheet 2780 1 Pumper,2 Hose Outlet -Subject to chaoLewthout Wise.trey.oVO„ 1000042 t t 's AMERICAN AVK HIGH PRESSURE, 250 PSI, NOSTALGIC, DRY BARREL HYDRANT 2780 Meets or exceeds AWWA C502 (latest) -Working Pressure-250 PSI Inlet Bases: Flanged in accordance with ANSI B 16.1, Class 125, Mechanical Joint, and (Push-On for D.I.sized pipe) in accordance with ANSI/AWWA C111/A21.11 Component List: 1. Weathershield Bolt 17. Barrel Gasket 33,_Breakable Flange 56,Brass Fitting-Detail B 2. Weathershield 18.Bonnet Nut 34.Nozzle Section Nut 57.Main Valve Flange-Detail B 3. Lock Plate Screw 19. Hose Nozzle.Cap-Detail A 36.Coupler Pin 58.Stop Pin-Detail B 4. Lock Plate 20.Hose Nozzle-Detail A 37 Breakable Stem Rod 60.Main Valve Retaining Pin 5. Inner Thrust Nut O-ring 21. Hose Nozzle Cap Gasket-Detail A Coupling -DetailB 6. Thrust Nut 22.Hose Nozzle O-ring-Detail A 38.Spring Pin 61_Main Valve Disc-Detail B 7. Outer Thrust Nut O-ring 23. Nozzle Retaining Screw 39.Spider 62.Base Gasket-Detail B 8. Anti-Friction Washer 24.Chain Set-Detail A 40.Spider Bolt 64.Stud Bolt-Detail B 9. Lubrication Hole Seal 25. Pumper Nozzle O-ring 41.Lower Stem Rod 67.Base 10.Operating Nut 26.Pumper Nozzle_ 46.Standpipe Flange-Detail B 75.Zerk Fitting 11.Stop Nut 27. Pumper Nozzle Gasket 49. Lower Barrel 12.Bonnet Bolt 28.Pumper Nozzle Cap 50.Lower Barrel O-ring Detail B 13.Bonnet Washer 29.Nozzle Section 51.Valve Seat O-ring-Detail B 14.Bonnet 30.Nozzle Section Bolt 53.Valve Seat O-ring-Detail B 15.Stem Seal O-rings 31.Nozzle Section Washer 54. Drain Ring-Detail B 16.Upper Stem Rod 32. Lock Ring 55. Brass Plug-Detail B 1 3 2 4 9 5 8 6 22 7 10 14 1 1� 1 _ 19 28 11 311 27 1 t 16 2 see Deed W 9 18'/2" 20 MMVA pn' 2 17 24 4 3 34 Detail "A" i 3 111 58 64 41 3 61 34 60 31 49 39 40 g 56 3 57 51 53 4 J 56 54 66 55 Sau NWIr w,awi sd 62 Detail"B C_.4 5v2,. Ref No. Outlets A B C . G C C Flan ed Mech.Joint Push-On PE 27-80 2x2.5",1x4"/4.5" 50.5"-186.5" 18.5"-158.5" 8.01, 8.0" 9.0" 22.5" OEM AIIIIIIIIIIIIIIIIiIIII XV11x a 1000042 s a { F; t. t V } 1: PRODUCT INFORMATION FOR f CONCRETE GRADE RINGS { s a 4 { i F. 4) K 'A Std`��F j✓ A a S Rvings Quality Products. American MAATCO is a manufacturer of drycast and wetcast concrete grade rings and lift hole plugs. We offer a wide variety of grade rings to suit your needs from manholes to frame riser installations.Our f grade rings are used for new construction or rehab work. American MAATCO is located in Tarrant County,Texas specializing in concrete products since 1999. _ n: 24 ID/5"wall 441b per inch of thickness 24 ID/8"wall 7516 per inch of thickness 26 ID/5"wall 461b per inch of thickness 30 ID/5"wall 501b per inch of thickness 34 ID/5"wall 601b per inch of thickness All our grade rings meet ASTM C-478 standard. Additional sizes available. c i �3 2499 Austm Road Richland Hills, 81"1284 ' 3'V C® ' Aniernmaatco con' ,h .r t 3 7 1 PRODUCT INFORMATION FOR MANHOLE RINGS & COVERS . z t t F. d 2 { } d 3: 1 1/2" [38mm] LETTERINGll ®IWA� SME: Bookman Old Style IRON WORKS EST.1883 1" [25mm] LETTERING 800-626-4653 ,,I ;,,�.- vvww.ejiwxom ed MADE IN USA BOCK, ° PRODUCT NUMBER '�7I�7T 5PJA I T q�� ®� [51 mm] 41432 N ® 3 1/2" ® [89mm] v-1432-3 DIS CATALOG NUMBER 173 IA. V-1432-3 CV 0 (2) PICKBARS 10 V-1432 el /143�f �� SEWER 4" " L [102mm] �^ 1/2" [13mm] 10 5/8" (2) 3/8 D 1 TAP PC ASS EM E3 LY LETTERING f EA t ao [R270mm] HOLES THRU BOTTOM VIEW LOAD RATING 1" [25mm] LETTERING HEAVY DUTY COATING 32" DIA 1 1/2" UNDIPPED 1813mm 5/8" [38mm] [lsmm] ESTIMATED WEIGHT ® COVER: 175 LBS 80kg 2 7/8" TT 3 13/16" RING: 225 LBS 102kg [73mm [96mm] I I 7/8" UNIT: 400 LBS 182kg COVER SECTION [22mm] 2 7/16" MATERIAL SPECIFICATION [62mm] COVER — DUCTILE IRON t 3/4" ASTM A536 [85511mm] H.R.S.3 DIA [R44mm H. ROD DIA X 4" LG RING — GRAY IRON m 32 1/4" DIA ASTM A48 CL35B 30" DIA [819mm] PICKBAR DETAIL 4 7/8" [762mm 1 1/2" (4) 1 3/8" (35mm) DIA OPEN AREA [124mm] [38mm] HOLES WP N/A `I 1" JDESIGNATES MACHINE SURFACE LO 0 [25mm] DRAWN DATE 32 3/8" DIA_ SMH 10/14/05 [822mm] LAST REVISED DATE 33 5/8" DIA SMH 01/08/07 [854mm] NOTE: FRAME IS UNDIPPED REFERENCE INFORMATION 40 1/4" DIA COVER IS DIPPED [1022mm] 41432010 SECTION CONFIDENTIAL- This drawing is the roe 41 432059 p p rty of East Jordan Iron Worke, Inc. and embodies confidential information, trade secret information, and/or know how that Is the property of East Jordan Iron Works, Inc.®Copyright 2007 East Jordan Iron Works, Inc. LINE UP AEA WORKS 310 ®lees V GROOVE IRON 1 1/2" [38mm] LETTERING 800-626-4653 STYLE: Bookman Old Style WWW.ejiw.com A (4) 5/8"-11 NC X 2" LG MADE IN USA HEX SS CAP SCREWS & NARROW ZINC PLT. WASHERS PRODUCT NUMBER BOCK, �® ° 1" [2:5mm] LETTERING lllri 42432073 yi,. 2" 0 �t- N [51 mm] 3 1/2" CATALOG NUMBER ® ® [89mm] I V_D 2_3 I I V-2432 FR _� V2432-3 CV u 173 Las u 4" MANHOLE 9 � S'c'wER Qr� [102mm] ASSEMBLY DRILL AND TAP °s q s �o"� (2) )LES THRU NC LOAD RATING HEAVY DUTY EPSP BOTTOM VIEW COATING 32" DIA 3/4" UNDIPPED [813mm] 1 1/2- 3 13/16" [20mm] 11/16" [38mm] [96mm] 3/4" ESTIMATED WEIGHT [17mm] I I� [19 m] 1/2' COVER: 175 LBS 80kg 9 2 7/16„ r [13mm] FRAME: 225 LBS 102kg / TT- 62mm [7 mm]� COVER SECTION [ ] 7/8° � ASSY : 400 LBS 182kg [22mm BOLT HOLE SECTION 1 3/4" 1" DIA X 4" LG MATERIAL SPECIFICATION 33 1/2" DIA [R44mm H.R.S. ROD COVER — DUCTILE IRON [851 mm] 32 1/4" DIA PICKBAR DETAIL ASTM A536 [819mm] FRAME — GRAY IRON 28" DIA I ASTM A48 CL35B [71 1 mm] 1 1/2- 4 1 3 8" (35mm) DIA 31.22 (793mm) DIA. TO FILES 1YP I OUTSIDE oI M.G. OPEN AREA [38mm] _ 5/16" N/A T [8mm] [4 7/8"] [5mm] J DESIG SURFACECHINED O 124mm 32 3/8" DIA1" } DRAWN DATE [822mm] [25mm] DEW 11/10/05 33 5/8- DIA LAST REVISED DATE [854mm] MACHINE GROOVE DETAIL GAD 07/06/07 40 1/4" DIA 5/16" DIA SUNA—N REFERENCE INFORMATION [1022mm] 0—RING GASKET SECTION 42432011 CONFIDENTIAL: This drawing is the property of East Jordan Iron Works, Inc. and embodies 42432033 confidential information, trade secret information, and/or know how that is the property of East Jordan Iron Works, Inc.©Copyright 2007 East Jordan Iron Works, Inc. i i i f E { i PRODUCT INFORMATION FOR F t s SDR35 PVC FITTINGS F i 5 4 t { n f f f - t t k i i I ea sos A x':tx t sE- a � x y Plastic Trends Injection molded fittings have Triple #q Certification r : s listing : NSF � S0` - fx x S, F PVC Solvent Weld Sewer Fittings SDR 35 Injection Molded in Sizes 3" - 12" (Fabricated in Sizes 10"- 24") a A Features °^ • Safe for the Most Demanding Environments •Tough for the Harshest Work Sites '� .<` • Quick and Easy Installation - Plastic Trends has the broadest product offering of Solvent Weld sewer fittings in < the industry.Conform to all municipal,federal,and military requirements.They are Square XT^'countersunk threaded plug tested for joint tightness,internal stress and dimensional stability.The"P"Series x improves the removal process and reduces is engineered for the harsh environment of construction shipping,handling and r the potential for breakage. installation. 3: Square XTM Countersunk Threaded Plug SquareXTM is a major advance in countersunk threaded plug design. It features a unique molded-in shape and installs in seconds.Two standard screwdrivers provide Y plenty of leverage to tighten or loosen the plug. PVC threaded plugs are notorious for being difficult to remove and are often destroyed in the process.SquareX I significantly improves the removal process and reduces the potential for breakage. FlushMountTm Downspout Adapters 1 FlushMountT"^lets you'install pipe right up against the wall.They connect a downspout to either a smooth wall sewer pipe or corrugated drain pipe.Available in 3",4" and 6"sizes. Certifications Plastic Trends Solvent Weld sewer fittings are third party tested and listed by NSF, UPC,and CSA to meet specifications defined in ASTM D3034&CSA 13181.2. See available configurations on the opposite side of this sheet. Form#0260 Rev.4/06 ' i r i 1 � Gi 6a PVC Solvent Weld Sewer Fittings SDR 35 Injection Molded in sizes 3"- 12" Configurations Available (Fabricated in sizes 10"-24") I t 5y k gyp+ F TEE TEE 2-WAY CLEANOUT 2-WAYCLEANOUT HxHxH HxSxH HxHxH HxHxDWV H CLEANOUTTEE SANITARYTEE SANITARYTEE WYE Short Form Specifications HxHxFIPT HxHxH HxSxH HxHxH 4"through 12" injection molded solvent weld SDR 35 sewer fittings shall be manufactured in accordance ` with ASTM D 3034 and CSA 8182.2. .' They shall be molded from virgin PVC compound having a minimum cell WYE DOUBLE WYE DOUBLE WYE COMBO WYE&1/8 BEND HxSxH HxHxHxH HxSxHxH HxHxH classification of 12454-B in accordance with,and certified by the National t � Sanitation Foundation(NSF),to meet ASTM D 1784. Solvent weld SDR 35 sewer fittings shall be certified by the t National Sanitation Foundation(NSF)to 1/4 BEND LONG TURN 1/4 BEND LONG TURN 1/4 BEND 1/4 BEND t meet ASTM D 3034 and,in applicable HxH HxS HxH HxS configurations by the International Association of Plumbing and Municipal Officials(IAPMO)to meet ASTM D 3034,and by the Canadian Standards till" f` Association(CSA)to meet CSA 13182.2. 1/8 BEND 1/8 BEND 1/16 BEND 1/16 SEND HxH HxS HxH HxS ti CONCENTRIC CONCENTRIC } REDUCER COUPLING REDUCER BUSHING COUPLING CAP NSF HxH SxH HxH H e Triple Certified Listing e THREADED PLUG COUNTERSUNK PLUG MALE ADAPTER FEMALE ADAPTER $ MIPT MIPT HxMIPT HxFIPT f PLASTIC TRENDS ia FITTING CLEANOUT ADAPTER DRAIN DOWNSPOUT ADAPTER IN-LINE BACKWATER VALVE Plastic Trends,Inc. GRATE FLUSH MOUNT HxH 56400 Mound Road SxFIPT Shelby Twp.,MI 48316 l 586.781.2700•800.232.5690 TERMINAL „ Fax:586.781.0888 BACKWATER VALVE — www.plastictrends.com HxH Royal Group Technologies For additional configurations,list prices and dimensional drawings visit www.plastictrends.com ; r F j i i t 3 PRODUCT INFORMATION FOR RUBBER NON SHEAR COUPLINGS t s t is 1 7' ., }{& d an✓ jk 1 f W, iiie�. -.1+ Obi S -.I,�-- y t' �� 1 y8te�> s 'nh2 Ya 4---�`-��"Iz-z- - - -I. I * 11 ---", .xs r sr d �.� ' �y ��a54 z `r3r� ' a �' a s 1 ( - �", - `a?; "s` t. r r z . s hxt ..e 17I� x v} f: ZR� ' h f k I I,�g : :'':. '._ I :,,, , `'aK5 xstr ( i r _ r.YAW , S:Y 'i -a- c .� >: t r t'. w ? —,' y _ z Ir d , x i -hm�',9.Y 4 ,11 X b f; �L:x w� ( Y h X r ma, 1 x N} , K 3 � '_. - r i s : a 3 _ ,: i , tea-, - „ ' �' -• r� { y I { a _ ray "% �' g roar` g a 'i a �r x r ¢ <ri 1pN a,. `" Y' Y4° M }€SiJh `• s .� W`'i,°�1 ' ya ` g Kyr- '' �` b. `iKy�'�r. ^ z�' r A' �C 1 r�, y s r nY 2 � k r r 11 " a y a� � —t ` = r - r d t[ �cs^ U�`. a nQa r ai §£S T C 'XM1 2 �.a' 3 f ' g1f4ay $ x t ��aa ti f s.}k; ,� ,., 4 r-',*"f }.r '" �3,� -s° r as 'S _ �3 * �+h 9 t"at"+ x ` , �» V ,. �}, .Y +� 5 Y'� b .¢S,l 4 � ! f �Vu6'hs.. LSA€1 .l' �t 3 3 .a �� IAS � �� F 4,� k "3� 'MFr'kr�-«r .f +' ' 'L}y� '�r'*8 'moi z i ? a`+`4N'r "� £ a s xm q,� yThY^:xr gyp'— , t - t dV i� i P�� a ^.�,Y"� '7 41a ��`w�Z�e"j� d«.J;,@`' , _ $ �: s h # ,d " i s r k; f1- ' r-j' a" s 0 ., i_r r a } k 't ( } h 'F• h > q �{ a J 2 r ;, f g.pr t -, £> b �3 I',lidukil m; - � '. , - �� - - ,. I - 1- 11 . I -, , " , � ' - - : 11 � I -�:, I , - I - � I 1 : �ff r I � : , ,. , � I I ,� i.: -,i�,--,�-, ---,:�.,,�,,'�'�, I -:: r - I I 11.1,-al�,. -;.��y SM,4 I - , , -1 - ;-,,,"" Mt� - 1 � I.0- -.-1111- 11 ., , ,- .- �� ", -. 1-11 . '��11' '. . -". .:- "",- - �' pany'. I e v - -1 - -, - ,: ,:, : � �, �. I �, I . , 11is ��: - 1: . I'll - , . . "w1 1J` s1., I . I � .1 k ties bxa'�.u t6 t asil. 0� . - �11 . I - 1 -, I - - . I I I I 1: �IV- rI ...... c " r;,4 fir'. ,4,. .� � ,-. - ---,� 1. ':, ,;:: - I . 1. -- - : , -- . ll� I , I . I� - I- I.- I 11 .. I . 11 I � -1 I - , , -,. .-;�:;,;." ,- ��. - �1, I " - -1'- -� I 1, I . 11 -��,_, - .1 -�-. ..Illl �. . 11 � � 11 I � " - , "' I j u l d ;R t ,' c p i i r. ° .'s.^ X ' v� J .. ti .. . _ .. ,. ,. 3 Fle' xiii H h 9S k�, m. ........... An extensive line of flexible sewer couplings that connect similar and dissimilar pipe SIZE-ON-SIZE TRANSITION materials and sizes. Sizes 1-1/4" to 72". MR56 Series •r I t 00 Flexibility-Sleeve is manufactured of molded natural MR56151 I. 1.39 /A6 2.50 MR56 151125 17ECIIN.•Y1•L'Pl.. it 121.8, 2.00 2.50 �. MR6616 4 ^^s R '-CMIMI. ?:CVPL ? 1 :81 AAO +3:60and synthetic rubber M66I6MC :81 _1.90:x'-9.SoMR582t5 rCM•LW1t4'CIN. 2.301.81 2.00 3.50MR58221125 TCMY V.7ICIC•N... 2.301.39 1.8a 2.50Leakproof Seal - Inside surfaces of transitional MR5622 +t.r£-r,CBSL t92-CVPL' '�'° - 220 '°"1789 '.4:9:63MR6822ARC•:' ZtCVP , 2.30 .30 2.96..-A%60 MR56 315 .'Clf4. 3.25 3.50 1.81 2.00 4.00 size couplings are stepped to conform better to MR56 32 ]'CVPL to 2'CUPL 325 350 2.30 250 4.00 MR58 333T-cumb'3' Xe.13." .=x 360 1,+333 �3.50 "us,4:00 MR66'93ARC. .:,<:> s`ll CUPL to 3'.CVPL',*+, different pipe sizes MR56 415 4•CMSsPz3:2fi�• 3.6°':srf:00 •Y 1N•Cl•a_ 4.21 450 1.81 2.00 4.00 $ MR56 42 4 CUPL to 2 OWL 4.21 4150 2030 250 4.00 V Tight Fitting -Two 300 Series stainless steel MR5843 + �- 4s:CUPLb9 CVPtd % 42, .',450 f 726[�1 950 '4:0o MR5643 ARC- <:. "4TCUPLb7-CVPL'.t=-a.*� -.421 .*460 .:935 9.80 x:4:00 MR5643OFFSET 4'CVPLto3'Eoo.nWe 4.21 4.50 3.25 3.50 4.00 worm drive clamping bands hold pipe ends securely MR5844 4-CUPL t04'CIIPL 4.21 4.50 421 450 4.00 MR58N MC.: i,".4::ti SCUPIA04TCVPl: ..': *4.21-14.60 MASS 63 ... '`»6'CVPL b3-C1/Pl-«`xs Y�`;'.'��'V9, r%,SM'-c:.t662 -+:^3.25�x ].60-.•1,+4.00 ` Corrosion Resistant- Use of stainless steel MR56541WCUPLIo4'CVPL 5.30 562 4.21 450 4.00 MR56 54 ARC 5'C VPL to 4'CUPL 5.30 5.82 4.21 4.50 4.00 MR585B xw RHIu 6'CVPLb BCUF'L'�t'1's^4 '__ ' 520 x'882 '6:30 clamping bands are highly effective in a variety of MR5865ARC.>�_� a 6TCVPL O5 CVP Is , , .-:E6.30-x`5.82-6.30 6.6 -4.2 MR56 6] 6'CVPL W 3'CUPL 6.27 8.62 ].25 3.50 6.00 MR5864 6'CVPL to 4'CVPL 627 6.82 421 450 6.00 ` environments MR5664 ARC W, 82 CUPL W4YCWL7777 V Y= 4627h,aA2 -4;21 460 6:00 A . MR66-86 TYPE 0,-°^M er'0J.nIz►CVPL'+YO'6-CVPL%x-`,-". °"45.38 t++`sr878 ^ba0115,62 k,8,50 MR56 65 ARC 6'CUPL to 5'CVPL 8.38 6.78 5.30 5.62 6.00 } Withstands Tension and Compression - MR56 66 6'CVPL to 6'CVPL627 862 6.27 662 6.00 MR56 66 ARC+FA.ac€i*M,64CYRLIdlr CVM, S m�;U,< :> *4''827"'rt IL63 a1.627''V�&62 Blends Of natural and synthetic rubbers permit a MR56 B4-..2;;,u..^.�cx+'xx4t�* TOwt•Ize CUPL"te'4 CUPL-' .,8.40.x"«::`°60-^ri41°' 4.82 -7:69 MR56 415 TYPE O 8'Ownlzo CUPL b 5 C11PL 8A0 9.00 6.30 5.62 7.00 I MR56 a6 9'CVPL to e'CUPL t1 12 8.75 6.27 6.62 6.00 substantial degree of distortion without change in MR6666AR6M`•zc,%4'•.117MU I, 6'.CURL�*Lkk.`'4 I'R 872 .NYB 62 "637 `682 �'=°±'6:6° RS456B`!�.:z�cY�*rc 6fiCUR1_b BTCUPL VFX' q'"'n.:fl4 u 1112 "*"6.62 .a.12 V 45.62_!x6:00 MR56 86 ARC B-CUPL b 8'Cl/PL 8.121 8.62 8.12 6.62 6.00 basic physical or chemical resistance unlike other MR56 1006 TYPE ,0'0V«1:OC6PLIo6'Cl/PL 10.48 11.6 6.35 6.70 7.00 @ MR56'70°ba%1��'l+�' =�"107:CVM,..bBTCUPL +�. %G9-7070 5 '10 B°bmtiB:72"' 875�*6:0 F manufacturers'thermoplastic coupling materials MR66,100a'ARC 'a to ws�a>uPe. .t X458° , 32 MR56 1010 10'CVPL W IO-CVPL 10.201 10.80. 10.20 10.80 6.50 k MR56 1010 ARC 10-CVPL 10 10'CUPL 10.20 10.60 10.20 10.80 6.50 MR56'&12 x".''r' . 1FCYPLcb-4(Y'CVPL.«a+'.'*^x` l k;250' 12;60 1'�:/0:20 x-10.80 w.=318:50 1 i MR661270"ARC'TM+"x°`s3Lt.. ,TCUPI'rb':tOTCWL#'.a+�= `'-•-'='1720'T:/2 B0 nN0:20 1080=«"-e6° • MR58 1212 12-CVPL to 12'CI/PL 12.20 1280 12.20 MOO 6.50 MR56 1212 ARC 12'CVPL to 12'CVPL 12.20 12.60 12.20 12.80 6.50 Y MR5457S72 " `1.`=n.'t IW'CVPLb922'CUPL-I All-Vt�5 44901'4,1540 :1220'1412M ;8:00 • Manufactured with natural and synthetic rubbers MR64596,2ARc z�� z,�cwcw4r ,. AB 46 722°.- z°° °Y00 MR56 1515 15'CVPL b 75-CVPL 14.90 15.40 14.90 15,0 6.00 MRSB 1615 ARC ,5 CVPL to 75 CUPL 1496 1546 14.90 1549 5.00 conforming to ASTM C 425, ASTM C 1173 16:�tlIPl3e,I6±-OVSCIk10(tT«o:°)R%RM6:30 dR1600 .45:50'.t-16'00 171515. W:,3SO16 ARC.-g:=.,..,75.15t,CUPLgYT CU6Ct140:1T OA -IS-150"1&00'15-50 21500 LIME MR58 18/5 /B-CUPL b 15-CUPL 10.301 18.80 14.90 15.401 10.00 Y • 300 Series Marine Grade Stainless Steel conforms to MR56 1815 ARC 18'CVPLIo/5-C11PL 18.30 180014.90 15,0 10.00 MR66A8/s<yF.tR ;.. 1'16'::CVPL b-fS-?CVPL-t+ "'s..+s'M8:30nlse0 ✓.18:30':'.18;80`^.^.10:00 :. ASTM A 240 MRSB.t tO ARCS ,y4 la^:CYPLb'.7aTCVPL ..r1�.'41281M 'a ¢]✓18.80 ,'-t ; 1880 ,!10.00 MR58 2121 21'CVPL to 21'CUPL 21.5° 22 00 21.50 22.00 10.00 . MR56 2121 ARC 21'CUPL b 21'CUPL 21.50 22.00 21.50 22.00 10.00 MR58 2424 WMN �24'3CMAO 24T'CUPLV .:•82420,024 90 ^2430 A24.90 X10.00 • Conforms to ISO 9001 quality standards MR56 2424 ARC:vim-'T47i51WLbz41:C 924 £:24'20'»24.90 .%10.00 MR56 2727 27'CVPL b 27'Cl/PL 27.50 28.00 27.50 28.00 10.00 A MR56 2727 ARC 27-CVPL to 27-C11PL 27.50 2a 00 27.50 28 00 10.00 I TECHNICAL DATA SPECIFICATIONS MR01 Series PBOPERTY •1 �� 1 11CLAY to CLAY 1 Ozone Resistance A A MR07 14 4'CLW 4'CL 5.00 5.40 5.00 540 4.00 Weathering,Sunlight Aging and Outdoor Use A A MR01 M ARC CLt04 CL 6.°0 540 5.00 540 MROt'6400 CLif04 CLzI•`,.N"'sR tt,i�':.'.+t'8.03 Y'ie'4858 ..'8.'°O%L'1640•<Sa?.8:00 . M 84 ARC=".''3TM.<C�iva�st eroC4b 41. 'a*`p�uas^ ,=•�sax,--+G16.03 Ssi:8.66':r6.0O t"s6:10 st:,c6'00 p Water Resistance A A MRO/55 5'CL Io 5'CL 6.03 6.56 6.03 8.58 6.00 MR01 55 ARC 5'CL b 5'CL 6.03 0. 58 8.03 8.58 8.00 I; Low Temperature Flexibility A C MRet_64 , 6-:CLJ 4 Ct k- .,M1; M :Ao 6 MR01:84' '%5t 2 w17.00 High Temperature Resistance A D MR0164TYPE0 6'CLO,arWz.CL 7.50 6.12 6.00 b.10 6.00 MROI 64 TYPE O ARC 8'CL OvotW..CL 7.60 11.12 5.00 SAO 8.00 Animal Fat Resistance B D MR0/:06+,a:a' 1, '1 !"Y+e•�CCto'S1 CL "I :,V7.20:,V72o I#".B° X627 X45.62 01,M.°° MR01:86.x. %A'fi %�'�.>Bx•Cl 61 '^.:1ae# �h''t`�`i+ -Fv7.2°+-7 ,5'+•730 7.80� alto Vegetable Oils Resistance g B MR0168 ARC a CL to 6-CL 7.20 7.80 7.20 780 6.00 MR01 BB B'CL to 6'CL 9.10 10.00 7.20 780 8.00 t Ammonia A A MRov6s ulcn �6Tcl a_cl1r ua:. .� �e�o:10.0o asT:2o sr seo v6:a0 r 'e�A9' 18z..000 „;40''A 0.00%'z✓48:00 j. ROI 88 ARC 8'CL b 8'CL 9.,0 10.00 910 10.00 8.00 4 Compression Set A C MROI 1058 10'CL W e'CL 11.8 12.45 9.40 10.00 8.00 M 1`7008 ARC3�+3"F a 1D�-Cl:to e'CL4" m11' %141248 s94°�10.001AYaB:00 Ratings:A-F30e8ant;B-Good;C-Fair,D-P11of MRo7=1010.8 : . 1d+.CL W to•CL=='�«':AY`7'^`1+="� ".tffi'19' V-12AS.141 �'::-t2.46 Ss-.00 r 9 MROI 1010 ARC 10-CL b 10'CL 11.8 12.45 11.8 1215 6.00 11R01 1210 12'CL b 10-CL 14.20 14.80 11.8 12.45 6.60 _ MROtn 21O'ARC�*.'A"'n:tfe 12"CL b:70cCLx"s4.r'8.xal�s+av ett+ MI14.20�.tt':BO� 92.43 MROS�7212 2'tCLb42«CLM:''aU'.�.+resa'�1a:a 4="&14;80 1,11420 MROI 1212 ARC 12'CL b 12'CL 14.20 14.80 1420 14.80 8.00 MROI 1512 15'CL to 12'CL 17.80 18.30 14.20 14.80 6.00 5. MR01;1a12 C'4 w'G'?^.ag 76>:< %I0:12LCC iX'Alr'Y.�+Atrv:*c^77:450 :3420�,ICBO 11,110:00 S MRO S1&-w".�`:.`':--F'=".+":76�:ClBlo 765CL"a`.a.'°.;i`e�f"3`.-.... :x Y7:80•�`:18' ;111780'48.90_IA10:00 MROt 1515 ARC 15'CL to 15'CL 17.80 18.30 17.80 18.30 10.00 3.. MR01 Isla 1s'CL to 18'CL 21.80 22.30 21.80 22.30 10.00 MROV1818'ARCk18bCL;^hti@9 �f�.;".x21:80 NF22330 t=d2t e°=s 72.90 MM10;00 j: RO?2127 ..:�:�+"%+:.+ 1':CL` 'RthCL% "^.*.1=�x .,1'25.4 4x26;90 v'26:30-1'126:90..w,.,10.00 x MROI 2121 ARC 21'CL to 21'CL 25.50 25.90 25.50 25.90 10.00 MROI 2424 24'CL b 24'CL 29.80 30.30 28.80 70.30 -10.00 MROt'2424 AR ++;3°� 24CL"bZ4wCC` ` ^: 1x+29.45° L"J0;30 M29:B0 '✓7°30. 10100 MRO,27271+'-i1�H�1,1,-1277ZCGb279CL'.�f+`EtPI'll >51"4'' '.'x297:60 Y1f>32,50 S31ta0:�w2wi�,OA° MROI 2727 ARC 27'CL b 27'CL 31.80 32.50 37.801 32,501 10.00 • 0 ' 1 1 j • • e • 1-800 637-4601 s Pana F 8888588888888D888°88888885$8 D88$888$8S$888$888$88R88$8 S°88 88888888$88R8S888 o tdmmmmddmm mmddmmddddD00000 aaYYNNmmddmommmd modd000d - dtmmmmbmmmmdmmmmmNbDod d O 00 OO00000 O' qN O N n0 5000000 PI $$$$$ gS $.t do"S • $$$nmm$tmumlgmmmm $ oRt Ro NPPaWww�N Nryo�RN $SS°$ . N V\a ICddmq OOON NtlOO((yy N YI Nmd 17Nmtb mdmOmdd000dIVNb ^NNNnNN p \. 4; Z, iftNYNrO.npPPp hAp ... pyo ♦♦ p pp..p-.p .... p. •• �o ^ op pp p^ Nn{Y r{Ng NNN{°1N111Y,( !°111W W1'l 1°'I(�tjft ryry nge�Nt4DNNC!{wYNRRPIR�LrNNFPI'1R 0m1°mmmAnw hlmw°n ,$0400c N ♦♦tNm m10m000GUONN♦Y00 yy r'IYf YNmYp00mmq and q O°O ONNf add V+fdO YldmmmgsSm00� Nhwn°iP ^N141 FI Y S88«N n$$$ RN Oqqpp p 00 Or pPaa' N e� n qh^ y $$$ yR$$ mmS m0 ,R$N tf $ $$0Sm$ OOdbAAl3hppp •' NNNNhl�O mmmb0 Om0000NNNdNN pN m O fdNNhw nAppp d PihAN°i NRNR XA { `v' '� N Nn�n,hn n�8dSd8O�Se NN�h8bn8x{ppS°>tO2 n81<O$r qq�gjPerI, VJ s e mm mmmaa �88$8^ � ogoNm�� o^$ } TaNh@N I dI M1 N F JR 67 � 4' '` ��:. �,"' �r ri d • , � r t� r. a G7 � �t .��i s> �s d y �. JJJJ J:J 0 U i o - ag�' aagaa�¢ uuuu vvUuvUUv +' ;. �;JJa a a !A _ __ __z"p o-ppppppppepggo • uvyu'u0 uu'uuvobbSH 9G;.;m :GMK � Soo I" � pepp�]p �1Qp�7c�c�c�c7�7dds76� T ! ^^NNNNNN UU L� INS (�(j(j �()(}(� < «««< >' 'r.,.�` ,,• nbeYiiobbbob8893839993983398 _ UoBvv�tiuuUuuv ooSb^Hle iribm G « «< «««oobbnty ' - - 33$993393889 bk ez^^ 'a kb mom~ t °39gEEeyEeidmo3e Nv `vbmffnmbtiobie o o o ea�i in4 biebbbb - .i EE'o'e eo ° 8S3 58..89^33 � °-93°O3°$8°9 /�.. . 83999" o mgeg � 93$933°$339 _ 338938$9399__ - '- v v < «< « 15 «« 9 H , apbbOb2vHHHbooie - oob�iH bie iob • CC � r Dbbo�vHHHbeibb ��, a ♦bbmmmmmom ^.ri �F ++in ioNbbmmmmmm u Uci vr'o iioo d e va) u: � uC z,z z} � :��; �g� OOON mNoO rya{rw}y.:A >♦♦Ff 1p♦l''pp- �mm� qmp�p° OOOOrvNtlYlmm �'j y, fi� �ppNm00°oNNbmmq J'�"- SOOIYN N'OmNNi'INN •• N:VgNNpm0001D0q��00NN^^m OU .. -• N"�bm OSO'N NNmm00 .•�'- 88$888 �S88Sz8S$88S�SSSS�8SS8 ^N bNNnNNNYINN NNN^IONNM N !g NSpbNNNy� gl�NNNtlNN w zz zzzz zzzz 3� zzzzz zzzzzzzz iz�dzzzzzzzzzz�aaz2z2azzzzarcz - "z¢itzrcz�nrc¢rc�¢dca8d"zz"drcarc IffII� 2If�S�I2 �3�IIII��If flE�f�ffffPlZ��ff2 2 2221f2fffff E3ff3�IF837�II3�f�. w •e [d - - 8:8♦88'0°0,080888IS88mlemmmdmodddodddddd vibmmmmmuooioD-o, D, n- ♦tmmdNNnddobm 4 $ $ $ $ IS doo $ ooo0 m mddmm6mduDo,lk 00000 $$$$mm $O8$ 00000 N N OONN NNONNtl N O q O rvNNN ONp000 00 00 00 �omm$$$$$$$eg $S$q$RSS pm°q"ot.64 f,.-N1�Nry,_' !gN000q���$�$, NN�f and .tN ♦♦NNdpmOdmgmOCOON N�OmNNNNRN f♦ff Nfm wtlwn°pPp _ Nt'I PIA np01 mmmm OOdmOO OdV 'I NM{m i dd p� W; z^ ppapp p4 'pp�^ pRpN.pp$pp3R PINNndd'-NN YI' IY$$P{ tlNnONR°RRNSS$It°$nn$$ 0mN m1ONN OfnhnOlN.,nrnA�A�wh•9n«pA $$$$NN . 0044,O P°I P10 P01,1°O,OY���$$$PYP ♦ YO Y'f NNmmmmmggm0000NNNaf OgNNNNNn VV♦+dNYN dmmlOmbgO D000NNNAh�P dNd hn OO�OONN��tVppn bNOiNPi q[q[ G eo CCp00OC pp c G GGG pp.k: q pp p o NNVINNO 0Nm$$O°$ 00 nNNva`RISnPI Ot°R$,OS P,-$N,IM3 of lDOt°g0$$$$$$SSNNb�O$gCl°'1,°0{$t°1 ISnnNNA S°t0$$QTOODO°p$°0$0500 N Ylm mmmA whh00000 NN^ ♦'mdTlVry dGm tligCd'�D4{0°O N'IV N7; "V A imY'0 AN } ffVV P� 11 .�.. g^ p ^a AN Dgj�RRPyROaatmgmor°R°ry°m,$$$°.49°mSe°m $8883x$°°�gj�°a,°♦�$m $°o,o°Oq°o, $$$$$$$$884Fjn°IRSSSm°i°f8$$gge dNNdNN" omhfKnAhNdpde tfnn� 'NeI d ddmdddP npppmp Yr:wh^^ nnhFhnd000 NDN ♦ alp �bdpRlen ��•' - NNN/VRN N 6 NN T N NNN NN Vl b.. 7 ^ s V7 d y C4 r. Gi k 6i L' r x. y t t = " a y e3 !p3II'i Eo epw3n 8865••e568 a�22,��� � � r'Y ,fi,gg� � ��� 'i �� �} t� '� M� - �# � l �• g� �_ _�� t' POy. ..Pq64q� ppcqqc`�e Opp[q[q SPq �ti��ci c� �s��1 �u��� Md __��---..---y- .. p-p- p pQ��p YL VVVV� vVV �bbbOHP'^/tlba^�J' �Y^{� • �' 5sJJ � Jsggugc�iucgi v v pp �V'nntSNn $� �� s� �$ g « «< < :•'� 100010b b• '9338&3333334$33993 Uu UvuvU v vUUO lZU ,gq bboHNH^b° ftin ` « g «<, « <«bb o b H tI Hmio iom oes�eoas9000. 3°_e eemaeoee"Eog- o 664 bb i°b =ibN%ebbbio r. ^ ^ 66. - -� -- 6$ E6$ aS :6666`6 o E o 00893338339 93333 YYN r6nmb�-b i6666. B E S o j4,e ao C 33333 9 393339 383J :JJJJJ:JJJJ `JJJ' 333°°3533°993399JJ:J:IJJJJJJI`'J F [ C 00 000"Cq 00 00 ° J JJ JJJJ JJJJ VUvvUUvvvvv U JJJJJJJ'JJ JJ J vUvvvvvvUvvUv - °°°C O UUUUUUUYl1U VUUVVU ciuvt�uu uc�guuuv0uvu uvuquuvuuvUyuuu�iObbbNHHHbbiebo F, P6 robmmmmbbbb°o°b�19�:��j �� ' vv UUU UCQ bb OONHHHtnb mi6 s.�• a ' NNNN tf ill iObbiobmbbbb00ia^^ Lab 6x66 b 2obbb.-^^ ^ N N N n N N v U v U U Ev V • v -v U 'U U'iv d i 'v U -v v u v�u U^v v R-AlpppbOODONn Nm ^ffAA' .,� $� � :. �p'�m OODONNNmbgm �° ��::� OOOO�NNbmOr•^ fN m0 �♦} N♦♦♦♦NNmm' bmp OSOONNNN^'R ^��AN f♦ef NN m mmbe <!ff`OOpp<�p<pmm qq ff +::tf 1flSNOpmbNm000 r^ NNNN YNIDN��(lll♦Opmpm gm0pSS00 N"^ 'Rm t:IOtlm0000m01�S00..��NN.0P 0 NNHIYNN 0 {lyyN NO NryryNNNNNNNN NhNrvrvIVNNNIVNNNN NNNNN NPI elNN 11 lIq 11 Pmt Irl 11 fl Nl�I N1•IN�I I'�i•Iq gggg8SE3S8�388$g8830�0^sd8E3E8 0 0 O O.O O o D 0 0 0 0 0 0 0 0 0 0 0 D O 0 0 O C O O D D O D O O O O O D O O O 0 0 0 3 0 0 O O O O O O O D D O O O o O O y q syg qq F�f If2 FIE���fflFfZ�f�Ff F��I�ff ESZf �fI3�FSZIfIIf Il�f�tlEl���f off IFS22 2 22ffIFE�ffFl�fe�f 3 Y ((f i i 5 } a t p F i 7 E PRODUCT INFORMATION FOR SCHEDULE 40 PVC FITTINGS k YY S µ Cf F S: r k } ti C { 4 f t F i C- i E F f I • (f i sPEaR PVC SCHEDULE 40 FITTINGS F 4 40-2-0604 s Performance Engineered & Tested FF SPEARS®Schedule 40 PVC fitting designs combine years of proven experience with computer generated stress analysis wz � to yield the optimum physical structure and performance { for each fitting.Material reinforcement is uniformly placed in stress concentration areas for substantially improved pressure handling capability. Resulting products are subjected to numerous verification tests to assure the very w best PVC fittings available. s Full 1/4"Through 12"Availability Higher Flow Capacity Spears®comprehensive line of PVC fittings offers a variety Smooth interior walls result in lower pressure loss and higher x of injection molded configurations in Schedule 40 sizes 1/4" volume than conventional metal fittings. through 12"conforming to ASTM D 2466. Additional Fabricated Configurations Exceptional Chemical& Corrosion through 36" Resistance Extra large, hard-to-find, and custom configurations are Unlike metal, PVC fittings never rust,scale,or pit,and will fabricated from NSF Certified pipe.Fittings are engineered and provide many years of maintenance-free service and extended tested to provide full pressure handling capabilities according system life. to Spears®specifications. z High Temperature Ratings PVC Valves 4 PVC thermoplastic can handle fluids at service temperatures SPEARS® PVC Valve products are available for total up to 140°F (60°C), allowing a wide range of process system compatibility and uniformity; see SPEARS® applications,including corrosive fluids. THERMOPLASTIC VALVES PRODUCT GUIDE & ENGINEERING SPECIFICATIONS(V-4). Lower Installation Costs t Substantially lower material costs than steel alloys or lined Advanced Design Specialty Fittings €- steel,combined with lighter weight and ease of installation, Spears®wide range of innovative, improved products include can reduce installation costs by as much as 60% over numerous metal-to-plastic transition fittings and unions with conventional metal systems. Spears®patented special reinforced(SR)plastic threads. Sample Engineering Specifications All PVC Schedule 40 fittings shall be produced by Spears" Manufacturing Company from PVC Type I cell classification B r' rV 12454, conforming to ASTM D 1784. All injection molded `M' I uuuaeee t PVCSchedule 40 fittings shall be Certified for potable water Iamp service by NSF International and manufactured in strict Quality s tectsc. ar.,t.eN compliance to ASTM D 2466. All fabricated fittings shall be i` corponiananuiun,Sylmar,CA Assessed to ISO 9001 produced in accordance with Spears®General Specifications for Fabricated Fittings. PR0GRESSIVEPRODUCTSFROMSPEARS'vINNOVATION& TECHNOLOGY Visit our web site: www.spearsmfg.com E- i f i r t I PVC Thermoplastic Pipe Temperature Pressure De-Rating To determine the maximum internal pressure rating at an elevated temperature, simply multiply the pipe pressure rating at 73°F by the percentage specified for the desired temperature. System Operating 73 80 90 100 110 120 130 140 Temperature°F(°C) (23) (27) (32) (38) (43) (49) (54) (60) PVC 100% 90% 75% 62% 50% 40% 30% 22% f NOTE:Valves,Unions and Specialty Products have different elevated temperature ratings than pipe. k PVC Basic Physical Properties PVC Chemical Resistance ASTM PVC is generally inert to most mineral acids, bases, Properties Test PVC salts and paraffinic hydrocarbon solutions. For more Method information on PVC chemical resistance refer to Mechanical Properties,73°F the Chemical Resistance of Rigid Vinyls Based on Specific Gravity,g/cm' D 792 1,41 Immersion Test,published by the GEON®Company. i Tensile Strength,psi D 638 7,200 Modulus of Elasticity,psi D 638 440,000 NOT FOR USE WITH Compressive Strength,psi D 695 9,000 COMPRESSED AIR OR GAS Spears® Manufacturing Company DOES NOT Flexural Strength,psi D 790 13,200 RECOMMEND the use of thermoplastic piping products Izod Impact,notched,ft-lb/in D 256 .65 for systems to transport or store compressed air or gases,or Thermal Properties the testing ofthermoplastic piping systems with compressed Heat Deflection Temperature,*F at ss psi D 648 165 air or gases in above and below ground locations.The use of our product in compressed air or gas systems automatically # Thermal Conductivity,BTU/hr/sq W°Ffin C 177 1.2 voids any warranty for such products, and its use against Coefficient of Linear Expansion,infin/°F D 696 3.1 X 105 our recommendation is entirely the responsibility and Flammability liability of the installer. Limiting Oxygen Index,% D 2863 43 s WARNING: DO NOT USE COMPRESSED l UL 94 rating 94V-0 AIR OR GAS TO TEST ANY PVC OR CPVC Other Properties THERMOPLASTIC PIPING PRODUCT OR Water Absorption,%24 hr. D 570 .05 SYSTEM, AND DO NOT USE DEVICES ' s Industry Standard Color White/Dark Gray PROPELLED BY COMPRESSED AIR OR GAS % ASTM Cell Classification D 1784 12454 TO CLEAR SYSTEMS.THESE PRACTICES MAY 3 NSF Potable Water Approved Yes RESULT IN EXPLOSIVE FRAGMENTATION OF SYSTEM PIPING COMPONENTS CAUSING SERIOUS OR FATAL BODILY INJURY. i r r t' i SPEARS®MANUFACTURING COMPANY•CORPORATE OFFICE [SL ERBS15853 Olden St Sylmar,CA 91342•PO Box 9203,Sylmar,CA 91392 (818)364-1611 •wwwspearsmfg.com IC SOUTHWEST ROCKY MOUNTAIN UTAH SOUTHEAST MIDWESTlden Sl. 4880 Florence SL 1641 South 700 West 4205 Newpoint Pl.Suite 100 1 Gateway Ct.Suite A (Los Angeles).CA 91342 Denver,CO 80238 Salt Lake City,UT 84104 Lawienmilte(Atlanta),GA 30043 Bolkghmoh(Chicago),IL 60440 64-1611•(800)862.1499 (303)371.9430•(800)777.4154 (801)972.0659 (678)985-1263-(800)662-6326 (630)759.7529•(800)662.63308)367-3014 Fax(303)375-9546 Fax(801)972-M Fax(678)985-5642 Fax(630)759.7515 HWEST SOUTH CENTRAL NORTHEAST FLORIDA INTERNATIONAL SALES SL NE Suite 200 4250 Paktot Dr.Suite 300 590 Industrial Dr.Suite 100 9563 Parksouth Court i5853OldenSt. (Seattle),WA 98002 Grapevine(Dallas),TX:76051.2317 Lewisberry(Harrisburg),PA 17339-9532 Orlando,FL 32837 Sylmar(Los Angeles),CA 91342 39.4433•(800)347-7327 (972)691.4003•(900)4414437 (717)938.8844 (800)233,0275 (407)843-1960•(800)327.6390. (918)364-1611-Fax(818)890-3774 3)939.7557 Fu(972)691-4404 Fax(717)938-6547" Fax(407)425-3563 E-mail 4xpod&pmrsmtg.00m ®Copyright 2005 Spears*Manufacturing Comparry.All Rights Reserved.Printed in the United States of America 01/05. 40-2.0604 k is i I t F y 4 y IAECHLINAEPIPE to • t 4 Purchasing Dept q City of Round Rock 221 E. Main Street g Round Rock, TX 78664-5299 ' e To Whom It May Concern: Techline Pipe employs at a minimum 5 trained respondent personnel all with a minimum of eight years in the water/wastewater industry. In addition, Techline Pipe has a 24 hour emergency contact avail should the need arise and is willing to stock.any.material the City of Round Rock requests that is currently not in stock. 4 Techline Pipe has an inventory of over$2 million located less than 10 miles from the City of Round warehouse for short notice parts the City may need to pick up,and fleet of delivery trucks for normal stock items. If there are any questions regarding our solicitationplease don't hesitate'to'give us a call. Thank you Rees Winstead Techline Pipe Phone 512.759.4290 E Fax 512.759.4291 G 2259 County Road 108 • Hutto,Texas 78634• Phone: (512) 759-4290•Fax: (512)759-4291 www.techlineDioe.com s f: 4 E t i ROUND ROCK,TEXAS City Council Agenda Summary Sheet 1 PURPOSE.PASSION.PROSPERITY. 4 t F Agenda Item No. G7. Consider a resolution authorizing the Mayor to execute a contract with Techline Pipe, LP x Agenda Caption: for repairs and maintenance parts for water and wastewater lines. Meeting Date: June 14, 2012 Department: Utilities and Environmental Services Staff Person making presentation: Michael Thane, P.E. f l F. Utilities Director Item Summary: This agreement between the City of Round Rock and Techline Pipe, L.P. provides for repair and maintenance parts s for the water and wastewater system on an "as needed" basis. Parts include but are not limited to pipe, pipe fittings, fire hydrants, plumbing supplies, and plumbing equipment. Techline is considered as one of four providers s' that the City is contracting with for these specified water and wastewater maintenance parts. The City may, in its sole discretion, elect to seek goods from any one of the four providers. Should the first provider contracted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event, one of the remaining three providers may be considered "best value" and be contacted to provide the maintenance parts as a secondary provider. This process would continue on to the third and fourth provider if necessary. The term of this agreement is for three consecutive twelve-month periods. After that term,the agreement may be extended for two successive terms of twelve months each. y Cost: Not to exceed $220,000 per year Source of Funds: Utility Fund F Date of Public Hearing(if required): N/A Recommended Action: Approval t S i d l 1 {Xf t { f t i { b 3 t 7 f F 4 t E } i' a: 's i 1 CITY OF ROUND ROCK AGREEMENT FOR PROVISION OF REPAIR AND MAINTENANCE PARTS AND SERVICES FOR WATER LINES AND WASTEWATER LINES FROM TECHLINE PIPE,L.P. f 3 THE STATE OF TEXAS § § } CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: ' COUNTY OF WILLIAMSON § § COUNTY OF TRAVIS r 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 ARK-L-11 2012, 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 asCi " ty," and TECHLINE PIPE, L.P., whose office address is 2259 CR 108, Hutto, Texas 78634, referred to herein as "Techline" or # "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. a 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 Techline; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the bid submitted by Techline; and k WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE,WITNESSETH: 4 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 Techline whereby a' City is obligated to .buy specified goods in a non-guaranteed number/amount and Techline is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated IFB 11-014, Specification Number 11-670 dated August 2011; (b) Techline's $' 00247078/j kg/3/28/12 revis ion �(f t 1 i Z # { t d t f Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. t Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Techline's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. 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 i 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 3 and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. x F. Techline means Techline Pipe, L.P., 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 three (3) 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 Techline has performed each and every contractual obligation specified in this original Agreement. f 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. E F 2 i F s` L 3 (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. iv/ppi/. Any price increase shall be requested by Techline 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 t percentage changes and to all requirements delineated in this Agreement and in IFB 11-014, Specification Number 11-670 dated August 2011. Techline may offer price decreases in excess of the allowable percentage change at any time. k a (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 4 manufacturer invoice shall be submitted with invoice to City for said items. No price increase shall be permitted on the mark-up percentage. f 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 i City selected Techline to supply the goods as outlined in IFB 11-014, Specification Number 11-670 dated August 2011, and Response to IFB submitted by Techline, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Techline in its Response to the IFB. 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 4 Agreement as if repeated herein in full. E : 4.01 INITIAL RESORT TO PROVIDERS, AND SUBSEQUENT RESORT TO q SECONDARY PROVIDERS; MANDATES FOR PROVISION OF GOODS A. Initial Resort to Providers. and Subsequent Resort to Secondary Providers The parties specifically acknowledge and agree as follows: Techline shall be considered as one of four providers of the specified goods. City may, in its sole and unfettered discretion, elect to 4 seek goods from any one of the four providers. Should the first provider contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event t one of the remaining three providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first and second providers contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement,then and in that k event one of the remaining two providers may be considered "best value" and be contacted to provide the goods as a secondary provider. Should both the first, second, and third providers contacted not be able to fulfill the order in strict accordance with the mandates of this Agreement, then and in that event the last remaining provider may be considered "best value" and be contacted to provide the goods as a secondary provider. 3 f Techline specifically further acknowledges and agrees as follows: This Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion, elect to use any of the four providers in whatever order it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion, elect to use any other providers. City is not obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. B. Mandates for Provision of Goods—Emergency Order and Delivery. Techline specifically further acknowledges and agrees as follows: ' i 1 City shall make a notification call to Techline by telephone with emergency order and delivery instructions for delivery of goods that City has designated for emergencv order and delivery. In the event that Techline does not answer the telephone and/or return City's notification voicemail within fifteen (15) minutes of initial placement of call by City, then and in that event City may contact and place the order with any secondary provider as provided above. Non-answer of notification call may result in City declaring Techline to be non-compliant with the order and under this Agreement; non-returned voicemail within fifteen (15) minutes may result in City declaring Techline to be non-compliant with the order and under this Agreement. The legal definition under this Agreement of"repeated non-compliance" shall mean three (3) ; incidents, either sequential or not, of non-compliance as delineated in this paragraph within a period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. t When City has notified Techline of an emergency order and delivery, Techline shall have trained personnel on-site within two (2) hours of City's notification, and Techline shall fulfill in full the emergency parts orders within two (2) hours of the site visit. Emergency goods, parts, and items shall be delivered to the location specified by City, or at City's election Techline shall allow City to pick up said goods on the same day. Driving distance from City's location to Y Techline'sparts facility shall not exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event Techline may be deemed to be non-compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. Mandates for Provision of Goods — Non-Emergency Order and Delivery. Techline specifically further acknowledges and agrees as follows: e City shall make a notification call to Techline by telephone with non-emergency order and delivery instructions for deliver of goods that Ci has designated Y g City grated for non-emergencv order and delivery. In the event that Techline does not answer the telephone and/or return City's notification voicemail within twenty-four(24)hours of initial placement of call by City,then and in that event City may contact and place the order with any secondary provider as provided above. Non-answer of notification call may result in City declaring Techline to be non- compliant with the order and under this Agreement; non-returned voicemail within twenty-four f (24) hours may result in City declaring Techline to 'be non-compliant with the order and under this Agreement. The legal definition under this Agreement of"repeated non-compliance" shall 4 4 F {fr t k S mean three (3) incidents, either sequential or not, of non-compliance as delineated in this paragraph within a period of six (6) consecutive months. Repeated non-compliance may result, at City's sole discretion, in cancellation of this Agreement in whole or in part. When City has notified has designated for non-emerQency order and delivery, Techline shall fulfill in full the non-emergency parts orders within the dates and times specified by City in the Purchase Order. Driving distance from City's location to Techline's parts facility shall not i exceed 100 miles. If the ordered goods are not delivered on-site or in-hand to City strictly within the timeframe specified in this Agreement, then and in that event Techline may be deemed to be non-compliant with the order and its "best value" designation suspended as to that order, and City shall be free to procure the goods elsewhere from the remaining three providers or from a different source. 5.01 ITEMS AWARDED; COSTS Only if, as, and when needed by City, items are awarded to Techline in accordance with bid items shown on Exhibit"A." Techline specifically acknowledges and agrees that City is not obligated to use or purchase any estimated annual quantity of goods. Only if, as, and when needed by City, the bid =' costs listed on Exhibit"A"shall be the basis of any charges collected by Techline. 6.01 INVOICES a All invoices shall include, at a minimum,the following information: A. Name and address of Techline; B. Purchase Order Number; C. Description and quantity of items received; and F D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain ' governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to i purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly f agree that the City of Round Rock is not an agent of,partner to, or representative of those outside { agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated "piggyback"procurements. 5 k f 6 t 8.01 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 Techline a written notice of termination at the end of its then-current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Techline 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. Techline 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 Techline, a contractor, subcontractor, r 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 Techline 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 r purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES E t City may, by written notice to Techline, cancel this Agreement without incurring any liability to Techline if it is determined b Cit that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Techline or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Techline may be subject to penalties stated in Title 8 of the Texas Penal Code. { 11.01 TAXES s i City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Techline's charges. 4 4 1 6 t i 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Techline cannot provide the goods as specified, City reserves the right and option to obtain same from another source or supplier(s). 13.01 INSURANCE t' Techline shall meet all requirements as stated in the attached Invitation for Bid No. IFB 11-014 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative(s) authorized to act in its behalf with regard to this Agreement: Rick Whisenant, Utility Inventory Specialist City of Round Rock Public Works Department 910 Luther Peterson Place Round Rock, TX 78664 512-218-5570 512-801-4483 cell rwhisenant(a.round-rock tx us 15.01 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. 16.01 DEFAULT If Techline abandons or defaults hereunder and is a cause of City purchasing the specified services elsewhere, Techline 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. Techline 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. 7 i 17.01 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 Techline. B. In the event of any default by Techline, City has the right to terminate this Agreement for cause,upon ten(10) days' written notice to Techline. C. Techline 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 Techline, Techline 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, Techline shall submit a statement detailing the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Techline that portion of the charges, if undisputed. The parties agree that Techline is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Techline 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, 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 Techline, or Techline's agents, employees or subcontractors, in the performance of Techline'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 Techline (including, but not limited to the t right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Techline, 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. 20.01 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 transfer any interest in this Agreement without prior written authorization of the other narty let or 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: Q F V i S 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. Notice to Techline: Techline Pipe, L.P. 2259 CR 108 Hutto, TX 78634 Notice to City: Assistant City Manager Stephen 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 Techline. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is E 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. 1 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between City and Techline. 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. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Techline shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. City and Techline 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. 3 9 4 25.01 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 orceability of any other portion or provision of this Agreement. Any way affect the validity or enf such void provision shall be deemed severed from this Agreement, and the balance of this sAgreement 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. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Techline 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. Techline understands and agrees that time is of the essence and that any failure of Techline to fulfill obligations for each portion of this Agreement within the ` agreed timeframes will constitute a material breach of this Agreement. Techline shall be fully a 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 Techline'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. Y IN WITNESS WHEREOF, City and Techline have executed this Agreement on the dates indicated. z City of Round Rock,Texas Techline Pipe,L.P. By: ky, By: Printed Name: 4 Printed Name: ZeP5 Title: Title: 9--ac 4 Date Signed: Date Signed: c0q_ /Z For City,Attest: For City A prow d as t Form: By: By: Sara L. White, City Clerk Stepha L. Sheets, City Attorney 10 r F