sanitation district (regional san) elk grove, ca 95758 … · rfb#8329 . v e n d o r march 2 (name...

58
1 Regional San REQUEST FOR BID This Is Not An Order - Make A Copy For Your File - Return Original SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT (REGIONAL SAN) 8521 Laguna Station Road Elk Grove, CA 95758 Issue Date February 7, 2019 Bid Number RFB#8329 V E N D O R (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside with bid number and date shown below to: Sacramento Regional County Sanitation District 8521 Laguna Station Road Elk Grove, CA 95758 ATTN: RFB # 8329 Bid must be received and logged in prior to the date and time indicated. It will not be accepted after 3:00 P.M. on: March 21, 2019 For Additional Information Contact Issuing Officer: Tamblynn Stewart PHONE: (916) 875-9014 FAILURE TO SIGN THIS SECTION MAY DISQUALIFY YOUR BID The undersigned offers and agrees to furnish the articles and/or services listed in this document at the prices and terms stated, subject to the General Conditions of this Request for Bid: Firm Name Terms of Sale Signature F.O.B. Point: Destination Printed Name Shipping Date / ARO Job Title Estimated day of arrival at destination _________________ Date: Telephone: E-Mail: Fax: GAS MANAGEMENT SYSTEM (GMS) REHABILITATION PROJECT VALVE PURCHASE

Upload: others

Post on 18-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

1 Regional San

REQUEST FOR BID This Is Not An Order - Make A Copy For Your File - Return Original SACRAMENTO REGIONAL COUNTY

SANITATION DISTRICT (REGIONAL SAN) 8521 Laguna Station Road

Elk Grove, CA 95758

Issue Date February 7, 2019

Bid Number RFB#8329

VENDOR

(Name and Address here)

Return your bid in an envelope, sealed and clearly marked on outside with bid number and date shown below to:

Sacramento Regional County Sanitation District

8521 Laguna Station Road Elk Grove, CA 95758 ATTN: RFB # 8329

Bid must be received and logged in prior to the date and time indicated. It will not be accepted after 3:00 P.M. on:

March 21, 2019

For Additional Information Contact

Issuing Officer: Tamblynn Stewart

PHONE: (916) 875-9014

FAILURE TO SIGN THIS SECTION MAY DISQUALIFY YOUR BID

The undersigned offers and agrees to furnish the articles and/or services listed in this document at the prices and terms stated, subject to the General Conditions of this Request for Bid:

Firm Name Terms of Sale

Signature F.O.B. Point: Destination

Printed Name Shipping Date / ARO

Job Title Estimated day of arrival at destination _________________

Date: Telephone:

E-Mail: Fax:

GAS MANAGEMENT SYSTEM (GMS)

REHABILITATION PROJECT VALVE PURCHASE

Page 2: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

2 Regional San

NOTICE TO VENDORS

This Request for Bid (RFB) is to purchase manual and automated valves for the GMS Rehabilitation Project, see valve schedule in Appendix A. NOTICE IS HEREBY GIVEN THAT the Sacramento Regional County Sanitation District (Regional San), located at 8521 Laguna Station Road, Elk Grove, CA 95758, invites sealed bids for the purchase and delivery of valves as indicated in these contract documents.

Bids will be received at Regional San, 8521 Laguna Station Rd, Elk Grove, CA 95758 until 3:00p.m., on March 21, 2019 to be publicly opened and declared aloud by District representatives.

1) Any bidder who wishes its bid to be considered is responsible for making certain that its bid is

actually delivered to the District Office. Bids shall be addressed to:

Sacramento Regional County Sanitation District 8521 Laguna Station Rd

Elk Grove, CA 95758, ATTN: RFB #8329

2) Bidder envelope must clearly list vendor name and return address. Envelopes that do not list vendor

name and address will not be opened. The District reserves the right to reject any or all bids and waive any irregularity in bids received.

Page 3: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

3 Regional San

KEY ACTION DATES

RFB Issued: February 7, 2019 Provide Submittal Information: February 21, 2019 End of Pre-Submittal Review Period: March 1, 2019 Re-Submittal Information, if required: March 7, 2019 RFB Questions Due: March 12, 2019 Bid Due Date: March 21, 2019 Intent to Award: March 26, 2019 Purchase Order: April 2, 2018

Page 4: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

4 Regional San

INTRODUCTION INVITATION: Sacramento Regional County Sanitation District (Regional San), invites Responses which offer to provide the goods and/or services identified on the Cover Sheet, page 1. DEFINITIONS: We intend to express our expectations clearly, and they are to be legally interpreted in our favor. Certain words are used throughout this document: WE/US/OUR: are terms which refer to the Sacramento Regional County Sanitation District, a duly organized public entity. They may also be used as pronouns for various subsets of the District organization, including, as the context will indicate:

Regional San – Sacramento Regional County Sanitation District District – Sacramento Regional County Sanitation District

YOU/YOUR: are terms which refer to businesses having some sort of relationship to or with us. The term may apply differently as the context will indicate. For instance, “you” as a Contractor will have different obligations than “you” as a Bidder or Supplier will have:

Bidder/Dealer/Vendor – A business entity submitting a Response to this request for bid. Contractor (usually for a construction contract) - The Bidder for a construction contract that enters into a contract for the provision of the goods and/or services described in the RFB.

REQUEST FOR BID (RFB): This entire document, including attachments. RESPONSE: The written, signed and sealed document submitted according to the RFB instructions. Response does not include any verbal or documentary interaction you may have with us apart from submittal of a formal response. RFB CLARIFICATION: Questions regarding this RFB should be directed in writing to the Issuing Officer specified on the Cover Sheet, page 1. Answers, citing the question, but not identifying the questioner, will be distributed simultaneously to all known prospective Bidders. RFB AMENDMENT: If it becomes evident that this RFB must be amended, we will issue a formal written amendment to all known prospective Bidders. AWARD: Award will be made to the lowest responsible bidder. CONTRACT EXECUTION: This RFB and the Supplier’s Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth. PROTESTS: After receipt of the District’s “Intent to Award” notice, any bidder who has questions or concerns should immediately contact the Issuing Officer for discussion. Any bidder who believes that they have grounds for a protest must submit a written protest on company letterhead within three (3) business days after the Intent to Award letter has been sent out. Any protest letter must state the specific grounds for protest and the actions being requested of the District. No protest received after 4 p.m. on the 3rd business day shall be accepted.

Page 5: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

5 Regional San

If any District holiday falls within the 3 business day protest response period, the protest acceptance period will be extended by the holiday(s). For example, if the Intent to Award notice is issued on a Friday, a protest must be received by Wednesday at 4 p.m. Should any of the 3 days be a County holiday, the deadline will be extended by the number of holidays occurring during the 3 business day protest response period. PRECEDENCE: In the event of contradictions or conflicts between the provisions of the documents comprising the Contract, they will be resolved by giving precedence in the following order:

1) the provisions of the Contract; 2) the provisions of the Bidder’s Response (as it may be clarified); 3) the provisions of the RFB (as it may be supplemented);

4) the provisions of the County Standard Specifications. ISSUING OFFICER: The issuing officer and mailing address to send Bids, questions, and all other correspondence concerning this RFB is:

Tamblynn Stewart Sacramento Regional County Sanitation District 8521 Laguna Station Road Elk Grove, CA 95758 (916) 875-9014 [email protected]

PROJECT CONTACT:

Gerardo Aguirre Associate Civil Engineer Telephone: (916) 875-9075 [email protected] VENDOR EXAMINATION OF THIS RFB/QUESTIONS: Vendor shall examine carefully the entire RFB and any addenda thereto, and all related materials, and data referenced in the RFB or otherwise available, and shall become fully aware of the system needs through discussion and visits with the District. If vendors discover an ambiguity, conflict, discrepancy, omission or other errors in the RFB, they shall immediately notify the Issuing Officer of such error in writing and request modification of the document. Modifications shall be made by addenda. Vendors requiring clarification of the intent or content of this RFB or on procedural matters regarding the bid process may request clarification by contacting the Issuing Officer identified above. SUBMISSION OF BIDS: Bids should be prepared in such a way as to provide a straight forward, concise delineation of capabilities to satisfy the requirements of the RFB. Expensive binding, colored displays, promotional materials, etc., are not necessary or desired. Emphasis should be concentrated on conformance and clarity of content. Bids shall be completed in all respects as indicated. A bid may be rejected if it is conditional or incomplete, or if it contains irregularities of any kind.

Page 6: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

6 Regional San

Bids which contain false or misleading statements, or which provide references which do not support an attribute or capability of the proposed system may be rejected. If, in the opinion of the District, such information was intended to mislead the District in its evaluation of the bid and the attribute, condition or capability as a requirement of the RFB, the bid shall be rejected. The bid must be signed by an individual who is authorized to bind the proposing firm contractually. The signature should indicate the title or position that the individual holds in the firm. Firms who sign their contracts with the name of the firm must provide the name of the corporate officer for signature validation by the District. An unsigned Bid shall be rejected. ACCEPTANCE AND REJECTION OF BIDS – The District reserves the right: • To reject any or all Bids, or any part thereof; • To waive any informality in the Bid; • To accept the Bid that is in the best interest of the District. The District’s decision shall be final. Information provided in this bid package:

• Cover Page • Notice to Vendors • Key Action Dates • Introduction • Contents & Response Pages • Bid Inquires • Specifications • Cost Response Page • General Terms and Conditions • District Insurance Requirements • Insurance Coverage Statement • Warranty / Product Support • Standard Terms & Conditions • Exceptions Response Page

Bidder Response: Interested bidders must complete and return the following pages/sections by the closing date and time shown on the cover page in order to be considered. Other pages may be filed in your records.

• Cover Page with authorized signature • Cost Response • Insurance Coverage Statement • Additional Bidder Information • Warranty / Product Support • Exceptions to Bid Response • Two (2) copies of bid and mark the original as the “Original” or “Master Copy”

Note: The District will not accept bids by way of facsimile transmission or e-mail. Bids must be signed and received in a sealed envelope. Refer to instructions on the cover page.

Page 7: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

7 Regional San

Addenda: Correction of any discrepancies in, or omission from the drawings, specifications or other contract documents, or any interpretation thereof, during the bidding period will be made only by an addendum issued by the District. A copy of the addendum will be e-mailed to each person receiving a set of these documents, and shall be made part of the contract. Any other interpretation or explanation of such documents will not be considered binding. Each bidder shall be responsible that all firms or persons submitting bids to them, i.e., prospective subcontractors, manufacturers, suppliers, etc. are informed of any such addendum. BID INQUIRES –

Questions regarding this bid should be referred to:

Tamblynn Stewart Sacramento Regional County Sanitation District 8521 Laguna Station Road Elk Grove, CA 95758 (916) 875-9014 [email protected]

These inquiries are to be submitted by March 12, 2019. Any interpretations by the District will be made in the form of a written amendment. The receipt of such an amendment must be acknowledged in on the bid response sheet. Oral explanations or instructions given before the award of the contract will not be binding.

Note: The District will not accept bids by way of facsimile transmission or e-mail. Bids must be signed and received in a sealed envelope by 3:00PM March 21, 2019. Refer to instructions on the cover page.

Page 8: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

8 Regional San

Specifications

The project involves the purchase of fire safe and non-fire valves for the GMS Rehabilitation Project. Refer to equipment specification requirements in Appendix A for valve schedule and valve specifications. In addition, the Sacramento County Specification are incorporated by reference. Copies of these are available at http://www.saccountyspecs.saccounty.net/Pages/2016.aspx Submittal Requirements: Bid Submittal Requirements: The distributor shall provide for review and District approval the following information prior to submitting his/her bid:

• Product cutsheet information including diagrams or drawings showing dimensions, plan view, side view of components,

• Sizing information for actuators, • Marked up Valves and Actuators Specifications with each paragraph check marked to show

compliance or marked to show deviations The District will review the information and provide a response on the product information to indicate if the products meet the specifications. Equipment vendors shall have up to six calendar days to re-submit information for items identified by the District as not meeting the specifications. The District will not accept bid responses on any products that are found to not meet the specifications as interpreted by the District. Bids will only be considered from vendors that receive approved product submittal comments. Submittal review comments will be as follows:

• Grade A - If review and comment indicates no exceptions, copies will be returned marked "NO EXCEPTIONS TAKEN".

• Grade B - If review and comment indicates limited corrections are required, copies will be returned marked "MAKE CORRECTIONS NOTED".

• Grade C - If review and comment indicates insufficient or incorrect data has been submitted, copies will be returned marked "AMEND AND RESUBMIT."

• Grade D - If review and comment indicates the material and equipment submittal is unacceptable, copies will be returned marked "REJECTED - SEE REMARKS".

Post Bid Submittals: The winner of the bid shall provide additional product information as follows:

1. Electronic copy of Operations and Maintenance Manuals for all products. 2. Warranty Certificates. 3. Completed Maintenance Summary Forms. 4. Provision of any other supplementary submittal information not already provided. 5. Provision of any other submittal information as indicated in Attachment A specifications.

Page 9: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

9 Regional San

COST RESPONSE

BIDDER NAME: ______________________________________________________________________

ITEM QTY DESCRIPTION COST 1

LS

List of Control Valves per Table 1, SS 40 06 60.13

$ ______________

2

LS

List of Manual Valves per Table 2, SS 40 06 60.13

$ ______________

3

N/A

Delivery Charge 8521 Laguna Station Road Elk Grove, CA 95758

$ ______________

Total Bid Price:

$ ______________

Guaranteed delivery time as calendar days following receipt of an order: _______________________

It is acknowledged Addenda Items ______ thru ______ have been received. Initial: ______________

Page 10: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

10 Regional San

GENERAL TERMS AND CONDITIONS 1. BID/QUOTE/PROPOSAL/GENERAL CONDITIONS: All of the terms and conditions of the bid,

quote, or proposal against which this purchase document is applied, are hereby incorporated. 2. HOLD HARMLESS: The vendor shall hold the Sacramento Regional County Sanitation District, its

officers, agents, servants and employees harmless from liability of any nature or kind because of use of any copyrighted, or uncopyrighted composition, secret process, patented or unpatented invention, articles or appliances furnished or used under this order, and agrees to defend, at his own expense, any and all actions brought against the Sacramento Regional County Sanitation District or himself because of the unauthorized use of such articles.

3. DEFAULT BY VENDOR: In case of default by vendor, the Sacramento Regional County Sanitation

District may procure the articles or services from other sources and may deduct from any monies due, or that may thereafter become due to the vendor, the difference between the price named in the contract or purchase order and actual cost thereof to the Sacramento Regional County Sanitation District. Prices paid by the District shall be considered the prevailing market price at the time such purchase is made. Periods of performance may be extended if the facts as to the cause of delay justify such extension in the opinion of the District Purchasing Manager.

4. RIGHT TO AUDIT: The Sacramento Regional County Sanitation District reserves the right to verify,

by examination of vendor’s records, all invoiced amounts when firm prices are not set forth in the purchase agreement.

5. ASSIGNMENT: (a) This award is not assignable by contractor either in whole or in part, without the

prior written approval of the District Purchasing Manager of the Sacramento Regional County Sanitation District. (b) In submitting a quote to a public purchasing body, the quoter offers and agrees that if the quote is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) & the Cartwright Act (Chapter 2 [commencing with Section 16700] of part 2 of Division 7 of the Business and Professions Code), arising from the purchases of goods, materials, or services by the quoter for sale to the purchasing body pursuant to the quote. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the quoter.

6. APPLICABILITY TO HEIRS: Time is of the essence of each and all the provisions of this agreement

and, subject to the limitations of Paragraph 8, the provisions of this agreement shall extend to and be binding upon and inure to the benefits of the heirs, executors, administrators, successors, and assigns of the respective parties hereto.

7. F.E.T. EXEMPTION: Sacramento Regional County Sanitation District is exempted from payment of

Federal Excise Tax. No federal tax shall be included in price. 8. CHARGES NOT INCLUDED ON FACE NOT ACCEPTABLE: No charge will be accepted for

packing, boxing, or cartage, except as specified in the Notice of Award. Freight collect shipments will not be accepted. Merchandise will not be accepted if payment is to be made at the time of delivery.

Page 11: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

11 Regional San

9. TITLE: Except as otherwise expressly provided herein, title to and risk of loss on all items shipped by seller to buyer shall pass to the buyer upon buyer’s inspection and acceptance of such items at buyer’s building.

10. CHANGES WITHOUT NOTICE PROHIBITED: No changes in price, quantity or merchandise will

be recognized by the Sacramento Regional County Sanitation District without written notice of acceptance thereof prior to shipment.

11. ALL UNDERSTANDINGS IN WRITING: It is mutually understood and agreed that no alteration or

variation of terms of this award shall be valid unless made in writing and signed by the parties hereto, and that no oral understandings or agreements not incorporated herein, and no alterations or variations of the terms hereof unless made in writing between the parties hereto shall be binding on any of the parties hereto.

12. FORCE MAJEURE: The vendor will not be held liable for failure or delay in the fulfillment of

conditions of purchase order/contract if hindered or prevented by fire, strikes, or Acts of God. 13. INVOICING: Upon submission of itemized invoices, in duplicate, payment shall be made of the prices

stipulated herein for supplies delivered and accepted or services rendered and accepted, less deduction, if any, as herein provided. Payment on partial deliveries may be made whenever amounts due so warrant or when requested by the vendor and approved by the District Purchasing Manager.

14. SPECIAL CONDITIONS: Buyer’s standard terms and conditions shall govern any contract awarded.

If, after award of contract, vendor provides additional terms or conditions, they shall be considered void. To the extent not otherwise stated in the contract, the California Commercial code shall apply.

Page 12: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

12 Regional San

DISTRICT INSURANCE REQUIREMENTS

Without limiting VENDOR'S indemnification, VENDOR shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by VENDOR, its agents, representatives or employees. DISTRICT shall retain the right at any time to review the coverage, form, and amount of the insurance required hereby. If in the opinion of the DISTRICT Risk Manager, insurance provisions in these requirements do not provide adequate protection for DISTRICT and for members of the public, DISTRICT may require VENDOR to obtain insurance sufficient in coverage, form and amount to provide adequate protection. DISTRICT'S requirements shall be reasonable but shall be imposed to assure protection from and against the kind and extent of risks that exist at the time a change in insurance is required. 1. Verification of Coverage

VENDOR shall furnish DISTRICT with certificates evidencing coverage required below. Copies of required endorsements must be attached to provide certificates. DISTRICT Risk Manager may approve self-insurance programs in lieu of required policies of insurance if, in the opinion of the Risk Manager, the interests of DISTRICT and the general public is adequately protected. All certificates, evidences of self-insurance, and additional insured endorsements are to be received and approved by DISTRICT before performance commences. DISTRICT reserves the right to require that VENDOR provide complete, certified copies of any policy of insurance including endorsements offered in compliance with these specifications.

2. Minimum Scope of Insurance Coverage shall be at least as broad as:

GENERAL LIABILITY: Insurance Services Office’s Commercial General Liability occurrence coverage form CG 0001. Including, but not limited to Premises/Operations, Products/Completed Operations, Contractual, and Personal & Advertising Injury, without additional exclusions or limitations, unless approved by DISTRICT Risk Manager.

AUTOMOBILE LIABILITY: Insurance Services Office’s Commercial Automobile Liability coverage form CA 00 01. Commercial Automobile Liability: auto coverage symbol “1” (any auto) for corporate/business owned vehicles. If there are no owned or leased vehicles, symbols 8 and 9 for non-owned and hired autos shall apply. Personal Lines automobile insurance shall apply if vehicles are individually owned.

WORKERS’ COMPENSATION: Statutory requirements of the State of California and Employer's Liability Insurance, including Alternate Employer Endorsement.

UMBRELLA or Excess Liability policies are acceptable where the need for higher liability limits is noted in the Minimum Limits of Insurance and shall provide liability coverages that at least follow form over the underlying insurance requirements where necessary for Commercial General Liability, Commercial Automobile Liability, Employers’ Liability, and any other liability coverage (other than Professional Liability) designated under the Minimum Scope of Insurance.

3. Minimum Limits of Insurance

Page 13: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

13 Regional San

VENDOR shall maintain limits no less than:

General Liability shall be on an Occurrence basis (as opposed to Claims Made basis). Minimum limits and structure shall be: General Aggregate: $2,000,000 Products Comp/Op Aggregate: $2,000,000

Personal & Adv. Injury: $ 1,000,000 Each Occurrence: $ 2,000,000

Building Trades Contractors and Contractors engaged in other projects of construction shall have their General Liability Aggregate Limit of Insurance endorsed to apply separately to each job site or project, as provided for by Insurance Services Office form CG-2503 Amendment-Aggregate Limits of Insurance (Per Project).

Automobile Liability:

a. Commercial Automobile Liability for Corporate/business owned vehicles including non-

owned and hired, $1,000,000 Combined Single Limit. b. Personal Lines Automobile Liability for Individually owned vehicles, $250,000 per person,

$500,000 each accident, $100,000 property damage. c. If VEDOR will utilize any heavy, extra-heavy, or tractor trailer vehicles in performance of

the work or services, then a minimum $2,000,000 each accident shall be required regardless of the number or mix of vehicles.

d. Commercial Automobile Liability policy shall be endorsed to state that the policy waives its right of subrogation against the SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT, SACRAMENTO AREA SEWER DISTRICT, and the County of Sacramento, their respective governing Boards, and their officers, directors, officials, employees, authorized agents or volunteers, which might arise by reason of payment under such policy in connection with performance under this Agreement by VENDOR.

Workers' Compensation: Statutory requirements of the State of California and Employer’s Liability Insurance, and include Alternate Employer Endorsement on the worker’s compensation and employer’s liability policy.

Employer's Liability: $1,000,000 per accident for bodily injury or disease.

4. Deductibles and Self-Insured Retention Any deductibles or self-insured retention that applies to any insurance required by this Agreement must be declared and approved by DISTRICT. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as respects the District, its officers, officials, employees and volunteers; or the Vendor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.

5. Other Insurance Provisions

The insurance policies required in this Agreement are to contain, or be endorsed to contain, as applicable, the following provisions:

6. All Policies:

Page 14: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

14 Regional San

a. ACCEPTABILITY OF INSURERS: Insurance is to be placed with insurers accredited with the

State of California and with a current A.M. Best's rating of no less than A-: VII. DISTRICT Risk Manager may waive or alter this requirement, or accept self-insurance in lieu of any required policy of insurance if, in the opinion of the Risk Manager, the interests of the DISTRICT and the general public are adequately protected.

b. MAINTENANCE OF INSURANCE COVERAGE: VENDOR shall maintain all insurance coverages in place at all times and provide DISTRICT with evidence of each policy's renewal ten (10) after its anniversary date. Each insurance policy required by this Agreement shall be endorsed to state that coverage shall not be canceled by either party except after thirty (30) days' written notice for cancellation has been given to DISTRICT. For non-payment of premium 10 days prior written notice of cancellation is required.

7. Commercial General Liability and/or Commercial Automobile Liability:

a. ADDITIONAL INSURED STATUS: SACRAMENTO REGIONAL COUNTY SANITATION

DISTRICT, SACRAMENTO AREA SEWER DISTRICT, and the County of Sacramento, their respective governing Boards, and their officers, directors, officials, employees, authorized agents and volunteers are to be endorsed as additional insureds as respects: liability arising out of activities performed by or on behalf of VENDOR; products and completed operations of VENDOR; premises owned, occupied or used by VENDOR; or automobiles owned, leased, hired or borrowed by VENDOR. The coverage shall contain no endorsed limitations on the scope of protection afforded to SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT, SACRAMENTO AREA SEWER DISTRICT, and the County of Sacramento, their respective governing Boards, officers, directors, officials, employees, authorized agents and volunteers. Additional insured endorsement must include Products/Completed Operations in favor of the Additional Insured.

b. PRIMARY INSURANCE: For any claims related to this agreement, VENDORS'S insurance coverage shall be endorsed to be primary insurance as respects the SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT, SACRAMENTO AREA SEWER DISTRICT, and the County of Sacramento, their respective governing Boards, and their officers, directors, officials, employees, authorized agents and volunteers. Any insurance or self-insurance maintained by the SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT, SACRAMENTO AREA SEWER DISTRICT, and the County of Sacramento, their respective governing Boards, and their officers, directors, officials, employees, authorized agents or volunteers shall be excess of VENDOR'S insurance and shall not contribute with it.

c. SEVERABILITY OF INTEREST: VENDOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

d. SUBCONTRACTORS (IF APPLICABLE): VENDOR shall be responsible for the acts and omissions of all its subcontractors and additional insured endorsements as provided by VENDOR’S subcontractor.

Page 15: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

15 Regional San

8. Workers’ Compensation: WORKERS’ COMPENSATION WAIVER OF SUBROGATION: The workers' compensation policy required hereunder shall be endorsed to state that the workers' compensation carrier waives its right of subrogation against the SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT, SACRAMENTO AREA SEWER DISTRICT, and the County of Sacramento, their respective governing Boards, and their officers, directors, officials, employees, authorized agents or volunteers, which might arise by reason of payment under such policy in connection with performance under this Agreement by VENDOR.

9. Notification of Claim If any claim for damages is filed with VENDOR or if any lawsuit is instituted against VENDOR, that arise out of or are in any way connected with VENDOR’S performance under this Agreement and that in any way, directly or indirectly, contingently or otherwise, affect or might reasonably affect the DISTRICT, VENDOR shall give prompt and timely notice thereof to the DISTRICT. Notice shall be prompt and timely if given within thirty (30) days following the date of receipt of a claim or ten (10) days following the date of service of process of a lawsuit.

Page 16: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

16 Regional San

INSURANCE COVERAGE STATEMENT

To Be Submitted with Bid Bidder HEREBY CERTIFIES that the Bidder has reviewed and understands the insurance coverage requirements specified in the Request for Bid No. 8329 – Gas Management System Rehabilitation Project Valve Purchase. Should the Bidder be awarded a Purchase Order, bidder further certifies that the bidder can meet the specified requirements for insurance, including insurance coverage, and agrees to name the Sacramento Regional County Sanitation District as Additional Insured for the purchase specified.

Name of Proposer (Person, Firm, or Corporation) Signature of Proposer’s Authorized Representative Name & Title of Authorized Representative Date of Signing

Page 17: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

17 Regional San

STANDARD TERMS AND CONDITIONS BIDS / PROPOSALS / QUOTES 1. PREPARATION OF RESPONSE:

a. All information requested of the bidder must be entered in the appropriate spaces on the form. Failure to do so may disqualify your offer.

b. All information must be entered in ink or typewritten. Mistakes may be crossed out and corrections inserted before submission of your response. Corrections must be initiated in ink by the person signing the response.

c. Corrections and/or modifications received after the specified closing time will not be accepted. d. Time of delivery must be stated as the number of calendar days following receipt of the order by

the vendor to receipt of the goods or services by the District. e. Time of delivery may be a consideration in the award. f. Prices will be considered as net if no cash discount is shown. g. All responses must be signed by an authorized officer or employee of the responder. h. Responses must be submitted prior to the specified date and time. Late responses, telegraphic,

fax, or telephone responses will not be accepted. i. Submit responses in a sealed envelope with the RFB number, closing date, and time shown. j. If any information contained in the response is considered confidential or proprietary by bidder,

it must be clearly labeled as such and presented in a sealed envelope within the bidder's response package.

k. Unless otherwise definitely specified, the unit prices do not include California sales and use tax or Sacramento County sales and use tax.

2. BRAND NAMES:

a. Brand names and numbers, when used, are for reference to indicate the character or quality desired. Equal items will be considered, provided your offer clearly describes the article. Offers for equal items must State the brand and number, or level of quality. The determination of the District Purchasing Manager as to what items are equal is final and conclusive.

b. When brand, number, or level of quality is not stated by bidder, the offer will be considered exactly as specified.

3. SAMPLES: Samples of articles, when required, must be furnished free of cost. Samples may be retained for future comparison. Samples which are not destroyed by testing or which are not retained for future comparison will be returned upon request at your expense. 4. LIABILITIES: The bidder shall hold REGIONAL SAN, their officers, agents, servants, and employees, harmless from liability of any nature or kind because of use of any copyrighted, or un-copyrighted composition, secret process, patented or unpatented invention, articles or appliances furnished or used under this order, and agrees to defend, at its own expense, any and all actions brought against REGIONAL SAN or bidder because of the unauthorized use of such articles. 5. CASH DISCOUNTS: In connection with any cash discount specified on this response, time will be computed from the date of complete delivery of the supplies or equipment as specified, or from date correct invoices are received in the District’s Office, whichever is later. For the purpose of earning the discount, payment is deemed to be made on the date of mailing of the County of Sacramento warrant or check. 6. DEFAULT BY VENDOR: In case of default by vendor, REGIONAL SAN may procure the articles or services from other sources and may deduct from any monies due, or that may thereafter become due to the

Page 18: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

18 Regional San

vendor, the difference between the price named in the contract or purchase order and actual cost thereof to REGIONAL SAN. Prices paid by the District must be considered the prevailing market price at the time such purchase is made. Periods of performance may be extended if the facts as to the cause of delay justify such extension in the opinion of the District Purchasing Manager. 7. AWARDS: a. REGIONAL SAN reserves the right to: (1) award response’s received on the basis of individual items, or groups of items, or on the entire list of items, (2) reject any or all response’s, or any part thereof; (3) waive any informality in the responses; and (4) accept the response that is in the best interest of the District. REGIONAL SAN decision shall be final. b. Preference for California-made materials. Pursuant to Sections 4330-4333 of the Government Code, the District, in awarding the purchase, must prefer supplies partially manufactured, grown or processed in California, price, fitness and quality being equal. In order to receive preference, responses must clearly specify the item(s) for which preference is claimed and the preference applicable. 8. RIGHT TO AUDIT: The District reserves the right to verify, by examination of vendors’ records, all invoiced amounts when firm prices are not set forth in the purchase agreement. 9. ASSIGNMENT: In submitting a response to a public purchasing body, the responder offers and agrees that if the response is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of part 2 of Division 7 of the Business and Professions Code), arising from the purchases of goods, materials, or services by the quoter for sale to the purchasing body pursuant to the quote. Such assignment must be made and become effective at the time the purchasing body tenders final payment to the responder. 10. APPLICABILITY TO HEIRS: Time is of the essence of each and all the provisions of this agreement and, subject to the limitations of Paragraph 12, the provisions of this agreement shall extend to and be binding upon and inure to the benefits of the heirs, executors, administrators, successors, and assigns of the respective parties hereto. 11. SPECIAL CONDITIONS: District standard terms and conditions must govern any contract awarded. If, after award of contract, vendor provides additional terms or conditions, they will be considered void. To the extent not otherwise Stated in the contract, the California Commercial Code shall apply. 12 CHARGES NOT INCLUDED ON FACE NOT ACCEPTABLE: No charge will be accepted for packing, boxing, or cartage, except as specified in the Notice of Award. Freight collect shipments will not be accepted. Merchandise will not be accepted if payment is to be made at the time of delivery. 13. TITLE: Except as otherwise expressly provided herein, title to and risk of loss on all items shipped by seller to buyer shall pass to the buyer upon buyer’s inspection and acceptance of such items at buyer’s building. 14. CHANGES WITHOUT NOTICE PROHIBITED: No changes in price, quantity or merchandise will be recognized by the District without written notice of acceptance thereof prior to shipment. 15. ALL UNDERSTANDINGS IN WRITING: It is mutually understood and agreed that no alteration or variation of terms of this award shall be valid unless made in writing and signed by the parties hereto, and that no oral understandings or agreements not incorporated herein, and no alterations or variations of the terms hereof unless made in writing between the parties hereto shall be binding on any of the parties hereto.

Page 19: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

19 Regional San

16. FORCE MAJEURE: The vendor will not be held liable for failure or delay in the fulfillment of conditions of purchase order/contract if hindered or prevented by fire, strikes, or Acts of God.

17. INDEMNIFICATION: To the fullest extent permitted by law, VENDOR shall indemnify, defend, and hold harmless SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT, SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT, and The County of Sacramento, their governing Boards, officers, directors, officials, employees, and authorized volunteers and agents, (collectively “Indemnified Parties”) from and against any and all claims, demands, actions, losses, liabilities, damages, and all expenses and costs incidental thereto (collectively “Claims”) including cost of defense, settlement, arbitration, and reasonable attorneys' fees, resulting from injuries to or death of persons, including but not limited to employees of either Party hereto, and damage to or destruction of property or loss of use thereof, including but not limited to the property of either Party hereto, arising out of, pertaining to, or resulting from the acts or omissions of the VENDOR, its officers, employees, or agents, or the acts or omissions of anyone else directly or indirectly acting on behalf of the VENDOR, or for which the VENDOR is legally liable under law regardless of whether caused in part by an Indemnified Party. VENDOR shall not be liable for any Claims arising from the sole negligence or willful misconduct of an Indemnified Party. The right to defense and indemnity under this Section arises upon occurrence of an event giving rise to a Claim and, thereafter, upon tender in writing to VENDOR. VENDOR shall defend the Indemnified Parties with counsel reasonably acceptable to Indemnified Parties. Notwithstanding the foregoing, Indemnified Parties shall be entitled, on their own behalf, and at the expense of VENDOR, to assume control of the defense in any legal action, with counsel reasonably selected by it. Should Indemnified Parties elect to initially assume control of their defense, they do so without prejudice to their right to subsequently request that VENDOR thereafter assume control of the defense and pay all reasonable attorney’s fees and costs incurred thereby. This indemnity shall not be limited by the types and amounts of insurance or self-insurance maintained by the VENDOR or the VENDOR’S Subcontractors. Nothing in this Indemnity shall be construed to create any duty to, any standard of care with reference to, or any liability or obligation, contractual or otherwise, to any third party. The provisions of this Indemnity shall survive the expiration or termination of the Agreement.

Page 20: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

20 Regional San

EXCEPTIONS RESPONSE PAGE Please list all exceptions below referring to name of specific section and (where applicable) paragraph, subsection number, or other identifier. For each exception, please quote the statements(s) to which you are taking an exception, for reference during bid analysis. Exceptions considered excessive or affecting vital terms, conditions or specifications may reduce or eliminate your prospects for award. FIRM NAME

Page # Section # / Title Exception

Page 21: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFP 8329 – Appendix A

• Maintenance Summary Form 01 78 23A • Specification Section 40 05 57 - Actuators for Process Valves • Specification Section 40 05 63 - Ball Valves • Specification Section 40 05 64 - Butterfly Valves • Specification Section 40 05 66 - Fire Rated Valves and Actuators • Specification Section 40 06 60.13 - Power Actuated and Manual Valve Schedules

Page 22: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside
Page 23: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

CONTRACT # RFB 8329 FORM NO. 01 78 23A : Equipment Maintenance Summary Form……………………………Page 1 of 3

EQUIPMENT DESCRIPTION: _______________________________________________________ _______________________________________________________________________________

This form is a guide for all manufacturers’ equipment maintenance information. All of the following data applicable to the equipment must be included in the Operation and Maintenance Manual. Attach supplementary pages as necessary. _____________________________________________________________________________________ EQUIPMENT: #__________________________ INSTRUMENT DIAGRAM # CONTRACT: # SUBMITTAL # ________________________ SPECIFICATION SECTION ( ): ___________________

MANUFACTURER INFORMATION________________________________________________ Manufacturer: _________________ ______ Phone Number: ____________ Address:___________________________________ Service Representative: _______________________ Phone Number: ____________ Address: ___________________________________ Plant Location / Or System: __________________

EQUIPMENT IDENTIFICATION DATA Make: _________________ Model: Serial Numbers: _________________________ Type: __ Size: Ambient Temp: __________ Hz: ____________

EQUIPMENT CHARACTERISTICS__________________________________________________ Input Characteristics: Output Characteristics: Speed: Service Factor: Capacity: Material: _____ Operating Range: Alarm: Alarm Diagram Symbol Alarm Alarm Diagram Symbol Auto Reset: Coupling Ratio

Page 24: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

CONTRACT # RFB 8329 FORM NO. 01 78 23A : Equipment Maintenance Summary Form……………………………Page 2 of 3 EQUIPMENT DESCRIPTION ___________________________________________________ EQUIPMENT DESCRIPTION: _________________________________________________ _____________________________________________________________________________________

MAINTENANCE REQUIREMENTS ( Use additional sheets of paper if required)______________________

LUBRICATION

Item Generic type of lubricant

Recommended Supplier

Supplier Selected by Owner

Annual Quantity Required

PREVENTATIVE MAINTENTANCE _________________________________________________

Item Action Frequency Reference

SUGGESTED MINIMUM SPARE PARTS LIST ________________________________________

Manufacturer Part Number Quantity / Unit Description

Page 25: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

CONTRACT # RFB 8329 FORM NO. 01 78 23A : Equipment Maintenance Summary Form……………………………Page 3 of 3

EQUIPMENT DESCRIPTION: ________________________________________________________ ADDITIONAL INFORMATION

OPERATIONS AND MAINTENANCE MANUAL…………………………..Check or mark N/A

1. Recommended installation, adjustment, calibration and troubleshooting. 2. Complete internal and connection wiring diagrams.

3. Complete parts lists, by generic title and identification number, with exploded views of each assembly. 4. Disassembly, overhaul and re-assembly instructions.

5. Recommended pre-start checks. 6. Recommended start procedures.

7. Recommended shutdown procedure for both short and long term.

8. Recommended operating precautions that include safety for personnel and the equipment. 9. Recommended standing maintenance procedure.

10. Other

11. Other

12. Other

Page 26: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 1

SECTION 40 05 57

ACTUATORS FOR PROCESS VALVES

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section specifies manual operators and powered actuators for non-fire-rated valves and gates, and appurtenances.

1.02 REFERENCES

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The latest edition of referenced publications in effect at the time of the bid shall govern. In case of conflict between the requirements of this section and the listed references, the requirements of this section shall prevail.

Reference Title

ASTM A276 Stainless Steel Bars and Shapes NEMA ICS2 Industrial Control Devices, Controllers and Assemblies

B. DEFINITIONS:

1. As used in the control valve schedule in the POWER ACTUATED AND MANUAL VALVE SCHEDULE Section (40 06 60.13) and for manual valves specified in the COMMON WORK RESULTS FOR PIPING SYSTEMS Section (40 05 03), operator and actuator types are identified by a 3 to 6 digit code. For actuators with digital bus, use the specification for the first 5 digits and include the digital bus field unit specifications in this section.

OPERATOR & ACTUATOR CODES

X X X X X X Power Source M – Manual E – Electric P – Pneumatic H – Hydraulic

Transmission C – Cylinder D – Diaphragm G – Gear L – Lever M – Motor S – Acme Stem

Stroke L – Linear M – Multiturn Q – Quarter turn

(Optional) A – AWWA F – Floor box O – Open/close T – Throttling M – Modulating

(Optional) S – Small M -- Medium L – Large

(Optional) D – Digital fieldbus

2. ANTIFRICTION BEARING: The term “antifriction bearing” shall mean rolling element type bearing.

Page 27: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 2

3. OPEN/CLOSE: To move to the fully open or fully closed position.

4. THROTTLING: To move to the fully open or fully closed position, or to move to and maintain an intermediate position between fully open and fully closed in response to a manually initiated control.

5. MODULATING: To move to the fully open or fully closed position, or to move to intermediate positions in response to a variable control signal.

1.03 SUBMITTALS

A. The following information shall be submitted for review:

1. A copy of this specification section, with addenda updates, with each paragraph check marked to show specification compliance or marked to show deviations

2. Manufacturer's information and catalog data showing compliance with this specification and a full description of the product. The product data shall include control valve schedule per the POWER ACTUATED VALVE AND GATE SCHEDULE Section (40 06 60.13), manual operators, electric, pneumatic, or hydraulic actuators, digital fieldbus network and appurtenances.

3. Spare parts listing.

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS

A. O&M instructions shall be submitted after all submittals specified above have been returned mark “No Exceptions Taken” or “Make Corrections Noted.” O&M instructions shall reflect the approved materials and equipment.

PART 2 -- PRODUCTS

2.01 TYPE MLQ OPERATORS

A. MATERIALS/EQUIPMENT:

1. GENERAL:

a. Type MLQ operators shall be manual lever quarter turn operators.

2. BALL VALVES:

a. Provide locking lever type with vinyl plastic cover.

3. BUTTERFLY VALVES:

Page 28: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 3

a. Provide latch type lever capable of being locked in at least ten intermediate positions between fully open and fully closed.

4. ECCENTRIC PLUG VALVE:

a. Provide removable lever handle.

2.02 TYPE MGQ OPERATORS

A. ACCEPTABLE PRODUCTS:

1. Bray series 04;

2. DynaTorque Inc. series DT;

3. Rotork series AB;

4. Or equal, modified as required to meet the specifications.

B. MATERIALS/EQUIPMENT:

1. GENERAL:

a. Type MGQ operators shall be manual gear quarter turn operators. Torque range: 2000 to 24000 in-lbs, or 160 to 2000 ft-lbs.

2. HOUSING:

a. Cast or ductile iron, gasketed for weatherproof service. Aluminum housings are not acceptable.

Page 29: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 4

3. GEARING:

a. Worm and worm gear type reduction gearing.

4. INPUT SHAFT:

a. Stainless steel shaft with antifriction bearings.

5. ROTATION:

a. Nominal 90 degrees, with externally adjustable travel stops. Provide visual position indicators, with permanent labels to show the open and closed positions on aboveground and overhead applications. Clockwise input shaft rotation equals clockwise output. Counterclockwise to open.

6. SIZE:

a. Size operator for the full pressure rating of the valve.

7. OPERATOR:

a. Handwheel, 12 inch diameter maximum unless otherwise indicated.

2.03 TYPE PCQOS ACTUATORS

A. ACCEPTABLE PRODUCTS:

1. ACTUATORS:

a. Bray series 93;

b. Flo-Tite series Air Con C;

c. Max-Air series MT;

d. Valtorc series PA-2000;

e. Or equal, modified as required to meet the specifications.

2. SOLENOID VALVES:

a. Bray series 63;

b. Max-Air series SV;

c. Or equal, modified as required to meet the specifications.

3. VALVE STATUS MONITORS:

Page 30: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 5

a. Bray series 50;

b. Max-Air series MS41-2AL;

c. Moniteur series Watchman VPT or Sentinel VPT;

d. Or equal, modified as required to meet the specifications.

B. MATERIALS/EQUIPMENT:

1. GENERAL:

a. Type PCQOS actuators are pneumatic cylinder, quarter turn, open/close, small rack and pinion actuators. Torque range for spring return actuators: 15 to 7000 in-lbs.

2. ACTUATORS:

a. BODY:

1) Extruded hard anodized aluminum. Body shall be totally enclosed design with no external moving parts. Body shall be rated for 125 psig. Body fasteners shall be stainless steel.

b. PISTON:

1) Cast aluminum alloy, with plastic piston rings and plastic piston guides. Piston seals and o-rings shall be nitrile.

c. RACK AND PINION:

1) Actuators shall be double rack design. Racks shall be constructed of aluminum alloy, with plastic wear bands. The pinion shall be constructed of hardened and tempered alloy steel.

d. BUSHINGS:

1) Plastic bushings shall be provided for the pinion shaft.

e. ROTATION:

1) Nominal 90 degree reversible operation. Provide adjustable mechanical travel stops in both directions, and a visual position indicator.

f. SIZE:

1) Size actuator minimum output torque to provide not less than two times peak torque required by the valve with 80 psig air supply.

Page 31: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 6

3. SOLENOID VALVES:

a. Solenoid Valve Body:

1) Pilot valves shall attach directly to the actuator body, or via an adapter plate with no external piping. Pilot valves shall be four-way, five-port, two-position, with standard NAMUR or ISO interface. Pilot valves shall be rated for 125 psig air.

b. Solenoid Coil:

1) Coil voltage shall be as required on the control drawings. Coils shall be rated for the ambient temperature where they will be installed. Electrical connections shall be ½” NPT. Provide double solenoids for pilot valves that fail to last position. Provide single solenoids for pilot valves that fail open or close. Solenoids in hazardous areas shall be rated NEMA 7D. The actuator manufacturer shall provide pilot valves.

c. Solenoid Accessories:

1) Speed control needles and mufflers on each exhaust port. Manual override levers with screwdriver slots. External filter regulator provided by the District. Include fittings to point the mufflers downward.

4. VALVE STATUS MONITORS:

a. Provide two adjustable microswitches.

b. Provide high visibility position indicator with clear polycarbonate dome. Monitor aluminum enclosure shall be rated NEMA 4-4X-7 for hazardous areas. Plastic enclosures are not acceptable.

2.04 TYPE PCQMS ACTUATORS

A. ACCEPTABLE PRODUCTS:

1. ACTUATORS:

a. Bray series 93;

b. Flo-Tite series Air Con C;

c. Max-Air series MT;

d. Valtorc series PA-2000;

e. Or equal, modified as required to meet the specifications.

Page 32: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 7

2. POSITIONERS:

a. Bray series 6A;

b. Moniteur series 50;

c. Siemens model SIPART PS2;

d. Or equal, modified as required to meet the specifications.

B. MATERIALS/EQUIPMENT:

1. GENERAL:

a. Type PCQMS actuators are pneumatic cylinder, quarter turn, modulating, small rack and pinion actuators. Torque range for spring return actuators: 15 to 7000 in-lbs.

2. ACTUATORS:

a. BODY:

1) Extruded hard anodized aluminum. Body shall be totally enclosed design with no external moving parts. Body shall be rated for 125 psig. Body fasteners shall be stainless steel.

b. PISTON:

1) Cast aluminum alloy, with plastic piston rings and plastic piston guides. Piston seals and O-rings shall be nitrile.

c. RACK AND PINION:

1) Actuators shall be double rack design. Racks shall be constructed of aluminum alloy, with plastic wear bands. The pinion shall be constructed of hardened and tempered alloy steel.

d. BUSHINGS:

1) Plastic bushings shall be provided for the pinion shaft.

e. ROTATION:

1) Nominal 90 degree reversible operation. Provide adjustable mechanical travel stops in both directions, and a visual position indicator.

f. SIZE:

Page 33: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 8

1) Size actuator minimum output torque to provide not less than two times peak torque required by the valve with 80 psig air supply

3. POSITIONER:

a. Electro-pneumatic Digital Positioner:

1) Positioner shall be electro-pneumatic, microprocessor controlled with LCD display and keypad. Features shall include: auto calibration, diagnostics, adaptive control, air supply monitor, position indicator, local position adjustment, adjustable flow restrictors, 4-20 mA retransmission module, two limit switches, gauge manifold with pressure gauges. Positioner enclosure shall be NEMA 4-4X, 7 & 9 for hazardous areas.

2) Air consumption @ 80 psig: < 0.00035 scfm.

3) Air Supply Pressure: 20-102 psig.

4) Input Signal: 4 to 20 mA.

5) Resolution: < 0.05%

6) Temperature range: -22° to +176°F

b. Positioner Accessories:

1) External filter regulator provided by the District.

2.05 MOUNTING ADAPTERS

A. MATERIALS/EQUIPMENT:

1. Mounting adapters shall include operator or actuator housing, stem and bonnet extensions, adapter plates, and connections to the valve. Adjust dimensions as required to comply with sizing criteria. Submit mounting adapter design calculations and shop drawings.

2. For mounting adapter sizing purposes, assume the valve is jammed. Size mounting adapters to withstand the maximum operating torque of the operator or actuator, and for a minimum safety factor of 5 based on the yield strength of the material used. For hydraulic actuators base calculations on 3000 psig hydraulic pressure.

3. Do not attach mounting adapter utilizing valve bonnet bolts, thereby providing for removal of the adapter without taking the valve out of service.

2.06 APPURTENANCES

A. DECLUTCH OVERRIDE MECHANISM:

Page 34: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 05 57 - 9

1. Where specified, provide manual declutch override mechanisms between the valve and actuator to provide emergency manual override operation of the valve.

B. STEM EXTENSIONS:

1. Buried/in pits quarter turn manual valves with the operating nut more than 6” below grade shall be provided with a stem extension. The stem extension shall include a 2” AWWA nut with the flow alignment engraved into the top of the nut.

C. AIR FILTER REGULATORS

1. Provided by the District.

2.07 NAMEPLATES

A. Provided and mounted by the District.

PART 3 -- EXECUTION

3.01 GENERAL (NOT USED)

3.02 INSTALLATION (NOT USED)

3.03 TESTING (NOT USED)

3.04 TRAINING (NOT USED)

**END OF SECTION**

Page 35: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 63 - 1

SECTION 40 05 63

BALL VALVES

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section specifies fire-rated and non-fire rated ball valves.

1.02 REFERENCES

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The latest edition of referenced publications in effect at the time of the bid shall govern. In case of conflict between the requirements of this section and the listed references, the requirements of this section shall prevail.

Reference Title

ASME B16.5 Pipe Flanges and Flanged Fittings

ASTM A276 Stainless and Heat-Resisting Steel Bars and Shapes

ASTM A351 Castings, Austenitic, Austenitic-Ferritic (Duplex), for Pressure-Containing Parts

B. DEFINITIONS:

Valve Type Description

SS-3P Stainless Steel, 3-Piece Ball Valve.

SS-F Stainless Steel, Flanged Ball Valve, Fire Safe.

SS-F-V Stainless Steel, Flanged, V-port Ball Valve.

1.03 SUBMITTALS

A. The following information shall be submitted for review:

1. A copy of this specification section, with addenda updates, with each paragraph check marked to show specification compliance or marked to show deviations.

2. Manufacturer's information and catalog data showing compliance with this specification and a full description of the product.

Page 36: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 63 - 2

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS

A. O&M instructions shall be submitted after all submittals specified above have been returned mark “No Exceptions Taken” or “Make Corrections Noted.” O&M instructions shall reflect the approved materials and equipment.

1.05 UNIT RESPONSIBILITY

A. Equipment systems made up of two or more components shall be manufactured and assembled as a unit by the responsible manufacturer. The responsible manufacturer shall select all components of the system to assure compatibility, ease of construction and efficient maintenance. The responsible manufacturer shall coordinate selection and design of all system components such that all equipment furnished under the specification for the equipment system, including equipment specified elsewhere but referenced in the specification, is compatible and operates properly to achieve the performance requirements specified.

PART 2 -- PRODUCTS

2.01 GENERAL (NOT USED)

2.02 TYPE SS-3P VALVES (NOT USED)

2.03 TYPE SS-F VALVES – FIRE RATED

A. GENERAL:

1. Type SS-F valves are two-piece stainless steel flanged ball valves, ANSI /ASME Class 150, rated 250 psig for bi-directional bubbletight shutoff, API 607 Certified – Fire Safe. Size Range: ½ inch to 6 inches.

B. ACCEPTABLE PRODUCTS:

1. Apollo Series 87A-200; Flow-Tek series F-15; or equal, modified as required to meet the specifications.

C. MATERIALS:

1. BODY: The body shall be ASTM A351 Grade CF8M stainless steel two-piece construction with integral ISO 5211 mounting pad. End connections shall be ANSI /ASME Class 150 flanges.

2. BALL: The ball shall be ASTM A351 Grade CF8M stainless steel or ASTM A276 Type 316 stainless steel.

Page 37: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 63 - 3

3. SEAT: The seats shall be multi-seal, TFM or reinforced PTFE, rated for 250 psig at 150 degrees F and for 150 psig saturated steam.

4. STEM: The stem shall be constructed from ASTM A276 or A479 Type 316 stainless steel.

5. STEM SEAL: The stem seal shall be graphite.

6. DIRECTION: Counterclockwise to open.

7. FLOW WAY: Valves shall be full port design.

2.04 TYPE SS-F-V VALVES

A. GENERAL:

1. Type SS-F-V valves are two-piece stainless steel flanged V-port ball valves, ANSI /ASME Class 150, rated 250 psig for bi-directional bubbletight shutoff. Size Range: ½ inch to 6 inches.

B. ACCEPTABLE PRODUCTS:

1. Flow-Tek series F-15; Flo-Tite model F-150; or equal, modified as required to meet the specifications.

C. MATERIALS:

1. BODY: The body shall be ASTM A351 Grade CF8M stainless steel two-piece construction with integral ISO 5211 mounting pad. End connections shall be ANSI /ASME Class 150 flanges.

2. BALL: The ball shall be ASTM A351 Grade CF8M stainless steel or ASTM A276 Type 316 stainless steel.

3. SEAT: The seats shall be TFM, rated for 250 psig at 150 degrees F and for 150 psig saturated steam.

4. STEM: The stem shall be constructed from ASTM A276 or A479 Type 316 stainless steel.

5. STEM SEAL: The stem seal shall be TFE or reinforced PTFE, live-loaded with stainless Belleville spring washers.

6. DIRECTION: Counterclockwise to open.

7. FLOW WAY: Valves shall be V-port design. V-port angle per Control Valve Schedule as specified in the POWER ACTUATED VALVE AND GATE SCHEDULES Section (40 06 60.13).

Page 38: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 63 - 4

2.05 VALVE OPERATORS

A. Valve operators shall be as specified in the ACTUATORS FOR PROCESS VALVES Section (40 05 57).

PART 3 -- EXECUTION

3.01 GENERAL (NOT USED)

3.02 INSTALLATION

A. Valves and operators shall be installed in accordance with the manufacturer's recommendations.

B. Manual operators shall be positioned so that they can readily be operated.

C. Powered operators shall be installed so that the position indicator can be easily read from floor level.

3.03 TESTING (NOT USED)

3.04 TRAINING (NOT USED)

**END OF SECTION**

Page 39: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 64 - 1

SECTION 40 05 64

BUTTERFLY VALVES

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section specifies non-fire-rated butterfly valves.

1.02 REFERENCES

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The latest edition of referenced publications in effect at the time of the bid shall govern. In case of conflict between the requirements of this section and the listed publications, the requirements of this section shall prevail.

Reference Title

ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings

ASTM A167 Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet and Strip

ASTM A182 Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-Temperature Service

ASTM A240/A240M

Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications

ASTM A276 Standard Specification for Stainless Steel Bars and Shapes

ASTM A351/A351M

Standard Specification for Castings, Austenitic, for Pressure-Containing Parts

ASTM A536 Standard Specification for Ductile Iron Castings

ASTM A564/A564M

Standard Specification for Hot-Rolled and Cold-Finished Age-Hardening Stainless Steel Bars and Shapes

ASTM A743/A743M

Standard Specification for Castings, Iron-Chromium, Iron-Chromium-Nickel, Corrosion Resistant, for General Applications

Page 40: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 64 - 2

Reference Title

ISO 5211 Industrial Valves – Part-Turn Actuator Attachments

B. DEFINITIONS:

Type Description

GP-XXX-XXXX General purpose butterfly valve. HPDO High performance double offset butterfly valve.

1.03 SUBMITTALS

A. The following information shall be submitted:

1. A copy of this specification, with addenda updates, with each paragraph check marked to show specification compliance or marked to show deviations.

2. Manufacturer’s information and catalog data showing compliance with this specification and a full description of the product. Manufacturer’s records of tests performed in accordance with AWWA C504 and C516 requirements for AWWA style valves.

3. Installation instructions.

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS

A. O&M instructions shall be submitted after all submittals specified above have been returned mark “No Exceptions Taken” or “Make Corrections Noted.” O&M instructions shall reflect the approved materials and equipment.

1.05 UNIT RESPONSIBILITY

A. Equipment systems made up of two or more components shall be manufactured and assembled as a unit by the responsible manufacturer. The responsible manufacturer shall select all components of the system to assure compatibility, ease of construction and efficient maintenance. The responsible manufacturer shall coordinate selection and design of all system components such that all equipment furnished under the specification for the equipment system, including equipment specified elsewhere but referenced in the specification, is compatible and operates properly to achieve the performance requirements specified.

Page 41: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 64 - 3

PART 2 -- PRODUCTS

2.01 TYPE GP-XXX-XXXX

A. GENERAL:

1. Type GP valves shall be general-purpose butterfly valves, ANSI Class 150, rated for 150 psig minimum bi-directional bubbletight shutoff and for bubbletight dead-end service with one flange removed as shown in the following table. Type GP valves shall be identified by a 3-section code as follows:

General Purpose Butterfly Valve Codes

Type Dead End Pressure (psig)

Seat

xx ― xxx ― xxxx

GP 150 Buna

GP 150 EPDM

GP 150 FKM

B. ACCEPTABLE PRODUCTS:

1. GP-150-Buna & GP-150-EPDM & GP-150-FKM:

a. Bray Series 31 (2 inches to 20 inches) with bonded seat and Series 36 (22 inches to 120 inches) with bonded seat;

b. Valtorc Resilient Seated Lugged Butterfly Valves series 1000 (2 inches to 24 inches) and Resilient Seated Flanged Butterfly Valves (26 inches to 40 inches);

c. Or equal, modified as required to meet the specifications.

C. MATERIALS:

1. BODY:

a. Valves shall be full lugged or flanged body. The body shall be constructed of ASTM A126, Class B cast iron, or ASTM A536, ductile iron with integral ISO 5211 mounting pad.

2. DISC:

Page 42: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 64 - 4

a. The inline disc shall be constructed of ASTM A351/A351M or A743/A743M, CF8M Type 316 stainless steel, spherically machined and polished. Offset discs are not acceptable.

3. SEAT:

a. The seat shall provide complete isolation of the media from the valve body. The seat shall also incorporate integral flange seals to eliminate the requirement for flange gaskets or O-rings. Seat material per Valve Code. Cartridge style seats are not acceptable.

4. SHAFT:

a. The shaft shall be constructed of ASTM A182 or A276 Type 316 stainless steel.

b. Shaft-to-disc connection shall be an internal double-D or spline connection. External screws, bolts, taper pins, etc. are not acceptable.

c. Shafts retained from blowout using pins or similar devices in the neck or body are not acceptable.

5. BEARINGS:

a. Upper shaft bearing shall be heavy duty acetal.

6. DIRECTION:

a. Counterclockwise to open.

Page 43: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 64 - 5

7. COATINGS:

a. The interior and exterior body surfaces shall be coated with the manufacturer’s standard epoxy finish.

2.02 TYPE HPDO VALVES (DELETED)

2.03 OPERATORS AND ACTUATORS

A. Manual operators and powered actuators shall be as specified in specification section POWER ACTUATED AND MANUAL VALVE SCHEDULES Section 40 06 60.13.

PART 3 -- EXECUTION

3.01 GENERAL (NOT USED)

3.02 INSTALLATION (DELETED)

3.03 TESTING (DELETED)

3.04 TRAINING (NOT USED)

**END OF SECTION**

Page 44: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 1

SECTION 40 05 66

FIRE-RATED VALVES AND ACTUATORS

PART 1 -- GENERAL

1.01 DESCRIPTION

A. SCOPE:

1. This section specifies fire-rated fire isolation valves for use in the GMS piping systems, including valves, pneumatic actuators, valve status monitors, solenoid valves, etc. and actuator air supply assemblies.

1.02 REFERENCES

A. REFERENCE STANDARDS: The publications referred to hereinafter form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The latest edition of referenced publications in effect at the time of the bid shall govern. In case of conflict between the requirements of this section and the listed publications, the requirements of this section shall prevail.

Reference Title

ANSI B16.5 Pipe Flanges and Flanged Fittings: NPS ½ through 24 Metric/Inch Standard

API 598 Valve Inspection and Testing

API 607 Fire Test for Quarter-turn Valves and Valves Equipped with Nonmetallic Seats

ASTM A276 Standard Specification for Stainless Steel Bars and Shapes

ASTM A351/A351M

Standard Specification for Castings, Austenitic, for Pressure-Containing Parts

ASTM A564/A564M

Standard Specification for Hot-Rolled and Cold-Finished Age-Hardening Stainless Steel Bars and Shapes

ASTM B241 Standard Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube

ASTM B670 Standard Specification for Precipitation-Hardening Nickel Alloy (UNS N07718) Plate, Sheet, and Strip for High-Temperature Service

Page 45: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 2

Reference Title

ISO 5211 Industrial Valves – Part-Turn Actuator Attachments

B. DEFINITIONS:

Type Description

HPDO-FS High performance double offset fire safe butterfly valve.

1.03 DESIGN REQUIREMENTS

Design Requirements

Digester gas composition Approximately 60% methane, 35% carbon dioxide, balance of nitrogen, up to 300 ppm H2S, trace gases

Gas inlet shutoff pressure 30 psig Failure position on loss of signal CLOSE Failure position on loss of motive power CLOSE Valve allowable seat leakage, per API 598 Zero Certification API 607 < 6” Valve/actuator closing speed Approximately 2 to 5 seconds 6” Valve/actuator closing speed Approximately 5 to 10

seconds 8” Valve/actuator closing speed Approximately 5 to 10

seconds 10” Valve/actuator closing speed Approximately 10 to 15

seconds 12” Valve/actuator closing speed Approximately 10 to 15

seconds 14” Valve/actuator closing speed Approximately 10 to 15

seconds 24” Valve/actuator closing speed Approximately 20 to 30

seconds

1.04 SUBMITTALS

A. The following information shall be submitted for review:

Page 46: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 3

1. Manufacturer’s information and catalog data showing compliance with this specification and a full description of the product. Product data sheets shall be marked to indicate proposed specific features and options.

2. A copy of this specification section, and all referenced sections, with each paragraph check marked to show specification compliance or marked to show deviation.

3. Certified shop drawings.

4. Computer sizing program printout reports, and technical data sheets listing torque requirements and torque capacities.

5. Installation, operation and maintenance (IOM) instructions.

PART 2 -- PRODUCTS

2.01 BUTTERFLY VALVES FIRE SAFE (HPDO-FS)

A. GENERAL:

1. Butterfly valves shall be fire-rated, high performance, double offset, ANSI Class 150 butterfly valves.

B. BODY:

1. Body shall be fabricated from ASTM A351 CF8M stainless steel.

2. Body shall be full-lugged or flanged body design.

C. DISC:

1. Disc shall be fabricated from ASTM A351 CF8M stainless steel.

2. Disc shall be double offset style.

D. PRIMARY SEAT:

1. Seat shall be reinforced PTFE with elastomeric O-ring energizer with bolted ASTM A276 Type 316 or A351 CF8M stainless steel retaining ring.

2. Seat shall be rated for 200 psig at 375°F minimum for bi-directional bubble tight shutoff and 200 psig at 375°F minimum bubble tight dead-end service with one flange removed.

Page 47: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 4

3. Seat shall be rated for bi-directional seating without the aid of line pressure.

4. Seat shall be rated for ≥ 15” WC vacuum.

E. FIRE SAFE SEAT:

1. Fire safe seat shall be fabricated from ASTM B670 Inconel 718.

2. Fire safe seat shall be rated for bi-directional seating without the aid of line pressure.

F. SHAFT:

1. Shaft shall be fabricated from ASTM A564 Type 630 17-4 PH stainless steel, turned, ground, and polished.

G. SHAFT SEAL:

1. Shaft seal shall be live-loaded flexible graphite rings.

H. DIRECTION:

1. Valve direction shall be counterclockwise to open.

I. ACCEPTABLE VALVES:

1. Bray series 41 High Performance Zero Leakage Butterfly Valve with Fire Safe Seat; Crane model Flowseal High performance Butterfly Valve with Fire Safe Seat; or equal, modified as required to meet the specifications.

2.02 DOUBLE RACK & PINION ACTUATORS - PCQOS

A. GENERAL:

1. Actuators shall be pneumatic cylinder, quarter turn, open-close, spring-return, double rack and pinion actuators.

B. FAILURE POSITIONS:

1. Signal Failure: FCS. Fails CLOSE on loss of control signal.

2. Motive Power Failure: FCP. Fails CLOSE on loss of motive power.

C. ACTUATOR PRESSURE RATING:

1. Actuator shall be rated for ≥ 125 psig.

Page 48: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 5

D. BODY:

1. Body shall be fabricated from extruded hard aluminum, with ISO 5211 mounting.

E. BODY FASTENERS:

1. Body fasteners shall be stainless steel.

F. PISTONS:

1. Pistons shall be cast aluminum alloy with plastic piston rings, plastic piston guides, and nitrile O-ring seals.

G. RACKS:

1. Rack shall be fabricated from aluminum alloy with plastic wear bands.

H. PINION:

1. Pinion shall be fabricated from hardened, tempered alloy steel.

I. STOPS:

1. Stops shall be adjustable in both directions.

J. SPRINGS:

1. Springs shall be pre-loaded spring cartridges.

K. SIZING:

1. Actuators shall be sized as follows:

a. Step 1: Multiply the valve peak torque requirement times two (Safety Factor = 2.0) at 80 psig supply air. Preliminarily select an actuator meeting or exceeding this requirement. Go to Step 2.

b. Step 2: If the selected actuator pneumatic & spring return torque outputs are ≤ 95% of the valve MAST (Maximum Allowable Stem Torque) value, then use this actuator, and go to Step 5. If not, then go to Step 3.

c. Step 3: If the selected actuator pneumatic or spring return torque outputs are > 95% of the valve MAST (Maximum Allowable Stem Torque) value, then reduce the Safety Factor in increments. Select an actuator with a spring return torque output of approximately 70% to 95% of the valve MAST value. Go to Step 4.

Page 49: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 6

d. Step 4: Reduce the supply air pressure in increments. Select a supply air pressure with a pneumatic torque output of approximately 70% to 95% of the valve MAST value. Record the selected supply air pressure in the actuator documentation. Provide a 16 gauge, 1” x 4” engraved aluminum tag with a hole in one end, and with the label “SET AT XX PSIG” in 3/8” high letters for attachment to the supply air filter pressure regulator valve. Go to Step 5.

e. Step 5: END.

2. Submit computer sizing program printout reports. Also submit technical data sheets showing torque requirements and torque capacities to verify computer printout reports.

L. SOLENOID VALVE:

1. Solenoid pilot valves shall have aluminum bodies that attach directly to the actuator body, or via an adapter plate with no external piping. Solenoid valves shall be 3-way, five ¼” NPT ports, two-position style with manual override and standard NAMUR interface. Flow configuration shall vent treated air to the non-pressurized side of the piston to reduce corrosion. Valves shall be rated for 30 psig to 116 psig minimum range.

2. Provide single solenoid coil. Coil shall be rated NEMA 4-4X-7, Class 1, Division 1, Group D. Coil ambient temperature range shall be 0°F to +122°F minimum. Coil Voltage shall be 120 VAC-60Hz.

3. Provide spring-loaded check valves and speed control needles and mufflers on each exhaust port. Pneumatic check valves shall prevent atmospheric air contamination of the unpressurized air chamber.

a. Spring-loaded check valves shall be ¼” NPT brass body, rated for 250 psig and 0 to 180°F. Seal shall be nitrile. Flow rate shall be 30 scfm @ 100 psig pressure drop. Cracking pressure shall be 1 to 2 psig. Parker model 3047; Schrader Bellows model 3047; or equal.

b. Combination speed control needle valve and muffler shall be ¼” NPT brass body.

M. SOLENOID VALVE ACTUATOR SPEED CONTROL BLOCK:

1. Solenoid valve actuator speed control block shall provide adjustable opening and closing speed control for spring-return actuator applications.

Page 50: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 7

2. Speed control block body shall be designed for NAMUR sandwich mounting in between the solenoid pilot valve and the NAMUR mounting block. Speed control block body shall be fabricated from anodized aluminum. Body seals shall be nitrile.

3. Two speed control needles, fabricated from brass, with knurled knobs and locknuts.

4. Speed control block shall be rated NEMA 4-4X.

N. VALVE STATUS MONITORS:

1. Provide two adjustable SPDT micro-switch position switches.

2. Visual position indicators shall be high visibility type, with clear polycarbonate or Ektar domes or cylinders. Covers with decals or paint are not acceptable.

3. Enclosure shall be aluminum, and shall be rated NEMA 4-4X-7, Class 1, Division 1, Group D. Plastic enclosures are not acceptable.

O. ACCESSORIES:

1. Include ISO 5211 Type 304 stainless steel mounting brackets, shaft couplings, etc.

P. ACCEPTABLE PRODUCTS:

1. Actuators: Bray series 93; Flo-Tite model Air Con C; Max-Air series MT; Valtorc series PA-2000; or equal, modified as required to meet the specifications.

2. 3-Way Solenoid Valves: Bray series 63; Valtorc series 9AAG-EXP; or equal, modified as required to meet the specifications.

3. Solenoid Valve Actuator Speed Control Block: Valworx model 529600; UniTorq model UT-SC-SR; MaxAir model CF3; or equal, modified as required to meet the specifications.

4. Valve Status Monitors: Bray series 50-0700; Moniteur series Sentinel VPT; or equal, modified as required to meet the specifications.

2.03 SCOTCH YOKE ACTUATORS - PCQOL

A. GENERAL:

1. Actuator shall be pneumatic cylinder, quarter turn, open-close, spring-return, canted scotch yoke type.

B. FAILURE POSITIONS:

Page 51: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 8

1. Signal Failure: FCS. Fails CLOSE on loss of control signal.

2. Motive Power Failure: FCP. Fails CLOSE on loss of motive power.

C. ACTUATOR INGRESS RATING:

1. Actuator shall be rated ≥ IP66 environmental exposure.

D. ACTUATOR TEMPERATURE RATING:

1. Actuator temperature rating range shall be ≥ 0° to 150°F.

E. ACTUATOR PRESSURE RATING:

1. Actuator shall be rated for ≥ 100 psig.

F. BODY & COVER:

1. Body shall be fabricated from ductile iron or CF8M stainless steel, with ISO 5211 mounting.

G. BODY FASTENERS:

1. Body fasteners shall be stainless steel.

H. SCOTCH YOKE:

1. Scotch Yoke shall be fabricated from ductile iron or 17-4 PH stainless steel, with canted yoke design.

I. THRUST PIN:

1. Thrust pin shall be bronze or stainless steel.

J. THRUST PIN BEARINGS:

1. Thrust pin bearings shall be bronze or roller bearing stainless steel.

K. STOPS:

1. Stops shall be adjustable in both directions.

L. OUTPUT SHAFT ADAPTER:

1. Output shaft adapter shall be fabricated from Type 17-4 PH stainless steel or Type 304L stainless steel.

Page 52: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 9

M. OUTPUT BEARINGS:

1. Output bearings shall be fabricated from PTFE bronze or PTFE composite.

N. PRESSURE CYLINDER & END CAPS:

1. Pressure cylinder shall be carbon steel, hard chrome plated and honed cylinders with ductile iron end caps, or Type 316 stainless steel construction.

O. PISTONS:

1. Pistons shall be ductile iron with dual wear bands and nitrile seals, or CF8M stainless steel construction.

P. PISTON ROD:

1. Piston rod shall be alloy steel with PTFE or bronze bushings, or stainless steel construction.

Q. SPRING CYLINDER & END CAPS:

1. Spring cylinder shall be carbon steel or stainless steel, all-welded construction.

R. SPRINGS:

1. Springs shall be fabricated from alloy steel or stainless steel.

S. SIZING:

1. Actuators shall be sized as follows:

a. Step 1: Multiply the valve peak torque requirement times two (Safety Factor = 2.0) at 80 psig supply air. Preliminarily select an actuator meeting or exceeding this requirement. Go to Step 2.

b. Step 2: If the selected actuator pneumatic & spring return torque outputs are ≤ 95% of the valve MAST (Maximum Allowable Stem Torque) value, then use this actuator, and go to Step 5. If not, then go to Step 3.

c. Step 3: If the selected actuator pneumatic or spring return torque outputs are > 95% of the valve MAST (Maximum Allowable Stem Torque) value, then reduce the Safety Factor in increments. Select an actuator with a spring return torque output of approximately 70% to 95% of the valve MAST value. Go to Step 4.

Page 53: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 10

d. Step 4: Reduce the supply air pressure in increments. Select a supply air pressure with a pneumatic torque output of approximately 70% to 95% of the valve MAST value. Record the selected supply air pressure in the actuator documentation. Provide a 16 gauge, 1” x 4” engraved aluminum tag with a hole in one end, and with the label “SET AT XX PSIG” in 3/8” high letters for attachment to the supply air filter pressure regulator valve. Go to Step 5.

e. Step 5: END.

2. Submit computer sizing program printout reports. Also submit technical data sheets showing torque requirements and torque capacities to verify computer printout reports.

T. COATING:

1. Coating for carbon steel shall be epoxy primer with polyurethane top coat.

2. Coating for stainless steel is not required.

U. SOLENOID VALVE:

1. Solenoid pilot valves shall have aluminum bodies. Solenoid valves shall be 3-way, five ¼” NPT ports, two-position style with manual override and standard NAMUR interface. Flow configuration shall vent treated air to the non-pressurized side of the piston to reduce corrosion. Valves shall be rated for 30 psig to 116 psig minimum range.

2. Provide single solenoid coil. Coil shall be rated NEMA 4-4X-7, Class 1, Division 1, Group D. Coil ambient temperature range shall be 0°F to +122°F minimum. Coil Voltage shall be 120 VAC-60Hz.

3. Provide spring-loaded check valves and speed control needles and mufflers on each exhaust port. Pneumatic check valves shall prevent atmospheric air contamination of the unpressurized air chamber.

a. Spring-loaded check valves shall be ¼” NPT brass body, rated for 250 psig and 0 to 180°F. Seal shall be nitrile. Flow rate shall be 30 scfm @ 100 psig pressure drop. Cracking pressure shall be 1 to 2 psig. Parker model 3047; Schrader Bellows model 3047; or equal.

b. Combination speed control needle valve and muffler shall be ¼” NPT brass body.

V. SOLENOID VALVE ACTUATOR SPEED CONTROL BLOCK:

Page 54: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 11

1. Solenoid valve actuator speed control block shall provide adjustable opening and closing speed control for spring-return actuator applications.

2. Speed control block body shall be designed for NAMUR sandwich mounting in between the solenoid pilot valve and the NAMUR mounting block. Speed control block body shall be fabricated from anodized aluminum. Body seals shall be nitrile.

3. Two speed control needles, fabricated from brass, with knurled knobs and locknuts.

4. Speed control block shall be rated NEMA 4-4X.

W. NAMUR TO ¼” NPT ADAPTER:

1. Adapter block shall convert NAMUR connection to two ¼” NPT connections for remote mounting of the solenoid pilot valve. ¼” BSP connections are not acceptable.

2. Adapter block shall be fabricated from aluminum.

X. VALVE STATUS MONITORS:

1. Provide two adjustable SPDT micro-switch position switches.

2. Visual position indicators shall be high visibility type, with clear polycarbonate or Ektar domes or cylinders. Covers with decals or paint are not acceptable.

3. Enclosure shall be aluminum, and shall be rated NEMA 4-4X-7, Class 1, Division 1, Group D. Plastic enclosures are not acceptable.

Y. ACCESSORIES:

1. Include ISO 5211 Type 304 stainless steel mounting brackets, shaft couplings, etc.

Z. ACCEPTABLE PRODUCTS:

1. Actuators: Bray series 98; Bettis series G; Morin model S; or equal, modified as required to meet the specifications.

2. 3-Way Solenoid Valves: Bray series 63; Valtorc series 9AAG-EXP; or equal, modified as required to meet the specifications.

3. Solenoid Valve Actuator Speed Control Block: Valworx model 529600; UniTorq model UT-SC-SR; MaxAir model CF3; or equal, modified as required to meet the specifications.

Page 55: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019 Gas Management System Rehabilitation Valve Purchase

40 05 66 - 12

4. NAMUR to ¼” NPT Adapter: Flow Line Controls, Inc. model NP1/4; or equal, modified as required to meet the specifications.

5. Valve Status Monitors: Bray series 50-0700; Moniteur series Sentinel VPT; or equal, modified as required to meet the specifications.

2.04 ALUMINUM DOUBLE RACK & PINION ACTUATOR AND STAINLESS STEEL SCOTCH YOKE ACTUATOR SUPPLY AIR ASSEMBLY

1. Provided by the District.

2.05 STEEL SCOTCH YOKE ACTUATOR SUPPLY AIR ASSEMBLY

1. Provided by the District.

PART 3 -- EXECUTION

3.01 INSTALLATION

A. Assist contactor adjust the scotch yoke actuator supply air flow rate into the actuator to approximately 10 scfm, using the solenoid actuator speed control block supply needle valve.

B. Assist contractor adjust actuator closing speeds per paragraph 1.03 Design Requirements Table, using both the solenoid actuator speed control block exhaust needle valve and the speed control needle valve/muffler.

**END OF SECTION**

Page 56: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 06 60.13 - 1

SECTION 40 06 60.13

POWER ACTUATED AND MANUAL VALVE SCHEDULES

PART 1 -- GENERAL

1.01 GENERAL REQUIREMENTS

A. SCOPE:

1. This section is a schedule of the control and manual valves related to this RFB.

1.02 REFERENCES (NOT USED)

1.03 SUBMITTALS (DELETED)

1.04 OPERATION AND MAINTENANCE INSTRUCTIONS

A. As indicated in individual specification sections.

PART 2 -- PRODUCTS

2.01 VALVE SIZING (NOT USED)

PART 3 -- EXECUTION

3.01 GENERAL

A. Valve types are defined in their respective specification sections.

B. Actuator types are defined in the ACTUATORS FOR PROCESS VALVES Section (40 05 57).

C. For schedule, see next page.

3.02 INSTALLATION (NOT USED)

3.03 TESTING (NOT USED)

3.04 TRAINING (NOT USED)

Page 57: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 06 60.13 - 2

TABLE 1 - CONTROL VALVE SCHEDULE

Valve Number

Service Valve Size,

(inches)

Valve Type Actuator Type and Specification Section

OPEN Stroke Time,

(seconds)

CLOSE Stroke Time,

(seconds)

Failure Positiona

Dutyb Notes

V87314A GF 1 Isolation 12 GP-150-FKM PCQOS – SS 40 05 57 2-5 10-15 FCP-FCS O/C V87315A GF 2 Isolation 12 GP-150-FKM PCQOS – SS 40 05 57 2-5 10-15 FCP-FCS O/C V87316A GF 3 Isolation 12 GP-150-FKM PCQOS – SS 40 05 57 2-5 10-15 FCP-FCS O/C

CV87318A FSG Flow to GF 1 12 GP-150-FKM PCQMS – SS 40 05 57 2-5 10-15 FCP-FCS M CV87319A FSG Flow to GF 2 12 GP-150-FKM PCQMS – SS 40 05 57 2-5 10-15 FCP-FCS M CV87320A FSG Flow to GF 3 12 GP-150-FKM PCQMS – SS 40 05 57 2-5 10-15 FCP-FCS M V87521A Scrubber Inlet Fire Valve 24 HPDO-FS PCQOL – SS 40 05 66 5-10 20-30 FCP-FCS O/C Fire Safe V87523A Scrubber Outlet Fire Valve 24 HPDO-FS PCQOL – SS 40 05 66 5-10 20-30 FCP-FCS O/C Fire Safe V87524A MSG Building Fire Valve 24 HPDO-FS PCQOL – SS 40 05 66 5-10 20-30 FCP-FCS O/C Fire Safe

V870012A FSG Fire Valve 12 HPDO-FS PCQOS – SS 40 05 66 2-5 10-15 FCP-FCS O/C Fire Safe V870013A FSG Fire Valve 12 HPDO-FS PCQOS – SS 40 05 66 2-5 10-15 FCP-FCS O/C Fire Safe V87068A MSG Building Fire Valve 12 HPDO-FS PCQOS – SS 40 05 66 2-5 10-15 FCP-FCS O/C Fire Safe V87069A MSG Building Fire Valve 12 HPDO-FS PCQOS – SS 40 05 66 2-5 10-15 FCP-FCS O/C Fire Safe

CV87007A Recycle Valve 6 SS-F-30°V PCQMS - SS 40 05 57 5-10 5-10 FCP-FCS M CV80110 Dump Valve 6 SS-F-60°V PCQMS - SS 40 05 57 5-10 5-10 FCP-FCS M

CV870015A FSG PRV 1 6 SS-F-30°V PCQMS - SS 40 05 57 5-10 5-10 FCP-FCS M CV870017A FSG PRV 2 6 SS-F-60°V PCQMS - SS 40 05 57 5-10 5-10 FCP-FCS M CV870018A FSG High Pressure Bleed 1 SS-F PCQOS - SS 40 05 66 1 2-5 FCP-FCS O/C Fire Safe CV870019A FSG High Pressure Bleed 1 SS-F PCQOS - SS 40 05 66 1 2-5 FCP-FCS O/C Fire Safe

V80201A WGB 1 Isolation 8 GP-150-FKM PCQOSC - SS 40 05 57 1-2 5-10 FOP-FOS O/C V80202A WGB 2 Isolation 8 GP-150-FKM PCQOSC - SS 40 05 57 1-2 5-10 FOP-FOS O/C V80205A WGB 5 Isolation 8 GP-150-FKM PCQOSC - SS 40 05 57 1-2 5-10 FOP-FOS O/C V80206A WGB 6 Isolation 8 GP-150-FKM PCQOSC - SS 40 05 57 1-2 5-10 FOP-FOS O/C V80207A WGB 7 Isolation 8 GP-150-FKM PCQOSC - SS 40 05 57 1-2 5-10 FOP-FOS O/C V80208A WGB 8 Isolation 8 GP-150-FKM PCQOSC - SS 40 05 57 1-2 5-10 FOP-FOS O/C

aFailure position: FCP = Fail close on loss of power FCS = Fail close on loss of signal FOP = Fail open on loss of power

FOS = Fail open on loss of signal FLP = Fail to last position

bDuty: M = modulating

O/C = open-close T = throttling (open-stop-close) N/A = not applicable

CDeclutchable gear operator required.

Page 58: SANITATION DISTRICT (REGIONAL SAN) Elk Grove, CA 95758 … · RFB#8329 . V E N D O R March 2 (Name and Address here) Return your bid in an envelope, sealed and clearly marked on outside

RFB 8329 – February 2019

Gas Management System Rehabilitation Valve Purchase

40 06 60.13 - 3

TABLE 2 – MANUAL VALVE OPERATOR SCHEDULE

Valve Number Service Valve Size,

(inches) Valve Type Actuator Type Notes

87LSG13 LSG 4 GP-150-FKM MLQ 87LSG159 LSG 6 GP-150-FKM MGQ w/ chainwheel 87LSG160 LSG 6 GP-150-FKM MGQ 87MSG75 MSG 6 GP-150-FKM MGQ w/ chainwheel 87MSG76 MSG 6 GP-150-FKM MGQ 87MSG77 MSG 6 GP-150-FKM MGQ w/ chainwheel 87FSG14 FSG 12 GP-150-FKM MGQ

80LSG102 LSG 16 GP-150-FKM MGQ Valve located in pit, 8 ft. operator extension required. 87FSG71 FSG 16 GP-150-FKM MGQ Valve located in pit, 7 ft. operator extension required. 87FSG72 FSG 16 GP-150-FKM MGQ Valve located in pit, 7 ft. operator extension required. 87LSG95 LSG 18 GP-150-FKM MGQ 87LSG93 LSG 18 GP-150-FKM MGQ

**END OF SECTION**