Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Ferguson Enterprises Inc; 2014-09-09; PWM15-24UTIL
PWM15-24UTIL CARLSBAD IVIUNICIPAL WATER DISTRICT IVIINOR PUBLIC WORKS CONTRACT EZ VALVE INSTALLATION AT FARADAY AVENUE This agreement is made on the _ day of ^ej^y^/>^jr<fr' . 2014, by the Carlsbad Municipal Water District, a Public Agency organized un'd^the Municipal Water Act of 1911, and a Subsidiary District of the City of Carisbad, hereinafter referred to as "CMWD", and Ferguson Enterprises, Inc., a Virginia corporation, whose principal place of business is 12500 Jefferson Avenue, Newport News, VA 23602 (hereinafter called "Contractor"). CMWD and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Garlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Matt Jacobs (CMWD Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to CMWD must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that Califomia Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carisbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. EZ VALVE INSTALLATION AT Page 1 of 5 General Counsel Approved 7/23/14 FARADAYAVENUE PWM15-24UTIL Contractor hereby acknowledges that the fifing of a^alse claim may subject the Contractor to an administrative debarment proceeding whersnn the contractor may be prevented from further bidding on public contracts for a period of up to five years and that^d^tSaBmentby another jurisdiction is grounds for the City of Carlsbad to disqualify the Contramor or subcoritrador fpmn participating in contract bidding. REQUIRED INSURANCE. The successful contractor shall provide to CMWD, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to CMWD prior to the start of work. The minimum limits of liability insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance ofthe contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to CMWD prior to such cancellation. The policies shall name CMWD and the City of Carisbad as additional insured. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold hamnless CMWD and the City of Carisbad, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of CMWD or City of Carlsbad. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within five (5) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within thirty (30) working days after receipt of Notice to Proceed. EZ VALVE INSTALLATION AT Page 2 of 5 General Counsel Approved 7/23/14 FAF?ADAY AVENUE PWM15-24UTIL CONTRACTOR'S INFORMATION. FERGUSON ENTERPRISES, INC. (name of Contractor) 870926 (Contractor's license number) A,B (license class, and exp. date) Exp. 1/31/16 12500 JEFFERSON AVENUE (street address) NEWPORT NEWS, VA 23602 (city/state/zip) 757 874 7795 - 858 391 3700 (telephone no.) 858 391 5958 (fax no.) matt. wilkinson(S).ferauson.com michael.fernandezOiferauson.com (e-mail address) AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONT FERG corpoj By: ISES, INC., a Virginia CARLSBAD MUNICIPAL WATER DISTRICT (print name/title) nager ef Division Director as Authorized by the Executive Manager Jim Howell By: (sign here) (print name/title) If required by CMWD, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: Assistant General Couiisel EZ VALVE INSTALLATION AT FARADAY AVENUE Page 3 of 5 General Counsel Approved 7/23/14 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 County of On } State of California J^/yf^^A^^ ?.2oyy beforeme jL/v<^/^e e. ^ /)Jo^y^fy Z^^^/ ^ Here Insert Name and Title of the Officer Dafe personally appeared Name(s) of Signer(s) 1 rniiwiliiiiii# 1997411 MtryfiiMe.Ciiifo ^ Sm Oif90 Coimty Ciiifomia i Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand anjd official seal. Signature: Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Document Date: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer's Name: • Corporate Officer — Title(s): • Partner — • Limited • General n Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: Signer Is Representing: © 2013 National Notary Association • www.NationalNotary.org • 1 -800-US NOTARY (1 -800-876-6827) Item #5907 SECRETARIAL CERTIFICATE OF AUTHORIZATION The undersigned Assistant Secretary of Ferguson Enterprises, Inc., a Virginia corporation (the "Corporation"), hereby certijBes that: i) certain ofthe Corporation's facilities in Califomia are doing business as Ferguson Enterprises, Inc., d/b/a Ferguson Waterworks, and ii) Jon Price is General Manager of Ferguson Waterworks in Poway, Califomia and iii) that the resolutions adopted by the Corporation's Board of Directors effective July 31, 2012, duly authorize certain ofthe Corporation's officers, including the Assistant Secretary, to designate, and I hereby do so designate Jon Price as an authorized representative of the Corporation to act for and on behalf of the Corporation to prepare and submit bids and proposals to the Corporation's customers, to enter into contracts, agreements or other documents, and to execute such documents and undertake all such acts as may be deemed in the best interest of the Corporation, including the execution of bonds and in doing so, to contractually bind the Corporation. Unless withdrawn sooner, this certification of authQri|MiMyhall be effective until July 31,2015. Dated: May 16, 2013 jl^^H^hc FERGUSON ENTERPRISES, INC. , Assistant Secretary Commonwealth of Virgi City of Newport News Swom to subscribed and acknowledged before me this 16th day of May, 2013, by David N. Meeker, personally known to me, in his capacity>-as>vAssist^fir^ecretary of Ferguson Enterprises, Inc., a Virginia corporation, on behalf of s My commission expires: 09/30/2013 "'Mil.. . Austin ^,s^^ P.-Ai/r.^^ f .••••^ MY • - : COMMISSION : - O ': NUMBER : Check a License - License Detail - Contractors State License Board Page 1 of 2 DEPARTMENT OF CONSUMER AFFAIRS Contractors State License Board Contractor's License Detail - License # 870926 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity issue Date Expire Date License Status Classifications Bonding 870926 Extract Date 9/3/2014 FERGUSON ENTERPRISES INC Business Phone Number: (757) 874-7795 ^ 12500 JEFFERSON AVENUE ATTN: LEGAL DEPT NEWPORT NEWS, VA 23602 Corporation 01/13/2006 01/31/2016 ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTION B GENERAL BUILDING CONTRACTOR A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with WESTCHESTER FIRE INSURANCE COMPANY. Bond Number: K08423751 Bond Amount: $12,500 Effective Date: 07/27/2010 Contractor's Bond History https://www2.cslb.ca.gov/0nlineServices/CiieckLicensell/LicenseDet... 9/3/2014 Check a License - License Detail - Contractors State License Board Page 2 of 2 BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number K08342817 for FECTEAU JACK JOSEPH in the amount of $12,500 with WESTCHESTER FIRE INSURANCE COMPANY. Effective Date: 02/20/2010 BQI's Bond Historv 2. This license filed Bond of Qualifying Individual number K08423866 for ELLSWORTH ROBERT CHARLES in the amount of $12,500 with WESTCHESTER FIRE INSURANCE COMPANY. Effective Date: 09/10/2010 BQI's Bond History WORKERS' COMPENSATION This license has workers compensation insurance with NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH. PA Workers' Compensation Policy Number: WC037083120 Effective Date: 08/01/2014 Expire Date: 08/01/2015 Workers' Compensation Historv Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Conditions of Use | Privacy Policy Copyright © 2010 State of California https://www2.cslb.ca.gov/0nlineServices/CheckLicensell/LicenseDet... 9/3/2014 PWM15-24UTIL EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTFIACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth tlie facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract A/A Total % Subcontracted: EZ VALVE INSTALLATION AT FARADAY AVENUE Page 4 of 5 General Counsel Approved 7/23/14 PWM15-24UT1L EXHIBIT B EZ VALVE INSTALLATION AT 2470 FARADAY AVENUE JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 EA 1 12" EZ VALVE II INSTALLED ON 12" AC PIPE (12.80-14.40 OD) $10,436.00 TOTAL* $10,436.00 'Includes taxes, fee's, expenses and all other costs. EZ VALVE INSTALLATION AT FARADAY AVENUE Page 5 of 5 General Counsel Approved 7/23/14 FERGUSON V<faterworks a WOLSELEY company 11909 Tech Center Court Poway, Ca 92064 PH (858) 391-3700 FAX (858) 391-5958 FAX (714) 547-4205 FERGUSON SERVICES DIVISION QUOTATION Project: EZ Valve Installation Carlsbad, Ca City of Carlsbad Desalter Project Bid Date: August, 26, 2014 QTY UM DESCRIPTION UNIT PRICE TOTAL 1 EA 12" EZ Valve II installed on12"AC Pipe (12.80-14.40 OD) $9,900.00 $9,900.00 SUBTOTAL $9,900.00 SALES TAX (valve only @ 8%) $536.00 TOTAL $10,436.00 TERIMS/CONDITIONS 1. Furnishing, pressure testing and installation of 12" E-Z valve insertion valve to fit 13.80-14.40 OD range (as manufactured by Advanced Valve Technologies) on asbestos cement pipe. Upon satisfactory completion of the pressure test, equipment will be mounted and valve insertion performed. 2. Due to the temprimental nature of Asbestos Cement Pipe it is recommended that this valve is only closed to perform the neccesary work required. 3. Quotation does not include excavation, thrust blocks, traffic control, paving, backfill/compaction. Adequate access for service vehicle to deliver tools and material to installation site to be provided by The City. 4. The valve will be furnished Open Left unless othenwise noted. The exact OD is to be furnished by The City prior to ordering of the valve. Valve lead times can be as long as 2 weeks if valve is not in stock. Currently in stock 14.05-14.25 & 14.25-14.40. 5. The City is responsible for insuring the host pipe is thoroughly cleaned and the site is excavated accordingly. The excavation around the pipe will need to be 72" (6ft) in length with a minimum clearance of 36" (3ft) on each side of the pipe and 18" of clearence underneath the pipe. The location ofthe insertion is to be centered within the length of the excavation and a minimum of 36" away from any bell and/or joint. 6. Standbye time at $120/hr 7. Pricing firm through 12/26/14. 8. Ferguson does not gaurentee a bubble-tight shutdown 9. Ferguson's attached service agreement to be signed off to initiate order. 8/26/2014 Page 1 Specifications For Valve Insertion System Equipment For Valve Insertion Pipe Sizes: 4" (100mm) through 12" (300MM) 1.0 SCOPE This specification covers the fumishing, complete EZ Valve insertion system. 1.1 Equipment Capability; The equipment shall be capable of installation, without shutdown, at one location, of pipe sizes, in the range of 4" to 12" diameters. The capabilities specified herein are minimum mandatory requirements that must be met by any Insertion Equipment or Insertion Valve offered. 1.2 Valve Insertion Equipment Quantity Description 1 each End Mill Machine (4" - 12" capability) I each Drive Motor: hydraulic, pneumatic, or electric 1 each End Mill Cutter 1 each Central Drill Hexagonal Screw Drive 1 each Replaceable Teeth 1 each Rotating Feed Apparatus (4") 2 each End Rings (4") 1 each Rotating Feed Apparatus (6") 2 each End Rings (6") 1 each Rotating Feed Apparatus (8") 2 each End Rings (8") 1 each Rotating Feed Apparatus (10") 2 each End Rings (10") 1 each Rotating Feed Apparatus (12") 2 each End Rings (12") 1 each Drive Chain 1 each Hand Crank 1 each Export Hose 1 each Debris Collection Bag i each Misc. Tool Kit 11/2010 2.0 Valve For Use With Specified Equipment Unless specified by purchaser, valves are not a bid item. However, the specified equipment shall be compatible with the valve below. 2.1.1 The EZ Valve shall be capable of pressure-tight assembly to exterior of the pipe in which flow is to be stopped at a working pressure not to exceed 250 PSL 2.1.2 The EZ Valve assembly shal! be designed as to be easily rotated 120 degrees, perpendicular across the top of the pipe, while riding on two (2) separate rubber gaskets, constructed of (EPDM or SBR), by using a perpendicular rotary feed mechanism, driven by a chain. 2.1.3 The EZ Valve shall be constructed of a two (2) piece. Ductile Iron casting (Top & bottom), to be bolted together, using Ductile Iron bolts with zinc alloy anodes (Corrosion protection), manufactured to the ductile iron specification of ASTM 536 65-45-12. 2.1.4 The EZ Valve shall meet or exceed AWWA Specification C509 for Resilient Seal Valves suitable for Potable water service. 2.1.5 The Ductile Iron Gate shall have a resilient rubber seal 360 degrees around the gate and is expandable to the ID (Inside Diameter) of the pipe. 2.1.6 The valve stem shall be made of Stainless Steel 1 CR 12, with a tensile strength of 60,000psi. 2.1.7 The valve body shall have an epoxy/ E Coating of no less than 8 mills. 2.1.8 The EZ Valve shall use Stainless Steel fasteners joining the Valve Bonnet to the Valve top casting, unless otherwise noted in assembly drawings. 2.1.9 The final Restraint Fasteners (360 Degree) around the Valve Casting shall be constructed of Stainless Steel 304. 2.1.10 Design of valve shall be such that the valve shall have a satisfactory seal against the pipe exteriors in the following ranges, by using multiple gaskets if necessary: Pipe Size Diametrical Range 4" 4.40-4.60 4" 4.80 - 5.60 6" 6.40-6.80 6" 6.70 - 7.60 8" 8.35 - 8.75 8" 8.95-9.70 10" 10.65-10.85 10" 11.10-11.50 10" 11.77-12.12 12" 12.65-12.85 12" 13.20-13.50 12" 14.03-14.38 3.0 Equipment The size and weights of each (4" - 12") EZ Valve insertion unit shall be, once lowered into an excavation hole, two (2) employees can mount the equipment onto the valve. The Insertion Equipment is designed as to be easily transported in the trunk of a midsized car. 3.1.1 This equipment shall consist of tapping unit, and a detachable rotary chain drive feed. 3.1.2 The End Mill cutting system shall have a positive "Stop" Mechanism located on the opposite end of the Valve casting, from the rotary chain feed drive, to prevent under or over rotation of the 120 Degree slotting operation. 3.1.3 The End Mill cutting unit shall be able to cut size (4" - 12") pipe with one (1) size end mill cutter 45MM (4", 6", & 8") and one (1) size end mill cutter 60MM (10" - 12") 3.1.4 Drive motor shall be electric, hydraulic, or pneumatic (specified by purchaser) interchangeable and capable of installation and removable from tapping machine without any modification. 3.1.5 The End Mill cutter shal! be manually advanced laterally by the work person to prevent cutter damage due to inclusions (hard spots, etc.) in the pipe. The cutter teeth shall be able to be field replaceable if necessary. 3.1.6 The End Mill process shall constitute a rotary End Mi, that through the rotation ofthe Valve casting, cuts a slot, 120 degrees across the top ofthe pipe only. This allows for the insertion of the Gate mechanism. 3.1.7 The End Mill operation shall take place through a 2" Temporary Valve. 3.1.8 During the End Mill operation, the "Chips" created by the End Mill Cutter shall be flushed outside ofthe pipe, through the Chip Flushing Hose attached to the Valve body port located 180 degrees from the End Mill. 4.0 Equivalent Equipment And Materials Whenever a material or article is specified or described by using the name of proprietary product or the name of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function, and quality desired. 5.0 Operating And Maintenance Materials The two (2) complete sets of operation and maintenance shall be fumished for system. 6.0 Deliverv All equipment shall be bid F.O.B. with fi-eight allowed to the purchaser. When delivered the equipment shall be complete as bid and ready to operate. 7.0 Demonstration A qualified representative of the manufacturer shall provide eight (8) hours of demonstration and training in the use of equipment specified. The demonstration and training shall be conducted under actual job conditions. All cost for this training shall be included in the prices bid for the equipment. 8.0 Warrantv A One Year warranty shall cover parts and labor for Equipment and Valves (Excluding Perishable Tooling and O-Rings) barring misuse or lack of routine maintenance, s EZ VALVE CUT SHEET WITH SIZING Item No. Description Material 1 Bottom Half of Body DUCTILE IRON 2 Upper Half of Body DUCTILE IRON 3 Bonnet Body DUCTILE IRON 4 Gate DUCTILE IRON 5 Gate Rubber EPDM 6 Stem (Feed Srew) STAINLESS STEEL 7 Wrench Nut DUCTILE IRON 8 Set Collar BRASS 9 Stem Nut BRONZE 10 Gasket EPDM 11 Chip Flushing Port 12 EM Cutting Port 13 Sacrificial Anode Bolts/ Nuts DUCTILE IRON 14 Sacrificial Anodes Zinc 15 O-Rings BUNA-N 16 Bonnet Bolts STAINLESS STEEL ADVANCED VALVE TECHNOLOGIES Rated at 250 PSI Meets AWWA C-509 SIZE HEIGHT (H) LENGTH (L) 4" 13" 17 3/4" 6" 17" 17 3/4" 8" 21" 17 3/4" 10" 25" 19 3/4" 12" 30" 19 3/4" EZ Valve Specifications For Nominal Sizes 4" -12" 1.) Bottom Half Body: DL ASTM A536 65-45-12 (AWWA C-509-01) 2.) Upper Half Body; DI. ASTM A536 65-45-12 (AWWA C-509-01) 3.) Bonnet; DI. ASTM A536 65-45-12 (AWWA C-509-01) 4.) Gate; DI. ASTM A536 65-45-12 (AWWA C-509-01) 5.) Gate Rubber Coated; ASTM 10429 (AWWA C-509-01) 6.) Stem; Stainless Steel 1 CR 12 (AWWA C-509-01) 7.) Gasket: EPDM (AWWA C-509-01) 8.) SetCoMar: Brass ASTM C519100 (AWWA C-509-01) 9.) Stem Nut; Bronze ASTM C90300 (AWWA C-509-01) 10.) Wrench Nut: DI. ASTM A536 65-45-12 (AWWA C-509-01)