Loading...
HomeMy WebLinkAboutWisconsin Supply/Water Utility A G R E E M E N T THIS AGREEMENT made and entered into this 20th day of January , 198 4 , by and between WISCONSIN SUPPLY of P (l_ Row 81244 Madison. WI _53708 , party of the first part, and the CITY OF OSHKOSH , a municipal corporation located in Winnebago County, Wisconsin, hereinafter referred to as the "City", and party of the second part. WITNESSETH: WHEREAS, the Common Council of the City of Oshkosh by resolution duly adopted on the 19th day of January , 1984 , accepted the bid of the first party and authorized and directed the proper City officials to enter into an agree- ment with the party of the first part for: Materials for water utility -- see reverse hereof according to the specifications and bid for same on file in the office of the City Clerk. NOW, THEREFORE, pursuant to said resolution of the Common Council of the City of Oshkosh, the parties hereto agree as follows: 1 . That the party of the first part will. furnish same to the City, all in accordance with the specifications and bid on file in the office of the City Clerk. 2. That no assignment of this agreement or of any rights thereunder by said party of the first part, shall be valid without the written consent of the City; and that this document including the specifications and bid, constitutes the entire agreement between the parties hereto and that any understanding either oral or written, not a part hereof shall not be binding on either party. 3. That in consideration thereof, the City will pay to the first party the sum of $ 2,841.00 , upon presentation of a proper voucher, and delivery and acceptance by the City in conformity on said specifications and bid. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be signed by the proper officers of each party and their corporate seals to be hereunto affixed all on the day and year first above written; then if first party is a cor- poration or partnership, the signing of this agreement shall constitute a warranty by the person(s) so signing the proper authority so to do. In the presence of: WISCONSIN SUPPLY By: Signature of sole proprietor, or name or corporation or-partnership Presi . - ' e Partner Sec r- :ry (1J CITY OP OSHKOSH ,/� ill .�i �% Al 1 I By: ` /�(./ =-�= /C��- l�-u✓' WILLIAM D. FRUEN, City Manager 1 I he By: if )! i i,,( ) &“2) DONNA C. SERWAS, City Clerk I hereby certify that the necessary provisions have been made to pay the Approved as to form and liability that will accrue under this execution: contract: n a ✓�,9 4°1'4'04 0 1. >r s• 4 cu !.. I: rc •Q . EDWARD A. NOKES, City Comptroller TOM W. AHRENS, Asst. City Attorney Materials for water utility: 1 -- 10"x10"x6" Epoxy coated tapping sleeve $ 169.00 1 -- l0"x10"x8" Epoxy coated tapping sleeve 201.00 1 -- 12"x12"x6" Epoxy coated tapping sleeve 202.00 2 -- 12"x12"x8" Epoxy coated tapping sleeve 490.00 2 -- 16"x16"x4" Epoxy coated tapping sleeve 474.00 1 -- 16"x16"x6" Epoxy coated tapping sleeve 260.00 20 -- 4" valve box adapters 375.00 2 -- 6" top extensions 196.00 2 -- 12" top extensions 224.00 2 -- 18" top extensions 250.00 $ 2,841.00 4D .,l H •H a� A- a o Ca eH U) H H cj3 T •1-1 O c O c Ca -p H cd ▪ N 01 _. N IN N -+ N N 01 CO On N N N C `"n 2 ti Q1 01 CO CO 01 • 01 Q1 01 01 0) 01 0/ co W ;j.. O t t t t t t t t t t e L t e i . • rn Zi CO CO Q1 x x x x x Ol Q1 = m I7Tp7 =c x n x x x w N N -+ e 1 L. L L Cl) Q . rn 0' CO 01 rn 1 .0 .0 00 N ' S CO .0 .D t t 1 1 CT 6. — ..... . n C- m ` ` s m oo m 0 0 - 7 :at. Cl)el 1.0 so y - 00 Z i X Po w w CO m CT1 .r ' .r t „k' -' C 0'0 O rn_ 1D a H N - 0 0 0 O. _ . N Q _ _ -1, -. in ,0-. N CD 7 0 -. -. CD C N ..1" Cl) V) in N N -h CD r-. rY rr I en N CO CD CD CD CCD D CA ro rY rY -. . CA N N H in N N -LC73 C 1 - s N ',J — �p iii .00 fl lfl C< r. NI w COD W W VI W .0 V VI CO W Co O co O N LI).•0 60---0172C-..—B CD • V V1 01 01 O V1 O) 0 0 ZN CD N C) tJ �- N CD 01 V .WL� O N N Or CO N CD �� �r0-r '°d.:'.. CD--..rf w (2\ 1 ' r I 3 wa p9 -r -s �• Da p � p • c a,r _ rn ^ w w o v O. ° rn o n o o omr� Q1 t II- ° O .0 lam' r N N co .� al .X. x C C'1 ,« �i n . Z. N• .0 ,,,. .G ?CO i to C71 -r N V -U4 1.114 61)10-2X(D CD 4.7. O t�pp lD I.C. V1 .0 tp0 W 0. 0. Al N Urn x CA 01 1 Q1 O CD CD N O O O w V1 N CO OD CO DO O Na CD .c�,r > rs O 0 0 CA me y CO :.- Ai w _ .W Q 0' v pr-- w=t)i 03 m Z 0 3 -e c 'ID v1 0 r n a ° • . . 1c oV CD g p Q O O p O O -in O p O o o1 0 m • 0 CD v ••30 yr OD • e =, w 0 v1��r-�in�i +• `- 0co -.10M 1,...\ w.-c o,-.W w Qs'i T v cr. V �..rt=e) `O 00 O 01 CD �y% `J V ., . �.. '.p ,5 :. r f 0.- 1 '~. S'? , 7:. .1 A 4 , -r .. • • r N N N r N N r r r V1 N V Al N r r -. N r O 0 0_ .. • • _ _ _ _ _ _ C. ▪ OD CO a P a P CO P CO OD P P + a 'J- _ _ - - P P N N O 0 - : - . • n n n 7C 70 X X X X X X P -4 .4 X Z Z X X Z 4.• C C C \ - r r r ■ r r a m ... L. 6. L. L. L. 4.. et r. re Z = 0, P N N O O X 9 9 et et n - P 9 9 C C C C C Z Z Z X X X X X X r --° \ . \ \ \ \ a a a L. a m P m P a a p or p Cr of p •- OD DG DD P - - - - Z W W 0 D 0 O 0. c Y n n L. r - r y e 0 ra to ea m Cr < < n re re re re n a▪ a a r. r.. re 9 9 9 9 9 n CO m a a u a m a - n n 9 0 0 0 0 0 a ..�r• a N u O X X X X X N < < a a '< •< -< K `< .t a a a a a w co -< a u a a a n n n n n '.y':' < < < n 0 0 o 0 0 -i a a a a a O a m to to O 0 en 0' en en en ca a a m n n et ` n n 7 -' -- < < n a a a a a a a a a a a a m a d o. 6 d O. a n a a a a a a . < < a n to n to n to rt to n CCD a a a a a a a a a n ra rm rm .-.111/ M•a h9 a a a a u a , . a a --m lag a9 a9 a9 a 9 a ► a9 a9 a9 a9 a9 a9 a7 a 9 a -.. < -. K -.• < -.• a -.. OD . a1.- CO a7 a7 a7 f1 7 a 7 l se ea ea DQ DD �:. .D _ C L o /t a-cv C. • i a m ;4s P Al N VI in Al N m N W V. + -. a o to W •V 6 W OD• to Al a a S V 0 P a v7`'. O, V O b N a O b V W + P CO co V a 0 b Ea w-- co P P W N O r b w P 0 CA N ILA r O P LA W C 'w V + O O O r a OD r r r N + N N CD O O N CD 7 7 N C A: O O I O r../ p Cr..- 43. a CD d d P a O iv IA N N• a O• O N W r O O N r a o P b O O O O D OD N O O OD N N v, + O N b B n a V 1 ,,,c)n r•• C n V+ O .1 tuff r.1• S?,. el D V A. N En in N N N C] P P r r V TA lam N `. N OD VI CD N b V O a P P to a co + En CD a .•f._..... CD .D N ..• r N V + V w a CO V. In N P W CO r N p X t O a O to CO O W w 0 O W P + ,V r Co O V V-• O m O N W N N O ] N P O + O CD N O O N P O• O e_ N a.. Cr p N + VI N N m P P N b a m Co + r V ► r en b O O O Al b OD N O P V r + P dC V P r O. d P O 0 b .D W N O a P N O O r En yr a 0 u+ a+ O 0 0 0 0 0 0 0 • 0 0 0 0 O in a j ;2 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N o ,c 0 It c 9 to -_.k3N N r n - _ N N r (r, r W W P N O ' 0 CD O CD N ^a V . N N r O m O P a O w N b K 7 i Al a a O o - a O 1 N .D O 0 O 0 O O O 0 a u . ''.`:,t 0 0 0 0 0 - c 0 0 0 0 0 0 0 0 0 0 0 0 0 • ' t. 0 0 0 0 0 - j\o, \.0.1 t O 0 0 0 0 0 0 0 0 0 0 0 -- . 9 .D W w V V N N N b P r� r V + r C -7 _i.y S W v OD O N tD VD N w r OD N .0 N V r V n .5 V+ O •CD O O Co a aD . CO + to O ( CO 10 O O O N w n a . 0 0) 0 0 0 0 0 0 0 0 0 0 ,0�f 0 0 0 0 0 o v 0 0 0 o c o 0 o O o 0 0 8 0 0 0 0 o c • ..,.•• Y I ;I I to • N N N N !n N N J V V O O _ W O O v• a to O O O G C .- N C C P P < r N W N C a N r P a • Cr] :.7 C "- 1w-+ _ _ w N • f C - • 7' < C < K < < < < Z C �" 0 0 0 `G < CD Cu w 9 w - 0 CO w Dp \ \ in < <+ 0 0 v Q < ... C .- t'] 'O t7 DC 1 C < < K < < C < < g E F x DC w ti 0 m w CD CD o 0 �o m L. - �< w CD CD x 7 w x x a X x ^ ^ 7 C C C C C C C LL L :•• _ ^ ^ CD CD ^ C O O O O O f1 0 0 < < O CD 7 N w X X f< X X 0 X X < co w 7 In O N < w X N cc, - w b CD CD C rr C) C, CD w w ..-< CD O CD w V x O O O CD R Q Q < CD CD w 0 0 7 Co CD Cr.p iv 7 1n w w CD 1n In r. 7 7 to Cn CD 0 ^ 9 -0 In - M N !n '1 7 CD 0r CD C O B r• rC N Cn CD m 'Y M w CD CD . R r . . `O • •1 Cr, 7C In in ♦,• 7 r. CD Cl CD CD SA O 0 o n n 0. 0 3 ^ r rn r £ 0 C w 7 S • • I .7_. 1 ..... g I I ill ' f r.m rr _ co O a N N V rD < P N "'I CD 17 a In N P P r Co CD ICJ n O O W to O 0 P N v.0. `G O O w O. CO N CO V W CO a a T a C/) O O a O• P O N O O V O P .0 • 1 y - Z r O .. DC O 7 7 7 7 0 7 CH.']C •tD 7 O CD B '-' X O O O O O O 6 ^ ^ Do C u. < CD P N CO 0 rCD £C V: a C C C C C W S N P N Ln 0 W T W!C'II. N N. P O V (0 N i� C0 7'I O V W I N _ Q G Q N Q m CD Co r w w!w C m C .... ( ,--4..:.1.. `51 7 G I C Q• Co N a a 7 f. C) �� _ 0 0 0 1.c O c:. '1 '0 W Z i ti .-.9. O w CD W CD^ 7 ■.-■ .T V V y ^ ' Y. O VC N N N Co N V a r P a n - �7 R V C= Cr N Cr, UI C DD Q In CO co V co V W I Cr W r G V X r, d O' `< v W CC Cr In O w ' Cf, x I CT c. I :.. O CC O) C V a a < I r O O ao O CL P C> a 7 7 7 7 7 7 7 7 7 7 ?.eD `C `-' O C O O C O O O O O `G rC .n w C C C C C C C a r /: -, O �< `.. `.. r. H ..• 1..• w.. W V C Cr C r w ^1 .t to Q Q Q Q a Q Q a V R Q Q O -�r.7 7C O N C `7 C O O 7 n. Z W fD 3 O r4 f 9 Q W 7 W w O ^ O •< a i N r H N (n Q D. N V •Q w O D D n O Q cn O O `C 7` O = w O O r n C O O O to O O O '„ 7 • o Z O N z w O. a a i W W _ D < Co V s Z.11\ ... "t n Ln 0 V a w T O " 0. O O P C v c N H 0: • O IS' V�: 7- O/ O O J # \O O O O • ,S. Y. C 11{ . Page 3 - . PROPOSAL CONTINUED , WATER UTILITY MATERIALS UNIT TOTAL QUANTITY NUMBER DESCRIPTION COST COST VALVE BOX ADAPTERS 10 2" with covers in casting 20.79 207.90 20 4" with covers in casting 26.94 538.80 VALVE BOX COVERS- AND COVERS MUST BE TYLER 100 Tyler valve box covers markde WATER 5.52 552.00 20 Tyler 2' valve box center -sections 19.56 3°1.20 75 Tyler 3 ' n " n n ?L 17 1 _R1 -7 24 Tyler 1 ' valve box top sections 11 ^s ''r: ')(,, 125 Tyler 2' " " " T► ')1 ?6 ?,h-n nn 20 Tyler 1 ' valve box extensions 1? n7 0h1 /.n 80 tyler valve box bases 15_0n 1 :nn on HYDRANTS AND TOP EXTENSIONS 50 6i ' Waterous Pacers open right 56;.3 28-'166_ sn " u ►► a 7,:.=; T,), r rho Q, 12 6 ' _ 2 6" top extensions Waterous 9P-"1 106 6^ 2 12" " n ►► - 111.67 273.3LL • 2 18" " It ►► 195 nn ?tin nn 2 6" F2671 B. F. top extension Eddy 117.3g "34_7" 4 12" F2671 B. F. top extension Eddy 1 ?7 R? 5'71 '"' MISCELLANEOUS 500 T bolts 3 /4" x 3i " RR ALn pn TERMS • riot % 1 nth -73/4-,,, Days Delivery will begin LL calendar days after award of contract . If delivery will be different on some items in the bid , specify the anticipated delivery for the various items bid . Iv, v:.i 11 only arrPpt an e os bends, offsets. redunr'r .. *ee4- anrhorino fi tt�nog cnl ; ra order on the tanned n1L_�. sleeves. cutting-in sleeves, and valve boxes in total. We will only accent an order on rhp tann'int 1,21vpc r'ii*ti'+o-in N,nlvr,c and AT.' V..,1., r t-A-4-,a. T•; hi_1„7,1 : _ 7.: 7 order on tappdac sleeves-- vPlve bny ._d_anterc anfl hvd 1n' anti avtanci nnc if i.rn ,-n -r.; all items listed in that section. If we are awarded the entire bid. we will deduct 47 off all unit prices. DAVIES WATER EQUIPMENT OF WISCONSIN . INC. CITY OF P.O.BOX 1130 OSHKOSH,WISCONSIN 54902 CITY HAIL 1 115 CHURCH AVE Purchasing Division NOTICE TO VENDORS: 1 . We are submitting wherewith for your consideration an in- vitation to bid on: WATER UTILITY MATERIALS 2 . Bids must be addressed to Oshkosh Purchasing Division , P .O. Box 1130 , City Hall , Oshkosh , Wisconsin 54902 . Envelope shall show name of bidder , and must be plainly marked in the lower left hand corner "Bid for Water Utility Materials" . 3 . Bids must be on file in the office of the Purchasing Agent no later than 10 : 30 a.m. , C.S .T . , Thursday, January 12 , 1984 Any bids received after that hour and date will not be opened and will be returned to the bidder unread . 4 . A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 5 . All formal bids submitted shall be binding for thirty-five ( 35 ) calendar diys following bid opening date , unless the bidder(s ) upon request of the Purchasing Agent , agrees to an extension . 6 . Bids will be publicly opened and read at the hour and date above stated. Award, if any , will be made as soon thereafter as practical . 7. Although no certified check , cashier ' s check, or bid bond must accompany the proposal , if the bid is accepted , the bidder must execute and file the proper contract within ten (10 ) days after award by the Common Council and receipt of the contract form for signature . 8 . The City reserves the right to reject any and all bids and to waive any informalities in bidding . 9 . For specifications and further information concerning this invitation to bid, contact Donald La Fontaine , Purchasing Agent , Room 312 , City Hall or telephone ( 414 ) 236-5100 . William D. Frueh City Manager PUBLISH: December 21 , 1983 January 2 , 1984 SPECIFICATIONS WATER MATERIALS VALVES : 1 . Valves shall be manufactured in accordence with AWWA specifications C509-80 . Valves 12 " and smaller shall be designed for 200 p.s .i . water working pressure and 150 p.s .i .for valves 14-48 " inclusive . Valves shall have mechanical joint ends and shall have clear water wall equal to the full nominal diameter of the valve . Valves shall be resillient wedged seated gate valves with non- rising stems , opening by turning right and provided with 2" square nut with arrow cast in metal to indicate direction of opening . 2 . Each valve shall have maker ' s name , pressure rating and year in which manufactured cast on body . Prior to ship- ment each valve shall be tested by hydraulic pressure equal to the AWWA test pressure . 3 . Stuffing boxes shall be 0-ring seal type with 2 rings located in stem above thrust collar. All stem seals shall be replaceable with valve wide while open and sub- jected to full rated pressure . 4 . The thrush bearing recess and stem opening in the bonnet shall be bronze bushed. 5 . Body and cover bolts and nuts shall meet specifications ASTM A-307 . Valve body and bonnet shall be epoxy coated inside & outside . All interior surfaces and parts shall be protected by a corrosion resistant coating . 6 . Wedge shall be constructed of ductile iron, fully encapsulated in synthetic rubber except for guide and wedge nut areas . 7 Wedge rubber shall be moulded in place and banded to the ductile iron portion, and shall not be mechanically attached witn screws , rivets or similar fasteners . 8 . Wedge shall seat against seating surfaces arranged symmetri- cally about the center line of the operating stem, so that seating is equally effective regardless of direction of pres- sure unbalance across the wedge. 9 . Waterway shall be smooth and shall have no depressions or cavities in seat area where foreign material can lodge and prevent closure or sealing . GENERAL PROVISIONS 1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh and proposals not submitted on those forms will be considered irregular and will not be read. 2. Unless stated otherwise in the specifications, all equipment or commodities shall be new and the manufacturer's current model , complete with all standard equipment and accessories. 3. Full identification of equipment or commodities quoted upon, including brand, make, model , catalog identification number (if any) , and descriptive literature where possible, must be furnished with the bid as an aid in checking the bid against specifications. If the item bid varies in any way from these specifications, special mention must be made of such points or it will be understood that the bidder proposes to meet ,all details of the specifications. 4. Unless stated otherwise in the specifications, all prices shall be F.O.B. Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin Sales taxes deducted. The City of Oshkosh is exempt from these taxes and will furnish proper exemption certificate, if requested by the successful bidder. 5. If a warranty applies, the bidder shall state the conditions of warranty. 6. When requested in the specifications, the bidder must state the nearest location were parts and repair service will be available. 7. Delivery date must be stated in realistic terms to enable the bidder to adhere to them. 8. Indicate your terms of payment. The City of Oshkosh pays invoices on the first and third Thursday of the month. 9. If there are several items in the bid, the City of Oshkosh reserves the right to accept separate items or to award the total bid to one supplier, whichever is in the best interest of the City. If you bid is qualified in this respect, clearly state whether your bid is for "all or none" or to what extent it is qualified. 10. If there is a trade-in, the City of Oshkosh may elect to accept the bid with trade-in or without trade-in, whichever is in the best interest of the City. 11. Equipment or items must conform to all applicable Federal Occupational Safety and Health Act provisions. 12. If two or more bidders submit identical bids and are equally qualified, the decision of the City to make award to one or more of such bidders shall be final . Selection shall be made by drawing lots. Cash discounts, when 10 days or longer are allowed will be considered. Specifications Page 2 10 . Glands for cutting in valves are to have set screws . 11 . Valves shall have lead tipped gaskets . WATER MAIN FITTINGS All water main fittings shall be manufactured in accordance with American Standard Association Specifications A21 .10 and A 21 .11 for mechanical joints , class 250 , and have lead tipped gaskets . HYDRANTS : Fire Hydrants: Hydrants shall be manufactured in accordance with AWWA specifications C502 and meet the following specifi- cations : 1 . Hydrants shall be "Waterous" pacer WB-67 or equal . 2 . Hydrants shall be designed for 150 pounds working pressure and tested to 300 lbs hydrostatic pressure. 3 . Shall be of center stem type. 4 . The main valve shall open against the water pressure. 5 . Bronze stem threads are to be located below the main valve to eliminate necessity of lubrication. 6. Hydrants shall be so designed: a. Hydrant main valve shall close with water pressure and all operating parts , including valve seat , shall remove through barrel , with out digging . b. Drain valve shall be all brass or bronze , and shall be positively operated by main operating rod. c. Hydrant operating threads shall be oil lubricated , and shall be 0-ring sealed from all moisture , and foreign matter . d. Hydrant barrel shall be centrifugally cast ductile iron for strength and uniformity. e. Extensions may be added without the necessity of closing off the water or digging up the fire hydrants f . Hydrants shall have a positive stop for main operating rod travel in top section ( top-stop) . Specifications Page 3 g . Hydrants shall permit 360° rotation of nozzle section. h. Hydrant shall be traffic model with replaceable parts designed to break away without water loss and damage to other parts of hydrants . i . Hydrants shall be furnished with 16 " break off section. j . The nozzle elevation shall be 24" + or - 1" above grade. k. Hydrants shall have a minimum valve opening of 54" . 1 . In let connection shall be 6" mech . JT. m. Hydrants shall have two 24" hose nozzles and one pumper nozzle . Nozzle threads shall conform to present City of Oshkosh standard. Operating nuts shall be 7/8 " square or conform to present City of Oshkosh standard . n. Hydrants shall be suitable for installation in 61" depth of trench. o. Hydrant shall turn right to open. p. Hydrant shall have lead tipped gaskets . q . Main valve seat shall be brass /bronze . PROPOSAL WATER UTILITY MATERIALS The bidder shall write the brand name and/or number of the item they are bidding in the left hand margin of this proposal form so we are informed as to what items you propose to furnish. The City will consider all bids submitted and reserves the right to take bids that are most advantageous to the City . We , the undersigned , propose to furnish the City of Oshkosh , Wis- consin, F .O .B . , Water Utility Warehouse , 640 W. 3rd Ave . , as per specifications , the items listed for the following amounts . QUANTITY NUMBER DESCRIPTION UNIT TOTAL COST COST TAPPED PLUGS 2 F1054 3" MJ plugs tapped2" 17.00 34.00 2 F1035 8" MJ plugs 25.00 50.00 BENDS 2 F927 6 " MJ & PE . Bends 70.00 140.00 OFFSET- NO GLANDS 6 F984 6"x6" MJ&PE w/bolts & rubbers 141 .00 846.00 8 6 "x6" PE&PE " It It No Bid No Bid 6 6"x12" PE&PE " " " No Bid No Bid 2 F984 6"x18" MJ&PE " " " 190.00 380.00 2 F984 6 "x24" MJ&PE " " " 220.00 440.00 1 F982 6 "x24" MJ&MJ " It " 230.00 230.00 REDUCERS NO GLANDS 2 4"x3" PE&PE w/bolts & rubbers 28.00 56.00 TEE"S NO GLANDS 2 F940 6 "x6"x6" MJ w/bolts & rubbers 107.00 214.00 2 F940 8"x8"x6" MJ " ft 142.00 284.00 1 F940 8"x8"x8" MJ " II 151 .00 151 .00 ANCHORING FITTINGS 6 6" Anchoring coupling w/swivel gland 121 .00 726.00 2 F1217 6"x6 "x6" anchoring tee ' s 129.00 258.00 Page 2 PROPOSAL CONTINUED WATER UTILITY MATERIALS UNIT TOTAL QUANTITY NUMBER DESCRIPTION COST COST SOLID SLEEVES NO GLANDS 2 F1014 4" MJ w/bolts & rubbers 47.00 94.00 2 F1208 4" MJ w/bolts & rubbers 110.00 220.00 10 F1014 6" MJ " It 63.00 630.00 10 F1208 6 " MJ " It 130.00 1300.00 2 F1208 8" MJ " ft 170.00 340.00 2 F1014 8" MJ 80.00 160.00 TAPPING VALVES OPEN RIGHT 7 6 " tapping valves 300.00 2100.00 2 8" tapping valves 400.00 800.00 TAPPING SLEEVES 5 6 "x6 "x6" MJ - cast iron 200.00 1000.00 1 10"x10"x6 " Epoxy coated stainless steel straps 169.00 169.00 1 10"x10"x8" Epoxy coated stainless steel straps 201 .00 201 .00 1 12"x12"x6 " Epoxy coated stainless steel straps 202.00 202.00 2 12"x12"x8" Epoxy coated stainless steel straps 245.00 490.00 2 16 "x16 "x4" Epoxy coated stainless steel straps 237.00 474.00 1 16 "x16"x6" Epoxy coated stainless steel straps 260.00 260.00 R/W MJ CUTTING IN VALVES OPEN RIGHT 2 4" with bolts & rubbers no glands 160.00 320.00 10 6" 11 " " " It 218.00 2180.00 CUTTING IN SLEEVE 2 F1220 4" cutting in sleeve 102.00 204.00 2 F1220 6 " " " " 140.00 280.00 1 F1220 8" " it " 192.00 192.00 R/W MJ VALVES OPEN RIGHT 3 4 " with bolts & rubbers no glands 235.00 705.00 ft 10 6 " ft ft " " 320.00 3200.00 1 12" " " et ft " 950.00 950.00 Page 3 PROPOSAL CONTINUED WATER UTILITY MATERIALS UNIT TOTAL QUANTITY NUMBER DESCRIPTION COST COST VALVE BOX ADAPTERS 10 2" with covers in casting 15.75 157.50 20 4" with covers in casting 18.75 375.00 VALVE BOX COVERS- AND COVERS MUST BE TYLER 100 Tyler valve box covers markde WATER No Bid No Bid 20 Tyler 2 ' valve box center sections No Bid No Bid 75 Tyler 3 ' " It " " No Bid No Bid 24 Tyler 1 ' valve box top sections No Bid No Bid 125 Tyler 2 ' " " " " No Bid No Bid 20 Tyler 1 ' valve box extensions No Bid No Bid 80 tyler valve box bases No Bid No Bid HYDRANTS AND TOP EXTENSIONS 50 62 ' Waterous Pacers open right 690.00 34,500.00 12 6 ' " " IT IT 679.00 8,148.00 2 6 " top extensions Waterous 98.00 196.00 2 12" " " 112.00 224.00 2 18 " ii II " 125.00 250.00 2 6" F2671 B. F. top extension Eddy Nn Rid Nn Rid 4 12" F2671 B. F. top extension Eddy Nn Rid Nn Rid MISCELLANEOUS 500 T bolts 3 /4" x 3i" .90 450.00 TERMS: Net % 30 Days Delivery will begin 30 calendar days after award of contract . If delivery will be different on some items in the bid , specify the anticipated delivery for the various items bid . No order will be accepted for less than $1 ,000.00. Page 4 PROPOSAL CONTINUED WATER UTILTIY MATERIALS WISCONSIN SUPPLY CORPORATION Name of Company SUBMITTED BY: Glen Junge, Water Works Manager Name and title of person making out the bid Jaitudr y 5, 1984 630 Wst Mifflin Street Madison, WI 53708 Date Address of Company