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