Loading...
HomeMy WebLinkAboutDavis Water Equipment 1985 AGREEMENT THIS AGREEMENT made and entered into this 18th day of January, 1985, by and between DAVIS WATER EQUIPMENT CO., 5350 North Richmond Street, Appleton, WI 54911 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 resoluton duly adopted on the 17th day of January, 1985, accepted the bid of the first party and authorized and directed the proper City officials to enter into an agreement with the party of the first part for: Materials for Oshkosh Water Utility: 4 - 4" tapping valves 616 .96 8 - 6" tapping valves 1688 .24 2 - 8" tapping valves 636 .08 2 - 10" tapping valves 945.76 1 - 12" tapping valves 725.76 1 - 16"x16"x10" tapping sleeve 383 .33 10 - 6" cutting in valves 1931 .00 1 - 8" cutting in valve 297 .12 8 - 6" MJ valves 1477 .84 Total $ 8702.09 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 with- out 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 $8,702.09 , upon presentation of a proper 1 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 corporation 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: DAVIS WATER EQUIPMENT CO. JO Ar � - b- 4 d Signature of the sole pro- Uice -?des . prietor , or name or corporation or partnershi p / ► M . �Cte � Kee cz _ President or Partner Secretary � CITY OF OSHKOSH William D. Frueh, ,City Meag e r And: � . Donna C. Serwas, City Clerk Approved as to form and execution: I hereby certify that the necessary provisions have • _ '.,[ been made to pay the lia- Warren P. Kraft, bility that will accrue Asst. City Attorney under this Contract. , EDWARD A NOKES, City Comptroller 2 1 1 - ! i I K, a W co O 4J W N N A N 1a 1 A 4 ' I A I 1 ii I I I I I 1 I I I I I V., I U C, ( C, CN I I 1 b I I X.. O - N A a a. t'a ,-_n t. tT C7. C� C� ,. C-., ( C., N b O H ;• f/l X x c 1 ^7 C.. • '77 n Y Y f. .-� H N i,7 L., C-q Y n7 '11 ,--t I� �- L. C•11 0:1 v rn � •,,.) I 1 O I 0 m m I d -n I" , rn , n '',1 o▪ C7) ^•7,. m i r; n n n I Cr) in r- i 1 C. v) ;,1 . ill L________).. C _ _____ ,,, , ,..., 0, 1 O 0,, L,, ,,: ,„ "J 0 G I.t. r h O 0 f D. -' - - w to tD W O Z D. Z. 1 x ` ' .y \ co v 0, CO ..-) —' V N o 0 to w ' r-. •S . - CO) C:, -4 \ t � O W +4 r-• Cn I—' to C C CD z .� a (7:i CD) N OD 0 'I N DA A CD CO(D U 0 ( f. C c 4 o y o i v: m . x • to I-. c, c{ p a; e a G O to ail O CO Cn▪ A O-1.. A i.N ° ...—.,�, i t ,n :a' ;U to { ■ •'D H 43 AO l7 O t- G vs 40 I o O, -. uz CO 0 CO u w -. o a (r ;, e • 1 Le-,1 ti) w — • (.1 I .:+ A -• V 01 CC 4, i w w w U! o DC .) 01 a CO A C" .0 V 00 00 N CO to V CO W A a N •-3 N CO CO • ' V CO O (0 LO Co A N A co • E E I f I .� n 17 9 o z �. • —` I i awP• o0V I . y 0, o N • • 'Cl 0.r --• Z 'Z N -. - V _ N - G 'T7 0 V CO O . ^... A CO V V O CO N 1, (n Co p c0 f 0 5) t7 • G j CO c, c v. w cn 1 A 0 1' '. . . { `0• •} • C'v u to 1 V1 0 N 7 O t :V CO r I 0 44 '.:3 0 ii kv v 1 CO .o. LO G ,. 0 CO CCC 0 CR i O c 47 01' y 1 C ( CC ri !I, 0 0. • i E ! .-. i z c N V ' N Ito o m v) C S 1 t 00 t.. -- 1 4: ( 0) s Co rn 0 0 i Cn i +-, , 0 v N w w V ■ N j 1 i I tom, as i O 0, 4 w s I I V.. .{ _- , ,..1, c ,_..4 , o — ) w A ,I U : ao C, o o ` n• f CC l: s • s.. •_r 1 -C-- I j I 0 tN .n s- v O I I 7 0 7 . O CO 4-', t-'. Co i \ ---• i _.CO CC) 1 Co IN W 4, 1 N I N D, z .-7. j i ; 2'7 �-'� is •. • O V 0 T e I O O { 1 1 -1'.... 71 rn �i I ( C o i i 0 s O L., 0 CO 0 b) ; tT I CO 0 CO t.. O Hfl) CO CO � CO vc CC ) 0 O i co C7 0 0 0 0 i CO ,• Iv ��-- 1 j [ 4 ).'..4 I 3 j -, ,< -- , -. ! I C) CO CT N N -.. -. ! } CO C..-i ;J :. 0 f ! ' ! Y W CO 1 4- C CO LO i O V CA O N CO Ni ! In nt • K •. 1 1 .� rn w w ,- �� I ' - CO CV V, S. U CO ( o -.+ I N 4.• I o ° I I O. . U; 1 p n° o z 1 --CO ---o 0 I • ` I a o O o 0 CD o CO G � (5, j i // ti O CO CO O O I CD 0 O . O CO i CO O 0 CO 1 CO ,-, I G V _______21 1- �i i r-. ) !i i wr ( AA il G r t { , CO 9 �� V c m 1 Co , c, o v CO CO v w CO o 0 m Cr. i I . ; I i 1 !• 1 r> • In ,"I LC) r.- C) 4: : N C -• 4J CO 0 N V N CO L 0 0 I f 7+ r• r 0 C4i CO U C') I ', ; O ` 0',.,..1,:i a ,r o j ',,...K 0 O I O ( O 0 O O 0 m w 0.1. v�ir 1 o CO CO C.D....„, C--.. 1 • . ; I I I I j j I I ( I I I { • i. ' I I I l I s 1 c y I i I i i I I I i i• I ° t 1 1 t i 1 E • i I I i 1 i j i cc . li I , i I s i i 1 l Ic I 1 � s q I w I i I 1 i ' i 6 • d • • I • N -• -. N O A O �. 00 I r Q .s r _. .. c...., .� 7 �. W N N Co ... -4. _ 1 A A N -+ a, CO 01 -, _. -+ CO Co a\ N O CO CA A ... - - N - - - 01 NJ J U I O _ I _ - - _ _ - e N 1 m r c. .-3 -3 CT N O O I o j Co Co - _ = = = j c O rn < y •-. X- x x h x I i Cr .41 0, I A x x } CT 1 I c 7.> = o < m _ F 1 r C.1/ 1•••< M CO I-4 1-I = -3 < < DA Vl r 'L, -3 -3 •-I 7- S+ 1 al _o y ro = = E-3 < < n y c-3 '0 < o at as cn C) L7 i r. cn l I cn S Cn Irn rM1n V1 C� C, r I 1 , cn (ft i^ ni -‹ r rn rn rn on cn m 1 I r e rri al rr) al rn — r < I { I m 141 rn rn < < ~h rn M I I; I • n m rn n rn Co ! I I c 1 � • � 15 W -• V t0 J' 7 7 '1• r 7 y 7, ! l -• CO I V 1' {I--. CO V1 w W 10 f CU CFJ I W CC C) CJ al al w 0 -A a, { N 7 CO ' • I A•O Co 0 N • O N O O O f 0 ( C O ` O 0 0 , 0 I _ f I 1 • N Vt VI y. N 0 W A N -a W -• i --• Ul V c0 , 01 CD '�a1 • N 5. A A V O• V C0 W CA W N CO =+ C1 V7 N N A W Co --• • A .:1 N --• N Vt I V V -• I W CO Co CO A 01 Ul Ul VI U1 I 01 Co 01 Co :n A W W Ul 00 --• O W o O co A Cr, Ut 0 V V I` 0 I NJ (0 W '• O O O A N ; ; ;y CO W • I, w l j f CO I I 7!� V I ,V -+ Ch O Ul c4) v O 11 CD= 1 44 N :L J 44. 0 I U1 i :', ! .c I 11 v W o j Co 0 n c, W cn o .+ r 1 LA O O O co O IL 3 I -.1(.. s N .+ �I C y ' 9c-s• •J N N CO r. I I� ; -. 1 , 7 A 1 { k Ul lD V1 -+i 1 U: 1 N i -"--. NJ N V 1 Al y 01 a, i V1 N Co 0 W O l..1 A-. Cl f{to C1 I V { 4-. N W ; 0 NJ U I I 0 .t-. Ch L A V -• 0 W 00 0 I 0 NJ U: NJ ,(( 0 NJ U1 J +- i AA I NJ • • CO W Q1 Q1 -. .a V CO O O C1 I • 10 I O a> l0 (11 7 A I lO f O N ' O Co NJ V 0 CO I( O CU i -• Co ! -� 11 CO i O A 0 0, 7771 CO 1 N 1 1-!!i� I { 1 ( I I { 1 I I I I . . - . i 1 W (JD -... 7, Z 4 "1, { _- 7, 7 .. 9 - ! .-- I •'. , . 7- -- r --- I ':L' 1 N U NJ ■� w { Co w C) w CO 1 C CO ; CO CO w CO Co a j w ,C I Cr) ( .c. 4•- ! y I "r 0 0 o f j 1 I i ! C. 1 C) n • ---o---- L i -• N W { I i .r - ,- N.)To.,. j N -. Cn (0 U) a1 ..,. I W W a I W N i V N U1 O V I O I N a• N O O1 N C> I -• ! C) !N --• 0 j -, C0 { Ut O N N f..) O CO 5!n O C) O cn { O ! N I - I VI I .F,. O I V O I O O C.0 O 1 O t O r= . O 0 O O O O ! O I O 11 O O CD I O O I O O O G t O ' O ,t 0 0 O 0 0 I O O IQ O 1 O O j O ! 0 I O O G O 1 O 1 O '- I i i i I I i { 1 j -• co -+ Cn _A- W N) U1 1 US N N.) A ' N I -+ 01 .`.11 O 1 a1 i �: tt 01 N.) �,T.I . A -• 01 O1 Co A .F.. CO .CO U7 1 W { (O (0 I_l (0 I V t `` -Al ! A t t J ;� W { N U O A O I 01 Q .> 1 U1 1 CO N 1 CO V 0 j CO Cr) 111 O 1 " , •� a1 0 o r� o o i o t o j ca 7 ca 7 a c 0 0 • 0 0 � o 4 •c1 I o s;.0 J O O O O O O 1 O O 10 O I O 0 O O O 0 I O ! Co { O ? O\ U i • I i i , ! 1 _1-7 { { ; 1 I - 1 -I I ; --- -=-r 1 - 1 1 i } { I I ! ' I I z I I I 1 I; ji1 i l i j R 1 i I I • , a •.5 1 1 I • j I i 1 i _. ..... -.__---..... .----■—•-.. ---..-...-.... aniaMitirom171116.1.4111...11.1.4•142.1,..0.6111.1.11.1M910/./a..11 I i I i I 1 ....t 1 c I NJ (..) N) N.1 CO (4 1 NJ 0 44. VI 0 0 , I 1 - 1 -... ...., C' 0N ON - -.+ Ni -cc (..1 N4 Co CO N./ 7) I rJ1. .,. 4. ." .." <4_, -3 Co .-3 I - Co t- tr: Cr -..-,--1, ..er . < ..--• Co Ni -31 -3 0 > Co < > Co -...- --,'. 0 0 Co -3 9 r- ._.. _ c_re m Co Co .-.: Co Co Co < Co e Co C) Co o < Co izio o / -< H m :.-: ---1 m ::-: H >-< .-." Co o C cre :-: Co m Co : C n o rn Co % i 0 % 0 i % '.,-*; (..n -,-, (/) % < i 1 Co (i] Co — -1 Co -1 n ,Co ."-3 l'-.1 C--, 0 : t.) CA Cl) 0 Cr :,.... 0 C) V I :-..< Co •-? V. Cr, ..i. 'a': CA ...J.. -3 0 ..,, , , .-3 V) C.11 ...". Cr; C- TI r, Co -1:7 % Co i 1 (0 r_n C) H cr, I—, rn ;0 1 rf, 1 0 ,...., n rri ■ ,4 2. o Co 2: --i ...-4 = n ,---3 1 i cc, 0 % IC (..r, % I V) 1 1 I - ---- ,.. __ 1------ i N..) 114 i•J:-.. > crt C.)rD % % %. % % co \,.. .f4.., cc rD -......, --...., --.., "-■ Co°..' . C. • re ,..., 7-."' Cr] CO CO 'Co t:11 CO Cr cp. .-444.444.4.44.............4.4444 ...........,,,, I I r o: N.> . ,-1 .-0 .7 OS I,.1 ("4 Le4 CI --. VI '-C CC 00 00 Lc 4 01 0 N4 0 C...) N4 (0 40 NJ --• r.r1 ;J • • co 0•1 —... --3 Lit C..) '6•; CO 0 03 CT Co ..., E7! ....._ .:,.. Cfl t4". 3( C3 rr >0 2C 2. :3'. .2. [CO Co '''`, "--,... "-...„ 'N".. 7< I..,.. ef.3 I CO 0 C44 CC W Co Co "--.. co i'.••:'. c, ii, L.1 ,r,-- s-< CC' d....) ch Co C t•-, :,-3 , . -4- . 1 Nil - _. :•-:•• 1 7 0 co 0 CcI c3c r-' c•'• 1 „, .4 ,c7., rr ''.■ ■•-• (.....1 • (0 .'re)cr, (..,4 .:,,.. co C) 17.4 trc 0 0 C.41 —.4 4. It- CC 0 1-1 0 "----1 00' CON') t"..) I CO t'< rc ■1 Co I . • . .cc• 0 W 0 0 I 0 00 0 01 i 0 C) '".( 0 1 0 I 0 C." N) 0 I.' '43 r4 u-1 - _ 1 , CC )..-Co P--` CY I.-.0 1 I % % 9, CD v.. . . % % , cr, ^-.. -•••- --, ---... "...... CC C.', CC Co Co Co CC ICJ 0 _ 1 •-..-. tri __ - ( 1 --1 I irl 41. N4 --, ,--I () I 1,..) NJ 1 Co - V n n' >0' 2.4. . , 30 (A NJ (44 ,,,, b...) 1:. 0 T C, a`• 4. . C ,(■''r: 0 cy. ._ 0 Co il(.11 CD 0 • I. - 7V. CD CD 0 CD t (r) Co 0 Co 0 ( ■ G• 1 -- i_.-- 1 r...) - • - 'co 0,-, ‘r, rr 'D.••••- Co 0 Co ri) r•,..) Cl' ccrcr. (A "c-4 rc() (44 3.,./ ..-. ....1-0 N) Cl C.) . 01 t.r1 (0 4.. •—• , i'T. F , ,..) •-< ..--_, ..:_. c. . ,......±..J.,..,.......... ■ . (... 0 . .....J.i.............- ................ 0 0 ...:14 0 C., 0 •••:, , ...)r, 0,.....4.< c.)...i4:1 r 1_ 11° ------- . ,.., , _........__f i • . ,..1 I 1 I. I —1 I. IL-- ---.... 1 ---T- 1 . • --- -i • t.i. ■ I t 1 1 I f .; v -,`, • =ti•r: 3311 l&fit } 'K1011- s v Si r r, .KK. .ter Utilit}[ e * —r � 3 1 t r � is s t, - t, a the office ,4,:1 the r . 4 t° no 4 . #j1 t 'o. , a#4,, � . tht h#o*lr e _ . ' . t _ - .a 4 'git*taw* 'of .fit h ,e1 ' : to } rx R ,. ,x t i"cred =byte" t ' tothe r• e .. g! s Fb# dot a;J!.1 ' ' e� y r d yy re• '''),JP �.+, '? �... 1 V f e!! P �rsf` 5 ' 1.Ya e 4 ' S YY k�k '','...,':.I. i " s r y,w , h sf ? R "� �Oat,illtitiloC ry, t i� � } �"N d u r yl �� � z� ,L- �:f.�i;:'' .ott • h*r . zifa , c-5't,*, - • - : I :,. eletp)mtle (41 - P. t.• } ''''''-"14e.;1,:. telfbtt 4 198 . 11.;:g•';' '- f y R44;•.,.,'. te.., 1 P A9 Y _ _ A xr y,+ ..ar 'P r :, a--. s A r''t R-"r ';'44.2•1'. { C T4 t'1: f� .,�, ''. y••••••••.h; - - iorv._•,.`-r x +1ti ::- t r3t;' .'4, r h* >L'. rile' i• 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. 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 DESCRIPTION UNIT COST TOTAL COST SECTION I MECHANICAL JOINTS & FITTINGS PIPE 54 ' 4" Ductile pipe MJ 5.62 ft 303.48 54 ' 12" Ductile pipe MJ . 13.21 ft 713.34 TAPPED PLUGS 2 4 x 2 MJ tapped 16.97 33.94 CAPS • 4 6" MJ caps 28.43 113.72 2 8" MJ caps 38.27 76. 54 2 10" MJ caps 48.44 96.88 BENDS 3 6" MJ & PE 1/4" w/out glands w/rubbers & bolts 55.73 167.19 3 6" MJ & MJ <" w/out glands w/rubbers & bolts 60.43 181.29 OFFSETS- NO GLANDS 10 6"x6" MJ & PE w/bolts & rubbers 121.48 1214.80 8 6"x6" PE & PE w/bolts & rubbers 119. 35 954.Rn 3 6"x12" PE & PE w/bolts & rubbers 139.59 418.77 TEES- NO GLANDS 1 6"x6"x4" MJ w/bolts & rubbers 81.61 81.61 1 8"x8"x4" MJ w/bolts & rubbers 109.69 109.69 Proposal Water Materials Page 2 QUANTITY DESCRIPTION UNIT COST TOTAL COST SLEEVES 4 4" Type 441 sleeve Smith Blair 49.87 199.48 1 12" Type 441 sleeve Smith Blair 153.82 153.82 2 12" MJ sleeve long style 124.17 248.34 TAPPING VALVES OPEN RIGHT 4 4" tapping valves 154.24 616.96 8 6" tapping valves 211.03 1688.24 2 8" tapping valves 1R nz 6'36_nR 2 10" tapping valves 472.88 945.76 1 12" tapping valve 725.76 725.76 TAPPING SLEEVES ALL STAINLESS STEEL 3 6"x6"x6" tapping sleeves S/S 175.00 525.00 1 8"x8"x4" " " 't 155.56 155.56 1 8"x8"x6" 166.67 166.67 2 10"x10"x4" " It 't 179_29 344.44 1 10"X10"X6" " It It 1RR_R9 1 10"x10"x8" " It It 225.00 1 1 2"x 12"x 12" " 't 't 438.89 1 16"x16"x10" " ft ft 383.33 CUTTING IN VALVES 10 6" cutting in valves open right 193.10 1931.00 1 8" cutting in valve " If 297.12 297.12 MJ VALVES EPDXY COATED 8 6" MJ Valves open right 184.73 1477.84 1 12" MJ valves " 565.54 565.54 Total if awarded entire section I of f f mechanical joints & fittings $ 16,000.00 �'. Total '' 7 9 f 1 Proposal Water Materials Page 3 QUANTITY DESCRIPTION UNIT COST TOTAL COST SECTION II VALVE BOX ADAPTERS 10 2" valve box adapters with lids 17.53 175.30 24 4" valve box adapters with lids 99.55 541 _2() 10 valve box adapters with lids adjustable to 6" 24.24 242.40 VALVE BOX COVERS & SECTIONS 100 Tyler valve box covers marked water 5.52 552.00 10 Tyler 2 ' valve box center sections 16.01 160.10 75 Tyler 3 ' valve box center sections 19.73 1479.75 24 Tyler 1 " valve box top sections 16.56 397.44 130 Tyler 2 ' valve box top sections 21.36 2776.80 12 Tyler it valve box exten- sions 15.01 180.12 65 Tyler valve box bases 15.00 975.00 Total if awarded entire Seciton II 7 '4 ?' ' 1 Valve boxes , etc . $ 7,200.00 Total SECTION III HYDRANTS AND TOP EXTENSIONS 18 6 ' Waterous Pacers open right 616.81 11,102.58 _ 32 61/2 ' " " I, ,, Fi77 7R 7n,nh4 76 3 6" top extensions Waterous 113 nti qq4 ts 3 12" " " " 127.60 382.80 2 18" " " " 141.94 283.88 Total if awarded all of section III $ 31 ,500.00 3ai ' n � Delivery Proposal Water Materials Page 4 TERMS Net 10th Prox. Davies Water Equipment Co. Name of Company SUBMITTED BY: Sales Manager Name and title of person making out the bid 1/10 1985 5350 N. Richmond Street Date Address of Company 414 731-3252 Telephone number SPECIFICATIONS WATER MATERIALS VALVES : 1 . Valves shall be manufactured in accordence with AWWA spec- ifications C509-80. Valves 12" and smaller shall be de- signed 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 resilient 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 shipment 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 replace- able with valve wide open and subjected to full rated pressure . 4 . Body and cover bolts and nuts shall meet specifications ASTM A-307 . Valve body and bonnet shall be epoxy coated inside and outside . All interior surfaces and parts shall be pro- tected by a corrosion resistant coating . 5 . Wedge shall be constructed of ductile or cast iron, fully en- capsulated in synthetic rubber except for guide and wedge nut. areas . 6 . Wedge rubber shall be moulded in place and banded to the duc- tile iron portion, and shall not be mechanically attached with screws , rivets or similar fasteners . 7 . Wedge shall seat against seating surface 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 . 8 . Waterway shall be smooth and shall have no depressions or cavities in seat area where foreign material can lodge and prevent closure or sealing . Specifications Page 2 9. Glands for cutting in valves are to have set screws . 10. 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 51/4" . 1 . In let connection shall be 6 " mech. JT. m. Hydrants shall have two 211" 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 .