HomeMy WebLinkAboutWater Products Company FY January 21, 1982
OSHKOSH
•
Water Products Company
5431 N. 131st
Butler, WI. 53067
We are herewith enclosing copies of the Contract (based on
your City Council accepted bid) to furnish the City of Oshkosh
with the following :
Water Utility Materials
Kindly execute all copies : with necessary signatures , wit-
nesses , corporate seal -- and return to this office . Please en-
close a Performance Bond; a Material and Labor Bond , and a copy of
your Insurance to cover this project . Specifications for these en-
closures are explained in your bid specifications .
Upon final execution , we will mail you one copy for your files .
Yours truly ,
CITY OF OSHKOSH
" yvv1,4) Y,)-(--66-6-1L
Office of the City Clerk
Encs .
Cf1Y HALL + 215 CHURCH AVENUE P. O. BOX 1130 • OSHKOSH, WISCONSIN 54902
A G R E E M E N T
THIS AGREEMENT made and entered into this d24.1. day of January , 1983 ,
by and between WATER PRODUCTS CO. of
5431 N. 131st, Butler, WI 53067 , 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 20th day of January , 1983 , 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:
Water Utility Materials:
3 - 4" tapping valves $417.00
18 - 6" MJ Valves -open right 2952.00
2 - 8" MJ Valves - open right 510.00
1 - 12" MJ Valve -open right 498.00 TOTAL BID: $29,203.68
40 - 62' Hydrants 19, 188.00
12 - 6' Hydrants 5,638.68
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 $ 29,203.68 , 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 of partnership, the signing of this agreement shall constitute a warranty by
the person(s) so signing the proper authority so to do.
WATER PRODUCTS CO.
In the presence of:
By: G' r1` % / i
Signatur: of sole proprietor, or name
(% or co p''rationor partner hip
President
. . 'artner
gif121e) .4":":".
5'5cretar
CITY OF OSH 1SH r;
c ' c X7._` I
. By . ,/
• LLIAM D. FRUEH, 'ty Manager
\ t I. ,�' BY: / 1►IL_I V A, i '
DONNA C. LUEBKF, City Clerk
I hereby certify that the necessary
provisions have been made to pay the
Approved as to form liability that will accrue under this
conract:
/9ke
V
61
f
, MXMIIXMt�BCIEIB�IXOX AMU EDWARD A. NOKES , City Comptroller
TOM W. AHRENS, Asst. City Attorney
I ►; I , I
1 1 I
I I ►Z.
I s. .r o I 0 0 0 0 0 0 o c c
► e o 3 0 0 0 0 o c 0 o I o 1 c l o 0
m ! •-+ U x er ••M
C7 to O N C co CO 'V' CO Q CO CO t0 O 1 O ' O v
o+ C >,m .- 0 r m v \`.) v N in
.i I O -1 CO CO M �+ •1• M Q M co n n
to Go .0 v
0 3v7ia
>y
CK I O 0 0 0 0 1 0 a 0 0 1 o} o ` - 1 0
V 0 0 O 0
a 0 o a� o o N tD N M N M O of CO I
J ^J I O Z : r I M v N r N CO Q
4 7 Q 10
W t O M = M )
CO Z rJ S. v I in
Q d 3 c• to cc
1... O
m o O o 0 0 I o ,
to y X 0 CO .o n to r CO v v 0 0 0 m
❑ 0 4 x 0 t
M X O O O Y Z C z Z co Z N en O O r Z
C1 73 CO CA 7N t• M co tC v M
O \0 11) M ,_ ._ - N 01 N
Q ) 3 •0 3 ui
.a 1 C) • -••I ►,
m G E ..1 0. Z 3 I
a a • t
W .1 tG L d O o O O O O U1 O
O
E. 7 ••1 +) -• 11 0 r CO t1 01 C C 0a
1
G O'3 O c to •
S w o c 0 •-
N v C o to v N 40 a o
in w z o +) a+ to N o v m m v v o v
>• O S. O E d v M d' O N .- - N 0) C
E. .•4 C) O L •i N
H > a) • to 0 G
...1 A A O M •.1 G I-+
■• e3 Vtoa1C3
E.
.a C N tD m tD m O v / j - I v tti
ai I N •.V .- m r N` 111 m m t0 N rf r.
G= C'M -q Ire 7I C
E. I 1. w 4 en l0 in N C en N )
CO C
G 0 X N M •- a VD r tT M O N 7 en
3 0 4 O CO to M M 1 m \ N,
O 0 O v
C •• 3 • •
o 10 O 0 •■■
U 3 m• 2 3 I
U •
C 111
0 1, N N v O r N • O o
U 4 O 01 C O N N CO 0
•.� 7 to
L 0 Y. C O Q' t0 v .- p1 N to Z
I 16 4 ••� 0 0 r ,u, I r o , 0 1 r. 1 ► Q
en• E a o e I
7 0 7 • 0 t•-e
G E. CO 0. E 3
C ►
.v- RI
v v
. ..
I
0 C1 0 0 v
v v v c
un .i to in V
mO ..- v
> m m
.,, a
r,
0)
• to
3 m I
w 0
C1 > F
O "i W to V. d w
a 7 w 1 2 v m 0 ¢ • o
.■ O h C I 0 0 0 0 •. C". 1 > T
S•1� U U1 E 1 ea w .-1 .-I .•1 to Z z .. ,
01 - F •a > to U)
j tr rn w *a i h w CO 'o o f : ■ v
I vj C CO ^ f w • r.
o h I f ° a I °' 1 x v
4 4. I E I 0I '" i F X x
i I ; c c = w o1 C ' , I 2 I I ! ._
2 c_ tfi I e ( G
j O t0 N
^ I ¢ G tD
a x i x I x i E E x 0
X E. I x
I N N O z
► t0 l0 t0 v v ¢ CO 1 Q W
i I i
► I Imo! I j I I
fi rl ! :. I t -
t
1 ( . I i I I I
II I
I
I
i
1
I , I I I 1 ITr
1 O O O I O O\ L1 /
• O O O I O O 1 N �O •O
Q O O I U'1 Q> N •
▪ >. N O CO Q M M
^+ .y Q N 01 O t0 j tO Lel O.
3 t.0
o ! O o ((O ' o o O o O
O O O O
m O N O I • O O CO
.-1 O u1 7 O M kb o o N
• U M 01 IA 01 01 1n t0 O Q r
7 N 1\Q 01 N tO t0
V o
.. 0
3 4 M
C. 1 .-
o I n o iu1� o 0
o • m CO. I m I Q CO o N O O
C • Z Z I Z O Q t0 O Q
7 Q
0 1f" 01 to Q CO M U1
ni M
3 b t!1 t0 t0
-i h 4
Q M
i a ■ .-
'0 N O Q co co • In O
111 O 1(1 .- N M o N O O
m tO in r to Q•O 01 tO Q N O t0 M CO 111 co
> h u1 u1 r .- r n
> M m
m
D M
I
t0 0 1 o i .- r Q o O o
at u1 o r tc M o u1 to Q
0 r
L.d N u1 r 01 Q Cr, n N
c m r u1 CO O in u1 Cr, M t0
m M V1 1!1 en tO t0 t0
0 v 7 0 •-
0
U M
1 .-
a o o I o to m
E o Q o u1 so o m m m
CJ N
. E. O O O CO M 2 Z Z
1n r t0 O 1n O'
O ■0 tO M Crl
J I l
O I N
G .-
.7
CO G
Z
O O
E.
I-1 F
< F
c ( U
IQ w
ir I I
I � oa
m r I r
O O I `
I
LC
.- m C I I > N O
3 0 I 7 O - cs7
O O a i I U m u: - Ii c c o o._ ct 4.: ,, c U U O VJ V1 4.J u I.) L a m to m r.
cc a m 0 m > .- N M n
T Idi
I
41 C n
^
C CO N O M O N O N co U O O
7 t0 .- .- M .- M N N N r Q Q Y
Y
•
•
' 1 i 1
I
I j I I l I I ! r
I i
I
I I i
1 , •
I i
I I l
t• 4 I I 1
i
1I j I
I
1 1
I I.
i i i �
1 j
I
I
1
i •
I i •
I, i 1 � ! a o c 1 I
to C N I C C 1 t7 O N N
C >, �. ,7 I C 0 C CO D >.O o
Q .p • N I p] I 1l1 I r st O1 ID C M
U Q I r 'o a
w 2 `^ i c.,
7 N
Z N I Z
o I O 1 O a i m m m
N
+.> L^ 1 O m co z z Z CO O
o I r O CO m >` M
4 7 O U r'
G! 'O 0 ''C CC .: 1
ro 4 i 1 1 �1I I a' a Z
I
v l 1 i N i
a) I r ) i ¢ m m m a) o
y � m 17 0• 1
Z i G Z Z Z A O c: s+
x_ ,°� I ro z o o I I I
to a) v1 ( oa J N
3 J
I I
Z
• I I
C �r 1 1 1 p j
p rg. p c
C
I
I
a
• • l •
N ^'f 0
W 10 N O I M e i - s h 1
v u m CC i CO N >+ M (D
ro 0 a) C s.
° i i � i Z > o4
1 ) A. ro
In o c 1 C v+ 0 0 0
r in O j O I M 01 CD T O
11 CO M - o f 0 1 r at N 0 ID 0 0
W tD r CT j UI VD V' VD M 'O 4
o Q' N = i sD M . N CD
y
C O I N
0 h Z
0 .- j
o 1 I > >
> >
1 > ro G
RI > a
O. m A C I
• m • m 'o �
. z e ( z z z z z o
1 c
i •
J. Z
a I
1 _. 'a
1 1 j CO
ro
o Z ! W C
O I 1 C
w+ p 1 Y ro
V1 Q I I ro .-1
m I i Z I' 1 1 a) ; L.
G. j L
m I Y
j
X •
C v, [a: 1 I C ro U
C
.) +: i • i p l rn C
G G 1 F I c re c
ro co I C
s. 'C I d I j .r., I rc f 1
V ' re i I I 1 X T V. 1
IC I V. I d I I C 1
Q ' G Z J 1. C I '� X
ry C C
iC J 1 CC I n I
C N r = z
T i ^J
I LI F ,.1 W ro Q
CO LI ■
e 1 G 1 I I so I D Q cc r.
sD
T i
{
I
f
I
ro in M O j N M N \D I
aN N < I I
•
•
APPLICATION FOR CONTRACT THE /ETNA CASUALTY AND SURETY COMPANY
• BOND AND AGREEMENT OF Hartford, Connecticut 06156
INDEMNITY AND FOR SECURITY
LI FE&CASUALTY THIS COPY TO BE COMPUTED.
SIGNED AND RETURNED TO
THE MILWAUKEE OFFICE.
Field Office 36 SB 52718 BCA Bond Number
Water Products Co. , Inc.
Milwaukee Butler, Wisconsin
The undersigned, hereinafter called Applicant, hereby applies to THE 'ETNA CASUALTY AND SURETY COMPANY,
hereinafter called'Etna, for a bond or bonds, hereinafter called Bond, to be provided in connection with a contract, hereinafter
called Contract, entered into, or to be entered into, between Applicant and
City of Oshkosh
Winnebago County, Wisconsin
The performance required by the contract is referred to herein as the Project and is described as follows:
Location Oshkosh, Wisconsin
Description of Work
Supply Water Utility Materials
If Award Has Been Made:
Date of Contract January 26, 1983
Contract Price $29,203.68
In consideration of 'Etna's providing the Bond and as an inducement therefor, Applicant Hereby:
1. Agrees to pay all premiums which fall due until the Bond has been exonerated and discharged and'Etna has been provided
with competent legal evidence of this fact.The premium shall be at the rate in force as of the effective date of the Bond, as
applied to the Contract amount, and will be adjusted to correspond with any increase or decrease of the Contract amount.
2. Agrees to exonerate and indemnify"Etna from and against any and all loss and expense of whatever kind including interest,
court costs and counsel fees, hereinafter referred to as Loss, which it may incur or sustain as a result of or in connection
with: (1) the providing of the Bond; (2) the enforcement of this agreement. To this end Applicant promises:
(a) To promptly reimburse 'Etna for all sums paid on account of such Loss and it is agreed that (1) originals or
photocopies of claim drafts, or of payment records kept in the ordinary course of business, including computer print-
outs, verified by affidavit, shall be prima facie evidence of the fact and amount of such Loss, (2)'Etna shall be entitled
to charge for disbursements made by it in good faith, under the belief that it was liable, or that such disbursement was
necessary or expedient.
(b) To deposit with 'Etna on demand the amount of any reserve against such Loss which 'Etna is required, or deems it
prudent to establish, whether on account of an actual liability or one which is, or may be, asserted against it, and
whether or not any payment for such Loss has been made.
CAT. 533149
(S-891-W) 3-81 PRINTED IN U.S.A.
tr.
'1UaUlaJgE LITJUJaS STyl ;o aJUapTna SE `IEUTWTIO ayl jo nail UT `LJUaVE I Ua UW AOB alsiidolddu ay
g3Im pale; aq Lulu luamaaids LlunJas sup jo uoTlJnpoldaJ iaylo io JTydUJdoloyd `uogIEJ 1541 pis osis si lI 'FJZj
•uorasBoigns ;0 14gu alp gurpniaur `s14WrJ Ja4oO ;o Jan1Em 5 s5 pan.lsuoa aq iTE4s iapunaiay
slygu
jo uouiass5 ay Jou apop israiawtuOp wJO;run ayl iapun luawaaigs sp.') jo guyg ay Jaylrau 1541 pus ,Slams
sr slygri aigsllnba pus isgai s Eulyr jo uonsgoiap ur Jou pus of isluawaiddns is luawaaJgs sryJ Japun slygri 3543 saaigy •ZT
olaiay Lusd ia410 Lus jo asoyl io `sanyrgsri
pus S34 U S1r `13a;;E lygrw Jo `s33a;;E yJrym 5u17 ay)Jo uonual3E ay 03 gurwoD uormuJo;uI Jo 1)E; Aus;o ainou sanrs/A •Il
•puog ay Aq painaas aauswio;lad JO uorl5gygo
Aus jo Jo `puog ay jo suorsrnoid pus swial ay uI sagu543 03 `luasuoa 03 amii5; Jo luasuoa s suly a4J 'Jo parpnou aq paau
(s) Jolruwapul Jou lusayddy Jaylrau pus ‘Aq pa.rsdwn aq 1ou hens luawaaig5 sryJ;o 1)a;;a pus ,ilhprisn ay1 3593 saaJ9y '01
•11 aaio;ua o1 IOU alp pus luawaaig5 sip jo 1r;auaq
a41 any!' ins sarlains Jo Alarm Jay10 yaps Juana Jaylra ur Ivy pus `,dams-o3 s5 sarlains Jo Llains Jayyo Aq uonsdiai
IEd io;agusjis Lsw Eulyi7 Ivy JO `sarlains JO Mains Jay3o woij Jo; paydds uraiay puog ay aJnaoJd LEw suly 1541 SaaJgy •6
•1ucaliddy Jo; pansSI anvil L5w Euly yJrym puoq Ja1.110 Lu5 o1 Jaadsai ylrte six AEw yJrym suonsgrigo
a3iri w pus `luawaa.gs sryJ;o(q)z pus(5)z `Z sgds.gsJSd Ur ylio; las ais yJry ■ 1uEa9ddy;0 suoTuEgrigo a4J jo a&syasrp ur
sulyl ay Aq paridds aq Lsw Lgaiat paluriW 530u LJUnaas ay1;o asraiaxa ay 9gn0itl EUJyI Aq pazri5aJ spun; 1541 saaigy •g
1Daloid ay Jo; .10
ur pasn aq o1 sisualsw Jo/pus luawdmba `lucid `51001 `Jogsi;o gurysrum; ay Jo; SJU3w33ig5 Jaylo pus SJa5Jluoagns (q)
•1Dafoid ay Jo; papaau Jo ur pasn sisuaJSw pus luawdmba `lucid `siool, (5)
:01 Jaadsa3 torte Jusariddy ay
;o ailu pus 1489 iir Lo(ua pus asraiaxa o1 `Lgaiay palusJB slsaialur AlunDas a4J saai0;Ua 1r Juana ay ur `5uly! sazrio4lny
•puswap yafS i0; spunoig
ay ow! AJrnbur io; LJyrgrsuodsaJ Lus woij suoi3szIu5`gi0 pus suosiad yaps sanayai pus `puswap s1r uodn suly 0l spun;
yJns Lsd o1 aigsAsd awoaaq Jo is luawaaigs LJUnaas slap of Jaalgns spun; wogte woi; suouszrusgio JO suosiad ils s3aairQ •9
•S1yg!J L3Tmaas
slr ;o luawlaaio;ua ay Jo; uonsar;nsn( sr slaidialur LigsuossaJ 3! yaryte a3u5lswnana Jo 135; ,Sus jo Eu1y7 03 aanoN (g)
liiote ay w papaau Jo pasn luawdmba Luc jo asn ay jo lusayddy guinudap sgurpaaaoid Lus jo gurguuq aq j. (j)
•lusayddy jo Lauaniosur ay gurgajis sgurpaaaoid Lus jo gurguuq au, (a)
'Jusariddy ;O Lauaniosul (p)
•paisiaap Liiswio; sr Jins;ap tans Jou JO Ja4laym `puoq paprnoid ssy mg, yaryte
i0;JJEJIUOJ Jayy°Aus Jo JO `13siluoD ay `ylrte uonaauuoa ur siirq;o JuawAsd a41 ur Jo 'Jo aausuuo;Jad ay ur line;au (a)
-Luoia; 5 ;o u01131AUOD JO LITasdsaur `a3usJ5addssrp `ylsap sp.; uodn `isnprnrpur us sr 1usDTiddy 3I (q)
•anp Uagte `lusayddy of mg" Aq pagsruJn; `puog Jay10 Lus Jo `puog sryJ Jo; wniwaid LEd 03 amil53 (5)
:gurmoiio; ay ;o Lus ;o guruaddsy ay uodn olaiayl 1aa(
-qns spun; pus Luadoid iie;o uorssassod ainaas pus puswap L5w pus slsaialur Alunaas piss aaio;ua Lsui mug/ Ivy saaJgy •s
•apoj iclaiaw
-WO) wiO;run ay) Japun 1Uawa15Js guuusur3 s se luawaaJgy sryJ aig 03 awiAus 15 pus uonaJasrp 531 1s suii sazuoyiny
•Jaa(oid ay ylrte
uonaauuoa ur lusayddy Aq pauass5 Jo paurslsns ai 4 alp pus agswsp io;swr5ia;o linsai E sr aamos due woij anp awoaaq w
JO anp stuns riE pus 135iluoJ ay ylrm uonaauuoa Ur JO Japun lucariddy of aigsAsd awoaaq L5w yaryte pus 3.1V 1.13114M swns iiy (q)
"Jaa(oid ay J0; papaau Jo pasn uorlduasap pus ainisu Liana ;o Sj5Ua3EW pus luawdmba `lucid `51003 lly (5)
:ur lsaiaw! LJrJnaas 5 5U937 03 swci9 •f
13. If the Bond hereby applied for is a bid or proposal bond,and if the Contract is awarded to Applicant,Applicant hereby agrees:
(a) Applicant is not obligated to obtain from'Etna, nor is'Etna obligated to provide performance, payment or other final
bond or bonds.
(b) In the event 'Etna does provide the final bond or bonds this Agreement shall be deemed to have been entered into
with respect to such final bond or bonds.
Executed this 26th day of January 19 83
Witness (L.S.)
Individual Applicant (Debtors)
Witness (L.S.)
Partnership Applicant (Debtor*)
By
Partner
XAttest Water Products Co. , Inc. (L.S.)
Secretary Corporation Applicant (Debtor*)
Mailing Address pf Applicant (Debtor*):
5431 N. 131st St. )(By(By
Butler, Wisconsin 53007 President
Address of Surety (Secured Party*):
2675 N. Mayfair Road THE 'ETNA CASUALTY AND SURETY COMPANY
Milwaukee, Wisconsin 53226 SURETY (Secured Party*)
By
As a further inducement to the /Etna to provide the Bond herein applied for and inconsideration therefor, I (we)
hereby execute this Agreement as Indemnitor(s) and jointly and severally agree to be bound by and to perform all
the terms, provisions and promises of this Agreement.
If indetnnitors are individuals sign here:
Witnesses:
Witness as to (L.S.)
Witness as to (L.S.)
Witness as to (L.S.)
Witness as to (LS
Witness as to (L.S.)
_ Witness as to (L.S.)
Witness as to (L.S.)
If indemnitor a partnership or corporation sign here:
(L.S.)
Partnership or Corporation
Witness By (L.S.)
Witness By (L.S.)
Witness By (L.S.)
Witness By (L.S.)
Witness By (L.S.)
Witness By (L.S.)
Witness By (L.S.)
*THE DESIGNATIONS "DEBTOR" AND "SECURED PARTY" ARE USED IN ORDER TO
COMPLY WITH THE UNIFORM COMMERCIAL CODE.
CERTIFIED COPY OF RESOLUTION
At a regular/special meeting of the Board of Directors of
duly called and held on the
day of '19
a quorum being present,the following Resolution was adopted:
"WHEREAS,this Company is materially interested in the transaction(s) in which (1)
has applied or will apply to THE /ETNA CASUALTY AND SURETY COMPANY for bond(s) or undertaking(s); and
WHEREAS, THE /ETNA CASUALTY AND SURETY COMPANY has executed or is willing to consider the execution of
such bond(s) or undertaking(s),as surety,upon being furnished with the written indemnity of this Company;
THEREFORE BE IT RESOLVED, that (2)
of the Company be and hereby is (are) authorized to execute on behalf of the Company, any agreement or agreements of in-
demnity required by THE /ETNA CASUALTY AND SURETY COMPANY as a prerequisite to the execution by it of the
bond(s) or undertaking(s) for (1)
in connection with the matter(s)or transaction(s)described in the agreement of indemnity required by said THE/ETNA CASUALTY
AND SURETY COMPANY,and the proper attesting officer of the Company be and hereby is authorized to affix the corporate seal to
such agreement or agreements of indemnity and subscribe his/her name thereto, attesting the same.'
Secretary of
I,
have compared the foregoing Resolution with the original thereof,as recorded in the Minute Book of said Company,and do certify that
the same is a correct and true transcript therefrom and of the whole of said original Resolution.
Given under my hand and seal of the Company
in the City of
State of
this
day of ,19
Secretary
(1) Insert name and address of Principal or Applicant.
(2) Insert name and title of officer(s).
PERFORMANCE AND THE /ETNA CASUALTY AND SURETY COMPANY
•
LIM PAYMENT BOND Hartford, Connecticut 06115
LIFE&CASUALTY
KNOW ALL MEN BY THESE PRESENTS,THAT,
WATER PRODUCTS CO. , INC.
5431 N. 131st St. , Butler, Wisconsin 53007
(hereinafter called the Principal),as Principal, and THE !ETNA CASUALTY AND SURETY COMPANY, a corporation
organized and existing under the laws of the State of Connecticut with its principal office in the City of Hartford, Connecticut
(hereinafter called the Surety), as Surety,are held and firmly bound unto
City of Oshkosh
Winnebago County, Wisconsin
(hereinafter called the Owner), and to all persons who furnish labor or material directly to the Principal for use in the prosecu-
tion of the work hereinafter named, in the just and full sum of TwentyGNine Thousand Two Hundred Three and
68/100 - -($ 29,203.68 ) Dollars,
to the payment of which sum,well and truly to be made, the said Principal and Surety bind themselves,and their respective
heirs,administrators,executors,successors and assigns,jointly and severally,firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of
January , 19 83 , to
Supply Water Utility Materials
which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.
NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the said Principal shall fully indemnify
the Owner from and against any failure on his/her part faithfully to perform the obligations imposed upon him/her under
the terms of said contract free and clear of all liens arising out of claims for labor and material entering into the work, and
if the said Principal shall pay all persons who shall have furnished labor or material directly to the Principal for use in
the prosecution of the aforesaid work, each of which said persons shall have a direct right of action on this instrument in
his/her own name and for his/her own benefit, subject, however, to the Owner's priority, then this obligation to be void,
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that no action, suit or proceeding shall be had or maintained against the Surety on this instrument
unless the same be brought or instituted and process served upon the Surety within e C°' after completion of the work
mentioned in said contract, whether such work be completed by the Principal, Surety or Owner; but if there is any main-
enance period provided in the contract for which said Surety is liable,an action for maintenance may be brought within4 '
years from the expiration of the maintenance period, but not afterwards.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 26th day of
January , 19 83 .
WATER PROD TS CO. , INC. (SEAL)O,;7 ,..
(SEAL)
/I /∎. (SEAL)
THE 'ET 111SUALTY AND SURETY COMPANY
Kathleen A. Sta flak• Attorney-in-Fact
CAT.40568A
•(S-1713-F) 11-75 PRINTED IN U.S.A.
/ THE 'ETNA CASUALTY AND SURETY COMPANY
Hartford, Connecticut 06115
LIFE&CASUALTY
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL MEN BY THESE PRESENTS,THAT THE/ETNA CASUALTY AND SURETY COMPANY,a corporation duly organized under the laws of the
State of Connecticut,and having its principal office in the City of Hartford,County of Hartford,State of Connecticut,hath made,constituted and
appointed,and does by these presents make,constitute and appoint Kathleen A, Stachnik — —
of Milwaukee, Wisconsin ,its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred
to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there desig-
nated ,the following instrument(s):
by his/her sole signature and act,any and all bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,
recognizance,or conditional undertaking,and any and all consents incidents thereto not exceeding the sum of FIVE HUNDRED
THOUSAND ($500,000.00) DOLLARS —
and to bind THE/ETNA CASUALTY AND SURETY COMPANY,thereby as fully and to the same extent as if the same were signed by the duly
authorized officers of THE/ETNA CASUALTY AND SURETY COMPANY,and all the acts of said Attorney(s)-in-Fact,pursuant to the authority herein
given,are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force
and effect:
VOTED:That each of the following officers:Chairman,Vice Chairman,President,Any Executive Vice President,Any Senior Vice President,Any Vice
President,Any Assistant Vice President,Any Secretary,Any Assistant Secretary,may from time to time appoint Resident Vice Presidents,Resident
Assistant Secretaries,Attorneys-in-Fact,and Agents to act for and on behalf of the Company and may give any such appointee such authority as his
certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of
indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of
Directors may at any time remove any such appointee and revoke the power and authority given him.
VOTED:That any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the Chairman,the Vice Chairman,the President,an Executive Vice President,a
Senior Vice President, a Vice President, an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the
certificate of authority of such Resident Vice President,and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary
or by a Resident Assistant Secretary,pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary;or(b)duly
executed(under seal,if required)by one or more Attorneys-in-Fact pursuant to the power prescribed in his or their certificate or certificates of
authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution
voted by the Board of Directors of THE/ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers:Chairman,Vice Chairman,President,Any Executive Vice President,Any Senior Vice
President,Any Vice President,Any Assistant Vice President,Any Secretary,Any Assistant Secretary,and the seal of the Company may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or
Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any
such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such
power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with
respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF,THE/ETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Assistant
Vic President ,and its corporate seal to be hereto affixed this 11th
day of November , 19 82
THE /ETNA CASUALTY AND SURETY COMPANY
HARTFORD. 4
2 CONN. 0
r
By
State of Connecticut Assistant V ce President
ss.Hartford
County of Hartford
On this 11th day of November , 19 82 ,before me personally came R. T. RIPPE
to me known,who,being by me duly sworn,did depose and say:that he/she is Assistant Vice President of
THE/ETNA CASUALTY AND SURETY COMPANY,the corporation described in and which executed the above instrument;that he/she knows the
seal of said corporation;that the seal affixed to the said instrument is such corporate seal;and that he/she executed the said instrument on behalf
of the corporation by authority of his/her office under the Standing Resolutions thereof.
2,OTAq�s'
'°t/ef"
My co ission expires March 31,19 84 otary Public
CERTIFICATE
I,the undersigned, Secretary of THE,ETNA CASUALTY AND SURETY COMPANY,a stock corporation of the
State of Connecticut,DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and
has not been revoked;and furthermore,that the Standing Resolutions of the Board of irectors,as set forth in the Ce 'ficate of Authority,are now
in force.
Signed and Sealed at the Home Office of the Company,in the City of Hartford,State f onnecticutFte>tscii 26 day of
January , 19 83
y�,..NO
- S9
HARTFORD, '-
if
B
CONN By
Secretary
(S-1922-E)(M)3-79 •^" PRINTED IN U.S.A.
Purchasing Division
P .O. BCx 1130
Oshkosh , WI 54902
•
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 Purchasinc Division ,
P .O. Box 1130 , City Hall , Oshkosh , WI 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 6 , 1983
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 days 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 ) 424-0265 .
William D. Frueh
•
City Manager
PUBLISH : December 28 , 1982
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
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 .'. .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
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 .
W7 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 .
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 . An automatic , independent drain is to be provided to permit
removal or adjustment without shutting off water . Drain to
have tapered seat and valve rubber.
7. 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.
1-"/S . 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 21" 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 .
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 proposalfrom
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 , porpose to furnish the City of Oshkosh, Wis-
consin, F.O.B. , Water Utility Warehouse , 640 W. 3rd Avenue, as per
specifications , the following items listed for the following amounts :
UNIT PRICE TOTAL
ANCHORING CPLG.
6- 6 " with swivel gland3,_`�
OFFSETS
3- 6" x 6 " MJ & MJ (F982 )
_iz3S7,00 &10S-7.00
2- 6" x 24" MJ & PE (F984 ) 1 LOO 3M _C)0
2- 12 " x 18 " MJ & MJ (F982 ) liKo(j0 15 960„00
SLEEVES MJ Solid Sleeves
2- 4” F1014 MJ Solid Sleeves S 24(1z00
4- 4" F1208 MJ Solid Sleeves L300C3 R52,„00
2- 8" F1014 MJ Solid Sleeves
1- 12" F1014 MJ Solid Sleeves in z. 5 o I0 20 s---
TAPPING SLEEVES (F5205 )
(Must fit both Sand Cast & Centrifugal cast pipe)
1- 8" x 8" x 8 " 2_93 .0C 3C0C 2'f,!
3, 0c)
2- 10 " x 10" x 4" ti 'ill,. oo 2 Oc
TAPPING VALVES OPEN RIGHT
3- 4" Tapping Valves F5245 If_39„ 00 /4 (I17, 00
HYDRANT TEE
2- 6 " x 6 " x 6" (F943 ) 20s OO q(ao O0
ELBOWS
6- 6 " MJ & MJ (F925 ) if 60. 00 3Loo 00
PROPOSAL
Page 2
MJ VALVES - OPEN RIGHT UNIT PRICE TOTAL
I
18- 6" MJ Valves A toy ,O® 2�gs2Aco
2- 8 " MJ Valves fi 2S 00 A . Oe O
1- 12 " MJ Valves I ga 00 'Icl.ko00
REDUCER
4 3- 6 x 4 P.E.& P .E. (F970 ) 31. 00 g 93.00
1- 8 x 6 W 16" MJ (F965 ) W S- i..o,o 4 g, 00
VALVE BOX COVERS AND SECTIONS
300 Covers (F5494 ) Marked Water 4 j,- 19 ktt S-5 41/. 00
30 Center Sect . (#62 ) 2 ' A 1r]�cQ c2sQ nD
200- Center Sect . (64 ) 3 ' li 1 o 6(-) if 3 20.00
24- Top Sect . (#55 ) 1 ' * I (N) (IS if 25-0, 130
200- Top Sect . (#56 ) 2 ' A 2.C,OO / 1 ocooOO
20- Extensions 1 ' A I ?,..1,S- 4 &I 70
200- Base (#6 ) (l 114 00 1'i
VALVE BOX ADAPTERS (H 10376 ) 13 oci6 8...4.)
75- 1" With covers in casting li 1( .000 4 12OQ. 0
1
40- 2" With covers in casting I IL 0Q 4 Gq0. 00
40- 3 " With covers in casting ii 16a V (-�72 OO
25- 4" With covers in casting /1 19. 00 If L(75:: 0Q
25- Adjust . Adpt . 10377 , O QO 11 ,6-no 00
HYDRANTS AND TOP EXTENSIONS f p
40- 61 ' Trench Pumper Hydrants open right L-47 q_ 7O �� �g A Q0 12- 6 ' Trench Pumper Hydrants open right fl _ 60
A___ _(
3 - 6 " (F2671 ) Eddy Top extension _
Break Flange Hydt . �—
2- 6 " (F2668 ) Standard Hydrant r _ --'_
6- 12 " (F2671 ) Top Extension Break
Flange Hydt .
Proposal
page 3 PROPOSAL (Continued)
WATER UTILITY MATERIALS
Terms: Oft % days
Delivery will begin 1Lk 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.
L.) G7A-72-1-- )01,\17)
Name of Company 7/
SUBMITTED BY: � a Ul(k- (`RAJ
Name nd itle of person making
out the bid
— [ 1983
Date c9. 1 N ), 20-1-
,Sf ✓k, j
Address of Company