Water Works: Mains and Service Materials

expired opportunity(Expired)
From: Manchester(City)
FY24-804-47

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 09 Apr, 2024 (18 days ago)

Due Date

09 Apr, 2024 (18 days ago)
Bid Notification

Type

Bid Notification
FY24-804-47

Identifier

FY24-804-47
City of Manchester

Customer / Agency

City of Manchester
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID Manchester Water Works Mains and Service Materials Bid Bid # FY24-804-47 The Board of Water Commissioners, of the Manchester Water Works, invites sealed bids to furnish water mains and service material items as described herein. Bids will be accepted at the office of the Manchester Works, located at 281 Lincoln St. Manchester NH 03103, until 2:30 p.m. on April 9, 2024. Any questions should be directed to Mark Bourque at (603) 792-2806. The Board of Water Commissioners reserves the right to accept or reject any and all bids as well as to waive any informalities. INDEX General Requirements and Conditions............................................................ GC-1 –- GC-2 Technical Specifications................................................................................. TS-1 – TS-10 Bid Forms.............................................................................................................. 1 – 16 GC-1 MANCHESTER WATER WORKS 281 LINCOLN STREET
MANCHESTER, NH 03103 GENERAL REQUIREMENTS AND CONDITIONS Provisions Award: The bid will be awarded on the basis of: a. The character, integrity, reputation, judgment, experience, and efficiency of the bidder as well as the bidder's ability, capacity, and skill to provide the service and products required. b. Delivery time, price, specifications, and product comparison. c. Any and all bids shall be presented to the Board of Water Commissioners for approval and award at the first regular meeting following the bid opening. d. Each item group will be awarded separately. Price: The bid price(s) shall hold firm until the award of a contract. Contract prices shall hold firm through April 30, 2025 and shall apply to all orders placed during this period. All prices to be stated on a "delivered" basis. For those bidders interested, MWW is seeking a discount in exchange for payment within ten (10) business days. Final bids will be inclusive of any discount offered. Requirements: a. All proffered bids shall conform to the specifications issued herein. Bids failing to meet the minimum requirements will be considered unacceptable. b. A bid form is provided in the following specifications for the insertion of all necessary prices and information on the items as defined in the specification sheet(s). The bid form shall be completed in full, including delivery times, with any and all exceptions noted, and submitted to the Manchester Water Works office, at 281Lincoln St., Manchester NH 03103, no later than 2:30 P.M. on April 9, 2024. Only submit pages 1 through 16. c. Bids shall be proffered on the forms furnished, submitted in sealed envelopes and notated "Mains and Service Materials Bid, Attn: Mark Bourque, d. The mains and service materials shall meet the Manchester Water Works' full approval before payment is issued on any and all invoices. e. Unless a bid is awarded based on the optional early payment discount, invoices shall be paid on the City pay day. All invoices shall be received no later than the first Wednesday of the month in order to be paid on the third Wednesday of the month. Applicable cash discounts shall be taken on the City pay day. GC-2 f. The Manchester Water Works is exempt of Federal Excise Tax. g. The Manchester Water Works is authorized to purchase products and equipment under the State of New Hampshire's purchasing contracts, at the current bid prices. h. Warranty, length and terms of warranty must accompany the bid proposal. i. The Board of Water Commissioners reserves the right to accept or reject any and all bids as well as to waive any informalities. j. Any and all materials and/or equipment which does not meet the specifications shall be replaced by the bidder at no cost to the Manchester Water Works. k. All drinking water components shall meet NSF 61 as may be applicable. Bid Withdrawal: Bids may be withdrawn prior to the closing time for receipt of bid proposals. A request to withdraw a bid must be submitted in writing and signed by the bidder. Verbal requests to withdraw a bid will not be accepted. Modification: Bids may be modified by the bidder prior to the closing time for the receipt of bid proposals. Modifications must be submitted in writing and signed by the bidder. Only additions or subtractions to the bidder's original proposal must be stated. Bid prices are not to be stated. No verbal modifications will be accepted and modifications will not be accepted after the closing time. Electronic: Communication: A bid proposal may be withdrawn or modified by electronic communication provided such communication is received by the Manchester Water Works prior to the closing time for receipt of bid proposals. Written confirmation signed by the bidder must be mailed and postmarked prior to the closing time and received by the Manchester Water Works within two (2) days from the closing time, otherwise no consideration will be given to the electronic communication. Electronic communications shall be addressed to mbourque@manchesternh.gov. Quantities: Materials for water main construction projects to be completed by contractors and developers, not under contract to the Manchester Water Works, have not been included in this bid. Contractors and developers will be expected to purchase materials, in accordance with Manchester Water Works specifications, from suppliers of their own selection. The quantities shown represent the proposed initial purchase, however, purchases will be based on actual requirements. NOTE: An electronic version of the summary of all bid prices will be posted on the City of Manchester’s website – www.manchesternh.gov/bids All bidders are invited to attend the public opening of their bid. No bid results will be given over the telephone. TS-1 TECHNICAL SPECIFICATIONS Ductile Iron Pipe Unless otherwise specified, ductile iron pipe shall be class 52 and manufactured in the United States of America and shall conform to ANSI 21.51 (AWWA C-151) for "pipe centrifugally cast in metal molds for water". Cement linings shall be double the standard thickness and shall conform to ANSI A21.4. Seal coating shall be applied inside and out. All pipe shall be push-on type joint, in accordance with ANSI A21.11. In addition, all pipe purchased may be subject to inspection and acceptance by the Manchester Water Works or its agent. The supplier and/or manufacturer shall be responsible for such accommodations and handling as are required to allow for proper inspection, if so requested by the Manchester Water Works. Additional Requirements The pipe and fittings, in addition to meeting all of the appropriate requirements of ANSI and AWWA, shall conform to the following: 1.) All pipe and fittings shall be free of all significant casting flaws both inside and out, including slag holes, slag inclusions, laps, lamination, mold splash, and pin holes. 2.) All linings shall be of uniform thickness with no significant waving and/or roughness. 3.) Bell ends shall be cleaned of cement and excess seal coat material. 4.) Spigot ends shall be properly tapered and cut ends shall be ground. Fittings Unless otherwise specified, all mechanical joint fittings shall conform to AWWA C104/ANSI A21.4, C111/A21.11 or C153/A21.53. All fittings shall be pressure rated for 350 psi, ductile iron with double cement-lining thickness and seal coated inside and out, or two-part epoxy coated, and shall be manufactured in the United States of America. Fittings 4"-12" shall be compact pattern per AWWA C153. In addition, all fittings purchased may be subject to inspection and acceptance by the Manchester Water Works or its agent. The supplier and/or manufacturer shall be responsible for such accommodations and handling as are required to allow for proper inspection if so requested by the Manchester Water Works. Additional Requirements The fittings, in addition to meeting all of the appropriate requirements of ANSI and AWWA, shall conform to the following: 1.) All fittings shall be free of all significant casting flaws both inside and out, including slag holes, slag inclusions, laps, lamination, mold splash, and pin holes. 2.) All linings shall be of uniform thickness with no significant waving and/or roughness. 3.) Mechanical joint bells and glands shall be dimensionally correct and free of all slag and rough edges at bolt holes. 4.) All mechanical joints accessories necessary to complete connections will be bid separately. Butterfly Valves General: All butterfly valves shall be manufactured in the United States of America and shall be open right with mechanical joint end connection, for buried service. Valve shall be of tight closing rubber seat type with seats bonded or mechanically retained into the valve body. Valves shall have a full uninterrupted 360 degree sealing surface and shall be bubble tight at rated pressure in both directions. Valves shall be designed for use in either throttling application or for very infrequent operation after extended periods of TS-2 inactivity. Valves shall be in full compliance with AWWA specification C-504, class 150B, with the following exceptions: 1.) All valve bodies shall be of cast iron conforming to ASTM A-126, class B with integral cast ends as required to meet application requirements. All exposed ferrous surfaces shall be coated with an 8 mil thickness of a two-part epoxy coating, holiday free, conforming to AWWA C-550 and NSF-61 standards. Exposed bolts and nuts shall be Type 304 stainless steel. The manufacturer shall furnish an affidavit that all requirements contained in this section have been met. 2.) All valve discs shall be streamlined and present the smallest profile possible consistent with the structural requirements of the pressure class. The valve discs shall be of offset or flow through design and material composition of cast or ductile iron. Disc sealing edge shall have a continuous uninterrupted 360 degree sealing surface of 18-8 stainless steel. 3.) Valve shafts shall be of 18-8 Type 304 stainless steel or carbon steel with stainless steel journals. Shaft design shall be of “thru” or “stub” type construction with at least 1” shaft diameter engagement into disc. Shaft to disc connection shall be of a rigid, non-slip type connection. 4.) Valve seats shall be a rubber material bonded or mechanically retained. 5.) Valve Bearings shall have a significant difference in hardness from the valve shaft. 6.) Valve actuators shall be designed as an integral part of the valve and shall meet or exceed all the requirements of AWWA C-504. Actuators shall be of rack and pinion, link and lever, or travelling design. All moving parts penetrating into the actuator shall have corrosion resistant surfaces in contact with the housing seals. All actuator types, in a given size, to be interchangeable and fastened to valves with readily accessible bolts. All actuators must fit on the valves they are designed to operate in any mounted position or rotational direction without any special preparation to either valve or the actuator. Manufacturers of butterfly valves shall be M&H, Clow, Kennedy, Pratt Groundhog. All mechanical joints accessories necessary to complete connections will be bid separately. TS-3 Resilient Seated Valves, 4" through 12" Mechanical joint resilient seated gate valves shall be manufactured in the United States of America and tested in full compliance with the latest revision of AWWA standard C-509-01 or AWWA C515-01 (reduced wall, resilient seated). Valves shall have a minimum design working pressure of 200 psi and a minimum test pressure of 400 psi. The pressure rating shall be cast on the outside of the valve. Valve body and bonnet shall be of cast or ductile iron coated on all exterior and interior surfaces with a two-part fusion bonded epoxy conforming to the latest revision of AWWA standard C-550, applied with a minimum thickness of eight (8) mils. The manufacturer shall certify that the coating is suitable for use in a potable water system, and the interior coating certified to be holiday-free. The gate shall be completely covered with rubber over all ferrous surfaces. The rubber shall be securely bonded to the gate body. The "O" ring stem seal shall be replaceable with the valve under pressure in the full open position. Valves shall be full port opening, open to the right (clockwise) and be the non-rising stem type with standard accessories for buried application. Exposed bolts and nuts shall be Type 304 stainless steel. Manufacturers of valves shall be Clow, Kennedy, U.S. Pipe, M&H, Mueller, AFC. All mechanical joints accessories necessary to complete connections will be bid separately. Tapping Valves - Resilient Seated Tapping valves shall have enlarged ports, open right, and end connections of mechanical joint x flange with lip, and shall be manufactured in the USA and tested in full compliance with the latest revision of AWWA standard C-509-01 or AWWA C515-01. The valves shall meet all the requirements listed in the previous paragraph "Resilient Seat Valves 4" through 12". NOTE: a) All bidders shall supply technical specifications for all resilient seated gate valves and butterfly valves. Manufacturers of valves shall be Clow, Kennedy, U.S. Pipe, M&H, Mueller, AFC. All mechanical joints accessories necessary to complete connections will be bid separately. Tapping Sleeves Tapping sleeves 4” through 16” sizes shall be U.S. Pipe and Foundry ductile iron T-28, dual compression. Tapping sleeves 20" through 24" sizes shall be US Pipe and Foundry T-9 or Mueller ductile iron mechanical joint. TS-4 Copper Meter Setter and Check Valves (No lead brass) Copper meter setter shall be Ford Copperhorn, McDonald Series 40 "C" style or equal and shall be furnished with one male and female IP union inlet/outlet connectors. Solder connections on the setter, if required, shall be "lead free", and meet the “Reduction of Lead in Drinking Water Act” limit of 0.25% lead content. Dual check valves shall be Ford HHC11 or A.Y. McDonald 711. Check assemblies shall be made of acetal plastic with stainless steel springs and both cartridges are to be identical and interchangeable. Inlet and outlet are to be FIP. Dual check valves shall meet ASSE std. 1024-1988, NSF61 and ASTM B62-93- B05.05. Brass shall meet the “Reduction of Lead in Drinking Water Act” limit of 0.25% lead content. Dual check valves shall be cast from red brass composition Cu-86-91%, Sn-4-6%, Zn-2-6%, Bi-1.7-2%, Pb- .09% max. Check valve specifications and a sample must be furnished with the bid for valves claimed to be equal to those identified as acceptable in these specifications. Service and Repair Saddles Service and repair saddles shall have bodies of ductile iron, fusion bonded epoxy coating and the outlet shall be tapped with CC female thread per AWWA C800. Gaskets shall provide a tight seal by both mechanical and hydrostatic pressure. Saddles shall have Type 304 stainless steel straps, bolts and hex nuts. Nominal sizes which are required are for ductile iron pipe and cast iron pipe. The service saddles shall be Smith Blair model 317 and repair saddles shall be Smith Blair model 331. Repair Clamps The full circle repair clamps shall be made of a Type 304 (18-8) stainless steel. They shall be a minimum of 15” in width, except clamps for 2” pipe. The lugs shall be made of a high strength ductile iron per ASTM A536 GR 80-55-06 and have a fusion bonded epoxy coating. The gasket shall be made of nitrile (Buna N) a special compound to resist water, oil, acids, alkalis, hydro carbon fluids and many other chemicals. All bolts, nuts and washers shall be Type 304 stainless steel. At least one 5/8”x 6 7/8” bolt with a taller nut shall be furnished to help facilitate installation of the clamps. Repair clamps shall be Smith-Blair 226 or 228. Bolted Coupling - The body and rings shall be carbon steel with a fusion bonded epoxy coating. The bolts and nuts shall be Type 304 stainless steel with the nuts coated with an anti-seize compound. The gasket shall be made in two layers with a removable inner layer that allows for diameter range expansion. Bolted Couplings shall be Hymax; manufactured by KRAUSZ or TX3 manufactured by TPS. TS-5 Gate Valve Boxes Special Note: A typical sample of a complete gate valve box must be available for evaluation within 48 hours of bid opening, if requested. Gate valve boxes shall be cast iron and for water use only (marked "water"), and shall have the following characteristics: a. Flange shall be located at top of top section. b. Bottom section shall be bell base. c. Boxes shall be two-piece with covers; thirty-six (36) inch bottoms and twenty (26) inch tops. d. Boxes shall have slip-tight shaft; five and one-quarter (5-1/4) inches. e. Gate box covers shall fit properly and seat flush in the gate valve box top section. f. Gate box extensions shall properly fit the gate valve box top section and be Buffalo #B-5181or equal. g. Gate box shall be made in the United States of America or Canada (with approval). h. Gate box extensions shall accept standard gate box cover. Curb Boxes, Small Special Note: A typical sample of the curb box and rod must be available for evaluation within 48 hours of bid opening, if requested. Curb boxes shall be manufactured in the United States of America or Canada (with approval). Adjustment: Twelve (12) inches. Cover: Heavy duty, slotted, with counter sunk pentagon solid brass plug, coarse thread. Length: Adjustable, 5ft. to 6ft. Pattern: Arch type to be used with curb stop sizes three-quarter (3/4) and one (1) inch. Rod: One-half (1/2) inch offset stainless steel rod with stainless steel yoke, thirty (30) inches in length. Upper Extension: One (1) inch. Service Box Extensions (3” and 6” extensions) The service box extensions shall have three (3) set screws for proper centering over the existing curb box. The service box extensions shall be a General Foundries Inc. or approved equal. Wedge Action Retainer Glands a.) Glands shall be of ductile iron. b.) Set screws shall be of ductile iron and must be designed for 70 ft lbs. of torque. c.) Retainer glands shall be UL approved. d.) M.J. bolts and gaskets shall be included. e.) Retainer glands shall be manufactured by Ford, EBBA, Tyler Union or Star Pipe. f.) Retainer glands shall be manufactured in the USA. g.) Glands shall be free of excess bituminous coating. TS-6 Copper Tubing Copper tubing shall be TYPE "K" soft, manufactured in the United States of America, or Canada. Delivery: Copper tubing shall be delivered in sixty (60) foot coils in sizes 3/4" and 1" and 20 ft. straight lengths in sizes 1 1/2" and 2". Manufacturer: The manufacturer's name and place of manufacture shall be declared. The manufacturer must be a member of the Copper Development Inc., 405 Lexington Avenue, New York, New York. Measurements: OD Measurements Wall Thickness 3⁄4" .875 .065 1" 1.125 .065 11⁄2" 1.63 .072 2" 2.13 .083 Polyethylene Tubing Tubing sizes 1" through 2" shall be copper tube size (CTS) designed for 200psi working pressure and shall conform to AWWA C901. Insert stiffeners shall be furnished for use on all compression joint connections. PE tubing shall be supplied in 100 ft. coils with four stiffeners per coil. Curb Stops (No Lead Brass) Curb stops shall be compliant with AWWA C800 and shall be cast with No Lead Brass, ball type with double O-ring design and CTS pack joint fittings for use with Type K copper tubing. Upper extension shall be one inch in diameter. Curb stops shall be manufactured in United States of America. Curb stops shall be 300 Ball Curb Valve by Mueller Company of Decatur, Illinois; Model 76000-22 by A.Y. McDonald Manufacturing Company of Dubuque, Iowa; Series B44-NLby Ford Meter Box Company Inc. of Wabash, Indiana; or approved equal. Corporations (No Lead Brass) Corporation stop shall be compliant with AWWA C800 and shall be cast with No Lead Brass, ball type with double O-ring design. The inlet side shall have AWWA tapered threads. The outlet side shall have CTS pack joint fittings for use with Type K copper tubing. The corporation shall be adaptable to the drill and tap combinations used in the Mueller A-3, B-100 and D-5 type tapping machines, or the Reed CDTM 1000. Corporations shall be manufactured in United States of America. Corporation stops shall be 300 Ball Type Corporation Valve by Mueller Company of Decatur, Illinois; Series FB1000-NL by Ford Meter Box Company Inc. of Wabash, Indiana; or approved equal. TS-7 3-Piece Unions (No Lead Brass) 3-piece unions shall be equipped with CTS pack joint fittings: body shall be heavy cast brass and compatible with copper tubing (type K soft). Unions shall be McDonald MAC-PAK 74758-22, Ford C44 or approved equal. Unions shall be manufactured in United States of America. NOTE: Additional Requirements (For No Lead Brass) Casting: Curb stops and corporations shall meet the requirements set in the “Reduction of Lead in Drinking Water Act” and are to be cast from red brass having the following compositions: Cu-86-91%, Sn-4-6%, Zn-2-6%, Bi-1.7-2.7%, Pb-.09% max. ** Tests: All curb stops and corporations shall be tested for tightness, and have the ability to withstand one hundred fifty (150) pounds working pressure. Threads: Shall be standard threads and finished in a workmanlike manner, i.e., free of excessive burrs. Nuts shall start freely in assembly. Fittings: Compression type fittings on all copper connections unless otherwise specified. Trademark: The manufacturer’s identifying mark shall be stamped on the brass service material. Other: The corporations shall be adaptable to the drill and tap combinations used in the Mueller B-100 and A-3 type tapping machines, and Reed TM 1000 tapping machine. ** ASTM specifications allow 86% to 90% copper content. AWWA C-800 TS-8 Hydrants Color: YELLOW Approved Types: Clow Corp. "Eddy", or U.S. Pipe and Foundry Inc. "Metropolitan" Flange: Break type Head: Swivel Opening: Hydrants shall open right (clockwise). Inlet Connection: Mechanical joint 6"- shoe casting shall be coated with a fusion bonded epoxy coating. Nozzle: Hose- (2) 21⁄2" Pump:(1) 41⁄2" Threads: National Standard Thread (NST) Operating Nut: Pentagon MWW approved size Main Valve Opening: 51⁄4" Size: Hydrant sizes represent "depth of trench" measurement, that is to say, the distance from the bottom of the trench to ground line just below the break flange. Delivery: Hydrants are to be delivered no later than June 1, 2023. Notification is required 48 hours prior to delivery. Note: All hydrant risers and break flange kits shall be original manufactured parts. Any after market material will not be acceptable. All hydrants will be self-draining: “dry barrel” TS-9 Polyethylene Wrap for Ductile Iron Pipe Polyethylene wrap shall be 8 mil minimum, lineal low density, flat tube virgin polyethylene film. Polyethylene film shall prevent contact between the pipe and any potentially corrosive soils. The film shall be marked showing trademark, year of manufacture, type of resin, specification conformance, applicable pipe size and a corrosion protection warning. The polyethylene wrap shall meet or exceed the AWWA C105-10, ANSI A21.5-10, ASTM D4976 and NT 4112-10. Requirement: Tensile Strength - 3600 psi, minimum - ASTM D882 Elongation - 700%, minimum - ASTM D882 Dielectric Strength - 800 v/mil, minimum - ASTM D149 Impact Resistance - 600g minimum - ASTM D1709-B Propagation Tear Resistance - 2550 gf. Minimum - ASTM D1922 TS-10 Restrained Joint PVC Bypass Pipe PVC bypass pipe shall be Class 250 (SDR-17) restrained joint coupling and furnished in 20-foot lengths. The bypass pipe shall be manufactured from specially formulated PVC containing high impact modifiers and ultraviolet inhibitors, which are greater than conventional PVC, to give a higher impact strength over a long period of time. The reusable couplings and fittings provide a restrained joint by utilizing precision machined grooves on the pipe and in the coupling which, when aligned, allow a spline to be inserted resulting in a fully circumferential restrained joint. A flexible elastomeric seal (O-ring) in the coupling, provides a watertight hydraulic seal. Each section of pipe shall be provided with one coupling. The O-rings shall be a non-permanent O-ring with a Teflon-coating or a pre-lubricated type o-ring and have a slightly reduced cross-section for easier assemble and disassemble. The PVC bypass pipe and accessories shall meet or exceed the following standards set forth by the American Society of Testing and Materials (ASTM) in accordance with AWWA C900-81. ASTM Referenced Standards D1784 – Specification for Rigid Poly (Vinyl Chloride) PVC compounds and Chlorinated Poly (Vinyl Chloride) (PVC Compounds). D2241 – Specification for Poly (Vinyl Chloride) (PVC) pressure rated pipe. (SDR-PR). D2444 - Specification for Impact Strength of Conventional Type 1 PVC. D3139 – Specification Joints for Plastic Pressure Pipe using flexible Elastomeric Series. F477 – Specification for Elastomeric Seals (gaskets) for joining PVC pipe. PVC bypass pipe shall be Certain Teed, PVC Yelomine with Certa-Lok restrained joint, or approved equal. Any proposed equal must be demonstrated to be compatible with MWW’s in-stock Yelomine piping system prior to award. National Sanitation Foundation (NSF) PVC bypass piping and accessories shall comply with ANSI/NSI Standard No. 61 for plastic piping system components and related materials for potable water service. Affidavit of Compliance The manufacturer shall furnish an affidavit stating that all delivered material complies with the requirements of these standards and of the purchaser. ***Bids failing to meet the minimum requirements will be considered unacceptable 1 Manchester Water Works 281 Lincoln Street Manchester, NH 03103 2024 Mains and Service Materials Bid Opening: 2:30 PM, April 9, 2024 Bid #FY24-804-47 Name of Bidder: ____________________________________________________ Address: __________________________________________________________ Contact Person: ___________________ Email Address: ____________________ Authorized Signature: Phone Number _______________ Typed Name and Title Date ____________ BID SUMMARY** Group A TOTAL BID $_______________ Group B TOTAL BID $_______________ Group C TOTAL BID $_______________ Group D TOTAL BID $_______________ Group E TOTAL BID $_______________ Group F TOTAL BID $_______________ Group G TOTAL BID $_______________ Group H TOTAL BID $_______________ Group I TOTAL BID $_______________ Group J TOTAL BID $_______________ Group K TOTAL BID $_______________ If all products, for which a bid is being submitted, meet the requirements of NSF 61 indicate "yes" below. NSF 61 Compliant: ________ If not, identify products which do not meet the requirements of NSF 61. ** Bids must include Bid Summary and Bid Detail (pages1 through 16) to be considered complete Note: Each group will be awarded separately. 2 BID DETAIL GROUP A – Ductile Iron Pipe Class 52 Estimated Description Quantity (ft) Unit Price Extension 6" DI Pipe CL 52 3000 $ _________ $___________ 8" DI Pipe CL 52 1200 $ __________ $___________ 10" DI Pipe CL 52 200 $ __________ $___________ 14" DI Pipe CL 52 200 $ __________ $___________ Group A Subtotal $___________ Less Optional Discount of _____% for Early Payment ($____________) Group A Total $____________ Manufacturer and Model(s): ______________________________________________ Delivery: _____________________________________________________________ 3 Group B - Ductile Fittings M.J. (All fittings to be mechanical joint with the exception of flanged where noted.) Estimated Description Quantity Unit Price Extension 111⁄4° Bend 6" 3 ea $_______________ 20" 1 ea $_______________ 221⁄2° Bend 4" 3 ea $_______________ 6” 1 ea $_______________ 8” 1 ea $_______________ 16” 1 ea $_______________ 45° Bend 6" 6 ea $_______________ 8" 1 ea $_______________ 90° Bend 6" 2 ea $_______________ M.J. Tee 6” x 4” 3 ea $_______________ 8” x 8” 2 ea $_______________ 10” x 10” 2 ea $_______________ 12” x 4” 2 ea $_______________ 4 M.J. Anchor Tee 6” x 6” 20 ea $________________ 8” x 6” 6 ea $________________ 12” x 6” 3 ea $________________ Offset 12" throw(MJxMJ) 4" 1 ea $________________ 6" 2 ea $________________ Offset 18" throw(MJxMJ) 4" 2 ea $________________ 6" 1 ea $________________ Offset 24" throw(MJxMJ) 6" 2 ea $________________ 8" 3 ea $________________ M.J. Crosses 6” x 6” 3 ea $________________ 8” x 6” 1 ea $________________ 10” x 8” 1 ea $________________ 12” x 8” 1 ea $________________ Solid Sleeves-MJ 6" 32 ea $________________ 10" 23 ea $________________ 20" 1 ea $________________ 30" 1 ea $________________ 5 M.J. Reducers 12” x 6” 1 ea $________________ 14” x 8” 2 ea $________________ Foster Adaptor 4" 2 ea $________________ 6" 12 ea $________________ 8" 8 ea $________________ 10" 4 ea $________________ M.J. Plug 6" 4 ea $________________ 8" 2 ea $________________ Manufacturer and Model(s): ______________________________________________ Delivery: _____________________________________________________________ Wedge Retainer Glands 6” 80 ____________ea $_________________ 8” 180 ____________ea $_________________ 10” 20 ____________ea $_________________ 12” 20 ____________ea $________________ Manufacturer and Model(s): _______________________________________________ Delivery: _____________________________________________________________ Group B Subtotal $_________________ Less Optional Discount of _____% for Early Payment ( $____________) Group B Total $__________ 6 Group C Estimated Description Quantity Unit Price Extension Butterfly Valves 16" 2 ea $________________ 30" 1 ea $________________ Resilient Seated Gate Valves 6" 40 ea $ ______________ 8” 26 ea $______________ 10” 14 ea $______________ 12” 10 ea $______________ Manufacturer and Model(s): _______________________________________________________ Delivery:_______________________________________________________________________ Tapping Valves - Resilient Seated 4” 6 ea $_____________ 6” 10 ea $_____________ 8” 3 ea $_____________ Manufacturer and Model(s):_______________________________________________________ Delivery: ______________________________________________________________________ Group C Subtotal $_____________ Less Optional Discount of _____% for Early Payment ( $____________) Group C Total $____________ 7 Group D Estimated Description Quantity Unit Price Extension Tapping Sleeves T-28 10” x10” 2 ____________ea $____________ 12” x 6” 2 ____________ea $____________ 12” x 12” 1 ____________ea $____________ 14” x 6” 1 ____________ea $____________ 16” x 6” 2 ____________ea $____________ 16” x 12” 1 ____________ea $____________ Tapping Sleeves MJ 20” x 4” 1 ____________ea $____________ 20” x 6” 1 ____________ea $____________ 20” x 8” 1 ____________ea $____________ Manufacturer and Model(s):_____________________________________________________ Delivery: ____________________________________________________________________ Group D Subtotal $____________ Less Optional Discount of _____% for Early Payment ( $____________) Group D Total $____________ 8 Group E Estimated Description Quantity Unit Price Extension Copperhorns (No Lead Brass) Meter Size 5/8" x 3/4" 150 ea $_____________ 3/4" 50 ea $ 1" 20 ea $______________ Manufacturer and Model(s): ___________________________________________________________ Delivery: __________________________________________________________________________ Check Valves (No Lead Brass) Dual Check Valve 3⁄4” 150 ea $______________ 1” 50 ea $______________ Manufacturer and Model(s): ____________________________________________________________ Delivery:____________________________________________________________________________ Group E Subtotal $______________ Less Optional Discount of _____% for Early Payment ($____________) Group E Total $____________ 9 Group F Estimated Description Quantity Unit Price Extension Gate Box Gate Box Cover 200 ea $_____________ Gate Box Top Section 200 ea $_____________ Gate Box Bottom Section 220 ea $_____________ Gate Box Extensions (less covers) 1” (accepts std. Cover) 300 ea $______________ 11⁄2” 100 ea $______________ 2” 300 ea $______________ 3” 100 ea $______________ 4” 100 ea $______________ 6” 100 ea $______________ 12” 200 ea $______________ 24” 10 ea $______________ 18” Reduced Shank 100 ea $______________ Manufacturer and Model(s): __________________________________________________________ Delivery:__________________________________________________________________________ Curb Box Curb Box complete w/rod 200 ea $______________ Extra curb box Covers 50 ea $______________ Curb box repair lids 50 ea $______________ Curb box footpiece 20 ea $______________ Manufacturer and Model(s): __________________________________________________________ Delivery:__________________________________________________________________________ 10 Curb Box Ext. w/3 set screw 6" 50 ea $______________ Manufacturer and Model(s): __________________________________________________________ Delivery:__________________________________________________________________________ Group F Subtotal $______________ Less Optional Discount of _____% for Early Payment ($____________) Group F Total $____________ 11 Group G (No Lead Brass) Estimated Description Quantity Unit Price Extension Corporations 3/4" 100 ea $______________ 1" 150 ea $ ______________ 2" 30 ea $ ______________ Manufacturer and Model(s):____________________________________________________ Delivery:___________________________________________________________________ Curb Stops 3⁄4" 100 ea $_______________ 1" 150 ea $_______________ 11⁄2” 10 ea $_______________ 2” 10 ea $_______________ Manufacturer and Model(s):____________________________________________________ Delivery:___________________________________________________________________ Three Part Brass Unions - copper compression 3⁄4" 150 ea $______________ 3⁄4"x1" 20 ea $_______________ 1" 100 ea $_______________ 11⁄2" 10 ea $_______________ 11⁄2" x 2" 10 ea $_______________ 2” 20 ea $______________ Manufacturer and Model(s):____________________________________________________ Delivery:___________________________________________________________________ 12 Copper Tubing 3⁄4” 1000’ ft $______________ 1" 1000’ ft $______________ 11⁄2” 200’ ft $______________ 2" 200’ ft $______________ Manufacturer and Model(s): _____________________________________________________ Delivery:___________________________________________________________________ Group G Subtotal $______________ Less Optional Discount of _____% for Early Payment ($______________) Group G Total $____________ 13 Group H Estimated Description Quantity Unit Price Extension Hydrants (Depth of trench) 48” 4 ea $______________ 60” 14 ea $______________ 66” 14 ____________ea $______________ 72” 5 ____________ea $______________ Manufacturer and Model(s):_______________________________________________________ Delivery:_____________________________________________________________________ Group H Subtotal $______________ Less Optional Discount of _____% for Early Payment ($______________) Group H Total $____________ 14 Group I Estimated Description Quantity Unit Price Extension Polyethylene Wrap for Ductile Iron Pipe 4” to 10” ductile iron pipe wrap 6000 /ft $______________ Manufacturer and Model(s):_______________________________________________________ Delivery:______________________________________________________________________ Group I SubTotal $______________ Less Optional Discount of _____% for Early Payment ($______________) Group I Total $______________ 15 Group J Bolted Coupling Nominal Size 2” 4 ea $____________ 4” 4 ea $____________ 6” 30 ea $____________ 8” 60 ea $____________ 10” 14 ea $____________ 12” 10 ea $____________ 16” 2 ea $____________ 20” 2 ea $____________ 24” 2 ea $____________ 30” 2 ea $____________ Model and Manufacturer ____________ ___________________________________________ Delivery______________________________________________________________________ Manufacturer and Model(s):_______________________________________________________ Group J SubTotal $_____________ Less Optional Discount of _____% for Early Payment ($______________) Group J Total $______________ 16 Group K Service Saddle (with Type 304 Stainless Steel Bolts and Nuts) 4” x 2” 2 ea $______________ 6” x 2” 10 ____________ea $______________ 8” x 2” 14 ____________ea $______________ 10” x 2” 8 ____________ea $______________ 12” x 2” 10 ____________ea $______________ 14” x 2” 5 ____________ea $______________ 16” x 2” 2 ____________ea $______________ 20” x 2” 2 ____________ea $______________ 24” x 2” 3 ____________ea $______________ Manufacturer and Model(s):__________________________________________________________ Delivery:_________________________________________________________________________ Repair Clamps (with Type 304 Stainless Steel Bolts and Nuts) 6” x 15” (6.84-7.24) 15 ___________ ea $______________ 8” x 15” (8.99-9.39) 10 ____________ea $______________ 10” x 15” (11.04-11.44) 2 ____________ea $______________ 12” x 15” (13.10-13.50) 2 ____________ea $______________ 20” x 15” (21.52-22.27) 1 ____________ea $______________ 24” x 15” (25.70-26.80) 1 ____________ea $______________ Manufacturer and Model(s):_______________________________________________________ Delivery:_______________________________________________________________________ Group K Subtotal $______________ Less Optional Discount of _____% for Early Payment ($______________) Group K Total $____________

Manchester, NH 03101 United StatesLocation

Address: Manchester, NH 03101 United States

Country : United StatesState : New Hampshire