Loading...
HomeMy WebLinkAboutPTS Contractors (2) . s CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE,P.O BOX 1130,OSHKOSH,WI 54903-1130 PHONE. (920)236-5065 FAX(920)236-5068 LETTER OF TRANSMITTAL To: PTS Contractors,Inc. Date: April 20, 2020 4075 Eaton Road Subject: Executed Agreement Green Bay,WI 54311 Contract 20-05 Please find: r Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars In Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below. ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is the executed agreement for the construction services for Contract 20-05. If you have any questions,please contact us. . - RECEIVED CITY CLERK'S OFFICE City Clerk's Office—Original Assistant Finance Director—Copy Linda Mohr—Copy 1 cc: _File—Original Signed: Tracy . aylor I\Engmeermg\2020 CONTRACTS\20-05 2nd Paying\Project Intormanon\Contract Info\Contractar-Consultant Agreements\PI'S\20-05 FT -Executed ConstAgreement-420- 20 doer • AGREEMENT THIS AGREEMENT is by and between the City of Oshkosh, Wisconsin (Owner) and PTS Contractors, Inc., (Contractor). Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as follows: 1 WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for CITY CONTRACT 20-05 OREGON STREET RECONSTRUCTION, UTILITIES, & PATCHING(WEST 21ST AVENUE TO WEST 28TH AVENUE); WEST 28TH AVENUE UTILITIES &ASPHALT PAVING; CONGRESS AVENUE UTILITIES &PATCHING; & WEST 28TH AVENUE PUMP STATION UPGRADES. City Contract 20-05 is comprised of two separate work units: Work Unit A—Street Reconstruction,Utilities, and Patching and Work Unit B—West 28th Avenue Pump Station Upgrades. The Work covered by Work Unit A generally consists of the following major items: • Approx. 15,010 sq. yds. of 8"plain and doweled concrete pavement with curb and appurtenant work • Approx. 1,930 lin. ft. of 30"concrete curb and gutter(8") • Approx. 28,670 sq. ft. of 4" to 8"concrete sidewalk and driveway • Approx. 590 sq. yds. of 4" asphaltic surface and transition LT • Approx. 2,360 tons of 5"HMA pavement MT • Approx. 4,740 tons of 3/4" to 3"base aggregate dense • Approx.4,350 lin. ft. of 10"to 4' x 6' box culvert storm sewer and appurtenant work • Approx. 1,100 lin. ft. of 6"to 8"storm laterals • Approx.210 vert. ft. of 2' to 8' storm sewer manholes • Approx. 850 lin. ft. of 12" sanitary sewer force main and appurtenant work • Approx. 3,700 lin. ft. of 8"to 24"sanitary sewer(relay)and appurtenant work • Approx. 3,200 lin. ft. of 36"to 42" sanitary sewer (new) and appurtenant work • Approx. 2,250 lin. ft. of 4"to 6" sanitary laterals (relay) • Approx. 1,250 lin. ft. of I"to 3"water service (relay) • Approx. 3,000 lin. ft. of 4"to 16"water main (new) and appurtenant work • Approx. 5,500 lin. ft. of 2"to 3" conduit • Approx. 16,000 tin. ft of 6-gauge to 14-gauge wire P W\DEN0031C 1 X37700 AGREEMENT MARCH 27, 2020 00 52 13 - 1 ©COPYRIGHT 2020 JACOBS The Work covered by Work Unit B generally consists of the following major items: • Demolition of the pump station mechanical and electrical equipment, roof and exterior door; concrete fillets in station wetwell influent sewer and discharge force main. • Pump station site erosion control, excavation support and excavation dewatering. • Construction of a new pumping and electrical equipment; new heating and ventilation system; new station stairwell, roof, and doors; new gravity influent sewer and discharge force main. • Relocation of electrical power and natural gas service to the pump station. • Cleaning of station wetwell and concrete repairs, if needed, as directed by Engineer • Installation of new pump station automation and controls systems with interface to the Owner's existing telemetry and supervisory control and data acquisition (SCADA) system. • Installation and operation of a wastewater bypass pumping system to maintain continuous wastewater conveyance while station Work is performed. • Pump station site restoration and other items identified in Drawings and Specifications. • Coordination with Work Unit A Work to be performed on West 28th Avenue and Oregon Street during the Contract. 2. WORK UNIT A ENGINEER 2.1. The Project Work Unit A has been designed by Owner who assumes all duties and responsibilities and has the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. 3. WORK UNIT B ENGINEER 3.1 The Project Work Unit B has been designed by Jacobs Engineering Group, Inc./AECOM (Engineer), who is to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. 4. CONTRACT TIMES 4 1 Time of the Essence: All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.2. Days to Achieve Substantial Completion and Final Payment: 4.2.1 The Work shall be Substantially Complete in accordance with Paragraph 15.06 of the General Conditions within 240 days after the date when the Contract Times commence to run. Final Completion of the Work shall be within 160 days of Substantial Completion. AGREEMENT P W\DEN0031C 1 X37700 00 52 13 -2 MARCH 27, 2020 ©COPYRIGHT 2020 JACOBS 4.3 Liquidated Damages: 4.3 1 For liquidated damages, refer to the current edition of the Standard Specifications for City of Oshkosh, Wisconsin. 5 CONTRACT PRICE 5 1 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the prices stated in Contractor's Bid, attached hereto as an exhibit. 6. PAYMENT PROCEDURES 6.1 Submittal and Processing of Payments: Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.2. Progress Payments and Retainage: Owner will make progress payments on account of the Contract Price on the basis of Contractor's Application for Payment on the date of each month as established in the preconstruction conference during performance of the Work as provided herein. All such payments will be measured by the Schedule of Values established as provided in Paragraph 2.05.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided in the General Requirements. 6.2.1. Prior to Substantial Completion,progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 15.01 of the General Conditions: 6.2.1 1 Ninety five percent of Work completed (with the balance being retainage). If the Work has been 50 percent completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage. 6.2.1.2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to ninety-five percent of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 15.03 of the General Conditions and less ten percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.3 Final Payment: 6.3 1 Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price. P W\DEN003\C 1 X37700 AGREEMENT MARCH 27, 2020 00 52 13 - 3 ©COPYRIGHT 2020 JACOBS . .... ..... .... 7 INTEREST 7 1 All monies not paid when due as provided in Article 15 of the General Conditions shall bear interest at the rate of one percent per month. 8. CONTRACTOR'S REPRESENTATIONS 8.1 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 8.1 1 Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 8.1.2. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost,progress, and performance of the Work. 8.1.3. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. 8.1 4 Contractor has carefully studied all. (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Article 5 of the General Conditions. 8.1.5 Contractor has considered the information known to Contractor; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and Site-related reports and drawings identified in the Contract Documents,with respect to the effect of such information, observations, and documents on 1)the cost,progress, and performance of the Work; 2)the means,methods,techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means,methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and 3) Contractor's safety precautions and programs. 8.1.6. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 8.1 7 Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 8.1.8. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. AGREEMENT P W\DEN003\C 1 X37700 00 52 13 -4 MARCH 27, 2020 ©COPYRIGHT 2020 JACOBS 8.1.9 Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. 8.1 10 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9 CONTRACT DOCUMENTS 91 Contents: 9 1 1 The Contract Documents that are associated with this Agreement(except as expressly noted otherwise) consist of the following: 9 1.1 1 This Agreement. 9.1 1.2. Performance Bond. 9 1 1.3 Payment Bond. 9114 Addenda. 9 1 1.5 Specifications as listed in the Table of Contents of the Bidding Documents. 9 1 1.6. Drawings consisting of approximately 54 sheets with each sheet bearing the following general title: City Contract 20-05 9 1 1 7 Drawings consisting of approximately 70 sheets with each sheet bearing the following general title: West 28th Avenue Pump Station Project. 9 1 1.8. Supplementary Conditions—City of Oshkosh. 9 1.1.9 Supplementary Conditions. 9 1 1 10. General Conditions. 9 1 1 11 Geotechnical reports listed in the Table of Contents of the Bidding Documents. 9 1 1 12. Storm Water Management and Erosion/ Sediment Control Plan listed in the Table of Contents of the Bidding Documents. 9 1 1 13 Soil and Ground Water Management Plan listed in the Table of Contents of the Bidding Documents. P W\DEN003\C I X37700 AGREEMENT MARCH 27, 2020 00 52 13 - 5 ©COPYRIGHT 2020 JACOBS 9.2. Exhibits to this Agreement: 9 1.2.1 Contractor's Bid Tabulation. 9 1.2.2 Contractor's Bid Bond. 9 1.2.3 Bid Form Signature Pages. 9 1.2.4 Documentation submitted by Contractor prior to Notice of Award. 9 1.2.4 1 List of Proposed Subcontractors. 9 1.2.4.2 Disclosure of Ownership. 9 1.2.4.3 Certification of Receipt of Soil and Ground Water Management Plan. 9.1.3 The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: 9.1.3 1 Notice to Proceed. 9 1.3.2 Work Change Directives. 9.1.3.3 Change Order(s). 9 1.3 4 Field Order(s). 9 1.3.5 Engineer's written interpretations and clarifications. 9.3 The Contract Documents are complementary; what is required by one is as binding as if required by all. In the event any provision in any of the above component parts of this Contract conflicts with any provision in any other of the component parts,the provision in the component part first enumerated above shall govern over any other component which follows it numerically except as may be otherwise specifically stated. 9 4 There are no Contract Documents other than those listed above in this Article. 9.5 The Contract Documents may only be amended, modified, or supplemented as provided in Article 3 and Article 11 of the General Conditions. 10 MISCELLANEOUS 10.1 Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. AGREEMENT PW\DEN003\C1X37700 00 52 13 - 6 MARCH 27, 2020 ©COPYRIGHT 2020 JACOBS t 10.2 Successors and Assigns: Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants,agreements, and obligations contained in the Contract Documents. 10.3 Severability Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor,who agree the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10 4 Assignment of Contract: 10 4.2 No assignment by a party hereto of any rights under or interests in the Contract shall be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment shall release or discharge the assignor from any duty or responsibility under the Contract Documents. PW\DEN003\C1X37700 AGREEMENT MARCH 27, 2020 00 52 13 -7 ©COPYRIGHT 2020 JACOBS I IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in triplicate. One counterpoint each has been delivered to Owner, Contractor, and Engineer All portions of the Contract Documents have been signed or identified by Owner and Contractor or on their behalf. This Agreement will be effective on March 25,2020 (which is the Effective Date of the Agreement). Signed for in behalf of the City of Oshkosh CONTRACTOR. PTS Contractors,Inc. Mark 11. Rohloff, City Manager Lei_ I LL L`_?j I L b i By Mark C. Schleis Pamela R. Ubrig, City Clerk Title: President [CORPO yE SEA &son, C±rney Attest: Title: Corporate Secretary / (9/_// j6J Address for giving notices: Russ Van Gomp , Director of Finance 4075 Eaton Road I hereby certify that the necessary provisions have been made to pay the Green Bay WI 54311 liability which will accrue under this License No. 224743 contract. (Where applicable) Agent for service or process: Mark C. Schleis (If Contractor is a corporation or a partnership, attach evidence of authority to sign.) END OF SECTION AGREEMENT PW\DEN003\C 1X37700 00 52 13 - 8 MARCH 27, 2020 ©COPYRIGHT 2020 JACOBS PAYMENT BOND RECEIVED CITY OF OSHKOSH Contract Number 20-05 APR - I 2,020 Bond No. 354224324 Dp1r , )1 NIB! IC \\ORKS Date Bond Executed(Date of Contract or Later)OMaha53b, d± &0;N51N PRINCIPAL/CONTRACTOR(Legal Name and Business Address) Type of Organization PTS CONTRACTORS,INC. _Individual Partnership 4075 Eaton Road X Corporation Green Bay,WI 54311 State of Incorporation Wisconsin SURETY(IES) (Legal Name(s)and Business Address(es)) Penal Sum of Bond LIBERTY MUTUAL INSURANCE COMPANY $11,561,617.97 175 Berkeley Street Boston,MA 02116 OWNER(Legal Name and Business Address) CITY OF OSHKOSH 215 Church Avenue PO Box 1130 Oshkosh,Wisconsin 54903-1130 OBLIGATION The Contractor and Surety,jointly and severally,bind themselves, their heirs,executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Contract identified above, which is incorporated herein by reference,subject to the following terms. If the Contractor promptly makes payment of all sums due to claimants, and defends, indemnifies and holds harmless the Owner from all claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Contract, then the Surety and the Contractor shall have no obligation under this Bond. If there is no Owner Default to pay the Contractor as required under the Contract for work performed or to perform or complete any material term of the Contract, then the Surety(ies) obligation under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety Amounts owed by the Owner to Contractor under the Contract shall be used for performance of the Contract and to satisfy claims, if any,under any Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Upon notice and tendering of claims as specified above, the Surety shall promptly and at Surety's expense defend, indemnify and hold harmless the Owner against such claim,demand,lien or suit. Surety shall answer claimants, with a copy to Owner, within sixty (60) days of the date of the claim, stating the amount that are disputed and the specific basis for challenging any amount that is disputed or pay or arrange for payment of any undisputed amount claimed. Surety shall not be obligated to the Owner, claimants or others for obligations of the Contractor under this Bond that are unrelated to the Contract. The Owner shall not be liable for the payment of any costs or expenses of any claimant under this Bond and shall have no obligation to make payments to, or give notice on behalf of claimants, or otherwise have any obligation to claimants under this Bond. Notice to the Contractor or Surety shall be deemed to have been given: (i) upon delivery to an officer or person entitled to such notice, if hand delivered, or (ii) two (2)business days following deposit in the United States mail, postage prepaid; (iii) upon delivery by a commercial carrier that will certify the date and time of delivery; or (iv) upon transmission if by facsimile, email or other form of electronic transmission. Notices shall be provided to the Owner, Surety and/or Contractor at their address as specified on this Bond or to a facsimile, email or other electronic address that has been provided in writing to the other party to be used for this purpose. The laws of the State of Wisconsin shall govern the interpretation and construction of this Bond. Winnebago County shall be the venue for all disputes arising under this Bond. Any provision in this Bond that may conflict with statutory or other legal requirement shall be deemed deleted herefrom and provisions conforming to the statutory or other legal requirement shall be deemed incorporated herein. PTS Contractors, Inc. Liberty Mutual Insurance Company Name of Principal/Contractor Name of Surety LlarXCAAr\/v�Qt��1P�) Title Mark C. Schleis, President Title Roxanne Jensen,Attorney-in-Fact r r This Power of Attorney limits the acts of those named herein,and they have no authority to T; ff bind the Company except in the manner and to the extent herein stated. LA t.t i ;. Liberty Mutual Insurance Company ��kt ��a u i�t ,. The Ohio Casualty Insurance Company Certificate No 8201176-354019 West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS.That The Ohio Casualty Insurance Company Is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint. KLIIy ( ids l hrIstnpher I joy den.Ito\anne Ien+en.Brian I Krause I nth \ Si,dew ski all of the city of Green Nay state of 11 isdunsin each individually if there be more than one named,its true and lawful attorney-in-fact to make. execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I st day of Nlay 2019 Liberty Mutual Insurance Company P. INSO p Pco iNSU s. tNSUR4 The Ohio Casualty Insurance Company jJ 4000rjy�'Y� ¢ oiev oe., of cepo�ro 2 West Amencan Insurance Company rtif y v m w1912 o O1919 n S 199 1 n / z : o1 ?i/2% cocHo0 HM4M4Do s,:p /0IPNPda o -1t . 1. M . KN By• 'zii E. David M Carey,Assistant Secretary cs -as State of PENNSYLVANIA >- m n County of MONTGOMERY ss m L o) o a) On this I sl day of \lay 20 Irl before me personally appeared David M Carey who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes=I- to v > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. m W m 5 IN WITNESS WHEREOF,I have hereunto subscnbed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above wntten >-, n c �'w o CD O COMMONWEALTH OF PENNSYLVANIA Q4 ai Q I N:'anal"vat �/� //q leo- e 1'aslella ,rtary.u+Lc / y 0-0 O 0 1 Hover M1leson rwp Llom3omey Cod-N By- L4 Q -�/ N C ra , Li)ianemee,m Expire, r �M11ar 28:gJ' F Teresa Pastella,Notary Public o N adN .•F'Mer Pennse.are Asset non 01 NLlar,es a.0 f0 N wo a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company Liberty Mutual£rn o.E Insurance Company,and West Amencan Insurance Company which resolutions are now in full force and effect reading as follows o o E6ARTICLE IV-OFFICERS:Section 12 Power of Attorney ,�3 o coAny officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the -Q > -o President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o o v c any and all undertakings,bonds,recognizances and other surety obligations Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall.tee N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed. such co Z ' instruments shall be as binding as if signed by the President and attested to by the Secretary Any power or authority granted to any representative or attorney-in-fact under the E co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority c e. ARTICLE XIII-Execution of Contracts:Section 5 Surety Bonds and Undertakings o 0 Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, H,- shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the sea!of the Company When so executed such instruments shall be as binding as if signed by the president and attested by the secretary Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David lid Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute seal,acknowledge and deliver as surety any and all undertakings.bonds,recognizances and other surety obligations Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company wherever appeanng upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed I,Renee C. Llewellyn,the undersigned Assistant Secretary,The Ohio Casualty insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attomey executed by said Companies,is in full force and effect and has not been revoked ��zh�.}}--��,, IN TESTIMONY WHEREOF I have hereunto set my hand and affixed the seals of said Companies this r")LJ"dAy of N1LLv>sf,'\ 3(15ric ,,othisui i P\'t1 INS0 $ INSUg4 tiJ „0,, 'rc+ CE'; 9yuae m w \m 0 f 1991 naa rs%oaxl_Nda Renee L'ewellyn,Assistant Secretary PERFORMANCE BOND RECEIVED CITY OF OSHKOSH APR 1 Z020 Bond No. 354224324 Contract Number 20-05 DEPT 01- PL,t31 !� *ORKS OSHKuSI-1 \115t_UNSiV Date Bond Executed(Date of Contract or Later) March 30, 2020 PRINCIPAL/CONTRACTOR(Legal Name and Business Address) Type of Organization PTS CONTRACTORS, INC. Individual Partnership 4075 Eaton Road X Corporation Green Bay,WI 54311 State of Incorporation Wisconsin SURETY(IES) (Legal Name(s) and Business Address(es)) Penal Sum of Bond LIBERTY MUTUAL INSURANCE COMPANY $11,561,617.97 175 Berkeley Street Boston,MA 02116 OWNER(Legal Name and Business Address) CITY OF OSHKOSH 215 Church Avenue PO Box 1130 Oshkosh, Wisconsin 54903-1130 OBLIGATION The Contractor and Surety,jointly and severally,bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for payment of the sum shown above or the performance of the Contract identified above, which is incorporated herein by reference. This Bond shall cover any work performed during initial construction and any warranty period required by the Contract. If there is no Owner Default to pay the Contractor as required under the Contract for work performed or to perform or complete any material term of the Contract, then the Surety(ies) obligation under this Bond shall arise after: 1. The Owner provides notice to the Contractor and Surety that the Owner is considering declaring the Contractor in default of the Contract. Within five (5) business days of the Owner's notice, either the Contractor or the Surety may request a conference with the Owner to discuss such default and the remedy therefor. If a conference is requested, the conference shall be scheduled to take place at Owner's principal place of business or another agreed upon location within five (5) business days of the request for conference. If the Owner, Contractor and Surety agree, the Contractor may be allowed a reasonable time to perform the Contract, but such agreement shall not waive the Owner's right, if any,to subsequently declare the Contractor in default; 2, The Owner declares the Contractor in default and notifies the Surety of the declaration of default;and 3. The Owner agrees to pay the balance of the Contract price in accordance with the terms of the Contract to the Surety or to a qualified Contractor selected to perform the Contract. Failure of the Owner to comply with the notice requirement specified above shall not release the Surety from its obligations. Upon notice from the Owner as provided above, the Surety shall promptly and at Surety's expense take one of the following actions: 1. Arrange for the Contractor,with consent of the Owner,to perform and complete the Contract; 2. Undertake to perform and complete the Contract itself, through qualified agents or independent contractors; 3. Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner to enter into a contract with the Owner for performance and completion of the Contract, to be secured with performance and payment bonds, and to pay to the Owner as damages any amount in excess of the original contract amount for the completion of the Contract; any additional legal, design professional, architect, or consultant fees resulting from any delay in the completion of the Contract; and any applicable liquidated damages specified within the Contract resulting from any delay in the completion of the Contract. 4. Make payment to the Owner, as soon as practicable after an amount is determined for completion of the Contract;or 5. Deny liability in whole or in part and notify the Owner, citing with specificity the reasons for such denial. If the Surety does not proceed with reasonable promptness, Owner may give notice to the Surety and the Surety shall be deemed in default on this Bond five (5) business days after notice by the Owner demanding the Surety perform its obligations under this Bond. Owner shall be entitled to enforce any remedy available to Owner upon default. Except for default of the Surety and Surety's election to perform or complete the Contract itself under Paragraph 2 above,Surety's liability shall be limited to the amount of this Bond. Notice to the Contractor or Surety shall be deemed to have been given: (i) upon delivery to an officer or person entitled to such notice, if hand delivered; or (ii) two (2) business days following deposit in the United States mail, postage prepaid; (iii) upon delivery by a commercial carrier that will certify the date and time of delivery; or (iv) upon transmission if by facsimile, email or other form of electronic transmission. Notices shall be provided to the Owner, Surety and/or Contractor at their address as specified on this Bond or to a facsimile, email or other electronic address that has been provided in writing to the other party to be used for this purpose. The laws of the State of Wisconsin shall govern the interpretation and construction of this Bond. Winnebago County shall be the venue for all disputes arising under this Bond, Any provision in this Bond that may conflict with statutory or other legal requirement shall be deemed deleted herefrom and provisions conforming to the statutory or other legal requirement shall be deemed incorporated herein. • The above obligation is void if the Contractor performs and fulfills all the terms, conditions and agreements of the Contract and any authorized modifications during the term of the original Contract and any extensions thereof. Notice to the Surety is waived for any modifications agreed upon by Owner and Contractor. PTS Contractors,Inc. Liberty Mutual Insurance Company Name of Principal/Contractor Name of Surety Title Mark C. Schleis, President Title Roxanne Jensen,Attorney-in-Fact -----", PTSCONT-01 STELTCO ACC? o CERTIFICATE OF LIABILITY INSURANCE DATE 4/2/2020 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#100197661 J - - mom. Courtney Stelter The McClone Agency,Inc. -- RECEIVED CEIVED PHONE 800 236-1034 6520 FAX 920 725-3233 PO Box 389 (A/C,No,Eat):( ) 1/1/C.Nola( ) Menasha,WI 54952 _ Wass,courtney.stelter@mcclone.com APR — 2 20n INSURERIS)AFFORDING COVERAGE NAICit INSURER A.Middlesex Insurance Co 23434 INSURED T OF PUBLIC \\'ORKSINSURER B:Sentry Insurance a Mutual Co 24988 PTS Ea ton Road Inc DEPH)-OSH'\N ISCONISIN INSURER C.Indian Harbor Ins Company 36940 INSURER D. Green Bay,WI 54311 INSURER E. INSURER F. COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRINSD WVDIMMfDDIYYYYI IMMIDDIYYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X A0083395005-3 7/10/2019 7/10/2020 PRENA11EEs(Ea ocw enae) $ 500,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1'000'000 GEN'L AGGREGATE OMIT APPLIES PER GENERAL AGGREGATE $ 3,000,000 POLICY X 7a: LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER. $ (Ea accident) $COMBINED 1,000,000 A AUTOMOBILEDABIUTY X ANY AUTO _ X A0083395001-3 7/10/2019 7/10/2020 BODILY INJURY(Per Person) $ AUVVNED TOS ONLY AUTOSULED BODILY INJURY(Per accident) $ ..pp PROPERTY DAMAGE AUTOS ONLY AUTOS ONLYY (Per accident) $ A X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 15,000,000 EXCESS LUIB CLAIMS-MADE X A0083395007-3 7/1012019 711012020 AGGREGATE $ 15,000,000 DED X RETENTION s 0 S. B WORKERS COMPENSATION X PER STATUTE ERH AND EMPLOYERS'LIABILITY YIN A0083395006-3 7/10/2019 7/10/2020 1,000,000 ANY OFFICER/MEMBER EEXCLUDED?ECUTIVE NIA EL.EACH ACCIDENT S 1,000,000 (Mandatory in NH) E.L DISEASE-EA EMPLOYEE $ If yes,descnbe under E L DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below C Pollution/Profession X PEC004788503 7/10/2019 7/10/2020 Aggregate 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more apace Is required) Project:City Contract 20-05-Paving,Sidewalk,Driveway,and Utilities/Oregon Street Reconstruction The City of Oshkosh and it's officers,council members,agents,employees and authorized volunteers are additional insureds under the Commercial General Liability,Automobile Liability.Pollution Liability and Umbrella per policy language.Coverage provided is primary and non-contributory if required by written contract A 30 Day Notice of Cancellation applies. Builders Risk Policy Policy No. A0083339015 SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF OSHKOSH ACCORDANCE WITH THE POLICY PROVISIONS. Attn:City Clerk 215 Church Avenue PO Box 1130 AUTHORIZED REPRESENTATIVE OSHKOSH,WI 54903-1130 ---."---� 7''7- ----.) I ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • AGENCY CUSTOMER ID:PTSCONT-01 STELTCO LOC#: 1 A�RFY ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY License#100197661 NAMED INSURED The McClone Agency,Inc. 4075 Eaton Roadlnc POLICY NUMBER Green Bay,WI 54311 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations!LocationsNehicles: Effective Dates:416/20-416/21 Carrier Middlesex Insurance Company Limit: $11,000,000 Railroad Protective Liability Policy No. A0083395016 Insurance Carrier Sentry Insurance,A Mutual Company Effective Dates:4/6/20-4/6/21 Policy Limit: $ 5,000,000 Per Occurrence I$10,000,000 Aggregate Canadian National Railway is included as a named insured. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Sentry POLICY NUMBER: A0083395005 ADDITIONAL INSURED - SUPPLEMENTAL DECLARATIONS The following persons or organizations are included as Additional Insureds,but only to the extent provided in the listed endorsement: Village of Menomonee Falls The person or organization indicated above is included as an additional insured under the following endorsement(s): CG 20 37 10 01 Additional Insured-Owners, Lessees Or Contractors- Completed Operations Location and Description of Completed Operations: Scope: 1800 If- 8"water main,2"services,valves&hydrants,2,000 If- 8" sanitary sewer,6" laterals & manholes,770 If- 18" RCP storm sewer, inlets, manholes,Size: $600,000.00 Location. Coleman Start Date: Sept.2017 End Date: Nov 17,20 CG 20 10 10 01 Additional Insured-Owners, Lessees Or Contractors- Scheduled Person Or Organization Location of Covered Operations: Scope: 1800 If-8"water main,2"services,valves& hydrants,2,000 If- 8" sanitary sewer,6" laterals & manholes, 770 If- 18" RCP storm sewer,inlets, manholes,Size: $600,000.00 Location: Coleman Start Date: Sept.2017 End Date: Nov 17,20 Job Description: Scope: 1800 If-8"water main,2"services,valves&hydrants,2,000 If-8"sanitary sewer,6" laterals& manholes,770 If- 18" RCP storm sewer,inlets,manholes,Size: $600,000.00 Location. Coleman Start Date: Sept.2017 End Date: Nov 17,20 IL 70 60 08 15 Notice Of Cancellation To Others Number of Days Notice 31 Any Additional Insured where required by written contract executed prior to a loss Endorsement CG 24 04 05 09,Waiver Of Transfer Of Rights Of Recovery Against Others To Us, applies to this additional insured. The person or organization indicated above is included as an additional insured under the following endorsement(s): CG 20 37 04 13 Additional Insured-Owners, Lessees Or Contractors- Completed Operations CG 89 0510 14 Pagel of 5 A0083395 07/03/2019 Middlesex Insurance Company 11 00019 0000002263 19105 0 N 002F506E-F969-44506B17-47090F919F13 0027020044350920114954311934075 POLICY NUMBER: A0083395005 Location and Description of Completed Operations: All Jobsites-Work Performed by Named Insured CG 20 10 04 13 Additional Insured-Owners, Lessees Or Contractors- Scheduled Person Or Organization Location of Covered Operations: All Jobsites-Work Performed by Named Insured Job Description: All Jobsites-Work Performed by Named Insured City of Brookfield Engineering Division The person or organization indicated above is included as an additional insured under the following endorsement(s): IL 70 60 08 15 Notice Of Cancellation To Others Number of Days Notice 30 City of Green Bay The person or organization indicated above is included as an additional insured under the following endorsement(s): II 70 60 08 15 Notice Of Cancellnfinn To ethers Number of Days Notice 30 City of New London The person or organization indicated above is included as an additional insured under the following endorsement(s): IL 70 60 08 15 Notice Of Cancellation To Others Number of Days Notice 30 City of Ornro The person or organization indicated above is included as an additional insured under the following endorsement(s): IL 70 60 08 15 Notice Of Cancellation To Others Number of Days Notice 30 Page 2 of 5 CG 89 0510 14 A0083395 07/03/2019 Middlesex Insurance Company l Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util 067322911 Owner.Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT l'TS Contractors,Inc Domer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Section]: Work Unit A Base Bid $8,065,563.97 $8,227,571.04 Clearing;complete as A1010 specified Stations 9.00 $1,325.00 $5,300.00 $84460 $3,378.40 Clearing;complete as A1011 specified Inch Diameter 14.00 $58 00 $812.00 $63 30 $886.20 Limbing existing trees; A1012 complete as specified Each 20.00 $289.00 $5,780.00 $264.00 $5,280.00 Grubbing;complete as A1020 specified Stations _ 400 $1,325 00 $5,300 00 $844.60 $3,378 40 Grubbing;complete as A1021 specified Inch Diameter 14.00 $58.00 $812 00 $63.00 $882 00 Mobilization;complete as A1050 specified Lump Sum 1.00 $709,985.00 $709,485.00 $900,000.00 $400,000 00 Removing pavement; A1100 complete as specified Square Yards 11,93000 $1.05 $12,526.50 $1.10 $13,123 00 Removing concrete and asphalt sidewalk and driveway;complete as A1120 specified Square Feet 32,50000 $0.40 $13,000.00 $040 $13,000.00 Unclassified excavation; A1200 complete as specified Cubic Yards 6,000.00 $14.75 $88,500 00 $15.10 $90,600.00 Excavation special (paving);complete as A1220 specified Tons 1,250.00 $0.01 $12.50 $14 30 $17,875.00 8"concrete pavement HES,with 6"CABC and grading,complete as A1313 specified Square Yards 575.00 $59.75 $34,356 25 $61.50 $35,362.50 8"concrete pavement doweled;with 6"CABC and grading;complete as A1314A specified Square Yards 4,130.00 $53.75 $221,987 50 $55.20 $227,976.00 B"concrete pavement doweled;HES;with 6' CABC and grading; A1315 complete as specified Square Yards 6,440.00 $55.75 $359,030.00 $57.40 $369,656.00 ii&paneanaaneete acslamiar..ane..eag,,,m,,,,,„we,mmaiermsi a Pagel 0(24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (56732291) Owner.Oshkosh WI,City of Solicitor.Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Dormer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension 8"concrete pavement HES removal and replacement; including sawing; pavement ties;dowel bars;bond breaker, integral curb and fine grading:turf restoration; and traffic control; A1319 complete as specified Square Yards 2,270.00 $63.50 $144,145.00 $67.90 $152,998.00 9"concrete pavement HES removal and replacement, including sawing; pavement ties,dowel bars;bond breaker; integral curb and fine grading;turf restoration; and traffic control; A1329 complete as specified Square Yards 3,300.00 $78 15 $257,895.00 $82.50 $272,250 00 Remove and replace 8" concrete pavement(HES) at STA 177+46 to STA 187+17 on Oregon Street, A1333 complete as specified Linear Feet 98000 $15500 $151,900.OD $16150 $158.270 00 Concrete pavement gaps; A1334 complete as specified Each 200 $1,025.00 $2,050.00 $1,055.80 $2,111.60 Concrete pavement approach slab,HES; A1335 complete as specified Square Yards 375.00 $174.50 $65,437.50 $179 50 $67,31250 Crushed aggregate base course;complete as A1340 specified Tons 1,150.00 $8.75 $10,062.50 $9.00 $10,350.00 Pavement ties;complete A1350 as specified Each 2000 $8 20 $164 00 $8.90 $168.00 Drilled dowel bars,l"' A1352 complete as specified Each 55.00 $10.25 $56375 $1060 $583.00 Drilled dowel bars;1 1/4", A1354 complete as specified Each 10500 $13.35 $1,401.75 $13.70 $1,438.50 Adjust manholes and inlets,complete as A1360 specified Each 12500 $292.00 $36,500.00 $300.90 $37,612.50 Turf restoration;complete A1370 as specified Square Yards 9,30000 $8.35 $77,655 00 $8.60 $79,980 00 nee‘setheenso,measnosnser,esn4K+4xa,m.a,.,eenu..eia,oasse141a0-sa Paget of24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util 06732291) Ownen Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Domer Inc 9075 Eaton Road Green Bay,WI 59311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Restore gravel driveway/apron; A1372 complete as specified Square Yards 25.00 $20.50 $512 50 $21.10 $527.50 Cold weather covering (concrete pavement)- single visquine,complete A1380 as specified Square Yards 3,740.00 $0 01 $37.40 $0.01 $37.40 Up-charge for late season cold weather concrete pavement;complete as A1390 specified Cubic Yards 650.00 5001 $6.50 $0 01 $6.50 12"radius curb with 6" CABC and grading; A1410 complete as sped fled Linear Feet 530.00 $12.30 $6,519.00 $1270 $6,731.00 30"curb and gutter;8" with 6"CABC and grading;complete as A1442 specified Linear Feet 12000 $36.95 $4,434.00 $3800 $4,560.00 30"curb and gutter,plain; 8" with 6"CABC and grading;complete as A1443 specified Linear Feet 1,860.00 $14 85 $27,621.00 $15.30 $28,458.00 Sidewalk curb,complete A1460 as specified Linear Feet 535.00 $62.00 $33,170.00 $63.30 $33,865.50 4"concrete sidewalk with 3"CABC and grading; A1500 complete as specified Square Feet 19,340.00 $6 95 $134,413.00 $7 20 $139,248 00 6"concrete sidewalk/ driveway/ramp with 3" CABC and grading; A1510 complete as specified Square Feet 6,850.00 $7.75 $53,087.50 $8.00 $54,800 00 6"concrete sidewalk/ driveway/ramp(HES) with 3"CABC and grading;complete as A1514 specified Square Feet 3,780.00 $8.00 $30,240 00 $8 20 $30,996.00 8"concrete sidewalk/ dnveway/ramp with 3" CABC and grading; A1520 complete as specified Square Feet 2,270.00 $8 75 $19,862 50 $9.00 $20,430.00 6"concrete step;complete A1530 as specified Square Feet 115.00 $61 00 $7,015 00 $63.30 $7,279.50 ,E9,Mets5 co ft-B5 .dnw.esageeJ,,,.o,,trmmvxz\mmeie T,byrm Page 3 of 24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util 06732291) Owner.Oshkosh WI,City of • Solicitor.Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Domer Inc 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Curb ramp detectable warning field (natural/non-painted); A1590 complete as specified Square Feet 168.00 $34.00 $5,712.00 $37.00 $6,216.00 No.4 reinforcing rods- deformed,epoxy-coated, A1550 complete as specified Linear Feet 2,120.00 $2 05 $4,346 00 $3 20 $6,784 00 Drilled No.4 sidewalk tie bars-deformed;epoxy- coated;complete as A1560 specified Each 22000 $8.00 $1,760.00 $8 40 $1,848 00 Cold weather covering (sidewalk)-single visquine;complete as A1580 specified Square Feet 9,700.00 $0 50 $2,350.00 $0.50 $2,350.00 Up-charge for late season cold weather concrete sidewalk,complete as A1590 specified Cubic Yards 75.00 $10.25 $768.75 $10 60 $795 00 Furnish and install tree; A1600 complete as specified Each 3.00 $564 00 $1,692 00 $580.70 $1,742.10 Locate existing property monuments;complete as A1650 specified Each 50.00 $125.00 $6,250.00 $132 00 $6,600 00 Replace section corner; A1651 complete as specified Each 1.00 $410.00 $410.00 $42230 $42230 Replace existing property monuments;complete as A1652 specified Each 30.00 $51.00 $1,530.00 $5280 $1,584.00 Sawing existing pavement;complete as A1700 specified Linear Feet 1,260.00 $2.05 $2,583.00 $2 50 $3,150 00 Sawing concrete pavement full depth; A1710 complete as specified Linear Feet 29000 $3.10 $744.00 $5.40 $1,296 00 Base aggregate dense; A1800 3/4";complete as specified Tons 10000 $31.00 $3,100.00 $31.70 $3,170 00 Base aggregate dense;1- A1801 1/4";complete as specified Tons 1,750.00 $11.30 $19,775.00 $11.60 $20,300.00 Base aggregate dense,3", A1802 complete as specified Tons 2,890.00 $1130 $32,657 00 $11.60 $33,529.00 i taaw..n.nmmcounAcnhmmue,,vslr, x".a""lm.mnw",mase,a.,u.»m Pace 4 e124 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (#6732291) Owner.Oshkosh WI,City of Solicitor.Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Dorner Inc 9075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Tack coat;complete as A1900 specified Gallons 56000 $4 00 $2,290.00 $4 10 $2,296 00 HMA Pavement MT; A1902 complete as specified Tons 2,360.00 $62.60 $147,736 00 $64.40 $151,984 00 HMA cold weather paving;complete as A1903 specified Tons 55000 $74 40 $40,920.00 $76.50 $42,075.00 4"asphaltic transition LT with 10"CABC and grading;complete as A1911 specified Square Yards 520.00 $27 70 $14,404 00 $28 50 $14,820 00 4"asphaltic surface LT with 6'CABC and grading;complete as A1916 specified Square Yards 440.00 $25.10 $11,044.00 $25.90 $11,396 00 2"asphaltic surface LT with 6"CABC and grading;complete as A1917 specified Square Yards 10000 $17.70 $1,770.00 $18.20 $1,820.00 Prepare foundation for asphaltic paving, A1960 complete as specified Lump Sum 1.00 $16,520 00 $16,520.00 $16,997 60 $16,997 60 Pavement markmgs, epoxy;4"(white); A1974 complete as specified Linear Feet 2,26500 $1.30 $2,944.50 $1 30 $2,944 50 Pavement markings; epoxy,4'(yellow); A1975 complete as specified Linear Feet 7,080.00 $1 30 $9,204.00 $1.30 $9,204 00 Pavement markings; epoxy;8"(white); A1976 complete as specified linear Feet 245.00 $1.80 $441.00 $1.80 $441.00 Pavement markings;cross- walk epoxy;12"(white); A1977 complete as specified Linear Feet 67500 $10.75 $7,256.25 $11 10 $7,492 50 Pavement markings;stop- line epoxy,18"(white); A1978 complete as specified Linear Feet 310.00 $16 20 $5,022.00 $16.60 $5,146.00 Pavement markings; arrow epoxy;Type 2 (white);complete as A1980 specified Each 1.00 $282.00 $282.00 $290.30 $29030 nr.ties.ekzacowaarpsaasaer..nr.n_w"....mceau.nwmmasaier.u_mo Page 5 of 4 3/92020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (#6732291) Owner.Oshkosh WI,City of Solicitor.Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PPS Contractors,Inc Dormer Inc 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Pavement markmgs, word;epoxy(white); A1983 complete as specified Each 1.00 $335.00 $335.00 $343.10 $343.10 Remove pavement markings;complete as A1986 specified Linear Feet 1,750.00 $3.60 $6,300.00 $3.70 $6,475.00 Pavement markings; railroad crossing,epoxy (white);complete as A1988 specified Lump Sum 1.00 $770.00 $77000 $79180 $791.80 Furnish and install 10" storm sewer,complete as A2002 specified Linear Feet 10.00 $110.00 $1,1000D $8300 $830.00 Furnish and install 12" storm sewer;complete as A2003 specified Linear Feet 800 D0 $75.00 $60,000.00 $66.00 $52,800 00 Furnish and install 12" RCP Class III storm sewer;complete as A2004 specified Linear Feet 70.00 $90.00 $6,300.00 $90 00 $6,300.00 Furnish and install 15" storm sewer;complete as A2006 specified Linear Feet 135.00 $90 00 $12,150.00 $80.00 $10,8000D Furnish and install 18" storm sewer;complete as A2009 specified Linear Feet 30.00 $104.00 $3,120 00 $103.00 $3,090.00 Furnish and install 21' RCP Class III storm sewer;complete as A2013 specified Linear Feet 230.00 $74.00 $17,020.00 $72.00 $16,560 00 Furnish and install 24' storm sewer;complete as A2015 specified Linear Feet 3000 $147.00 $4,410.00 $137.00 $4,110.00 Furnish and install 27" storm sewer,complete as A2018 specified Linear Feet 295.00 $113.00 $33,335.00 $110.00 $32,450.00 Furnish and install 30" storm sewer;complete as A2021 specified Linear Feet 1,12500 $110.00 $123,750.00 $10000 $112,500.00 Furnish and install 36" storm sewer;complete as A2024 specified Linear Feet 885.00 $111.50 $98,677.50 $10800 $95,580.00 i,F.,r,eth.asaarwa,vxcmaan.n,a,;raMJnIOMMIm"\Cans.awe,maseienb,c u Page 6 of 24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave U1i1 (46732291) Owner.Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Domer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install 48" storm sewer;complete as A2030 _specified Linear Feet 620.00 $166.00 $102,920.00 $141.00 $87,420 00 Furnish and install 34"x 53"HERO'Class III storm sewer;complete as A2053 _specified Linear Feet 29500 $16200 $47,790.00 $144 00 $42,480 00 Furnish and install 4'x 6' box culvert storm sewer, A2072 complete as specified Linear Feet 36.00 $880 00 $31,680.00 $839.00 $30,204.00 Furnish and install 18" RCP Class IE apron endwall with joint ties; A2142 complete as specified Each 1.00 $552 00 $552.00 $1,327.00 $1,327.00 Furnish and install 36' RCP Class m apron endwall with joint ties; A2147 complete as speafied Each 100 $1,695.00 $1,695 00 $1,922.00 $1,922 00 Furnish and install 34'x 53"RCP Class III apron endwall with joint ties; A2158 complete as specified Each 1.00 $3,750.00 $3,750 00 $3,017.00 $3,017.00 Furnish and install standard storm sewer manhole(2'diameter); A2200 complete as specified Vertical Feet 3.90 $385.00 $1,501.50 $363.00 $1,415.70 Furnish and install standard storm sewer manhole(4'diameter), A2201 complete as specified Vertical Feet 1800 $395.00 $7,110.00 $379.00 $6,822.00 Furnish and install standard storm sewer manhole(5'diameter); A2202 _complete as specified Vertical Feet 77.00 $511.00 $39,34700 $476 00 $36,652 00 Furnish and install standard storm sewer manhole(6'diameter), A2203 complete as specified Vertical Feet 17.00 $69500 $11,815.00 $65200 $11,084 DO Furnish and install standard storm sewer manhole(8'diameter); A2205 complete as specified Vertical Feet 3900 $982 00 $38,298.00 $1,036.00 $40,404 00 , e,,ascananan,mmzdnrteip, Ja,wwn,C,.,wnxwisa,uerrywD Page 7 sf24 3/92020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (F6732291) Owner.Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Dresser Inc. 9075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install standard storm sewer inlet manhole(4' diameter);complete as A2213 specified Vertical Feet 1050 $45500 $4,777.50 $457.00 $4,798 50 Furnish and install standard storm sewer inlet manhole(5' diameter);complete as A2214 specified Vertical Feet 29.00 $595 00 $17,255.00 $527.00 $15,283.00 Furnish and install standard storm sewer inlet manhole(6' diameter);complete as A2215 specified Vertical Feet 2050 $692 00 $14,186 00 $669.00 $13,714 50 Furnish and install Type I inlet(with 18"sump); A2235 complete as specified Each 2.00 $1,925.00 $3,850.00 $2,262.00 $4,524.00 Furnish and install Type 3 inlet(with 18"sump); A2237 complete as specified Each 18.00 $1,845.00 $33,21000 $2,057.00 $37,026 00 Furnish and install Type 3 inlet;complete as A2238 specified Each 2.00 $1,625.00 $3,250.00 $1,948.00 $3,896 00 Furnish and install 6' storm sewer lateral; A2900 complete as specified Linear Feet 1,110.00 $5800 $64,380 00 $56.00 $62,160.00 Furnish and install 8" storm sewer lateral; A2402 complete as specified Linear Feet 2000 $11200 $2,24000 $55.00 $I,100.00 Furnish and install storm sewer marker balls; A2404 complete as specified Each 67.00 $52.00 $3,484.00 $66.00 $4,422.00 Furnish and install storm sewer clay dams; A2406 complete as specified Each 38.00 $115.00 $4,370.00 $138 00 $5,244 00 Furnish and install storm sewer lateral inlet; A2408 complete as specified Each 26.00 $490.00 $12,740.00 $640-00 $16,640.00 Storm lateral inlet adjustments;complete as A2414 specified Each 27.00 $23.00 $621.00 $138.00 $3,726.00 ta.h..nretmm CONTRACTS,mus sa r.a2\rokeya"m.ew,°mead wer»asneT.nyv m Page 80(24 392020 Contract 20-05-Oregon St Reconstruct,W 2Bth Ave Uhl&Pump Station Upgrades&Congress Ave Ulil 06732291) Owner.Oshkosh WI,City of Solicitor.Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT PT5 Contractors,Inc Darner Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish;install,maintain; and remove Type D modified inlet protection; A2508 complete as specified Each 11300 $72.00 $8,136.00 $7390 $8,350.70 Sediment removal-Type D modified inlet protection,complete es A2510 specified Each 1130D $5.00 $565.OD $5.30 $59890 Furnish;install;maintain, and remove stone tracking pad;complete as A2512 specified Each 2.00 $0 01 $0 02 $1,500.00 $3,000.00 Furnish;install;maintain, and remove stone bag; A2516 complete as specified Each 7500 $10.50 $787.50 $10 60 $795 00 Furnish;install;maintain; and remove 12'diameter sediment logs;complete A2$18 as specified Linear Feet 115.00 $9.25 $1,063.75 $9.50 $1,092.50 Furnish;install;maintain; and remove ditch check; A2522 complete as specified Each 20.00 $7700 $1,540.00 $79.20 $1,584 00 Furnish;install;maintain, and remove dewatenng tank system;complete as A2524 specified Each 60D $1,155.00 $6,930 00 $5,000 OD $30,000.00 Water treatment allowance,complete as A2525 specified Lump Sum 1.00 $125,000.00 $125,000.00 $125,000.00 $125,000.00 Furnish;install;maintain; and remove turbidity harrier;complete as A2526 specified Each 3.00 $1,540.00 $4,620 00 $1,583.60 $4,750.80 Furnish and install topsoil 6'depth;complete as A2600 specified Square Yards 235.50 $8.20 $1,931.10 $8 40 $1,978 20 Fumish and install turf grass,complete as A2620 specified Square Yards 235.50 $1.05 $24728 $1.10 $259.05 Furnish and install Class I;Type B erosion control A2631 mat;complete as specified Square Yards 235.50 $2.05 $482.78 $2.10 $494.55 Mew..d.e,mm M Mrrsa adnw.ayes.y,0.i.,.a.na,caa.nwo,soaseM 99.>9,9 Page9 of24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Mil&Pump Station Upgrades&Congress Ave Util 06732291) Owner.Oshkosh WI,City of . Solicitor.Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Darner Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install heavy rip-rap with filter fabric; A2650 complete as specified Square Yards 125.50 $54 00 $6,777.00 $54.10 $6,789.55 Rock excavation; A2750 complete as specified Cubic Yards 1000 $0 01 $0.10 $0.01 $0 10 Abandon 8"-12"storm sewer;complete as A2800 specified Linear Feet 110.00 $10.50 $1,155.00 $15.00 $1,650.00 Abandon 15"and larger storm sewer;complete as A2802 specified Linear Feet 53000 $32 00 $16,960.00 $25 00 $13,250.00 Remove 30"and smaller storm sewer;complete as A2804 specified Lmear Feet 460,00 $26.00 $11,960.00 $29 00 $13,340 00 Abandon storm sewer manholes and inlets, A2810 complete as specified Each 9.00 $433.00 $3,897 00 $471.00 $4,239 00 Remove storm sewer manholes and inlets, A2812 complete as specified Each 7.00 $605 OD $4,235.00 $508.00 $3,556.00 Connect to existing storm sewer main;complete as A2850 specified Each 200 $1,085.00 $2,170.00 $755.00 $1,510 00 Connect to existing storm sewer lateral;complete as A2852 specified Each 3.00 $280.00 $840.00 $295.00 $885 00 Connect to existing storm sewer manhole,complete A2856 as specified Each 5.00 $1,620.00 $8,100.00 $830.00 $4,150.00 Storm sewer utility line opening(ULO),complete A2914 as specified Each 5.00 $289.00 $1,4450D $83000 $4,150.00 Excavation special (storm);complete as A2950 specified Tons 200.00 $23 00 $4,600 00 $20.00 $4,000.00 Furnish and install 8" sanitary sewer(relay); A3000 complete as specified Linear Feet 2,092.00 $121.00 $253,132 00 $120 00 $251,040 00 Furnish and install 10" sanitary sewer(relay); A3002 complete as specified Linear Feet 240.00 $144.00 $34,56000 $16800 $40,320 00 ny..xuvvmcoxmacmmmw as,p..0tem.aa,Contrail rx,,ssaiernv+m Page 10 of 29 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades Sr Congress Ave Util Q6732291) Owner.Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PT5 Contractors,Inc Domer Inc 9075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install 12" sanitary sewer(relay); A3009 complete as specified Linear Feet 52.00 $160.00 $8,320.00 $284.00 $14,768.00 Furnish and install 15" sanitary sewer(relay); A3006 complete as specified Linear Feet 800 $250.00 $2,000 00 $188.00 $1,504 00 Furnish and install 21' sanitary sewer(relay); A3010 complete as specified Linear Feet 323.00 $295.00 $95,285 00 $396.00 $127,908.00 Furnish and install 24" sanitary sewer(relay), A3012 complete as specified Linear Feet 1,01000 $198.00 $199,980.00 $29600 $298,960.00 Furnish and install 12" sanitary sewer force main (new);complete as A3035 specified Linear Feet 845.00 $390.00 $329,550.00 $477 00 $903,065 00 Furnish and install 8" sanitary sewer drop; A3060 complete as specified Vertical Feet 21.00 $42500 $8,925.00 $432.00 $9,072.00 Furnish and install 10" sanitary sewer drop; A3062 complete as specified Vertical Feet 14.00 $930.00 $6,020.00 $509.00 $7,056.00 Furnish and install 12" sanitary sewer drop; A3064 complete as specified Vertical Feet 6.00 $436.00 $2,616.00 $63400 $3,504 00 Furnish and install standard sanitary sewer manhole(4'diameter); A3100 complete as specified Vertical Feet 32600 $28000 $91,280.00 $316.00 $103,016.00 Furnish and install external sanitary sewer manhole chimney seal; A3I14 complete as specified Each 3700 $987.00 $18,019 00 $501 00 $18,537.00 Furnish and install external sanitary sewer manhole chimney seal extension;complete as A3116 specified Each 2.00 $41000 $82000 $422.00 $844.00 Furnish and install 10"x 4"sanitary sewer factory wyes or tees;complete as A3202 specified Each 1.00 $17100 $171.00 $240.00 $240.00 Lrup...ra\awromac,s,smasuwp,.0 ireoiriJs.n.e,sc,.aweani'druyum Pagell of24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (#6732291) Owner:Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT PTS Contractors,Inc Darner Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install 8"x 6" sanitary sewer factory wyes or tees;complete as A3210 specified Each 28.00 $110.00 $3,080 00 $157.00 $4,396.00 Famish and install 12"x 6"sanitary sewer factory wyes or tees;complete as A3214 specified Each 100 $285.00 $285.0D $327.00 $32700 Furnish and install 6" sanitary sewer"Insert-A- Tee"or"Kor-N-Tee; A3222 complete as specified Each 100 $294.00 $294.00 $307.00 $307 00 Furnish and install 4" sanitary sewer laterals (new),complete as A3230 specified Linear Feet 60.00 $105.00 $6,300 00 $60 00 $3,600 00 Furnish and install 6" sanitary sewer laterals (new);complete as A3232 specified Linear Feet 95.00 $123.00 $5,535.00 $9600 $,320.00 Fumish and install 6" sanitary sewer riser (new);complete as A3233 specified Linear Feet 5.00 $178.00 $890.00 $116.00 $58000 Furnish and install 4"/6' sanitary sewer lateral (relay);complete as A3234 specified Linear Feet 1,21300 $10800 $131,004.00 $100.00 $121,300.00 Furnish and install 4"/6" sanitary sewer riser (relay);complete as A3235 specified Linear Feet 10.00 $178.00 $1,780 00 $150 00 $1,500 00 Fumish and matall sanitary sewer lateral marker balls;complete as A3236 specified Each 790D $46.00 $3,404 00 $66.00 $4,884.00 Fumish and install clay dams;complete as A3238 specified Each 35.00 $115.00 $4,025.00 $13800 $4,830 00 aQS...Ns�mmcou,carn,mmmar,.ey,vAl.nOme,,,,.,,u.n.nixe,mmoa.,uys m Page 12 of 24 3NR020 Contract 20.05-Oregon St Reconstruct,W 281h Ave Util&Pump Station Upgrades&Congress Ave Util 06732291) Owner.Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT PTS Contractors,Inc Domer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install connection to existing 8" sanitary sewer mains; A3300 complete as specified Each 3.00 $830.00 $2,490 00 $1,133 00 $3,399.00 Furnish and install connection to existing 10" sanitary sewer mains; A3302 complete as specified Each 300 $1,220.00 $3,660.00 $1,308 00 $3,924.00 Furnish and install connection to existing 12" sanitary sewer mains; A3304 complete as specified Each 6.00 $1,560 00 $9,360 00 $1,415.00 $8,490.00 Furnish and install connection to existing 15" sanitary sewer mains; A3306 complete as specified Each 1.00 $2,235.00 $2,235 00 $1,575.00 $1,575.00 Furnish and install connection to existing 42" sanitary sewer mains; A3318 complete as specified Each 100 $337,705.00 $337,705.00 $3,69800 $3,698.00 Furnish and install sanitary sewer concrete collars,complete as A3330 specified Each 2.00 $1,080.00 $2,160.00 $553.00 $1,106 00 Core into existing manhole;complete as A3332 specified Each 1.00 $3,540 00 $3,540 00 $692.00 $692.00 Furnish and install 10" sanitary sewer open cut casing pipes;complete as A3404 specified Linear Feet 7000 $154.00 $10,780 00 $110.00 $7,700.00 Trenchless 36"sanitary sewer casing pipe; A3506 complete as specified Linear Feet 15000 $2,145.00 $321,750.00 $2,298 OD $344,700 00 Trenchless 60"sanitary sewer casing pipe, A3512A complete as specified Linear Feet 240.00 $2,561 00 $614,640.0D $4,808 00 $1,153,920 00 Trenchless 60"sanitary sewer casing pipe, A35128 complete as specified Linear Feet 80.00 $2,822 00 $225,760.00 $2,097.00 $167,760 00 Rock excavahon; A3601 complete as specified Linear Feet 1,30000 $0.01 $13.00 $0.01 $13.00 Peenerinteme0999verPsaar...999.1eJN�.na.,w.,.n wen.menu-v%m Page 13 of24 3/92020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (#6732291) Owner Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT PTS Contractors,Inc homer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Closed circuit televising; A3700 complete as specified Linear Feet 7,768.00 $2.05 $15,924.40 $3.00 $23,304 00 Closed circuit televising- using push camera; A3710 complete as specified Each 3.00 $256.00 $76800 $238.00 $714 00 Abandon sanitary sewer manholes;complete as A3800 specified Each 5.00 $78000 $3,90000 $508.00 $2,540.00 Abandon 8"sanitary sewer;complete as A3802 specified Linear Feet 30.00 $16 00 $480 00 $9.00 $270 00 Abandon 10"sanitary sewer;complete as A3804 specified Linear Feet 569.00 $22.00 $12,518.00 $2 00 $1,138.00 Abandon 12"sam[ary sewer,complete as A3806 specified Linear Feet 185.00 $22.00 $4,070 00 $10.00 $1,050.00 Abandon 12"sanitary sewer force main; A3807 complete as specified Lump Sum 1.00 $32,335.00 $32,335.00 $25,816.00 $25,816 00 Abandon 24"sanitary sewer,complete as A3814 specified Linear Feet 35.00 $125.00 $4,375.00 $71 00 $2,485.00 Abandon 30"sanitary sewer,complete as A3818 specified Linear Feet 40.00 $115.00 $4,600.00 $75.00 $3,000 00 Remove sanitary sewer manholes;complete es A3852 specified Each 6.00 $865 00 $5,190 00 $415.00 $2,490.00 Remove sanitary sewer, A3854 complete as specified Linear Feet 23200 $35.00 $8,120.00 $49.00 $11,368 00 Sanitary sewer utdity line opening(ULO);complete A3890 as specified Each 300 $635 00 $1,905.00 $830 00 $2,490.00 Excavation special (sanitary);complete as A3892 specified Tons 6,35000 $13 85 $87,94750 $20.00 $127,000.00 Furnish and install 4" ductile iron water main (relay)with polywrap; A4000 complete as specified Linear Feet 3500 $146.00 $5,110 00 $130.00 $4,550 00 I si,a"..n s,,aco,n,scnIm side ryeiP .°a""..wac,,".emfea,se re nuns P 14 f '6e ° 3/9/1020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades Sr Congress Ave Util (P6732201) Owner.Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT YTS Contractors,Inc Domer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install 6" ductile iron water main (relay)with polywrap; A4002 complete as specified Linear Feet 260.00 $11D.OD $28,600.00 $120 00 $31,200.00 Furnish and install 8" ductile iron water main (relay)with polywrap: A4004 complete as specified Linear Feet 1,130.00 $10400 $117,520.00 $120.00 $135,600 00 Furnish and install 8" ductile iron water main (relay)with polywrap and TR Plex restrained Joints;complete as A4005 nenhed Linear Feet 160.00 $13500 $21,600 00 $100.00 $16,000 00 Furnish and install 16' ductile iron water main (relay)with polywrap, A4010 complete as specified Linear Feet 1,245.00 $164.00 $204,180 00 $18500 $230,325.00 Furnish and install 16' ductile non water main (relay)with polywrap and TR Flex restrained joints,complete as A4011 nenfied Linear Feet 95.00 $270.00 $25,650.00 $200.00 $19,000 00 Furnish and install 1' water service(relay); A4036 complete as specified Linear Feet 1,14600 $79.00 $90,534 00 $85.00 $97,410 00 Furnish and install 1-1/4' water service(relay), A4037 complete as specified Linear Feet 2500 $129.00 $3,225,00 $85.00 $212500 Furnish and install 2" water service(relay); A4040 complete as specified Linear Feet 6000 $135.00 $8,100.00 $90 00 $5,400.00 Furnish and install 3" water service(relay); A4041 complete as specified Linear Feet 20.00 $179.00 $3,580.00 $150.00 $3,000 00 Furnish and install I" water service(new); A4042 complete as specified Linear Feet 12000 $86.00 $10,320.00 $85 OD $10,200.00 Furnish and install 3"stop box and rod only; A4047 complete as specified Each 100 $1,245.00 $1,245.0D $3,656 00 $3,656.00 ,,uw..ma,aarovnwrn,ao,a,d rivinOlVokrUndon Contrailw.ssnmsidTa-410 Page 15 of24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (#6732291) Owner Oshkosh WI,City of Solicitor Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT PTS Contractors,Inc Domer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install I" corporation and stop box; A4048 complete as specified Each 31.00 $995.00 $15,395 00 $87700 $27,187.00 Furnish and install 1-1/4" corporation and stop box; A4050 complete as specified Each 1.00 $820.00 $820.00 $1,218.00 $1,218 00 Furnish and install 2" corporation and stop box; A4053 complete as specified Each 2.00 $1,155.00 $2,310.00 $1,724 00 $3,448.00 Furnish and install water service clay dams, A9055 complete as specified Each 3500 $116.00 $4,060.00 $138 00 $4,830 00 Furnish and install connections to existing 4" water main,complete as A9056 specified Each 200 $1,305.00 $2,610 00 $1,278 00 $2,556.00 Furnish and install connections to existing 6' water main,complete as A4058 specified Each 1500 $1,935.00 $29,025 00 $1,894.00 $28,410.00 Furnish and install connections to existing 8" water main,complete as A4060 specified Each 11.00 $2,235.00 $24,585.00 $1,967 00 $21,637 00 Furnish and install connections to existing 16"water main;complete A4066 as specified Each 3.00 $4,105.00 $12,315.00 $3,877.00 $11,631.00 Temporary water main, A4080 complete as specified Lump Sum 1.00 $1,005.00 $1,005 00 $25,323.00 $25,323.00 Furnish and install 6"x 4" water main tee;complete A4100 as specified Each 100 $910.00 $410.00 $451 00 $451 00 Furnish and install 6"x 6" water main tee;complete A4101 as specified Each 300 $42500 $1,275 00 $48400 $1,452.00 Furnish and install 8"x 6" water main tee;complete A4110 as specified Each 6.00 $51000 $3,060.00 $570.00 $3,920.00 Furnish and install 8"x 8" water main tee;complete A4111 as specified Each 200 $636 00 $1,272.00 $668.00 $1,336.00 .,.0..ny,,,,. ,,c ,asasr.n"erngm3ma."mem,„.,„.uxmmmmano.,. Page 16 of 24 3/92020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (#6732291) Owner.Oshkosh WI,City of - Solicitor.Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT _ 1TS Contractors,Inc Darner Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install16"x 4'water main tee; A4136 complete as specified Each 100 $3,350.00 $3,350.00 $2,086.00 $2,086.00 Furnish and install 16'x 6"water main tee, A4137 complete as specified Each 2.00 $1,635.00 $3,270 00 $1,896.00 $3,792.00 — Furnish and install 16"x 8"water main tee; A4138 complete as specified Each 200 $3,680.00 $7,360.00 $2,040.00 $4,080.00 Furnish and install 16"x 16"water main cross; A4207 complete as specified Each 1.00 $3,735.00 $3,735.00 $4,170 00 $4,170.00 Furnish and install 8"11- 1/4 degree water main bend,complete as A4219 specified Each 1.00 $370.00 $370.00 $38000 $380.00 Furnish and install 6'22- 1/2 degree water main bend;complete as A4227 specified Each 200 $245.00 $490.00 $299.00 $598.00 Furnish and install 8"22- 1/2 degree water mam bend;complete as A4228 spedfied Each 3.00 $325.00 $975.00 $393.00 $1,179.00 Furnish and install 4"45 degree water main bend; A4235 complete as specified Each 800 $196.00 $1,568.00 $247 00 $1,976 00 Furnish and install 6"45 degree water main bend; A4236 complete as specified Each 39.00 $25500 $9,945.00 $310.00 $12,090.00 Furnish and install B"45 degree water main bend; A4237 complete as specified Each 1400 $330 00 $4,620.00 $407 00 $5,698 00 Furnish and install 16"45 degree water main bend; A4240 complete as spedfied Each 16.00 $1,476.00 $23,616.00 $1,653 00 $26,448.00 — Furnish and install 8"x 6" water main reducer, A4264 complete as specified Each 200 $287.00 $574.00 $34800 $696.00 Furnish and install 16"x 8"water main reducer; A4274 complete as specified Each 1.00 $1,015 00 $1,015 00 $1,138.00 $1,138 00 I‘Enthiethi\I=conrnu mmazwh.ug5rvgmJm"rme•e,sa"a.aWesmasewt.ulsw Page17 of 24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Uti1&Pump Station Upgrades&Congress Ave Util (#6732291) Owner Oshlcosh WI,City of ' Solicitor.Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Darner Inc. 9075 Eaton Road Green Ray,WI 54311 — Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Cut and cap existing 6" water main,complete as A4352 specified Each 200 $770.00 $1,540.00 $52B 00 $1,056.00 Cut and cap existing 8" water main:complete as A4354 specified Each 1.00 $1,300.00 $1,300.00 $577.00 $577.00 Cut and cap existing 16' water main;complete as A4360 specified Each 2.00 $1,800.00 $3,600.00 $1,297.00 $2,594.00 Furnish and install 4' water main gate valve; A4400 complete as specified Each 2.00 $1,085 00 $2,170.00 $1,094 00 $2,188.00 Furnish and install 6" water main gate valve; A4401 complete as specified Each 1300 $1,195.00 $I5,53500 $1,272.00 $16,536.00 Furnish and install 8" water main gate valve; A4402 complete as specified Each 14.00 $1,630.00 $22,820 00 $1,750.00 $24,500.00 Furnish and install 16' water main gate valve; A4405 complete as specified Each 10.00 $7,035 00 $70,350.00 $7,447 00 $74,470 00 Furnish and install hydrant;complete as A4500 specified Each 8.00 $4,140 00 $33,120.00 $4,297.00 $34,376 00 Jack and bore 18"steel water main casing pipe; A4700 complete as specified Linear Feet 125.00 $790.00 $98,750 00 $541.00 $67,625.00 jack and bore 30"steel water main casing pipe; A4704 complete as specified Linear Feet 8000 $1,796.00 $143,680.00 $1,024.00 $81,920.00 Furnish and install 2" water main casing pipe, _ A4712 complete as specified Linear Feet 70.00 $55.00 $3,850.00 $79.00 $5,530 00 Rock excavation; A4801 complete as specified Linear Feet 7900 $0.01 $0 79 $0 01 $0,79 Abandon water main on Oregon Street,complete A4900 as specified Lump Sum 1.00 $5,785 00 $5,785.00 $12,537.00 $12,537.00 Abandon water main on West 28th Avenue, A4902 complete as specified Lump Sum 1.00 $5,205.00 $5,205.00 $3,725.00 $3,725.00 i ifne...s.e ssroeecicn,aueaa r,.i.airAt..j"m�,m,,ra"e nw"tmnsedneyam Page 18 of 24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave UM&Pump Station Upgrades&Congress Ave Util (#6732291) Owner.Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Darner Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Remove water main; A4920 complete as specified Linear Feet 903.00 $51 00 $20,553.00 $390D $15,717 00 Excavation special (water);complete as A4990 specified Tons 228.00 $23 00 $5,249.00 $20.00 $4,560.00 Furnish and install pull box(non-conductive),18" x 36";complete as A5013 specified Each 16.00 $1,485.00 $23,760.00 $1,530.80 $24,492.80 Furnish and install pull box-non-conductive,24' x 36';complete as A5017 specified Each 6.0D $1,540 00 $9,240.00 $1,583 60 $9,501.60 Adjust pull box;complete A5025 as specified Each 21.00 $5 10 $107.1D $5 30 $111.30 Remove pull box; A5026 complete as specified Each 300 $51.00 $153.0D $52.80 $158 90 Remove concrete base; A5027 complete as specified Each 9.00 $205.00 $1,845.00 $211.20 $1,900.80 Install CITY-Supplied lighting control cabinet, A5051 complete as specified Each 1.00, $2,055 00 $2,055.00 $2,111.50 $2,111.50 Install CITY-supplied fully-actuated 8-phase traffic signal control cabinet,complete as A5053 specified Each 1.00 $2,055 00 $2,0550D $2,111.50 $2,111.50 Install electrical service; A5054 complete as specified Each 100 $1,230.00 $1,230.00 $1,266.90 $1,266 90 Furnish and install 2" Schedule 40 PVC; A5120 complete as specified Linear Feet 1,91000 $5.10 $9,741 00 $5.30 $10,123 00 Eunuch and install 3" Schedule 90 PVC; A5130 complete as specified Linear Feet 3,820.00 $6 15 $23,493.00 $630 $24,066.00 Connect to existing pull A5180 box;complete as specified Each 2.00 $1280D $256 00 $132.00 $264 00 Connect to existing conduit;complete as A5184 specified Each 100 $123.00 $123.00 $126.70 $12670 I‘aN,..x.e,mmrovmnemmmad ra,*stre5a_b,,aem1v"wa Info tm,s au Tat)cm Page 19 of 24 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (#6732291) Owner.Oshkosh WI,City of - Solicitor:Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PTS Contractors,Inc Domer Inc. 9075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install 6 gauge red-coated wire; A5240 complete as specified Linear Feet 4,350.00 $1.05 $4,567.50 $1.70 $4,785 00 Furnish and install 6 gauge black-coated wire; A5241 complete as specified Linear Feet 4,350.00 $1.05 $4,567.50 $1 10 $4,785.00 Furnish and install 8 gauge green-coated wire; A5252 complete as specified Linear Feet 4,000.00 $1.05 $4,200 00 $1.10 $4,400.00 Furnish and install 12 gauge red-coated wire; A5270 complete as specified Linear Feet 300.00 $0.55 $165.00 $0.60 $180.00 Furnish and install 12 gauge black-coated wire; A5271 complete as specified Linear Feet 30000 $055 $165.00 $0.60 $180.00 Furnish and install 12 gauge green-coated wire; A5272 complete as specified Linear Feet 300.00 $0.55 $165.00 $0 60 $180.00 Furnish and install 14 gauge green-coated wire; A5282 complete as specified Linear Feet 2,420.00 $0.55 $7,325.50 $060 $1,446-00 Furnish and install fuse holder;complete as A5380 specified Each 30.00 $51.50 $1,545.00 $5280 $1,584 00 Furnish and install SA fuse,complete as A5392 specified Each 30.00 $5 15 $15450 $5.30 $159 00 Install single head fixture; "CITY Supplied"; A5400 complete as specified Each 17.00 $154.00 $2,618.00 $158 40 $2,692.80 Install 10'traffic signal pole with a pedestal base, "CITY Supplied," A5420 complete as specified Each 100 $205 00 $205.00 $21120 $21120 Install 15'traffic signal pole with a pedestal base, "CITY Supplied," A5422 complete as specified Each 500 $205 00 $1,025.00 $211.20 $1,056 00 Install 20'traffic signal pole with a pedestal base, "CITY Supplied,' A5424 complete as specified Each 300 $410 00 $1,230.00 $422.30 $1,206 90 1\GOReanguo]4rpnrynersuoosia P•ungu ve,L,Nnmallm\Gntwit Wcones ma tabyno Page 20 of 3/9/2a20 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util 06732291) • Owner.Oshkosh WI,City of Solicitor.Oshkosh WI,City of Bid Opening 03/09/2020 10:00 AM CDT PTS Contractors,Inc Domer Inc. 9075 Eaton Road Green Bay,WI 59311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Install 30'traffic signal pole with a transformer base,"CITY Supplied, A5426 complete as specified Each 1.00 $410.00 $410.00 $42230 $42230 Install 20'trombone arm. "CITY Supplied, A5430 complete as specified Each 2.00 $33500 $670.00 $39310 $686.20 Install CITY-supplied 25' trombone arm;complete A543I as specified Each I 00 $335.00 $335.00 $343.10 $343.10 Install three-head traffic signal,"CITY Supplied," A5439 complete as specified Each 800 $18000 $1,440.00 $184 80 $1,478 90 Install CITY-supplied four-section traffic signal head;back plate;and LED modules;complete as A5435 specified Each 2.00 $230.00 $460 00 $237.50 $475 00 Install five-head traffic signal,"CITY Supplied," A5436 complete as specified Each 200 $255.00 $510.00 $263 90 $527.80 Install pedestrian signal head with countdown timer,"CITY Supplied, A5438 complete as specified Each 800 $154 00 $1,232 00 $158.40 $1,267.20 Install pedestrian push button,"CITY Supplied," A5440 complete as specified Each 8.00 $128.00 $1,024 00 $132,0D $1,056.00 Install CITY-supplied Rl- IF;Type II reflective stop signs;30"x 30";complete A5452 as specified Each 400 $7700 $308 00 $547.00 $2,188 00 Install CITY-supplied 10' truss-type luminaire arm; with 4'clamp;complete A5456 as specified Each 1.00 $128.00 $128 00 $132.00 $132.00 Fumish and install Type 2 base,complete as A5502 spec tied Each 1000 $90000 $9,000.00 $923.80 $9,238 00 Fumish and install Type 5 base,complete as A5504 specified Each 15.00 $770.00 $11,550 00 $491.80 $7,377 00 ',e.ea.ee,sacovnscn,x mores..ore,r,,,J.mm..mmc,,i as a,mass,erslxm Page 210,124 3/9/2020 Contract 20-05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util 06732291) Owner:Oshkosh WI,City of Solicitor:Oshkosh WI,City of Bid Opening: 03/09/202010:00 AM CDT ITS Contractors,Inc Domer Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Furnish and install Type 9 base;complete as A5506 specified Each 200 $5,135.00 $10,270.00 $5,278.80 $10,557.60 Section 2: Work Unit A Alternate 1(Not Awarded) $1,461,003.00 $1,210,816.00 Furnish and install 36" sanitary sewer(new); A3046-1 complete as specified Linear Feet 258.00 $1700D $43,860 00 $15300 $39,474.00 Furnish and install 42" sanitary sewer(new); A3098-1 complete as specified Linear Feet 2,990 OD $965 00 51,367,100.DO $363.00 $1,067,220.00 Furnish and install standard sanitary sewer manhole(5'diameter); A3102-1 complete as specified Vertical Feet 19.00 $18200 $3,458.00 $405.00 $7,695 00 Furnish and install standard sanitary sewer manhole(6'diameter); A3104-1 complete as specified Vertical Feet 130.00 $24800 $32,240.00 $537.00 $69,810.00 Furnish and install standard sanitary sewer manhole junction chamber with 4"nser section,complete as A3105-1 merthed Vertical Feet 19.00 $755 00 $14,345 D0 $1,401 OD $26,61900 Section 3: Work Unit A Alternate 2(Awarded) $1,760,814.00 $1,537,482.00 Furnish and install 36" sanitary sewer(new); A3046-2 complete as specified Linear Feet 258.00 $223 00 $57,534.00 $223.00 $57,534 00 Furnish and install 42" sanitary sewer(new), A3048-2 complete as specified Linear Feet 2,940.00 $54000 $1,587,600 00 $448.00 $1,317,120.00 Furnish and install sanitary sewer manhole (5'diameter);HOBAS Dase-T;complete as A3102-2 specified Each 100 $10,175 00 $10,175.00 $14,653.00 $14,653 00 Furnish and install HOBAS Base-T junction chamber with 4'riser; A3105-2 complete as specified Each 1.00 $26,635.00 $26,635.00 $30,247.00 $30,247.00 I\Enginterin.g MICCOMPACTS125052nd living1PSIJnionnaloalConnatthleuponfidra. m Page 22 of14 3192020 Contract 20.05-Oregon St Reconstruct,W 28th Ave Util&Pump Station Upgrades&Congress Ave Util (46732291) Owner Oshkosh Wl,City of p Solicitor:Oshkosh WI,City of Bid Opening: 03/09/2020 10:00 AM CDT PIS Contractors,Inc Darner Inc. 4075 Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description VolM Quantity Unit Price Extension Unit Price Extension Furnish and install sanitary sewer manhole (6'diameter),HOBAS Base-T;complete as A3113A-2 specified Each 100 $9,885 00 $9,085 00 $14,741 00 $14,741.00 Fumish and install sanitary sewer manhole (6'diameter);HOBAS Base-T;complete as A31138-2 specified Each I00 $9,885 00 $905.00 $14,741.00 $14,74100 Furnish and install sanitary sewer manhole (6'diameter),HOBAS Base-T;complete as A3113C-2 specified Each 100 $9,105 00 $9,105 00 $14,741.00 $14,741 00 Furnish and install sanitary sewer manhole (6'diameter);HOBAS Base-T;complete as A3113D-2 specified Each 1.00 $9,885.00 $9,885 00 $14,741.00 $14,741.00 Furnish and install sanitary sewer manhole (6'diameter);HOBAS Base-T;complete as A3113E-2 specified Each 1.00 $10,170.00 $10,170 00 $14,741.00 $14,741.00 Furnish and install sanitary sewer manhole (6'diameter),HOBAS Base-T,complete as A3113E-2 specified Each 1.00 $9,885.00 $9,885.00 $14,741.00 $14,741 00 Furnish and install sanitary sewer manhole (6'diameter);HOBAS Base-T;complete as A3113C-2 specified Each 100 $10,170 00 $10,17000 $14,741.00 $14,741.00 Furnish and install sanitary sewer manhole (6'diameter);HOBAS Base-T;complete as A3113H-2 specified Each 1.00 $9,885.00 $9,885 00 $14,741.00 $14,741 00 rak�a,.a��commncn,mmw n,s,,..yn wo..ua,ra„o-,nw.rma.eierws9m Page23 of 24 3/9r2D20 Contract 2045-Oregon St Reconstruct,W28th Ave till&Pump Station Upgrades&Congress Ave Uhl (46732291) Owner,Oshkosh WI,City of Solicitor,Oshkosh WI.City of Sid Opening:03l99t2020 StoG AM CDT PTS Contractors,Inc Poorer Inc. 407$Eaton Road Green Bay,WI 54311 Section Title Item Code Item Description UofM Quantity Unit Price Extension Unit Price Extension Section 4: WorkUnitB $1,735,240.00 $1,949,5740 All demolition end new work in accordance with ill the contract documents Lump Sum 1.00 $1,710,240,00 31,710,240.00 31,914574,0 31,924,57400 Station wetwell concrete B2 repairs allowance Lump Sum 1.00 $25,000,00 $25,00^.00 $25,00000 325,60000 Bid Total: J $11,561,617.07 $11,714,627.04 nsgti.mpwmmrvnsn,amaevrvst Rew.v+a++aA:.wmwmaevaax)9 w NV 24 of 24 3/9/MO RECENED MAR - 9 2020 BID BOND DEFT 0 H W[SCONSIN CITY OF OSHKOSH OSHKPUBLIC WOR Contract Number 20-05 Date Bond Executed(Date of Contract or Later) March 9,2020 PRINCIPAL/CONTRACTOR(Legal Name and Business Address) Type of Organization PTS CONTRACTORS,INC. Individual _Partnership 4075 Eaton Road X Corporation Green Bay,WI 54311 Stale of Incorporation Wisconsin SURETY(TES)(Legal Name(s)and Business Address(es)) Penal Sum of Bond LIBERTY MUTUAL INSURANCE COMPANY Five Percent of Amount Bid 175 Berkeley Street (5%) Boston,MA 02116 OWNER(Legal Name and Business Address) CITY OF OSHKOSH 215 Church Avenue PO Box 1130 Oshkosh,Wisconsin 54903-1130 OBLIGATION The Contractor and Surety,jointly and severally,bind themselves, their heirs,executors,administrators,successors and assigns to the Owner for the amount of the penal sum identified above if the Owner accepts the bid of this Contractor within the time specified in the bid documents or within such time period as may be agreed upon between the Owner and the Contractor,and the Contractor shall fail to execute the Contract within five(5)business days of written notice to the Contractor and Surety of Owner's intent to make a claim upon this Bond. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. If the Contractor either enters into a contract with Owner in accordance with the terms of the bid and gives such bond(s) that may be specified in the bidding documents for the faithful performance of the Contract and for the prompt payment of labor, materials and supplies furnished for the purpose thereof; or pays to the Owner the difference between the amount specified in the bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered in such bid,then the Surety and the Contractor shall have no obligation under this Bond. Notice to the Contractor or Surety shall be deemed to have been given: (i) upon delivery to an officer or person entitled to such notice,if hand delivered;or(ii) two (2)business days following deposit in the United States mail, postage prepaid; (iii) upon delivery by a commercial carrier that will certify the date and time of delivery;or(iv) upon transmission if by facsimile,email or other form of electronic transmission. Notices shall be provided to the Owner, Surety and/or Contractor at their address as specified on this Bond or to a facsimile, email or other electronic address that has been provided in writing to the other party to be used for this purpose. The laws of the State of Wisconsin shall govern the interpretation and construction of this Bond. Winnebago County shall be the venue for all disputes arising under this Bond. Any provision in this Bond that may conflict with statutory or other legal requirement shall be deemed deleted herefrom and provisions conforming to the statutory or other legal requirement shall be deemed incorporated herein. PTS Contractors,Inc. Liberty Mutual Insurance Company Name of Principal/Contractor Name of Surety C• `mil A-e r ,4- Title Mark C. Schleis, President Title Roxanne Jensen,Attorney-in-Fact morramil Mr' , This Power of Attorney limits the acts of those named herein,and they have no authority to h bind the Company except in the manner and to the extent herein stated. AI Liberty ty Liberty Mutual Insurance Company .r ' T\'1iitual The Ohio Casualty Insurance Company Certificate No:8201176-354019 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the lass of the Slate of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Kelly Cody, Christopher I Iouden,Roxanne Jensen. Brian I..Krause,Trudy A.:Milewski all of the city of Green Bay state of Wisconsin each individually if there be more than one named,its We and lawful attorney-In-fact to make, execute,seal,acknowledge and deliver,for and on ifs behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surely obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st day of May , 2019 _ Liberty Mutual Insurance Company asi INso ,INSuq The Ohio Casually insurance Company En nil 1.W. dM Fri BY- -en c David M,Carey,Assistant Secretary c a -m State of PENNSYLVANIA >, 73= County of MONTGOMERY m vor c o v On this 1st day of May , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o m Company,The Ohio Casually Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes coI- co m > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o w T m= IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year that above written, c a a Om co -' ^--w; • COMMONWEALTH OF PENNSYLVANI4 V Q m I .l Teresa Paslena,@Diary Public yj��!GA*C'�r�CAgy4J CT Q d 1 Upper MertonTarp.Montgomery county By' N ern \ ti L1y Commission Expires March 26,2n21 eresa Pastella,Notary Public om at - �'-r 'i Member.Pennay.mmA-eemion or Nouaae 0. itN *2r'.ii' o to L- w . ,C m This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual �' o c Insurance Company,and West-American Insurance Company which resolutions are now In full force and effect reading as follows: o aaii ai ARTICLE IV—OFFICERS:Section 12.Power of Attorney. .�' Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the m 2 -o >. President may prescribe,shall appoint such atlomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o To any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fad,subject to the limitations set forth in their respective powers of attorney,shall,c`tr > have full Ls. power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such"co Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or atlomey-in-fact under thew cn provisions ofthts article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o i ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. o Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,H 4 shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such atlomeys-in-tact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upona certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed, I,Renee C.Llewellyn,the undersgned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in fun force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals or said Companies thiabh day of j,vrch ?.[) V insult? ,yr INSp d 1NSUR 4JP oaooer 4 rJPc°avonrr49y pP ropron.,, n !+//�','j(� J e0 m T 'O n 1 Fo m iP� `J V m W 1912 0 o 1919 „ f 1991 ;m C'3 -xo jo G\ o By. -dyar''+cuvs Ada o�xn„Ps+aa3 'Craw." cub Renee C.Llewellyn,Assistant Secretary 1 * F H{ t 0 4r4t + 0 RECEIVED 9 BID SUBMITTAL MAR - 9 2020 9 1. This Bid submitted by DEFT OF PUBLIC W If Bidder is: OSHKOSH, W(SCO S NS An Individual Name (typed or printed): By (signature): Doing business as: A Partnership Partnership Name: (SEAL) By: (Signature of general partner—attach evidence of authority to sign) Name (typed or printed)• A Corporation Corporation Name: PTS Contractors, Inc. (SEAL) State of Incorporation: Wisconsin Type (General Business,Professional, Service,Limited Liability): General Business By a r c� Cl .i., (Signature—attach evidence of authority to sign) Name (typed or printed). Mark C.Schleis Title: President? (CORPORATE SEAL) Attest: (F✓� U (Signature of Corporate Secretary) Date of Qualification to do business is: 9/20/1972 PW\DEN003\C1X37700 BID FORM MARCH 4, 2020 00 41 13 -21 ©COPYRIGHT 2020 JACOBS A Joint Venture Joint Venturer Name: (SEAL) By. (Signature off oint venture partner—attach evidence of authority to sign) Name (typed or printed). Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business Address: 4075 Eaton Road Green Ray,WT 54311 Phone No.. 920-468-5217 FAX No.. 920-468-4087 BID SUBMITTED on March 9 , 20 20 Wisconsin Contractor's License No.: 224743 Contractor's License Class (where applicable): 10. SUPPLEMENTS A.The supplements listed below, following"End of Section",are part of this specification. 1. List of Proposed Subcontractors. 2. Disclosure of Ownership. 3. Certification of Receipt of Soil and Ground Water Management Plan. END OF SECTION BID FORM PW\DEN003\C1X37700 00 41 13 -22 MARCH 4,2020 ©COPYRIGHT 2020 JACOBS PTS CONTRACTORS, INC. 4075 EATONROAD GREEN BAY, WI 54311-9340 OFFICE (920)468-5217 FAX(920) 468-4087 CORPORATE RESOLUTION At a duly constituted meeting of the Board of Directors of PTS Contractors, Inc., held on the 151 day of July, 2019,the following resolution was unanimously passed: BE IT RESOLVED that Mark C. Schleis in his capacity as President, Steve C, Horn in his capacity as Vice-President or Branden Strayer in his capacity as Project Coordinator/Estimator is authorized to, on the behalf of and in the name of PTS Contractors, Inc., to negotiate, procure and execute such agreements which in his/their opinion are necessary or advisable to effectuate the most favorable terms of PTS Contractors, Inc., and the execution of such Agreements by said officers shall be conclusive evidence of PTS Contractors, Inc.'s approval thereof. IN WITNESS WHEREOF, I have affixed my name as Secretary of said Corporation and have caused the Corporate Seal of the Corporation to be affixed this 1st day of July,2019 Casey W As an, Secretary RECEDED MAR - 9 2020 LIST OF PROPOSED SUBCONTRACTORS FOR Ec SH OSH, wi WORKS CITY OF OSIIKOSH SCONSIN CONTRACT 20-05 Name Class of Work Address &Telephone 1/aILA GAS (G aL ' 1-o Jbc —y r y- -it.w-1,V.,-16 r I.srt4st_.P t t2..sl kas h w.L ?Di�e,V_ I„^L ken o .1 C 11/1-,drsa,t t-sr 74-on^ I r,(--t.it. Of1,1Gash /-11--- \4.CL y1� I p� A-pp i -L, wr Al b.,y 4,1[L,L/DCI')-e_ V — ,-,-' C- M,.\-szs }- &E- 33: . ,IA) c„0.1 Ok. Cd5:'�e�c•11 I o 1Trt Ii r_ 4 , V 2 n't t d�ta. 't4 j,7$$$-,,a4 /`- p l,ei ,1 t--/E. END OF SECTION PW\DEN003iC1X37700 LIST OF PROPOSED SUBCONTRACTORS FEBRUARY 18,2020 00 41 13.1 SUPPLEMENT- 1 ©COPYRIGHT 2020 JACOBS RECENED te MAR - 9 2020 City EPT OF Oshkosh [q Qf UWISCOIC N0RNS TO: ALL CONTRACTORS FROM: ENGINEERING DIVISION OF CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS SUBJECT DISCLOSURE OF OWNERSHIP FORM Please review the attached Department of Workforce Development Disclosure of Ownership form. If Item 3 on this Disclosure of Ownership form applies to your company,you must complete the Disclosure of Ownership form and upload in the appropriate location on Quest V-Bid. If Item 3 on the Disclosure of Ownership form does NOT apply to your company, you must complete the information below and upload this page in the appropriate location on Quest V-Bid. CERTIFICATION I certify by my signature below that Item 3 of the attached Disclosure of Ownership form does NOT apply to my firm,or a shareholder,officer,or partner of my firm. Name Mark C Schleic Printed Name President Title PTS Contractors,Inc. Company Name March 9,2020 Date l\Engineering\Tracy Taylo\Public Works Contraas\W Snawous\Disclosureof Ownership Form_24- Page l of 17..doa City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 htip://www.ci.oshkosh.wi.us State of Wisconsin Department of Workforce Development Disclosure of Ownership Equal Rights Division The statutory authority for the use of this form is prescribed in Sections 66.0903(12)(d),66.0904(10)(d)and 103.49(7)(d),Wisconsin Statutes. The use of this form is mandatory. The penalty for failing to complete this form is prescribed in Section 103.005(12),Wisconsin Statutes. Personal information you provide may be used for secondary purposes[Privacy Law,s. 15.04(1)(m),Wisconsin Statutes]. (1) On the date a contractor submits a bid to or completes negotiations with a state agency, local governmental unit,or developer, investor or owner on a project subject to Section 66.0903,66.0904 or 103.49,Wisconsin Statutes, the contractor shall disclose to such state agency, local governmental unit, or developer, investor or owner,the name of any"other construction business,"which the contractor,or a shareholder, officer or partner of the contractor, owns or has owned within the preceding three(3)years. (2) The term"other construction business"means any business engaged in the erection,construction, remodeling, repairing, demolition, altering or painting and decorating of buildings, structures or facilities. It also means any business engaged in supplying mineral aggregate, or hauling excavated material or spoil as provided by Sections 66.0903(3), 66.0904(2), 103.49(2)and 103.50(2),Wisconsin Statutes. (3) This form must ONLY be filed,with the state agency project owner, local governmental unit project owner, or developer, investor or owner of a publicly funded private construction project that will be awarding the contract, if both (A)and(B)are met. (A) The contractor,or a shareholder, officer or partner of the contractor: (1) Owns at least a 25% interest in the"other construction business,"indicated below, on the date the contractor submits a bid or completes negotiations;or (2) Has owned at least a 25%interest in the"other construction business"at any time within the preceding three (3)years. (B) The Wisconsin Department of Workforce Development(DWD)has determined that the"other construction business" has failed to pay the prevailing wage rate or time and one-half the required hourly basic rate of pay,for hours worked in excess of the prevailing hours of labor,to any employee at any time within the preceding three (3) years. Other Construction Business Business Name Street Address or P 0 Box City State Zip Code Business Name - Street Address or P 0 Box City State Zip Code Business Name Street Address or P 0 Box City State Zip Code Business Name Street Address or P O Box City State Zip Code I hereby state under penalty of perjury that the information, contained in this document, is true and accurate according to my knowledge and belief. Print the Name of Authorized Officer Authorized Officer Signature Date Signed Corporation, Partnership or Sole Proprietorship Name Street Address or P 0 Box City State Zip Code If you have any questions call (608)266-6861 ERD-7777(R.0112011) RECErvED MAR_ 9 P020 ty DEPT O p p CI Of OSHKOSHUWI3CO Rue NORKS Oshkosh TO: ALL CONTRACTORS FROM; ENGINEERING DIVISION OF LUX OF OSHICOSH DEPARTMENT OF PUBLIC WORKS SUBJECT. SOIL AND GROUND WATER MANAGEMENT PLAN CERTIFICATION I certify by my signature below that our firm has read the Soil and Ground Water Management Plan included in the Specifications and will comply with the requirements of the Plan. ✓�LLI/f� V� Name Mark C.Schleis Printed Name President Title PTS Contractors, Inc. Company Name March 9 2020 Date 1:\Engineering\Tracy Taylor\Public Works Contreras\Miscellaneous\Soil&Ground Water Page 1 of 1 Ma agementPlan Certification 2-1-ll doa City Hall,215 Church Avenue PA,Box 1130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us