HomeMy WebLinkAboutAddendum No. 1 City Contract 20-02 Southwest Industrial Park/Clairville Road - Construction 2020 RECEIVED
City NOV 0 3 2020
Oshkosh CITY CLERK'S OFFICE
Addendum No. 1
City Contract 20-02: SOUTHWEST INDUSTRIAL PARK /
CLAIRVILLE ROAD - CONSTRUCTION
TO ALL CONTRACTORS:
You are directed to make the following changes to City Contract 20-02:
It is highly recommended that Contractors closely review the EDA Contracting Provisions for
Construction Projects, particularly Section 27 Debarment, Suspension, Ineligibility, and
Voluntary Exclusions.
Electronic Bid Set CAD Data is included in the Addendum No. 1 zip file on the QuestCDN
website.
REPLACE Sheet 3 with the Revised Sheet 3, which is attached to this Addendum.
REPLACE Sheet 10 with the Revised Sheet 10,which is attached to this Addendum.
REPLACE Sheet 12 with the Revised Sheet 12, which is attached to this Addendum.
REPLACE Sheet 16 with the Revised Sheet 16,which is attached to this Addendum,
REPLACE Sheet 17 with the Revised Sheet 17, which is attached to this Addendum.
REPLACE Sheet 21 with the Revised Sheet 21,which is attached to this Addendum.
REPLACE Sheet 33 with the Revised Sheet 33,which is attached to this Addendum.
REPLACE Sheet 34 with the Revised Sheet 34,which is attached to this Addendum.
REPLACE Sheet 36 with the Revised Sheet 36, which is attached to this Addendum.
REPLACE Sheet 46 with the Revised Sheet 46,which is attached to this Addendum.
REPLACE Sheet 47 with the Revised Sheet 47,which is attached to this Addendum.
REPLACE Sheet 48 with the Revised Sheet 48, which is attached to this Addendum.
I:\Engineering\2020 CONTRACTS\20-02 SWIP-Clairville Rd\Project_Information\Contract
Info\Addendum\Addendum#1\20.02 Addendum A1_10-30-20.docx Page 1 of 7
City Hall,215 Church Avenue P.O.Box 1 130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us
The following change has been made to Instructions to Bidders:
ADD the following paragraphs to the end of Instructions to Bidders:
IB-13 FEDERAL EXCLUSIONS
All Contractors and Subcontractors shall be eligible to perform federal work in accordance
with the funding requirements for this Project. A Contractor or subcontractor included
on Contractor's List of Subcontractors that is shown as ineligible or excluded on the
SAM.gov website (https://sam.gov/SAM/) shall result in bid disqualification.
The following change has been made to Section SP-11 Excavation, Trench Backfill, and
Compaction:
ADD the following sentence to the end of Paragraph 8 in Section SP-11:
The CITY will allow acceptable native backfill within the storm sewer trench in the
Clairville Road right-of-way from STA. 23+30 to STA. 28+20.
The following change has been made to Section SP-12 Concrete and Asphalt Paving
Construction
ADD the following paragraph to the end of Section SP-12:
9. Bid Item#A-1325—9" Concrete Pavement Doweled,HES,with 6" CABC and Grading
A. Bid Item #A-1325 shall follow all applicable provisions of Section 1300 of the
current edition of the STANDARD SPECIFICATIONS.
B. The CITY will not require high early strength (HES) concrete as part of this Bid
Item. '
The following change has been made to Section SP-16 Water Main Construction
ADD the following paragraphs to the end of Section SP-16:
SP-17 RAILROAD INSURANCE
1. The CONTRACTOR shall obtain Railroad Insurance as required by the Railroad
related to any work over,under, or near the Railroad Company's tracks and right-of-
way. Proof of insurance shall be submitted to the CITY indicating approval from the
Railroad prior to the CONTRACTOR commencing any work.
2. The limits of work shown in the Plans do not indicate a need for Railroad Insurance.
However,if the CONTRACTOR feels the CONTRACTOR'S means and methods will
dictate that this work area will encroach upon the "Zone of Influence", the
I:\Engineering\2020 CONTRACTS\20-02 SWIP-Clairville Rd\Project_Information\Contract Page 2 of 7
Info\Addendum\Addendum#1\20-02 Addendum#1_10-30-20.do«
CONTRACTOR shall include all costs for any necessary Railroad Insurance and
shoring plans in their bid for Work Unit"B"Bid Items,as no extra monies will be paid.
Railroad Insurance Requirements for this Project are attached to this Addendum.
Listed below are Bidding Questions (Q) received and the Bidding Answers (A) provided to
contractors:
(Q)Is there any type of material filling the void between the existing sanitary carrier pipe and
existing casing pipe?
(A)There are no definitive records on grout in existing casing pipe. CON 1'KACTOR is to assume
spacers exist.
(Q) Can the CONTRACTOR saw a structure down to allow the installation of a riser section in
lieu of removing the entire manhole (including pipe connections, invert, and base)?
(A)No. The CITY does not anticipate the need to remove an entire manhole. A few manholes
need to be reconstructed per the current edition of the STANDARD SPECIFICATIONS. The
existing adjustment rings may also be reduced to achieve a standard riser section.
(Q)The 30" Casing pipe is approximately 18'deep and with the connection points basically at the
ROW of the Railroad,is there going to be requirements that the CONTRACTOR will have to
satisfy with the Railroad,ie insurance,naggers,observers, shoring plans?
(A)See Section SP-17 Railroad Insurance in this Addendum.
(Q)Are there restrictions for the water shutdown based on affecting downstream water
department customers? Special hours or night work?
(A)It is anticipated that water service can be maintained to all customers during the shutdown.
(Q)For bypassing the sanitary sewer,is there any sort of storm or culvert that crosses under the
railroad tracks east or west of the existing sanitary that could be utilized to get the bypass line
under the tracks?
(A)There is a forty-eight inch(48")storm sewer on the easterly end of transload facility(+/-1,300'
east) that could potentially be used. Any other temporary crossings need to be arranged and
approved by the Railroad.
(Q)Is there CIPP lining work in the contract?
(A)No.
I:\Engineering\2020 CONTRACTS\20-02 SWIP-Clairville Rd\Project_Information\Contract
Info\Addendum\Addendum Al\20-02 Addendum 41_10-30-20.docx Page 3 of 7
(Q)What does Bid Item A-1210 Borrow Excavation represent, actual fill needed on the project or
the difference between Cut and Fill?
(A)See Paragraph SP-12.5 in Section SP-12 Concrete and Asphalt Paving Construction for
Borrow Excavation fill description. This Item is for potential fill needed for unsuitable
subgrade material per soil boring information. Borrow Excavation will only be paid after all
suitable excavated material and the supply from the City Aggregate Stockpile and Clay Pile
has been exhausted.
(Q)Compass Pass is a fine grade street. Should there be an undistributed quantity for any CABC
that is needed to bring the fine grade street to grade?
(A)There are approximately seven to eight inches(7"—8")of existing base on this street. Per the
cross-section, there appears to be enough, if not a surplus of, existing base on the existing
roadway. The street should only need to be fine graded. If additional CABC is needed for
Compass Way, the CITY's Aggregate Stockpile can be used.
(Q)Transload driveway shows inlets but no curb?
(A)These will be flat driveway castings provided by the CITY.
(Q)Typical sections detail two different #4 bar lengths for longitudinal joints (24-inch and 36-
inch), is this correct?
(A)All bars will be twenty-four inch (24"), as shown on the Drawings. Tie bars to be installed
per CITY SDD 10—Concrete Pavement Longitudinal Joints. Sheet 3 has been updated and
is attached to Addendum #1.
(Q)Can you please provide any information on the construction status for Development Site A,
B, & C to provide a better understanding of potential construction activities that may be
occurring in conjunction with this project?
(A)Sites B and C have been purchased. Both sites could be under construction next year. There
are no current development plans for Site A,which is still owned by the CITY.
(Q)Stage 1A—If access to Development Site C and the Transload facility can be accommodated
via Compass Way, what additional access may be required for this phase? IE: Temporary
driveway, other?
(A)At least one (1) access must be provided to the existing sites. If construction is occurring on
Development Site C,additional communication and access may need to be arranged with that
contractor.
I:\Engineering\202000N7RACTS\20-02SWIP-ClairvilleRd\Project_Information\Contract Page 4 Of 7
Info\Addendum\Addendum#1\20-02 Addendum#1_1030-20.docx
(Q)Stage 2A —If access to Development Site B and the Transload facility can be accommodated
via Transit Drive,what additional access may be required for this phase? IE: Temp driveway,
other?
(A)At least one (1) access must be provided to the existing sites. If construction is occurring on
Development Site B,additional communication and access may need to be arranged with that
contractor.
(Q)Stage 2B —If access to Development Site B and the Transload facility can be accommodated
via Transit Drive,what additional access may be required for this phase? IE:Temp driveway,
other?
(A)At least one (1) access must be provided to the existing sites. If construction is occurring on
Development Site B,additional communication and access may need to be arranged with that
contractor.
(Q)If Stages 2A and 2B can occur concurrently,is the construction window 12 weeks to complete
both stages?
(A)Yes, if needed.
(Q)Stage 3A—If United Cooperative has access via Compass Way to Transit Drive,why is access
needed off of Clairville?
(A)They currently have two (2) access points from Clairville Road. So, when construction is
occurring on Clairville Road, one (1) access must remain open, along with the access from
Transit Drive.
(Q)Can an estimated quantity of City Clay Stockpile be provided?
(A)Approximately 20,000 CY.
(Q)Can an estimated quantity of City Aggregate Stockpile be provided?
(A)Approximately 1,800 CY.
(Q)Can the City Aggregate Stockpile only be used as borrow?
(A)Yes, but it will NOT be paid as borrow excavation.
(Q)Is there a location within the project limits or Development Sites that can be designated to
stage cut material from one phase to be utilized in another phase?
(A)Development Site A could be used to stage cut material, provided it is still owned by the
CITY. Material may also be staged near the City Stockpiles.
I:\Engineering\2020 CONTRACTS\20-02 SWIP-Clairville Rd\Project Information\Contract
Info\Addendum\Addendum p1\20-02 Addendum#1_10-30.20.docx Page 5 of 7
(Q)Is there a location within the project limits or Development sites that can be used as a waste
site for unsuitable or excess cut material?
(A)Suitable excess cut material can be stored near the City Stockpiles. Unsuitable material is to
be hauled off and disposed of by CONTRACTOR.
(Q)Can you provide any design utility coordination regarding potential conflicts and estimated
time frames for utility companies to complete any anticipated relocation work? Will utility
conflict delays be factored into construction window extensions?
(A)All responses from private utilities have stated they have no conflict with the proposed
utilities. Possible conflicts may arise along the east right-of-way of Clairville Road
(Spectrum/Charter). CATV may be the "T" line along Clairville Road, but the CITY is not
sure who the fiber line belongs to. Any utility conflicts will be addressed individually and
the CITY will work with the CONTRACTOR on time extensions, if needed.
(Q)Can fills outside the 1:1 slopes greater than 6-inches be constructed using salvaged topsoil or
will this material be considered excess salvaged topsoil and need to be hauled to the
designated SWIP Site?
(A)Not within the right-of-way, as future sidewalk may be installed in those locations.
(Q)Is the requirement for removing rocks for fill material in excess of 4-inch diameter correct?
(A)The City will accept rocks in fill material up to twelve inches (12")in diameter.
(Q)If the City Clay and Aggregate Stockpile are used as borrow, will they be considered hauled
in material and paid as borrow?
(A)No. See Paragraph SP-12.5 in Section SP-12 Concrete and Asphalt Paving Construction.
(Q)If a clay liner is needed for the pond area, the plan is missing a bid item for clay liner and a
detail for thickness.
(A)A clay liner on this pond is not needed.
(Q)For pulverizing Clairville Road, can all of Clairville be pulverized at once? Or will that need
to be broken down into two phases as well?
(A)As long as the roadway is maintained as a drivable surface for access to the SWIP site, the
roadway could be pulverized. The CONTRACTOR will be responsible for maintaining a
drivable surface.
(Q)For Asphalt paving,specifically the surface paving,will this need to be done under a flagging
operation or will road still be closed with a detour?
I:\Engineering\202000NTRACTS120-02SWIP-ClairvilleRd\Project_Information\Contract Page 6 of 7
Info\Addendum\Addendum#1120-02 Addendum#1_10-30-20.docx
(A)The road will be closed and detour route will be marked; however, local traffic must still be
accommodated. See Sections SP-3 — Completion and Liquidated Damages and SP-7 —
Maintenance of Traffic.
(Q)The asphalt area on Transit Way where the future railroad is going through, is that going to
be paid under bid item A-1905?
(A)Yes.
REPLACE the Proposal with the Revised Proposal,which is attached to this Addendum.
If you have any questions regarding this Addendum,please contact me at(920)236-5065 between
the hours of 8:00 a.m. and 4:30 p.m. weekdays.
Sincerely,
f
Justin Gierach,P.E.
Engineering Division Manager/City Engineer
JG/tlt
Enclosures
I:\Engineering\2020 CONTRACTS\20-02 SWIP-Clairville Rd\Project_InfonnaUon\Contract
Info\Addendum\Addendum$1\20-02 Addendum#1 10-30-20.docx Page 7 of 7
RAILROAD INSURANCE REQUIREMENTS
General Specifications 1.11
INSURANCE
1.11.1 Standard Insurance Requirements
(1) Maintain the following types and limits of commercial insurance in force until completing and obtaining the
RAILROAD's acceptance of all work.
TYPE OF INSURANCE MINIMUM LIMITS REQUIRED [1]
1. Commercial general liability insurance endorsed to include blanket contractual liability coverage. [2] $2
million combined single limits per occurrence with an annual aggregate limit of not less than$4 million.
2. Workers'compensation providing coverage regardless of the number of employees. (Statutory Limits)
3. Employers' liability insurance.
Bodily injury by accident: $100,000 each accident.
Bodily injury by disease: $500,000 each accident
$100,000 each employee
4. Commercial automobile liability insurance covering all contractor-owned, non-owned, and hired vehicles
used in carrying out the contract[2]: $1 million-combined single limits per occurrence.
[1]The contractor may satisfy these requirements with primary insurance coverage or with excess/umbrella
policies.
[2] The RAILROAD & the WISCONSIN DEPARTMENT OF TRANSPORTATION, & their officers,
agents, and employees shall be named as additional insured under the general liability and automobile
liability insurance.
(2) For a joint venture, limited liability company, or partnership; ensure that the bidding entity is the named
insured and that coverages apply jointly and severally to its member entities.
(3) Obtain coverage from insurance companies licensed to do business in the state that have an A.M. Best rating
of A-or better.The cost of providing the required insurance coverage and limits is incidental to the contract.
(4)The RAILROAD or WisDOT may request proof of insurance at any time. Submit copies of insurance policies
as well as associated certificates of insurance upon RAILROAD or WisDOT request.
(5)Notify the RAILROAD immediately upon cancellation or initiating cancellation, whichever is earlier, or any
material change in coverage. Cease operations immediately if any insurance is cancelled or reduced. Do not
resume operations until the required coverage is in force.
(6)The above insurance requirements apply with equal force whether the contractor or a subcontractor,or anyone
directly or indirectly employed by either,performs work under the project.
1.11.2 Railroad Insurance Requirements
Provide railroad protective liability insurance. Keep railroad protective liability insurance coverage in force until
completing all work, under or incidental to the contract, on the RAILROAD right of way or premises of the
RAILROAD and until the RAILROAD has accepted the work as specified in the contract documents.
(1) Provide railroad protective liability insurance coverage written as specified in 23 CFR part 646 subpart A.
Provide a separate policy for each RAILROAD owning tracks on the project. Ensure that the railroad protective
liability insurance policies provide the following minimum limits of coverage:
1.Coverage A,bodily injury liability and property damage liability;$2 million per occurrence.
2.Coverage B,physical damage to property liability; $2 million per occurrence.
3.An annual aggregate amount of$6 million that shall apply separately to each policy renewal or extension.
(2)Obtain coverage from insurance companies licensed to do business in Wisconsin that have an A.M.Best rating
of A-or better. The cost of providing the required insurance coverage and limits is incidental to the contract.
(3) Submit the following to each RAILROAD owning tracks on the project as evidence of that RAILROAD's
respective coverage:
1.A certificate of insurance for the types and limits of Standard Insurance specified.
2. The railroad protective liability insurance policy or other documentation acceptable to the RAILROAD.
(4) Do not begin work on the right of way or premises of the RAILROAD company until RAILROAD receives
the submittals specified and notification from the railroad company that the CONTRACTOR has provided
sufficient insurance information to begin work.
(5) Notify the RAILROAD immediately upon cancellation or initiating cancellation, whichever is earlier, or any
material change in coverage. Cease operations within 50 feet of the RAILROAD right of way immediately if
insurance is cancelled or reduced.Do not resume operations until the required coverage is in force.
REVISED PROPOSAL FOR CITY CONTRACT 20-02
SOUTHWEST INDUSTRIAL PARK/CLAIRVILLE ROAD—CONSTRUCTION
City Manager
City Hall,PO Box 1130
Oshkosh,WI 54903-1130
Dear Sir/Madam:
The undersigned, having familiarized himself with the local conditions affecting the cost of the work and
with the Contract documents including the Official Notice to Contractors; Instructions to Bidders; current
edition of the Standard Specifications for City of Oshkosh, Wisconsin; the form of the Proposal; the form
of the Contract; the form of the Bonds; Plans; Special Conditions; and Addenda and Exhibits issued and
on file in the office of the City Clerk of the City of Oshkosh, Wisconsin, hereby proposes to perform
everything required to be performed and to provide and furnish all of the labor, equipment, and
materials, except that which is expressly stated will be furnished by the CITY;necessary tools;expendable
materials; and all utility, transportation services, and appurtenances necessary to perform and complete in
a workmanlike manner all of the work required as called for in the following Proposal in connection with
the construction of concrete and asphalt paving, utilities, and appurtenant work in and for the City of
Oshkosh, Wisconsin, all in accordance with the Plans and Specifications on file, including Addenda Nos.
issued thereto for these following prices:
SECTION I
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Clearing;complete as
A-1010 specified Stations 14 $ $
Grubbing;complete as
A-1020 specified Stations 14 $ $
Mobilization;complete as Lump
A-1050 specified Sum 1 $ $
Mobilization(extra); Lump
A-1051 complete as specified Sum 1 $ $
Removing curb and gutter; Linear
A-1110 complete as specified Feet 166 $ $
Pulverize pavement; Square
A-1125 complete as specified Yards 5,500 $ $
Page 1 of 15(REVISED)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Unclassified excavation; Cubic
A-1200 complete as specified Yards 17,000 $ $
Borrow excavation; Cubic 27000
A-1210 complete as specified Yards 7,900 $ $
9"concrete pavement
doweled;base in place and
grading;complete as Square
A-1324 specified Yards 17,700 $ $
9"concrete pavement
doweled;HES;with 6"
CABC and grading; Square
A-1325 complete as specified Yards 10,875 $ $
Adjust manholes and inlets;
A-1360 complete as specified Each 62 $ $
12"radius curb with 6"
CABC and grading; Linear
A-1410 complete as specified Feet 240 $ $
8"concrete sidewalk/
driveway/ramp with 3"
CABC and grading; Square
A-1520 complete as specified Feet 13,825 $ $
Sawing existing pavement; Linear
A-1700 complete as specified Feet 60 $ $
Base aggregate dense;3/4"; 700
A-1800 complete as specified Tons 550 $ $
Base aggregate dense;1-
A-1801 1/4";complete as specified Tons 2,025 $ $
Breaker run;complete as 77888
A-1810 specified Tons 8,600 $ $
Tack coat;complete as 450
A-1900 specified Gallons 440 $ $
Page 2 of 15(REVISED)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
5"asphaltic pavement MT
with 10" CABC and grading; Square
A-1905 complete as specified Yards 6,225 $ $
Pavement markings;epoxy;
4" (white);complete as Linear
A-1974 specified Feet 4,075 $ $
Pavement markings;epoxy;
4" (yellow);complete as Linear
A-1975 specified Feet 3,850 $ $
Pavement markings;epoxy;
•
8" (white);complete as Linear
A-1976 specified Feet 100 $ $
Pavement markings;stop-
line epoxy; 18" (white); Linear
A-1978 complete as specified Feet 36 $ $
Pavement markings;arrow
epoxy;Type 1 (white);
A-1979 complete as specified Each 2 $ $
EDA project sign;complete Lump
A-1999 as specified Sum 1 $ $
Furnish and install 12"RCP
Class III storm sewer; Linear
A-2004 complete as specified Feet 1,393 $ $
Furnish and install 15 RCP
Class III storm sewer; Linear
A-2007 complete as specified Feet 132 $ $
Furnish and install 21"RCP
Class III storm sewer; Linear
A-2013 complete as specified Feet 15 $ $
Furnish and install 24"RCP
Class III storm sewer; Linear
A-2016 complete as specified Feet 649 $ $
Page 3 of 15(REVISED)
BID DESCRIPTION
UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install 30"RCP
Class III storm sewer; Linear
A-2022 complete as specified Feet 661 $ $
Furnish and install 30"RCP
Class V storm sewer; Linear
A-2023 complete as specified Feet 100 $ $
Furnish and install 19"x 30"
HERCP Class III storm Linear
A-2047 sewer;complete as specified Feet 114 $ $
Furnish and install 29"x 45"
HERCP Class III storm Linear
A-2051 sewer;complete as specified Feet 136 $ $
Furnish and install 34"x 53"
HERCP Class III storm Linear
A-2053 sewer;complete as specified Feet 146 $ $
Furnish and install 12"RCP
Class III apron endwall with
joint ties;complete as
A-2140 specified Each 2 $ $
Furnish and install 15"RCP
Class III apron endwall with
joint ties;complete as
A-2141 specified Each 2 $ $
Furnish and install 18"RCP
Class III apron endwall with
joint ties;complete as
A-2142 specified Each 2 $ $
Furnish and install 30"RCP
Class III apron endwall with
joint ties;complete as
A-2146 specified Each 2 $ $
Furnish and install 19"x 30"
RCP Class III apron endwall
with joint ties;complete as
A-2155 specified Each 4 $ $
Page 4 of 15(REVISED)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install 29"x 45"
RCP Class III apron endwall
with joint ties;complete as
A-2157 specified Each 4 $
Furnish and install 34"x 53"
RCP Class III apron endwall
with joint ties;complete as $ 1
A-2158 specified Each 4 $
Furnish and install standard
storm sewer manhole(4'
diameter);complete as Vertical
A-2201 specified Feet 46.88 $
Furnish and install standard
storm sewer manhole(5'
diameter);complete as Vertical
A-2202 specified Feet 25.29 $
Furnish and install standard
storm sewer manhole(7'
diameter);complete as Vertical
A-2204 specified Feet 4.4 $
Furnish and install standard
storm sewer inlet manhole
(4' diameter);complete as Vertical
A-2213 specified Feet 8.57 $
Furnish and install standard
storm sewer inlet manhole
(5' diameter);complete as Vertical
A-2214 specified Feet 4.01 $
Furnish and install standard
storm sewer inlet manhole
(6' diameter);complete as Vertical
A-2215 specified Feet 4.64 $
Furnish and install storm
sewer outlet structure;
A-2226 complete as specified Each 1 $ $
Page 5 of 15(REVISED)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install Type 3
inlet(with 18"sump);
A-2237 complete as specified Each 16 $ $
Reconstruct 4'diameter
storm sewer manhole; Vertical 66
A-2246 complete as specified Feet 8 $ $
Reconstruct 5'diameter
storm sewer manhole; Vertical 17.25
A-2247 complete as specified Feet 12 $ $
Reconstruct 6'x 6'storm
sewer box manhole; Vertical 9.62
A-2254 complete as specified Feet 6 $ $
Furnish;install;maintain;
and remove Type D inlet
protection;complete as
A-2506 specified Each 50 $ $
Furnish;install;maintain;
and remove Type D
modified inlet protection;
B-2508 complete as specified Each 4 $ $
Sediment removal-Type D
modified inlet protection;
B-2510 complete as specified Each 4 $ $
Furnish;install;maintain;
and remove stone tracking
A-2512 pad;complete as specified Each 2 $ $
Furnish;install;maintain;
and remove silt fence; Linear
A-2514 complete as specified Feet 4,450 $ $
Furnish;install;maintain;
and remove stone bag;
B-2516 complete as specified Each 5 $ $
Page 6 of 15(REVISED)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish;install;maintain;
and remove 12"diameter
sediment logs;complete as Linear $
B-2518 specified Feet 24 $
Furnish;install;maintain;
and remove ditch check;
A-2522 complete as specified Each 35 $ $
Furnish;install;maintain;
and remove dewatering tank
system;complete as
B-2524 specified Each 1 $ $
Install salvaged topsoil 6" Square
A-2602 depth;complete as specified Yards 34,625 $ $
Furnish and install native
seeding;complete as Square
A-2610 specified Yards 34,625 $ $
Furnish and install Class I;
Type A erosion control mat; Square
A-2630 complete as specified Yards 18,600 $ $
Furnish and install medium
rip-rap with filter fabric; Square
A-2648 complete as specified Yards 14 $ $
Abandon 15"and larger
storm sewer;complete as Linear
A-2802 specified Feet 498 $ $
Remove 30"and smaller
storm sewer;complete as Linear
A-2804 specified Feet 426 $ $
Abandon storm sewer
manholes and inlets;
A-2810 complete as specified Each 1 $ $
Remove storm sewer
manholes and inlets;
A-2812 complete as specified Each 6 $ $
Page 7 of 15(REVISED)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM
QTY.
Connect to existing storm
sewer main;complete as
A-2850 specified Each 1 $ $
Strip and stockpile topsoil; Square
A-2902 complete as specified Yards 38,750 $ $
Furnish and install 15"
sanitary sewer(relay); Linear
B-3006 complete as specified Feet 350 $ $
Furnish and install standard
sanitary sewer manhole(4'
diameter);complete as Vertical
B-3100 specified Feet 38.25 $ $
Furnish and install external
sanitary sewer manhole
chimney seal;complete as
B-3114 specified Each 2 $ $
Furnish and install external
sanitary sewer manhole
chimney seal extension;
B-3116 complete as specified Each 1 $ $
Reconstruct sanitary sewer
manhole(4'diameter); Vertical 20
A-3122 complete as specified Feet 14 $ $
Rebuild sanitary sewer
manhole (4'diameter); Vertical 45
A-3136 complete as specified Feet 10 $ $
Furnish and install
connection to existing 15"
sanitary sewer mains;
B-3306 complete as specified Each 2 $ $
Furnish and install
connection to existing 30"
sanitary sewer steel casing;
B-3340 complete as specified Each 2 $ $
Page 8 of 15(REVISED)
•
BID DESCRIPTION
UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY. —
Furnish and install 30"
sanitary sewer open cut
casing pipes;complete as Linear 22 $
B-3414 specified Feet 220 $
Closed circuit televising; Linear
B-3700 complete as specified
Feet 350 $ $
Abandon 15"sanitary sewer; Linear $
B-3808 complete as specified Feet 55 $
Sanitary sewer utility line
opening(ULO);complete as $
B-3890 specified Each 1 $
Furnish and install new 10"
ductile iron water main with
polywrap;complete as Linear $
B-4024 specified Feet 10 $
Furnish and install new 10"
ductile iron water main with
polywrap and TR Flex
restrained joints;complete as Linear $
B-4025 specified Feet 15 $
Furnish and install
connections to existing 10"
water main;complete as $
B-4062 specified Each 2 $
Furnish and install
connections to existing 24"
water main steel casing; $
B-4088 complete as specified Each 1 $
Furnish and install 10"45
degree water main bend; $
B-4238 complete as specified Each 2 $
Page 9 of 15(REVISED)
BID DESCRIPTION
UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM
QTY.
Furnish and install 24"water
main casing pipe;complete Linear
B-4730 as specified Feet 10 $ $
SUBTOTAL SECTION I—CONTRACT 20-02
SECTION I (ITEMS A-1010—B-4730) $
Page 10 of 15(REVISED)
CITY CONTRACT 20-02
SOUTHWEST INDUSTRIAL PARK/CLAIRVILLE ROAD-CONSTRUCTION
SUBTOTAL SECTION I(ITEMS A-1010-B-4730) $
GRAND TOTAL OF CITY CONTRACT 20-02
(ITEMS A-1010-B-4730)
Page 11 of 15(REVISED)
CONTRACT 20-02
ATTACHMENT A
LIST OF SUBCONTRACTORS
Pursuant to Section 66.29(7), Wisconsin Statutes, the Bidder, as part of this Proposal, submits this full
and complete list of all the Subcontractors and the class of work to be performed by each. The
CONTRACTOR will be permitted to sublet a portion of the Contract, but shall perform with their
organization work amounting to at least 30 percent(30%) of the original Contract amount.
Work performed by the CONTRACTOR for any Bid Item that had been subcontracted will not be
included towards the 30% calculation.
If the CONTRACTOR shall sublet any part of this Contract, the CONTRACTOR shall be as fully
responsible to the CITY for the acts and omissions of their Subcontractor and of the persons either
directly or indirectly employed by their Subcontractor as they are by acts or omissions of persons
directly employed by themselves. All Subcontractors, if any, shall be listed in the spaces provided on
the Proposal Form and said list shall not be added to or altered without the written consent of the
CITY. Signed, final waivers of lien will need to be provided to the CITY prior to the release of the final
retainage to the CONTRACTOR.
When a Subcontractor and the class of work to be performed are not listed, it shall be considered that
the Bidder will perform the work themselves.
PERCENT OF
NAME OF SUBCONTRACTOR CLASS OR ITEMS OF WORK CONTRACT AMOUNT
I hereby certify that the use of the name(s) of the above Subcontractor(s) was with the knowledge and
consent of the said Subcontractor(s).
Signature of Bidder
Page 12 of 15(REVISED)
u
CONTRACT 20-02
ATTACHMENT B
Bidders for this Contract must be Pre-Qualified for at least
the following Total Contract Amount:
$1,500,000
Bidders for this Contract must also be Pre-Qualified for at least
One of the Following Type(s) of Construction Denoted by a 0Street,Utility, and Site Construction
® Roadway Grading
® Concrete Pavement Construction,including Grading
® Bituminous Paving
Bituminous Street Construction,including Concrete Curb&Gutter and Roadway Grading&
® Graveling
❑ Mudjacking
❑ Joint Sealing
El Sidewalk Construction
® Sanitary &Storm Sewer Construction
® Site Grading
❑ Street Lighting
El Reinforced Concrete Construction,i.e. Foundations,Storm Drainage Structures, Retaining Walls
El Landscaping
El Bridge Painting
El Water Main Construction
❑ Boring or Tunneling
General Building Construction
El Building Construction,Renovation, or Remodeling
Specific Categories of Building Construction
❑ Building Demolition
El Elevator
❑ Electrical
❑ Heating,Ventilating, &Air Conditioning
❑ Painting
❑ Plumbing
El Pump Houses&Lift Stations
El Roofing
❑ Riverwalk Construction
Miscellaneous
❑ Page 13 of 15(REVISED)
CONTRACT 20-02
ATTACHMENT C
Bidders for this Contract must meet the
following Insurance Standards as Denoted by a E.
Insurance Standards
® I. Contractor's Insurance with Bond&Property Insurance Requirements
❑ II. Contractor's Insurance with Bond Requirements (excluding Property Insurance Requirements)
❑ III. Contractor's Insurance (excluding Bond &Property Insurance Requirements)
❑ IV. Professional Services Liability Insurance Requirements
❑ V. Pollution Exposures Liability Insurance Requirements
(Must be combined with I,II,or III above for proper coverage)
❑ VI. Street/Sidewalk Obstruction/Sidewalk Layers/Curb Cut Contractors/Work in Right-of-
Way Licenses Insurance Requirements
❑ VII. Housing Improvement Programs/Block Grants Construction Insurance Requirements
❑ VIII. Special Events Insurance Requirements
❑ IX. Razing and Removal of Buildings and Material Insurance Requirements
Page 14 of 15(REVISED)
CONTRACT 20-02
PROPOSAL
The undersigned will begin work as specified after award of the Contract and complete as specified.
I hereby certify that all statements are made in behalf of
(Name of Corporation,Partnership,or Person Submitting Bid)
a corporation organized and existing under the laws of the State of %
or
a Partnership consisting of
of
an individual trading as
the City of ; State of
That I have examined and carefully prepared this Proposal from the Plans and Specifications and have
checked the same in detail before submitting this Proposal; that I have full authority to make such
statements and submit this Proposal in(its) (their)behalf; and that said statements are true and correct.
Signature
(Title,if any)
Subscribed and sworn to before me this day of , 20
Notary Public,or other authorized to administer
(Bidder should not add any conditions or qualifying statements to this Proposal as otherwise the
Proposal may be declared irregular as not being responsive to the Advertisement.)
Accompanying this Proposal is a Bid Bond in the amount of %of the total amount of the bid, as
called for in the Official Notice to Contractors.
Page 15 of 15(REVISED)