HomeMy WebLinkAboutAddendum No. 1 City Contract 20-11 Sanitary Manhole Rehabilitation/Inflow/Infiltration Reduction Program 2020 NO 7
City f RECEIVED
Oshkosh AUG 2 7 2020
CITY CLERK'S OFFICE
Addendum No. 1
City Contract 20-11:
SANITARY MANHOLE REHABILITATION /
INFLOW/INFILTRATION REDUCTION PROGRAM
TO ALL CONTRACTORS:
You are directed to make the following changes to City Contract 20-11:
Copies of the manhole cards for full-depth manhole reconstructs are enclosed with this
Addendum.
Please note the changes in quantities for Bid Items #108, #114, #115, #120, #1319, #3114, #3118;
and the addition of Bid Items#3004,#3210,#3214,#3234,and#3235.
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,
Dan Gabrilska
Civil Engineering Supervisor
DG/tlt
Enclosures
T:\Engineering\202000NTRACTS\20-11SanMHRehab\Project_Information\Contract Page 1 of 1
Info\Addendum\Addendum#1\20-11 Addendum#1_8-26-20.docx
City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us
Street/Location/Address: 3 3 ‘ uti t o m- 41/
e
MH No: 0 I WVI WVMH (5;nMH I StMH I InletMH I Inlet
Structure Condition: Structure Type: 2 I { G V
Rim Elev:
Deck: Adjustment: . s5--
Direction Depth Size Type Inv Elev Casting:
ii
s�1 1 . CO m ( Notes: (O M H
oL t
\ ( i. ( 0 1 0 v
' .1'
Summit manhole
T
North Arrow
/
Street/Location/Address: la d /0 ' A v
MH No: 0 61 - I `7 WV WVMH G2nMjeit) StMH InIetMH Inlet
Structure Condition: 0 4 Structure Type: B b c k
Rim Elev: Deck: Adjustment: p-. I
Direction Depth Size Type Inv Elev Casting:
V o ra " i✓b !v C. Notes: (r-6 0^ _bi 4-{r0 V'
l Cj. Q J 1 t r C,D J\I C.. C CkS' --CA --VI --)IV 0. C 14 a s i
CbACCe e 131, CO/I. e
yl G a. j- I ,
)
t
North Arrow
'tL
Street/Location/Address: 1-1 VU [ I ` A v “-
MH No: 0 ( ( WV WVMH I SanMH StMH I InIetMH I Inlet
t
Structure Condition: P b 6 Structure Type: g L \�
Rim Elev: Deck: Adjustment: g, 3
Direction Depth Size Type Inv Elev Casting: l /
6. 7a a
LAN( L Notes:
vv
NeW C. 0\ S—V 1)
North Arrow
Street/Location/Address: a ) 7 !v ( A v e
MH No: - 1 7 6 WV WVMH6-anM-H1StMH InIetMH Inlet
Structure Condition: p 6 d R Structure Type: J I 0 C.
II
Rim Elev: Deck: Adjustment:
Direction Depth Size Type Inv Elev Casting: 9 '�
a -
Notes: ei6Lk � ( �,ii 1 /i .
W `�a l ')-- V1 -
T
North Arrow
Street/Location/Address:
MH No: 0 ° 95 ( I WV WVMH jisirj) I StMH I InletMH I Inlet
Structure Condition: 00 C Structure Type: 2 1 b ( K
Rim Elev: Deck: Adjustment: 0 , a
r /
Direction Depth Size Type Inv Elev Casting:
Cf
1 EL 5 ' 1 D CaN ( Notes: At( b 0 ( k fo t
`' - G ( D Co NC.
T
North Arrow
\J t)6f 1\ \
4.. --- ---. <
()C.- -
to
M '
Street/Location/Address: 5 Lii V 1 II A V e
MH No: ' I 6 5 WV WVMH ( nM )1 StMH InIetMH Inlet
Structure Condition: Ip fj 0 (' Structure Type: I b c
Rim Elev: Deck: Adjustment:
"
ii
Direction Depth Size Type Inv Elev Casting:
�.-_ g rag 11 CQ M( Notes: Bei,, C ti` ( .S
oe \ o 'iu CICe
North Arrow
Street/Location/Address: \2 0\ ic? c-1-
MH No: -- 11 WV WVMH I Santo I StMH I InIetMH I Inlet
Structure Condition: C Structure Type: El pd.../BRICK
Rim Elev: Deck: Adjustment: i�= (01`
0t<
Direction Depth Size Type Inv Elev Casting: 1
A r 9 .56
.56 Notes: Ne915 `r to,,cs "
‘ Cl .
.\ ' (01)-A . 10\ac-lL
4-Z9- uc-' \
T
{ North Arrow
1
Street/Location/Address: , D. D VV L G 41' Ave
MH No: — ( 7 a WV WVMH SanMH StMH InIetMH Inlet
Structure Condition: p 6 b c Structure Type: RI 0 c 1
Rim Elev: Deck: Adjustment: (DI 1
Direction Depth Size Type Inv Elev Casting: f
L OW ( Notes:
G
5 732 VC
T
North Arrow
Street/Location/Address: 33 1 cJ l 6 't, A v .
MH No: S3 i WV WVMH I( anM ') I StMH I InletMH I Inlet
Structure Condition: Structure Type: R I D G 1<
Rim Elev: Deck: Adjustment: 1 `
Direction Depth Size Type Inv Elev Casting: 9 `J
E 7 3 D- ( o N L Notes: vV e__C-+ 1) r e Pi a
\/ 6-iD ( Oo s �
S 6 . 1 a G v- 1-
t
L {fr- North Arrow
Street/Location/Address: E W C a m e r- bo 11,),�, -re gi So u4\ p-( k 1„ �,4 1k
MH No: 1 11• ). 6 ( WV WVMH t"—§;-n....., M StMH InIetMH Inlet
Structure Condition: ? 0 U ( Structure Type: 1 6 ( k
Rim Elev: Deck: Adjustment: �j '
Direction Depth Size Type Inv Elev Casting: J
J 11- 3 g c 6 p L Notes: NI b 5 6J k co
Aa\,\' u,PT ri‘e ''
P. e, 10 ui` CAve 4-0 ( ck
T
( ..c Ae e .in,\ North Arrow
Street/Location/Address: s0 W ( J`--
MH No: c 1 WV WVMH jnMH1 StMH I InIetMH I Inlet
Structure Condition: t 6 6 Structure Type: e i G ��
11
Rim Elev: Deck: Adjustment: a
Direction Depth Size Type Inv Elev Casting:
a
/= C D "� `-�? C a fi ( Notes:
V v D, 05 D-7 c C-
Ni VI 5-- 4-6 6 k/T---
North Arrow
Street/Location/Address: r 2 33 f4 v, „� r ol\,
MH No: 14-141 WV WVMH SanMH StMH InIetMH Inlet
Structure Condition: I- 6 d ( Structure Type: B r z" c V
Rim Elev: Deck: Adjustment: I. i4/
iI
Direction Depth Size Type Inv Elev Casting: q r `j�
CE I 6 U I Notes:
S . e-7 )- C vi \ epl0._.ce.S 6 ,(),
F !j
NI q, c--1 2L4 (0/VC Rei\ c ` t"—:- r 0 LI r e J
, ' 1` " IJ
_Co 0,. 0 ,,••• A A Hr Z a-(4-;ry
North Arrow
f
Street/Location/Address: 15 7 h A Ve
MH No: Ei-1 I 6 �- WV WVMH vanMFA
StMH I InIetMH Inlet
l
Structure Condition: \ p b r Structure Type: - ('
Rim Elev: Deck: Adjustment: 0
Direction Depth Size Type Inv Elev Casting: 7f/
VNotes:
1 \ - ��� � ` -
J _
i L- Lkt` r \r? [ O Ca.- . 61,1J
ti V
(\i\ ;()\
e\Ovt
North Arrow
4
Street/Location/Address: 1 g I
D- r. °�
MH No:r 1 G Li WV WVMH iSanf\1 , StMH InIetMH Inlet
Structure Condition: d U i Structure Type: r is c. k
Rim Elev: Deck: Adjustment: 0
Direction Depth Size Type Inv Elev Casting: t it
E 9, 0 ey 1 7 V 1 Notes: 2 r t I!. k 1� c t 1 f ,J
\'`/ q• 0 3 V 1. r`,.. vv., u 1� ► ( G re ��
P
frY\ (.k cfi_ 0 a
North Arrow
Street/Location/Address: fl57 J ,e e+
MH No: H-az3 I WV WVMH I (an1ii )I StMH l InletMH I Inlet
�
Structure Condition: Structure Type: ` , IjL,
Rim Elev: Deck: Adjustment: l It
Direction Depth Size Type Inv Elev Casting: 9'\
Notes: Nzt,i C&.s-ky\pa, Ne
3 Ca .4 s 'cr \()%C Q\gp....w.,\d v_gs.c,610,,ey,A..t.
-61.tdts 9..\\&r in.,S pi g abs—(led
t
North Arrow
REVISED PROPOSAL FOR CITY CONTRACT 20-11
SANITARY MANHOLE REHABILITATION/
INFLOW/INFILTRATION REDUCTION PROGRAM
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 rehabilitation of sanitary manholes and related 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.
Replace sanitary manhole
casting(CITY to furnish
casting);complete as
100 specified Each 64 $ $
Furnish and install 10"
internal manhole chimney
seal extension;complete as
102 specified Each 1 $ $
Furnish and install 7"internal
manhole chimney seal
extension;complete as
104 specified Each 1 $ $
Page 1 of 11(Revised)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Re-form/re-shape manhole
106 bench;complete as specified Each •4 $ $
Furnish and install concrete
adjusting rings;complete as Vertical 20.58
108 specified Feet 28.08 $ $
Furnish and install rubber
adjusting rings;complete as Vertical
110 specified Feet 0.52 $ $
Reconstruct sanitary sewer
manhole(slurry);complete as Vertical
112 specified Feet 69.63 $ $
Furnish and install standard
sanitary manhole(slurry) (4'
diameter);complete as Vertical 9&S
114 specified Feet 94.76 $ $
Furnish and install standard
sanitary manhole(slurry)(5'
diameter);complete as Vertical 9=3
115 specified Feet 8.8 $ $
Remove and replace HMA
pavement;including sawing,
fine grading,turf restoration;
and traffic control;complete Square
116 as specified Yards 391 $ $
Tuck point manhole;
118 complete as specified Each 43 $ $
Furnish and install cold mix Square 849
120 patch;complete as specified Yards 834.5 $ $
Mobilization;complete as Lump
1050 specified Sum 1 $ $
Removing concrete and
asphalt sidewalk and
driveway;complete as Square
1120 specified Feet 305 $ $
Page 2 of 11(Revised)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
7"concrete pavement
removal and replacement;
including sawing;pavement
ties;dowel bars;bond
breaker;integral curb and
fine grading;turf restoration;
and traffic control;complete Square
1308 as specified Yards 307 $ $
7"concrete pavement HES
removal and replacement;
including sawing;pavement
ties;dowel bars;bond
breaker;integral curb and
fine grading;turf restoration;
and traffic control;complete Square
1309 as specified Yards 10 $ $
8"concrete pavement
removal and replacement;
including sawing;pavement
ties;dowel bars;bond
breaker;integral curb and
fine grading;turf restoration;
and traffic control;complete Square
1318 as specified Yards 10 $ $
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;complete Square 212
1319 as specified Yards 235 $ $
Turf restoration;complete as Square
1370 specified Yards 16 $ $
Cold weather covering
(concrete pavement)-single
visquine;complete as Square
1380 specified Yards 300 $ $
Page 3 of 11(Revised)
BID DESCRIPTION UNIT EST. BID l NIT PRICE BID TOTAL PRICE
ITEM QTY.
Cold weather covering
(concrete pavement)-double
visquine;complete as Square
1382 specified Yards 300 $ $
Up-charge for late season
cold weather concrete
pavement;complete as Cubic
1390 specified Yards 70 $ $
30"concrete curb and gutter
removal and replacement;
including sawing;pavement
ties;dowel bars;bond
breaker;integral curb and
fine grading;turf restoration;
and traffic control;complete Linear
1448 as specified Feet 10 $ $
4"concrete sidewalk with 3"
CABC and grading;complete Square
1500 as specified Feet 95 $ $
6"concrete sidewalk/
driveway/ramp with 3"
CABC and grading;complete Square
1510 as specified Feet 320 $ $
Curb ramp detectable
warning field(natural/non-
painted);complete as Square
1540 specified Feet 16 $ $
Drilled No.4 sidewalk tie
bars-deformed;epoxy-
1560 coated;complete as specified Each 12 $ $
Furnish;install;maintain;
and remove 12"diameter
sediment logs;complete as Linear
2518 specified Feet 60 $ $
Furnish and install 12"
sanitary sewer(relay); Linear
3004 complete as specified Feet 20 $ $
Page 4 of 11(Revised)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install external
sanitary sewer manhole
chimney seal;complete as �A
3114 specified Each 74 $ $
Furnish and install external
sanitary sewer manhole
chimney seal extension;
3116 complete as specified Each 6 $ $
Furnish and install internal
sanitary sewer manhole
chimney seal;complete as 33
3118 specified Each 36 $ $
Furnish and install 8"x 6"
sanitary sewer factory wyes
3210 or tees;complete as specified Each 2 $ $
Furnish and install 12"x 6"
sanitary sewer factory wyes
3214 or tees;complete as specified Each 3 $ $
Furnish and install 4"/6"
sanitary sewer lateral(relay); Linear
3234 complete as specified Feet 42 $ $
Furnish and install 4"/6"
sanitary sewer riser(relay); Linear
3235 complete as specified Feet 8 $ $
Furnish and install sanitary
sewer lateral marker balls;
3236 complete as specified Each 17 $ $
Excavation special(sanitary);
3892 complete as specified Tons 20 $ $
Furnish sanitary sewer
manhole grouting setup;
3974 complete as specified Each 21 $ $
Page 5 of 11(Revised)
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install sanitary
sewer manhole grouting;
3975 complete as specified Gallons 185 $ $
SUBTOTAL SECTION I—CONTRACT 20-11
SECTION I (ITEMS 100—3975) $
Page 6 of 11(Revised)
CITY CONTRACT 20-11
SANITARY MANHOLE REHABILITATION/
INFLOW/INFILTRATION REDUCTION PROGRAM
SUBTOTAL SECTION I(ITEMS 100-3975) $
GRAND TOTAL OF CITY CONTRACT 20-11
(ITEMS 100-3975) $
Page 7 of 11(Revised)
CONTRACT 20-11
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 thirty 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 thirty percent(30%) calculation.
If the CON TRACTOR 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 8 of 11(Revised)
CONTRACT 20-11
ATTACHMENT B
Bidders for this Contract must be Pre-Qualified for at least
the following Total Contract Amount:
$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 ®.
Street,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
❑ Sidewalk Construction
Sanitary&Storm Sewer Construction
❑ Site Grading
❑ Street Lighting
❑ Reinforced Concrete Construction,i.e.Foundations, Storm Drainage Structures,Retaining Walls
❑ Landscaping
❑ Bridge Painting
❑ Water Main Construction
❑ Boring or Tunneling
General Building Construction
El Building Construction,Renovation,or Remodeling
Specific Categories of Building Construction
❑ Building Demolition
❑ Elevator
❑ Electrical
❑ Heating,Ventilating, &Air Conditioning
❑ Painting
❑ Plumbing
❑ Pump Houses&Lift Stations
❑ Roofing
❑ Riverwalk Construction
Miscellaneous
El
Page 9 of 11(Revised)
CONTRACT 20-11
ATTACHMENT C
Bidders for this Contract must meet the
following Insurance Standards as Denoted by a Z.
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 10 of 11(Revised)
CONTRACT 20-11
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
a Partnership consisting of ; or
an individual trading as ; of
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 11 of 11(Revised)