HomeMy WebLinkAboutContract 23-25 South Koeller (2)SPECIFICATIONS
CITY CONTRACT 23-25
SOUTH KOELLER STREET
CONCRETE PAVING
FOR
CITY OF OSHKOSH, WISCONSIN
TABLE OF CONTENTS
OFFICIAL NOTICE TO CONTRACTORS
INSTRUCTIONS TO BIDDERS
PROPOSAL
SPECIAL CONDITIONS
CONTRACT AND BONDS
OFFICIAL NOTICE TO CONTRACTORS
OFFICIAL NOTICE TO CONTRACTORS
NOTICE IS HEREBY GIVEN that electronic bids will be received up to 11:00 a.m., Monday,
September 1, 2023, 2023, through the online bidding service of QuestCDN.com,
www.OuestCDN.com, for the construction of concrete paving, utilities, and appurtenant work.
Bids will be opened and publicly read through a WebEx virtual meeting.
CITY CONTRACT 23-25 — SOUTH KOELLER STREET CONCRETE PAVING
Approx. 8,000 sq. yds. of 8" concrete pavement and appurtenant work
Approx. 800 sq. yds. of 8: concrete pavement removal and replacement
Approx. 20 lin. ft. of 18" concrete curb and gutter (8")
Approx. 20 lin. ft. of 24" concrete curb and gutter (8")
Approx. 4,700 sq. ft. of 8" concrete sidewalk, apron, and driveway
Approx. 100 tons of Hot Mix Asphalt surface MT
Approx. 4,2001u1. ft of epoxy pavement markings and appurtenant work
Approx. 3001in. ft. of 12" to 24" x 38" HERCP storm sewer and appurtenant work
It is the Bidder's sole responsibility to insure the Bid is received by QuestCDN.com prior to the
deadline set forth in this notice. No bids will be accepted after the deadline.
All bids must follow the bidding instructions, including providing all attachments as required,
on QuestCDN.com.
Contractors must be qualified to submit a bid for this Project. This shall be done on forms
furnished by the City of Oshkosh, and must be filled out in proper manner and then submitted
to the Department of Public Works for consideration by the Director of Public Works and the
City Manager and filed not later than Friday, August 18, 2023. Contractors will not be allowed
to bid on this City Contract if complete answers to any Department of Public Works'
questions or any missing documentation has not been received by the Department of Public
Works by Friday, August 25, 2023. The City Manager's decision as to qualifications will be
final. Contractors that are prequalified with the City of Oshkosh for the construction year
2023 for the class of work and the Total Contract Amount specified in the Proposal do not
need to prequalify again for this Project.
Complete digital Project Bidding Documents (including a copy of the current edition of the
Standard Specifications for City of Oshkosh, Wisconsin) will be available at www.questcdn.com
on Tuesday, August 8, 2023. Download the digital plan documents for a non-refundable fee
of $42 (Forty Two Dollars) by inputting Quest Project No. 8617292 on the website's Project
Search page. Please contact QuestCDN.com at (952)233-1632 or info@questcdn.com for
assistance in free membership registration, downloading, and working with this digital
Project information.
Plans and Specifications may be reviewed at the office of the City Engineer, Room 301 of
City Hall, beginning Tuesday, August 8, 2023. These documents are also available for
inspection in the office of the City Clerk, Room 104, 215 Church Avenue, Oshkosh, Wisconsin.
In addition, additional copies of the current edition of the Standard Specifications for the City
of Oshkosh, Wisconsin will be available for purchase. The cost of the current edition of the
Standard Specifications for the City of Oshkosh, Wisconsin will be $25 (Twenty Five Dollars)
and will be available at the City Engineer's office.
Sealed Bids must be accompanied by a Bid Bond payable to the City of Oshkosh on the form
provided by the City of Oshkosh in an amount of not less than five percent (5%) of the total
amount of the Bid as a guarantee that if the Bid is accepted, Bidder will execute and file proper
Contract and Bond within ten (10) days after the award of the Contract. The Bid Bond can be
presented in pdf format. If the successful bidder executes the Contract and files the necessary
bonds within the allowed time, then the Bid Bond shall be released. If the successful bidder
fails to execute the Contract and file the Contract Bond within the allowed time, then the Bid
Bond shall be forfeited to the CITY as liquidated damages.
No bids will be withdrawn for a period of sixty (60) days after the scheduled time of opening
bids.
The CITY reserves the right to reject any and all bids and to waive any informalities.
MARK A. ROHLOFF
City Manager
PUBLISHED: August 4 and 11, 2023
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
IB-1 DESCRIPTION OF WORK
Under this Contract, the City of Oshkosh (CITY) will receive bids for construction of work
as stated in the Proposal.
IB-2 PLANS AND SPECIFICATIONS
All Contract Documents, including the current edition of the Standard Specifications for City
of Oshkosh, Wisconsin, are available for purchase on www.auestcdn.com. Free previews
of the Contract Documents are available at
http://qal2.questcdli.com/qa12 Jprojectslpri browse/ipp Uri browse html?group=455396&
provider=455396. Supplemental information may be available on the CITY's website (see
Contract Documents). The CITY will not provide printed copies of the Plans and
Specifications for prospective bidders. Additional copies of the current edition of the
Standard Specifications for City of Oshkosh, Wisconsin are available for purchase from the
City Engineer's office for $25 (Twenty Five Dollars) each.
IB-3 PREQUALIFICATION OF CONTRACTORS
The Wisconsin Statutes, under Section 66.29, permits the prequalification of all
contractors interested in submitting a bid on a municipal project.
Prequalification is required for every Contract. Contractors must contact the Department
of Public Works to obtain the Prequalification Questionnaire. THIS QUESTIONNAIRE
MUST BE COMPLETED AND RETURNED TO THE DIRECTOR OF PUBLIC WORKS
BY THE DATE SPECIFIED IN THE OFFICIAL NOTICE TO CONTRACTORS. IF, IN
THE OPINION OF THE CITY MANAGER, THE CONTRACTOR IS NOT QUALIFIED
TO CARRY OUT THE PROVISIONS OF THIS CONTRACT, THE CONTRACTOR
WILL BE NOTIFIED.
I13-4 SECTIONS TO BE READ BY THE CONTRACTOR
Before submitting a bid, all contractors and subcontractors shall read the Official Notice to
Contractors, Instructions to Bidders, Special Conditions, current edition of the Standard
Specifications for City of Oshkosh, Wisconsin, and Contract, all of which contain provisions
applying to all contractors and subcontractors. The CONTRACTOR agrees by submitting
its Bid that it is familiar with every and all requirements for carrying out the Contract for
which the Bid is submitted.
Page 1 of 4
IB-5 EXAMINATION OF PLANS AND SITE
Bidders must satisfy themselves as to the accuracy of the schedule, the quantities of work
to be done, the intent of the Specifications, and the requirements of the CITY and the
ENGINEER by personal examination of the location and the proposed work by examining
the Plans on file with the CITY and/or by such other means as they may prefer.
The bidders are expected to snake a thorough examination and familiarize themselves
with the site of the work, nature of the soil, and all local conditions affecting the execution
of the work.
Bidders are required to inform themselves fully of the conditions relating to the
construction and the labor under which the work is to be done or is now being performed.
The successful bidder must employ as far as possible methods and means for carrying out
this work as will not cause any interference or interruption with other contractors.
Any questions or discrepancies regarding the nature or quantities of the work must be
brought to the CITY's and/or ENGINEER's attention prior to the submission of a bid. If
appropriate, clarification or an Addendum will be issued to all potential bidders. The
CONTRACTOR agrees by submitting its Bid that it has understood the nature of the work
and the estimated quantities for the Project for which the Bid is submitted.
I13-6 PROPOSAL FORM
All bids shall be electronically submitted through QuestCDN.com (www.questcdn.com),
including all required attachments. Failure to upload all required attachments will result
in the Bid being considered incomplete and the Bid will be rejected. The CONTRACTOR's
Proposal and any required attachments can be uploaded and revised at any time prior to
the bid opening. The CITY's issuance of Addenda may require CONTRACTOR to update
their Proposal or revise previously -uploaded attachments.
I13-7 TIME OF COMPLETION
When required as part of the Bid, the CONTRACTOR shall specify the number of calendar
days after the award of the Contract when the CONTRACTOR will begin the work and
the number of calendar days they will require to complete the work. A calendar day is
considered twenty-four (24) hours. The CONTRACTOR may be granted an extension of
time as provided in the Specifications.
Page 2 of 4
When a CONTRACTOR is delayed for any reason whatsoever, and such delay may
prevent the CONTRACTOR from completing the Contract within the time specified, the
CONTRACTOR may apply for an extension of time to the CITY, but such request must
be made in writing within five (5) days after CONTRACTOR becomes aware of the delay.
The request shall clearly and concisely set forth the cause of the delay and the extension
of time requested. The CITY will review the request and may extend the time of
completion in accordance with the Contract.
The Contract shall be considered completed when, in the judgment of the ENGINEER, all
work called for in the Specifications has been completed and the construction becomes
usable to the CITY.
IB-8 REQUIREMENT FOR SIGNING BIDS
A. Bids which are not signed by individuals making them should have attached power
of attorney evidencing authority to sign the Bid in the name of the person for whom
it was signed.
B. Bids which are signed for a partnership should be signed by all of the partners, or by
an attorney -in -fact. If signed by an attorney -in -fact, there should be attached to the
Bid a power of attorney, evidencing authority to sign the Bid, executed by the partners.
C. Bids which are signed for a corporation shall have the correct corporate name thereof
and the signature of the president or other authorized officer of the corporation
manually written below the corporate name followed by the word, "By
11
IB-9 WITHDRAWAL OF BID
Proposals may be withdrawn any time previous to the opening of the Bids, but no
Proposal may be withdrawn after the time of opening bids is passed for a period of sixty
(60) days.
IB-10 REJECTION OF BIDS
The CITY reserves the right to reject any and all Bids or to award any and all Contracts to
bidders who, in the judgment of the CITY, will best serve the CITY. The CITY reserves
the right to reject the Bid in whole or in part.
A Bid which has not been prepared according to the instructions contained herein, or
which does not contain a unit price which is both adequate and reasonable for each and
every Item named in the Specifications, is subject to rejection. Unbalanced Bids are subject
to rejection.
Page 3 of 4
IB-11 WHEN AWARD EFFECTUAL
The Contract shall be deemed as having been awarded when formal Notice of Award
shall have been duly served upon the intended awardee (i.e., the bidder to whom the CITY
contemplates awarding the Contract) by some officer or agent of the CITY duly authorized
to give such notice.
Page 4 of 4
PROPOSAL
PROPOSAL FOR CITY CONTRACT 23-25
SOUTH KOELLER STREET CONCRETE PAVING
City Manager
City Hall, PO Box 1130
Oshkosh, WI 54903-1130
Dear Sir/Madam:
The undersigned, having familiarized themselves 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 Pro op sal; 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 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
ITEM
Mobilization; complete as
1050 specified
Removing pavement;
1100 complete as specified
UNIT EST. BID UNIT PRICE BID TOTAL PRICE
QTY.
Lump
Sum 1 $ $
Square
Yards 7,750 $
Removing curb and gutter;
Linear
1110 complete as specified
Feet
Removing concrete and
asphalt sidewalk and
driveway; complete as
Square
1120 specified
Feet
Unclassified excavation;
Cubic
1200 complete as specified
Yards
200 $
5,800 $ $
2,200 $
Page 1 of 12
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY,
BID UNIT PRICE
BID TOTAL PRICE
Excavation special (paving);
1220
complete as specified
Tons
325
$
$
8" concrete pavement
doweled; with 6" CABC and
grading; complete as
Square
1314A
specified
Yards
7,700
$
$
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
1319
as specified
Yards
800
$
$
Concrete pavement gaps;
1334
complete as specified
Each
8
$
$
Crushed aggregate base
1340
course; complete as specified
Tons
650
$
$
Pavement ties; complete as
1350
specified
Each
17
$
$
Drilled dowel bars; 1 1/4;
1354
complete as specified
Each
102
$
$
Adjust manholes and inlets;
1360
complete as specified
Each
12
$
$
Turf restoration; complete as
Square
1370
specified
Yards
2,000
$
$
Cold weather covering
(concrete pavement) - single
visquine; complete as
Square
1380
specified
Yards
4,200
$
$
Cold weather covering
(concrete pavement) - double
visquine; complete as
Square
1382
specified
Yards
4,200
$
$
Page 2 of 12
BID
DESCRIPTION
UNIT
EST.
BID UNIT PRICE
BID TOTAL PRICE
ITEM
QTY.
Cold weather covering
(concrete pavement) - double
visquine with 6" hay;
Square
1384
complete as specified
Yards
4,200
$
$
Up -charge for late season
cold weather concrete
pavement; complete as
Cubic
1390
specified
Yards
1,875
$
$
18" curb and gutter; 8'; with
6" CABC and grading;
Linear
1422
complete as specified
Feet
21
$
$
24" curb and gutter; 8'; with
6" CABC and grading;
Linear
1432
complete as specified
Feet
21
$
$
8" concrete sidewalk/
driveway/ramp (HES) with
3" CABC and grading;
Square
1524
complete as specified
Feet
4,900
$
$
Drilled No. 4 sidewalk tie
bars - deformed; epoxy-
1560
coated; complete as specified
Each
28
$
$
Cold weather covering
(sidewalk) - single visquine;
Square
1580
complete as specified
Feet
2,400
$
$
Cold weather covering
(sidewalk) - double visquine;
Square
1582
complete as specified
Feet
2,400
$
$
Cold weather covering
(sidewalk) - double visquine
with 6" hay; complete as
Square
1584
specified ,
Feet
2,400
$
$
Up -charge for late season
cold weather concrete
sidewalk; complete as
Cubic
1590
specified
Yards
120
$
$
Page 3 of 12
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
BID UNIT PRICE
BID TOTAL PRICE
Locate existing property
monuments; complete as
1650
specified
Each
11
$
$
Replace existing property
monuments; complete as
1652
specified
Each
6
$
$
Sawing existing pavement;
Linear
1700
complete as specified
Feet
415
$
$
Sawing concrete pavement
full depth; complete as
Linear
1710
specified
Feet
130
$
$
Tack coat, complete as
1900
specified
Gallons
7
$
$
5" asphaltic surface MT with
6" CABC and grading;
Square
1915
complete as specified
Yards
100
$
$
Asphaltic cold weather
paving; complete as
Square
1918
specified
Yards
96
$
$
Pavement markings; epoxy;
4" (white); complete as
Linear
1974
specified
Feet
685
$
$
Pavement markings; epoxy;
4" (yellow); complete as
Linear
1975
specified
Feet
3,020
$
$
Pavement markings; epoxy;
8" (white); complete as
Linear
1976
specified
Feet
265
$
$
Pavement markings; cross-
walk epoxy; 6" (white);
Linear
1977
complete as specified
Feet
155
$
$
Pavement markings; stop -
line epoxy; 18" (white);
Linear
1978
complete as specified
Feet
42
$
$
Page 4 of 12
BID
DESCRIPTION
UNIT
EST.
BID UNIT PRICE
BID TOTAL PRICE
ITEM
QTY.
Pavement markings; arrow
epoxy; Type 1 (white);
1979
complete as specified
Each
3
$
$
Pavement markings; arrow
epoxy; Type 2 (white);
1980
complete as specified
Each
1
$
$
Pavement markings; arrow
epoxy; Type 3 (white);
1981
complete as specified
Each
3
$
$
Pavement markings; word;
epoxy (white); complete as
1983
specified
Each
1
$
$
Temporary pavement
markings; paint; 4" (white);
Linear
1985
complete as specified
Feet
2,500
$
$
Pavement markings; arrow
epoxy; Type 1 (yellow);
1989
complete as specified
Each
2
$
$
Pavement markings; arrow
epoxy; Type 2 (yellow);
1990
complete as specified
Each
2
$
$
Furnish and install 12" storm
Linear
2003
sewer; complete as specified
Feet
80
$
$
Furnish and install 18" storm
Linear
2009
sewer; complete as specified
Feet
120
$
$
Furnish and install 24" x 38"
HERCP Class III storm
Linear
2049
sewer; complete as specified
Feet
87
$
$
Furnish and install 24" x 38"
RCP Class III apron endwall
with joint ties; complete as
2156
specified
Each
1
$
$
Page 5 of 12
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
BID UNIT PRICE
BID TOTAL PRICE
Furnish and install standard
storm sewer manhole (4'
diameter); complete as
Vertical
2201
specified
Feet
4
$
$
Furnish and install standard
storm sewer manhole (6'
diameter); complete as
Vertical
2203
specified
Feet
5
$
$
Furnish and install standard
storm sewer inlet manhole
(4' diameter); complete as
Vertical
2213
specified
Feet
4.25
$
$
Furnish and install Type 3
inlet (with 18" sump);
2237
complete as specified
Each
3
$
$
Furnish; install; maintain;
and remove Type D
modified inlet protection;
2508
complete as specified
Each
12
$
$
Sediment removal - Type D
modified inlet protection;
2510
complete as specified
Each
4
$
$
Furnish; install; maintain;
and remove stone bag;
2516
complete as specified
Each
24
$
$
Furnish; install; maintain;
and remove ditch check;
2522
complete as specified
Each
4
$
$
Abandon 8" -12" storm
Linear
2800
sewer; complete as specified
Feet
64
$
$
Abandon 15" and larger
storm sewer; complete as
Linear
2802
specified
Feet
157
$
$
Page 6 of 12
BID
DESCRIPTION
UNIT
EST.
BID UNIT PRICE
BID TOTAL PRICE
ITEM
QTY.
Abandon storm sewer
manholes and inlets;
2810
complete as specified
Each
1
$
$
Connect to existing storm
sewer main; complete as
2850
specified
Each
1
$
$
Storm sewer utility line
opening (ULO); complete as
2914
specified
Each
2
$
$
Furnish and install sanitary
sewer external manhole
chimney seal; complete as
3114
specified
Each
2
$
$
Furnish and install sanitary
sewer external manhole
chimney seal extension;
3116
complete as specified
Each
1
$
$
Reconstruct sanitary sewer
manhole (4' diameter);
Vertical
3122
complete as specified
Feet
4.5
$
$
Closed circuit televising -
using push camera; complete
3710
as specified
Each
1
$
$
SUBTOTAL SECTION I — CONTRACT 23-25
SECTION I (ITEMS 1050 — 3710)
Page 7 of 12
CITY CONTRACT 23-25
SOUTH KOELLER STREET CONCRETE PAVING
SUBTOTAL SECTION I (ITEMS 1050 - 3710)
GRAND TOTAL OF CITY CONTRACT 23-25
(ITEMS 1050 - 3710)
Page 8 of 12
CONTRACT 23-25
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 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 9 of 12
CONTRACT 23-25
ATTACHMENT B
Bidders for this Contract must be Pre -Qualified for at least
the following Total Contract Amount:
$750,000
Bidders for this Contract must also be Pre -Qualified for at least
One of the Following Type(s) of Construction Denoted by a Z.
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
❑ Mudjackilg
❑ 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 Tumieling
General Building Construction
❑ 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
Page 10 of 12
CONTRACT 23-25
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)
Page 11 of 12
CONTRACT 23-25
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
(Naive 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.
Subscribed and sworn to before me this day of
Notary Public, or other authorized to administer
Signature
(Title, if any)
20
(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 12 of 12
SPECIAL CONDITIONS
SPECIAL CONDITIONS
CONTRACT 23-25
KOELLER STREET CONCRETE PAVING
SP-1 BID OPENING
The bid opening for Contract 23-25 will be held in Room 310 of City Hall. Also,
please note, public access to Contract 23-25's bid opening will also be handled
through WebEx.
To join Contract 23-25's bid opening through WebEx, please copy and paste this
link into your web browser:
https://cityofoshkosh.my.webex.com/cityofoshkosh.my j.phl2?MTID=m9a102370c
6c1a429c177615fa50a8e28
The meeting number (access code) for this Bid opening is 2551 876 4013. The
meeting password via web browser is bDAAZ32XmY9. If you wish to join by
telephone, please call 1-510-338-9438. To join from a video system or application,
dial 255178764013@webex.com or dial 173.243.2.68 and enter the meeting number
listed above. The meeting password for telephone or video system is 23229329.
To join from a mobile device, enter +1-510-338-9438„ 25518764013#23229329#.
Some mobile devices may ask attendees to enter a numeric meeting password; use
the password listed above for telephones or video systems.
If you need help, please go to http://help.webex.com.
SP-2 COMPLETION AND LIQUIDATED DAMAGES
It is anticipated the award of this work will be on Tuesday, September 12, 2023.
It is anticipated the CONTRACTOR will be able to start construction work on
Monday, September 18, 2023.
Page 1 of 6
The substantial completion of this Project shall be completed by Friday, December
1, 2023. As stated in Section 100.9 of the current edition of the Standard
Specifications for City of Oshkosh, Wisconsin (CITY SPECIFICATIONS), substantial
completion includes completion of all Contract Bid Items and change order work.
Substantial completion shall also consist of coordinating with the CITY to install
all of the street signs prior to opening to traffic.
Emphasis on this Section is placed to control and minimize the inconvenience
to City of Oshkosh residents, businesses, and property owners. The
CONTRACTOR shall note the CITY has essential work to perform both within
and outside of the scope of this Contract and variation by the CONTRACTOR
from the completion schedule of this Contract will result in extra costs to the
CITY which include, but are not limited to, labor, equipment, administrative,
and contracted services. It is the intent of the CITY to assess liquidated damages
to the CONTRACTOR if the completion schedule for this Contract is not met.
For all cases, unless otherwise noted, closure of a street to local traffic shall be
limited to a maximum of five (5) weeks. It will be necessary for the
CONTRACTOR to obtain written approval from the ENGINEER to vary from
these schedule requirements.
The ENGINEER shall determine the number of calendar days the CONTRACTOR
is in default in completing any segment of the Contract and shall certify the same
to the CITY in writing. For each calendar day so certified, the CONTRACTOR
shall pay the CITY the sum as indicated in the current edition of the CITY
SPECIFICATIONS, which sum is hereby agreed upon, not as a penalty, but as
liquidated damages which the CITY will suffer by reason of such default.
The CITY shall be fully authorized and empowered to deduct and retain the
amount of any damages, determined as herein provided, for each day the
CONTRACTOR shall be in default in completing the work after the time fixed in
the Contract, or after any later date to which the time for completion may have
been extended by the CITY, from any monies due or to become due the
CONTRACTOR under the Contract, at any time after such damages are so
incurred. The permitting of the CONTRACTOR to finish the work, or any part of
it, after the time fixed for its completion or after the date to which the date of
completion may have been extended, shall in no way operate as a waiver on the
part of the CITY of any of its rights under the Contract.
Page 2 of 6
SP-3 SCOPE OF WORK
The work under this Contract consists of the public construction of concrete
pavement on South Koeller Street and West 20th Avenue and miscellaneous
corresponding utility work. A key element to this Project will be the
CONTRACTOR's ability to successfully schedule the work to meet the various
completion deadlines. There is a considerable amount of access restrictions
included for this Contract. The accesses described shall be provided incidental to
the Contract.
SP-4 MAINTENANCE OF TRAFFIC
In addition to the provisions listed in Section 100.53 of the current edition of the
CITY SPECIFICATIONS, the following apply to Contract 23-25:
• CONTRACTOR must allow a minimum ten -foot (10') wide emergency vehicle
access at all times, unless approved otherwise by the ENGINEER.
• Counter -directional traffic shall be maintained on West 201h Avenue at all
times.
The CONTRACTOR shall be required to provide message boards one (1) week
prior to starting the construction. Message boards shall be, at a minimum, clean,
professionally made and printed, and made with reflective materials.
The CONTRACTOR shall maintain access (vehicular and pedestrian) to all
businesses at all times throughout the duration of the Project. This may include,
but is not limited to, the building of Americans with Disabilities Act (ADA)
compliant ramps or bridges into buildings.
There is a GO TRANSIT bus route within and adjacent to this Project:
• The No. 8 Bus Route travels south along South Koeller Street, traveling through
the construction site.
For any bus routes that will be impacted by the construction activities, the
CONTRACTOR shall give GO TRANSIT (Oshkosh Transit) two (2) weeks' notice,
so GO TRANSIT can set up the necessary detour routes.
Page 3 of 6
Residential, commercial, industrial, and non-residential garbage pick-up may
occur at different days and shall be accommodated. CONTRACTOR is to verify
the days of garbage collection and accommodate the affected residents and
businesses.
SP-5 DESIGNATED HAUL ROUTES
CONTRACTOR may enter and leave the construction zone from the following
routes:
0 All portions of the Project are located on designated truck routes.
SP-6 NOTES TO BIDDERS
As stated in Section 100.10.1 of the CITY SPECIFICATIONS, CONTRACTOR
shall furnish a Bid Bond, Performance Bond, and Payment Bond on forms
provided by the CITY.
All questions about the meaning or intent of these Specifications and Plans are
to be submitted to the CITY via e-mail to Alyssa Deckert
(adeckert@ci.oshkosh.wi.us) by 4:30 p.m. on Monday, August 28, 2023.
Interpretation or clarifications considered necessary by the CITY in response to
such questions will be issued via an Addendum. Only questions answered by an
Addendum will be binding. Oral and other interpretations or clarifications will
be without legal effect.
SP-7 MISCELLANEOUS UTILITY COORDINATION
Several underground utilities (City sewers, water, and electrical conduit;
Wisconsin Public Service (WPS) [electrical and gas]; American Transmission
Company (ATC); AT&T Wisconsin (AT&T); Spectrum; TDS Telecom (TDS); U.S.
Signal; and Windstream) may be extremely shallow with respect to proposed
pavement and sidewalk surfaces. In some cases, utility relocation may be required
in coordination with the CONTRACTOR's work. The CONTRACTOR shall
coordinate and cooperate with the various utilities in the completion of the
Contract and utility work and shall anticipate this work in the Project schedule.
Page 4 of 6
The utility locations are approximately shown on the Plans. A utility locate will
need to be requested by the CONTRACTOR from the various utilities involved
before commencing work. Caution shall be exercised in all digging operations and
this CONTRACTOR will be held wholly responsible for any damage to utilities
(including laterals) and cost of repairing same.
SP-8 CONCRETE AND ASPHALT PAVING CONSTRUCTION
CONTRACTOR to perform concrete cylinder tests per Section 900.2.13 of the
current edition of the CITY SPECIFICATIONS. Test results required by Section
900.2.13.1 shall be submitted to the CITY via e-mail to Alyssa Deckert
(adeckert@ci.oshkosh.wi.us) and Tracy Taylor (ttaylor@ci.oshkosh.wi.us).
1. Bid Item #1220 — Excavation Special (Paving)
A. Quantity being bid is an undistributed amount based on historical data. No
changes in Bid pricing will be allowed based on actual field measurements.
2. Bid Item #1650 — Locate Existing; Property Monuments
A. Quantity being bid is an undistributed amount based on historical data. No
changes in Bid pricing will be allowed based on actual field measurements.
3. Bid Item #1652 — Replace Existing Property Monuments
A. Quantity being bid is an undistributed amount based on historical data. No
changes in Bid pricing will be allowed based on actual field measurements.
4. Bid Item #1985 — Temporary Pavement Markings; Paint; 4" (White)
A. Bid Item #1985 shall also include four -inch (4") yellow temporary pavement
markings.
B. Quantity being bid is an undistributed amount based on the time of year
for construction. No changes in Bid pricing will be allowed based on actual
field measurements.
5. Bid Item #1989 — Pavement Markings; Arrow Epoxy; Type 1 Yellow)
A. Bid Item #1989 shall follow the specifications included in Section 1970 of
the CITY SPECIFICATIONS.
B. Bid Item #1989 consists of all furnishing all labor, equipment, and materials
to provide pavement markings consistent with the arrows shown on Sheet
9 of the Plans and that are currently on the existing street.
Page 5 of 6
6. Bid Item #1990 — Pavement Markings; Arrow Epoxy; Type e 2 (Yellow
A. Bid Item #1990 shall follow the specifications included in Section 1970 of
the CITY SPECIFICATIONS.
B. Bid Item #1990 consists of all furnishing all labor, equipment, and materials
to provide pavement markings consistent with the arrows shown on Sheet
9 of the Plans and that are currently on the existing pavement.
Page 6 of 6
CONTRACT AND BONDS
CONSTRUCTION CONTRACT
THIS CONTRACT, made on the day of , 2023, by and between the CITY
OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
(NAME, address), party of the second part,
hereinafter referred to as the CONTRACTOR,
WITNESSETH:
That the CITY and the CONTRACTOR, for the consideration hereinafter named, agree as follows:
ARTICLE I. SCOPE OF WORK
The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and
labor necessary, and to perform all of the work shown on the Plans and described in the Specifications
for the Project entitled or described as follows:
Public Works Contract No.
for in the City of Oshkosh, for the Department of Public Works,
pursuant to Resolution No. adopted by the Common Council of the City of Oshkosh on the
day of 2023, all in accordance and in strict compliance with the
CONTRACTOR's Proposal and the other Contract Documents referred to in ARTICLE VII. of this
CONTRACT.
ARTICLE II. TIME OF COMPLETION
The work to be performed under this CONTRACT shall be commenced and the work completed
within the time limits specified in the Special CoMitiom and/or CONTRACTOR's Proposal.
ARTICLE III. PAYMENT
(a) The CONTRACT Sum.
The CITY shall pay to the CONTRACTOR for the performance of the CONTRACT the sum of
Dollars ($ ), adjusted by any changes as
provided in the Specifications, or any changes hereafter mutually agreed upon in writing by the parties
hereto, provided, however, in the event the Proposal and Contract Documents are on a "Unit Price" basis,
the above -mentioned figure is an estimated figure, and the CITY shall, in such cases, pay to the
CONTRACTOR for the performance of the CONTRACT the amounts determined for the total number
of each of the units of work as set forth in the CONTRACTOR's Proposal; the number of units therein
contained is approximate only, and the final payment shall be made for the actual number of units that
are incorporated in or made necessary by the work covered by the CONTRACT.
(b) Progress Payments.
In the event the time necessary to complete this CONTRACT is such that progress payments are
required, they shall be made according to the provisions set forth in the Specifications.
I:\Engineering\Tracy Taylor\Public Works Contracts\ Contract Book Skeleton\Blank Construction Page 1 of
Contract Form 6-21-21docx
ARTICLE IV. STANDARD PROVISIONS
The CONTRACTOR agrees in all hiring or employment made possible by or resulting from this
CONTRACT, there will not be any discrimination against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national origin.
ARTICLE V. CONTRACTOR TO HOLD CITY HARMLESS
The CONTRACTOR covenants and agrees to protect and hold the CITY harmless against all
actions, claims, and demands of any kind or character whatsoever which may in any way be caused by
or result from the intentional or negligent acts of the CONTRACTOR, their agents or assigns, their
employees, or their subcontractors related however remotely to the performance of this CONTRACT or
be caused or result from any violation of any law or administrative regulation, and shall indemnify or
refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY
may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of
the CITY's written demand for indemnification or refund.
ARTICLE VI. INSURANCE
The Insurance required by the CITY as specified in the CITY's Specifications, including Addenda,
or Plans, or instructions, or advertisements, shall be primary coverage and that any insurance or self-
insurance maintained by the CITY, its officers, council members, agents, employees, or authorized
volunteers will not contribute to a loss. All insurance shall be based upon the occurrence of an event,
and not based on claims made. All insurance shall be in full force prior to commencing work and remain
in force until the entire job is completed and the length of time that is specified, if any, in this
CONTRACT, or the Specifications, whichever is longer.
ARTICLE VH. COMPONENT PARTS OF THE CONTRACT
This CONTRACT consists of the following component parts, all of which are as fully a part of
this CONTRACT as if herein set out verbatim, or if not attached, as if hereto attached:
1. This Instrument
2. The CITY's Plans and Specifications, including all Addenda's
3. Current edition of the Standard Specifications for City of Oshkosli, Wisconsin
4. Instructions to Bidders
5. Advertisement for Bids
6. CONTRACTOR's Proposal
The Contract Documents are complementary; what is required by one is as binding as if required
by all. Before undertaking each part of the work, the CONTRACTOR shall carefully study and compare
the Contract Documents and check and verify all pertinent figures and measurements required therein.
CONTRACTOR shall promptly report in writing to the ENGINEER any conflict, error, ambiguity, or
discrepancy which CONTRACTOR may discover and shall obtain written clarification from the
ENGINEER before proceeding with any work affected thereby.
In the event that 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 part which follows it numerically except as
may be otherwise specifically stated.
I: \Engineering\Tracy Taylor\Public Works Contracts\Contract Book Skeleton\Blank Construction Page 2 Of 3
Contract Form 6-21-23.docx
IT IS HEREBY DECLARED, UNDERSTOOD, AND AGREED that the word "CONTRACTOR"
wherever used in this CONTRACT means the party of the second part and its/his/her/their legal
representatives, successors, and assigns.
IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused this CONTRACT to be
sealed with its corporate seal and to be subscribed to by its City Manager and City Clerk and
countersigned by the Comptroller of said CITY, and the party of the second part hereunto set its, his/her,
or their hand and seal the day and year first above written.
In the Presence of: CONTRACTOR
(Seal of CONTRACTOR
if a Corporation)
(Witness)
as
IN
(Specify Title)
(Specify Title)
CITY OF OSHKOSH
And:
Mark A. Rohloff, City Manager
(Witness) Diane M. Bartlett, City Clerk
APPROVED: I hereby certify that the necessary provisions
have been made to pay the liability which
will accrue under this CONTRACT.
City Attorney
City Comptroller
I:\Engineering\Tracy Taylor\ Public Works Contracts\ Contract Book Skeleton\ Blank Construction Page 3 of 3
Contract Form 6-21-23.docx
BID BOND CITY OF OSHKOSH
Contract Number
Date Bond Executed (Date of Contract or Later)
PRINCIPAL/CONTRACTOR (Legal Name and Business Address) Type of Organization
SURETY(IES) (Legal Name(s) and Business Address(es))
OWNER (Legal Name and Business Address)
CITY OF OSHKOSH
215 Church Avenue
PO Box 1130
Oshkosh, Wisconsin 54903-1130
OBLIGATION
— Individual — Partnership
— Corporation
State of Mcorporation
Penal Sum of Bond
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.
Page I of 2
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, e-mail, 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, e-mail 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.
Name of Principal/Contractor Name of Surety
Title
Title
Page 2 of 2
PAYMENT BOND
Contract Number
Date Bond Executed (Date of Contract or Later)
PRINCIPAL/CONTRACTOR (Legal Name and Business Address)
SURETY(IES) (Legal Name(s) and Business Address(es))
OWNER (Legal Name and Business Address)
CITY OF OSHKOSH
215 Church Avenue
PO Box 1130
Oshkosh, Wisconsin 54903-1130
OBLIGATION
CITY OF OSHKOSH
Type of Organization
Individual _ Partnership
Corporation
State of Incorporation
Penal Sum of Bond
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.
Page 1 of 2
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, e-mail, 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, e-mail, or other
electronic address that has been provided in writing to the other party to be used for this purpose.
The lases 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.
Name of Principal/Contractor Name of Surety
Title
Title
Page 2 of 2
PERFORMANCE BOND
Contract Number
Date Bond Executed (Date of Contract or Later)
PRINCIPAL/CONTRACTOR (Legal Name and Business Address)
SURETY(IES) (Legal Name(s) and Business Address(es))
OWNER (Legal Name and Business Address)
CITY OF OSHKOSH
215 Church Avenue
PO Box 1130
Oshkosh, Wisconsin 54903-1130
OBLIGATION
CITY OF OSHKOSH
Type of Organization
_ Individual _ Partnership
_ Corporation
State of bicorporation
Penal Sum of Bond
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
Page 1 of 3
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, e-mail, 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, e-mail 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.
Page 2 of 3
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,
Name of Principal/Contractor Name of Surety
Title
Title
Page 3 of 3