HomeMy WebLinkAbout23-16 Sawyer Creek Watershed II SpecsWISCONSIN
TABLE OF CONTENTS
OFFICIAL NOTICE TO CONTRACTORS
INSTRUCTIONS TO BIDDERS
PROPOSAL
SPECIAL CONDITIONS
GEOTECHNICAL REPORT
CONTRACT AND BONDS
OFFICIAL NOTICE TO CONTRACTORS
NOTICE IS HEREBY GIVEN that electronic bids will be received up to 11:00 a.m., Monday,
August 28, 2023, through the online bidding service of QuestCDN.com, www.OuestCDN.com,
for the construction of a storm water detention basin, asphalt paving, and utilities, and
appurtenant work. Bids will be opened and publicly read in Room 310 of City Hall, 215 Church
Avenue, Oshkosh, Wisconsin, and through a WebEx virtual meeting.
CITY CONTRACT 23-16 — SAWYER CREEK WATERSHED RURAL II DETENTION BASIN —
CONSTRUCTION
Approx. 22 acres of clearing and grubbing
Approx. 1,480,000 cu. yds. of excavation
Approx. 13,600 tons of 3/4" to 3" base aggregate dense
Approx. 3,000 tons of HMA pavement
Approx. 1,600 lin. ft. of 12" to 48" storm sewer and appurtenant work
Approx. 650 lin. ft. of 14" x 23" to 19" x 30" elliptical storm sewer and appurtenant work
Approx. 1,450 lin. ft. of 4' x 6' box culvert storm sewer and appurtenant work
Approx. 5,000 lin. ft. of 8" to 15" sanitary sewer (new) and appurtenant work
Approx. 400 lin. ft. of 4" to 6" sanitary laterals (new)
Approx. 4001in. ft. of 1" to 2" water service (new)
Approx. 2,000 lin. ft. of 6" to 10" water main (new) and appurtenant work
Approx. 140 acres of restoration
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 Thursday, August 17, 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
Wednesday, August 23, 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 1, 2023. Download the digital plan documents for a non-refundable fee
of $42 (Forty Dollars) by inputting Quest Project No. 8608957 on the website's Project Search
page. Please contact QuestCDN.com at (952)233-1632 or info@auestcdn.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 1, 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: July 28 and August 4, 2023
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.questcdn.com. Free previews
of the Contract Documents are available at
http://qap.questcdn.com/q-aplprQjects/pri browse/ipp pr 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.
I13-3 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 make 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 (wSvw.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.
IB-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 FOR CITY CONTRACT 23-16
SAWYER CREEK WATERSHED RURAL II DETENTION BASIN — CONSTRUCTION
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 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 a storm water detention basin, asphalt paving, 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
TTEM QTY.
Mobilization; complete as Lump
1050 specified Sum 1 $ $
Removing pavement;
1100 complete as specified
Removing curb and gutter;
1110 complete as specified
Removing concrete and
asphalt sidewalk and
driveway; complete as
1120 specified
Unclassified excavation;
1200 complete as specified
Square
Yards 8,420 $
Linear
Feet 200 $
Square
Feet 4,840 $
Cubic
Yards 9,620 $
Page 1 of 16
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
BID UNIT PRICE
BID TOTAL PRICE
Ground stabilization fabric;
Square
1230
complete as specified
Yards
6,060
$
$
Adjust manholes and inlets;
1360
complete as specified
Each
34
$
$
Restore gravel driveway/
Square
1372
apron; complete as specified
Yards
110
$
$
30" curb and gutter; 8';
Linear
1444
complete as specified
Feet
100
$
$
36" mountable curb and
gutter; 8'; complete as
Linear
1451
specified
Feet
100
$
$
Locate existing property
monuments; complete as
1650
specified
Each
16
$
$
Replace section corner;
1651
complete as specified
Each
1
$
$
Replace existing property
monuments; complete as
1652
specified
Each
7
$
$
Sawing existing pavement;
Linear
1700
complete as specified
Feet
400
$
$
Base aggregate dense; 3/4;
1800
complete as specified
Tons
710
$
$
Base aggregate dense;1-1/4;
1801
complete as specified
Tons
8,600
$
$
Base aggregate dense; 3";
1802
complete as specified
Tons
4,260
$
$
Tack coat; complete as
1900
specified
Gallons
250
$
$
IDAA Pavement LT; complete
1901
as specified
Tons
280
$
$
Page 2 of 16
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
HMA Pavement MT;
1902
complete as specified
Tons
Asphalt flume; complete as
Square
1935
specified
Yards
Prepare foundation for
asphaltic paving; complete as
Lump
1960
specified
Sum
Pavement markings; epoxy;
4" (white); complete as
Linear
1974
specified
Feet
Pavement markings; epoxy;
4" (yellow); complete as
Linear
1975
specified
Feet
Pavement markings; stop -line
epoxy;18" (white); complete
Linear
1978 '
as specified
Feet
Furnish and install woven
wire fencing; complete as
Linear
1990
specified
Feet
Furnish and install high
tensile fencing; complete as
Linear
1991
specified
Feet
Furnish and install double
leaf gate; complete as
1992
specified
Each
Furnish and install 12" RCP
Class III storm sewer;
Linear
2004
complete as specified
Feet
Furnish and install 24" RCP
Class III storm sewer;
Linear
2016
complete as specified
Feet
Furnish and install 30" RCP
Class III storm sewer;
Linear
2022
complete as specified
Feet
2,670
$
30
$
1
$
6,000
$
2,500
$
17 $
M.
6,840 $ $
75 $
2 $
34 $
122 $
29 $
Page 3 of 16
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
BID UNIT PRICE
BID TOTAL PRICE
Furnish and install 36" RCP
Class III storm sewer;
Linear
2025
complete as specified
Feet
358
$
$
Furnish and install 48" RCP
Class III storm sewer;
Linear
2031
complete as specified
Feet
1,026
$
$
Furnish and install 14" x 23"
HERCP Class III storm sewer;
Linear
2045
complete as specified
Feet
304
$
$
Furnish and install 19" x 30"
HERCP Class III storm sewer;
Linear
2047
complete as specified
Feet
344
$
$
Furnish and install 4' x 6' box
culvert storm sewer;
Linear
2072
complete as specified
Feet
1,449
$
$
Furnish and install 4'
diameter manhole riser on 4'
x 6' box culvert, complete as
Vertical
2113
specified
Feet
13
$
$
Furnish and install 24" RCP
Class III apron endwall with
joint ties; complete as
2144
specified
Each
2
$
$
Furnish and install 36" RCP
Class III apron endwall with
joint ties; complete as
2147
specified
Each
2
$
$
Furnish and install 48" RCP
Class III apron endwall with
joint ties; complete as
2149
specified
Each
5
$
$
Furnish and install 14" x 23"
RCP Class III apron endwall
with joint ties; complete as
2154
specified
Each
20
$
$
Page 4 of 16
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
BID UNIT PRICE
BID TOTAL PRICE
Furnish and install 19" x 30"
RCP Class III apron endwall
with joint ties; complete as
2155
specified
Each
20
$
$
Furnish and install Tx 6' box
culvert end section with joint
2171
ties; complete as specified
Each
1
$
$
Furnish and install standard
storm sewer manhole (6'
diameter); complete as
Vertical
2203
specified
Feet
11
$
$
Furnish and install standard
storm sewer manhole (8'
diameter); complete as
Vertical
2205
specified
Feet
9
$
$
Furnish and install standard
storm sewer manhole (8' x 8'
Vertical
2211
box); complete as specified
Feet
10
$
$
Furnish and install standard
storm sewer inlet manhole (6'
diameter); complete as
Vertical
2215
specified
Feet
13
$
$
Furnish and install storm
sewer outlet structure; Rural
2226
II Basin; complete as specified
Each
1
$
$
Furnish and install Type 1
2236
inlet; complete as specified
Each
1
$
$
Furnish and install WDOT
Inlet Median 1 grate;
2240
complete as specified
Each
2
$
$
Furnish and install WDOT
Inlet Median 2 grate;
2241
complete as specified
Each
3
$
$
Page 5 of 16
BID
DESCRIPTION
UNIT
EST.
BID UNIT PRICE
BID TOTAL PRICE
ITEM
QTY.
Furnish; install; maintain;
and remove Type A inlet
protection; complete as
2500
specified
Each
7
$
$
Furnish; install; maintain;
and remove Type D inlet
protection; complete as
2506
specified
Each
4
$
$
Furnish; install; maintain;
and remove stone tracking
2512
pad; complete as specified
Each
4
$
$
Furnish; install; maintain;
and remove silt fence;
Linear
2514
complete as specified
Feet
9,050
$
$
Furnish; install; maintain,
and remove ditch check;
2522
complete as specified
Each
74
$
$
Furnish and install rock dam;
Linear
2527
complete as specified
Feet
275
$
$
Install salvaged topsoil 6"
Lump
2603
depth; complete as specified
Sum
1
$
$
Furnish and install native
seeding; floodplain mix;
Square
2610
complete as specified
Yards
114,000
$
$
Furnish and install native
seeding; mesic mix; complete
Square
2612
as specified
Yards
103,000
$
$
Furnish and install turf grass;
2620 complete as specified
Furnish and install no -mow
2622 fescue; complete as specified
Furnish and install annual
cover crop; complete as
2624 specified
Square
Yards 7,500 $
Square
Yards 150,000 $
Square
Yards 680,000
Page 6 of 16
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install Class II;
Type B erosion control mat; Square
2634 complete as specified Yards 35,000 $ $
Furnish and install turf
reinforcement mat system;
Square
2638
complete as specified
Yards
Furnish and install medium
field stone rip -rap with filter
Square
2649
fabric; complete as specified
Yards
Install articulated concrete
block mat (ACBM)
revetment system; complete
Square
2659
as specified
Yards
Remove 30" and smaller
storm sewer; complete as
Linear
2804
specified
Feet
Remove; salvage; and
relocate existing endwall;
2860
complete as specified
Each
Storm server utility line
opening (ULO); complete as
2914
specified
Each
Clear and grub; Zone A;
Lump
2915
complete as specified
Sum
Clear and grub; Zone B;
Lump
2916
complete as specified
Sum
Construct clay liner; complete
Lump
2934
as specified
Sum
General excavation; Rural II
Detention Basin; complete as
Lump
2935
specified
Sum
General excavation; Clark -
Hill Detention Basin;
Lump
2936
complete as specified
Sum
3,930 $ $
350 $
2,100 $ $
550 $ $
2 $
20
$ $
1
$ $
1 $ $
1 $ $
1 $
Page 7 of 16
BID
ITEM
DESCRIPTION
UNIT
EST.
QTy,
BID UNIT PRICE
BID TOTAL PRICE
Furnish and install 8" sanitary
sewer (new); complete as
Linear
3030
specified
Feet
1,667
$
$
Furnish and install 12"
sanitary sewer (new);
Linear
3034
complete as specified
Feet
1,920
$
$
Furnish and install 15"
sanitary sewer (new);
Linear
3036
complete as specified
Feet
1,487
$
$
Furnish and install 8" sanitary
sewer drop; complete as
Vertical
3060
specified
Feet
6.19
$
$
Furnish and install standard
sanitary sewer manhole (4'
diameter); complete as
Vertical
3100
specified
Feet
270
$
$
Furnish and install sanitary
sewer external manhole
chimney seal; complete as
3114
specified
Each
17
$
$
Furnish and install 8" x 4"
sanitary sewer factory wyes
3200
or tees; complete as specified
Each
6
$
$
Furnish and install 15" x 4"
sanitary sewer factory vvyes
3206
or tees; complete as specified
Each
6
$
$
Furnish and install 15" x 6"
sanitary sewer factory wyes
3216
or tees; complete as specified
Each
1
$
$
Furnish and install 4" sanitary
sewer laterals (new);
Linear
3230
complete as specified
Feet
386
$
$
Furnish and install 6" sanitary
sewer laterals (new);
Linear
3232
complete as specified
Feet
32
$
$
Page 8 of 16
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install
connection to existing 12"
sanitary sewer mains;
3304 complete as specified Each
Core into existing manhole;
3332 complete as specified Each
Furnish and install 24"
sanitary sewer open cut
1 $ $
casing pipes; complete as Linear
3412 specified Feet 33 $
Closed circuit televising; Linear
3700 complete as specified Feet 5,074 $
Furnish 8" sanitary sewer air
pressure test; complete as
3935
specified
Each
Furnish 12" sanitary sewer air
pressure test; complete as
3939
specified
Each
Furnish 15" sanitary sewer air
pressure test; complete as
3941
specified
Each
Furnish and install new 6"
ductile iron water main with
polywrap; complete as
Linear
4020
specified
Feet
Furnish and install new 10"
ductile iron water main with
polywrap; complete as
Linear
4024
specified
Feet
Furnish and install 1" water
service (new); complete as
Linear
4042
specified
Feet
Furnish and install 2" water
service (new); complete as
Linear
4046
specified
Feet
5 $
5 $
Ell
5 $ $
116 $
1,925 $ $
437 $ $
11 $ $
Page 9 of 16
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Furnish and install 1"
corporation and stop box;
4048 complete as specified Each 12 $
Furnish and install 2"
corporation and stop box;
4053
complete as specified
Each
Furnish and install
cormections to existing 6"
water main; complete as
4058
specified
Each
Furnish and install
connections to existing 10"
water main; complete as
4062
specified
Each
Furnish and install 10" x 6"
water main tee; complete as
4119
specified
Each
Furnish and install 10" x 10"
water main tee; complete as
4121
specified
Each
Furnish and install 10" water
main plug; complete as
4310
specified
Each
Furnish and install 6" water
main gate valve; complete as
4401
specified
Each
Furnish and install 10" water
main gate valve; complete as
4403
specified
Each
Furnish and install valve box
replacement; complete as
4490
specified
Each
Furnish and install hydrant;
4500
complete as specified
Each
4 $
Pa
4 $
5 $
7 $
4 $
Page 10 of 16
BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE
ITEM QTY.
Relocate existing hydrant;
4501 complete as specified Each 7 $ $
SUBTOTAL SECTION I — CONTRACT 23-16
SECTION I (ITEMS 1050 — 4501)
Page 11 of 16
CITY CONTRACT 23-16
SAWYER CREEK WATERSHED RURAL II DETENTION BASIN — CONSTRUCTION
SUBTOTAL SECTION I (ITEMS 1050 — 4501)
GRAND TOTAL OF CITY CONTRACT 23-16
(ITEMS 1050 — 4501) $
ALTERNATE 1
Compaction of southern 20
acres of Clark -Hill Fill Site; Lump
2956-1 complete as specified Sum 1 $ $
ALTERNATE 2
Compaction of northern 60
acres of Clark -Hill Fill Site; Lump
2958-2 complete as specified Sum 1 $ $
ALTERNATE 3
Temporary paving of
Clairville Road; complete Lump
2960-3 as specified Sum 1
(SELECTED ALTERNATES WILL BE CONSIDERED IN DETERMINING LOW BIDDER)
Page 12 of 16
CONTRACT 23-16
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.
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.
NAME OF SUBCONTRACTOR CLASS OR ITEMS OF WORK
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 13 of 16
IN
0!
❑�
CONTRACT 23-16
ATTACHMENT B
Bidders for this Contract must be Pre -Qualified for at least
the following Total Contract Amount:
$3,000,000
Bidders for this Contract must also be Pre -Qualified for at least
One of the Following Type(s) of Construction Denoted by a E.
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
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 14 of 16
CONTRACT 23-16
ATTACHMENT C
Bidders for this Contract must meet the
following Insurance Standards as Denoted by a ®.
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 15 of 16
CONTRACT 23-16
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
an individual trading as
the City of
; State of
or
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 tlus 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 qualifynlg 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 16 of 16
SPECIAL CONDITIONS
CONTRACT 23-16
SAWYER CREEK WATERSHED RURAL II DETENTION BASIN —
CONSTRUCTION
SP-1 BID OPENING
The bid opening for Contract 23-16 will be held in Room 310 of City Hall. Also,
please note, public access to Contract 23-16's bid opening will also be handled
through WebEx.
To join Contract 23-16's bid opening through WebEx, please copy and paste this
link into your web browser:
https://cityofoshkosh.my.webex. com/cityofoshkosh.my/j.php?MTID=m20d7beec
0161db429d93fead969ae76f
The meeting number (access code) for this Bid opening is 2552 803 7110. The
meeting password via web browser is m7hRv3GdW7a. If you wish to join by
telephone, please call 1-510-338-9438. To join from a video system or application,
dial 25528037110@webex.com or dial 173.243.2.68 and enter the meeting number
listed above. The meeting password for telephone or video system is 67478343.
To join from a mobile device, enter +1-510-338-9438„ 25528037110#67478343#.
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 GENERAL
CONSTRUCTION MANAGEMENT ENGINEER (CME) shall be understood to
mean Strand Associates, Inc. of Madison, Wisconsin.
SP-3 COMPLETION AND LIQUIDATED DAMAGES
It is anticipated the award of this work will be on Tuesday, September 12, 2023.
There are numerous community events near the Project area including, but not
limited to:
Page 1 of 24
EAA AirVenture, July 2024.
The date listed above is for the approximate month the event has typically
occurred; actual date is subject to change. While there are no additional work
restrictions due to this event, CONTRACTOR shall take into consideration
potential traffic impacts to the US 41/STH 44 interchange and even a possibility of
interchange closure during the EAA AirVenture event. There will also be
increases in vehicular and pedestrian traffic throughout the City and County
during the event.
It is anticipated the CONTRACTOR will be able to start construction work on or
before Monday, October 16, 2023.
The substantial completion of this Project shall be completed by Friday, November
1, 2024. As stated in Section 100.9 of the current edition of the Standard
Specifications for City of Oshlcosli, 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.
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
Page 2 of 24
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.
SP-4 PROSECUTION AND PROGRESS
CONTRACTOR is responsible for appropriately phasing work and generating
their own schedule. All work, including punchlist items, must be complete by
Wednesday, November 22, 2024, so that final payment may be made in December
2024, assuming all of the CITY -required closeout documentation has been
submitted by the CONTRACTOR and approved of by the CITY.
CONTRACTOR shall provide a means of removing surface water from the
detention areas so that there is no standing water during construction. The wet
portions of the Rural II and Clark -Hill Basins may have standing water once their
final grades have been achieved and restoration is complete.
No work shall occur in Sawyer Creek between the dates of March 1st and June 15th.
Weir elevation has been set to convey two (2) year storm. CONTRACTOR is
encouraged to stage work or berm area to prevent water from entering the Rural
II Detention Basin prior to completion of restoration.
Utility construction shall be phased so that work on one (1) utility does not
undermine or negatively impact another utility.
CONTRACTOR may work within the Clairville Road right-of-way throughout the
winter months, but shall maintain, at a minimum, a safe, drive -able, base
aggregate dense surface at all times. CONTRACTOR shall maintain and clear the
roadway surface of snow witlun twelve (12) hours of a measurable snowfall and
keep it clear of blowing and drifting snow. CONTRACTOR shall not haul to the
Compass Way Stockpile Site using off -road trucks once new dense graded base is
placed.
Page 3 of 24
Off -road haul trucks are only allowed on Clairville Road between Station 111+67
and Station 118+26 and before new dense -graded base is placed in this area.
Construction traffic is not allowed on Transit Drive or Compass Way.
Work on the CTH K and Clairville Road intersection shall be completed in
twenty (20) consecutive working days, including paving the Project area north of
STA 130+75.
Work on Clairville Road shall be completed by Wednesday, July 31, 2024.
Weather -related delays may be considered for days in excess of Section 108 of
the STATE SPECIFICATIONS. This guideline will be reviewed, but does not
guarantee any weather -related delay requests made by CONTRACTOR.
SP-5 PERMITS
Permits for all work have been applied for. Affected work will not be allowed to
commence until permits have been received. The following list is a list of the
permits that have been applied for and when they are anticipated to be received:
• WDNR Notice of Intent: September 15, 2023.
• WDNR Chapter 30 Permit: September 15, 2023.
• WDNR Water Main Extension Permit: September 15, 2023.
• WDNR Sanitary Sewer extension Permit: September 15, 2023.
• WDOT Work Within ROW Permit — September 15, 2023.
• Winnebago County Work With ROW Permit — September 15, 2023.
SP-6 SCOPE OF WORK
The work under this Contract consists of the public construction of regional
detention basins and streets along with storm sewer, sanitary sewer, and water
main within the locations identified herein. The Project includes the
reconstruction of asphalt streets and construction of new detention basins at the
specified locations. A key element to this Project will be the CONTRACTOR's
ability to successfully schedule the work to meet the various completion deadlines.
Page 4 of 24
SP-7 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 23-16:
• CONTRACTOR must allow a minimum ten -foot (10') wide emergency vehicle
access at all times, unless approved otherwise by the ENGINEER.
The CONTRACTOR shall be required to provide variable message boards one (1)
week prior to starting any construction on Clairville Road or CTH K.
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.
Access for garbage and recycling collection will be required on:
• Monday for Clairville Road.
Commercial, industrial, and non-residential garbage pick-up may occur at
different days and shall be accommodated. CONTRACTOR is to verify the days
of private garbage collection and accommodate the affected businesses.
As stated in the current edition of the CITY SPECIFICATIONS, all costs
associated with traffic control shall be considered incidental to the Contract.
SP-8 DESIGNATED HAUL ROUTES
CONTRACTOR may enter and leave the construction zone only at the locations
indicated on the Drawings.
SP-9 CONSTRUCTION ACCESS AGREEMENTS
The City of Oshkosh Department of Public Works is required to obtain
Construction Access Agreements for every parcel within the construction limits.
These agreements allow the CITY's CONTRACTOR to perform work on private
property; i.e. all work behind right of way.
We are in the process of obtaining Construction Access Agreements for the Clairville
Road work. The Project was designed assuming all of the signed Construction
Page 5 of 24
Access Agreements would be returned to us. If we do not receive a signed copy of
the Construction Access Agreement from each property owner, the scope of work for
that parcel may change from what is shown on the Plans.
The CITY will attempt to acquire all the Construction Access Agreements prior to the
start of the Contract, but the CONTRACTOR should be aware of these potential
changes. No additional time will be granted for the installation of the asphaltic
sidewalk/driveways.
Prior to the start of construction, the CITY will supply a list of addresses that have
yet to sign their Construction Access Agreement to the CONTRACTOR.
CONTRACTOR will make note of this and will not encroach on those
properties during any construction activities.
SP-10 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 Matthew Yentz of Strand Associates,
Inc. (matthew.yentz@strand.com) by 4:30 p.m. on Wednesday, August 23, 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-11 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
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 6 of 24
The utility locations are approximately shown on the Drawings. 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.
Work Near ATC's Overhead Electric Lines
The City is aware of possible induced voltage from the high voltage overhead
electric lines on metal objects. CONTRACTOR shall provide personal protective
equipment in accordance with their company policies, OSHA requirements, and
ATC requirements when working around these overhead lines. For questions
about working around ATC's high voltage lines, contact ATC operations at
(800) 937-3762 a minimum of ten (10) business days prior to work occurring within
fifty feet (50') horizontally or vertically of the ATC high voltage lines. Coordinate
operations with ATC.
SP-12 EXCAVATION, TRENCH BACKFILL, AND COMPACTION
CITY will be performing test digs at the Rural II Detention Basin site on Tuesday,
August 15, 2023, at 8:30 a.m. Contractors may attend and have input on the
number and location of the holes to be dug. A representative from the
geotechnical firm that completed the original investigation will be on site.
Excavation shall be completed in accordance with the current edition of the CITY
SPECIFICATIONS.
Site grading along the utility corridors shall be completed to within plus/minus
nine inches (9") of subgrade prior to installation of the utilities.
Site grading less than six inches (6") can be completed by subtraction or addition
of topsoil. CONTRACTOR shall provide a diagram of proposed locations for
this type of grading to CME for review. All other areas require topsoil
stripping, fill placement, and restoration per Project requirements.
Page 7 of 24
Clay soils conforming to Section 2900.2.1 of the current edition of the CITY
SPECIFICATIONS are required for all detention basin inlet and outlet pipe
trench backfill, clay liner, and berms surrounding the detention basins. The
trench area includes the outlet or inlet pipe apron end wall to a distance of ten feet
(10') beyond the top of slope, or a length of fifty feet (50'), whichever is greater.
Native material may be utilized as fill material in other locations on site. This
does not include trench backfill within the right-of-way, which shall be granular.
After topsoil stripping, in areas requiring fill, soft areas shall be excavated and
be replaced with on -site select fill material. The excavation and replacement
of soft material shall be measured and paid for as Unclassified Excavation.
CITY will conduct random density tests for In -Place Density and Water Content
of Soil and Aggregate by Nuclear Methods during construction at undefined
frequencies and spacing. Areas found to be non -conforming shall be corrected
by further compaction effort, discing, or watering, as deemed appropriate by
CONTRACTOR. Non -conforming areas will be retested by CITY to confirm
adequate corrective action has been taken prior to additional fill being placed.
CONTRACTOR shall notify CITY at least twenty four (24) hours prior to
CONTRACTOR -requested retesting. All compaction, corrective action for
non -conforming areas, hauling, prepping of material or other work items
required to provide a functionally -complete project shall be incidental to adjacent
work. CITY reserves the right to deduct from CONTRACTOR payment for the
costs for retesting. CITY will notify CONTRACTOR before this is initiated.
Testing
1. CONTRACTOR shall assist CITY in collecting representative bulk samples of
fill material. This shall include at least one (1) sample for each soil type of
fill material or as directed by CITY.
2. CITY will perform the following laboratory tests:
A. One (1) Grain Size Analysis Test (ASTM D-422) for each source of fill.
B. One (1) Plasticity index and Liquid Limit for each source of fill.
C. One (1) Modified Proctor Compaction Test (ASTM D-1557, Method D) for
each source of fill.
D. One (1) Permeability per 5,000 cubic yards of in -place fill within the wet
portion of the Clark -Hill Detention Basin.
E. Field compaction tests as directed by CITY.
Page 8 of 24
3. Degree of Compaction: ASTM D-1557, Method D (Modified Proctor).
4. Moisture Content shall be within three percent (3%) of optimum when placed
and compacted.
5. Dispersion: ASTM D-4221—Test Method for Dispersive Characteristics of Clay
Soil by Double Hydrometer.
6. Testing at the Clark -Hill Fill Site will be for information only unless
Alternate 1 or Alternate 2 are selected. No testing will be done on the
Compass Way Stockpile Site.
CONTRACTOR is responsible for disposal of all excess material.
CONTRACTOR is responsible for securing all necessary permits at material
disposal sites. CONTRACTOR is responsible for disposal of undercut materials.
Suitable material from utility and roadway excavation may be disposed of on
Clark -Hill Fill Site.
SP-13 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 #1050 — Mobilization
A. Bid Item #1050 shall comply with the requirements of the current edition of
the CITY SPECIFICATIONS.
B. Bid Item #1050 shall include the cost of providing a Type D Field Office in
accordance with Section 642 of the STATE SPECIFICATIONS for the
duration of the Project. CONTRACTOR shall provide space for CME and
CITY field staff with the field office. The field office does not need to have
phone services, but must provide unlimited high-speed internet service.
2. Bid Item #1200 — Unclassified Excavation
A. Bid Item #1200 includes undercut quantity volumes as listed:
1. Clairville Road: 1,625 cubic yards.
2. Basin Access Road: 280 cubic yards.
Page 9 of 24
3. Undercutting volumes will only be paid if authorized by CME and will
be measured as in -place volume removed per the current edition of the
CITY SPECIFICATIONS.
4. Quantity bid is an undistributed amount. No changes to bid pricing
allowed based on actual field measurements.
3. Bid Item #1444 — 30" Curb and Gutter; 8"
A. All work shall be performed in accordance with Section 1400 of the current
edition of the CITY SPECIFICATIONS.
B. Payment for gravel base shall be made under Bid Item #1801.
4. Bid Item #1451— 36" Mountable Curb and Gutter; 8"
A. All work shall be performed in accordance with Section 1400 of the current
edition of the CITY SPECIFICATIONS.
B. Payment for gravel base shall be made under Bid Item #1801.
5. Bid Item #1650 — Locate Existing Property Monuments
A. Quantity bid is an undistributed amount. No changes to bid pricing
allowed based on actual field measurements.
6. Bid Item #1652 — Replace Existing Property Monuments
A. Quantity bid is an undistributed amount. No changes to bid pricing
allowed based on actual field measurements.
7. Bid Item #1800 — Base Aggregate Dense; 3/4"
A. Bid Item #1800 shall be used on this Project for all private driveway base
aggregate restoration of existing gravel driveway as specified in Section
1300.6.6 of the current edition of the CITY SPECIFICATIONS, and for the
top five inches (5") of shoulder material along Clairville Road.
B. Payment for Bid Item #1800 shall be made at the contract unit price per ton.
8. Bid Item #1935 — Asphalt Flume
A. Asphalt flume shall be constructed at the locations shown in the Drawings
and according to the Detail Drawings.
B. Bid Item #1935 will be paid by the square yard that is acceptably
constructed. It is assumed that four (4) tons of asphalt will be used to
construct the flumes. Four (4) tons will be deducted from the day's asphalt
totals for HMA pavement.
Page 10 of 24
9. Bid Item #1990 — Furnish and Install Woven Wire Fencing
A. Bid Item #1990 shall be installed at the locations shown on the Drawings
in accordance with applicable provisions of Section 616 of the latest
edition of the STATE SPECIFICATIONS and S.D.D. 15 B 1-8. Bid Item
#1990 shall be 41/2 feet in height.
10. Bid Item #1991 — Furnish and Install High Tensile Fencing
A. Bid Item #1991 shall be installed at the locations shown on the Drawings
in accordance with applicable provisions of Section 616 of the latest
edition of the STATE SPECIFICATIONS and S.D.D. 15 B 1-8. Bid Item
#1991 shall be 41/2 feet in height.
11. Bid Item #1992 — Furnish and Install Double Leaf Gate
A. Bid Item #1992 shall be installed at locations shown in the Drawings and
S.D.D. 15 B 12-1. Bid Item #1992 shall be paid for at the unit price bid
per each and will 'include all materials, labor, and equipment necessary
for a complete and acceptable installation.
SP-14 STORM SEWER CONSTRUCTION
1. Bid Item #2072 — Furnish and Install 4' x 6' Box Culvert Storm Sewer
A. Install box culvert internal curb (or equal) as shown in the Drawings at a
spacing of 250 feet. CONTRACTOR shall submit shop drawings of the curb
interface with the culvert.
B. Box culvert internal curb shall be incidental to the cost of the box culvert
construction.
2. Bid Item #2113 —Furnish and Install 4' Diameter Manhole Riser on 4' x 6' Box
Culvert
A. Bid Item #2113 shall be installed at the locations shown on the Drawings in
accordance with applicable provisions of Section 2000 and Section 2200 of
the current edition of the CITY SPECIFICATIONS. Payment includes
compensation for installing a four -foot (4') manhole riser and adjustment
rings on the 4' x 6' box culvert. Payment shall be by the vertical foot from
the top of the box culvert to the base of the casting that is acceptably
installed. Payment for the box culvert shall be separate and will be paid
under Bid Item #2072. CONTRACTOR shall submit shop drawings of the
manhole riser interface with the box culvert.
Page 11 of 24
3. Bid Item #2226 — Furnish and Install Storm Sewer Outlet Structure; Rural II
Basin
A. Bid Item #2226 consists of the outlet control intake structure, connecting
RCP pipe, trash rack, railing, and associated appurtenances, including
TideFlex (R) U1traFlex (R) Inline Check valve (or equal).
B. Concrete Formwork: Concrete formwork shall be installed as per Sections
100.69 and 100.70 of the current edition of the CITY SPECIFICATIONS.
C. Concrete Reinforcement: Concrete reinforcement shall be installed as per
Sections 100.69 and 100.70 of the current edition of the CITY
SPECIFICATIONS.
D. Cast -In -Place Concrete: Cast -in -place concrete shall be installed as per
Sections 100.69 and 100.70 of the current edition of the CITY
SPECIFICATIONS.
E. Structural Steel:
1. Materials:
a. Structural Steel Members:
i. ASTM A-36/A-36M (channels, angles, plates).
ii. ASTM A-992-50 (wide flange sections).
b. Structural Tubing:
i. ASTM A-500, Grade B.
c. Pipe:
i. ASTM A-53, Grade B.
d. Bolts, Nuts, and Washers:
i. ASTM A-307 or ASTM A-325, galvanized in accordance with
ASTM A-123 and A-153.
e. Anchor Bolts:
i. ASTM F-1554, Grade 36.
f. Welding Materials:
i. AWS D1.1.
ii. E70XX electrodes.
g. Galvanizing:
i. ASTM A-123 and ASTM A-153 for structural steel plates, shapes
and bars, and structural steel tubing.
ii. ASTM A-53 for steel pipe.
2. Fabrication:
a. Fabrication and Assembly:
i. CONTRACTOR shall fabricate items of structural steel in
accordance with AISC Specifications and as indicated on the
approved Shop Drawings.
Page 12 of 24
ii. Materials shall be properly marked and match -marked for field
assembly and for identification as to structure and site for which
intended.
iii. Materials shall be fabricated for delivery sequence which will
expedite erection and minimize field handling of materials.
iv. Where finishing is required, assembly shall be completed,
including welding of units, before start of finishing operation.
v. Materials shall be provided such that finish surfaces of members
exposed in the final structure are free of markings, burrs, and
other defects.
b. Connections:
i. Bolts and washers of all types and sizes shall be provided for
completion of all field erection.
ii. CONTRACTOR shall comply with AWS Code for procedures,
appearance, and quality of welds used in correcting welded
work.
iii. CONTRACTOR shall assemble and weld built-up sections to
produce true alignment of axes without warp.
iv. Welding shall be done by the shielded arc process.
v. All welds shall be chipped, ground smooth, and pruned
immediately after fabrication.
c. Holes for Other Work:
i. CONTRACTOR shall provide holes for securing other work to
structural steel framing and for the passage of other work
through steel framing members, as indicated.
ii. CONTRACTOR shall provide threaded nuts welded to framing
and other specialty items, as shown in the Drawings, to receive
other work.
iii. CONTRACTOR shall drill, cut, or punch holes perpendicular to
metal surfaces.
iv. CONTRACTOR shall not flame cut holes or enlarge holes by
burning.
v. CONTRACTOR shall drill holes in all bearing plates.
d. Finish:
i. Surfaces which will be inaccessible after assembly or erection
shall be field -finish coated prior to assembly or erection.
Page 13 of 24
3. Construction:
a. Anchor Bolts:
i. CONTRACTOR shall provide anchor bolts and other connectors
for securing structural steel to foundations and other in -place
work.
ii. CONTRACTOR shall provide templates and other devices as
needed for the presetting of bolts and other anchors to accurate
locations.
b. Setting Bases and Bearing Plates:
i. CONTRACTOR shall clean bearing surfaces free from
bond -reducing materials and then roughen to improve bond to
surface.
ii. CONTRACTOR shall set loose and attached base plates and
bearing plates for structural members using wedges, leveling
nuts, or other adjusting devices.
iii. CONTRACTOR shall tighten anchor bolts after the supported
members have been positioned and plumbed. Do not remove
wedges or shims; but if protruding, cut off flush with the edges
of the base or bearing plates prior to packing with grout.
iv. CONTRACTOR shall pack grout solidly between bearing
surfaces and bases so that no voids remain.
v. CONTRACTOR shall finish exposed surfaces, protect installed
materials, and allow them to cure in strict compliance with the
manufacturer's instructions.
4. Field Assembly:
a. CONTRACTOR shall set structural frames accurately to the lines
and elevations indicated. Align and adjust the various members
forming a part of a complete frame or structure before fastening
permanently.
b. CONTRACTOR shall clean the bearing surfaces and other surfaces
which will be in permanent contact before assembly.
c. CONTRACTOR shall perform necessary adjustments to compensate
for discrepancies in elevation and alignment.
d. CONTRACTOR shall level and plumb individual members of the
structure within specified AISC tolerances.
e. CONTRACTOR shall comply with AISC Specifications for bearing,
adequacy of temporary connections, alignment, and removal of
paint on surfaces adjacent to field welds.
Page 14 of 24
F. Handrails and Railings:
1. Materials:
a. Steel Pipe Railing System:
i. Rails and posts shall be ASTM A-53 pipe, Grade B, 11h-inch
standard pipe.
ii. CONTRACTOR shall provide expansion joints in railing and
toeboards at expansion joints in structures and as necessary to
prevent buckling or buildup of stresses. Expansion joints shall
be located within one foot (1') of posts.
iii. Finished joints shall be smooth.
iv. Posts shall be anchored to the top of walls and decks with a flange
base plate. Base plate shall reinforce the bottom end of the post
as required to meet OSHA design criteria.
v. Steel expansion bolt anchoring system, in accordance with
manufacturer's recommendations, shall be used.
2. Construction:
a. CONTRACTOR shall install all railing in accordance with approved
shop drawings and manufacturer's instructions providing a
complete installation.
b. CONTRACTOR shall install components plumb and level,
accurately fitted, and free from distortion or defects.
c. CONTRACTOR shall clean all components as recommended by
railing manufacturer.
G. Anchor Bolts and Expansion Bolts:
1. Materials:
a. Anchor Bolts:
i. Anchor bolts complete with washers and nuts shall be fabricated
as shown in the Drawings or as specified by the equipment
manufacturer and, unless otherwise indicated, shall be hot -dip
galvanized carbon steel or 316 stainless steel. Anchor bolts shall,
as a minimum, conform to the requirements of ASTM F-1554,
Grade 36.
b. Expansion Bolts:
i. Expansion bolts shall be Power -Stud + SD2 by Powers Fastening
Systems, Strong -Bolt by Simpson Strong -Tie Anchor Systems, or
equal.
Page 15 of 24
2. Construction:
a. Anchor Bolts:
i. Anchor bolts for structural members shall be located as shown on
the Drawings and specified.
ii. All dirt or foreign materials shall be removed prior to embedding
into concrete. After anchor bolts have been embedded, their
threads shall be protected by grease and by installing the nuts or
by other means until the time of installation of the equipment or
metal work.
b. Expansion Bolts:
i. Unless otherwise noted on the Drawings, expansion bolt edge
distance and spacing shall be in accordance with manufacturer's
recommendations.
ii. Bolt embedment shall at least equal six (6) bolt diameters.
iii. All procedures shall be in accordance with the manufacturer's
recommendations.
iv. Where location of anchors is adjustable, reinforcing steel shall be
located prior to drilling holes and bolts and shall be located to
clear reinforcing steel.
H. Staff Gauge:
1. CONTRACTOR shall supply and install a USGS staff gauge as detailed
in the Drawings. Staff gauge shall be fourteen feet (14') in height.
I. Measurement and Payment:
1. CITY will measure and pay for Bid Item #2226 on a lump sum basis
acceptably installed.
4. Bid Item #2240 — Furnish and Install WDOT Inlet Median 1 Grate
A. All work shall be performed in accordance with Section 2200 of the current
edition of the CITY SPECIFICATIONS and Section 611 of the STATE
SPECIFICATIONS.
B. Structure shall conform with S.D.D. 8C8.
C. CITY will measure Bid Item #2240 by each unit acceptably completed.
5. Bid Item #2241— Furnish and Install WDOT Inlet Median 2 Grate
A. All work shall be performed in accordance with Section 2200 of the current
edition of the CITY SPECIFICATIONS and Section 611 of the STATE
SPECIFICATIONS.
B. Structure shall conform with S.D.D. 8C8.
C. CITY will measure Bid Item #2241 by each unit acceptably completed.
Page 16 of 24
6. Bid Item #2527 — Furnish and Install Rock Dam
A. Bid Item #2527 shall be installed according to WDNR Technical Standard 1062
for stone ditch checks. Bid Item #2527 shall be twenty four inches (24") tall.
Payment for Bid Item #2527 is full compensation for providing all necessary
labor, materials, and equipment for furnishing, transporting, and installing
all materials and for maintain rock dam until restoration is acceptably
completed. Rock dam shall be a permanent erosion control measure.
7. Bid Item #2603 — Install Salvaged Topsoil 6" Depth
A. Bid Item #2603 shall be installed at the locations shown on the Drawings in
accordance with applicable provisions of Section 2600 of the current edition
of the CITY SPECIFICATIONS. CITY will pay for Bid Item #2603 on a lump
sum basis acceptably installed. CME's estimate of area of salvaged topsoil
is 670,000 square yards. This estimate is provided only to provide the scale
of the work during bidding. This estimate is not related to the payment for
this work. CONTRACTOR agrees there will be no change in the lump sum
price bid unless there is a change, requested by the CITY, in the proposed
limits.
8. Bid Item #2610 — Native Seeding, Floodplain Mix
A. CONTRACTOR shall provide native seeding as specified below and as
shown on the Plans and Special Details:
1. Approved Mixes:
a. Wet-Mesic Site Mix @ 12 lb/AC; Ion Exchange, Harpers Ferry, IA.
b. Detention Basin Mix @ 12 lb/AC; Prairie Moon Nursery, Winona,
MN.
c. Shoreline Wet Edge Mix @ 12 lb/AC; Genesis Nursery, Tampico, IL.
d. Wet Prairie Seed Mix 12 lb/AC; Taylor Creek Nursery, Inc.,
Brodhead, WI.
e. Floodplain Mix @ 12 lb/AC; Agrecol Corporation, Inc., Madison, WI.
2. Wisconsin Department of Natural Resources (WDNR) maintains a list
of restoration nurseries, as contained in various publications and on-line
web listings. Alternatives may be considered and/or rejected.
9. Bid Item #2612 — Native Seeding, Mesic Mix
A. CONTRACTOR shall provide Native Seeding per Section 2600.2.4 of the
current edition of CITY SPECIFICATIONS. Seed Mixture No.70, as
specified in Section 630 of the latest edition of the STATE
SPECIFICATIONS, shall be utilized for Bid Item #2612.
Page 17 of 24
10. Bid Item #2649 — Furnish and Install Medium FieldStone Rip -Rap With Filter
Fabric
A. Bid Item #2649 shall be installed at the locations shown on the Drawings in
accordance with applicable provisions of Section 2600 of the current edition
of the CITY SPECIFICATIONS and payment shall be by the square yard
acceptably installed.
B. Provide Type HR geotextile fabric in accordance with Section 645 of the
latest edition of the STATE SPECIFICATIONS.
C. Stone for field stone shall be durable stone hauled in from off -site sources.
It shall be sound, hard, dense, resistance to the action of air and water, and
free from seams, cracks, or other structural defects. The stone shall be field
stone. The stone shall consist of varying sizes and weights. Field stone shall
not be uniform in color type or geometry. Available on -site field stone
meeting specifications herein may be reused for this Project.
D. The stone shall be placed randomly. Geotextile fabric shall be installed
under the bed. The layout shall be reviewed by CME prior to construction
of the outlet protection areas. A suitable foundation shall be provided to
preclude settlement. After placement of the field stone mat, all remaining
surface voids greater than six inches (6") and less than twelve inches (12")
shall be filled with field stone having a diameter of between six (6) and
twelve inches (12"). .
11. Bid Item #2659 — Install Articulated Concrete Block Mat Revetment System
A. Description: CONTRACTOR shall design, supply, and construct an
articulated concrete block mat revetment system for erosion control during
overtopping of the inlet spillway and emergency spillway for the
anticipated flow. The block size, geotextiles, foundation, and installation
procedure shall be per the manufacturer's recommendations. The overall
dimensions of the mat system shall be as shown on the Drawings.
B. Materials and Submittal: CONTRACTOR shall submit to CME all
manufacturer's hydraulic testing and calculations in support of the
proposed mat system, associated field installation procedures, and
termination details.
1. CONTRACTOR shall furnish the manufacturer's certificates of
compliance for concrete blocks/mats, revetment cable, and any
revetment cable fittings and connectors. CONTRACTOR shall furnish
the manufacturer's shop drawings for the layout of the mats and any
recommendations, if applicable, that are specifically related to the
Project.
Page 18 of 24
2. Certification (Overtopping Flow): Mat systems will only be accepted
when accompanied by documented hydraulic performance
characteristics that are derived from tests under controlled flow
conditions. Testing guidelines should conform to U.S. Federal Highway
Administration and U.S. Bureau of Reclamation Testing Protocol as
documented in "Minimizing Embankment Damage During
Overtopping Flow", Report No. FHWA-RD-88-181, and all hydraulic
performance testing shall be performed in a 2H:1V flume.
3. The manufacturer shall meet all requirements pertaining to a concrete
unit's durability pertaining to a freeze -thaw environment.
4. Units shall be sampled and tested in accordance with ASTM D-6684-01,
Standard Specification for Materials and Manufacture of Articulating
Concrete Block Revetment Systems.
5. Articulating concrete block mat shall be:
a. ARMORFLEXO or Approved Equal.
b. ARMORFLEXO is manufactured by:'
ARMORTEC
9025 Centre Point Drive, Suite 4000
West Chester, OH 45069
Phone: (513) 645-7000
Fax: (513) 645-7993
C. Construction:
1. All units shall be sound and free of defects that would interfere with
either the proper placement of the unit or impair the performance of the
system.
2. Field installation procedures shall comply with the procedures
recommended by manufacturer and utilized during the hydraulic
testing procedures of the recommended system. All system restraints
and ancillary components (such as drainage mediums) shall be
employed as they were during testing. For example, if the hydraulic
testing installations utilize a drainage layer, then the field installation
must utilize a drainage layer.
D. Measurement: CITY will measure Bid Item #2659 on a square yard basis
that is acceptably completed. The measurement equals the "plan view"
area, and not an "on the slope" area. CITY reserves the right to survey the
articulated concrete block mat revetment system via GPS to determine the
final quantity acceptably completed.
Page 19 of 24
E. Payment: CITY will pay the measured quantities acceptably completed at
the contract unit price, which is full compensation for providing all
necessary labor, equipment, materials, excavation, and associated
appurtenances for the complete mat system.
12. Bid Item #2860 - Remove, Salvage, and Relocate Existing Endwall
A. CONTRACTOR shall remove, salvage, and relocate existing endwall at
locations indicated on the Drawings.
B. Payment shall be made for each existing endwall acceptably relocated.
13. Bid Item #2915 — Clear and Grub Zone A
A. Bid Item #2915 shall be performed within the disturbed area along the
reconstruction limits of Clairville Road as shown on the Drawings in
accordance with applicable provisions of Section 2900 of the current edition
of the CITY SPECIFICATIONS. Payment shall be at the lump sum bid
acceptably completed.
14. Bid Item #2916 — Clear and Grub Zone B
A. Bid Item #2916 shall be performed outside the disturbed area along the
reconstruction limits of Clairville Road as shown on the Drawings in
accordance with applicable provisions of Section 2900 of the current edition
of the CITY SPECIFICATIONS. Payment shall be at the lump sum bid
acceptably completed.
15. Bid Item #2935 — General Excavation, Rural II Detention Basin
A. Bid Item #2935 shall be in conformance with Section 1200 and Section 2900
of the current edition of the CITY SPECIFICATIONS. CME's estimate of
general excavation on the Rural II Detention Basin site is 1,344,000 cubic
yards. This estimate is provided only to provide scale of the work during
bidding. This estimate is not related to the payment for the work.
CONTRACTOR agrees that they and their representatives have visited the
site and are familiar with the existing conditions, and the CONTRACTOR
agrees that the existing ground is accurately represented in the Contract
Documents. CONTRACTOR agrees there will be no change in the lump
sum price bid unless there is a change, requested by CITY, in the proposed
finished elevations. All material from the Rural II Detention Basin site shall
be hauled to the Clark -Hill Fill Site and placed to the grades provided on
the Drawings. CONTRACTOR shall strip and stockpile the existing topsoil
on the Clark -Hill Fill Site and Compass Way Stockpile Site prior to placing
Page 20 of 24
fill material. Measurement of Bid Item #2935 will be based on an estimate
of amount of work completed and field verified by the CITY within five (5)
days prior to the CONTRACTOR submitting their pay request.
16. Bid Item #2936 — General Excavation Clark -Hill Detention Basin
A. Bid Item #2936 shall be in conformance with Section 1200 and Section 2900
of the current edition of the CITY SPECIFICATIONS. CME's estimate of
general excavation on the Clark -Hill Detention Basin site is 136,000 cubic
yards. This estimate is provided only to provide scale of the work during
bidding. This estimate is not related to the payment for the work.
CONTRACTOR agrees that they and their representatives have visited the
site and are familiar with the existing conditions, and the CONTRACTOR
agrees that existing ground is accurately represented in the Contract
Documents. CONTRACTOR agrees there will be no change in the lump
sum price bid unless there is a change, requested by the CITY, in the
proposed finished elevations. All excess material from the Clark -Hill
Detention Basin site shall be hauled to the Clark -Hill Fill Site and placed to
the grades provided on the Drawings. CONTRACTOR shall strip and
stockpile the existing topsoil on the Clark -Hill Fill Site prior to placing fill
material. Measurement of Bid Item #2936 will be based on an estimate of
amount of work completed and field verified by the CITY within five (5)
days prior to CONTRACTOR submitting their pay request.
SP-15 WATER MAIN CONSTRUCTION
1. Bid Item #4490 — Furnish and Install Valve Box Replacement
A. Bid Item #4490 shall be in conformance with Section 4400 of the current
edition of the CITY SPECIFICATIONS. Work shall include all materials,
labor, and equipment for the removal and replacement of existing valve
boxes that cannot be adjusted to final grade. CME and CITY shall review
the existing valve box prior to CONTRACTOR performing work.
B. Quantity bid is an undistributed amount. No changes to bid pricing
allowed based on actual field measurements.
2. Bid Item #4501— Relocate Existing Hydrant
A. Bid Item #4501 shall be in conformance with Sections 4000, 4100, 4400, and
4500 of the current edition of the CITY SPECIFICATIONS. Work shall
include all materials, labor, and equipment for the complete relocation of
hydrants to the locations shown in the Drawings.
Page 21 of 24
SP-16 ALTERNATE BID ITEMS
The Alternate Bid Item listed in the Proposal are listed as "optional" in the Bid
Worksheet on QuestCDN.com. QuestCDN.com will allow a contractor's bid to be
entered without any prices entered for the Alternate Bid Items. CONTRACTORS
shall note any bids received without prices entered for the Alternate Bid Items
will be determined to be non -responsive by the CITY and the Bid shall be
rejected.
1. Alternate Bid Item #2956-1 - Compaction of Southern 20 Acres of Clark -Hill
Fill Site
A. This Alternate Bid Item shall modify compaction requirements of Section
SP-12 on the southern 20 acres of the Clark -Hill Fill Site. Compaction of all
fill materials shall be to 95% Modified Proctor with nine -inch (9") loose lift
thickness. Material shall be within ±3% of optimum moisture content.
"Farming" of soil to dry it within ±3% of optimum moisture content may be
necessary and should be anticipated by the CONTRACTOR. No additional
payment will be made for any moisture condition required to achieve
compaction to 95% of modified proctor, including watering, if required.
B. Payment for Bid Item #2956-1 shall be on a Lump Sum ADD or DEDUCT
basis. Payment will be made based on the percent acceptably complete of
fill placement in the southern 20 acres of the Clark -Hill Fill Site.
2. Alternate Bid Item #2958-2 - Compaction of Northern 60 Acres of Clark -Hill
Fill Site
A. This Alternate Bid Item shall modify compaction requirements of Section
SP-12 for the northern 60 acres of the Clark -Hill Fill Site. Compaction of all
fill materials shall be to 95% Modified Proctor with nine -inch (9") loose lift
thickness. Material shall be within ±3% of optimum moisture content.
"Farming" of soil to dry it within ±3% of optimum moisture content may be
necessary and should be anticipated by the CONTRACTOR. No additional
payment will be made for any moisture condition required to achieve
compaction to 95% of modified proctor, including watering, if required.
B. Bid Item #2958-2 shall modify the substantial completion date in Section
SP-3 from Friday, November 1, 2024 to Friday, August 29, 2025 and the final
completion date in Section SP-4 from Wednesday, November 22, 2024 to
Friday,September 12, 2025. Final payment shall be made in September
2025, assuming all of the CITY -required closeout documentation has been
submitted by the CONTRACTOR and approved of by the CITY.
Page 22 of 24
C. Payment for Bid Item #2958-2 shall be on a Lump Sum ADD or DEDUCT
basis. Payment will be made based on the percent acceptably complete of
fill placement in the northern -60 acres of the Clark -Hill Fill Site.
3. Alternate Bid Item #2960-3 - Temporary Paving of Clairville Road
A. This Alternate Bid Item shall modify the work schedule and surfacing
requirements for Clairville Road. Work on the Project is encouraged in
2023, but Clairville Road must have a hard surface for plowing during
winter conditions prior to asphalt plants shutting down for the season. This
means that CONTRACTOR can completely finish a portion of Clairville
Road and pave to final grade, or CONTRACTOR may temporarily pave
Clairville Road.
SP-17 ADDITIONAL INFORMATIONAL FILES
Bid Set CAD Data
The existing and proposed surface models have been exported from the Project
Bid Set CAD Files, utilizing LandXML transfer protocols, and are available for
download to be utilized for bidding purposes only.
CAD Data Files Conditions of Use Agreement
By downloading this Bid package, the Bidder agrees with the following
LandXML Conditions of Use Agreement:
LandXML files of the surface models from the Bidding Documents for the Sawyer
Creek Rural II Detention Basin (referred to as Files), prepared for the City of
Oshkosh, are being provided to the Bidding Contractor solely as an
accommodation for the purpose of preparing a proposal to construct the Project,
as presented in the bidding Plans and Specifications. It is acknowledged that only
the Bidding Documents are to be relied on for accuracy. The Files are not
warranted to be fit for the purpose or intended use, or to be complete, or free
from defect. Due to the potential that the information set forth inn the Files can be
modified by subsequent users, unintentionally or otherwise, or altered by the
computer system itself, all indications of the City of Oshkosh or its consultants'
involvement have been removed from each electronic display.
Page 23 of 24
In consideration of the foregoing and by accepting the Files, the Bidding
Contractor agrees that:
1. It will not reenter in the Files, or any print made from the Files, any indication
of the Files' source of origin;
2. It will be solely responsible for verification of the validity and correctness of
the Files (i.e., to check the Files against the Contract Documents);
3. It releases the City of Oshkosh and its consultants from, and accepts sole
responsibility for, any liability or damages arising in any manner from its use of
the Files;
4. It acknowledges that the Files are owned by the City of Oshkosh and that the
Files, including any portion of the data contained therein, will not be used for
any purpose other than stated above, and that it will not otherwise use the Files
or data therein for its own profit; and
5. The CAD data files are LandXML Version 1.2 and were generated from
AutoDesk Civil 3D 2013. The City of Oshkosh is not responsible for
compatibility with contractor software.
In consideration for the City of Oshkosh's providing the Files, the foregoing
premises and conditions are hereby acknowledged and accepted.
Page 24 of 24
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 Cortditiom 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 Constmction Page 1 of
Contract Form 6-21-23.docx
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 VII. 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 Oshkosh, Wiscolisin
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
By:
(Seal of CONTRACTOR
if a Corporation) (Specify Title)
By:
(Specify Title)
CITY OF OSHKOSH
By:
(Witness) Mark A. Rohloff, City Manager
And:
(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
is \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 Incorporation
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 1 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 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 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 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
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 Incorporation
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. Wimlebago
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