Loading...
HomeMy WebLinkAbout23-11 Manhole Rehab SpecsSPECIFICATIONS CITY CONTRACT 23-11 SANITARY MANHOLE REHABILITATION / INFLOW/INFILTRATION REDUCTION PROGRAM FOR CITY OF OSHKOSH, WISCONSIN TABLE OF CONTENTS OFFICIAL NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL SPECIAL CONDITIONS LANDFILL GAS MITIGATION PLAN AMENDED SOIL AND GROUNDWATER MANAGEMENT PLAN CONTRACT AND BONDS 2023 SANITARY MANHOLE REHABLITATION PROGRAM MANHOLE CARDS MAPS OFFICIAL NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that electronic bids will be received up to 11:00 a.m., Monday, June 5, 2023, through the online bidding service of QuestCDN.com, www.OuestCDN.com, for manhole rehabilitation, including replacing castings, installing chimney seals, grouting manhole leaks, 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 23-11 — SANITARY MANHOLE REHABILITATION / INFLOW/INFILTRATION REDUCTION PROGRAM Replace approx. 100 sanitary and storm manhole frames and covers Install approx. 75 external manhole chimney seals Approx. 60 vert. ft. of sanitary and storm manhole repair/installation Approx. 100 gal, of chemical grout Approx. 2,200 sq. yds. of concrete pavement Approx. 30 sq. yds. of asphalt pavement 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, May 25, 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, May 31, 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, May 16, 2023. Download the digital plan documents for a non-refundable fee of $42 (Forty Two Dollars) by inputting Quest Project No. 8518317 on the website's Project Search page. Please contact QuestCDN.com at (952)233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital Project information. Plans and Specifications may be reviewed at the office of the City Engineer, Room 301 of City Hall, beginning Tuesday, May 15, 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: May 12 and 19, 2023 INSTRUCTIONS TO BIDDERS I13-1 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, Wiscomini, are available for purchase on www.questcdn.com. Free previews of the Contract Documents are available at http://gal2.questcdn.com/gal2/projects/pr.j browsedp- p prj browse.html?group=455396& 12rovider=455396. Supplemental information may be available on the CITY's website (see Contract Documents), The CITY will not provide printed copies of the Plans and Specifications for prospective bidders. Additional copies of the current edition of the Standard Specifications for City of Oshkosh, Wisconsin are available for purchase from the City Engineer's office for $25 (Twenty Five Dollars) each. IB-3 PREQUALIFICATION OF CONTRACTORS The Wisconsin Statutes, under Section 66.29, permits the prequalification of all contractors interested in submitting a bid on a municipal project. Prequalification is required for every Contract. Contractors must contact the Department of Public Works to obtain the Prequalification Questionnaire. THIS QUESTIONNAIRE MUST BE COMPLETED AND RETURNED TO THE DIRECTOR OF PUBLIC WORnS 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. IB-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 Oshkosli, 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. IB-6 PROPOSAL FORM All bids shall be electronically submitted through QuestCDN.com (wwv"T.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 begun 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 it 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 23-11 SANITARY MANHOLE REHABILITATION / INFLOW/INFILTRATION REDUCTION PROGRAM City Manager City Hall, PO Box 1130 Oshkosh, WI 54903-1130 Dear Sir/Madam: The undersigned, having familiarized 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 Speci 'cations for City of Oshlcosh, Wisconsin; the form of the Proposal; the form of the Contract; the form of the Bonds; Plans; Special Conditions; and Addenda and Exhibits issued and on file in the office of the City Clerk of the City of Oshkosh, Wisconsin, hereby proposes to perform everything required to be performed and to provide and furnish all of the labor, equipment, and materials, except that which is expressly stated will be furnished by the CITY; necessary tools; expendable materials; and all utility, transportation services, and appurtenances necessary to perform and complete in a workmanlike manner all of the work required as called for in the following Proposal in connection with the rehabilitation of sanitary manholes, and 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 BIB DESCRIPT ION LO)TIT EST. BID UNIT PIRICB BID TOTAL P RICE ITEM QTY. Mobilization; complete as Lump 1050 specified Sum 1 $ $ Removing concrete and asphalt sidewalk and driveway; complete as Square 1120 specified Feet 7 concrete pavement removal and replacement; including sawing; pavement ties; dowel bars; bond breaker; integral curb and fine grading; turf restoration; and traffic control; complete Square 1308 as specified Yards 50 $ $ 500 $ Page 1 of 10 BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE ITEM QnY 7" concrete pavement HES removal and replacement; including sawing; pavement ties; dowel bars; bond breaker; integral curb and fine grading; turf restoration; and traffic control; complete Square 1309 as specified Yards 350 $ $ 8" concrete pavement removal and replacement; including sawing; pavement ties; dowel bars; bond breaker; integral curb and fine grading; turf restoration; and traffic control; complete Square 1318 as specified Yards 25 $ $ 8" concrete pavement HES removal and replacement; including sawing; pavement ties; dowel bars; bond breaker; integral curb and fine grading; turf restoration; and traffic control; complete Square 1319 as specified Yards 1,300 $ $ Turf restoration; complete as Square 1370 specified Yards 100 $ $ Replace and set CITY - supplied manhole castings and frames; complete as 1373 specified Each 96 $ $ Furnish and install concrete adjustment rings; complete as Vertical 1374 specified Feet 46 $ $ Furnish and install rubber adjustment rings; complete as Vertical 1375 specified Feet 7 $ $ Tuck point manholes; 1376 complete as specified Each 11 $ $ Page 2 of 10 BID ITEM DESCRIPTION UNIT EST, QTY. BID UNIT PRICE BID TOTAL PRICE Cold weather covering (concrete pavement) - single visquine; complete as Square 1380 specified Yards 200 $ $ Cold weather covering (concrete pavement) - double visquine; complete as Square 1382 specified Yards 50 $ $ Up -charge for late season cold weather concrete pavement; complete as Cubic 1390 specified Yards 100 $ $ 4" concrete sidewalk with 3" CABC and grading; complete Square 1500 as specified Feet 50 $ $ 6" concrete sidewalk/ driveway/ramp with 3" CABC and grading; complete Square 1510 as specified Feet 50 $ $ Curb ramp detectable warning field (natural/non- painted); complete as Square 1540 specified Feet 16 $ $ No. 4 reinforcing rods - deformed; epoxy -coated; Linear 1550 complete as specified Feet 30 $ $ Drilled No. 4 sidewalk tie bars - deformed; epoxy- 1560 coated; complete as specified Each 8 $ $ Remove and replace HMA pavement; including sawing; fine grading; turf restoration; and traffic control; complete Square 1904 as specified Yards 30 $ $ Asphaltic cold weather Square 1918 paving; complete as specified Yards 20 $ $ Page 3 of 10 BID ITEM DESCRIPTION UNIT EST. QTY. BID UNIT PRICE BID TOTAL PRICE Temporary cold mix asphaltic Square 1930 patch; complete as specified Yards 400 $ $ Furnish and install 10" storm Linear 2002 sewer; complete as specified Feet 5 $ $ Furnish and install 12" storm Linear 2003 sewer; complete as specified Feet 15 $ $ Furnish and install 24" storm Linear 2015 sewer; complete as specified Feet 10 $ $ Furnish and install 27" storm Linear 2018 sewer; complete as specified Feet 10 $ $ Furnish and install standard storm sewer manhole (4' diameter); complete as Vertical 2201 specified Feet 3.5 $ $ Furnish and install standard storm sewer manhole (6' diameter); complete as Vertical 2203 specified Feet 3.4 $ $ Furnish and install Type 1 2236 inlet; complete as specified Each 1 $ $ Comlect to existing storm sewer main; complete as 2850 specified Each 8 $ $ Furnish and install sanitary sewer external manhole chinuley seal; complete as 3114 specified Each 75 $ $ Furnish and install sanitary sewer external manhole chimney seal extension; 3116 complete as specified Each 25 $ $ Page 4 of 10 BID DESCRIPTION UNIT EST. BID UNIT PRICE BID TOTAL PRICE ITEM QTY. Furnish and install sanitary sewer internal manhole chimney seal; complete as 3118 specified Each 5 $ $ Reconstruct sanitary sewer manhole (4' diameter) with slurry backfill; complete as Vertical 3123 specified Feet 50 $ $ Furnish and install sanitary manhole concrete foundation 3149 collar; complete as specified Each 2 $ $ Pour and reshape manhole 3160 bench; complete as specified Each 4 $ $ Furnish and install 4"/6" sanitary sewer lateral (relay); Linear 3234 complete as specified Feet 10 $ $ Furnish and install sanitary sewer lateral marker balls; 3236 complete as specified Each 2 $ $ Excavation special (sanitary); 3892 complete as specified Tons 50 $ $ Furnish sanitary sewer manhole grouting setup; 3974 complete as specified Each 10 $ $ Furnish and install sanitary sewer manhole grouting; 3975 complete as specified Gallons 80 $ $ SUBTOTAL SECTION I — CONTRACT 23-11 SECTION I (ITEMS 1050 — 3975) $ Page 5 of 10 CITY CONTRACT 23-11 SANITARY MANHOLE REHABILITATION / INFLOW/INFILTRATION REDUCTION PROGRAM SUBTOTAL SECTION I (ITEMS 1050 - 3975) GRAND TOTAL OF CITY CONTRACT 23-11 (ITEMS 1050 - 3975) Page 6 of 10 CONTRACT 23-11 ATTACHMENT A LIST OF SUBCONTRACTORS Pursuant to Section 66.29(7), Wisconsin Statutes, the Bidder, as part of this Proposal, submits this full and complete list of all the Subcontractors and the class of work to be performed by each. The CONTRACTOR will be permitted to sublet a portion of the Contract, but shall perform with their organization work amounting to at least thirty percent (30%) of the original Contract amount. Work performed by the CONTRACTOR for any Bid Item that had been subcontracted will not be included towards the thirty percent (30%) calculation. If the CONTRACTOR shall sublet any part of this Contract, the CONTRACTOR shall be as fully responsible to the CITY for the acts and omissions of their Subcontractor and of the persons either directly or indirectly employed by their Subcontractor as they are by acts or omissions of persons directly employed by themselves. All Subcontractors, if any, shall be listed in the spaces provided on the Proposal Form and said list shall not be added to or altered without the written consent of the CITY. Signed, final waivers of lien will need to be provided to the CITY prior to the release of the final retainage to the CONTRACTOR. When a Subcontractor and the class of work to be performed are not listed, it shall be considered that the Bidder will perform the work themselves. PERCENT OF NAME OF SUBCONTRACTOR CLASS OR ITEMS OF WORK CONTRACT AMOUNT I hereby certify that the use of the name(s) of the above Subcontractor(s) was with the knowledge and consent of the said Subcontractor(s). Signature of Bidder Page 7 of 10 CONTRACT 23-11 ATTACHMENT B Bidders for this Contract must be Pre -Qualified for at least the following Total Contract Amount: $500,000 Bidders for this Contract must also be Pre -Qualified for at least One of the Following Type(s) of Construction Denoted by a Z. Street, Utility, and Site Construction El 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 El Building Demolition ❑ Elevator ❑ Electrical ❑ Heating, Ventilating, & Air Conditioning ❑ Painting ❑ Plumbing ❑ Pump Houses & Lift Stations ❑ Roofing ❑ Riverwalk Construction Miscellaneous Page 8 of 10 CONTRACT 23-11 ATTACHMENT C Bidders for this Contract must meet the following Insurance Standards as Denoted by a Z. Insurance Standards ® I. Contractor's Insurance with Bond & Property Insurance Requirements ❑ II. Contractor's Insurance with Bond Requirements (excluding Property Insurance Requirements) ❑ III. Contractor's Insurance (excluding Bond & Property Insurance Requirements) ❑ IV. Professional Services Liability Insurance Requirements ® V. Pollution Exposures Liability Insurance Requirements (Must be combined with I, II, or III above for proper coverage) Page 9of10 CONTRACT 23-11 PROPOSAL The undersigned will begin work as specified after award of the Contract and complete as specified. I hereby certify that all statements are made in behalf of (Name of Corporation, Partnership, or Person Submitting Bid) a corporation organized and existing under the laws of the State of a Partnership consisting of 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 this Proposal in (its) (their) behalf; and that said statements are true and correct. Signature (Title, if any) Subscribed and sworn to before me this day of 20 Notary Public, or other authorized to administer (Bidder should not add any conditions or qualifying statements to this Proposal as otherwise the Proposal may be declared irregular as not being responsive to the Advertisement.) Accompanying this Proposal is a Bid Bond in the amount of % of the total amount of the Bid, as called for in the Official Notice to Contractors. Page 10 of 10 SPECIAL CONDITIONS CONTRACT 23-11 SANITARY MANHOLE REHABILITATION / INFILTRATION/INFLOW REDUCTION PROGRAM SP-1 BID OPENING The bid opening for Contract 23-11 will be held in Room 310 of City Hall. Also, please note that, public access to Contract 23-11's bid opening will also be handled through WebEx. To join Contract 23-11'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=mObb429f7 d7d78f31bb98e1044f20934d The meeting number (access code) for this Bid opening is 2554 010 1154. The meeting password via web browser is RJapfTJY225. If you wish to join by telephone, please call 1-510-338-9438. To join from a video system or application, dial 25540101154@webex.com or dial 173.243.2.68 and enter the meeting number listed above. The meeting password for telephone or video system is 75273859. To join from a mobile device, enter +1-510-338-9438„ 25540101154#75273859#. Some mobile devices may ask attendees to enter a numeric meeting password; use the password listed above for telephones or video systems. If you need help, please go to http://help.webex.com. SP-2 COMPLETION AND LIQUIDATED DAMAGES It is anticipated the award of this work will be on Tuesday, June 13, 2023. It is anticipated the CONTRACTOR will be able to start construction work on Monday, July 24, 2023. This start date is to accommodate the estimated casting delivery date of Tuesday, July 18, 2023. If castings are delivered sooner or later, the anticipated start date may be adjusted at the CITY's discretion. Page 1 of 8 The substantial completion of this Project shall be completed by Friday, October 27, 2023. The intent of the Project is to be substantially complete in 2023. If the CONTRACTOR puts forth a concerted effort (at the discretion of the CITY) to complete the Project and weather and/or this effort don't allow for completion in 2023, the CITY may allow a substantial completion date of Friday, June 7, 2024. The CONTRACTOR shall not start work, on any manhole location without being able to substantially complete it in 2023. As stated in Section 100.9 of the current edition of the Standard Specifications for City of Oshkosh, Wisconsin (CITY SPECIFICATIONS), substantial completion includes completion of all Contract Bid Items and change order work. Substantial completion shall also consist of coordinating with the CITY to install all of the street signs prior to opening to traffic. All completion time frames set for each specific Project segment will also be required to be met. Liquidated damages shall be applied to each separate Project segment, as well as for the completion dates set for substantial completion of the Project. 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 CONTRACTOR shall schedule the manhole rehabilitation work according to the substantial completion date set forth in these Specifications. All work, including utilities, laterals, pavement, sidewalk, driveways, and restoration, along West 18th Avenue (South Park Avenue to Knapp Street) and Knapp Street (West 18th Avenue to West 171h Avenue) must be completed and open to traffic prior to the start of Oshkosh Area School District's Jacob Shapiro Elementary School begins the 2023 — 2024 academic year. 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 Page 2 of 8 to the CITY in writing. For each calendar day so certified, the CONTRACTOR shall pay the CITY the sum as indicated in the current edition of the CITY SPECIFICATIONS, which sum is hereby agreed upon, not as a penalty, but as liquidated damages which the CITY will suffer by reason of such default. The CITY shall be fully authorized and empowered to deduct and retain the amount of any damages, determined as herein provided, for each day the CONTRACTOR shall be in default in completing the work after the time fixed in the Contract, or after any later date to which the time for completion may have been extended by the CITY, from any monies due or to become due the CONTRACTOR under the Contract, at any time after such damages are so incurred. The permitting of the CONTRACTOR to finish the work, or any part of it, after the time fixed for its completion or after the date to which the date of completion may have been extended, shall in no way operate as a waiver on the part of the CITY of any of its rights under the Contract. SP-3 SCOPE OF WORK The work under this Contract consists of the replacement of manholes, manhole sections, manhole castings, installation of both internal and external manhole chimney seals, and grouting of leaks in selected manholes within the City. These manholes are located on both City right-of-way and easements on private property. The CONTRACTOR shall also have a working push camera on site at all times for use, when deemed necessary by the ENGINEER. A list of manholes and descriptions of the type of rehabilitation believed to be necessary is included with these Specifications. Copies of the manhole cards (PDF format) for full -depth manhole reconstructs are also included with these Specifications. Maps showing the locations of these manholes are also included with these Specifications. Page 3 of 8 SP-4 MAINTENANCE OF TRAFFIC Prior to the preconstruction conference for the Contract, the CONTRACTOR must submit to the ENGINEER, for approval, a schedule indicating the order in which the manholes will be completed. The schedule shall also identify the timing of paving, landscaping, and final restoration. The schedule shall accommodate the coordination of all aspects of project coordination and management. The CONTRACTOR shall place and maintain traffic control devices in accordance with the CITY's and the Manual m Uniform Traffic Control's (MUTCD) requirements and these Specifications. In addition to the provisions listed in Section 100.53 of the current edition of the CITY SPECIFICATIONS, the following apply to Contract 23-11: • CONTRACTOR must allow a minimum ten -foot (10') wide emergency vehicle access at all times, unless approved otherwise by the ENGINEER. • CONTRACTOR shall maintain counter -directional traffic on West South Park Avenue and West 20T11 Avenue at all times, since these are designated truck routes. • CONTRACTOR shall have no lane restrictions on West South Park Avenue, West 20t'' Avenue, or Knapp Street during the EAA Air Venture, which runs fuly 24 — 30, 2023 per Section 100.78 of the current edition of the CITY SPECIFICATIONS. The CONTRACTOR shall be required to provide message boards on collectors, arterials, and any full road closures one (1) week prior to starting work. Message boards shall be, at a minimum, clean, professionally made, and printed using reflective materials in accordance with MUTCD standards, including letter size and spacing to be legible for signed traffic speeds. The CONTRACTOR shall maintain access (vehicular and pedestrian) to all businesses at all times throughout the duration of the Project. This may include, but is not limited to, the building of Americans with Disabilities Act (ADA) compliant ramps or bridges into buildings. There is a GO TRANSIT bus route within and adjacent to this Project: • The No. 8 Bus Route travels west along West 2011, Avenue and northeast along Knapp Street through the construction limits. Page 4 of 8 For any bus routes that will be impacted by the construction activities, the CONTRACTOR shall give GO TRANSIT (Oshkosh Transit) two (2) weeks' notice, so GO TRANSIT can set up the necessary detour routes. Prior to the beginning of any construction, the CONTRACTOR will be responsible for furnishing all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses, as described herein. The signs shall conform to Sections 637 and 643 of the STATE SPECIFICATIONS. Streets that are required to remain open to traffic during the course of the work can be found in Section 25-23 of the Municipal Code of the City of Oshkosh. The Municipal Code is located on the City of Oshkosh website. All other streets are intended to remain open to local traffic; but may be closed, if necessary, per prior written approval from the ENGINEER. The CONTRACTOR will be required to provide and maintain temporary stop signs or other temporary traffic control signs and devices. These may include temporary handicap parking signs placed on side streets. Pavement disruptions located in the traveled way of the public streets shall be maintained with temporary asphalt pavement until permanent pavement can be installed, if the area around the manholes is to be open for more than seven (7) days. If the CONTRACTOR does not patch these areas within the specified time, the CITY will patch the pavement and bill the CONTRACTOR for the work. The CONTRACTOR shall give to the City Engineer, the City Street Division, and the City Police Department the naive, address, and telephone number of the individual who will be responsible for barricades, signs, and the condition of travel ways during all off -duty hours. The individual must be someone who can be called at all times, day or night, in case of an emergency, and who will have the authority to perform or correct work immediately, if required. In order to protect the public and the work site, barrels/barricades shall be spaced at a maximum of ten feet (10') apart around the manhole patches. Prior to restricting driveway access, CONTRACTOR shall notify home owners so other access arrangements can be made. Page 5 of 8 Access for garbage and recycling collection will be required for all streets in this Contract. 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. SP-5 DESIGNATED HAUL ROUTES CONTRACTOR shall take the shortest route to the nearest truck route. SP-6 NOTES TO BIDDERS As stated in Section 100.10.1 of the CITY SPECIFICATIONS, CONTRACTOR shall furnish a Bid Bond, Performance Bond, and Payment Bond on forms provided by the CITY. All questions about the meaning or intent of these Specifications and Plans are to be submitted to the CITY via e-mail' to Alyssa Deckert (adeckertoci.oshkosh.wi.us) by 4:30 p.m. on Wednesday, May 31, 2023. Interpretation or clarifications considered necessary by the CITY in response to such questions will be issued via an Addendum. Only questions answered by an Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. SP-7 INLET PROTECTION AND EROSION CONTROL The installation, maintenance, and removal of Type-D Modified inlet protection, stone bags, sediment logs, and ditch checks will be the responsibility of the CONTRACTOR as required by the current edition of the CITY SPECIFICATIONS, Wisconsin Department of Natural Resources Technical Standards, and as directed by the ENGINEER; and will be considered incidental to the work performed under tlds Contract. Page 6 of 8 SP-8 CONCRETE AND ASPHALT PAVING CONSTRUCTION CONTRACTOR to perform concrete cylinder tests per Section 900.2.13 of the current edition of the CITY SPECIFICATIONS. Test results required by Section 900.2.13.1 shall be submitted to the CITY via e-mail to Alyssa Deckert (adeckert@ci.oshkosh.wi.us) and Tracy Taylor (ttaylorCci.oshkosh.wi.us). 1. Bid Item #1050 — Mobilization A. Bid Item #1050 shall follow the requirements as described in City of Oshkosh Standard Bid Item #1050 of the current edition of the CITY SPECIFICATIONS. B. Mobilization is full compensation for all necessary labor, equipment, and materials to be delivered to each individual site and to perform all necessary work in accordance with the Plans and Specifications. NOTE: Traffic control will not be paid for each individual set-up as it is the sole responsibility of the CONTRACTOR to provide necessary means, methods, techniques, sequencing, and procedure of construction, which may result in the need to stage multiple traffic control setups for each site and surrounding area to complete the required Project work. C. Only one (1) Mobilization shall be paid for the entire Contract, regardless if work is allowed to be completed in 2024. SP-9 SANITARY REHABILITATION CONSTRUCTION AND PERTINENT WORK 1. Bid Item #3149 — Furnish and Install Sanitary Manhole Concrete Foundation Collar A. Bid Item #3149 shall include all costs to provide all necessary labor, excavation, equipment, and materials to construct a stable surface on which proposed precast manhole cone sections shall be placed. B. Bid Item #3149 shall be utilized in cases where the new concrete cone cannot adequately rest on the existing manhole base and riser sections due to differences in material or shape. The use of this Bid Item shall only be deemed appropriate where the remaining existing structure can otherwise support the new precast cone. C. The CONTRACTOR shall fully excavate an area one foot (1') around and one foot (1') below the entire structure at the topmost elevation of the existing structure on which the new cone section will rest. The CONTRACTOR shall fully compact the existing grade and pour the concrete collar in a manner not to exceed the limits of the excavated area. Page 7 of 8 Any excess concrete shall be the responsibility of the CONTRACTOR to dispose of at the CONTRACTOR's expense. The concrete collar shall be shaped and finished to match the height of the existing structure. The weight of the new cone section shall be evenly distributed across the manhole concrete collar foundation. The CONTRACTOR shall set the new concrete cone on the freshly -poured concrete foundation collar after it has sufficiently cured and can support the weight of the cone, but shall also allow for minor displacement of the concrete around the cone base to create a form -fitting seal at the new manhole joint. The structure shall not be backfilled until the concrete collar is fully cured. D. The CITY shall measure and pay for Bid Item #3149 for each sanitary manhole concrete collar acceptably installed. 2. Bid Item #3892 — Excavation Special Sanitary-) A. Quantity being bid is an undistributed amount based on historical data. No changes in Bid pricing will be allowed based on actual field measurements. Page 8 of 8 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 Conditions 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 u-i the CONTRACTOR's Proposal; the number of units therein contained is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the CONTRACT. (b) Progress Payments. In the event the time necessary to complete this CONTRACT is such that progress payments are required, they shall be made according to the provisions set forth in the Specifications. I:\Engineering\Tracy Taylor\ Public Works Contracts\ Contract Book Skeleton\ Blank Construction Page 1 of Contract Form 12-27-22.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 herean 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, Wisconsin 4. Instructions to Bidders 5. Advertisement for Bids 6. CONTRACTOR's Proposal The Contract Documents are complementary; what is required by one is as bending 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 thereon. 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_12-27-22.docx IT IS HEREBY DECLARED, UNDERSTOOD, AND AGREED that the word "CONTRACTOR" wherever used in this CONTRACT means the party of the second part and its/his/her/their legal representatives, successors, and assigns. IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused this CONTRACT to be sealed with its corporate seal and to be subscribed to by its City Manager and City Clerk and countersigned by the Comptroller of said CITY, and the party of the second part hereunto set its, his/her, or their hand and seal the day and year first above written. In the Presence of: CONTRACTOR (Seal of CONTRACTOR if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager And: (Witness) Jessi L. Balcom, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this CONTRACT. City Attorney City Comptroller I:\Engineering\Tracy Taylor\Public Works Contracts\Contract Book Skeleton\Blank Construction Page 3, of 3 Contract Form 12-27-22.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 Contract Number Date Bond Executed (Date of Contract or Later) PRINCIPAL/CONTRACTOR (Legal Name and Business Address) SURETY(IES) (Legal Name(s) and Business Address(es)) OWNER (Legal Name and Business Address) CITY OF OSHKOSH 215 Church Avenue PO Box 1130 Oshkosh, Wisconsin 54903-1130 OBLIGATION CITY OF OSHKOSH Type of Organization —Individual — Partnership — Corporation State of Incorporation Penal Sum of Bond The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials, and equipment furnished for use in the performance of the Contract identified above, which is incorporated herein by reference, subject to the following terms. If the Contractor promptly makes payment of all sums due to claimants, and defends, indemnifies, and holds harmless the Owner from all claims, demands, liens, or suits by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Contract, then the Surety and the Contractor shall have no obligation under this Bond. If there is no Owner Default to pay the Contractor as required under the Contract for work performed or to perform or complete any material term of the Contract, then the Surety(ies) obligation under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety of claims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Contract and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. Page 1 of 2 Amounts owed by the Owner to Contractor under the Contract shall be used for performance of the Contract and to satisfy claims, if any, under any Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Upon notice and tendering of claims as specified above, the Surety shall promptly and at Surety's expense defend, indemnify, and hold harmless the Owner against such claim, demand, lien, or suit. Surety shall answer claimants, with a copy to Owner, within sixty (60) days of the date of the claim, stating the amount that are disputed and the specific basis for challenging any amount that is disputed or pay or arrange for payment of any undisputed amount claimed. Surety shall not be obligated to the Owner, claimants, or others for obligations of the Contractor under this Bond that are unrelated to the Contract. The Owner shall not be liable for the payment of any costs or expenses of any claimant under this Bond and shall have no obligation to make payments to, or give notice on behalf of claimants, or otherwise have any obligation to claimants under this Bond. Notice to the Contractor or Surety shall be deemed to have been given: (i) upon delivery to an officer or person entitled to such notice, if hand delivered; or (ii) two (2) business days following deposit in the United States mail, postage prepaid; (iii) upon delivery by a commercial carrier that will certify the date and time of delivery; or (iv) upon transmission if by facsimile, e-mail, or other form of electronic transmission. Notices shall be provided to the Owner, Surety, and/or Contractor at their address as specified on this Bond or to a facsimile, e-mail, or other electronic address that has been provided in writing to the other party to be used for this purpose. The 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 bzdividual _ 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 (h) two (2) business days following deposit in the United States mail, postage prepaid; (iii) upon delivery by a commercial carrier that will certify the date and time of delivery; or (iv) upon transmission if by facsimile, e-mail, or other form of electronic transmission. Notices shall be provided to the Owner, Surety, and/or Contractor at their address as specified on this Bond or to a facsimile, e-mail or other electronic address that has been provided in writing to the other party to be used for this purpose. The laws of the State of Wisconsin shall govern the interpretation and construction of this Bond. Winnebago County shall be the venue for all disputes arising under this Bond. Any provision in this Bond that may conflict with statutory or other legal requirement shall be deemed deleted herefrom and provisions conforming to the statutory or other legal requirement shall be deemed incorporated herein. Page 2 of 3 The above obligation is void if the Contractor performs and fulfills all the terms, conditions, and agreements of the Contract and any authorized modifications during the term of the original Contract and any extensions thereof. Notice to the Surety is waived for any modifications agreed upon by Owner and Contractor. Name of Principal/Contractor Name of Surety Title Title Page 3 of 3 City oT 0s11.,h 2023 San"., Manhole Rehabilitation Program Contract 23-11 EX STRUCTURE RIN In LOCATION MATERIAL—ITATION nES[RIPTION 13-107 WSOUTH PARK AVE SANITARY PRECAST 114EW CASTING,ADJUSTMENT, INTERNAL SEAL,& B'HES CONCRETE PAVT PATCH 13408 WSOUTH PARK AVE SA141TARY PRECAST NEW CASTING, ADJUSTMENT, INTERNAL SEAL,&$- HIS CONCRETE PAYTPATCH 13-110 WSOUTH PARKAVE SANITARY PRECAST INTERVAL SEAL &REFORM/RESHAPE BENCH 13-111 WSOUTH PARK AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL EXTERNALSEAL EXTENSION, & 8- HIS CONCRETE PAVT PATCH 13-162 WSOUTH PARK AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAt.& S' HES CONCRETE PANT PATCH 13-187 WSOUTH PARK AVE SANITARY PRECAST TUCK POINT 13-191 WSOUTH PARK AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL EXTERNALSEAL EXTE145IDN,& 8' HES CONCRETE PAVT PATCH 13-221 W20THAVENUE STORM PRECAST NEW CASTING WITH OPEN GRATE LID, ADJUSTMENT, & 8` HES CONCRETE PAVT DIAMOND 13.272 WSOUTH PARK AVE 5ANRARY BLOCK NEW CASTING,ADJUSTMENT, EXTERNAL SEAL REBUILD TOP 258 V.F. (NEW CONE) & 8- HIS CONCRETE PAV7 PATCH 13-307 KNAPPST SANITARY BLOCK TUCK POINT 13-322 KNAPPST SANITARY BLOCK NEW CASTING, ADJUSTMENT, EXTERNAL SEAL REBUILD TOP 2.58V.F.(NEW CONE)& T HE CONCRETE PAVT PATCH KNAPPST SANITARY BLOCK NEW CASTING,ADJUSTMENT, EXTERNAL SEAL REBUILD TOP 258 V.F. IN EW CONE &7- H ES CONCRETE PAVT PATCH KNAPPST SANITARY BLOCK NEW CASTING, ADI USTMENT, EXTERNAL SEAL. REBUILD TOP 258 V.F.(NEW CONE)& 7` H ES CONCRETE PAVT PATCH W20TH AVENUE SANITARY BLOCK NEW CASTING, ADI USTMENT, EXTERNAL SEAL REBUILD TOP 258 V.F.INEWCONE)&CONCRETE PAV7 PATCH; N ENV CASTING FOR WATER MH& ADJUSTMENTIN LIMITS WSOUTH PARK AVE SANITARY BLOCK TUCKPONTWSOUTH PARK AVE SANITARY BLOCK NEW CASTING, ADI USTMENT, EXTERNAL SCAI, REBUILD TOP 2.58 V.F. NEW CON E)&$- H ES CONCRETE PAVT PATCH E WSOUTH PARK AVE SANITARY BLOCK NEWCASTIN G,ADJUSTMENT, EXTERNAL SEAL REBUILD TOP 2.58V.F.(NEW CONE)& 8' H ES CONCRETE PAVT PATCH WSOUTH PARK AVE SANITARY BLOCK NEW CASTING,ADJUSTMENT, EXTERNALSEAL, REBUILDTOP 2.58 V.F. NEW CONE)&8- HFS CONCRETE PAVT PATCH 7 WSOUTH PARK AVE SANITARY BLOCK NEWCASTING,AULISTMENT,EXTERNALSEAL, REBUILD TOP 258 V.F.INEW CONE& 8` H ES CONCRETE PAVT PATCH WSOUTH PARK AVE SANITARY BLOCK NEW CASTING,ADJUSTMENT, EXTERNAL SEAL REBUILD TOP 2.58V.F.INEW CONE&8- HES CONCRETE PAVT PATCH WSOUTH PARK AVE SANITARY BLOCK NEW CASTING,ADJUSTMENT,EXTIRNALSEAL, REBUILD TOP 2.58 VF. INEWCONE)& 8' HES CONCRETE PAVT PATCH - WSOUTH PARK AVE SANITARY BLOCK NEW CASTING, ADJUSTMENT, EXTERNAL SE44 REBUILD TOP 2.58V.F.INEW CONE& 8' HES CONCRETE PAVT PATCH 13-371 WSOUTH PARK AVE SANITARY BLOCK NEW CASTING, ADJUSTMENT, EXTERNAL SEA REBUILDTOP 2.58V.F.NEW CONE& 8' HES CONCRETE PAVT PATCH 13-373 WSOUTH PARK AVE SANITARY BLOCK NEW CASTING,ADJUSTMENT, EXTERNALSEAL. REBUILD TOP 2.58V.F.(NEW CONE& 8-HES CONCRETE PAVT PATCH 13-374 WSOUTH PARK AVE SANITARY BLOCK NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, REBUILD TOP 2.58V.F.(NEW CONE) &8- HES CONCRETE PAVT PATCH 13-661 W20TH AVE14UE SANITARY PRECAST NEW CASTING,AD)USTMENT, EXTERNAL SEAL,& 8' HES CONCRETE PAVT PATCH 13.666 W18TH AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL, EXTERNALSEAL EXTENSION, & 7- HES CONCRETE PAVT PATCH 13-667 W18TH AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL, EXTERNAL SEAL EXTENSION, & 7- HIS CONCRETE PAVT PATCH 13-671 W20TH AVENUE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, &8- HES CONCRETE PAV7 PATCH 13-773 KNAPPST SANITARY PRECAST NEW CASTING, ADJUSTMENT, FXTERNAt SEAL, EXTERNAL SEAL EXTENSION& T HES CONCRETE PAVT PATCH 13-774 KNAPPST SANITARY PRECAST NEWCASTING, ADIUSTMENT,EXTERNAL SEAL, T HES CONCRETE PAVT DIAMOND 13-951 WOTHAVE SANITARY PRECAST NEWCASTING,AD)USTMENT, DCTERNALSEAt.EXTERtIALSEALE%TENSION&7-COtinETEPAVTPATCH 13.953 W19TH AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL, &7- CONCRETE PAYT PATCH 13-956 W19TH AVE SANITARY PRECAST INEW CASTING, ADJUSTMENT, EXTERNAL SEAL 7- CONCRETE PANT PATCH, &GROUT 13-957 ORCHARDW SANITARY PRECAST NEW CASTING,ADJUSTMEIN,EXTERNALSEAL,T CONCRETE PAV'TPATCH(PATCH APPROX.205 SQYRD,&GROUT 13.960 LAAGER IN SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, &7°CONCRETE PANT PATCH 13-972 W20TH AVENUE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL, TUBE RESTORATION &GROUT 13-973 W20TH AVENUE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, REBUILD TOP 2.511 V.F. (NEW CONE), 9-HES CONCRETE PAV7 PATCH AND TURF RESTORATION, REFORM/RESHAPE BENCH, SANITARY MANHOLECONCRETE FOUNDATION COLLAR, NEW CASTING FOR TYPE I INLET, ADJUST STORM INLET IPAID UNDER BID REM R13741 13-974 W20TH AVENUE SANITARY PRECAST NEWCASTING,ADJUSTMENT, EXTERNAL SEAL, REBUILD TOP 258 V.F. (NEW CONE), 8"HES CONCRETE PAV7 PATCH ANDTURF RESTORATION, SANITARY MANHOLE CONCRETE FOUN DATIONCOUAR, N EW CASTING FOR TYPE 3 INLET, ADJUST STORM INLET (PAID UN DER BID REM R1374) 13.976 W20THAVENUE SANITARY PRECAST TUCK POINT 13-1086 WSOUTH PARK AVE SANITARY PRECAST NEW CASTING, ADJ USTMENT, EXTERNAL SEAL, 8- HIS CONCRETE PAV'T DIAMON D, MAINTAI N BUSINESS ACCESS 13-1097 1 UNNERSAL ST SANITARY PRECAST IGROUT 13-1119 W20THAVEHUE STORM PRECAST NEIV CASTING WITH OPEN GRATE LID, ADJUSTMENT, & 8' HES CONCRETE PAVTDIAMOND 134122 W2017HAVENUE STORM PRECAST NEWCASTJNGWIH OPEN GRATE LID,ADJUSTMENT,& B' HES CONCRETE PAV'T PATCH 134127 W20TH AVENUE STORM PRECAST N EW CASTING WITH OPEN GRATE UD, ADJUSTMENT, & 8' HES CONCRETE PAVT PATCH 13-1129 7V 20TH AVENUE STORM PRECAST NEW CASTING WITH OPEN GRATE LID, ADJUSTMENT,& 8' HES CONCRETE PAV7 PATCH 13-1130 W20TH AVENUE STORM PRECAST N EW CASTING WITH OPEN GRATE LID, ADJUSTMENT, & 8- HES CONCRETE PAVT DIAMOND 13-1133 W20THAVE14UE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL &8' HIS CONCRETE PAVT PATCH IDOWEL BASKETS REQUIRED), NEW CASTING FOR WATER MANN OLE WITH ADJUSTMENT 13-1191 W18TH AVE SANITARY PRECAST NEW CASTING ADJUSTMENT, EXTERNALSEAL, EXTERNALSEAL EXTENSION, & 7- CONCRETE PAV-T PATCH 13-1193 W18TH AVE SANITARY PRECAST NEW CASTING, ADJ USTMENT, EXTERNAL SEAL, &7- CONCRETE PANT DIAMOND 134195 W18TH AVE SANITARY PRECAST N EW CASTING, ADJUSTMENT, EXTERNAL SEAL, & T CONCRETE PAWT DIAMOND 13-1197 WMEN AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, EXTERNALSEAL EXTENSION, & 7- CONCRETE PAV'T PATCH 134199 W18TH AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAt.EXTERNALSEAL EXTENSION, & 7- CONCRETE PA'T PATCH 13-1201 W18TH AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, EXTERNAL SEAL EXTENSION, & 7- CONCRETE PAWT DIAMOND 13-121J4 ORCHARD Ui SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, EXTERNALSEAL EXTENSION,& T CONCRETE PAV'T DIAMOND 134207 ORCHARDLN SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL& T CONCRETE PANT DIAMOND 334210 ORCHARD CT SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL.EXTERNAL SEAL EXTENSION,& T CONCRETE PANT DIAMOND 13-1211 WSOUTH PARK AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL,& S' H IS CONCRETE PAVT PATCH 13-1227 WSOUTH PARK AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL,& 8' HES CONCRETE PAVT PATCH 13-1228 WSOUTH PARK AVE SANITARY PRECAST NEW 4'CASTING, EXTERNAL SEAL& TURF RESTORATION 13-1230 WSOUTH PARK AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNALSEAL,& 8' HES CONCRETE PAVT PATCH 13-1233 ORCHARD Cr SANITARY PRECAST TUCK POINT 13-1234 1 ORCHARD Cr SANITARY PRECAST TUCK POINT 13-1235 ORCHARD CT SANITARY PRECAST TUCK POINT 13-1236 ORCHARD CT SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL&T CONCRETE PAV-T DIAMOND 13-1259 W18TH AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, & 7'CONCRETE PAVT DIAMOND 13-1261 ALEXANDRIA0 SANITARY PRECAST TUCK POINT 134399 LINGER LIN SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, EXTERNAL SEAL EXTENSION,& 7' CONCRETE PAV7 DIAMOND 13-1400 MAGERW SANITARY PRECAST NEW CASTING, ADJUSTMENT, WMR14AL SEAL, EXTERNALSEAL EXTENSION,& T CONCRETE PAV'T DIAMOND 13-1401 LARGER LN SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNALSEAL, EXTERNALSEAL EXTENSION, & 7- CONCRETE PAYT DIAMOND 13-1491 KNAPPST SANITARY BLOCK NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, REBUILD TOP 258 V.F. (NEW CONE) & 7' H ES CONCRETE PAVT PATCH 13-2651 W20THAVENUE STORM PRECAST NEW CASTING FOR TYPE 3 INLET, ADJUST STORM INLET (PAID UNDER BID ITEM #1374),& 8' H ES CONCRETE PAVT PATCH 13-0087 W 20TH AVENUE STORM BLOCK TUCK POINT 13-4088 W20TH AVENUE STORM PRECAST NEW CASTNG WITH OPEN GRATE LID, ADJUSTMENT, & 8- HES CONCRETE PANT PATCH 14-02 W20TH AVENUE STORM PRECAST NEW CASTING WITH OPEN GRATE LID, ADJUSTMENT,&8- HES CONCRETE PAVT DIAMOND 14-101 W20TH AVENUE STORM PRECAST NEW CASTING WITH OPEN GRATE LID, ADJUSTMENT, & 8' HES CONCRETE PAV7 PATCH 34447 W 20TH AVENUE STORM PRECAST NEW CASTING WITH OPEN GRATE LID, ADI USTMENT, & 8' HES CONCRETE PAVT PATCH 14-234 W20TH AVENUE STORM PRECAST N EW CASTING WITH OPEN GRATE LID, ADJUSTMENT, & 8' HES CONCRETE PAV7 PATCH 14-287 KNAPPST SNiTTARY BLOCK NEW CASTING,ADJUSTMENT, EXTERN AL SEAL, REBUILD TOP 258 V.F. INEIV CONE &7- H ES CONCRETE PAVT PATCH 14-493 W20TH AVENUE STORM BLOCK N EW CASH NG WITH OPEN GRATE LID, ADI USRMENT,& 8` HES CONCRETE PAVT PATCH 14494 W20TH AVENUE STORM BRICK/BLOCK FURNISH AND INSTALL STANDARD STORM SEWER MANHOLE (4' DIAMETER), CONNECT TO EXISTING STORM SERVER (4X), 12- STORM SEVIER MAIN, 27- STORM SEWER MAIN, ADJUSTMENT,& 8' HES CONCRETE PAVT PATCH 14-496 W20TH AVENUE STORM BRICK/BLOCK FURNISH AND INSTALL STANDARD STORM SEWER MANHOLE (6- DIAMETER), CONNECTTO EXISTING STORM SEWER (3X), 10- STORM SEVVER MAIN, 24- STORM SEWER MAIN, 1ADJUSTMENT,& 8' H ES CONCRETE PAVT PATCH 14-523 W29TH AVE SANITARY PRECAST INEW CASTING, ADJUSTMENT, EXTERNAL SEAL EXTERNALSEAL EXTENSION&7- CONCRETE PAVT DIAMOND 14.554 WWAUKAU AVE SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL, 8- HES CONCRETE PAVT PATCH, &GROUT 14-555 W WAUKAU AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, EXTERNAL SEAL EXTENSION, 8- HES CONCRETE PAVT PATCH, GROUT, TYPE I INLET, 10-STORM SEWER MAIN, CONN ECT TO EXISr. STORM SERVER 14-556 WWAUKAU AVE SANITARY PRECAST NEW CAST] NG,AD) USTMENT,EXTERN AL SEAL EXTERNAL SEAL EXTE115101;& 8' HES CONCRETE PAVT PATCH 14-557 WWAUKAU AVE SA141TARY PRECAST NEW CASTING,ADJUSTMENT, EXTERN AL SEAL,& 8' HES CONCRETE PAVT PATCH 14-577 WWAUKAU AVE SANITARY PRECAST NEW CASTING, AD) USTMENT, EXTERNAL SEAL, & 8- HIS CONCRETE PAVT PATCH 14-578 WWAUKAU AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERN AL SEAL, 8- HES CONCRETE PAVT PATCH, &GROUT 14.579 WWAUKAU AVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERN Al SEAL, 8- HES CONCRETE PAV7 PATCH, &GROUT 14-S87 WWAUKAU AVE SANITARY PRECAST NEW CASTING ADJUSTMENT. EXTERNAL SEAL, 8- HES CONCRETE PAVT PATCH& REFORM/RESHAPE BENCH 14-588 MEDALIST DR SANITARY PRECAST NEW CASTING, ADJUSTMENT. EXTERNALSEAL,7- CONCRETE PAVTDIAMOND,&GROUT 14-589 MEDALIST DR SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNALSEA47"CONCRETE PAVTDIAMOND 14-591 MEDALIST DR SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, & 7- CONCRETE PAVT DIAMOND 14-592 MEDALIST DR SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNALSEAL, EXTERNAL SEAL EXTENSION, 7' CONCRETE PAVTDIAMOND,&GROUT 14-593 W33RDAVE SANITARY PRECAST NEW CASTING,ADIUSTMENT, EXTERNAL SEAL & ASPHALTPATCH 14-594 W33RDAVE SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNALSEAL, EXTERNAL SEAL EXTENSION, & ASPHALT PATCH 14.626 MEDALISTDR SANITARY PRECAST NEW CASTING,ADJUSTMENT, EXTERNAL SEAL, EXTERNAL SEAL EXTENSION, & 7- HES CONCRETE PAVT PATCH 14-627 MARVEL DR SANITARY PRECAST NEW CASTING, ADJUSTMEIN, EXTERNAL SEAL, EXTERNAL SEAL EXTENSION, & 7- CONCRETE PAVT DIAMOND 14-637 MARVEL DR SANITARY PRECAST INTERNALSEAL 14-694 W20THAVENUE STORM PRECAST TUCK POINT 14-696 W20TH AVENUE STORM PRECAST TUCK POINT 14-699 MARVEL DR SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNAL SEAL, T CONCRETE PAVT PATCH,& TURF RESTORATION 14-700 MEDALIST DR SANITARY PRECAST NEW CASTING, ADJUSTMENT, EXTERNALSEAL, EXTERNALSEAL E%TENSION,& T CONCRETE PAVT DIAMOND 14-1868 W20THAVE14UE STORM PRECAST NEW CASTING FOR TYPE I INLET, ADJUST STORM INLET(PAID UNDER BID REM R274,&8- HES CONCRETE PAV'T PATCH Street/Location/Ad d ress:W 20TH AVE MH No: 14-494 -T-WV WVMH I SanMEH:](StMH I In1etMH Inlet Structure Condition: Structure Type: BRICK/BLOCK Rim Elev: Deck: Adjustment: Direction Depth Size Type Inv Elev Casting: E 4.20 11 27 RCP Notes: W 4.10 27 if RCP N 3.82 1211 RCP S 3.40 1211 RCP 27" 12" RCP RCP North Arrow 27" RCP 12" RCP Street/Locatio n/Ad d ress:W 20TH AVE -T- MH No: 4-4 WV WVMH SanMH QMH I InIetMH Inlet Structure Condition: Structure Type: B R I C I B LO C K Rim Elev: Deck: Adjustment: Direction Depth Size Type Inv Elev Casting: E 4.1 24" RCP Notes: NW 4.04 24of RCP SE 2.65 121° RCP T North Arrow 150 DEGREES 24" RCP 24" RCP 25 DEGREES 12" RCP CITY CONTRACT 23-11 SANITARY MANHOLE REHABILITATION INFLOW/ INFILTRATION REDUCTION PROGRAM D ...... l Palh: KV,h,gM,MW, R,h,bW,nhot<R,MWNIQUETtl,Sh,,t P,dtart 11,17.=d ISSUED FOR BID 05/16/202 t- 1-y7G C F ALE AA y FwF H F SOUTHLAND V Q> 9L G? �' z Z p Z O w N VIE AV o z JJ�r A L g a N o Q O K NO LCT �' / Q G two Zm z m AUs AV o pEM SE A w a WITZEL AV WM16AV w3 Q m )5L13EN AV u~i JL NA 4THAV RD AV `�`. ti� OT �R V ABBEY A v w BI MARCKAV po p V W TH AV 5TH AVM AV y� H W TH AV- 7_TH V H a W 9TH A E TH AVf. O W I OTI AV E .TH A Y v O W 1THAVE1 THA yL Ot 0 r- W 2TH AV 0 W 4TH AV 4 9 f E T /AV y V) -� r A- Q� A¢ O O -off Pagel 'T Page` 2 0 - Q Lip W 18T :AY H 7�� ARME A u� YY ZtYI� r IN61G0DR W19fH P1ge 37 W 20TH AV _ CKARD Q { OL _ Z O VQ 1� .,..., • w ' TAILWIND AV ui BADGER A mjp 24TH AV ` m 25T-H,4V �t 0 a pif 'CAPAV�, 9. HIG OA DR CA 4 p,� 0 W4 THAV N `7 Oy Q i�-N p , y �Gf 2 W i ( C E LA > �p` GA�ATIN%AV Q WWAUKAUAV.lo to h E ;�• w / y: ti KILPSAV Q MEAAA W� W ` 1 RNAV .v_ Page i U 9 VE } �.� 1 - 0` - e Zt 2 i Legend {1 WELLE DR ® EXTERNAL WORK ' t � 0 i }�131097 r IPPLEA ps n W z. Qt E 0 6AbGER XCV�` fi co E a m `f ;. to .' ;, 1 _M z BRENLAN RD Sul ,1 pp j) !4 r'.' -4; X, 4, Legend "N NEW CONE NEW CASTING AND RINGSz" 0 INTERNAL WORK, STORM STRUCTURES SANITARY MANHOLES SANITARY SEWER My. - P�c- 'A -0i V —T. Y "IN c� is 'P VMS- M, A tt N twphs xr. . . ...... �L v ., *a 7t City f0abkwh .."s-d GIS data are intended to be used folwfeomm pupows only. ThemapsamIGIS13,ta,mrot intended to be used tomlapaMaartly rdfy --oil- identified.CITY CONTRACT While the City attempts to maintain —plats and =mato maps, these maps and data are pimardly compil,tiam, of bf—ation by various sources. Therefore, providedaa�ymo viewing thew maps is expected to verify the irif—atim they am interested In through u gh other sources d, as Dtga. Hmlma, other public maps, ffirl.1 and .-fificial I.,d 23-11 'h Persaw using City maps and/or data do w at their — HiL Property owners are solely respmibls for undergoo-d SANITARY MANHOLE f.iliti. and all if- fee q- mla �ibkpf`M A ra'apto The City of 0,1"sh shall""' �y problems or damages resulting from the use of City REHABILITATION/ cit maps and/or d— Pe�sbliavingthat�Cit'yemapsmd/ormntahl,�ci�orinwmpkteinfomaflm INFLOW/INFILTRATION Cif 0 100200 400 REDUCTION PROGRAM 0 s h rkkc No S [Domm,d P.ft Rrl,.IA2311 SHEET 1—d vFeet Pagel of 4 Legend NEW CONE � (J NEW CASTING AND RINGS |NTERNALVVDRK STORM STRUCTURES R n * SANITARY MANHOLES SANITARY SEWER � IN It4.4 City fOhk,sh maps and GIS data are intended to be used for reference purposes only ThernapsemIGISI),t—not inwadedtobeuwdtoindepe,idmtlyve,ifyW,=,timidmdfi,d. CITY CONTRACT Vil,i), the city attempt, to maintain complete and =rate maps, ffiese maps and data am primarily compilations of information provided by vulons, scumse. 711—fone, anyone Aming these maps is expected to verify the indoonation N they are interested in through other sources and, as D*gers Hodins, other public maps, official and n,ffid,l 1-d 23-11 ro-eds, field a eys and inspactlars, end other momcls held by praperty owners and/or property usen, pemns using C7� maps and/or data do So at then mm risl- Property wnara am solely respnaffile for underground SANITARY MANHOLE Tim Ci�ty of Cahia� shalt not be responsible for my problim or damages resulting man, the use of City maps and/,, date, Persons blievig that City maps and/or contain humcuracies ormcomplete information INFLOWIINFILTRATION REDUCTION PROGRAM OS �,orra,t Patio, R,iotA2�11 SHEET 2.=d Feet Page 2 of 4 lj­ �i� t. 7k-ti�R-f;i�~m� '4 } ! s. cam. r )� �7.� ,q fire `�- !.4' fi rxv* E7x��l rdi i { ,•, { E } 1'�:.._ t vv'�`F,-� l j r� Q iQ �� �s.���.�;� € a ai. s �' . °s �t rg 6 4e C s� p s .r ii 1 3i, aE FFFg i — A Mm "zv11 � :<�` W Z j LU ��$c� C7 t t (QY ZQ Q U A S� 102I y: Y 0 } z S r L a N ¢0 zzoo W O= co IS v r n (1) N 4 oow ! f d* A V! .�KA— AtCD ar &+fit 'rst d t P =' T')t Fill ` cr 4U t@ �i ENS ,5..`#tee 7 ts•i }'�t.: 9 1 _}k`*F 9-' p ;: �c-3 ,; �a s s r a tiKc 6 �g so E S*4 ZVs?4 AW T� :tf n4 Fk. f m�� '6 f•',y�� W 7 5 C ,,3 i ,i { { ; � .� x q ,• z ,t;�r � t7 .6 .�'6 �b k w .•'. IS � 34". f l7 fi; to f a r` 4 5l .l t ns t yIL ,S4jt 4( $r 41 f y 1 Il x it antc`k 1b€x!u 1¢ r�2 f ` I t•: r. ��I tCtlfttsic t 3 7 29TH �1`} 7 5 /� : • of ti ctn rt i�r { ! ��n�lfl��(Itt' K' }`' 3� ,Wj y " r J} r1 i OttMr. sat 9. _ __ yy j 3 �'� v'''ekaiio-i r �rN ravvJ r �` {'pLu fi'I -d _Y 3lliWilfid➢ i2 ,'ijl'}!�!' 'ii`r �� H t i= -r}i f3 TA k i T! d 1Jr i tr- OR0 t S J rpY•' 1` 4 N _ R "t . \ F ul3- 14 fi87 14 577 14 5b7� 14-Sb8 �' 14 Ebb 14�b4 _ ,. JJ , 14579 14 b7S f r r �Y i1�/ U /�v� m"Mf� EI i :u �+�„, A&T'i.."•r•.?:`y; 3 tliLy' Ptl f"fl f t f 91: � J - � r{iSm'n4 {flttn'6"1 _"'i � f C � i t Cg ' .vfjY:r -3v o6, .Ill f - ..: �' .-.�,. ��\'b���H•1�S�S V 5 r to � 5 ncs }3s �Srd �iitk4SY 15�j r t { i 1d 593 14 b94 L'��awi°3a�'43rx'� 4 psi a W 33RD AV` �a�'a2nasTin, f` NO s; tt t v tea, 1 Legend '� Q NEW CASTING AND RINGS, S147001 #, t 1a 69i INTERNAL WORK STORM STRUCTURE ' r` �Y 34Ty : 14 6271 alii , TNA A L1Q 8261 Av — . 3 • Sanitary Manholes ; t ri Sanitary Sewer' �r :> 'Y F td�� t ids -r a� v t i-jR hT 4 ..v t a ❑tyofOshkoshoopsand CIS data are intended tobeused (orreferenmpmpomsonly The maps and GISData arenot CITY CONTRACT intended to be used to bdepandently verify information identified. While the City anempl, to maintain complete and accurate maps, these maps and data are primarily compilations of to 1 information provided by various sources. Therefore, anyone vimvfng these maps is exN expected to verify the information �i �i they are interested in ilinough other sources such as Diggers Hods me, other public maps, official and unofficial lard `J ,W records, field surveys arm inspections, and othernecords held by pmperty owners and/or property users. s' Persons using City maps and/or data do an, at their omvo risk Property owners are solely reipon Ve for underground SANITARY MANHOLE .:.= fariede,and all other feanwors related to REHABILITATION/ <: ify The Cityof Oshkosh shl rot be responsible for any problems or damages insulting from the use of City maps and/or C}f don ata Perss belleving talhat City maps and/or contain ha-umcies orinmA INFLOW/INFILTRATIONmplete information � � 0 100 200 400 REDUCTION PROGRAM Os Document Palk R:\bMDrRfanhob Rehab'ltanhobR-MUU➢_P➢dfa�Lil.17.rnd L� Feet Page 4 of 4