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