cii: j signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for...

126
Contract Routing Form ROUTING: Routine printed on: 03/26/2019 ======================== ================ ====== ============ === === Contract between: and Dept. or Division: Payne & Dolan/ Inc. Engineering Division Name/Phone Number: Project: Resurfacing 2019 - Asphalt Pavement Pulverizing/ Milling & P aving Contract No.: 8319 Enactment No.: RES-19-00225 Dollar Amount: 4 1 723 1 715.80 (Please DATE before routing) Signatures Required City Clerk Director of Civil Rights File No.: 54893 Enactment Date: 03/25/2019 Date Received Date Signed j _!f--------- f Finance Director I / , . , I C.. ;> · z_ \ "U I '( --------------------------------------------------------- City Attorney I I __ Cii: J i I I Please return signed Contracts to the City Clerk's Office Room 103 1 City-County Building for filing. Original + 2 Copies 03/26/2019 15:11:31 enjls - John Fahrney 266-9091 Dis Rights: OK I Problem - Hold Prev Wage: 1 No Contract Value: 1-?:?:> ":/ 15 AA Plan: Amendment I Addendum# Type: POS I Sbdv I Go-v-:-:-'t--,-1-- Grant ¥::!lJ Goal I Loan 1 Agrmt

Upload: others

Post on 21-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Contract Routing Form ROUTING: Routine printed on: 03/26/2019 ======================== ================ ====== ============ === ===

Contract between: and Dept. or Division:

Payne & Dolan/ Inc. Engineering Division

Name/Phone Number:

Project: Resurfacing 2019 - Asphalt Pavement Pulverizing/ Milling & P aving

Contract No.: 8319 Enactment No.: RES-19-00225 Dollar Amount: 4 1 723 1 715.80

(Please DATE before routing)

Signatures Required

City Clerk

Director of Civil Rights

File No.: 54893 Enactment Date: 03/25/2019

Date Received Date Signed

~ j -~------------------ _!f---------f

~~:~-~~~~~==----------------------~--_5}J?)l3---------~-Finance Director I / , . , I

C.. ;> · z_ \ "U I '(

---------------------------------------------------------City Attorney I I

0~~~~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~~~~~:~~I __ ~~ Cii: J ~ _~~~~~~I~~~~~: ~i: ~ i ~~ ~ ~ ~ ~ ~ ~ I I

Please return signed Contracts to the City Clerk's Office Room 103 1 City-County Building for filing.

Original + 2 Copies

03/26/2019 15:11:31 enjls - John Fahrney 266-9091

Dis Rights: OK I~ I Problem - Hold Prev Wage: ~Agency 1 No Contract Value: ~ 1-?:?:> ":/ 15 AA Plan: A~pr=;;~td' Amendment I Addendum# Type: POS ~.1 I Sbdv I Go-v-:-:-'t--,-1-­

Grant ¥::!lJ Goal I Loan 1 Agrmt

Page 2: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

File#:

Type:

File created:

On agenda:

54893

Resolution

2/26/2019

3/19/2019

City of Madison City of Madison Madison, WI 53703

www.cityofmadison.com

Legislation Details (With Text)

Version: 1 Name:

Status:

In control:

Final action:

Awarding Public Works Contract No. 8319, Resurfacing 2019 -Asphalt Pavement Pulverizing, Milling & Paving. Passed

BOARD OF PUBLIC WORKS

3/19/2019

Enactment date: 3/25/2019 Enactment#: RES-19-00225

Title: Awarding Public Works Contract No. 8319, Resurfacing 2019- Asphalt Pavement Pulverizing, Milling & Paving. (Citywide)

Sponsors:

Indexes:

Code sections:

Attachments:

Date

3/19/2019

3/6/2019

2/26/2019

BOARD OF PUBLIC WORKS

1 . Contract 8319. pdf

Ver. Action By

COMMON COUNCIL

BOARD OF PUBLIC WORKS

Engineering Division

Action

Adopt Under Suspension of Rules 2.04, 2.05, 2.24, and 2.25

Refer

Result

Pass

The proposed resolution awards the contract for the 2019 citywide pavement resurfacing work at a total estimated cost of $4,865,430. Funding is provided by the adopted 2019 capital budget for Engineering Major Streets via the Pavement Management capital program. Funding is provided by GO borrowing and associated utility components as follows:

Major Streets - $4,841 ,390 Sewer Utility- $16,470 Water Utility- $7,570

Awarding Public Works Contract No. 8319, Resurfacing 2019- Asphalt Pavement Pulverizing, Milling & Paving. (Citywide) BE IT RESOLVED, that the following low bids for miscellaneous improvements be accepted and that the Mayor and City Clerk be and are hereby authorized and directed to enter into a contract with the low bidder contained herein, subject to the Contractor's compliance with Section 39.02 of the Madison General Ordinances concerning compliance with the Affirmative Action provisions and subject to the Contractor's compliance with Section 33.07 of the Madison General Ordinances regarding Best Value Contracting:

BE IT FURTHER RESOLVED, that the funds be encumbered to cover the cost of the projects contained herein.

See attached document (Contract No. 8319) for itemization of bids.

City of Madison Page 1 of 1 Printed on 3/26/2019

powered by Leg is tarT"

Page 3: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

PROJECT CONTRACTOR

CONTRACT NO. 8319 RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING

PAYNE & DOLAN, INC.

Acct. No. 11856-402-170: 54410 (91396) Contingency 3:!: Sub-Total

Acct. No. 11856-402-200: 54410 (91396) Contingency 3%:!: Sub-Total

Acct. No. 83252-54410 (91345) Contingency 3%:!: Sub-Total

Acct. No. 86367300-54410 (91360) Acct. No. 86367500-54410 (91360) Acct. No. 86367700-54410 (91360) Contingency Total ($7,350.00) 3%:!: Sub-Total

Acct. No. 11856-402-170-014239:54410 (91396) Contingency 3%:!: Sub-Total

Acct. No. 83257-54445-00000 (91396) Contingency 3%:!: Sub-Total

GRAND TOTAL

1 F:\Encommon\Misc\MARSHA\2019 Council Meeting\Mar 19\Contract 8319.doc

$2,963,744.50 88,915.50

$3,052,660.00

$880,493.30 26,416.70

$906,910.00

$8,200.00 250.00

$8,450.00

$5,880.00 735.00 735.00 220.00

$7,570.00

$856,138.00 25,682.00

$881,820.00

$7,790.00 230.00

$8,020.00

$4 865 430.00

AMOUNT OF BID

$4,723,715.80

Page 4: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Company Lookup Summary Page 1 of2

Jurisdiction: Wisconsin

Company Name: Western Surety Company

SBS Company Number: 54219777

Domicile Type: Foreign

NAIC Group Number: 218- CNA INS GRP

Merger Flag: No

Address

Business Address

151 N FRANKLJN ST

CHICAGO, IL 60606

United States

Phone, Email, Website

Phone

Type Number

Mailing Address

NAIC CoCode: 13188

State of Domicile: South Dakota

Organization Type: Stock

151 N FRANKLIN ST

CHICAGO. IL 60606

United States

Email

No results found

Fax Phone

Business Primary Phone

(312) 260-4376

(312) 822-5000

Company Type

Company Type: Property and Casualty

Status: Active

Effective Date: 05/29/1942

Issue Date: 05/29/1942

Articles of Incorporation Received: No

Appointments

Status Reason:

Legacy State ID: 111843

Approval Date:

Article No:

Statutory Home Office Address

101 S REID ST

SIOUX FALLS, SO 57103

Un1\ed States

Short Name:

FEIN: 46-0204900

Country of Domicile: Un1ted States

Date of Incorporation: 07/10/1900

Website

No resufls found.

Main Administrative Office Address

151 N FRANKLIN ST

CHICAGO. IL 60606

United States

Status Date: 05/29/1942

File Date:

COA Number:

Show 10 .Gentries Showing 1 to 2 of 2487 entries roxann

Licensee Name

ROXANNE JENSEN

ROXANNE ENOL

License Number

9042226

6519873

Line Of Business

NPN License Type

9042226 lnte1media1y (Agent) Individual

6519873 Intermediary (Agent) Individual

Line of Authority

Casualty

Casualty

Appointment Date

06/06/2008

08/08/2013

Effective Date

02/22/2019

02/2212019

Expiration Date

03/15/2020

03/15/2020

Next Last

Line of Business

FideliTy Insurance

Citation Type

Fidelity Insurance

Effective Date

Liability and Incidental Medical Expense Insurance (other than automobile)

Surety Insurance

Contact

Contact Type

Registered Agent for Service of Process

Company Merger

No results found.

Name Change History

Previous Name New Name

Western Surety Company

Liability and Incidental Medical Expense Insurance (other than automobile)

Surety Insurance

Preferred Name Name E-mail Phone Address

Other

05/29/1942

05/29/1942

05/29/1942

CT CORPORATION SYSTEM

301 S BEDFORD ST STE 1

MADISON, WI

United States County

53703

Effective Date

1iiJ 2019 National A!>soGiation of lnsureno~ Comml!>slonars. All rights r~s~rved

https://sbs.naic.org/solar-extemal-lookup/lookup/company/summary/54219777?jurisdictio ... 3/19/2019

Page 5: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

$4,723,715.80 FILE

BIDOF ____________ ~P~A~Y~N~E~&~D~O=L=A~N~IN~C=·~--------------------

2019

PROPOSAL, CONTRACT, BOND AND SPECIFICATIONS

FOR

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING

CONTRACT NO. 8319

PROJECT NO. 11856

IN

MADISON, DANE COUNTY, WISCONSIN

AWARDED BY THE COMMON COUNCIL MADISON, WISCONSIN ON-'M=A::....=..::R-=-C.::....::H-'1=9-'--'2=0:;......;;1-=-9 _______________________ _

CITY ENGINEERING DIVISION 1600 EMIL STREET

MADISON, WISCONSIN 53713

https.://bidexpress.com/login

Page 6: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING CONTRACT NO. 8319

INDEX

SECTION A: ADVERTISEMENT FOR BIDS AND INSTRUCTIONS TO BIDDERS ................................. A-1

SECTION B: PROPOSAL SECTION ........................................................................................................ B-1

SECTION C: SMALL BUSINESS ENTERPRISE ..................................................................................... C-1

SECTION D: SPECIAL PROVISIONS ...................................................................................................... D-1

SECTION E: BIDDER'S ACKNOWLEDGEMENT ..................................................................................... E-1

SECTION F: BEST VALUE CONTRACTING ............................................................................................ F-1

SECTION G: BID BOND ........................................................................................................................... G-1

SECTION H: AGREEMENT ...................................................................................................................... H-1

SECTION 1: PAYMENT AND PERFORMANCE BOND ............................................................................. 1-1

RFP: jf

This Proposal, and Agreement have been prepared by:

CITY ENGINEERING DIVISION CITY OF MADISON

MADISON, DANE COUNTY, WISCONSIN

Robert F. Phillips, P.E., City Engineer

Rev. 01/23/2019-8319contractBoilerplateSBE.doc

Page 7: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION A: ADVERTISEMENT FOR BIDS AND INSTRUCTIONS TO BIDDERS

REQUEST FOR BID FOR PUBLIC WORKS CONSTRUCTION CITY OF MADISON, WISCdNSIN

A BEST VALUE CONTRACTING MUNICIPALITY

PROJECT NAME: RESURFACING 2019 PAVEMENT PULVERIZING, PAVING

CONTRACT NO.: 8319 SBE GOAL 6% BID BOND 5% SBE PRE BID MEETING (1:00 P.M.) 2/22/2019 PREQUALIFICATION APPLICATION DUE (2:00P.M.) 2/21/2019 BID SUBMISSION (2:00P.M.) 2/28/2019 BID OPEN (2:30 P.M.) 2/28/2019 PUBLISHED IN WSJ 2/14/2019 & 2/21/2019

- ASPHALT MILLING & -

SBE PRE BID MEETING: Representatives of the Affirmative Action Department will be present to discuss the Small Business Enterprise requirements at 1600 Emil Street, Madison Wisconsin.

PREQUALIFICATION APPLICATION: Forms are available on our website, www.cityofmadison.com/business/pw/forms.cfm. If not currently prequalified in the categories listed in Section A, an amendment to your Prequalification will need to be submitted prior to the same due date. Postmark is not applicable.

BIDS TO BE SUBMITTED by hand to 1600 EMIL ST., MADISON, WI 53713 or online at www. bidexpress. com.

THE BID OPENING is at 1600 EMIL ST., MADISON, WI 53713.

STANDARD SPECIFICATIONS

The City of Madison's Standard Specifications for Public Works Construction - 2019 Edition, as supplemented and amended from time to time, forms a part of these contract documents as if attached hereto.

These standard specifications are available on the City of Madison Public Works website, www. cityofmadison. com/Business/PW/specs. cfm.

The Contractor shall review these Specifications prior to preparation of proposals for the work to be done under this contract, with specific attention to Article 102, "BIDDING REQUIREMENTS AND CONDITIONS" and Article 103, "AWARD AND EXECUTION OF THE CONTRACT." For the convenience of the bidder, below are highlights of three subsections of the specifications.

SECTION 102.1: PRE-QUALIFICATION OF BIDDERS

In accordance with Wisconsin State Statutes 66.0901 (2) and (3), all bidders must submit to the Board of Public Works proof of responsibility on forms furnished by the City. The City requires that all bidders be qualified on a biennial basis.

Bidders must present satisfactory evidence that they have been regularly engaged in the type of work specified herein and they are fully prepared with necessary capital, materials, -machinery and supervisory personnel to conduct the work to be contracted for to the satisfaction of the City. All bidders must be pre­qualified by the Board of Public Works for the type of construction on which they are bidding prior to the opening of the bid. ·

Rev. 01/23/2019-8319contractBoilerplateSBE.doc A-1

Page 8: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

In accordance with Section 39.02(9)(a)l. of the General Ordinances, all bidders shall submit in writing to the Affirmative Action Division Manager of the City of Madison, a Certificate of Compliance or an Affirmative Action Plan at the same time or prior to the submission of the proof of responsibility forms.

The bidder shall be disqualified if the bidder fails to or refuses to, prior to opening of the bid, submit a Certificate of compliance, Affirmative Action Plan or Affirmative Action Data Update, as applicable, as defined by Section 39.02 of the General Ordinances (entitled Affirmative Action) and as required by Section 1 02.11 of the Standard Specifications.

SECTION 102.4 PROPOSAL

No bid will be accepted that does not contain an adequate or reasonable price for each and every item named in the Schedule of Unit Prices.

A lump sum bid for the work in accordance with the plans and specifications is required. The lump sum bid must be the same as the total amounts bid for the various items and it shall be inserted in the space provided.

All papers bound with or attached to the proposal form are considered a part thereof and must not be detached or altered when the proposal is submitted. The plans, specifications and other documents designated in the proposal form will be considered a part of the proposal whether attached or not.

A proposal submitted by an individual shall be signed by the bidder or by a duly authorized agent. A proposal submitted by a partnership shall be signed by a member/partner or by a duly authorized agent thereof. A proposal submitted by a corporation shall be signed by an authorized officer or duly authorized registered agent of such corporation, and the proposal shall show the name of the State under the laws of which such corporation was chartered. The required signatures shall in all cases appear in the space provided thereof on the proposal.

Each proposal shall be placed, together with the proposal guaranty, in a sealed envelope, so marked as to indicate name of project, the contract number or option to which it applies, and the name and address of the Contractor or submitted electronically through Bid Express (www.bidexpress.com). Proposals will be accepted at the location, the time and the date designated in the advertisement. Proposals received after the time and date designated will be returned to the bidder unopened.

SECTION 102.5: BID DEPOSIT (PROPOSAL GUARANTY)

All bids, sealed or electronic, must be accompanied with a Bid Bond (City of Madison form) equal to at least 5% of the bid or a Certificate of Annual/Biennial Bid Bond or certified check, payable to the City Treasurer. Bid deposit of the successful bidders shall be returned within forty-eight (48) hours following execution of the contract and bond as required.

MINOR DISCREPENCIES

Bidder is responsible for submitting all forms necessary for the City to determine compliance with State and City bidding requirements. Nothwithstanding any language to the contrary contained herein, the City may exercise its discretion to allow bidders to correct or supplement submissions after bid opening, if the minor discrepancy, bid irregularity or omission is insignificant and not one related to price, quality, quantity, time of completion or performance of the contract.

Rev. 01/23/2019-B319contractBoilerplateSBE.doc A-2

Page 9: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Bidders for this Contract(s) must be. Pre-Qualified for at least one of the following type(s) of construction denoted by an~

Building Demolition 1 01 0 Asbestos Removal 120 0 House Mover

Street. Utility and Site Construction 201 [?!;1· Asphalt Pavihg 205 0 Blasting 210 0 Boring/Pipe Jacking 215 0 Concrete Paving 220 0 Con. Sidewalk/Curb & Gutter/Misc. F.lat Work 221 0 Concrete Bases and Other Concrete Work 222 0 Concrete Removal 225 0 Dredging 230 0 Fencing 235 0 Fiber Optic Cable/Conduit Installation 240 0 Grading and Earthwork 241 0 Horizontal Saw Cutting of Sidewalk 242 0 Infrared Seamless Patching 245 0 Landscaping, Maintenance 246 0 Ecological Restoration 250 0 Landscaping, Site. and Street 251 0 Parking Ramp Maintenance 252 0 Pavement Marking 255 0 Pavement Sealcoating and Crack Sealing 260 0 Petroleum Above/Below Ground Storage

Tank Removal/Installation 262 0 Playground Installer

Bridge Construction 501 0 Bridge Construction and/or Repair

Building Construction 401 0 Floor Covering (including carpet, ceramic tile installation,

rubber, VCT 402 0 Building Automation Systems 403 0 Concrete 404 0 Doors and Windows 405 0 Electrical - Power, Lighting & Communications 41 0 0 Elevator - Lifts 412 0 Fire Suppression. 413 0 Furnishings - Furniture and Window Treatments 415 0 General Building Construction, Equal or Less than $250,000 420 0 General Building Construction, $250,000 to $1,500,000 425 0 General Building Construction, Over $1,500,000 428 0 Glass and/or Glazif]g 429 0 Hazardous Material Removal 430 0 Heating, Ventilating and Air Conditioning (HVAC) 433 0 Insulation -Thermal 435 0 Masonry/Tuck pointing

State of Wisconsin Certifications

11 0 p Building Demolition

265 0 Retaining Walls, Precast Modular Units 270 0 Retaining Walls, Reinforced Concrete 275 0 Sanitary, Storm Sewer and Water Main

Construction 276 0 Sawcutting 280 0 Sewer Lateral Drain Cleaning/Internal TV Insp. 285 0 Sewer Lining 290 0 Sewer Pipe Bursting 295 0 Soil Borings 300 0 Soil Nailing 305 0 Storm & Sanitary Sewer Laterals & Water Svc. 31 0 0 Street Construction 315 0 Street Lighting 318 0 Tennis Court Resurfacing 320 0 Traffic Signals 325 0 Traffic Signing & Marking 332 0 Tree pruning/removal 333 0 Tree, pesticide treatment of 335 0 Trucking 340 0 Utility Transmission Lines including Natural Gas,

Electrical & Communications 399 ~ Other Asphalt Milling/Pulverizing

437 0 Metals 440 0 Painting and Wallcovering 445 0 Plumbing 450 0 Pump Repair 455 0 Pump Systems 460 0 Roofing and Moisture Protection 464 0 Tower Crane Operator 461 0 Solar Photovoltaic/Hot Water Systems 465 0 Soil/Groundwater Remediation 466 0 Warning Sirens 470 0 Water Supply Elevated Tanks 475 0 Water Supply Wells 480 0 · Wood, Plastics & Composites - Structural &

ArchiteCtural 499 0 Other ____________ _

1 0 Class 5 Blaster- Blasting Operations and Activities 2500 feet and closer to inhabited buildings for quarries, open pits and road cuts. ·

2 0 Class 6 Blaster- Blasting Operations and Activities 2500 feet and closer to inhabited buildings for trenches, site excavations, b_asements, underwater demolition, underground excavations, or structures 15 feet or less in height.

3 0 Class 7 Blaster-· Blasting Operations and Activities for structures greater than 15 ' in height, bridges, towers, and any of the objects or purposes listed as "Class 5 Blaster or Class 6 Blaster''.

4 0 Petroleum Above/Below Ground Storage Tank Removal and Installation (Attach copies of State Certifications.) 5 0 Hazardous Material Removal (Contractor to be certified for asbestos and lead abatement per the Wisconsin Department

of Health Services, Asbestos and Lead Section (A&LS).) See the following link for application: www.dhs.wisconsin.gov/Asbestos/Cert. State of Wisconsin Performance of Asbestos Abatement Certificate must be attached.

6 0 Certification number as a Certified Arborist or Certified Tree Worker as administered by the International Society of Arboriculture

7 0 Pesticide application (Certification for Commercial Applicator For Hire with the certification in the category of turf and landscape (3.0) and possess a current license issued by the DATCP)

8 0 State of Wisconsin Master Plumbers License. ·

Rev. 01/23/2019-13319contractBoilerplateSBE.doc A-3

Page 10: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION 8: PROPOSAL

Please refer to the Bid Express Website

at https:/ /bidexpress.com look up contract number

and go to Section 8: Proposal Page

You can access all City of Madison bid solicitations for FREE at www.bidexpress.com

Click on the "Register for Free" button and follow the instructions to register your company and yourself. You will be asked for a payment subscription preference, since you may wish to bid online someday. Simply choose the method to pay on a 'per bid' basis. This requires no payment until I unless you actually bid online. You can also choose the monthly subscription plan at this time. You will, however, be asked to provide payment information. Remember, you can change your preference at anytime. You will then be able to complete your free registration and have full access to the site. Your free access does not require completion of the 'Digital ID' process, so you will have instant access for viewing and downloading. To be prepared in case you ever do wish to bid online, you may wish to establish your digital ID also, since you cannot bid without a Digital I D.

If you have any problems with the free registration process, you can call the bid express help team, toll free at 1-888-352-2439 (option 1, option1).

Rev. 01/23/2019-B319contractBoilerplateSB E. doc B-1

Page 11: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION C: SMALL BUSINESS ENTERPRISE

Instructions to Bidders City .of Madison ·­

SBE Program Information

2 Small Business Enterpr-ise (SBE) Program Information

2.1 Policy and Goal

The City of Madison reaffirms its policy of nondiscrimination in the conduct of City business by maintaining a procurement process which remains open to all who have the potential and ability to sell goods and services to the City. It is the policy of the City of Madison to allow Small Business Enterprises (SBE) maximum feasible opportunity to participate in City of Madison contracting. The bidder acknowledges that its bid has been submitted in accordance with the SBE program and is for the public's protection and welfare.

Please refer to the "ADVERTISEMENT FOR BIDS" for the goal for the utilization of SBEs on this project. SBEs may participate as subcontractors, vendors and/or suppliers, which provide a commercially useful function. The dollar value for SBE suppliers or 'materials only' vendors shall be discounted to 60% for purposes of meeting SBE goals.

A bidder which achieves or exceeds the SBE goal will be in compliance with the SBE requirements of this project. In the event that the bidder is unable to achieve the SBE goal, the bidder must demonstrate that a good faith effort to do so was made. Failure to either achieve the goal or demonstrate a good faith effort to do so will be grounds for the bidder being deemed a non-responsible contractor ineligible for award of this contract.

A bidder may count towards its attainment of the SBE goal only those expenditures to SBEs that perform a commercially useful function. For purposes of evaluating a bidder's responsiveness to the attainment of the SBE goal, the contract participation by an SBE is based on the percentage of the total base bid proposed by the Contractor. The total base bid price is inclusive of all addenda.

Work performed by an SBE firm in a particular transaction can be counted toward the goal only if it involves a commercially useful function. That is, in light of industry practices and other relevant considerations, does the SBE firm have a necessary and useful role in the transaction, of a kind for which there is a market outside the context of the SBE Program, or is the firm's role a superfluous step added in an attempt to obtain credit towards goals? If, in the judgment of the Affirmative Action Division, the SBE firm will not perform a commercially useful function in the transaction, no credit towards goals will be awarded.

The question of whether a firm is performing a commercially useful function is completely separate from the question of whether the firm is an eligible SBE. A firm is eligible if it meets the definitional criteria and ownership and control requirements, as set forth in the City of Madison's SBE Program.

If the City of Madison determines that the SBE firm is performing a commercially useful function, then the City of Madison must then decide what that function is. If the commercially useful function is that of an SBE vendor I supplier that regularly transacts business with the respective product, then the City of Madison will count 60% of the value of the product supplied toward SBE goals.

Rev. 01/23/2019--8319contractBoilerplateSBE. doc C-1

Page 12: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

To be counted, the SBE vendor I supplier must be engaged in selling the product in question to the public. This is important in distinguishing an SBE vendor I supplier, which has a regular trade with a variety of customers, from a firm which performs supplier-like functions on an ad hoc basis or for only one or two contractors with whom it has a special relationship.

A supplier of bulk goods may qualify as an eligible SBE vendor I supplier if it either maintains an inventory or owns or operates distribution equipment With respect to the distribution equipment; e.g., a fleet of trucks, the term "operates" is intended to cover a situation in which the supplier leases the equipment on a regular basis for its entire business. It is not intended to cover a situation in which the firm simply provides drivers for trucks owned or leased by another party; e.g., a prime contractor, or leases such a party's trucks on an ad hoc basis for a specific job.

If the commercially useful function being performed is not that of a qualified SBE vendor I supplier, but rather that of delivery of products, obtaining bonding or insurance, procurement of personnel, acting as a broker or manufacturer's representative in the procurement of supplies, facilities, or materials, etc., only the fees or commissions will apply towards the goal.

For example, a business that simply transfers title of a product from manufacturer to ultimate purchaser; e. g., a sales representative who re-invoices a steel product from the steel company to the Contractor, or a firm that puts a product into a container for delivery would not be considered a qualified SBE vendor I supplier. The Contractor would not receive credit based on a percentage of the cost of the product for working with such firms.

Concerning the use of services that help the Contractor obtain needed supplies, personnel, materials or equipment to perform a contract: only the fee received by the service provider will be counted toward the goal. For example, use of a SBE sales representative or distributor for a steel company, if performing a commercially useful function at all, would entitle the Contractor receiving the steel to count only the fee paid to the representative or distributor toward the goal. This provision would also govern fees for professional and other services obtained expressly and solely to perform work relating to a specific contract

Concerning transportation or delivery services: if an SBE trucking company picks up a product from a manufacturer or a qualified vendor I supplier and delivers the product to the Contractor, the commercially useful function it is performing is not that of a supplier, but simply that of a transporter of goods. Unless the trucking company is itself the manufacturer or a qualified vendor I supplier in the product, credit cannot be given based on a percentage of the cost of the product. Rather, credit would be allowed for the cost of the transportation service.

The City is aware that the rule's language does not explicitly mention every kind of business that may contribute work on this project In administering these programs, the City would, on a case-by-case basis, determine the appropriate counting formula to apply in a particular situation.

2.2 Contract Compliance

Questions concerning the SBE Program shall be directed to the Contract Compliance Officer of the City of Madison Department of Civil Rights, Affirmative Action Division, 210 Martin Luther King, Jr. Blvd., Room 523, Madison, WI 53703; telephone (608) 266-4910.

Rev. 01/23/2019-<1319contractBoilerplateSBE.doc C-2

Page 13: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

2.3 Certification of SBE by City of Madison

2.4

The Affirmative Action Division maintains a directory of SBEs which are currently certified as such by the City of Madison. Contact the Contract Compliance Officer as indicated in Section 2.2 to receive a copy of the SBE Directory or you may access the SBE Directory online at www.citvofmadison.com/dcr/aaTBDir.cfm.

All contractors, subcontractors, vendors and suppliers seeking SBE status must complete and submit the Targeted Business Certification Application to the City of Madison Affirmative Action Division by the time and date established for receipt of bids. A copy of the Targeted Business Certification Application is available by contacting the Contract Compliance Officer at the address and telephone indicated in Section 2.2 or you may access the Targeted Business Certification Application online at www.cityofmadison.com/dcr/aaTBDir.cfm. Submittal of the Targeted Business Certification Application by the time specified does not guarantee that the applicant will be certified as a SBE .eligible to be utilized towards meeting the SBE goal for this project.

Small Business Enterprise Compliance Report

2.4.1 Good Faith Efforts

Bidders shall take all necessary affirmative steps to assure that SBEs are utilized when possible and that the established SBE goal for this project is achieved. A contractor who self performs a portion of the work, and is pre-qualified to perform that category of work, may subcontract that portion of the work, but shall not be required to do so. When a bidder is unable to achieve the established SBE goal, the bidder must demonstrate that a good faith effort to do so was made. Such a good faith effort should include the following:

2.4.1.1 2.4.1.2

2.4.1.3

2.4.1.4

2.4.1.5

2.4.1.6

2.4.1.7

2.4.1.8

2.4.1.9

2.4.1.10

2.4.1.11

Attendance at the pre-bid meeting. Using the City of Madison's directory of certified SBEs to identify SBEs from which to solicit bids. Assuring that SBEs are solicited whenever they are potential sources. Referring prospective SBEs to the City of Madison Affirmative Action Division for certification. Dividing total project requirements into smaller . tasks and/or

. quantities, where economically feasible, to permit maximum feasible SBE participation. Establishing delivery schedules, where requirements permit, which will encourage participation by SBEs. Providing SBEs with specific information regarding the work to be performed. Contacting SBEs in advance of the deadline to allow such businesses sufficient time to prepare a bid. Utilizing the bid of a qualified and competent SBE when the bid c:if such a business is deemed reasonable (i.e. 5% above the lowest bidder), although not necessarily low. Contacting SBEs which submit a bid, to inquire about the details of the bid and confirm that the scope of the work was interpreted as intended. Completion of Cover Page (page C-6), Summary Sheet (page C-7) and SBE Contact Reports (pages C-8 and C9) if applicable.

Rev. 01/23/2019-8319contractBoilerplateSBE.doc C-3

Page 14: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

2.4.2 Reporting SBE Utilization and Good Faith Efforts

The Small Business Enterprise Compliance Report is to be submitted by the bidder with the bid: This report is due by the specified bid closing time and date. Bids submitted without a completed SBE Compliance Report as outlined below may be deemed non-responsible and the bidder ineligible for award of this contract. Nothwithstanding any language to the contrary contained herein, the City may exercise its discretion to allow bidders to correct or supplement submissions after bid opening, if the minor discrepancy, bid irregularity or omission is insignificant and not one related to price, quality, quantity, time of completion, performance of the contract, or percentage of SBE utilization.

2.4.2.1

2.4.2.2

2.5 Appeal Procedure

If the Bidder meets or exceeds the goal established for SBE utilization, the Small Business Enterprise Compliance Report shall consist of the following:

2.4.2.1.1 2.4.2.1.2

Cover Page, Page C-6; and Summary Sheet, C-7.

If the bidder does not meet the goal established for SBE utilization, the Small Business Enterprise Compliance Report shall consist of the following:

2.4.2.2.1 2.4.2.2.2 2.4.2.2.3

Cover Page, Page C-6; Summary Sheet, C-7; and SBE Contact Report, C-8 and C-9. (A separate Contact Report must be completed for each applicable SBE which is not utilized.)

A bidder which does not achieve the established goal and is found non-responsible for failure to demonstrate a good faith effort to achieve such goal and subsequently denied eligibility for award of contract may appeal that decision to the Small Business Enterprises Appeals Committee. All appeals shall be made in writing, and shall be delivered to and received by the City Engineer no later than 4:30 PM on the third business day following the bidder's receipt of the written notification of ineligibility by the Affirmative Action Division Manager. Postmark not acceptable. The notice of appeal shall state the basis for the appeal of the decision of the Affirmative Action Division Manager. The Appeal shall take place in accordance with Madison General Ordinance 33.54.

2.6 SBE Requirements After Award of the Contract

The successful bidder shall identify SBE subcontractors, suppliers and vendors on the subcontractor list in 8ccordance with the specifications. The Contractor shall submit a detailed explanation of any variances between the listing of SBE subcontractors, vendors and/or suppliers on the subcontractor list and the Contractor's SBE Compliance Report for SBE participation.

No change in SBE subcontractors, vendors and/or suppliers from those SBEs indicated in the SBE Compliance Report will be allowed without prior approval from the Engineer and the Affirmative Action Division. The contractor shall submit in writing to the City of Madison Affirmative Action Division a request to change any SBE citing specific reasons which necessitate such a change. The Affirmative Action Division will use a general test of reasonableness in approving or rejecting the contractor's request for change. If the request is approved, the Contractor will make every effort to utilize another SBE if available.

Rev. 01/23/2019-<l319contractBoilerplateSBE.doc C-4

Page 15: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

The City will monitor the project to ensure that the actual percentage commitment to SBE firms is carried out. ·

2.7 SBE Definition and Eligibility Guidelines

A Small Business Enterprise is a business concern awarded certification by the City of Madison. For the purposes of this program a Small Business Enterprise is defined as:

A An independent business operated under a single management. The business may not be a subsidiary of any qther business and the stock or ownership may not be held by any individual or any business operating in the same or a similar field. In determining whether an entity qualifies as a SBE, the City shall consider all factors relevant to being an independent business including, but not limited to, the date the business was established, adequacy of its resources for the work in which it proposes to involve itself, the degree to which financial, equipment leasing and other relationships exist with other ineligible firms in the same or similar lines of work. SBE owner(s) shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their enjoyment interests, as demonstrated by an examination of the substance rather than form or arrangements that may be reflected in its ownership documents.

B. A business that has averaged no more than $4.0 million in annual gross receipts over the prior three year period and the principal owner(s) do not have a personal net worth in excess of $1.32 million.

Firm and/or individuals that submit fraudulent documents/testimony may be barred from doing business with the City and/or forfeit existing contracts.

SBE certification is valid for one (1) year unless revoked.

Rev. 01/23/2019-ll319contractBoilerplateSBE.doc C-5

Page 16: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION D: SPECIAL PROVISIONS

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING CONTRACT NO. 8319

It is the intent of these Special Provisions to set forth the final contractual intent as to the matter involved and shall prevail over the Standard Specifications and plans whenever in conflict therewith. In order that comparisons between the Special Provisions can be readily made, the numbering system for the Special Provisions is equivalent to that of the Specifications.

Whenever in these Specifications the term "Standard Specifications" appears, it shall be taken to refer to the City of Madison Standard Specifications for Public Works Construction and Supplements thereto.

SECTION 102.11: BEST VALUE CONTRACTING

This Contract shall be considered a Best Value Contract if the Contractor's bid is equal to or greater than $62,500 for a single trade contract; or equal to or greater than $306,000 for a multi-trade contract pursuant to MGO 33.07(7).

SECTION 104 SCOPE OF WORK

This contract includes pulverizing, milling and paving various streets that are included with the resurfacing program.

This contractor shall be required to coordinate with the other contractors performing work on the resurfacing program contracts.

In addition to the pulverizing and milling streets, there are three (3) locations that require surface paving: Frey Street & Sawyer Terrace, Meadowlands Phase 9, and Meadowlands Phase 10. All work required prior to paving is included in this contract. This work includes wedge cut grinding butt joints and around SASs, tack, and raising valve boxes to grade. Raising valve boxes to final grade on all the Groups shall be considered incidental to paving. If, however, excavation is required to adjust the valve box, the contractor shall be paid for this work with bid items.

One City of Madison Engineering lift station shall be paved. Engineering staff shall remove the existing asphalt and rough grade the parking lot to within two inches of final gravel grades and restore the site with topsoil, seed and matting. The contractor shall fine grade and place the Hot Mix Asphalt. The HMA shall be HMA Pavement 4 L T 58-28 S, placed in one lift of 3 inches.

LOCATION OF LIFT STATION 1550 COMANCHE GLEN

AREA 410 SY

SECTION 105.6 CONTRACTORS RESPONSIBILITY FOR WORK

The Contractor shall have at all times during the progress of construction one Superintendent as the agent for the Contractor on this work, who is thoroughly understanding of all aspects of the Resurfacing Program and shall receive instructions from the Engineer. The contractor shall verify that all valve castings operate and SAS and utility castings are in place and sealed before acceptance of the pulverized and shaped or milled street. The contractor shall repair as required by the Engineer.

SECTION 105.12 COOPERATION OF THE CONTRACTOR The City of Madison has been given to understand that the following work will be undertaken by others in approximately the same time frame and the same area as the proposed project. It shall be the Contractor's responsibility to verify this information and any subsequent changes in the scheduling of the work by others and to make corrections in his/her construction timetable as required. The Contractor shall coordinate the work under this contract with the work by others stated below.

Rev. 01/23/2019-<l319contract8oilerplateSBE.doc D-1

Page 17: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

It is anticipated that MG&.E will be replacing natural gas mains and services on the following streets:

S. STOUGHTON SERVICE RD KEELSON DR VALLEY RD

QUARTERDECK DR MILWAUKEE ST SHADYWOODWAY

MASTHEAD DR LANDFALL DR YELLOWSTONE DR QUIET LN

It is also anticipated that Madison Metropolitan Sewerage District (MMSD) and AT&T have manholes and/or handholes on some of the roads in this contract and these structures may need adjusting prior to paving.

A contract, Spring Harbor Greenway at Masthead (Nautilus Pond Reconstruction) (8325) will be let for construction that may occur during this project.

The City of Madison Engineering Division will be awarding a contract for curb & gutter replacement and casting adjustment (contract 8318) in conjunction with this contract.

Contractor.shall install pavement markings, within two (2) working days of surface paving, as included in this contract on the following streets:

ADVANCE RD TOMPKINS DR VONDRON RD PFLAUM RD E. BROADWAY SERVICE RD EDGEWOOD AVE SAWYER TERRACE

MILWAUKEE ST PROGRESS RD N. MILLS ST

S. STOUGHTON SERVICE RD

YELLOWSTONE DR AGRICULTURE DR GRANT ST FREY STREET

Traffic Engineering shall install pavement markings on the remaining streets as needed.

Traffic Engineering crews will be replacing or adding traffic signal loops after the pulverizing or milling and before the paving on the following streets with signal loops:

S. STOUGHTON RD SERVICE RD AGRICULTURE DR MILWAUKEE ST N. MILLS ST

Streets may be deleted or added to the above list. The contractor shall coordinate installation of any loop detectors and conduit with Traffic Engineering. The Contractor shall notify City Traffic Engineering 48 hours, (Bill Gilbertson 266A767), prior to final paving.

Cost to repair damage to traffic signal loops that occur after their installation due to Contractor negligence, and cost for extra work to install the traffic signal loops in newly paved streets due to improper notice to the Traffic Engineering Division, will be deducted from the contract.

SECTION 105.13 ORDER OF COMPLETION

Prior to beginning operations under this contract, Contractors involved in the Resurfacing Program shall meet collectively with the Engineer, at the pre-construction meeting, to establish a tentative list in what street order they will proceed. The Engineer shall have final approval regarding the tentative list.

The Contractor shall proceed on this contract so as not to cause delays to the contracts as noted in section 105.12. Delay costs in accordance with section 109.9 "LIQUIDATED DAMAGES" of the Standard Specification shall be assessed for each day that the contractors on the above listed contracts are delayed.

SECTION 106.1. SOURCE OF SUPPLY AND QUAUTY No work shall begin on this contract until such time that asphalt mix design(s) are approved by the City of Madison.

Rev. 01/23/201.9-B319contractBoilerplateSBE.doc D-2

Page 18: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION 107.1 PUBLIC CONVENIENCE AND SAFETY

Access to businesses shall be maintained at all times.

The contractor shall not work on streets abutting school property while school is in session unless approved by the Engineer.

Work at or near Walker Dr, Charleen Ln, Flint Ln, Lois Ln, Beehner Cir and Ralph Cir, Edgewood Ave, and N. Mills St shall not occur during the school year unless approved by the Engineer.

The following streets are bus routes. Contractor shall contact Madison Metro at least 7 days prior to starting work on the following streets:

N MILLS ST VONDRON RD PFLAUM RD AGRICULTURE DR ADVANCE DR STOUGHTON SERVICE RD MASTHEAD DR MILWAUKEE ST

SECTION 107.6 DUSTPROOFING

The Contractor shall take all necessary steps to control dust arising from operations connected with this contract. When ordered by the Engineer, the Contractor shall dust proof the construction area by using power sweepers and water. Dustproofing shall be incidental with operations connected with this contract.

SECTION 107.7 MAINTENANCE OF TRAFFIC

The Contractor shall be responsible for installing and maintaining traffic control in accordance with the approved Traffic Control Plan and as directed by the City Traffic Engineer. The traffic control plan may need to be altered as conditions change in the field or as unexpected conditions occur. This may include relocating existing traffic control or providing additional traffic control. The Contractor shall install and maintain any necessary modifications or additions to the traffic control, as directed by the City Traffic Engineer, at no cost to the City.

All signing and barricading shall conform to the Federal Highways Administrations "Manual on Uniform Traffic Control Devices" (MUTCD).

No construction equipment or materials shall be stored in the peak hour restriction roadway or street right-of-way that is open to traffic during non-working hours.

The Traffic Control Plan shall be submitted to the office of the City Traffic Engineer, at 215 Martin Luther King, Jr. Blvd, Suite 100, Madison, WI 53703, a minimum of five (5) working days prior to the pre­construction meeting. The Traffic Control Plans shall address all requirements of this section of the Special Provisions. The successful bidder shall work with the City Traffic Engineering Division to develop approved Traffic Control Plans. The Contractor shall not start work on this project until the Traffic Engineering Division has approved a traffic control plan and traffic control devices have been installed, in accordance with the approved plan. Failure of the Contractor to obtain approval of a Traffic Control Plan, as specified above, may prevent the Contractor from starting work and shall be considered a delay of the project, caused by the Contractor.

The Contractor shall submit acceptable Traffic Control Plans for the following streets to be resurfaced:

S STOUGHTON RD SERVICE RD PFLAUM RD GRANT ST

E BROADWAY SERVICE RD VONDRON RD N MILLS ST

AGRICULTURE DR MILWAUKEE ST EDGEWOOD AVE

Contact Thomas Moh( Traffic Engineering Division, 267-8725, with any questions concerning these traffic control specifications.

Rev. 01/23/2019-8319contractBoilerplateSBE.doc D-3

Page 19: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Refer to section 403. 1 of the City of Madison Standard Specifications for Traffic Control.

Traffic Control and Mobilization shall be paid per the following street groupings:

GROUP A S STOUGHTON RD SERVICE RD

GROUP B E BROADWAY SERVICE RD

AGRICULTURE DR

GROUP C SEIFERTH RD TOMPKINS DR PROGRESS RD

ADVANCE RD

GROUP D DAFFODIL LN

VIOLET LN VIOLET CR HAMLET PL

GROUPE FLINT LN WALKER DR RALPH CIR BEEHNER CIR

CHARLEEN LN LOIS LN

GROUP F PEBBLE BEACH DR

GROUP G VALLEY RD SHADY WOOD WAY

QUIET LN

GROUP H KALAS ST AMMERMAN CIR

BEA CIR

-GROUP I QUARTERDECK DR

MASTHEAD DR LANDFALL DR KEELSON DR

GROUPJ PFLAUM RD

VONDRON RD

GROUP K E OAKBROOK CIR W OAKBROOK CIR OAKBROOKCR

CROSSBRIDGE CT SANDYCT · STONEHEDGE CT OAK GLEN CT

GROUP L MILWAUKEE ST

GROUP M N YELLOWSTONE DR

GROUP N MILLS, EDGEWOOD & GRANT

GROUP 0 FREY/SAWYER & MEADOWLANDS PHASE 9 & 10

If streets are added or deleted to Group A through Group 0, compensation shall be increased or decreased for the change in Traffic Control.

The unit price bid for items 1 0701 R, 10701 S or 1 070 1T shall be used for additions and deletions to the groups above or if additional streets are added.

The unit price bid for item 10911 R shall be used for additions and deletions to the groups above or if additional streets are added. ·

Rev. 01/23/2019-8319contractBoilerplateSBE. doc D-4

Page 20: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

BID ITEM 10701R- TRAFFIC CONTROL- LOCAL STREET {undistributed)

DESCRIPTION This bid item shall be used for streets added/deleted to the list of streets contained in this contract. Local streets are those streets defined as "LOCAL" on the City of Madison Highway and Street Functional Classification Map. Work under this item shall include providing traffic control in accordance with Section 403.1 of the City of Madison Standard Specifications and the Federal Highways Administration "Manual on Uniform Traffic Control Devices" (MUTCD).

METHOD OF MEASUREMENT Traffic control - Local street shall be measured by the unit of Each per street added/deleted to the contract.

BASIS OF PAYMENT Traffic Control - Local Street measured as provided above shall be paid for at the contract unit price per Each which shall be full compensation for all work, materials, labor and incidentals required to complete the work as set forth in the description.

BID ITEM 10701S- TRAFFIC CONTROL- MAJOR STREET, TWO LANES {undistributed)

DESCRIPTION This bid item shall be used for streets added/deleted to the list of streets contained in this contract. Major streets, two lanes are defined on the City of Madison Highway and Street Functional Classification Map. Work under this item shall include providing traffic control in accordance with Section 403.1 of the City of Madison Standard Specifications and the Federal Highways Administration "Manual on Uniform Traffic Control Devices" (MUTCD).

METHOD OF MEASUREMENT Traffic control- Major Street, two lanes shall be measured by the unit of Each per street added/deleted to the contract.

BASIS OF PAYMENT Traffic Control- Major Street, two lanes measured as provided above shall be paid for at the contract unit price per Each which shall be full compensation for all work, materials, labor and incidentals required to complete the work as set forth in the description.

BID ITEM 10701T- TRAFFIC CONTROL - MAJOR STREET, MORE THAN TWO LANES {undistributed) DESCRIPTION This bid item shall be used for streets added/deleted to the list of streets contained in this contract. Major streets, more than two lanes are defined on the City of Madison Highway and Street Functional Classification Map. Work under this item shall include providing traffic control in accordance with Section 403.1 of the City of Madison Standard Specifications and the Federal Highways Administration "Manual on Uniform Traffic Control Devices" (MUTCD).

METHOD OF MEASUREMENT Traffic control - Major Street, more than two lanes shall be measured by the unit of Each per street added/deleted to the contract.

BASIS OF PAYMENT Traffic Control - Major Street, more than two lanes measured as provided above shall be paid for at the contract unit price per Each which shall be full compensation for all work, materials, labor and incidentals "required to complete the work as set forth in the description.

Rev. 01/23/2019-<3319contractBoilerplateSBE.doc D-5

Page 21: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

PEAK HOUR RESTRICTIONS

The Contractor and any subcontractor for the Street Resurfacing Program shall be required to adhere to peak hour traffic restrictions between the hours of 7:00a.m. to 8:30a.m. and 4:00p.m. to 5:30p.m. on the below listed streets. No work shall be done between these hours.

S STOUGHTON RD SERVICE RD PFLAUM RD GRANT ST

E BROADWAY SERVICE RD VONDRON RD N MILLS ST

SECTION 109.2 PROSECUTION OF THE WORK

AGRICULTURE DR MILWAUKEE ST EDGEWOOD AVE.

The Contractor shall begin work on this project on or before MAY 1, 2019. Work shall begin only after the start work letter is received. If it is desirable to begi.n work before the above mentioned date, the Contractor shall establish a mutually acceptable date with the City Engineer (contact the Construction Engineer at 266-9091). The work called for by this contract shall be completed in ONE-HUNDRED (100) WORK DAYS. The time of completion will be computed in accordance with Section 109.7 of the Specifications starting with the latest start date shown or the actual date work begins whicheve.r: is sooner.

Milwaukee St paving shall be completed with tandem paving.

SECTION 109.5 METHODS AND EQUIPMENT

The Contractor shall inspect and certify, in writing, that all sewer access points are in place, sealed and free of debris prior to leaving each site. If there is any debris in the sewer access points that the Contractor feels is not their responsibility they shall promptly bring it to the. attention of the Project Engineer before beginning work. The paving contractor shall verify operation of all valve castings within 24 hours of placement of the lower layer of asphalt. Any repairs required to the new pavement shall be by infrared method or approved by Engineer. ·

ARTICLE 402 -ASPHALT CONSTRUCTION

The contractor shall ramp castings and turn down water boxes that will be under traffic with HMA on Milwaukee St.

BID ITEM 90001- LIFT STATION PAVING

DESCRIPTION

One City of Madison Engineering lift station parking lot located at 1550 Comanche Glen shall be resurfaced. This work shall consist of fine grading and paving with HMA. As mentioned before, Engineering staff shall remove the existing asphalt and rough grade the parking lot to within two inches of final gravel grades. The HMA shall be HMA Pavement 4 L T 58-28 S, placed in one lift of 3 inches. The contractor shall place the gravel and HMA to the line and grade as established by Engineering. Restoration shall be completed by Engineering staff. All mobilization and traffic control shall be incidental to the above bid item.

METHOD OF MEASUREMENT

Lift Station Paving shall be measured by the unit Square yard.

BASIS OF PAYMENT

Lift Station Paving measured as stated above is full compensation for providing all materials except CABC; for fine grading; paving; equipment; labor; traffic control and mobilization and incidentals required to complete the work as set forth in the description. ·

Rev. 01/23/2019-<l319contractBoilerplateSBE.doc D-6

Page 22: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

BID ITEM 90002 -ASPHALT REJUVENATOR

DESCRIPTION

This work shall consist of furnishing all labor, material and equipment necessary to perform all operations for the application of Asphalt rejuvenator on Milwaukee St, Masthead Dr, Quarterdeck Dr, Landfall Dr, Keelson Dr, Grant St, and Yellowstone Dr, which shall be Reclamite Emulsified Maltene-Based Asphalt Rejuvenating Agent or an approved equivalent to bituminous asphaltic concrete surface courses. The rejuvenation of surface courses shall be by spray application of a cationic Maltene-Based Rejuvenating Agent composed of petroleum oils and resins emulsified with water. The base used for the emulsion shall be naphthenic. All work shall be in accordance with the specifications, any applicable drawings, and subject to the terms and conditions of this contract

The Contractor shall present samples of materials, laboratory reports, calibration reports, and proof of work experience as required by these specifications to the Project Engineer prior to beginning work.

MATERIALS

Material Specifications: The emulsion will be a naphthenic maltene-based rejuvenating agent composed of four petroleum maltene components (listed below) uniformly emulsified with water. Each bidder must submit with his bid a certified statement from the asphalt rejuvenator manufacturer showing that the asphalt rejuvenating emulsion conforms to the required physical and chemical requirements.

THE ASPHLAT REJUVENATOR SHALL MEET THESE SPECIFICATIONS:

Property Viscosity @ 25°C, SFS

Residue, w%

Miscibility Test

Sieve Test, w%

Particle Charge Test

Tests on Distillation Residue:

Flash Point, COC, C

Viscosity@ 60C, C

Asphaltenes, %w

Maltene Dist Ratio (Polar Compounds) + (First Acidaffins) (Saturates) + (Second Acidaffins)

Polar Compounds/Saturates Ratio

Asphaltenes, w% Saturated Hydrocarbons, w%

Rev. 01 /23/2019-B319contractBoilerplateSBE.doc

Test Method ASTM D244

D244 (Mod)3

D244 (Mod.)2

D244(Mod.) 1

D244

D92

D2170

D2006-70

D2006-70

D2006-70

D2006-70 02006-70

D-7

Min. 15

60

2

196

100

0.3

0.5

1.0 21

Requirements Max.

40

65

Pass

0.1

Positive

200

1.00

0.6

28

Page 23: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

1- Test procedure identical with ASTM D-244 except that distilled water shall be used in place of two (2) percent sodium oleate solution.

2- Test procedure identical with ASTM D-244 except that .02 Normal Calcium Chloride solution shall be used in place of distilled water.

3- ASTM D-244 Modified Evaporation Test for percent of residue is made by heating 50 gram sample to 149 C (300 F) until foam ceases, then cool immediately and calculate results.

Material Performance: The rejuvenating agent shall have record of at least two years of satisfactory service as asphalt rejuvenating agent and in-depth sealer. Satisfactory service shall be based on the capability of the material to penetrate, replace lost maltene fractions, and decrease the viscosity and increase the penetration value of the in-place asphalt binder as follows; the viscosity shall be reduced by a minimum of forty-five (45) percent, the penetration value shall be increased by a minimum of twenty-five (25) percent. Testing shall be performed by an independent testing laboratory on extracted asphalt cement from pavement to a depth of three-eighths inch (3/8"). In addition, the pavement shall be in-depth sealed to prevent the intrusion of air and water.

The bidder must submit with their bid:

1. Asphalt Rejuvenator product name and descriptive literature. Literature shall be descriptive and detailed information and shall show it at least meets the material specifications.

2. A current Material Safety Data Sheet (MSDS) for the material.

3. The manufacturer's certification that the material proposed for use is in compliance with these specification requirements.

4. Previous use documentation and test data conclusively demonstrating that the rejuvenating agent has been used successfully for a period of two years by government agencies such as Cities, Counties, or DOT's.

5. Testing data from a minimum of five projects showing that the asphalt rejuvenating agent has been proven to perform, as heretofore required, through field testing by an independent testing laboratory as to the required change in the asphalt binder viscosity and penetration number.

CONSTRUCTION

Applicator Experience: The asphalt rejuvenating agent shall be applied by an experienced applicator of such material. The Contractor must submit with his bid a list of five (5) projects on which he applied said rejuvenator. He shall indicate the project dates, number of square yards treated in each and the name and phone number of the manager in charge of each project.

A project superintendent knowledgeable and experienced in application of the asphalt rejuvenating agent must be present and in control of each day's work. The bidder shall submit at the preconstruction meeting a written experience outline of the project superintendent.

Application Temperature and Weather Limitations: The temperature of the asphalt rejuvenation emulsion, at the time of application shall be as recommended by the manufacturer. The asphalt rejuvenating agent shall be applied only when the existing surface to be treated is thoroughly dry. The asphalt rejuvenating agent shall not be applied when the ambient temperature is below 40 degrees Fahrenheit or when temperatures are forecasted to fall below 35 degrees Fahrenheit within twenty-four (24) hours of application. It shall be the discretion of the Construction Engineer to determine when weather conditions are not appropriate for the application to occur. Contractor shall halt the application process when so ordered by the Construction Engineer.

Rev. 01/23/2019-8319contractBoilerplateSBE. doc D-8

Page 24: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Handling of Asphalt Rejuvenating Agent Contents in tank cars or storage tanks shall be circulated at least forty-five minutes before withdrawing any material for application. When loading the distributor, the asphalt rejuvenating agent concentrate shall be loaded first and then the required amount of water shall be added. The water shall be added into the distributor with enough force to cause agitation and thorough mixing of the two (2) materials. To prevent foaming, the discharge end of the water hose or pipe shall be kept below the surface of the material in the distributor which shall be used as a spreader. The distributor truck will be cleaned of all of its asphalt materials, and washed out to the extent that no discoloration of the emulsion may be perceptible. Cleanliness of the spreading equipment shall be subject to inspection and the Contractor shall halt the application process when so ordered by the Construction Engineer.

Application Equipment: The distributor for spreading the emulsion shall be self- propelled, and shall have pneumatic tires. The distributor shall be designed and equipped to distribute the asphalt rejuvenating agent uniformly on variable widths of surface at readily determined and controlled rates from 0.05 to 0.5 gallons per square yard of surface, and with an allowable variation from any specified rate not to exceed five (5) percent of the specified rate.

Distributor equipment shall include full circulation spray bars, pump tachometer, volume measuring device and a hand hose attachment suitable for application of the emulsion manually to cover areas inaccessible to the distributor. The distributor shall be equipped to circulate and agitate the emulsion within the tank. A check of distributor equipment as well as application rate accuracy and uniformity of distribution shall be made when directed by the Construction Engineer.

The truck used for sanding shall be equipped with a spreader that allows the sand to be uniformly distributed onto the pavement. The spreader shall be able to apply 1 to 4 pounds of sand per square yard in a single pass. The spreader shall be adjustable so as to not broadcast sand onto driveways or tree lawns. Any equipment which is not maintained in full working order, or is proven inadequate to obtain the results prescribed, shall be repaired or replaced at the direction of the Construction Engineer.

Application of Rejuvenating Agent: The asphalt rejuvenating agent shall be applied by a distributor truck at the temperature recommended by the manufacturer and at the pressure required for the proper distribution. The emulsion shall be so applied that uniform distribution is obtained at all points of the areas to be treated.

Distribution shall be commenced with a running start to insure full rate of spread over the entire area to be treated. Areas inadvertently missed shall receive additional treatment as may be required by a hand sprayer application. Application of the asphalt rejuvenating agent shall be on no more than one-half width of the pavement at a time. When the second half of the surface is treated, the nozzle nearest the center of the road shall overlap the previous by at least one-half the width of the nozzle spray. In any event the construction joint of the pavement shall be treated in both passes of the distributor truck.

Before spreading, the asphalt rejuvenating agent shall be blended with water at the rate of 60% rejuvenating agent and 40% water, by volume or as specified by the manufacturer. The combined mixture of asphalt rejuvenating agent and water shall be spread at the rate of 0.05 to 0.10 gallons per square yard, or as approved by the Construction Engineer following field testing. Where more than one application is to be made, succeeding applications shall be made as soon as penetration of the preceding application has been completed and approval is granted for additional applications by the Construction Engineer. Grades or super elevations of surfaces that may cause ex;cessive runoff in the opinion of the Construction Engineer· shall have the required amounts applied in two (2) or more applications as directed. Said treatment shall be uniformly applied by a method acceptable to the Construction Engineer.

Care should be taken during all rejuvenator applications to not get excessive material on the curb and gutter. Additional cleaning may be required if this occurs at the contractor's expense. After the rejuvenating emulsion has penetrated, a coating of sand shall be applied to the surface in sufficient amount to protect the traveling public as required by the Construction Engineer. The Contractor shall furnish a quality inspection report showing the source and manufacturer of asphalt rejuvenating agent. When directed by the Construction Engineer, the Contractor shall take representative samples of material for testing.

Rev. 01/23/2019-8319contractBoilerplateSBE.doc D-9

Page 25: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Street Sweeping: The Contractor shall be responsible for sweeping and cleaning of the streets prior to and after treatment. Prior to treatment, the street will be cleaned of all standing water, dirt, leaves, foreign materials, etc. This work shall be accomplished by hand brooming, power blowing or other methods approved by the Construction Engineer. If hand cleaning is not sufficient, then a self-propelled street sweeper shall be used. All sand used during the treatment must be removed no later than forty-eight (48) hours after treatment of the street. This shall be accomplished by a combination of hand and mechanical sweeping. All turnouts, cui-de-sacs, etc. must be cleaned and free of any material that would interfere with the treatment. All debris generated by sweeping shall be picked up and disposed of by the contractor. Street sweeping shall be included in the price bid per square yard for asphalt rejuvenating agent. If after sand is swept and it is determined that a hazardous condition exists on the roadway, the Contractor must apply additional sand and sweep no later than twenty-four (24) hours following reapplication. No additional compensation will be allowed for reapplications and removal of sand.

Traffic Control and Safety: The Contractor shall schedule operations and carry out the work in a manner consistent with the traffic control specifications. Treated portions of the pavement surfaces shall be kept closed and free from traffic until penetration has become complete and the area is suitable for traffic. Cure time shall be no longer than 90 minutes. The Contractor shall notify the Construction Engineer the schedule of treatment each day.

Spreading/Ordering of Sand or Screenings: The Contractor will furnish and apply sand or lime screenings as required by the Construction Engineer if the street is open- to traffic. The contractor shall furnish all equipment, tools, labor and incidentals necessary to perform the sanding operation in accordance with this contract. Spreading shall consist of applying free flowing sharp sand, FA2 or limestone screenings to insure even distribution of the sand or screenings to be worked into any voids in the payment surface as directed by Construction Engineer. A twin spinner, rubber belt feed system aggregate distributor shall be used for uniform application. The aggregate distributor shall apply sand or screenings at a rate of 1-4 pounds per square yard.

Aggregate distributor must be able to carry enough aggregate to cover an applied load of the rejuvenating agent, at least (9) nine tons. Repeated sanding may be required on some areas of pavement and contractor must be available on an as needed basis to provide the required sanding.

METHOD OF MEASUREMENT

Asphalt Rejuvenator shall be measured by the Square Yard acceptably installed.

BASIS OF PAYMENT

Asphalt rejuvenator, measured as provided above, will be paid for at the contract unit price, which shall be full compensation for furnishing all materials, equipment, sweeping, labor, testing and incidentals to complete the work as specified.

BID ITEM 90003- GRAVEL SHOULDERING

DESCRIPTION

The work under this item shall consist of installing a minimum 3 foot wide gravel shoulder along the sides of the existing roadway. E. Broadway Service Rd and Milwaukee St (east of Thompson Dr) are the two locations in this project needing gravel shouldering. The shoulder shall meet the proposed pavement grade and be flush with the asphalt pavement once completely compacted, then taper off to match existing grade. Provide aggregate shoulder material compacted to a 4:1 or flatter cross slope from the surface of the pavement edge. After final compaction, shape the shoulders to remove all longitudinal ridges to ensure proper drainage. The work shall consist of grading, installing, compacting, watering as necessary, cleaning adjacent pavement after the gravel shoulder is install.

Rev. 01/23/2019-8319contractBoilerplateSBE.doc D-10

Page 26: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

MATERIALS

Gravel shouldering shall consist of Crushed Aggregate Base Course Gradation 2 or 3.

MEASUREMENT AND PAYMENT

Gravel Shouldering shall be measured by the lineal foot installed.

BASIS OF PAYMENT

Gravel Shouldering shall be paid based on price to properly install a three foot gravel shoulder along both sides of the street as described under this bid item. Payment shall be full compensation for furnishing, placing, watering, drying, compacting, and maintaining the gravel shouldering; for preparing foundation; for stockpiling, if required; and for furnishing all labor, tools, equipment and incidentals necessary to complete the work, without damaging the new asphaltic pavement and/or the pavement markings.

BID ITEM 90004- HIGH FRICTION COLORED SURFACE-GREEN

DESCRIPTION

This work consists of furnishing and applying a high friction surfacing system in accordance with this Section and in conformity with the lines and details shown on the plans. The field installed system shall consist of a Methyl Methacrylate (MMA) resin system that is used for pavement area markings and anti-skid surfacing to provide high friction resistance and the desired color. The color of the High Friction Colored Surface shall be Bike Lane Green.

The manufacturer's technical representative shall come to the construction site to train Department and Contractor personnel prior to surface treatment and shall be available during application as necessary or contractor shall provide documentation from manufacturer's representative endorsing contractor as qualified to install the material.

MATERIALS

General: Use Color-Safe Pavement Marking with Anti-Skid Surface by Transpo Industries or an approved equal. Use a MMA based resin system capable of retaining an aggregate topping under vehicular traffic conditions. Install High Friction Colored Surface in accordance with manufactures specifications.

The MMA based resin system shall comply with chromaticity requirements in accordance with MUTCD Interim Approval for Optional Use of Green Colored Pavement for Bike Lanes.

MMA Based Resin System: The MMA based resin system shall meet the following requirements:

Property

Tensile Strength @ 7 days, psi, minimum 1000 Hardness, ShoreD, minimum Gel Time, minutes, minimum Cure Rate, hours, maximum Water Absorption @ 24 hours, max.

Value Test Method

ASTM D 638 80 ASTM D 2240 10 ASTM D 2471 3 Film@ 75°F

0.25% ASTM D 570

Aggregate: The aggregate shall be high friction crushed Bauxite, Granite, or gravel. The aggregate will be delivered to the construction site in clearly labeled bags or sacks. The aggregate shall be clean, dry and free from foreign matter. The aggregate shall meet the following requirements:

Property Aggregate Abrasion Value, Aggregate Grading,

Rev. 01/23/2019-8319contractBoilerplateSBE.doc -

Value maximum 20

D-11

Test Method LA Abrasion

Page 27: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

No 6 Sieve Size, No 16 Sieve Size,

Aggregate Color

minimum passing, 95% maximum passing, 5%

Green

Certification:- Finished surface shall have a minimum 60 FN40R in accordance with ASTM E274) of aggregate bonded to a vehicular bearing surface using the modified epoxy binder.

CONSTRUCTION METHODS

General: Apply High Frictjon Coiored Surface in accordance with manufactures specifications.

Preparation: Prepare surfaces so that they are clean, dry, and free of all dust, oil, debris and any other material that might interfere with the bond between the epoxy binder material and existing surfaces. The manufacturer's representative will determine if all surfaces have been adequately cleaned.

Protect utilities, drainage structures, curbs and any other structure within or adjacent to the treatment location against the application of the surface treatment materials. Cover and protect all existing pavement markings that are adjacent to the application surfaces as directed by the Engineer. Remove by grinding any pavement markings that conflict with the surface application and thoroughly sweep or vacuum the surface clean prior to the epoxy binder application.

Pre-treat joints and cracks greater than 1/4 inches in width and depth with the mixed epoxy specified herein or by using an alternative procedure proposed by the manufacturer and agreed upon by the Engineer. Proceed with the epoxy binder and aggregate topping installation once the epoxy, in the pre-treated areas, has gelled or once the alternative procedure has been accomplished.

For applications on new pavements, install the high friction epoxy binder and aggregate topping a minimum of 20 days after the placement of the underlying and adjacent pavement.

Mixing and Application of MMA based resin system and Aggregate Wearing Course: Utilize one of the following methods for the application of the MMA based resin system, as applicable.

1) Hand mixing and application: Proportion the MMA based resin system as recommended by the manufacturer, and mix using a low speed, high torque drill fitted with a helical stirrer. Hand-apply the mixed components onto a prepared pavement surface at a thickness recommended by the manufacturer. Uniformly spread hand-applied base binder onto the substrate surface by means of a serrated edge squeegee.

2) Mechanical mixing and application: Apply the MMA based resin system material by a truck mounted application machine onto the pavement section to be treated in varying widths at a uniform application thickness. Proceed with operations in such a manner that will not allow the MMA based resin system material to separate in the mixing lines, cure, dry, or otherwise impair retention bonding of the high friction surfacing aggregate. Apply the mixed components mechanically onto the prepared pavement surface with a uniform thickness of 50 to 100 mils. Immediately, mechanically apply the high friction surfacing aggregate in a uniform, continuous manner.

For either of the above methods, do not use vibratory or impact type compaction on the aggregate after placement. Use only lightweight rollers to seat the aggregate topping without crushing the aggregate. Complete coverage of the "wef' MMA based resin system material with aggregate is necessary to achieve a uniform surface. No exposed wet spots shall be visible once the aggregate is placed.

Curing: Allow the high friction aggregate topped MMA based resin system to cure in accordance with manufacturer recommendations. Protect treated surfaces from traffic and environmental effects until the area has cured.

Rev. 01/23/2019-<l319contractBoilerplateSBE.doc D-12

Page 28: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Removal of Excess Aggregate: Remove the excess aggregate by hand brooms, mechanical sweeping, or vacuum sweeping before opening to traffic. Excess aggregate can be reused on the following day's installation, provided the aggregate is clean, uncontaminated, and dry.

The Engineer may require additional mechanical or vacuum sweeping as necessary after the system fully cures and the treated surface is open to traffic.

PERFORMANCE REQUIREMENTS

Raveling and Delamination: Remove and replace high friction colored surface treatment that ravels, delaminates, or wears off within 90 days after placement, unless approved to remain in place by the Engineer. The limits of removal and replacement shall be approved by the Engineer. The replaced high friction colored surface treatment shall meet the requirements of this sub-article.

Warranty: The MMA based resin system material shall be installed per plans and specification. The Engineer will notify the Contractor within 48 hours of installation regarding any of the MMA based resin system material that is installed not to specification or to the satisfaction of the Engineer. Non conforming MMA based resin system material shall be removed at no charge to the City and replaced with conforming product.

The warranty period in reference to the following points is to be 3 years from date of installation. Warranty of the following items shall be submitted in writing by the Contractor or his installer prior to the pre­construction meeting.

• The MMA based resin system material will maintain its original color in the surface area throughout the 'warranty period' with the exception of natural weathering, tire and dirt deposits and abnormal markings applied after installation.

• Friction will achieve a minimum BPN of 60 in accordance with ASTM E-303 • The MMA based resin system material will maintain its skid resistance qualities in 100% of its

surface area to never fall below a BPN of 60 during the 'warranty period'. • With the exception of structural cracking or excessive movement of the surface beneath the two­

part modified epoxy material will not be subject to excessive cracking in its surface.

METHOD OF MEASUREMENT

High Friction Colored surface will be measured in square foot, completed and accepted. No deduction will be made for the areas occupied by manholes, inlets, drainage structures, pavement markings or by any public utility appurtenances within the area.

BASIS OF PAYMENT

Payment for this work, measured as provided above, will be made under: High Friction Colored Surface at the contract unit price per square foot, which shall be full compensation for all work, materials, labor, and incidentals required to complete the work as specified, including any re-application or repair required under the Performance Requirements and Warranty as provided herein.

RESURFACING 2019- PAVEMENT PULVERIZING & PAVING (Contract 8319)

STREET

PULVERIZED STREETS S STOUGHTON RD SERVICE RD E BROADWAY SERVICE RD AGRICULTURE DR SEIFERTH RD TOMPKINS DR PROGRESS RD ADVANCE RD

Rev. 01/23/2019-8319contractBoilerplateSBE.doc

BUCKEYE RD FEMRITE DR FEMRITE DR PFLAUM RD S STOUGHTON RD SERVICE RD N END PFLAUM RD

D-13

PFLAUM RD E BROADWAY 565 FT S OF FEMRITE DR TOMPKINS DR PROGRESS RD 1170 FT S OF TOMPKINS DR PROGRESS RD

Page 29: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

VIOLET CIR VIOLET LN HAMLET PL DAFFODIL LN

· FLINT LN CHARLEEN LN LOIS LN WALKER DR

, RALPH CIR BEEHNER CIR PEBBLE BEACH DR VALLEY RD SHADY WOOD WAY QUIET LN KALAS ST AMMERMAN CIR BEA CIR QUARTERDECK DR MASTHEAD DR MASTHEAD DR LANDFALL OR KEELSON DR PFLAUM RD VONDRON RD E OAKBROOK CIR W OAKBROOK CIR OAKBROOK CIR CROSSBRIDGE CT SANDY CT STONEHEDGE CT OAK GLEN CT N YELLOWSTONE DR MILWAUKEE ST

MILLED STREETS (FULL WIDTH) MILWAUKEE ST N. MILLS ST EDGEWOOD AVE GRANT ST

HAMLET PL HAMLET PL SWANTON RD MILWAUKEE ST ACEWOOD BLVD WALKER DR WALKER DR MILWAUKEE ST MEADOWLARK DR MEADOWLARK DR 283FT N OF PINEHURST CIR RETANA DR VALLEY RD SHADY WOOD WAY DROSTER RD KALAS ST KALAS ST INNER DR ISLAND DR NAUTILUS DR NAUTILUS DR INNER DR AGRICULTURE DR E BUCKEYE RD W OAKBROOK CIR N HIGH POINT RD E OAKBROOK CIR E OAKBROOK CIR W OAKBROOK CIR W OAKBROOK CIR W OAKBROOK CIR INNER DR THOMPSON DR

N WALBRIDGE AVE REGENT ST MONROEST MONROE ST

SURFACNG PAVING ONLY (SUBDIVISIONS) FREY STREET SAWYER TERRACE MEADOWLANDS PHASES 9 & 10

Rev. 01/23/2019-<1319contractBoilerplateSBEdoc D-14

N END DAFFODIL LN DAFFODIL LN HAMLET PL MEADOWLARK DR FLINT LN MEADOWLARK DR FLINT LN E END E END SAUK RIDGE TRL KEVINSWAY QUIET LN VALLEY RD S THOMPSON DR SEND N END MASTHEAD DR NAUTILUS DR QUARTERDECK DR QUARTERDECK DR QUARTERDECK DR VONDRON RD PFLAUM RD OAKBROOK CIR OAKBROOK CIR TREE LN N END N END SEND SEND EVERGLADE DR 1-90 BRIDGE

THOMPSON DR NORTH OF SPRING ST FOX AVE DRAKE ST

Page 30: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

PROJECT# 11507 CONTRACT# 7862

Rev. 01/23/2019-<1319contractBoilerplateSBE.doc

4 LT 58-28 S 2"

4 L T 58-28 S 1.75"

4 LT 58-28 S 1.75"

GRAND TOTAL

D-15

2680

5223

2865

1380

100 325 135

200 630 260

50 300 145

50 150 70

Page 31: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

... -~~'

(\

i/6" ./~~

.//;!;;~ /;:o t)

11

/ 9

/

,./

RESURFACING 2019-11856 SHEET NO

M-1

~®');;;;=-- PAVEMENT MARKING PlAN

ADVANCE RD CITY OF MADISON

ADVANCE RO

Notes: -Continental Crosswalks are 12' wide with 18" bars and 24" gaps -Dimensions are from center of marking and/or face of curb -Bike lanes are typically 6' from face of curb -Stop bars are typically 4' from crosswalk -Contact Tom Mohr, City Traffic Engineering, (608) 267-8725 with questions

""" Callout Description ~ -.....;;;:

1 2 3 4 5 6 7 8 9

10 11 12 13

14 15 16 17 18

Pavement Marking Epoxy, 6-lnch White Skips, (10' Line, 30' Gap) Pavement Marking Epoxy, 4-lnch, Solid White Pavement Marking Epoxy, 8-lnch Solid White Pavement Marking Epoxy, Word, "ONLY" ' Pavement Markin>:~ Epoxy, 24-lnch White, Stop Line Pavement Marking Epoxy, 6-lnch White, Crosswalk Pavement Marking Epoxy, Symbol, Bike Lane Pavement Marking Epoxy, 4-lnch Double Yellow Pavement Marking Epoxy, 6-lnch Yellow Skips (10' Line, 30' Gap) Pavement Marking Epoxy, Symbol, Left Arrow Pavement Marking Epoxy, 6-lnch Solid White Pavement Markinq Epoxy, 6-lnch White Skips, (2' Line, 6' Gap} Pavement Marking Epoxy, Continental Crosswalk Pavement Markinq Epoxy, 12-lnch White, Crosswalk Pavement Marking Epoxy, Symbol, Thru & Right Arrow Pavement Marking Epoxy, Symbol, Thru & Left Arrow High Friction Green Surface Pavement Marking Epoxy, 8-lnch White Skips (5' Line, 5' Gap)

~ ~ ~

Page 32: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~ ~ ~ ~ (11 ~

11

11 9

Notes: . -Continental Crosswalks are 12' wide with 18" bars and 24" gaps -Dimensions are from center of marking and/or face of curb -Bike lanes are typically 6' from face of curb -Stop bars are typically 4' from crosswalk -Contact Tom Mohr, City Traffic Engineering, (608) 267-8725 with questions

Callout 1 2 3 4 5 6

7 8 9

10 11 12 13 14 15 16 17 18

ADVANCE RD

Description

~ ·····················~

Pavement Marking Epoxy, 6-lnch White Skips, {10' Line, 30' Gap) Pavement Marking Epoxy, 4-lnch, Solid White Pavement Markin>~ Epoxy, 8-lnch Solid White Pavement Marking E[JOXy, Word, "ONLY" Pavement Marking Epoxy, 24-lnch White, Stop Line Pavement Marking Epoxy, 6-lnch White, Crosswalk Pavement Marking Epoxy, Symbol, Bike Lane Pavement Markin>~ Epoxv, 4-lnch Double Yellow Pavement Marking Epoxy, 6-lnch Yellow Skips (10' Line, 30' Gap) Pavement Marking Epoxy, Symbol, Left Arrow Pavement Marking Epoxy, 6-lnch Solid White Pavement Marking Epoxy, 6-lnch White Skips, (2' Line, 6' Ga!J) . Pavement Marking Epoxy, Continental Crosswalk Pavement Marking Epoxy, 12-lnch White, Crosswalk Pavement Marking Epoxy, Symbol, Thru & Riqht Arrow Pavement Marking Epoxy, Symbol, Thru & Left Arrow High Friction Green Surface Pavement Marking Epoxy, 8-lnch White Skips (5' Line, 5' Gap)

DATE: $S:, .. pt<JU\,Otl1<H<,,,S$

~®~

RES.URFACING 2019-11856 SHEET NO.

M-2

PAVEMENT MARKING PLAN

ADVANCE RD

u 11 I J>­c ;;:

u 11 I J>­c ;;:

::::0 0

::::0 0

CITY OF MADISON

,--·-·

Page 33: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Callout Description 1 Pavement Marking Epoxy, 6-/nch While Skips 10' Line, 30' Gap) 2 Pavement Marking Epoxv. 4-lnch, So!ld White 3 Pavement Mark/ncr Eooxv, 8~/nch So!ld White 4 Pavement Mark/no Eooxv, Word, BONLY" 5 Pavement Marking Epoxy, 24-/nch White, Stop Una

6 Pavement Marking Epoxy, 6-lr1ch White, Crosswalk 7 Pavement MarkinQ EPoXY, Svmbo!, Bike Lane B Pavement Mark/no Eooxv. 4-lnch Double Yellow 9 Pavement Markin E oxy, 6-Jnch Yellow Ski s 10' Una, 30' Gap)

10 Pavement Markin E ox S mbo[, Left Arrow 11 Pavemanl Marking E ox 6-Jnch Solid White 12 Pavement Marking Epox , 6-lnch Whl!e Ski s, 2' Line, 8' Gap) 13 Pavement Marking Epoxy, ConUnental Crosswalk 14 Pavement Mark/no Eooxv, 12-lnch Wh!te, Crosswalk 15 Pavement Mark!nq Epoxy, S mbol Thru & Ri ht Arrow 16 Pavement Markin Epoxv, S mba!, Thru & Lefl Arrow 17' Hfcrh Friction Green Surface 18 Pavement Markin E ox , B·lnch Whlte Ski s 5' Line, 5' Gap)

11

DR

Noles: -Continental Crosswalks are 12' wide with 1B" bars and 24w gaps =RJ~e1~~~~~~:~f~~c~ll~aR,tf(o~ fc!6~k~fc~~gfor face of curb =~~~u!>~r~~~e ~g~;~~~~-~~~~cc~;;~:~~Jng, {608) 267-B725 with questions

~ @

... ~

~®~ i

r /'""'

SHEET NO.

RESURFACING 2019-11856 M-3

PAVEMENT MARKING PlAN

AGRICULTURE DR CITY OF MADISON

'1 fTl ;;:::: :::0 -j

fTl

0 :::0

Page 34: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SHEET NO. RESURFACING 2019-11656 M-4 / ..

I 4 ~

PAVEMENT MARKING PLAN

E BROADWAY SERVICE RD CITY OF MADISON

ental Crosswalks are 12' wide with 18" bars and 24~ gaps

-cu~e Ja~~~~~:!:1v~~c~!l~eC,tfr6~ Vc!~:~Pc~~~/or face of curb

:3~rft:~n~ ~g~~~l!K~~·i~~illc0~~~~~:~~~ng, (BOB) 267-8725 with questions

Callout Descrlptlon 1 Pavement Markin Epo){yc 6-lnch White Sklos, 10' Line 30' G~~L z Pavement Marking Epoxy, 4-inch, Solid While 3 Pavement Marking E oxy, 8-lnch Solid While 4 Pavement Marking E oxy, Word, "ONLY" 5 Pavement Marking E oxy, 24-lnch While, Stop Line 6 Pavement Markin E oxv, 6-lnch White Crosswalk 7 Pavement Markina E oxv, Svmbol, Bike lane 8 Pavement Marking Epoxy, 4-inch Double Yellow 9 Pavement Marking Epoxy, 6-[nch Yellow Skips, 10' Line 30' Gap)

10 Pavement Marking E oxy, Symbol, Left Arrow 11 Pavement Marklnq E oxv. 6-tnch Solid White 12 Pavement Marking E oxv, 6-lnch White S~lp_§ 2' Line, 6' Gcip) 13 Pavement Marking Epoxy, Continental Crosswalk 14 Pavement Mark[nQ Epoxy, 12-lnch While, Crosswalk 15 Pavement Marklno Eooxv, Svmbol Thru & Rioht Arrow 16 Pavement Marking E oxy, Sy!f1bO] Thru & left Arrow 17 HI h Friction Green Surface 16 Pavement MarklnQ Eooxv, B-lnch Wh!te Skips 5' Line, 5' Gao)

~ = '-l£ ~F/?4?~41) 5FfF!Vic[

-.. , RD ------

------ 8

.... ···················· ....... ·; _ .......

E BROADWAY

$$ ••• plo11II'<Jd.,h• ••• $$

Page 35: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

ci • 0

I i ~ ! 0

~

EDGEWOOD AVE

"T"· ..

DATE' $$ ••• plolllnp<l"l"'•••$$

···~············.··· -~c:\

RESURFACING 2019-11856

~~ PAVEMENT MARKING PLAN

EDGEWOOD AVE

EDGEWOOD AVE

Call:"~""-\ f-;;,==-:-:--:-:--:=-"""'!'~'7.;;==-:-:c;;10;;c, uccn:-:,--c,o;;;o;-;, G"'a~---i

10

18

Noles:

Pavement Mark~. Word, ''ONLY" Pavement Marking Epoxy, 24-lnch Whlta, Stop Line

Pavement Marking Epoxy 6-lnch While, Crosswalk Pavement MarklnQ Epoxy, Symbol, Bike Lane Pavement Marking Epoxy, 4-lnch Double Yellow Pavement Marking Epoxy, 6-lnch Yellow Skips [10'llne, 30' Ga Pavement Marking Epoxy Symbol, Left Arrow Pavement Mark:inQ Epoxy, 6-lnch Sol!d While

~:~:~:~~ ~:~~;~~ ~p::Y. ~-~~~~~:~~:ac~:!~~!~ una. s· Gap! 1

Pavement Marking Epoxy 12-lnch While, Crosswalk Pavement Marking Epoxy, Symbol, Thru & Righi Arrow Pavement Marklnq Epoxv, Symbol, Thru & left Arrow Hlgh Fric!lon Green Surface Pavement Marklno Eooxv. 8~1nch White Skips (5' Line, 5' Gap)

~Conllnen!al Crosswalks are 12' wide wllh 18" bars and 24" gaps

=~~~e~~~~~~~~~f~?c~l~er.tf:o~ Ta~~k~(c~~~/or face of curb

=E~rft:c\'T-~{ne ~tf~~~~~·j~~fficcE~;!~=~krlng, (608) 267-8725 with questlons

SHEET NO

M-5

Page 36: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~

~ ~

5

I 0 g

f­lfl w 0 0::: z 0 2

FILENAME: SS •• ,.<I.,•Ionllf,. •••• $$

ST 8

Callout Descrl Uon 1 Pavement Markl~x , 6-!nch WhiteS~ 10' Una, 30' G!!Ql_ 2 Pavement Markii1Q .~, 4-lnch, Solid White 3 Pavement Marking Epoxy, 8-lnch Solid While 4 Pavemenl MarklnQ Epoxy, Word, HONLYR 5 Pavement Mark !ill!~ 24-lnch White, S!.e.E_ Una 6 Pavement Marking_~y1 6-lnch White, Crosswalk 7 Pavement Markin E o~y, Symbol, Bike Lane 8 Pavement Mark!~ 4-lnch Double Yellow 9 Pavement Mark[l_g_E o~ 6-lnch YellowS~ 10' Una, 30' G_§?_)_

10 Pavement Marking Epoxy, Symbol Left Arrow 11 Pavement Mark!!!g_~ 6-lnch Solid White 12 Pavement Mark!D_g_E o~ 6-lnch WhiteS~. 2' Une, 6' G.a.Ql 13 Pavement Marking E o~ Continental Crosswi;~.lk 14 Pavement Marking Epol(y, 12-lnch White, Crosswalk 15 Pavement Marking Epoxy, S mbol, Thru & Rl ht Arrow 16 Pavement Markin!:! Epox , S mbol Thru & Left Arrow 17 H! h Friction Green Surface 18 Pavement Mark!lli!EQ..o~ 8-lnch White Ski s 5' Line, 5' G~

Notes: .. Ia! Crosswalks are 12'wlde with 18"bars and 24" gaps

~~~~~~iy~¥:r~e~,tJ[o~ ~~~k~Pc~~gtor face of curb

~r.;._a~ ,ty.P~~a!!t, .. ~'j~~mcc~~~~=1~rng, (608) 267-B725 with questions

DATE: ss ... plottlno<l.,t..-.•. $5

~~

RESURFACING 2019-11856

GRANTST

PAVEMENT MARKING PLAN

CITY OF MADISON

~~ ~~ ~~ ~~ ~~

Page 37: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

FILENAME:

~~ ~~ ;e.;x: ~~ ~~

//

_GRANDT ..••.• ~.

SHEET NO. // RESURFACING 2019-11856 M-7

~~ PAVEMENT MARKING PLAN

',·"'- GRANT ST

"' ' '·

c ' <' 4A'> '- .. , '· '- '!/<)(; ', '- ({)

s/' , ,,

. ~\_' . ••.• J(B) w·.~,,~_-_-_-_­~(§YL·--------------

·l·---------~ ·······j. ...... ·cV:·--

~ul 3

14

~

K16 7 8

... -··:::.::: .. :::·::::.::.:· __ :::::·:-· · .... ::::::: .... ::.:·._ ~--..

65' 5

':. ' ,,

---Description

Pavement Marking Epoxy, 6-lnch While Skips, {10' Une, 30' Gap) Pavement Marklno Epoxy 4-!nch, Solid While Pavement Marking Epoxy, 8-lnch Solid Wh!ta

Pavement Marking Epoxy, Word, "ONLY" Pavement Marking Epoxy, 24-lnch While, Stop Una Pavement Marking Epoxy, 6-!nch Whl!e, Crosswalk Pavement Marking Epoxy, SymboL Bike Lana

-

Pavement Marking Epoxy, 4-Jnch Double Yellow Pavement Marking Epoxy, 6-lnch Yellow Skips (10' Line 30' Gap)

Pavement Marking Epoxy, Symbol, Left Arrow Pavement Marking Epoxy. 6-lnch Solid While Pavement Marking Epoxy, 8-lnch White Skips, (2' Line, 6' Gap)

Pavement Marking Epoxy, Continental Crosswalk Pavement Marking Epoxy, 12-lnch White, Crosswalk Pavement Marking Epoxy Symbol, Thru & Right Arrow Pavement Marking Epoxy, Symbol. Thru & Left Arrow

HI h Fr!cUon Green Surface Pavement Marking E ox , 8-lnch While Ski s 5' Line, 5' Ga

"· .,

Notes: -ConllnentaJ Crosswalks are 12' wide with 18w bars and 24"' gaps

:~/ree1~~~~~~~tJ~?~n~e~,tf:O~ ~~~~fc~~~or face of curb

=~~.ft:c~1-6~8 t!{g~~~~~~-~~~~cc~~gl~:~~ing, (608) 267-8725 with quesUons

CITY OF MADISON

5 -/, /

/"-..,_ C-:J

/<v /~

/9--­<:)/

·, \ // /

%' > ~/ ~\

.. \@

Page 38: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

:::0 fTl GJ fTl z ---j

(/)

---j

Noles: ental Crosswalks are 12'wlde with 18" bars and 24" gaps srons a~V~?c~~~e~.~~~ ra~~k~Pc~ihdlor race of curb

~g~~~&:~:·+~~fHc0~;~1~=~~1ng,,(BOB) 267-8725 with questions

()

---j

Callout 1 2 3 4 5 6 7 B 9

10 11 12 13 14 15 16 17 18

.... L ...

Oeser! lion Pavement Marklna Eooxv. 6-lnch WhiLe Ski s, 10' Line, 30' GaDf Pavement Markin a Eooxv. 4-lnch Solld While Pavement Markin a E oxv, 8-lnch So!ld White PavementMarklno E oXv, Word. "ONLY" Pavement Marklno Eooxv, 24-Jnch White, Stoo Una Pavement Marklno Eooxv, 6-!nch White Crosswalk Pavement Markina E oxv. Symbol, Bike Lane Pavement Marklno E oxv, 4-\nch Double Yel\ow Pavement Mark!nci Eooxv, 6-\nch YeUow Ski s 10' Una 30' Ga Pavement Marklfin Eooxv, Svmbol, Left Arrow Pavement MarkJ~n-E oXv, 6-lnch Solid White Pavement Marktno Eooxv, 6-tnch While Ski s, 2' Line, 6' G;Df Pavement Mar kina Eooxv, Continental Crosswalk Pavement Marklno Eooxv. 12-lnch White, Crosswalk Pavement Marklno Eooxv, Svmbo!, Thru & Ri ht Arrow Pavement Marktna Eooxv. S mbo\ Thru & Left Arrow High Fricllon Green·Surface Pavement Marklno Eoox , 8-Jnch White Ski s 5' Line, 5' GBof

() ---j

Ul ---j

N MILLS ST

G-

CITY OF MADISON

Page 39: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Notes: -Continental Crosswalks are 12' wide with 18~ bars and 24" gaps

=~l~e~~~~~~~~~)~lc~t~eg,tr:a~ ra~~~Pc~~dlor race of curb

=~~~~c{rTo8~8 ~J'~~~~:·+~~fflcc~;;l~=~~lng, (608) 267-8725 with questions

!. 0

,z lj if­. cr: iO 'o_

1\ ! l

11 'i

·\il ', .. \

\ \\ \

\'>

8

Callout Description 1 Pavement Marklna Epoxy, 6-lnch While Ski s, 10' Una, 30' Gao) 2 Pavement Markin E oxv, 4-lnch, Solid While 3 Pavement Marking Epoxy, 8-!nch Solid While 4 Pavement Marklna E oxv, Word, ·oNLY" 5 Pavement Marking E o_;<y, 24-lnch White, Stgp Una 6 Pavement Marking E oxy, 6-lnch White Crosswalk 7 Pavement Marking E oxy, Symbol, Bike Lane 8 Pavement Marklna E oxv, 4-lnch Double Yellow 9 Pavement Marklno E ox 6-lnch Yellow Ski s 10' Una 30' Ga

10 Pavement Marking Epoxy, Symbol, Left Arrow 11 Pavement Mark!nq Epoxy, 6~!nch Solld White 12 Pavement Mark!na Eoox , 6·1nch White Ski s, 2' Line, B' Ga 13 Pavement Marklna Eoox , Continental Crosswalk 14 Pavement Markin E OK , 12-lnch White, Crosswalk 15 Pavement Marking Epoxy, Symbol, Thrv & Rl hi Arrow 16 Pavement Marking Epoxy, Symbol, Thru & Left Arrow 17 HJi;:jh Frlctlon Green Surface 18 Pavement Marklnq Epoxy, B-lnch White Ski s 5' Line 5' Gao)

~ C.Lc :•·· .. ~.·

7

~ RESURFACING 2019-11856

SHEET NO

M-9

PAVEMENT MARKING PLAN

MILWAUKEE ST CITY OF MADISON

Page 40: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

·:::r::r .. "

z _j

0 _j

2

SHEET NO. RESURFACING 2019-11856 M-10

~ PAVEMENT MARKING PLAN

t:':. MILWAUKEE ST

o r-ttvemeru MarKin t: ox , 4~Jnch Double Yellow 9 Pavement Mark!nQ Epoxy, 6~!nch Yellow Ski s 10' Une 30' Gap)

10 PavementMarklna Eooxv, Svmbo!. Left Arrow tal Crosswalks are 12'wlde with 1B" bars and 24"gaps 11 Pavement Markll}g£Q9~6~!nch Solid White ~~:iv~Jc~t~e£,tf{o~ Ta~~k~f'c~~gtor face of curb 12 Pavement Marking Epox , 6~tnch While Ski s, 2' Una, 6' Gap)

-~~a ~g~7~~~:·,r~gffic0~~~~~=~~1ng, (608) 267~8725 with questions ~! ~:~:~:~! ~=~~:~~ :~~:~: ~~~~~~~:~~~ro~;::~alk 15 Pavement Marklna Epoxv, Svmbol, Thru & Rl htArrow 16 o .... ~~nnf ~~--1.1-- ,-__ ••• ,..., ... L- 0 ~· " ' •• •

17 18

~ ~ ~2~ 1

··········· .......... ~~;=~ . J!=::::;;~~CiCoC MI~.~T ...

······:~~· .....

_j C!Y <[ 1-Vl >-0:: u

) •••. J. .......

DATE< $$._p!<>!U!111<hiiM ••• SS

CITY OF MADISON

z 0 1-z <[

S: Vl

~~ ~:::-i ;:j2 G~ ~;::::

I'll ~c:;

\ \

Page 41: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

g ~ ~ 0

~

~ 0 ~

0 0:::

z 0 f­z <t :;;:: l/)

~~ ~:::i ~Q ~~ u~ !-:: Ill ~~

Notes: -Continental Crosswalks are 12' wide with 18" bars and 24" gaps

:&/kee!~~~~~~:iyf~~c~ll~e~,tf(o~ fa~~k~fc~~/or face of curb

:E~At~c'rT;~e ,Xg~~~&(~'-f~~fficcE~;l~=~krlng, (608) 267-8725 wlth questions

7

10 11 12 13 14 15 16 17 18

cr: w :><::: __j

<t :;;::

~ fo';\

8

RESURFACING 2019-11856

PAVEMENT MARKING PLAN

SHEET NO

M-11

MILWAUKEE ST CITY OF MADISON

"-

~~ ~~ ~~ ~ ~ ~ lri

~-----

"""- -- --_ -_ .. - I/ / " "" "- \ ,_- "\ -~

I I l 13 l' i

i i i

i i

Page 42: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

i.

! § ~ ~ i

~ ~

~ ;:r:: ~

~ Ill 8

•• a .. ~IPntll ..... .$s

~ ~ MILWAUKEE ST

7

Notes: -ContlnentE11 Crosswalks are 12' wide with 18'' bars and 24" gaps :~~~e1~~~~~~;1J~c~l~e~,lf(o~ ~~~k~fic~~or face of curb -!':ann hnh• "'"' tvnlrt<>lh, .II' from crosswalk

Traffic Engineering, (608) 267-8725 wlth questions

L··::::]·.·.· ....... T .. ::::::x::

Page 43: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~~ ::&:

~::-i "CJ ~~ u~ Kf11

~~

ss .... d,.•!onm ...... ss

Noles: -Contlnenta! Crosswalks are 12' wide with 18" bars end 24ngaps

=~~~e1~~~~~~~'tJ;;ic~HYaf:,tf{o~ ~~~k~fc~~~or face of curb :E~~~~cr~~~e ~g~;,a~:·.;~~mcc~ons~~:~~lng, (608) 267-8725 with questions

7

Callout 1 2 3 4 5 6 7 B 9

10 11 12 13 14 15 16 17 18

0::: 0

t­o::: ::J ::,c:

!ji ®-k·.l i 02

.. /<'L (12

'----

.. --·::::. ·.·.·.-. ~.·~·-.·:··::::::: : ... ::· .. -_ ... ~:·

12

12

-6-;

- a-;

Oeser! Uon Pavement Mark~ox , 6-lnch White S!fE.s, 10' Line, 30' G!!£1. Pavement Mark~ox , 4-!nch, Solid Wh!ta Pavement Mark~n_g_E ~y. 8-lnch Solid White Pavement Markin ~y, Word, "ONLY" Pavement Markl!l[_ E oxy, 24-lnch White, St_Q_Q_ Line Pavement Markl!}g_E oxy, 6-lnch White, Crosswalk Pavement Mark~~~mbol, Bike Lane Pavement Markl!!_9_____§£_ox , 4-lnch Double Yellow

Pavement Markl!!9_£:;~px , 6-lnch Yellow Ski s 10' Una, 30' Gm Pavement Markin E oxy, Symbol, Left Arrow Pavement Mark!ml. E O.E!J 6-lnch Sol!d While

Pavement Markl.!]l_ E oxy, 6-lnch Wh!le S~~. 2' Line, 6' G~ Pavement Mark!~~ Continental Crosswalk Pavement Mark!~~ 12-lnch While, Crosswalk Pavemen\Markl~x ~ol Thru&Ri hLArrow Pavement MarklilllE oxy, S mboJ, Thru & LaftArrow HJ h Friction Green Surface Pavement Mark!Qg_E 02SY_, 8-lnch WhiteS~ 5' Line, 5' Ga

\""""

DATE: ss ... p!ol!!no""'• ... ss

~ ~

RESURFACING 2019-11856 SHEETNC

M-13

PAVEMENT MARKING PLAN

MILWAUKEE ST

" '" '' "

CITY OF MADISON

~~ ~::-i ~CJ

~~ \j~ K!li

~~

Page 44: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

7

• 1"" ......

...... L .. _~ .i ....

7

- ..... , .... ,nental Crosswalks era 12'wlde w!lh 1Bn bars and 24n gaps

=~f~e~~~~~~~~~;~Jc~!~e~,t1;0~ ~~~k~fc~~~/or face of cur_b

=~~rft:ctrTo8~9 r!f6~~~~~·f~~ffic0~~~[ri';~~lng, (608) 267-8725 wlth questions

Callout Oeser[ lion 1 Pavement Markincr EPOXY, 6-lnch White Ski s, 10' Line, 30' Gaol 2 Pavement Marking l;poxy, 4-lnch, Solid While 3 Pavement Marking Epoxy, 8-lnch Solid White 4 Pavement Markincr Eooxv, Word "ONL YH 5 Pavement Marklna Eooxv, 24-lnch White, Stoo Una 6 Pavement Marking Epoxy, 6-[nch White, Crosswalk 7 Pavement Marking Epoxy, Symbol, Bike Lane a Pavement Marklncr Eooxv. 4-lnch Double Yellow 9 Pavement Marklna Eooxv, 6-lnch Yellow Ski 8 10' Line, 30' Gaol

10 Pavement Marking Epoxy, §yrnbol, Left Arrow 11 Pavement Marking Epoxy, 6-Jnch Solid White 12 Pavement Marklncr Eooxv, 6-\nch White Ski 8, 2' Una, 6' Ga 13 Pavement Marklna E oxv, Continental Crosswalk 14 Pavement Marki[lg ~~ 12-lnch Wh!te, Crosswalk 15 Pavement Marking Epoxy, Symbol, Thru & Rl htArrow

~ 16 Pavement Marldng Epl))(y, §yrnbol,Thru & Left Arrow 17 HI h Frlct!on Green Surface

! 16 PavementMarklncr E oxv, 8-lnch White Sklos 5' Una, 5' Gaol

5 ' ~ 0

5

7

. .J ..... ,~ ..... ·····

.. ;,. ......

RESURFACING 2019-11856

~ PAVEMENT MARKING PLAN

SHEET NO.

M-14

~ MILWAUKEE ST CITY OF MADISON

1

12 wL 1;

I I \ Vl I''.\ \ ~

\ ·. \ '· \

MILW

~­:£:

N ~ ~ f1l ~

Page 45: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Ul

--1 ::r:: 0 ~ lJ Ul 0 z 0 :::0

MIL WAUKEE S T

\\ ~ ;:::::.. l\"" ~ i! lr • ,.J;:o.

!i:~ ::1 ":::;;..., ,-....: \\-....::: ;t

\-\\~ ~ i .\',1-.::::: ~ k<',r'',::g:: ''I \ \~ ~ \----··"''\\

'' \\

\\

2

8

2

Notes: -Continental Crosswalks are 12' wide wl!h 1 B" bars and 24~ gaps

:~/feer~~~~~~~:i:~fc~l~e~,lj{o~ ~~~k~~c~~/or face of curb

=~~~l:c'ttoa~e ~6~~~~~,T~mccE~;r~:~~ng, (608) 267-8725 wl!h quesllons

··,,..._

SHEET NO.

RESURFACING 2019-11856 M-15

~ ~

PAVEMENT MARKING PLAN

MILWAUKEE ST CITY OF MADISON

11'

Callout Des~f.!.£!Jon Pavement Marking Epoxy, 6-Jnch White Skips, (10' Una, 30' Gap) Pavement Marking Epoxy, 4-lnch, Solid While Pavement Marklno EPOXY, 8--lnch Solid White Pavement Marklno Epoxy, Word, "ONLy~ Pavement Marking Epoxy, 24-lnch Whlle, S!Qf?_Une Pavement Marking Epoxy, 6-lnch While, Crosswalk Pavement Markino Epoxy, Symbol, Bike Lane Pavement Marktna Eooxv. 4-lnch Double Yellow Pavement Marking Epoxy, 6-lnch Yellow Skips (10' Line, 30' Ga

10 Pavement Marking Epoxy, Symbol. Left Arrow 11 Pavement Marking Epoxy, 6-lnch Solid While 12 Pavement Marlclng Epoxy, 6-lnch While Skips (2' Une, 6' Gap) 13 Pavement Marking Epoxv. Continental Crosswalk

14 Pavement Marklno Eooxv, 12-lnch While, Crosswalk 15 Pavement Marking Epoxy, Symbol, Thru & .BJ.ghl Arrow

16 Pavement Marking Epoxy, Symbol, Thru & left Arrow

17 Hlah Friction Green Surface

18 I Pavement Marking Epoxy, §Jf1~h While Skips (5' Una, 5' G...!El_

Page 46: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~

I 0

5. ' ~ ~ ~

11 PROGRESS RD

/~··············~-<'-\ .. '\;'' ..

\v Callout Description

1 Pavement Marklno Eooxv, 6-lnch White Skips 10' Line, 30' Gao)

2 Pavement Marking Epoxy, 4-lnch, Solid White 3 Pavement Markin!:! Eooxv, 8-lnch Solid White 4 Pavement Marking Epoxy, Word, "ONLY" 5 Pavement Markino Eooxv, 24-lnch White, Stoo Line 6 Pavement Marking Epoxy, 6-lnch White, Crosswalk 7 Pavement Marklno Eooxv. Svmbol, Bike Lane 8 Pavement Marking Epoxy, 4-lnch Double Yellow 9 Pavement Markino Eooxv, 6-lnch Yellow SkiPs 10' Line, 30' Gao)

Notes: -Continental Crosswalks are 12' wide with 18" bars and 24" gaps

=~ireel~~~~~~~t:~lc~l~eg.tfro~ ra~~k~fc~~/or face of curb

:~~~~~rf~~e ~g~~~~t~,,f~~Htcc~;~i~!~~lng, (608) 267-8725 with questlons

10 Pavement Marking Epoxv, Symbol, Left Arrow 11 Pavement Markina Eooxv, 6-lnch Solid White 12 Pavement Marking Epoxy, 6-Jnch White Skips, (2' Line, 6' Gap) 13 Pavement Markina Epoxy, Continental Crosswalk 14 Pavement Markino Eooxv, 12-lnch White Crosswalk 15 Pavement Marking Epoxy, Symbol, Thru & Right Arrow 16 Pavement Marking Epoxv, Symbol, Thru & Left Arrow

17 Hioh Friction Green Surface 18 Pavement Marking Epoxv, 8-lnch White Skips (5' Line, 5' Gap)

DATE' :!'S .•. plctlln1Jdloht •.. .$$

RESURFACING 2019-11856

~®);;:=-PAVEMENT MARKING PLAN

PROGRESS RD CITY OF MADISON

Page 47: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

--..l :r: <:...) \-

~

11

11

MA TCHL!NE 25 9~ 3N!1H:J1 'ri/IV

~ ·····················~······

9

Notes:

~

-1 'o ;:;:: u :;;":::

z (/)

0

-Continental Crosswalks are 12' wide with 1 B" bars and 24" gaps

RESURFACING 2019-11856 SHEET NO

M-17

PAVEMENT MARKING PLAN

PROGRESS RD CITY OF MADISON

J ... ,_ .... 7

=~ikee1~~i~~s8~t.J~!c~l!~e~.tr;o~ ~~~k~(c~~/or face of curb

=~~rft:c~r~o~8 ~Jl~~~~t~,,!~~Friccff;~l~:~krlng, (608) 267-8725 with questions

Callout

7

10 11 12 13 14 15 16 17 18

Page 48: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~ ~

I i

I ! & < 0

~ ' ~

r ~

SS ,RO . .. ):~ ..... .

~~ ~- :::i •"-' Q ~~ C)~ I..::: IIi

~ ~ "l

$$ •.•. <l .... lanlll ...... $$

v

.~_~! l:t>

~~ 1 l:t> l:z: :n ifTl l J::::o

\CJ \ .

~ ··················-~- -,

·····- ........... _ ........ . PROGRESS RO ~ .. ~!.. .. ~ .....

9

Callout Description 1 Pavement Marking Epoxy, 6-lnch White Skips, 10' Line 30' Gap) 2 Pavement Marking Epoxy, 4-inch, Solid White

3 Pavement Marking Epoxy, 8-lnch Solid White 4 Pavement Marking EO{loJ<Y, Word, "ONLY" 5 Pavement Marking Epoxy, 24-lnch White, Stop Line 6 Pavement Marking Epoxy, 6-lnch White, Crosswalk

7 Pavement Marking Epoxy, Symbol, Bike Lane

8 Pavement Marking Epoxy, 4-lnch Double Yellow 9 Pavement Marking Epoxy, 6-lnch Yellow Skips(W' Line; 30' Gap)

10 Pavement Marking Epoxy, Symbol, Left Arrow 11 Pavement Marking Epoxy, 6-lnch s·olid White

Notes: -Continental Crosswalks are 12' wide with 18" bars and 24" gaps :&l~e~~~~~~~~~~~c~!~eg,tf{~~ ~~~k~Pc~~~/or face of curb

:~~~t:c1ri-o8~8 ~g~~.8~~~-~~~H1c0~0ns~iri':~~ing, {608) 267-8725 with questions

12 Pavement Marking Epoxy, 6-lnch White Skips, 2' Line, 6' Gap) 13 Pavement Marki!}g_ ~po~y" Continental Crosswalk 14 Pavement Marking Epoxy, 12-inch White, Crosswalk

15 Pavement Markina Epoxv, Symbol, Thru & Riaht Arrow 16 Pavement Marking Epoxy, Symbol, Thru & Left Arrow 17 Hig_h Friction Green Surface 18 Pavement Marking Epoxy, 8-lnch White Ski s (5' Line 5' Gap)

DATE! $S ... f>lolllng<l"l" ... $$

RESURFACING 2019-11856 SHEET NO,

M-18

PAVEMENT MARKING PlAN

PROGRESS RD CITY OF MADISON

"'4,

/

Page 49: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

l ....

,,

.......... ,,.,

-u T]

I }>

c:: ;;;;:::

:::0 0

(]j, /

/ //

//

S STOUGHTON RD

---~,,m mm\ ' • ••• mm •• ,,, •• ,mmmm••• ·~: ~

8) \w

Callout Descri Lion 1 Pavement Marklo.g§Qqxy, 6-!nch While Ski s, 10' Line, 30' Gaol 2 Pavement Marking Epoxy, 4-lnch, Solid White 3 Pavement Marking Epoxy, 8-lnch SaUd White 4 Pavement Marking Epoxy, Word, "ONLY~ 5 Pavement Mark!nq Eooxv, 24-lnch White, Sto Una • 6 Pavement Marklno E oxv, 6-lnch White, Crosswalk

Noles: -ConUnenlal Crosswalks are 12' wide w!lh 18" bars and 24" gaps

=g{~e~~~~~~~~:iy~~c~!!~eg,tfr~~ ~~~~fc~~tfor face of curb

=~~~l:c'tToa~e ,_;rg~~~&;{g~fficc~~;!~:~~Jng, (608) 267-8725 with quesUons

7 Pavement Markln..9_E og, §ymbol, Bike Lane 8 Pavement MarkiQg gpg~y. 4-lnch Double Yal!ow 9 Pavement Marking Epoxy, 6-lnch Yellow Ski s 10' Line, 30' Gap)

10 Pavement Markin Epoxy, Symbol, Left Arrow

11 Pavement Markin E oxv. 6-lnch Sol!d White 12 Pavement Marking E oxy, B·lllch White Ski s, 2' Una, 6' Gap) 13 Pavement Marking E oxy, ConUnental Crosswalk 14 Pavement Mark!na Eoox 12-lnch White, Crosswalk 15 Pavement Markin E ox , S mbol, Thru & Ri ht Arrow 16 Pavement Markln.g -~poxy, SymbOl Thru & Left Arrow 17 Hi h Frlcl!on Green Surface 18 Pavement Marking E oxy, 8-lnch Wh!ta Ski s 5' Line, 5' Gap)

~~

11

RESURFACING 2019-11856

PAVEMENT MARKING PLAN

SHEET NO.

M-19

STOUGHTON SERVICE RD CITY OF MADISON

~~ ~::::i =::::::~

~~ u~ "fll ~ ~

Page 50: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019-11856 I SHEET NO.

M-20

PAVEMENT MARKING PLAN

~--- STOUGHTON SERVICE RD CITY OF MADISON

·-·~ s STOUGHTON RD SERVICE RD (El 9 I .......................... ..,. ~ .. ·~·- ·-·~·-·- ... --····-- -···

2;_ ' - - - - - - - - - - - - - - - - - - - -

' \ ( r ;I ' .. / \ \ I

·~·~ .... ~ ....................... , .. ~ ... {

!

~ ~ I fTl

~ I

~ Cl fTl (/) -.....;:: fTl

~ ~ z 0 ~ ~ :::0

~ IIi ~

Notes: -Conllnerctal Crosswalks are 12' wide wllh 16" bars and 24" gaps

Callout Descrl Uon :~Jiree1~~~~s8:tJ~Jc~r&e~.tf(o~ ~~~~fc~~gtor face of curb

1 Pavement Marking Epoxy, 6-lnch White Ski s, 10' Una, 30' Ga :g~~t:c·n~~ rX6~~~~~,.f~~ffic0ff~~~~:~~~ng, (606) 267-6725 with questlons 2 Pavemanl MarkJnq Epoxy, 4-lnch, Solid White

/"' 3 Pavement Marking Eooxv. 8-lnch So11d White 4 Pavement Marking Epoxy, Word, "ONLY" 5 Pavement Marklna Epoxy, 24-lnch White, Stop Una 6 Pavement Marklno Eooxv, 6-lnch While, Crosswalk 7 Pavement Marking Epoxy, f)yrnbol, Bike Lane B Pavement Marking Epoxy, 4-Jnch Double Yellow 9 Pavement Marklnq Eooxv, 6-lnch Yellow Ski s 10' Line 30' Gap)

10 Pavement Marking Epoxv, Svmbol Left Arrow 11 Pavement Marking S~9X , 6-lnch Solld White 12 Pavement Marking Epoxy, 6-lnch White Ski s, 2' Line 6' Gap) 13 Pavement Marking Epoxy, Conllnanla!.Crcsswalk 14 Pavement Marklna Epoxy, 12-lnch White, Crosswalk i/" 15 Pavement Marklno Eooxv, Svmbot, Thru & Rl hi Arrow 16 Pavement Markin Epo~y, §yrnbo[ Thru & LaflArrow 17 HI h Friction Green Surface 18 Pavement Marking Epoxy, 8-lnch While Ski s 5' Una, 5' Gap)

---- ------- -- -- -- -- -- --- ----,_

Page 51: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SHEETNL, RESURFACING 2019-11856 M-21

PAVEMENT MARKING PLAN

~~=-- STOUGHTON SERVICE RD CITY OF MADISON

s STOUGHTON RD SERVICE RD (E) ............................. .............................................................................................. ...... _,._ ...

- - - - - - - - - -

11 ~

~ C\J

~ ~ -.....;:

Notes: ;t ~ -Con!lnental Crosswalks are 12' wide with 18" bars and 24ft gaps

=~/~e1~~~~~~~;1;~i6at~e~.tf(o~ ~6~k~(c~~e/or race of curb ~ ~ ]~~l:c,rT-oa~e·t-!rg~~~~~~·-~~~ccg>~;l~=~krlng, (608) 267-8725 with quesUons

~ f1l

Callout Oeser! !!on I\)

1 Pavement Markfnq Epoxy, 6-lnch White Ski s, 10' Llne, 30' Gap) ~ 2 Pavement Marklncr Eooxv, 4-lnch So!!d Whlle 3 Pavement Markin E ox 8-lnch Solid Whlte 4 Pavement Marking Epoxy, Word, "ONLY"

5 Pavement Marking Epoxy, 24-lnch White, Stop Una 6 Pavement Marklna Eooxv, 6-lnch White, Crosswalk 7 Pavement Marking Epox Symbol, Bike Lane 8 Pavement Mark!na Eooxv, 4-fnch Double Yellow 9 Pavement Mark!na ~poxy, 6-!nch Yel!ow Skips 10' Une 30' Gaol

10 Pavement Marking Epox , Symbol, Left Arrow 11 Pavement Marking Eoox , 6-lnch Soltd Whlfe 1Z Pavement Markinct Eooxv. 6-lnch While SkiPs, 2' Line, 6' Gaol 13 Pavement Marking E ox , Conllnenta! Crosswalk 14 Pavement Marking Epoxy, 12-Jnch Wh!te Crosswalk 15 Pavement Markin Epoxy_,_ S mba], Thru & Rl ht Arrow 16 Pavement Markin Epoxy, S mbol Thru & Left Arrow 17 HI h Friction Green Surface 18 Pavement Marking Epoxy, 8-lnch While Skips 5' Una, 5' Gap)

g

I &

5 ' i ' ~

Page 52: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

11

11

s STOUGHTON RD SERVICE RDLEl .......... f_... ... .

= =: ~"

Notes: ·Continental Crosswalks ara 12' wide with 18" bars and 24" gaps

=~lkae,~~~~~~\rf~!c~l~ec.tr;o~ ra~~k~?c~~~/or face of curb

:~~£~c,rf~ ~6~~~~~~-~~~fflc0ff~;l~~~~lng, (608} 267-8725 with questions

Callout

10 ,,. 12 13 14 15 16 17 16

·,,

&j~ ::b:

~~ ~~ ~~ ~~ ~~

l/)

l/)

-i 0 c C) I -i 0 z :::0 0

l/)

fTl :::0 < n fTl

:::0 0

~

7

2'i<>=-

RESURFACING 2019-11656

PAVEMENT MARKING PLAN

SHEET NO.

M-22

STOUGHTON SERVICE RD CITY OF MADISON

Page 53: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

i

I ~

~

~ 8 ~

~~ ~::i ~~

~~ ~~ 1..:::111

~~ 7

Noles:

9

-Continental Crosswalks ara12' wide w!th 18" bars and 24" gaps

=~~~e~~~~~~~:\f~c~l~eg,tf{o~ v.!~~k~(c~~/or face of curb

:g~~l:c,1a8: ~g~~~~~:·J~~fficc~ri~l~:~krlng, (608) 267-8725 with questions

Callout Descrl lion 1 Pavement Marklno Eooxv, 6-lnch White Ski s, 10' Una, 30' Gaol

2 Pavement Markino E oxv. 4-lnch Solid White

3 Pavement Marklna E oxv, 8-lnch Solid White 4 Pavement Merklno E ·oxv, Word, "ONLY"

5 Pavement Markin a E ox , 24-lnch While, Sto;:;-Llne 6 Pavement MarklnQ E ox 6-lnch While, Crosswalk

7 Pavement Mark/no Eooxv. Svmbol Bike Lane B Pavement Marklno Eooxv, 4-lnch Double Yellow 9 Pavement Marklno Eooxv, 6-lnch Yellow Ski s 10' Una, 30' Ga

10 Pavement Marklno Eooxv, Symbol, Left Arrow 11 Pavement Marklno Eooxv, 6-lnch Solld White

12 Pavement Marklno Eooxv. 8-lnch White Ski s 2' Line, 6' Ga

13 Pavement Marklno Eooxv, ConUnental Crosswalk

14 Pavement Markin Epoxy, 12-lnch White, Crosswalk

15 Pavement Marklno Eooxv, Svmbol, Thru & Rl htArrow 8 16 Pavement Marklno Eooxv, Svmbol, Thru & Left Arrow 17 Hfah Frlctlon Green Surface

16 Pavement Marklnn Enoxv, S-lnch Wh!le Ski s 5' Line, 5' Ganl

S STOUGHTON RD 11

SHEET NO. RESURFACING 2019-11856 M-23

PAVEMENT MARKING PLAN

2'!:.®=-STOUGHTON SERVICE RD CITY OF MADISON

10

18

Page 54: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

L.. '·

/

((_f)

l/1 -1 0 c C)

! ::r -1 0 z

'

:::0 0

(_f)

fTl :::0 < (} Ill

:::0 0

\_.._ Ill

0 cr:: ::r f­er:: w LL

w l/1

~ FSPmmm ' • : ·····'··· ..................... . .....

:;······· ~-···--···········

7 J ······<·;;--,:····

Callout Description .1 Pavement Marking Epo><y, 6-lnch White Skips, (10' Line, 30' Gap) 2 Pavement Marking Epoxy, 4-Jnch, Solid White

Pavement Marking Epoxy, 8-lnch Solid White 4 Pavement Marking Epoxy, Word, 110NLY"

Pavement Marking Epoxy, 24-Jnch White, Stop Line Pavement Marking Epoxy, 6-lnch White, Crosswalk

7 Pavement Markl~oxy, Symbol, Bike Lane Pavement Marking Epoxy, 4-Jnch Double Yellow Pavement Markirlg_§Joxy, §oiQc:_hYellow Skips (10' Lir1§c 30' Gap)

10 Pavement Marking Epoxy, Symbol, Left Arrow 11 Pavement Mark~~ 6-\nch Solid White 12 Pavement Marking Epoxy, 6-Jnch White Skips, (2' Line, 6' Gap) 13 Pavement Marking Epoxy, Continental Crosswalk 14 Pavement Marklnq Epoxy, 12-lnch White, Crosswalk 15 Pavement Marking l;poxy, Syfnbo!, Thru & Ri'ghtArrow 16 Pavement Marking Epoxy, Symbol, Thru & Left Arrow 17 t!I9b Friction Green Surface 18 Pavement Marking Epoxy, 8-lnch White Skips (5' Line, 5' Gap:

\ ~ -" _(]Jlc~ TOMPKINS

_i ................ 7 wl

Notes:

........................ >··

11

-Continental Crosswalks are 12' wide with 18" bars and 24" gaps :~1kee1~~~~~~~e~~~c~l~e3,tf[o~ fu~~k~fc~~~/or face of curb

:~~~t~c,rf~(; ~g~~~~t:·,r~~~cc~~~~~:~~ing, (608) 267-8725 with questions

~ ~

DR

RESURFACING 2019-11856 J SHEET NO.

M-24

PAVEMENT MARKING PlAN

TOMPKINS DR

, ...

CITY OF MADISON

-

~~ ~-~ ~- rs ~~ \.)~ 1-:::::fll

~~

Page 55: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~ llJ < -.....;:: -..._J

~ J..::

~

~ ~ ~ ~ r-n ~

9

11

11

Callout Description 1 Pavement Marklno Eooxv, 6-lnch White Ski s, 10' Line, 30' Gaol 2 Pavement Marking Epoxy, 4-lnch, Solid While 3 Pavement Marking Epoxy, 8-lnch Solid White 4 Pavement Marking Epoxy, Word, "ONLY" 5 Pavement Marking Epoxy, 24-/nch White, Stop Line 6 Pavement Marklno Eooxv, 6-/nch While, Crosswalk 7 Pavement Marking Epoxy, Symbol, Bike Lane 8 Pavement MarklnQ Eooxv, 4-lnch Double Yellow 9 Pavement Marking Epoxy, 6-lnch Yellow Skips 10' Line, 30' Gap]

10 Pavement Markino Eooxv, Svmbol, Left Arrow 11 Pavement Marking Epoxy, B-/nch Solid White 12 Pavement Marklna Epoxy, 6-lnch White Skips, Z' Line, 6' Gap)

13 Pavement Marking Epoxy, Conl!nental Crosswalk 14 Pavement Markinq Eooxv, 12-lnch White, Crosswalk 15 Pavement Marking Epoxy, Symbol, Thru & Rl ht Arrow 16 Pavement Marking Epoxy, symbol, Thru & Left Arrow 17 High Friction Green Surface 18 Pavement Marking Epoxy, 8-/nch White Skips (5' Line, 5' Gap) I

Notes: -Continental Crosswalks are 12' wide with 18" bars and 24" gaps

=~lree1~~~~~~~t:~~c~ll~eg,tJ:o~ rc!~~k~fc~~bd/or face of curb

=6~rft:c•rt~~e ~6~~~&/~'f~~~ccg';~i~:~~lng, (BOB) 267-8725 with questions

SHEET NO. RESURFACING 2019-11856 M-25

A ~

PAVEMENT MARKING PLAN

TOMPKINS DR

~ ~ ~~ .;5 rJY J~ i:~ ~ AJI'fj

G)

CITY OF MADISON

O;y

r I

Page 56: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

· .........

Noles~ ~Conllnental Crosswalks are 12' wlde with 18~ bars and 24" gaps :~/keer~~~~~~:):~jc~J~e~,tt{o~ ~6~k~Pc~~g/or face of curb ]~0rft:ctrTo8~8 ~J~~.8lliti'{~~tficc~n5~~:~~Jng, (BOB) 267:.S725 with questions

Callout

10 11 12 13 14 15 16 17 iB

~~~~~\ j// /.;;) v~~~,·~···v .. /.>~; ';;<.:<;.;~::~::.·; .. ·

/// ''

'V (/

~· \;

~:;::\

MA TCHL/NE 26

9Z 3N/7H:J_l VW

PFLAUM RD

DATI::• $S •.• plol((n<Jd"l"··.$$

0 0::

~ ~

SHEET NO. RESURFACING 2019-11856 M-26

PAVEMENT MARKING PLAN

VONDRON RD CITY OF MADISON

Page 57: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SHEET NO RESURFACING 2019-11856 M-27

j'l:®l=- PAVEMENT MARKING PLAN

VONDRON RD CITY OF MADISON

~ ~ ~ 2j :s::

c -.....:: l/l

~ ~ -1 J> z

~ ~ ' Cl

I ~

~ lrl J>

~· ~ ' ' '

VONDRON RD /

" .: ........ .1. ...................... -. ............................................................. t. ...................... :::-,. ................................ -.... ••• ''"'"'"'"'"'"''"'••••"'••••••<•"-••••• .. •••••••••••••••••A •••••••••••••••••••••••••••'"-•••••- '"'""•-•••-<,:: .. _ ••••••••••·••••- ••••••••••••••••••••••••••••••'"•"" """"""'""''"'" .. """"

- - - - -

.....................

j'l:®l=- "'- ~ C\j

~ Ci -.....:: Callout

~ ~ Notes: 1 Pavement Markin -Con!lnenta[ Crosswalks ere 12'wlde with 18" bars and 24" gaps

2 Pavement Markin =~~~e~~~~~~~:ety~~~~~~e~,tf{o~ ~~~k~(c~~g/or face of curb 3 Pavement Markin

~ ~ ]~rft:~r~ci~ ~J'~~~~~,.f~mcc~;;J~!~~ing, (608} 267-8725 with questions 4 Pavement Markin 5 Pavement Markin 6 Pavement Merkin lrl 7 Pavement Markin

~ 8 Pavement Markin 1\; 9 Pavement Markin

10 Pavement Markin ~ 11 Pavement Markin 12 Pavement Markin 13 Pavement Markin 14 Pavement Markin 15 Pavement Markin 16 Pavement Markin 17 18

Page 58: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

1)=1:~::;

~~ !JJ::r:;: ~~ ~~ \.)~ 1.:: ··111

~~

. -·~··-

J.~ ~

Noles: -Conllnental Crosswalks are 12' wide wflh 18" bars and 24H gaps

=~~~e1~~~~~~:\,~Jc~ll~a£,tf{0~ Ta~~k~Pc~~g/or face of curb

=E~At:~rf:J: 3g~~~J!n~:·,r~~ffic0~~;l~~~krlng, (608) 267-8725 with questions

Callout -1-

10 i1 12 13 14 15 16

1I 18

t. .......... .

Description Pavement MarklnQ Epoxy, 6-lnch White Skips, 110' Line, 30' Gap)

Pavement Mark~ 4-lnch, Solid White Pavement Marking Epoxy, 8-lnch Solid White Pavement Marking Epoxy, Word, "ONLY" Pavement Marking Epoxy, 24-lnch Whlte,_.§!QQ_une Pavement Marking Epoxy, 6-lnch While, Crosswalk Pavement Marking Epoxy, Symbol, Bike Lane Pavement Marking Epoxy, 4-inch Double Yellow Pavement Marking Epoxy, 6~1nch Yellow Skips (10' Line, 30' Gaol Pavement Marking Epoxy. Symbol. left Arrow

Pavement Marking .~~, 6·inch Solid Wh!le Pavement Marking Epoxy, 6·1nch White Skips, (2' Line, 6' Gap) Pavement Marking Epoxy, Continental Crosswalk Pavement Mark~ 12·lnch Whne, Crosswalk Pavement Marking Epoxy, SyrnQQL_Th!!:!_ & Right Arrow Pavement Marking Epoxy, Symbol, Thru & Left Arrow ' High Friction Green Surface Pavement Markinq Eooxv. 8-lnch White Skios {5' Line, 5' Gap)

RESURFACING 2019-11856 I SHEET NO.

M-28

~®-- .PAVEMENT MARKING PLAN

VONORON RD

00::­~ C)

~ &

IJ:J'v 05 «.

" ' I ( 1, B VONDRON RD

; i

111

=2 I\ ~ i··i -u ~ I l/) I I 0 11 z ,, 0 :::0

I l . I I

ti ! i ! ;

t .. ~ . I

CITY OF MADISON

.. I.

~~ ~~ ~~ ~~ f2~ ~~

Page 59: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~~ ~::i ~<:)

~~ u~ 1-::r-ti ~~

Notes: -Continental Crosswalks are 12' wide with 18" bars and 24~ gaps

=~lrea1~~~~~;:1J~c~u~ac,tWo~ ra~~~Pc~~dlor mea or curb

=~~~tebc~r~~~e ~g~~~~~,f~~fficc~~;l~:~~lng, (608) 267-8725 w!lh quesllons

',,_"

Vl -j

0 z fTl :::r: J> < fTl z

Callout

10 11 12 13 14 15 16 17 16

2'5.®=-RESURFACING 2019-11656

SHEET NO

M-29

PAVEMENT MARKING PLAN

VONDRON RD CITY OF MADISON

~~ ~::i ~<:)

~ ~ u ~ Kfli

~~

Page 60: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

.... 1 ... ·······T··· 1 '

Notes: -ConUnental Crosswalks are 12' wide with 16" bars arid 24" gaps

:~/~a1~~~~~~~~:~?c~l~e~,tffo~ ~6~k~f'c~~:/or fane of curb

:3~Jt:drt~~a~g~~~~~·-/~rnccff;~r~=~~lng, (608) 267-8725 with questions

.... .':.'.'S.'.·.·r.·.·.~···-~·-~· .. . ... r···· ..

9 1Q 11

ll li 14 15 i6 17 i6

~~ ~~ :::::::~

;t~ u~ l..:::rtl ~~

~®=-

n )>

~ I I )>

RESURFACING 2019~11856

PAVEMENT MARKING PLAN

SHEET NO.

M-30

VONDRON RD CITY OF MADISON

Page 61: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~~ ~~ ~Q ~~ u~ "111 ~~

2'\:<»=-

() )>

s: I I )>

[Tl

OJ c () 7' [Tl

-< [Tl

::u 0

SHEET NO. RESURFACING 2019-11856 M-31

2'\:<»=- PAVEMENT MARKING PLAN

VONDRON RD CITY OF MADISON

Notes: -Continental Crosswalks are 12'wlda with 16" bars and 24" gaps

=~~~a1~~~~~~~;e~0c~l~e6·1f/o~ ~~~k~c~~~or race of curb

t~~t:c!'T;~e ~6~~~~~·f~~fficcE~~~';;':~~~ng, (608) 267__.g725 w!th quesllons

Callout I Description 1 I Pavement Marktrm __ f;poxy, 6-lnch Wh!!e Skips, (10' Une,_30'~

Pavement Marking Epoxy, 4-!nch, Solid While Pavement Marking Epoxy, B-!nch Solid Wh!te Pavement Marking Epoxy, Word. waNLY~ Pavement Marking Epoxy, 24-lnch While, slop Line Pavement Markin~ 6-lnch White, Crosswalk Pavement Marking Epoxy, SymboL Bike Lane Pavement Marking Epoxy, 4-lnch Double Yellow Pavement Marking Epoxy, 6-lnch Yellow Skips (10' Une. 30' Ga

10 Pavement Markin E o S mba!, left Arrow 11 Pavement Mark!nQ Epoxy, 6-lnch SOlid White 12 I Pavement Mark!nq Epoxy, 6-Jnch While Skips, (2' Line 6' Gap) 13 I Pavement MarkL~g!;;p..Q~,ConUnental Crosswalk 14 I Pavement Marking Epoxy, 12-lnch Wh!te, Crosswalk 15 I Pavement Marklnr.~ Epoxy. Symbol. Thru & Rloht Arrow 16 I Pavement Marking Epoxy, Symbol, Thru & Left Arrow 17 I High Fr/cUon Green Surface 18 I Pavement Marklno Epoxy, 8-lnch White Skips (5' Une, 5' Gap)

Page 62: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

·~ ~

! ~

i ~

5 & 0

~ i

~II, , /llllllhllllllli'::;, ~-

5 . = . 13 = ~- -····· ·· .. ·!,'"'''/'/''"{~

I \1 I"-® I ! ! Zl I z! ! jij

N

o/ :::U!

Callout DescrloUon 1 Pavement Marklno Epoxy, 6-lnch White SkiDs, 1 0' Line, 30' G8P)-

2 Pavement Marklno Eooxv. 4-lnch, Solid Whlle 3 Pavement Marking Epoxy, 8-lnoh So11Q White 4 Pavement Marking Epoxy, Word "ONLYn 5 Pavement Marklna Eooxv, 24-Jnch White Sto Line 6 Pavement Marking Eooxv, 6-lnch White, Crosswalk 7 Pavement Merklnq Epoxy, S mbol, Bike Lane 8 Pavement Marklno Eooxv, 4-lnch Double Yellow 9 Pavement Marklna Eooxv, 6-lnch Yellow Skies 10' Line 30' Gao)

10 Pavement Marklna Eooxv, Svmbol, Left Arrow 11 Pavement Markin E ox 6-lnch Solid White 12 Pavement Markin E ox , 6-lnch White sk[OS 2' Line 6' G~ 13 Pavement Marking Epox , Continental Crosswalk 14 Pavement Markino Epoxy, 12-lnch White, Crosswalk ( 16 Pavement Mark!na Eooxv. Svmbol, Thru & Rl ht Arrow 16 Pavement Marklno Eooxv, S mbol Thru & Left Arrow 17 High Friction Green Surface 18 Pavement Marklmr E oxv, 8-lnch White Ski s 5' Llne 5' Gao)

tal Crosswalks are 12' wide with 18" bars and 24" gaps

~;~~c~l~ec.tf{o~ ra~~~fc~~~/or face of curb

e,ty_p~~a!!Y. .. ~'f~W.cc~;;!~:~lng, (BOB) 267-8725 with quesUons

YELLOWSTONE DR

............ I..~J ............... . ------/

' '( I~

Vl I rn z }>

i6 ·o

}> I

:::;;;:: -<

~j;;=.-RESURFACING 2019-11856

SHEET NO.

M-32

PAVEMENT MARKING PU\N

YELLOWSTONE DR CITY OF MADISON

Page 63: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

z i ~ ~

5 ~ ~ 8 ~

ars and Z4'' gaps ·ace of curb

DB) 267-8725 w!lh questions

]i:.oo~

-,_

8

'/ \)<(:-­/ s / /"'\j~ /

-~'S // J' ' :-'\~ ' ~ / 'v'v\j

O_,y / / ~<0 /

~--~~/ -~ /~- (~' 5

/ -~---,· ~

/\ "" ~ "­~ --'-. v('

'% G'('

/)

'- "1-/t- "-' )-'·

", "-

//

//

/ / ~~ /

RESURFACING 2019-11856

PAVEMENT MARKING PLAN

SHEET NO. •

M-33

/ YELLOWSTONE DR CITY OF MADISON

//.

-.,

/

/ / //

// //

/./

Noles:

-, G( -<1 C)(:: ~

" <)~

"-··,

-Continental Crosswalks are 12' wide with 18" bars and 24" gaps

=~/~e1~~~~~~:i;~f2C:r&eB,tTJo~ fa~~k~Pc~~tor race or curb

=3~~~~cirTo8~9 ~g~~~&j~'f~~fficcff~;l~:~~lng, (608) 267-8725 wllh questions

Callout Oeser! lJon

·,, ", .,

'·,

" 1 Pavement Marking Epox , 6-!nch White Skl s 10' Line, 30' Gap)

2 Pavement Marklno Eooxv. 4--lnch Solid Whl!e 3 Pavement Mark!no Eooxv. 8-lnch Solid White 4 Pavement Marklno Eoox Word "ONLY" 5 Pavement Mark!no Eoox , 24-lnch White, Sloe Una

6 Pavement Marking Epox 6-lnch White Crosswalk T Pavement Marklna Eooxv. Svmbol Bike Lane B Pavement Mark!ng_f::p()X , 4-!nch Double Yellow g Pavement Marking Epox , 8-!nch Yellow Skips 10' Una 30' Ga

10 Pavement MarklnQ Epox Symbol. Left Arrow 11 Pavement Marklno Eoox 8-lnch So!ld White 12

/"" '-, Pavement Marking E;:pox 6-lnch White Ski s, 2' Una, 6' Ga

13 Pavement Marking Epox Conllnental Crosswalk 14 Pavement Marking Epoxy, 12-lnch Wh!te, Crosswalk 15 Pavement Marking Epox Symbol Thru & Rlqht Arrow

-,_ 16 Pavement MarkJna Eoox , Symbol Thru & Left Arrow 17 HI h Frlctlon Green Surface 1B Pavement Marking Epox 8-tnch While Skips 5' Una 5' Gap)

,, '-,

.,_

"" '"

"" "-'-,

Page 64: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Callout 1 2 3 4

z 5 6 7 6 9

10 11 12 13 14 15 16 17 18

s are 12'wlde with 18" bafs and 24" gaps ~.tt:o~ raci~k~flc~~~/or race of curb 'from crosswalk Traffic Engineering, (608) 267-8725 with questions

ST

Descr!p~!on

Pavement Marking E oxy, B~lnch White Skips, 10' Line 30' Gap) Pavement Marking Epoxy, 4-lnch, Solid White Pavement Marklna E oxv, B~lnch Solid White Pavement Marklna Eooxv, Word, "ONLY" Pavement Markin E oxv. 24-lnch White, Stop Line Pavement Marking Epoxy, 6-lnch White, Crosswalk Pavement MarklnQ Epoxv. Symbol, Bike Lane Pavement Marklno E oxv. 4~1nch Double Yellow Pavement Marking E oxy, 6-lnch YelloW Skips 10' Line, 30' Gap) ~ Pavement Marking E oxy, Symbol, Left Arrow Pavement Markin E oxy, 6-lnch SoHd White Pavement Marklno Eooxv. 6-lnch White Sklos, 2' Line 6' Gaol Pavement Markin E oxv, Continental Crosswalk Pavement Markin Epoxy, 12-lnch While, crosswalk Pavement Marking Epoxy, Symbol, Thru & RlahtArrow Pavement Markino EPOXY, Symbol, Thru & Left Arrow Hi h Friction Green Surface Pavement Marking E oxy, 8-lnch White Skips 5' Line 5' Gap)

SHEET NO. RESURFACING 2019-11856 M-34

PAVEMENT MARKING PLAN

FREY ST

. ... • "'"' oo"w~•&c~NX ~

,/'/ /~;;:/

/<:>/ / / / ~""

~/!}:} ;i

CITY OF MADISON

Page 65: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: S STOUGHTON RD (SERVICE RD) LIMITS: SOUTH OF E BUCKEYE RD TO PFLAUM RD

E BUCKEYE RD N

l-----+ *NOT TO SCALE

HELGESEN DR

PFLAUM RD

ITEMS

AREA(SY)

A= 4080 X 28 = 12693

TOTAL = 12693

TACK COAT GAL ------------------------------------------------------------------------------------------------HMA LOWER LAYER 2.5"- 3 MT 58-28 S 1,904 TON HMA UPPER LAYER 2" - 4 MT 58-28 S ESTIMATED UNDERCUT

1,523 TON 2,120 CY

ESTIMATED BREAKER 3,395 TON ·-------------------------------------------------------------------------------------------RAMPING SAS SY ·----------------------------------------------------------------------------------------------------WEDGE CUT GRINDING CONCRETE _______ SY

·-Fu-cL.-wior'H--8-RTN'oli\i'G----------------------------------------------------- sY ·---------------------------------------------------------------------------------------------------PULVERIZE 12,693 SY

Page 66: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: E BROADWAY SERVICE RD LIMITS: FEMRITE DR TOE BROADWAY

N

+ *NOT TO SCALE

I END OF CURB, 1

GRAVEL SHOULDERING 1.. ._ LIMITS

ITEMS

.... ...

E BROADWAY

AREA (SY)

A = 120 X 39 = 520 B = 11 0*(38+32)/2 = 428

C=370X32= 1316 D = 270 X 28 = 840

30'- R = 24.5 44'- R = .50.6

TOTAL= 3179

TACK COAT GAL ·-----------------------------------------------------------------------------------------------HMA LOWER LAYER 2.5"- 3 MT 58-28 S 477 TON

·--------------------------------------------------------------------------------------------------HMA UPPER LAYER 2"- 4 MT 58-28 S 382 TON ESTIMATED UNDERCUT ESTIMATED BREAKER

535 CY 855 TON

SHOULDERING 480 FT ----------------------------------------------------------------------------WEDGE CUT GRINDING CONCRETE SY ·---------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY

------------------------------------------------------------------------------------- -------PULVERIZE 3,179 SY

Page 67: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: AGRICULTURE DR LIMITS: FEMRITE DR TO 600' SOUTH OF FEMRITE DR

N

+ FEMRITE DR

*NOT TO SCALE 30'-R 30'-R

ITEMS

D -­(CONC. ISLAND)

A

8

c

---{] AREA (SY)

A=227X52= 1311.6

B = 1 04*(52+44)/2 = 554.7

C = 244 X 44 = 1193

D =50 X 8 = -44

2-30'- R = 49.0

TOTAL= 3064

TACK COAT GAL HMALOWER--LAYE_R ______ 3~25~~-=-3-MT-sa:2s--s-----------------------------6-13-TON ·--------------------------------------------------------------------------------------------------HMA UPPER LAYER 2" - 4 MT 58-28 S 368 TON ·---------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 515 CY ·--------------------------------------------------------------------------------------ESTIMATED BREAKER 825 TON 'RA"iiii-P IN 8-SAS------------------------------------------------------------------------- SY

·-------------------------------------------------------------------------------·-------WEDGE CUT GRINDING CONCRETE SY ·---------------------------------------------------------------------------·----~--

FULL WIDTH GRINDING SY · ·-----------------------------------------------------------------------------·-------PULVERIZE 3,064 SY

Page 68: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: SEIFERTH RD LIMITS: PFLAUM RD TO TOMPKINS DR

N

+ *NOT TO SCALE

ITEMS TACK COAT

PFLAUM RD

----;;:_----25~R I 25~R

30'-R

A

I I I ___ '.!::' __ _

TOMPKINS DR

35'-R

AREA (SY)

A= 1320 X 28 = 4106.7

30'- R = 24.5

35'- R = 32.7

2-25'- R = 34.8

TOTAL= 4199

GAL -HiliiA-L"ow"E_R __ CAYER-----:z~s-;;--:-3-M"r-58~2-s_s _______________________________ -:-63-:-o:-T oN ·--------------------------------------------------------------------------------------------·------~-

HMA UPPER LAYER 2"- 4 MT 58-28 S 504 TON ·-ESTif~JfATED--Ur\flS-ER-CUT--------------------------------------------------------------:7~0-0 CY

ESTIMATED BREAKER 1,120 TON ·---------------------------------------------------------------------------------------RAMPING SAS SY wE"o8E-ci]r-8RINolr~Tc;-·c-oN_c_RETE--------------------------------------.,---- sY ·-------------------------------------------------------------------------------------------'---FULL WIDTH GRINDING SY ·--------------------------------------------------------------------------------·--------PULVERIZE 4,199 SY

Page 69: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: TOMPKINS DR LIMITS: S STOUGHTON RD TO PROGRESS RD

N

+ *NOT TO SCALE

c a:: :I:

b:: LLI u..

LIJ w S ~3'-R _)_ VI 30'-~ C

ffi I~---------~---~------------------------------' l a:: VIJ : l::l

~ :<-- -- B -- - - ->:<- ---- ---- ------ -- A - ------ - - ---- ->: ~

g ',----------~~----------------------------------: f 0 ~3'-R 30'-R l In VI

ITEMS

AREA {SY)

A= 1195 X 32 = 4248.9 B = 315 X 28 = 980.0

2-33'- R = 58.6 2-30'- R = 49.0

TOTAL= 5337

TACK COAT GAL ·-H-MA-CowE'R--l.AYER-----2~5~~-:-s-M"=r-ss=-2-s_s _____________________________ 8_o_1 ToN ·-------------------------------------------------------------------------------------------HMA UPPER LAYER 2" - 4 MT 58-28 S 640 TON ·----------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 900 CY ESTIMATED BREAKER 1,440 TON RP\MPING SAS SY ·-----------------------------------------------------------------------------------------WEDGE CUT GRINDING CONCRETE SY ·----------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ·--------------------------------------------------------------------------------------------------PULVERIZE 5,337 SY

Page 70: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: PROGRESS ROAD LIMITS: NORTH END TO 1200' SOUTH OF TOMPKINS DR

N

+ *NOT TO SCALE

ITEMS TACK COAT

c

AREA (SY)

A= 2000 X 36 = 8000

B = 45' R = 707

c = .5(70*30) = ill TOTAL= 8824

GAL ·----------------------------------------------------------------------------------------------~-

HMA LOWER LAYER 2.5"- 3 MT 58-28 S 1,324 TON HMA UPPER LAYER 2"- 4 MT 58-28 S ESTIMATED UNDERCUT ESTIMATED BREAKER

·------------------------------------------------------------------------------------

1,059 TON 1,480 CY 2,370 TON

RAMPING SAS SY WEDGE--cur-GRIN-oiN-8--coN_c_RETE------------------------------------sy ·---------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY

·----------------------------------------------------------------------------------------PULVERIZE 8,824 SY

Page 71: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: ADVANCE RD LIMITS: PFLAUM RD TO PROGRESS RD

PFLAUM RD N

--;;.--I +

*NOT TO SCALE

ITEMS

AREA {SY)

A = 1160 X 32 = 4124.4 2-36'- R = 69.0

TOTAL= 4193

TACK COAT GAL ·---------------------------------------------------------------------------------------------------HMA LOWER LAYER 2.5" - 3 MT 58-28 S 629 TON ·--------------------------------------------------------------------------------------------------HMA UPPER LAYER 2"- 4 MT 58-28 S 503 TON ·---------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 700 CY ·------------------------------------------------------------------------------------.-~::?-~~~~I.§.g __ ~~-~~~E~------------------------------------------------------ 1' 120 T 0 N RAMPING SAS SY ·-----------------------------------------------------------------------------------------·-------WEDGE CUT GRINDING CONCRETE SY ·--------------------------------------------------------------------------------------·-------FULL WIDTH GRINDING SY ·-----------------------------------------------------------------------------------------PULVERIZE 4,193 SY

Page 72: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: VIOLET LANE LIMITS: HAMLET PL TO DAFFODIL LN

N

+ *NOT TO SCALE

HAMLET Pl

30'-R 30'-R

30'-R z ..J ..J

"- A 1 g ~---------------------------------------30-'-~R~ ~

ITEMS

AREA (SY)

A .;_ 1 070 X 28 = 3329 -

4-30'- R = 98

TOTAL= 3427

TACK COAT GAL ·-------------------------------------------------------------------------------------·-------HMA LOWER LAYER TON

·--------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S 617 TON ·-----------------------------------------------------------------------------------------~ ESTIMATED UNDERCUT 575 CY

·----------------------------------------------------------------------------------------------ESTIMATED BREAKER 920 TON -RANlPING--SA_S _________________________________________________________________ , _____ ___;;..,;,.:.... SY

·-------------------------------------------------------------------------------------------·-------WEDGE CUT GRINDING CONCRETE SY ·-FULL.-wiDTH-G-RTND-1-NG---------------------------------------------------------sy ·-------------------------------------------------------------------------------------------------:-~

PULVERIZE 3,427 SY

Page 73: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING2019

STREET NAME: VIOLET CIRCLE LIMITS: HAMLET PL TO NORTH END

N

+ *NOT TO SCALE

30'-R

ITEMS

\ B \

' ' ' ' '

A

...

HAMlETPl

30'-R AREA (SY)

A= 325 X 28 = 1 011

B = 38' R = 503.8

c = .5(75*32) = 133.3

2-30'- R = 49

TOTAL= 1697

TACK COAT GAL ·-HMA-LO-WER-LAYE_R __________________________________________________________ TON

·-------------------------------------------------------------------------------------------~~~-~

HMA UPPER LAYER 3" - 4 L T 58-28 S 306 ·TON ·-ESTi~XATED--UNDER-CUT------------------------------------------------------2~8~5 CY ·------------------------------------------------------------------------------------------ESTIMATED BREAKER 455 TON RAMPir\18-sJ\s---------------------------------------------------------------------sy ·-----------------------------------------------------------------------------------------------------,-WEDGE CUT GRINDING CONCRETE SY -F'CTCC-WioTH'-8-RiNDI-NG-------------------------------------------------------·-------sy ·-----------------------------------------------------------------------------------------·-----~~

PULVERIZE 1,697 SY

Page 74: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREETNAME: HAMLETPLACE LIMITS: SWANTON RD TO DAFFODIL LN

N

+ *NOT TO SCALE

0:: 0 f­LU ....J 0

31~R 5 0 ~----.J----- 25'-~ 0:: I 2 2

1 I ....J

O 1 I ....J

~ :* --------- ---------- A - - -- - - - - - - -- - - - - - -- - - - 7: § <1: 1 I u..

S I -----------------------------~~ ~ Vl ----.... ~-- 2-- -r 36'-R ~ 0

y;l'-R ....J

ITEMS

f­LU ....J 0 5

AREA (SY)

A = 11 00 X 28 = 3422.2

2-31'-R= 52.0

36'- R = 34.5

25'-R= 17.4

TOTAL= 3526

TACK COAT GAL ---------------------------------------------------------------------------------------HMALOWER LAYER TON

~8~~~g~~~~~~~~~~~~~~~~~~!~~:~±Ii~~E~~[~~=~~~~~~==~~~~~~==~~=~~~============6~3:5 TON ESTIMATED UNDERCUT 590 CY

·----------------------------------------------------------------------------------------ESTIMATED BREAKER _____ ___;9;,...;4..;;_5 TON ,_RAiilfrii\J-8--sJ\s------------------------------------------------------------------- s y

---------------------------------------------------------------------------------------------------_':0{~-g~~-_g~!-~!3~~!2~~-~--~.Q~_g_~§I~----------------------------------------SY FULL WIDTH GRINDING SY ------------------------------------------------------------------------------------------------~----

PULVERIZE 3,526 SY

Page 75: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: DAFFODIL LANE LIMITS: MILWAUKEE ST TO HAMLET PL

N

+ *NOT TO SCALE J--:--J 22'-R II~

I I j I 1 lei HAMLET PL 1 1 1 I TRAFALGER PL I I I

,_ __ 25'-R

A 30'-R ~-.---1 I

: 8 1 VIOLET LN I

30'-R

30'-R

I

--- _L__l. •..• MILWAUKEE ST

ITEMS

AREA lSY)

A= 750 X 28 = 2333.3

B = 32X28 = 99.6

C = 23 X 28 = 71.6

25'- R = 17.4

22'- R = 13.8

4-30'- R = 98.0

TOTAL= 2634

TACK COAT GAL ·-------------------------------------------------------------------------------------------------HMA LOWER LAYER TON -------------------------------------------------------------------------------------------------·-~~~-~f-~§-~--~!-~-~------~~~-~±-~!-~~~~-~--~---------------------------------4_7_4 TON ESTIMATED UNDERCUT 440 CY ESTIMATED BREAKER 705 TON ·------------------------------------------------------------------------------------------~~-~!~g--~~-~-------------------------------------------------------------------------SY WEDGE CUT GRINDING CONCRETE SY -F'L:TCC-WioTH_G_RTNoiN8----------------------------------------------------sy ·--------------------------------------------------------------------------------·-------:~~

PULVERIZE 2,634 SY

Page 76: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: FLINT LN LIMITS: ACEWOOD BLVD TO MEADOWLARK DR

N

+ *NOT TO SCALE

0 ~3'-R ::: IXl

I I I Cl

0 0 $

k----------------------1 A --------------------~

UJ u <1: 23'-R

ITEMS

AREA (SY)

A= 1025 X 28 = 3189 2-23'- R = 30.0

TOTAL= 3219

TACK COAT GAL ·--------------------------------------------------------------------------------------------HMA LOWER LAYER TON ·-----------------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S 580 TON ESTIMATED UNDERCUT 540 CY ESTIMATED BREAKER 865 TON

--------------------------------------------------------------------------------------------------~~£~~g--~~-~-----------------------------------------------------------------------------SY WEDGE CUT GRINDING CONCRETE SY ·-FLTCL--wiDTH_G_Ri_NDTNG-------------------------------------------------------·--------sy ·--------------------------------------------------------------------------------------------:-~~

PULVERIZE 3,219 SY

Page 77: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: CHARLEEN LN LIMITS:- FLINT LN TO WALKER DR

N

+ *NOT TO SCALE

A

29'-R I 29'-R ___ jt __ _

FLINT LN

ITEMS

AREA (SY)

A= 970 X 28 = 3017.8

2-30'- R = 49

2-29'- R = 46

TOTAL= 3113

TACK COAT GAL ·HiiAAio-wER--L.A'?"ER-------------------------------------------------------·--------T oN ·------------------------------------------------------------------------------------·------""':"""':-HMA UPPER LAYER 3"- 4 L T 58-28 S 560 TON ·------------------------------------------------------------------------------------·------~~

ESTIMATED UNDERCUT 520 CY

ESTIMATED BREAKER 835 TON RAM-Plt~fG-SAS---------------------------------------------------------------------- SY ·---------------------------------------------------------------------------------------------WEDGE CUT GRINDING CONCRETE SY ·-F"cTcc-wlo=ri=!-8Rir\ioiN8-------------------------------------------------------------sv ·---------------------------------------------------------------------------------------------------~

PULVERIZE 3,113 SY

Page 78: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: LOIS LN LIMITS: WALKER DR TO MEADOWLARK DR

N

+ *NOT TO SCALE

~O-'--R-------------------------------------------2--6'-~ e ~ 1 I C:: c::l 1::) ~ :<- ------------ ---- -- A - - - - - -- - - - - - - - - - - - - - - - 7: $ ;;i 1 I g $ 1,-----------------------------------------------~l ~ Go'-R 26'-R '\ 2

ITEMS TACK COAT

AREA (SY)

A = 364 X 28 = 1132.4 2-26'- R = 37.4

2-30'- R = 49.0 TOTAL= 1219

GAL -HMAio\iVE-R--LAYE_R ___________________________________________________________ ToN

·-------------------------------------------------------------------------------------·------~-

HMA UPPER LAYER 3"- 4 LT 58-28 S 219 TON EsrlivfAi"Eo--uNo-ERcui--------------------------------------------------·------2--o-5 cY ·-----------------------------------------------------------------------------------------ESTIMATED BREAKER 330 TON 'RAM-Pir~fG--sA-s----------------------------------------------------------------·------- sY ·---------------------------------------------------------------------------------------------------WEDGE CUT GRINDING CONCRETE SY -FU-CL-WIDTH-GRINDING ____________________________________________________________ SY

·-----------------------------------------------------------------------------------------·--------PULVERIZE 1,219 SY

Page 79: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME,: WALKER DRIVE LIMITS: MILWAUKEE ST TO FLINT LN

N

+ *NOT TO SCALE

ITEMS TACK COAT

CHARLEEN LN

MILWAUKEE ST ___ "",f __ _

30'-R I 30'-R I I I I

A

I I I

LOIS LN

29'-R J--_l_ -L··-· FLINT LN

AREA (SY)

A= 1210X28= 3764.4 2-30'- R = 49.0 2-29'- R = 46.0

TOTAL= 3859

GAL -HMAiO-WER--LAYE_R __________________________________________________________________ TON

·-------------------------------------------------------------------------------------------------~~

HMA UPPER LAYER 3" - 4 L T 58-28 S 695 TON ·~ESTifVil\fED--UND-ERCUT----------------------------------------------------------~6~5:-::-0 CY

ESTIMATED BREAKER 1,040 TON RAMPING SAS SY -wr:o8"E--cur-"GRiN-oir;:k~-coi;:icRETE ________________________________________ sY ·----------------------------------------------------------------------------- -----------FULL WIDTH GRINDING SY ·----------------------------------------------------------------------------------·-----~~~

PULVERIZE 3,859 SY

Page 80: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: RALPH CIR LIMITS: MEADOWLARK DR TO EAST END

N

+ *NOT TO SCALE

~ ~~2-5'--R---------------------------~ a:: ::i I 3 t<---------------- A ----------->. Q I I

~ :-------------- '. ~ r2s'-R ~

ITEMS

AREA (SY)

A= 255 X 28 = 793.3

B = 44' R = 675.5

2-25'- R = 34.8

TOTAL= 1504

TACK COAT GAL ·----------------------------------------------------------------------------------------------------HMA LOWER LAYER TON

·---------------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S 271 TON

ESTIMATED UNDERCUT 255 CY

ESTIMATED BREAKER 410 TON ·------------------------------------------------------------------------------------------RAMPING SAS SY

·---------------------------------------------------------------------------------------------------_'{~(F~_f29_~--~~!-~~-~t:'l!?~~2-~~~-~~§I_§ ________________________________________ SY FULL WIDTH GRINDING SY

·--------------------------------------------------------------------------------------------:-::-:-:-PULVERIZE 1,504 SY

Page 81: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: BEEHNER CIR LIMITS: MEADOWLARK DR TO EAST END

N

+ *NOT TO SCAlE

~ ~5'-R ::0: I 0:: I ::3 ! ~ :<----------------A -----------:;.!.

I

C I \

~ ',---------------------------- . ~ r25'-R ~

,ITEMS TACK COAT

AREA CSY) A= 290 X 28 = 902.2

B = 44' R = 675.5 2-25'- R = 34:8

TOTAL= 1613

GAL -HMA-LOWER--LAYER _______________________________________________________________ TON

·----------------------------------------------------------------------------------------·-----~~

HMA UPPER LAYER 3"- 4 L T 58-28 S 290 TON ·EsTiM-A=r-Eo--uNo-ER-cu;=-----------------------------------------------------------=2:-::7~o cY ·------------------------------------------~------------------------------------------

ESTIMATED BREAKER 435 TON ·-Rf\iiijplf\f(;--sf::s------------------------------------------------------------------·------....,...- SY ·---------------------------------------------------------------------------------------·-------WEDGE CUT GRINDING CONCRETE SY ·-FU-LLWlDTH_G_RTND-1-NG-------------------------------------------------·------- SY -----------------------------------------------------------------------------------------·-----~~ PULVERIZE 1,613 SY

Page 82: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREETNAME: PEBBLEBEACHDR LIMITS: SAUK RIDGE TR TO NORTH OF OAK GROVE DR

N

+ *NOT TO SCALE

r- 'I I I

ITEMS

SAUK RIDGE TRL

I 1 1 PEBBLE BEACH I B I

CIR

A

AREA (SY)

A = 1385 X 28 = 4309 B =58 X 7 = 45.1

TOTAL= 4354

TACK COAT GAL ·-----------------------------------------------------------------------------------------------------HMA LOWER LAYER TON ·--------------------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S 784 TON

·------------------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 730 CY ESTIMATED BREAKER 1,170 TON RAMPING SAS SY

·-----------------------------------------------------------------------------------------------WEDGE CUT GRINDING CONCRETE SY ·-------------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY

·-------------------------------------------------------------------------------------------------PULVERIZE 4,354 SY

Page 83: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: VALLEY RD LIMITS: RETANA DR TO KEVINS WAY

N

+ 25'-R

*NOT TO SCALE

SHADY WOODWAY

QUIET-LN

ITEMS

RETANA DR --jf,.--

I I I I I I

. I

A

I I -- _'(.-

25'-R

KEVINSWAY

r

AREA (SY)

A= 1375 X 28 = 4277.8

2-2?'- R = 34.8 TOTAL= 4313

TACK COAT GAL -HMA-LO-WER--LAYE·R-------------------------------------------------------·------- T 0 N ·---------------------------------------------------------------------------------------------·------......... -HMA UPPER LAYER 3" - 4 L T 58-28 S 776 TON ·-Es-TiMAr-Eo--ur~TD-ER-cur------------------------------------------------------------72-5 ...... cY

ESTIMATED BREAKER 1,160 TON ·-----------------------------------------------------------------------------------------RAMPING SAS SY ·wE"68'E--c-ur-8R.INoiN_G_cor~ic-RETE----------------------------------sy

·-----------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ·-----------------------------------------------------------------------------------------PULVERIZE 4,313 SY

Page 84: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: SHADY WOOD WAY & QUIET LANE LIMITS: VALLEY RD TO VALLEY RD

N

+ *NOT TO SCALE

A

ITEMS

30'-R) 0

I I

--·-----3-0'--R...,'\

25'-~

I

25';'\

0:: >­UJ -' -'

~

Cl 0::

>-UJ -' -'

~

AREA (SY)

A=1320X28=4106.7

2-30'- R = 49.0 2-25'- R = 34.8

TOTAL= 4191

TACK COAT GAL ·----------------------------------------------------------------------------------------------HMA LOWER LAYER TON --------------------------------------------------------------------------------------·-------HMA UPPER LAYER 3" - 4 L T 58-28 S 754 TON ·-----------------------------------------------------------------------------------------·------~ ESTIMATED UNDERCUT 705 CY ·----------------------------------------------------------------------------------------_§§_"!:.~~-~-"I-~~--1?..~-~~-IS§~----------------------------------------------------- 1, 13 o ToN

-~~~-~!~~--~~-?---------------------------------------------------------------------- SY WEDGE CUT GRINDING CONCRETE SY -FU-LL-WIDTH-GRTNDI-NG _____________________________________________________________ SY

·----------------------------------------------------------------------------------------·-----~--:-

-'=~-~~§-~~~-~--------------------------------------------------·-------------------- 4, 191 SY

Page 85: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: KALAS STREET LIMITS: DROSTER RD TO S THOMPSON DR

N

+ *NOT TO SCALE

0:: u :5 32'-R 1X1 o::

0 ~~-------~-----~----------------------------32--'-~ ~ 0:: I : g 0:: l ~

~ :~ - - - - - - - - - - - - - - - - - - - A - - - - - - - - - - - - - - - - - - - - - - ~: ~ 0 I I ::t: 0:: I I ~ 0 ,-------~~--;--~~-----------------------------32-'-~R~ ~

ITEMS

~2'-R u z <C 2• o::_ LIJ

2 2 <C AREA(SYl-.

A= 1475 X 28 = 4588.9 4-32'- R = 110.4

TOTAL= 4699

TACK COAT GAL -i=i"MA"L.o\iV"ER-I.A"YER----------------------------------------------------------------T oN ·---------------------------------------------------------------------------------------------------........... ~ HMA UPPER LAYER 3"- 4 LT 58-28 S 846 TON 'ESTifViATEo--uN-DERCUT----------------------------------------------------~79-:-o-:-cy

·----------------------------------------------------------------------------------------.§§I..~~~J:.§.g __ ~~~~-'S§~-------------------------------------------------------- 1, 2 65 T 0 N

--~~-'=!~-~--~~-~---------------------------------------------------------------------------- SY WEDGE CUT GRINDING CONCRETE SY -Fu-ccw!o=rl=i-G"RI"No-cN"G------------------------------------------------------------- sY -------------------------------------------------------------------------------------------------:-~

PULVERIZE 4,699 SY

Page 86: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: AMMERMAN CIRCLE LIMITS: KALAS ST TO SOUTH END

N

+ *NOT TO SCALE

32'R

ITEMS

KALAS ST

-- -;::---I I I I I I I I I I I

A

8 ~~--

32'R

... c

AREA (SY)

A = 364 X 28 = 1132.4

B = 33' R = 380.3

C=2*(15x5)= 16.7

2-32'- R = 55.2

TOTAL= 1585

.I~~~_<?.__g_~I _________________________________________________________________________ GAL HMA LOWER LAYER TON 'HMA-u-PPE-R-LAYE_R _____ 3~;-_-4-cr-sa~2-a-s------------------------------------:2~8~s roN

·--------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 270 CY

·---------------------------------------------------------------------------------------------~§_!~~-~I-~~--~~-~~-~~-~---------------------------------------------------------------___;4...:.3..:....5 TON RAMPING SAS SY wEo_6_E"_c_ur8Rif~ToiN8--c6NcRE-TE-----------------------------------------sy

·--------------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ·------------------------------------------------------------------------------------------------~--

PULVERIZE 1,585 SY

Page 87: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: BEA CIRCLE LIMITS: KALAS ST TO NORTH END

N

+ *NOT TO'SCALE

c

A

32'-R 32'-R

KALASST

ITEMS

AREA (SY)

A= 1 00 X 28 = 311.1

8 = 33' R = 380.3

C=2*(13x5)= 14.4

2-32'- R = 55.2

TOTAL= 761

·-T~~~-S::_C?~I ______________________________________________________________________________ GAL HMA LOWER LAYER TON 'Hl\iiA'-iJP'PER-l.AYE'R------3~.--:-4-c=r-sa=-2s_s ___________________ . ______ 1':"'.::3-=-7 ToN ·--------------------------------------------------------------------------------------------------~ ESTIMATED UNDERCUT 130 CY ·---------------------------------------------------------------------------------------------------:~ ESTIMATED BREAKER 210 TON 'RA'iiXPiNG-SAS ____________________________________________________________________________ __;,_ SY

·-------------------------------------------------------------------------------------------------------.~§._g_~-~-S?-~I-~~_!_~-~!~~--~g-~~-~~-!§ __________________________________________ SY FULL WIDTH GRINDING SY ·-PULVE-RlZE---------------------------------------------------------------------------------:7~6-:-1 SY ·----------------------------------------------------------------------------------------------------

Page 88: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: QUARTERDECK DR LIMITS: INNER DR TO MASTHEAD DR

N

+ *NOT TO SCALE

ITEMS

INNER DR ___ .-}: __ _ 30'-R I 30'-R

I I I I

A

I I I I

KEELSON DR

LANDFALL DR

I I

: I MASTHEAD DR

---Lf

AREA (SY)

A= 1210 X 28 = 3764

2-30'- R = 49 TOTAL= 3813

TACK COAT GAL -HMAiO-WER--LAYE-R-------------------------------------------------------------------'---TO N ·----------------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S 687 TON

·--------------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 640 CY ·--~------------------------------------------------------------------------------------

ESTIMATED BREAKER 1,025 TON ·------------------------------------------------------------------------------------RAMPING SAS SY

·------------------------------------------------------------------------------------------ASPHALT REJUVENATOR 3,813 SY

·------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ·---------------------------------------------------------------------------------------PULVERIZE 3,813 SY

Page 89: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: MASTHEAD DR LIMITS: QUARTERDECK DR TO NAUTILUS DR

N

+ *NOT TO SCALE

c:: c Ill :;:) ..... i= :;:) <t z

~ .\I £ 2:S'cR j ~ _) ~ 1"------....__-~-----~-----· I C::

h:l : ', c c c ffi :....: - - - - - - - - - - - - - - - - - - - - - - - - - A - - - - - - - - - - - - - - - - ->J z ~ I : s <t ',-----------------------~ ~ ~ a rzs·-R ,---- '

ITEMS

AREA (SY}

A = 1622 X 28 = 5046

2-25'- R = 35

TOTAL= 5081

-~~!?._~!?._~~I ________________________________________________________________________ GAL

HMA LOWER LAYER TON ·------------------------------------------------------------------------------------------------~-~~-~!.'-~§3_0!!_~-------~~~-:_1._~!-~~~~-~--~---------------------------------___;9_1_5 T 0 N ESTIMATED UNDERCUT 850 CY

ESTIMATED BREAKER 1,360 TON ·----------------------------------------------------------------------------------------------~~~-~~~g--~~-~---------------------------------------------------------------------------__;,_ SY ASPHALT REJUVENATOR 5,081 SY

FULL WIDTH GRINDING SY ·-pcrcvE:-R.Izi~·----------------------------------------------------------------------------~5:-:,o:-:8~1 sY

Page 90: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREETNAME: LANDFALLDR LIMITS: QUARTERDECK DR TO NAUTILUS DR

N

+ *NOT TO SCALE

~ ~0'-R u w 0 0:: w

30'-R~

1 I ;5

!;: <( :::> Cf

I I Ill :<- ------------------ A - - - - - - - - - - - - - - - - - - - - - - ->' 3 I : i=

1,-----------------------------------------------~' ~ y-20'-R 30'-R'{

2

AREA (SY)

A= 1530X28 = 4760

2-20'- R = 23

2-30'- R = 49

TOTAL= 4832

ITEMS TACK COAT GAL ·---------------------------------------------------------------------------------------·--------HMA LOWER LAYER TON ·------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 LT 58-28 S 870 TON ESTiMATEDUND-ER-CUT--------------------------------------------------------.8-1-0 CY ·-----------------------------------------------------------------------------------------,_§§_~~~~I-~~--1?..~-§~'S§~------------------------------------------------------ 1, 295. ToN RAMPING SAS SY

·---------------------------------------------------------------------------------------------------------~§!:.~~~!-~§~~-~~-~~!-~~---------------------------------------------------- 4,832 SY FULL WIDTH GRINDING SY

·---------------------------------------------------------------------------------------------PULVERIZE 4,832 SY

Page 91: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREETNAME: KEELSONDR LIMITS: QUARTERDECK DR TO INNER DR

N

+ *NOT TO SCALE

0:: 31'-R c :.::: u w

A c 0:: w 1;: I

<C r 31'-R :::> Cf

ITEMS

INNER DR

AREA (SY)

A = 1385 X 28 = 4309

2-36'- R = 69

2-31'- R = 52

TOTAL= 4430

TACK COAT GAL ·-----------------------------------------------------------------------------------------------HMA LOWER LAYER TON ·--------------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S 797 TON ·--------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 740 CY ESTIMATED BREAKER 1,185 TON RAMPING SAS SY ·--------------------------------------------------------------------------------------·----------~~_1=:_~~~!-~§~~~~-~~!S:~------------------------------------------------ 4,430 SY FULL WIDTH GRINDING SY ·-----------------------------------------------------------------------------------------------~~-~~~~J~~-------------------------------------:________________________________ 4,430. s y

Page 92: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: VONDRON RD & PFLAUM RD LIMITS: E BUCKEYE RD TO AGRICULTURE DR

N E BUCKEYE RD

I 1\ + ~--- -\ / 1- -- ->

\J

30'-R

CAMILLA I I 18 I

I

30'-R

30'-R

DOLORES 1 0 : DR I

30'-R

STONEHAVEN

DR

E / /

/

~--

ITEMS

30'-R

30'-R

A

A

30'-R

I F' F :. !';;:"

I\

-1 / 1---:- -> \j

*NOT TO SCALE

G ---

PEBBLE BROOK

AREA (SY) DR

A= 3800 X 40 = 16888.9 B = 31 X 28 = 96.4 /

/ /

C = 33 X 28 = 102.7 H D = 34 X 28 = 105.8

E= 64 X 8 = 56.9 F = 38 X 28 = 118.2 28'-R

I G=2*(50x10)= -111.2 1 1

H = 60 X 5 = 33.3 ~~~ANG I K : I= 65 X 8 = 57.8 28'-R

J = 64 X 40 = -284.4

K = 32 X 28 = 99.6 L=117*(44+40)/2= 546

M = 736 X 44 = 3598.2 2-28'- R = 43 8-30'- R = 196

TOTAL= 21547

A

0

A

L

STHOMPSON

DR

I I

I <--I I I I

·-~~~~--~~~]'---------------------------------------------------------------------------------:--:-:-~ GAL HMA LOWER LAYER 2.5"- 3 MT 58-28 S 3,233 TON HMA UPPER LAYER 2"- 4 MT 58-28 S ESTIMATED UNDERCUT ESTIMATED BREAKER ·---------------------------------------------------------------------------------------------BASE PATCH GRINDING METHOD 3 ESTIMATED

2,586 TON 3,610 CY 5,775 TON

SY -BASE-PATCf~fG-RlND-1-NG-METH-OD_S _______ ESTiMATED ______________ SY ·---------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ·-----------------------------------------------------------------------------------·-~-------

PULVERIZE 21,547 SY

Page 93: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: WEST & EAST OAKBROOK CIR LIMITS: HIGH POINT RD TO OAKBROOK CIR

A

ITEMS

N

+ *NOT TO SCALE

w (.!;) c w :I: w z

~

,--­t:i. z w ..J (.!;)

:.:: <( 0

AREA (SY)

28'-R

A= 3715 X 28 = 11558 2-28'- R = 43

TOTAL= 11601

w (.!;) c

t:i 2 > e:l c Vl. z 0 <( c:::

._ __ - ~ _\._!loo, ___ )~ ~ _\.___../

·-!~~~--~Q~I _________________________________________________________________________________ GAL

~!Y.)~-~.s?-~~~--~~§-~---------------------------------------------------------------~-::-:-TON HMA UPPER LAYER 3"- 4 L T 58-28 S 2,088 TON -------------------------------------------------------------------------------------------i~!~~!-_l.:~g--~~E-~~-~~!_____________________________________________________ 1,945 c Y

·-§~!~~~I-~g-~~-§~_IS§~------------------------------------------------------- 3, 115 ToN B~~-~~~-~--~~~--------------------------------------------------------------------------- SY WEDGE CUT GRINDING CONCRETE SY -FULL~WlDTH-G-RlND-iNG _____________________________________________________________ SY

·-------------------------------------------------------------------------------------------------~~

PULVERIZE 11,601 SY

Page 94: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: OAKBROOK CIR LIMITS: OAKBROOK CIR TO TREE LN

N

+ *NOT TO SCALE

OAKBROOK CIR

---11\--28'-R 28'-R

ITEMS

AREA(SY)

A = 200 X 36 = 800

2-28'- R = 43.0

TOTAL= 843

.2.~~-s::_~~I------------------------------------------------------------------------------- GAL HMA LOWER LAYER TON 'H-NiA_u_P'rER--LAYER _______ 3'~-.:-4-t.:=r-sa~2s--s-------------------------------1-:-:5~2 ToN ·----------------------------------------------------------------------------------------------------~

ESTIMATED UNDERCUT 140 CY ·-----------------------------------------------------------------------------------------------~

ESTIMATED BREAKER 225 TON ·-RAM-Pit~fG--SA_S _____________________________________________________________________________ SY

·------------------------------------------------------------------------------------------WEDGE CUT GRINDING CONCRETE SY .FLTLL-wTorH-GRi-NoiN_G _______________________________________________________ sv

PULVERIZE 843 SY ------------------------------------------------------------------------------------

Page 95: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: CROSSBRIDGE COURT LIMITS: E OAKBROOK CIR TO NORTH END

N

+ *NOT TO SCALE

ITEMS

28'-R

A

l I ! __ '! __ 28'-R

E OAKBROOK CIR

AREA {SY)

A = 340 X 28 = 1 058

B = 240 X 21 = 560 2-28'- R = 43

TOTAL= 1661

TACK COAT GAL ·H"MA"-Co\iVE"R-CA'?"ER--------------------------------------------------------------------To N ·---------------------------------------------------------------------------------------------------HMA UPPER LAYER 3" - 4 L T 58-28 S 299 TON ·-EsTiMATE-o--ur~fDERcu-;=----------------------------------------------------------__;:2~8~o cY

ESTIMATED BREAKER 450 TON RAMPING SAS SY -\i\TE"5GE--cuT-GRiNoiN8-coN_c_RETE------------------------------------------sY ·----------------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ·--------------------------------------------------------------------------------------------------~~

PULVERIZE 1,661 SY

Page 96: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREETNAME: SANDYCOURT LIMITS: W OAKBROOK CIR TO NORTH END

N

+ *NOT TO SCALE

A

25'-R I __ r: __ 25'-R

W OAKBROOK CIR

ITEMS TACK COAT

AREA (SY)

A = 300 X 28 = 933

B = 240 X 21 = 560

2-25'- R = 34.8

TOTAL= 1528

GAL HMAi-OWER--LAYE_R _______________________________________________________________ T 0 N

·-------------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S 275 TON ·-----------------------------------------------------------------------------------------ESTIMATED UNDERCUT . 260 .CY

ESTIMATED BREAKER 415 TON ·-----------------------------------------------------------------------------------------RAMPING SAS SY WEDGE_C_UT-GRJNDIN_G_CON-CRETE ________________________________________ SY

·--------------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY

·---------------------------------------------------------------------------------------------------PULVERIZE 1,528 SY

Page 97: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: STONEHEDGE COURT LIMITS: W OAKBROOK CIR TO SOUTH END

N

+ *NOT TO SCALE

ITEMS

W OAKBROOK CIR --I\--

I 25' R I 25' R

I I

A

AREA(SY}

A= 295 X 28 = 917.8

B = 235 X 21 = 548.3 2-25'- R = 34.8

TOTAL= 1501

TACKCOAT GAL ------------------------------------------------------------------------------------------------HMA LOWER LAYER TON ·-------------------------------------------------------------------------------------------------HMA UPPER LAYER 3" - 4 L T 58-28 S , 270 TON ·------------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 250 CY --~----------------------------------------------------------------------------------

ESTIMATED BREAKER 400 TON ·----------------------------------------------------------------------------------------------RAMPING SAS SY ·---------------------------------------------------------------------------------------·--------WEDGE CUT GRINDING CONCRETE SY ----------------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ----------------------------------------------------------------------------------------------PULVERIZE 1,501 SY

Page 98: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREETNAME: OAKGLENCOURT LIMITS: W OAKBROOK CIR TO SOUTH END

N

+ *NOT TO SCALE

ITEMS

W OAKBROOK CIR

- -1';--I

25'R I 25'R I

A

AREA (SY)

A= 295 X 28 = 917.8

8 = 235 X 21 = 548.3

2-25'- R = 34.8

TOTAL= 1501

TACK COAT GAL ·-----------------------------------------------------------------------------------------------HMA LOWER LAYER TON

-----------------------------------------------------------------------------------------------HMA UPPER LAYER 3"- 4 L T 58-28 S ESTIMATED UNDERCUT

ESTIMATED BREAKER ·---------------------------------------------------------------------------------------------

.270 TON 250 CY 400 TON

RAMPING SAS SY -w"Eo8_E_cu=r-8RIN-olf\18--cof\Jc"RE-TE------------------------------------------sy ·------------------------------------------------------------------------------------------------FULL WIDTH GRINDING SY ·---------------------------------------------------------------------------------------------------:-~-:-

PULVERIZE 1,501 SY

Page 99: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: N YELLOWSTONE DR LIMITS: EVERGLADE DR TO INNER DR

ITEMS

N

+ *NOT TO SCALE

o-q, . 0~ .{-

(;~

& .p ~~ .~.,<~:~-

" ~<v v " ~ .... " F 30'-R #'

~ ~1 oc; I " 4: <::)q,

' ', E . 30'-R (J ~(r ~ ' -· /. ~ ~

A' :,,D~30'-R ~0<vq_~ "' <P

~<v

30'-R 0~' ... ,~"",:\~· ~v . 30'-R

AREA (SY) c; <::>q,

A = 281 0 X 28 = 87 42.2 L B = 79 X 55 = 482.8 30'-R

I C=36X28= 112 1 C-r-

' ! D = 32 X 28 = 99.6 E = 32 X 28 = 99.6 F=44X28= 136.9 G = 34X28 = 105.8 H = 58 X 11 = 70.9

14-30'- R = 343.0 2-32'- R = 55.2

TOTAL = 10248

30'-R SHENANDOAH WAY

30'-~ ___ .\;0'-R

===> 8 ~ I INNER DR I

~--~

TACK COAT GAL ·-------------------------------------------------------------------------------------------------------HMA LOWER LAYER 2.25"- 3 LT 58-28 S 1,383 TON ·--------------------------------------------------------------------------------------------HMA UPPER LAYER 1.75"- 4 LT 58-28 S 1,075 TON ESTIMATED UNDERCUT ESTIMATED BREAKER ·--------------------------------------------------------------------------------------------

1,720 CY 2,750 TON

·-~~-~!~-~-~~-~-------------------------------------------------------------------------- SY ASPHALT REJUVENATOR 10,248 SY FULL WIDTH GRINDING SY ·-----------------------------------------------------------------------------------------~~ PULVERIZE 10,248 SY

Page 100: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: MILWAUKEE STREET LIMITS: WALBRIDGE AVE TO 1-90 BRIDGE

I WALBRIDGE AVE

-,/'.-[--> <E--

*NOT TO SCALE

I : DAFFODIL LN

PORTLAND

PKWY

CRYSTAL LN

I

WALKER DR I I

MEADOWLAR;ln

~ I

A

IE 1

~·. ~ I ,,

ITEMS

<E---- I \­\ I \f

TACK COAT

:B1 WITTWER RD

32'-R

MILO LN

32'-R

SWANTON

RD

-- ->

MPLIGHTER AY 1

IFI I

35'-R

I

A

PULVERIZED

AREA(SY)

A= 6400 X 50 = 35555.6 B = 70 X 10 = 77.8

C=42X28= 130.7 D = 75 X 6 =50

E= 40 X 35 = 155.6 KURT F = 63 X 7 = 49 DR G = 44 X 32 = 156

4-32'- R = 11 0 2-35'- R = 65.4

CONC. ISLANDS = -550

ANDREW

WAY

TOTAL = 35800

1,800 GAL HMA LOWER LAYER TON ·--------------------------------------------------------------------------------------·--------_lj_~~-~J:.~~£_~~~~--------~~~--:.-~-~-I--~~~~-~--~------------------------- 6,444 TON ESTIMATED UNDERCUT CY

-------------------------------------------------------------------------------------------------BASE PATCH GRINDING METHOD 2 ESTIMATED 500 SY

·--------------------------------------------------------------------------------------BASE PATCH GRINDING METHOD 3 ESTIMATED 1,500 SY

·------------------------------------------------------------------------------------------BASE PATCH GRINDING METHOD 5 ESTIMATED 1,000 SY FULL WIDTH GRINDING ASPHALT .REJUVENATOR

35,800 SY 35,800 SY

Page 101: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: MILWAUKEE STREET LIMITS: THOMPSON DR TO 1-90 BRIDGE

*NOT TO SCAlE

END OF CURB & GUTTER

GRAVEL SHOULDERING

I

-----">I I I I I I I I I I I I I I I I I I I I I I I

·I I I I I

THOMPSON DR.

MILLED

----_t------ ~/' END OF CURB & GUTTER

~ . I I

PULVERIZED 1 I l I I I I l I 1 ./ .. GRAVELSHOULDERING I.e"" I .

A I

I I I I ! I

I I l I I I I I I I I

AREA{SY)

A = 643 X (50+30)12 = 2858

TOTAL= 2858

• ..._ ____ -&.,!·

1-90 BRIDGE

ITEMS TACK COAT GAL ·-----------------------------------------------------------------------------------------·--------HMA LOWER LAYER 3.25" - 3 MT 58-28 S 572 TON ·---------------------------------------------------------------------------------------------HMA UPPER LAYER 2"- 4 MT 58-28 S 343 TON ·------------------------------------------------------------------------------------------------ESTIMATED UNDERCUT 480 CY ·--------------------------------------------------------------------------------------------ESTIMATED BREAKER 770 TON -------------------------------------------------------------------------------------------------SHOULDERING 1,290 FT ASPHALT REJUVENATOR 2,858 SY FULL WIDTH GRINDING SY ·-------------------------------------------------------------------------------------PULVERIZE 2,858 SY

Page 102: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: EDGEWOOD AVE LIMITS: MONROE ST TO FOX AVE

~--~--~ """' : ~

*NOT TO SCALE

A

I I I I I

FOX AVE

KEYES AVE

WEST LAWN AVE

AREA (SY)

A=1100X26= 3180.0 TOTAL= 3180

..1---~---\_. MONROE ST

ITEMS TACK COAT 160 GAL ·----------------------------------------------------------------------------------------------HMA LOWER LAYER TON ·--------------------------------------------------------------------------------------------------HMA UPPER LAYER 2" - 4 L T 58-28 S 382 TON ·----------------------------------------------------------------------------------------------__;_...;.... ESTIMATED UNDERCUT CY

·------------------------------------------------------------------------------------------------_§~!~~-~}:-~g--~~-§~_IS§~--------------------------------------------------------------TON RAMPING SAS SY ·wEDGE--C-UT-GRINDit~fG--cOf~iCRETE_______________________ --------sy FULL WIDTH GRINDING 3,180 SY PULVERIZE SY -----------------------------------------------------------------------------------------

Page 103: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: GRANT ST LIMITS: MONROE ST TO DRAKE ST

*NOT TO SCALE

MONROEST

21'-:-~~:~~-[./D 0. 1 I

MADISON ST I c I I I :

2j'·R 1

1 k' ~ I E

I I

; ;

JEFFERSON ST I I I

] [ ADAMSST I I

J ~ c I I VILAS AVE

AREA (SY)

A= 130X32= 462.2

B = 1400 X 26 =' 4044.5 C = 24 X 20 = 53.3 D=47X8= 41.8

E=46X13=66.5 F = 42 X 14 = 65.3 G =50 X 12 = 66.7

H = 50 X (33+26)/2 = 164

2-27'- R = 40 TOTAL= 5004 •F, : t

I 'G 1 GARFIELD ST ! l ___ ::y __

H

~--

ITEMS TACK COAT 250 GAL ·-Hi\AA""Lo-w'ER--l.A"YER--------------------------------------------------------------- ToN ·---------------------------------------------------------------------------------------------------~~

HMA UPPER LAYER 2"- 4 L T 58-28 S 600 TON ·"EsfiiJIA:rE"o-uN"o-E:R-cu:r·--------------------------------------------------------- cY ·-----------------------------------------------------------------------------------------------------ESTIMATED BREAKER TON '"RJ\iiiiPlNG-SAS·---------------------------------------------------------------------------- SY ·-----------------------------------------------------------------------------------------~-::-

ASPHALT REJUVENATOR 5,004 SY FULL WIDTH GRINDING 5,004 SY PULVERIZE SY ·-----------------------------------------------------------------------------·--,----------

Page 104: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019

STREET NAME: N MILLS ST LIMITS: REGENT ST TO NORTH OF SPRING ST (BIKE PATH)

N

+ *NOT TO SCALE

SPRING ST

ITEMS

J--r-1

I I I I I I I I

I

A

I I

SPRING ST

AREA (SY)

A = 900 X 32 = 3200

TOTAL= 3200

FAHRENBROOK CT

COLLEGE CT

---~---\... REGENTST

TACK COAT 160 GAL ·------------------------------------------------------------------------------------------------------HMA LOWER LAYER TON

·---------------------------------------------------------------------------------------·--------HMA UPPER LAYER 2"- 4 L T 58-28 S 384 TON

·-------------------------------------------------------------------------------------------ESTIMATED UNDERCUT CY ·-------------------------------------------------------------------------------------------------ESTIMATED BREAKER TON ·-----------------------------------------------------------------------------------------~~-~!~~--~~_§. ____________________________________________________________________ SY -'!:{5_g_~§_-~-~~-S3!3_~r:J_f2!~g--~~N~_~§J_§ _____________________________________ SY

£~~-~--~!?..!_fig_~L~!?-~r:J~--------------------------------------------------- 3, 2oo s Y £:~~~§_~L?_~------------------------------------------------------------·------- SY

Page 105: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION E: BIDDERS ACKNOWLEDGEMENT

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING CONTRACT NO. 8319

Bidder must state a Unit Price and Total Bid for each item. The Total Bid for each item must be the product of quantity, by Unit Price. The Grand Total must be the sum of the Total Bids for the various items. In case of multiplication errors or addition errors, the Grand Total with corrected multiplication and/or addition shall determine the Grand Total bid for each contract. The Unit Price and Total Bid must be entered numerically in the spaces provided. All words and numbers shall be written in ink.

1. The undersigned having familiarized himself/herself with the Contract documents, including Advertisement for Bids, Instructions to Bidders, Form of Proposal, City of Madison Standard Specifications for Public Works Construction - 2019 Edition thereto, Form of Agreement, Form of Bond, and Addenda issued and attached to the plans and specifications on file in the office of the City Engineer, hereby proposes to provide and furnish all the labor, materials, tools, and expendable equipment necessary to perform and complete in a workmanlike manner the specified construction on this project for the City of Madison; all in accordance with the plans and specifications as prepared by the City Engineer, including Addenda Nos. 0 through

0 to the Contract, at the prices for said work as contained in this proposal. (Electronic bids submittals shall acknowledge addendum under Section E and shall not acknowledge here)

2. If awarded the Contract, we will initiate action within seven (7) days after notification or in accordance with the date specified in the contract to begin work and will proceed with diligence to bring the project to full completion within the number of work days allowed in the Contract or by the calendar date stated in the Contract.

3. The undersigned Bidder or Contractor certifies that he/she is not a party to any contract, combination in form of trust or otherwise, or conspiracy in restraint of trade or commerce or any other violation of the anti-trust laws of the State of Wisconsin or of the United States, with respect to this bid or contract or otherwise.

4. I hereby certify that I have met the Bid Bond Requirements as specified in Section 1 02.5. (IF BID BOND IS USED, IT SHALL BE SUBMITTED ON THE FORMS PROVIDED BY THE CITY. FAILURE TO DO SO MAY RESULT IN REJECTION OF THE BID).

5. I hereby certify that all statements herein are made on behalf of Payne & Dolan. Inc. (name of corporation, partnership, or person submitting bid)

a corporation org~,nized and existing under the laws of the State of _Wi.:...:.:..:ls=-=c=o:.:..:n.::'si"-'n-:-:-:-:---:---:---:-:----a partnership consisting of ; an individual trading as --=-------------; of the City of State of ; that I have examined and carefully prepared this Proposal, from the plans and specifications and have checked the same in detail before submitting this Proposal; that I have fully authority to make such statements and submit this Proposal in (its, their) behalf; and that the said statements are true and correct.

TITLE, IF ANY

Rev. 01/23/2019-8319contractBoilerplateSBE.doc E-1

Page 106: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

CERTIFICATE OF CORPORATE RESOLUTION PART OF THE MINUTES OF MEETING OF DIRECTORS

RESOLVED, that Kurt Bechthold, Mark E. Filmanowicz , Edward A. Reesman, Steven D. Higgins, Charles E. Bechthold, Brian Endres, John C. Bartoszek, Diane Gadzalinski, Kelly Hetherington, Michael Wickler, David L. Bechthold, Raymond A. Postotnik, Doug W. Buth, Todd B. Hughes, Anthony P. Bodway, Tyler Winter, Christopher J. Winiecki, Carrie Van Vonderen and Brian Wallace shall have the authority to sign all contracts for and within the State of Wisconsin and on behalf of Payne and Dolan, Inc.

I, Mark E. Filmanowicz, do hereby certify thatl am the duly elected and qualified Secretary and the custodian of the records of Payne and Dolan, Inc., a corporation organized and existing under and by virtue of the laws of the State of Wisconsin; that the foregoing is a true and correct copy of a certain resolution duly adopted at a meeting of the Board of Directors of said corporation convened and held in accordance with the law and the bylaws of said corporation on the 5th day of December 2018, and that such resolution is now in full force and effect.

IN WITNESS WHEREOF, I have signed my name this 28th day of February , 201 g .

~v1ark E. Filmanowicz, Secretar-y

inc\cnn\Corporate_ Resol_P AD_ WI. doc .

Page 107: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Contract 8319- Payne & Dolan, Inc.

Section F: Best Value Contracting (BVC)

This section is a required document for the bid to be considered complete. There are two

methods for completing the Best Value Contracting (BVC) form. Method one: The form can be

filled out online and submitted to this site to be included with your electronic bid. Method two: The form can be downloaded from the site and submitted by hand to the City of Madison.

Method of Submittal for BVC (click in box below to choose)*

I will submit Bid Express fillable online form (BVC).

Best Value Contracting 1. The Contractor shall indicate the non-apprenticeable trades used on this contract.

2. Madison General Ordinance (M.G.O.), 33.07(7), does provide for some exemptions from the

active apprentice requirement. Apprenticeable trades are those trades considered apprenticeable by the State of Wisconsin. Please check applicable box if you are seeking an

exemption.

C: Contractor has a total skilled workforce of four or less individuals in all apprenticeable

trades combined.

C: No available trade training program; The Contractor has been rejected by the only available

trade training program, or there is no trade training program within 90 miles.

Contractor is not using an apprentice due to having a journey worker on layoff status, provided the journey worker was employed by the contractor in the past six months.

C: First time contractor on City of Madison Public Works contract requests a onetime

exemption but intends to comply on all future contracts and is taking steps typical of a "good

faith" effort.

Contractor has been in business less than one year.

Contractor doesn't have enough journeyman trade workers to qualify for a trade training program in that respective trade.

An exemption is granted in accordance with a time period of a "Documented Depression" as

defined by the State of Wisconsin.

3. The Contractor shall indicate on the following section which apprenticeable trades are to be used on this contract. Compliance with active apprenticeship, to the extent required by M.G.O.

33.07(7), shall be satisfied by documentation from an applicable trade training body; an·

apprenticeship contract with the Wisconsin Department of Workforce Development or a similar

agency in another state; or the U.S Department of Labor. This· documentation is required prior to

the Contractor beginning work on the project site.

Page 108: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

~ The Contractor has reviewed the list and shall not use any apprenticeable trades on this

project.

LIST APPRENTICABLE TRADES (check all that apply to your work to be performed on this

contract)

BRICKLAYER

CARPENTER

CEMENT MASON I CONCRETE FINISHER

[J CEMENT MASON (HEAVY HIGHWAY)

Fl'. CONSTRUCTION CRAFT LABORER

DATA COMMUNICATION INSTALLER

ELECTRICIAN

C ENVIRONMENTAL SYSTEMS TECHNICIAN I HVAC SERVICE TECHIHVAC INSTALL I . SERVICE

GLAZIER

P.l HEAVY EQUIPMENT OPERATOR I OPERATING ENGINEER

D INSULATION WORKER (HEAT and FROST)

IRONWORKER

IRON WORKER (ASSEMBLER, METAL BLDGS)

PAINTER and DECORATOR

PLASTERER

0 PLUMBER

RESIDENTIAL ELECTRICIAN

ROOFER and WATER PROOFER

C SHEET METAL WORKER

SPRINKLER FITTER

C STEAMFITTER

STEAMFITTER (REFRIGERATION)

STEAMFITTER (SERVICE)

C TAPER and FINISHER

0 TELECOMMUNICATIONS (VOICE, DATAand VIDEO) INSTALLER-TECHNICIAN

0 TILE SETTER

Page 109: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING

CONTRACT NO. 8319

Small Business Enterprise Compliance Report

This information may be submitted electronically through Bid Express or submitted with bid in sealed envelope.

Cover Sheet

Prime Bidder Information

Company: Payne & Dolan, Inc.

Address: 6295 Lacy Road, Fitchburg, WI 53593

Telephone Number: 608-845-'8900

Fax Number: 608-845-8884

Contact Person/Title: Sam Bilhorn - Project Manager I cell: 608-445-0318

Prime Bidder Certification

Name: Douglas W. Buth

Title: Area Manager

Company: Payne & Dolan, Inc.

I certify that the information contained in this SBE Compliance Report is true and correct to the best of my knowledge and belief.

2/28/2019 Date

C-6

Page 110: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING

CONTRACT NO. 8319

Small Business Enterprise Compliance Report

Summary Sheet

SBE Subcontractors Who Are NOT Suppliers

Name~s) of SBEs Utilized Type of Work

Bullet Transit Company, Inc. Trucking

CA Brumm Trucking, Inc. Trucking

Steven S. Brumm Trucking, Inc. Trucking

Subtotal SBE who are NOT suppliers:

SBE Subcontractors Who Are Suppliers

Name(s) of SBEs Utilized Type of Work

%of Total Bid Amount

3.5 %

1.5 %

1 %

%

%

%

%

%

%

%

%

%

%

6 %

%of Total Bid Amount

%

%

%

%

%

%

Subtotal Contractors who are suppliers: ____ % x 0.6 = --- % (discounted to 60%)

Total Percentage of SSE Utilization: -=6 _______ %.

C-7

Page 111: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019 -ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING

CONTRACT NO. 8319 DATE: 2/28/19

Section B: 10701 A- TRAFFIC CONTROL- GROUP A- LUMP SUM 10701 B -TRAFFIC CONTROL- GROUP B - LUMP SUM 10701 C- TRAFFIC CONTROL- GROUP C - LUMP SUM 10701 D -TRAFFIC CONTROL- GROUP D - LUMP SUM 10701 E- TRAFFIC CONTROL- GROUP E - LUMP SUM 10701 F- TRAFFIC CONTROL- GROUP F - LUMP SUM 10701 G -TRAFFIC CONTROL- GROUP G - LUMP SUM 10701 H -TRAFFIC CONTROL- GROUP H - LUMP SUM 107011 -TRAFFIC CONTROL- GROUP I - LUMP SUM 10701J- TRAFFIC CONTROL- GROUP J- LUMP SUM 10701 K- TRAFFIC CONTROL- GROUP K- LUMP SUM 10701 L- TRAFFIC CONTROL- GROUP L- LUMP SUM 10701 M -TRAFFIC CONTROL- GROUP M - LUMP SUM 10701 N -TRAFFIC CONTROL- GROUP N - LUMP SUM 107010- TRAFFIC CONTROL- GROUP 0 - LUMP SUM 10701 R- TRAFFIC CONTROL- LOCAL STREET (undistributed) - EACH 10701 S- TRAFFIC CONTROL- MAJOR STREET, two lanes (undistributed) - EACH 1 0701T- TRAFFIC CONTROL- MAJOR STREET, more than two lanes (undistributed) - EACH 10720.0- TRAFFIC CONTROL SIGN- PORTABLE ARROW BOARD­DAYS 10721.0- TRAFFIC CONTROL SIGN- PORTABLE CHANGEABLE MESSAGE- DAYS 10750.0- RESET MONUMENT- EACH 10911A- MOBILIZATION- GROUP A- LUMP SUM 10911 B- MOBILIZATION - GROUP B- LUMP SUM 10911 C- MOBILIZATION - GROUP C- LUMP SUM 10911 D- MOBILIZATION - GROUP D - LUMP SUM 10911 E- MOBILIZATION - GROUP E- LUMP SUM 10911 F- MOBILIZATION - GROUP F- LUMP SUM 10911 G- MOBILIZATION- GROUP G- LUMP SUM 10911 H- MOBILIZATION- GROUP H- LUMP SUM 109111 - MOBILIZATION - GROUP I - LUMP SUM 10911 J -MOBILIZATION -GROUP J -LUMP SUM 10911 K- MOBILIZATION -GROUP K- LUMP SUM 10911 L- MOBILIZATION - GROUP L- LUMP SUM 10911 M- MOBILIZATION- GROUP M- LUMP SUM 10911 N - MOBILIZATION - GROUP N- LUMP SUM 109110- MOBILIZATION -GROUP 0- LUMP SUM 10911 R- MOBILIZATION (undistributed) - EACH 20219.0- BREAKER RUN- TON 21031.0- INLET PROTECTION, TYPE C- COMPLETE- EACH 21041.0 -INLET PROTECTION, TYPED- COMPLETE- EACH 40102.0- CRUSHED AGGREGATE BASE COURSE GRADE N0.2 OR N0.3- TON 40201.0- HMA PAVEMENT 3 LT 58-28 S- TON 40202.0- HMA PAVEMENT 4 L T 58-28 S- TON 40203.0- HMA PAVEMENT 3 MT 58-28 S- TON

PAGE 1 of2

1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00

1.00

1.00.

80.00

60.00 3.00 .1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00

42600.00 95.00 105.00

200.00 1383.00

18407.00 10183.00

Payne & Dolan, Inc.

$250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00

$250.00 $250.00

$250.00 $250.00

$20.00 $1,600.00

$70.00 $4,200.00 $900.00 $2,700.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 $250.00 . $250.00

$7.80 $332,280,00 $50.00 $4,750.00 $50.00 $5,250.00

$16.00 $3,200.00 $64.00 $88,512.00 $71.85 $1,322,542.95 $65.70 $669,023.10

Page 112: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING

CONTRACT NO. 8319 DATE: 2/28/19

Payne & Dolan, Inc .

4 . 85 40218.0- TACK COAT- GAL 2845.00 $2.10 $5,974.50 40231.0- ASPHALT DRIVE & TERRACE- RESURFACING- SY 400c00 $20.00 $8,000.00 40301.0- FULL WIDTH GRINDING- SY 47184.00 $1.00 $47,184.00 40303.0- WEDGE CUT GRINDING ASPHALT- SY · 500.00 $9.00 $4,500.00 40304.0- WEDGE CUT GRINDING CONCRETE- SY 200.00 $9.00 $1,800.00 ... .,_ '·-·

40308.0- RAMPING SAS- EA 14.00 $150.00 $2,"100.00. 40311.0- PULVERIZE AND SHAPE- SY 158657.00 $3.75 $594,963.75 40321.0- UNDERCUT- CY 26605.00 $11.00 $292,655.00 40332.0- BASE PATCH GRINDING, METHOD 2 - SY 500.00 $12.00 $6,000.00 40333.0- BASE PATCH GRINDING, METHOD 3- SY 1500.00 $15.00 $22,500.00 40335.0- BASE PATCH GRINDING, METHOD 5- SY 1000.00 $20.00 $.20,000.00 40361.0- SAS ADJUSTING RING - EACH 5.00 $200.00 $1,000.00 40362.0- ADJUST ACCESS STRUCTURE CASTING, RESURFACING -EACH 18.00 $400.00 $7,200.00 40363.0- ADJUST CATCHBASIN CASTING, RESURFACING~ EACH 1.00 $400.00 $400.QO 40367.0- ADJUST VALVE CASTING, METHOD #1- RESURFACING-EACH 39.00 $150.00 $5,850.00 40369.0 -INSTALL ADJUSTABLE VALVE BOX RISER- EACH 10.00 $150.00 $1,500.00 40371.0- REBUILD ACCESS STRUCTURE TOP- RESURFACING-EACH 1.00 $600.00 $600.00 40395.0- REMOVE CONCRETE UTILITY PATCH- LF 200.00 $10.00 $2,000.00 60800:0- PAVEMENT MARKING EPOXY, LINE, 4-INCH - L.F. 1000.00 $0.45 $450.00

60801.0- PAVEMENT MARKING EPOXY, DOUBLE LINE, 4-INCH - L.F. 7670.00 $0.90 $6,903.00 60802.0- PAVEMENT MARKING EPOXY, LINE, 6-INCH - L.F. 54490.00 $0.60 $32,694.00 60803.0- PAVEMENT MARKING EPOXY, LINE, 8-INCH - L.F. 801.00 $0.85 $680.85

60812.0- PAVEMENT MARKING EPOXY,CROSSWALK, 6-INCH- L.F. 7730.00 $7.50 $57,975.00

60814.0- PAVEMENT MARKING EPOXY, CROSSWALK, 12-INCH- L.F. 70.00 $8.75 $612.50 60816.0- PAVEMENT MARKING EPOXY, CONTINENTAL CROSSWALK, 18-INCH- LF 1390.00 $10.50 $14,595.00 60818.0- PAVEMENT MARKING EPOXY,STOP LINE, 24-INCH- LF 1105.00 $13.25 $14,641.25 60822.0- PAVEMENT MARKING EPOXY,SYMBOL,BIKE SHARROW-EACH 2.00 $205.00 $410.00 60823.0- PAVEMENT MARKING EPOXY,SYMBOL,BIKE LN -EACH 46.00 $175.00 $8,050.00 60829.0- PAVEMENT MARKING EPOXY,SYMBOL,LEFT ARROW-EACH 2.00 $210.00 $420.00 60832.0 c PAVEMENT MARKING EPOXY, SYMBOL,STRAIGHT & LEFT ARROW-EACH 3.00 $275.00 $825.00 60833.0- PAVEMENT MARKING EPOXY, SYMBOL,STRAIGHT &RIGHT ARROW- EACH 2.00 $275.00 $550.00 60834.0- PAVEMENT MARKING EPOXY, WORD, ONLY- EACH 1.00 $255.00 $255.00 90001.0- LIFT STATION PAVING- SY 410.00 $19.00 $7,790.00 90002.0 - ASPHALT REJUVENATOR- SY 72066.00 $0.95 $68,462.70 90003.0- GRAVEL SHOULDERING- L.F. 1770.00 $2.50 $4,425.00 90004.0- HIGH FRICTION COLORED SURFACE-BIKE LANE GREEN-S.F. 500.00

PAGE 2 of2

Page 113: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Department of Public Works

Engineering Division Robert F. Phillips, P.E., City Engineer City-County Building, Room 115 210 Martin Luther King, Jr. Boulevard Madison, Wisconsin 53703 Phone: (608} 266-4751 Fax: (608} 264-9275 [email protected] www.cityofmadison.com/enqineering

BIENNIAL BID BC>ND

(a corporation of the State of_· __ W'-'-1=-------------------' (individual), (partnership), (hereinafter refened to as the "Principal") and

WESTERN SURETY COMPANY

Assistant City Engineer Gregory T. Fries, P.E.

Kathleen M. Cryan

·Principal Engineer 2 Christopher J. Petykowskl, P.E.

JohnS. Fahrney, P.E.

Principal Engineer 1 Christina M. Bachmann, P.E.

Eric L. Dundee, P.E.

Facilities & Sustalnability Jeanne E. Hoffman, Manager

Mapping Section Manager Eric T. Pederson, P.S.

Financial Manager Steven B. Danner-Rivers

a corporation of the State of SD (hereinafter referred to as the "Surety") and licensed to do business in the State of Wisconsin, are held and firmly bound unto the City of Madison, Wisconsin (hereinafter refened to as the "City"), in the sum equal to the individual proposal guaranty amounts of the total bid or bids of the Principal herein accepted by the City, for the payment of which the Principal and the Surety hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns.

The condition of this obligation is that the Principal has submitted to the City certain bids for projects from the time period of February 1, 2018 through __ L!_~~~ary _]_l_L.lQl_Q_ _____ .

Ifthe Principal is awarded the contract(s) by the City and, within the time and manner required by law after the prescribed fonns are presented for its signature, the Principal enters into (a) written contract(s) in accordance with the bid(s), and files with the City its bond(s) guaranteeing faithful performance and payment for all labor and materials, as required by law, or if the City rejects all bids for the work described, then this obligation shall be null and void; otherwise , it shall remain in full force and effect.

In the event the Principal shall fail to execute and deliver the contract(s) or the perfonnance and payment bond(s), all within the time specified or any extension thereof, the Principal and Surety agree jointly and severally to pay to the City within ten (10) calendar days of written demand a total equal to the sum of the individual proposal guaranty amounts of the total bid(s) as liquidated damages.

The Surety, for value received, hereby agrees that the obligations of it and its bond shall be in no way impaired or affected by any extension of time within which the City may accept a bid, and the Surety does hereby waive notice of any such extension.

This bond may be terminated by the Surety upon giving thirty (30) days written notice to the City of its intent to terminate this bond and to be released and discharged therefrom, but such termination shall not operate to relieve or discharge the Surety from any liability already accrued or which shall accrue before tile expiration of such thirty (30) day period.

II/21/2017-BiennialBidBond20 L ?.docx

Page 114: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed a.nd these presents to be signed bytheirproper officers, on the day and year set forth below. ·

PRINCIPAL

PAYNE & DOLAN, INC. COMPANY NAME AFFIX SEAL DATE

SURETY

WESTERN SURETY COMPANY January 17, 2018 COMPANY NAME AFFIX SEAL DATE

NDTITLE Szalewski, Attorney-in-fact

This cmtifies that I have been duly licensed as an agent for the Surety in Wisconsin under National Provider No. ___ ~5Jl3.§.§_1 ____________ for the year 2018 and appointed as attorney in fact with authority to execute this bid bond, which power of attorney has not been revoked.

DATE

January 17, 2018 ~;~ ~~alewski

10700 Research Drive - #450 ADDRESS

Milwaukee, WI 53226

CITY, STATE AND ZIP CODE

414-225-5394

TELEPHONE NUMBER

Note to Surety and Principal: Any bid submitted which this bond guarantees may be rejected if the Power of Attorney form showing that the Agent of Surety is cutTently authorized to execute bonds on behalf of Surety is not attached to this bond.

II/21/2017-Biennia!BidBond2017.docx

Page 115: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

TIME PERIOD- VALID (FROM/TO) "

2/1/2018 to 1/31/2020 NAME OF SURETY

' WESTERN SURETY COMPANY

NAME OF CONTRACTOR

PAYNE & DOLAN, INC.

CERTIFICATE HOLDER

City ofMadison, Wisconsin

This is to certify that a biennial bid bond issued by the above-named Surety is currently on file with the City of Madison.

This certificate is issued as a matter of information and conveys no rights upon the certificate holder and does not amend, extend or alter the coverage of the biennial bid bond.

Cancellation: Should the above policy be cancelled before the expiration date, the issuing Surety will give thirty (30) days written notice to the ce1iificate holder indicated above.

ONTRACTOR REPRESENTATIVE

DATE

Il/21/2017-BienniolBidBond2016,docx

Page 116: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Western Surety Company• POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT,

Know All Men By These.Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation . . . .

having its principal office in the City of Sioux Falls; and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby

make, constitute and appoint

.. . .

Kelly Cody, Roxanne Jensen, Christopher Hovden, Individually of Green Bay, Wisconsin Trudy A. Szalewski; Christopher H. Kondrick, Brian Krause, Individually of Milwaukee, Wisconsin

its true and lawful Attorney(s)~in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,- undertakings and

other obligatory instruments of similar nature

- In Unlimited Amounts -

and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said

Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.

This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by

the shareholders of the corporation.

In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be

hereto affixed on this 9th day of March, 20 17.

State of South Dakota

County of Minnehaha

WESTERN SURETY COMPANY

~·· aut T:Bruflat, Vice President

On this 9th day of March, 2017, before me personally came Paul T. Bruflat, to me 'known, who, being by me duly sworn, did depose and say: that he

resides in the City of Sioux Falls, StriJe of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed

the above instrument; that he knows the seal of said corporation; thflot the seal affixed to the said instrument is such corporate seal; that it was so affixed

pursuant ·to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges

same to be the act and deed of said corporation.

My commission expires

June 23, 2021

f<.''*'_'*' __ '*"'_+ J.MOHR ~

~NOTARYPUBUC~ \;!JfiSJ scum DAl(OTA ~

I uNIII'fl" ; ' >+

CERTIFICATE J. Mohr, Notary Public

I, L. Nelson, Assist~nt Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in

force, and further certify that the By-Law of the corporation pri~ted ':fJJ..!_he reverse

my name and affixed the seal of the said corporation this 11 ' day of

Fonn F4280-7-20l2

of is still in force. In testimony whereof I have hereunto subscribed

"v . rzJ . ci o IJ. ·

COMPANY

Page 117: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Authorizing By-Law

ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY

This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders

of the Company.

Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the

corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other

officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer

may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.

The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the

corporation. The signature of any such officer and the corporate seal may be printed by facsimile.

Page 118: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION H: AGREEMENT

THIS AGREEMENT made this --zo day of A ad in the year Two Thousand and Nineteen between PAYNE & DOLAN, INC. hereinafter called the Contractor, and the City of Madison, Wisconsin, hereinafter called the City.

WHEREAS, the Common Council of the said City of Madison under the provisions of a resolution adopted MARCH 19, 2019, and by virtue of authority Vested in the said Council, has awarded to the Contractor the work of performing certain construction.

NOW, THEREFORE, the Contractor and the City, for the consideration hereinafter named, agree as follows:

1. Scope of Work. The Contractor shall, perform the construction, execution and completion of the following listed complete work or improvement in full compliance with the Plans, Specifications, Standard Specifications, Supplemental Specifications, Special Provisions and contract; perform all items of work covered or stipulated in the proposal; perform all altered or extra work; and shall furnish, unless otherwise provided in the contract, all materials, implements, machinery, equipment, tools, supplies, transportation, and labor necessary to the prosecution and completion of the work or improvements:

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING CONTRACT NO. 8319 I

2. Completion Date/Contract Time. Construction work must begin within seven (7) calendar days after the date appearing on mailed written notice to do so shall have been sent to the Contractor and shall be carried on at a rate so as to secure full completion SEE SPECIAL PROVISIONS, the rate of progress and the time of completion being essential conditions of this Agreement.

3. Contract Price. The City shall pay to the Contractor at the times, in the manner and on the conditions set forth in said specifications, the sum of FOUR MILLION SEVEN HUNDRED TWENTY-THREE THOUSAND SEVEN HUNDRED FIFTEEN AND 80/100 ($4,723,715.80) Dollars being the amount bid by such Contractor and which was awarded to him/her as provided by law.

4. Affirmative Action. In the performance of the services under this Agreement the Contractor agrees not to discriminate against any employee or applicant because of race, religion, marital status, age, color, sex, disability, national origin or ancestry, income level or source of income, arrest record or conviction record, less than honorable discharge, physical appearance, sexual _ orientation, gender identity, political beliefs, or student status. The Contractor further agrees not to discriminate against any subcontractor or person who offers to subcontract on this contract because of race, religion, color, age, disability, sex, sexual orientation, gender identity or national origin.

The Contractor agrees that within thirty (30) days after the effective date of this agreement, the Contractor will provide to the City Affirmative Action Division certain workforce utilization statistics, using a form to be furnished by the City.

If the contract is still in effect, or if the City enters into a new agreement with the Contractor, within one year after the date on which the form was required to be provided, the Contractor will provide updated workforce information using a second form, also to be furnished by the City. The second form will be submitted to the City Affirmative Action Division no later than orie year after the date on which the first form was required to be provided. 1

The Contractor further agrees that, for at least twelve (12) months afj:er the effective date of this contract, it will notify the City Affirmative Action Division of each ofits job openings at facilities in Dane County for which applicants not already employees of the Contractor are to be considered.

Re~. 01/23/2019-8319contractBoilerplateSBE. doc H-1

Page 119: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

The notice will include a job description, classification, qualifications and application procedures and deadlines. The Contractor agrees to interview and consider candidates referred by the Affirmative Action Division if the candidate meets the minimum qualification standards established by the Contractor, and if the referral is timely. A referral is timely if it is received by the Contr~ctor on or before the date started in the notice.

Articles of Agreement . Article I

The Contractor shall take affirmative action in accordance with the provisions of this contract to insure that applicants are employed, and that employees are treated during employment without regard to race, religion, color, age, marital status, disability, sex, sexual orientation, gender identity or national original and that the employer shall provide harassment free work environment for the realization of the potential of each employee. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship insofar as it is within the control of the Contractor. The Contractor agrees to post in conspicuous places available to employees and applicants notices to be provided by the City setting out the provisions of the nondiscrimination clauses in this contract.

Article II

The Contractor shall in all solicitations or advertisements for employees placed by or on behalf of the Contractors state that all qualified or qualifiable applicants will be employed without regard to race, religion, color, age, marital status, disability, sex, sexual orientation, gender identity or national origin.

Article Ill

The Contractor shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding a notice to be provided by the City advising the labor union or worker's represe"11tative of the Contractor's equal employment opportunity and affirmative action commitments. Such notices shall be posted in conspicuous places available to employees and applicants for employment.

Article V

The Contractor agrees that it will comply with all provisions of the Affirmative Action Ordinance of the City of Madison, including the contract compliance requirements. The Contractor agrees to submit the model affirmative action plan for public works contractors in a form approved by the Affirmative Action Division Manager.

Article VI

The Contractor will maintain records as required by Section 39.02(9)(f) of the Madison General Ordinances and will provide the City Affirmative Action Division with access to such records and to persons who have relevant and necessary information, as provided in Section 39.02(9)(f). The City agrees to keep all such records confidential, except to the extent that public inspection is required by law.

Article VII

In the event of the Contractor's or subcontractor's failure to comply with the Equal Employment Opportunity and Affirmative Action Provisions of this contract or Section 39.03 and 39.02 of the Madison General Ordinances, it is agreed that the City at its option may do any or all of the following:

Rev. 01/23/2019-8319contractBoilerplateSBE.doc H-2

Page 120: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

1. Cancel, terminate or suspend this Contract in whole or in part.

2. Declare the Contractor ineligible for further City contracts until the Affirmative Action requirements are met.

3. Recover on behalf of the City from the prime Contractor 0.5 percent of the contract award price for each week that such party fails or refuses to comply, in the nature of liquidated damages, but not to exceed a total of five percent (5%) of the contract price, or ten thousand dollars ($1 0,000), whichever is less. Under public works contracts, if a subcontractor is in noncompliance, the City may recover liquidated damages from the prime Contractor in the manner described above. The preceding sentence shall not be construed to prohibit a prime Contractor from recovering the amount of such damage from the non~complying subcontractor. -

Article VIII

The Contractor shall include the above provisions of this contract in every subcontract so that such provisions will be binding upon each subcontractor. The Contractor shall take such action with respect to any subcontractor as necessary to enforce such provisions, including sanctions provided for noncompliance. ·

Article IX

The Contractor shall allow the maximum feasible opportunity to small business enterprises to compete for any subcontracts entered into pursuant to this contract. (In federally funded contracts the terms "DBE, MBE and WBE" shall be substituted for the term "small business" in this Article.)

5. Substance Abuse Prevention Program Required. Prior to commencing work on the Contract, the Contractor, and any Subcontractor, shall have in place a written program for the prevention of substance abuse among its employees as required under Wis. Stat. Sec. 103.503.

6. Contractor Hiring Practices.

Ban the Box -Arrest and Criminal Background Checks. (Sec. 39.08, MGO)

This provision applies to all prime contractors on contracts entered into on or after January 1, 2016, and all subcontractors who are required to meet prequalification requirements under MGO 33.07(7)(1), MGO as of the first time they seek or renew pre-qualification status on or after January 1, 2016. The City will monitor compliance of subcontractors through the pre-qualification process.

a. Definitions. For purposes of this section, "Arrest and Conviction Record" includes, but is not limited to, information indicating that a person has been questioned, apprehended, taken into custody or detention, held for investigation, arrested, charged with, indicted or tried for any felony, misdemeanor or other offense pursuant to any law enforcement or military authority.

"Conviction record" includes, but is not limited to, information indicating that a person has been convicted of a felony, misdemeanor or other offense, placed on probation, fined, imprisoned or paroled pursuant to any law enforcement or military authority.

·"Background Check" means the process of checking an applicant's arrest and conviction record, through any means.

b. Requirements. For the duration of this Contract, the Contractor shall:

Rev. 01/23/2019-B319contractBoilerplateSBE.doc H-3

Page 121: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

1. Remove from all job application forms any questions, check boxes, or other inquiries regarding an applicant's arrest and conviction record, as defined herein.

2. Refrain from asking an applicant in any manner about their arrest or conviction record until after conditional offer of employment is made to the applicant in question.

3. Refrain from conducting a formal or informal background check or making any other inquiry using any privately or publicly available means of obtaining the arrest or conviction record of an applicant until after a conditional offer of employment is made to the applicant in question.

4. Make information about this ordinance available to applicants and existing employees, and post notices in prominent locations at the workplace with information about the ordinance and complaint procedure using language provided by the City.

5. Comply with all other provisions of Sec. 39.08, MGO.

c. Exemptions: This section shall not apply when:

1. Hiring for a position where certain convictions or violations are a bar to employment in that position under applicable law, or

2. Hiring a position for which information about criminal or arrest record, or a background check is required by law to be performed at a time or in a manner that would otherwise be prohibited by this ordinance, including a licensed trade or profession where the licensing authority explicitly authorizes or requires the inquiry in question. " '

To be exempt, Contractor has the burden of demonstrating that there is an applicable law or regulation that requires the hiring practice in question, if so, the contractor is exempt from all of the requirements of this ordinance for the position(s) in question.

Rev. 01/23/2019-l3319contractBoilerplateSBE.doc H-4

Page 122: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

19 ~ &

IN WITNESS WHEREOF, the Contractor has hereunto set his/her hand and seal and the City has caused this con_tr:J(~Uo be sealed with its corporate seal and to be executed by its Mayor and City Clerk on the dates writt~n below.

Countersigned:

CITY OF MADISON, WISCONSIN

Provisions have been made to pay the liability that will accrue under this contract.

~'~/'!{~ mance lye<; or a e

-~~~~:;;;7 Witness Date

Rev. 01/:?31201 ~Hl319conlr~cllloilcrplaloS BE. dec H-5

PAYNE & Company Name

not required pursuant to § 180.0120

Date

'-6 -z./5 Date

Page 123: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

SECTION 1: PAYMENT AND PERFORMANCE BOND Bond No. 30047492

KNOW ALL MEN BY THESE PRESENTS, that we PAYNE & DOLAN, INC. as principal, and Western Suret Company of 151 N. Franklin St, Chicago, IL 60606 as surety, are held and firmly bound unto the City of Madison, Wisconsin, in the sum of FOUR MILLION SEVEN HUNDRED TWENTY -THREE THOUSAND SEVEN HUNDRED FIFTEEN AND 80/100 ($4,723,715.80) Dollars, lawful money of the United States, for the payment of which sum to the City of Madison, we hereby bind ourselves and our respective executors and administrators firmly by these presents.

The condition of this Bond is such that if the above bounden shall on his/her part fully and faithfully perform all of the terms of the Contract entered into between him/herself and the City of Madison for the construction of:

RESURFACING 2019- ASPHALT PAVEMENT PULVERIZING, MILLING & PAVING CONTRACT NO. 8319

in Madison, Wisconsin, and shall pay all claims for labor performed and material furnished in the prosecution of said work, and save the City harmless from all claims for damages because of negligence in the prosecution of said work, and shall save harmless the said City from all claims for compensation (under Chapter 102, Wisconsin Statutes) of employees and employees of subcontractor, then this Bond is to be void, otherwise of full force, virtue and effect.

Signed and sealed this _2_0_th _______ day of March, 2019

Countersigned:

Approved as to form:

Seal

Western Surety Company Surety Seal []! Salary Employee D Commission

By ~C!~ GYv!LL\ Attorney-in-Fact Roxanne Jensen

is certifies that I have been duly licensed as an agent for the above company in Wisconsin under National Producer Number 9042226 for the year 2019 , and appointed as attorney-in-fact with authority to execute this payment and performance bond which power of attorney has not been revoked.

March 20, 2019 Date Agent Signature

Rev. 01/23/2019-8319contractBollerplateS BE. doc 1-1

Page 124: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT

Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation

having its principal office in the City of Sioux Falls, and State of South Dakota, and that it docs by virtue of the signature and seal herein aft! xed hereby

make, constitute and appoint

Kelly Cody, Roxanne Jensen, Christopher Hovden, Individually of Green Bay, Wisconsin Trudy A. Szalewski, Christopher H. Kondrick, Brian Krause, Individually of Milwaukee, Wisconsin

Its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and

other obligatory instruments of similar nature

-In Unlimited Amounts-

and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said

Attorney, pursuant to the authority hereby given, are hereby ratified and conJirmed.

This Power of Attomey is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by

the shareholders of the corporation.

In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be

hereto affixed on this 8th day of February, 2019.

State of South Dakota

County of Minnehaha

WESTERN SURETY COMPANY

On this 8th day of February, 2019, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that

he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY descJibed in and which

executed the above instrument; that he knows the seal of said corporation; that the seal aflixed to the said instrument is such corporate seal; that it was so

affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and

acknowledges same to be the act and deed of said cmporation.

My commission expires

June 23, 2021

J. Mohr, Notmy Public CERTIFICATE

I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in

force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed

my name and affixed the seal of the said corporation this J~ day of ~ , .de>\ CJ.

WESTERN SURETY COMPANY

Fonn F4280-7-2012

Go to www.cnasurety.com >Owner I Obligee Services> Validate Bond Coverage, if you want to verify bond authenticity.

Page 125: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

Authorizing By-Law

ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY

This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders

of the Company.

Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the

corporate name of the Company by the President, Secretmy, and Assistant Secretary, Treasurer, or any Vice President, or by such other

otlicers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretmy, or the Treasurer

may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.

The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the

corporation. The signature of any such otlicer and the corporate seal may be printed by facsimile.

Page 126: Cii: J signed.pdfsection a: advertisement for bids and instructions to bidders request for bid for public works construction city of madison, wiscdnsin a best value contracting municipality

CERTIFICATE OF CORPORATE RESOLUTION PART OF THE MINUTES OF MEETING OF DIRECTORS

RESOLVED, that Kurt Bechthold, Mark E. Filmanowicz, Edward A. Reesman, Steven D. Higgins, Charles E. Bechthold, Brian Endres, John C. Bartoszek, Diane Gadzalinski, Kelly Hetherington, Michael Wickler, David L. Bechthold, Raymond A. Postotnik, Doug W. Buth, Todd B. Hughes, Anthony P. Bodway, Tyler Winter, Christopher J. Winiecki, Carrie Van Vonderen and Brian Wallace shall have the authority to sign all contracts for and within the State of Wisconsin and on behalf of Payne and Dolan, Inc.

I, Mark E. Filmanowicz, do hereby certify that I am the duly elected and qualified Secretary and the custodian of the records of Payne and Dolan, Inc., a corporation organized and existing under and by virtue of the laws of the State of Wisconsin; that the foregoing is a true and correct copy of a certain resolution duly adopted at a meeting of the Board of Directors of said corporation convened and held in accordance with the law and the bylaws of said corporation on the 5th day of December 2018, and that such resolution is now in full force and effect.

IN WITNESS WHEREOF, I have signed my name this 20th day of March ' 2019 .

)!Jlt~~/ Mark E. Filmanowicz, Secretary {J

inc\crm\Corporate _Resol_P AD_ WI. doc