Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Similar documents
WINDOW WASHING

Request for Proposals Acid Digester 1 Cleaning Project. Madison, Wisconsin

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Proposal No:

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

BID DOCUMENTS FOR. WTP VFD Replacement Bid

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

CONTRACT for PLUMBING REPAIR SERVICES

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

Request for Proposals Oakhurst Park Tennis Court Improvements 307 Feld Avenue Decatur, Georgia 30030

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

Housing Authority of the Borough of Keansburg

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

St. George CCSD #258

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Request for Proposal Public Warning Siren System April 8, 2014

PROPOSAL LIQUID CALCIUM CHLORIDE

GENERAL INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

Boiler Repair. The City of Rock Island, Illinois

HEATING AND COOLING SYSTEM MAINTENANCE

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. direction on the parameters for negotiating the purchase of 301 Potter Street.

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

Request for Qualifications

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

Knox County Government and Strategic Equipment and Supply

W I T N E S S E T H:

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR SEALED BID PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

RFP GENERAL TERMS AND CONDITIONS

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CONTRACTED CLEANING

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

Subcontract Agreement

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

Town of Lee Septic Tank Pumping Services

REQUEST FOR QUOTATION

CONSTRUCTION CONTRACT EXAMPLE

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Request for Proposals

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Transcription:

Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018

SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6 PROJECT PLANS.... 1 10

ADVERTISEMENT FOR PROPOSALS MADISON METROPOLITAN SEWERAGE DISTRICT 2018 EROSION CONTROL PROJECT The Madison Metropolitan Sewerage District (MMSD or the District) will receive sealed proposals for the 2018 Erosion Control Project. Proposals will be received at the office of the District, 1610 Moorland Road, Madison, Wisconsin 53713 until 1:00 p.m. local time on Monday December 17, 2018, at which time and place all proposals will be publicly opened and read aloud. The 2018 Erosion Control Project will include erosion control remediation work in two waterways and one storm basin per USDA and Dane County standards. The 2018 Erosion Control Project is located on MMSD owned land directly south of the Nine Springs Wastewater Treatment Plant (NSWWTP) on the south side of Moorland Rd. The NSWWTP is located at 1610 Moorland Rd, Madison, WI. Proposals shall be addressed to the Madison Metropolitan Sewerage District; Erik Rehr, Maintenance and Reliability Manager; 1610 Moorland Road; Madison, Wisconsin 53713; and shall be marked Sealed Proposal, 2018 Erosion Control Project. This project is exempt from State of Wisconsin sales and use taxes in accordance with Wisconsin Administrative Rule Tax 11.11 pursuant to Section 77.54(26) of the Wisconsin Statutes. Contract letting is subject to the provisions of Section 66.0901, Wisconsin Statutes. All questions regarding the project, including scheduling a site visit, shall be directed to Erik Rehr, Maintenance and Reliability Manager, Madison Metropolitan Sewerage District. Phone: (608) 222-1201- x294, Cell (608) 514-3126, FAX (608) 222-2703, email: erikr@madsewer.org. Complete digital project bidding documents are available by visiting the district s website at https://www.madsewer.org/projects/non-engineering-projects. No paper project documents will be provided by MMSD. The District reserves the right to reject any or all proposals or to waive any technicality and accept any proposal that may, in its opinion, be advantageous to the District. In connection with the performance of work under this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff and termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor further agrees to post in conspicuous places, available for employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. Published by authority of the Commissioners of the Madison Metropolitan Sewerage District. Madison, Wisconsin November, 2018 A-1 By Angela James, Secretary

11/12/18 PROPOSAL FOR 2018 EROSION CONTROL PROJECT MADISON METROPOLITAN SEWERAGE DISTRICT Name of Bidder Address Telephone No. email Contact Person Date Bids to be received until the time and date stated in Request for Proposal. TO: MADISON METROPOLITAN SEWERAGE DISTRICT 1610 MOORLAND ROAD MADISON, WI 53713 The undersigned Bidder declares that he/she has carefully inspected the site of the work and examined the Request for Proposal and plans and hereby proposes to provide all labor, materials, equipment, tools, power, utilities, transportation, and all other services or items necessary to perform and complete, in a workmanlike manner, the 2018 Erosion Control Project for the Madison Metropolitan Sewerage District at the price for said work as follows: Total Lump sum of: $ (in figures) Dollars and Cents Signature: Title: P-1

CONTRACT FOR MADISON METROPOLITAN SEWERAGE DISTRICT 2018 EROSION CONTROL PROJECT THIS CONTRACT, made this day of, 20 between hereinafter called the CONTRACTOR, and the Madison Metropolitan Sewerage District, hereinafter called the OWNER or the District. WITNESSETH: That the Contractor and the Owner for the consideration stated herein agree as follows: ARTICLE I, SCOPE OF WORK: The contractor shall provide and furnish all labor, materials, equipment, tools, power, utilities, transportation, and all other items and services necessary to perform and complete in a workman like manner the 2018 Erosion Control Project, for the Madison Metropolitan Sewerage District, all in accordance with the Contract Documents herein mentioned, including any and all Addenda prepared by the Madison Metropolitan Sewerage District, which Contract Documents are made a part of this Contract; and the contractor shall do all other things required of the Contractor by said Contract Documents. ARTICLE II, CONTRACT PRICE: The Owner shall pay to the contractor for the performance of this Contract in U.S. dollars, the amount of Dollars and Cents, ( ), the said amount being computed from the Contractor s prices stated in the Proposal. Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the Contract Documents. ARTICLE III, CONTRACT DOCUMENTS: This Contract consists of the following Contract Documents, all of which are as fully a part of this Contract as if herein set out verbatim, or if not attached, as if hereto attached. 1. Addenda No. to inclusive 2. Advertisement 3. Request for Proposal 4. Contractor s Proposal 5. This Instrument C-1

In the event that any provision in any of the above component parts of this Contract conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically, except as may be otherwise specifically stated. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in three (3) original counterparts this day and year first above written. (Contractor s Seal) (Contractor) Attest Title By Title (Owner s Seal) Attest Title Madison Metropolitan Sewerage District (Owner) By Title C-2

11/19/18 REQUEST FOR PROPOSAL MADISON METROPOLITAN SEWERAGE DISTRICT 2018 EROSION CONTROL PROJECT The Madison Metropolitan Sewerage District (The District) will receive sealed proposals for the 2018 Erosion Control Project. Proposals will be received at the office of the District, 1610 Moorland Road, Madison, Wisconsin 53713 until 1:00 p.m. local time on Monday December 17, 2018, at which time and place all proposals will be publicly opened and read aloud. Project Location The 2018 Erosion Control Project is located on MMSD owned land directly south of the Nine Springs Wastewater Treatment Plant (NSWWTP) on the south side of Moorland Rd. The NSWWTP is located at 1610 Moorland Rd, Madison, WI. Project Description and Scope of Work The 2018 Erosion Control Project will include erosion control remediation work in two waterways and one storm basin per USDA and Dane County standards. Contractor Warranty Provide Warranty covering 1 year from date of completion. Warranty is to include both material and workmanship. Conduct of Work and Use of Site Contractor must conduct work in manner that will not hinder District personnel's access. Adequate equipment must be provided by the Contractor to ensure a minimum negative impact on the surrounding property during the work. The Contractor is responsible for determining the suitability of access points to the site. These access routes and any proposed storage areas must be approved by MMSD before beginning work. The Contractor shall conform to all local, state, and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. Typical allowable working hours are 7 am to 3:30 pm. Any damage done by the Contractor to any property shall be repaired to a condition equal to or better than what existed prior to the damage. Any damage repairs shall be considered as incidental to the Contract. Upon acceptance of the installed work, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work. Clean up includes, but is not limited to removing rubbish, debris, dirt, equipment and excess material from the site. The Contractor shall clean adjacent surfaces soiled by and during the course of work. Project Sequence and Schedule Notice to Proceed is anticipated in late December, 2018. Work shall not begin until currently planted crops are completely removed from the field. Final completion shall be prior to crops 1

being planted on the field in spring 2019, but no later than ninety (90) calendar days from the Notice to Proceed. Contractor shall give written notice to the District at least five (5) working days in advance of anticipated start of work Quality Assurance 11/19/18 District representatives and the District s inspector shall have access to the site and the work at a reasonable times for their observation, inspection, and testing. Contractor shall provide proper and safe conditions for such access and advise them of Contractor s site safety procedures and programs so that they may comply therewith as applicable. The interpretation of this shall mean, but not be limited to mean, that the Contractor shall provide the District s inspector with access and proper safety equipment at appropriate times to preform inspection and testing. Safety The contractor agrees to perform all work under this contract in accordance with local, state, and federal safety regulations. The Contractor is specifically notified that wastewater treatment plants, pumping stations and sewer systems contain confined space work areas which may be susceptible to accumulation of hazardous gases or depletion of oxygen levels. Handling of hazardous materials, machinery operations, worker protection, and control of airborne dust and fumes shall comply with all applicable facility, local, state, and federal health and safety regulations. Contractor's Insurance The Contractor shall not commence work under this Contract until all insurance required hereunder has been obtained and such insurance certification has been reviewed by the Owner. The Contractor shall not allow any Subcontractor to commence work on his Subcontract until certification for all similar insurance required for that portion of the Work has been reviewed by the Owner. Review of the insurance certification by the Owner shall not relieve or decrease the liability of the Contractor hereunder. The insurance certification shall name as Additional Insureds the Madison Metropolitan Sewerage District. The Contractor shall obtain, pay for, and maintain during the life of this Contract such Worker's Compensation and Employer's Liability, Comprehensive General Liability, Business Automobile Liability, and Umbrella Liability Insurance to protect the Contractor performing work covered by this Contract from claims for damages for bodily injury, including accidental death, as well as for claims for property damage which may arise from operations under this Contract whether such operations be by himself or any Subcontractor, or by anyone directly or indirectly employed by either of them, on the forms, and with limits not less than set forth below: a) General Liability Comprehensive general liability coverage shall include, but not be limited to, Products and Completed Operations, Independent Contractors, Contractual Liability, Broad Form Property Damage, Personal Injury, Premises and Operations, and Explosion, Collapse and Underground. General aggregate limit shall be at least $2,000,000. Policy shall be endorsed such that this full limit is reserved specifically for the named Madison Metropolitan Sewerage District project. Products-Completed Operations Aggregate limit shall be at least $2,000,000. Each Occurrence limit shall be at least $1,000,000. b) Automobile Liability Auto liability policy shall cover all autos, whether owned, non-owned, or hired. 2

Bodily injury and property damage limits shall be at least $1,000,000 each, or Combined single limit shall be at least $1,000,000. c) Excess Liability Umbrella Form Umbrella limits shall be at least $2,000,000 aggregate/$2,000,000 each occurrence. d) Worker s Compensation and Employer s Liability Worker s Compensation limits shall be in accordance with all applicable state and federal statutes. Employer s Liability limits shall be at least $100,000 each accident, $500,000 disease policy limit, and $100,000 disease-each employee. Equal Employment Opportunity Requirements 11/19/18 In connection with the performance of Work under this Contract, Contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, national origin or developmental disability as defined in Wisconsin Statutes. This provision 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. Contractor further agrees to take affirmative action to ensure equal employment opportunities for persons with disabilities. Contractor agrees to post in conspicuous places, available for employees and applicants for employment, notices setting forth the provisions of the nondiscrimination clause. Proposal Requirements All proposals must be made on the forms provided herein and shall be addressed to the Madison Metropolitan Sewerage District; Mr. Erik Rehr, Reliability and Maintenance Manager; 1610 Moorland Road, Madison, Wisconsin 53713; and shall be marked "Sealed Proposal, 2018 Erosion Control Project." Proposals are requested in terms of a lump sum bid. Proposals shall include all labor, materials, equipment, tools, power, utilities, transportation, and all other services or items necessary to perform and complete in a workmanlike manner, the 2018 Erosion Control Project. Contractor is responsible for obtaining all necessary permits at the contractor's expense. This project is exempt from State of Wisconsin sales and use taxes in accordance with Wisconsin Administrative Rule Tax 11.11 pursuant to Section 77.54(26) of the Wisconsin Statutes. The bidders are required to carefully review all the Contract Documents and to inform themselves of the conditions under which the work is to be performed. The bidder, if awarded the Contract, shall not be allowed any extra compensation by reason of his failure to have fully informed himself prior to the bidding of any matter or thing which such bidder might have fully informed him. If the bidder is in doubt as to the true meaning of any part of the Contract Documents, the bidder may submit to the District a written request for an interpretation thereof. Any interpretation of the Contract Documents will be made only by an addendum duly issued. A bidder may withdraw his proposal, providing such a written request is in the hands of the District by the time set for opening proposals. When such a proposal is reached, it will be returned unopened to the bidder. No proposal shall be withdrawn after the opening of proposals for a period of thirty (30) calendar days after the scheduled time of receiving proposals without the consent of the District. 3

Terms The District reserves the right to reject any or all proposals or to waive any irregularities in any proposal or to accept any proposal which will be in the best interests of the District. Within twenty (20) calendar days after the opening of proposals, the Owner will accept one of the Proposals or will act as stated herein. The acceptance of the Proposal will be by written Notice of Award, mailed or delivered to the office designated in the Proposal. 11/19/18 Before award of any Contract can be approved, MMSD shall be satisfied that the bidder involved maintains a permanent place of business, has adequate plant and equipment to do the work properly and expeditiously, has a suitable financial status to meet obligations incident to the work, has appropriate technical experience, and has a satisfactory performance record. The award, if made, will be made to the lowest, qualified, responsive, responsible bidder. Within ten (10) calendar days after receiving the Notice of Award, the successful Bidder shall sign the Contract hereto attached, and submit to the District acceptable certificates of insurance required under the Contract Documents. Within fifteen (15) calendar days after receiving the signed Contract from the successful bidder, the Owner s authorized agent will sign the Contract. Three executed counterparts of the Contract and certificates of insurance will be required. The Contractor shall not begin work until written Notice to Proceed has been issued by MMSD. The Contractor shall abide by any special instructions which may be stated in the Notice to Proceed. If the bidder whose Proposal is accepted should fail to execute the proper Contract within the time allowed as stated herein, the Owner may award the Contract to another bidder and the certified check or bid bond of the first-mentioned bidder shall be forfeited. Payment will be made to the Contractor within 30 days of written request for payment after completion of the work. Written request for payment shall indicate date of completion for warranty purposes. Contract letting is subject to the provisions of Section 66.0901, Wisconsin Statutes. Submittals The Contractor shall submit the following for review and approval to the MMSD Engineer. a. Submit with the bid: 1. Completed Disclosure of Ownership form. b. Submit prior to performing any work under this contract: 1. See technical specifications below. 2. Proof of Insurance. c. Submit upon completion of installation: 1. 1-year warranty. 4

Technical Specifications 11/19/18 Part 1 General: 1.01 Description of Work A. This specification section includes requirements to remediate erosion control issues on the districts property located south of the Nine Springs Wastewater Treatment Plant across Moorland Rd. 1.02 Scope of Work A. The 2018 Erosion Control Project will include erosion control remediation work in two waterways and one storm basin per USDA and Dane County standards. 1.03 Qualifications of Contractors A. Contractors performing this type of work shall be knowledgeable on USDA and Dane County erosion control standards for the project and shall be experienced in earth work with adequate labor and equipment to complete the project. 1.04 Submittals A. Product Data 1. Submit manufacturer s product literature, installation requirements, and technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. 2. Submit product information for all rock, geotextile fabric, seed, and all other material proposed for use on this project. 3. Material Safety Data Sheets (MSDS) for each product to be used. B. Construction Plan 1. Submit a proposed schedule of work, showing how the work will be completed by the required date. 1.05 Delivery, Storage and Handling A. Materials are to be kept dry, protected from weather, and stored under cover. 1.08 Use of Site A. Access Points: The Contractor is responsible for determining the suitability of access points to project sites. The Contractor shall submit access routes and proposed storage areas. These access routes and any proposed storage areas must be approved by MMSD before beginning work. B. The Contractor shall conform to all local, state, and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. C. Typical allowable working hours are 7 am to 3:30 pm. Contractor shall give notice to MMSD 24 hours in advance if they would like extended working hours. D. Any damage done by the Contractor to any property shall be repaired to a condition equal to or better than what existed prior to the damage. Any damage repairs shall be considered as incidental to the Contract. 5

11/19/18 1.09 Safety A. The contractor agrees to perform all work under this contract in accordance with local, state, and federal safety regulations. B. Handling of hazardous materials, machinery operations, worker protection, and control of airborne dust shall comply with all applicable facility, local, state, and federal health and safety regulations. 1.10 Clean-Up A. Upon acceptance of the installed work, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work. Clean up includes, but is not limited to removing rubbish, debris, dirt, equipment and excess material from the site. The Contractor shall clean adjacent surfaces soiled by and during the course of work. Part 2 Products: 2.01 Acceptable Products A. See project plan sheets for acceptable products. Part 3 Execution: 3.01 Erosion Control Construction Plan A. See project plan sheets for details on installation of the erosion control plan. 6

Project Plans 11/19/18