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

Similar documents
Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

WINDOW WASHING

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

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

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

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

Barrow County School System

CONTRACTED CLEANING

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

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

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

Proposal No:

GENERAL INSTRUCTIONS TO BIDDERS

St. George CCSD #258

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

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

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

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

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

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

REQUEST FOR BID POLE BUILDING CONSTRUCTION

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PROPOSAL FOR 2019 MINERAL WELL BRINE

Seaside Pump Station Wet Well Cleaning Project SCOPE OF WORK

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

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

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

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

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

SECTION INSTRUCTIONS TO BIDDERS

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

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

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

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

ADVERTISEMENT FOR BIDS

REQUEST FOR QUOTATION

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

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

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

CONTRACT for PLUMBING REPAIR SERVICES

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

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

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

REQUEST FOR SEALED BID PROPOSAL

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

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

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

Subcontractor Qualification Statement

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

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

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

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

Sayreville Housing for Seniors Corporation Gillette Manor

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

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Housing Authority of the Borough of Keansburg

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

PROPOSAL FOR 2017 MINERAL WELL BRINE

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

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

Request for Proposals. For the Read Schoolhouse Preservation Work

Construction of the Leased Premises

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

INVITATION TO BID FOR PARKING LOT RE-CONSTRUCTION AND PAVING

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Demolition of Water Ground Storage Tanks

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

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

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

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

Town of Lee Septic Tank Pumping Services

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

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

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

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Transcription:

Request for Proposals Acid Digester 1 Cleaning Project Madison, Wisconsin July, 2018

ADVERTISEMENT FOR BIDS MADISON METROPOLITAN SEWERAGE DISTRICT ACID DIGESTER 1 CLEANING PROJECT The Madison Metropolitan Sewerage District (MMSD or the District) will receive sealed bids for the Acid Digester 1 Cleaning Project. Bids will be received at the office of the District, 1610 Moorland Road, Madison, Wisconsin 53713 until 2:00 p.m. local time on Wednesday, August 8, 2018, at which time and place all bids will be publicly opened and read aloud. The Acid Digester 1 Cleaning Project will include removal and legal disposal of anaerobically digested sludge from an anaerobic digester located at the District s Nine Springs Wastewater Treatment Facility. The total volume of sludge to be removed, processed, and disposed of is approximately 70,000 gallons. Nine Springs Wastewater Treatment Facility is located at 1610 Moorland Road, Madison, Wisconsin. Bids shall be addressed to the Madison Metropolitan Sewerage District; Drew Suesse, Regulatory Performance and Process Engineer; 1610 Moorland Road; Madison, Wisconsin 53713; and shall be marked Sealed Bid, Acid Digester 1 Cleaning 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 Drew Suesse, Regulatory Performance and Process Engineer, Madison Metropolitan Sewerage District. Phone: (608) 222-1201-x226, FAX (608) 222-2703, email: drews@madsewer.org. Complete digital project bidding documents are available by emailing the project description to Drew Suesse at drews@madsewer.org. No paper project documents will be provided by MMSD. All bidders must be qualified for this specific work. Before bids will be accepted for the work contemplated herein, the District will conduct such investigation as is necessary to determine the performance record and ability of the Bidders/subcontractors to perform the size and type of work specified in the Contract Documents. All prospective prime bidders must submit qualifications for review and approval by the District. Prequalification applications will be distributed with the Contract Documents upon request of the District. Bidders who have already submitted prequalification documentation to the District within the current calendar year need not resubmit, but must notify the District in writing by the due date (using the form provided) of their desire to prequalify for this specific work. Prequalification applications must be completed and submitted to the District office no later than 5:00 p.m., Monday, July 30, 2018. Bidders will be notified only of disqualification no later than 5:00 p.m., Friday, August 3, 2018. If a Bidder has not filed the prequalification application, his/her bid shall not be opened. For the cleaning contractor to be qualified, they must have at least 3 years of active experience in this type of work. The District reserves the right to reject any or all proposals or to waive any technicality and accept any bid 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, A-1

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 July, 2018 By Angela James, Secretary A-2

REQUEST FOR PROPOSAL TABLE OF CONTENTS Request for Proposal 1 Project Location 1 Project Description and Scope of Work 1 Contractor Warranty 1 Conduct of Work and Use of Site 1 Project Sequence and Schedule 2 Quality Assurance 2 Safety 2 Contractor s Insurance 2 Equal Employment Opportunity Requirements 3 Proposal Requirements 3 Terms 4 Submittals 5 Technical Specifications 5-8 Acid Digester 1 Reference Drawings RD 1-10 Pre-Qualification Application PQ 1-3 Bid Proposal Form P 1-2 Contract C 1-2

REQUEST FOR PROPOSAL MADISON METROPOLITAN SEWERAGE DISTRICT ACID DIGESTER 1 CLEANING PROJECT The Madison Metropolitan Sewerage District (The District) will receive sealed proposals for the Acid Digester 1 Cleaning Project. Proposals will be received at the office of the District, 1610 Moorland Road, Madison, Wisconsin 53713 until 2:00 p.m. local time on Wednesday, August 8, 2018, at which time and place all proposals will be publicly opened and read aloud. Project Location Acid Digester 1 is located at the Nine Springs WWTF, 1610 Moorland Road, Madison, Wisconsin. Project Description and Scope of Work The Acid Digester 1 Cleaning Project will include removal and legal disposal of anaerobically digested sludge from an anaerobic digester located at the District s Nine Springs Wastewater Treatment Facility. The total volume of sludge to be removed, processed, and disposed of is approximately 70,000 gallons. Nine Springs Wastewater Treatment Facility is located at 1610 Moorland Road, Madison, Wisconsin. See attached excerpts from construction drawings (pages 1-10) for reference. Contractor Warranty Provide Warranty covering 1 year from date of completion as applicable. 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. A non-district pilot research facility is located in the vicinity of the work, and it is expected that the pilot work and the contractor work can mutually proceed without interference. The pilot layout at time of bid is not expected to change during the cleaning work and thus should be planned around when preparing proposals. 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. Work outside of these hours may be considered, and will require advance written approval by the District in order to proceed. 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 and testing, 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 1

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 to be issued by September 4, 2018. Final completion shall be within sixty (60) 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 District representatives and the District s inspector shall have access to the site and the work at 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 their 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 the Contractor 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. 2

b) Automobile Liability Auto liability policy shall cover all autos, whether owned, non-owned, or hired. 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 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. Drew Suesse, Regulatory Performance and Process Engineer; 1610 Moorland Road, Madison, Wisconsin 53713; and shall be marked "Sealed Proposal, Acid Digester 1 Cleaning 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 Acid Digester 1 Cleaning 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 their failure to have fully informed themselves prior to the bidding of any matter or thing which such Bidder might have fully informed them. 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 their 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. 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 prior to the bid: 1. Pre-Qualification form. b. Submit with the bid: 1. Completed Disclosure of Ownership form. c. Submit prior to performing any work under this contract: 1. See technical specifications below. d. Submit upon completion of work: A. 1-year warranty. 4

Technical Specifications Part 1 General: 1.01 Description of Work A. This specification section includes requirements to remove and legally dispose of approximately 70,000 gallons of anaerobically digested sludge from an anaerobic digester, as well as any debris or other non-biodegradable fractions contained in the digester and/or sludge. Surface cleaning of the interior surfaces of the digester are also included. 1.02 Scope of Work A. One anaerobic acid-phase digester will have liquid anaerobically digested sludge and entrained debris removed, and the interior cleaned. 1.03 Referenced Documents A. N/A 1.04 Qualifications of Contractors A. Contractors performing this type of work must provide written documentation that their personnel have adequate experience and training in the cleaning of anaerobic digesters or similar confined spaces. 1.05 Submittals A. Construction Plan 1. Submit a proposed schedule of work, showing how the work will be completed by the required date. 1.06 Quality Assurance A. District staff shall serve as the Inspector. The Inspector will observe removal and dewatering operations, cleaning operations, and final cleaning to ensure adherence to the specifications. B. Contractor shall give District s representative inspector timely notice of readiness of work for all inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. C. 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 to access the digester at appropriate times to preform inspection and testing 1.07 Delivery, Storage and Handling 5

A. N/A 1.08 Use of Site A. Access Points: The Contractor is responsible for determining the suitability of access points to the digester. 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 written 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. 1.09 Safety A. The contractor agrees to perform all work under this contract in accordance with local, state, and federal safety regulations. This includes, but is not limited to: (1) Continual evaluation of the atmosphere to determine the presence of toxic or flammable vapors or lack of oxygen prior to entering confined spaces; and (2) Conformance with confined space procedures and requirements. B. Disposal of contaminants, debris, and contaminated water shall comply with all applicable facility, local, state, and federal regulations. The discharge of all waste products to the plant drainage system shall be at the discretion of the District Engineer. C. 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. 1.10 Clean-Up A. Upon acceptance of the installed work and testing, 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 N/A Part 3 Execution: 3.01 Acid Digester Sludge Removal and Cleaning A. Contractor shall provide ventilation and means required to enter the tank using existing 6

roof or side wall (at-grade) access. The atmosphere in the digesters while in service and prior to ventilation consists primarily of methane and carbon dioxide gas. The Contractor shall provide all safety equipment necessary to access the digester and shall operate all ventilation equipment necessary to adequately protect the Contractor's personnel. The Contractor shall provide all gas testing equipment, confined space entry equipment, communications, and trained personnel required to meet all OSHA and State of Wisconsin regulations. B. Contractor shall remove wastewater residues and solids from interior tank walls, ceilings and floors. Digester contents will include anaerobic digested sludge, inorganic solids (sand, grit, gravel, struvite particles) and organic debris (hair, rags, stringy materials, plastics). Contractor shall provide means and methods suitable for removal of digester contents, including pumps, hoses, connection to water sources, power, and lighting. C. The Contractor shall be responsible for removal, dewatering, and for the final disposition of the materials from the digester in a landfill and in accordance with all local, state, and federal regulations. Disposal of residual solids in the plant will not be allowed. Contractor shall provide temporary means of dewatering residual solids from tank cleaning operations. Centrate or filtrate generated during dewatering may be disposed of to a plant drain, as approved by the Owner. The Owner reserves the right to disallow disposal of any waste stream that may negatively impact or impair plant operations. D. Before any tank contents are removed from the treatment plant site, documentation shall be submitted demonstrating that the Contractor will comply with all regulations. Landfill manifests shall be provided as verification of disposal at a licensed landfill. The Contractor shall coordinate all hauling activities with the landfill. E. Existing structures requiring cleaning include the following: Structure name Diameter (ft.) Sidewall height above footing (ft.) Center cone depth below footing (ft.) Approx. Volume of residuals (gallons) (i) Grade height above footing (ft) Acid Digester No. I 38 52 3.0 70,000 15.5 (i) Approximate volume with sludge level at 7.1 feet of sidewall depth plus cone volume. 7

07/10/18 3.02 Acceptance and Payment A. Final Acceptance 1. After the various types of rehabilitation work have been completed and suitable inspection reports have been submitted (and approved) from the Quality Assurance Inspector, the work shall be visually inspected for compliance by the District. The Owner reserves the right to inspect the digester during the warranty period of one year. Any defects resulting from the work found by this inspection shall be corrected by the Contractor within 30 days from notice, at no additional cost to the Owner. B. Deliverables 1. The Contractor shall submit digital photos and/or videos of the digester in postrehabilitation condition. C. Measurement for Payment 1. The Contractor and the District will agree upon the exact total volume within the digester prior to the commencement of the project. The volume shall be determined by measuring the actual level of sludge within the digester and calculating the volume based on the record drawings. The quantity will be adjusted accordingly. 8

WAS BLEND TANKS ( 78) cm WAS THICKENING BLDG 80-AS-7 MASONRY EJ, 1YP 8" 1 16'-.3" 2'-8" 10'-8" 1 o CON WALL SLAB DESIGNATION TYP, SEE 95-5-1 ; I 80-A-1 8". 0.I 1-0 CONC WALL \ 10'-8" 2-0 2-0 16'-.3"... ( 0459.3 ).TYP AT ALL EXTERIOR CONCRETE WALLS 80-AS-8 8" 1 TYPICAL /FS FIN/SH SYSTEM ON 2" & 4" RIGID INSULATION PATTERN AROUND ACID DIGESTER$.,3'-4" ffi "\ SEE DETAIL 1YP 80-AS-9 ACID DIGESTER NO. 1 ACID DIGESTER NO. 2 EXPANSION I TYP SEE DETAIL r1-ff\ 5 0 I 80-AS-9 I 80-A-1 I G I 80-A-1 I c 0 siqewall ACCESS HATCH AND P TFORM COORDINATE WITH TANK M SIM TO 1YP EACH DI'ESTER 2 ffi,.30-m-5 I GENERAL NOTES: ;: 1. CONTRACTOR /5 TO SUBMIT PROPOSED SEQUENCE OF CONCRETE PLACEMENT TO ENGINEER FOR APPROVAL. " 2. REINFORCE ALL CONCRETE CORNERS PER( 0.3205 )..3. FOR EQUIPMENT PADS SEE MECHANICAL DRAWINGS VERIFY EQUIPMENT NS/ONS W/ MANUFACTURER. ALL PU TO BE PER AND ALL OTHERS PADS TO BE PER. 0 4. 5. FOR LINTEL SCHEDULE SEE ( 04560 ). FOR MASONRY ANCHORAGE REQUIREMENTS SEE gj - 0 ],c; " >- 1: ;,:; 'a. : 'i' o " ; m -, 1" 16'-.3" JOINT REINFORCING REQUIRED FOR ALL CMU WALL PER SPEC. 8. FOR BEAM CAMBER REQUIREMENTS SEE BEAM SCHEDULE. FLOOR REINFORCING HAS BEEN DESIGNED TO ACCOMMODATE THINNER SLABS OU TO FLOOR SLOPE AND DRAINS. THEREFORE SLAB THICKNESS IS ALLOWED TO VARY. 10. ALL HVAC OPENINGS IN FLOOR SHALL HAVE A 4"Wx4"H CONCRETE CURB ALL AROUND OPENING. IF OPENING IS ADJACENT TO A BUILDING WALL, THE CURB SHOULD TERMINATE AT FACE OF WALL. SEE STANDARD DETAIL ( 0.3260). EQUAL 9'-8" 16'-.3" 1 VERIFY SCALES LENGTH OF BAR IS 1 " ON ORIGINAL DRAWING 2.3'-4" 2.3'-4" 1:2 PLOT SCALE, ADJUST SCALE(S) ACCORDINGLY 10 -o B ( 04592 ), 7. 9. 80-A-1.37'-4" 2.3'-4" ( 0459.3 ).( 0459 4) 4,;( 04595 ), US AS APPLICABLE. ALL CMU WALLS ARE TO BE ANCHORED TO INTERSECTING CONCRETE WALLS W/ DOVETAIL ANCHORS. 6 4'-0" MO 9'-8" FOR FLOOR BEAM SCHEDULE SEE SHEET 95-S-2. FOR SLAB, PIER AND COLUMN SCHEDULE, SEE 95-S-1. 6. Il! 1-0 FIRST FLOOR PLAN 1/4" TRUE NORTH PLAN NORTH = 1-0 0 0 0 0 0 @ 0 KEYED NOTES: 8" NON LOAD BEARING WALL W/ 1" CLR BETWEEN TOP OF WALL & BOTTOM OF CONCRETE. SEAL JOINT TO MEET FIRE WALL REQUIREMENTS. NO ANCHOR REQUIRED AT TOP OF WALL. REINFORCE SLAB W/ #5 @ 12" OC, EW, T&B CONTINUOUS W/ 80S2 REINFORCEMENT. REINFORCE WALL W/ #Ii O 12" OC, EW, ff W/ 2" CLR SIM TO,,,=,-... FOR COLUMN-IN-WALL REINFORCING. SEE DETAIL L...!...J DESIGNED BY: t.1.a.h./ J.T. DRAWN BY: J.TH./P.C.G. CHECKED BY: W.A.E. APPROVED BY: PAT. @ PROJECT NO. 4635 80-AS-8 80-AS-9 HORIZONTAL WALL REINFORCING TO HAVE STD 90" HOOKS @ THIS END. PROVIDE.3" DIA PVC PIPE THROUGH PAD FOR FLOOR DRAINAGE. """' FOR LINTEL SEE LlQ..:i. 75-AS-11 DATE OCT 2011 DRAWING NO. 80-AS-2!IL..

MMSD PRE-QUALIFICATION APPLICATION BIDDER S STATEMENT OF REQUEST FOR PRE-QUALIFICATION (CONFIDENTIAL INFORMATION) Submitted to: Madison Metropolitan Sewerage District PHONE (608) 222-1201 1610 Moorland Road FAX (608) 222-2703 Madison, WI 53713 Instructions: To be submitted by prime contract bidders only. Must be received by District prior to deadline stated in bidding documents. Additional information, if necessary, may be requested by the District. = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = 1. Bidder s Name: Mailing Address: Telephone: Fax: E-Mail: 2. The above named Bidder requests to be pre-qualified for construction of the following project(s)/contract(s) (insert project/contract name(s) below): a. Acid Digester 1 Cleaning Project b. c. Bidder HAS NOT submitted a Statement of Qualifications within the current calendar year. Documentation is required. Proceed to following page, complete forms and attach documentation. Bidder HAS submitted a Statement of Qualifications within the current calendar year. A new Statement of Qualifications is not required. Bidder acknowledges his/her intent to be pre-qualified for the above named project(s) by signing and dating this form below and by returning this form to the District prior to the deadline stated in the bidding documents. Firm Name Signature Title Date PQ-1

MMSD PRE-QUALIFICATION DOCUMENTATION BIDDER S STATEMENT OF QUALIFICATIONS (CONFIDENTIAL INFORMATION) If Bidder HAS NOT submitted a Statement of Qualifications within the current calendar year, please complete this form, include supplemental information as required, and return to the District prior to the deadline stated in the bidding documents. = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = 1. Bidder s Current Name: Mailing Address: Telephone: Fax: E-Mail: 2. Date organized: 3. Date and location incorporated: 4. How many years in contracting business under present firm name? 5. Briefly describe the type of work which your firm undertakes (check appropriate items). Provide attachment, if desired. Building Construction Reinforced Concrete Earthwork Sewer, Water, Underground Plumbing Mechanical Equipment Installation, Electrical Process Piping Heating/Ventilating Other (describe) Comments on above: PQ-2

BIDDER S STATEMENT OF QUALIFICATIONS-Continued (CONFIDENTIAL INFORMATION) = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = = == = 6. Attach a list of your current contracts and your contracts completed in recent years. Include project name, owner, engineer, contract amount, completion date, and type of work. Highlight those contracts that are for work similar in type to that contemplated by the Madison Metropolitan Sewerage District. 7. Have you ever defaulted on a contract, or failed to complete any work awarded to you? Yes No If yes, attach statement showing where and why. 8. Attach a list of your major equipment. 9. Attach a statement or resumes showing the experience and qualifications of your key personnel. 10. Attach a bank letter indicating credit available. 11. Attach a dated, recent financial statement showing breakdown of your firm s assets, liabilities, and net worth. I certify that all above statements and attachments hereto are true and correct and are made on behalf of Firm Name Signature Title Sworn and Subscribed to before me this day of, 20. Notary Public. My commission expires. PQ-3

07/10/18 PROPOSAL FOR ACID DIGESTER 1 CLEANING PROJECT MADISON METROPOLITAN SEWERAGE DISTRICT NOTE: Use black ink or typewriter for completing this bid form PROJECT: Acid Digester 1 Cleaning Project THIS BID IS SUBMITTED TO: Madison Metropolitan Sewerage District 1610 Moorland Road Madison, Wisconsin 53713 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement for Bids and the Request for Proposals. This Bid will remain subject to acceptance for the period of time specified in the Request for Proposals after the day of Bid opening. Bidder will sign and submit the Agreement with other documents required by the Bidding Requirements within 10 days after the date of Owner's Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: (a) Bidder has examined copies of all the Bidding Documents and of the following Addenda, receipt of all which is hereby acknowledged: Addenda Number Date (b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. 4. Bidder will complete the Work for the following prices: P-1

Item and Description 07/10/18 1. To remove liquid anaerobically digested sewage sludge from one (1) prestressed concrete anaerobic digester for 70,000 gallons at $ /gallon Extended amount $. 2. Clean interior of anaerobic digester, including removal and legally disposal off site of debris in the digester, surface clean interior of the digester, and all other associated work for Clean interior at $ / digester Extended amount $. TOTAL $ (Contractor s Seal) Signature: Printed Name of Signer: Title: 5. Bidder agrees that the Work will be substantially completed as specified in Request for Proposal. 6. The following documents are attached to and made a condition of this Bid: (a) Disclosure of Ownership form 7. Communications concerning this Bid shall be addressed to: Name: Company Name: Address: Telephone No.: SUBMITTED ON, 20 P-2

CONTRACT FOR MADISON METROPOLITAN SEWERAGE DISTRICT ACID DIGESTER 1 CLEANING 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 Acid Digester 1 Cleaning 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