Buyer: Daniels, Joan E Phone (248)858-5481. Fax: (248)858-1677 Email: danielsj@oakgov.com



Similar documents
PROPOSAL COVER SHEET

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SEALED BID SOLICITATION QUOTATION

SOLICITATION QUOTATION

SOLICITATION QUOTATION BLANKET ORDER

SOLICITATION QUOTATION

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION QUOTATION PROFESSIONAL SERVICES


The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

REQUEST FOR QUOTATION Quote # CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

Department of Purchasing & Contract Compliance

CONSTRUCTION STORMWATER POLLUTION PREVENTION PLAN TEMPLATE

LIVINGSTON COUNTY MICHIGAN

Department of Purchasing & Contract Compliance

Request for Proposals for Upgraded or Replacement Phone System

LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

REQUEST FOR PROPOSALS

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Department of Purchasing & Contract Compliance

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

Department of Purchasing & Contract Compliance

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility

COLORADO DEPARTMENT OF TRANSPORTATION STORMWATER FIELD INSPECTION REPORT - ACTIVE CONSTRUCTION

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Schedule Q (Revised 1/5/15)

2012 Wireless Clock System/Installation Bid Wyoming Junior High School Wrenwood Wyoming, MI 49519

Department of Purchasing & Contract Compliance

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

CITY HALL 1 ST FLOOR WINDOW REPLACEMENT

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

SECTION 3 AWARD AND EXECUTION OF CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

City of Powell Request for Proposals for a Total Compensation Survey

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF **

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Stephenson County, Illinois

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

GENERAL INSTRUCTIONS AND REQUIREMENTS

REQUEST FOR PROPOSALS

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

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER

#5 Independent Contractor Form - With Insurance With Bonds

How To Build An Irrigation System At Arthur Ashe School

Request for Proposal Hewlett Packard Network Switches and Peripherals

1. Applicants must provide information requested in the section titled Required Information.

CITY OF LEAWOOD. Independent Contractor Agreement

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

PRINCETON, NEW JERSEY REQUEST FOR PROPOSAL MUNICIPAL LEGAL SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR March 7 th, 2013

LEARNING CENTER WELCOME VIDEO

SITE-SPECIFIC BEST MANAGEMENT PRACTICES (BMP) PLAN REVIEW CHECKLIST

RFP Request for Proposal Fire Protection Systems Services

REQUEST FOR PROPOSAL

Sidewalk Rehabilitation Program

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

Exhibit 1 to Part 3 Project-Specific Terms

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

HAMILTON COUNTY SCHOOL DISTRICT

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

United Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ #

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

RFP Request for Proposal Drain and Sewer Line Maintenance Services

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Transcription:

PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level 2100 Pontiac Lake Road Waterford, MI 48328 Buyer: Daniels, Joan E Phone (248)858-5481 : Fax: (248)858-1677 Email: danielsj@oakgov.com Solicitation Event ID: 002577 Response Due: 4/8/2013 By: 11:45 PM Event Title: WRC: Soil Erosion Services Eastern Time Category Codes: FROM: Company Name: Address: Street: City: State: Zip Code Contact Person: Phone Number: Email: Add this proposal cover sheet as the first page of your bid response The Oakland County Purchasing Division is issuing a Request for Bid seeking bidders to provide services or products as detailed in Attachment (B). Additional attachments may be included. Index: Proposal Cover Sheet (This First Page) General Submission Information Terms and Conditions Attachment (B) Solicitation Specifications Attachment (C) - Additional Information Attachment (D) - List of Oakland County WRC Pricing 1

Oakland County Contract Boilerplates (for information purposes only) can be viewed on the Oakland County Purchasing website http://www.oakgov.com/purchasing/pages/form_application/default.aspx General Submission Information: It s the bidder s responsibility to insure that responses are posted to MITN prior to the posted bid closing date and time. The responsibility rests entirely with the bidder, notwithstanding delays resulting from electronic file uploads. All questions regarding this solicitation should be submitted by email to the buyer listed on page one of the proposal cover sheet. Subject line must include the solicitation event number listed on page one of the proposal cover sheet. Current contracts can be viewed on the Oakland County Purchasing website by clicking the Contract Public Search link. Submissions: Add the Proposal Cover Sheet as your first page to your bid response. The bidder acknowledges that the County is a public entity and therefore is subject to public disclosure laws. Modifications: Prior to the closing of the solicitations, clarifications, modifications, or amendments may be made to the solicitation at the discretion of Oakland County Purchasing Division. Should any such changes be made, an addendum will be issued and posted on the Michigan Intergovernmental Trade Network (MITN) website. www.mitn.info It s the responsibility of the bidder to check the website for addendums. Contract Requirement: Copies of the County s Contract boilerplates can be viewed on the Oakland County Purchasing website http://www.oakgov.com/purchasing/form_application/. Bidders are encouraged to review the contract boilerplate with the proposed terms and conditions. Review the insurance requirements in PARAGRAPH 6.2. and Exhibit I Contractor Insurance Requirements. (Professional Services Contracts, Lines 1a, 1b, 1c and 1d). (Maintenance Contracts Lines 1a, 1b and 1c). (Product Contracts, No insurance required unless otherwise stated in the bid specifications). The successful bidder will be required to comply with same. Awarded bidder shall provide required insurance documentation upon notice of award. (Exhibit I Contractor Insurance Requirements is included in this document.) Specifications: Specification response requirements must be submitted. Failure to include in the response all information outlined in this RFP may be cause for rejection of the response. Alternatives to Specifications: Bidders may offer alternatives from the expressed specifications described by the County. The County reserves the right to consider and accept or reject such alternatives. Alternatives must clearly describe all variances from the specifications herein. Provide product literature, specification sheets and drawings with bid if providing an alternate. 2

Withdrawal: Responses may be withdrawn or modified from the MITN website by the bidder prior to the time set for the closing of the bid solicitation. Award Information: Organizations may be requested to submit a completed, signed Federal W-9 form prior to an award of a contract or purchase order. Awarded bidder shall provide required insurance documentation upon notice of award. Terms and Conditions: The Respondent shall be responsible for all costs incurred in the development and submission of this response. Oakland County assumes no contractual obligation as a result of the issuance of this RFP, the preparation or submission of a response by a Respondent, the evaluation of an accepted response, or the selection of finalists. Oakland County shall not be contractually bound until Oakland County and the successful Respondent have executed a written contract for performance of the work. Submission is a conclusive presumption that the bidder is familiar with the RFP, Contractual Requirements, and Specifications and that the bidder understands and agrees to abide by each and all of the stipulations and requirements contained herein. Any exceptions to the stipulations should be submitted separately. Each response should be prepared simply and economically, providing a straightforward concise description of the proponent s approach and ability to meet the County s needs, as stated in this RFP. All prices shall be quoted in U.S. dollars. Unless Respondents specifically note otherwise, any and all quoted prices will be firm. If the vendor s consumer pricing is reduced during the term of the contract, the lower price will apply. In case of error in the extension of prices in the response, the unit prices shall govern. The County of Oakland reserves the right to reject any or all solicitation responses, awarding the solicitation to other than the lowest priced solicitation response and to waive any irregularities and /or formalities. Also to accept any solicitation response which, in its judgment, best serves the County s interest. The County of Oakland reserves the right to request any additional information which might be deemed necessary after the submission of this document to bidder, and after responses from bidder have been received by the County. The County of Oakland reserves the right to conduct interviews, reference checks, and any other due diligence deemed necessary to select the successful bidder. The County of Oakland reserves the right to split or abstract any or all bids and award multiple contracts from the same solicitation based on price, availability, and services when in its judgment best serves the County. All work shall be performed in a professional manner and shall be consistent with the practices of the trade. The Contractor shall be responsible for any permits and inspections. 3

All labor and materials shall be in accordance with applicable building, safety, and fire codes. Shipping terms are to be F.O.B Destination unless otherwise stated in the solicitation specifications. E-Verify Prior to contract award all County Contractors are required to comply in accordance with Miscellaneous Resolution No.09116 (BOC Minutes, July 30, 2009, pp 37-38), unless otherwise exempted, all service contractors and/or vendors who wish to contract with the County to provide services must first certify they have registered with, will participate in, and continue utilize, once registered, the E-Verify Program (or any successor program implemented by the federal government or its departments or agencies) to verify the work authorization status of all newly hired employees employed by the contractors and/or vendors. Breach of this term or conditions is considered a material breach of a contract. Contractor s/vendor s submitting bid responses agree that the contractor/vendor will registered with, and will participate in, and will continue utilize once registered and throughout the term of a contract, if one is offered, the E-Verify Program (or any successor program implemented by the federal government or its departments or agencies) to verify the work authorization status of all newly hired employees employed by the contractors and/or vendors. All County Contractors are required to comply with all Federal, State, or Local laws. The County reserves the right to cancel the contract for services if the contractor has not done so. Failure to comply with all Federal, State, or Local laws either currently or historically is a consideration in the bid evaluation process as well. Such compliance shall include, but not be limited to, nondiscrimination against any employee or applicant for employment because of sex, race, religion, color, national origin, or handicap in violation of State and Federal law; prohibition of use of any copyrighted software contrary to the provisions of any applicable Software license agreement or State or Federal law; compliance with all applicable grant requirements if any part of a Contract is supported or paid for with any State or Federal funds granted to the County; compliance with the Immigration Reform and Control Act (IRCA) and I-9 employment verification requirements. Any and all future Federal, State, or Local laws must also be complied with while the contractor is providing services/products to the County. Vendors that have been found guilty or held civilly liable for violation of any federal or state law, or have been barred and/or declared ineligible from consideration in receiving any federal, state or municipal contract, must provide information as part of their proposal on all such violations / barrings / ineligibilities. Pursuant to Act 167 of the Public Acts or 1933, the County of Oakland, A Michigan Constitutional Corporation, is exempt from the sales tax provisions of this Act. In addition, the Michigan Department of Treasury has promulgated General and Specific Sales and Use Tax Rules which provide that the County of Oakland is not required to have a sales tax exemption number. (R205.79; Rule 29) For reporting purposes County of Oakland I.D. #38-6004876W. 4

L. BROOKS PATTERSON-COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION Professional Services Contracts require items 1.a,b,c and d and 2. a,b,c Maintenance Services Contracts require items 1.a,b and c and 2. a,b,c. Product/Supply Contracts do not require insurance unless otherwise stated in the bid specifications EXHIBIT I CONTRACTOR INSURANCE REQUIREMENTS 1. At all times during this Contract, including renewals or extensions, Contractor shall obtain and maintain insurance according to the following specifications: a. Commercial General Liability - with the following as minimum requirements: $3,000,000 Each Occurrence (Total Limit) Occurrence Form Policy Broad Form Property Damage Premises/Operations Independent Contractors Products and Completed Operations (Blanket) Broad Form Contractual Personal Injury - Delete Contractual Exclusion Additional Insured: The County of Oakland and County Agents (as defined in this Contract); b. Workers' Compensation - as statutorily required by law - Employers Liability with minimum limits of $500,000 each accident, $500,000 disease each employee and $500,000 disease policy limit; c. Automobile Liability and Property Damage - $1,000,000 each occurrence, including coverage for all owned, hired and non-owned vehicles including No Fault coverage as required by law; d. Professional Liability/Errors & Omissions Insurance (as applicable) - with minimum limits of $1,000,000 per claim and $1,000,000 dollars aggregate. 2. General Certificates of Insurance: a. All Certificates of Insurance shall contain evidence of the following conditions and/or clauses and shall be sent to: The County of Oakland and County Agents, Oakland County Purchasing Division, 2100 Pontiac Lake Road, Bldg 41W, Waterford, MI 48328-0462 or fax 248-858-1677. b. The County of Oakland and County Agents (as defined in this Contract) shall be named as General Liability Additional Insured with respect to work performed by the Contractor. c. All Certificates are to provide 30 days written notice of material change, cancellation, or non-renewal. Certificates of Insurance or insurance binders must be provided no less than ten (10) working days before commencement of work to the Oakland County Purchasing Division. Insurance carriers are subject to the approval of Oakland County. 5

ATTACHMENT B Scope of Work/Specification Contractor shall supply all labor, materials, incidentals and means of work to provide soil erosion control services as directed by authorized Oakland County Water Resources Commissioner's Office Soil Erosion Unit staff. Contractor shall provide services as outlined in the attached Oakland County Water Resources Commissioner (WRC) Soil Erosion Unit Detail Sheet dated 2/26/09 (Attachment C) in accordance with the established unit prices (Attachment D) presented in this Request for Proposal. Contractor shall be required to respond to a request for services within 24 hours of notice by WRC. The contractor will perform the work under the supervision of a WRC certified Soil Erosion Inspector. The contractor shall not start work until the WRC Soil Erosion Inspector is on site. The WRC Soil Erosion Inspector will measure and verify all services and materials, and will sign the bill before leaving the site. Only those services and materials that meet WRC specification will be paid for. All work shall be performed in a professional manner and shall be consistent with the practices of the trade. Proposal Interested vendors must provide, at a minimum, the following information in their proposal: Related experience with installing soil erosion and sedimentation controls (years and projects). List the type of controls installed. Provide description of the last 10 locations of installation of soil erosion and sedimentation controls completed A complete list of company equipment to be used to install soil erosion and sedimentation controls (owned or leased): type and age. A complete list of company personnel who will be involved with this work: years of soil erosion control installation experience. A brief acknowledgement that the contractor can respond within 24 hours of notice by WRC. A list of all sub contractors (if any), and which items of work they would be performing. Include information on sub contractor s related soil erosion experience, equipment, personnel and ability to respond within 24 hours of notice by WRC. 1

ATTACHMENT B A brief acknowledgement that the contractor has reviewed and understands the details and specifications as presented on the WRC soil erosion and sedimentation control detail sheet and that this work will be performed in accordance with the unit prices indicated in this proposal. Emphasis will be placed on the contractors experience with installing soil erosion and sedimentation controls. Selection Process Proposals will be evaluated and a contractor selected based upon the following criteria: Soil Erosion Experience Soil Erosion Equipment Personnel Acknowledgement of the 24 hour response time. Acknowledgement of understanding of the WRC soil erosion detail sheet. 2

Event 001550 Attachment C

Enforcement Price Minimum Description 1 $110 per hour $330 E-2 Install earth diversion berm 2 $250 each E-3 Install stone check dams 3 $50 each $250 E-3a Install check dam alternative "A" (3 foot section) 4 $60 each $250 E-3b Install check dam alternative "B" (7 foot section) 5 $75 per sq ft $375 E-4 Install level spreader 6 $75 per sq ft $375 E-7 Install rip-rap at end section 7 $110 per hour $330 E-8 Surface roughening and scarification (Additional Mobilization per item # 43) 8 $4 sq yd $400 E-9 Install erosion control blankets with seed 9 $20 sq yd $500 E-9 Install turf reinforcement mat with seed 10 $75 per sq ft $375 E-10 Install rip-rap channels and slopes (Additional Grading per item # 42) 11 $150 per sq ft $1,500 E-10 Install heavy/large rip-rap channels and slopes 12 $450 each SI-1 Install sod inlet filter 13 $150 each SI-2 Install low point inlet filter 14 $450 each SI-2a Install low point inlet filter alternative "A" 15 $150 each SI-2a Replace bag only. Inlet filter alternative "A" 16 $175 each SI-3 Install rear yard inlet filter 17 $150 each SI-3 Install rear yard inlet filter alternative "A" 18 $450 each SI-3b Install rear yard inlet filter alternative "B" 19 $150 each SI-4 Install curb and gutter inlet filter 20 $450 each SI-4a Install curb and gutter inlet filter alternative "A" 21 $150 each SI-4a Replace bag, curb and gutter inlet filter alternative "A" 22 $3,800 each SO-2 Install new stone filter around temporary detention basin outlet 23 $800 each SO-4 Install ditch sediment trap 24 $3 per ft $450 SP-2 Install silt fence 25 $4 per ft $600 SP-2W Install silt fence (winter detail) 26 $100 each SP-3 Install silt fence gravel filter ( Additional fence per item 24 or 25) 27 $65 per sq yd SP-4 Install stone outlet filter for earth diversion berm 28 $65 each SP-6 Install gravel interceptor dike 29 $75 per yd $900 SP-9 Install temporary stone access drive without fabric 30 $500 first 50 ft See Note A Machine street sweeping/scraping/cleaning 31 $60 per hour per man $120 Hand street sweeping/scraping/cleaning 32 $200 each $600 Cleaning of street side or rear yard catch basins with vactor 33 $350 each Cleaning of street side catch basins by hand 34 $50 cyd $200 Disposal of sediment off-site 35 $60 per hour per man 36 $350 each $120 37 $250 per hour $1,250 Attachment D Exhibit I Soil Erosion Page 1 of 2 Cleaning and removal of sediment by hand; material disposed of off-site (Additional disposal per item # 34) Cleaning of rear yard catch basins by hand; material hauled offsite (Additional disposal per item # 34) Cleaning and removal of sediment by machine. Sediment disposed on-site

Enforcement Price Minimum Description 38 $250 per hour $1,250 Cleaning and removal of sediment by machine. Sediment hauled off-site (Additional disposal per item # 34) 39 $500 each Remove and dispose of dewatering bag 40 $300 each Install dewatering bag 41 $275 per hour per $550 Dewatering of detention/retention basin pump 42 $110 per hour per machine $330 43 $250 per machine Mobilization fee 44 $500 flat rate Job cancellation fee Grading as directed by WRC inspector. (Additional Mobilization per item # 43) Note A: Street sweeping @ $ 500.00 minimum for the first 50 feet; $ 10.00 per foot from 50 feet and $ 5.00 per foot from 501 feet or greater. Exhibit I Soil Erosion Page 2 of 2