Active SLED Opportunity · WISCONSIN · DANE COUNTY
AI Summary
Dane County seeks qualified contractors for initial building and infrastructure construction at its Sustainability Campus in Madison, WI. The project includes three buildings and civil infrastructure, with bids due May 21, 2026. Pre-bid meeting is April 22, 2026. Contractors must be Best Value certified and complete work by September 30, 2027.
Dane County is seeking bids from qualified contractors for the Dane County Sustainability Campus – Initial Building and Infrastructure Construction, located at 7103 Millpond Road, Madison, WI 53718. This project involves initial building and infrastructure construction at Dane County's Sustainability Campus and is being delivered under a lump sum contract. Three buildings are anticipated to be constructed; the Education and Administration Center, Scale House, and Maintenance Shop. Work must comply with all applicable county specifications, ordinances, local permitting requirements, or prevailing wage laws.
Interested vendors should have demonstrated experience and the ability to manage projects of similar size and complexity. A pre-bid meeting is scheduled for Wednesday, April 22, 2026 at 10:00 am at 7102 Maahic Way Madison, WI 53718, starting at the Landfill Trailer adjacent to Scale House, and all questions must be submitted by Friday, May 8, 2026. Bid packages are due by Thursday, May 21, 2026 at 2:00 pm.
Dane County Department of Waste and Renewables (W+R) is responsible for the management and operation of Dane County’s landfills, renewable natural gas (RNG) facilities, Clean Sweep (a household hazardous waste and electronics recycling program), a construction and demolition (C&D) recycling facility and various other recycling programs for materials like tires and shingles. W+R’s mission is to provide environmentally sound and sustainable waste management and renewable energy solutions for current Dane County residents and future generations. This includes looking at waste as a resource to create renewable fuels and the conservation of landfill air space through waste diversion, recycling, and efficient operations.
W+R has a long history of completing successful, innovative projects, such as the Renewable Natural Gas (RNG) Plant that converts landfill gas (LFG) to compressed natural gas and RNG Offload Station, C&D Recycling Facility, native prairie cover on the landfill, and the Trash Lab mobile education exhibit. With less than three years of landfill space remaining, W+R has an opportunity to plan for the future of waste management in Dane County. Dane County (County) purchased approximately 230 acres of land on the eastern portion of the Yahara Hills Golf Course, from the City of Madison (City) to develop a Sustainability Campus + Future Landfill.
The initial development includes all civil infrastructure along with the construction of three buildings; Education and Administration Center, Scale House, and Maintenance Shop. Additionally, a separate construction contract will be issued for landfill construction, to be located immediately south of this Work, and slated to begin in late-May 2026 or early-June 2026. The new landfill is being constructed to provide long-term solid waste disposal capacity. Coordination between this Work and landfill construction will be required.
The pre-bid meeting for RFB 326002 is scheduled to take place Wednesday, April 22 at 10am. This meeting will begin at Dane County Landfill Site 2 (7102 Maahic Way, Madison, WI), inside the job trailer adjacent to the Scale House. Refer to the attached map for more details (Attachment A).
Bidders are encouraged to attend this meeting to learn more about the project, have an opportunity to ask questions, and participate on a tour of the construction site. Refer to the attached agenda for more details (Attachment B). Please note, the minimum PPE requirements to attend this meeting include steel-toed boots and a high-vis vest.
For questions, please call or email Ali Rathsack at 608-514-2319 or rathsack.allison@danecounty.gov.
The Project Manual and Construction Documents for this project are available for download in the Attachments Section.
To Submit a Bid:
All interested bidders must register for free at Dane County’s eProcurement Portal:
For help setting up or navigating your account, contact: procurementsupport@opengov.com
Questions & Inquiries:
For questions about this RFB, contact:
Allison Rathsack, Special Projects & Materials Manager
Phone:(608) 514-2319
Email: rathsack.allison@countyofdane.com
Dane County is an Equal Opportunity Employer.
The Bidder, having examined the site where the Work is to be executed and having become familiar with local conditions affecting the cost of the Work and having carefully examined the Drawings and Specifications, all other Construction Documents and Addenda hereby agrees to provide all labor, materials, equipment and services necessary for the complete and satisfactory execution of the entire Work, as specified in the Construction Documents, for the Base Bid stipulated sum as follows:
Base Bid 01 - Perform all work detailed in the Construction Documents for Volume 1
Base Bid 02 - Perform all work detailed in the Construction Documents for Volume 2
Base Bid 03 - Perform all work detailed in the Construction Documents for Volume 3
Base Bid 04 - Perform all work detailed in the Construction Documents for Volume 4
Bidders submitting on this project must adhere to the following:
Best Value Contracting (BVC):
Bid Submittal Documentation:
The Bidder agrees to add the alternate(s) portion of the Work as described, for the following addition(s) to or subtraction(s) from the Base Bid, as stipulated in the "Pricing" table.
Alternate Bid 01 - Addition of 3-sided Structure
Alternate Bid 02 - Solar PV Array at Maintenance Shop
Alternate Bid 03 - Addition of Sound Masking System
The Bidder, having examined the site where the Work is to be executed and having become familiar with local conditions affecting the cost of the Work and having carefully examined the Drawings and Specifications, all other Construction Documents and Addenda hereby agrees to provide all labor, materials, equipment and services necessary for the complete and satisfactory execution of the entire Work, as specified in the Construction Documents, for unit pricing as follows:
Unit Pricing No. 01 - Unsuitable Rock Removal
Unit Pricing No. 02 - Unsuitable Soils - Trenches
Unit Pricing No. 03 - Unsuitable Soils - Structural Fill
Unit Pricing No. 04 - Unsuitable Soils - General Fill
Provide a lump sum allowance of one-hundred thousand dollars ($100,000.00). This allowance will be used for unforeseen field conditions in coordination with the County & the Architect / Engineer. Specification Section 01 21 00 titled “Allowances” details additional requirements.
Allowance No. 01 - Lump sum of $100,000 for unforeseen field conditions in coordination with the County & the Architect / Engineer.
Upload the following required documents.
Each bid shall be accompanied by a bank certified check, cashier’s check, or bid bond in the amount of 5% of the total bid price, made payable to Dane County.
Please scan and upload a copy of your bid bond/cashier's check. DO NOT UPLOAD ANY FILES OTHER THAN BID BOND.
Please download the below documents, complete, and upload.
Before award of Contract can be approved, Owner shall be satisfied that Bidder involved meets following requirements:
Has record of satisfactorily completing past projects [and supplies list of no more than [three (3) to five (5)] most recent, similar projects, with architect or engineer’s and owner’s names, addresses and telephone numbers for each project. Submit to NO VALUE Project Manager with Bid. Criteria which will be considered in determining satisfactory completion of projects by bidder will include:
County’s NO VALUE Project Manager will make such investigations as are deemed necessary to determine ability of bidder to perform the Work, and bidder shall furnish to County’s NO VALUE Project Manager or designee all such information and data for this purpose as County’s NO VALUE Project Manager may request. Owner reserves right to reject Bid if evidence submitted by, or investigation of, bidder fails to satisfy Owner that bidder is responsible and qualified to carry out obligations of Contract and to complete the Work contemplated therein.
Submit any additional or supplemental files here.
Assuming a start date of July 6, 2026, Dane County Public Works requires this project to be substantially completed by September 30, 2027. Are you able to complete this project within this timeframe?
General Contractors and subcontractors shall meet all applicable Best Value Contractor requirements. BVC applies to contracts over $50,000 single trade and $100,000 multiple trade. For additional information: https://publicworks.danecounty.gov/bvc
Failure to be properly and accurately certified as a Dane County Best Value Contractor will result in an automatic rejection of a bid submission.
Your status can be viewed/confirmed at:
Has your company been found by the National Labor Relations Board ("NLRB") or the Wisconsin Employment Relations Commission ("WERC") to have violated any statute or regulation regarding labor standards or relations in the seven years prior to the date this bid submission is signed?
If yes is answered, a copy of any relevant information regarding such violation is required to be uploaded with your bid submission.
Additional information about the NLRB and WERC can be found using the following links:
www.nlrb.gov and http://werc.wi.gov.
For projects over $100,000, Bidder has already or will submit Emerging Small Business Report to the Office of Equity and Inclusion within 10 business days of Bid Due Date. For more information refer to 00 21 13 - Instruction to Bidders or contact:
Dane County Contract Compliance Specialist
City-County Building, Room 356
210 Martin Luther King, Jr. Blvd.
Madison, WI 53703
608/266-4192
Please upload your company's most recent W9 form signed within the past 12 months.
In submitting and confirming this solicitation response, we certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a solicitation response; that this solicitation response has been independently arrived at without collusion with any other vendor competitor or potential competitor; that this solicitation response has not been knowingly disclosed prior to the opening of bids to any other vendor or competitor; that the above statement is accurate under penalty of perjury.
Further, by submitting this solicitation response, firm agrees with all the terms, conditions, and specifications required by the County in this solicitation and declares that the corresponding solicitation response and pricing are in conformity therewith.
I have read and understood the entire document.
I declare under penalty of false swearing under the law of Wisconsin that the foregoing is true and correct.
Provide First Name, Last Name and Title
Write in month, day, year and city/state in which the submission occurred.
Example: June 27, 2025 in Madison, WI
Enter your estimated assumed start date in the form of "January 1, 2023"
Enter your project's required completion date in the form of "January 1, 2025"
List the project address all on one line.
If yes, be reminded that you will need to complete and save the FHWA/WISDOT Subrecipient LPA Title VI Nondiscrimination Assurances form(s) to your project folder for submittal to WisDOT.
If yes, be reminded that you will need to complete and save the applicable form(s) to your project folder for submittal.
If you need an extra section in OpenGov to spell out your alternate bids, then click "YES"
If you want Question 2.3 requiring the Proposed Subcontractor List, click "YES"
If you want the question with verbiage to require qualifications, click "YES"
This question will require editing to meet your project's needs in the Bid Submission - Checklist section
Click "YES" if you want to provide the Bidders with a place to be able to upload misc. information. More often than not, Bidders have been uploading bid qualification statements, which is not ideal when evaluating bids.
Q (Multiple questions re: Audio Visual): Here are the question for RFI: 1. AV System Drawings – Level of Design Completion The bid documents include AV system drawings (ATA700 series – one-line diagrams), floor plans (ATA201/202), and RCPs (ATA301/302). However, these drawings appear to be diagrammatic and do not fully define complete system requirements for bidding purposes. Request: Please confirm: Do ATA700 series drawings represent: Conceptual / diagrammatic design intent, OR Fully engineered systems suitable for bidding and construction? Clarification Required: Is the AV contractor responsible for: Completing system design beyond one-line diagrams? Developing final signal flow, DSP configuration, and system architecture? 2. Equipment Quantities & System Counts While AV drawings are provided, device quantities are not consistently defined across drawings and specifications, and the specification states quantities are for reference only. Request: Please confirm: Final quantities for: Displays Speakers Microphones (including delegate systems) Cameras DSP processors Amplifiers If quantities are not fixed: Confirm that the AV contractor is to determine final quantities required for a complete and functional system. 3. Basis of Design / System Platform Clarification The drawings indicate a mix of AV platforms (e.g., DSP, AVoIP, control systems), but a single standardized platform is not clearly defined. Request: Please confirm: Required platform(s) for: AV-over-IP distribution Control system DSP processing Clarification Required: Is a hybrid system (multiple manufacturers) required or acceptable? Must the system align with an existing Owner standard? 4. Network Infrastructure & AV-over-IP Responsibility (Critical) AV systems shown in ATA700 series rely on network-based transport; however, network scope is not clearly defined. Request: Please confirm responsibility for: AV network switches VLAN configuration Multicast routing / IGMP snooping IP addressing and network security Clarification Required: Will Owner provide a fully configured AV network? Is the AV contractor responsible for network design and commissioning? 5. Owner Furnished Equipment (OFE / OFCI) The drawings and specifications reference equipment but do not clearly distinguish between contractor-furnished and owner-furnished components. Request: Please provide a complete OFE/OFCI list, including: Displays / Video walls Conferencing systems (Teams Rooms, codecs) Wireless presentation systems Network switches Furniture-integrated AV devices Clarification Required: Confirm integration responsibilities for all OFE systems 6. BYOD / USB / Conferencing Architecture The system intent includes conferencing and BYOD functionality; however, USB transport and switching architecture are not defined in drawings or specs. Request: Please confirm: Intended BYOD connection method: Direct cabling USB extension systems AVoIP-based USB bridging Clarification Required: Who is responsible for: USB switching Host selection logic Integration with conferencing systems 7. Equipment Rack Scope & Locations ATA700 drawings indicate rack locations (e.g., A104), but rack sizes, layouts, and capacities are not fully defined. Request: Please confirm: Rack quantities and locations Rack sizes (RU capacity) Cooling/ventilation requirements Clarification Required: Are racks: Provided by AV contractor? Owner furnished? Who is responsible for rack power distribution? 8. Cable Scope & Pathway Coordination Specification indicates AV contractor is responsible for cabling, while pathways may be by others. Request: Please confirm: Scope of AV cabling (signal, control, network) Responsibility for: Conduit Cable tray Sleeves and pathways Clarification Required: If additional pathways are required based on final system design, how will this be handled? 9. Control System Scope & Integration Level The specification requires full programming and integration, but level of control integration is not fully defined. Request: Please confirm: Systems to be controlled: AV only Lighting Shades Other building systems Clarification Required: Are there existing GUI standards or templates to follow? Is enterprise monitoring required? 10. Commissioning, Training & Documentation Requirements The specification outlines commissioning and training requirements but does not clearly define scope per system. Request: Please confirm: Number of systems requiring training Duration per system vs total project Documentation format requirements 11. Interpretation of “Fully Functional System” Requirement The specification requires the contractor to provide a fully functional system, including items not explicitly shown. Request: Please confirm: That the AV contractor is expected to include: All required interconnections Miscellaneous hardware Additional components not explicitly shown in drawings Clarification Required: In case of scope gaps, should the contractor: Include all required items in base bid, OR Submit for change order approval? Thank you
A: Thank you for submitting these questions. They will be addressed in an upcoming addendum.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.