PROCUREMENT OFFICE SCOPE / STATEMENT OF WORK (SOW ...

PART IV

WASHINGTON SUBURBAN SANITARY COMMISSION

PROCUREMENT OFFICE

SCOPE / STATEMENT OF WORK (SOW) / TECHNICAL DOCUMENTS

BRBT5895A15 REPOST

GREENWOOD MANOR WATER

MAIN REPLACEMENT/RELOCATION

ALL PLANS AND AS-BUILTS ARE LOCATED ON WSSC¡¯S SHAREFILE SITE:



INCORPORATION BY REFERENCE

This Solicitation incorporates by reference the Standard Specifications and

Standard Details on the WSSC website ( with the exception of any ¡°General

Condition s¡± listed, which shall be specifically identified in Part II of this

Solicitation)

WSSC Standard Specifications - 2015

The Standard Specifications and Standard Details listed are included and

incorporated in this Solicitation as if specifically set forth herein.

Part IV, Page 1 of 146

Solicitation No. BRBT5895A15 Repost

Greenwood Manor Water Main Replacement

SOLICITATION INFORMATION

WASHINGTON SUBURBAN SANITARY COMMISSION

CONTRACT NO. BR/BT5895A15 REPOST

GREENWOOD MANOR WATER MAIN REPLACEMENT

Description of Project: Construction of4,697 feet of 16¡± water main, 9,942 feet of

8¡± water main, 18 feet of 6¡± water main, 938 feet of 4¡± water main and replacement of 217 water

house connections to serve New Orchard Drive and various streets in Upper Marlboro, Maryland.

The expected value range for this contract: $3,500,001 to $5,000,000

Part IV, Page 2 of 146

Solicitation No. BRBT5895A15 Repost

Greenwood Manor Water Main Replacement

CONTRACTOR QUALIFICATIONS

A. Minimum Traffic Control Qualifications: Also see Specifications Section 01500.

Bidder and/or their subcontractor(s) shall be responsible for traffic control work and shall

demonstrate in the Bid the minimum qualifications to perform such. Requirements for

minimum qualifications and Bid submittal are as follows:

1.

2.

B.

Bidder and/or their subcontractor(s) must utilize in the contract at least one field

individual as a Flagger and one field individual as a Traffic Manager, both certified

by the State of Maryland (the ATSSA ¨C American Traffic Safety Services

Association - Certification is recognized by SHA and accepted by WSSC to fulfil

the requirement for Flagger)

Submit with the Bid the names of these individuals on company letterhead and a

copy of each certification.

Minimum Erosion and Sediment Control Qualifications: Also see Specifications

Section 01570. Bidder and/or their subcontractor(s) shall be responsible for erosion and

sediment control work and shall demonstrate in their Bid the minimum qualifications to

perform such. Requirements for minimum qualifications and Bid submittal are as

follows:

1.

2.

Bidder and/or their subcontractor(s) must utilize in the contract at least one

supervisory field individual with a State of Maryland Erosion and Sediment Control

Training and Certification.

Submit with the Bid the name and title of this individual on company letterhead and a

copy of this certification.

C. Minimum Plumbing Qualifications: Also see Specifications Section 02510. Bidder

and/or their subcontractor(s) shall be responsible for pressure tapping cast iron, ductile

iron and polyvinyl chloride water pipes and shall demonstrate in their Bid the minimum

qualifications to perform such. Requirements for minimum qualifications and Bid

submittal are as follows:

1.

2.

3.

4.

Bidder and/or their subcontractor(s) must utilize in the contract at least one field

individual with a Tapping Certification and a field supervisor experienced in the

performance of this work. Installer must have at least 3 projects in the last 3 years of

similar size and type that they worked on. Field supervisor must have a minimum of

3 years in the performance of this work.

Submit with the Bid the resumes of the Installer and Field Supervisor and copy(ies)

of the certification(s).

Resumes shall include, at a minimum, past employers for the past 5 years, 3 similar

projects in the last 3 years with references, and names and telephone numbers of

contact persons.

Any change in Installer and Field Supervisor shall require a resume to be submitted

and approved in writing by WSSC prior to change.

Part IV, Page 3 of 146

Solicitation No. BRBT5895A15 Repost

Greenwood Manor Water Main Replacement

D. Minimum Chlorination and De-chlorination Qualifications: Also see Specifications

Section 02511. Bidder and/or their subcontractor(s) shall be responsible for chlorination

and de-chlorination of water pipes and shall demonstrate in their Bid the minimum

qualifications to perform such. Requirements for minimum qualifications for chlorination

and de-chlorination are as follows:

1.

2.

3.

4.

Bidder and/or their subcontractor(s) must utilize in the contract at least one Field

Supervisory with 3 years of experience in chlorination and de-chlorination of

pressurized water pipes using pressurized liquid chlorine as described in AWWA

B301 or method described in AWWA C651.

Submit with the Bid the resume of the Field Supervisory and copy(ies) of all

certifications/licenses held by this individual.

Resume shall include, at a minimum, past employers for the past 5 years, 5 similar

projects in the last 3 years with references, and names and telephone numbers of

contact persons.

Any change in Field Supervisory shall require a resume to be submitted and

approved in writing by the WSSC prior to change.

Part IV, Page 4 of 146

Solicitation No. BRBT5895A15 Repost

Greenwood Manor Water Main Replacement

SPECIAL PROVISIONS

SECTION 01110

SUMMARY OF WORK

Follow requirements of Standard Specifications Section 01110 except as specified herein.

PART 1

1.7

GENERAL

CONTRACTOR RESPONSIBILITIES

A. Commission Supplied Material.

1. Material Issue Procedures:

DELETE a. and b. and replace with the following:

a. Arrange

for

pickup

of

pipe

via

email

at

ContractorMaterialOrders@

1) For pickup of materials (including pipe, and fittings 14 inches and

smaller) provide at least 3 working days before pickup.

2) For pickup of materials (including pipe, and fittings 16 inches and larger),

arrange for material pick up at least 90 working days before pickup.

b. Arrange for delivery of pipe via email at PipeOrderDelivery@.

1) For delivery of 14 inch and smaller diameter zinc coated pipe, provide at

least 3 working days notice prior to requested delivery date. Include with

email request, the contract number, contractor¡¯s name, delivery date

requested and specific site location to include; city, state, zip code, job

site contact and phone number.

2) For delivery of 16 inch diameter and larger pipe, provide at least 90

working days notice prior to requested delivery date. Include with email

request; contract number, contractor¡¯s name, delivery date requested and

specific site location to include city, state, zip code, job site contact and

phone number.

d. through m., DELETE paragraph designations only and SUBSTITUTE e.

through n.

ADD

d. The Contractor shall reimburse the Commission for any costs associated with

the Contractor¡¯s rescheduling of confirmed pipe materials and/or material

transportation arrangements with the distributor/supplier/carrier. The costs

will be invoiced to the contractor or may be deducted from the Contractor¡¯s

pay estimate. The cost shall be for the actual direct cost billed to the

Commission without any additional mark-up.

ADD

K.

Sequence of Construction

Part IV, Page 5 of 146

Solicitation No. BRBT5895A15 Repost

Greenwood Manor Water Main Replacement

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

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download