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.
To fulfill the demand for quickly locating and searching documents.
It is intelligent file search solution for home and business.
Related searches
- examples of statement of purpose for masters
- examples of statement of purpose letters
- medical office mission statement samples
- statement of philosophy of nursing
- sample of statement of intent
- purpose statement for work examples
- arizona state procurement office website
- free statement of work template
- statement of work form
- statement of work example
- software statement of work template
- state procurement office north dakota