PART III WASHINGTON SUBURBAN SANITARY COMMISSION ...

PART III WASHINGTON SUBURBAN SANITARY COMMISSION

PROCUREMENT OFFICE SPECIAL CONDITIONS

SPECIAL CONDITIONS (Amending General Condition Articles 1 and 14)

REMOVE paragraph designations only for Articles 1.19 through 1.47 are REPLACE with 1.20 through 1.48

ADD 1.19

Sequence of Construction - A general description or outline of the order in which certain project tasks must be performed. When noted on the Contract Documents, the Sequence of Construction may only be modified with the approval of the Engineer.

Article 14.1.3.3 is stricken and replaced with the following:

14.1.3.3

Cost of construction equipment shall be based on the actual time the equipment is required to perform the Work and shall not exceed 8 hours per day unless equipment is in operation for a longer time. Moving time, loading, unloading, and hauling will not be paid for if the equipment is used at the site for other Work.

For the use of equipment moved in on the Work and used exclusively for the Work covered by the Change Order, the Contractor will be paid the rates herein specified including moving time, loading, unloading, and hauling. The time period shall begin at the time the equipment is unloaded at the site of the Work, shall include each day or fraction thereof that the equipment is at the site of the Work, excluding Saturdays, Sundays, and other legal holidays unless the Work is performed on such days, and shall terminate at the end of the day on which the Engineer directs the Contractor to discontinue the use of such equipment.

The rates of payment for equipment used, regardless if owned or rented, including fuel and lubricants but excluding operators, shall be no higher than the current rates recommended by the Rental Rate Blue Book for Construction Equipment.

No payment will be made for the small tools defined as individual pieces of equipment or tools having a new value of $1,000 or less.

When the Commission is obligated to pay for idle equipment, the allowance will be 50 percent of the rate determined herein.

SC-1

Rev. 8/16/16

PART IV WASHINGTON SUBURBAN SANITARY COMMISSION

PROCUREMENT OFFICE

SCOPE / STATEMENT OF WORK (SOW) / TECHNICAL DOCUMENTS BR6056A16

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)

The Standard Specifications and Standard Details listed are included and

incorporated in this Solicitation as if specifically set forth herein.

SOLICITATION INFORMATION WASHINGTON SUBURBAN SANITARY COMMISSION

CONTRACT NO. BR6056A16 BAEDERWOOD WATER MAIN REPLACEMENT

Description of Project: Replacement of approximately 1,944 feet of 12 inch water main, 9,222 feet of 8 inch water main, 2,042 feet of 4 inch water main, and 7,074 feet of water house connections to serve Baederwood Lane and various streets in Rockville, Montgomery County, Maryland. The expected value range for this contract: $2,500,001 to $3,500,000

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. 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 ? American Traffic Safety Services Association - Certification is recognized by SHA and accepted by WSSC to fulfil the requirement for Flagger)

2. Submit with the Bid the names of these individuals on company letterhead and a copy of each certification.

B. 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. 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.

2. 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. 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.

2. Submit with the Bid the resumes of the Installer and Field Supervisor and copy(ies) of the certification(s).

3. 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.

4. Any change in Installer and Field Supervisor shall require a resume to be submitted and approved in writing by WSSC prior to change.

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

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

Google Online Preview   Download