The RFP Database
New business relationships start here

Water System Improvement


Nevada, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
This is a Subcontracting Opportunity with Woodstock Job Corps Center / Adams & Associates Inc. and not with the U.S.  Department of Labor.

 

 

 

Scope of Work for:

 

WS-100-53-1

 

Water System Improvements

 

Woodstock Job Corps Center

Woodstock, Maryland  21163

 

Operated by Adams and Associates, Inc.

For the

U.S. Department of Labor


 


 


 


 


 


 


 


 


 


 


 






Prepared by:




Dave Bonsal, Facility Manager


Woodstock Job Corps Center






Scope of Work ID:




WS-100-53-1






Table of Contents

I.             General............................................................................................................................... 3

II.           Construction Requirements.............................................................................................. 3

A.      Codes........................................................................................................................... 5

B.      Specific Requirements................................................................................................. 6

C.      Special Conditions....................................................................................................... 8

D.      Schedules and Delays.................................................................................................. 8

III.         Bid Requirements.............................................................................................................. 9

IV.         Evaluation Criteria.......................................................................................................... 10

V.           Acceptance of Work........................................................................................................ 10

A.      Substantial Completion............................................................................................. 10

B.      Final Inspection......................................................................................................... 11

VI.         Extent of Work................................................................................................................ 11

VII.       Wage Determination........................................................................................................ 11


 


 


•I.       General

 






Owner:




US Department of Labor (DOL)


 






Center Operator:




Adams and Associates, Inc.






Mailing Address:




Woodstock Job Corps Center, 10900 Old Court Road, Woodstock, MD  21163






Site Visit:




October 14, 2014 @ 10:00am






Proposal Due Date:




October 21, 2014 by COB 5pm EST.






Submission of Proposals:




Woodstock Job Corps Center


Attn: Denora Brown


Brown.Denora@jobcorps.org


Fax: (410) 696-9401






 


The only Bids that will be considered will be from vendors who attend the mandatory bid conference on the day and time specified above.


 


Project Summary:

 

This improvement simply replaces outdated, worn out, or malfunctioning components with modern equipment. The function of each new component is the same as existing uses. Therefore, it should be possible without significant permitting delays for water appropriation or well or system construction, with the exception of trade permits for shed and electrical work. It will be the contractor's responsibility to obtain appropriate access and permits and pay all fees required.  The contractor shall comply with Maryland Well Construction Regulations.  The well rehabilitation project shall be managed by a licensed Maryland Master Well Driller.

 

The contractor is responsible for installation, testing, and start-up of the individual components and of the system as a whole, and to determine field procedures needed to maintain the water supply during construction. All materials removed are to be segregated, staged, and recycled or disposed of appropriately.  

 

Note:  The bachflush discharge piping is to remain until the new treatment system is operational and evaluation of backflush water quality and its effects on wastewater treatment system can be performed.

 

•A.    WATER SOURCES 
 

The water sources shall consist of Well 2, Well 3 and Well 4, which shall be rehabilitated. The tasks are as follows:

 

•1.      Prepare site access to the wells for commercial drilling rig.
•2.      Remove the existing well pumps, drop pipe and drop wire from the wells.
•3.      Protect the pitless units and discharge piping and inspect the existing pitless units; clean and replace as necessary.
•4.      Mobilize a commercial drilling rig with high capacity air compressor (nominal 900 scfm @ 350 psi ) to the site.
•5.      Using and 8-inch diameter drill bit, drill each well to a total depth od 600 feet, and geologically log the drill cuttings as drilling proceeds.
•6.      Pneumatically surge each well for at least two hours each to remove remnant materials in the well.
•7.      Complete down-hole tele-viewing of each well, and record the video logs digitally.
•8.      Properly abandon the well house well in accordance with current regulations.
 
•B.     Piping and Pumping System

 


Most of the existing piping and the well pumps shall be replaced. The task are as follows:


 

•1.      Mobilize appropriate equipment to the site.
•2.      Provide (3) Franklin 25 gpm 4-inch Tri-Seal pumps (20FA3S4-PE) with 3 hp motors (460 vac 3 phase), 600 feet of 1.5-inch diameter 200 psi polyethylene riser pipe, and 600 feet of 10 gauge double jacketed drop wire.
•3.      Install the pumps using appropriate submersible splices on the motor leads, motor cooling shroud, double stainless steel hose clamps at each connection, and drop wire supports every 20 feet using heavy-duty submersible wire tape or nylon wire ties.
•4.      Rebuild the existing well house, replacing the roof, front wall, and door with watertight and insulated materials, and sealing and waterproofing the interior walls and floor.
•5.      Remove all existing piping in the well house.
•6.      Install 2-inch diameter Sch80 PVC pipe, ball valves, meters, unions, diaphragm-style dampened pressure gauges, sample ports, and check valves on each well line.
•7.      Install a 3-inch diameter Sch80 PVC manifold for combining flow from the wells, and connect to the existing 3-inch diameter raw water line to the maintenance facility.
•8.      Repair the existing 3-inch diameter raw water line leak near the well house and install a ball valve and check valve on the end in the maintenance facility.
•9.      Remove all piping from the treatment area, maintaining the boiler feed and backflush line.
•10.  Remove all steel piping, valves, check valves, and flow meters from the treatment area to the 7,000-gallon storage tank.
•11.  Install 3-inch diameter Sch80 PVC pipe from the treatment area and connect into the 6-inch diameter water main above the high service pumps.   

 

•C.     Treatment System

 


All existing treatment equipment shall be replaced. The task are as follows:


 

•1.      Remove the existing filter units, ion-exchange units, chlorination tank and metering pump, pH adjustment tank and metering pump, air compressor, and associated controls.
•2.      Install a Culligan CSM-242D Depth Filtration system, CSM 600-2 Duplex Ion Exchange System with radionuclide-specific resin, 60x60 brine tank, and CSM-362N Neutralizer with media in series.
•3.      Install bypass valving using 2-inch diameter Sch80 PVC ball valves for each treatment unit.
•4.      Install two 50-gallon day tanks and 115 vac metering pumps (adjustable speed and stroke, 0 to 80 psi, 5gph) and connect via 3/8-inch diameter polyethylene tubing to the treated water line downstream from the treatment units, using appropriate chemical-feed check valves.
•5.      Install a flow meter with instantaneous and totalizing flow read outs downstream from the chemical injection points.
•6.      Provide a supply of chemicals (salt, soda ash, disinfectant) adequate for approximately one month.

 

•D.    Power and control system
 

All existing well pump and associated electrical equipment shall be replaced. The task are as follows:


 

•1.      Remove all existing well pump power and control panels.
•2.      Install appropriate power supply components to deliver 460 vac 3 phase power to the well house, to include a 460 vac transformer on the utility pole adjacent to the well house, breaker panel in the pump house, and connecting wiring.
•3.      Install appropriate soft start panels for Well 2, Well 3, and Well 4 in the well house (460 vac 3 phase power for up to 5 hp individual loads.   
•4.      Install an efficient portable 230 vac resistance heater with adjustable thermostat in the pump house.
•5.      Install a custom control panel in the treatment area, with pressure sensor on the line exiting the treatment area and individually adjustable pressure settings for each well pump, and connect to the starter panels in the pump house. 
 

 

 
•II.          Construction Requirements

 

•A.    Codes

 

•1.      The contractor will conform to all applicable state and local codes, ordinances, and regulations including the national building code commonly used in the area.
•2.      All conflicts and requests for interpretation or clarification shall be submitted to the Woodstock Job Corps Center.
•3.      All work shall conform to the current regulations of the Environmental Protection Agency (EPA), and the Occupational Safety and Health Administration (OSHA).  The regulations of the state of Maryland shall prevail if they are more stringent than those of the Federal Government are.
•4.      The contractor shall not submit plans or specifications to any local authority without the prior approval of the Woodstock job Corps Center Director or designated representative.
•5.      As required by FAR 52.222-41(g), it is a requirement of the subcontractor to inform each employee working under the subcontract of the minimum wage determination. The poster provided by the Department of Labor (Publication WH 1313) is to be posted at the worksite.

 

•B.     Specific Requirements

 

•1.      Prior to submitting a bid, the prospective bidder must visit the site and become thoroughly familiar with all pertinent conditions that are included in this Scope of Work.  The prospective bidder must take such steps as may be necessary to ascertain the nature and condition of the work, and the general and local conditions, which can affect the work or cost thereof.  Failure to do so shall not relieve bidders from the responsibility for estimating properly the difficulty or cost of successfully performing the work. Arrangements must be made with the center prior to inspecting the site.
•2.      A pre-bid walk-through will be conducted at the project site with all interested contractors prior to the bid opening date.  At that time, questions related to the areas of work can be presented and discussed with the center.  This site pre-bid conference and walk-through is mandatory and if you desire to submit a proposal you must attend. No other accommodations will be made.
•3.      Any proposed interruption to center operations during construction must have prior approval from the Center Director after a minimum of 72-hour notice.  The center and its buildings shall remain in operation throughout construction.  All construction activity and contractor access shall be coordinated with the center in order to minimize disruption of center operations.  No work will be performed on weekends unless the contractor receives prior approval in writing from the Center Director.
•4.      Although this Scope of Work identifies specific elements of construction, it is the contractor's responsibility to provide any elements, which are incidental to the functioning of the work to be provided.  It is not intended that other deficiencies that are not related to the work identified in Section V of this Scope be corrected.  The contractor shall limit its efforts only to the work that has been identified (including affected areas) in this Scope of Work.
•5.      As-built construction drawings may not be available.  The contractor is required to familiarize himself with the existing conditions affecting the work through site verification. The contractor will be responsible for verification of all dimensions, layout, and conditions in and around the construction area involved. The contractor shall inform the center immediately of any unforeseen conditions, which may affect the work.
•6.      A pre-construction meeting shall be held at the center after execution of the agreement and prior to commencement of the work. Those in attendance shall include the Maintenance Manager or designated representative, the contractor and major sub-contractors. The meeting agenda shall include significant items, which could affect the progress, construction schedule, critical sequencing, use of premises, and policies governing interaction with center staff and students.
•7.      For work scheduling, the contractor shall provide a sequenced construction schedule to the center for approval no later than 10 days after he receives a Notice to Proceed (NTP) indicating the areas he desires and the periods he requires them vacant in order to perform his work.
•8.      All materials, finishes and appurtenances shall be selected for their ease of maintenance, high durability, and local availability; and shall be coordinated with those currently used by the center.  Restoration of damaged elements or surfaces shall be promptly executed in like materials, as a part of this contract.
•9.      The contractor shall be responsible for all cutting and patching incidental to the work described herein.  The contractor shall promptly repair/replace any damage to structures, elements, utilities, finishes, etc., occurring due to construction, as a part of this contract.
•10.  The contractor shall maintain a clean and safe work area throughout the period of construction.  The contractor shall, at the end of each workday, remove all demolition debris and hazardous and potentially dangerous materials used in the work.  The contractor shall collect construction material and debris frequently, dispose of debris, and refuse away from the center in a lawful manner.  The contractor shall clean the exterior public areas impacted by construction dust, dirt and debris on a daily basis.  The contractor shall be responsible for all fees, permits, etc., required for waste disposal.
•11.  The contractor shall be responsible for receiving, storing, and securing of all materials, equipment and other items to be used in accomplishing the work.  The contractor shall be responsible for all equipment and materials brought onto the center and shall replace damaged or stolen items at its expense.
•12.  The contractor and all persons employed under the contract:
•a.       Shall observe all security regulations in effect at the center;
•b.      Shall not fraternize with the students or staff of the center;
•c.       Shall not consume or transport any alcoholic beverages or drugs on the center;
•d.      Shall not transport any firearms on the center
•e.       Persons violating the above shall be dealt with in an appropriate manner.
•13.  The contractor shall be required to be licensed by the appropriate authority in the area to conduct the required contractual work. 
•14.  The contractor will coordinate with the center for locations of staging areas, and vehicle parking. Electricity will be made available by the center. Connections to existing power shall be by the contractor. Following completion, the contractor shall return the site conditions to their original state.

 

•C.     Special Conditions
 

•1.      Acceptance of "As Is" conditions
Prior to performing any work at or on an existing center element, the contractor shall tour that element with the designated representative of the center for the purpose of defining the limits of his work area and establishing existing conditions. Once the center and the contractor agree on the "As Is" condition the contractor may take possession of that element for the purpose of performing the work. He shall protect all existing items within the work limits, which are not specifically part of the work in the Contract and, at the completion of his work shall restore as necessary the work area to the "As Is" condition agreed to with the center prior to commencement of the work.  If there is concern that the work area contains damaged elements that might appear as damage caused by the prosecution of the work, the contractor shall document the damage through memo or video tape the work area and provide a copy to the center prior to commencing any work.  The center may make its own video of conditions, if desired.

 

•2.      Contractors' possession of the work
Once the contractor accepts the work area(s) and the "As Is" conditions (item 1 above), he/she is responsible for protecting and insuring everything within the work area against damage and harm. Only when the center executes a substantial completion certificate for the work completed in a specific work area will the contractor be relieved of responsibility for the protection of that work area.


 

•D.    Schedules and Delays

 

•1.      The contractor shall, upon acceptance of his proposal by the center, perform the work in accordance with the Scope of Work, and start work within fourteen (14) days of issue of Notice to Proceed (NTP) by the center.  All work, including punch list items, shall be completed within the prescribed period after written NTP.
•2.      The contractor shall immediately notify the center of any expected delays in the acquisition of materials, which may delay the completion of the project. Should this impact the approved construction sequence schedule (item II.B.7 above) the contractor shall adjust the schedule and resubmit it for center approval. No extensions in time will be granted unless the modified schedule is approved by the center.
 


•III. Bid Requirements
 

•1.      Each bidder shall submit a bid based upon Part VI - Extent of Work that includes reference to the project listed in this scope of work. Any variations from the base scope of work are to be noted as distinctly separate from the base bid.
•2.      Bids shall be submitted for the work as a basis for the contract.  The prospective bidder shall submit a bid for a Single Lump Sum Contract.
•3.      The bid shall include all labor, material, and equipment costs, and all incidental costs necessary to complete the work.
•4.      The contractor must include with his/her proposal, certification that he/she will conform to the latest Davis Bacon Wage Rate decisions for the area. See section VII for wage determination.
•5.      Contractor must provide a timeline for substantial completion in their proposals.
•6.      A minimum 90-day bid guarantee is required.
•7.      This project is tax-exempt.
•8.      Prior to starting any work, the contractor shall show proof of required insurance, in amounts to cover risk as stated below:
•·         A list of materials (Eco. sensitive materials should be identified) to include a list of any reused parts, equipment or conduit.  A list and product data sheets proposed for use.

•·         References

•·         Copy of all licenses and certifications relevant to this proposal

•·         Proof of a valid Contractor's License for the State of Maryland

•·         Completed  Vendor Questionnaire (with DUNS# if available) and W9

•·         Small Business Certification, if any

•·         Comprehensive Automobile Liability Insurance ( $1,000,000 combined single limit)

•·         Workers Compensation / Liability Insurance ($1,000,000 per occurrence)

•·         Fire Legal Liability of at least $500,000 per occurrence.

 
•9.      Net 30 payment terms

 


•IV. Evaluation Criteria

 





Evaluation Criteria



Point Value





Price: Responsible Contractor who can perform effective services at the lowest reasonable price.



60






Quality: Demonstrated experience and knowledge capabilities; Technical Excellence; Management Capabilities; Personnel qualification; Quality of the Tender packages; Technical excellence including where necessary, technical drawings, blue prints.



20





Past Performance:  Past services to center or list of references for verification purposes.



10





Schedule:  Explanation on how services will be carried out and the delivery timeframe.



10





TOTAL POINTS



100






 


Award will be made to the offeror who provides Best Value to the Center when all Evaluation Criteria are considered. Lowest Price does not guarantee award of Sub Contract.
Adams and Associates retains the right to reject any and all bids.

•V.    Acceptance of Work
 

•A.    Substantial Completion
 

•1.      Substantial completion of the work is defined herein as the point at which the work is complete in all respects except for a few minor items which are to be listed on the contractor's punch list. With the issuance of a substantial completion certificate executed by the center and the contractor, the center will occupy/take possession of the work and operate the installed systems/equipment. Prior to the issuance of an executed substantial completion certificate the contractor shall have had all tests completed, witnessed and approved by the center's authorized representative. The provision of all required training, operating and maintenance manuals, keys and other such requirements specified in this Scope of Work shall be a prerequisite to the contractor's notification requesting a substantial completion walk-through.
•2.      The contractor shall notify the center in writing at least seven (7) days prior to the estimated date of substantial completion and request a substantial completion walk-through.  The letter shall include a dated punch list as developed by the contractor.  The purpose of the walk-through is to review the contractor's list for accuracy and to identify any additional items needing completion prior to final acceptance.  The contractor, shall, upon receipt of a substantial completion punch list, correct his work as required within fourteen (14) days or until acceptable to the center.  The Contracting Officer and/or the designated representative shall perform the substantial completion walk-through.
•3.      The date of the center's acknowledgment of substantial completion shall establish the date of commencement of the contractor's one (1) year guarantee of workmanship and the manufacturer's product warranties (2 years if work involves roofing).
•4.      Manufacturer's warranty shall include the following information:
•a.       Center Name
•b.      Date of Substantial Completion (warranty commencement date)
•c.       Date Warranty Expires
•d.      Description of Warranty Services
•e.       Serial numbers of equipment under Warranty
 

•B.     Final Inspection

 

•1.      The contractor shall inform the center in writing at least three days prior to the estimated date of the completion of the work and request a final acceptance inspection.
•2.      The contractor shall guarantee all workmanship done under this Scope of Work for a period of one year.  Prior to final payment, the contractor shall deliver to the center, consent of surety of final payment and release of liens by all subcontractors and material suppliers associated with this project. The center must also receive a completed SF 1413, a copy of which is included in the Pre Award Bid Package, and all certified payroll records, as well as the Sub Contractors Release of Claims.

 

•VI. Extent of Work

 






Deficiency ID




Findings




Recommendation






N/A




The Center's current water system is inadequate and requires improvement.


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 



The contractor is responsible for installation, testing, and start-up of the individual components and of the system as a whole, and to determine field procedures needed to maintain the water supply during construction. All materials removed are to be segregated, staged, and recycled or disposed of appropriately.  


 






 


 

•VII.          Wage Determination

 


Bacon wages applies to this project. www.wdol.gov.


 


Denora Brown, Purchasing Agent, Phone 4106969321, Fax 4106969401, Email Brown.Denora@jobcorps.org - David Bonsal, Facility Manager, Phone 410-696-9330, Fax 410-696-9401, Email Bonsal.Dave@jobcorps.org

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP