part 1. general · 08/05/2020  · section 00 90 01 . addendum no. 01 . date: 5/8/2020 . to:...

64
DC WATER ADDENDUM NO. 01 RFP # 200020 - EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY 21-FY 23 00 90 01 - 1 MAY 8, 2020 ADDENDUM SECTION 00 90 01 ADDENDUM NO. 01 DATE: 5/8/2020 TO: PROSPECTIVE BIDDERS SUBJECT: REQUEST FOR PROPOSAL NO: 200020 REFERENCE: EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 PART 1. GENERAL 1.1 SUMMARY: A. This Addendum is provided to all registered Planholders and is made a part of the Bidding Documents. B. Bidders are required to acknowledge receipt of this Addendum on the Bid Form when submitting their Bids. Failure to do so may result in the rejection of their Bid. C. All requirements of the Issued for Bid Specifications and Drawings and any previous Addenda remain in force except as amended by this addendum. D. Addendum No. 01 consists of Sixty-Six (66) pages. 1.2 BID DATE: A. This Addendum does not alter the previously published bid opening date of May 27, 2020 at 5:00 pm local time. 1.3 REVISIONS TO BIDDING DOCUMENTS: A. The following revisions are made to the Bidding Document. 1. SECTION 00 01 10 TABLE OF CONTENTS [Pages 1 thru 12] REPLACE: By removing the existing Section in its entirety and insert the new attached Section 00 01 10 into the Project Manual. 2. SECTION: 00 20 00 INSTRUCTIONS TO BIDDERS [Pages 1 thru 32] REPLACE: By removing the existing Section in its entirety and insert the new attached Section 00 20 00 into the Project Manual. 3. SECTION 00 40 12 SCHEDULE OF PRICE (EXCEL SPREADSHEET) [Pages 1 thru 2] ADD: By inserting the new Excel Spreadsheet copy of Section 00 40 12 into Project Manual for use by Bidder to enter the price sheet. (see attached) 4. SECTION 00 40 25 BID DOCUMENT CHECKLIST [Pages 1 thru 2]

Upload: others

Post on 30-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER ADDENDUM NO. 01 RFP # 200020 - EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY 21-FY 23 00 90 01 - 1 MAY 8, 2020 ADDENDUM

SECTION 00 90 01

ADDENDUM NO. 01

DATE: 5/8/2020

TO: PROSPECTIVE BIDDERS

SUBJECT: REQUEST FOR PROPOSAL NO: 200020

REFERENCE: EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23

PART 1. GENERAL

1.1 SUMMARY:

A. This Addendum is provided to all registered Planholders and is made a part of the Bidding Documents.

B. Bidders are required to acknowledge receipt of this Addendum on the Bid Form when submitting their Bids. Failure to do so may result in the rejection of their Bid.

C. All requirements of the Issued for Bid Specifications and Drawings and any previous Addenda remain in force except as amended by this addendum.

D. Addendum No. 01 consists of Sixty-Six (66) pages.

1.2 BID DATE:

A. This Addendum does not alter the previously published bid opening date of May 27, 2020 at 5:00 pm local time.

1.3 REVISIONS TO BIDDING DOCUMENTS:

A. The following revisions are made to the Bidding Document. 1. SECTION 00 01 10 TABLE OF CONTENTS

[Pages 1 thru 12] REPLACE: By removing the existing Section in its entirety and insert the new attached Section 00 01 10 into the Project Manual.

2. SECTION: 00 20 00 INSTRUCTIONS TO BIDDERS [Pages 1 thru 32] REPLACE: By removing the existing Section in its entirety and insert the new attached Section 00 20 00 into the Project Manual.

3. SECTION 00 40 12 SCHEDULE OF PRICE (EXCEL SPREADSHEET) [Pages 1 thru 2] ADD: By inserting the new Excel Spreadsheet copy of Section 00 40 12 into Project Manual for use by Bidder to enter the price sheet. (see attached)

4. SECTION 00 40 25 BID DOCUMENT CHECKLIST [Pages 1 thru 2]

Page 2: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER ADDENDUM NO. 01 RFP # 200020 - EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY 21-FY 23 00 90 01 - 2 MAY 8, 2020 ADDENDUM

REPLACE: By removing the existing Section in its entirety and insert the new attached Section 00 40 25 into the Project Manual.

5. SECTION 00 40 30 CONTRACTOR’S QUALIFICATION STATEMENT [Pages 1 thru 12] REPLACE: By removing the existing Section in its entirety and insert the new attached Section 00 40 30 into the Project Manual. Revision were extensive and track changes was not used. Review entire document for all changes.

6. SECTION 00 73 00 SUPPLEMENTARY CONDITIONS [Page 1 thru 2] REPLACE: By removing the existing Section in its entirety and insert the new attached Section 00 73 00 into the Project Manual

7. SECTION: 00 90 00 REVISION, CLARIFICATIONS AND MODIFICATIONS [Pages 1 thru 2] ADD: By inserting the new Section 00 90 00 to the Project Manual.

8. SECTION: 00 90 01 ADDENDUM NO. 01 [Page 1 thru 2] ADD: By inserting the new Section 00 90 01 to the Project Manual

1.4 RESPONSES TO BID INQUIRIES:

A. The following responses are made to bid inquiries received by DC Water: 1. Question: For RFP Documents: Can you provide an unsecured version of the RFP

so we can mark up and extract documents for internal reference? Response: DC water provided secured version of RFP documents to avoid any unintentional revision to the documents. Copies of Technical Proposal and Price Proposal documents has been extracted and provided for Bidders’ conveniences.

2. Question: For MBE/WBE Participation Goals: Per the presentation, goals are set as 32% MBE participation & 6% WBE Participation Is it total of 38% MBE & WBE, or 32% total with minimum 6% WBE? Response: Minimum of 32% MBE and 6% WBE participation and you may exceed the MBE/WBE participation.

3. Question: Will a Prebid attendee list be provided in the addenda? How are we to determine prime, subcontractor, MBE/WBE firms attending this Prebid? Response: Yes, the list is for informational purpose only.

4. Question: Are Bid Bond, to be sent electronically? Response: Bid Bond to be scanned and send electronically and Original to be sent via mail.

PART 2. PRODUCTS

(NOT USED)

PART 3. EXECUTION

(NOT USED)

~ END OF ADDENDUM NO. 01 ~

Page 3: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 1 MAY 8, 2020 ADDENDUM

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY

PROJECT SPECIFICATIONS

TABLE OF CONTENTS

• Standard Specifications (STD) – DC Water Specifications which have not been changed or modified for this Project.

• Supplementary Standard Specifications (SUP) – Revisions to the STDs. SUPs supersede the STDs. • Project Specific Specifications (PS) – Specifications that are written specifically for this Project. When a

PS has the same number as a STD and/or SUP, the PS supersedes the STD and/or SUP.

DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

00 01 00 Title Sheet 2 04/12/20 X

00 01 10 Table of Contents 12 05/08/20 X

00 11 19 Request for Proposal 2 04/12/20 X

00 20 00 Instruction to Bidders 32 05/08/20 X

00 40 00 Bid Form 2 04/12/20 X

00 40 12 Schedule of Prices 10 04/12/20 X

00 40 20 Bid Bond 2 04/12/20 X

00 40 21 Certification of Outreach Efforts 2 04/12/20 X

00 40 22 Good Faith Efforts Checklist 2 04/12/20 X

00 40 25 Bid Document Checklist 2 05/08/20 X

00 40 30 Contractors Qualification Statement 12 05/08/20 X

00 40 31 Contractor’s Intent to Subcontract CIPP Proposed Work 2 04/12/20 X

00 45 01 Contractors Identification Number 2 04/12/20 X

00 45 02 Wells Fargo Form 1W 2 04/12/20 X

00 45 03 Non-Collusion Affidavit 2 04/12/20 X

00 45 04 Certification Regarding a Drug Free Workplace 2 04/12/20 X

00 45 08 Contractor’s Intent to Subcontract with MBE or WBE 2 04/12/20 X

00 45 09 Minority or Women-Owned Business Enterprise Intent to Subcontract 2 04/12/20 X

00 45 16 Certification Regarding Debarment, Suspension and Other, Responsibility Matters

2 04/12/20 X

00 45 17 Assurance of Compliance with Equal Employment Opportunity Goals 2 04/12/20 X

00 45 18 Equal Employment Opportunity & Non-Segregated Facilities Certificate 2 04/12/20 X

00 45 19 Disclosure of Lobbying Activities 2 04/12/20 X

00 45 21 DC Water Works Program – Disclosure Statement 2 04/12/20 X

Page 4: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 2 MAY 8, 2020 ADDENDUM

DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

00 45 25 D.C. Tax Certification Affidavit 2 04/12/20 X

00 45 26 EPA Certification Regarding Lobbying 2 04/12/20 X

00 45 30 DBE Subcontractor Performance Form 2 04/12/20 X

00 45 31 DBE Subcontractor Utilization Form 2 04/12/20 X

00 50 00 Contract 10 04/12/20 X

00 61 10 Performance Bond (Regular) 4 04/12/20 X

00 61 20 Payment Bond (Construction) 4 04/12/20 X

00 70 00 General Conditions 68 01/2020 X

00 73 00 Supplementary Conditions 2 05/08/20 X

00 73 16 Project Insurances 12 04/12/20 X

00 76 00 Labor Provisions 14 02/28/20 X

00 89 00 Projects Permits and Approvals 4 04/12/20 X

00 90 00 Revisions, Clarifications and Modifications 2 05/08/20 X

00 90 01 Addendum No. 01 66 05/08/20 X

DIVISION 01 – GENERAL REQUIREMENTS

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

01 00 00 General Requirements 16 04/12/20 X

01 06 51 Public Notification – (Sewer) 4 04/12/20 X

01 07 00 Abbreviations & Acronyms 12 04/12/20 X

01 11 00 Summary of Work 4 04/12/20 X

01 12 05 Emergency Sewer Main Task Orders 16 01/2020 X

01 14 00 Work Restrictions 4 04/12/20 X

01 15 20 Project Site Security 2 04/12/20 X

01 15 21 Confined Space Entry 4 04/12/20 X

01 16 00 Materials and Equipment 8 04/12/20 X

01 21 00 Allowances 4 04/12/20 X

01 22 13 Unit Price Measurement and Payment 8 01/2020 X

01 26 00 Contract Modification Procedures 4 04/12/20 X

01 26 10 Requests for Information (RFI) 2 04/12/20 X

01 29 00 Progress Payment Procedure 4 01/2020 X

01 29 73 Schedule of Values 4 04/14/19 X

Page 5: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 3 MAY 8, 2020 ADDENDUM

DIVISION 01 – GENERAL REQUIREMENTS

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

01 31 00 Project Coordination 6 04/14/19 X

01 31 19 Project Meetings 4 04/14/19 X

01 32 17 Construction Schedule – Small Projects 4 04/14/19 X

01 32 33 Construction Photographs 4 04/14/19 X

01 33 00 Submittals 14 01/2020 X

01 33 10 Document Management 4 01/2020 X

01 42 00 Reference Standards 4 04/14/19 X

01 42 16 Definitions 6 04/14/19 X

01 43 00 Quality Requirements 8 04/14/19 X

01 45 29 Testing Laboratory Services 4 04/14/19 X

01 54 50 Construction Safety 6 04/14/19 X

01 57 00 Traffic Maintenance & Protection 6 04/14/19 X

01 57 30 Dust Control 4 01/2020 X

01 58 00 Construction Identification Sign 2 04/14/19 X

01 66 10 Project Delivery, Storage, and Handling Requirements 2 04/14/19 X

01 70 00 Execution Requirements 6 04/14/19 X

01 71 13 Mobilization / Demobilization 2 04/14/19 X

01 71 16 Substantial Completion 2 04/14/19 X

01 73 29 Cutting & Patching 4 04/14/19 X

01 74 00 Cleaning 4 04/14/19 X

01 74 19 Waste Management 2 04/14/19 X

01 74 23 Field Engineering 4 04/14/19 X

01 77 00 Contract Closeout 6 04/14/19 X

01 78 39 Project Record Documents 4 04/14/19 X

01 78 42 As-Built Drawings 4 01/2020 X

01 79 26 Warranties 4 01/2020 X

DIVISION 02 – EXISTING CONDITIONS

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

02 01 20 Protecting Existing Utilities 4 01/2020 X

02 41 00 Demolition 4 01/2020 X

Page 6: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 4 MAY 8, 2020 ADDENDUM

DIVISION 03 – CONCRETE

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

03 01 00 Concrete Repairs 4 01/2020 X

03 05 20 Leakage Test of Hydraulics Structures 4 04/12/20 X

03 10 00 Concrete Formwork 4 04/12/20 X

03 15 00 Concrete Anchoring 8 04/12/20 X

03 15 16 Waterstops - Expanding 4 04/12/20 X

03 20 00 Reinforcing Steel Rebars 6 04/12/20 X

03 21 16 Epoxy Coated Reinforcing Steel 14 04/12/20 X

03 22 00 Welded Wire Reinforcement 8 04/12/20 X

03 25 00 Concrete Accessories 4 04/12/20 X

03 29 00 Joints in Concrete 6 04/12/20 X

03 30 00 Cast-In-Place Concrete 24 04/12/20 X

03 35 00 Concrete Finishing 4 04/12/20 X

03 39 00 Concrete Curing 2 04/12/20 X

03 40 00 Precast Concrete Products 6 04/12/20 X

03 62 00 Non-Shrink Grout 4 04/12/20 X

DIVISION 10 – SPECIALTIES

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

10 14 53 Traffic Signage 2 04/14/19 X

DIVISION 31 – EARTHWORK

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

31 05 19 Geotextiles 6 01/2020 X

31 11 00 Clearing, Grubbing, and Stripping 4 01/2020 X

31 13 12 Tree Protection and Trimming 4 04/12/20 X

31 23 10 Trench Excavation and Backfill 14 01/2020 X

31 23 19 Dewatering - Groundwater 6 01/2020 X

31 23 23 Controlled Low-Strength Material (Flowable Fill) 4 01/2020 X

31 23 32 Aggregate Materials 4 01/2020 X

31 23 34 Access Pits and Backfill 4 04/12/20 X

Page 7: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 5 MAY 8, 2020 ADDENDUM

DIVISION 31 – EARTHWORK

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

31 23 35 Point Repairs 4 04/12/20 X

31 23 37 Test Pits 2 01/2020 X

31 23 39 Vacuum Excavated Exploration Holes 2 04/12/20 X

31 25 00 Erosion and Sediment Control 4 01/2020 X

31 41 00 Shoring, Sheeting, and Bracing 4 01/2020 X

DIVISION 32 – EXTERIOR IMPROVEMENTS

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

32 12 21 Temporary Asphalt Pavement/Patching 2 04/12/20 X

32 92 19 Seeding 8 04/12/20 X

DIVISION 33 - UTILITIES

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

33 01 15 Sewer Line Chemical Root Treatment 4 04/12/20 X

33 01 20 Abandonment of Underground Utilities 4 01/2020 X

33 01 25 Sewer Lining - CIPP 12 01/2020 X

33 01 26 Shotcrete Lining for Sewer Rehabilitation 12 04/12/20 X

33 01 28 Inspection of Sewers for Cleaning, Repairs, Lining, and New Pipe Installations

10 01/2020 X

33 01 29 Cleaning of Sewer Mains 8 04/12/20 X

33 01 34 Building Sewer Connections and Cleanouts 8 04/12/20 X

33 01 35 Chemical Grout Injection 4 04/12/20 X

33 01 38 CCTV Inspection of Sewers 10 01/2020 X

33 01 39 Sonar Inspection of Sewers 8 01/2020 X

33 01 40 Laser Inspection of Sewers 4 01/2020 X

33 01 44 Multi-Sensor Inspection of Sewers 2 01/2020 X

33 05 02 Water Utility Distribution Piping - DIP 8 04/12/20 X

33 11 06 PVC Pipe Sewer Main - Pressurized 12 04/12/20 X

33 11 20 Concrete Thrust Restraints 2 01/2020 X

33 19 00 PVC Sanitary Sewer Piping - Gravity 6 01/2020 X

33 19 05 Pressure and Leakage Testing – Pressure Pipe 4 01/2020 X

Page 8: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 6 MAY 8, 2020 ADDENDUM

DIVISION 33 - UTILITIES

SECTION SECTION TITLE PAGES DATE SPECIFICATION

TYPE STD SUP PS

33 19 09 Manhole Testing 4 04/12/20 X

33 19 10 Sewer Manholes 8 04/12/20 X

33 19 12 Sewer Manhole Flow Diverter 4 04/12/20 X

33 19 14 Elevation Adjustments of Manholes & Drainage Structures 4 04/12/20 X

33 29 60 Sewer Bypass Pumping 6 04/12/20 X

33 31 60 Sliplining 4 04/12/20 X

33 31 61 Grout for Sliplined Sewer 4 04/12/20 X

33 39 18 Sewer Manhole Rehabilitation – (General) 12 04/12/20 X

33 39 19 Sewer Manhole Rehabilitation – (Geopolymer Lining) 8 04/12/20 X

33 39 20 Sewer Manhole Rehabilitation – (Cementitious Coating) 8 04/12/20 X

33 39 21 Sewer Manhole Rehabilitation – (Urethane/Epoxy Lining) 12 04/12/20 X

33 39 22 Manhole Frame Chimney Seals 4 04/12/20 X

33 41 00 Reinforced Concrete Pipe - Gravity 10 04/12/20 X

33 44 00 Catch Basins and Connection Pipe 6 04/12/20 X

33 90 51 Structural Lateral Reconstruction Injection Sealant 6 04/12/20 X

APPENDIX A - FORMS

NUMBER FORM TITLES PAGES DATE

Request for Service 2 12/07/17

Shut-Down Period/Cut-In Schedule 2 12/07/17

Utility Strike Report 2 12/03/17

Request for Information Form 2 12/07/17

FR-830 DC Water-830 Extra Work Record 1 04/1998

Pipeline Construction Daily Inspectors Report 1 04/1998

01 00 00-01 Subcontracting Approval Request 2 February 2020

01 00 00-02 DC Water Works - Employment Plan 4 October 2018

01 12 05-01 Task Order Form 2 March 2020

01 12 05-02 Emergency Sewer Main IR&R Contacts 2 March 2020

Application for Water or Sewer Excavation in Public Space 2 05/25/05

National Park Service – Application for Special Use Permit 4 06/2013

Page 9: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 7 MAY 8, 2020 ADDENDUM

APPENDIX B - INSERTS

NUMBER INSERT TITLES PAGES DATE

EPA Clean Water Act 34 07/2008

DC Water ROCIP 4 Insurance Manual 60 03/17/20

DC Water Construction Safety & Health Manual 108 09/29/16

DC Public Space Permit Fees 6 03/24/19

DDOT - Public Inconvenience Fee 6 02/04/11

DDOT Calculator for Public Inconvenience Fee 1 03/24/19

DDOT-Steel Plate Fee Calculator 1 09/29/11

DDOT-Steel Plate Permit & Fees 2 10/01/11

Project Information Sheet to Residents - (Example) 2 11/01/13

7 Days Notification-(Door Hanger Example)-Residential 1 12/01/13

14 Days Notification-(Door Hanger Example)-Commercial 1 12/01/13

Test Pit Notice – Door Hanger 1 12/01/13

DDOT Emergency No Parking 1 12/01/13

DSS Monthly Reporting Spreadsheet Form 2 02/12/14

APPENDIX C – DC WATER STANDARD DETAILS

NUMBER STANDARD DETAIL TITLES PAGES DATE

M – 50.01 Project Sign (1) 1 09/30/10

M – 50.01 Project Sign (2) 1 09/06/07

S – 10.01 Sewer DIP-Laying Condition Type 2A (Trench Installation) (Sheet 1 of 2) 1 6/20/03

S – 10.01 Sewer DIP-Laying Condition Type 2A (Trench Installation) (Sheet 2 of 2) 1 6/20/03

S – 10.02 Sewer DIP-Laying Condition Type 3A (Trench Installation) (Sheet 1 of 2) 1 6/20/03

S – 10.02 Sewer DIP-Laying Condition Type 3A (Trench Installation) (Sheet 2 of 2) 1 6/20/03

S – 10.03 Sewer DIP-Laying Condition Type 4A (Trench Installation) (Sheet 1 of 2) 1 6/20/03

S – 10.03 Sewer DIP-Laying Condition Type 4A (Trench Installation) (Sheet 2 of 2) 1 6/20/03

S – 12.01 Concrete Pipe Sewer (Trench Laying Condition) (Sheet 1 of 2) 1 6/20/03

S – 12.01 Concrete Pipe Sewer (Trench Laying Condition) (Sheet 2 of 2) 1 6/20/03

S – 12.02 Catch Basin Connection Pipe (Trench Laying Condition) 1 6/20/03

Page 10: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 8 MAY 8, 2020 ADDENDUM

APPENDIX C – DC WATER STANDARD DETAILS

NUMBER STANDARD DETAIL TITLES PAGES DATE

S – 15.01 PVC Pipe Sewer (Trench Laying Condition) 1 6/20/03

S – 20.01 Precast Concrete Manhole for New 10” thru 21” Diameter Sewers (48” Diameter Precast Base) 1 6/20/03

S – 20.02 Precast Concrete Manhole for New 24” thru 30” Diameter Sewers (60” Diameter Precast Base) 1 6/20/03

S – 20.03 Precast Concrete Manhole for New 33” thru 48” Diameter Sewers (72” Diameter Precast Base) 1 6/20/03

S – 20.04 Precast Concrete Manhole for New 54” thru 60” Diameter Sewers (96” Diameter Precast Base) 1 6/20/03

S – 20.11 Precast Concrete Manhole Over Existing 10” thru 21” Diameter Sewers (Cast in Place Concrete Base) 1 6/20/03

S – 20.12 Precast Concrete Manhole Over Existing 24” thru 30” Diameter Sewers (Cast in Place Concrete Base) 1 6/20/03

S – 20.20 Pipe Riser Joint Detail - (48” Diameter Riser) 1 6/20/03

S – 20.22 Precast Flattop Slab – For 48” Diameter Manhole Riser with 24” Diameter Eccentric Opening 1 6/20/03

S – 20.23 Precast Flattop Slab – For 48” Diameter Manhole Riser with 36” Diameter Eccentric Opening 1 6/20/03

S – 20.24 Precast Flattop Slab – For 60” Diameter Manhole Riser with 48” Diameter Eccentric Opening 1 6/20/03

S – 20.26 Precast Flattop Slab – For 72” Diameter Manhole Riser with 48” Diameter Eccentric Opening 1 6/20/03

S – 20.28 Precast Flattop Slab – For 96” Diameter Manhole Riser with 48” Diameter Eccentric Opening 1 6/20/03

S – 20.31 Intermediate Platform Slab – For 72” Diameter Manhole

Riser with 36” Diameter Access Opening and Cover (Sheet 1 of 2)

1 6/20/03

S – 20.31 Intermediate Platform Slab – For 72” Diameter Manhole

Riser with 36” Diameter Access Opening and Cover (Sheet 2 of 2)

1 6/20/03

S – 20.35 Intermediate Platform Slab – For 96” Diameter Manhole

Riser with 36” Diameter Access Opening and Cover (Sheet 1 of 2)

1 6/20/03

S – 20.35 Intermediate Platform Slab – For 96” Diameter Manhole

Riser with 36” Diameter Access Opening and Cover (Sheet 2 of 2)

1 6/20/03

S – 21.01 Brick Manhole – For New 10” thru 36” Diameter Sewers with (Cast in Place Concrete Base) 1 6/20/03

S – 21.11 Brick Manhole – Over Existing 10” thru 36” Diameter Sewers with (Cast in Place Concrete Base) 1 6/20/03

S – 21.13 Brick Manhole – With Eccentric Opening Over Existing

Sewer with (Cast in Place Concrete Base) (Sheet 1 of 2)

1 6/20/03

S – 21.13 Brick Manhole – With Eccentric Opening Over Existing

Sewer with (Cast in Place Concrete Base) (Sheet 2 of 2)

1 6/20/03

S – 21.14 Brick Manhole Racking 1 6/20/03

Page 11: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 9 MAY 8, 2020 ADDENDUM

APPENDIX C – DC WATER STANDARD DETAILS

NUMBER STANDARD DETAIL TITLES PAGES DATE

S – 21.15 Concrete Transition Slab For Brick Manhole Riser (Over 48” Precast Manhole Base) 1 6/20/03

S – 22.03 Cast In Place Concrete Manhole Base

For New 33” thru 48” Diameter Sewers with (Pipe or Brick Riser Options) (Sheet 1 of 2)

1 6/20/03

S – 22.03 Cast In Place Concrete Manhole Base

For New 33” thru 48” Diameter Sewers with (Pipe or Brick Riser Options) (Sheet 2 of 2)

1 6/20/03

S – 22.04 Cast In Place Concrete Manhole Base For New 54” and Larger Sewers with

(Pipe or Brick Riser Options) (Sheet 1 of 3) 1 6/20/03

S – 22.04 Cast In Place Concrete Manhole Base For New 54” and Larger Sewers with

(Pipe or Brick Riser Options) (Sheet 2 of 3) 1 6/20/03

S – 22.04 Cast In Place Concrete Manhole Base For New 54” and Larger Sewers with

(Pipe or Brick Riser Options) (Sheet 3 of 3) 1 6/20/03

S – 22.13 Cast In Place Concrete Manhole Base on Existing 3’ to 4’ Diameter Concrete Masonry Sewers (Sheet 1 of 3) 1 6/20/03

S – 22.13 Cast In Place Concrete Manhole Base on Existing 3’ to 4’ Diameter Concrete Masonry Sewers (Sheet 2 of 3) 1 6/20/03

S – 22.13 Cast In Place Concrete Manhole Base on Existing 3’ to 4’ Diameter Concrete Masonry Sewers (Sheet 3 of 3) 1 6/20/03

S – 22.14 Cast In Place Concrete Manhole Base on Existing

2’ x 3’ thru 4’ x 6’ Egg-Shaped Sewers (Sheet 1 of 3)

1 6/20/03

S – 22.14 Cast In Place Concrete Manhole Base on

Existing 2’ x 3’ thru 4’ x 6’ Egg-Shaped Sewers (Sheet 2 of 3)

1 6/20/03

S – 22.14 Cast In Place Concrete Manhole Base on

Existing 2’ x 3’ thru 4’ x 6’ Egg-Shaped Sewers (Sheet 3 of 3)

1 6/20/03

S – 22.15 Cast In Place Concrete Manhole Base on Existing 2’ x 3’ Sewers (Sheet 1 of 3) 1 6/20/03

S – 22.15 Cast In Place Concrete Manhole Base on Existing 2’ x 3’ Sewers (Sheet 2 of 3) 1 6/20/03

S – 22.15 Cast In Place Concrete Manhole Base on Existing 2’ x 3’ Sewers (Sheet 3 of 3) 1 6/20/03

S – 25.01 Brick Drop Manhole Flow Divert Outside 1 6/20/03

S – 25.02 Precast Drop Manhole Flow Divert Outside 1 6/20/03

S – 25.03 Brick Drop Manhole Flow Divert Inside 1 6/20/03

S – 25.04 Precast Drop Manhole Flow Divert Inside 1 6/20/03

S – 30.01 Standard Catch Basin 1 6/20/03

S – 30.02 Catch Basin without Catchment Chamber 1 6/20/03

S – 30.03 Standard Double and Standard Triple Catch Basins (Sheet 1 of 2) 1 6/20/03

Page 12: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 10 MAY 8, 2020 ADDENDUM

S – 30.03 Standard Double and Standard Triple Catch Basins (Sheet 2 of 2) 1 6/20/03

S – 30.04 Details for Cheek Blocks and Saddle Blocks 1 6/20/03

S – 30.05 Shallow Type Catch Basin with Catchment Manhole 1 6/20/03

S – 30.06 Standard CB Modification for Placement of 8” Precast Standard CB Top 1 6/20/03

S – 30.11 8” Precast Standard Catch Basin Top 1 6/20/03

S – 30.12 4” Precast Standard Catch Basin Top (For Replacement Only) 1 6/20/03

S – 30.13 4” Precast Catch Basin Elongation Top (For Replacement Only) 1 6/20/03

S – 30.14 Precast Corner Catch Basin Top 1 6/20/03

S – 30.20 Water Seal for 15” Diameter Catch Basin Connection

(Combined Area Only) (Sheet 1 of 2)

1 6/20/03

S – 30.20 Typical for Non-Perpendicular Catch Basin Connection (Sheet 2 of 2) 1 6/20/03

S – 30.21 Water Seal for 18” Diameter Catch Basin Connection (Combined System Only) 1 6/20/03

S – 30.30 Field Inlet Grate Type Catch Basin (Sheet 1 of 2) 1 6/20/03

S – 30.30 Field Inlet Grate Type Catch Basin (Sheet 2 of 2) 1 6/20/03

S – 30.31 Grate Type Catch Basin with Safety Grate (Sheet 1 of 2) 1 6/20/03

S – 30.31 Grate Type Catch Basin with Safety Grate (Sheet 2 of 2) 1 6/20/03

S – 30.32 Grate Type Catch Basin with Serpentine Grate (Sheet 1 of 2) 1 6/20/03

S – 30.32 Grate Type Catch Basin with Serpentine Grate (Sheet 2 of 2) 1 6/20/03

S – 30.33 Grate Type Catch Basin with Vane Grate (Sheet 1 of 2) 1 6/20/03

S – 30.33 Grate Type Catch Basin with Vane Grate (Sheet 2 of 2) 1 6/20/03

S – 60.01 Connections to Sewers Larger than 36” I.D. Utilizing Zee Straps 1 6/20/03

S – 60.05 Reinforced Concrete Pipe Collar Detail – 36” and Smaller Diameter 1 6/20/03

S – 80.01 Sewer Lateral Plan – (Connection to PVC Sewer) 1 6/20/03

S – 80.02 Building Sewer Collection Cleanout 1 6/20/03

S – 90.21 Details of 24” Cast Iron Manhole Cover 1 6/20/03

S – 90.22 Details of 36” Cast Iron Manhole Cover 1 6/20/03

S – 90.23 Manhole Adapter Ring – 36” Diameter to 24” Diameter

(For Use on: Sewers 15” or Less in Depth Requiring 36” Diameter Frame)

1 6/20/03

S – 90.24 Details of 24” & 36” Diameter Cast Iron Frames 1 6/20/03

S – 90.31 Details of 24” Cast Iron Cover and Frame for CB Top 1 6/20/03

W – 10.01 D.I. Water Main – Pipe Laying Condition Type 2A (Sheet 1 of 2) 1 6/20/03

W – 10.01 D.I. Water Main – Pipe Laying Condition Type 2A (Sheet 2 of 2) 1 6/20/03

Page 13: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 11 MAY 8, 2020 ADDENDUM

W – 10.02 D.I. Water Main – Pipe Laying Condition Type 3A (Sheet 1 of 2) 1 6/20/03

W – 10.02 D.I. Water Main – Pipe Laying Condition Type 3A (Sheet 2 of 2) 1 6/20/03

W – 10.03 D.I. Water Main – Pipe Laying Condition Type 4A (Sheet 1 of 2) 1 6/20/03

W – 10.03 D.I. Water Main – Pipe Laying Condition Type 4A (Sheet 2 of 2) 1 6/20/03

W – 40.01 Concrete Thrust Block for Horizontal Pipe Bend & Tee

12” Diameter & Smaller Water Mains (Sheet 1 of 2)

1 6/20/03

W – 40.01 Concrete Thrust Block for Horizontal Pipe Bend & Tee

12” Diameter & Smaller Water Mains (Sheet 2 of 2)

1 6/20/03

W – 40.02 In-Line Thrust Block

12” Diameter & Smaller Ductile Iron Water Mains (Sheet 1 of 2)

1 6/20/03

W – 40.02 In-Line Thrust Block

12” Diameter & Smaller Ductile Iron Water Mains (Sheet 2 of 2)

1 6/20/03

W – 10.04P PVC Detail – PVC Water/Sewer Main Piping Laying

Condition Type 5A (Trench Installation) (Sheet 1 of 2)

1 12/29/06

W – 10.04P PVC Detail – PVC Water/Sewer Main

Piping Laying Condition Type 5A (Trench Installation) (Sheet 2 of 2)

1 12/29/06

~ END OF SECTION 00 01 10 ~

Page 14: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER TABLE OF CONTENTS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 01 10 - 12 MAY 8, 2020 ADDENDUM

THIS PAGE IS INTENTIONALLY LEFT BLANK

Page 15: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 1 MAY 8, 2020 ADDENDUM

SECTION 00 20 00 INSTRUCTIONS TO BIDDERS

ARTICLE 1 DEFINITIONS § 1.1 Terms used in these Instructions to Bidders shall have the meanings assigned to them in the General

Conditions and Supplementary Conditions. § 1.2 Base Bid is the Total Sum of the Unit Price and/or Lump Sum Price stated in the Schedule of Prices

for which the Bidder offers to perform the Work described in the Project Manual. § 1.3 For the purposes of this solicitation, the term “Bid” means the same as Proposal and the terms are

used interchangeably. § 1.4 For the purposes of this solicitation, the term “Bidder” means the same as Proposer the terms are

used interchangeably. § 1.5 Bid Deadline means the date and time on or before which Bids must be received, as designated in

the Request for Proposal and which may be revised by Addenda. § 1.6 Bidder means someone who is submitting a Proposal in response to this Request for Proposals § 1.7 Bidding/Proposing Period means the span of time between the date of the Solicitation Document

and the time and date set for receipt of Offers. § 1.8 Estimated Quantity means the estimated quantity of an item of Unit Price Work. § 1.9 Unit Price means the Total Sum stated in the Schedule of Prices for which the Bidder offers to

perform each type of unit of Work described in the Project Manual. Each type of unit is defined in Section 01 22 13 – Unit Price Measurement and Payment.

§ 1.10 Planholder means an entity to have received a complete set of Bidding Documents and who has provided a street address for receipt of any pre-bid communications.

§ 1.11 (NOT USED) § 1.12 Proposal is the response submitted by a Bidder. A Proposal includes both a Technical Proposal and

a Price Proposal. § 1.13 Successful Bidder means someone who is qualified, and responsive to whom DC Water makes an

award. § 1.14 Task Order Contract means a contract for services that does not procure or specify a firm quantity

of services and that provides for issuance of orders for the performance of tasks during the period of the contract.

§ 1.15 Indefinite Quantity Contract (IDIQ) provides for an indefinite quantity, within stated limits, of specific services or supplies to be furnished during a fixed period.

ARTICLE 2 BIDDER'S REPRESENTATIONS § 2.1 The Bidder by making a Bid represents that:

§ 2.1.1 The Bidder has read and understands the Bidding Documents and Contract Documents, to the extent that such documentation relates to the Work for which the Bid is submitted, and for other portions of the Project, if any, being bid concurrently or presently under construction.

§ 2.1.2 The Bid is made in compliance with the Bidding Documents. § 2.1.3 (NOT USED) § 2.1.4 The Bid is based upon the materials, equipment and labor of systems required by the

Bidding Documents without exception.

Page 16: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 2 MAY 8, 2020 ADDENDUM

§ 2.1.5 The Bidder has fully acquainted himself with conditions as they exist and fully understands the complexities and restrictions attending the execution of the work included in the Bidding Documents.

§ 2.1.6 Bidder has satisfied himself as to the nature of the work, the condition of existing buildings, structures, roadways, underground facilities and the topographical conformation of the ground, the geographical character, quality and quantity of the materials to be encountered, the character of the equipment, machinery, landscape, vegetation, planting and any other facilities needed for preliminary work and during the prosecution of the work. In addition, the general and local conditions, the construction hazards, and all other matters, including, but not limited to, the labor situation can in any way affect the work under the contract and including all safety measures.

§ 2.1.7 If the Bidder makes or obtains any additional examinations, investigations, explorations, tests, and studies and obtains any additional information and data which pertain to the physical conditions (surface, subsurface, and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and program incident thereto and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents shall be at the cost of the Bidder.

§ 2.1.8 Bidder acknowledges that he has satisfied himself as to the feasibility and meaning of the plans, drawings, specifications and other contract documents for the construction of the work and that he accepts all terms, conditions and stipulations contained herein

§ 2.1.9 Bidder is familiar with and is satisfied as to all federal, state, district and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work.

§ 2.1.10 Bidder has given DC Water written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by DC Water is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted.

§ 2.1.11 (NOT USED) § 2.1.12 Bidder is aware of the general nature of the Work to be performed by DC Water and

others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents and is prepared to work in cooperation with DC Water and other contractors performing work on or adjacent to the site.

§ 2.1.13 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over DC Water.

§ 2.1.14 Bidder must ensure that its employees, officers, advisers, agents or subcontractors do not place themselves in a position that may, or does give rise to an actual, potential or perceived conflict of interest between the interests of DC Water and the Bidder’s interests during the procurement process. Conflict of interest means having an interest (whether personal, financial or otherwise), which interferes or may be perceived as interfering with the ability of the Bidder to submit a fair and objective bid.

§ 2.1.15 Bidder shall not at any time in the course of the procurement process, be it before or after the award of the Contract, grant or promise any direct or indirect benefit, whether of

Page 17: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 3 MAY 8, 2020 ADDENDUM

financial or other nature, to any official, agent, servant or employee of, or any person otherwise engaged by DC Water.

ARTICLE 3 BIDDING DOCUMENTS § 3.1 COPIES

§ 3.1.1 (NOT USED) § 3.1.2 Bidders shall use complete sets of Bidding Documents in preparing Bids; DC Water shall

not assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.

§ 3.1.3 DC Water may make copies of the Bidding Documents available on the above terms for the purpose of obtaining Bids on the Work. No license or grant of use is conferred by issuance of copies of the Bidding Documents.

§ 3.1.4 No paper copies of the Bidding Documents will be issued by DC Water. Copies of the Bidding Documents in electronic format can be obtained by emailing a request for Bidding Documents to the DC Water Procurement Department at [email protected] Include the following information in the email:

• Title the email in the subject line “RFP 200020 Emergency Sewer Main IR&R Contract”.

• Company Name. • Point of Contact. • Contact Email Address. • Contact Phone Number.

Upon receiving this information, DC Water will provide directions on how to download the Bidding Documents.

§ 3.1.5 After the Contract is awarded, DC Water will furnish the Contractor, at no charge a complete set Contract Drawings and of the Specifications electronic .pdf format. § 3.1.5.1 Contractor shall furnish to his own forces and to each subcontractor,

manufacturer, and material and equipment supplier such copies of the drawings and Contract Documents as may be required for their respective items of work.

§ 3.1.6 The following forms are available in fillable format from the District of Columbia, Office of Contracting and Procurement (https://ocp.dc.gov/node/541182). § 3.1.6.1 Tax Certification Affidavit

§ 3.1.7 A Bid Document Checklist (Section 00 40 25) is provided to assist the Bidder in determining what document and in what order they are to be submitted. Submit Section 00 40 25 - Bid Document Checklist with the Bidding Documents.

§ 3.2 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS § 3.2.1 The Bidder shall carefully study and compare the Bidding Documents with other work

being bid concurrently or presently under construction to the extent that it relates to the Work for which the Bid is submitted, shall examine the site and local conditions, and shall at once report to DC Water errors, inconsistencies or ambiguities discovered.

§ 3.2.2 Prospective Bidders and Sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the DC Water by 2:00 p.m. at least ten (10) calendar days prior to the Proposal Due Date. All questions about the meaning or intent of the Bidding Documents and the Contract Documents shall be submitted to [email protected] in writing. Writer must state the Project Name and the IFB Number in the Subject Line of the in the inquiry. Interpretations or clarifications considered necessary in response to questions will be issued by Addenda.

Page 18: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 4 MAY 8, 2020 ADDENDUM

Questions received less that ten (10) days prior to the Proposal Due Date may not be answered. Any information given a prospective bidder concerning a solicitation will be furnished promptly to all other planholders by addendum to the solicitation, if that information is necessary in submitting bids or if the lack of it would be prejudicial to other prospective bidders.

§ 3.2.3 Interpretations, corrections and changes of the Bidding Documents will be made by Addendum. Interpretations, corrections and changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon them.

§ 3.2.4 If a conflict, discrepancy, contradiction, or inconsistency occurs within or between the Specifications and the Drawings; the resolution of same during the bidding phase and/or construction phase, the following order of hierarchy and control shall apply and prevail: § 3.2.4.1 As between figures, dimensions, or numbers given on drawings and any

scaled measurements, the figures, dimensions, or numbers shall govern; § 3.2.4.2 As between large scale drawings and small-scale drawings, the larger scale

drawings shall govern; § 3.2.4.3 As between the technical specifications and drawings; the technical

specifications shall govern. § 3.2.4.4 Shop Drawings and Submittals: Shop drawings and other submittals from

the Contractor, subcontractors, or suppliers do not constitute a part of the Contract Documents.

§ 3.2.4.5 The above requirements notwithstanding, seek clarification from DC Water in case of conflict between locations of items.

§ 3.2.5 As a general rule, no consideration will be given to requests for clarifications submitted in the last week before the Proposal Due Date.

§ 3.3 ADDENDA § 3.3.1 Addenda will be transmitted to all who are known by the issuing office to have received

a complete set of Bidding Documents § 3.3.2 Copies of Addenda will be made available for inspection wherever Bidding Documents

are on file for that purpose. § 3.3.3 Addenda will be issued no later than five (5) calendar days prior to the date and time for

receipt of Bids except an Addendum withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids.

§ 3.3.4 Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued, and the Bidder shall acknowledge their receipt in the Bid.

§ 3.3.5 Addendum will also be posted on DC Water Web Site at: https://vendor.dcwater.com

ARTICLE 4 EXAMINATION OF CONTRACT DOCUMENTS AND SITE § 4.1 It is the responsibility of each Bidder, before submitting a Bid, to

§ 4.1.1 Thoroughly examine all Documents pertaining to the work, the location, accessibility and general character of the site of the work;

§ 4.1.2 (NOT USED) § 4.1.3 Consider Federal, State, and local Laws and Regulations that may affect cost, progress,

performance, or furnishing of the Work; § 4.1.4 Study and carefully correlate Bidder’s observations with the Contract Documents; and § 4.1.5 Notify DC Water of all conflicts, errors, or discrepancies discovered in the Contract

Documents by Bidder.

Page 19: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 5 MAY 8, 2020 ADDENDUM

§ 4.2 (NOT USED) § 4.3 Failure on part of any bidder to thoroughly investigate said job conditions will not be accepted as

proper basis for considering an alleged error in his bid or for payment of extras under, or revisions to, the Contract.

§ 4.4 No allowance will be made subsequently in this connection on behalf of the Contractor, for any error or negligence on his part to comply with above, inadvertently or otherwise.

§ 4.5 A Non-Mandatory Pre-Bid Conference will be conducted on April 29, 2020. The Conference will begin at 11:00 a.m. and end at 12:00 p.m. All attendees are required to make reservations for this Conference call by submitting to “[email protected]” the name, title and Email address(s), by 3:00 p.m. on April 27, 2020. All attendees who make reservations will be provided a conference call number and ID and link to Microsoft Teams to access the conference through. It is suggested that Proposers view the teleconference on a sufficiently size monitor to ensure legibility of information presented. § 4.5.1 The purpose of this meeting is to exchange general information concerning the project

and to receive questions from prospective bidders and suppliers that have arisen during the preparation of bids.

§ 4.5.2 It is not intended to be a forum for determining the acceptability of construction methods, materials, equipment, etc.

§ 4.5.3 If detailed technical questions are asked, they will be taken under advisement; no attempt will be made to answer them at this conference.

§ 4.5.4 Any official response to questions raised at the meeting will be in the form of a future addendum, which will be issued, as soon as practicable.

§ 4.5.5 Statements made at this pre-bid conference are not legally binding on DC Water unless an addendum is issued as a result thereof.

§ 4.6 No Pre-Construction walk-through is scheduled for this project.

ARTICLE 5 (NOT USED) ARTICLE 6 BIDDING PROCEDURES

§ 6.1 PREPARATION OF PROPOSALS § 6.1.1 Technical Proposal Contents - Technical Proposal contents must follow the order listed

below and each section shall be numbered and named as listed below:

SUBMISSION REQUIREMENT PAGE LIMITS SECTION

NUMBER DOCUMENT TITLE

TECHNICAL PROPOSAL

00 20 00 INSTRUCTION TO BIDDERS

ARTICLE 6.3.3 - COVER AND TRANSMITTAL LETTER 1

ARTICLE 6.3.4 - TABLE OF CONTENTS 1-2

ARTICLE 6.3.5 - EXECUTIVE SUMMARY 5

ARTICLE 18 – CLASS “A” BUSINESS LICENSE ARTICLE 13.3 – CERTIFIED FINANCIAL STATEMENT (Submit in Separate Envelope)

ARTICLE 19 – CORPORATE REGISTRATION ARTICLE 21 – TAX REGISTRATION AND DOES COMPLIANCE

CERTIFICATE OR ACKNOWLEDGE ABILITY TO OBTAIN PRIOR TO NOTICE OF AWARD

00 40 22 DC WATER GOOD FAITH EFFORTS CHECKLIST

Page 20: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 6 MAY 8, 2020 ADDENDUM

SUBMISSION REQUIREMENT PAGE LIMITS SECTION

NUMBER DOCUMENT TITLE

MBE/WBE OUTREACH DBE GOOD FAITH EFFORT SUPPORTING DATA CHECKLIST DOCUMENTS

- MBE/WBE SUMMARY TO INCLUDE PERCENTAGES

- CURRENT MBE/WBE CERTIFICATIONS OF SELECTED

SUBCONTRACTORS

- GOOD FAITH EFFORTS SUPPORTING DOCUMENTATION

00 40 30 CONTRACTOR’S QUALIFICATION STATEMENT

No. 1 – 45 COMPLETE THE QUESTIONNAIRES

No. 46 - 49 COMPANY EXPERIENCE

No. 50 – 53 APPROACH/METHODOLOGY 10

No. 54 - 57 CAPACITY 3-5

No. 58 – 59 QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL

3 for each personnel

FORMS TO BE COMPLETED AND RETURNED WITH TECHNICAL PROPOSAL

00 40 00 BID FORM

00 40 21 CERTIFICATION OF OUTREACH EFFORTS

00 40 25 BID DOCUMENT CHECKLIST

00 40 31 CONTRACTOR’S INTENT TO SUBCONTRACT CIPP PROPOSED WORK

00 45 01 CONTRACTOR’S IDENTIFICATION NUMBER

00 45 03 NON-COLLUSION AFFIDAVIT

00 45 04 CERTIFICATION REGARDING A DRUG FREE WORKPLACE

00 45 08 CONTRACTOR’S INTENT TO SUBCONTRACT WITH MINORITY OR WOMEN-OWNED BUSINESS ENTERPRISE

00 45 09 MINORITY OR WOMEN-OWNED BUSINESS ENTERPRISE INTENT TO SUBCONTRACT

00 45 16 CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER, RESPONSIBILITY MATTERS

00 45 17 ASSURANCE OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY GOALS

00 45 18 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICAT AND NON-SEGREGATED FACILITIES CERTIFICATE

00 45 19 DISCLOSURE OF LOBBYING ACTIVITIES

00 45 21 DC WATER WORKS PROGRAM – DISCLOSURE STATMENT

00 45 26 CERTIFICATION REGARDING LOBBYING

00 45 25 TAX CERTIFICATION AFFIDAVIT

[FOR EACH ITEM IN THE TABLE ABOVE PLEASE REFER TO SECTION NUMBER REFERENCE DOCUMENT INCLUDED IN THE BIDDING PACKAGE FOR FURTHER DETAILS.]

Page 21: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 7 MAY 8, 2020 ADDENDUM

§ 6.1.2 Price Proposal Contents – Price Proposal contents must follow the order listed below and each section shall be numbered and named as listed below:

SUBMISSION REQUIREMENT PAGE LIMITS SECTION

NUMBER DOCUMENT TITLE

PRICE PROPOSAL

00 40 12 SCHEDULE OF PRICES (Submit in PDF and Excel Spreadsheet Format)

00 40 20 BID BOND

00 45 02 USI FORM 1W

00 45 30 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM DBE SUBCONTRACTOR PERFORMANCE FORM

00 45 31 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM DBE SUBCONTRACTOR UTILIZATION FORM

01 00 00-01 APPENDIX A SUBCONTRACTING APPROVAL REQUEST

[FOR EACH ITEM IN THE TABLE ABOVE PLEASE REFER TO SECTION NUMBER REFERENCE DOCUMENT INCLUDED IN THE BIDDING PACKAGE FOR FURTHER DETAILS.]

§ 6.1.3 Bids shall be submitted on the original forms included with the Bidding Documents. § 6.1.4 All blanks on the bid form shall be filled and legibly executed in a non-erasable medium.

A bid price shall be indicated for each bid item, adjustment unit price item, contingent bid item, and unit price item listed therein, or the words “No Bid”, “No Charge”, “No Change”, or other appropriate phase shall be entered.

§ 6.1.5 Sums shall be expressed in both words and figures. In case of discrepancy, the amount written in words shall govern.

§ 6.1.6 Interlineations, alterations and erasures must be initialed and dated by the signer of the Bid.

§ 6.1.7 Bid Pricing: The Bidder shall complete the schedule of unit prices included in the Bid Form and shall accept all fixed unit prices listed therein. Bidder shall submit their bid with PDF format and MS Excel spreadsheet. If any differences between the two (2) exists, the PDF copy will be considered the official pricing structure.

§ 6.1.8 (NOT USED) § 6.1.9 The Total Bid will be determined as the sum of the products of the estimated quantity of

each item and the unit price bid. The final Contract Price will be subject to adjustment according to final measured, used, or delivered quantities as defined in these documents and the unit prices in the Bid will apply to such final quantities, except that unit prices will be subject to change by Change Order as stipulated the General and Supplementary Conditions.

§ 6.1.10 Where two (2) or more Bids for designated portions of the Work have been requested, the Bidder may, without forfeiture of the bid security, state the Bidder's refusal to accept award of less than the combination of Bids stipulated by the Bidder. The Bidder shall make no additional stipulations on the bid form nor qualify the Bid in any other manner.

§ 6.1.11 Each copy of the Bid shall state the legal name of the Bidder and the nature of legal form of the Bidder. The Bidder shall provide evidence of legal authority to perform within the jurisdiction of the Work. Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract. A Bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind

Page 22: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 8 MAY 8, 2020 ADDENDUM

the Bidder. A Bid by partnership must be executed in the partnership name and signed by a partner. Bids by joint ventures shall be signed by each participant in the joint venture or by a representative of the joint venture, accompanied by evidence of authority to sign for the joint venture.

§ 6.1.12 The names of all persons signing shall be legibly printed below their signatures. A Bid by a person who affixes to his signature the word “president”, “secretary”, “agent”, or other designation without disclosing his principal may be held to be the Bid of the individual signing. When requested by DC Water, evidence of the authority of the person signing shall be furnished.

§ 6.1.13 DC Water utilizes the Data-Universal-Numbering-System (D-U-N-S) which is the numbering system designated and maintained by the Dun & Bradstreet Corporation. Bidders classified as business entities shall submit their D-U-N-S number as part of their Bid. D-U-N-S numbers are not issued to individuals. Bidders bidding as individuals shall submit their Social Security numbers with their Bid. Each Bidder shall submit with its Bid the Contractor Identification Number Form (See Section 00 45 01).

§ 6.1.14 Acknowledge the receipt of the Addenda in the space provided on the Bid Form. § 6.1.15 Sign the Bid Form manually in ink. If bidder is a partnership, the bid shall be signed by

one or more of the partners, and the names and addresses of all partners shall be entered upon or attached to the Bid Form. If the Bidder is a corporation, an authorized officer shall sign the bid, name of the office he/she holds or the capacity in which he/she acts for such corporation, and the corporate seal affixed to the Bid Form. In the case of an individual Bidder, such individual Bidder shall sign the Bid Form.

§ 6.1.16 The Bidder shall identify those portions of the bid which it deems to be confidential, proprietary information or trade secrets, and provide justification why such materials shall not be disclosed by DC Water. All such materials shall be clearly indicated by stamping the pages on which such information appears, at the top and bottom thereof with the word “CONFIDENTIAL”. Such materials stamped “CONFIDENTIAL” must be easily separable from the non-confidential sections of the bid. All such materials so indicated shall be reviewed by DC Water and any decision not to honor a request for confidentiality shall be communicated in writing to the bidder. For those bids which are unsuccessful, all such confidential materials shall be destroyed or returned to the bidder upon request.

§ 6.1.17 A bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be provided on the Bid Form.

§ 6.1.18 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be provided on the Bid Form.

§ 6.1.19 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown.

§ 6.1.20 A Bid by an individual shall show the Bidder’s name and business address. § 6.1.21 If the bidder is a joint venture/partnership, it shall submit with its bid a duly notarized

venture/partner-executed irrevocable Power of Attorney that designates one of the ventures as a Management Sponsor along with a signed copy of the Joint Venture/Partnership Agreement. The Management Sponsor shall be empowered to execute the bid on behalf of the bidder and to act for and bind the bidder in all matters relating to the bid. The Power of Attorney shall specifically state that each venture/partner shall be jointly and severally liable for any and all of the duties and

Page 23: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 9 MAY 8, 2020 ADDENDUM

obligations of the bidder that is assumed under the bid and under any contract arising there from. The Management Sponsor on behalf of the joint venture/partnership in its legal name shall execute the bid. The Joint Venture Documents shall identify the consent of surety and insurance underwriters. The official address of the joint venture must be provided on the Bid Form.

§ 6.2 BID SECURITY § 6.2.1 Each Bid shall be accompanied by a bid security in the form and amount required if so

stipulated in the Instructions to Bidders. The Bidder pledges to enter into a Contract with the DC Water on the terms stated in the Bid and will, if required, furnish bonds covering the faithful performance of the Contract and payment of all obligations arising there under. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds if required, the amount of the bid security shall be forfeited to the DC Water.

§ 6.2.2 If a surety bond is required, it shall be written on the provided Bid Bond Form (See Section 00 40 20), provided in the Bidding Documents, and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of the power of attorney.

§ 6.2.3 The DC Water will have the right to retain the bid security of Bidders to whom an award is being considered until either (a) the Contract has been executed and bonds, if required, have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn or (c) all Bids have been rejected.

§ 6.2.4 Each prime contract bid shall be accompanied by a bid security in the amount of five percent (5%) of the total of the Base Bid and all net additive Alternate Bids. The bid security shall be a bid bond issued by a Surety Company authorized to do business in the District of Columbia and listed in the latest issue of U.S. Treasury Circular 570, or a certified check or cashier’s check, payable to “DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY”.

§ 6.2.5 DC Water will retain the bid guaranty of the second and third qualified bidders for a period of one hundred and twenty (120) days after bids due date pending the execution of the contract documents by the successful bidder. Except as noted above, the bid guaranty of unsuccessful bidders will be returned to them within ten (10) business days after award of the contract or rejection of all bids upon request by the bidders.

§ 6.2.6 The bid security of the successful Bidder will be retained until a contract satisfactory to the DC Water has been executed and a Performance Bond has been furnished by the successful Bidder.

§ 6.2.7 If a successful Bidder fails or refuses either to enter into a Contract for the Work or to furnish the Performance Bond, the Bidder’s bid security shall be forfeited to DC Water.

§ 6.3 SUBMISSION OF BIDS § 6.3.1 Bidder’s Representation: The submission of a Bid will constitute an incontrovertible

representation by Bidder that Bidder has complied with every requirement concerning examination of the Contract Documents and the site, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.

§ 6.3.2 Electronic Submission of Proposals and Notification of Intent to Submit Proposal as a Prime Contractor 6.3.2.1 Bids shall be submitted electronically to DC Water.

Page 24: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 10 MAY 8, 2020 ADDENDUM

6.3.2.2 Bidders who intend to respond as a Contractor shall send an e-mail to makainnayi.kosun @dcwater.com no later than seven (7) calendar days prior to the Proposal Due Date.

6.3.2.3 The email shall include: (1) confirmation of the bidder’s intent to submit a Proposal, and (2) the Name, Title, Email Address and Telephone Number for a Primary and for a Secondary point of contact.

6.3.2.4 Bidder to submit two sets of Bids as follows: 1) Electronic and 2) Hardcopy

6.3.2.5 Electronic submission of bids – Bid shall be submitted electronically to DC Water via email addressed to [email protected]

6.3.2.6 Electronic Document Format, Naming Convention and File size requirement as follows: 6.3.2.6.1 The acceptable electronic document format is PDF. No

other format will be accepted. 6.3.2.6.2 Email size limit is 22MB 6.3.2.6.3 Divide files larger than 22MB into multiple files and

separate emails. 6.3.2.6.4 Email Subject Line

RFP 200020 Emergency Sewer Main IR&R Contract 6.3.2.6.5 File Name: “IR&R 200020”+“Company Name”+ “File x of y”+”Technical or Price Proposal”

Example 1: “IR&R 200020 Contractors File 1 of 5 Technical Proposal” Example 2: “IR&R 200020 Contractors File 4 of 5 Price Proposal” 6.3.2.6.6 Time stamp on the email received by DC Water must be

on or before May 27, 2020, at 5:00 pm local time (EST).

6.3.2.6.7 Email bids received after bid closing date will not be accepted.

6.3.2.7 Hard Copy of submission of bid – Hard copies of bid is required after the Notice of Intent to award is received. Bids shall be mailed through USPS Post Office, UPS, or FedEx. All copies of the Bid, the bid security, if any, and any other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to the party receiving the Bids and shall be identified with the Project name, the Bidder's name and address and, if applicable, the designated portion of the Work for which the Bid is submitted. The Bid is to be sent by mail as per section 6.3.2.8. The sealed envelope shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof. The Bid Envelope shall be identified on the upper left-hand corner with the following words:

“RFP # 200020“ 6.3.2.8 Address Proposal and any Correspondence to the following:

Rudy Gonzalez, Contracting Officer c/o Ma Kainnayi Kosun, Category Manager DC Water, 1385 Canal Street, SE Washington, DC 20003

§ 6.3.3 PROPOSAL COVER AND TRANSMITTAL LETTER

6.3.3.1 This letter shall include:

Page 25: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 11 MAY 8, 2020 ADDENDUM

6.3.3.2 Project title of “RFP # 200020 – Emergency Sewer Main IR&R Contract for FY21-FY23” on the subject line.

6.3.3.3 The name of the Bidder, including all JV or LLC members, as applicable.

6.3.3.4 Name of Bidder’s authorized representative(s), address(es), phone number(s), and e-mail address(es)

6.3.3.5 Signature of the authorized representative of the Bidder who is empowered to sign such material and to commit the Bidder to the obligations contained in the Proposal.

6.3.3.5.1 If Bidder is a corporation, an authorized officer shall sign his/her name and indicate his/her title beneath the full corporate name.

6.3.3.5.2 If Bidder is a JV or LLC, an authorized representative for each member of the JV or LLC shall sign the letter.

§ 6.3.4 TABLE OF CONTENTS

Table of Contents (TOC) shall be provided with the Section tabs identical to the table shown in Section 00 40 25 Bid Document Checklist.

§ 6.3.5 EXECUTIVE SUMMARY

The Executive Summary summarizes the important points of Proposal, including key strengths and advantages to carry out this Program successfully. The Executive Summary should not contain any sales/marketing materials or any material or information that is not reflected in the body of the Proposal.

§ 6.3.6 Bids shall be delivered prior to the time and date for receipt of Bids stated in Section 00 11 19 - Request for Proposal. Bids received after the time and date for receipt of Bids will not be considered for evaluation and may be returned unopened.

§ 6.3.8 (NOT USED) § 6.3.9 DC Water shall attempt to make reasonable accommodations; under no circumstances

shall DC Water be held liable for Bidder’s failure to submit its Bid by the stated time. Bidders are encouraged to allow additional time for waiting in line(s), obtaining passes from Security, finding parking spaces, electronic upload duration, etc.

§ 6.3.10 The Bid proposal documents shall be submitted on the forms as provided in the project manual and a duplicate set is included in the Bidder’s Submittal Packet.

§ 6.3.11 All blank spaces in the bid must be properly filled in, and the phraseology must not be changed. Any space left blank, any unauthorized addition, condition, limitation, or provision attached to the bid may render it non-responsive and may cause its rejection. Alterations by erasure or interlineations must be explained or noted on the bid over the signature of the bidder. Mistakes may be crossed out and correction inserted in adjacent, but correction must be initialed in ink by the person signing the Bid.

§ 6.3.12 All prices and notations must be typed or written in ink. Bids must not be written in pencil.

§ 6.3.13 (NOT USED) § 6.3.14 (NOT USED) § 6.3.15 (NOT USED)

Page 26: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 12 MAY 8, 2020 ADDENDUM

§ 6.4 MODIFICATION OR WITHDRAWAL OF BID § 6.4.1 Bids shall be submitted at the time and in the manner indicated in the Request for

Proposal, or as modified by Addendum. § 6.4.2 Bidder shall assume full responsibility for timely delivery for receipt of Bids. Bids

received after the time and date for receipt of Bids will not be considered for evaluation and may be returned unopened.

§ 6.4.3 Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid.

§ 6.4.4 Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. Written confirmation over the signature of the Bidder shall be received, and date- and time-stamped by the receiving party on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid.

§ 6.4.5 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders.

§ 6.4.6 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly signed, written notice with DC Water and promptly thereafter demonstrates to the reasonable satisfaction of DC Water that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents.

§ 6.4.7 Bid security shall be in an amount sufficient for the Bid as resubmitted. § 6.4.8 Bid Results: bid results will not be released until after the notice of the award has been

issued.

ARTICLE 7 CONTRACT TYPE § 7.1 Lump Sum Contracts

§ 7.1.1 Comparison of Bids: Bids on Lump Sum Contracts will be compared on the basis of the lump sum price bid, adjusted for alternate prices bid, if any.

§ 7.2 Unit Price Contracts § 7.2.1 Comparison of Bids: Price Proposals may be compared on the basis of a total estimated

price, arrived at by taking the sum of the estimated quantities of such items, in accordance with DC Water’s Estimate of Quantities set forth in the Schedule of Prices, multiplied by the corresponding unit prices, and including any lump sum bids on individual items and allowance items.

§ 7.2.2 Variations of Quantities: Bidders are warned that the Estimate of Quantities on the various items of work and materials is approximate only, given solely to be used as a uniform basis for the comparison of bids, and is not to be considered part of this contract. The quantities are required to complete the contract work may be less or more than so estimated, and if so, no action for damages or for loss of profits shall accrue to the contractor by reason thereof.

§ 7.2.3 Overruns: The terms and conditions pertinent to overruns of unit price items are set forth in Article 11 of the General Conditions.

Page 27: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 13 MAY 8, 2020 ADDENDUM

ARTICLE 8 CONSIDERATION OF BIDS § 8.1 OPENING OF BIDS

§ 8.1.1 A public opening of the bids will not be conducted. § 8.1.2 An abstract of the bids will not be made available to the Bidders. § 8.1.3 Except as otherwise permitted by law, no Bid, or part thereof, may be withdrawn,

cancelled or modified for a period of one hundred twenty (120) calendar days after the time and date designated in the Invitation to Bid.

§ 8.2 REJECTION OF BIDS § 8.2.1 DC Water shall have the right to reject any or all Bids, including without limitation the

rights to reject any or all nonconforming, nonresponsive, unbalanced, front loaded, or conditional Bids, and to reject the Bid of any Bidder if DC Water believes that it would not be in the best interest of DC Water to make an award to that Bidder. A Bid not accompanied by a required bid security or by other data required by the Bidding Documents, or a Bid which is in any way incomplete or irregular is subject to rejection. Causes for rejection of proposals include but are not limited to: § 8.2.1.1 Submittal of an irregular proposal; § 8.2.1.2 Submittal of more than one proposal from the same partnership, firm or

corporation; § 8.2.1.3 Failure by bidder to submit the bid prior to the stated time and date for receipt

of bids; § 8.2.1.4 Failure by Bidder to furnish satisfactory bid guarantee; § 8.2.1.5 Failure by Bidder to provide all information required of the bid forms; § 8.2.1.6 Failure by Bidder to demonstrate good faith efforts in obtaining participation

by certified WBE/DBE/MBE firms; § 8.2.1.7 Determination by DC Water that Bidder is not qualified to accomplish the

project work; § 8.2.1.8 Determination by DC Water that the Bidder has placed conditions on or has

qualified their proposal; § 8.2.1.9 Discovery of any alteration, interlineations or erasure of any project

requirement by the Bidder; § 8.2.1.10 Evidence of collusion among bidders.

§ 8.2.2 DC Water reserves the right to waive any informality or irregularity discovered in any proposal, which in DC Water’s judgment best serves DC Water’s interest. In the situation where an extension of a unit price is found to be incorrect, the stated unit price and correct extension will govern. In the event of a discrepancy between the written and numeral values, the written value shall take precedence.

§ 8.2.3 Proposals meeting the following criteria are subject to consideration as being irregular: § 8.2.3.1 If the proposal is on a form other than that furnished by DC Water. § 8.2.3.2 If the form furnished by DC Water is altered. § 8.2.3.3 If there are unauthorized additions, conditional or alternate pay items or

irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous.

§ 8.2.3.4 If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized pay items, for which the Bidder is not required to furnish a unit price.

Page 28: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 14 MAY 8, 2020 ADDENDUM

§ 8.2.3.5 If the proposal contains unit prices that are obviously unbalanced. § 8.2.3.6 If the proposal is not accompanied by the Bid guarantee specified herein.

§ 8.3 ACCEPTANCE OF BID (AWARD) § 8.3.1 The DC Water reserves the right to reject any or all Bids, including without limitation

the rights to reject any or all nonconforming, nonresponsive, unbalanced, or conditional Bids and to reject the bid of any Bidder if DC Water believes that it would not be in the best interest of DC Water to make an award to that Bidder. It is the intent of the DC Water to award a Contract to a qualified responsible Bidder. Determination of qualified responsible Bidder shall be based on the Bid Packet submitted, interviews, reference check and provided that the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The DC Water shall have the right to waive informalities and irregularities in a Bid received and to accept the Bid which, in the DC Water judgment, is in the DC Water’s own best interests.

§ 8.3.3 Contractors who have paid liquidated damages or penalties to DC Water for failing to comply with the schedule of any project in the last five years may be disqualified from this project, subject to an appeal to the DC Water where the Contractor demonstrates that (1) subsequent to the project which resulted in penalties the Contractor completed two similar projects or demonstrably similar projects in a timely fashion; and (2) that the factors which lead to delays and penalties in the first instance no longer exist. Payment of liquidated damages or penalties may also be defined as "having been found by the DC Water to be in non-compliance with the project schedule and negotiating a financial settlement for the project in which value was returned to the DC Water, either via change orders or 'work-in-kind' or other recognized manner". The Contractor under consideration shall respond to this clause in the Contractor's Qualification Statement.

§ 8.3.4 DC Water may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work for which that identity must be submitted as provided herein. DC Water also may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data are required to be submitted prior to the Notice of Award.

§ 8.3.5 DC Water may conduct such investigations as DC Water deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, suppliers, and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to DC Water’s satisfaction within the prescribed time.

§ 8.3.6 All Bids will remain subject to acceptance for the number of days set forth above; but DC Water may, at its sole discretion, release any Bid and return the bid security prior to that date.

§ 8.3.7 When DC Water gives a Notice of Award to the Successful Bidder it will be accompanied by three (3) unsigned counterparts of the Agreement. Within ten (10) days, the Successful Bidder shall sign, leaving the dates blank, and deliver the required number of counterparts of the Agreement and with the power of attorney (undated). Within ten (10) days thereafter, DC Water shall execute all copies of the Agreement submitted by Contractor (Successful Bidder) and shall insert the date of contract on the Agreement and power of attorney.

§ 8.4 CANCELLATION OF AWARD § 8.4.1 At any time prior to execution of a contract, DC Water reserves the right to cancel the

award for any reason without liability to the Bidder with the exception of the return of the bid guaranty, at any time prior to execution of the contract.

Page 29: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 15 MAY 8, 2020 ADDENDUM

ARTICLE 9 POST- BID INFORMATION § 9.1 BID EVALUATION

§ 9.1.1 Evaluation and Selection 9.1.1.1 Proposals will be evaluated in accordance with the process and criteria

specified in the most recent DC Water Procurement Regulations and the Procurement Manual, dated June 12, 2009. Both are located at https://www.dcwater.com/procurement-manual.

9.1.1.2 Evaluations will be conducted by a DC Water evaluation committee composed of members who, collectively, have relevant experience. The Evaluation Committee shall recommend the highest ranked bidders for award based on combined Technical and Price Evaluation scores.

§ 9.1.2 Evaluation Criteria & Weights 9.1.2.1. Team/Company Experience and Past Performance; ten percent (10%). 9.1.2.2. Key Personnel Experience and Qualifications; ten percent (10%). 9.1.2.3. Contractor Capacity; ten percent (10%). 9.1.2.4. Project Approach and Methodology; ten percent (10%). 9.1.2.5. Subcontracting & Compliance; ten percent (10%). 9.1.2.6. Price Proposal; fifty percent (50%). 9.1.2.7. Avoidance of personal and organizational conflicts of interest prohibited

under state and local law; Pass/Fail 9.1.2.8. Good Faith Effort Documentation; Pass/Fail.

§ 9.1.3 Technical Proposal Evaluation - Proposals determined to be non-responsive to RFP requirements will be rejected. Responsive Technical Proposals will be fully evaluated and ranked by an Evaluation Committee.

§ 9.1.4 Clarification - Prior to finalizing the Technical Evaluation, the Evaluation Committee may submit written clarification questions to any Bidder. Responses to these Clarification questions shall be submitted in writing prior to evaluation and shall be used by the Evaluation Committee to finalize technical scoring.

§ 9.1.5 Interviews & Presentation 9.1.5.1 As part of the Technical Evaluation, Bidders deemed to be in the competitive

range may be shortlisted and invited to meet with the DC Water Evaluation Committee for an oral presentation. The oral presentation will consist of a one (1) hour interview blocks reserved for each shortlisted Bidder. The hour interview block will consist of thirty (30) minutes for the Bidder to make a presentation on relevant topics selected by DC Water.

9.1.5.2 Bidder shall explain their Project Approach Methodology in more detail and their understanding of how they will propose to perform the services required under this Contract. The remaining balance of the time thirty (30) minutes will be reserved for questions and answers, as well as general discussion. The presentation attendance will be limited to no more than five (5) people from each Bidding team and should include key sub-consultants. Bidder will be provided the date, time and location in writing no later than ten (10) calendar days prior to the interviews being held.

9.1.5.3 Technical Evaluation scores will be finalized after the completion of Interviews and Presentation. DC Water reserves the right to Award this Contract without holding Interviews or Presentations.

Page 30: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 16 MAY 8, 2020 ADDENDUM

9.1.5.4 The presentation will be an opportunity for Bidder to further explain their proposals. Bidder should not introduce any new approaches not initially part of their submitted proposals. It should also not contain or reveal any price information.

§ 9.1.6 Price Proposal Evaluation 9.1.6.1 Upon Completion of Technical Evaluations, sealed Price Proposals will be

opened and evaluated only for those Technical Proposals deemed to be in the Competitive Range.

9.1.6.2 Technical Proposals not deemed to be in the Competitive Range shall not have the Price Proposal opened or evaluated and may be returned to Proposing Team upon written request or shall be destroyed if not picked-up within ten (10) days of Notice of Award.

§ 9.1.7 Final Proposal Scores - Price Proposal scores shall be combined with Technical Proposal Scores in accordance to the Evaluation criteria as weighted, to produce a final score.

§ 9.1.8 Discussion and Negotiation 9.1.8.1 As part of the final selection process, discussions may be held at the sole

discretion of DC Water with Bidders deemed to be in the Competitive Range after Technical and Price Evaluation scores are combined.

9.1.8.2 The Evaluation Committee may use the results of discussions to finalize the evaluation and selection process, and to identify the proposal deemed to be most advantageous to DC Water.

9.1.8.3 Bidder shall be notified in writing by DC Water with the time, place, subject matter and format for discussions, no later than ten (10) calendar days prior to start of discussions.

9.1.8.4 Bidding Teams must be available to participate in discussions to be considered for selection and award.

9.1.8.5 DC Water reserves the right to award this contract without discussions or negotiations.

§ 9.1.9 Notice of Intent to Award 9.1.9.1 Upon completion of the Evaluation Process, unsuccessful Bidders will be

notified by mail. The successful Bidder shall receive a Notice of Intent to Award. Final Award shall be subject to approval by the DC Water Board of Directors, or Contracting Officer, as well as successful execution of the Contract documents.

9.1.9.2 If unable to finalize award with the highest ranked Bidder, DC Water reserves the right to award to the next highest ranked Bidder.

§ 9.1.10 Debrief Meetings - Unsuccessful Bidder shall be notified in writing and provided a debriefing upon written request made within five (5) calendar days from the date the notification was received. Debriefing meetings shall not be held until final contract award and execution.

§ 9.1.11 Estimated quantities in the Schedule of Prices are established to help assure a balanced and fair evaluation of the Bid and may not reflect the actual or expected quantities to be provided under this Contract. Bids will be evaluated to establish the lowest Total Bid established by the quantities and unit prices in the Schedule of Prices, and to establish unit prices to be used throughout the contract.

Page 31: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 17 MAY 8, 2020 ADDENDUM

§ 9.1.12 Any discrepancy between a numerical price and a price written in words shall be resolved in favor of the price as written in words. Any discrepancy between the unit price multiplied by the quantity and a corresponding total price figure set forth in the Schedule of Prices shall be resolved in favor of a total price reached by multiplying the unit price by the quantity. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.

§ 9.1.13 Estimated quantities in the Schedule of Prices are established to help assure a balanced and fair evaluation of the Bid and may not reflect the actual or expected quantities to be provided under this Contract.

§ 9.2 SUBMITTALS § 9.2.1 The Bidder shall, as soon as practicable or as stipulated in the Bidding Documents, after

notification of selection for the award of a Contract, furnish to the DC Water in writing: §9.2.1.1 a designation of the Work to be performed with the Bidder's own forces; §9.2.1.2 names of the manufacturers, products, and the suppliers of principal items

or systems of materials and equipment proposed for the Work; and names of persons or entities

§9.2.1.3 names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for the principal portions of the Work.

§ 9.2.2 The Bidder will be required to establish to the satisfaction of DC Water the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents.

§ 9.2.3 Prior to the execution of the Contract, DC Water will notify the Bidder in writing if DC Water, after due investigation, has reasonable objection to a person or entity proposed by the Bidder. If the DC Water has reasonable objection to a proposed person or entity, the Bidder may, at the Bidder's option, (1) withdraw the Bid or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid to cover the difference in cost occasioned by such substitution. The DC Water may accept the adjusted bid price or disqualify the Bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited.

§ 9.2.4 Persons and entities proposed by the Bidder and to whom DC Water have made no reasonable objection must be used on the Work for which they were proposed and shall not be changed except with the written consent of DC Water.

§ 9.3 PROTEST § 9.3.1 Any protest to this Invitation and/or award of a Bidder there for shall be made in

accordance with the Notice of Emergency Rulemaking/Interim Procurement Rules. Adopted October 3, 1996, titled #96-05 Resolution of the Board of Directors of the District of Columbia Water and Sewer Authority, or any successor rules as may be adopted by the Board.

§9.3.2 DC Water shall attempt to resolve all bid disputes between the Bidder and DC Water after informal discussions have taken place between the Bidder and DC Water, with the intention that the dispute be resolved at the lowest DC Water level, subject to management approval.

§9.3.3 Bid protests directed to the terms, conditions, or form of a proposed procurement action must be received by the DC Water through delivery of the written protest to the Contracting Officer not later than ten (10) calendar days prior to the date established for opening of bids, except that an initial protest that arises based on an amendment to an Request for Proposal must be delivered to the Contracting Officer not later than ten (10)

Page 32: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 18 MAY 8, 2020 ADDENDUM

calendar days prior to the date established for opening of bids, or four (4) calendar days after the date the amendment was issued, whichever is later.

§9.3.4 Written bid protest regarding an award decision must be received by the Contracting Officer within five (5) working days of when the protester knew or should have known of the facts and circumstances upon which the protest is based.

§9.3.5 Only Bidders or prospective Bidders may file a bid protest. §9.3.6 Bid protests delivered after the time period specified above shall be deemed by the

Contracting Officer to be untimely and may be denied on that basis unless the Contracting Officer concludes the issues raised by the protest involve fraud, gross abuse of the procurement process, or otherwise indicate substantial prejudice to the integrity of the procurement process.

§9.3.7 Bid protests shall be written and shall, at a minimum, include the name and address of the protestor; an identification of the proposed procurement; a description of the nature of the protest; identification of the provisions of the solicitation, regulation, or law upon which the protest is based, and a statement of the specific relief requested.

§9.3.8 Protest shall be filed at: District of Columbia Water and Sewer Authority General Manager’s Office 1385 Canal St., SE Washington, D.C. 20003

§9.3.9 Except as otherwise provided in the Contract, DC Water Procurement Regulations applies to all claims or disputes which cannot be disposed of by agreement of the Parties of the Contract.

ARTICLE 10 PERFORMANCE BOND AND PAYMENT BOND § 10.1 BOND REQUIREMENTS

§ 10.1.1 Bidder shall furnish bonds covering the faithful performance of the Contract and payment of all obligations arising there under. Bonds may be secured through the Bidder's usual sources.

§ 10.1.2 The cost shall be included in the Bid. If the furnishing of such bonds is required after receipt of bids and before execution of the Contract, the cost of such bonds shall be included in the Bid in determining the Contract Sum.

§ 10.1.3 If the DC Water requires that bonds be secured from other than the Bidder's usual sources, changes in cost will be adjusted as provided in the Contract Documents.

§ 10.1.4 Contractor shall furnish Performance and Payment Bonds in an amount equal to one hundred percent (100%) of the total Contract price as security for the faithful performance of this Contract, and for the payment of all persons performing labor or furnishing materials in connection with the Contract.

§ 10.1.5 Additional payment protection shall be required in connection with any modification effecting an increase in price under the contract for which a bond is required pursuant to the above if: § 10.1.5.1 The modification is for new or additional work, which is beyond the scope

of the existing contract; § 10.1.5.2 The modification is pursuant to an existing provision of the contract and is

expected to increase the contract price by $50,000 or twenty-five percent (25%) of the original total contract price, whichever is less.

§ 10.1.6 The penal amount of the additional bond protection shall generally be such that the total payment bond protection is not less than one hundred percent (100%) of the contract

Page 33: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 19 MAY 8, 2020 ADDENDUM

price as revised by both the modifications requiring such additional protection, and the aggregate of any previous modification.

§ 10.1.7 Additional protection may be secured either by increasing the bond protection provided by the existing surety or sureties or by obtaining an additional payment bond from a new surety.

§ 10.1.8 The performance bond shall remain in full force and effect throughout the guaranty period(s).

§ 10.2 TIME OF DELIVERY AND FORM OF BONDS § 10.2.1 The Bidder shall deliver the required bonds to the DC Water not later than ten (10) days

of the issuance of the Notice of Intent to Award. If the Work is to be commenced prior thereto in response to a letter of intent, the Bidder shall, prior to commencement of the Work, submit evidence satisfactory to the DC Water that such bonds will be furnished and delivered in accordance with this Section.

§ 10.2.2 The bonds shall be written on the provided Performance Bond Form and Payment Bond Form (See Section 00 61 10 and 00 61 20), provided in the Project Manual in the amount of the Contract Sum.

§ 10.2.3 The bonds shall be dated on or after the date of the Contract. § 10.2.4 The Bidder shall require the attorney-in-fact who executes the required bonds on behalf

of the surety to affix thereto a certified and current copy of the power of attorney.

ARTICLE 11 FORM OF CONTRACT BETWEEN DC WATER AND CONTRACTOR § 11.1 Unless otherwise required in the Bidding Documents, the Contract for the Work will be written on

the provided Section 00 50 00 – Contract, in the Contract Documents. § 11.2 The successful bidder, upon notification by DC Water of the DC Water’s intent to award a Contract,

shall execute and deliver a Contractor’s Contract, Payment Bond, Performance Bond and evidence of all required insurance as described in the Project Manual.

§ 11.3 Selection as the qualified responsible bidder does not provide any contractual or equitable rights to that bidder. Any such rights shall accrue only if and when the DC Water and the Bidder execute a binding contract. The DC Water reserves the right to negotiate with all bidders in any manner necessary to best serve the interest of the DC Water. If the DC Water fails to reach an agreement with the qualified responsible bidder, the DC Water may commence negotiations with an alternative bidder or reject all bids and issue a new Request for Proposal.

§ 11.4 Appointed: Once a Contract has been entered into between the successful Bidder and DC Water, the contract shall not be transferable to another contractor or subcontractor without the full and written consent of DC Water.

ARTICLE 12 COLLUSIVE AGREEMENTS § 12.1 Each Bidder submitting a Bid for any portion of the work contemplated by the documents on which

bidding is based shall execute and attach thereto an affidavit substantially in the form herein provided (See Section 00 45 03), to the effect that he has not colluded with any other person, firm or corporation in regard to any Bid submitted.

§ 12.2 Before, executing any subcontract the successful Bidder shall submit the name of any proposed subcontractor for prior approval and an affidavit substantially in the form provided herein.

ARTICLE 13 BIDDER’S QUALIFICATION AND FINANCING DOCUMENTATION § 13.1 Each Bidder shall submit a “Contractor’s Qualification Statement”; see Section 00 40 30. This

form must be notarized.

Page 34: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 20 MAY 8, 2020 ADDENDUM

§ 13.2 Each Bidder shall submit a Contractor’s Qualification Statement (Section 00 40 30) in a separate envelope marked with IFB Number, Bidder’s name and with the notation “BIDDER’S QUALIFICATION STATEMENT ENCLOSED”.

§ 13.3 Each Bidder shall submit a current financial statement by a Certified Public Accountant in a separate envelope marked with RFP Number, Bidder’s name and with the notation “FINANCIAL STATEMENT ENCLOSED”.

§ 13.4 DC Water will make investigations as deemed necessary to determine the responsibility and qualifications of the Bidder, and the Bidder shall furnish DC Water all such information and data for this purpose as the DC Water may request.

§ 13.5 DC Water reserves the right to reject any Bid where an investigation of the available evidence or information does not satisfy the DC Water that the Bidder is qualified to carry out properly the terms of the Contract.

ARTICLE 14 WAGES AND SALARIES § 14.1 Attention of Bidders is particularly called to the requirement concerning the payment of not less

than the prevailing wage and salary rates specified in the Contract Documents and the conditions of employment with respect to certain categories and classifications of employees.

§ 14.2 All construction contractors performing physical work shall pay laborers and mechanics employed on the site of the work in accordance with the Davis-Bacon wage determination applicable to this project. § 14.2.1 Contractors and subcontractors are required to pay covered workers weekly and submit

weekly certified payroll reports. All certified payroll reports shall be submitted to the DC Water Online Compliance Database which is accessible through the following link: pro.prismcompliance.com

§ 14.2.2 Contractors are also required to post the applicable Davis-Bacon wage determination with the Davis-Bacon poster (WH-1321) on the job site in a prominent and accessible place where they can be easily seen by the workers.

§ 14.2.3 Apprentices may be employed at less than the rates listed in the contract wage determination only when they are in an apprenticeship program registered with the Department of Labor (DOL) or with a state apprenticeship agency recognized by the DOL.

§ 14.3 Davis Bacon Wage Determination requirements shall flow down to all contractors, at any tier, performing work onsite.

§ 14.4 The Work Classifications used in the weekly Certified Payrolls shall conform to the job classifications in the Wage Determination, to include Work Classification Group number, if applicable.

§ 14.5 Each Certified Payroll must be accompanied by a Statement of Compliance as required by Federal requirements (see Appendices B in the Project Manual), signed by the person who pays or supervises the payment of the persons employed under the contract.

§ 14.6 A designated DC Water employee or Third-Party Compliance Officer will perform periodic onsite visits to question tradesmen regarding the accuracy of information contained in the certified report.

§ 14.7 General Wage Decision No. shall be referred in Section 00 76 00 - Labor Provisions and are bound herein and contain pertinent to the specific wage rates.

§ 14.8 Any Wage Determination issued after the execution date of the Contract shall not be applicable to this Contract.

Page 35: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 21 MAY 8, 2020 ADDENDUM

ARTICLE 15 ANTI-DISCRIMINATION/SEXUAL HARASSMENT CLAUSE § 15.1 Attention of Bidders is particularly called to the requirement for ensuring that employees,

applicants for employment, subcontractors are not discriminated against or intimidated in the performance of work or any other activity required under the Contract because of their race, sex, color, national origin or religion.

§ 15.2 “The Contractor: § 15.2.1 Shall not discriminate in any manner against any employee or applicant for employment

in violation of Section 211 of the District of Columbia Human Rights Act (D.C. Law 2-38; D.C. Code Anno. Section 1-2512);

§ 15.2.2 Shall include a similar clause in every subcontract, except subcontracts for standard commercial supplies or raw materials; and

§ 15.2.3 Shall, along with all subcontractors, post in a conspicuous place, available to employees and applicants for employment, a notice setting forth the provisions of anti-discrimination clause set out in Section 251 of the district of Columbia Human Rights Act (D.C. Code Anno. Section 1-2522)”.

§ 15.3 Bidder shall comply with this provision by submitting with its Bid to DC Water a completed Equal Employment Opportunity Certificate and a Non-Segregated Facilities Certificate (See Section 00 45 18).

ARTICLE 16 DC WATER WORKS: A LOCAL HIRING INITIATIVE § 16.1 Bidders are on notice that the Contract resulting from this procurement will be subject to the

goals of the DC Water Works Program.

§ 16.2 DC Water is committed to the enhancement of opportunities for economic development in the District of Columbia and the region it serves. In carrying out its mission, DC Water actively encourages and supports the development and participation of local residents as part of the Authority’s Contractor workforce.

§ 16.3 Complete details of the Program can be found at: https://www.dcwater.com/dc-water-works.

§ 16.4 Subject to the terms and conditions set forth herein, the Contractor and subcontractor(s) will use DC Water as its first source for the recruitment, referral and placement for jobs created by the Project.

§ 16.5 The Contractor will require all construction subcontractors with a Contract or combination of Contracts totaling $300,000 or greater to participate in the DC Water Works Program. The Contractor will require all service subcontractors with a Contract or combination of Contracts totaling $100,000 or greater to participate in the DC Water Works program.

§ 16.6 The DC Water Works Program establishes a goal that fifty-one percent (51%) of the Contractor’s or subcontractors’ workforce on the project, will be residents of DC Water’s User Jurisdiction. DC Water’s User Jurisdiction is composed of the following: The District of Columbia, in Maryland: Prince George’s County and Montgomery County; in Virginia: Fairfax County and Loudoun County.

§ 16.7 The DC Water Works Program establishes a further goal that sixty percent (60%) of all new jobs created by the Project, will be filled by residents of DC Water’s User Jurisdiction.

§ 16.8 The successful Contractor shall submit a DC Water Works Employment Plan (See Form 01 00 00-02) thirty (30) days after contract award. Each construction subcontractor with a contract over $300,000 shall provide an Employment Plan with the submission of the Subcontract Approval Request by the Contractor. The Employment Plan will include a personnel roster identifying each employee anticipated to work on the project by job title (consistent with the prevailing wage classification), state of residence, and salary range. The Plan will also list all new jobs anticipated

Page 36: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 22 MAY 8, 2020 ADDENDUM

as a result of the project, including the job title, hourly rate, and projected hiring date for each anticipated position.

§ 16.9 Each Contractor and subcontractor performing an apprentice-able trade(s), with a contract over $500,000 shall register an apprenticeship program with the District of Columbia Apprenticeship Registration Agency. The Contractor and subcontractor(s) will use apprentices on its DC Water contract, at a ratio of no less than one (1) apprentice to three (3) journeymen. Contractors will use DC Water Works as the first referral source for candidates for its apprenticeship program. Contractors and subcontractors shall submit a copy of its Apprenticeship Program, along with related materials to DC Water within ten (10) days of the Program’s registration, as applicable. The Program operation may be audited at any time by individuals authorized by DC Water.

§ 16.10 Job Posting: The Contractor and subcontractors agree to post all job vacancies, including new apprenticeship opportunities, with the DC Water Job Center as they become available. This must be done before using any other referral source. Job vacancies will be posted in accordance with the following provisions:

§ 16.10.1 Specific employment needs will be provided to include, at a minimum, the number of employees needed by job title, qualifications, projected hiring date, rate of pay, hours of work, duration of employment, and specific duties to be performed;

§ 16.10.1.1 DC Water will, through the use of its DC Water Works Job Center, collect information on all employment opportunities. Opportunities will be posted on the DC Water Works website and disseminated to its strategic resource partner associations and organizations.

§ 16.10.2 DC Water will refer candidates to the Contractor and subcontractor(s) that match the criteria provided. The Contractor or subcontractor(s) will then process the applicants according to its own internal hiring procedures.

§ 16.10.3 Contractors and Subcontractors will give DC Water three (3) business days from the date the job was submitted to DC Water Works, to identify qualified candidates for available job positions. In the event that DC Water is unable to refer qualified candidates, the Contractor or subcontractor(s) will fill available positions through other means, notwithstanding the sixty percent (60%) new hire goal for residents of DC Water’s User Jurisdiction.

§ 16.10.4 The Contractor or subcontractor(s) will make all hiring decisions but will, in good faith, use reasonable efforts to select its new hires from among the persons identified by DC Water. All hiring decisions are made by the Contractor or subcontractor(s).

§ 16.10.5 Job openings to be filled by internal promotion from the Contractor’s or subcontractor(s)’ current workforce does not need to be referred to DC Water for placement and referral. However, the Contractor and subcontractor(s) shall notify DC Water of such promotions through the DC Water Works Online Compliance Database.

§ 16.10.6 The DC Water Job Center can be accessed Monday through Friday from 8:30 am until 4:00 pm.

§ 16.11 To help create a pipeline of qualified individuals prepared and interested in working on DC Water projects, Skills Training Providers (STPs) are being used train local residents in high demand occupations: CDL Class A Driving (License Program); Heating Ventilation and Air Conditioning; Maintenance/Painting; Pipelaying; and Welding.

§ 16.11.1 Training is designed to prepare participants for the utility construction industry through a combination of classroom and relevant hands-on instruction. At the completion of their training, graduates from the STPs will receive certificates of completion.

Page 37: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 23 MAY 8, 2020 ADDENDUM

§ 16.11.2 The Contractor agrees to work with DC Water and participate in a ceremony/job fair for the graduates of the STP’s and will consider the graduates for further apprenticeship opportunities and/or contractor vacancies.

§ 16.12 Contractor agrees to provide additional employment data as may reasonably be requested for presentation in DC Water’s Employment Report to the Board of Directors and others on a periodic basis at no additional cost to the project.

§ 16.13 The Contractor shall ensure the provisions of DC Water Works are included in its subcontracts.

§ 16.14 The Contractor and applicable tiered subcontractors meeting the inclusion thresholds for construction or professional services must submit an Employment Plan, within thirty (30) days of contract award, through the DC Water Online Compliance Database. The database is accessible from DC Water’s Website: https://www.dcwater.com/dc-water-works or by: www.iworkbank.com/dc.

§ 16.15 Ad-hoc Employment Compliance Report.

§ 16.15.1 The Contractor and all applicable subcontractors agree to provide summary employment information to DC Water, which may include the following:

§ 16.15.1.1 Current Vacancies for this project;

Current Vacancies Listed with DC Water Works.

§ 16.15.1.2 Project New Hires;

§ 16.15.1.3 Current Employees Transferred;

District Residents Transferred.

§ 16.15.1.4 Number of Apprentices;

Number of District Resident Apprentices.

§ 16.15.2 The Contractor and all applicable lower-tiered subcontractors shall respond to all requests for information made by DC Water or its authorized representative in a timely fashion. This may include requests for payroll and employment records concerning the applicable DC Water project. It is the responsibility of the Contractor and its subcontractors to monitor the Online Compliance Data regularly and manage contact information and employment data. The Contractor is responsible for ensuring each subcontractor has submitted all requested items and that their contact information is complete, accurate and current. DC Water Contract Compliance Program staff or representative may request additional information that should be provided electronically through the system.

§ 16.16 The Contractor and subcontractor(s) must, in good faith, take all necessary actions to comply with the goals of the DC Water Work Program. Good faith is defined as a demonstrated commitment to execute the requirements of the DC Water Works Program, to include, but not be limited to the following:

§ 16.16.1 Actively recruit and hire graduates from DC Water Works Skills Training Program – to include participation in the “graduation” ceremonies of the Program;

§ 16.16.2 Establish and utilize Apprenticeship Programs as a means to achieve hiring goals;

§ 16.16.3 Utilize the DC Water Works Job Center as the first source of recruitment;

§ 16.16.4 Utilize other services to identify residents of DC Water’s User Jurisdiction for recruitment, when not provided by the DC Water Works Job Center;

§ 16.16.5 Submit all reports and updates on time;

Page 38: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 24 MAY 8, 2020 ADDENDUM

§ 16.16.6 Participate in at least one of DC Water sponsored employment event (job fair).

§ 16.16.7 Participate in at least one Contractor Day at the DC Water Job Center a meet with individuals to provide an overview of their respective project(s) as well as qualifications needed to gain employment in their field.

§ 16.17 If, during the term of this Contract, the Contractor or subcontractor(s) should transfer possession of all or a portion of its business concerns affected by this Contract to any other party by lease, sale, assignment, merger, or otherwise, the provisions of DC Water Works will remain in full force and effect and transferee shall remain subject to all provisions herein. In addition, the Contractor or subcontractor(s) as a condition of transfer shall:

§ 16.17.1 Notify the party taking possession of the existence of the DC Water Works provisions.

§ 16.17.2 Notify DC Water within seven (7) business days of the transfer. Notification will include the name of the party taking possession and the name and telephone of that party's representative.

§ 16.18 DC Water will monitor the Contractor’s and subcontractor(s)’ performance under DC Water Works. The Contractor and subcontractor(s) will cooperate with DC Water and submit the necessary reports to the DC Water Online Compliance Database.

§ 16.19 Willful violation of the goals of the DC Water Works Program, failure to submit the required reports, or deliberate submission of falsified data, may be enforced by in accordance with DC Water’s Procurement Manual, regulations, and applicable law.

§ 16.20 The following list the exemptions to the DC Water Works Program:

§ 16.20.1 To the extent the DC Water Works Program conflicts with any federal labor laws or governmental regulations, the federal laws or regulations shall prevail;

§ 16.20.2 Plans and reporting requirements are project specific.

§ 16.20.3 Financial Service and Legal Service contracts are exempt.

§ 16.20.4 Goods Only contracts are exempt.

§ 16.20.5 Job openings to be filled by laid-off workers according to formally established recall procedures and rosters do not need to be submitted to DC Water.

§ 16.20.6 Contractors with pre-existing collective bargaining agreements (CBAs), project labor agreements (PLAs), established employment programs, etc. are exempt from the requirement to use DC Water as its first referral source.

§ 16.21 In, such instances, the Contractor or subcontractor(s) will provide DC Water with written documentation of any collective bargaining unit involved with this Project. Further, if a representative of the Contractor’s or subcontractor(s)’ collective bargaining unit has any comments or objections, the Contractor or subcontractor(s) will promptly provide them to DC Water.

§ 16.22 In any event, all applicable project contractors are still required to submit the DC Water Works Bi-Monthly Utilization report and exercise good faith efforts to achieve the goals of the program.

ARTICLE 17 EQUAL EMPLOYMENT OPPORTUNITY § 17.1 Attention of Bidders is particularly called to the requirement for ensuring that employees and

applicants for employment are not discriminated against because of their race, sex, color, national origin or religion.

Page 39: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 25 MAY 8, 2020 ADDENDUM

§ 17.2 Bidder shall comply with this provision by submitting with its Bid to DC Water a completed certification of assurance of compliance with equal employment opportunity goals (See Section 00 45 17).

ARTICLE 18 CLASS “A” BUSINESS LICENSE § 18.1 Bidders are on notice that D.C. Law 17-219 has amended Title 17 of the District of Columbia

Municipal Regulations to add a new Chapter 39 (General Contractor/Construction Manager). This Chapter imposes licensing requirements on General Contractors and Construction Managers (as defined in such chapter) working in the District of Columbia, establishes five (5) classes of licenses.

§ 18.2 Each Bidder will be required to have a DC Class A license prior to submission of a bid. § 18.3 Bidder shall provide a copy of license with the bid proposal.

ARTICLE 19 CORPORATE REGISTRATION § 19.1 All foreign companies (i.e., those companies not located in the District of Columbia) contracting

to do business with DC Water must have a registered agent in the District of Columbia. If you do not have a registered agent, contact the Department of Consumer and Regulatory Affairs at 202-442-4400, or go to the District of Columbia’s Department of Consumer and Regulatory Affairs website at http://dcra.dc.gov. The relevant documents, instructions and customer service assistance are available from the above locations.

§ 19.2 DC Water will not enter into a contract with a firm unless the firm has a registered agent. § 19.3 Bidder shall provide a copy of the Corporate Registration with the bid proposal.

ARTICLE 20 DEBARMENT § 20.1 The Bidder shall be in compliance with the provisions set forth in the Debarment Regulations,

49 CFR 29 (US DOT/FHWA), 40 CFR 32 (US EPA) and D.C. Law 6-85 (Procurement Practices Act of 1985) and shall certify at the time of the bid opening that it or anyone associated therewith in any capacity of owner, director, officer, principal investigator, project director, manager, auditor, or any positions involving the administration of District of Columbia or Federal Funds is not suspended, debarred, or voluntarily excluded from or otherwise determined ineligible to receive award of or performance on DC Water’s and/or federally-funded projects. § 20.1.1 If Bidder cannot certify to the foregoing, it shall submit a written explanation of why

such certification cannot be provided. § 20.1.2 If at any time the Bidder learns that its certification was erroneous when submitted or

has become erroneous by reason of changed circumstances, it shall provide immediate written notification to DC Water.

§ 20.1.3 Bidder agrees that it will not knowingly subcontract to any company or person which/who is debarred, suspended, declared ineligible, or voluntarily excluded from participation on DC Water’s and/or federally-funded projects.

§ 20.1.4 The Bidder, when subcontracting, or when soliciting for subcontractors, shall require from the subcontractor(s) the form titled “Certification Regarding Debarment, Suspension and Other, Responsibility Matters” (See Section 00 45 16) without modification or abridgement.

§ 20.1.5 The Bidder is apprised that if it subcontracts knowingly with a company or person which/who is suspended, debarred, ineligible, or voluntarily excluded from participation on DC Water’s or federally-funded projects, in addition to other remedies available to the District of Columbia and the Federal Government, DC Water may terminate the Contract for cause or default.

§ 20.1.6 The foregoing requirements apply equally to suppliers, vendors, materialmen, et al.

Page 40: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 26 MAY 8, 2020 ADDENDUM

§ 20.1.7 The Bidder shall comply with this provision by submitting with its Bid a completed “Certification Regarding Debarment, Suspension and Other, Responsibility Matters” Lower Tier Covered Transaction (See Section 00 45 16).

ARTICLE 21 COMBINED BUSINESS TAX REGISTRATION § 21.1 The low Bidder must be REGISTERED with the District of Columbia’s Department of Finance

and Revenue and the Department of Employment Services (DOES). § 21.2 If registered; submit your Tax Registration and a copy of your compliance certificate with DOES

with your bid proposal. § 21.3 If not registered and you are the low bidder, obtain your Tax Registration and the D.O.E.S. as soon

as possible after the bid opening; but must be obtained prior to the anticipated Notice of Award date.

ARTICLE 22 TIME FOR RECEIVING BIDS § 22.1 Bids received prior to the advertised submittal deadline will not be opened until the bids due date.

The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered, except that when a Bid arrives by mail after the time fixed for opening, but before the reading of all other Bids is completed and it is shown to the satisfaction of DC Water that the non-arrival on time was due solely to delay in the mails for which the Bidder was not responsible, then such Bid will be received and considered.

ARTICLE 23 SUBCONTRACTORS, SUPPLIERS, AND OTHERS § 23.1 No portions of the Contract shall be sublet or otherwise disposed of except with the written approval

of DC Water. Such approval, when given, shall not be construed to relieve Contractor of its duties and responsibilities for completion of the Work in accordance with the Contract Documents.

§ 23.2 The Bidder shall complete the form entitled “Subcontracting Approval Request” (Form 01 00 00-01) for the permission to sublet or otherwise dispose of any portion of the Contract and shall be submitted prior to the Subcontractor beginning any work at the Site. A request shall be submitted for each proposed Subcontractor, including second and lower tier subcontractors, and shall be accompanied by assurance that the Labor Standard Provisions set forth in the Contract Documents will comply to labor performed on all Work encompassed by the request. Subcontractors must be registered with the District of Columbia’s Department of Finance and Revenue and the Department of Employment Services (DOES). Contractor shall submit the subcontractor’s Tax Registration and a copy of their compliance certificate with DOES with the approval request.

§ 23.3 An experience statement shall be provided with each request, with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor.

§ 23.4 If DC Water is providing ROCIP insurance; Bidder shall attach to the “Subcontracting Approval Request”; a completed USI Form 1W (Section 00 45 02) for the proposed subcontractor.

§ 23.5 Occasionally DC Water may require the Contractor to bring in specialized subcontractors to perform out-of-scope special projects. When specialty work is performed by a subcontractor, the Contractor is allowed a markup on the subcontractor’s total bill not to exceed ten percent (10%). This percentage is the total markup allowed including overhead and profit due the Contractor. This provision applies to special work for which there are no line items in the contract.

ARTICLE 24 RESPONSIBILITIES OF THE CONTRACTOR § 24.1 Except as otherwise specifically stated in the Contract Documents and Technical Specifications,

the Contractor shall do all the work and shall furnish all the materials, labor, tools, equipment, water, light, heat, power, transportation, and supervision necessary to complete the work required by this Contract in a responsible manner and within the time hereinafter specified. The said Contractor shall complete the entire work to the satisfaction of the DC Water standards and in accordance with the specifications and drawings herein mentioned at the prices herein agreed upon

Page 41: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 27 MAY 8, 2020 ADDENDUM

and affixed therefor. The Contractor further agrees that all work done, or materials furnished shall be of the best of their respective kinds and qualities.

§ 24.2 Contractor shall examine the Bidding Documents and will be familiar with the Contract Documents.

§ 24.3 Examine information concerning subsurface or other latent physical conditions. It is presented in good faith but is not intended as a substitute for personal investigation, interpretations or judgment of the Contractor.

§ 24.4 Assume the risk of encountering any subsurface or other latent physical condition that can be reasonably anticipated on the basis of documentary information provided and from inspection and examination of the site, shall be the Contractor’s responsibility.

ARTICLE 25 INSURANCES § 25.1 ROLLING OWNER CONTROLLED INSURANCE PROGRAM

§ 25.1.1 DC Water will be providing certain insurances as stated in specification Section 00 73 16 under the “Rolling Owner Controlled Insurance Program *(ROCIP)”.

§ 25.2 CONTRACTORS PROVIDED INSURANCE

§ 25.2.1 Contractor shall provide the following insurances as stated below but not be limited to:

All Risk Builder’s Risk Insurance.

Commercial Automobile Liability Insurance.

Commercial General Liability Insurance (off-site only).

Umbrella / Excess Liability Insurance (off-site only).

Pollution Liability Insurance.

Aircraft and/or Watercraft Liability Insurance.

Personal Property Insurance.

Professional Liability Insurance.

Installation Floater Insurance.

Workers’ Compensation Insurance (off-site only).

Employer’s Liability Insurance (off-site only).

§ 25.2.2 Contractor shall review Section 00 70 00 - General Conditions, Article 5 - Bonds and Insurances and specification Section 00 73 16 - Project Insurance for additional information.

ARTICLE 26 PARTICIPATION BY FOREIGN CONTRACTORS AND SUBCONTRACTORS

§ 26.1 DC Water will not consider for award any Bid and will not consent to sublet any portions of the Contract to any subcontractor, of a foreign country during any period in which such foreign country is listed by the United States Trade Representative as discriminating against United States firms in conducting procurements for public works projects.

§ 26.2 No product of any such listed country shall be permanently incorporated into the project. § 26.3 This Provision applies to the participation of contractors, subcontractors and productions of

countries, which have been listed by the U.S. Trade Representative. § 26.4 Any Contractor or Subcontractor, who is a citizen or national of a foreign country or is controlled

directly or indirectly by citizens or nationals of a foreign country, shall be considered to be a contractor or subcontractor of such foreign county. The terms contractor and subcontractor also include any partner in a joint venture.

Page 42: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 28 MAY 8, 2020 ADDENDUM

§ 26.5 Any product of which fifty percent (50%) or more of its cost is attributable to production or manufacturing in a foreign country shall be considered to be product of such foreign country.

ARTICLE 27 CONTRACT TIME § 27.1 The number of days within which, or the date by which, the Work is to be completed (the Contract

Time) is set forth in the Contract.

ARTICLE 28 INTOXICATING LIQUORS AND NARCOTICS § 28.1 The Contractor, shall not sell and shall neither permit nor suffer the introduction or use of

intoxicating liquors or narcotics upon or about the site. § 28.2 The requirements of the “Drug Free Workplace Act of 1988” applies to this Contract. § 28.3 Contractor shall submit to DC Water with his/her bid a certification that he will comply with the

Drug Free Workplace Act of 1988 (See Section 00 45 04).

ARTICLE 29 § 29.1 (NOT USED)

ARTICLE 30 § 30.1 (NOT USED)

ARTICLE 31 SUBCONTRACTING GOALS (MBE & WBE) §31.1 The resulting contract may be funded in part by the United States Government. Accordingly, this

contract will be subject to all pertinent Federal requirements, inclusive of the EPA Disadvantaged Business Enterprise (DBE) Program. In accordance with the DBE requirements, a Fair Share Objective for participation by Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) in this work of 32% and 6%, respectively, has been established.

§31.2 The full text of the EPA DBE program can be accessed on the EPA Office of Small Business Program website at www.epa.gov/osbp. Also, reference Federal Requirements and Contract Provisions (bound herein – see Appendix), for work under the Federal Water Pollution Control Act, as amended, dated July 2008, which outlines prime and subcontractor responsibilities under the EPA DBE Program.

§31.3 The EPA’s DBE Program is race and gender neutral. For the purposes of satisfying the MBE and WBE goals, the EPA recognizes the following certifications: §31.3.1 The United States Small Business Administration (SBA), 8(a) Business Development

Program; §31.3.2 The SBA Small Disadvantaged Business (SDB) Program

https://www.sba.gov/contracting/government-contracting-programs/8a-business-development-program. http://www.sba8a.com/ (3rd Party Directory);

§31.3.2 Any state Department of Transportation (DOT), Disadvantaged Business Enterprise (DBE) Certification (not MBE). Examples include: §31.3.2.1 District (of Columbia) Department of Transportation DBE Directory:

http://ddotfiles.com/db/DBE/dbe.php. §31.3.2.2 Maryland Department of Transportation DBE Directory

https://mbe.mdot.maryland.gov/directory/search_select.asp (select DBE’s only) §31.3.2.3 Virginia Department of Small Business and Supplier Diversity DBE

Directory http://egov1.virginia.gov/swam_reports/dbe_listing.htm.

Page 43: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 29 MAY 8, 2020 ADDENDUM

§31.3.2.4 Washington Metropolitan Area Transit Authority DBE Directory https://supplier.wmata.com/psp/supplier/SUPPLIER/ERP/c/WT_CL_SEP_MENU.WT_CL_VDR_DIR_CMP.GBL?Page=WT_CL_VDR_DIR_PG&Action=U.

§31.4 Additionally, the EPA recognizes any Indian Tribal Government, State Government, local government or independent private organization certification program that certifies based on the following EPA Standards: §31.4.1 Owner is socially and economically disadvantaged; §31.4.2 Owner is a U.S. Citizen; §31.4.3 Owner’s personal net worth is $750k or less.

§31.5 Firms with minority or women business certification programs that do not match the criteria above or have different standards cannot be used to satisfy the EPA Fair Share Objective.

§31.6 In accordance with the EPA DBE Program, Bidders shall be aware of the requirement to employ the EPA defined Good Faith Efforts (if prime contractor intends to award subcontracts). The parties agree that (a) the term “Good Faith Efforts,” as used in this document, is not intended to constitute a legal term of art; and (b) shall not require the contractor to undertake any actions which are contrary to good business practices, such as the (i) hiring of unqualified subcontractors, or (ii) hiring subcontractors that submit noncompetitive bids. Good Faith Efforts include, but are not limited to: §31.6.1 Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable

through outreach and recruitment activities. This will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources.

§31.6.2 Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.

§31.6.3 Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. This will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.

§31.6.4 Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually.

§31.6.5 Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce.

§31.7 Bidders are required to submit with the bid, their plan and documentation of the good faith efforts on the “DC Water Good Faith Efforts Checklist” (Section 00 40 22). The documentation, shall include, but not be limited to, email logs, phone logs, electronic searches and communication, handouts, flyers or similar documentation reflecting outreach to EPA recognized MBEs and WBEs that were solicited as potential subcontracting sources.

§31.8 The plan must also be accompanied with the completed “Certification of Outreach Efforts” (Section 00 40 21), Contractor’s Intent to Subcontract MBEs and WBEs (Section 00 45 08), and the “MBEs or WBEs Intent to Subcontract” with the Contractor (Section 00 45 09), along with a copy of the firms qualifying certification. Additionally, submit DBE Subcontractor Performance Form (Section 00 45 30), and DBE Subcontractor Utilization Form (Section 00 45 31).

§31.9 The Contractor cannot be considered as a participant in the Disadvantaged Business Enterprise Program.

§31.10 The Bidder must also provide updated information immediately if any of the information changes, either before or after the award of the contract including the reason for the change.

Page 44: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 30 MAY 8, 2020 ADDENDUM

§31.11 Failure to comply with these requirements may be a cause to declare the bid to be non-responsive. §31.12 During the performance of this contract, the Contractor shall include in each invoice where

Minority and Women Business Enterprise work is billed, the amount paid to, and the cumulative total paid, to each Minority and Women Business Enterprise.

§31.13 Contract awards are tracked through the Subcontract Approval Request process. Only EPA recognized MBE and WBE contractors are counted toward participation in the program. Progress toward goal accomplishment is based on verified MBE and WBE payments.

§31.14 This is a tiered program, i.e., it requires subcontractor participation by the prime contractor and all tiered subcontractors being reported. The program requires participation of all first-tier construction contractors with contracts greater than or equal to $100,000 and all first-tier professional services subcontractors on a design build project with contract values greater than or equal to $25,000.

§31.15 Bidders are further advised that upon issuance of the Notice to Proceed, the Prime Contractor and the subcontractors shall participate in a mandatory Contract Compliance Orientation, which will be scheduled and facilitated by an authorized representative of DC Water.

§31.16 The Contractor and its subcontractors will also receive training on accessing and utilizing the DC Water Online Compliance Database and its reporting requirements. Additional technical support is available 24 hours per day/seven (7) days per week. Contractors may contact the system’s HELP Desk.

§31.17 The Contractor shall designate a responsible party, who will be the point of contact for M/WBE contracting and local employment compliance requirements. This person must be able to coordinate with the Contractor’s subcontractors and suppliers to ensure timely reporting of M/WBE contracting and local employment requirements.

ARTICLE 32 § 32.1 (NOT USED)

ARTICLE 33 RECYCLED MATERIALS § 33.1 Contractor shall give preference in procurement to the purchase of recycled products pursuant to

the EPA guidelines. Recycled products and their use shall meet all requirements of the contract specifications.

ARTICLE 34 § 34.1 (NOT USED)

ARTICLE 35 MULTIPLE WORK SITES § 35.1 The Contractor shall maintain adequate work force with the appropriate labor, material and

equipment necessary to perform all assigned Task Order work at each of the Worksites (See Section 01 12 05 – Emergency Sewer Main Task Orders). If the Contractor fails to provide the specified crew and adequate equipment at a work site, payment for the crew that day will be reduced proportionately.

ARTICLE 36 § 36.1 (NOT USED)

ARTICLE 37 FEDERAL REQUIREMENTS AND CONTRACT PROVISIONS § 37.1 Federal requirements and contract PROVISIONS FOR WORK UNDER Federal Requirements

and Contract Provisions for Work “Clean Water Act” (Under the Federal Water Pollution Control Act), As Amended, dated July 2008, are bound herein (see Appendices B in the Project Manual) and are hereby made a part of this Contract. It shall be Contractor’s responsibility to fully comply with all requirements and provisions contained therein. In the event that these Specifications

Page 45: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 31 MAY 8, 2020 ADDENDUM

conflict with Federal Requirements, the Federal Requirements shall govern. Contractor shall submit documentation confirming their engagement of Disadvantaged Business Enterprise (DBE) as detailed in Federal Regulations Title 40, Part 33.

§ 37.2 EPA project sign is not required for this Contract.

ARTICLE 38 § 38.1 (NOT USED)

ARTICLE 39 § 39.1 (NOT USED)

ARTICLE 40 § 40.1 ADDITIONAL RFP TERMS AND CONDITIONS

In connection with the procurement process, DC Water reserves to itself all rights (which rights shall be exercisable by DC Water at its sole discretion) available to it herein and under applicable law, including without limitation, the following, with or without cause and with or without notice:

40.1.1 The right to cancel, withdraw, postpone or extend the procurement schedule of or issue the RFP, and addenda thereto, and any related DC Water decisions.

40.1.2 The right to issue a new RFP or to revise and modify, at any time prior to the submittal date, information included in the RFP and addenda thereto, including but not limited to the dates set or projected, instructions, procedures, evaluation criteria, technical requirements, and the responsibilities of the Proposers.

40.1.3 The right to reject any and all Proposals received from Proposers. 40.1.4 The right to waive deficiencies, informalities and irregularities in an Proposal, accept and

review a non-conforming Proposal, or seek clarifications or supplements to an Proposal 40.1.5 The right to suspend and terminate the procurement process, or to terminate evaluations

of Proposals received at any time. 40.1.6 The right to waive or allow corrections to data submitted with any Proposal until such

time as DC Water declares in writing that its review of Proposals has been completed and closed

40.1.7 The right to hold meetings and conduct discussions and correspondence with one or more of the Proposers to seek an improved understanding and evaluation of the responses to the RFP or related requests for clarifications, at any time

40.1.8 The right to seek or obtain data from any source that has the potential to improve DC Water’s understanding and evaluation of responses by Proposers to the RFP.

40.1.9 The right to appoint and change appointees of any Evaluation Committee. 40.1.10 The right to use assistance of outside technical and legal experts and consultants in the

evaluation process of Proposals, proposals and any related communications, inquiries or interviews.

40.1.11 The right to respond to all, some, or none of the inquiries, questions and/or request for information or clarification received from Proposers relative to the procurement process or the RFP documents.

40.1.12 The right to use all or part of a Shortlisted Proposer’s Proposal or related communications during the procurement process with such Proposer.

40.1.13 The right to select the Evaluation Committee’s desired number of Shortlisted Proposers from among those submitting a Proposal, and to provide an RFP only to those Shortlisted Proposers.

Page 46: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER INSTRUCTION TO BIDDERS RFP # 200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 20 00 - 32 MAY 8, 2020 ADDENDUM

40.1.14 The right to reject any and all Proposals determined to be inadequate or unacceptable, at DC Water’s sole judgment.

40.1.15 The right to reject Proposals that contain conditions and/or contingencies which in DC Water’s sole judgment make the Proposal indefinite or incomplete.

40.1.16 The right to waive minor irregularities or any informality in any Proposal, provided such waiver does not result in an unfair advantage to any Proposers or waiver is in the interest of DC Water.

40.1.17 The right to reject any response that is non-responsive and not submitted in conformance with the solicitation and any addendum hereto. DC Water may reject any Proposer that is not financially viable or capable, in DC Water's sole judgment, of satisfactorily performing the work required in this solicitation.

§ 40.2 Additional Information: At any time during the evaluation and selection process, DC Water may request additional information that may not have been requested in the RFP document. When requested, the additional information must be submitted on request of DC Water within five (5) business days of the date of request. Failure to timely comply with a request for information may result in the elimination from further consideration.

Note: Such information may include audited financial reports and other data of the Proposer that may be requested by DC Water with respect to the Proposers operations. DC Water may use this information to determine the Proposer’s financial responsibility and ability to perform. DC Water may also use one or more sources of financial information, including but not limited to financial statements, tax report, credit report, etc. to determine Proposer’s financial viability. DC Water may use other third-party data such as Dun and Bradstreet report and other publicly available information to determine Proposer’s financial viability without requesting any financial statements or tax reports from Proposers. DC Water’s determination of Proposer’s financial viability shall be final.

~ END SECTION 00 20 00 ~

Page 47: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER BID DOCUMENT CHECKLIST RFP#200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 40 25 - 1 MAY 8, 2020 ADDENDUM

SECTION 00 40 25

BID DOCUMENT CHECKLIST

INSTRUCTIONS:

Submit each document listed in the Bid Document Checklist with the bid proposal. Initial in the column on the right-

hand side of each document title to indicate the document is submitted with the bid proposal. Sign the Bid Document

Checklist and submit it with the bid proposal.

SUBMISSION REQUIREMENT ITEMS SUBMITTED (BIDDER’S INITIALS)

SECTION NUMBER

DOCUMENT TITLE

TECHNICAL PROPOSAL

00 20 00 INSTRUCTION TO BIDDERS

ARTICLE 6.3.3 - COVER AND TRANSMITTAL LETTER

ARTICLE 6.3.4 - TABLE OF CONTENTS

ARTICLE 6.3.5 - EXECUTIVE SUMMARY

ARTICLE 18 – CLASS “A” BUSINESS LICENSE

ARTICLE 13.3 – CERTIFIED FINANCIAL STATEMENT (Submit in Separate Envelope)

ARTICLE 19 – Corporate Registration

ARTICLE 21 – Tax Registration and DOES Compliance Certificate or acknowledge ability to obtain prior to Notice of Award.

00 40 22 DC WATER GOOD FAITH EFFORTS CHECKLIST

MBE/WBE OUTREACH DBE GOOD FAITH EFFORT SUPPORTING DATA CHECKLIST DOCUMENTS

- MBE/WBE SUMMARY TO INCLUDE PERCENTAGES

- CURRENT MBE/WBE CERTIFICATIONS OF SELECTED

SUBCONTRACTORS

- GOOD FAITH EFFORTS SUPPORTING DOCUMENTATION

00 40 30 CONTRACTOR’S QUALIFICATION STATEMENT

No. 1 – 45 COMPLETE THE QUESTIONS

No. 46 - 49 COMPANY EXPERIENCE

No. 50 – 53 APPROACH/METHDOLOGY

No. 54 – 57 CAPACITY

No. 58 - 59 QUALIFICATION AND EXPERIENCE OF KEY

PERSONNEL

FORMS TO BE COMPLETED AND RETURNED WITH TECHNICAL PROPOSAL

00 40 00 BID FORM

00 40 25 BID DOCUMENT CHECKLIST

00 40 31 CONTRACTOR’S INTENT TO SUBCONTRACT CIPP PROPOSED WORK

00 45 01 CONTRACTOR’S IDENTIFICATION NUMBER

Page 48: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER BID DOCUMENT CHECKLIST RFP#200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 40 25 - 2 MAY 8, 2020 ADDENDUM

SUBMISSION REQUIREMENT ITEMS SUBMITTED (BIDDER’S INITIALS)

SECTION NUMBER

DOCUMENT TITLE

TECHNICAL PROPOSAL

00 45 02 USI FORM 1W

00 45 03 NON-COLLUSION AFFIDAVIT

00 45 04 CERTIFICATION REGARDING A DRUG FREE WORKPLACE

00 45 08 CONTRACTOR’S INTENT TO SUBCONTRACT WITH MINORITY OR WOMEN-OWNED BUSINESS ENTERPRISE

00 45 09 MINORITY OR WOMEN-OWNED BUSINESS ENTERPRISE INTENT TO SUBCONTRACT

00 45 16 CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER, RESPONSIBILITY MATTERS

00 45 17 ASSURANCE OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY GOALS

00 45 18 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICAT AND NON-SEGREGATED FACILITIES CERTIFICATE

00 45 19 DISCLOSURE OF LOBBYING ACTIVITIES

00 45 21 DC WATER WORKS PROGRAM – DISCLOSURE STATMENT

00 45 26 CERTIFICATION REGARDING LOBBYING

PRICE PROPOSAL

00 40 12 SCHEDULES OF PRICES (Submit in PDF and Excel Spreadsheet Format)

00 40 20 BID BOND

00 45 25 TAX CERTIFICATION AFFIDAVIT

00 45 30 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM DBE SUBCONTRACTOR PERFORMANCE FORM

00 45 31 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM DBE SUBCONTRACTOR UTILIZATION FORM

01 00 00-01 APPENDIX A

SUBCONTRACTING APPROVAL REQUEST

THE UNDERSIGNED BIDDER HEREWITH SUBMITS THE ABOVE REQUIRED DOCUMENTS.

~ END OF SECTION 00 40 25 ~

PRINT NAME OF BIDDER:

SIGNED BY:

PRINT NAME AND TITLE:

DATE:

Page 49: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 1 MAY 8, 2020 ADDENDUM

SECTION 00 40 30

CONTRACTOR'S QUALIFICATION STATEMENT

~ GENERAL BUSINESS INFORMATION~

1. How many years has your organization been in business as a Contractor?

2. How many years has your organization been in business under its present business name?

1) Under what other or former names has your organization operated?

a)

b) .

3. If your organization is a corporation, answer the following:

Date of incorporation: .

State of incorporation:

President's name:

Vice-president name(s):

1)

2) .

4. If your organization is a partnership, answer the following:

Date of Organization: .

Type of partnership (if applicable):

Name(s) of general partner(s):

1)

2)

3) .

5. If your organization is individually owned, answer the following:

Date of organization: .

Name of Owner:

1)

2) .

6. If your organization is a Joint Venture:

Date of organization: .

State of Organization:

Name, Address and Form of Organization of Joint Venture Partners (Indicate who is managing partner):

1)

Page 50: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 2 MAY 8, 2020 ADDENDUM

7. Give the name and detailed address of each affiliated and/or subsidiary company.

8. Has the applicant or any of its affiliates ever been the subject of any of the following actions: If yes, give date(s) of removal and reinstatement, cause for removal and project(s) involved.

Yes/No: Debarment:

1)

Yes/No: Deletion from a Prequalified Contractors List:

1)

Yes/No: Limited Denial of Participation:

1)

Yes/No: Voluntary withdrawal from a Prequalified Contractors List:

1)

Yes/No: An Owner terminated a contract with your firm:

1)

Yes/No: Other action which resembles debarment:

1)

Page 51: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 3 MAY 8, 2020 ADDENDUM

9. Has the applicant or any of its affiliates ever entered into project settlement or closeout agreements?

Yes/No: If yes, list with whom:

10. Has the applicant or any of its affiliates ever participated in a "Partnering" approach on any previous contract work?

a. Yes/No: If yes, list with whom:

11. Are any corporate officers, partners or owners connected to any other construction firms? Include information about the other firm(s) if an owner, partner, or officer of your firm holds a similar position in another firm, on a separate sheet, if needed.

a.

12. Is the Contractor a subsidiary, parent, holding company or affiliate of another construction firm? Include information about the other firm(s) if one firm owns 50% or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm, on a separate sheet, if needed.

13. How many times during the last five (5) years has your firm been required to pay either back wages or penalties for your firm’s failure to comply with prevailing wage laws/requirements?

14. In the last five (5) years has your firm reorganized under the protection of bankruptcy laws?

15. In the last five (5) years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder?

Page 52: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 4 MAY 8, 2020 ADDENDUM

~ LICENSING & REGISTRATION~

16. List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable.

STATE CATEGORY REGISTRATION /

LICENSE #

STATE OF PARTNERSHIP / TRADE NAME

~ BONDING & INSURANCES ~

17. Has the applicant or any of its affiliates ever been denied bonding or had bonding revoked?

a. Yes/No: If yes, list with whom:

18. Please provide the name of your bonding company, along with the name and address of your agent.

19. What is your Total Aggregate Bonding Capacity?

20. What is your Single Job Limit Bonding Capacity?

21. Attach a Letter from Your Surety Company that lists Total Aggregate Bonding Capacity, Single Job Limit and Available Bonding Capacity.

22. BONDING: What percent does Applicant pay for Surety bonds? %

23. BONDING: What percent of your Bonding Capacity is currently available? %

24. List all other sureties (name and full address) that have written bonds for your firm during the last five (5) years, including the dates during which each wrote the bonds, on a separate sheet, if needed:

.

25. In the last five (5) years, has any surety company made any payments on your firm’s behalf as a result of a default, to satisfy any claims made against a performance, payment or maintenance bond issued on your firm’s behalf, in connection with a construction project, either public or private?

a.

26. In the past five (5) years, has a surety completed a contract on your behalf, or paid for completion?

a.

27. In the last five (5) years, has any insurance carrier, for any form of insurance, refused to renew the insurance policy for your firm?

28. In the last five (5) years, has any surety refused to renew or provide a bond for your firm?

Page 53: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 5 MAY 8, 2020 ADDENDUM

29. Has your organization ever failed to complete any work awarded to it?

30. State your firm’s gross revenues for each of the last five (5) years:

2019: $

2018: $

2017: $

2016: $

2015: $

31. What is your projected firm’s gross revenues for 2020?

a.

~ SAFETY ~

32. Worker’s Compensation: What is your firm’s current worker’s compensation experience modification rate (EMR) and for each of the past four premium years? If you wish, you may attach a letter of explanation of your rating.

2019 EMR:

2018 EMR:

2017 EMR:

2016 EMR:

2015 EMR:

33. How often do you require documented safety meetings to be held for construction employees and field supervisors during the course of a project?

34. How many times has the federal OSHA cited and assessed penalties against your firm in the last five (5) years?

35. What are your OSHA / BLS Recordable Injury Frequency Rate (RIR) for the last five (5) years? (RIR is defined as the total number of OSHA recordable incidences divided by the total number of hours worked by all employees for the year x 200,000.)

2019 RIR:

2018 RIR:

2017 RIR:

2016 RIR:

2015 RIR:

36. What is your OSHA Lost Work Day Injury Frequency Rate (LWR) for the past five years? Is defined as the total number of injuries resulting in lost work days or restricted activity divided by the total number of hours worked by all employees for the year x 200,000).

2019 LWR:

2018 LWR:

2017 LWR:

2016 LWR:

2015 LWR:

Page 54: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 6 MAY 8, 2020 ADDENDUM

~ CLAIMS AND SUITS ~

37. In the past five (5) years has any claim against your firm concerning your firm’s work on a construction project been filed in court or arbitration?

a.

38. In the past five (5) years, has any surety company made any payments on your firm’s behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm’s behalf, in connection with a construction project, either public or private?

39. In the past five (5) years, has a surety completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner? Explain, and please attach details on a separate sheet, if needed.

40. In the last five (5) years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with either a public or private owner?

41. Are there any judgments, claims, Settlement Agreement in effect with an Owner, arbitration proceedings or suits pending or outstanding against your organization or its officers?

42. In the last five (5) years, has your organization filed any lawsuits or requested arbitration with regard to construction contracts? If yes, explain and give status on a separate sheet, if needed.

43. In the past five (5) years, has your firm or any of its key people been investigated for or found to have committed a violation of state, federal or local environmental protection laws? (if the answer is yes, please attached details on a separate sheet).

~ WOMEN, MINORITY, DISADVANTAGED OR LOCAL BUSINESS ~

44. DBE/MBE/WBE Status: Is your firm a qualified Disadvantage Business Enterprise (DBE); Minority Business Enterprise (MBE); and/or a Women’s Business Enterprise (WBE) with a US Environmental Protection Agency (EPA) accepted certification? If yes, please provide the certifying agency, certificate number and copy of the certification.

45. LBE/LSBE Status: Is your firm a qualified Local Business Enterprise (LBE); Local, or a Small Business Enterprise (LSBE)? If yes, please provide the certifying agency, certificate number and copy of the certification.

Page 55: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 7 MAY 8, 2020 ADDENDUM

~ SIGNATURE ~

I, , being duly sworn depose and say that the information provided herein is true and sufficiently complete so as not to be misleading.

BY:

TITLE:

DATE:

SIGNATURE:

Page 56: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 8 MAY 8, 2020 ADDENDUM

~ COMPANY EXPERIENCE ~

(In this section, please use separate sheet as needed.)

46. List a minimum of three (3) and a maximum of ten (10) construction projects with a similar scope as the scope for this contract that your organization has completed within the past five (5) years. Please use below form for each project. (5 pages limit per project)

Project No.: . Project Value: .

Project Name: . Project Start Date:

Project Owner: . Project Completion Date:

Owner’s Contact Name: . Project Completion percentage:

.

Owner’s Contact Number and Email:

.

Contact’s Role on Project: .

Project Summary Description:

Page 57: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 9 MAY 8, 2020 ADDENDUM

47. Answer the following questions as applicable.

No.

Project Scope

a Have you completed at least five (5) sewer mainline projects and sewer lateral projects with a minimum total of ten (10) laterals in an established neighborhood and/or roadway right-of-way to the property line and/or building sewer connection/cleanout, which involved road intersection and required traffic diversion/maintenance and involved temporary pavement and surface restoration within the last ten (10) years?

Yes/No:

b Have you completed at least five (5) gravity sewer projects up to and including of 48-inch diameter pipelines and appurtenances within roadway right-of-way, which involved road intersection and required traffic diversion/maintenance within the last 10 (ten) years?

Yes/No:

c Have you completed at least five (5) gravity sewer projects greater than 48-inch diameter pipelines and appurtenances within roadway right-of-way, which involved road intersection and required traffic diversion/maintenance within the last 10 (ten) years?

Yes/No:

d Have you completed at least five (5) sewer lining - CIPP projects up to and including of 24-inch diameter pipelines and appurtenances within roadway right-of-way, and a minimum of twenty (20) lateral reinstatements, including pre and post CCTV?

Yes/No:

e Have you completed at least five (5) sewer lining - CIPP projects greater than 24-inch diameter pipelines and appurtenances within roadway right-of-way, including pre and post CCTV?

Yes/No:

f Have you completed at least five (5) sewer shotcrete projects greater than 36-inch diameter pipelines and appurtenances within roadway right-of-way, including pre and post CCTV?

Yes/No:

g Have you completed at least five (5) pipeline projects which required raw sewage bypass pumping up to 8.0 MGD in an established neighborhood and involving the restoration of landscaped yards?

Yes/No:

h Have you completed at least two (2) pipeline projects which required raw sewage bypass pumping greater than 8.0 MGD in an established neighborhood and involving the restoration of landscaped yards?

Yes/No:

i Have you completed at least ten (10) sewer mainline CCTV projects in the last five (5) years?

Yes/No:

j Have you completed at least five (5) catch basin rehabilitation projects in the last five (5) years?

Yes/No:

k Have you completed at least five (5) manhole rehabilitation projects in the last five (5) years?

Yes/No:

l Have you completed at least three (3) water or sewer emergency service contracts in the last ten (10) years?

Yes/No:

m Have you completed at least three (3) repair/rehabilitation projects which required a 24/7 work effort in the last ten (10) years?

Yes/No:

n Does your Project Superintendent have a minimum of fifteen (15) years of experience in constructing water distribution, sewer and stormwater collection systems?

Yes/No:

o Have you worked on DC Water sewer repair/rehabilitation projects or contracts within the past ten (10) years? If yes, please list the projects including DC Water Project Manager.

Yes/No:

p Have you completed at least five (5) complex sewer pipeline projects as the prime contractor where you had to bring specialty subcontractors within the past five (5) years?

Yes/No:

Page 58: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 10 MAY 8, 2020 ADDENDUM

48. In the past five (5) years; what is your percentage of work that has been performed for Public Owners? %

49. In the past five (5) years; what is your average percentage of:

General Building Construction: %

Underground Utility Construction: %

Land Development Construction: %

Highway & Bridges Construction: %

Electrical Construction: %

Mechanical Construction: %

~ PROJECT SPECIFIC~

(In this section, please use separate sheet as needed.)

APPROACH/METHODOLOGY

50. Provide proposed communication plan including internal and external communication plan and strategies (1-page limit)

51. Describe your firm’s training/on-boarding plan for the project work (1-page limit)

52. What is your average percentage of work self-performed (based on annual revenue)? %

53. Submit a copy of the Contractor's current organization chart showing numbers of employees by discipline and project and the names and titles down through project manager and including project superintendents, on a separate sheet.

CAPACITY

54. Provide a complete work-in-progress schedule as of March 31, 2020 for all work under contract, showing percent complete, start date and anticipated completion date, initial contract amount, and current/final contract amount.

55. Provide an inventory of owned or leased equipment that would be applicable to and available for use on the subject work. Equipment should be identified as to type of equipment, manufacturer make and model, capacity or size, quantity, and typical function.

56. Describe your company’s approach to obtain the equipment required for the project which you currently may not own.

57. Please list manufacturers with which your firm has licensed applicator agreements.

.

Page 59: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 11 MAY 8, 2020 ADDENDUM

QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL

58. Provide proposed organizational chart for this project.

59. Provide a resume for the following proposed Key personnel for this project:

Project Manager

Project Superintendents

Project Foremen/Competent Person if not Foreman

Principal-in-charge

Project Scheduler

Safety Personnel

Other Key Personnel to be assigned to this contract

Include the following information in resume:

Years of construction experience

Years with Company

Number of years’, work experience with governmental agencies

List of similar projects including those listed in item No. 42

Safety certifications & training

Other certifications & training

Professional licenses

Years of experience in sewer main infrastructure repair and replacement

Years of experience in constructing sewer, stormwater and/or water distribution systems

~ END OF SECTION 00 40 30 ~

Page 60: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER CONTRACTOR’S QUALIFICATION STATEMENT RFP #200020 – EMERGENCY MAIN IR&R CONTRACT FOR FY21-FY23 00 40 30 - 12 MAY 8, 2020 ADDENDUM

THIS PAGE IS INTENTIONALLY LEFT BLANK

Page 61: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER SUPPLEMENTARY CONDITIONS IFB #200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 73 00 - 1 MAY 8, 2020 ADDENDUM

SECTION 00 73 00

SUPPLEMENTARY CONDITIONS

GENERAL

1.1 SUMMARY:

A. These Supplementary Conditions make additions, deletions, or revisions, to Section 00 70 00 – General Conditions as indicated herein. All provisions of the General Conditions (GCs) which are not modified by this Section remain in full force and effect.

1.2 RELATED DOCUMENTS:

A. Drawings, Technical Specification Sections, General and Supplementary Conditions of the Contract and other Divisions 00 and Division 01 Specification Sections, apply to this Section.

B. Specifications throughout all Divisions of the Project Manual are directly pertinent to this Section, and this Section is directly pertinent to them.

1.3 REFERENCED SECTIONS:

A. Sections specified elsewhere may include but are not limited to: 1. Section 00 70 00: General Conditions.

PRODUCTS

(NOT USED)

EXECUTION

3.1 ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE:

A. Delete Paragraph 3.6 of the General Conditions and replace with the text in Paragraph B below.

B. 3.6 Electronic Data: 1. A. Unless otherwise stated in the Supplementary Conditions, the electronic

data furnished by DC Water to Contractor, or by Contractor to DC Water, may be relied upon to the same extent as if the electronic data were presented through printed copies (also known as hard copies). Either party may provide files in an approved and agreed-upon electronic media format for text, data, graphics, or other acceptable types. Any conclusion or information obtained or derived from such electronic files will be understood by the parties to be acceptable, secure and reliable for the purposes intended.

2. B. The parties agree to safeguard all transferred and stored electronic data from deterioration, destruction or alteration, inadvertently or otherwise, without the express written authorization of the data’s creator. The party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60-day acceptance period will be corrected by the transferring party.

3. C. The transferring party represents and affirms that all documents transferred in an acceptable electronic media format shall conform to long term compatibility, usability, or readability of documents resulting from

Page 62: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER SUPPLEMENTARY CONDITIONS IFB #200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 73 00 - 2 MAY 8, 2020 ADDENDUM

the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator.

3.2 GC ARTICLE 10 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK:

A. Replace Paragraph 10.3.C and its Subparagraph with the following: B. The estimated quantities of Bid items for this Indefinite Delivery, Indefinite Quantity

Contract are established to help assure a balanced and fair evaluation of the Bid and do not reflect the actual or expected quantities that will be encountered under this Contract. Therefore, unless otherwise indicated, the unit price of an item of Unit Price Work will not be subject to reevaluation and adjustment by Change Order or Work Change Directive if the variation in the actual quantity of an item of Unit Price Work performed by Contractor differs from the quantity stated in the Schedule of Prices. Additionally, it is possible that no actual work will be performed for a Bid item and no compensation will be made for that Bid item.

~ END OF SECTION 00 73 00 ~

Page 63: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER REVISIONS, CLARIFICATIONS AND MODIFICATIONS

RFP #200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 90 00 - 1 MAY 08, 2020 ADDENDUM

SECTION 00 90 00

REVISONS, CLARIFICATIONS AND MODIFICATIONS

ADDENDA

Section No. ADDENDUM

NUMBER

No. of

Pages

Date

Issued

00 90 01 No. 1 66 05/08/20

~ END OF SECTION 00 90 00 ~

Page 64: PART 1. GENERAL · 08/05/2020  · SECTION 00 90 01 . ADDENDUM NO. 01 . DATE: 5/8/2020 . TO: PROSPECTIVE BIDDERS . SUBJECT: REQUEST FOR PROPOSAL NO: 200020 . REFERENCE: EMERGENCY

DC WATER REVISIONS, CLARIFICATIONS AND MODIFICATIONS

RFP #200020 – EMERGENCY SEWER MAIN IR&R CONTRACT FOR FY21-FY23 00 90 00 - 2 MAY 08, 2020 ADDENDUM

THIS PAGE IS INTENTIONALLY LEFT BLANK