continuation sheet - wmata
TRANSCRIPT
CONTINUATION SHEET FQ15074/MDG AMENDMENT 003
BLOCK 10 CONTINUATION – DESCRIPTION OF AMENDMENT/MODIFICATION
1. The purpose of Amendment 003 is to change/add/delete the following specifications sections:
a. Change Section 00413, BID FORM, Directions for Submitting Bid: From:
“1. Read and comply with the Invitation Instructions. This form shall be submitted with your Bid. 2. Bid Form and related required documents must be sealed, marked, and addressed as follows:
Washington Metropolitan Area Transit Authority Prmt File Room 3C-02 Bid under FQ15074 Office of Procurement 600 Fifth Street, N.W. Washington, D.C.
3. Bids shall be timely mailed or hand delivered to reach WMATA before 1500 (local time) on day of Bid closing.”
To:
“1. Read and comply with the Invitation Instructions. This form shall be submitted with your Bid. 2. Bid Form and related required documents must be sealed, marked, and addressed as follows:
Washington Metropolitan Area Transit Authority Prmt File Room 3C-02 Bid under FQ15074 Office of Procurement 600 Fifth Street, N.W. Washington, D.C.
3. Bids shall be timely mailed or hand delivered to reach WMATA before 1400 (local time) on day of Bid closing.”
Page 2 of 9
b. Change Section 00434, BID SCHEDULE, Article 00434.C, Item No. 0007: From:
“ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT 0007 Modify DC Switchgear 3 EA $_______
FFP
Pay Item includes modification and testing of one Authority furnished switchgear to receive cable from the top (B08TB2); and re-arrangement of the negative referenced cables at two locations prior to installation (B02TB and B06TB2).
FOB: Destination”
To:
“ITEM NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0007 Modify DC Switchgear LS N/A $_______
FFP
Pay Item includes modification and testing of one Authority furnished switchgear to receive cable from the top (B08TB2); and re-arrangement of the negative referenced cables at two locations prior to installation (B02TB and B06TB2).
FOB: Destination”
CONTINUATION SHEET FQ15074/MDG AMENDMENT 003
c. Change Section 00434, BID SCHEDULE, Article 00434.C, Item No. 0012: From:
“ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT 0012 Furnish and Install Batteries 60 EA $_______
FFP Pay Item includes furnishing, installing, testing and commissioning batteries at the location indicated; payment will be made when the work of this Pay Item at a TBS location is completed at that TBS location.
FOB: Destination”
To:
“ITEM NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0012 Furnish and Install Batteries LS N/A $_______
FFP
Pay Item includes furnishing, installing, testing and commissioning 60 batteries at the location indicated (B08TB2); and furnishing and delivering a BAE Battery Kit to an Authority facility that is located within the Authority service area.
FOB: Destination”
Page 4 of 9
d. Change Section 00434, BID SCHEDULE, Article 00434.C, Item No. 0014: From:
“ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT 0014 Site Access Factor-Option N/A $_______
FFP Allowance to address costs of delayed or cancelled Site access (see Section 00841, CONSIDERATION AND BASIS OF PAYMENT, for further definition). FOB: Destination”
TOTAL Line Items 0001 To 0013 $_______ TOTAL W/ OPTION $_______
To:
“ITEM NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0014 Site Access Factor Allowance N/A $_______
FFP Allowance to address costs of delayed or cancelled Site access (see Section 00841, CONSIDERATION AND BASIS OF PAYMENT, for further definition). FOB: Destination”
TOTAL Line Items 0001 To 0014 $_______
e. Change Section 00824, PERIOD OF PERFORMANCE, add Article 00824.D.3:
Add: “Contractor is not required to work at more than two sites concurrently.”
f. Change Section 00878, LIQUIDATED DAMAGES, Article A.2:
From:
“Milestone 6: Final Completion, $6,700 per Day.”
To:
“Milestone 7: Completion of sixth TBS location, $6,700 per Day.”
CONTINUATION SHEET FQ15074/MDG AMENDMENT 003
g. Change Section 00889, PARTNERING, Article 00789.A.2: From:
“All costs associated with initiating and maintaining this partnership, outside of participant’s salaries and travel and travel-related costs, will be agreed to by both parties and will be shared. The Authority will reimburse the Contractor 50 percent of the incurred cost up to the allowance specified on the Notes to Bidders in Section 00434, BID SCHEDULE. If the agreed cost exceeds the allowance specified on the Notes to Bidders in Section 00434, BID SCHEDULE, the Authority will reimburse the Contractor 100 percent of the cost over that amount.”
To:
“All costs associated with initiating and maintaining this partnership, outside of participant’s salaries and travel and travel-related costs, will be agreed to by both parties and will be shared. The Authority will reimburse the Contractor 50 percent of incurred Partnering cost.”
h. Change Section 00889, PARTNERING, Article 00789.B:
From:
“Measurement and Payment: 1. Allowance for Partnering Costs:
a. An allowance is identified in Section 00434, BID SCHEDULE, from Notes to Bidders of the Invitation to Bidders, to provide funds for the Contractor’s share of costs associated with partnering sessions.
b. The Contractor will be reimbursed for the Contractor’s share of hiring a Professional Facilitator (and for conducting the workshops) on an invoice basis from the allowance in accordance with the Contract payment provisions.”
To:
Measurement and Payment:
1. Partnering Costs: a. Section 00434, BID SCHEDULE, includes a Bid Item for General Requirements which will be used
to reimburse the Contractor for the Contractor’s share of Partnering costs. b. The Contractor will be reimbursed for the Contractor’s share of hiring a Professional Facilitator
(and for conducting the workshops) on an invoice basis in accordance with the Contract payment provisions.
Page 6 of 9
i. Change Section 01110, SUMMARY OF WORK, Paragraph 1.04.B.1: From:
“Schedule of all Shop Drawing submittals - Include in the schedule, as a minimum, all items listed in Table 16051C-I herein, and SCADA system submittal requirements.”
To:
“Schedule of all Shop Drawing submittals - Include in the schedule, as a minimum, all items listed in Table 1 herein, and SCADA system submittal requirements.”
j. Delete Section 01110, SUMMARY OF WORK, Paragraph 1.08.H:
Delete:
“Systems Integration: Develop a Systems Integration Plan as part of design development and perform and manage Systems Integration for the project in accordance with Section 01113, SYSTEMS INTEGRATION.”
k. Add Section 01111, CONTRACTOR KEY STAFF, Paragraph 1.03.A.4:
Add:
“Safety Superintendent: Identified candidate may be requested to attend an interview with Authority Safety staff. Approval by Authority Safety Department is required.”
l. Change Section 01111, CONTRACTOR KEY STAFF, Paragraph 1.04.F.5.a Safety Superintendent:
From:
“Shall have a minimum of 15 years experience in heavy industry construction safety practices and with a minimum of 5 years in rapid transit construction in operating conditions, and shall have completed OSHA Construction Safety Training and First Aid/CPR/Blood Borne Pathogens Training. Shall be a Certified Safety Professional (CSP).”
To:
“Shall have a minimum of 15 years experience in heavy industry construction safety practices and with a minimum of 5 years in rapid transit construction in operating conditions, and shall have completed OSHA Construction Safety Training (30 hour course) and First Aid/CPR/Blood Borne Pathogens Training. A Certified Safety Professional (CSP) is preferred, but is not required.”
CONTINUATION SHEET FQ15074/MDG AMENDMENT 003
m. Change Section 01111, CONTRACTOR KEY STAFF, Paragraph 1.04.F.6.a Foreman (full time): From:
“Shall have a minimum of 2 years experience working with high voltage and/or DC traction power equipment and a minimum of 1 year experience actively working in and around an electrified rail transit system; completion of an industry approved journeyman electrician apprentice program; and the attainment of the position of Foreman for a minimum of 2 years with oversight of a crew of no less than six Journeyman Electricians.”
To:
“Shall have a minimum of 2 years experience working with high voltage and/or DC traction power equipment and a minimum of 1 year experience actively working in and around an electrified rail transit system; current journeyman’s l icense through the completion of an industry approved journeyman electrician apprentice program; and the attainment of the position of Foreman for a minimum of 2 years with oversight of a crew of no less than six Journeyman Electricians.
n. Change Section 01141, ACCESS TO SITE, by adding Figure 1 as Page 5 of this Section:
Add: Figure 1 – Design Vehicle/Dynamic Excursion Envelope/Tangent Track
o. Change Section 01470, QUALITY MANAGEMENT PLAN, Paragraph 1.03.C:
From:
“Quality Procedures: Procedures for each of the quality elements in the Quality Plan within 90 Days of NTP.”
To:
“Quality Procedures: Procedures for each of the quality elements in the Quality Plan within 45 Days of NTP.”
p. Remove Section 00451, Paragraph C.4, PRE-EMPLOYMENT CRIMINAL BACKGROUND CHECK REQUIREMENT in its
entirety.
2. The purpose of Amendment 003 is to replace/add the following drawings:
a. Replace Drawing TBS-G-004 Rev 0 with Drawing TBS-G-004 Rev 1
b. Add Drawing TBS-G-1100 Rev 0
c. Replace Drawing A10TB1-TB-202 Rev 0 with Drawing A10TB1-TB-202 Rev 1
d. Replace Drawing B02TBS-TB-202 Rev 0 with Drawing B02TBS-TB-202 Rev 1
e. Replace Drawing B06TB2-TB-200 Rev 0 with Drawing B06TB2-TB-200 Rev 1
3. All other contents of the Contract Documents remain the same.
Page 8 of 9
END OF AMENDMENT
Washington Metropolitan Area Transit Authority Contract No. FQ15074 Install 6 DC Switchgear Lineups
Figure 1
END OF SECTION
Access to Site Section 01141 – 5 DBB V1 8/2013
Washington Metropolitan Area Transit Authority Contract No. FQ15074 IFB FQ15074/MDG Date: October 17, 2014
SECTION 00434
BID SCHEDULE
(Submit with Bid)
A. DESCRIPTION OF WORK
1. The Contractor shall build the Facilities in the manner and at the locations set forth in the IFB Documents of this Invitation, and in accordance with the Bid as finally accepted by the Authority. The Contractor shall construct the facility in strict accordance with the Contract Documents and in full compliance with the Rules and Regulations of the Jurisdictional Authorities.
B. BASIS FOR AWARD
1. The Authority will award a contract to the lowest responsive and responsible bidder whose bid conforms to this Invitation for Bids is determined to be the most advantageous to the Authority, considering only price and price related factors included in the IFB.
2. If, after receipt of the bids, the Contracting Officer determines that adequate price competition does not exist, the Offeror shall provide certified cost or pricing data as requested by the Contracting Officer.
C. BID SCHEDULE
Bid Schedule Section 00434 – 35 DBB V1 8/2013
Washington Metropolitan Area Transit Authority Contract No. FQ15074 IFB FQ15074/MDG Date: October 17, 2014
Bid Schedule ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0001
1 LOT
$ -
Mobilization
FFP
In accordance with Division 1 Section 1722, Mobilization will be paid monthly in two equal payments over the first 2 months of the Contract.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0002
1 EA
$ -
General Requirements
FFP
General Requirements, which addresses Division 1 requirements to include Training, Permitting, Partnering, Certifiable Items List, As-built Drawings and Specifications, and Quality Plan; This CLIN does not include Mobilization.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0003
6 EA
$ -
Jumper Cable Installation/Removal
FFP
Pay Item includes witnessing the testing of ETS and DTS conducted by the Authority and reporting findings; installation of jumper cables to electrically isolate the TBS from the traction power system prior to initiation of existing equipment removal and equipment installation; and removal of jumper cables after completion of work.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0004
6 EA
$ -
Demolition
FFP
Bid Schedule Section 00434 – 36 DBB V1 8/2013
Washington Metropolitan Area Transit Authority Contract No. FQ15074 IFB FQ15074/MDG Date: October 17, 2014
Pay Item includes demolition of existing DC Switchgear, and electrical equipment and materials associated with removal of DC Switchgear.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE
NOT TO EXCEED AMOUNT
0005
3 EA
$ -
Replace Insulated Floor Topping
FFP
Pay Item includes removal and replacement of insulated floor topping based on condition assessment by the Authority, and testing of completed insulated floor topping.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0006
3 EA
$ -
Repair Insulated Floor Topping
FFP
Pay Item includes repair of insulated floor topping based on condition assessment by the Authority, and testing of insulated floor topping prior to repair and after completion of repair.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0007
1 LS
$ -
Modify DC Switchgear
FFP
Pay Item includes modification and testing of one Authority furnished switchgear to receive cable from the top (B08TB2); and re-arrangement of the negative referenced cables at two locations prior to installation (B02TB and B06TB2).
Bid Schedule Section 00434 – 37 DBB V1 8/2013
Washington Metropolitan Area Transit Authority Contract No. FQ15074 IFB FQ15074/MDG Date: October 17, 2014
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0008
1 EA
$ -
Install DC Switchgear - 4 Cubicles
FFP
Pay Item includes delivery of DC Switchgear and DC Circuit Breaker Test Cabinet from WMATA storage facility to Site; furnishing electrical equipment and materials associated with installation of DC Switchgear, and lighting; installation, testing, commissioning, and Acceptance of DC Switchgear, electrical equipment and materials associated with installation of DC Switchgear, and lighting; component testing and system integration testing of Tie-Breaker equipment for local control within TBS and central control from Authority’s Rail Operations Controls Centers at Carmen Turner Facility and at Jackson Graham Building via the Data Transmission System (DTS). This Pay Item does not include SCADA testing
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0009
4 EA
$ -
Install DC Switchgear - 5 Cubicles
FFP
Pay Item includes delivery of DC Switchgear and DC Circuit Breaker Test Cabinet from WMATA storage facility to Site; furnishing electrical equipment and materials associated with installation of DC Switchgear, and lighting; installation, testing, commissioning, and Acceptance of DC Switchgear, electrical equipment and materials associated with installation of DC Switchgear, and lighting; component testing and system integration testing of Tie-Breaker equipment for local control within TBS and central control from Authority’s Rail Operations Controls Centers at Carmen Turner Facility and at Jackson Graham Building via the Data Transmission System (DTS). This Pay Item does not include SCADA testing
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0010
1 EA
$ -
Install DC Switchgear - 6 Cubicles
FFP
Bid Schedule Section 00434 – 38 DBB V1 8/2013
Washington Metropolitan Area Transit Authority Contract No. FQ15074 IFB FQ15074/MDG Date: October 17, 2014
Pay Item includes delivery of DC Switchgear and DC Circuit Breaker Test Cabinet from WMATA storage facility to Site; furnishing electrical equipment and materials associated with installation of DC Switchgear, and lighting; installation, testing, commissioning, and Acceptance of DC Switchgear, electrical equipment and materials associated with installation of DC Switchgear, and lighting; component testing and system integration testing of Tie-Breaker equipment for local control within TBS and central control from Authority’s Rail Operations Controls Centers at Carmen Turner Facility and at Jackson Graham Building via the Data Transmission System (DTS). This Pay Item does not include SCADA testing
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0011
3 EA
$ -
Install SCADA Equipment
FFP
Pay Item includes installation of Authority furnished SCADA equipment, and performing installation tests for the installed SCADA equipment. Component simulation and cable continuity testing for DTR, and, DIO, is included in this Pay Item. SCADA equipment interconnection and Integration testing will be by Authority.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE
NOT TO EXCEED AMOUNT
0012
1 LS
$ -
Furnish and Install Batteries
FFP
Pay Item includes furnishing, installing, testing and commissioning batteries at the location indicated; payment will be made when the work of this Pay Item at a TBS location is completed at that TBS location.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE AMOUNT
0013
1 EA
$ -
Furnish and Install Battery Chargers
Bid Schedule Section 00434 – 39 DBB V1 8/2013
Washington Metropolitan Area Transit Authority Contract No. FQ15074 IFB FQ15074/MDG Date: October 17, 2014
FFP
Pay Item includes furnishing, installing, testing and commissioning battery chargers at the location indicated; payment will be made when the work of this Pay Item at a TBS location is completed at that TBS location.
FOB: Destination
ITEM NO DESCRIPTION QUANTITIY UNIT UNIT PRICE
NOT TO EXCEED AMOUNT
0014 Option
1 Allowance
$ -
Site Access Factor - Option
Cost Reimbursable
Allowance to address costs of delayed or cancelled Site access (see Section 00841, CONSIDERATION AND BASIS OF PAYMENT, for further definition).
FOB: Destination
TOTAL CLINS 0001 TO 0014
$ -
Bid Schedule Section 00434 – 40 DBB V1 8/2013