FQ12217 - FIRE IDIQ - RFP.pdf - WMATA

198
Request For Proposal SUPPLY AND INSTALLATION OF FIRE AND LIFE SAFETY SYSTEMS - IDIQ RFP NO. FQ12217 Date: September 28, 2012 Washington Metropolitan Area Transit Authority

Transcript of FQ12217 - FIRE IDIQ - RFP.pdf - WMATA

Request For

Proposal

SUPPLY AND INSTALLATION OF FIRE AND LIFE SAFETY SYSTEMS - IDIQ

RFP NO. FQ12217

Date: September 28, 2012

Washington Metropolitan Area Transit Authority

Washington Metropolitan Area Transit Authority RFP: FQ12217

1

Date: September 28, 2012 SUBJECT: RFP No. FQ12217 Dear Sir/Madam: The Washington Metropolitan Area Transit Authority (WMATA) requires the services of a qualified contractor to provide the Authority all necessary management, supervision and technical personnel, tools, materials and equipment, site surveys, detailed design, permitting, installation, programming, design support, testing, warranty repair, identification, and as-built documentation for all fire protection and life safety systems as required per WMATA provided drawings. If you have any questions, Technical, Contractual, or Administrative, please e-mail them to [email protected] and [email protected] no later than Close of Business, October 19, 2012. WMATA will provide written answers, by e-mail to all those who obtain the RFP and provide their e-mail addresses. If an amendment is issued resulting from questions and answers, it will be posted on our website. Your proposal must be received with all required submittals as stated in the RFP, no later than 2:00PM, November 7, 2012 at WMATA, Office of Procurement and Materials, 600 Fifth Street, NW, Room 3C-02, Washington, DC 20001-2651. Sincerely, Contracting Officer Office of Procurement and Materials Enclosure:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP FQ12217

2

TABLE OF CONTENTS

DIRECTIONS FOR SUBMITTING OFFER ...................................................................................................... 1

NOTICE TO OFFERORS .................................................................................................................................... 2

NOTICE TO ALL VENDORS ............................................................................................................................. 3

SOLICITATION, OFFER AND AWARD ........................................................................................................... 4

PRICE SCHEDULE SHEET ........................................................................................................................... 6

SOLICITATION INSTRUCTIONS ................................................................................................................ 23 1. DEFINITIONS ....................................................................................................................................... 23 2. PREPARATION OF OFFERS ........................................................................................................... 24 3. EXPLANATION TO OFFERORS ...................................................................................................... 24 4. PRIOR REPRESENTATIONS ........................................................................................................... 25 5. ACKNOWLEDGMENT OF AMENDMENTS ................................................................................... 25 6. PRE-PROPOSAL CONFERENCE ................................................................................................... 25 7. REVISIONS PRIOR TO DATE SET FOR RECEIPT OF PROPOSALS .................................... 25 8. SUBMISSION OF OFFERS ............................................................................................................... 25 9. LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF OFFERS .................... 26 10. PROPOSAL GUARANTEE ............................................................................................................... 27 11. CONTRACT AND BONDS ................................................................................................................ 27 12. MINIMUM PROPOSAL ACCEPTANCE PERIOD ......................................................................... 27 13. CONTRACT AWARD ......................................................................................................................... 28 14. DISADVANTAGED BUSINESS ENTERPRISES REQUIREMENTS ......................................... 28 15. OPPORTUNITY FOR DISADVANTAGED BUSINESS ENTERPRISES TO PROPOSE ........ 29 16. NOTICE OF PROTEST POLICY ...................................................................................................... 29 17. PRE AWARD INFORMATION .......................................................................................................... 29 18. PROPOSAL FORMAT INSTRUCTIONS/REQUIREMENTS ....................................................... 30 19. RESTRICTION ON DISCLOSURE AND USE OF DATA ............................................................. 33 20. AWARD ................................................................................................................................................. 33 21. BASIS FOR AWARD .......................................................................................................................... 33 22. PROPOSAL EVALUATION CRITERIA ........................................................................................... 34 23. RATINGS FOR PROPOSAL EVALUATION CRITERIA .............................................................. 36 24. DEFINITIONS FOR TECHNICAL EVALUATION .......................................................................... 37 25. PRICE PROPOSAL EVALUATION ................................................................................................. 37 26. TYPE OF CONTRACT........................................................................................................................ 38 27. ENGLISH LANGUAGE AND UNITED STATES CURRENCY .................................................... 38 28. FEDERAL/LOCAL/STATE SALES TAX ......................................................................................... 38 29. BRAND NAME OR EQUAL ............................................................................................................... 38

REPRESENTATIONS AND CERTIFICATIONS ........................................................................................... 41

REPRESENTATIONS ................................................................................................................................... 41 1. TYPE OF BUSINESS ORGANIZATION .......................................................................................... 41 2. AFFILIATION AND IDENTIFYING DATA ....................................................................................... 41 3. PREVIOUS CONTRACTS AND COMPLIANCE REPORTS ....................................................... 41 4. DISADVANTAGED BUSINESS ENTERPRISE ............................................................................. 42 5. AFFIRMATIVE ACTION COMPLIANCE ......................................................................................... 42

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP FQ12217

3

CERTIFICATIONS ......................................................................................................................................... 42 6. COVENANT AGAINST GRATUITIES ............................................................................................. 42 7. CONTINGENT FEE ............................................................................................................................. 42 8. CLEAN AIR AND WATER CERTIFICATION ................................................................................. 43 9. DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNANTARY EXLCUSION .......... 43 10. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION ............................................. 44 11. CERTIFICATION OF NONSEGREGATED FACILITIES .............................................................. 44 12. NONDISCRIMINATION ASSURANCE ............................................................................................ 45 13. CERTIFICATION OF RESTRICTIONS ON LOBBYING ............................................................... 45 14. BUY AMERICA ACT CERTIFICATION ........................................................................................... 46 15. CERTIFICATION OF NON-DELINQUENT TAXES ....................................................................... 47

PRE-AWARD EVALUATION DATA ............................................................................................................... 49

PART II, SECTION 1 - GENERAL PROVISIONS ........................................................................................ 53 1. DEFINITIONS ....................................................................................................................................... 53 2. ACCOUNTING AND RECORD KEEPING ...................................................................................... 54 3. ASSIGNMENT ..................................................................................................................................... 56 4. AUDIT RECORDS-NEGOTIATION .................................................................................................. 56 5. CERTIFICATE OF CURRENT COST OR PRICING DATA ......................................................... 57 6. CHANGES ............................................................................................................................................ 58 7. NONDISCRIMINATION ASSURANCE ............................................................................................ 58 8. CONFLICT OF INTEREST ................................................................................................................ 60 9. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME

COMPENSATION ............................................................................................................................... 60 10. CONVICT LABOR ............................................................................................................................... 62 11. CORRECTION OF DEFICIENCIES .................................................................................................. 62 12. COST OR PRICING DATA ................................................................................................................ 65 13. COVENANT AGAINST CONTINGENT FEES ................................................................................ 65 14. DEFAULT ............................................................................................................................................. 66 15. DELAY OF WORK .............................................................................................................................. 67 16. DISPUTES ............................................................................................................................................ 68 17. EMPLOYMENT RESTRICTION WARRANTY ............................................................................... 69 18. EXTRAS ................................................................................................................................................ 69 19. FEDERAL, STATE AND LOCAL TAXES ....................................................................................... 69 20. GRATUITIES ........................................................................................................................................ 70 21. INSPECTION OF SERVICES ............................................................................................................ 72 22. INSPECTION OF SUPPLIES ............................................................................................................ 73 23. LIMITATION ON WITHHOLDING PAYMENTS ............................................................................. 75 24. NEW MATERIAL ................................................................................................................................. 75 25. NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT 75 26. NOTICE TO THE AUTHORITY OF LABOR DISPUTES .............................................................. 75 27. OFFICIALS NOT TO BENEFIT ......................................................................................................... 76 28. ORDER OF PRECEDENCE .............................................................................................................. 76 29. PATENT AND RIGHTS IN DATA ..................................................................................................... 76 30. PATENT INDEMNITY ......................................................................................................................... 79 31. PAYMENTS .......................................................................................................................................... 79 32. PAYMENT DEDUCTIONS - NONCOMPLIANCE WITH DBE REQUIREMENTS .................... 80

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP FQ12217

4

33. PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA — PRICE ADJUSTMENTS .................................................................................................................................. 80

34. PRICING OF ADJUSTMENTS .......................................................................................................... 81 35. RESPONSIBILITY FOR INSPECTION ............................................................................................ 81 36. RETENTION OF DOCUMENTS ........................................................................................................ 81 37. RIGHTS IN TECHNICAL DATA ........................................................................................................ 82 38. ROYALTY INFORMATION ................................................................................................................ 83 39. SEAT BELT USE POLICY ................................................................................................................. 84 40. SENSITIVE SECURITY INFORMATION ......................................................................................... 84 41. STOP WORK ORDER ........................................................................................................................ 84 42. SUBCONTRACT PAYMENTS .......................................................................................................... 85 43. SUBCONTRACTOR COST AND PRICING DATA-PRICE ADJUSTMENTS ........................... 85 44. TERMINATION FOR CONVENIENCE OF THE AUTHORITY .................................................... 86 45. TITLE AND RISK OF LOSS .............................................................................................................. 90 46. VARIATION IN QUANTITY ................................................................................................................ 91 47. WALSH-HEALEY PUBLIC CONTRACTS ACT ............................................................................. 91 SUPPLEMENTAL PROVISIONS REQUIRED IN FEDERALLY FUNDED CONTRACTS ............ 91 48. ACCESS TO RECORDS .................................................................................................................... 91 49. BUY AMERICA .................................................................................................................................... 92 50. CARGO PREFERENCE REQUIREMENTS .................................................................................... 92 51. CLEAN AIR .......................................................................................................................................... 92 52. CLEAN WATER ................................................................................................................................... 93 53. CONTRACTS INVOLVING FEDERAL PRIVACY ACT REQUIREMENTS ............................... 93 54. ENERGY CONSERVATION .............................................................................................................. 93 55. FEDERAL CHANGES ........................................................................................................................ 93 56. FLY AMERICA REQUIREMENTS .................................................................................................... 94 57. GOVERNMENT-WIDE DEBARMENT OR SUSPENSION ........................................................... 94 58. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS ................... 94 59. LOBBYING ........................................................................................................................................... 95 60. NO OBLIGATION BY THE FEDERAL GOVERNMENT ............................................................... 95 61. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS

95 62. RECOVERED MATERIALS .............................................................................................................. 96 63. RIGHTS IN DATA AND COPYRIGHTING - FTA ........................................................................... 96

PART II, SECTION 2 - SPECIAL PROVISIONS........................................................................................... 98 1. ORDERING PERIOD .......................................................................................................................... 99 2. DELIVERY SCHEDULE ..................................................................................................................... 99 3. OPTION QUANTITIES........................................................................................................................ 99 4. AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR ..................................................... 99 5. PRICING ............................................................................................................................................... 99 6. PAYMENT TERMS ............................................................................................................................. 99 7. BILLING AND PAYMENT .................................................................................................................. 99 8. POINT OF CONTACT ....................................................................................................................... 100 9. F.O.B. DESTINATION ...................................................................................................................... 100 10. CONTRACTOR PERSONNEL ........................................................................................................ 101 11. PRE-EMPLOYMENT CRIMINAL BACKGROUND CHECK REQUIREMENT ........................ 101 12. MOST FAVORED CUSTOMER ...................................................................................................... 102

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP FQ12217

5

13. CONDITIONS AFFECTING THE WORK ...................................................................................... 102 14. WARRANTY ....................................................................................................................................... 102 15. INDEMNITY ........................................................................................................................................ 103 16. GENERAL INSURANCE REQUIREMENTS................................................................................. 104 17. BOND REQUIREMENTS ................................................................................................................. 106 18. PROPOSAL SECURITY .................................................................................................................. 107 19. LAWS AND REGULATIONS .......................................................................................................... 107 20. PRIME CONTRACTOR DBE RESPONSIBILITIES .................................................................... 107 21. FEDERAL/LOCAL/STATE SALES TAX ....................................................................................... 107 22. CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR) .............................. 108 23. HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA ................. 109 24. SPECIAL DELIVERY INSTRUCTIONS ......................................................................................... 110 25. INSPECTION, TESTING AND ACCEPTANCE ............................................................................ 110 26. FIRST ARTICLE ................................................................................................................................ 110 27. ORGANIZATIONAL CONFLICT OF INTEREST ......................................................................... 111 28. RIGHTS IN TECHNICAL DATA - UNLIMITED ............................................................................ 111 29. LIQUIDATED DAMAGES ................................................................................................................ 113 30. FORCE MAJEURE CLAUSE .......................................................................................................... 113 31. SITE VISIT/INSPECTION ................................................................................................................. 113 32. GARNISHMENT OF PAYMENTS .................................................................................................. 114 33. GOVERNING LAW............................................................................................................................ 114 34. SAFETY REQUIREMENTS ............................................................................................................. 114 35. LIVING WAGE ................................................................................................................................... 114 36. METRIC SYSTEM ............................................................................................................................. 115 37. SEISMIC SAFETY REQUIREMENTS ............................................................................................ 115 38. RECYCLED PRODUCTS ................................................................................................................. 115 39. NOTIFICATION OF FEDERAL PARTICIPATION ....................................................................... 115 40. WHISTLEBLOWER PROTECTION ............................................................................................... 116 41. DRUG AND ALCOHOL TESTING ................................................................................................. 118 42. DAVIS-BACON AND COPELAND ANTI-KICKBACK ACTS .................................................... 118

METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS RIDER CLAUSE ................... 119

BOND FORMS.............................................................................................................................................. 121

PART III STATEMENT OF WORK................................................................................................................ 127

APPENDIX B .................................................................................................................................................... 164

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP FQ12217

1

DIRECTIONS FOR SUBMITTING OFFER

1. Read and comply with the Solicitation Instructions. 2. Envelopes containing Technical and Price proposals must be sealed and separately marked

and addressed to:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 5

th Street, NW

Washington, DC 20001 Room 3C-02

Attn: William Geroux/CA ALL ENVELOPES OR PACKAGES MUST BE SEPARATELY MARKED WITH SOLICITATION NUMBER AS SPECIFIED HEREWITH. PROPOSAL SHALL BE TIMELY MAILED OR HAND DELIVERED TO REACH WMATA BEFORE 2:00 P.M. (LOCAL TIME) November 7, 2012.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP FQ12217

2

NOTICE TO OFFERORS IN ORDER TO ENSURE THAT YOUR PROPOSAL COMPLIES WITH THE AUTHORITY’S PROCUREMENT REGULATIONS AND THAT IT WILL BE ACCEPTABLE TO THE AUTHORITY, THE FOLLOWING FORMS MUST BE COMPLETED & SUBMITTED AS SPECIFIED BELOW WITH YOUR OFFER: SOLICITATION, OFFER & AWARD FORM (Must be signed.) - VOLUME III PRICE SCHEDULE- VOLUME I

REPRESENTATIONS AND CERTIFICATIONS- VOLUME III

PRE-AWARD DATA- VOLUME III

ACKNOWLEDGMENT OF AMENDMENTS (IF ANY)- VOLUME III

TECHICAL PROPOSAL VOLUME II PROOF OF INSURANCE ELIGIBILITY - VOLUME III

APPENDIX B (IF APPLICABLE) - VOLUME III FAILURE TO SUBMIT ANY PORTION OF THESE REQUIREMENTS AS SPECIFIED MAY CAUSE YOUR PROPOSAL TO BE CONSIDERED NON-RESPONSIVE AND SUBSEQUENTLY REJECTED. Questions concerning this Request for Proposal may be directed to William Geroux at 202-962-2467 and [email protected] or Michael Glimp at 202-962-2086 or [email protected].

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP FQ12217

3

NOTICE TO ALL VENDORS

Please be advised that all vendors and contractors who have NOT done business with the Washington Metropolitan Area Transit Authority (WMATA) must register in the WMATA Vendor Registration System. Registration is located at http://www.wmata.com New Vendor Registration. If you are a vendor or contractor and HAVE done business with WMATA in the past, please electronically request your company’s User ID and Password at http://www.wmata.com Forgot User Id/Password.

Attention to Disadvantaged Business Enterprise (DBE)/Small Business and Local Preference Program (SBLPP) companies:

Minority and women owned businesses who are interested in becoming a WMATA DBE should complete an online DBE application. Self certification is required for Small Business and Local Preference as a part of the Vendor Registration. Registered Vendor Benefits:

Visibility to WMATA contract administrators and/or purchasing agents during the purchasing decision period;

Visibility to other 17,500 registered vendors for possible business opportunities;

Opportunity to update online, company information such as an e-mail address or contact person on-line;

Sign up for electronic payment option; and

Ability to electronically reset User Id and Password. Any questions regarding registration may be addressed to Vendor Relations at (202) 962-1408 or [email protected].

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

4

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY

SOLICITATION, OFFER AND AWARD

CONTRACT NO. SOLICITATION NO. DATE ISSUED ADDRESS OFFER TO OFFICE OF PROCUREMENT

FQ12217 RFP FQ12217

9/28/12

Office of Procurement 600 Fifth Street NW

Washington, DC 20001 X ADVERTISED NEGOTIATED

SOLICITATION Sealed offer in original and TWO (2) copies for furnishing the supplies or services in the schedules will be received at Authority until 2:00 P.M. local time 11/7/12. (Hour) (Date) If this is an advertised solicitation, offers will be publicly opened at that time. CAUTION – LATE OFFERS: See paragraph 6 of Solicitation Instructions. All offers are subject to the following: 1. The Solicitation Instructions which are attached. 2. The General Provisions, which are attached. 3. The Schedule included herein and/or attached hereto. 4. Such other provisions, representations, certifications, and specifications, as are attached or incorporated herein by reference.

Bidder’s Phone Number Bidder’s Fax Number

SCHEDULE ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

$

(See continuation of schedule on page 22)

DUN & BRADSTREET ID NUMBER:

OFFEROR Name and Address

(Street, city, county, state, and zip code)

Name and Title of Person Authorized to Sign Offer (Print or Type)

Signature Offer Date

Check if remittance is different from above — enter such address in Schedule AWARD (To be completed by The Authority)

ACCEPTANCE AND AWARD ARE HEREBY MADE FOR THE FOLLOWING ITEM(S): ITEM NO. QUANTITY UNIT UNIT PRICE

The total amount of this award is $ Name of Contracting Officer (Print of Type) WASHINGTON METROPOLITAN TRANSIT AUTHORITY AWARD DATE

5

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY

SOLICITATION, OFFER AND AWARD

CONTINUATION SHEET THE UNDERSIGNED ACKNOWLEDGES RECEIPT OF THE FOLLOWING AMENDMENTS TO SOLICITATION RFP-FQ12217 Amendment Number Dated Amendment Number Dated Amendment Number Dated Amendment Number Dated Amendment Number Dated Amendment Number Dated

Failure to acknowledge receipt of all amendments may render the offer unacceptable.

_____________________________________

Authorized Signature Company Name Date

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

6

PRICE SCHEDULE SHEET The Unit Price Schedule Estimated Amounts are for proposal purposes only. The Authority does not guarantee the Estimated Amounts. The Authority will issue the work through an Order for Services (OFS). The actual amount shall be based upon the actual Orders for Services issued and the total aggregate amounts may be lower or higher than the Estimated Amounts per contract period. No price adjustments shall be made due to variations in amounts from the Estimated Amounts to the actual amounts. The Authority’s obligation is limited to the value of Orders for Services issued. This is an Indefinite Quantity Indefinite Delivery (IDIQ) type contract for a Base Period and three (3) one year renewable Option Periods. The following estimated amounts are for proposal purposes only, and are not guaranteed:

ITEM NUMBER ORDERING PERIOD * ESTIMATED

AGGREGATE AMOUNT (for all awards)

0001

BASE YEAR Notice to Proceed (NTP) through 365

calendar days

$5,000,000.00 to $10,000,000.00

1001 OPTION YEAR 1 365 calendar days

$5,000,000.00 to $10,000,000.00

2001 OPTION YEAR 2 365 calendar days

$5,000,000.00 to $10,000,000.00

3001 OPTION YEAR 3 365 calendar days

$5,000,000.00 to $10,000,000.00

The estimated amounts for option years and aggregate amounts are only rough orders of magnitude. The guaranteed minimum amount for each awarded contract is $250,000 for the base period. No guaranteed minimum will be issued for the remaining option periods. The estimated aggregate value for all awarded contracts, inclusive of all option periods, is $25,000,000.00 to $30,000,000.00. *The Ordering Period establishes date limits for the issuance of Individual Orders for Service. Actual performance periods for completion of work included in Individual Orders for Services may extend beyond these dates. The actual value of each contract period is based on the cumulative amounts of Individual Orders for Services and any modifications thereto.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

7

The Authority anticipates making multiple awards, but reserves the right to award a single contract. If the price list does not establish the price for a supply or service of a particular task, the Authority reserves the right to solicit proposals for the specific order. The Contractor shall perform all work in accordance with the scope of work contained in individual Task Orders under this contract. The Task Order amount is derived by identifying the item in the price list, and/or the appropriate bare cost line items in the unit price book necessary to satisfy the technical specification and requirements of the project. The Coefficient, City Cost Index are then applied to arrive at the total Task Order amount.

IDIQ PRICE LISTS

COEFFICIENT FACTOR (Overview) a. The coefficient factor is the Contractor’s multiplier for overhead and profit. The coefficient also includes any overhead and profit for subcontractors hired by the Contractor. No additional compensation for utilizing subcontractors will be paid by the Authority. Each Offeror submitting a proposal must submit the coefficient as a numeric expression. For example, a numeric expression is an expression described as 1.15. The coefficient may be carried up to two (2) decimal places only. Do not describe the coefficient as a percentage. The contractor shall submit a cost breakdown supporting the proposed coefficients as part of the price proposal. b. The offeror shall provide a coefficient factor for the base and all option years. c. The following is a representative list of items that are indicative of, but not limited to those that the Contractor is expected to provide as part of normal overhead cost.

Prime Contractor’s overhead and profit.

Sub Contractor’s overhead and profit.

Base labor rate mark-ups.

Wage difference between the Unit Price Book (UPB) base labor rate and Davis Bacon labor rate.

Incidental engineering and planning.

Quality control and inspection.

Supervision and Management

General Requirements

Customary small tools or equipment provided by the company or worker. In addition to the aforementioned items, the following UPB line items are not allowed in the Contractor’s estimate as unit price line items. Such line items should be factored into the Offeror’s coefficient.

Management fees.

Contingency allowances.

Job conditions allowance.

Field personnel (except field engineer and general purpose laborer).

Insurance.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

8

Main office expense.

General Contractor’s mark-up

Overhead

Performance bond.

Scheduling.

Temporary Utilities.

Field offices sheds and storage.

Field office expense.

Personnel protection equipment.

Safety nets. PREPRICED COEFFICIENT FACTOR The prepriced coefficient factor is the multiplier applied to the bare cost line items listed in the Unit Price Book (UPB), and the cost line items are not contained in the contract Unit Price Schedule. NON-PREPRICED COEFFICIENT FACTOR The non-prepriced coefficient factor is the multiplier used for line items not listed in UPB. Specific line items not contained in the contract Unit Price Schedule or UPB, or has not been added as a prepriced item via contract modification, may the Contractor use non-prepriced line items. Non-prepriced line items are shown in the Contractor’s estimate as bare cost. The City Cost Index rate is not applied to labor, material and equipment since the prices quoted are equivalent to the local geographical area. UNIT PRICE BOOK (UPB) The UPB is the 2012 R.S. Electrical Cost Data book. The 2012 R.S. Electrical Cost Data book shall be used for the entire term of the contract, to include option years. Partial year price updates published by the R.S. Means are not allowed. R.S. Means unit price books are published by Reed Construction Data. More information may be obtained by visiting www.rsmeans.com. Bare Cost Only prices in the “Bare Cost” column of the UPB are allowed. The Overhead and Profit (O&P) column is never used because the IDIQ uses a coefficient multiplier to cover those costs. Bare Cost is defined as the following: a. Material bare cost is material with no overhead or profit included. b. Equipment bare cost is equipment with no overhead and profit included. c. Labor Bare Cost is the base wage rate plus worker fringe benefits. Labor bare cost does not include worker compensation insurance, unemployment cost, FICA, builder’s risk insurance, public liability cost or overhead and profit. Base Wage Rates are published on the inside page of the R.S. Means Cost Data Book back cover. City Cost Index (CCI) The City Cost Index is a multiplier used to adjust construction costs to a particular geographic location. Bare costs in the UPB represent the U.S national average. To adjust costs to a particular geographic location, the Weighted Average CCI is applied to the bare cost. The CCI for Washington DC shall apply to all work under this contract. CCI rates are found in the Reference Section of the R.S. Means Cost Data Book.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

9

ITEM DESCRIPTION FACTOR BASE YR

FACTOR OPT YR 1

FACTOR OPT YR 2

FACTOR OPT YR 3

001 FFP – Coefficient Factor for R.S. Means Cost Data – Pre-Priced Line Items

002 FFP – Coefficient Factor for R.S. Means Cost Data – Non Pre-Priced Line Items

LABOR CATEGORIES The offeror shall provide for each line item described below fully loaded/burdened hourly, not-to-exceed (NTE), rates including profit and overhead for the base and option years of this IDIQ contract. Hourly rates should include costs of hand tools and other incidentals. The rates will not be multiplied by the coefficient factor. The costs/prices shall be used for the entire term of the contract, to include option years.

Item No.

Description Unit BASE YR OPT YR 1 OPT YR 2 OPT YR 3

001 Project Manager

Per Hr. $__________ $__________ $__________ $__________

002 Assistant Project Manager

Per Hr. $__________ $__________ $__________ $__________

003 Safety Superintendent Per Hr. $__________ $__________ $__________ $__________

004

Foreman - 10 & 30 Hour Osha Trained, First Aid & CPR Certified – 1

st Shift

Per Hr.

$__________ $__________ $__________ $__________

005

Foreman - 10 & 30 Hour Osha Trained, First Aid & CPR Certified – 2nd Shift

Per Hr.

$__________ $__________ $__________ $__________

006

Foreman - 10 & 30 Hour OSHA Trained, First Aid & CPR Certified – 3rd Shift

Per Hr.

$__________ $__________ $__________ $__________

007 CAD Drafter Per Hr. $__________ $__________ $__________ $__________

008 Fire Alarm Technician NICET Level III or IV

Per Hr. $__________ $__________ $__________ $__________

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

10

Item No.

Description Unit BASE YR OPT YR 1 OPT YR 2 OPT YR 3

009 Fire Alarm Technician Per Hr. $__________ $__________ $__________ $__________

010 Fire Sprinkler Technician NICET Level III or IV

Per Hr. $__________ $__________ $__________ $__________

011 Fire Sprinkler Technician

Per Hr. $__________ $__________ $__________ $__________

012 Fire Sprinkler Fitter (10 yrs Experience) 1

st

Shift Per Hr.

$__________ $__________ $__________ $__________

013 Fire Sprinkler Fitter (10 yrs Experience) 2

nd

Shift Per Hr.

$__________ $__________ $__________ $__________

014 Fire Sprinkler Fitter (10 yrs Experience) 3

rd

Shift Per Hr.

$__________ $__________ $__________ $__________

015 Fire Sprinkler Fitter 1

st

Shift Per Hr.

$__________ $__________ $__________ $__________

016 Fire Sprinkler Fitter 2

nd

Shift Per Hr.

$__________ $__________ $__________ $__________

017 Fire Sprinkler Fitter 3

rd

Shift Per Hr.

$__________ $__________ $__________ $__________

018 Special Hazards Technician, NICET Level III or IV

Per Hr. $__________ $__________ $__________ $__________

019 Special Hazards Technician

Per Hr. $__________ $__________ $__________ $__________

020 Electrician: I, 1st Shift Per Hr. $__________ $__________ $__________ $__________

021 Electrician: I, 2nd

Shift Per Hr. $__________ $__________ $__________ $__________

022 Electrician: I, 3rd

Shift Per Hr. $__________ $__________ $__________ $__________

023 Electrician: II, 1st Shift Per Hr. $__________ $__________ $__________ $__________

024 Electrician: II, 2nd

Shift Per Hr. $__________ $__________ $__________ $__________

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

11

Item No.

Description Unit BASE YR OPT YR 1 OPT YR 2 OPT YR 3

025 Electrician: II, 3rd

Shift Per Hr. $__________ $__________ $__________ $__________

026 Electrician: III, 1st Shift Per Hr. $__________ $__________ $__________ $__________

027 Electrician: III, 2nd

Shift Per Hr. $__________ $__________ $__________ $__________

028 Electrician: III, 3rd

Shift Per Hr. $__________ $__________ $__________ $__________

029 Electrician: Communication Technician I 1

st Shift

Per Hr. $__________ $__________ $__________ $__________

030 Electrician: Communication Technician I 2

nd Shift

Per Hr. $__________ $__________ $__________ $__________

031 Electrician: Communication Technician I 3

rd Shift

Per Hr. $__________ $__________ $__________ $__________

032 Electrician: Communication Technician II 1

st Shift

Per Hr. $__________ $__________ $__________ $__________

033 Electrician: Communication Technician II 2

nd Shift

Per Hr. $__________ $__________ $__________ $__________

034 Electrician: Communication Technician II 3

rd Shift

Per Hr. $__________ $__________ $__________ $__________

035

Electrician: Communication Technician Apprentice 1

st Shift

Per Hr.

$__________ $__________ $__________ $__________

036

Electrician: Communication Technician Apprentice 2

nd Shift

Per Hr.

$__________ $__________ $__________ $__________

037

Electrician: Communication Technician Apprentice 3

rd Shift

Per Hr.

$__________ $__________ $__________ $__________

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

12

Item No.

Description Unit BASE YR OPT YR 1 OPT YR 2 OPT YR 3

038 Fire Alarm Engineer NICET Level IV

Per Hr. $__________ $__________ $__________ $__________

039 Sheet metal Worker Per Hr. $__________ $__________ $__________ $__________

PRE-PRICED ITEMS

The offeror shall provide for each line item described below fully loaded/burdened price including profit and overhead for the base and option years of this IDIQ contract. The costs/prices in this section will not be multiplied by the coefficient factor. The costs/prices shall be used for the entire term of the contract, to include option years.

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

1

LANTRONICS - Local Area Network module

Each

$ $ $ $

2

Audio Source Unit with mounting Chassis, Microphone, Paging Controls, and Inner Door Filler Plate

3-ASU Each

$ $ $ $

3

Remote LCD Command Module Annunciator

3-LCDANN Each

$ $ $ $

4 Duct Mounting Plate

SIGA-DMP Each $ $ $ $

5 Duct Detector Test Station

SIGA-DTS Each $ $ $ $

6 12V 7 amp battery (11 Ah)

12V10A Each $ $ $ $

7 12V 7 amp battery (18 Ah)

12V17A Each $ $ $ $

8 12V 7 amp battery (1.2 Ah)

12V1A2 Each $ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

13

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

9 12V 7 amp battery (26 Ah)

12V24A Each $ $ $ $

10 12V 7 amp battery (40 Ah)

12V40A Each $ $ $ $

11 12V 7 amp battery (4.5 Ah)

12V4A Each $ $ $ $

12 12V 7 amp battery (50 Ah)

12V50A Each $ $ $ $

13 12V 7 amp battery (55 Ah)

12V55A Each $ $ $ $

14 12V 7 amp battery 7 amp (65 Ah)

12V65A Each $ $ $ $

15 12V 7 amp battery (7.2 Ah)

12V6A5 Each $ $ $ $

16

Electomagnetic door holder

1504/1505/1508/1509 Series

Each

$ $ $ $

17

Audio Power Amplifier — 125 Watts

1B3125 Each

$ $ $ $

18

Audio Power Amplifier — 250 Watts

1B3250 Each

$ $ $ $

19 City Tie Module 2-CTM Each $ $ $ $

20 Switch Module 3-12-S1GY Each $ $ $ $

21 Switch Module 3-12SG Each $ $ $ $

22 Adressable Analog Device Controller

3-AADC1 Each $ $ $ $

23 Annunciator CPU 3-ANNCPU3 Each $ $ $ $

24 Annunciator Support Module

3-ANNSM Each $ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

14

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

25 ATP Interface Module

3-ATPINT Each $ $ $ $

26 Booster/Charger Supply

3-BBC/M Each $ $ $ $

27 Booster/Charger Monitor Module

3-BBCMON Each $ $ $ $

28 Booster Power Supply

3-BPS/M Each $ $ $ $

29 Battery Distribution Unit

3-BTSEN Each $ $ $ $

30 Wallbox & Door

3-CAB14B, 3-CAB14D(R)

Each $ $ $ $

31 Wallbox & Door

3-CAB21B, 3-CAB21D(R)

Each $ $ $ $

32 Cabinet with Wallbox and door

3-CAB5(R) Each $ $ $ $

33 Wall box with 1 Chassis Space –

3-CAB7B Each $ $ $ $

34 Wallbox & Door

3-CAB7B, 3-CAB7D(R)

Each $ $ $ $

35 Panel Controller 3-CPU Each $ $ $ $

36 Panel Controller 3-CPU1 Each $ $ $ $

37 LED/Switch Driver Model Assembly

3-EVDVRA Each $ $ $ $

38 Power Supply Assembly

3-EVPWRA Each $ $ $ $

39

Fiber Optic Communications Interface

3-FIBMB Each

$ $ $ $

40

8 Line Liquid Crystal Display Module

3-LCD Each

$ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

15

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

41 Remote LCD Annunciator

3-LCDANN Each $ $ $ $

42 21 Liquid Crystal Display Module

3-LCDXL Each $ $ $ $

43 LED Display Support Module

3-LDSM Each $ $ $ $

44 Modem Communicator

3-MODCOM Each $ $ $ $

45 City Tie Connection

3-OPS $ $ $ $

46

Primary Power Supply with Local Rail Module

3-PPS/M Each

$ $ $ $

47

Primary Power Supply Monitior Module

3-PSMON Each

$ $ $ $

48 Battery Cabinets 3-RCC Each $ $ $ $

49 Red wallbox and door (two chassis)

3-RCC14R Each $ $ $ $

50

Red wallbox and door (three chassis)

3-RCC21R Each

$ $ $ $

51 Red wallbox and door (one chassis)

3-RCC7R Each $ $ $ $

52

RS232 Communication Card

3-RS232 Each

$ $ $ $

53

Network Communication Card

3-RS485A Each

$ $ $ $

54

Network Communication Card

3-RS485B Each

$ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

16

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

55 Dual Signature Driver Controller

3-SDDC1 Each $ $ $ $

56 Single Signature Driver Controller

3-SSDC1 Each $ $ $ $

57 Driver Controller Motherboard

3-SSDC1-MB Each $ $ $ $

58 20 W Zoned Amplifier

3-ZA20A Each $ $ $ $

59 40 W Zoned Amplifier

3-ZA40A Each $ $ $ $

60 90 W Zoned Amplifier

3-ZA90 Each $ $ $ $

61

15/75 CD Temporal Horn/Strobe – 24 Vdc, RED – wall

757-7A-T Each

$ $ $ $

62

15/75 CD Temporal Horn/Strobe – 24 Vdc, RED – ceiling

757-7A-T Each

$ $ $ $

63

Addressable Analog Device Controller 3

AADC1 Each

$ $ $ $

64 Altronics Booster Power Supply

AL1024ULXPD8

Each $ $ $ $

65 Alphanumeric Pager Interface

API-8/232ME Each $ $ $ $

66 10 Amp Auxiliary Power Supply

APS10A Each $ $ $ $

67 6.5 Amp Auxiliary Power Supply

APS6A Each $ $ $ $

68 Amplifier Terminal Panel

ATP Each $ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

17

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

69 Battery Cabinets BC-1 Each $ $ $ $

70 Battery Cabinets BC-2 Each $ $ $ $

71 10 Amp Booster Power Supply

BPS10A Each $ $ $ $

72 6.5 Amp Booster Power Supply

BPS6A Each $ $ $ $

73 Bosch dailer to internet

C-900 Each $ $ $ $

74 Single Input Module – SIGA

CT1 Each $ $ $ $

75 Dual Input Module – SIGA

CT2 Each $ $ $ $

76 Detector Guard – SIGA

DG Each $ $ $ $

77 Envoy Graphic Annunciator

EV1 Each $ $ $ $

78 Envoy Graphic Annunciator

EV2 Each $ $ $ $

79 Envoy Graphic Annunciator

EV3 Each $ $ $ $

80

Fiber Optic data line card used with Mini-Mux

FCOM-FIB Each

$ $ $ $

81

Envoy Smoke Control Graphic Annunciator

FSCS-1 Each

$ $ $ $

82

UL 864 listed 19” LCD Monitor, black, touch screen, rackmountable

FW-19LCDTS2

Each

$ $ $ $

83 One seat Web client

FW-1S Each $ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

18

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

84

Used with FW-1S to provide 4 additional concurent remote client seats (total of 5 supported)

FW-4S Each

$ $ $ $

85 Standalone workstation

FW4UL4 Each $ $ $ $

86 Color Graphics Software

FW-CGSUL Each $ $ $ $

87

Connectivity for 1 to 8 Digital Alarm Receivers

FW-DARCOM Each

$ $ $ $

88 Provides 2 serial ports

FW-SP2 Each $ $ $ $

89 Card for UL/ULC listed systems.

FW-VIDTVC Each $ $ $ $

90

Video card for dual monitors (FW3UL3 and FW5UL3)

FW-VIDVC2 Each

$ $ $ $

91 RS-232 extender FW-XPC1 Each $ $ $ $

92

Temporal Horn - 24V, Red - wall mount

G1RF-HD Each

$ $ $ $

93

Speaker – 24 Vdc, RED – ceiling mount

G1RF-HDVM Each

$ $ $ $

94

Strobe – 24 Vdc, RED – ceiling mount

G1RF-VM Each

$ $ $ $

95 Speaker Strobe 24 Vdc, RED ceiling

GCFR-S7VM Each $ $ $ $

96

Communication Interface Board - UL listed

Mini-Mux Each

$ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

19

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

97

Standard Output Plug-in Multi Mode Transceiver

MMXVR Each

$ $ $ $

98

Ethernet Fiber Optic Network Interface

NETCOM-1F Each

$ $ $ $

99 Ethernet Serial Network Interface

NETCOM-1S Each $ $ $ $

100

10/100 MB Ethernet Switching Hub

NETSW-EIS6-MM

Each

$ $ $ $

101

10/100 MB Ethernet Switching Hub

NETSW-EIS6-SM

Each

$ $ $ $

102 Serial Printer PT-1S Each $ $ $ $

103

Semi-flush Wall Box – for Remote LCD Command Module

RLCM/B Each

$ $ $ $

104 Double Action Fire Alarm Pull Station

SIGA-278 Each $ $ $ $

105 30 Watt Intelligent Audio Amplifier

SIGA-AA30 $ $ $ $

106 50 Watt Intelligent Audio Amplifier

SIGA-AA50 $ $ $ $

107 Single Input Signal Module

SIGA-CC1 Each $ $ $ $

108 Synchronization Output Module

SIGA-CC1S Each $ $ $ $

109 Dual Input Signal Module

SIGA-CC2 Each $ $ $ $

110 Control Relay Module

SIGA-CR Each $ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

20

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

111 Polarity Reversal Relay Module

SIGA-CRR Each $ $ $ $

112 Single Input Module

SIGA-CT1 Each $ $ $ $

113 Dual Input Module SIGA-CT2 Each $ $ $ $

114 Duct Detector Housing Assembly

SIGA-DH Each $ $ $ $

115

Intelligent Fixed Temperature Heat Detector

SIGA-HFS Each

$ $ $ $

116

Fixed-Temperature/Rate-of-Rise Heat Detector

SIGA-HRS Each

$ $ $ $

117 Detector Base SIGA-IB Each $ $ $ $

118 Detector Base SIGA-IB4 Each $ $ $ $

119 Isolator Module SIGA-IM Each $ $ $ $

120 Input/Output Module

SIGA-IO Each $ $ $ $

121 Intelligent Ionization Detector

SIGA-IS Each $ $ $ $

122 Remote LED Alarm Indicator

SIGA-LED Each $ $ $ $

123

Class A/B Input/Output Module

SIGA-MAB Each

$ $ $ $

124 Dual Input Module SIGA-MCT2 Each $ $ $ $

125 Intelligent Digital Message Module

SIGA-MDM Each $ $ $ $

126 Monitor Module SIGA-MM1 Each $ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

21

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

127 3D Multi-sensor Smoke Detector

SIGA-PHS Each $ $ $ $

128

Intelligent Photoelectric Detector

SIGA-PS Each

$ $ $ $

129 Relay Detector Base

SIGA-RB Each $ $ $ $

130 Detector Base SIGA-RB4 Each $ $ $ $

131

Analog addressable releasing module

SIGA-REL Each

$ $ $ $

132 Riser Monitor Module

SIGA-RM1 Each $ $ $ $

133 Riser Monitor Module

SIGA-RM1/MRM1

Each $ $ $ $

134 Standard Detector Base

SIGA-SB Each $ $ $ $

135 SuperDuct Duct Detectors

SIGA-SD Each $ $ $ $

136 4-inch Box Trim Skirt / Ring

SIGA-TS Each $ $ $ $

137 Universal Class A/B Module

SIGA-UM Each $ $ $ $

138 Waterflow/Tamper Module

SIGA-WTM Each $ $ $ $

139 Detector Base SIGI-IBS Each $ $ $ $

140

High Output Plug-in Single Mode Transceiver

SMXHI Each

$ $ $ $

141

Standard Output Plug-in Single Mode Transceiver

SMXLO Each

$ $ $ $

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

22

Item No.

Description Model Unit BASE YR

- NTE OPT YR 1

- NTE OPT YR 2 - NTE

OPT YR 3 - NTE

142 Stopper II STI-1230 Each $ $ $ $

143

Surge Suppressors Modules

Each

$ $ $ $

STANDBY COST RATE

The offeror shall provide a not-to-exceed (NTE), daily rate, excluding overhead and profit, for each hour of delay of access to the work site, in accordance with Section 15, Standby Cost, of the Statement of Work. The costs/prices shall be used for the entire term of the contract, to include option years. All adjustments shall be made in accordance with Section 15, Delay of Work, of the General Provisions.

ITEM DESCRIPTION FACTOR BASE YR

FACTOR OPT YR 1

FACTOR OPT YR 2

FACTOR OPT YR 3

001 Access to Site Delay – Hourly NTE Rate $ $ $ $

Authorized Signature Company Name Date

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

23

SOLICITATION INSTRUCTIONS 1. DEFINITIONS

As used herein:

“Clarifications” are limited exchanges, between the Authority and offerors, where offerors may be given the opportunity to clarify certain aspects of their proposals or to resolve minor irregularities, informalities or clerical errors. “Descriptive literature” means information provided by an offeror, such as cuts, illustrations, drawings, and brochures that shows a product’s characteristics or construction of a product or explains its operation. The term includes only that information needed to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. “Discussions” are negotiations that may occur after receipt of proposals (generally after establishment of the competitive range) and before award that may, at the Contracting Officer’s discretion, result in the offeror being allowed to revise its proposal. “Excluded Parties List System” means an electronic database maintained and posted by the General Services Administration containing the list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. “In writing,” “writing,” or “written” means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information.

required, authorized, or permitted to do the act described. “Must” (see “shall”). “Offer” means a response to a solicitation that, if accepted, would bind the offeror to perform the resultant contract. Responses to invitations for bids (sealed bidding) are offers called “bids” or “sealed bids”; responses to requests for proposals (negotiation) are offers called “proposals”; however, responses to requests for quotations (simplified acquisition) are “quotations,” not offers. “Offeror” and “proposer” are synonymous and refer to the entity that submits an offer in response to this solicitation. “Option” means a unilateral right in a contract by which, for a specified time, the Authority may elect to purchase additional supplies or services called for by the contract, or may elect to extend the term of the contract. “Organizational conflict of interest” means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Authority, or the person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. “Preaward survey” means an evaluation of a prospective contractor’s capability to perform a proposed contract.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

24

“Proposal modification” is a change made to a proposal before the solicitation’s closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. “Proposal revision” is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer typically as a result of discussions. “Shall” means the imperative. “Should” means an expected course of action or policy that is to be followed unless inappropriate for a particular circumstance. "Solicitation" means "Request for Proposal (RFP)" where the procurement is negotiated. “Will” (see “shall”).

2. PREPARATION OF OFFERS

a. Offerors are expected to examine the Request for Proposals and all referenced documents carefully. Failure to do so will be at the risk of the Offeror.

b. The Offeror shall furnish the information required by the solicitation. The Offeror shall sign

the solicitation and print or type his/her/its name on the Schedule a offeror nd each Continuation Sheet thereof on which an entry has been made. Erasures or other changes must be initialed by the person signing the offer. Offers signed by an agent are to be accompanied by evidence of authority, unless such evidence has been previously furnished to the issuing office.

c. Offers for supplies or services other than those specified will not be considered unless

authorized by the solicitation. d. Offeror must state a definite time for delivery of supplies or for performance of services

unless otherwise specified in the solicitation. e. Time, if stated as a number of days, will include Saturdays, Sundays and holidays.

3. EXPLANATION TO OFFERORS

Any explanation desired by an Offeror regarding the meaning or interpretation of the solicitation documents must be requested in writing and with sufficient time allowed for a reply to reach all Offerors before the submission of their offers. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to an Offeror concerning a solicitation will be furnished promptly to all Offerors as an amendment of the solicitation, if that information is necessary in submitting offers or if lack of such information would be prejudicial to other Offerors. All Requests should be addressed as follows and submitted via e-mail, facsimile or mail: William J. Geroux 600 Fifth Street, NW Washington, DC 20001 (202) 962-2467 Fax: (202) 962-6120

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

25

Email: [email protected] RFP FQ12217 Supply and Installation of Fire Intrusion and Protection Systems

4. PRIOR REPRESENTATIONS

The Authority assumes no responsibility for any understanding or representations concerning this solicitation made by any of its officers or agents prior to the issuance of the solicitation, the specifications, or related documents.

5. ACKNOWLEDGMENT OF AMENDMENTS

Receipt of an amendment to a solicitation by a Offeror must be acknowledged (a) by signing and returning the amendment, (b) by identifying the amendment number and date on the Solicitation, Offer and Award Form, (c) and by expressly acknowledging the amendment on the designated form and including it as part of the proposal. Such amendment must be received prior to the hour and date specified in the solicitation. If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

6. PRE-PROPOSAL CONFERENCE

For the purpose of clarifying the terms, conditions, and requirements of this Request for Proposal, a pre-proposal conference will be held to respond to questions by interested offerors. This pre-proposal conference will be held at 10:00 a.m on October 15, 2012, in the Lobby Level Meeting Room of the WMATA Jackson Graham Building, 600 5

th Street, NW, Washington,

DC 20001. A site visit at the Alexandria Yard will be conducted at 2:00 pm the same day. The purpose of this conference will be to answer questions regarding, or requests for clarifications of the solicitation documents. Contractor attendance shall be limited to no more than two (2) attendees per contractor. It is requested that offerors submit their questions in writing whether in advance of the meeting or during the meeting. Questions from the floor, however, are permissible. All questions concerning the terms, conditions, and requirements of this Request for Proposal must be received by the Contracting Officer in writing no later than ten (10) calendar days before the date for receipt of proposals.

7. REVISIONS PRIOR TO DATE SET FOR RECEIPT OF PROPOSALS

a. The right is reserved by the Authority to revise or amend the Scope of Work, Description of

Work, drawings, etc. prior to the date set for the opening of proposals. Such revisions and amendments, if any, will be announced by an amendment to the Request for Proposal. Copies of such amendments as may be issued will be furnished to all prospective bidders.

b. If the revisions and amendments require material changes in quantities or price proposals,

or both, the date set for the opening of proposals may be postponed by such number of days as in the opinion of the Authority that will enable offerors to revise their proposals. In such cases, the amendment will include an announcement of the new date for the opening of proposals.

8. SUBMISSION OF OFFERS

a. Offers and modifications thereof shall be enclosed in sealed envelopes and addressed to the office specified in the solicitation. The Offeror shall show the hour and date specified in the solicitation for receipt, the solicitation number, and the name and address of the Offeror on the face of the envelope.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

26

b. Telegraphic offers will not be considered unless authorized by the solicitation; however,

offers may be modified or withdrawn by written or telegraphic notice, provided such notice is received prior to the hour and date specified for receipt.

c. Facsimile offers, modifications or withdrawals will not be considered unless authorized by

the Authority. 9. LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF OFFERS

a. Any offer received at the office designated in the solicitation after the exact time specified for receipt will not be considered unless it is received before award is made and it

(1) Was sent by registered or certified U.S. mail not later than the fifth calendar day

before the date specified for receipt of offers (e.g., an offer submitted in response to a solicitation requiring receipt of offers by the 20th of the month must have been sent by registered mail by the 15th;

(2) Was sent by mail or, if authorized by the solicitation, was sent by telegram or via

facsimile and it is determined by the Authority that the late receipt was due solely to mishandling by the Authority after receipt;

(3) Was sent by U.S. Postal Service Express Mail Next Day Service Post Office to

Addressee, not later than 5:00 p.m. at the place of mailing two working days prior to the date specified for receipt of offers. The term "working days" excludes weekends and U.S. Federal holidays; or

(4) Is the only offer received.

b. Any modification of an offer, except a modification resulting from the Contracting Officer's

request for "revised final proposals" offer, is subject to the same conditions as in subparagraphs (a)(1), (2), and (3) of this provision.

c. A modification resulting from the Contracting Officer's request for "revised final proposals"

received after the time and date specified in the request will not be considered unless received before award and the late receipt is due solely to mishandling by the Authority.

d. The only acceptable evidence to establish the date of mailing of a late offer, modification,

or withdrawal sent by registered or certified mail is the U.S. or Canadian Postal Service postmark on the envelope or wrapper and on the original receipt from the U.S. or Canadian Postal Service. Both postmarks must show a legible date or the offer, modification or withdrawal shall be processed as if mailed late. "Postmark" means a printed, stamped, or otherwise placed impression (exclusive of a postage meter machine impression) that is readily identifiable without further action as having been affixed by employees of the U.S. or Canadian Postal Service on the date of mailing. Therefore, Offerors should request the postal clerk to place a legible hand cancellation bull's eye postmark on both the receipt and the envelope or wrapper.

e. The only acceptable evidence to establish the time of receipt by the Authority is the time/date stamp of that installation on the proposal wrapper or other documentary evidence of receipt maintained by the Authority.

f. The only acceptable evidence to establish the date of mailing of a late offer, modification,

or withdrawal sent by Express Mail Next Day Service Post Office to Addressee is the date

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

27

entered by the post office receiving clerk on the "Express Mail Next Day Service Post Office to Addressee" label and the postmark on both the envelope or wrapper and on the original receipt from the U.S. Postal Service. "Postmark" has the same meaning as defined in paragraph (d) of this provision, excluding postmarks of the Canadian Postal Service. Therefore, Offeror or Quoter should request the postal clerk to place a legible hand cancellation bulls-eye postmark on both the receipt and the envelope or wrapper.

g. Notwithstanding paragraph "a" above, a late modification of any otherwise successful offer

that makes its terms more favorable to the Authority will be considered at any time it is received and may be accepted.

h. Proposals may be withdrawn by written notice or telegram (including mailgram) received at

any time before award. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision entitled "Facsimile Proposals". Proposals may be withdrawn in person by an Offeror or an authorized representative, if the representative's identity is made known and the representative signs a receipt for the proposal before award.

10. PROPOSAL GUARANTEE

A proposal guarantee is required by the Request for Proposal. Failure to furnish a proposal guarantee in the proper form an amount with the Price Proposal, by the time set for the receipt of proposals may be cause for rejection of the proposal. A proposal guarantee shall be in the form of a firm commitment, such as a proposal bond (form provided in the solicitation), postal money order, certified check, cashier’s check, irrevocable letter of credit from a State or Federally chartered bank or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Corporation executing the proposal bond as sureties must be among those appearing on the Treasury Department’s list of approved sureties and must be acting within the limitations set forth therein. Proposal guarantees, other than proposal bonds, will be returned as follows: To unsuccessful proposers: As soon as practicable after the receipt of proposals. a. To the successful proposer: Upon execution of such further contractual documents and

bonds as may be required by the proposal as accepted. b. If the successful proposer, upon acceptance of its proposals by the Authority within the

Acceptance Period, fails to execute such further contract documents and give such bond(s) as may be required by the terms of the contract, its contract may be terminated for default. In such event, the successful proposer shall be liable for any cost of procuring the work which exceeds the amount of its proposal, and the proposal guarantee shall be available toward offsetting such difference.

11. CONTRACT AND BONDS

The proposer whose Technical and Price Proposal are accepted, shall, within the time established in the contract documents, enter into a written contract with the Authority and furnish performance bonds if applicable, on standard Authority forms in the amounts indicated in the General Provisions of the contract.

12. MINIMUM PROPOSAL ACCEPTANCE PERIOD

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

28

a. "Acceptance period," as used in this provision, means the number of calendar days available to WMATA for awarding a contract from the date specified in this solicitation for receipt of proposals.

b. This provision supersedes any language pertaining to the acceptance period that may

appear elsewhere in this solicitation. c. WMATA requires a minimum acceptance period of 120 calendar days from the latest

revised proposal. 13. CONTRACT AWARD

a. The Authority will award a contract resulting from this solicitation to the responsible Offeror or Offerors whose offer conforming to the solicitation will be most advantageous to the Authority cost or price and other factors, specified elsewhere in this solicitation, considered.

b. The Authority may (1) reject the offer if such action is in the public interest, or (2) waive

informalities and minor irregularities in offers received. c. The Authority may award a contract on the basis of the initial offer received, without

discussions (other than discussions conducted for the purpose of minor clarifications). Therefore, the initial offer should contain the Offeror's best terms from a cost or price and technical standpoint. However, the Authority reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.

d. A written award or acceptance of offer mailed or otherwise furnished to the successful

Offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Authority may accept an offer (or part of an offer, as provided in paragraph (d) above) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Negotiations conducted after receipt of an offer do not constitute a rejection or counteroffer by the Authority.

e. Neither financial data submitted with an offer, nor representations concerning facilities or

financing will form a part of the resulting contract. However, if the resulting contract contains a clause providing for price reduction for defective cost or pricing data, the contract price will be subject to reduction if cost or pricing data furnished is incomplete, inaccurate, or not current.

f. The Authority may determine that an offer is unacceptable if the prices proposed are

materially unbalanced between line items or sub-line items. An offer is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the offer will result in the lowest overall cost to the Authority even though it may be the low evaluated offer, or it is so unbalanced as to be tantamount to allowing an advance payment.

14. DISADVANTAGED BUSINESS ENTERPRISES REQUIREMENTS

Attached as part of this solicitation are documents outlining the requirements for the Disadvantaged Business Enterprise (DBE) Program: The DBE requirement goal for this contract is 21% unless a good faith waiver is requested and approved.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

29

a. If the offer is over $100,000, and for the Offeror to be considered responsible, the following documents (see Appendix B) shall be completed and submitted with the offer:

Schedule of DBE Participation Letter of Intent to Perform as Subcontractor/Joint Venture (If applicable) DBE Unavailability Certification (where applicable) Written request for waiver when DBE participation is less than stated percent

DBE Monthly Status Report, after award, to the COTR and a final report at contract completion if DBE participation is applicable.

The provisions of Appendix B (if attached) do not become applicable and forms do not have to be completed, unless the total offer is $100,000 or more. If the offer is $100,000 or more and any portion of the written requirement is omitted, then the offer may be found to be unacceptable and subsequently rejected. Appendix B forms and/or waivers must be completed with great care by each Offeror to insure that the offer is acceptable.

15. OPPORTUNITY FOR DISADVANTAGED BUSINESS ENTERPRISES TO PROPOSE

The Washington Metropolitan Area Transit Authority hereby notifies all Offerors that it will affirmatively ensure that disadvantaged minority business enterprises will be afforded full opportunity to submit offers in response to this solicitation and will not be discriminated against on the basis of race, color, or national origin in consideration for award.

16. NOTICE OF PROTEST POLICY

a. WMATA policy and procedure for the administrative resolution of protests is set forth in Chapter 20 of the Authority's Procurement Procedures Manual (PPM). Chapter 20 contains strict rules for filing a timely protest, for responding to a notice that a protest has been filed, and other procedural matters. The Contracting Officer can furnish a copy of Chapter 20 upon request.

b. FTA Circular 4220.1F, addresses Bid Protests. FTA will only review protests regarding the

alleged failure of the grantee to have a written protest procedure or alleged failure to follow such procedures, and only when submitted by an interested party. The term "interested party" is defined in the Authority policy for handling protests.

c. Alleged violation on other grounds must be submitted to the Contracting Officer who will

decide the protest. d. The judicial authorities having jurisdiction over court actions concerning protest decisions

are the United States District Courts for the Districts of Maryland, Virginia, and the District of Columbia, and the local courts in Maryland, Virginia, and the District of Columbia.

17. PRE AWARD INFORMATION

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

30

a. The Contracting Officer may conduct a pre award survey to determine if the Offeror eligible for award is responsible both financially and technically and has the capability to perform the work of the Contract in accordance with the requirements of the Specifications and within the times specified.

b. Accordingly, in order that an offer be fully considered, EACH OFFEROR SHALL FURNISH

THE FOLLOWING INFORMATION WITH THE PROPOSAL:

(1) A completed and signed Pre Award Evaluation Data form (furnished with the solicitation), including, but not limited to, the following: A statement of the Offeror's experience record, the type of concerns for which the work was performed, a statement by the financial institutions with which the Offeror conducts business and a list of contracts, if any, on which failure to complete within the specified time resulted in the assessment of liquidated damages.

(2) Complete financial statements for the last two years, including Statement of

Financial Position (Balance Sheet), Results of Operations (Income Statement), Statement of Changes in Financial Position (Net Change in Resources) and Statement of Current and Retained Earnings.

18. PROPOSAL FORMAT INSTRUCTIONS/REQUIREMENTS

The Offeror shall submit their proposal as follows: a. Proposal Format

The original of Volumes I, II, and III shall be unbound. All electronic copies shall be labeled with the RFP number, the Offeror’s identity, and volume number. Volumes shall be submitted in the following order:

(1) Volume I – Cost/Price - One (1) original AND One (1) electronic copy of Volume I submitted on Universal Serial Bus (USB) Drive; (i.e. Flash Drive, Thumb Drive, Pen Drive, Jump Drive) (2) Volume II – Technical - One (1) original AND Seven (7) electronic copies of Volumes 2 and 3 submitted on Universal Serial Bus (USB) Drives; copies of the technical proposal (Shall not include cost/price information) (3) Volume III – Contractual - One (1) original AND Seven (7) electronic copies of Volume 3 submitted on Universal Serial Bus (USB) Drives of the completed signed solicitation documents to include Representations, Certifications, Pre-Award Data, Certificate of Insurance, DBE requirements, per Appendix B and Amendments, if any.

b. Volume I – Cost/Price Proposal. All information relating to cost or pricing data must be included in Volume I. Under no circumstances shall cost or pricing data be included elsewhere in the Offeror’s proposal. Volume I Section 1 shall contain a signed price schedule sheet, and a Microsoft Excel version (provided as Attachment I). Volume I Section 2 shall contain a cost breakdown supporting the proposed coefficients as part of the price proposal. A sample cost breakdown sheet has been provided as Attachment 2. Volume I Section 3 shall contain a cost breakdown supporting the proposed Standby Cost Rate as part of the price proposal. Volume I Section 4 shall contain a FFP cost proposal for the task order, which coincides with the information provided in the technical plan response.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

31

c. Volume II - Technical Proposal. The technical proposal shall enable WMATA evaluating

personnel to make a thorough evaluation and arrive at a sound determination as to whether or not the proposal will meet the specifications in accordance with the Authority’s requirements. Technical proposals shall be specific, detailed, and complete and demonstrate that the Offeror has a thorough knowledge and understanding of the requirements. Offerors shall avoid statements which paraphrase the specifications or attest that "standard procedures will be employed," are inadequate to demonstrate how it is proposed to comply with the requirements of the specifications, and this clause.

TECHNICAL PROPOSAL SECTION PAGE LIMIT

Title Page 1

Cover Letter 2

Table of Contents 2

Executive Summary 3

Past Performance 10

Technical Plan Response to the Task Order 10

Company Capability and Project Management / Staffing 30 (not

including resumes)

Proposed Technical Solution 30

TECHNICAL PROPOSAL CONTENTS: The contents and requirements for the Technical Proposal are described in detail in the following sections. The Contractors Technical Proposal shall contain each of the following sections, and be separated by an appropriate tab: a) Title Page: (Limited to one (1) page) The Technical Proposal must contain a Title Page. b) Cover Letter: (Limited to two (2) pages) The Cover Letter must be signed by an officer authorized to make a binding commitment for the firm(s) making the Proposal. The cover letter shall include:

The RFP Number

The name address, telephone and facsimile numbers, and website addresses of the offeror (if applicable)

A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item

Names, titles, and phone and facsimile numbers and e-mail addresses of persons authorized to negotiate on the offeror’s behalf with the Authority in connection with this solicitation and;

Name title and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office

This letter shall include acknowledgement of all addenda issued by WMATA.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

32

c) Table of Contents: (Limited to no more than two (2) pages) The Technical Proposal must contain a Table of Contents that delineates all the sections in the Proposal. d) Executive Summary: (Limited to no more than three (3) pages, including matrix) The offeror shall provide a short executive summary that describes the significant attributes of its proposal. This executive summary will include a matrix/table that maps each of the factors/sub-factors to a specific section/page/paragraph within the vendor’s proposal. See table A for an sample matrix.

TABLE A – Sample Matrix:

Sub-Factor Reference

Section in Proposal Page in Proposal Para. in Proposal

Past Performance

22 Past Performance (22.1; 22.2; 22.3) Tab H – pg. 1-6 Para. 1

Sub-factor 1 3.2 Management Approach 13.2 Quality Assurance

Tab B – pg. 2-5 Tab J – pg. 4-9

Para. 5

e) Past Performance f) Technical Plan Response to the Task Order g) Company Capability and Project Management / Staffing h) Proposed Technical Solution: The information supplied shall be closely aligned with the procurement under consideration and shall be free from ambiguities. Ambiguous statements or statements with dual meanings will be interpreted in the manner representing the best interest to the Authority. The prime offeror shall be held responsible for the validity of information supplied by potential subcontractors. While any and all pertinent information is essential to a successful technical proposal, it should be noted that voluminous proposals containing nonessential information are undesirable.

d. Contractual. Contractual documents shall contain a completed signed Solicitation, Offer

and Award Form and include Representations, Certifications, Pre-Award Data, Certificate of Insurance, DBE requirements, per Appendix B and any amendments.

e. Documents submitted in response to this RFP must be fully responsive to and consistent

with the following:

1. Requirements of the RFP, the specifications, and all standards and regulations pertaining to the specifications.

2. Any limitation on the number of proposal pages. Pages exceeding the page limitations

set forth may not be read nor evaluated.

3. Format for proposal Part II and Part III shall be as follows:

A page is defined as one face of an 8 ½” x 11” sheet of paper containing information.

Typing shall not be less than 12 point font; Graphs and Charts shall be no less than 8 point

Elaborate formats, bindings or color presentations are not desired or required.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

33

The offeror shall use a standard page numbering system to facilitate proposal references.

All changes resulting from clarifications to the proposal will be submitted on a page for page basis. Each page changed shall contain a revision date located in a uniform location.

The information supplied shall be closely aligned with the procurement under consideration and shall be free from ambiguities. Ambiguous statements or statements with dual meanings will be interpreted in the manner representing the best interest to the Authority.

19. RESTRICTION ON DISCLOSURE AND USE OF DATA

The Authority shall provide all reasonable precautions to insure that proprietary, technical and pricing information remains within the review process. Offerors shall attach to any proprietary data submitted with the solicitation the following legend:

a. "This data furnished pursuant to this RFP shall not be disclosed outside the Authority, be

duplicated, or used in whole or in part, for any purpose other than to evaluate the offer; provided that, if a contract is awarded on the basis of that offer, the Authority shall have the right to duplicate, use, and disclose this data, in any manner and for any purpose whatsoever.

b. This information does not limit the Authority's right to use information contained in this data

if it is or has been obtained by the Authority from another independent legitimate source. c. Except for the foregoing limitation, the Authority may duplicate, use, and disclose in any

manner and for any purpose whatsoever and have others so do, all data furnished in response to this solicitation."

20. AWARD

The Authority reserves the right to award one or multiple contracts for all line items in the schedule of prices resulting from this solicitation. The Authority anticipates awarding the task order in conjunction with the IDIQ contract.

21. BASIS FOR AWARD

BEST VALUE a. Award Will Be Made To That Proposer:

(1) Whose offer is judged to be an integrated assessment of the evaluation criteria to

be the most advantageous to the Authority based on technical merit and price (“best value”); and

(2) That the Authority deems responsible in accordance with WMATA Procurement

Procedures Manual.

b. Best Value Determination

(1) The technical merit of the proposal is significantly more important than the price, and price must be fair and reasonable.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

34

(2) The Authority may select other than the lowest price proposal if it is determined by value analysis, or technical/cost tradeoffs, that the proposal become more technically equivalent, then price becomes more important.

c. Offerors are advised that award may be made without discussion or any contact with the

offerors concerning the offers received. Therefore, offers should be submitted initially on the most favorable terms that the offeror can submit to the Authority.

d. Price evaluation may be based on the sum of the total estimated prices of the base

contract and any options, the proposed coefficient factor, and the total proposed cost of the task order.

e. Affordability. The price proposals will be assessed for affordability. The Authority will not

make an award for any proposal which proposes prices that would render the procurement infeasible.

22. PROPOSAL EVALUATION CRITERIA

TECHNICAL FACTOR The evaluation factors will assess the proposal in response to the information provided in the proposal. The evaluation factors will be evaluated in descending order of importance. NOTE: MAKE NO REFERENCE TO PRICING IN THE TECHNICAL PROPOSAL.

Past Performance 1.1. The proposal must narratively demonstrate experience in the installation of a fire intrusion and protection system, of similar size and complexity, within the last five (5) years, per the statement of work (SOW). 1.2. The offeror must identify key personnel proposed as the project team and must submit resumes for each individual. Resumes must include at a minimum 5 years of relevant experience, and years of experience and projects in which experience was gained. Subcontractors and/or Disadvantage Business Enterprises (DBE) performing 20% or more of contract value must submit resumes showing relevant experience for a minimum of 5 years. Relevant experience is deemed to be of a similar scope, complexity, size, and with a contract value of at least $1M. The Authority may contact some or all of the references provided by the offeror and may contact other sources of information. 1.3. The proposal shall include the following information for subcontractor and/or DBE firms performing work 20% or more of the contract value for each contract referenced:

Company/Division name

Product/Service

Contracting Agency/Customer

Contract Number

Contract Dollar Value

Period of Performance

Verified, up-to-date name, address, FAX & telephone number of the contracting officer

Comments regarding compliance with contract terms and conditions

Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

35

Submit information on key personnel, major subcontractors, and work performed as team or joint venture partner if prime contract history is not available.

If a teaming arrangement or joint venture is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. Describe corrective actions taken to mitigate the aforementioned to address cost overruns, extended performance periods, numerous warranty calls, etc. Organization Chart and Key Management Roles 2.1. Provide an organization chart and narrative that shows the roles of key personnel of the proposed project team and the lines of reports within the organizational/corporate structure. Identify persons responsibilities within the organization structure and person with whom will interface with WMATA. 2.2. Proposal shall demonstrate how the organization will utilize, implement and administer the DBE program on this project. The organization chart must identify the person responsible for assuring that the DBE goal established for this project meets/exceeds the DBE goals. The Authority shall evaluate the offeror’s proposed approach to meeting/exceeding the DBE goals. This description shall, at a minimum, detail the following:

The extent of commitment to use such firms

The complexity and variety of the work DBEs are to perform

The extent of participation of such firms in terms of the value of the total acquisition Qualify Control/Quality Assurance 3.1. Proposal must demonstrate management practices and policies, and the specific methodology that will ensure all requirements of the Performance Work Statement (PWS) are met, including a Quality Assurance Plan that insures PWS objectives are met, and method for indentifying, correcting and preventing defective services. 3.2. Provide a resume for the proposed QC/QA Manager to demonstrate at least 3 years to include experience in supervising performance of QC/QA work and handling projects of same or similar scope, size and complexity. Show line of responsibility to the corporate office.

Technical Approach 4.1. The proposal shall describe the offeror’s methodology for acquiring supplies, materials, and items throughout the life of the contract. 4.2. The Proposal shall demonstrate the offeror’s capability to successfully manage multiple concurrent Task Orders, to include, but not limited to:

A narrative describing the offeror’s management approach for successful accomplishment of multiple Task Orders at various geographical locations

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

36

A narrative providing a quantifiable analysis of the offeror’s all other current and ongoing projects that may potentially impact the performance of this contract. At a minimum, this information shall include the following information: Title of project, place of performance, scope, magnitude, and a brief narrative describing potential impact to the successful performance of the requirements of this contract Technical Plan Response to the Task Order 5.1. The proposal shall address the offeror’s proposed Technical Plan Response to the Task Order provided as part of the solicitation (Attachment 3 of the Solicitation), to include, but not limited to:

A narrative description of the recommended course of action

Project Schedule (e.g. Gantt Chart);

Labor categories,

Labor hours,

Materials and their quantities to be used to meet the requirement; and

Identification of key personnel

Site Specific Work Plan (SSWP) Safety Program 6.1. The proposal shall include the offeror’s corporate safety plan or safety program similar to this project. This plan shall clearly state the Contractor’s accident prevention plan, emergency response plan, and safety organization. The following information should be included at a minimum:

Lost time accident rate and medical cases for past five years;

The name and address of present compensation and liability insurance carrier;

The name, address, and telephone number of the person in charge of the organizational safety program included in the organizational chart.

23. RATINGS FOR PROPOSAL EVALUATION CRITERIA

Each criterion will be rated using the Adjectival scoring method as follows: Definition of Adjective Rankings:

Exceptional Exceeds specified performance or capability in a beneficial way to WMATA,

and has no weakness. Acceptable Meets evaluation standards required under the technical provisions.

Weaknesses are correctable.

Marginal Fails to meet evaluation standard; however any significant deficiencies are correctable. Lacks essential information to support a proposal.

Unacceptable Fails to meet an acceptable evaluation standard and the deficiency is

uncorrectable. Proposal would have to undergo a major revision to become acceptable. Demonstrated lack of understanding of WMATA’s requirements or omissions of major areas.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

37

A rating of “Acceptable” is required to be eligible for award consideration. Offeror is cautioned to be aware of this standard when preparing your Proposal.

24. DEFINITIONS FOR TECHNICAL EVALUATION

Clarifications: Communications with an offeror for the sole purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the proposal. Unlike discussions, clarifications do not give the offeror an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistake results in revisions.

Discussions: Oral or written communications including negotiations between the

Authority and an offeror (other than clarifications) that; involves information essential for determining the acceptability of the proposal or to cure identified defects in the proposal.

Deficiencies: Defects in the proposal which preclude acceptance. Involves any part of

the Offeror’s proposal which would not satisfy the Authority’s minimum requirements established in the solicitation. Included failures to meet specifications, submit information, or questionable technical or management approaches. Items disclosed during discussions, evaluated in two categories: material-basis for rejection because further discussions would be meaningless; curable –may be corrected by clarifications or discussions and brought into the competitive range.

Weakness: Includes ambiguities, lack of complete descriptions, errors in interpretation,

omissions of essential information, inadequate information, all of which are considered curable in discussions. An excessive number of clarifications may in itself constitute a weakness.

Strengths: Elements of the proposal that meet or exceed the minimum requirements of

the solicitation and provide an identified benefit to the Authority. 25. PRICE PROPOSAL EVALUATION

a. The Authority will evaluate price proposals for reasonableness, completeness, and realism as appropriate. Each Offeror’s cost will be evaluated in terms of the following which are equal in importance:

(1) Submittal of proposed prices for both the Base and the Options, if any, failure to do

so will necessitate rejection of the proposal; (2) Any offer which is materially unbalanced may be rejected. An unbalanced offer is

one which is based on prices that are significantly overstated for some items and understated for other items;

(3) The Authority will compare the price proposals to the Authority estimate and

otherwise determine reasonableness by performing a price analysis if adequate competition exists. A cost analysis will be performed if adequate price competition does not exist, to ascertain whether or not the proposed price is fair and reasonable; and

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

38

(4) In accordance with FAR 15.804 3, the Offeror shall provide certified cost or pricing data as requested by the Contracting Officer.

b. The Authority will evaluate the breakdown of the Offeror’s proposed coefficient factors

(Sample provided in Attachment 2). The Offeror’s breakdown should show the costs of accomplishing the work and the various elements that make up the coefficients. The proposed coefficients will be evaluated to determine the reasonableness, realism, and completeness of the Offeror’s price proposal. One or a combination of the following techniques may be used to ensure a fair and reasonable price:

Comparison of proposed coefficient prices received in response to the solicitation

Comparison of proposed coefficient prices with the independent cost estimate

Comparison of proposed coefficient prices with available historical information

Comparison of proposed coefficient prices with resources proposed

Obtain information reports from the Authority or other outside agencies

A coefficient price that is found to be either unreasonably high or unrealistically low in relation to the proposed solicitation work may be indicative of an inherent lack or understanding of the solicitation requirements and may result in the overall proposal not being considered for award. Any inconsistency, whether real or apparent, between the proposed performance and price shall be clearly explained in the price proposal. The burden of proof of coefficient price realism rests solely with the Offeror.

26. TYPE OF CONTRACT

The Authority will award an Indefinite Delivery Indefinite Quantity Contract. The contractor will be required to submit Monthly Invoices to WMATA’s Contracting Officer Technical Representative for payment approval for each awarded task order.

27. ENGLISH LANGUAGE AND UNITED STATES CURRENCY As regards this solicitation and the resultant contract:

a. All communications (oral, written, electronic and otherwise including but, not limited to software coding) shall be in the English language.

b. All pricing shall be in United States dollars.

28. FEDERAL/LOCAL/STATE SALES TAX

a. The Authority is exempt under this solicitation from all Federal, State and District of Columbia, municipal and local taxation.

b. This provision supersedes any language pertaining to payment of taxes that may appear

elsewhere in this solicitation. c. The Authority's tax exempt numbers are as follows: District of Columbia -- 5611-0082187-

001; Maryland -- 30072210; Virginia -- 5280-0067. 29. BRAND NAME OR EQUAL

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

39

a. If items called for by this Request for Proposal have been identified in the Schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Proposals offering "equal" products including products of the brand name manufacturer other than the one described by brand name will be considered for award if such products are clearly identified in the proposals and are determined by the Authority to meet fully the salient characteristics requirements in the Request for Proposals.

b. Unless the Offeror clearly indicates in his proposal that he is offering an "equal" product, his

proposal shall be considered as offering a brand name product referenced in the Request for Proposals.

c. (1) If the Offeror proposes to furnish an "equal" product, the brand name, if any, of the

product to be furnished in the space provided in the Request for Proposals, or such product shall be otherwise clearly identified in the proposal. The evaluation of proposals and the determination as to equality of the product offered shall be the responsibility of the Authority and will be based on information reasonable available to the Department of Procurement.

CAUTION TO OFFERORS. WMATA is not responsible for locating or securing any information which is not identified in the proposal and reasonably available to the Authority. Accordingly, to insure that sufficient information is available, the Offeror must furnish as a part of his proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Authority to (i) determine whether the product offered meets the salient characteristics requirements of the Request for Proposals and (ii) establish exactly what the offeror proposes to furnish and what the Authority would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the Authority. (2) If the offeror proposes to modify a product so as to make it conform to the

requirements of the Request for Proposals, he shall (i) include in his proposal a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications.

(3) Modifications proposed after proposal closing to make a product conform to a brand

name product referenced in the Request for Proposal may not be considered.

(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.

(b) To be considered for award, offers of “equal” products, including “equal”

products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this

solicitation; (2) Clearly identify the item by—

(i) Brand name, if any; and

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

40

(ii) Make or model number;

(3) Include descriptive literature such as illustrations, drawings, or a clear reference to

previously furnished descriptive data or information available to the Contracting Officer; and

(4) Clearly describe any modifications the offeror plans to make in a product to make it

conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.

(c) The Contracting Officer will evaluate “equal” products on the basis of

information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

(d) Unless the offeror clearly indicates in its offer that the product being offered

is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

41

REPRESENTATIONS AND CERTIFICATIONS (FEDERALLY FUNDED SUPPLY/SERVICE/CONSTRUCTION CONTRACTS)

REPRESENTATIONS

Instructions: Check or complete all applicable boxes or blocks on this form and submit it with your offer. 1. TYPE OF BUSINESS ORGANIZATION

By submission of this offer, the offeror represents that it operates as [ ] an individual, [ ] a partnership, [ ] a limited liability company, [ ] a joint venture, [ ] a nonprofit organization, or [ ] a corporation, incorporated under the laws of the State of _________________.

2. AFFILIATION AND IDENTIFYING DATA

Each offeror shall complete (a), (b) if applicable, and (c) below, representing that:

(a) It [ ] is, [ ] is not, owned or controlled by a parent company. For this purpose, a parent

company is defined as one which either owns or controls the activities and basic business

policies of the offeror. To own another company means the parent company must own at least

a majority, i.e., more than 50 percent, of the voting rights in that company. To control another company, such ownership is not required; if another company is able to formulate, determine or

veto basic business policy decisions of the offeror, such other company is considered the

parent of the offeror. This control may be exercised through the use of dominant minority

voting rights, use of proxy voting, contractual arrangements or otherwise.

(b) If the offeror is owned or controlled by a parent company, it shall insert in the space below the

name and main office address of the parent company: ___________________________________________ Name of Parent Company ___________________________________________ Main Office Address (including ZIP Code)

(c) If the offeror has no parent company, it shall provide in the applicable space below its own Employer's Identification Number (E.I.N.), (i.e., number used on Federal Tax Returns or, if it has a parent company, the E.I. No. of its parent company).

Offeror E.I. Number: ____________ or, Parent Company's E.I. Number: ______

(d) If a Data Universal Numbering Systems (DUNS), number has not been established for the address entered on the Solicitation, Offer, and Award Form, the Authority will arrange for the assignment of this number after award of a contract and will notify the Contractor accordingly.

3. PREVIOUS CONTRACTS AND COMPLIANCE REPORTS

This representation is applicable to federally assisted contracts. By submission of this offer, the offeror represents that:

(a) It [ ] has, [ ] has not, participated in a previous contract or subcontract subject to either the

Equal Opportunity Clause of this solicitation, or the clause contained in Parts II and IV of Executive Order 11246, as amended; which prohibits discrimination on the basis of race, color, creed, national origin, sex, age; and

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

42

(b) It [ ] has, [ ] has not, filed all required compliance reports; and (c) Representations indicating submittal of required compliance reports signed by proposed

subcontractors will be obtained prior to subcontract awards. 4. DISADVANTAGED BUSINESS ENTERPRISE

This representation is applicable to federally assisted contracts. By submission of this offer, the offeror represents that:

(a) It [ ] is, [ ] is not, a disadvantaged business enterprise.

"Disadvantaged Business Enterprise" means a for-profit small business concern that is at least 51% owned by one or more individuals who are both socially and economically disadvantaged individuals or, in the case of a corporation, in which 51% of the stock is owned by one or more such individuals; and whose management and daily business operations are controlled by one or more socially and economically disadvantaged individuals who own it. "Socially and Economically Disadvantaged Individuals" is defined in Appendix B, Section 4, paragraph I; and

(b) It [ ] is, [ ] is not, currently certified by WMATA as a disadvantaged business enterprise.

5. AFFIRMATIVE ACTION COMPLIANCE

This representation is applicable to federally assisted contracts of $50,000 or more that are awarded to

contractors with 50 or more employees. By submission of this offer, the offeror represents that:

(a) It has a workforce of employees. (b) It [ ] has developed and has on file, or [ ] has not developed and does not have on file, at each

establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR Parts 60-1 and 60-2), or

(c) It [ ] has not previously had contracts subject to the written affirmative action program

requirements of the rules and regulations of the Secretary of Labor.

CERTIFICATIONS 6. COVENANT AGAINST GRATUITIES

By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement:

Neither it nor any of its employees, representatives or agents have offered or given gratuities (in the form of entertainment, gifts or otherwise) to any director, officer or employee of the Authority with the view toward securing favorable treatment in the awarding, amending, or the making of any determination with respect to the performing of the contract.

7. CONTINGENT FEE

By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

43

(a) It [ ] has, [ ] has not, employed or retained any company or persons (other than a full-time,

bona fide employee working solely for the offeror) to solicit or secure this contract, and (b) It [ ] has, [ ] has not, paid or agreed to pay any company or person (other than a full-time,

bona fide employee working solely for the offeror) any fee, commission, percentage, or

brokerage fee contingent upon or resulting from the award of this contract. 8. CLEAN AIR AND WATER CERTIFICATION

This certification is applicable if the contract will be federally assisted and the offer exceeds $100,000, or the Contracting Officer believes that orders under an indefinite contract in any year will exceed $100,000 or a facility to be used has been the subject of a conviction under the Clean Air Act (42 U.S.C. 7413(c)(1)) or the Water Act (33 U.S.C. 1319(c)) and is listed by the U.S. Environmental Protection Agency (EPA) as a violating facility, and the acquisition is not otherwise exempt:

(a) Any facility to be utilized in the performance of this proposed contract [ ] is, or [ ] is not listed

on the EPA list of Violating Facilities;

(b) Offeror will immediately notify the Contracting Officer, before award, of the receipt of any

communications from the Administrator, or a designee of the EPA, indicating that any facility which it proposes to use for the performance of the contract is under consideration to be listed on the EPA List of Violating Facilities; and

(c) Offeror will include a certification substantially the same as this certification, including this

paragraph, in every non-exempt subcontract. 9. DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNANTARY EXLCUSION This certification is applicable to federally assisted contracts over $25,000.

(a) Primary Covered Transactions. This certification applies to the offer submitted in response to this solicitation and will be a continuing requirement throughout the term of any resultant contract.

(1) In accordance with the provisions of Appendix A to 49 Code of Federal Regulations

(CFR) Part 29, the offeror certifies to the best of its knowledge and belief that it and its

principals:

(i) are not currently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal or State department or agency;

(ii) have not, within a three-year period preceding this offer, been convicted of or

had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(iii) are not currently indicted for or otherwise criminally or civilly charged by a

governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(ii) of this Certification; and

(iv) have not, within a three-year period preceding this offer, had one or more public

transactions (Federal, State, or local) terminated for cause or default.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

44

(2) Where the offeror is unable to certify to any of the statements in this certification, the

offeror shall attach an explanation to this offer.

(b) Lower Tier Covered Transactions. This certification applies to a subcontract at any tier

expected to equal or exceed $25,000 and will be a continuing requirement throughout the term of the prime contract.

(1) In accordance with the provisions of Appendix B to 49 Code of Federal Regulations

(CFR) Part 29, the prospective lower tier subcontractor certifies, by submission of this offer, that neither it nor its principals is currently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal or State department or agency.

(2) Where the prospective lower tier subcontractor is unable to certify to any of the

statements in this certification, such prospective participant shall attach an explanation to this proposal.

(c) The Certification required by subparagraph (b), above, shall be included in all applicable

subcontracts and a copy kept on file by the prime contractor. The prime contractor shall be required to furnish copies of certifications to the Contracting Officer upon the Contracting Officer's request.

10. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION

(a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party

thereto certifies as to its own organization, that in connection with this procurement:

(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other

offeror or with any other competitor, as to any matter relating to such prices;

(2) Unless otherwise required by law, the prices which have been quoted in this offer have

not been knowingly disclosed by the offeror and will not be knowingly disclosed by the

offeror prior to the opening of bids (in the case of a sealed bid solicitation) or prior to

award (in the case of a negotiated procurement), directly or indirectly, to any other

offeror or to any competitor; and

(3) No attempt has been made or will be made by the offeror to induce any other person or

firm to submit or not to submit an offer for the purpose of restricting competition.

(b) Each person signing this offer certifies that:

(1) He or she is the person in the offeror’s organization responsible within that organization for the decision as to the prices being offered herein and that he/she has not participated, and will not participate, in any action contrary to (a)(1) through (a)(3) above; or

(2) He or she is not the person in the offeror’s organization responsible within that organization for the decision as to the prices being offered herein, but that he/she has been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated; and will not participate, in any action contrary to (a)(1) through (a)(3) above, and as their agent does hereby so certify.

11. CERTIFICATION OF NONSEGREGATED FACILITIES

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

45

This certification is applicable to federally assisted contracts over $10,000.

(a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement:

(1) It does not and will not maintain or provide for its employees any segregated facilities at

any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control, where segregated facilities are maintained.

(2) The offeror agrees that a breach of this certification is a violation of the Equal

Opportunity Clause in the contract.

(3) As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin, because of habit, local custom or otherwise.

(4) It further agrees that (except where it has obtained identical certifications from proposed

subcontractors for specific time periods) it will:

(a) Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the subcontractor will be subject to the Equal Opportunity clause;

(b) Retain such certifications in its files; and (c) Forward the following notice to such subcontractors (except if the proposed subcontractors

have submitted identical certifications for specific time periods):

NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICAITONS OF NONSEGREGATED FACILITIES

A Certification of Nonsegregated Facilities must be submitted prior to award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for such subcontract or for all subcontracts during a period (i.e., quarterly, semiannually or annually).

12. NONDISCRIMINATION ASSURANCE

By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto

certifies as to its own organization, in connection with this procurement that it will not discriminate on the

basis of race, color, creed, national origin, sex, age in the performance of this contract. The offeror is required to insert the substance of this clause in all subcontracts and purchase orders. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the

termination of this contract or such other remedy as the Authority deems appropriate. The offeror further

agrees by submitting this offer that it will include this certification, without modification, in all subcontracts and purchase orders.

13. CERTIFICATION OF RESTRICTIONS ON LOBBYING This certification is applicable to federally assisted contracts if the offer exceeds $100,000.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

46

(a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party

thereto certifies as to its own organization, that to the best of his or her knowledge or belief:

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any

person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this contract, the undersigned shall complete and submit Standard Form--LLL, "Disclosure of Lobbying Activities."

(3) The undersigned shall require that the language of this certification be included in the

award documents for all subawards at all tiers and that all subrecipients shall certify and disclose accordingly.

(b) This certification is a material representation of fact upon which reliance was placed when this

transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352, as amended. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

14. BUY AMERICA ACT CERTIFICATION

The Buy America requirements apply to federally assisted construction contracts, and acquisition of goods or rolling stock contracts valued at more than $100,000.

(a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party

thereto certifies as to its own organization, that in connection with this procurement it will comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7 Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11.

(b) An offeror must submit to the Authority the appropriate Buy America certification (below) with all

bids or offers on FTA-funded contracts, except those subject to a general waiver. Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Mark the applicable certifications below:

(1) Certification requirement for procurement of steel, iron, or manufactured

products: [ ] Certificate of Compliance with 49 U.S.C. 5323(j)(1)

The bidder or offeror hereby certifies that it will meet the requirements of 49

U.S.C. 5323(j)(1) and the applicable regulations in 49 CFR Part 661.5. [ ] Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1)

The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

47

an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.

(2) Certification requirement for procurement of buses, other rolling stock and

associated equipment: [ ] Certificate of Compliance with 49 U.S.C. 5323(j)(2)(C)

The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(2)(C) and the regulations at 49 C.F.R. Part 661.11.

[ ] Certificate of Non-Compliance with 49 U.S.C. 5323(j)(2)(C)

The bidder or offeror hereby certifies that it cannot comply with the

requirements of 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.

15. CERTIFICATION OF NON-DELINQUENT TAXES

This certification is applicable to federally assisted contracts.

(a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party

thereto certifies as to its own organization, that in connection with this procurement:

(1) It has not been convicted over the past three years of violating any federal criminal tax law or failed to pay any tax.

(2) It has certified if it has been notified of an unresolved tax lien or any unsatisfied federal

tax delinquency in excess of $3,000 and that it is paying tax debts through an installment agreement or have requested a collection due process hearing.

(3) The offeror agrees that a breach of this certification is a violation of the Federal

Acquisition Regulation. (4) As used in this certification, the term "tax delinquency" means an outstanding debt for

which a notice of lien has been filed in public records. (5) It further agrees that (except where it has obtained identical certifications from proposed

subcontractors for specific time periods) it will:

(b) Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the subcontractor will be subject to Federal Acquisition Regulation;

(c) Retain such certifications in its files; and (d) Forward the following notice to such subcontractors (except if the proposed subcontractors

have submitted identical certifications for specific time periods):

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

48

NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICAITONS OF NON-DELINQUENT TAXES

A Certification of Non-Delinquent Taxes must be submitted prior to award of a subcontract exceeding $100,000 which is not exempt from the provisions of Federal Acquisition Regulation. The certification may be submitted either for such subcontract or for all subcontracts during a period (i.e., quarterly, semiannually or annually). (RC-116, OCTOBER 08)

SIGNATURE BLOCK FOR ALL REPRESENTATIONS AND CERTIFICATIONS

Name of Offeror:

Name and Title of Authorized Representative:

Print and Sign Name Title Date

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

49

PRE-AWARD EVALUATION DATA PROJECT DESCRIPTION: 1. Name of Firm 2. Address: 3. [ ] Individual [ ] Partnership [ ] Corporation [ ] Joint Venture 4. Date Organized . State in which incorporated . 5. Names of Officers or Partners: a.

b.

c.

d.

e.

f. 6. How long has your firm been in business under its present name? 7. Attach as SCHEDULE ONE a list of similar current contracts which demonstrates your

technical proficiency, each with contract amount, name of contracting party, character or type of work and percentage of completion.

8. Attach as SCHEDULE TWO a list of similar contracts, each with contract amount, name of

contracting party, and character or type of work for similar contracts completed in the last two years.

9. In the last two years have you ever been denied an award where you were low bidder/

Offeror? If the answer is YES, attach as SCHEDULE THREE the full particulars regarding each

occurrence. 10. Have you ever failed to complete, in the last two years, any contract on which you were the

low bidder/Offeror?

If the answer is YES, attach as SCHEDULE FOUR, the full particulars regarding each occurrence.

11. Financial resources available as working capital for the Contract:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

50

a. Cash on hand: $ b. Sources of credit: 12. Attach as SCHEDULE FIVE financial statements for the last two (2) years, and letters from

banks regarding credit as required by the Pre-Award Information article. 13. What percentage of work (contract amount) do you intend performing with your own

personnel? %. 14. Attach as SCHEDULE SIX a list of all principal subcontractors and the percentage and

character of work (contract amount) which each will perform. Principal items of work shall include, but not be limited to, those items listed in the Pre-Award Information article of the Request for Proposal/Invitation for Bid.

15. If the Contractor or subcontractor is a joint venture, submit PRE-AWARD EVALUATION

DATA forms for each member of the joint venture. The above information is confidential and will not be divulged to any unauthorized personnel. The undersigned certifies to the accuracy of all information. COMPANY: SIGNATURE: NAME: TITLE: DATE:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

51

PART II – GENERAL / SPECIAL PROVISIONS

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

52

PART II – SECTION 1 - GENERAL PROVISIONS

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

53

PART II, SECTION 1 - GENERAL PROVISIONS 1. DEFINITIONS

As used throughout this Contract, the following terms shall have the meanings set forth below:

a. “Authority” means The Washington Metropolitan Area Transit Authority created

effective February 20, 1967, by Interstate Compact by and between Maryland, Virginia, and the District of Columbia, pursuant to Public Law 89-774, approved November 6, 1966.

b. “Authority Representative” if designated, is the person responsible for post award

execution of an Authority contract in the most effective, economical, and timely manner. The Authority Representative is the Authority’s primary point of contact with its Contractor. In addition, the Authority Representative is delegated authority to modify this Contract within specified dollar limits which are available upon request. The Authority may designate additional individuals, usually in the supervisory chain as the Authority Representative, who have dollar authority in excess of the Authority Representative’s stated authority (see also definition of Contracting Officer). The Authority Representative may, at his or her discretion, delegate Project responsibilities to a Project Representative and certain other responsibilities to other designees. Unless the Contractor is directed to the contrary, all correspondence with respect to this Contract shall be sent to the Authority Representative.

c. “Contracting Officer” means an employee within the Authority’s Office of

Procurement and Materials with authority duly delegated from the powers of the General Manager to legally bind the Authority by signing a contractual instrument. Contracting Officers have the authority to make related determinations and findings, and take other significant actions including, but not limited to: awards, changes, modifications, final payments, suspensions, terminations, debarments, assessment of liquidated damages, and issuances of final decisions. The term includes certain other representatives of the Authority acting within delegated limits of authority. In general, the Authority’s primary point of contact for pre-award administration and fiscal closeout resides with the Contracting Officer, and the primary point of contact for the post-award contract administration may be either the Authority Representative or Contracting Officer’s Technical Representative.

d. “Contracting Officer’s Technical Representative (COTR)” means a duly appointed

individual assigned to perform contract administration activities as may be specifically authorized in regard to technical issues. A COTR does not have the authority to enter into contractual agreements including changes or modifications.

e. “FTA” means the U.S. Department of Transportation, Federal Transit Administration. f. “Project Representative” means the individual(s), including but not limited to the

Resident Engineer, to whom the Authority Representative has delegated Project responsibilities. If a Project Representative is appointed, the Project Representative represents the Authority Representative on the Project within the limits of that delegation with respect to any part of the Work.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

54

g. Except as otherwise provided in this Contract, the term subcontracts includes purchase orders under this Contract.

h. Wherever in the scope of the work the words directed, ordered, designated,

prescribed, or words of like import are used, it shall be understood that the direction, requirement, order, designation, or prescription of the Contracting Officer is intended and similarly the words approved, acceptable, satisfactory, or words of like import shall mean approved by, or acceptable to, or satisfactory to the Contracting Officer, unless otherwise expressly stated.

2. ACCOUNTING AND RECORD KEEPING

a. Applicability. This Article shall become effective for and shall apply to any adjustment in the price of this Contract initiated by the Contractor or the Authority. However, where the original amount of this Contract is less than $1,000,000, paragraph c. of this Article does not apply unless the adjustment is expected to exceed $50,000.

b. Forward Priced Adjustments. Unless expressly waived in writing in advance by the

Contracting Officer, the Contractor shall furnish to the Contracting Officer a cost proposal in advance of performance of any work for which a price adjustment is requested under this Contract. The proposal format shall be as detailed in Article 39. The Contractor shall originate such records as are necessary to substantiate all elements of the pricing proposal, current to the date of agreement on the pricing adjustment. Such records supporting the costs of each pricing adjustment request shall be specifically segregated and identified in the Contractor's accounting system as being applicable to the pricing adjustment request.

c. Post Pricing Adjustments. In addition to the records required to be originated under

b. above, in the event pricing of an adjustment under this Contract is not agreed upon between the Contractor and the Contracting Officer prior to the commencement of work for which the pricing adjustment is requested, the Contractor and any subcontractor engaged in work for which the pricing adjustment is requested, shall maintain accounts and original cost records specifically segregated and identified by job order or other appropriate accounting procedures approved by the Contracting Officer of all incurred segregable costs related to the work for which the pricing adjustment is requested. The Contractor shall maintain accounts and records which segregate and account for the costs of all work associated with that part of the project for which the pricing adjustment is requested and shall allocate the costs so accumulated between (1) work required under the base Contract; (2) work requested to be reimbursed under the pricing adjustment; and (3) other claim, including but not limited to, changes, differing site conditions, and the like. The accounts and records so established shall accumulate such costs under logical costs groups, such as material, labor, equipment, subcontracts, field overhead and the like. The Contractor shall record these costs on a form approved by the Contracting Officer. Subject to agreement between the Contractor and the Contracting Officer, or upon direction of the Contracting Officer for work under Article 58, the Contractor shall use Form C-113 (Daily Report - Labor Materials and Equipment). The terms of Article 58.d of this Contract shall apply regardless of the form used.

d. Availability. The accounts, records and costs information required to be originated

under b. and c. above together with all other accounts, records and costs information related to this Contract shall be maintained and made available by the Contractor and subcontractor(s).

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

55

(1) At the office of the Contractor or subcontractor(s) at all reasonable times for inspection, audit, reproduction or such other purposes as may be required by the Contracting Officer or by anyone authorized access to the records by the Contracting Officer or pursuant to any other provisions of this Contract.

(2) Until the expiration of three years from the date of payment of the final $100

(final payment) under this Contract or such lesser time as is specified in Subpart 4.7 of the Federal Acquisition Regulations and for such longer period, if any, as is required by applicable statute, or by other articles of this contract, or by paragraphs (a) and (b) below:

(a) If the Contract is completely or partially terminated, for a period of

three years from either the date of any resulting final settlement or the date of final payment whichever is the greater period; and

(b) If a pricing adjustment is involved in any appeal under the Disputes

Article of this Contract or in any litigation related to this Contract, for a period of one (1) year following the final disposition of the appeal or litigation.

e. When asserting a claim under the various provisions of this Contract, the Contractor

shall grant the Authority access to review and ascertain the validity of the accounting records being maintained for segregation of costs, including base cost records, and to audit such costs as are deemed appropriate by the Contracting Officer. No payment shall be made to the Contractor on its claim until such records are made available and access is permitted.

f. Limitation on Pricing Adjustment. In the event the Contractor or any subcontractor

fails to originate or to maintain, or to make available any accounts or records as required under this or any other Article of the Contract, any pricing adjustment or portion thereof previously granted by the Contracting Officer for which records are not available shall be rescinded and recomputed, or if a pricing adjustment has not yet been granted shall be computed, in an amount not to exceed the direct costs for the affected work for which accounts or records are not available, plus a single mark-up for indirect expenses not to exceed ten percent of the direct costs so determined by the Contracting Officer. The adjustment will be established by the Contracting Officer based upon, at his or her election, either,

(1) an audit of any existing books and records of the Contractor or subcontractor;

or (2) an Authority estimate adopted by the Contracting Officer, or (3) a combination of (1) and (2); plus a single mark-up for indirect expenses not to exceed ten percent of the

direct costs so determined by the Contracting Officer. The Contractor and subcontractors shall not be allowed any profit for the work for which the Contractor or subcontractor fails to originate, or to maintain, or to make available any accounts or records as required under this Contract.

g. The Contractor shall insert a clause containing all the provisions of this article in all

subcontracts issued under this Contract, modified as necessary, for proper

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

56

identification of the contracting parties and the Contracting Officer under this Contract.

3. ASSIGNMENT

a. Except as otherwise provided in this provision, the Contractor shall not transfer any of its rights and obligations under this Contract to third parties without the prior consent of the Authority. The Authority may recognize a third party as successor in interest to the Contract in the event of a transfer of all or substantially all of the assets of the Contractor, a Division of the Contractor involved in the performance of the Contract, or a Parent company providing a performance guarantee under this Contract, (i.e., sales of assets, transfer of assets pursuant to merger or consolation, or incorporation of a proprietorship or partnership). Such recognition of the transfer shall be within the discretion of the Contracting Officer after review of the facts and circumstances surrounding each request. At the discretion of the Contracting Officer, the Contracting Officer may conduct an evaluation of the successor party’s capability to perform the Contract in the same manner and to the same extent the Contracting Officer was empowered to conduct a responsibility determination as part of the original solicitation for this Contract. Should the Contracting Officer, for any reason, not recognize such a successor in interest, it may terminate this Contract for the convenience of the Authority.

b. Claims for monies due or to become due the Contractor from the Authority under this

Contract may be assigned to a bank, trust company, or other financing institution, including any Federal lending agency, and may thereafter be further assigned and reassigned to any institution, upon written notice of such assignment to the Authority. Any such assignment or reassignment shall cover all amounts payable under this Contract and not already paid, and shall not be made to more than one party, except that any such assignment or reassignment may be made to one party as agent or trustee for two or more parties participating in such financing. It is the Authority's intent to recognize assignments only to bona fide lending institutions; therefore, assignment to any private corporation, business or individual which does not qualify as such is specifically prohibited.

c. Any attempt to transfer by assignment not authorized by this provision shall

constitute a breach of the Contract and the Authority may for such cause, terminate the Contract with the DEFAULT provision of these General Provisions, and the Contractor shall be liable to the Authority under the DEFAULT provision.

4. AUDIT RECORDS-NEGOTIATION

a. This clause is applicable if this Contract was entered into by means of negotiation and shall become operative with respect to any modification to this Contract whether this Contract was initially entered into by means of negotiation or by means of formal advertising.

b. As used in this clause, “records” includes books, documents, accounting procedures

and practices, and other data, regardless of type and regardless of whether such items are in written form, in the form of computer data, or in any other form.

c. If this is a cost-reimbursement, incentive, time-and-materials, labor-hour, or price

redeterminable contract, or any combination of these, the Contractor shall maintain and the Contracting Officer, or an authorized representative of the Contracting

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

57

Officer, shall have the right to examine and audit all records and other evidence sufficient to reflect properly all costs claimed to have been incurred or anticipated to be incurred directly or indirectly in performance of this contract. This right of examination shall include inspection at all reasonable times of the Contractor’s plants, or parts of them, engaged in performing this contract.

d. If the Contractor has been required to submit cost or pricing data in connection with

any pricing action relating to this contract, the Contracting Officer, or an authorized representative of the Contracting Officer, in order to evaluate the accuracy, completeness, and currency of the cost or pricing data, shall have the right to examine and audit all of the Contractor’s records, including computations and projections, related to the proposal for the contract, subcontract, or modification; the discussions conducted on the proposal(s), including those related to negotiating; pricing of the contract, subcontract or modification; or performance of the contract, subcontract or modification.

e. If the Contractor is required to furnish cost, funding, or performance reports, the

Contracting Officer or an authorized representative of the Contracting Officer shall have the right to examine and audit the supporting records and materials, for the purpose of evaluating the effectiveness of the Contractor’s policies and procedures to produce data compatible with the objectives of these reports; and the data reported.

f. The Contractor shall make available at its offices at all reasonable times the records,

materials, and other evidence described above, for examination, audit or reproduction, until 3 years after final payment under this contract or for any shorter period specified in Subpart 4.7, Contractor Records Retention, of the Federal Acquisition Regulation (FAR), or for any longer period required by statute or by other clauses of this contract. In addition–

(1) If this contract is completely or partially terminated, the Contractor shall make

available the records relating to the work terminated until 3 years after any resulting final termination settlement; and

(2) The Contractor shall make available records relating to appeals under the

Disputes clause or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are fully resolved.

g. The Contractor shall insert a clause containing all the terms of this clause, including

this paragraph (g), in all subcontracts under this contract that exceed the simplified acquisition threshold (currently $100,000 or less) and –

(1) That are cost reimbursable, incentive, time-and-material, labor-hour, or price

redeterminable type or any combination of these; (2) For which cost or pricing data are required; or

(3) That require the contractor to submit reports as discussed in paragraph (e) of

this clause. 5. CERTIFICATE OF CURRENT COST OR PRICING DATA

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

58

The Contractor shall provide a Certificate of Current Cost or Pricing Data as required in Subpart 15.4 of the Federal Acquisition Regulations (48 CFR 15.4) in support of any negotiated contract expected to exceed $100,000 any modification to a formally advertised or negotiated contract on which the aggregate of the increase and decreases in cost are expected to exceed $100,000; the Contracting Officer at his discretion may request cost or pricing data for modifications on which cost are $100,000 or less and an attendant certificate of current cost or pricing data.

6. CHANGES

a. The Contracting Officer may at any time, by a written order, and without notice to the sureties, make changes, within the general scope of this Contract, in any one or more of the following:

(1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.). (3) Place of performance of the services. (4) Drawings, designs, or specifications, where the supplies to be furnished are

to be specially manufactured for the Authority, in accordance with the drawings, designs, or specifications.

(5) Method of shipment or packing of supplies. (6) Place of delivery.

b. If any such change causes an increase or decrease in the cost of, or the time

required for, the performance of any part of the work under this Contract, whether changed or not changed by the order, the Contracting Officer shall make an equitable adjustment in the Contract price, the delivery schedule, or both, and shall modify the Contract.

c. The Contractor must assert its right to an adjustment under this article within 30 days

from the date of receipt of the written order. Any such adjustment to the contract price must be agreed upon prior to final payment of the contract price.

d. If the Contractor's proposal includes the cost of property made obsolete or excess by

the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of the property.

e. Failure to agree to any adjustment shall be a dispute under the Disputes article.

However, nothing in this article shall excuse the Contractor from proceeding with the contract as changed.

7. NONDISCRIMINATION ASSURANCE

a. Nondiscrimination Assurance: In accordance with Title VI of the Civil Rights Act, as amended, 42. U.S.C. §2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §6102, section 202 of the American with Disabilities Act of 1990, 42 U.S.C. §12132, and Federal transit law at 49 U.S.C. §5332, the contractor agrees that it will not discriminate against any employee or

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

59

applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing regulations that FTA may issue.

b. Equal Employment Opportunity: The following equal employment opportunity

requirements apply to this contract.

(1) Race, Color, Creed, National Origin, Sex: In accordance with Title VII of the Civil Rights Act, as amended, 42. U.S.C. §2000e, and Federal transit laws at 49 U.S.C. §5332, the Contractor agrees to comply with all applicable equal opportunity requirements of the U. S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, " 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Contract. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, creed, national origin, sex or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

(2) Age: In accordance with Section 4 of the Age Discrimination in

Employment Act of 1967, as amended, 29 U.S.C. §623 and Federal transit law at 49 U.S.C. §5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

(3) Disabilities: In accordance with section 102 of the Americans with

Disabilities Act, as amended, 42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U. S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

c. The Contractor also agrees to include all of these requirements in each

subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

60

8. CONFLICT OF INTEREST

a. Neither the Contractor nor any person or company affiliated with it shall have, during the term of this contract and any extensions thereof, any contractual or other financial relationship with the Authority, with any Authority prime Contractor, or with any subcontractor or supplier to any Authority prime Contractor other than the contractual relationship established under this Contract, unless an exception is granted as described below.

b. Upon request of the Contractor and upon full disclosure and for good cause the

Contracting Officer may in his sole discretion grant an exception to the requirement of a., above, when in his judgment the exception will not create a conflict between the Contractor's duties and obligations under this contract and the duties and obligations imposed on the Contractor under the contractual or other relationship for which an exception is requested.

c. If, during the performance of this contract and any extension thereof, the Contractor

becomes aware of any relationship, financial interest, or other activity in which it or an affiliated person or company is involved which is not in compliance with the provisions of a., above, it shall promptly notify the Contracting Officer in writing and fully disclose all circumstances thereof. Should the Contracting Officer not grant an exception to the requirements of this Article, the Contractor shall, within ten (10) days of written notice from the Contracting Officer to do so, take all action necessary to comply with the terms of a., above.

d. If the Contractor fails to comply with the terms of this Article, the Contracting Officer,

may withhold payments due under the contract until such time as the Contractor is in compliance or, should the non-compliance remain uncorrected at the expiration of ten (10) days from written notice from the Contracting Officer as provided in c., above, terminate the contract for default pursuant to the Default Article of this contract.

e. The Contractor in performing this Contract shall avoid any conduct which might result

in or give the appearance of creating for Directors, Officers or employees of the Authority in their relationship with the Contractor any conflicts of interest or favoritism and/or the appearance thereof and shall avoid any conduct which might result in a Director, Officer or employee failing to adhere to the Standards of Conduct adopted by the Authority's Board of Directors.

f. Any determination by the Contracting Officer under this Article shall be final and shall

be considered a question of fact within the meaning of the Disputes Article of this Contract.

9. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME

COMPENSATION Pursuant to Section 102 (Overtime):

(1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

61

receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

(2) Violation; liability for unpaid wages; liquidated damages - In the event of

any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $ 10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section.

(3) Withholding for unpaid wages and liquidated damages - The Authority

shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.

(4) Subcontracts - The contractor or subcontractor shall insert in any

subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section.

Section 107 (OSHA):

Contract Work Hours and Safety Standards Act - (i) The Contractor agrees to comply with section 107 of the Contract Work Hours and Safety Standards Act, 40 U.S.C. section 333, and applicable DOL regulations, " Safety and Health Regulations for Construction " 29 C.F.R. Part 1926. Among other things, the Contractor agrees that it will not require any laborer or mechanic to work in unsanitary, hazardous, or dangerous surroundings or working conditions.

(ii) Subcontracts - The Contractor also agrees to include the requirements of this

section in each subcontract. The term "subcontract" under this section is considered to refer to a person who agrees to perform any part of the labor or material requirements of a contract for construction, alteration or repair. A person who undertakes to perform a portion of a contract involving the furnishing of supplies or materials will be considered a "subcontractor" under this section if the work in question involves the performance of construction work and is to be performed: (1) directly on or near the construction site, or (2) by the employer for the specific project on a customized basis. Thus, a supplier of materials which will become an integral

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

62

part of the construction is a "subcontractor" if the supplier fabricates or assembles the goods or materials in question specifically for the construction project and the work involved may be said to be construction activity. If the goods or materials in question are ordinarily sold to other customers from regular inventory, the supplier is not a "subcontractor." The requirements of this section do not apply to contracts or subcontracts for the purchase of supplies or materials or articles normally available on the open market.

10. CONVICT LABOR

In connection with the performance of work under this Contract, the Contractor agrees not to employ any person undergoing sentence of imprisonment except as provided by Public Law 89-176, September 10, 1965.

11. CORRECTION OF DEFICIENCIES

a. Definitions: As used in this article:

(1) Deficiency means any condition or characteristics in any supplies (which term shall include related technical data) or services furnished hereunder, which is not in compliance with the requirements of this Contract.

(2) Correction means any and all actions necessary to eliminate any and all

deficiencies. (3) Supplies mean the end item(s) furnished by the Contractor and related

services required under this Contract.

b. General:

(1) The rights and remedies of the Authority provided in this article:

(a) Shall not be affected in any way by any other provisions under this Contract concerning the conclusiveness of inspection and acceptance; and

(b) Are in addition to and do not limit any rights afforded to the Authority

by any other article of this Contract.

(2) This article shall apply only to those deficiencies discovered by either the Authority or the Contractor within one year after acceptance.

(3) The Contractor shall not be responsible under this article for the correction of

deficiencies in Authority furnished property, except for deficiencies in installation, unless the Contractor performs or is obligated to perform any modifications or other work on such property. In that event, the Contractor shall be responsible for correction of deficiencies to the extent of such modifications or other work.

(4) The Contractor shall not be responsible under this article for the correction of

deficiencies caused by the Authority.

c. Deficiencies in accepted supplies or services:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

63

(1) Notice to Contractor - Recommendation for Correction: If the Contracting

Officer determines that a deficiency exists in any of the supplies or services accepted by the Authority under this Contract, he shall promptly notify the Contractor of the deficiency, in writing, within 30 days. Upon timely notification of the existence of such a deficiency, or if the Contractor independently discovers a deficiency in accepted supplies or services, the Contractor shall promptly submit to the Contracting Officer his recommendation for corrective actions, together with supporting information in sufficient detail for the Contracting Officer to determine what corrective action, if any, shall be undertaken.

(2) Direction to Contractor concerning correction of deficiencies: Within 30 days

after receipt of the Contractor's recommendations for corrective action and adequate supporting information, the Contracting Officer, at his sole discretion, shall give the Contractor written notice not to correct any deficiency, or to correct or partially correct any deficiency within a reasonable time and at a specified location.

(3) Correction of deficiencies by Contractor: The Contractor shall promptly

comply with any timely written direction by the Contracting Officer to correct or partially correct a deficiency, at no increase in the Contract price. The Contractor shall also prepare and furnish to the Authority data and reports applicable to any correction required under this article (including revision and updating of all other affected data called for under this Contract) at no increase in the Contract price.

(4) Modification of Contract With respect to uncorrected deficiencies: In the

event of timely notice of a decision not to correct or only to partially correct, the Contractor shall promptly submit a technical and cost proposal to amend the Contract to permit acceptance of the affected supplies or services in accordance with the revised requirements, and an equitable reduction in Contract price shall promptly be negotiated by the parties and reflected in a supplemental agreement to this Contract.

d. Deficiencies in supplies or services not yet accepted: If the Contractor becomes

aware at any time before acceptance by the Authority (whether before or after tender to the Authority) that a deficiency exists in any supplies or services, he shall promptly correct the deficiency or, if he elects to invoke the procedures in paragraph c. above, he shall promptly communicate information concerning the deficiency to the Contracting Officer, in writing, together with his detailed recommendation for corrective action.

e. No extension in time for performance; no increase in Contract price.

(1) In no event shall the Authority be responsible for extension or delays in the

schedule deliveries or periods of performance under this Contract as a result of the Contractor's obligations to correct deficiencies, nor shall there be any adjustment of the delivery schedule or period of performance as a result of such correction of deficiencies, except as may be agreed to by the Authority in a supplemental agreement with adequate consideration.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

64

(2) It is hereby specifically recognized and agreed by the parties hereto that this article shall not be construed as obligating the Authority to increase the Contract price of this Contract.

f. Transportation charges:

(1) When the Authority returns supplies to the Contractor for correction or

replacement pursuant to this article, the Contractor shall be liable for transportation charges up to an amount equal to the cost of transportation by the usual commercial method of shipment from the designated destination point under this Contract to the Contractor's plant, in addition to any charges provided for by (2) below. The Contractor shall also bear the responsibility for the supplies while in transit.

(2) When compliance with the terms of this article by the Contractor involves

shipment of corrected or replacement supplies from the Contractor to the Authority, the Contractor shall be liable for transportation charges up to an amount equal to the cost of transportation by the usual commercial method of shipment from the Contractor's plant to the designated destination point under this Contract, in addition to any charges provided for by (1) above. The Contractor shall also bear the responsibility for the supplies while in transit.

g. Failure to correct: If the Contractor fails or refuses to

(1) present a detailed recommendation for corrective action in accordance with

c. above, (2) correct deficiencies in accordance with c. (3) above, or (3) prepare and furnish data and reports in accordance with paragraph c. (3)

above,

the Contracting Officer shall give the Contractor written notice specifying the failure or refusal and setting a period after receipt of the notice within which it must be cured. If the failure or refusal is not cured within the specified period, the Contracting Officer may, by contract or otherwise, as required:

(1) Obtain detailed recommendations for corrective action; (2)(a) Correct the supplies or services, or

(b) Replace the supplies or services; and if the Contractor fails to furnish timely disposition instructions, the Contracting Officer may dispose of nonconforming supplies for the Contractor's account in a reasonable manner, in which case the Authority is entitled to reimbursement from the Contractor or from the proceeds for the reasonable expenses of care and disposition, as well as for excess costs incurred or to be incurred; and

(3) Obtain applicable data and reports and charge to the Contractor the cost

occasioned to the Authority thereby.

h. Correction of deficient replacements and re-performances: Any supplies or parts thereof corrected or furnished in replacement and any services re-performed

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

65

pursuant to this article shall also be subject to all the provisions of the article to the same extent as supplies or services initially accepted.

i. Disassembly/reassembly expense: The Contractor shall be liable for reasonable

cost of disassembly/reassembly of larger items necessary to remove the supplies to be inspected and/or returned for correction or replacement.

12. COST OR PRICING DATA

a. The Contractor shall submit to the Contracting Officer, either actually or by specific identification in writing, cost or pricing data under the conditions described in this paragraph and certify that, to the best of his knowledge and belief, the cost or pricing data submitted is accurate, complete, and current as of the date of execution, which date shall be as close as possible to the date of agreement on the negotiated price of the Contract modification. The cost or pricing data shall be submitted at the time the Contractor submits his proposal for the pricing of any modification to this Contract, whether or not cost or pricing data was required in connection with the initial pricing of the Contract, when the modification involves aggregate increases and/or decreases in costs plus applicable profits expected to exceed $100,000, or less at the discretion of the Contracting Officer.

b. The submittal of certified cost or pricing data shall not be required if the price is

based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation. The Contractor agrees that the terms adequate price competition and established catalog or market prices of commercial items sold in substantial quantities to the general public shall be determined by the Contracting Officer in accordance with the guidelines as set forth in Subpart 15.4 of the Federal Acquisition Regulations (48 CFR 15.4).

c. Cost or pricing data consists of all facts existing up to the time of agreement on price

which prudent buyers and sellers would reasonably expect to have a significant effect on the price negotiations for the modification. The definition of cost or pricing data embraces more than historical accounting data; it also includes where applicable, such factors as subcontractor, supplier and vendor quotations, non-recurring costs, changes in construction methods, unit cost trends such as those associated with labor efficiency and any management decisions which could reasonably be expected to have a significant bearing on costs under the proposed modification and the Contract work. Cost or pricing data consists of all facts which can reasonably be expected to contribute to sound estimates of future costs as well as to the validity of costs already incurred. Cost or pricing data, being factual, is that type of information which can be verified. Because the certificate pertains to cost or pricing data, it does not make representations as to the accuracy of the Contractor's judgment on the estimated portion of future costs or projections. The certificate does, however, apply to the data upon which the Contractor's judgment is based.

13. COVENANT AGAINST CONTINGENT FEES

The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the Authority shall have the right to annul this Contract without liability or in its discretion, to deduct from the Contract price or

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

66

consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee.

14. DEFAULT

a. The Authority may, subject to the provisions of paragraph c. below, by written notice of default to the Contractor, terminate the whole or any part of this Contract in any one of the following circumstances: (1) If the Contractor fails to make delivery of the supplies or to perform the

services within the time specified herein or any extension thereof; or (2) If the Contractor fails to perform any of the other provisions of this Contract,

or so fails to make progress as to endanger performance of this Contract in accordance with its terms, and in either of these two circumstances does not cure such failure within a period of 10 days (or such longer period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such failure.

b. In the event the Authority terminates this Contract in whole or in part as provided in

paragraph a. of this article, the Authority may procure, upon such terms and in such manner as the Contracting Officer may deem appropriate, supplies or services similar to those so terminated, and the Contractor shall be liable to the Authority for any excess costs for such similar supplies or services; provided, that the Contractor shall continue the performance of this Contract to the extent not terminated under the provisions of this article.

c. Except with respect to defaults of subcontractors, the Contractor shall not be liable

for any excess costs if the failure to perform the Contract arises out of causes beyond the control and without the fault or negligence of the Contractor. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of the Government in its sovereign capacity or the Authority in its contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but in every case the failure to perform must be beyond the control and without the fault or negligence of the Contractor. If the failure to perform is caused by the default of a subcontractor, and if such default arises out of causes beyond the control of both the Contractor and subcontractor, and without the fault or negligence of either of them, the Contractor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Contractor to meet the required delivery schedule.

d. If this Contract is terminated as provided in paragraph a. of this article, the Authority,

in addition to any other rights provided in this article, may require the Contractor to transfer title and deliver to the Authority, in the manner and to the extent directed by the Contracting Officer,

(1) any completed supplies, and (2) such partially completed supplies and materials, parts, tools, dies, jigs,

fixtures, plans, drawings, information, and contract rights (hereinafter called "manufacturing materials") as the Contractor has specifically produced or specifically acquired for the performance of such part of this Contract as has been terminated; and the Contractor shall, upon direction of the Contracting

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

67

Officer, protect and preserve property in the possession of the Contractor in which the Authority has an interest. Payment for completed supplies delivered to and accepted by the Authority shall be at the Contract price. Payment for manufacturing materials delivered to and accepted by the Authority and for the protection and preservation of property shall be in an amount agreed upon by the Contractor and Contracting Officer; failure to agree to such amount shall be a dispute concerning a question of fact within the meaning of the DISPUTES article of this Contract. The Authority may withhold from amounts otherwise due the Contractor for such completed supplies or manufacturing materials such sum as the Contracting Officer determines to be necessary to protect the Authority against loss because of outstanding liens or claims of former lien holders.

e. If, after notice of termination of this Contract under the provisions of article, it is

determined for any reason that the Contractor was not in default under the provisions of this article, or that the default was excusable under the provisions of this article, the rights and obligations of the parties shall, if the Contract contains an article providing for termination for convenience of the Authority, be the same as if the notice of termination had been issued pursuant to such article. If, after notice of termination of this Contract under the provisions of this article, it is determined for any reason that the Contractor was not in default under the provisions of this article, and if this Contract does not contain an article providing for termination for convenience of the Authority, the Contract shall be equitably adjusted to compensate for such termination and the Contract modified accordingly; failure to agree to such adjustment shall be a dispute concerning a question of fact within the meaning of the DISPUTES article of this Contract.

f. If the Contractor fails to deliver the supplies or perform the services within the time

specified in this Contract, or any extension thereof, the actual damage to the Authority for the delay will be difficult or impossible to determine. Therefore in lieu of actual damages, the Contractor shall pay to the Authority as fixed, agreed and liquidated damages for each calendar day of delay, the amount set forth elsewhere in this Contract. Alternatively, the Authority may terminate this Contract in whole or in part as provided in paragraph a. of this article, and in that event the Contractor shall be liable, in addition to the excess costs provided in paragraph b. above, for such liquidated damages accruing until such time as the Authority may reasonably obtain delivery or performance of similar supplies or services. The Contractor shall not be charged with liquidated damages when the delay arises out of causes beyond the control and without the fault or negligence of the Contractor, as defined in paragraph c. above, and in such event, subject to the DISPUTES article, the Contracting Officer shall ascertain the facts and extent of the delay and shall extend the time for performance of the contract when in his judgment the findings of fact justify an extension.

g. The rights and remedies of the Authority provided in this article shall not be exclusive

and are in addition to any other rights and remedies provided by law or under this Contract.

h. As used in paragraph c. of this clause, the terms subcontractor and subcontractors

mean subcontractor(s) at any tier. 15. DELAY OF WORK

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

68

a. If the performance of all or any part of the work is delayed or interrupted by an act of the Contracting Officer in the administration of this Contract, which act is not expressly or impliedly authorized by this Contract, or by his failure to act within the time specified, an adjustment (excluding profit) shall be made for any increase in the cost of performance of this Contract caused by such delay or interruption and the contract modified in writing accordingly. Adjustment shall be made also in the delivery or performance dates and any other contractual provision affected by such delay or interruption. However, no adjustment shall be made under this article for any delay or interruption

(1) to the extent that performance would have been delayed or interrupted by

any other cause, including the fault or negligence of the Contractor; or (2) for which an adjustment is provided or excluded under any other provision of

this Contract.

b. No claim under this clause shall be allowed

(1) for any costs incurred more than 20 days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act involved; and

(2) unless the claim, in an amount stated, is asserted in writing as soon as

practicable after the termination of such delay or interruption, but not later than the date of final payment under the Contract.

16. DISPUTES

a. Except as otherwise provided in this Contract, any dispute concerning a question of fact arising under or related to this Contract which is not disposed of by agreement shall be decided by the Contracting Officer, who shall reduce his/her decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the Contracting Officer shall be final and conclusive unless, within thirty (30) calendar days from the date of receipt of such copy, the Contractor mails or otherwise furnishes to the Contracting Officer a written notice of appeal addressed to the Authority Board of Directors. Such notice would indicate that an appeal is intended and should reference the decision and contract number. The decision of the Board of Directors or its duly authorized representative for the determination of such appeals shall be final and conclusive unless in proceedings initiated by either party for review of such decision in a court of competent jurisdiction, the court determines the decision to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or is not supported by substantial evidence. In connection with any appeal proceeding under this article, the Contractor, or the Authority, as the case may be, shall be afforded an opportunity to be heard and offer evidence in support of its appeal. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the Contract and in accordance with the Contracting Officer's decision. The Armed Services Board of Contract Appeals is the authorized representative of the Board of Directors for finally deciding appeals to the same extent as could the Board of Directors.

b. This DISPUTES article does not preclude consideration of question of law in

connection with decisions provided for in Section a. above. Nothing in the Contract,

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

69

however, shall be construed as making final the decisions of the Board of Directors or its representative on a question of law.

17. EMPLOYMENT RESTRICTION WARRANTY

a. The Contractor warrants that it will not offer employment to any officer or employee of the Washington Metropolitan Area Transit Authority (WMATA) who has been involved, directly or indirectly, in any matter of financial interest to the Contractor until at least one year after the officer or employee has ceased involvement in or responsibility for the matter.

b. The Contractor further warrants that it will not employ any WMATA officer or

employee who has had direct responsibility for any matter of financial interest to the Contractor within the year prior to the retirement or termination of the officer or employee until at least one full year after such officer or employee has left the employment of the Authority.

c. The one year requirement described in a. and b. above may be waived at the

discretion of the Contracting Officer if the WMATA employee or former employee has been subject to a Reduction in Force; in such case, the Contracting Officer will provide the Contractor with a letter to that effect.

d. If a waiver is granted, or if a former employee of WMATA is eventually hired, the

Contractor shall be responsible for ensuring that the former employee is not directly involved in negotiating or otherwise dealing with WMATA on any particular matter over which such employee had responsibility during his or her period of employment at WMATA.

e. Should the Contractor fail to comply with paragraphs a., b. or d. above, the

Contracting Officer shall have the right to withhold payment under this Contract in an amount not to exceed 2% of the total Contract amount as liquidated damages to the Authority, such withholding to be in addition to any other withholding under this Contract. Further, the Contracting Officer shall consider such violation in evaluating the Contractor's responsibility in connection with award of any other Authority Contract.

18. EXTRAS

Except as otherwise provided in this Contract, no payment for extras shall be made unless such extras and the price therefor have been authorized in writing in advance by the Contracting Officer.

19. FEDERAL, STATE AND LOCAL TAXES

a. Except as may be otherwise provided in this Contract, the Contract price includes all applicable Federal, State, and Local taxes and duties.

b. Nevertheless, with respect to any Federal excise tax or duty on the transactions or

property covered by this Contract, if a statue, court decision, written ruling, or regulation takes effect after the Contract date, and:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

70

(1) Results in the Contractor being required to pay or bear the burden of any such Federal excise tax or duty or increase in the rate thereof which would not otherwise have been payable on such transactions or property, the Contract price shall be increased by the amount of such tax or duty or rate increase, provided the Contractor warrants in writing that no amount for such newly imposed Federal excise tax or duty or rate increase was included in the Contract price as a contingency reserve or otherwise; or

(2) Results in the Contractor not being required to pay or bear the burden of, or

in his obtaining a refund or drawback of, any such Federal excise tax or duty which would otherwise have been payable on such transactions or property or which was the basis of an increase in the Contract price, the Contract price shall be decreased by the amount of the relief, refund, or drawback, or that amount shall be paid to the Authority, as directed by the Contracting Officer. The Contract price shall be similarly decreased if the Contractor, through his fault or negligence or his failure to follow instructions of the Contracting Officer, is required to pay or bear the burden of, or does not obtain a refund or drawback of, any such Federal excise tax or duty.

c. Paragraph b. above shall not be applicable to social security taxes or to any other

employment tax. d. No adjustment of less than $100 shall be made in the Contract price pursuant to

paragraph b. above. e. As used in paragraph b. above, the term Contract date means the date set for bid

opening, or if this is a negotiated contract, the Contract date. As to additional supplies or services procured by modification to this Contract, the term Contract date means the date of such modification.

f. Unless there does not exist any reasonable basis to sustain an exemption, the

Authority upon the request of the Contractor shall, without further liability, furnish evidence appropriate to establish exemption from any Federal, State or Local tax; provided that evidence appropriate to establish exemption from any Federal excise tax or duty which may give rise to either an increase or decrease in the Contract price will be furnished only at the discretion of the Authority.

g. The Contractor shall promptly notify the Contracting Officer of matters which will

result in either an increase or decrease in the Contract price and shall take action with respect thereto as directed by the Contracting Officer.

20. GRATUITIES

a. In connection with performance of work required under this Contract, or any changes or modifications relative thereto, the giving of or offering to give gratuities (in the form of entertainment, gifts or otherwise) by the Contractor, or any agent, representative or other person deemed to be acting on behalf of the Contractor, or any supplier or subcontractor furnishing material to or performing work under this Contractor, or any agent, representative or other person deemed to be acting on behalf of such supplier or subcontractor, to any Director, Officer or employee of the Authority; or to any Director, Officer, employee or agent of any of the Authority's agents, consultants, representatives or other persons deemed to be acting for or on behalf of the Authority with a view toward securing a contract or securing favorable treatment with

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

71

respect to the awarding or amending, or the making of any determinations with respect to the performing of such contract is expressly forbidden. The terms of this GRATUITIES article shall be strictly construed and enforced in the event of violations hereto.

b. Reported instances of the giving or offering to give gratuities within the context of this

GRATUITIES article will be investigated by the Board of Directors or its duly authorized representative. A preliminary investigation will be made to determine whether there is probable cause to suspect that a violation of this article has been committed. If such probable cause is found to exist, the Board of Directors, or its duly authorized representative, shall formally notify the suspected donor corporation or individual in writing of the particulars of the event; and provide such donor the opportunity to be heard on the matter. The aims of the investigations and hearing shall be to ensure due process and to preserve the best interests and rights of all parties by the full and fair disclosure of all relevant and material information. Accordingly, the Board of Directors, or its duly authorized representative, shall require production of all pertinent documents and records, and sworn testimony from witnesses. During the pendency of any investigation or hearing treating with a violation of this GRATUITIES article, the Board of Directors, or its duly authorized representative may exercise its power granted by the Washington Metropolitan Area Transit Authority Compact, Public Law 774, 80 Star. 1324, Article V, General Powers, Subparagraph (k), by issuing subpoenas to compel the attendance of necessary witnesses, and to compel production of papers, records, accounts, ledgers and documents. The subpoenas shall be enforceable by order of an appropriate United States District Court. If, after notice and hearing, or notice of the opportunity to be heard, the Board of Directors, or its duly authorized representative, finds that a violation of this GRATUITIES article has been committed, the Authority shall have the right to:

(1) Require that the individual(s) giving or offering the gratuity be removed from

further participation on any Authority projects (be terminated); (2) Deny the Contractor any G & A (general and administrative) mark-ups for all

changes and/or modifications found to be tainted by the giving of or offering to give gratuities;

(3) Preclude the Contractor from bidding on, receiving or participating as joint

venturer, subcontractor or otherwise in any Authority project for a period of five years;

(4) Have complete access to all the Contractor's financial books, records and

accounts for the purpose of performing a comprehensive audit of the entire project.

(5) In the event of repeated violations of this GRATUITIES article or of gross or

extreme conduct indicative of a corrupt intent to gain special advantage, by written notice to the Contractor, terminate the right of the Contractor to proceed under the Contract.

c. The existence of the facts upon which the Board of Directors, or its duly authorized

representative, makes findings in connection with investigations and hearings in consonance herewith shall be an issue and may be reviewed in any competent court.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

72

d. In the event this Contract is terminated as provided in paragraph b. (5) hereof, the Authority shall be entitled

(1) to pursue the same remedies against the Contractor as it could pursue in the

event of a breach of the Contract by the Contractor, and (2) as a penalty in addition to any other damages to which it may be entitled by

law, to exemplary damages in any amount (as determined by the Board or its duly authorized representative) which shall be not less than three nor more than ten times the costs incurred by the Contractor in providing any such gratuities to any such officer or employee.

e. The rights and remedies of the Authority provided in this article shall not be exclusive

and are in addition to any other rights and remedies provided by law or under this Contract.

21. INSPECTION OF SERVICES

a. “Services” as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services.

b. The Contractor shall provide and maintain an inspection system acceptable to the

Authority covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Authority during contract performance and for as long afterwards as the Contract requires.

c. The Authority has the right to inspect and test all services called for by this contract,

to the extent practicable at all times and places during the term of the contract. The Authority shall perform inspection and tests in a manner that will not unduly delay the work.

d. If the Authority performs inspections or tests on the premises of the Contractor or a

subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at non-increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties.

e. If any of the services performed do not conform to contract requirements, the

Authority may require the Contractor to perform the services again in conformity with contract requirements, for no additional fee. When the defects in performance cannot be corrected by re-performance, the Authority may:

(1) Require the Contractor to take necessary action to ensure that future

performance conforms to contract requirements; or (2) Reduce the contract price to reflect the reduced value of the services

performed. f. If the Contractor fails to promptly perform the services again or to take the necessary

action to ensure future performance in conformity with contract requirements, the Authority may:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

73

(1) By contract or otherwise, perform the services and charge to the contractor any cost incurred by the Authority that is directly related to the performance of the service; or

(2) Terminate the contract for default.

22. INSPECTION OF SUPPLIES

a. Definition. “Supplies,” as used in this clause, includes but is not limited to raw materials, components, intermediate assemblies, end products, and lots of supplies.

b. The Contractor shall provide and maintain an inspection system acceptable to the

Authority covering supplies under this contract and shall tender to the Authority for acceptance only supplies that have been inspected in accordance with the inspection system and have been found by the Contractor to be in conformity with contract requirements. As part of the system, the Contractor shall prepare records evidencing all inspections made under the system and the outcome. These records shall be kept complete and made available to the Authority during contract performance and for as long afterwards as the contract requires. The Authority may perform reviews and evaluations as reasonably necessary to ascertain compliance with this paragraph. These reviews and evaluations shall be conducted in a manner that will not unduly delay the contract work. The right of review, whether exercised or not, does not relieve the Contractor of the obligations under the contract.

c. The Authority has the right to inspect and test all supplies called for by the contract,

to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Authority shall perform inspections and tests in a manner that will not unduly delay the work. The Authority assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract.

d. If the Authority performs inspection or test on the premises of the Contractor or a

subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Authority shall bear the expense of Authority inspections or tests made at other than the Contractor’s or subcontractor’s premises; provided, that in case of rejection, the Authority shall not be liable for any reduction in the value of inspection or test samples.

e. When supplies are not ready at the time specified by the Contractor for inspection or

test, the Contracting Officer may charge to the Contractor the additional cost of inspection or test. The Contracting Officer may also charge the Contractor for any additional cost of inspection or test when prior rejection makes reinspection or retest necessary.

f. The Authority has the right either to reject or to require correction of nonconforming

supplies. Supplies are nonconforming when they are defective in material or workmanship or are otherwise not in conformity with contract requirements. The Authority may reject nonconforming supplies with or without disposition instructions.

g. The Contractor shall remove supplies rejected or required to be corrected. However,

the Contracting Officer may require or permit correction in place, promptly after

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

74

notice, by and at the expense of the Contractor. The Contractor shall not tender for acceptance corrected or rejected supplies without disclosing the former rejection or requirement for correction, and, when required, shall disclose the corrective action taken.

h. If the Contractor fails to promptly remove, replace, or correct rejected supplies that

are required to be removed or to be replaced or corrected, the Authority may either (1) by contract or otherwise, remove, replace, or correct the supplies and charge the cost to the Contractor or (2) terminate the contract for default. Unless the Contractor corrects or replaces the supplies within the delivery schedule, the Contracting Officer may require their delivery and make an equitable price reduction. Failure to agree to a price reduction shall be a dispute.

i. If this contract provides for the performance of Authority quality assurance at source,

and if requested by the Authority, the Contractor shall furnish advance notification of the time when Contractor inspection or tests will be performed in accordance with the terms and conditions of the contract; and when the supplies will be ready for Authority inspection. The Authority’s request shall specify the period and method of the advance notification and the Authority representative to whom it shall be furnished. Requests shall not require more than two (2) workdays of advance notification if the Authority representative is in residence in the Contractor’s plant, nor more than seven (7) workdays in other instances.

j. The Authority shall accept or reject supplies as promptly as practicable after delivery,

unless otherwise provided in the contract. Authority failure to inspect and accept or reject the supplies shall not relieve the Contractor from responsibility, nor impose liability on the Authority, for nonconforming supplies.

k. Inspections and tests by the Authority do not relieve the Contractor of responsibility

for defects or other failures to meet contract requirements discovered before acceptance. Acceptance shall be conclusive, except for latent defects, fraud, gross mistakes amounting to fraud, or as otherwise provided in the contract.

l. If acceptance is not conclusive for any of the reasons in paragraph (k) hereof, the

Authority, in addition to any other rights and remedies provided by law, or under other provisions of this contract, shall have the right to require the Contractor (1) at no increase in contract price, to correct or replace the defective or nonconforming supplies at the original point of delivery or at the Contractor’s plant at the Contracting Officer’s election, and in accordance with a reasonable delivery schedule as may be agreed upon between the Contractor and the Contracting Officer; provided, that the Contracting Officer may require a reduction in contract price if the Contractor fails to meet such delivery schedule, or (2) within a reasonable time after receipt by the Contractor of notice of defects or nonconformance, to repay such portion of the contract as is equitable under the circumstances if the Contracting Officer elects not to require correction or replacement. When supplies are returned to the Contractor, the Contractor shall bear the transportation cost from the original point of delivery to the Contractor’s plant and return to the original point when that point is not the Contractor’s plant. If the Contractor fails to perform or act as required in paragraph (l)(1) or (l)(2) of this clause and does not cure such failure within a period of ten (10) calendar days (or such longer period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such failure, the Authority shall have the right by contract or otherwise to replace or correct such supplies and charge to the Contractor the cost occasioned the Authority thereby.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

75

23. LIMITATION ON WITHHOLDING PAYMENTS

If more than one article or schedule provision of this Contract authorizes the temporary withholding of amounts otherwise payable to the Contractor for supplies delivered or services performed, the total of the amounts so withheld at any one time shall not exceed the greatest amount which may be withheld under any one such article or schedule provision at that time; provided, that this limitation shall not apply to:

a. Withholdings pursuant to any clause relating to wages or hours of employees; b. Withholdings not specifically provided for by this Contract; and c. The recovery of overpayment. 24. NEW MATERIAL

Except as to any supplies and components which the Specifications or schedule specifically provides need not be new, the Contractor represents that the supplies and components to be provided under this Contract are new (not used or reconditioned, and not of such age or so deteriorated as to impair their usefulness or safety). If at any time during the performance of this Contract, the Contractor believes that the furnishing of supplies or components which are not new is necessary or desirable, he shall notify the Contracting Officer immediately, in writing, including the reasons therefor and proposing any consideration which will flow to the Authority if authorization to use such supplies is granted.

25. NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT

The provisions of this article shall be applicable only if the amount of this Contract exceeds $10,000.

a. The Contractor shall report to the Contracting Officer, promptly and in reasonable

written detail, each notice or claim of patent or copyright infringement based on the performance of this Contract of which the Contractor has knowledge.

b. In the event of any claim or suit against the Authority on account of any alleged

patent or copyright infringement arising out of the performance of this Contract or out of the use of any supplies furnished or work or services performed hereunder, the Contractor shall furnish to the Authority, when requested by the Contracting Officer, all evidence and information in possession of the Contractor pertaining to such suit or claim. Such evidence and information shall be furnished at the expense of the Authority except where the Contractor has agreed to indemnify the Authority.

c. This clause shall be included in all subcontracts.

26. NOTICE TO THE AUTHORITY OF LABOR DISPUTES

a. Whenever the Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Contract, the Contractor shall immediately give notice thereof, including all relevant information with respect thereto, to the Contracting Officer.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

76

b. The Contractor agrees to insert the substance of this clause, including this paragraph b., in any subcontract hereunder as to which a labor dispute may delay the timely performance of this Contract; except that each such subcontract shall provide that in the event its timely performance is delayed or threatened by delay by any actual or potential labor dispute, the subcontractor shall immediately notify his next higher tier subcontractor, or the Contractor, as the case may be, of all relevant information with respect to such dispute.

27. OFFICIALS NOT TO BENEFIT

a. No member of or delegate to Congress, or resident commissioner, shall be admitted to any share or part of this Contract, or to any benefit that may arise therefrom; but this provision shall not be construed to extend to this Contract if made with a corporation for its general benefit.

b. No member, officer, or employee of the Public Body or of a local public body during

his tenure or one year thereafter shall have any interest, direct or indirect, in this Contract or the proceeds thereof.

28. ORDER OF PRECEDENCE

Any inconsistency in this solicitation or Contract shall be resolved by giving precedence in the following order: (a) Contract Amendments/Modifications; (b) Solicitation Offer and Award Forms; (c) Representations and Certifications; (d) Price Proposal as Negotiated; (e) General Provisions; (f) WMATA Standard Specifications and Technical Specifications of the Contract, whether incorporated by reference or otherwise; (g) other documents, exhibits, and attachments; and (h) drawings, if any. In the event of a conflict within, between or among all the above listed order of precedent, the more stringent requirement shall apply.

29. PATENT AND RIGHTS IN DATA

a. Rights in Data - The following requirements apply to each contract involving experimental, developmental or research work:

(1) The term "subject data" used in this section means recorded information,

whether or not copyrighted, that is delivered or specified to be delivered under this contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists; specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to Project administration.

(2) The following restrictions apply to all subject data first produced in the

performance of this contract.

(a) Except for its own internal use, the Authority or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Authority or Contractor authorize others

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

77

to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution

(b) In accordance with 49 CFR § 18.34 and 49 CFR § 19.36, the Federal

Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)1 and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party.

i. Any subject data developed under that contract, whether or

not a copyright has been obtained; and ii. Any rights of copyright purchased by the Authority or

Contractor using Federal assistance in whole or in part provided by FTA.

(c) When FTA awards Federal assistance for experimental,

developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Authority and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c), however, does not apply to adaptations of automatic data processing equipment or programs for the Authority or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects.

(d) Unless prohibited by state law, upon request by the Federal

Government, the Authority and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Authority or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

78

furnished under that contract. Neither the Authority nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government.

(e) Nothing contained in this clause on rights in data shall imply a license

to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent.

(f) Data developed by the Authority or Contractor and financed entirely

without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause, provided that the Authority or Contractor identifies that data in writing at the time of delivery of the contract work.

(g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA.

(3) Unless the Federal Government later makes a contrary determination in

writing, irrespective of the Contractor's status (i.e. , a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Authority and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401.

(4) The Contractor also agrees to include these requirements in each

subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA.

b. Patent Rights - The following requirements apply to each contract involving

experimental, developmental, or research work:

(1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Authority and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified.

(2) Unless the Federal Government later makes a contrary determination in

writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Authority and the Contractor agree to take the necessary actions to provide,

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

79

through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401.

(3) The Contractor also agrees to include the requirements of this clause in each

subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA.

30. PATENT INDEMNITY

a. If the amount of this Contract is in excess of $10,000, the Contractor shall indemnify the Authority and its officers, agents, and employees against liability, including costs, for infringement of any United States letters patent arising out of the manufacture or delivery of supplies under this Contract. The foregoing indemnity shall not apply unless the Contractor shall have been informed as soon as practicable by the Authority of the suite or action alleging such infringement, and shall have been given such opportunity as is afforded by applicable laws, rules, or regulations to participate in the defense thereof; and further, such indemnity shall not apply to:

(1) an infringement resulting from compliance with specific written instructions of

the Contracting Officer directing a change in the supplies to be delivered or in the materials or equipment to be used, or directing a manner or performance of the Contract not normally used by the Contractor;

(2) an infringement resulting from addition to, or change in, such supplies or

components furnished which addition or change was made subsequent to delivery or performance by the Contractor; or

(3) a claimed infringement which is settled without the consent of the Contractor, unless required by final decree of court of competent jurisdiction.

31. PAYMENTS

a. The Contractor shall be paid, upon the submission of proper invoices or vouchers, the prices stipulated herein for supplies delivered and accepted or services rendered and accepted, less deductions, if any, as specified.

b. For those contracts which exceed $100,000 and to which Appendix 'B' applies, the

failure to perform in accordance with the said Appendix may result in partial or full suspension of payment and/or progress payments.

c. If the Contractor meets his goal as required by Appendix 'B' of this contract titled

Disadvantaged/Women Business Enterprise (DBE/WBE) or if the Contractor demonstrates that every reasonable effort has been made to meet its goal, the Contractor shall be presumed to be in compliance with said Appendix. But, if the Contracting Officer finds the Contractor not to be in compliance with said Appendix, the progress of the work shall also be deemed to be unsatisfactory and there shall be retained from payment (or progress payments) made to the Contractor pursuant to this Article of the General Provisions an amount equal to the DBE/WBE participation in the Contract. Additionally, if the Contractor fails to submit monthly DBE reports, the Contracting Officer may suspend payment (or progress payments) until such time as the monthly reports have been submitted and accepted by the Authority.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

80

32. PAYMENT DEDUCTIONS - NONCOMPLIANCE WITH DBE REQUIREMENTS

(a) For federally funded contracts that exceed $100,000 and to which the Disadvantage Business Enterprise (DBE) Requirements (Appendix B) apply, the failure to perform in accordance with requirements of Appendix B may result in a partial or full suspension of payment, including progress payments, if applicable.

(b) If the Contractor is found to be in noncompliance with the DBE requirements of

Appendix B, the progress of the work shall also be deemed to be unsatisfactory, and an amount equal to the DBE participation in the Contract shall be retained from payment (or progress payments, if any) made to the Contractor.

(c) If the Contractor fails to submit the required monthly DBE reports, the Contracting

Officer may suspend payment (or progress payments) until such time as the monthly reports are submitted and accepted by the Authority.

33. PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA — PRICE

ADJUSTMENTS

a. This article shall become operative only with respect to any modification of this Contract which involves aggregate increases and/or decreases in costs plus applicable profits in excess of $100,000 unless the modification is priced on the basis of adequate competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation. The right to price reduction under this article is limited to defects in data relating to such modification.

b. If any price, including profit, or fee, negotiated in connection with any price

adjustment under this Contract was increased by any significant sums because:

(1) The Contractor furnished cost or pricing data which was not complete, accurate and current as certified in the Contractor's Certificate of Current Cost or Pricing Data;

(2) A subcontractor, pursuant to the articles of this Contract entitled

SUBCONTRACTOR COST OR PRICING DATA or SUBCONTRACTOR COST OR PRICING DATA--PRICE ADJUSTMENTS or any subcontract clause therein required, furnished cost or pricing data which was not complete, accurate and current as certified in the subcontractor's Certificate of Current Cost or Pricing Data;

(3) A subcontractor or prospective subcontractor furnished cost or pricing data

which was required to be complete, accurate and current and to be submitted to support a subcontract cost estimate furnished by the Contractor but which was not complete, accurate and current as of the date certified in the Contractor's Certificate of Current Cost or Pricing Data; or

(4) The Contractor or a subcontractor or prospective subcontractor furnished any

data, not within (1) or (3) above, which was not accurate, as submitted; the price shall be reduced accordingly and the Contract shall be modified in writing as may be necessary to reflect such reduction. However, any reduction in the Contract price due to defective subcontract data of a

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

81

prospective subcontractor, when the subcontract was not subsequently awarded to such subcontractor, will be limited to the amount (plus applicable overhead and profit markup) by which the actual subcontract, or the actual cost to the Contractor, if there was no subcontract, was less than the prospective subcontract cost estimate submitted by the Contractor, provided that the actual subcontract price was not affected by defective cost or pricing data.

NOTE: Since the Contract is subject to reduction under this article by reason of defective cost or pricing data submitted in connection with certain subcontracts, it is expected that the Contractor may wish to include an article in each such subcontract, requiring the subcontractor to appropriately indemnify the Contractor. However, the inclusion of such an article and the terms thereof are matters for negotiation and agreement between the Contractor and the subcontractor and are not binding upon the Authority. It is also expected that any subcontractor subject to such indemnification will generally require substantially similar indemnification for defective cost or pricing data required to be submitted to his lower tier subcontractors.

34. PRICING OF ADJUSTMENTS

a. When costs are a factor in any determination of a Contract price adjustment pursuant to the CHANGES AND CHANGED CONDITIONS article or any other provision of this Contract, such costs shall be in accordance with the Subpart 31.1 of the Federal Acquisition Regulations (48 CFR 31.1).

b. Notwithstanding any interpretation of the aforementioned contract cost principles and

procedures to the contrary, the Authority will not be liable for interest, however represented, on or as a part of any claim, request, proposal or adjustment, including equitable adjustments, whether said claim, request, proposal or adjustment, including equitable adjustments, arises under the Contract or otherwise.

c. Where general and administrative expense is recoverable as part of any pricing

adjustment under this contract, the adjustment shall be based on the relationship between the Contractors' total general and administrative expenses allowable under FAR cost principles for all construction-type operations during the fiscal or calendar year covering the actual performance period of the work included in this pricing adjustment, and the Contractor's total cost input (excluding General and Administrative costs) for construction-type operations during the same period, expressed as a percentage, applied to the direct and overhead contract costs included in the pricing adjustment.

35. RESPONSIBILITY FOR INSPECTION

Notwithstanding the requirements for any Authority inspection and test contained in Specifications applicable to this Contract, except where specialized inspections or tests are specified for performance solely by the Authority, the Contractor shall perform or have performed the inspections and tests required to substantiate that the supplies and services provided under the Contract conform to the Drawings, Specifications and Contract requirements.

36. RETENTION OF DOCUMENTS

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

82

Except where this Contract specifically requires otherwise, the Contractor shall retain for a period of three (3) years from final payment, all research and supporting documentation, work papers and other documents, whether written or electronic, used in the performance of services for this Contract.

37. RIGHTS IN TECHNICAL DATA

a. The Authority shall have the right to use, duplicate or disclose technical data, which includes computer software, in whole or in part, in any manner and for any purpose whatsoever, and to have or permit others to do so:

(1) Any manuals, instructional materials prepared for installation, operation,

maintenance or training purposes; (2) Technical data pertaining to end items, components or processes which

were prepared for the purpose of identifying sources, size, configuration, mating and attachment characteristics, functional characteristics and performance requirements ("form, fit and function" data; e.g., specification control drawings, catalog sheets, outline drawing; except that for computer software it means data identifying source, functional characteristics, and performance requirements but specifically excludes the source code, algorithm, process, formulae, and flow charts of the software);

(3) Other technical data which has been, or is normally furnished without

restriction by the Contractor or subcontractor; (4) Other specifically described technical data which the parties have agreed will

be furnished without restriction.

b. The Authority shall have the right to use, duplicate, or disclose technical data other than that defined in paragraph a. in whole or in part, with the express limitation that such technical data shall not, without the written permission of the party furnishing such technical data, be

(1) released or disclosed in whole or in part outside the Authority, (2) used in whole or in part by the Authority for manufacture, or (3) used by a party other than the Authority except for emergency repair or

overhaul work only, by or for the Authority where the item or process concerned is not otherwise reasonably available to enable timely performance of the work; provided, that the release or disclosure thereof outside the Authority shall be made subject to a prohibition against further use, release or disclosure.

c. Technical data provided in accordance with the provisions of paragraph b. shall be

identified by a legend which suitably recites the aforesaid limitation. Nothing herein shall impair the right of the Authority to use similar or identical data acquired from other sources.

d. The term technical data as used in this article means technical writing, computer

software, sound recordings, pictorial reproductions, drawings, or other graphic representations and works of a technical nature, whether or not copyrighted, which

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

83

are specified to be delivered pursuant to this Contract. The term does not include financial reports, cost analyses, and other information incidental to Contract administration. Computer software as used in this article means computer programs, computer data bases, and documentation thereof.

e. Material covered by copyright:

(1) The Contractor agrees to and does hereby grant to the Authority, and to its

officers, agents and employees acting within the scope of their official duties, a royalty-free, nonexclusive and irrevocable license throughout the world for Authority purposes to publish, translate, reproduce, deliver, perform, dispose of, and to authorize others so to do, all technical data now or hereafter covered by copyright.

(2) No such copyrighted matter shall be included in technical data furnished

hereunder without the written permission of the copyright owner for the Authority to use such copyrighted matter in the manner above described.

(3) The Contractor shall report to the Authority (or higher-tier contractor)

promptly and in reasonable written detail each notice or claim of copyright infringement received by the Contractor with respect to any technical data delivered hereunder.

f. Relation to patents: Nothing contained in this article shall imply a license to the

Authority under any patent, or be construed as affecting the scope of any license or other right otherwise granted to the Authority under any patent.

g. Any dispute under this article shall be subject to the Disputes article of this contract. h. Notwithstanding any other payment provision in this contract, the Contracting Officer

may retain from payment up to 10 percent of the contract price until final delivery and acceptance of the technical data defined in this article and as required to be furnished by the bid schedule or the contract specification.

38. ROYALTY INFORMATION

a. When the response to this solicitation contains costs or charges for royalties totaling more than $250, the following information shall be furnished with the offer, proposal, or quotation on each separate item of royalty or license fee:

(1) Name and address of licensor; (2) Date of license agreement; (3) Patent numbers, patent application serial numbers or other basis on which

the royalty is payable; (4) Brief description, including any part or model numbers of each contract item

or component on which the royalty is payable; (5) Percentage or dollar rate of royalty per unit; (6) Unit price or Contract item;

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

84

(7) Number of units; and (8) Total dollar amount of royalties.

b. In addition, if specifically requested by the Contracting Officer prior to execution of

the Contract, a copy of the current license agreement and identification of applicable claims of specific patents shall be furnished.

39. SEAT BELT USE POLICY

The contractor agrees to comply with terms of Executive Order No. 13043 “Increasing Seat Belt Use in the United States” and is encouraged to include those requirements in each subcontract awarded for work relating to this contract.

40. SENSITIVE SECURITY INFORMATION

The contractor must protect, and take measures to assure that its subcontractors at each tier protect, “sensitive information” made available during the course of administering an Authority contract or subcontract in accordance with 49 U.S.C. Section 40119(b) and implementing DOT regulations, “Protection of Sensitive Security Information,” 49 CFR Part 15, and with 49 U.S.C. Section 114(s) and implementing Department of Homeland Security regulations, “Protection of Sensitive Security Information,” 49 CFR Part 1520.

41. STOP WORK ORDER

a. The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part of the work called for by this Contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. Any such order shall be specifically identified as a STOP WORK ORDER issued pursuant to this article. Upon receipt of such an order, the Contractor shall forthwith comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop work order is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either: (1) Cancel the stop work order, or (2) Terminate the work covered by such order as provided in the TERMINATION

FOR CONVENIENCE article of this Contract.

b. If a stop work order issued under this article is cancelled or the period of the order or any extension thereof expires, the Contractor shall resume work. An equitable adjustment shall be made in the delivery schedule or Contract price, or both, and the Contract modified in writing accordingly, if:

(1) The stop work order results in an increase in the time required for, or in the

Contractor's cost properly allocable to, the performance of any part of this Contract, and

(2) The Contractor asserts a claim for such adjustment within 30 days after the

end of the period of work stoppage; provided that, if the Contracting Officer

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

85

decides the facts justify such action, he may receive and act upon any such claim asserted at any time prior to final payment under this Contract.

c. If a stop work order is not cancelled and the work covered by such order is

terminated for the convenience of the Authority, the reasonable costs resulting from the stop work order shall be allowed in arriving at the termination settlement.

42. SUBCONTRACT PAYMENTS

a. The Contractor shall, under this contract, establish procedures to ensure timely payment of amounts due pursuant to the terms of their subcontracts. The Contractor shall pay each subcontractor for satisfactory performance of its contract, no later than ten (10) days from the date of the Contractor’s receipt of payment from the Authority for work by that subcontractor. The Contractor shall also release, within ten (10) days of satisfactory completion of all work required by the subcontractor, any retention withheld from the subcontractor.

b. The Contractor shall certify on each payment request to the Authority that payment

has been or will be made to all subcontractors in accordance with paragraph a above. The Contractor shall notify the contracting officer or other delegated authority representative with each payment request, of any situation in which scheduled subcontractor payments have not been made.

c. If a subcontractor alleges that the Contractor has failed to comply with this provision,

the Contractor agrees to support any Authority investigation, and, if deemed appropriate by the Authority, to consent to remedial measures to ensure subcontractor payment that is due.

d. The Contractor agrees that the Authority may provide appropriate information to

interested subcontractors who want to determine the status of Authority payments to the Contractor.

e. Nothing in this provision is intended to create a contractual obligation between the

Authority and any subcontractor or to alter or affect traditional concepts of privity of contract between all parties.

43. SUBCONTRACTOR COST AND PRICING DATA-PRICE ADJUSTMENTS

a. Paragraphs b. and c. of this article shall become operative only with respect to any change or other modification made pursuant to one or more provisions of this Contract which involves a price adjustment in excess of $100,000. The requirements of this article shall be limited to such price adjustments.

b. The Contractor shall require subcontractors hereunder to submit cost or pricing data

under the following circumstances:

(1) prior to award of any cost-reimbursement type, incentive, or price re-determinable subcontract;

(2) prior to the award of any subcontract the price of which is expected to exceed

$100,000;

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

86

(3) prior to the pricing of any subcontract change or other modification for which the price adjustment is expected to exceed $100,000; except in the case of (2) or (3) where the price is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation.

c. The Contractor shall require subcontractors to certify that to the best of their

knowledge and belief the cost and pricing data submitted under paragraph b. above is accurate, complete, and current as of the date of execution, which date shall be as close as possible to the date of agreement on the negotiated price of the Contract modification.

d. The Contractor shall insert the substance of this clause including this paragraph d. in

each subcontract which exceeds $100,000. 44. TERMINATION FOR CONVENIENCE OF THE AUTHORITY

a. The performance of work under this Contract may be terminated by the Authority in accordance with this article in whole, or from time to time in part, whenever the Contracting Officer shall determine that such termination is in the best interest of the Authority. Any such termination shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective.

b. After receipt of a Notice of Termination, and except as otherwise directed by the

Contracting Officer, the Contractor shall:

(1) Stop work under the Contract on the date and to the extent specified in the Notice of Termination;

(2) Place no further orders or subcontracts for materials, services, or facilities,

except as may be necessary for completion of such portion of the work under the Contract which is not terminated;

(3) Terminate all orders and subcontracts to the extent that they relate to the

performance of work terminated by the Notice of Termination. (4) Assign to the Authority, in the manner, at the time, and to the extent directed

by the Contracting Officer, all of the rights, title, and interests of the Contractor under the orders and subcontracts so terminated, in which case the Authority shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts;

(5) Settle all outstanding liabilities and all claims arising out of such termination

of orders and subcontracts, with the approval or ratification of the Contracting Officer, to the extent he may require, which approval or ratification shall be final for all the purposes of this article;

(6) Transfer title to the Authority and deliver in the manner, at the times, and to

the extent, if any, directed by the Contracting Officer:

(a) the fabricated or unfabricated parts, work in process, completed work, supplies, and other material produced as a part of, or acquired in

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

87

connection with the performance of the work terminated by the Notice of Termination, and

(b) the completed or partially completed plans, drawings, information and

other property which, if the Contract had been completed, would have been required to be furnished to the Authority;

(7) Use his best efforts to sell, in the manner, at the times, to the extent, and at

the price or prices directed or authorized by the Contracting Officer, any property of the type referred to in paragraph 6. above; provided, however, that the Contractor (a) shall not be required to extend credit to any purchaser, and (b) may acquire any such property under the conditions prescribed by

and at a price or prices approved by the Contracting Officer. And, provided further, that the proceeds of any such transfer or disposition shall be applied in reduction of any payments to be made by the Authority to the Contractor under this Contract or shall otherwise be credited to the price or cost of the work covered by the Contractor or paid in such other manner as the Contracting Officer may direct;

(8) Complete performance of such part of the work as shall not have been

terminated by the Notice of Termination; and (9) Take such action as may be necessary, or as the Contracting Officer may

direct, for the protection and preservation of the property related to this Contract which is in the possession of the Contractor and in which the Authority has or may acquire an interest.

c. At any time after expiration of the plant clearance period, as defined in Subpart 45.6

of the Federal Acquisition Regulations (48 CFR 45.6), as the definition may be amended from time to time, the Contractor may submit to the Contracting Officer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Contracting Officer, and may request the Authority to remove such items or enter into a storage agreement covering them. Not later than 15 days thereafter, the Authority will accept title to such items and remove them or enter into a storage agreement covering the same. Provided, that the list submitted shall be subject to verification by the Contracting Officer upon removal of the items or, if the items are stored, within 45 days from the date of submittal of the list and any necessary adjustment to correct the list as submitted shall be made prior to final settlement.

d. After receipt of a Notice of Termination, the Contractor shall submit to the

Contracting Officer his termination claim, in the form and with certification prescribed by the Contracting Officer. Such claims shall be submitted promptly but in no event later than one year from the effective date of termination, unless one or more extensions in writing are granted by the Contracting Officer upon request of the Contractor made in writing within such one-year period or authorized extension thereof. However, if the Contracting Officer determines that the facts justify such action, he may receive and act upon any such termination claim at any time after such one-year period or any extension thereof. Upon failure of the Contractor to

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

88

submit his termination claim within the time allowed, the Contracting Officer may, subject to any review required by the contracting agency's procedures in effect as of the date of execution of this Contract, determine, on the basis of information available to him, the amount, if any, due the Contractor by reason of the termination and shall thereupon pay to the Contractor the amount so determined.

e. Subject to the provisions of paragraph d., and subject to any review required by the

contracting agency's procedures in effect as of the date of execution of this Contract, the Contractor and the Contracting Officer may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant to this article, which amount or amounts may include a reasonable allowance for profit on work done. Provided, that such agreed amount or amounts, exclusive of settlement costs, shall not exceed the total Contract price as reduced by the amount of payments otherwise made and as further reduced by the Contract price of work not terminated. The Contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. Nothing in paragraph f. of this article, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor and the Contracting Officer to agree upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this article, shall be deemed to limit, restrict, or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph e.

f. In the event of the failure of the Contractor and the Contracting Officer to agree as

provided in paragraph e. upon the whole amount to be paid the Contractor by reason of the termination of work pursuant to this article, the Contracting Officer shall, subject to any review required by the contracting agency's procedures in effect as of the date of execution of this Contract, determine, on the basis of information available to him, the amount if any, due the Contractor by reason of the termination and shall pay to the Contractor the amounts determined as follows:

(1) For completed supplies accepted by the Authority [or sold or acquired as

provided in paragraph b. (7) above] and not theretofore paid for a sum equivalent to the aggregate price for such supplies computed in accordance with the price or prices specified in the Contract, appropriately adjusted for any saving of freight or other charges;

(2) The total of:

(a) The costs incurred in the performance of the work terminated,

including initial costs and preparatory expense allocable thereto, but exclusive of any costs attributable to supplies paid or to be paid for under paragraph f. (1) hereof;

(b) The cost of settling and paying claims arising out of the termination of

work under subcontracts or orders, as provided in paragraph b. (5) above, which are properly chargeable to the terminated portion of the contract (exclusive of amounts paid or payable on account of supplies or materials delivered or services furnished by subcontractors or vendors prior to the effective date of the Notice of Termination, which amounts shall be included in the costs payable under (a) above; and

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

89

(c) A sum, as profit on (a), above, determined by the Contracting Officer pursuant to Section 49.202 of the Federal Acquisition Regulations (48 CFR 49.202), in effect as of the date of execution of this contract, to be fair and reasonable. Provided, however, that if it appears that the Contractor would have sustained a loss on the entire Contract had it been completed, no profit shall be included or allowed under this subparagraph (d) and an appropriate adjustment shall be made reducing the amount of the settlement to reflect the indicated rate of loss; and

(3) The reasonable costs of settlement, including accounting, legal, clerical, and

other expenses reasonably necessary for the preparation of settlement claims and supporting data with respect to the terminated portion of the Contract and for the termination and settlement of subcontracts thereunder, together with reasonable storage, transportation, and other costs incurred in connection with the protection or disposition of property allocable to this Contract.

(4) The total sum to be paid to the Contractor under (1) and (2) of this paragraph

f. shall not exceed the total Contract price as reduced by the amount of payments otherwise made and as further reduced by the Contract price of work not terminated. Except for normal spoilage, and except to the extent that the Authority shall have otherwise expressly assumed the risk of loss, there shall be excluded from the amounts payable to the Contractor as provided in f. (1) and (2) (a) above, the fair value, as determined by the Contracting Officer, of property which is destroyed, lost, stolen, or damaged so as to become undeliverable to the Authority, or to a buyer pursuant to paragraph b. (7).

g. Costs claimed, agreed to, or determined pursuant to paragraphs d., e. and f. of this

article shall be in accordance with the applicable contract cost principles and procedures in Subpart 31.1 of the Federal Acquisition Regulations (48 CFR 31.1) in effect on the date of this Contract.

h. The Contractor shall have the right to appeal, under the DISPUTES article of this

Contract from any determination made by the Contracting Officer under paragraph d. or f. above, except that, if the Contractor has failed to submit his claim within the time provided in paragraph d. above and has failed to request extension of such time, he shall have no such right of appeal. In any case where the Contracting Officer has made a determination of the amount due under paragraph d. or f. above, the Authority shall pay to the Contractor the following:

(1) if there is on right of appeal hereunder or if no timely appeal has been taken,

the amount so determined by the Contracting Officer; or (2) if an appeal has been taken, the amount finally determined on such appeal.

i. In arriving at the amount due the Contractor under this article there shall be deducted

(1) all unliquidated advance or other payments on account theretofore made to

the Contractor, applicable to the terminated portion of this Contract;

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

90

(2) any claim which the Authority may have against the Contractor in connection with this Contract; and

(3) the agreed price for, or the proceeds of sale of, any materials, supplies, or

other things acquired by the Contractor or sold, pursuant to the provisions of this article, and not otherwise recovered by or credited to the Authority.

j. If the termination hereunder be partial, prior to the settlement of the terminated

portion of this Contract, the Contractor may file with the Contracting Officer a request in writing for an equitable adjustment of the price or prices specified in the Contract relating to the continued portion of the Contract (the portion not terminated by the Notice of Termination), and such equitable adjustment as may be agreed upon shall be made in such price or prices.

k. The Authority may from time to time, under such terms and conditions as it may

prescribe, make partial payments and payments on account against costs incurred by the Contractor in connection with the terminated portion of this Contract whenever in the opinion of the Contracting Officer the aggregate of such payments shall be within the amount to which the Contractor will be entitled hereunder. If the total of such payments is in excess of the amount finally agreed or determined to be due under this article, such excess shall be payable by the Contractor to the Authority upon demand, together with interest computed at the rate of six percent per annum for the period from the date such excess payment is received by the Contractor to the date on which such excess is repaid to the Authority; provided, however, that no interest shall be charged with respect to any such excess payment attributable to a reduction in the Contractor's claim by reason of retention or other disposition of termination inventory until 10 days after the date of such retention or disposition, or such later date as determined by the Contracting Officer by reasons of the circumstances.

l. Unless otherwise provided for in this Contract, or by applicable statute, the

Contractor, from the effective date of termination and for a period of three years after final settlement under this Contract, shall preserve and make available to the Authority at all reasonable times at the office of the Contractor but without direct charge to the Authority, all his books, records, documents, and other evidence bearing on the costs and expenses of the Contractor under this Contract and relating to the work terminated hereunder, or, to the extent approved by the Contracting Officer, photographs, micro photographs, or other authentic reproductions thereof.

45. TITLE AND RISK OF LOSS

a. Unless this Contract specifically provides for earlier passage of title, title to supplies covered by this Contract shall pass to the Authority upon formal acceptance, regardless of when or where the Authority takes physical possession.

b. (1) Unless this Contract specifically provides otherwise, risk of loss of or damage

to supplies covered by this Contract shall remain with the Contractor until, and shall pass to the Authority upon:

(a) Delivery of the supplies to a carrier, if transportation is FOB origin;

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

91

(b) Acceptance by the Authority or delivery of possession of the supplies to the Authority at the destination specified in this Contract, whichever is later, if transportation is FOB destination.

(2) Notwithstanding b. (1) above, the risk of loss of or damage to supplies which

so fail to conform to the Contract as to give a right of rejection shall remain with the Contractor until cure or acceptance, at which time (1) above shall apply.

c. Notwithstanding b. above, the Contractor shall not be liable for loss of or damage to

supplies caused by the negligence of officers, agents, or employees of the Authority acting within the scope of their employment.

46. VARIATION IN QUANTITY

No variation in the quantity of any item called for by this Contract will be accepted unless such variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified elsewhere in this Contract.

47. WALSH-HEALEY PUBLIC CONTRACTS ACT

If this Contract is for the manufacture or furnishing of materials, supplies, articles, or equipment in an amount which exceeds or may exceed $10,000 and is subject to the Walsh-Healey Public Contracts Act, as amended (41 U.S.C. 35-45), the following terms and conditions apply:

(a) All stipulations required by the Act and regulations issued by the

Secretary of Labor (41 CFR Chapter 50) are incorporated by reference. These stipulations are subject to all applicable rulings and interpretations of the Secretary of Labor that are now, or may be hereafter, be in effect.

(b) All employees whose work relates to this contract shall be paid not

less than the minimum wage prescribed by regulations issued by the Secretary of Labor (41 CFR 50-202.2). Learners, student learners, apprentices, and handicapped worker may be employed at less than the prescribed minimum wage (see 41 CFR 50-202.3) to the same extent that such employment is permitted under Section 14 of the Fir Labor Standards Act (41 U.S.C. 40).

SUPPLEMENTAL PROVISIONS REQUIRED IN FEDERALLY FUNDED CONTRACTS 48. ACCESS TO RECORDS

a. The Contractor agrees to provide the Authority, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. The Contractor also agrees, pursuant to 49 CFR. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor’s records and construction sites pertaining to a major capital project, defined at 49 U. S. C. 5302(a)1, which is receiving federal

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

92

financial assistance through the programs described at 49 U. S. C. 5307, 5309 or 5311.

b. The Contractor agrees to permit any of the foregoing parties to reproduce by any

means whatsoever or to copy excerpts and transcriptions as reasonably needed.

c. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case the Contractor agrees to maintain same until the Authority, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).

49. BUY AMERICA

The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content.

50. CARGO PREFERENCE REQUIREMENTS The Contractor agrees:

a. To utilize privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, materials, or commodities pursuant to this Contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels.

b. To furnish within 20 working days following the date of loading for shipments

originating within the United States, or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (a) above to WMATA (through the Contractor in the case of a subcontractor’s bills-of-lading) and to the Office of Cargo Preference, Maritime Administration (MAR-590), 400 Seventh Street SW, Washington, DC 20590.

c. To include these requirements in all subcontracts issued pursuant to this Contract

when the subcontract may involve the transport of equipment, material, or commodities by ocean liner.

51. CLEAN AIR

a. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U. S. C. §§ 7401 et seq. The

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

93

Contractor agrees to report each violation to the Authority and understands and agrees that the Authority will, in turn, report each violation as required to FTA and the appropriate EPA Regional Office.

b. The Contractor also agrees to include these requirements in each subcontract

exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

52. CLEAN WATER

a. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U. S. C. 1251 et seq. The Contractor agrees to report each violation to the Authority and understands and agrees that the Authority will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

b. The Contractor also agrees to include these requirements in each subcontract

exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

53. CONTRACTS INVOLVING FEDERAL PRIVACY ACT REQUIREMENTS

The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract:

(1) The Contractor agrees to comply with, and assures the compliance of its employees

with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract.

(2) The Contractor also agrees to include these requirements in each subcontract to

administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA.

54. ENERGY CONSERVATION

a. The Contractor agrees to comply with mandatory standards and policies relating to the energy efficiency which are contained in the applicable state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.

b. The Contractor agrees to include the requirements of this clause in all subcontracts

under this contract. 55. FEDERAL CHANGES

a. Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement (Form FTA MA (14) dated October 1, 2007) between the

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

94

Authority and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor’s failure to so comply shall constitute a materiel breach of this contract.

b. The Contractor agrees to include this clause in each subcontract financed in whole or

in part with Federal Assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

56. FLY AMERICA REQUIREMENTS

The Contractor agrees to comply with 49 U. S. C. 40118 (the “Fly America” Act) in accordance with the General Services Administration’s regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U. S. Flag carriers for U. S. Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U. S. flag carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation.

57. GOVERNMENT-WIDE DEBARMENT OR SUSPENSION

a. The Contractor is bound by its certification contained in its offer to the Authority that neither the Contractor, its principals, or affiliates, are excluded or disqualified, as defined at 49 C.F.R. 29.940 and 29.945. The certification is a material representation of fact, relied upon by the Authority in entering into this Contract. If it is later determined that the Contractor knowingly rendered an erroneous certification, in addition to remedies available to the Authority, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The Contractor agrees to comply with the requirements of 49 C.F.R. 29, Subpart C, throughout the term of this Contract.

b. The Contractor agrees to include this requirement in all subcontracts at all tiers under

this Contract. 58. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS

a. The preceding provisions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F or any revisions thereto, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all DOT or FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Authority requests which would cause the Authority to be in violation of the FTA terms and conditions.

b. The Contractor agrees to include this clause in each subcontract financed in whole or

in part with Federal assistance provided by FTA. It is further agreed that the clause

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

95

shall not be modified, except to identify the subcontractor who will be subject to the provisions.

59. LOBBYING

a. The Contractor is bound by its certification contained in its offer to the Authority regarding the use of federal or non-federal funds to influence, or attempt to influence any Federal officer or employee regarding the award, execution, continuation, or any similar action of any Federal grant or other activities as defined in 31 U.S.C. 1352, 49 CFR Part 19, or 49 C.F.R. Part 20. The Contractor agrees to comply with this requirement throughout the term of the Contract.

b. The Contractor agrees to include these requirements in all subcontracts at all tiers

under this Contract. 60. NO OBLIGATION BY THE FEDERAL GOVERNMENT

a. The Authority and the Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of this contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Authority, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

b. The Contractor agrees to include this clause in each subcontract financed in whole or

in part with Federal Assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

61. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED

ACTS

a. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U. S. C. 3801 et seq and U. S. DOT Regulations, “Program Fraud Civil Remedies,” 49 C.F. R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies and affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate.

b. The Contractor also acknowledges that if it makes, or causes to be made, a false,

fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U. S. C. 5307, the Government reserves the right to impose the penalties of 18 U. S. C. 1001 and 49 U. S. C. 5307 (n)(1) on the Contractor, to the extent the Federal Government deems appropriate.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

96

c. The Contractor agrees to include this clause in each subcontract financed in whole or

in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to the provisions.

62. RECOVERED MATERIALS

a. The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA) as amended (42 U. S. C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.

b. The Contractor also agrees to include these requirements in each subcontract

financed in whole or in part with Federal assistance provided by FTA. 63. RIGHTS IN DATA AND COPYRIGHTING - FTA

a. The term "subject data" used in this section means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under this contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists; specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to Project administration.

b. The following restrictions apply to all subject data first produced in the performance

of this contract.

(1) Except for its or WMATA's own internal use, the Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Contractor authorize others to do so, without the written consent of the U.S. Government, until such time as the Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to Agreements with academic institutions.

(2) In accordance with 49 C.F.R. § 18.34 and 49 C.F.R. 19.36, the Government

reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, the following subject data for Federal Government purposes:

(a) Any subject data developed under this contract whether or not a

copyright has been obtained; and (b) Any rights of copyright to which the contractor purchases ownership

with Federal assistance.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

97

c. When the Federal Transit Administration (FTA) provides financial assistance for a planning, research, development, or a demonstration project, it is FTA's general intention to increase mass transportation knowledge, rather than limit the benefits of the Project to participants in the Project. Therefore, unless FTA determines otherwise, the Contractor agrees that, in addition to the rights set forth in subsection (b)(2) of this clause, FTA may make available to any FTA recipient, subrecipient, third party contractor, or third party subcontractor, either FTA's license in the copyright to the subject data derived under this contract or a copy of the subject data first produced under this contract. If this contract is not completed for any reason whatsoever, all data developed under this contract shall become subject data as defined in subsection a. of this clause and shall be delivered as the Government may direct.

d. Unless prohibited by state law, the Contractor agrees to indemnify, save, and hold

harmless WMATA and the Government, their officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under this Contract. The Contractor shall not be required to indemnify WMATA and the Government for any such liability arising out of the wrongful acts of employees or agents of WMATA and the Government.

e. Nothing contained in this section on rights in data shall imply a license to WMATA or

the Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to WMATA or the Government under any patent.

f. The requirements of subsections b. and c., do not apply to material furnished by the

Authority to the Contractor and incorporated in the work carried out under the contract provided that the Contractor identifies the incorporated material at the time of delivery of the work.

g. Any dispute under this clause shall be subject to the Disputes clause of this contract. h. Notwithstanding any other payment provision in this contract, the Contracting Officer

may retain from payment up to 10 percent (10 %) of the contract price until final delivery and acceptance of the subject data defined in this clause and as required to be furnished by the bid schedule or the contract specification.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

98

PART II, SECTION 2 - SPECIAL PROVISIONS

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

99

PART II, SECTION 2 - SPECIAL PROVISIONS 1. ORDERING PERIOD

The ordering period for the IDIQ is 365 calendar days from the receipt and acceptance of the notice to proceed (NTP), with three (3) 12 month option periods. Individual Task Orders (TO) will identify the period of performance and/or the delivery date for each TO issued.

2. DELIVERY SCHEDULE

Individual Task Orders will identify the period of performance and/or the delivery date for each TO issued.

3. OPTION QUANTITIES

a. The Authority has the unilateral right to extend the contract by exercising the option or options (as applicable) subject to all terms and conditions herein.

b. The Authority may exercise the option(s) (if any) by written notice to the Contractor

prior to commencement of the option period; provided, that the Authority shall give the contractor a preliminary notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Authority to an extension.

4. AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR

Funds are not presently available for performance under this contract beyond the fiscal year which ends June 30, 2013. The Authority’s obligation for performance of this contract beyond that date is contingent upon the availability of funds from which payment for contract purposes can be made. No legal liability on the part of the Authority for any payment may arise for performance under this contract until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing, by the Contracting Officer. Any option exercised by the Authority which will be performed in whole or in part in a subsequent fiscal year is subject to availability of funds in the subsequent fiscal year is subject to availability of funds in the subsequent fiscal year and will be governed by the terms of this Article.

5. PRICING

Prices on the Price Schedule Sheets submitted must include all associated costs, including but not limited to, travel, transportation, markups, overhead, and profit.

6. PAYMENT TERMS

a. Discounts for prompt payment will not be considered in the evaluation of offers. However, any offered discount will form a part of the award, and will be taken if payment is made within the discount period indicated in the offer by the Offeror.

b. Partial payments are authorized upon receipt of supplies or services, acceptance by

the Authority Representative, and a properly executed invoice. 7. BILLING AND PAYMENT

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

100

a. Payment will be made after receipt of a properly completed invoice. Mail original and

one copy of all invoices to Office of Accounting, WMATA, 6th Floor, 600 Fifth Street, NW, Washington DC 20001. Also mail one copy of each invoice to the Contracting Officer’s Representative.

b. Invoices shall contain the following information: date, contract and order number (if

any), item numbers, description of supplies or services, sizes, quantities, unit prices, and extended totals. Final invoices must clearly be marked "FINAL" and cite the amount of the contract, amount previously paid, and the balance due.

8. POINT OF CONTACT

Washington Metropolitan Area Transit Authority Attn: William Geroux 600 Fifth Street, NW

Washington, DC 20001 (202) 962-2467 Fax: (202) 962-6120 Email: [email protected]

9. F.O.B. DESTINATION a. The term "f.o.b. destination," as used in this clause, means:

1. Free of expense to WMATA on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and

2. Supplies shall be delivered to the destination consignee's warehouse

unloading platform, or receiving dock, at the expense of the Contractor. WMATA shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of WMATA acting in its contractual capacity. If the Contractor uses rail carrier or freight forwarder for less than carload shipments, the Contractor shall assure that the carrier will furnish tailgate delivery if transfer to truck is required to complete delivery to consignee.

b. The Contractor shall:

1. Pack and mark the shipment to comply with contract specification; 2. In the absence of specifications, prepare the shipment in conformance with

carrier requirements; 3. Prepare and distribute commercial bills of lading; 4. Deliver the shipment in good order and condition to the point of delivery

specified in the contract;

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

101

5. Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;

6. Furnish a delivery schedule and designate the mode of delivering carrier; and 7. Pay and bear all charges to the specified point of delivery.

10. CONTRACTOR PERSONNEL

a. The Contractor shall replace employees who the Authority judges to be incompetent, careless, unsuitable or otherwise objectionable, or whose continued use is deemed contrary to the best interests of the program. The reason for replacement will be discussed between the Contractor and the Authority before a replacement request is issued. Upon receipt of a written request from the Authority, the Contractor shall proceed with the replacement unless the Contractor is able to demonstrate that the Authority’s request is unreasonable. The replacement request will include the desired replacement date and the reason for the request. The Contractor shall effect the replacement in a manner that does not impact quality, cost or schedule.

b. Contractor personnel required to work on WMATA property must obtain a WMATA

vendors badge and successfully complete the mandatory safety training which must be renewed yearly. To obtain a vendors badge a signed waiver to perform a background check will be required.

11. PRE-EMPLOYMENT CRIMINAL BACKGROUND CHECK REQUIREMENT

Criminal background checks of all contractor employees working at a WMATA facility on this contract will be required. Eligibility for access to WMATA property will be based on WMATA’s pre-employment Criminal Background Check criteria. WMATA will provide the contractor employees with background check consent forms that the contractor employees must complete and sign. The forms will require the contractor employees to appear in person, provide their full legal names, including middle initials if applicable, as well as their Social Security numbers, in addition to other information that will be necessary to conduct the background checks. The operating hours are Monday through Friday from 7:30AM B 3:30PM except holidays. Upon receipt of the completed, signed forms, WMATA will conduct background checks including criminal court searches and Social Security Number verifications of the contractor employees. If there is derogatory information that would disqualify a contractor employee from receiving a badge to access WMATA property, the Contractor and its contractor employee will be notified that the background check failed. The completed forms are secured in a locked file cabinet and are destroyed one year after the expiration date on the contractor employees badge. These background checks are expected to take one (1) business day for processing, so the contractor employee must allow sufficient time for completion. The background check is free of charge. Background checks are conducted to promote a safe work environment and to protect our company’s most important assets: the people we serve and the people with whom we serve. This enables WMATA management in making prudent decisions and maintaining a high quality workforce. Contractor employees who successfully complete the background checks are eligible to enter WMATA property once they are issued a contractor badge. On the other hand, contractor employees who do not authorize background checks or whose background checks are unsatisfactory will not be granted contractor badges or access to WMATA property. The records generated by these background checks that contain private

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

102

information will not be disclosed unless disclosure is required under the PARP/Privacy Policies.

12. MOST FAVORED CUSTOMER

The Contractor shall voluntarily provide the Authority with the benefits of any more favorable terms it has, or negotiates, with any organization or facility whose circumstances and operations are substantially the same as those of the Authority.

13. CONDITIONS AFFECTING THE WORK

The Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and extent of the work, and the general and local conditions which can affect the work or the cost thereof. Any failure by the Contractor to do so will not relieve the Contractor from responsibility for successfully performing work without additional expense to the Authority. The Authority assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of this Contract, unless such understanding or representations are expressly stated in the Contract.

14. WARRANTY

A. Unless otherwise specifically provided for in the Contract, the Contractor, notwithstanding any final inspection, acceptance or payment, guarantees that all work performed and materials and equipment furnished under this Contract are in accordance with the Contract requirements. The Contractor also guarantees that when installed all materials and equipment were free from defects and will remain so for a period of at least two years from the date of acceptance by the Authority.

B. If defects of any kind should develop during the period such guarantees are in force,

the Contracting Officer shall immediately notify the Contractor in writing of such defects. The

Authority thereupon shall have the right, by a written notice to that effect, to require the

Contractor to repair or replace all inferior or defective work, material, or equipment or permit

it to remain in place and assess the Contractor the costs it (the Contractor) would have

incurred had the Contractor been required to affect repair or replacement.

C. Any correction or replacement of parts, materials, equipment, supplies or

construction made pursuant to the provisions of this Section shall also be subject to the

provisions of the Contract including this clause to the same extent as parts, material,

equipment, supplies or construction originally installed. The warranty with respect to such

new or corrected parts, materials, equipment, supplies or construction shall be equal in

duration as that set forth in A. above and shall run from the date that such parts, materials,

equipment, supplies or construction are replaced or corrected and accepted by the Authority.

D. The Contractor guarantees to reimburse the Authority for, or to repair or replace, any

damages to the site, buildings, or contents thereof that is caused by inferior or defective

workmanship, or the use of inferior or defective materials or equipment in the performance of

this Contract. The Contracting Officer shall immediately notify the Contractor in writing when

such damage occurs. The Authority shall have the right to require the Contractor to repair or

replace such damaged areas or equipment, or elect to permit such damage to remain as is

and assess the Contractor the costs it would have incurred had it been required to affect

repair or replacement.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

103

E. Should the Contractor fail to proceed promptly, after notification by the Contracting

Officer, to repair or replace any inferior or defective work, material, or equipment, or damage

to the site, buildings, or contents, thereof, caused by inferior or defective work, or the use of

inferior or defective materials, or equipment, the Authority may have such work, material,

equipment, or damage repaired or replaced and charge all costs incident thereto to the

Contractor.

F. Any special guarantees that may be required under the Contract, shall be subject to

the elections set forth above unless otherwise provided in such special guarantees.

G. Should the Contractor fail to prosecute the work or fail to proceed promptly to provide

guarantee period services after notification by the Contracting Officer, the Authority may,

after allowing the Contractor 10 calendar days to correct and comply with the Contract,

terminate the right to proceed with the work (or the separable part of the work) that has been

delayed or unsatisfactorily performed. In this event, the Authority may take over the work

and complete it by contract or otherwise, and may take possession of and use any materials,

appliance, and plant on the work site necessary for completing the work. The Contractor and

its sureties shall be liable for any damages to the Authority resulting from the Contractor's

refusal or failure to complete the work within this specified time, whether or not the

Contractor's right to proceed with the work is terminated. This liability includes any increased

costs incurred by the Authority in completing the work.

H. The decision of the Contracting Officer as to liability of the Contractor under this

Section is subject to the appeal procedure provided for in General Provisions Section 16,

DISPUTES of this Contract.

I. All subcontractor's, manufacturers' and suppliers' warranties and guarantees,

expressed or implied, respecting any part of the Work and any material used therein shall be

deemed obtained, and shall be enforced, by the Contractor for the benefit of the Authority

without the necessity of separate transfer or assignment thereof, provided that, if directed by

the Authority, the Contractor shall require such subcontractor's, manufacturers and suppliers

to execute such warranties and guarantees in writing to the Authority. In connection

therewith, the Contractor further agrees to perform the Work in such a manner or consistent

with and so as to preserve all such warranties and guarantees.

J. Certain Standard and Technical Specifications Sections provide for a warranty longer than the general warranty provided in this Contract, or commence from dates other than Final Completion and/or Acceptance of the Work. Where such warranties are specified as both in addition to the general warranty and in total years, the total years shall govern, and the warranty period shall commence from Final Completion and Acceptance of the Work.

15. INDEMNITY

a. Contractor shall indemnify, defend and hold harmless the Authority, its directors, officers, employees and agents, from all liabilities, obligations, damages, penalties, claims, costs, charges and expenses (including reasonable attorney’s fees), of whatsoever kind and nature for injury, including personal injury or death of any person or persons, and for loss or damage to any property, including the property of the Contractor and the Authority, occurring in connection with, or in any way arising out of the use, occupancy and performance of the work and/or any acts in connection with activities to be performed under this contract, unless

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

104

the loss or damage is due to the sole negligence of the Authority. Nothing in the preceding sentence shall be deemed to relieve Contractor from ultimate liability for any obligation of Contractor under this Contract. b. Contractor shall indemnify, defend and hold harmless the Authority, its directors, officers, employees and agents, against any and all claims, liabilities, losses, demands, damages, penalties, costs, charges, remedial costs, environmental claims, fees or other expenses including attorneys fees, related to, arising from or attributable to any effluent or other hazardous waste, residue, contaminated soil or other similar material discharged from, removed from, or introduced on, about or under the job site; provided, however, that the foregoing indemnity does not apply to loss or damage due to preexisting conditions, whether known or unknown.

c. If any action or proceeding relating to the indemnification required is brought against the Authority, then upon written notice from the Authority to the Contractor, the Contractor shall, at the Contractor’s expense, resist or defend such action or proceeding by counsel approved by the Authority in writing, such approval not to be unreasonably withheld, but no approval of counsel shall be required where the cause of action is resisted or defended by counsel of any insurance carrier obligated to resist or defend the same. The Authority reserves the right to use its own counsel under this indemnity at Contractor’s sole cost and expense. d. Contractor understands and agrees that it is Contractor’s responsibility to provide indemnification to the Authority pursuant to this Section. The provision of insurance, while anticipated to provide a funding source for this indemnification, is in addition to any indemnification requirements and the failure of Contractor’s insurance to fully fund any indemnification shall not relieve the Contractor of any obligation assumed under this indemnification.

16. GENERAL INSURANCE REQUIREMENTS

Contractor shall procure, at its sole cost and expense, and shall maintain in force at all times during the term of this Contract, including the Warranty Period if applicable, the insurance outlined in the section below. All insurance companies must have an A.M. Best rating of “A-/VII” or better and be approved by the Authority. All required insurance policies must

a. State or be endorsed to provide that the coverage afforded under Contractor’s policies shall apply on a primary basis and not on an excess or contributing basis with any policies that may be available to the Authority, and

b. Have self-insurance retentions or policy deductibles no greater than $100,000, unless approved in writing by the Authority, whose approval shall not be unreasonably withheld.

Contractor shall give at least thirty (30) days prior written notice to the Authority’s Office of Insurance if any required insurance policy is canceled, materially changed, or nonrenewed; or if policy limits have been exhausted. The insurance limits required herein may be met through Contractor’s primary and umbrella/excess policies. Policies must be written on an occurrence basis; a claims made basis is not acceptable, except for Professional Liability.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

105

Contractor shall furnish evidence of all required insurance prior to the start of any work on Authority property. Certificates of insurance (COI) and all applicable endorsements may be submitted to the Authority in lieu of copies of insurance policies; if Railroad Protective Liability insurance and/or Builder’s Risk insurance is required, the entire insurance policy must be sent to the Authority. However, the Authority reserves the right to request copies of policies of any required insurance as denoted below. If requested by the Authority, the Contractor shall deliver to the Authority within thirty (30) days of the request, a copy of such policies, certified by the insurance carrier as being true and complete. COIs shall 1) disclose any deductible, sublimit, self-insured retention, aggregate limit or any exclusions to the policy that materially change the coverage; 2) show the Authority as an additional insured for Commercial General Liability and Automobile Liability; 3) reference the contract number, and 4) expressly reference the inclusion of all required endorsements, including but not limited to the Additional Insured endorsement. All endorsements must include policy numbers. Upon expiration of the policies, Contractor shall provide renewal COIs and all applicable endorsements to the Authority, with terms and limits no less favorable than the expiring insurance policies. Evidence of insurance coverage – insurance certificates and endorsements (and the complete Railroad Protective Liability policy, if applicable) – stating the work to be performed shall be submitted to the Authority at least ten (10) business days prior to commencement of operations and from time to time at the Authority’s request. Contractor shall not be allowed to proceed until the evidence of insurance has been received and approved in writing by the Authority. All evidence of insurance shall be sent to: Washington Metropolitan Area Transit Authority Office of Procurement, File Room 3C-02 600 5

th Street, NW

Washington, DC 20001 With a copy to: Washington Metropolitan Area Transit Authority Office of Insurance, Room 8F 600 5

th Street, NW

Washington, DC 20001 Required Insurance 1 Commercial General Liability Insurance with minimum limits of $5,000,000 per occurrence/aggregate, written on an occurrence form. If the required minimum limits can only be met when applying an umbrella/excess liability policy, the umbrella/excess liability policy must follow form of the underlying policy and be extended to “drop down” to become primary in the event the primary limits are reduced or aggregate limits are exhausted. The coverage under such an insurance policy or policies shall be maintained throughout the contract period and for three (3) years following acceptance of the work, and shall include Terrorism coverage. WMATA shall be named an Additional Insured with respect to this agreement on all certificates of insurance (COI), and the Additional Insured endorsement shall include completed operations and be submitted to the Authority.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

106

2 Workers’ Compensation Insurance meeting the statutory requirements of the jurisdiction where the work will be performed, including Employer’s Liability coverage with minimum limits of $1,000,000 each accident or disease. 3 Business Automobile Liability Insurance with minimum combined single limits of $2,000,000 per occurrence covering contractor against claims for bodily injury and property damage arising out of the ownership, maintenance or use of any owned, hired, or non-owned motor vehicle. WMATA shall be added as an additional insured on the policy.

4 Railroad Protective Liability Insurance (RRP) issued to WMATA as the Named Insured

with minimum limits of $2,000,000 per occurrence/$6,000,000 aggregate and covering the liability of the Authority arising from all Contracting Parties’ work to be performed within fifty (50) feet (on, above, adjacent to or underneath) of the Authority 's railroad tracks or within Authority rail stations for any personal injuries or deaths or any damage to the property, equipment and facilities caused by the activities of any Contractor or Subcontractor resulting from performance of this contract work. THE ORIGINAL POLICY SHOULD BE FORWARDED TO WMATA. WMATA Blanket RRP Program Option The Authority may offer to waive the requirement for the Contractor to procure RRP if 1) the work can be covered under the Authority’s blanket RRP program, and 2) the Contractor prepays the premium which shall be determined by the rate schedule promulgated by the insurer in effect as of the effective date of this Contract. Contractor shall be advised of and pay the applicable premium, or procure a standalone RRP policy on the Authority’s behalf. 5 Contractors Equipment Floater covering loss or damage to contractors’ tools, machinery, equipment and other personal property of any kind used in connection with this contract whether owned, rented or in the care, custody and control of the Contractor or its subcontractors. 6 Errors and Omissions Insurance with minimum limits of $3,000,000 per claim covering actual or alleged negligent acts, errors or omissions committed by the Contractor in the performance of activities under this agreement, regardless of the type of damages. If the insurance is on a claims made basis, Contractor shall maintain continuous insurance coverage during the term of this agreement. The policy retroactive date must coincide with or precede the effective date of Contractor’s services under the agreement and shall continue until the termination of the agreement. The policy must allow for reporting of circumstances or incidents that might give rise to future claims, and an extended reporting period of at least one year must be purchased in the event ongoing coverage is not maintained.

17. BOND REQUIREMENTS Within 10 calendar days after the prescribed forms are presented for signature to the proposer to whom award is made, a written Contract and Attachments on the forms provided shall be executed and delivered to the Contracting Officer or other delegated Authority Representative, together with a performance bond and payment bond if applicable if the Contract price is $100,000 or more, each with good and sufficient surety or sureties acceptable to the Authority. Corporations executing the bonds as sureties must be among those appearing on the Treasury Department's list of approved sureties and must be acting within the limitations set forth therein. The penal sums of such bonds shall be as follows:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

107

(1) Performance Bond:

The penal sum of the performance bond shall equal 100 percent of the Contract price.

(2) Payment Bond:

(a) When the Contract price is $1,000,000 or less, the penal sum of the payment bond shall be 50 percent of the Contract price.

(b) When the Contract price is in excess of $1,000,000 but not more than

$5,000,000, the penal sum shall be 40 percent of the Contract price. (c) When the Contract price is more than $5,000,000, the penal sum shall be

$2,500,000.

b. Failure to furnish: In the event the required bonds are not furnished as specified, the Contracting Officer or other delegated Authority Representative may not issue the Notice To Proceed and no payment will be made to the Contractor until the required bonds are furnished.

c. For the purposes of the IDIQ, performance and payment bonding requirements will

be based on the base year minimum guaranteed amount of $250,000. A new bond may be required for each executed option year.

18. PROPOSAL SECURITY

The proposal security is five percent of the minimum guaranteed amount of $250,000. The proposal security form and the five percent of the proposal price should be submitted with the price proposal.

19. LAWS AND REGULATIONS

Each Offeror shall be responsible to fully inform themselves of the requirements for and to comply with any applicable State of Maryland, Commonwealth of Virginia, District of Columbia, Federal and jurisdictional laws and regulations governing the service to be provided under the contract. Further, each contractor shall be responsible to obtain, at its own cost and expense, any and all licenses/permits required to transact business in any political jurisdictions to be serviced.

20. PRIME CONTRACTOR DBE RESPONSIBILITIES

a. If the contract value is over $100,000, the prime contractor will be responsible for submitting a monthly report of the status of its DBE subcontractors as outlined in Appendix B.

b. Reports shall be submitted monthly to the Authority Representative, who in turn, will

forward a copy to the Office of Civil Rights, WMATA, Jackson Graham Building, 600 Fifth Street NW, Washington DC 20001.

21. FEDERAL/LOCAL/STATE SALES TAX

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

108

a. Pursuant to Article XVI., Paragraph 78., of the Washington Area Metropolitan Transit Authority Compact, as adopted by the State of Maryland, the District of Columbia, and the Commonwealth of Virginia, with the authorization and consent of the Congress of the United States, the Authority has been accorded exemption from taxes as follows:

“the Authority and the Board shall not be required to pay taxes or assessments upon any of the property acquired by it or under its jurisdiction, control, possession or supervision, or upon its activities in the operation and maintenance of any transit facility or upon any revenues therefrom, and the property and income derived therefrom shall be exempted from all Federal, State, District of Columbia, municipal, and local taxation. This exemption shall include without limitation, all motor vehicle license fees, sales taxes and motor fuel taxes.”

b. It has been the practice of the District of Columbia to apply the Authority’s tax exempt status to certain purchases of materials required under Authority construction contracts and acquired by Contractor for physical incorporation into the project work. This has not been the practice in either Maryland or Virginia. The Authority does not represent or warrant that the District of Columbia practice applies to this project or, if it does, that it will continue in effect during the term of this project. It is the responsibility of the Contractor to determine its liability for any and all taxes applicable to this project. Assessment or payment of taxes by the Contractor, including taxes resulting from changes in existing laws or the application thereof or of new or additional taxes, shall not constitute the basis for an increase in the Contract price, except as otherwise allowed under Section 00779, FEDERAL, STATE AND LOCAL TAX.

c. By submission of its proposal, the proposer certifies that none of the taxes as to

which the Authority is exempt are included in its proposal price(s) or the final Contract Price. In the event that the Authority learns that any taxes to which the Authority is exempt are included in the final Contract Price, the Authority shall be entitled to a reduction in the Contract Price reflecting such amount and a refund of monies paid related to such taxes, plus applicable interest.

22. CONTRACTING OFFICER’S REPRESENTATIVE

a. The work will be conducted under the general direction of the Contracting Officer.

Authority will be delegated to the Contracting Officer's Representative to take the following actions;

(1) Act as the principal point of contact with the contractor. Submit a copy of each item of incoming correspondence and a copy of any enclosures to the assigned Contract Administrator. (2) Review and approve invoices and payment estimates. Forward invoices and receipts to accounting. (3) Coordinate correspondence with the CA if its importance significantly impacts the contractual terms and obligations. Where such coordination is unnecessary provide, an information copy to the CA. (4) Provide the CA with information copies of any memorandum for the record which is relative to the contract.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

109

(5) Notify the Contracting Officer whenever the COR has reason to believe that the estimated not-to-exceed amount will be exceeded. (6) Prepare the Authority estimate for Proposed Contract Modifications. Participate in negotiations of modifications. (7) Approve, in writing, the contractor's progress schedule when required. (8) Receive from the Contractor, monthly, if applicable, DBE status reports and forward them to the Manager of DBE, (PRMT). (9) Provide the Contract Administrator with a written notification after all supplies/services have been received with statement that COR is not aware of any open issues that would preclude closeout of the contract and that the Contract is ready for closeout. Return all records, correspondence, etc., to the Contract Administrator/ Purchasing Agent for closeout purposes. (10) Provide the Contract Administrator with a written request (and requisition) to exercise option(s), if any, a minimum of 90 days prior to the expiration of the base period of the contract.

b. There are certain actions which are reserved for only the Contracting Officer. They

are:

(1) Approval of contract modification proposals and/or other unilateral actions.

(2) Issuance of written orders to stop and/or resume work under Article 10, "Stop Work Orders", of the General Provisions.

(3) Negotiation with the Contractor for adjustment of contract price and/or time.

(4) The COR is not authorized to render final decision under the DISPUTES article of the General Provisions.

(5) The COR is not authorized to issue Termination Notices pursuant to the terms of this contract.

c. The presence or absence of the COR or his inspectors shall not relieve the

Contractor from any requirements of the contract. 23. HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA

a. The Contractor agrees to submit a Material Safety Data Sheet (Department of Labor Form OSHA-20), as prescribed in Federal Standard No. 313B, for all hazardous material 5 days before delivery of the material, whether or not listed in Appendix A of the Standard. This obligation applies to all materials delivered under this contract which involve exposure to hazardous materials or items containing these materials.

b. "Hazardous material," as used in this clause, is as defined in Federal Standard No.

313B, in effect on the date of this contract. c. Neither the requirements of this clause nor any act or failure to act by the Authority

shall relieve the Contractor of any responsibility or liability for the safety of Authority, Contractor, or subcontractor personnel or property.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

110

d. Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, state, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material.

e. The Authority's rights in data furnished under this contract with respect to hazardous

material are as follows:

(1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to (i) apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous material (ii) obtain medical treatment for those affected by the material; and (iii) have others use, duplicate, and disclose the data for the Authority for these purposes.

(2) To use, duplicate, and disclose data furnished under this clause, in

accordance with subparagraph (e)(1) above, in precedence over any other clause of this contract providing for rights in data.

(3) That the Authority is not precluded from using similar or identical data

acquired from other sources. (4) That the data shall not be duplicated, disclosed, or released outside the

Authority, in whole or in part for any acquisition or manufacturing purpose, if the following legend is marked on each piece of data to which this clause applies -

“This is furnished under Authority Contract No. and shall not be used,

duplicated, or disclosed for any acquisition or manufacturing purpose without the permission of ....... This legend shall be marked on any reproduction of this data."

(End of legend) (5) That the Contractor shall not place the legend or any other restrictive legend

on any data which (i) the Contractor or any subcontractor previously delivered to the Authority without limitations or (ii) should be delivered without limitations under the conditions specified in the clause Rights in Technical Data.

f. The Contractor shall insert this clause, including this paragraph with appropriate

changes in the designation of the parties, in subcontracts at any tier (including purchase designations or purchase orders) under this contract involving hazardous material.

24. SPECIAL DELIVERY INSTRUCTIONS Not Applicable

25. INSPECTION, TESTING AND ACCEPTANCE

See Statement of Work

26. FIRST ARTICLE

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

111

Not Applicable 27. ORGANIZATIONAL CONFLICT OF INTEREST

Unless specifically exempted from the conditions of this provision by the Contracting Officer, any Authority contractor, subcontractor, subsidiary, or other entity which is legally related and which develops or drafts specifications, requirements, statements of work, invitation for bids, will be excluded from competing for the directly ensuing procurement.

28. RIGHTS IN TECHNICAL DATA - UNLIMITED

[This article, when used, supersedes General Provision Article No. 24, “Rights in Technical Data”].

a. The Authority or any third party designated by the Authority to assist it in the

administration of this contract or the inspection or verification of the product produced under this contract, shall have the right to use, duplicate or disclose technical data, which includes computer software, in whole or in part, in any manner and for any purpose whatsoever, and to have or permit others to do so:

1. Any manuals, instructional materials prepared for installation, operation,

maintenance or training purposes; 2. Technical data pertaining to end items, components or processes which were

prepared for the purpose of identifying sources, size, configuration, mating and attachment characteristics, functional characteristics and performance requirements ("form, fit and function" data; e.g., specification control drawings, catalog sheets, outline drawing; except for the computer software it means data identifying source, functional characteristics, and performance requirements but specifically excludes the source code, algorithm, process, formulae, and flow charts of the software);

3. Other technical data which has been, or is normally furnished without

restriction by the Contractor or subcontractor; 4. Other specifically described technical data which the parties have agreed will

be furnished without restriction; 5. All computer software regardless of whether it is technical data as defined in

this Article 25, including the source code, algorithm, process, formulae, and flow charts, which is developed or materially modified by the Contractor for the Authority or for which the Authority is required by federal law or regulation to provide a royalty-free, irrevocable and nonexclusive license to the federal government.

b. The Authority shall have the right to use, duplicate, or disclose technical data other

than that defined in paragraph a. in whole or in part, with the express limitation that such technical data shall not, without the written permission of the party furnishing such technical data, be

1. Released or disclosed in whole or in part outside the Authority, 2. Used in whole or in part by the Authority for manufacture, or

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

112

3. Used by a party other than the Authority except for: (i) emergency repair or

overhaul, (ii) where the item or process concerned is not otherwise reasonably available to the Authority to enable timely performance of the work, or (iii) administration of this contract or the inspection or verification of the product produced under this contract where the third party has a written contract with the Authority to perform these efforts. In all cases described in this subsection, the release or disclosure outside of the Authority shall be subject to a written prohibition against further use, release or disclosure by the party receiving the technical data.

c. Technical data provided in accordance with the provisions of paragraph b. shall be

identified by a legend which suitably recites the aforesaid limitation. Nothing herein shall impair the right of the Authority to use similar or identical data acquired from other sources.

d. Where any item is purchased as a separate line item in the contract, that purchase

includes all integral parts of that item, including any computer software, source codes, algorithms, processes, formulae, and flow charts. As such, the Authority has full rights to use, duplicate or disclose any or all parts of the item, including computer software, in whole or in part, in any manner and for any purpose whatsoever, and to have or permit others to do so. Should disclosure of the computer software be required only under this paragraph, then the Contracting Officer may waive the provisions of this paragraph if he certifies in writing that the item is commercially available from multiple sources and the product from any of those sources will be fully compatible with existing Authority property.

e. The term technical data as used in this article means technical writing, computer

software, sound recordings, pictorial reproductions, drawings, or other graphic representations and works of a technical nature, whether or not copyrighted, which are specified to be delivered pursuant to this Contract. The term does not include financial reports, cost analyses, and other information incidental to Contract administration. Computer software as used in this article means computer programs, computer data bases, and documentation thereof.

f. Material covered by copyright:

(1) The Contractor agrees to and does hereby grant to the Authority, and to its

officers, agents and employees acting within the scope of their official duties, a royalty-free, nonexclusive and irrevocable license throughout the world for Authority purposes to publish, translate, reproduce, deliver, perform, dispose of, and to authorize others so to do, all (i) technical data and (ii) computer software covered by Article 25.a.(5) now or hereafter covered by copyright.

(2) No such copyrighted matter shall be included in (i) technical data or (ii)

computer software covered by Article 25.a.(5) furnished hereunder without the written permission of the copyright owner for the Authority to use such copyrighted matter in the manner above described.

(3) The Contractor shall report to the Authority (or higher-tier contractor)

promptly and in reasonable written detail each notice or claim of copyright infringement received by the Contractor with respect to any (i) technical data or (ii) computer software covered by Article 25.a.(5) provided to the Authority.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

113

g. Relation to patents: Nothing contained in this article shall imply a license to the

Authority under any patent, or be construed as affecting the scope of any license or other right otherwise granted to the Authority under any patent.

h. Any dispute under this article shall be subject to the Disputes article of this contract. i. Notwithstanding any other payment provision in this contract, the Contracting Officer

may retain from payment up to 10 percent of the contract price until final delivery and acceptance of the technical data defined in this article and as required to be furnished by the bid schedule or the contract specification.

29. LIQUIDATED DAMAGES

a. The Contractor understands that if it fails to complete portion of and/or all of the work as described herein Period of Performance of these Special Provisions, for each individual task order, the Authority will suffer damages which have been estimated and are specified below:

1) Unless specifically identified in individual task orders, the Contractor shall

pay to the Authority, as liquidated damages, the sum of $1,226.30 per calendar day.

2) The total amount of liquidated damages that the Authority may assess for any and all non-excusable delays shall not exceed 25 percent of the total bid price, for each individual task order.

b. The Contactor agrees that if it does not complete the work within the specified Period

of Performance, identified in each individual task order, then the Contractor shall pay to the Authority as liquidated damages, Termination for Default, Damages for Delay, the sums per calendar days as separate damages for each specified completion requirement in 1 above.

30. FORCE MAJEURE CLAUSE

The Contractor’s right to proceed shall not be so terminated nor the Contractor charged with resulting damage under the following circumstances: a. If the delay in performing this work arises from unforeseeable causes beyond the

control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, acts of the public enemy, acts of the Authority in its contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather, or delays of subcontractors or suppliers at any tier arising from causes other than normal weather beyond the control and without the fault or negligence of both the Contractor and such subcontractors or suppliers.

b. The rights and remedies of the Authority provided in this Section are in addition to

any other rights and remedies provided by law or under this Contract.

31. SITE VISIT/INSPECTION Not Applicable

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

114

32. GARNISHMENT OF PAYMENTS

Payment under this contract shall be subject to any garnishment and attachment orders issued pursuant to the laws of Maryland, Virginia, and the District of Columbia, and to levies under the laws of the United States.

33. GOVERNING LAW

This contract shall be deemed to be an agreement under and shall be governed by the law of the District of Columbia, exclusive of its conflict of law principles, and the common law of the U.S. Federal contracts including precedents of the Federal Boards of Contract Appeals.

34. SAFETY REQUIREMENTS

See Statement of Work Section 26

35. LIVING WAGE

This contract is subject to the Authority’s Living Wage Policy and implementing regulations. The Living Wage provision is required in all contracts for services (including construction) awarded in an amount that exceeds $100,000 in a 12-month period.

a. The Authority Living Wage Rate is $12.89 per hour, and may be reduced by the

contractor’s per-employee cost for health insurance. b. The Contractor shall:

(1) Pay, at a minimum, the Authority Living Wage Rate, effective during the time

the work is performed, to all employees who perform work under this contract, except as otherwise provided in paragraph (d) below;

(2) Include the Living Wage clause in all subcontractors that exceed $15,000 in a

12-month period awarded under this contract; (3) Maintain payroll records, in accordance with the retention and examination of

records requirements in the General Provisions, and shall include a similar provision in affected subcontracts that requires the subcontractor to maintain its payroll records for the same length of time; and

(4) Submit records with each monthly invoice supporting payment of the Living

Wage Rate.

c. The Contractor shall not split or subdivide a contract, pay an employee through a third party, or treat an employee as a subcontractor or independent contractor to avoid compliance with the Living Wage provisions.

d. Exemptions to the Living Wage provisions include:

(1) Contracts and agreements with higher negotiated wage rates,

(2) Contracts that are subject to higher wage rates required by federal law or

collective bargaining agreements (e.g., Davis Bacon);

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

115

(3) Contracts or agreements for regulated utilities; (4) Emergency services to prevent or respond to a disaster or imminent threat to

public health and safety; and (5) Contractors who employee fewer than ten (10) employees.

e. The Authority may adjust the Living Wage rate effective in January of each year.

The adjustment will reflect the average Living Wage Rate among Metro’s Compact Jurisdictions with Living Wage provisions. If after contract award the Living Wage Rate increases, the Contractor is entitled to an equitable adjustment to the rate in the amount of the increase for employees who are affected by the escalated wage.

f. Failure to comply with the Authority’s Living Wage provisions shall result in the

Authority’s right to exercise available contract remedies, including contract termination or debarment from future contracts.

36. METRIC SYSTEM

To the extent U.S. DOT or FTA directs, the Contractor agrees to use the metric system of measurement in its Project activities, in accordance with the Metric Conversion Act, as amended by the Omnibus Trade and Competitiveness Act, 15 U.S.C. 205a et seq; Executive Order No. 12770, “Metric Usage in Federal Government Programs,” 15 U.S.C. 205a note; and applicable U.S. DOT or FTA regulations in accordance with applicable Federal directives. As practicable and feasible, the Contractor agrees to supply products and services with dimensions expressed in the metric system of measurement. Metric usage shall not be required to the extent that such use is impractical or is likely to cause significant inefficiencies or loss of markets to United States firms.

37. SEISMIC SAFETY REQUIREMENTS a. The contractor agrees that any new building or addition to an existing building will be

designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project.

b. The Seismic Safety requirements apply only to contracts for the construction of new

buildings or additions to existing buildings.

38. RECYCLED PRODUCTS

The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.

39. NOTIFICATION OF FEDERAL PARTICIPATION

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

116

This project is being funded in whole or part with Federal funds. 40. WHISTLEBLOWER PROTECTION

a. The Contractor and its subcontractors shall encourage their employees and independent contractors to report information—without fear of actual or threatened discrimination, retaliation or reprisal—that they in good faith reasonably believe is evidence of gross mismanagement; gross misuse or waste of public resources or funds; fraud; violation of law; abuse of authority in connection with the conduct of Metro operations or contracts; or a substantial and specific danger to health, security or safety. The Contractor and its subcontractors shall notify their employees that they may make reports under this paragraph to:

(1) WMATA’s Office of Inspector General (OIG), in person, in writing, through the

OIG Hotline (202-962-2400) or email [email protected] or by any other reasonable means;

(2) WMATA’s Metro Transit Policy Department (MTPD), in person, by telephone

(202-962-2121) or by any other reasonable means, or to the OIG, if the information constitutes a potential violation of criminal law;

(3) WMATA’s Chief Safety Officer, in person, in writing, through the SAFE

Hotline (202-249-7233) or email [email protected], or by any other reasonable means; or

(4) Any other official, office or agency within WMATA or outside WMATA that the

employee or independent contractor reasonably believes has the authority to act on the matter.

b. The Contractor, its employees, independent contractors and subcontractors shall

cooperate with any inquiry or review by an authorized official of WMATA, or by the federal government or any other governmental entity with jurisdiction over WMATA, regarding a matter that would constitute a report under paragraph (a) or a violation of this or any whistleblower provision of this Contract, and with any enforcement or judicial proceeding arising from such inquiry or review.

c. The Contractor and its subcontractors shall not interfere with or deny the right of any

employee or independent contractor of either the Contractor or any of its subcontractors to make a report under paragraph (a). The Contractor and its subcontractors shall not recommend, take or threaten to take any action having a negative or adverse impact on any employee or independent contractor of either the Contractor or any of its subcontractors because he or she:

(1) made or is perceived to have made a report under paragraph (a); (2) sought a remedy under applicable law after making a report under paragraph

(a); (3) participated in or cooperated with an inquiry or review by an authorized

official of Metro, or by the federal government or any other governmental entity with jurisdiction over Metro, regarding a matter that would constitute a report under paragraph (a) or a violation of this or any whistleblower

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

117

provision of this Contract, or with an enforcement or judicial proceeding arising from such inquiry or review;

(4) refused to obey an order that would violate law; or (5) refused to work or authorize work when a hazardous safety or security

condition presents an imminent danger of death or serious injury, there was no reasonable alternative to refusal, there was not sufficient time to eliminate the danger in absence of refusal and the individual, where possible, notified the Contactor or subcontractor of the condition and of the intent not to perform or authorize work.

d. The Contractor shall include, or shall cause to be included, the substance of this

section, including this paragraph (d), in its subcontracts at all tiers. e. The Contractor and its subcontractors shall comply with the National Transit Systems

Security Act (NTSSA), which prohibits discharging, demoting, suspending, reprimanding or in any other way discriminating against an employee as a reprisal for the employee lawfully and in good faith–

(1) reporting a hazardous safety or security condition; (2) refusing to work when a hazardous safety or security condition presents an

imminent danger of death or serious injury, there is no reasonable alternative to refusal, there is not sufficient time to eliminate the danger in absence of refusal and the individual, where possible, has notified the Contractor or subcontractor of the condition and of the intent to not perform work;

(3) refusing to authorize the use of any safety or security related equipment,

track or structures, if the individual is responsible for their inspection or repair and reasonably believes they are in a hazardous safety or security condition, there is no reasonable alternative to refusal, there is not sufficient time to eliminate the danger in absence of refusal and the individual, where possible, has notified the Contractor or subcontractor of the condition and of the intent not to authorize use of hazardous equipment or infrastructure unless corrected;

(4) providing information for or directly assisting in an investigation of conduct

that the individual reasonably believes to be in violation of federal law regarding safety, security or fraud, waste or abuse of funds intended for safety or security;

(5) refusing to violate or assist in violation of federal public transportation safety

or security law; (6) cooperating with a safety or security investigation by the U.S. Secretary of

Transportation, U.S. Secretary of Homeland Security or the National Transportation Safety Board;

(7) furnishing information to law enforcement agencies relating to an accident or

incident resulting in damage to property, injury or death; or

(8) filing a complaint under the NTSSA or testifying regarding such complaint.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

118

f. The contractor shall notify the Authority of any instance, related to this Contract, of a

report under paragraph (a)(1) or refusal under paragraphs (a)(2), (3) or (5). g. The enforcement, filing and investigation of complaints, and remedies under this

section shall be governed by the NTSSA, applicable federal regulations and federal law.

h. This section shall be interpreted in accordance with the NTSSA. If any provision is

found to be in conflict with the NTSSA, the NTSSA shall govern. i. The Contractor shall include, or shall cause to be included, the substance of this

section, including this paragraph (e), in its subcontracts at all tiers.

41. DRUG AND ALCOHOL TESTING

Contractors who perform safety-sensitive functions shall be subject to compliance with a drug and alcohol testing program according to Federal guidelines published in FTA regulations (49 CFR Part 655).

42. DAVIS-BACON AND COPELAND ANTI-KICKBACK ACTS

This contract is subject to the Davis-Bacon and Related Acts. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. The Davis-Bacon Act requires contractors and subcontractors under construction contracts and subcontracts greater than $2,000 to submit the required certified payrolls weekly.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

119

METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS RIDER CLAUSE

USE OF CONTRACT(S) BY MEMBERS COMPRISING THE METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS PURCHASING OFFICERS' COMMITTEE. A. If authorized by the bidder(s), resultant contract(s) will be extended to any or all of the listed

members as designated by the bidder to purchase at contract prices in accordance with contract terms.

B. Any member utilizing such contract(s) will place its own order(s) directly with the successful

contractor. There shall be no obligation on the part of any participating member to utilize the contract(s).

C. A negative reply will not adversely affect consideration of your bid/proposal. D. It is the awarded vendor's responsibility to notify the members shown below of the availability

of the Contract(s). E. Each participating jurisdiction has the option of executing a separate contract with the

awardee. Contracts entered into with a participating jurisdiction may contain general terms and conditions unique to that jurisdiction including, by way of illustration and not limitation, clauses covering minority participation, non-discrimination, indemnification, naming the jurisdiction as an additional insured under any required Comprehensive General Liability policies, and venue. If, when preparing such a contract, the general terms and conditions of a jurisdiction are unacceptable to the awardee, the awardee may withdraw its extension of the award to that jurisdiction.

F. The issuing jurisdiction shall not be held liable for any costs or damages incurred by another

jurisdiction as a result of any award extended to that jurisdiction by the awardee. BIDDER'S AUTHORIZATION TO EXTEND CONTRACT:

YES NO JURISDICTION ___ ___ Alexandria, Virginia ___ ___ Alexandria Public Schools ___ ___ Alexandria Sanitation Authority ___ ___ Arlington County, Virginia ___ ___ Arlington County Public Schools ___ ___ Bladensburg, Maryland ___ ___ Bowie, Maryland ___ ___ Charles County Public Schools ___ ___ College Park, Maryland ___ ___ Culpeper County, Virginia ___ ___ District of Columbia ___ ___ District of Columbia Courts ___ ___ District of Columbia Public Schools ___ ___ District of Columbia Water & Sewer Auth. ___ ___ Fairfax, Virginia ___ ___ Fairfax County, Virginia ___ ___ Fairfax County Water Authority ___ ___ Falls Church, Virginia ___ ___ Fauquier County Schools & Government, Virginia ___ ___ Frederick, Maryland ___ ___ Frederick County, Maryland

YES NO JURISDICTION ___ ___ Gaithersburg, Maryland ___ ___ Greenbelt, Maryland ___ ___ Herndon, Virginia ___ ___ Leesburg, Virginia ___ ___ Loudoun County, Virginia ___ ___ Loudoun County Public Schools ___ ___ Loudoun County Sanitation Authority ___ ___ Manassas, Virginia ___ ___ City of Manassas Public Schools ___ ___ Manassas Park, Virginia ___ ___ Maryland-National Capital Park & Planning Comm. ___ ___ Metropolitan Washington Airports Authority ___ ___ Metropolitan Washington Council of Governments ___ ___ Montgomery College ___ ___ Montgomery County, Maryland ___ ___ Montgomery County Public Schools ___ ___ Northern Virginia Community College ___ ___ OmniRide ___ ___ Potomac & Rappahannock Trans. Comm. ___ ___ Prince George's County, Maryland

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

120

YES NO JURISDICTION ___ ___ Prince George's Public Schools ___ ___ Prince William County, Virginia ___ ___ Prince William County Public Schools ___ ___ Prince William County Service Authority ___ ___ Rockville, Maryland ___ ___ Spotsylvania County Schools ___ ___ Stafford County, Virginia ___ ___ Takoma Park, Maryland ___ ___ Upper Occoquan Sewage Authority ___ ___ Vienna, Virginia ___ ___ Virginia Railway Express ___ ___ Washington Metropolitan Area Transit Authority ___ ___ Washington Suburban Sanitary Commission ___ ___ Winchester, Virginia ___ ___ Winchester Public Schools

_______________________________

Vendor Name

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

121

BOND FORMS

PERFORMANCE BOND

Contract No.: FQ12217 Contract Date: Penal Sum of Bond: Date Bond Executed:

KNOW ALL MEN BY THESE PRESENTS, that we, the Principal and Surety(ies) hereto, are firmly bound to the Washington Metropolitan Area Transit Authority (hereinafter called the Authority) in the above penal sum for the payment of which we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally: Provided, that, where the Sureties are corporations acting as co-sureties, we, the Sureties, bind ourselves in such sum "jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as set forth opposite the name of such Surety, but if no limit of liability is indicated, the limit of liability shall be the full amount of the penal sum. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered into the contract identified above: NOW, THEREFORE, if the Principal shall perform and fulfill all the undertakings, covenants, terms, conditions and agreements of said contract during the original term of said contract and any extensions thereof that may be granted by the Authority, with or without notice to the Surety(ies), and during the life of any guaranty required under the contract, and shall also perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to the Surety(ies) being hereby waived, then the above obligation shall be void and of no effect. IN WITNESS WHEREOF, the Principal and Surety(ies) have executed this performance bond and have affixed their seals on the date set forth above. Principal(s)

1. Firm Name

and Address:

Signature:

Name and Title:

Corporate Seal

State of Inc.:

2. Firm Name

and Address:

Signature:

Name and Title:

Corporate Seal

State of Inc.:

3. Firm Name

and Address:

Signature:

Name and Title:

Corporate Seal

State of Inc.:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

122

PERFORMANCE BOND – Page 2

Corporate Surety(ies)

Surety

A

Surety Name and Address: Signature:

Liability Limit

$

(Seal)

Name and Title:

State of Inc.:

Surety

B

Surety Name and Address: Signature:

Liability Limit

$

(Seal)

Name and Title:

State of Inc.:

Surety

C

Surety Name and Address: Signature:

Liability Limit

$

(Seal)

Name and

Title:

State of Inc.:

Attach additional pages as needed.

Bond

Premium

Schedule

Total Premium

$

Instructions 1. This form is authorized for use in connection with contracts for construction work or the furnishing of supplies and

services. 2. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the

face of this form. The bond shall be signed by an authorized person. Where such person is signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership or joint venture, or an officer of the corporation involved, evidence of his authority must be furnished.

3. Corporation executing the bond as sureties must be among those appearing on the Treasury Department's list of

approved sureties and must be acting within the limitations set forth therein. Where more than a single corporate surety is involved, their names and addresses (city and State) shall be inserted in the spaces (Surety A, Surety B, etc.) headed "Corporate Surety(ies)".

4. Corporations executing the bond shall affix their corporate seals. 5. The name of each person signing this performance bond should be typed in the space provided. 6. The date this Bond is executed must be later than the contract execution date.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

123

PAYMENT BOND Contract No. FQ12217 Contract Date:

Penal Sum of Bond: Date Bond Executed:

KNOW ALL MEN BY THESE PRESENTS, that we, the Principal and Surety(ies) hereto, are firmly bound to the Washington Metropolitan Area Transit Authority (hereinafter called the Authority) in the above penal sum for the payment of which we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally: Provided, that, where the Sureties are corporations acting as co-sureties, we, the Sureties, bind ourselves in such sum "jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as set forth opposite the name of such Surety, but if no l imit of liability is indicated, the limit of liability shall be the full amount of the penal sum. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered into the contract identified above: NOW, THEREFORE, if the Principal shall promptly make payment to all claimants as hereinafter defined supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to the Surety(ies) being hereby waived, then the above obligation shall be void and of no effect, otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor,

material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT.

2. The above-named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein

defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due the claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit.

3. No suit or action shall be commenced hereunder by any claimant:

a. Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to the Principal within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal at any place where he maintains an office or conducts business, or his residence or such notice shall be served in any manner in which legal process may be served in the state or District of Columbia in which the aforesaid project is located, save that such service need not be made by a public officer.

b. After the expiration of one (1) year following the date of final settlement of said CONTRACT, it being understood,

however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.

c. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in

which the project, or any part thereof, is situated or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

124

PAYMENT BOND page 2

IN WITNESS WHEREOF, the Principal and Surety(ies) have executed this payment bond and have affixed their seals on the date set forth above. Principal(s)

1. Firm Name and Address: Signature: Name and Title:

State of Inc.: Corporate Seal

2. Firm Name and Address: Signature: Name and Title:

State of Inc.: Corporate Seal

3. Firm Name and Address: Signature: Name and Title:

State of Inc.: Corporate Seal

Corporate Surety(ies)

Surety

Surety Name and Address:

Liability Limit

(Seal)

A Signature: $

Name and Title: State of Inc.:

Surety Surety Name and Address:

Liability Limit (Seal)

B Signature: $

Name and Title: State of Inc.:

Surety Surety Name and Address:

Liability Limit (Seal)

C Signature: $

Name and Title: State of Inc.:

Attach additional pages as needed.

Instructions 1. This form is authorized for use in connection with contracts for construction work or the furnishing of supplies and

services. 2. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the

face of this form. The bond shall be signed by an authorized person. Where such person is signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership or joint venture, or an officer of the corporation involved, evidence of his authority must be furnished.

3. Corporation executing the bond as sureties must be among those appearing on the Treasury Department's list of

approved sureties and must be acting within the limitations set forth therein. Where more than a single corporate surety is involved, their names and addresses (city and State) shall be inserted in the spaces (Surety A, Surety B, etc.) headed "Corporate Surety(ies)".

4. Corporations executing the bond shall affix their corporate seals. 5. The name of each person signing this payment bond should be typed in the space provided. 6. The date this Bond is executed must be later than the contract execution date.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

125

PROPOSAL SECURITY (PROPOSAL BOND FORM)

Submit with Price Proposal

Request for Proposal No.: Proposal Date: Penal Sum of Bond: 5% of Offered Price or Amount, $: Date Bond Executed: KNOW ALL MEN BY THESE PRESENTS, that we, the Principal and Surety(ies) hereto, are firmly bound to the Washington Metropolitan Area Transit Authority in the above penal sum for the payment of which we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally: Provided, that, where the Sureties are corporations acting as co-sureties, we, the Sureties, bind ourselves in such sum "jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as set forth opposite the name of such Surety, but if no limit of liability is indicated, the limit of liability shall be the full amount of the penal sum. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the proposal identified above: NOW, THEREFORE, if the Principal, upon acceptance by the Authority of his proposal identified above, within the period specified therein for acceptance (ninety [90] days if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be required by the terms of the proposal as accepted within the time specified (ten [10] days if no period is specified) after receipt of the forms by him, or in the event of failure so to execute such further contractual documents and give such bonds, if the Principal shall pay the Authority for any cost of procuring the work which exceeds the amount of his proposal, then the above obligation shall be void and of no effect. Each Surety executing this instrument hereby agrees that its obligation shall not be impaired by any extension(s) of the time for acceptance of the proposal that the Principal may grant to the Authority notice of which extension(s) to the Surety(ies) being hereby waived provided that such waiver shall apply only with respect to extensions aggregating not more than ninety (90) calendar days in addition to the period originally allowed for acceptance of the proposal.

Principal(s)

1. Firm Name and Address:

Signature:

Corporate Seal State of Inc.:

2. Firm Name and Address:

Signature:

Corporate Seal State of Inc.:

3. Firm Name and Address:

Signature:

Corporate Seal State of Inc.:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

126

PROPOSAL SECURITY (PROPOSAL BOND FORM) - Continued - page 2

Corporate Surety(ies)

Surety

A

Surety Name and Address: Signature:

Liability Limit

$

(Seal)

Name and Title:

State of Inc.:

Surety

B

Surety Name and Address: Signature:

Liability Limit

$

(Seal)

Name and Title:

State of Inc.:

Surety

C

Surety Name and Address: Signature:

Liability Limit

$

(Seal)

Name and

Title:

State of Inc.:

Attach additional pages as needed.

Instructions 1. This form is authorized for use whenever a proposal guaranty is required in connection with construction work or the

furnishing of supplies and services. 2. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the

face of this form. The bond shall be signed by an authorized person. Where such person is signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership or joint venture, or an officer of the corporation involved, evidence of his authority must be furnished.

3. The penal sum of the bond shall be expressed as either a percentage of the proposal price or in dollars and cents. 4. Corporation executing the bond as sureties must be among those appearing on the Treasury Department's list of

approved sureties and must be acting within the limitations set forth therein. Where more than a single corporate surety is involved, their names and addresses (city and State) shall be inserted in the spaces (Surety A, Surety B, etc.) headed "Corporate Surety(ies)".

5. Corporations executing the bond shall affix their corporate seals. 6. The name of each person signing this proposal bond should be typed in the space provided.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

127

PART III STATEMENT OF WORK

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

128

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY STATEMENT OF WORK

SUPPLY & INSTALLATION OF FIRE AND LIFE SAFETY SYSTEMS

1.0 INTRODUCTION The Washington Metropolitan Area Transit Authority (Metro) was created by an interstate compact in 1967 to plan, develop, build, finance, and operate a balanced regional transportation system in the national capital area. The Authority began building its rail system in 1969, acquired four regional bus systems in 1973, and began operating the first phase of Metrorail in 1976. Today, Metrorail serves 86 stations and has 106 miles of track. Metrobus serves the nation's capital 24 hours a day, seven days a week with 1,500 buses. Metrorail and Metrobus serve a population of 3.4 million within a 1,500-square mile jurisdiction. Metro began its paratransit service, MetroAccess, in 1994; it provides about 1.5 million trips per year.

2.0 CURRENT ENVIRONMENT WMATA currently owns and operates rail stations, parking garages, rail yards, bus garages, and miscellaneous buildings/facilities. Most of these facilities are equipped with a fire alarm system that needs to be upgraded. Other miscellaneous facilities are provided with Halon fire extinguishing systems that need to be removed. Miscellaneous facilities require extended or new fire sprinkler systems. Existing fire alarm systems will need to be decommissioned and removed after the acceptance of new systems.

WMATA developed fire protection statement of work documents for each facility, that include a 50% level of design for a complete operational fire protection system that supports WMATA’s operational functions.

3.0 GENERAL SCOPE OF WORK

3.1 This is an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for the supply, installation and/or configuration of fire protection systems to include, but not limited to, fire alarm, fire sprinkler systems, Halon extinguishing system and associated architectural, electrical, mechanical, civil work and AutoCAD Work.

3.2 The scope of this contract is to provide the Authority all necessary management, supervision and technical personnel, tools, materials and equipment, site surveys, detailed design, permitting, installation, programming, design support, testing, warranty repair, identification, and as-built documentation for all fire protection systems as required per WMATA provided drawings (except as may be expressly set forth in the resulting IDIQ contract/task order(s)) and otherwise do all things necessary for, or incidental to, providing the services and items for the resulting IDIQ contract and task order(s).

3.3 The Contractor shall provide all personnel, equipment, tools, materials, and supplies (except as may be expressly set forth in the resulting IDIQ contract/task order(s)) and otherwise do all things necessary for, or incidental to, providing the services and items for the resulting IDIQ contract and task order(s).

3.4 All information and documentation developed by the Contractor under this contract shall be the property of the Authority and provided upon request at anytime during, at the end and after the end contract. The Authority reserves the right to accomplish these installation tasks outside of this contractual vehicle if it is determined to be in the best interests of the Authority.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

129

3.5 The Contractor shall provide their best practice solution and continuous process improvement strategies as part of their performance which at times may include acquiring assets, equipment, tools, and resources which shall be at the expense of the Contractor.

The majority of the systems to be installed are fire alarm, detection and notification systems, based on a UTC EST3 notification devices and components. Work involved under this contract will include, but not be limited to, installing fire alarm control panels, fire annunciator panels, power supply panels, amplifiers, smoke detectors, duct smoke detectors, heat detection, gas detection, manual pull stations, monitor and control modules, horn strobes, and speaker strobes. The EST3 panels may be required communicate with WMATA’s three central monitoring supervising stations at CTF and JBG via the (DTS and Notifier Uninet) and CTF, JBG and SOC via the EST Fire Works System. Circuit breakers for electrical power and demolition of existing fire alarm, associated HVAC interfaces will also be required. Fiber optic and copper cable circuits will be used to network fire alarm systems in various locations. Specific requirements will be identified in individual task orders.

3.6 Complete fire sprinkler systems and private fire service mains and their appurtenances shall also be installed as indicated on the drawings.

3.7 Additionally Halon Extinguishing systems shall be removed as indicated on the supplied drawings. Halon value per lb of Agent recovered shall be credited back to WMATA. 3.8 All work locations are within the WMATA area of responsibility within the Washington, DC Metro Area. Specific locations will be identified in individual task orders.

4.0 DESCRIPTION OF WORK

4.1 Work under this contract shall be determined by individual FFP (Firm Fixed Price) Task Orders predicated on a performance-based scope of work. 4.2 Pricing of each Task Order is determined by applying the R.S. MEANS Bare Cost unit pricing, the R.S. MEANS weighted average total City-Cost-Index, and the Contractor’s negotiated Pre-Priced Coefficient factor. For Task Orders that are not listed in R.S. MEANS, (Non-pre-priced) task orders will be negotiated based on unburdened proposals submitted by the contractor (subcontractor proposals may be burdened with sub-contractor overhead an profit) and then multiplied by the Non-pre-priced Coefficient listed in the schedule.

4.3 The Contractor shall include all project management, planning, estimating, labor, transportation, materials, equipment, tools, supervision, design, and all other associated costs necessary to fulfill the requirements of each Task Order. Preparation of Contractor proposals and Task Order performance shall require managing and coordinating of numerous projects simultaneously. All costs associated with preparing proposals shall be the responsibility of the Contractor.

4.4 Contractor shall maintain accurate and complete records, files and documents to include state and local laws, ordinances, rules and regulations and manufacturers’ instructions and recommendations which are necessary and related to the work.

4.5 Contractor shall prepare and submit required reports, maintain current record drawings, and submit required information. The Contractor shall provide materials lists to include trade names, brand names, model number, and ratings (if appropriate) for all materials necessary for a complete job.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

130

4.6 In anticipation of follow-on work, the Contractor may be required to provide architectural, structural, mechanical, electrical, civil, or other engineering services for performance-based scopes of work as requested by the Contracting Officer or as required for filings or permits or submittal of documents for regulatory agency approval. The services shall be provided by architects or engineers registered and insured to practice in the particular state in the relevant professional field involved. All documents, prepared by architects, consultants and engineers for the Contractor under this Contract, are subject to review of the Contracting Officer. Review by the Contracting Officer does not relieve any architects, consultants or engineers from the professional liability associated with documents they have prepared.

4.7 The Contractor’s proposal shall separate the costs for design and engineering services from the detailed MEANS line items costs for construction. The proposal shall identify non pre-priced tasks and performance times.

4.8 All work will be inspected in accordance with the requirements of this contract, the Task Order and applicable approved submittals. All work performed shall conform to standard industry work practices, and the provisions of this contract. Unless otherwise directed by the Contracting Officer all work shall be performed in accordance with the current International Fire Protection Association (NFPA) codes and standards, International Building Code, International Plumbing Code and International Mechanical Code. These Codes take precedence over all other direction that may be provided herein or with individual Task Orders UNLESS more stringent requirements are indicated on the Request for Task Order Work.

4.9 In creating the technical specifications, the Contractor may substitute proprietary product information in the specifications sections for products that have already been selected. These products must meet the minimum quality requirements of the guide specification.

5.0 GENERAL CONTRACTOR QUALIFICATIONS 5.1 At the time of award of the contract award, the contractor shall have met the following minimum qualifications:

5.1.1 The contractor shall have at least five (5) years experience in designing, permitting and installation of fire protection systems services including fire alarm, fire sprinkler, and Halon extinguishing systems. 5.1.2 The contractor shall have completed a minimum of three (3) projects of similar size, scope, and complexity within the past five (5) years. 5.1.3 At the time of proposal submission, prospective bidders key personnel shall have met the following current qualifications: 5.1.3.1 For Fire Alarm Systems: NICET Certified Fire Alarm Systems , minimum Level III 5.1.3.2 For Fire Alarm Systems: Edwards EST3 Fire Alarm System Certified 5.1.3.3 For Halon Systems: NICET Certified Special Hazards Suppression Systems, minimum Level

III 5.1.3.4 For Halon Systems: Halon Alternatives Research Corporation Member (HARC) membership 5.1.3.5 For Sprinkler & Standpipe Systems: NICET Certified Automatic Sprinkler System Layout,

minimum Level III

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

131

5.1.3.6 State of VA, DC and MD Professional Fire Protection Engineer License

6.0 KEY PERSONNEL

6.1 Program Manager (PM) and Assistant Program Manager - The Contractor shall provide a single Program Manager (PM) to oversee the performance and execution of TO(s). The Contractor’s Project management process shall consist of, but is not limited to, management of Contractor resources, preparation and distribution of schedules, monitoring of Contractor activities, briefs to Authority personnel of the status of contract activities, participating in meetings with the CO and COTR, and preparing and submitting deliverables. The PM shall serve as the single POC for the CO and COTR, managing the overall contract and all TO(s), coordinating requirements, and maintaining communication with the Authority. The PM shall perform complete oversight of contract/TO(s) performance, Contractor staff, sub-contractors, and Authority Furnished Property. The PM shall manage, assign, schedule, and support the Contractor’s employees, sub-contractors, consultants, and resources supporting this contract. Only the PM or a previously approved Assistant shall act as signatory that attests to completion of all deliverables. The Contractor shall identify the Assistant PM with qualifications identified in Section 6.3 to act in the absence of the PM. The PM shall ensure the Contractor is operating consistently with the Authority requirements by completing the following: 6.1.1 Coordinating requirements, objectives and priorities with the Authority 6.1.2 Ensuring Contractor staff is appropriately identified

6.1.3 Ensuring activities are performed and accomplished on time, and are of an acceptable level of quality to meet Authority requirements, objectives and priorities.

6.1.4 Prioritizing requirements consistent with Authority guidance, ensuring requirements are fulfilled and deliverables are submitted in a timely manner.

6.1.5 Identifying critical paths for high priority projects

6.1.6 Providing management, coordination, and administrative support to ensure the contract resources, which includes all the Contractor employees, sub-contractors, consultants, and resources, appropriately address the Authority requirements, priorities, and objectives

6.1.7 Communicate TO progress to the CO, COTR, and /or the Authority Point of Contact (POC)

6.1.8 Ensure that quality control and performance measures are appropriately implemented.

6.1.9 Proactively monitor the contract performance, quality of service, and identify corrective actions to the COTR/CO.

6.1.10 PM shall track and monitor until all issues and risks identified by the Authority have been resolved

6.1.11 The Contractor shall maintain historical information and shall provide the information to the Authority as requested and at the end of the contract.

6.1.12 Coordinating, developing, tracking, modifying and ensuring reports and other communications capture the information required by the Authority.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

132

6.1.13 Attending required meetings which include participating in project related meetings. (Others Contractor personnel may also be required to attend meetings and the Contractor shall be notified by the Authority in advance of any additional required personnel). Being prepared to meet with the COTR on weekly and an Ad Hoc basis.

6.1.14 Appropriately addressing and following up on management, programmatic, and operational issues. Coordinating, developing, tracking, modifying and ensuring reports, graphs, and other communications capture the information required by the Authority.

6.1.15 Ensuring that all submitted reports and invoices are timely and accurate and contain all required information and supporting. Reports include Ad Hoc reports, weekly travel report, monthly status report, and financial reports.

6.1.16 Submit Other Direct Costs (ODC) Requests to the CO via the COTR for written approval. Monitor to ensure that approved ODC’s do not exceed allowable amounts. Implementing approval and tracking procedures for the requests for authorization of travel and ODC’s and for completed travel.

6.1.17 Ensuring effective interaction, coordination, and cooperation among the Contractor’s staff, to include sub-contractors, are maintained at an effective professional level

6.1.18 Ensure all contract employees and sub-contractors adhere to safety, security policies, directives and guidance

6.1.19 When actual TO(s) are in progress, the PM/APM shall provide a written weekly activity/status report that includes, at a minimum, accomplishments, status of ongoing activities, issues, recommendation for problem resolution, and upcoming activities.

6.2 Program Manager Experience and Education Requirements The Authority desires the PM to have a minimum of 10 years experience specific to fire alarm system services, of which a minimum of five (5) years should be program management experience. Program management experience should demonstrate of high risk, sensitive projects and management experience managing projects and staff of comparable scope to the effort assigned. This experience may have been acquired during the same period described above. 6.3 Assistant Program Manager Experience and Education Requirements

The Authority desires the APM to have a minimum of five (5) years experience specific to installation of fire alarm system services of which a minimum of three (3) years should be project management experience. Project management experience should demonstrate of high risk, sensitive projects and management experience managing projects and staff of comparable scope to the effort assigned. This experience may have been acquired during the same period described above. 6.4 Foreman/Superintendent The Contractor may be required to provide a Foreman/Superintendent to provide first line supervision of contractor personnel in performance of project task orders. The Authority desires the Foreman/Superintendent to possess at least a High school diploma or GED; be First Aid & CPR certified, have OSHA 10 & 30 Hour Training, five (5) years of related experience including supervisory or lead experience and considerable experience in projects

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

133

involving Fire Alarm System including some supervisory experience in the related area; or any equivalent combination of training and experience. 6.5 Drafter/CAD Operator The Contractor may be required to provide a Drafter/CAD to prepare wiring diagrams, electronic schematics and engineering and architectural drawings using AutoCAD. Utilizing automated drafting and drawing system, produces engineering drawings in 2D/3D graphics with animation for training Projects and simulators.

The Authority desires the Drafter/CAD Operator to possess a High School diploma or GED equivalent, and technical training in drafting, art, computer graphics, or a related field. The Drafter/CAD Operator shall possess a minimum of three (3) years of experience preparing drawings, schematics, etc., using computer hardware and software related to Computer Aided Design (CAD) products in the architectural, engineering or physical science field.

6.6 Key Staff/Field Personnel/Support Staff Key staff/field personnel: Technical, supervisory, and other personnel responsible as applicable for design, shop and as-built drawings and specifications preparation and in reviewing and certifying plans prior to submission, contract planning and scheduling, overseeing construction safety programs and ensuring safety is maintained, supervising construction crews and coordinating the work of subcontractors including the installation of equipment and Systems; in providing quality control/quality assurance services; in providing systems integration services; and in coordinating any operational issues. The Contractor may be required to provide administrative, logistics, and technical support staff. Technical support staff to include, but not limited to, field supervisors and test engineers, shall have an EST3 Fire Alarm System Certification.

Design staff responsible for the fire protection system design shall possess the qualifications stated earlier in section 5.0.

7. CONTRACTOR REQUIREMENTS Deliverables under individual Task Order’s shall be submitted to the COTR and CO for acceptance. Specific requirements will be identified in individual task orders. The contractor shall complete detailed designs, obtain required permits, furnish, install, configure, and test all fire protection systems and validate operational compliance with all requirements and specifications. The contractor shall provide conduit, power, and connectivity as required for supplied fire detectors, annunciator panels, and any other devices and components supplied and installed under the specific task order. The contractor shall be required to provide pipes, fittings, sprinklers and any other devices required for the replacement/upgrade of fire sprinkler systems as specified in the specific task orders. Note: The prime contractor must perform at least 51% of the work if subcontractors are utilized. This 51% may not be strictly administrative in nature. 7.1 Task One - Detailed Design 7.1.1 Detailed Design

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

134

The contractor shall use the design packages provided by WMATA as well as the information collected during any site survey to complete the design drawings necessary for the installation of the fire protection systems required by the specific task order. The drawings shall be reviewed and approved by a Professional Fire Protection Engineer licensed in the respective state. The Contractor‘s Designer of Record shall provide a design and produce “stand-alone” issued for drawings and “stand-alone” issued for specifications which incorporate and comply with WMATA’s Design Criteria, and as-built record drawings, records and spare parts as required by the Project Documents The Contractor shall have all Construction packages stamped by a Professional Fire Protection Engineer licensed in the respective state to obtain permits and Fire Marshal approval. Specific requirements will be identified in individual task orders. 7.1.2 Conflicts in Requirements and /or Criteria The Contractor shall identify and make known to the Authority as soon as practicable but in no case less than five (5) days after the Designer knows of any potential conflicts among the requirements and criteria either indicated in any WMATA provided Project Manual and/or Project Drawings, or required by local, state or federal jurisdictions that affect the scope, cost or quality of this work. The notification shall include a clear statement of the conflict, the source of the requirement and/or criteria and a recommended solution to the potential conflict. The Authority will determine solely the solution to the conflict based on either the Designer's recommendation or its own evaluation. The Designer shall incorporate that decision into the design with a minimum of impact to the scope, cost and/or quality of the work. Utilize Project Drawings, Project Manual and other Contract Documents as the basis for design. The Contract Documents establish requirements for the preparation of design and are not to be used for construction; instead the approved Final Design Drawings and Final Design Specifications prepared by the Contractor as part of the design process shall be utilized.

Indicate in the Design Drawings where utilities, agencies, and other contractors will perform design, construction and maintenance of their facilities in relation to this Contract. The Contractor shall coordinate its design work with the work of others to ensure compatibility of design and construction. All such work shall be shown on the Final Design Drawings as “work by others”, if applicable.

Technical Specifications in CSI Format: The Designer shall develop and provide the stand-alone Design Specifications for task orders/projects in the latest edition of CSI Format. The Designer’s final designs shall provide for layouts, installations and typical circuits and the incorporation of components, equipment, and systems as applicable.

The Designer shall be responsible for obtaining all the necessary utility and jurisdictional approvals for the design. Submittal review and approval and certification milestones shall be included in the Contractor's schedule. Specific requirements will be identified in individual task orders.

7.1.3 Design Submittal Review

Authority Review: The Authority explicitly reserves the right to also review and approve Design items at specified design progress levels.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

135

Prepare and submit reports substantiating design analyses and calculations as required in accordance with accepted industry practice to support the basis of design and development of Final Design Drawings.

Design: In all aspects of the design, the proposed facilities shall operate as one entity upon completion of the Contract. Specific requirements will be identified in individual task orders. 7.1.4 Permits and Scheduling The Contractor shall obtain necessary permits, and work as necessary, perform designs and systems integration work, manage quality through the use of an effective and well-planned quality system, perform inspection and testing as necessary, and manage the safe construction and commissioning of the project. . The contractor shall be responsible for scheduling Fire Marshal inspections and obtaining construction, electrical and mechanical permits as required by the local jurisdiction for the work performed. Specific requirements will be identified in individual task orders. 7.2 Task Two – Supply of Material 7.2.1 Approved Parts List The contractor shall work with WMATA to develop an approved parts list with pricing for WMATA fire protection systems provided under the TO. The Price List shall be used as the baseline of the Approved Parts list. As the project progresses, the contract may be modified to add pre-priced products and material to the Approved Parts list. 7.3 Task Three – Installation of Material Most work performed under this contract will be in rail stations, rail yards, bus garages and other WMATA facilities. When work is performed in locations that are directly related to rail operations, such as rail yards or stations, work hours will be limited to non-revenue hours or non-peak hours. In all other cases, work will be performed during normal working hours from 07:00 a.m. to 05:00 p.m. Shutdown opportunities will arise where it is expected that the contractor will maximize work windows which result from these shutdown opportunities. Work shall be done in accordance with WMATA Design Criteria, all applicable codes and standards, and the task order requirements. The Contractor may be required to provide installation services to include, but not limited to, the following tasks: 7.3.1 Supply and installation of fire alarm systems including EST3 Fire Alarm Control Panels,

smoke and heat detectors, duct detectors, etc.

7.3.2 Supply and installation of fire sprinkler systems including underground water supplies, fire

hydrants, control valves, aboveground sprinkler pipe and fittings, sprinklers, etc.

7.3.3 Halon system decommissioning and Halon cylinder shipment to approved Halon Bank.

7.3.4 Supply and installation of conduit and cables per Standard of Architectural Excellence

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

136

7.3.5 Supply and install fiber optic cable networks per Standard of Architectural Excellence.

7.3.6 Provide AS-BUILT documentation Specific requirements will be identified in individual task orders. 7.4 Task Four – Programming of Devices/Systems Integration The Contractor may be required to provide programming and systems integration services for all fire protection systems installed under this contract and existing WMATA systems. Programming of typical fire alarm systems may consist of programming the fire alarm control panels with the smoke detector address, calibrating sensors, programming existing head end supervising stations and such other similar activities required for the proper operation of fire alarm system installed under this contract. The configuration technician(s) involved in programming of the fire protection system should be certified by manufacturer. At a minimum, the Contractor’s systems integration effort shall:

Provide a Systems Integration design document that systematically identifies and formally documents all interfaces and identifies a process for handling each interface.

Provide a mechanism, and assign project responsibility for interface management and control, such that every interface has a single entity within the Contractor’s organization accountable for engineering and verifying the interface.

Define methods to confirm interface compatibility and demonstrate said compatibility by establishing and executing a testing program to assure each point or feature of one system interacts as expected with the other.

Assure that reliability, availability, maintainability, and safety requirements are propagated through all systems and system elements so as to meet the overall availability, dependability and safety criteria set out in this Contract.

Allow WMATA to independently assess the effectiveness of, and audit, the Contractor’s Systems Integration process.

WMATA will have the right to monitor and audit the systems integration process. The Contractor shall facilitate these audits by providing information and arranging for WMATA’s auditors to have access to all relevant records. The Contractor shall provide timely information to WMATA about any interface problem that is identified, and the steps being taken to resolve it. The Contractor shall also invite WMATA to attend meetings held within the Contractor’s organization or with subcontractors to resolve interface definitions or systems integration issues. The Contractor shall furnish WMATA with minutes of such meetings within 10 calendar days after such meeting regardless of whether WMATA attends.

In addition, WMATA reserves the right to witness all interface and systems integration tests. The Contractor shall inform the Authority Representative of each upcoming test at least 15 calendar days before it is scheduled to be performed. WMATA reserves the right to direct supplemental testing of a component, element, subsystem or system in the interest of verifying achievement of specified performance levels, at no cost to the Authority. Specific requirements will be identified in individual task orders.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

137

7.5 Task Five - Testing and Diagnosis The Contractor shall provide a complete system demonstration to WMATA and their representative fire protection engineer for acceptance. All devices shall be tested in accordance with WMATA and NFPA standards and discrepancies corrected prior to the demonstration. Testing will be suspended if all work is indentified as incomplete. Punchlist items will be provided by WMATA and shall be corrected. After all testing has been completed; the contractor will make arrangements with the local Fire Marshal for inspection and certification of the installed system. The Contractor shall provide data sheets showing each component or system has been tested and the results of the test. The Contractor shall assist with documentation, as is required, for safety certification of the system by the WMATA safety department. This requires evidence of approved designs, as-built drawings and documentation, test procedures with signed and witnessed test results and evidence that successful training has been furnished. Specific requirements will be identified in individual task orders. 7.6 Task Six – Documentation Specific requirements will be identified in individual task orders. 7.6.1 Shop Drawings The contractor shall use the design drawings provided by WMATA to prepare shop drawings necessary for permit applications and installation of the fire alarm systems. The shop drawings shall be submitted to WMATA for approval. Any changes to the approved shop drawings during the installation will be noted on the drawings (redlined) and will be incorporated in the as-built drawings. 7.6.2 As-Built Drawings The contractor shall provide AS-Built drawings based on a minimum 50% design drawings provided

by WMATA. The drawings shall be readable when printed on 11x17 paper. The contractor shall coordinate with WMATA’s IT department for all IP addresses required for

interfacing with the WMATA network. IP addresses can be part of the design submittal or in a separate document table.

The contractor shall provide three (3) 11x17 printed sets of As-Built drawings showing all new

equipment and existing equipment with all interfaces points on drawings. Contractor shall provide CD’s with files in AutoCAD and PDF format.

Specific requirements will be identified in individual task orders. 7.6.3 Operation and Maintenance Manuals The contractor shall provide operation and maintenance manuals for all equipment, devices, and components supplied under this contract. The operation and maintenance manual shall provide technical support and troubleshooting assistance for all fire detection and fire suppression control panels, detectors and other devices, or components provided under this contract. Specific requirements will be identified in individual task orders.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

138

7.6.4 Maintenance Plan The contractor may be required to provide a recommended preventive maintenance program plan for each installed system based on the lifecycle and reliability of the selected equipment, and the unique installation conditions within the WMATA system. Specific requirements will be identified in individual task orders. 7.6.5 Spare Parts Listing

The contractor may be required to provide a recommended prioritized list of spare parts. Specific requirements will be identified in individual task orders.

7.7 Task Seven – Training The contractor may be required to provide training on all control panels, devices and other components provided under this contract. Specific requirements will be identified in individual task orders. 7.8 Task Eight - Periodic In-Process Review (IPR). The Contractor shall participate in formal and informal IPRs concerning performance related issues on an as needed basis. 7.9 Task Nine - Monthly Status Report. The Contractor shall prepare a Monthly Status Report (MSR) containing all Project and cost information. The format shall include the contract number and project number, a brief task description, and the reporting period. It shall also contain staffing, cost, deliverable data and a summary of activity accomplished by individuals in Specific Tasks. It may also include any significant issues, problems and resolutions. This report shall also cover but is not limited to the following categories of information; Labor Hours for the Reporting Period and Cumulative to Date, Other Direct Costs for the Reporting Period and Cumulative to Date, Staffing and turnover rate. 7.10 Deliverables Specific requirements will be identified in individual task orders.

Paragraph# Deliverable Title Due Date/Frequency Copies Distribution

7.9 Monthly Status Report (MSR)

Due by the 5th business day of each

month

Original + one copy

COR and CO

7.11 Metrics

Specific requirements will be identified in individual task orders.

PWS PARA.

Performance Objective

Performance Threshold Method of Surveillance

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

139

7.9

Monthly Status Report (MSR)

Quality Level: 92% (approximately 11 out of 12 submitted MSRs) shall contain information no more than 30 days old. The provided information shall be accurate and up-to-date as of the last submitted invoice. Frequency: 92% (approximately 11 out of 12 briefs) shall be briefed to the COR no more than one (1) week after 5

th business

day of the month. Responsiveness: If MSR data is incomplete, report shall be returned for revisions. Revised MSR’s shall be submitted within five (5) business days 85% of the time.

100% Inspection – All information reported in the MSR shall be used as the document of discussion at the monthly In Progress Review. All information reported in the MSR shall be no more than 30 days old. Customer Feedback – The customer may be asked by the COR, Business Office, and/or Contract Officer to provide a summary of activity accomplished by each on-site Contractor employee. Any discrepancies between the customer feedback and the Contractor provided MSR (to include IPR) shall be addressed with the Project Manager immediately.

8.0 COEFFICIENTS 8.1 The Contractor’s negotiated coefficients are numerical factors that represent indirect costs. The IDIQ Price List and the R.S. MEANS Cost Data shall be used by the Contractor to break down the work into individual work items by selecting unit priced tasks necessary to accomplish the detailed scope of work. The total price is calculated by combining the IDIQ Price List or R.S. MEANS Bare Costs, applicable material taxes, and appropriate R.S. MEANS City Cost Index, then multiplying that result by the appropriate Coefficient factor. 8.2 The coefficient shall be expressed as a numerical factor. For example, an Adjustment Factor of 115% would be expressed as 1.15. Carry the decimal to two places only. During the execution of the contract, the unit price task is multiplied by 1.15 to obtain the price to be paid for that task.

8.3 Each unit price item in the IDIQ Price List and R.S. MEANS Cost Data are referred to as “Prepriced items”. The Weighted Average Total City Cost Index (here after referred to as “City Cost Index”) shall be based on the current indexes published in the R.S. MEANS Cost Data Book.

8.4 The Coefficient factor must include all cost—other than direct labor, material, and equipment, incurred in the performance of work—that cannot be charged to any specific work elements. This category includes but is not limited to the items listed below.

8.4.1 General and Administrative Overhead, including but not limited to: Salaries of personnel required to operate and manage the contract, fees for Rapid Gate security program, information technology and computer equipment required to manage the contract, off base storage facilities, offices, administrative supplies, incidental engineering, job site supervision, vehicle operations and maintenance expenses and telephone charges.

Bond premiums.

Insurance.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

140

Costs for purchase of equipment and vehicles; tools of the trade.

Office equipment and supplies.

Compliance with safety standards.

Compliance with security requirements.

Compliance with environmental laws (overhead (indirect)) costs associated with performing work in compliance with EPA/OSHA, and individual Station regulations, including obtaining any necessary licenses and permits, Dig

Permits, outages, reporting requirements, training, etc.

The Contractor’s risk factor.

Escalation.

Indirect labor such as incidental engineering and planning.

Company officers and support staff.

Superintendents.

Quality control, including daily Quality Control Reports.

Submittal preparation.

Employer’s portion of taxes such as FICA, unemployment compensation, and fringe benefits; compensation for wage differential between the applicable Davis-Bacon hourly wage requirements and the prepriced unit line items (after adjustment for the City Cost Index).

Overhead and profit.

Differences in Federal and State Unemployment costs, Builders Risk Insurance and Public Liability costs.

Use of Unified Facility Guide Specifications and Commercial specifications.

Utility scopes, facility protection, safety, fire protection. 8.4.2 Work described in the contract that states the contractor shall perform at no additional cost to the Authority:

All costs associated with computer hardware/software applications.

All costs associated with computer hardware/software to enable electronic correspondence with the Authority.

Production of AutoCAD.

Subscription purchase in the CCB.

Waste and Excess Quantities included in Completed-in-Place Construction Quantities. (All prices in R.S. MEANS

Cost Data Books are for completed-in-place construction unless explicitly described otherwise. Waste or excess material quantities are incidental costs that are included within the contract coefficient unless explicitly stated otherwise. Quantities used on individual task order proposals shall be taken from field measurement or design plans, as appropriate, without allowance for waste.)

Required Tools/Equipment. The representative listing of tools and equipment that apply to the various trades is located in Section C. These items are indicative of, but not limited to, those that the Contractor is expected to provide as part of normal overhead cost.

8.5 Coefficient for Non-Prepriced Work. The Authority may require the provision of non-prepriced item(s) for projected task orders. Non-prepriced items are defined as construction materials, services, and work that are not listed by the IDIQ Price List or R.S. Means Cost Data Books. Non-prepriced items are subjected to the procedures described in the paragraph below. The Authority will not accept non-prepriced work if the materials or services are listed in the IDIQ Price List or Means Cost Data books or the non-prepriced item was incorporated by modification. For non prepriced items, the contractor shall provide the following for each component or task required:

Item Description

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

141

Direct Labor Hours

Davis-Bacon wage rate for trade performing task

Hourly fringe benefit rate for trade performing task

Description of proposed material

Number of units of material

Cost per unit of material (direct bare costs only)

Description of proposed equipment

Time for which equipment will be required

Rental rate for equipment (direct/bare costs only)

Profit and overhead, if applicable

Subcontractor’s profit and overhead (if applicable) 8.6 The contractor’s coefficient shall not include costs for professional design and engineering. When professional design and engineering services are required, it will be so noted on the Request for Proposal (RFP). The contractor’s proposal for design and engineering services shall be separate from the costs for construction. The contractor’s proposal for design and engineering costs shall be based on the negotiated rates and fees negotiated after award. The contractor’s proposal for design-build projects shall include all engineering services required for design, including but not limited to survey, soil borings, field investigation, review meetings, energy analysis, printing and shop drawing review. 8.7 The costs for preparation of Task Order proposals including scoping meetings shall be the responsibility of the Contractor and shall be included in the coefficient. Task Order proposal preparation is not reimbursable. Authority requests for proposals shall not constitute an award or commitment.

8.8 Tools and Equipment. This is a representative listing of tools and equipment that apply to the various trades. These items are indicative of, but not limited to; those that the Contractor is expected to provide as part of normal overhead cost.

Airlines (drop line) Hammers, hand Saws, Power Miter Box

All hand tools Hammers, chipping Saw Horses

Awl Hammer, Jack Scaffolding, Portable (8’ height

Axes Industrial Vacuum Scrapers (hand held)

Brushes Vac Screw Drivers

Barricades, Safety Jack, Hydraulic (12 tons or less)

Scribers

Bolt cutters Knives Shears

Barrier Tape Ladders (step to 12’ and extension to 24’)

Shovels

Broom Lead Pot and Ladle Sledgehammers

Cable cutter Levels Squares

Cable pullers/Hoist (hand held) Lighting, Temporary Staplers, Air/Hand

Calking Gun Nailer, Pneumatic Steel Framing Tools

Chain Saw Nail sets Tapelines

Chisels Picks Tin Snips

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

142

Clamps Planes, (hand held) Torch, hand

Cleaning Equipment Planes, (electronic, hand held) Tool igniters

Compressor (sized as to run tools)

Pliers Trash receptacles

Conduit bender Powder Actuated Fastening Trowels (non-powered hand held)

Crow bars Tools Vehicles ( up to 1.5 ton)

Dividers Plumb Bob Wrenches 9.0 R.S. MEANS

9.1 The R.S. Means Cost Data books are incorporated by reference. The Authority will not provide the R.S. MEANS Cost Data books for Contractor use. The cost books contain pricing information for the description of work to be accomplished and for the unit of measure specified. 9.2 The UPB is the 2012 R.S. Electrical Cost Data book. The 2012 R.S. Electrical Cost Data book shall be used for the entire term of the contract, to include option years. Partial year price updates published by the R.S. Means are not allowed. R.S. Means unit price books are published by Reed Construction Data. More information may be obtained by visiting www.rsmeans.com. Cost proposals are to be prepared in a database with an Excel transfer feature as the contract standard. All electronic files are to have Task Order Work Order number, initials of estimator and date.

9.3 The Contractor must purchase their own licenses for the databases and provide formal training to their own staff.

9.4 For prepriced items, the order of precedence for use of the IDIQ Price List and R.S. MEANS books is as follows:

IDIQ Price List

2012 R.S. Electrical Cost Data book

10.0 PREPARATION OF PROPOSAL

10.1 For prepriced tasks the Contractor shall identify the task and quantities required from the R.S. Means Unit Price Book. The Bare Cost unit price set forth in the R.S. Means Unit Price Book shall serve as the base price for the purpose of the operation of this provision. The Contractor’s proposal shall include support documentation to indicate that adequate engineering and planning for the requirement has been done and that the tasks proposed are reasonable for the work to be performed. Documentation to be submitted with the proposal shall include as appropriate, but not be limited to a detailed unit price estimate arranged in order according to the CSI format, Contractor prepared drawings, calculations, catalog cuts, specifications, architectural renderings; a preliminary schedule indicating mobilization, submittals, material lead times, performance, phasing, etc, the Authority may duplicate, use, and disclose in any manner and for any purpose such documentation delivered under this contract. 10.2 For non-prepriced tasks, if any, shall be separately identified and submitted in the proposal. The Means Cost Data books are to be used for pricing of all materials and services, unless the material or services are not contained in the Means Cost Data books. Only when a specific material or task is not contained in the Means Cost Data books, or has not been added to the IDIQ Price List

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

143

via modification, may the Contractor use the non-prepriced tasks. Information submitted in support of non-prepriced tasks shall include, but not be limited to, the following: 10.2.1 Complete specifications and technical data, including task content, support drawings, task cost data, quality control and inspection requirements. 10.2.2 Work schedule.

10.2.3 Costing data shall include a cost analysis report, establishing the basis for selecting the approach proposed for accomplishment of the requirements. Unless otherwise directed by the Contracting Officer, costing data will be submitted demonstrating that the Contractor sought and received three quotes. The Contractor shall provide an installed unit price (or demolition price if appropriate) that shall include all costs required to accomplish the non-prepriced task.

10.2.4 The total extended price for the non-prepriced task will be determined by multiplying the unit price by the quantity required. The price offered in the proposal will be determined by multiplying the total extended price by Contractor’s non-prepriced coefficient adjustment factor.

10.2.5 After a non-prepriced task is used on three separate Task Orders, the unit price for such task will be established, following approval by the Contracting Officer, and fixed as a permanent prepriced task that will no longer require price justification.

10.2.6 The Contracting Officer’s determination as to whether an item is a prepriced task or a non-prepriced task shall be final, binding and conclusive as to the Contractor. 10.3 Contractor’s proposal shall be submitted by the date indicated on the Request for Proposal. The time allowed for preparation of the Contractor’s proposal would depend on the complexity and urgency of the Task Order. On complex Task Orders, such as projects requiring engineering/architectural drawings and approvals and permits, allowance will be made to provide adequate time for preparation and submittal of the necessary documents with the proposal and so reflected in the proposal due date entered on the Request for Proposal. In emergency situations and minor maintenance and repair Task Orders requiring immediate completion, the proposal may be required quickly and the due date will be so indicated on the Request for Proposal. 10.4 Contractor’s proposal for non-prepriced line items will be considered, as submitted, provided the contractor ensures that fair and reasonable prices are obtained for services or materials under $3,000. For services or materials in excess of $3,000, in non-competitive task order RFPs, the contractor shall obtain a minimum of three competitive quotes from companies that normally perform or are qualified to perform the task. The contractor shall submit to the Contracting Officer, a detailed quote abstract reflecting the quotes received, including a copy of the lowest offer. The Contractor shall maintain complete supporting documentation (including responsibility and responsive checks) necessary to provide a complete and accurate audit trail of all actions for the Contracting Officer’s review. Upon receipt and review of the abstract by the Contracting Officer, a coordination meeting may be initiated with the Contractor to resolve any discrepancies. Upon satisfactory review by the Contracting Officer, the non-prepriced work will be accepted for the negotiated price. Non-prepriced items of work shall be so noted on each Contractor proposal. 10.5 Proposals for modifications shall be priced from the R.S. Means price books and the appropriate City Cost Index, subcontractor quotes, using the formats and coefficients established in the contract. In the event that a deductive modification is negotiated, the basis for pricing shall be the same as submitted under the original proposal.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

144

10.6 The Contractor’s proposal for non-prepriced work must be supported by necessary documentation to indicate that adequate planning to accomplish the requirement has been done. Examples of documentation that might reasonably be expected would include: Contractor prepared drawings, calculations, catalog cuts, specifications, architectural renderings; a preliminary schedule indicating mobilization, submittals, material lead times, performance, phasing, etc. The Authority may duplicate, use, and disclose in any manner and for any purpose such documentation delivered under this contract.

10.7 Time for submittal of the Contractor’s proposal for individual requirements will be as follows or as otherwise agreed upon by the Contracting Officer and the Contractor.

Construction Work - 10 working days

Concept Study and Construction — as agreed by Contractor and Contracting Officer.

Complete Design and Construction - as agreed by Contractor and Contracting Officer.

11.0 REVIEW OF PROPOSAL

11.1 The Contracting Officer will evaluate the Contractor’s proposal and proposed tasks and compare these with the Authority’s cost estimate of the detailed scope of work to determine the reasonableness of approach, including the nature and quantity of tasks proposed. 11.2 The Contracting Officer reserves the right to reject a proposal for any reason, including, but not limited to: the quantities or tasks selected by the Contractor, schedule, inadequate documentation, unacceptable pricing for non-prepriced tasks, and selection of material, equipment or subcontractors. The Contracting Officer also reserves the right not to issue a Task Order if that is determined to be in the best interests of the Authority or the proposed cost exceeds the Authority estimate. The Contractor has no claim to recoup proposal expenses. The Authority may pursue the performance of such work by other means. 11.3 Upon receipt of the Contractor’s proposal, the Authority will review the proposal for completeness and reasonableness. If necessary, the Contracting Officer will arrange with the Contractor to discuss the scope of all prepriced items and to negotiate all non-prepriced items and performance times. Upon completion of negotiations, the Contracting Officer will issue a Task Order to the Contractor. The Task Order may include changes to the scope of work (if applicable) as agreed upon in negotiations and the negotiated completion date.

12. HOLIDAYS The following holidays are normally observed by Authority personnel: New Years Day, Martin Luther King’s Birthday, Presidential Inauguration Day (metropolitan DC area only), President’s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, Christmas Day, and any other day designated by Federal Statute, Executive Order, and/or Presidential Proclamation. Alternatively, any other administrative leave such as acts of God (i.e. hurricanes, snowstorms, tornadoes, etc.), Presidential funerals, or any other unexpected closures. The Contractor may be required to work extended hours to perform mission essential tasks when notified by the COR. This may include work on holidays. Payment for holiday work shall be in accordance with applicable labor statutes. In the absence of statutory requirements, the rate specified in the contract is reimbursable to the Contractor. The Authority shall reimburse the Contractor based on the Contractor's pre-existing labor policy, in the absence of applicable labor rates. 13. TIME RESTRICTIONS

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

145

Work hours within the WMATA rail system are very restrictive and the large majority of work must be performed either during non-revenue service or non-peak hours. Each task order will identify the allowable work hours. Work performed in the Right of Way (ROW) must be performed under a supervisory or red tag outage. This work must be scheduled at least three (3) weeks in advance. WMATA ROW training shall be acquired by the contractor as necessary. See section 14. The Contractor shall submit and review a complete schedule showing the times and personnel requirements to perform the work. The Contractor shall secure approval of the schedule at least three (3) weeks prior to the scheduled work in the Rail System. A WMATA escort shall be present at the Site all times when the track is shutdown. The Contractor shall be under escort at all times when moving about the operating system. The Contractor shall complete all preliminary work preparation possible prior to performing work in the Right of Way to minimize impact to WMATA Rail operations. 13.1 Hours of Operation

A. Rail yard and Operations; work activities are continuous 24 hours a day, 7 days a week. B. Non-revenue hours are defined as the hours during which train service is closed to passenger traffic: 1. Monday through Friday 0000h to 0500h 2. Saturday and Sunday 0300h to 0700h C. Revenue hours are the hours during which train service is open to passenger traffic. Except when these hours are extended for special events or disrupted due to emergencies, they are: 1. Monday through Thursday: 5:00 AM to 12:00 Midnight. 2. Friday: 5:00 AM to 3:00 AM Saturday. 3. Saturday: 7:00 AM to 3:00 AM Sunday. 4. Sunday: 7:00 AM to 12:00 Midnight. D. Rush hours are Monday through Friday 0500h to 0930h and 1500h to 1900h. E. Non-rush hours are the revenue hours during which train service is not designated as rush hour traffic: 1. Monday through Thursday: 0930h to 1500h and 1900h to 2400h. 2. Friday: 0930h to 1500h and 1900h to 0300h Saturday. 3. Saturday and Sunday: All revenue hours. 14. NOTIFICATION OF CANCELLATION 14.1 A work period may be cancelled by the Authority or the Contractor within the following guidelines:

Weeknights: Up to 5 hours before the planned start time.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

146

Weekends: Up to 24 hours before the planned start time. 14.2 If, on a weekend, the Authority must cancel access to a work area for an extended period, defined as a full shift or an entire weekend, and notifies the Contractor less than 24 hours before the stated start time, Standby Cost of not more than the lesser of four (4) hours per Contractor’s crew member or the contract Standby Cost Rate. Certified payrolls must support actual costs.

15. STANDBY COST Should the Contractor be delayed more than 30 minutes in gaining worksite access, or requested to vacate the worksite more than 15 minutes prior to scheduled completion time, or delayed in performing the required work at the scheduled time, after having mobilized the crew at the worksite location by the scheduled time, the Contractor will be compensated for the direct labor costs incurred, to the nearest 30 minutes, excluding the first 30 minutes of the delay. The Contractor and the Authority’s representative shall sign a time sheet for the Standby time, which will document the duration of the delay and the names of the crew members present, including working foremen, but excluding salaried supervision. No amounts will be allowed for equipment, or for overhead or profit. Certified payrolls shall establish the hourly rates of the crewmembers. 15.1 Delay will be measured within the “Defined Work Period” only. The scheduled work period will be as determined per individual task order. 15.2 Delayed Access to Worksite: The Standby period of delay will be measured from the scheduled start of the Defined Work Period until the time the Contractor is granted access to the worksite. Toward the end of the shift, if the Authority requests the Contractor to vacate the worksite early, the Standby period of delay will be measured from the time the Contractor vacates the worksite until the scheduled end of the Defined Work Period, provided any such period exceeds 15 minutes. Should the Contractor, after having been delayed in gaining access to the worksite at the onset of the shift, elect to cancel work for that scheduled work period or proceed with work, but then elect to cease working and leave the worksite prior to the scheduled end of the Defined Work Period for any reason not caused by the Authority, the Contractor shall forfeit any entitlement to Standby Cost for that work period.

15.2.1 On a weeknight, if the Contractor elects not to go to work once access is granted after a delay of less than one hour, Standby Cost will not be earned. 15.2.2 On weeknights, or weekends, if applicable, for delays exceeding one (1) hour, Standby Cost will be applied to the period actual delay, until the Authority or the Contractor cancels the access for the night, provided that the crews remain mobilized until such cancellation.

15.3 Certified payrolls must be submitted weekly, or for each pay period if other than weekly, and

must contain the following information for each crew member:

Name, address, and social security number of employee

Work classification

Number of straight time and overtime hours worked for each day of the workweek or pay period

Total hours worked during the workweek or pay period

Hourly rate of pay

Gross amount earned

Deductions: FICA, withholding tax, other, if any; each listed separately

Total Deductions

Net wages paid for the week or pay period

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

147

16. ACCESS TO SITES 16.1 ACCESS TO SITE - IDENTIFICATION CARDS AND TRAINING

The Contractor and its subcontractors working at the project site shall provide their personnel with distinctive badges showing the employer's name and the employee's name, number, and photo I.D. These badges shall be displayed in a prominent manner on each person while engaged on the work. Access to the sites shall be granted only to properly accredited representatives of the Contractor and its subcontractors. Contractor must prepare and coordinate with WMATA the required badging of contractor personnel. Badging documentation must be prepared by the contractor. At least 3 weeks time must be allowed for processing and background investigations. As applicable, the Contractor and subcontractors requiring entry into the rail revenue operating system, including rail maintenance yards, for performance of Contract work shall provide such employees requiring entry with photo identification cards issued by the Authority. The Contractor shall obtain and be responsible for administering the use of the identification cards in accordance with Authority POLICY/INSTRUCTION No. 6.10/1, July 29, 1993. The ID cards are not valid for transportation on Metrobus or Metrorail and will be valid for the duration of the Contract up to a maximum of one year. Right-of-Way (ROW) Safety Training, as administered by the Authority, will be required Contractor and Sub Contractor employees prior to working on the system. Contractor’s Safety Superintendent shall schedule the ROW Safety Training through the AR. 16.2 ACCESS TO SITE

16.3 The Contractor shall work such hours per shift, with or without overtime, as many shifts per day and as many days per week as necessary to complete the various parts of the work and the entire work within the dates specified and within the restrictions listed below, if any. 16.4 The Contractor and Subcontractors shall not begin work on any day until authorized to do so by the AR or the AR’s appointed designee. 16.5 The Contractor shall coordinate and schedule all work with the Authority to ensure that the Contractor’s activities do not interfere with the operation of or access to the Authority’s facilities. 16.6 Restrictions if any on the hours for removal of existing work to be demolished and any other work which will affect train or employee operations and/or vehicular or pedestrian traffic; delivery of supplies, equipment and components to the site; and any other specific restrictions relating to coordination will be identified in individual task orders. 16.7 Contractor egress, materials, and equipment will not interfere with occupied spaces or negatively impact ongoing site operations. 16.8 Any noise impact with administrative areas shall be done during the evening shifts (most evening shifts are 6pm-2am). 16.9 Actual working hours are to be coordinated with WMATA field personnel. In some instances contractor must be prepared to work outside of the normally stated working hours or non-revenue hours and on weekends in order not to impede WMATA operations. 16.10 Due to multiple department coordination efforts onsite work schedules must be submitted by the contractor 90 days in advance.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

148

16.11 Contractor shall coordinate all work with the appropriate field personal and/or AR. 16.12 Power outages and other utility outages (water/gas/communications) must be coordinated with WMATA. 16.13 Contractor to provide measures such as Portable Boilers/ Heaters/ Air Compressors, & etc. in the in the event of outages and in order to maintain operations at all times. 16.14 Contractor must prepare and coordinate the SSWP process for WMATA approval. The contractor SSWP coordinator must submit SSWP documentation at minimum of 90 days prior to the schedule of work. 16.15 Contactor field work will not be permitted during the Inauguration week 2013. 16.16 The Contractor shall provide a written 90 day look ahead schedule, in format as coordinated with WMATA, that shall be updated every month or more frequently, on as needed or as determined by WMATA, to forecast Contractor’s upcoming access requirements. The 90 day look-ahead work schedule shall contain all Regular Scheduled work. The Work Schedule shall be updated at the beginning of each month. The Contractor shall provide more frequent updates as required by the AR. 16.17 The Contractor shall submit a Formal Request to WMATA at least 90 days prior to any proposed Special Scheduled Work. The Formal Requests must include a Site Specific Work Plan (SSWP) that details specific times, planned duration, personnel, equipment, installation, operation, and removal of any temporary structures, systems or components, and a schedule for all work activities. All requests are subject to AR’s approval. 16.18 If an emergency/operational situation arises due to reasons including, but not limited to, loss of power, accident, terrorism, traffic overload, etc., the Contractor may be denied access on a previously approved schedule. Contactor field work will not be permitted during the Inauguration week 2013, and other special events where service is critical as determined by WMATA. Inauguration Day is Monday, January 21, 2013. 16.19 An Authority escort will be present at the site at all times when the Contractor is performing work in WMATA’s facilities. 17. PAYMENT FOR UNAUTHORIZED WORK No payments shall be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer or their designated representative. 18. CONFIDENTIALITY The project and all material provided to the Contractor by the Authority and results, conclusions, and recommendations obtained thereof shall be considered confidential in nature and treated with the same level of care that the Contractor treats its own confidential business information. The information shall not be disclosed, copied, modified, used (except in completion of this project) or otherwise disseminated to any other person or entity at any time to include, but not limited to inclusion in any database external to the Authority without the Authority’s expressed consent. 19. QUALITY CONTROL

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

149

The Contractor shall be responsible for quality control while performing under this contract and adhere to the requirements of the contract as specified. All documentation of support and related activities shall provide traceability to enable Authority review and verification. The Contractor shall provide interim reviews of the work accomplished to permit determination of the quality of the effort performed and/or receive guidance from the COR. If deficiencies are found, the COR will ask the Contractor to provide timely, corrective action. 20. QUALITY ASSURANCE The Authority will monitor the Contractor's performance using contract deliverables. The Contractor shall report progress on this contract in the Monthly Status Report (MSR) using the description of contents for the MSR. The IPR process shows and discusses performance, progress, problems, issues and concerns on the contract in an open forum. The contract manager/Project manager is required to schedule an IPR each month of contract performance. 21. SECURITY REQUIREMENTS All Contractor personnel in performance of this contract shall obtain a WMATA Contractor badge. Badges are available at the Jackson Graham Building ID office M-F between the hours of 8:30 AM and 4:00 PM. Contractors shall be subject to a background check prior to issuing contractor badges. MTPD will provide escorts to all personnel working in the security sensitive portions of the facility. 22. TRAVEL All travel shall have prior written approval from the COR. Any travel performed without prior COR approval is unauthorized. When travel may be required, the Authority will include funds in the travel line item. During the course of performance, the CO or COR will identify any travel requirements and notify the Contractor in writing. 23. EQUIPMENT TRANSPORT AND PURCHASE Property and equipment transportation costs necessary to accomplish the tasks while traveling between sites shall normally be furnished by the Authority, however, as required and authorized by the COR, such transportation and equipment purchase costs may be paid by the Contractor and billed to the Authority. At the end of the contract, any equipment purchased on contract remains the property of the Authority 24. NON-PERSONAL SERVICE STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the Contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the performance work statement. Contractor employees will perform their duties independent of, and without supervision of, any Authority official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any Contractor employee creating or modifying policy, obligating appropriated funds, overseeing the work of Authority employees, or providing direct personal services to any Authority employee. WMATA will control access to the facility and will perform the inspection and acceptance of the completed work. 25. SPECIAL INSTRUCTIONS / CONSIDERATIONS

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

150

The Contractor agrees to enter into a written agreement with any firm whose proprietary data is used in connection with the performance of the contract, to protect all proprietary information from unauthorized disclosure or use for as long as it remains proprietary, to furnish the contracting officer with executed copies of all such agreement, and to refrain from using any proprietary information in supplying to the Authority goods or services, or for any purpose other than that for which it was intended. The Contractor agrees that any information furnished by the Authority to the Contractor not generally available to other Contractors shall be used only for performance under this contract, and all copies of such information shall be returned to the Authority upon completion of the effort. Any information furnished by the Authority containing trade secrets or commercial or financial data of other Contractors shall be treated as proprietary data. Additionally, the Contractor shall not disclose outside the Authority any information generated in the performance of this contract. 26. SAFETY REQUIREMENTS

SAFETY / ENVIRONMENTAL REQUIREMENTS

PART 1 GENERAL 1.01 SUMMARY

1) This Section specifies safety and environmental safety and security requirements for all projects directly related to the work described in the Statement of Work. Unless specifically detailed in individual task orders, the contractor shall abide by all applicable requirements of this section. 1.02 REMOVED 1.03 SAFETY REQUIREMENTS

A. The Contractor shall be responsible for ensuring compliance with the most stringent provisions of the applicable occupational safety and health statutes and regulations of the District of Columbia, State of Maryland, Commonwealth of Virginia or political subdivision in which the work is being performed, and the Department of Labor OSHA standards. In addition, the Contractor must comply with the following documents: The WMATA Construction Safety and Environmental Manual; the WMATA System Safety Program Plan; the Metrorail Safety Rules and Procedures Handbook (for contracts in which work is performed on, or interfaces with the Metrobus System or facilities); Consolidated Plan prepared by WMATA for each Bus Division and Rail Yard in order to minimize the potential for pollutant discharge to the environment; the National Institute for Occupational Safety and Health (NIOSH) guidelines; the American Conference of Governmental Industrial Hygienists (ACGIH) guidelines; the American National Standards Institute (ANSI) guidelines; and the U.S. Army Corps of Engineers Safety and Health Requirements Manual. The Contractor shall also be responsible for compliance with applicable national Fire Protection Association (NFPA) Standards 13, 14, 24, 25, 72, and 130. Further, the Contractor shall ensure that all methods of performing the work do not involve danger to the personnel employed thereon, the public, or private property, whether or not these methods are cited or indicated in the Contract documents. Should charges of violation of any of the above be issued to the Contractor in the course of the work, a copy of each charge shall be immediately forwarded to the Authority Representative.

B. The Contractor shall employ and assign to the work, Safety Superintendent(s) and a separate

certified First Aid Attendant, based on the contract need. At the site of the work, a first aid station shall be established and fully equipped to meet the needs of the anticipated work force. In no event shall work at the site be performed until the approved Safety Superintendent and First Aid Attendant are on duty at the site. The WMATA Authority Representative in coordination with WMATA Department of Safety and Environmental

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

151

Management (SAFE) will determine the needed coverage for Safety Superintendent(s) and First Aid Attendant per the following two categories:

Category I. – The Contractor shall employ and assign full-time Safety superintendant(s) and

First Aid Attendant for on-site work activities at all times. The Safety Superintendant shall have no duty other than safety supervision of persons, equipment, and property affected b contract work.

Category II. – The Safety Superintendent may be the project foreman or an employee who is on-site at all times which work is being performed, and who has the added duty of supervising the safety of persons, equipment, and property affected by contract work. The need for separate First Aid Attendant coverage will be determined by the WMATA Authority Representative.

Any selected Safety Superintendent shall have specialized training and experience in

construction safety supervision and have a thorough knowledge of all OSHA regulations. The Safety Superintendent shall have the ability to develop and conduct safety training courses. The Safety Superintendent shall be familiar with industrial hygiene equipment and testing as required for the protection of all personnel and the public. The Safety Superintendent and First Aid Attendant shall be responsible for First Aid and CPR at the site and must have current First Aid and CPR certificates. Employees expected to render First Aid or CPR must be trained in Bloodborne Pathogens in accordance with 29 CFR § 1910.1030. If, and at any time, the work site is without the services of an approved Safety Superintendent and First Aid Attendant for a period of 15 calendar days or more, the work may be closed down at the discretion of the Authority Representative. The Safety Superintendent must be acceptable to the Authority Representative and his/her performance will be reviewed and documented by the Authority Representative on a continuing basis. If the Safety Superintendent’s effectiveness is below standard, the Contractor shall provide immediate replacement at the Authority Representative’s direction. Once employed, the Safety Superintendent shall not be changes without the permission of the Authority Representative. A resume must be submitted documenting the education and experience of the individuals assigned to perform the duties of Safety Superintendent.

C. The Contractor shall submit a construction safety plan to the Authority Representative for

review by WMTA prior to commencement of work. The Contractor shall, within five days after receipt of Notice to Proceed (NTP), submit through the Authority Representative, a request for the Authority to schedule and conduct safety instructions at the earliest possible time for all Contractor Personnel who will be engaged in the performance of Contract work on or above or under the right-of-Way. The Authority will schedule and conduct for all of the Contractor’s work force, a course of instruction related to work on the Authority’s Rail Operating System. The Contractor shall not perform work at the Contract site(s) on or above or under the Right-of-Way, until all personnel of the contract work force have attended Right-of-Way training as specified and have been furnished evidence of attendance. The Contractor shall follow all applicable RAIL Operational rules: Department of Operations Administrative Procedures (OAPs), Standard Operating Procedures (SOPs), Metrorail Safety rules and Procedures Handbook, and General and Special Orders while working in the operational railroad system. For any work within Start-up limits all contractor’s personnel shall receive WMATA Start-up Lockout/Tagout training prior to commencing the work. Copies of training documents submitted to the WMATA Authority Representative, shall be forwarded to WMATA’s Department of System Safety and Environmental Management (SAFE) prior to work.

Upon completion of a project but before the start of the revenue service, system operation or

before re-starting the operation of the renovated system or facility, the Department of System Safety and Environmental Management (SAFE) in coordination with the Authority’s Representative will conduct the System Safety Certification to certify that all practical steps have been taken to optimize the operational safety and security of WMATA. The Safety and Security Certification Program will be conducted in accordance with Section 3.3.5, System

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

152

Safety Certification of the Authority’s System Safety Program Plan Attachment to the Project Manual.

D. The jurisdictional Fire Marshals prohibit the use of oxygen-acetylene welding/cutting

equipment or flammable materials anywhere in the Metrorail system during revenue hours. After each work shift, all flammable materials must be removed from the Metrorail system. The storage of hazardous and flammable materials (including such items as rags, mops, paper towels, or other combustible materials contaminated with hazardous or flammable products) on WMATA property, is restricted. Contractors, seeking to store hazardous or flammable materials on WMATA property, must request permission from the Authority Representative. It may not always be possible to grant permission to store hazardous or flammable materials on WMATA property. If permission is granted, the Contractor must store the materials in compliance with the jurisdictional codes and regulations. In addition, six copies of the material safety data sheet (MSDS) for each specific chemical and the quantity of each chemical to be stored on the site shall be provided to the Authority Representative. The Contractor shall acquire permits for use of hazardous materials as required by the jurisdictional Fire Marshal.

E. Contractors must submit MSDS’s for ALL chemicals to be used on Authority property to the

Authority Representative, along with a brief description of how and where they will be used, and if wastes will be generated. The MSDS’s will be reviewed by WMATA’s Department of System Safety and Environmental Management (SAFE) and if approved, the materials can be used in the system. If they are rejected, the Contractor must identify a substitute that will meet SARP’s criteria for approval in addition to the Authority Representative’s criteria for performance. The MSDS’s must be recent (preferably less than 3 years old) and comply with the OSHA Hazard Communication Standard 29 CFR §1910.1200. The Contractor is responsible for complying with the requirements of the MSDS’s.

F. The use of explosives for the performance of Contract work will not be permitted without

written authorization from the Authority Representative.

G. Prior to performing any work on or above or under the right-of-way, arrangements shall be made through the Authority Representative for access rights and power outage in accordance with WMATA SOP’s No. 19 and No. 33 contained in the Metrorail Safety Rules and Procedures Handbook (MSRPH) and OAPs No. 100-9 and No. 200-10. All special requests for access, single tracking, power outages, escorts, and other Authority support shall be submitted in writing through the Authority Representative to the appropriate RAIL officials.

H. For any work within Confined Spaces, the Contractor and all subcontractors shall comply with

all OSHA, state and local jurisdictional rules and regulations for confined spaces. As a minimum, the Contractor shall follow 29 CFR §1910.146 for all permit confined space work on Authority property, including construction. A detailed site specific Confined Space Program shall be submitted to WMATA for review for all work requiring entry into permit confined spaces as defined by 29 CFR §1910.146. No work shall be performed in any area considered to be a permit confined space until the Contractor’s Confined Space Program is reviewed by WMATA. Prior to the initial entry into any confined space (permit or non-permit), the Contractor shall coordinate entry with the Authority Representative and take air quality readings to establish base readings and conditions. At a minimum, oxygen, lower explosive limit, carbon monoxide, and hydrogen sulfide, shall be measured. Measurement of additional parameters may be required depending on the location of the space and potential for atmospheric hazards related to contamination or work activities. These results shall be provided to the Authority Representative for recording purposes and will determine if atmospheric hazards exist which would classify the space as a permit-required confined space. Continuous and follow-up monitoring of air quality shall meet OSHA requirements, and all subsequent results shall be provided to the Authority Representative.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

153

1. Prior to the start of any work involving non-permit or permit-required confined spaces, the Contractor shall submit to the Authority Representative the original and six paper copies and an electronic copy of the following:

a. Written Job Hazard Analysis for any work to be performed in the confined space,

including MSDS’s for chemicals to be used in the space.

b. Written Emergency Response Plan which identifies emergency responders for rescue operations.

c. Written plan for a temporary Fire Protection System for use during the term of the

Contract, which shall be subject to approval by the Authority Representative. This plan shall include provisions for Fire Protection Systems and Equipment as required by OSHA. Safety and Health Regulations for Construction 29 CFR §1926, Subpart F-fire Protection and Prevention, and applicable NFPA Standards.

d. Identification of air monitoring devices that will be used to monitor air quality at the

work site. Provide copies of most recent manufacturer calibration and all Contractor field calibration checks. As a minimum, WMATA requires field calibration checks on air monitoring instruments, each day (or shift) before use. As a minimum, the field calibration check information must include the date, time, calibration check data, and the printed name and signature of the person performing the calibration check. Where flow rate calibrations are required, an appropriate primary standard shall be utilized.

e. Documentation to show that all personnel working in or near non-permit confined

spaces are trained in Confined Space Awareness.

2. Prior to the start of any work in involving permit-required confined spaces, the Contractor shall submit to the Authority Representative a copy of the following:

a. Written Job Hazard Analysis for any work to be performed in the confined space. b. Written site specific Confined Space Program.

c. Confined space permit for applicable space. Each permit is valid for a maximum of

24 hours. (Submit to the Authority Representative at least 48 hours before entry.)

d. Written Respiratory Protection Program. e. Written Emergency Response Plan which identifies emergency responders for

rescue operations. f. Written plan for a temporary Fire Protection System for use during the term of the

Contract, which shall be subject to approval by WMATA. This plan shall include provisions for Fire Protection Systems and Equipment as required by OSHA, Safety and Health Regulations for Construction, 29 CFR §1926, Subpart F – Fire Protection and Prevention. Contract shall ensure that work activities do not adversely impact existing fire protection system(s) i.e., sprinklers, stand pipes, portable extinguisher, etc.

g. Identification of air monitoring devices that will be used to monitor air quality at the

work site. Provide copies of most recent manufacturer calibration and all Contractor field calibration checks. As a minimum, WMATA requires field calibration checks on air monitoring instruments, each day (or shift) before use. As a minimum, the field calibration check information must include the date, time, calibration check data, and the printed name and signature of the person performing the calibration check. Where flow rate calibrations are required, an appropriate primary standard shall be utilized.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

154

h. Documentation to show that all Confined Space entrants and attendants are trained

in Confined Space Entry, including hands-on-training. Documentation to show that all personnel working near the permit-required confined spaces (no entry) are trained in Confined Space Awareness.

i. Documentation to show that all personnel required to wear respiratory protection

have received respiratory protection training, have been fit tested for the respirators they are required to wear (applies to tight fitting respirators) and have been medically evaluated, to verify that they have no health problem that would interfere with their safe use of a respirator.

j. A warning sign to identify the work site as a permit-required confined space requiring

authorization to enter.

k. The Contractor is required to notify the State of Maryland at least 24 hours prior to entering permit-required confined spaces located in the state of Maryland. The Contractor will be given a log number by the State which they must provide to the Authority Representative.

I. Contractor must provide a Job Hazard Analysis prior to the start of each phase of work.

J. Work clothing consists of long pants, shirts with long or short sleeves, sturdy work boots, and

appropriate personal protective equipment. Jewelry that hangs, loose clothing or clothing with non-detachable hoods, drawstrings, or anything that can become entangled in machinery, shall not be worn on the work site, if machinery is in use on the work site. Personal protective equipment such as hard hats and footwear shall meet the requirements of 29 CFR §1910.135 and §1910.136. Athletic-type footwear shall not be worn on WMATA work sites.

K. Smoking is prohibited in the Metrorail system, at WMATA facilities, and in WMATA vehicles.

The Authority Representative, will select a designated smoking area outside the system and/or facilities and Contractor employees will be informed of its location. Contractor personnel found smoking in non-designated areas on WMATA property or in the Metrorail system will be subject to removal from WMATA property. The Contractor’s Safety Superintendent shall be responsible for ensuring compliance.

L. The OSHA standard for sanitation, 29CFR & 1910.141, shall be followed. Prior to starting

work, the Contractor shall furnish for the Contractor’s staff, necessary toilet convenience secluded from public view. They should be kept in a clean and sanitary condition and should comply with the requirements and regulations of the area in which the work is being performed. Potable drinking water shall be provided with individual cups and sanitary conditions for the water dispenser shall be maintained. A common drinking cup and other common utensils are prohibited.

M. Contractor and subcontractor employees shall cooperate with representatives of the Authority

and federal, state, and local regulatory agencies during site inspections or investigations. Inspection and investigation activities do not involve directing of Contractor’s work, but may involve interviews with Contractor and subcontractor personnel. The Department of Capital Projects Management (CAPM), Office of Environmental Services (ENSV) and Department of System Safety and Environmental Management (SAFE) will notify the Authority Representative of any operation that is not in compliance with federal, state, or local health and safety or environmental regulations or WMATA policy and procedures, and that may require the Contractor or subcontractor to stop work on a specific task or operation.

N. For any work at heights above six feet, the Contractor must submit a detailed, site-specific

Fall Protection Plan. The Contractor must comply with the most stringent OSHA requirements for Walking-Working Surfaces (29 CFR Part 1910 Subpart D), Scaffolds (29 CFR Part 1926, Subpart L), and Fall Protection (29 CFR Part 1926, Subpart M).

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

155

O. The Contractor and all subcontractors shall comply with 29 CFR §1910.95, Occupational

Noise Exposure for all work on Authority property, including construction. This standard requires that employees exposed to continuous noise in excess of the OSHA Action Level, participate in a Hearing Conservation Program. Instruments used for noise measurements must be appropriate for the type of noise being measured (impact/impulse or continuous).

P. If the work involves removal of paints or coatings, the Contractor must test the paint or

coatings to determine if they contain heavy metals such as lead that require special handling and disposal considerations. As a minimum, testing should be conducted for the eight Resource Conversation and Recovery Act (RCRA) of 1976 and amendments metals (arsenic, barium, cadmium, chromium, lead, mercury, silver, and selenium). If any of these are present, the components will require special handling and disposal to prevent exposure to workers, patrons, the community, and the environment. Laboratories conducting the analysis for these metals must have the appropriate accreditations from the American Industrial Hygiene Association (AIHA).

The Contractor and/or subcontractor performing lead-based paint abatement, removal, or

control, must have all licenses and accreditation required by the jurisdiction in which the work is performed. Jurisdictions that do not have their own state lead plans fall under the auspices of the Environmental Protection Agency (EPA). The Contractor’s and subcontractor’s employees are required to have medical monitoring to meet the requirements of 29 CFR 1910.1025 and 1926.62. As a minimum, medical monitoring shall consist of biological monitoring for lead and zinc protoporphyrin and shall include a physician’s medical determination. As a minimum, biological monitoring shall be conducted immediately prior to working on a WMATA property where the employee may be exposed to lead, and immediately upon completion of this work. The Contractor and subcontractor employees shall receive training for lead workers and supervisors as required by the jurisdictional regulations. Documentation shall be provided to the Authority Representative prior to commencement of work. All documentation shall be authentic and verifiable. All materials must be handled and disposed of in compliance with the jurisdictional regulations. MSDS’s for replacement paints/coatings must be reviewed by WMATA prior to use on WMATA property.

Q. If the work involves removal of insulation, flooring, cove base, mastic, ceiling tile, roofing

materials, or any other material that is suspected of containing asbestos, the Contractor must have the materials sampled and analyzed to determine if they contain asbestos. All sampling for asbestos must be conducted by properly trained and qualified personnel. If the Contractor and/or subcontractor will be handling or removing asbestos-containing materials, the Contractor and/or subcontractor must have all licenses and accreditations required by the jurisdiction in which the work is performed. The Contractor’s and subcontractor’s employees are required to have medical monitoring to meet the requirements of 29 CFR 1910.1001 and 1926.1101. The Contractor and subcontractor employees shall receive training for asbestos workers and supervisors, as required by the jurisdictional regulations. Documentation shall be provided to the Authority Representative prior to commencement of work. All documentation shall be authentic and verifiable. All materials must be handled and disposed of in compliance with the jurisdictional regulations. All replacement materials shall be free of asbestos.

Contractors shall follow the WMATA Technical Specifications for Asbestos Removal, if

applicable. R. If the work involves mold remediation, the Contractor performing the mold remediation work

shall have at least three years experience in the area of mold remediation and be able to provide at least three references for mold remediation projects of a size similar to or larger than the area requiring remediation. At WMATA’s discretion, experience performing asbestos abatement might also be considered.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

156

The Project Safety Superintendent must remain on site at all times. This individual shall have a minimum of three years supervising mold remediation projects of a size similar to or larger than the area requiring remediation and be able to provide at least three professional references and a detailed resume. At WMATA’s discretion, experience performing asbestos abatement might also be considered.

The contractor personnel performing the mold remediation work shall have training in mold

remediation and the associated hazards and a minimum of one year of experience performing mold remediation. At WMATA’s discretion, experience performing asbestos abatement might also be considered.

All personnel working in the containment during mold remediation shall be trained in the use

of respiratory protection, possess a medical clearance for respirator use and shall be fit tested for the respirator they use.

S. Contractor and subcontractor employees shall not be exposed to asphalt fumes in excess of

the National Institute for Occupational Safety and Health (NIOSH) recommended exposure limit or the ACGIH threshold limit value. NIOSH provides recommendations for control of asphalt fumes.

T. Work that generates visible dust requires submission of a Dust and Debris Control Plan to

prevent exposure of employees, patrons, and the community to dust including crystalline silica dust. Fugitive dust must be controlled in accordance with 20 DCMR 605, COMAR 26.11.06.03, and 9 VAC 5-50-80. Methods of control include, but are not limited to, encapsulation, wetting, and the addition of flocculating agents if substantial dust is generated onsite. If dust cannot be controlled, submit Respiratory Protection Program in compliance with 29 CFR §1926.103 or 29 CFR §1910.134, and be prepared to submit evidence of air monitoring, training documentation, medical clearance for respirator use, and respirator fit tests for tight-fitting respirators. Contractor must provide a positive control of dust while working on site.

U. The Contractor shall ensure that the level of exhaust emissions from equipment such as air

compressors and generators, are within acceptable limits to comply with clean air regulations and that workers are not exposed to exhaust fumes or gases (carbon monoxide, sulfur dioxide, nitrogen oxides, hydrogen sulfide, aldehydes) in excess of the most stringent of occupational exposure limits.

V. The Contractor shall submit a Waste Water Discharge Plan that describes how the Contractor will treat and release wastewater generated by activities at the work site, for all work that generates wastewater. Contractor shall also comply with Consolidated Plan prepared by WMATA for Bus Divisions and Rail Yards as applicable.

W. For abrasive blasting activities the Contract must submit MSDS’s for abrasives to the

Authority Representative prior to abrasive blasting activities. Only abrasives containing less than 1 percent crystalline silica shall be used for abrasive blasting.

X. For Hot Work activities, the Contractor and subcontractors shall provide documentation on

certification for personnel who perform welding on WMATA property. Ventilation in accordance with OSHA regulations shall be provided for hot work such as welding, cutting, or brazing. All welding work be performed in accordance with SOHA 29 CFR 1926 Sub part J.

Y. At the work site, a First Aid Kit shall be provided and fully equipped to meet the needs of the

anticipated work force. Employees expected to render First Aid or CPR must have the proper current certifications and be trained in Bloodborne Pathogens in accordance with 29 CFR §1910.1030.

Z. The Contractor shall be responsible for all subcontractors, suppliers and other persons

working under its direction, to comply with all requirements as noted above and herein, and

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

157

shall disseminate these requirements to those personnel. Contractors and subcontractors shall ensure that their personnel complete safety training by WMATA on the rules and procedures for working on the Right-Of-Way before starting such work.

1. Work that impacts the third rail requires red tag outage and Site Specific Work Plans

(SSWP) which take about 90 days to get approved.

2. For electrical work switch orders for Lock-Out Tag-Out require a 6-8 week lead time.

3. Work in the right-of-way requires Right-of-Way (ROW) training. Work in buildings will not

require ROW training. These are general conditions, exceptions do apply. (For example,

some parking lot areas will not require ROW training.)

4. No cell phone usage is allowed on yard, except in designated areas. This also applies to

persons driving and walking.

5. In S&I shops, stinger systems supply 750V to provide movements of trains. Stinger

systems and train contact shoes are considered energized at all times.

6. Be aware of overhead crane system movement at all times.

7. WMATA restrooms will not be used by contractors. (Restroom capacity is already

exceeded at this time.)

8. A WMATA escort is required for contractors to enter the yards.

9. An evacuation plan must be posted at work site.

AA. The Contractor shall immediately report all accidents and incidents (including near misses) that occur during the performance of the work to the Authority Representative.

BB. Work shall not be performed in any area in use by the public, unless specifically required by

the Contract or directed in writing by the Authority Representative. The Contractor shall give at least 48 hours notice to the Authority Representative before beginning such work.

CC. In cases where the movement of motorized equipment is necessary, flag persons shall be

provided to warn and direct personnel and patrons away from the area of travel. Flag persons must be certified as trained in proper flagging techniques and Contractor employees involved in traffic control and devices must be certified as trained in traffic management as required by the State or local jurisdiction. Certification must be documented. The Authority Representative shall be notified before using heavy equipment in or near stations and their entrances, building entrances, bus bays, sidewalks, etc. Under no circumstances shall motorized equipment be left unattended with the motor idling. Always remove keys from motorized equipment not in use. Provide proper blocks as necessary to prevent running away of any equipment.

DD. When it is necessary to maintain use of work areas involving stations, sidewalks, elevators,

platforms, bus shelters, vehicular roadways, building entrances, corridors, etc., the Contractor shall protect the area with guardrails, substantial barricades, temporary fences, overhead protection, and temporary partitions as deemed necessary by the Authority Representative. Under no circumstances will yellow or orange tape strung between barricades, or the like, be acceptable as a substantial barricade. Open manholes, access openings or other breaks in the normal walking surface shall be isolated, from personnel and the public, using barricades.

EE. Sidewalks, entrances, platforms, mezzanines or any other location where personnel or the

public traverses, shall always be kept clear of obstruction, tools, ladders, work debris, excavation materials, etc. When necessary, temporary sidewalks or pathways shall be provided for pedestrian traffic. Temporary sidewalks or pathways shall be free of tripping hazards and protected by proper guardrails and barricades. Temporary means of egress and access shall be marked for easy recognition. If work is required above sidewalks or pathways, substantial overhead protection shall be provided. Protected walkways shall be approved by the Authority Representative.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

158

FF. Appropriate warning signs and instructional safety signs shall be conspicuously posted in all

areas involving construction activities. Work involving electrical systems or equipment in or near the area to which personnel or the public have access shall be isolated using barricades, partitions, etc. Exposed, live circuits shall not be left accessible to personnel or the public or left dangling overhead. Before completion of the work, the Contractor shall:

1. Ensure that all wiring is insulated and properly positioned.

2. Verify grounding, bonding, or both, of all metallic conduit, wiring or electrical equipment

that is in the areas of contractual effort, and to which the public can make contact.

3. Notify the Authority Representative immediately in those instances where verification cannot be made.

4. Ensure that personnel working near the platform edge, or in the Right-of-Way, wear

reflective safety vests with the tear-away feature, to identify them to passing trains, as directed by the Authority Right-of-Way safety training required in this Section. The safety vests shall comply with the ANSI/ISEA 107-1999 guideline entitled American National Standard for High-Visibility Safety Apparel. All of the Contractor’s personnel are required to attend safety training provided by WMATA before starting work near the platform edge or in the Right-of-Way.

GG. Use of Cranes and Derricks:

1. General Safety Requirements. Comply with the following:

(a) 29 CFR §1910.180 through §1910.189.

(b) 29 CFR §1926.550 through §1926.556

(c) U.S. Army Corps of Engineers, Safety Manual EM-385-1-1.

2. No part of any Crane or Derrick Boom shall swing over WMATA patrons, tracks or

stations without an Authority Representative-approved shield, or an Authority Representative-approved procedure.

3. Placement of Crane or Derrick shall be coordinated with the Authority Representative.

4. Rights for use of the Crane or Derrick affecting Metrorail Operations are granted through

SOP’s No. 19 and 33 of the Metrorail Safety Rules and Procedures Handbook.

5. A supervisory or a red tag power outage is required. Exceptions may be granted on an individual basis after a review and approval by the Authority.

6. Hardhat requirements are enforced.

7. “Swing Stop” requirements may be instituted based on the hazards involved.

8. Use of Cranes and Derricks over common corridor railroads and highways is under the

rules of the affected common corridor railroad or highway owner.

HH. All jobsite visits for visitors and tours shall be coordinated through the Authority Representative in accordance with the appropriate WMATA Construction Safety and Environmental.

1.04 ENVIRONMENTAL SAFETY REQUIREMENTS

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

159

A. The Contractor and subcontractors shall be responsible for complying with the most stringent of federal, state, or local environmental regulations for air, water, land, and waste in order to maintain the safety and health of employees, WMATA patrons, and the community.

B. If the work task requires specialized licenses for example “lead or asbestos abatement

contractor’s license”, Contractor and subcontractors shall be required to show evidence of such registration, prior to commencement of work. If the work requires specialized training, for example lead or asbestos training, Contractor and subcontractors shall be required to show evidence that their employees have received such training, prior to commencement of work.

C. If the work requires transportation of hazardous materials or hazardous substances,

Contractor and subcontractors are required to provide evidence of Department of Transportation General Awareness Driver’s Training in compliance with 49 CFR §172 and Commercial Driver’s License in compliance with 49 CFR §390-397, prior to commencement of work.

D. All hazardous materials and hazardous substances, must be stored in “Performance Oriented

Packaging” in compliance with 49 CFR §178, Subpart L.

E. If the work requires disposal of hazardous wastes, disposal must be to a Treatment/Storage/Disposal facility with a Part B Permit and the waste hauler must have a state or local license and U.S. EPA identification number. The Contractor and subcontractors shall be required to provide evidence of all applicable licenses and permits along with the name and address of the waste disposal facility where hazardous waste materials are to be disposed, prior to commencement of work.

F. If the work involves response to spills of hazardous materials, hazardous substances or

hazardous wastes, the Contractor or subcontractor personnel shall have appropriate training that complies with 29 CFR §1910.120.

1.05 SUBMITTALS

A. On-site work activities shall not begin until the appropriate submittals are provided to WMATA by the prime Contractor and the Subcontractor performing the work shall submit, but not limited to, the following documentation:

1. Job Hazard Analysis (prior to each phase of work). 2. Site-specific Emergency Response Plan.

3. Site-specific Temporary Fire Protection System Plan. 4. Documentation of Safety Superintendent’s experience in construction safety. 5. Experience Modification Rating for the last 2 years. 6. Accident/illness rates for lost time accidents/illnesses over the last 2 years. 7. Record of federal, state, or local violations of environmental and occupational safety and

health regulations for the last 2 years.

8. Organizational Health and Safety Program including OSHA required programs applicable to the work and site. For work and sites not addressed in the original Organizational Health and Safety Program, addenda may be added when the work and sites are identified, however, the addenda must be submitted to the Authority Representative for review and approval by WMATA prior to the commencement of specified work.

9. Site-specific Waste Water Discharge Plan (if wastewater is generated).

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

160

10. Site-specific Pollution Control Program.

11. Site-specific Dust and Debris Control Plan.

12. Bloodborne Pathogens Exposure Control Plan.

13. Hearing Conservation Program if employees are exposed to continuous noise in excess

of the OSHA Action Level.

14. Respiratory Protection Program if employees are exposed to dust (including crystalline silica) or other toxic atmospheres in excess of the OSHA permissible exposure limits. If a respiratory program is required, the Contractor also must provide documentation of training, medical clearance for respirator use and respirator fit testing.

.. 15. Hot Work Program.

16. Lockout Tagout Program.

17. Site-specific Confined Space Program. 18. Documentation of applicable training, licenses, certifications, including First Aid and CPR

certificates and Bloodborne Pathogens training. 19. Identity of all materials or chemicals the Contractor will use on Authority property

(including welding rods), material safety data sheets (MSDS’s) for these products, and a brief explanation of how they will be used and if any wastes will be generated.

20. Identity of equipment that may generate toxic atmospheres such as gasoline or diesel-

powered generators, welding and cutting equipment.

21. Documentation of licenses and certificates required for lead or asbestos abatement or other work requiring licensing or certification such as welding.

22 Certificates of Insurance, including pollution liability coverage, endorsed to WMATA is

required for Contractor or subcontractors performing work involving hazardous materials, hazardous substances, hazardous wastes, or contaminated soil or water.

23. Results of sampling (paint, soil, water, air or other materials) required for determining pre-

work conditions and the presence of existing contamination and/or other hazards. 24. Baseline biological monitoring for lead exposure (within the month prior to work on

WMATA property that may involve exposure to lead). 25. Notification of medical surveillance results that exceed action levels for all Contractor and

Subcontractor employees working on this project. 26. Notification of all medical removals or restricted duty assignments of Contractor and

Subcontractor employees working on this project. 27. Periodic noise monitoring, air monitoring, personal exposure data, equipment emissions,

and breathing air quality, as applicable. 28. Records of daily field calibration checks for monitoring equipment. 29. Results of laboratory analysis for any additional sampling (paint, soil, water, air, or other

materials) conducted during the project.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

161

SARP will request the following documentation be submitted by the Contractor upon completion of work:

30. Results of laboratory analysis for any sampling (paint, soil, water, air, or other materials)

collected after completion of activities at each site. 31. Documentation of final medical surveillance results. The samples are to be collected

upon completion of work on this project and before employees start work on any other projects.

B. Hazardous Materials Submittals

The following documentation shall be provided to WMATA prior to transport or disposal of hazardous materials or substances:

1. Documentation of licenses, certificates, and U.S. EPA identification numbers required for

transportation of hazardous materials, hazardous substances, or hazardous wastes. 2. Documentation of licenses, permits, and certificates required for disposal of hazardous

wastes including the name and address of the waste disposal facility where hazardous waste materials are to be disposed.

Before the waste is shipped off site, WMATA must review the final (toxicity characteristic leachate procedure) TCLP results for waste materials, the profile of the waste being sent to the Treatment/Storage/Disposal facility, and the hazardous waste manifest.

The following documentation shall be provided to WMATA after disposal of hazardous materials or substances:

1. Copies of Certificate of Disposal from the Treatment/Storage/Disposal facility.

26.1 SAFETY SECURITY CERTIFICATION

Task Orders issued for the upgrade of the fire alarm system will be subject to Safety Security Certification process. This section is provided to specify the process used to certify that the equipment and system supplied to WMATA under the terms of the specific task order complies with the specified safety security requirements. 26.1.1 CERTIFIABLE ITEMS LIST (CIL)

The contractor shall coordinate with the WMATA project manager or his designated representative to prepare and submit for WMATA review and approval a Certifiable Items List for the Safety and Security Certification of the supplied system. 23.1.2 GENERAL This section is provided to specify the process used to certify that the equipment and system supplied to WMATA under this contract complies with the specified safety and security requirements. The purpose of the WMATA Safety & Security Certification Program is to ensure that the design, construction, fabrication, installation, testing, and commissioning of all safety critical facility and system elements have been evaluated for compliance with the safety and security requirements, including applicable codes and standards, and to verify their readiness for operational use.

The objective is to achieve an acceptable level of safety and security risk through a systematic approach to safety hazard and security vulnerability management through adherence with the design

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

162

criteria adherence, compliance with the technical specifications, and testing and commissioning verification.

23.1.3 SAFETY AND SECURITY CERTIFICATION PROCESS REQUIREMENTS

The Contractor shall participate in the WMATA Safety & Security Certification Program throughout the duration of the Contract. At a minimum, the Contractor shall:

Participate in working groups with WMATA Safety, Security, and Project staff, whose purpose will be to review the certification status of the items on the Certifiable Items List (CIL)

Update the CIL provided to the Contractor for this Contract, as required

Demonstrate that the final design complies with the identified safety and security requirements for those items on the CIL

Demonstrate that the construction, fabrication, and installation complies with the safety and security requirements for those items on the CIL

Conduct tests and inspections to demonstrate compliance with the safety and security requirements for those items on the CIL.

Maintain a document management system that enables retrieval of verification documentation that demonstrates compliance with the safety and security requirements in designs, construction, fabrication, installation, and testing for each Certifiable Item on the Certifiable Items List. Verification documentation may consist of design drawings, analysis or calculation sheets, fabrication approvals, inspections, test results, certificates, or other supporting documents.

Complete the Design, Construction/Installation, and Testing sections on the WMATA Safety & Security Certification Compliance Checklist, as compliance with the requirements listed on the Compliance Checklist is achieved.

Cooperate in providing the required verification documentation to WMATA

Assign a Certification Program representative to manage and oversee compliance with the above WMATA Safety and Security Certification Program requirements

23.1.4 CERTIFICATION PROGRAM REPRESENTATIVE: The Contractor shall appoint a Certification Program Representative to lead and coordinate the certification process. 23.1. CERTIFICATION RELATED DOCUMENTS

WMATA Safety & Security Certification Program Plan

Certifiable Items List (CIL)

WMATA Safety & Security Certification Compliance Checklist Template

Federal Transit Administration (FTA) Handbook of Transit Safety & Security Certification 24 NON-COMPLIANCE Memorandum For Record (MFR) – If the COTR/QAP finds that the Contractor has deviated from established standards, but the deviation has little bearing on the service provided; the COTR/QAP will document the finding in a MFR. However, if the COTR/QAP repeatedly identifies the same minor finding, it may be an indication that a major finding is occurring because the Contractor has not taken proper steps to prevent recurrence.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

163

Contract Discrepancy Report (CDR) - When the Contractor fails to meet contract performance requirements, the QAP, CA, or CO may prepare a CDR. This report is forwarded to the CO for review, and subsequently processed through the Contractor for action/explanation before being returned to the CO. Upon receipt, the CO will review the response and determine whether to accept the Contractor's position, determine corrective action (reduction in the monthly payment due to unacceptable performance, cure notice, show cause, etc.), or take other appropriate contractual action. The Authority reserves the right to make a partial payment for services performed prior to receipt and evaluation of the Contractor's response to a CDR. 25 DAVIS BACON WAGE DETERMINATION The Contractor is required to pay the prevailing wage rates in the locations work is actually performed. Wage determinations are incorporated in this contract for Washington DC and will be updated annually at option renewal and are in provided. No further price adjustments will be made as a result of the incorporation of a new or revised wage determination at the exercise of an option. Davis-Bacon wage determinations reflecting specific geographic areas and types of construction (residential, building, highway, heavy and dredging) may be obtained from www.wdol.gov. Any questions regarding the applicable wage determination shall be directed to the Contracting Officer.

END OF STATEMENT OF WORK

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP-FQ12217

164

APPENDIX B

ATTACHMENT A

NOTICE OF REQUIREMENTS FOR

DISADVANTAGED BUSINESS ENTERPRISE (DBE)

March 2012

~Applies only if bid/proposal price is $500,000 or more for a construction contract or $100,000 or more for a supply and service contract.

166

~ APPENDIX B DISADVANTAGED BUSINESS ENTERPRISE (DBE)

1. DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENT:

A. The DBE requirements of the Authority’s DBE Program Plan apply to this contract. Accordingly, the Contractor shall carry out the requirements of the Authority’s DBE Program Plan and this Appendix in the award and administration of this U.S. Department of Transportation (US DOT) assisted contract. 2. POLICY:

A. It is the policy of the Authority (WMATA), the Federal Transit Administration (FTA) and the US DOT that Disadvantaged Business Enterprises (DBEs) shall compete fairly to receive and participate in performing federally assisted contracts, including contracts and subcontracts at any tier. It is further the policy of the Authority, the FTA and the US DOT that its prime contractors establish procedures to ensure the timely payment of amounts due pursuant to the terms of their subcontracts. The Contractor hereby agrees to carry out this policy in the award and administration of subcontracts to the fullest extent possible consistent with efficient Contract performance. 3. CONTRACT GOAL:

A. If the bidder/proposer is not a DBE, the bidder/proposer agrees that the DBE goal for this Contract shall be met by subcontractors or by joint ventures with DBEs. The goal set forth for this Contract is 21 % of the final Contract price, including amendment and modification. The amount of DBE participation will be determined by the dollar value of the work performed and/or supplies furnished by DBE firms as compared to the total value of all work performed and/or supplies furnished under this Contract. The Contractor shall have met this goal if the Contractor’s DBE participation meets or exceeds this goal.

B. In cases where work is added to the Contract by modification such that additional DBE participation is necessary to meet this goal, the Contractor shall increase the participation of one or more firms listed on the “Schedule of DBE Participation” or submit additional DBE certified firms to meet the goal. In cases where work is deleted from the Contract, the goal shall be applicable to the new Contract amount. The Contractor shall be permitted to meet the goal by revising its DBE participation, provided, however, that the revision shall not result in DBE participation that is less than the original goal. 4. DEFINITIONS:

A. Appendix B. The Notice of Requirements for Disadvantaged Business Enterprise, which when attached to a solicitation, implements the DBE requirements of the Authority’s DBE Program

167

Plan in the award and administration of federally funded Authority contracts. B. Certified DBE. means a for-profit small business concern (a) that is at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged or, in the case of a corporation, in which 51 percent of the stock is owned by one or more such individuals; (b) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it; and (c) whose eligibility is evidenced by a current WMATA Certification letter, a D.C. Department of Transportation Certification letter, or a certification letter issued by the Metropolitan Washington Unified Certification Program (MWUCP).

C. Contractor. One who participates, through a contract or subcontract (at any tier), in a US DOT assisted highway, transit or airport program.

D. DC DOT. The District of Columbia Department of Transportation. F. Good Faith Efforts. Efforts to achieve a DBE goal or other requirements of the Authority’s

DBE Program Plan which by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the goal program requirement.

G. Joint Venture. An association of a DBE firm and one or more other firms to carry out a single, for-profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the contract and shares in the capital contribution, control, management, risks, and profits of the joint venture commensurate with its ownership interest.

H. Metropolitan Washington Unified Certification Program (MWUCP). A unified certification program mandated by 49 CFR §26.81 between two federal transit recipients (WMATA and the D.C. Department of Transportation). The agreement became effective January 2005.

I. Pre-certification. A requirement under 49 CFR §26.81(c) that all certifications by the MWUCP be made final before the due date for bids or offers on a contract on which a firm seeks to participate as a DBE.

J. Race-conscious. A measure or program that is focused specifically on assisting only DBEs,

including women-owned DBEs.

K. Race-neutral. A measure or program that is, or can be, used to assist all small businesses. For the purposes of the DBE program, race-neutral includes gender-neutrality.

L. Small Business Concern. With respect to firms seeking to participate as DBE's in US DOT assisted contracts, a small business concern as defined pursuant to Section 3 of the Small Business Act and Small Business Administration implementing regulations (13 CFR Part 121) that also does not exceed the cap on average annual gross receipts specified in 49 CFR Part 26.65(b).

M. Socially and Economically Disadvantaged Individual. Any individual who is a citizen (or other

168

lawfully admitted permanent resident) of the United States and who the Authority finds to be a socially and economically disadvantaged individual on a case-by-case basis, and any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged.

(1) Black Americans, which includes persons having origins in

any of the Black racial groups of Africa;

(2) Hispanic Americans, which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race;

(3) Native Americans, which includes persons who are American Indians,

Eskimos, Aleuts, or Native Hawaiians;

(4) Asian-Pacific Americans, which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the North Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong;

(5) Subcontinent Asian Americans, which includes persons whose origins are

from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka;

(6) Women; and

(7) Any additional groups whose members are designated as socially and

economically disadvantaged by the SBA, at such time as the SBA designation becomes effective.

N. US DOT Assisted Contract. Any contract between the Authority and a contractor (at any tier)

funded in whole or in part with US DOT financial assistance, including letters of credit or loan guarantees.

O. Unified Certification Program (UCP). The program mandated by 49 CFR Part 26.81(a), which requires all U. S. DOT recipients of federal financial assistance to participate in a statewide certification program by March 2002.

P. WMATA. Washington Metropolitan Area Transit Authority, the transit system (rail and bus) serving the metropolitan Washington area, including parts of Virginia and Maryland. 5. HOW DBE PARTICIPATION IS COUNTED TOWARDS THE CONTRACT GOAL:

DBE participation shall be counted towards meeting the DBE goal in accordance with the following:

169

A. When a DBE participates in a contract, only the value of the work actually performed by the

DBE is counted towards the DBE goal.

(1) This amount includes the entire amount of that portion of a construction contract that is performed by the DBE’s own forces. This amount includes the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate).

(2) This amount includes the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance specifically required for the performance of the contract, towards the DBE goal, provided the fee is reasonable and not excessive as compared with fees customarily allowed for similar services.

(3) When a DBE subcontracts part of its work under the contract to another

firm, the value of the subcontract work may be counted towards the DBE goal only if the DBE’s subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count towards the DBE goal.

B. When a DBE performs as a participant in a joint venture, the portion of the total dollar value of

the contract equal to the distinct, clearly defined portion of the work of the contract that a DBE performs with its own forces towards the DBE goal may be counted. C. Expenditures to a DBE contractor towards the DBE goal may be counted only if the DBE is performing a commercially useful function on that contract.

(1) A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, the Authority will consider the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors.

(2) A DBE does not perform a commercially useful function if its role is limited

to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation.

170

(3) If a DBE does not perform or exercise responsibility for at least 30

percent of the total cost of its contract with its own work force, or if the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work, the Authority will presume that the DBE is not performing a commercially useful function.

D. The following factors will be used by the Authority in determining whether a DBE trucking

company is performing a commercial useful function:

(1) The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goal.

(2) The DBE must itself own and operate at least one fully licensed, insured

and operational truck used on the contract. (3) The DBE receives credit for the total value of the

transportation services it provides on the contract using trucks it owns, insures, and operates using drivers, it employs.

(3) The DBE may lease trucks from another DBE firm, including an owner-

operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract.

(5) The DBE may also lease trucks from a non-DBE firm, including an owner-operator. The DBE who leases trucks from a non-DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE.

(6) The lease must indicate that the DBE has exclusive use of and control

over the truck. This does not preclude the leased truck from working for others during the terms of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE.

E. The following factors will be used to count expenditures with DBEs for materials or supplies

towards the DBE goal:

(1) If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of the materials or supplies will be counted towards the DBE goal. A manufacturer is a firm that operates or maintains a

171

factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the contract.

(2) If the materials or supplies are purchased from a DBE regular dealer, 60

percent of the cost of the materials or supplies will be counted towards the DBE goal. A regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating, or maintaining a place of business as provided in this paragraph if this person both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by long-term lease agreement and not on an ad hoc or contract-by-contract basis. Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph.

(3) With respect to materials or supplies purchased from a DBE which is

neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials and supplies required on a job site, may be counted towards the DBE goal, provided the fees are reasonable and are not excessive as compared with fees customarily allowed for similar services. The cost of the materials and supplies themselves may not be counted towards the DBE goal.

F. All DBE firms must be pre-certified. Participation by a firm that is not currently certified as a

DBE by the Authority at the time of the due date for bids or offers on a contract, does not count towards the DBE goal. All DBE firms must be in compliance with 49 CFR, Part 26.

G. The dollar value of work performed under the contract by a firm who has been decertified as a DBE by the MWUCP does not count towards the DBE goal.

H. The participation of a DBE subcontractor does not count towards the Contractor’s DBE goal until the amount being counted towards the goal has been paid to the DBE.

6. BID AND PROPOSAL REQUIREMENTS (WITH THE BID/PROPOSAL):

The bidder/proposer shall submit the following with its bid/proposal. Any bidder/proposer who fails to complete and return this information with its bid/proposal

172

shall be deemed to be not responsive and may be ineligible for contract award. Bidders/proposers that fail to meet the DBE goal above and fail to demonstrate “good faith efforts” to justify waiver of the DBE goal (see paragraph 6.C. below) shall be deemed to be not responsible and will be ineligible for Contract award.

A. Completed “Schedule of DBE Participation” (Attachment B-1) sufficient to meet the above goal. If the bidder/proposer is a DBE firm and intends to satisfy the appropriate DBE requirement with its own firm, it must indicate in the Schedule the area of work and percentage it will perform to satisfy the goal. All bidder/proposers must attach current WMATA, DC DOT or MWUCP certification letters for each DBE listed on the Schedule.

B. Executed “Letters of Intent to Perform as a Subcontractor/Joint Venture” (Attachment B-2). If

the bidder/proposer is not a DBE or intends to satisfy the requirements through other DBE firms, then it must attach these letters from each certified DBE listed on the Schedule.

C. Justification for grant of relief (Appendix B waiver of DBE goal). If in the submittal of its bid/proposal, the bidder/proposer fails to meet the DBE goal above, the bidder/proposer has the burden of furnishing sufficient documentation with its bid/proposal of its “good faith efforts” to justify a grant of relief (waiver) from the goal or portion of the goal. Such justification shall be in the form of a detailed report. The following is a list of actions which shall be considered as part of the bidder’s/proposer’s good faith efforts to obtain DBE participation. This list is neither a mandatory checklist nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases:

(1) Soliciting through all reasonable and available means (e.g. attendance at pre-bid/proposal meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The bidder/proposer must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The bidder/proposer must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations.

(2) Selecting portions of the work to be performed by DBEs in order to

increase the likelihood that the DBE goal will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces.

(3) Providing interested DBEs with adequate information about the plans,

specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation.

(4) (a) Negotiating in good faith with interested

DBEs. It is the bidder’s/proposer’s responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate

173

DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. “DBE Unavailability Certifications” (Attachment B-3) shall be completed as appropriate.

(b) A bidder/proposer using good business judgment would consider

a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as the contract goal into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder’s/proposer’s failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder/proposer of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable.

(5) Not rejecting DBEs as being unqualified without sound reasons based on

a thorough investigation of their capabilities. The contractor’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids/proposals in the contractor’s efforts to meet the project goal.

(6) Making efforts to assist interested DBEs in obtaining bonding, lines of

credit, or insurance as required by the recipient or contractor.

(7) Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services.

(8) Effectively using the services of available minority/women community

organizations; minority/women contractors’ groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs.

7. BID AND PROPOSAL REQUIREMENTS (APPARENT SUCCESSFUL

BIDDER/PROPOSER):

The bidder/proposer shall submit the following items within ten (10) calendar days after notification that they are the apparent successful bidder/proposer:

174

A. A copy of a current WMATA, D.C. DOT or MWUCP certification letter(s) shall be attached to the

DBE Schedule of Participation to evidence DBE pre-certification.

B. DBE Manufacturer’s Affidavit, if applicable, must be submitted in order to receive 100 percent of the allowable credit for expenditures to DBE manufacturers/suppliers (Attachment B-4). By submission of this Affidavit, the bidder/proposer certifies this it is satisfied that the manufacturer meets the requirements of 49 CFR Part 26.

C. Schedule B Information for Determining Joint Venture Eligibility, if applicable (Attachment B-5, pgs. 1, 2, 3, 4). Submittal shall be signed by all parties, dated and notarized.

D. Copy of Joint Venture Agreement, if applicable. Submittal shall be signed by all parties, dated and notarized.

E. Certification letter of the DBE regular dealer/supplier, if applicable. If the bidder/proposer wants to receive the maximum allowable credit of its expenditures for material(s) or supplies required under this Contract, from DBE regular dealers/suppliers, the DBE must submit a signed and notarized statement on their letterhead, that they are a regular dealer of the material(s) or supplies. By submission of this statement, the bidder/proposer certifies that it is satisfied that the subcontractor is a regular dealer/supplier that meets the requirements of 49 CFR Part 26.

F. For Design-Build contracts, if a DBE goal is specified in Section 00872, DBE GOAL

REQUIREMENTS, the proposer shall submit with its initial Price Proposal a list of DBE-certified firms that it intends to enter into subcontract agreements with for this Contract. If no goal is specified in Section 00872 of the solicitation and the proposer still intends to utilize DBEs in the performance of this Contract, the proposer shall submit with its initial Price Proposal a list of those DBE-certified firms. The documentation requirements of Section 00453 of the solicitation shall be completed and submitted at the time set forth for the submittal of Best and Final Offer (BAFO) to the Authority for any Contract in which a DBE goal is applicable or for any Contract in which there was no goal established, but the proposer identified DBE-certified firms that it intends to enter into subcontract agreements with in its initial Price Proposal. Any proposer who fails to complete and return the following information, if applicable, with their BAFO Price Proposal may be deemed to be not responsible and may be ineligible for contract award. Proposers that fail to meet the DBE goal, if any, specified in Section 00872 and fail to demonstrate a good faith effort and to justify waiver of the DBE goal may be deemed to be not responsible and may be ineligible for contract award. 8. CONTRACT ADMINISTRATION REQUIREMENTS:

The following requirements apply after contract award:

A. The Contractor shall include the following provision in the General Provisions of each subcontract it awards in support of the DBE goal: “The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT assisted contracts. Failure by the contractor

175

to carry out these requirements is a material breach of this contract, which may result in termination of this contract or such other remedy as the Buyer deems appropriate.”

B. (1) The Contractor shall monitor the performance of, collect and report data on DBE participation to the WMATA’s DBE office on the attached “Prompt Payment Report-Prime Contractor’s Report” (Attachment B-6) which shall be submitted monthly with each payment request. Failure to submit these reports may result in suspension of contract payments. The Contractor shall certify with each payment request that payment has been or will be made to all subcontractors due payment, within ten (10) days after receipt of payment from the Authority for work by that subcontractor. The Contractor shall inform the COR or COTR, with their payment request, of any situation in which scheduled subcontractor payments have not been made and the reason therefore.

(2) The Contractor shall require each sub-contractor to complete and forward to the DBE

Liaison Officer on a monthly basis a “Prompt Payment Report-Subcontractor’s Report” (Attachment B-7). The sub-contractor shall certify that payment has been received.

C. The Contractor shall have a continuing obligation to maintain a schedule for participation by DBE contractor(s) to meet its goal set forth above in this Appendix. The Contractor shall not have work performed nor the materials or supplies furnished by any individual or firm other than those named in the “Schedule of DBE Participation.” If at any time, the Contractor believes or has reason to believe that it needs to obtain a substitute for a DBE contractor named in the “Schedule of DBE Participation”, the Contractor shall, within ten (10) days, notify the contracting officer and the DBE office of that fact in writing. Situations which may warrant substitution for a DBE firm include, but are not limited to the following:

(1) Evidence of change in ownership or circumstances regarding the firm’s status as a DBE.

(2) Death or physical disability, if the named subcontractor or DBE partner of

the joint venture is an individual.

(3) Dissolution, if a corporation or partnership.

(4) Bankruptcy of the subcontractor, subject to applicable bankruptcy law, and only instances where the bankruptcy affects the Contractor’s ability to perform.

(5) Inability to furnish a reasonable performance or payment bond, if

required.

(6) Inability to obtain, or loss of, a license necessary for the performance of the particular category of work.

(7) Failure or inability to comply with a requirement of law applicable to

contractors and subcontractors on a construction, alteration or repair project.

176

(8) Failure or refusal to execute the subcontract in accordance with the terms of an offer submitted to the Contractor prior to the Contractor’s submission of its bid/proposal, but only where the contracting officer or other delegated authority’s representative can ascertain with reasonable certainty the terms of such offer. In the absence of any other factors, such a failure or refusal will be considered an unusual situation only if the bidder/proposer obtained, prior to bidding/proposing, an enforcement commitment from the subcontractor involved.

(9) Failure to comply with the terms and conditions of this Contract or those

of its subcontract or joint venture agreement. Within 30 days thereafter, the Contractor shall, if necessary to achieve the Appendix B goal, make every reasonable effort to subcontract the same or other work equivalent in value to other certified DBE firms. The Contractor must have the prior written approval of the contracting officer and the DBE office before substitution for a DBE subcontractor, regardless of the reason for substitution. Failure to obtain Authority approval could result in the Authority declaring the Contractor ineligible to receive further Authority contracts for three years from the date of the finding. D. The contractor shall forward copies of all subcontracts to the DBE office at the time of their execution. E. If the contracting officer or other delegated authority’s representative determines that the Contractor has failed to comply with this Appendix B, he/she will notify the Contractor of such non-compliance and the action to be taken. The Contractor shall, after receipt of such notice, take corrective action. If the Contractor fails or refuses to comply promptly, the contracting officer or other delegated authority’s representative may issue a “stop work order” stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop work order shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. When the Authority proceeds with such formal actions, it has the burden of proving that the Contractor has not met the requirements of this Appendix, but the Contractor’s failure to meet its Appendix B goal shall shift to it the requirement to come forward with evidence to show that it has met the good faith requirements of this Appendix. Where the Contractor, after exhausting all its administrative and legal remedies and procedures is found to have failed to exert a “good faith effort” to involve DBE's in the work as herein provided, the Authority may declare the Contractor ineligible to receive further Authority contracts for three years from the date of the finding.

F. The Contractor agrees to cooperate in any studies or surveys as may be conducted by the Authority which are necessary to determine the extent of the Contractor’s compliance with this Appendix.

G. The Contractor shall keep records and documents for two years following performance of this Contract to indicate compliance with this Appendix. These records and documents, or copies thereof, shall be made available at reasonable times and places for inspection by any authorized representative of the Authority and will be submitted upon request together with any other compliance information which such representative may require.

177

H. If the Authority, the FTA or the US DOT has reason to believe that any person or firm has

willfully and knowingly provided incorrect information or made false statements regarding the DBE Program, the matter shall be referred to the WMATA’s DBE office.

I. Failure by the Contractor to carry out the requirements of this Appendix is a material breach of this Contract, which may result in the termination of this Contract under the Default provision of this Contract or such other remedy as the Authority deems appropriate.

178

SUMMARY OF SUBMITTALS

With the Bid/Proposal 1. Completed “Schedule of DBE Participation” (Attachment B-1) with current certification letters

attached for each listed DBE. 2. Executed “Letters of Intent to Perform as a Subcontractor/Joint Venture” (Attachment B-2). 3. Justification for grant of relief (waiver of DBE goal), if applicable. Include completed “DBE

Unavailability Certifications” (Attachment B-3) as appropriate. Bid and Proposal Requirements (Apparent Successful Bidder/Proposer) 1. All DBEs must submit a copy of their current WMATA or DC DOT certification letters or a

certification letter issued by the MWUCP. 2. DBE Manufacturer’s Affidavit, if applicable, must be submitted in order to receive 100 percent

of the allowable credit for expenditures to DBE manufacturers/suppliers (Attachment B-4). 3. Schedule B Information for Determining Joint Venture Eligibility, if applicable (Attachment B-5,

pgs. 1, 2, 3, 4). 4. Copy of Joint Venture Agreement, if applicable. 5. Certification letter of the DBE regular dealer/supplier, if applicable. After Contract Award 1. “Prompt Payment Report-Prime Contractor’s Report” Attachment B-6) – submitted monthly. “Prompt Payment Report-Subcontractor’s Report” (Attachment B-7) - submitted monthly. 3. Request to substitute DBE contractor (see paragraph 8.C.) – submitted as required. Copies of subcontracts-submitted at the time of their execution.

Appendix B B-1

S U B M I T W I T H B I D / P R O P O S A L SCHEDULE OF DBE PARTICIPATION Contract No. ___________________________ Project Name __________________________ Name of Bidder/Proposer The bidder/proposer shall complete this Schedule by identifying only those DBE firms, with scope of work and price, who have agreed to perform work on this Contract. The prices for the work/supplies of these firms shall be at prices amounting to at least the DBE percentage goal of the total contract price. The bidder/proposer agrees to enter into a formal agreement with the DBE firm(s) listed for the work and at, or greater than, the prices listed in this Schedule subject to award of a Contract with the Authority. If the total amount is less than the DBE percentage goal, a justification for waiver of DBE goal shall be attached to this Schedule.

Name of DBE Subcontractor

Address

Type of Work (Electrical, Paving, Etc.) and Contract Items or

Parts Thereof to be Performed and Work

Hours Involved

Agreed Price

Subtotal $ DBE Subcontractors

Name of DBE Prime Contractor

Address

Type of Work (Electrical, Paving, Etc.) and Contract Items or

Parts Thereof to be Performed and Work

Hours Involved

Agreed Price

Subtotal $ DBE Prime Contractor

TOTAL $ ALL DBE CONTRACTORS TOTAL

Signature of Contractor Representative Title 23.26a (Rev 02/12) _______________________ Date

M

Appendix B B-2

Contract Number: ____________________

Project Name: ____________________

LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/JOINT VENTURE

(ALL ITEMS MUST BE COMPLETED)

TO: (Name of Bidder/Proposer) The undersigned intends to perform work in connection with the above projects as (check one): an individual a corporation a partnership a joint venture Specify in detail particular work items or parts thereof to be performed: at the following price: $ Please indicate % of the dollar value of the subcontract that will be awarded to non-DBE contractors, if applicable. The undersigned will enter into a formal agreement with you for the above work upon your execution of a contract with the Authority. Name of DBE Subcontractor/Joint Venture Phone Number Address WMATA Vendor ID #/DBE Cert. # Signature & Title Date --------------------------------------------------------------------------------------------------------------------- The following is to be completed by the Prime Contractor. A copy of this letter must be returned to the DBE subcontractor to indicate acceptance. To: (Name of DBE) You have projected your interest and intent for such work, and the undersigned is projecting completion of such work as follows:

WORK ITEMS

PROJECTED DBE COMMENCEMENT

DATE

PROJECTED DBE COMPLETION

DATE

_______ (Date) (Name of Prime Contractor & Acceptance Signature)

Appendix B B-3

S U B M I T W I T H B I D / P R O P O S A L DBE UNAVAILABILITY CERTIFICATION I, _______________________, __________________________,of

(Name) (Title) (Bidder/Proposer) certify that on I contacted the following DBE contractor to obtain a proposal for work (Date) items to be performed on Contract Number . DBE Contractor

Work Items Sought

Form of Bid Sought (i.e., Unit Price, Materials and Labor Only, Etc.

To the best of my knowledge and belief, said DBE contractors were unavailable (exclusive of unavailability due to lack of agreement on price) for work on this project, or unable to prepare a proposal, for the following reason(s):

Signature:

Date: was offered an opportunity to bid on the above (Name of DBE Contractor) identified work on by . (Date) (Source) The above statement is true and accurate account of why I did not submit a bid on this project. (Signature of DBE Contractor) (Title)

M M

23.25 (Rev 10/99)

DBE Certification Instructions Important Notice If you do not have a current, official letter of certification from WMATA, D.C. DOT or MWUCP, you are not pre-certified and are therefore not eligible to participate as a Disadvantaged Business Enterprise on the proposal. For those who wish to access the MWUCP certification application, it may be found on the internet at the following address: https://www.wmata.com/business/disadvantaged_business_enterprise. Go to “Procurement and Contracting”, click on “Disadvantaged Business Enterprise”, then click on “DBE Application for Certification”. 49 CFR Part 26 gives Metropolitan Washington Unified Certification Program (MWUCP) 90 days in which to process a complete DBE application. In order to become certified and participate in the MWUCP, you must comply with the procedures that follow. Certification must be final before the due date for bids or offers on a contract on which a firm seeks to participate as a DBE. Instructions 49 CFR Part 26.81(d) of the Certification Procedures requires a firm to be certified as a DBE in it’s “home state”, where it has it’s principal place of business, in order to become certified outside such “home state”. Therefore, you must attach a copy of a valid DBE Certification letter from your home state Department of Transportation to the MWUCP Application. In addition, submit the pertinent documents for your company listed below. The application should be completed in full and NOTARIZED. General (All firms must submit documents under General) Current (unaudited) Financial Statements Prior three (3) years Federal Tax Returns Resume of Principal(s) and Key Personnel Third Party Agreements, such as Rental and Management Agreements Licenses to Do Business Personal Net Worth (PNW) Statement Statement of Disadvantage No Change Affidavit or Notice of Change (where applicable) Corporations Articles of Incorporation By-Laws Stock Ownership Options Copy of Stock Certifications of Each Holder Copy of Voting Rights Record of First Organizational Meeting Partnerships Partnership Agreement Proprietorships IRS Employer ID Number WMATA Vendor ID#

Limited Liability Companies

Operating Agreement Certificate of Formation, Operating Agreement with any amendments U.S. Corporate or Partnership Income Tax Returns

Change of Status Review On or before each certification anniversary date, you must submit a No Change Statement attesting that there have been no changes in the firm’s circumstances affecting its ability to meet the eligibility requirements of 49 CFR Part 26 or WMATA’s DBE Program Plan. Those firms which have undergone changes in circumstances must submit a Notice Regarding Change for review by the Office of Procurement and Materials, DBE Unit. A review of these changes shall be made to determine of the firm is in compliance with the 49 CFR Part 26. Affidavit Enclosure NOTE: When completing MWUCP Application, complete all information blocks. Type "N/A" if item does not apply to you or your firm. 23.22 (10/99)

Appendix B B-4

M

DBE MANUFACTURER'S AFFIDAVIT

I hereby declare and affirm that I am (Title) and duly authorized representative of (Name of Company), a owned and controlled enterprise whose address is

I further declare and affirm that company employees (persons not on the payroll of and/or performing the same tasks for disadvantaged owned business having any interest in the affiant's business) operate the following company equipment relative to the manufacturing process:

Equipment Type Function Model Age Make Number of employees involved in the manufacturing process:

The undersigned swears that the foregoing statements are true and correct and fully understands that WMATA may rely on these statements in determining whether a WMATA prime contractor purchasing goods from the undersigned's manufacturing concern is entitled to a 100% credit of such purchases towards its DBE goal. The undersigned further understands that any material misrepresentation will be grounds for initiating action under Federal or state laws concerning false statements. ___________________________________________ ___________________________________________ Signature of Affiant Printed Name ............................................................................................................................................................................ Date: _________________ State: __________________________ County: __________________________ On this ________________ day of _____________________________________________, 19____________, before me appeared _________________________________________________________________________

(Name) to me personally known, who, being duly sworn, did execute the foregoing Affidavit, and did state that he or she was properly authorized by ______________________________________________________________ (Name of Firm) to execute the Affidavit and did so as his or her free act and deed. (Seal) Sworn and subscribed before me ___________________________________ (Notary Public) Commission Expires: _____________________________________________

23.29 (10/99)

Appendix B B-5, Page 1

Information For Determining Joint Venture Eligibility Page 1

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

Name and address of Joint Venture: ____________________________________________________________________________________ ____________________________________________________________________________________ Contact Person: _________________________________________ Telephone: ___________________ Have you attached a copy of the Joint Venture agreement? [ ] Yes [ ] No NOTE: Affidavit will not be processed without a copy of the Joint Venture agreement. .......................................................................................................................................................................... Name and address of Joint Venture partner: _________________________________________________ ____________________________________________________________________________________ Contact Person: ___________________________________________ Telephone: __________________ Status of firm: [ ] DBE. [ ] Non-Minority. Does firm have current WMATA, DC DOT or MWUCP DBE certification? [ ] Yes [ ] No .......................................................................................................................................................................... Name and address of Joint Venture partner: _________________________________________________ ____________________________________________________________________________________ Contact Person: ___________________________________________ Telephone: __________________ Status of firm: [ ] DBE. [ ] Non-Minority. Does firm have current WMATA, DC DOT or MWUCP DBE certification? [ ] Yes [ ] No .......................................................................................................................................................................... Describe the nature of the Joint Venture business: Describe the role in the Joint Venture of each partner listed above: Describe the experience and business qualifications of each partner in the Joint Venture listed above: ..........................................................................................................................................................................

Appendix B B-5, Page 2

Information For Determining Joint Venture Eligibility Page 2 .......................................................................................................................................................................... Indicate the percentage of ownership in the Joint Venture for each Joint Venture partner, indicating dollar amounts wherever applicable. Percentage of Profit and Capital Contributions Name of Partner Ownership Loss Sharing including Equipment Other Agreements _______________ _____________ ____________ _____________________ ________________ _______________ _____________ ____________ _____________________ ________________ _______________ _____________ ____________ _____________________ ________________ TOTALS: .......................................................................................................................................................................... Identify by name, title, race, sex and company affiliation those individuals responsible for the management control of and participation in this contract: 1. Financial decisions, such as payroll, insurance, surety and/or bonding requirements: Name: ________________________________________ Race: _________________________ Title: __________________________________________ Sex: [ ] Male [ ] Female Company affiliation: _____________________________________________________________ 2. Management decisions, such as estimating, marketing and sales, hiring and firing, purchasing supplies: Name: ________________________________________ Race: _________________________ Title: __________________________________________ Sex: [ ] Male [ ] Female Company affiliation: _____________________________________________________________ 3. Supervision of field operations: Name: ________________________________________ Race: _________________________ Title: __________________________________________ Sex: [ ] Male [ ] Female Company affiliation: _____________________________________________________________ ..........................................................................................................................................................................

M

23.06c (Rev 10/99)

Appendix B B-5, Page 3

Information For Determining Joint Venture Eligibility Page 3 .......................................................................................................................................................................... The undersigned swear that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operations of our following named Joint Venture: ____________________________________________________________________________________ and the intended participation by each Joint Venturer in the undertaking. Further the undersigned covenant and agree to provide the Authority current, complete and accurate information regarding actual Joint Venture work and the payment thereof and any proposed changes in any of the Joint Venture arrangements and to permit the audit and examination of the books, records and files of the Joint Venture, or those of each Joint Venturer relevant to the Joint Venture, by authorized representatives of the Authority or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal and State laws concerning false statements. It is recognized and acknowledged that the Authority's DBE Program shall have access to the information provided herein above for the purpose of establishing eligibility and authenticity of the minority/woman-owned status of the Joint Venture. It is understood that trade secrets and information privileged by law, as well as commercial, financial, geological and geophysical data furnished will be protected. _________________________________________ _______________________________________ (NAME OF FIRM) (NAME OF SECOND FIRM) ___________________________________________ _______________________________________ (SIGNATURE OF AFFIANT) (SIGNATURE OF AFFIANT) ___________________________________________ _______________________________________ (PRINT NAME) (PRINT NAME) _________________________________________ _______________________________________ (TITLE) (TITLE) _________________________________________ _______________________________________ (DATE) (DATE) ............................................................................................................................................................................

23.29 (10/99)

M

Appendix B B-5, Page 4

Information For Determining Joint Venture Eligibility Page 4 .......................................................................................................................................................................... Date: ________________ State: _____________________ County: __________________________ On this _______________ day of ___________________________________________, 19_________, before me appeared ___________________________________________________________________ (Name) to me personally known, who, being duly sworn, did execute the foregoing Affidavit, and did state that he or she was properly authorized by ________________________________________________________ (Name of Firm) to execute the Affidavit and did so as his or her free act and deed. (Seal) Sworn and subscribed before me _______________________________ (Notary Public) Commission Expires: _________________________________________ .......................................................................................................................................................................... Date: ________________ State: _____________________ County: __________________________ On this ________________ day of __________________________________________, 19_________, before me appeared ___________________________________________________________________ (Name) to me personally known, who, being duly sworn, did execute the foregoing Affidavit, and did state that he or she was properly authorized by ________________________________________________________ (Name of Firm) to execute the Affidavit and did so as his or her free act and deed. (Seal) Sworn and subscribed before me _______________________________ (Notary Public) Commission Expires: _________________________________________ ..........................................................................................................................................................................

M 23.06c (Rev 10/99)

Appendix B B-6

Washington Metropolitan Area Transit Authority

DISADVANTAGED BUSINESS ENTERPRISE (DBE) MONTHLY PROMPT PAYMENT REPORT

PRIME – CONTRACTOR’S REPORT

This report is required to be submitted to the Office of Procurement, DBE Branch 600 5th Street, NW, Suite 3C, Washington, DC 20001, pursuant to the requirements of WMATA’s DBE Program Plan and §26.29 of 49 CFR Part 26. Contract No.: Reporting Period: Name of Prime Contractor: DBE – Yes or No Prime Contract Amount: Total Received this Reporting Period: Total Received to Date: DBE Goal

Name of Sub-Contractor

DBE (Y/N)

Description of Work Date of Contract

Awarded

Amount of Sub-Contractor

Award

Amount Paid This Reporting

Period

Cumulative Paid To Sub-

Contractor

% of Physical Work

Complete

TOTAL

I certify the information furnished with respect to DBE subcontractor performance correct to the best of my knowledge and represents a current status of the prime contractor with the DBE subcontractors for the designated period covered by this report. Further, those subcontractors, due payment pursuant to the terms of their subcontracts will be paid within ten days after receipt of payment from WMATA. By: Title: Date:

Appendix B B-7

Washington Metropolitan Area Transit Authority

DISADVANTAGED BUSINESS ENTERPRISE (DBE) MONTHLY PROMPT PAYMENT REPORT

SUBCONTRACTOR’S REPORT

This report is required to be submitted to the Office of Procurement, DBE Branch 600 5th Street, NW, Suite 3C, Washington, DC 20001, pursuant to the requirements of WMATA’s DBE Program Plan and §26.29 of 49 CFR Part 26. Contract No.: Reporting Period: Name of Subcontractor: DBE – Yes or No Subcontractor Contract Amount: Total Received this Reporting Period: Total Received to Date:

Name of Sub-Contractor

DBE (Y/N)

Description of Work Date of Contract

Awarded

Amount of Sub-Contractor

Award

Amount Paid This Reporting

Period

Cumulative Paid To Sub-

Contractor

% of Physical Work

Complete

TOTAL

I certify the information furnished with respect to DBE subcontractor performance correct to the best of my knowledge and represents a current status for the designated period covered by this report. Further, those contractors, due payment pursuant to the terms of their subcontracts will be paid within ten days after receipt of payment from the Contractor. By: Title: Date:

12

THIS PAGE NOT USED