IFB-FQ11311/MR Electrician Labor Maryland, Virginia, and - - PDF document

ifb fq11311 mr electrician labor maryland virginia and
SMART_READER_LITE
LIVE PREVIEW

IFB-FQ11311/MR Electrician Labor Maryland, Virginia, and - - PDF document

IFB-FQ11311/MR Electrician Labor Maryland, Virginia, and Washington, DC Pre-Bid Conference Meeting Room, Lobby Level Washington Metropolitan Area Transit Authority 600 Fifth Street, NW Washington, DC 20001 June 29, 2011 1:00 p.m. Agenda


slide-1
SLIDE 1

IFB-FQ11311/MR Electrician Labor Maryland, Virginia, and Washington, DC Pre-Bid Conference Meeting Room, Lobby Level Washington Metropolitan Area Transit Authority 600 Fifth Street, NW Washington, DC 20001 June 29, 2011 1:00 p.m. Agenda 1. Handouts

1 Agenda 2 Disclaimer regarding changes to the solicitation 3 Advance Notice to Bidders, Revision No. 1 4 WMATA Certified DBE Electrical Contractors 5 Special Conditions 2.01, Commencement, Prosecution and Completion

  • f the Work

6 Care in Bid Letter 7 Question Form 8 Pre Bid Conference Attendees List (Posted on wmata.com on 6/30/11)

2. Welcome and Introduction of Authority Speakers

Miles Rosner Contract Administrator, Office of Procurement and Materials mrosner@wmata.com 202-962-2710 Fax 202-962-6120 Phillip Barrett, Jr. Vendor Relations Representative, Office of Procurement and Materials pbarrettjr@wmata.com 202-962-1408, Nadir Jones Disadvantage Business Enterprise njones@wmata.com , 202-962-1854 Anthony (Don) Gilmour Construction Safety Liaison Officer, Office of Safety and Risk Protection Jim Hamilton Sharrone Scott Insurance Manager Insurance Technician Kelly Reahl Construction Engineer, Infrastructure Renewal Program

slide-2
SLIDE 2

IFB-FQ11311, Electrician Labor, Pre-Bid Conference Agenda Page 2 3 Useful websites

Doing Business W ith W MATA http://www.wmata.com/business/ Disadvantage Business Enterprise http://www.wmata.com/business/disadvantaged_business_enterp rise/ Vendor Registration http://www.wmata.com/business/procurement_and_contracting/v endor_registration.cfm Solicitation Posting, www.wmata.com http://www.wmata.com/business/procurement_and_contracting/s

  • licitations/index.cfm

Solicitation Posting, FedBizOpps.gov https://www.fbo.gov/ Search Agency “W ashington Metropolitan Area Transit Authority“

4. Publicizing Solicitation - The IFB was publicized and on www.wmata.com and FedBizOpps.System . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner 5. IFB and Amendment(s) distribution (PDF format) - No charge . . . Miles Rosner a. IFB was posted on www.wmata.com in Adobe PDF format and is downloadable. b. Amendment(s), if any, will be posted on www.wmata.com within the IFB posting and will be downloadable. c. Pre Bid Conference Materials - Will be uploaded to www.wmata.com within the IFB posting and will be downloadable. d. Free download from www.wmata.com specifically http://vrs.wmata.com/oscripts/vrs/main/sol_search.cfm by WMATA registered vendors. e. In order to avoid IFB download problems, please immediately download the latest version of Adobe Acrobat Reader (Currently Version X (10.1)) available for free at http://get.adobe.com/reader/ 6. WMATA Vendor Registration System . . . . . . . . . . . . . . . . . . . . Phillip Barrett, Jr. The online vendor registration module will be disabled from June 27th through July 7th. a. Free registration and updates for all firms. b. Current vendors who have received a direct payment from WMATA 1. Should self-update company information https://supplier.wmata.com/psp/supplier/SUPPLIER/ERP/h/?tab=D EFAULT c. Vendors who have registered with WMATA but have not received a direct payment from WMATA. 1. Should self-update company information https://supplier.wmata.com/psp/supplier/SUPPLIER/ERP/h/?tab=D EFAULT

slide-3
SLIDE 3

IFB-FQ11311, Electrician Labor, Pre-Bid Conference Agenda Page 3 d. New vendors (not b. or c. above) 1. Must complete self-registration 2. User Id’s and password are part of self registration 3. http://www.wmata.com/business/procurement_and_contracting/ven dor_registration.cfm e. Vendor Relations - Phillip Barrett, Jr at pbarrettjr@wmata.com , please copy Miles Rosner at mrosner@wmata.com . Vendor Relations Hotline - 202-962-1408 7. Solicitation Issues . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner a. Standard disclaimer that Pre-Bid Conference explanations do not qualify the terms of the solicitation and specifications. Changes to the solicitation can only be made by an amendment executed by the Contracting Officer. b. Structure of Contract 1 Indefinite Delivery and Indefinite Quantity with Economic Price Adjustment c. Solicitation Instructions 1. SI 12, Bidders Qualificaitons 2. SI 13, Award of Contract 3. SI 14, Pre-Award Information 4. SI 21, Davis Bacon Wage Determination 5. SI 22, Bid Bond Requirements 6. SI 23, Licenses d. Amendments 1. Amendments are the only method of changing the IFB contents. 2. Possible wage rate changes, technical changes, scope changes, etc. 3. Amendments must be downloaded from the www.wmata.com in the same location as the IFB. 4. Contact Miles Rosner to confirm number of amendments at mrosner@wmata.com (preferred), fax 202-962-2038, or phone 202-962-2710 . f. Review the Notes to Bidders (attached) g DBE Participation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Nadir Jones 1. DBE Goal - 25% 2. WMATA DBE Disclosure Affidavit 3. DBE Manufacturer’s Affidavit 4. Schedule B Information for Determining Joint Venture Eligibility 5. Certification letter of the DBE regular dealer/supplier, 6. DBE Unavailability 7. DBE and non-DBE Contractors are invited to confer after the Pre Bid Conference.

slide-4
SLIDE 4

IFB-FQ11311, Electrician Labor, Pre-Bid Conference Agenda Page 4 h. Appendix C - Bidders’s List Form I. Representations and Certifications a. Buy America j. Bid Envelope 1. Name of Firm 2. IFB No. 3. Number of Amendments Received 4. Virginia Contractor License Number k. Bid Contents (inside the bid envelope) 1. Bid Envelope 2. Bid Form (2 pages) 3. Representations and Certifications 4. Unit Price Schedule 5. Bidders List Form 6. Bid Bond 7. Schedule of DBE Participation 8. Letter(s) of Intent to Perform as a Subcontractor /Joint Venture 9. If applicable, DBE Unavailability l. Do not do the following a. Qualify your bid b. Alter the Bidding documents c. Place non-bid items in the envelope 8. Special Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner a. 2.1 Commencement, Prosecution, and Completion of the work a. Base and Four Option Years b. Economic Price Adjustment c. Order for Services Procedure b. 2.2 Liquidated Damages c. 2.3 Contracts and Bonds. Also, see Notes to Offerors d. 2.6 Work to be performed by the contractor e. 2.13 Indemnification and Insurance a. Railroad Protective Liability Insurance f. 2.15 Safety/Environmental Requirements f. 2.29 and Appendix D Wage Rates g. 2.43 Contractor’s Employees h. 2.44 Hours of Work j. 2.45 Licenses I. 2.69 Multi-year Contracts -- Non-availability of Funds

slide-5
SLIDE 5

IFB-FQ11311, Electrician Labor, Pre-Bid Conference Agenda Page 5 9. Contractor Employees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner a. Qualifications b. Background checks c. Railroad Safety Training d. WMATA Contractor Identification badges 10. Order for Services Procedure . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner a. OFS issuance and Form b. OFS Daily Work Tracking c. OFS Billing d. OFS Payments and retention e. OFS Substantial Completion Inspection f. OFS Closeout 11. Care in Bid Letter . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner 12. Technical Presentation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Kelly Reahl a. Overview of the work b. PowerPoint Presentation 13. Bidding/Pricing Strategies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner 1. Labor Only 2. Materials and Equipment - None (small tools only) 3. Field Ovehead - Little or none. No need for trucks, warehousing, large tools, etc. 4. G & A 14. Questions Must be submitted in writing. Complete the Question forms that were provided to the attendees and give to Miles Rosner. Any post Pre Proposal Conference questions should use the same form. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner 15. Distribution of Pre Bid Conference Handout and Attendees list . . Miles Rosner A. Handout was given to all attendees at start of meeing B. Handout and Attendees list will be posted be posted on www.wmata.com along with the solicitation by COB on Thursday, June 30, 2011 16. DBE and non-DBE Prime Contractors are invited to confer after the Pre Bid Conference. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Miles Rosner

slide-6
SLIDE 6

IFB-FQ11311, Electrician Labor, Pre-Bid Conference Agenda Page 6

IMPORTANT NOTICE

Disclaimer regarding changes to the solicitation REMARKS AND EXPLANATIONS AT THIS Pre-Bid CONFERENCE SHALL NOT QUALIFY THE TERMS OF THE SOLICITATION. ALL CONFEREES ARE ADVISED THAT UNLESS THE SOLICITATION IS AMENDED IN WRITING, IT WILL REMAIN UNCHANGED AND THAT IF AN AMENDMENT IS ISSUED, NORMAL PROCEDURES RELATING TO THE ACKNOWLEDGMENT AND RECEIPT OF SOLICITATION AMENDMENTS SHALL BE APPLIED.

slide-7
SLIDE 7

IFB No. FQ11311/MR IFB Title: Electrician Labor ADVANCE NOTICE TO BIDDERS Date Posted on Internet: April 22, 2011 (Revised June 20, 2011) Solicitation Availability: On or about, Monday, June 20, 2011 Pre-Bid Conference: Wednesday, June 29 2011, 1:00 pm Bid Opening: Wednesday, July 13, 2011, 2:00 pm Project Description: Electrician Labor Washington, DC, Virginia and Maryland Description of Work The scope of work includes providing Journeymen and Foreman Electrician labor to support various WMATA requirements. No materials or equipment are included. All materials and equipment will be supplied by WMATA. The work primarily includes removal and replacement of 1000 kcmil DC (positive and negative) traction power cable. Work shall be performed throughout the WMATA system including all jurisdictions in Washington, DC, Virginia and Maryland. This is an Indefinite Delivery, Indefinite Quantity contract with firm fixed prices and an economic price adjustment. The work will be initiated by Delivery Orders. The bidder shall have a Virginia Class A contractor license and be licensed to perform electrical work in all WMATA jurisdictions. All Journeyman electricians shall have a minimum of two (2) years experience working with high voltage equipment. All Foreman electricians shall have a minimum of have a minimum of (2) years experience working with high voltage equipment and two (2) years with the oversight of a crew of no less than six journeymen electricians. All personnel must pass a WMATA background check, WMATA safety training, and WMATA Lock Out Tag Out training. WMATA safety training is provided in English only and translators are not allowed. Estimated Cost Range: $15,000,000 - $20,000,000 Period of Performance: Five years (Base year and four (4) one year options) Bonds/Guarantees: A bid guarantee, in the amount of 5% of the total bid price, is required with the bid if it is greater than $100,000. The successful proposal must provide Performance and Payment Bonds in the amount of the initial contact award after award of the contract.

slide-8
SLIDE 8

IFB FQ11311/MR, Advance Notice to Bidders Page 2

I:\PROC\WPD\__FQ11311 Electrician Labor\Pre Bid\Advance Notice Revised June 20 2011.wpd

DBE Information: The solicitation includes a DBE goal of 25%, if the bid price is $500,000

  • r more. Information on the WMATA DBE program can be found at

http://www.wmata.com/business/disadvantaged_business_enterprise/ WMATA will have a DBE office representative on hand at the Pre Bid Condense. Questions regarding WMATA’s DBE program may be addressed to Mr. Nadir Jones, najones@wmata.com , telephone 202-962-1854 or Ms. Tammy Paige-Sterling tpaige- sterling@wmata.com, telephone 202-962-2409. Insurance: The successful bidder must provide Commercial General Liability, Automobile Liability Railroad Protective Liability, Employer's Liability, Commercial General Liability, and Automobile Liability with WMATA included as an additional insured as well as Worker's Compensation (Statutory). WMATA will have an insurance representative on hand at the Pre Bid Conference to discuss the Railroad Protective Liability Insurance and how that insurance may qualify for purchase by the apparent low bidder from WMATA at significant cost savings. Pre Bid Conference: Wednesday, June 29, 2011 at 1:00 pm at WMATA, Jackson Graham Building, Board Room, Lobby Level, 600 5 Street, NW, Washington, D.C.,

th

  • 20001. WMATA will provide a Power Point presentation of the typical tasks that might be
  • rdered under this contract. WMATA will have representatives of our procurement,

insurance, DBE, safety, track maintenance, and infrastructure rehabilitation in attendance. WMATA certified DBE’s are strongly encouraged to attend. Due to the labor only nature

  • f this solicitation, each company attending is strongly encouraged to bring their

Chief Financial Officer, Comptroller, and/or other senior financial person. All attendees must provide a government issued identification for entry into the Jackson Graham Building (cameras, cell phones, computers and other mobile devices are permitted). Individuals that plan to attend the Pre Bid Conference are requested, but not required, to send an email to mrosner@wmata.com , with their name, title, company name, mailing address, telephone, and email for each attendee. Pre-Award Information: Shall not be submitted with the bid. After the bid opening, only the Apparent Low Bidder will be requested to submit Pre-Award Information. Bids Due: Wednesday, July 13, 2011 by 2 pm and shall be delivered to WMATA, Office

  • f Procurement and Materials, Room 3C-01, 600 Fifth Street, NW, Washington, DC 20001.

Bids will be publicly opened and read aloud in the WMATA Meeting Room, Lobby Level, 600 Fifth Street, NW, Washington, DC 20001.

slide-9
SLIDE 9

IFB FQ11311/MR, Advance Notice to Bidders Page 3

I:\PROC\WPD\__FQ11311 Electrician Labor\Pre Bid\Advance Notice Revised June 20 2011.wpd

Bidders are cautioned to not take exceptions or qualify their bid. Any questions regarding the solicitation should be made in writing to the Contracting Officer no later than two (2) days prior to the bid opening. Please carefully review the Notice to Bidders of the IFB. The Notice to Bidders addresses common problems found in previous bids that may cause bid rejection. A single contract for all items will be awarded to the lowest responsive and responsible bidder. IFB availability: The IFB will be free of charge on the WMATA website in Adobe Acrobat (.pdf) format at http://www.wmata.com/business/procurement_and_contracting/solicitations/index.cfm . In order to avoid IFB download problems, please immediately download the latest version

  • f Adobe Acrobat Reader (Currently Version X (10.1)) available for free at

http://get.adobe.com/reader/ Amendments: If any amendments are issued, they will be posted on the WMATA website along with the solicitation. Vendor Registration: Please visit our Internet website at http://www.wmata.com/business/ for New Vendor Registration and Registered Vendors (updates, etc). Question regarding vendor registration should be addressed to Phillip Barrett, Jr at PbarrettJr@wmata.com or telephone 202-962-1408. The online vendor registration module will be disabled from June 27th through July 7th. Contact Person: Mr. Miles Rosner, Contract Administrator, mrosner@wmata.com, facsimile (202) 962-6120, voice (202) 962-2710; or write Miles Rosner, Office of Procurement and Materials, Washington Metropolitan Area Transit Authority, Room 4B-07, 600 Fifth Street, NW Washington, D.C. 20001. Email contacts are strongly preferred. NAICS Codes 23821 Electrical Contractors

slide-10
SLIDE 10

Companty First Last Address City ST Zip Telephone Fax Email

  • A. Wash & Associates

Ms. Catherine Wash 603 48th Street, NE Washington DC 20018 2023884000 2023884005 cwash@awashassociates.com Aquas, Incorporated Ms. Carmen Larsen 4833 Rugby Avenue, Suite 500 Bethesda MD 20814 3016544000 3016544004 clarsen@aquasinc.com Ava Electric Company Ms. Kimberly McIntyre 1410 Marblewood Avenue Capitol Heights MD 20743 3013868839 3013868823 Kbmcintyre@Avaservices.Com B & C Transit Consultants, Inc. Ms. Tanya Powell 14500 Doolittle Drive San Leandro CA 94577 5104833560 5104830122 Bnctransit@Aol.Com City General Inc Mr. Earl Mitchell 2010 Kendall Street NE Washington DC 20002 2028320783 2028320906 citygeneral@aol.com Clay Electrical Services Ms. Shirley Clay 8001 Pinewood Drive Clinton MD 20735 3012974517 3012974518 clayservicesinc@gmail.com Configuration Inc Ms. Lisa Smith 3015 V Street, NE Washington DC 20018 2025268500 2025266000 lsmith@configuration‐dc.com Continental Security Systems Inc Gray 7006‐C Little River Turnpike Ste C Annandale VA 22003 7039303398 7032563956 jkim@cssys.com Electric Technologies Inc. Mr. Joseph Varona 14700 G Flint Lee Road Chantilly VA 20151 7039618830 7039618834 varonaj@etecinc.org Heritage Maintenance Co/ Heritage Technology Mr. Doug Waiters 401 New York Ave, NE Washington DC 20002 (202) 387‐8324 (202) 387‐0822 doug@htech‐inc.com Hy‐Tech International Ms. Christine Trudel 7350 E. Stetson, Suite 208 Scottsdale AZ 85251 4806757700 Info@Hytechintl.Com ICS Nett, Inc Mr. Sherage Shah 1951 Kidwell Drive Suite 550 B Vienna VA 22182 7033424260 7033424263 sshah@ics‐nett.com Innoface Systems, Inc. Mr. Ivan Collins 2411 Crofton Lane Suite 19B Crofton MD 21114 (410) 721‐4040 (410) 721‐4450 info@innofacesystems.com J.H. Bradby Mr. James Brady 7325 Georgia Avenue, NW Washington DC 20012 2027265600 2027261818 jhbradbyinc@verizon.net JM Fiber Optics Mr. Kenneth Rivera 13941 Ramona Ave, Suite A Chino CA 91710 9096283445 9096281990 krivera@jmfiberoptics.com M & M Sales, Inc. 3336 Greencastle Road Burtonsville MD 20866 3014769145 3014769146 marco@mmmcommunications.com Maryn Consulting Mr. Greg Maryn 1000 Vermont Avenue, NW Washington DC 20005 2024945500 2023187670 greg.maryn@mci‐it.com Mj International Electrical Services, LLC. Mr. Milton Mussington 1818 New York Avenue N.E. , Suite 214E Washington DC 20019 2028323470 2028323471 Mjinter2@Mjinternationalelectrical.Com Morcom International, Inc. 3656 Centerview Drive Chantilly VA 20151 7032639305 7032639308 mojeda@morcom.com Niyyah Electrical Contractors, LLC. Mr. Barrett Johnson 568 Fox Hall Place, SE Washington DC 20032 2025586553 2025587258 barett@niyyahelectric.com Plexus Installations, Inc. Ms. Cristina Vena‐Mosby 2520 Lord Baltimore Drive, Suite W Baltimore MD 21244 4102651818 4102651984 cvena@plexuscomgroup.com Service Excellence, Inc. Mr. Patrick Sneed 4300 Forbes Boulevard, Suite 130 Lanham MD 20706 3015777500 3015778444 psneed@sei‐hg.com Techs 4IT, Inc. Mr. Troy Barbour 18 N. High Street Baltimore MD 21202 4103850220 4103851704 Unity Construction Of DC, Inc. Mr. Oscar Smith, Jr. 2728 12th NE Washington DC 20018 2025260503 2022694842

  • jmoore@unitycms.com

Zapata Enterprises Mr. William Zapata 12150 Acton Lane, Unit E Port Tobacco MD 20677 (301) 843‐9117 (301) 843‐5684 willie.zapata@verizon.net

slide-11
SLIDE 11

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 123 of 277

SECTION 2 - SPECIAL CONDITIONS 2.01 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK A. Commencement 1. The Contractor shall commence work within 30 calendar days after the date of receipt of NTP and shall prosecute the said work diligently to completion. 2 In the event the signed Contract with required insurance and bonds is not returned to the Authority within 10 calendar days after date of award and/or further, if approval has not been obtained within that 10-day period for the Safety Superintendent and the Affirmative Action Officer, the Contracting Officer or other delegated Authority’s Representative may issue the NTP and Contract time will start upon its receipt. However, no work at the site shall be performed until the above requirements have been met. 3. The Contractor shall complete the initial round of Contractor Employee processing by W MATA within 30 calendar days of award. a. Electricians, Electrician Foreman, Safety Director, and Project Manager 1. Qualifications submittal and approval 2. Contractor Employee Idendification Badge with Right of W ay training endorsement 3. The following mininum personnel must be processed. a. Electricians - 16 b.. Electrician Formen - 2 c. Project Manager - 1 d.. Safety Director - 1 b. Contractor employees required to have a Contractor Badge without Right

  • f W ay Training endorsement

4. The contractor shall be prepared to start the work within 30 days after contract award with the minimum type and number of employees listed above.

slide-12
SLIDE 12

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 124 of 277

B. Period of Performance -The solicitation is for a Base Year and four (4) Option Years. 1. Base Year a. The Base Year shall commence with the Notice to Proceed. 2. Option Years - Four (4) Option Years. a. The Authority has the unilateral right to award the contract with the Base Year and any or all of the Option Years. b If the Authority does not award any or all of the Option Years with the initial contract award, the Authority may unilaterally exercise one or more option years. The Authority shall strive to provide the contractor with thirty (30) days advance notice of an option being exercised. Option Years can only be exercised by a unilateral contract modification(s). Option Year modifications shall contain the current prevailing labor rates and effective Unit Prices for all Order for Services issued during the Option Year. c. The Authority has no liability if any Option Years are not exercised. C. Prevailing Labor Rates 1. Base Year Prevailing Labor Rates - The prevailing labor rates contained in the IFB with amendment(s) shall apply to the Base Year and any Option Years awarded in the initial contract award. No equitable adjustments will be made due to changes in the prevailing labor rates for Order for Services issued within the contract period contained in the initial contract award. 2. Option Year(s) Prevailing Labor Rates - If the Contracting Officer exercises one

  • r more options after contract award, the option modification(s) shall include the prevailing labor rates

provided by the U.S. Department of Labor in effect on the date of the option modification. The prevailing labor rates provided by the U.S. Department of Labor issued with the contract modification shall apply to all Order for Services issued in the Option Year regardless of when the Order for Services is performed. i.e. If an Option Year 1 Order for Services period of performance extends into Option Year 2, the prevailing labor rates for Option Year 1 (not Option Year 2) shall apply. D. Unit Price Economic Price Adjustment - For the period beyond the initial contract award, the Unit Prices shall be subject to change as a result of changes to the prevailing labor rates provided by the U.S. Department of Labor. The contract Unit Prices shall be adjusted (upward or downward) to reflect changes in the prevailing labor rates. In general, the unit prices shall be adjusted based upon the percentage difference between the prevailing wage rates in the IFB and the prevailing wage rates in the

slide-13
SLIDE 13

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 125 of 277

Option modification(s). For Unit Price Adjustment purposes, only the W ashington DC Heavy Electricians Rate will be utilized. For each Option Year, the Option Year modification prevailing labor rate (Rate and Fringe) W ashington DC Heavy Electrician shall be divided by the the IFB prevailing labor rate (Rate and Fringe) W ashington DC Heavy Electricians. The multiplier should be applied to the bid Unit Prices contained in the Conformed Contract. The result is the adjusted Unit Prices for the Order for Services issued in the applicable option period. This process shall be repeated each time an Option Year modification is issued. The current Option Year prevailing labor rates shall always be compared to the IFB prevailing labor rates (Rate and Fringe) W ashington DC Heavy Electricians. 1. Unit Price Adjustment Sample No. 1 - The initial contract award was for the Base Year only and the Contracting Officer issues a modification for the Option Year 1. For sample purposes the award date will be set back one year. a. Contract award date - May 17, 2010 (not 2011) b. Prevailing wage rate in effect on May 17, 2010* 1. Rate $37.60 2. Fringes $12.28 (no consideration for Paid Holidays) 3. Total Rate and Fringes $49.88 * Source: Department of Labor W age Determination Decision DC100001 MOD 2 REVISED 05/07/10 DC1, General Decision Number: DC100001 04/23/2010 c. Option Year 1 modification date May 17, 2011. d. Prevailing wage rate in effect on May 17, 2011** 1. Rate $39.02 2. Fringes $12.82 (no consideration for Paid Holidays) 3. Total Rate and Fringes $51.84 ** Source: Department of Labor W age Determination Decision General Decision Number: DC100001 05/06/2011 DC1 e. Option Year 1 Unit Prices 1. Option Year 1 Total Rate and Fringes $51,84 Base Year Total Rate and Fringes $49.88

slide-14
SLIDE 14

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 126 of 277

f. Option Year 1 Unit Price Adjustment Factor = 1.04 a. Adjustment factor will be two decimals. If the third digit is 5 or below, the second digit shall be rounded downward. If the third digit is above 5, the second digit shall be rounded upward. g. Assuming Bid Unit Prices a. Electricians $70 b. Foreman $72 h. Option Year 1 Unit Prices 1. Electricians $70 * 1.04=$72.80 2. Foreman $72 * 1.04=$74.88 3. Adjusted Unit Prices will be two decimals. If the third digit is 5 or below, the second digit shall be rounded downward. If the third digit is above 5, the second digit shall be rounded upward. 2. Unit Price Adjustment Sample No. 2 - The initial contract award was for the Base Year only, the Contracting Officer previously issued a modification for Option Year 1, and the Contracting Officer now issues a modification for the Option Year 2. For sample purposes the award date will be set back one year. a. Contract award date - May 17, 2010 (not 2011) b. Prevailing wage rate in effect on May 17, 2010* 1. Rate $37.60 2. Fringes $12.28 (no consideration for Paid Holidays) 3. Total Rate and Fringes $49.88 * Source: Department of Labor W age Determination Decision DC100001 MOD 2 REVISED 05/07/10 DC1, General Decision Number: DC100001 04/23/2010 c. Option Year 2 modification date May 17, 2012. d. Prevailing wage rate in effect on May 17, 2012*** 1. Rate $40.25 2. Fringes $13.25 (no consideration for Paid Holidays) 3. Total Rate and Fringes $53.50 *** Source: Numbers are made up for example purposes only.

slide-15
SLIDE 15

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 127 of 277

e. Option Year 2 Unit Prices 1. First Option Year Total Rate and Fringes $53.50 Base Year Total Rate and Fringes $49.88 f. Option Year 2 Unit Price Adjustment Factor = 1.07 1. Adjustment factor will be two decimals. If the third digit is 5 or below, the second digit shall be rounded downward. If the third digit is above 5, the second digit shall be rounded upward. g. Assuming Bid Unit Prices 1. Electricians $70 2. Foreman $72 h. Option Year 2 Unit Prices 1. Electricians $70 * 1.07=$74.90 2. Foreman $72 * 1.07=$77.04 3. Adjusted Unit Prices will be two decimals. If the third digit is 5 or below, the second digit shall be rounded downward. If the third digit is above 5, the second digit shall be rounded upward. H. Orders for Services Procedure 1. Order for Services -The work shall be initiated by Order for Services (OFS). During the term of the contract, the Authority Representative (AR) and/or the Ordering Officer will issue an Order for Services to identify each occasion upon which services are to be performed by the contractor. The period of performance for the work specified in each separate Order for Services will be indicated in each Order for Services issued. Order for Services may be issued within the Base Period and or Option Year(s) that will require performance beyond the period during which the OFS was issued. A sample OFS is included

  • below. The actual form may be modified by the Authority.

a. Generally, the OFS will include the Contract Number, Order for Services Number, Project Location, Project Description, Scope Outline, Technical Drawings, Unit Price Schedule Items affected, Estimated Quantities, Unit Prices, OFS value, and Period of Performance (as any or all may apply). The OFS will include signature blocks for the Authority and the contractor and a Notice to Proceed date. Typically, the OFS may be issued by email, facsimile, mail, or in person. The contractor shall sign

slide-16
SLIDE 16

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 128 of 277

and return the OFS with one (1) business day of receipt. b. Each Order for Services issued under this Contract is subject to the terms and conditions of the Contract. c. In case of a conflict between the Order for Services and the requirements of the contract, the contract shall govern. d. Any Order for Services may require the performance of work at multiple sites. e. After receipt of the Order for Services NTP, the Contractor shall complete the entire work, including the final cleanup, ready for use, for each Order for Services within the specified period of performance. f. The AR and/or Ordering Office may revise Orders for Services by written revision to the original Order for Services with the appropriate Revision Number displayed. The revised OFS shall be transmitted to the contract as are new OFS’s and the contractor shall return the revised OFS within

  • ne (1) business day.

g. Order for Services Sample Form

slide-17
SLIDE 17

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 129 of 277

slide-18
SLIDE 18

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 130 of 277

I. OFS Daily W ork Tracking a. For each shift worked, the contractor employees shall be tracked by a “METRO PROJECT DAILY REPORT – LABOR, MATERIAL, EQUIPMENT” form . The contractor personnel will be required to sign in and sign out for every shift worked. The daily report form to be signed will be provided at the reporting location by a W MATA representative. This daily tracking form will indicate the time-in and time-out for each of the contractors. This tracking form will be utilized by Authorized Representative for verification of hours worked by each contractor employee. The form must be signed by the contractor foreman and the WMATA on site representative b. “METRO PROJECT DAILY REPORT – LABOR, MATERIAL, EQUIPMENT” form

slide-19
SLIDE 19

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 131 of 277

METRO PROJECT

DAILY REPORT - LABOR, MATERIAL & EQUIPMENT

Order for Service No. Date , 20 Day Contract No. Contractor Contract Modification No. IMPORTANT: This form must be submitted not later than the day following date work was performed. Report No. Page

  • f

The following work was performed this date requiring use of the labor force, materials, equipment, special forces and services listed hereon: DESCRIPTION OF WORK PERFORMED: Certified Correct By: Date

c on trac tor’s R ep res en tative

LABOR EQUIPMENT

Name Craft Class Hours Make Model Description Hours

MATERIALS, SPECIAL FORCES AND SERVICES

Quan. Unit Description

For Engineer’s Use APPROVED AS TO SUBSTANCE

Hours W orked Verified By

By Date

slide-20
SLIDE 20

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 132 of 277

J. OFS Billing and Payments 1. The contractor shall submit invoices on the last day of each month that includes the following minimum data: a. METRO PROJECT DAILY REPORT – LABOR, MATERIAL, EQUIPMENT” forms signed by the Contractor and W MATA for each shift. b. Certified Payrolls broken down by individual OFS c. A single Excel based spreadsheet (submitted in hard copy and sent electronically with no locking (must be available for use and changes by WMATA) 1. First spreadsheet tab (summary sheet) to include: a. Billing period (start to finish) b. OFS number(s) and cumulative amount for each OFS

  • c. Total cost for the billing period

2. Second spreadsheet tab for each OFS a. Each employee b. Each shift c. OFS number d. Hours worked by employee by each shift for each OFS e. Summary totals by employee and each shift. f. Group employees by Unit Price Schedule items g. Subtotal by Unit Schedule items h. Total by employee, hours, and price. d. A complete and detailed invoice in Excel spreadsheet format and in hard copy as indicated above. A lump sum invoice will not be accepted. e. A completed and signed Illness and Injury report (C-26). f. Certified payroll(s) & Gross Payment Statement. g. DBE Participation Status Report. h. Current Monthly Progress Schedule. K. OFS Substantial Completion Inspection and Final Acceptance 1. Upon completion of each Order for Services, the Authorized Representative shall prepare an OFS Substantial Completion Inspection form. The form will include a checklist for the following minimum items. A. Certified Payrolls - Submitted and no problems found. B. METRO PROJECT DAILY REPORT – LABOR, MATERIAL, EQUIPMENT” forms - Submitted and approved. C. Invoices and Payments - All invoices submitted and approved. D.. C-26 forms - Submitted and approved. E. Release of Retention for each OFS - Authority Representive signs that all above items are complete and OFS retention can be released.

slide-21
SLIDE 21

IFB-FQ11311/MR W ashington Metropolitan Area Transit Authority Contract No. FQ11311 Page 133 of 277

2. Order for Services Substantial Completion Inspection and Final Acceptance Form This form will be provided after contract award.

slide-22
SLIDE 22
slide-23
SLIDE 23
slide-24
SLIDE 24
slide-25
SLIDE 25
slide-26
SLIDE 26
slide-27
SLIDE 27
slide-28
SLIDE 28
slide-29
SLIDE 29
slide-30
SLIDE 30
slide-31
SLIDE 31
slide-32
SLIDE 32
slide-33
SLIDE 33
slide-34
SLIDE 34
slide-35
SLIDE 35
slide-36
SLIDE 36
slide-37
SLIDE 37
slide-38
SLIDE 38
slide-39
SLIDE 39
slide-40
SLIDE 40
slide-41
SLIDE 41

IFB-FQ11311, Electrician Labor, Pre-Bid Conference Agenda Page 7 IFB-FQ11311/MR Electrician Labor Maryland, Virginia, and Washington, DC Pre-Bid Questions To: Miles Rosner, Contract Administrator Office of Procurement and Materials 600 Fifth Street, NW Room 4B-07 Washington, DC 20001 mrosner@wmata.com (preferred) Fax 202-962-6120 (If faxed, call or email to notify of fax)

From: ____________________________________________________ _______________________________ Name Title Telephone ____________________________________________________ ______________________________________ Affiliation Fax _______________________________________________ ________________________________ Street Address E mail _________________________ __________________ __________ City State Zip Code Reference (Technical Provision Page Number, etc.)._________________________ Question:

slide-42
SLIDE 42

IFB - FQ11311/MR June 29, 2011

Washington Metropolitan Area Transit Authority

Electrician Labor Pre-Bid Conference

slide-43
SLIDE 43

Purpose

  • WMATA has an on-going need to

remove and replace defective and aging power cable.

  • Our 1000kcmil traction power

cable is a key element to our highly valued system reliability.

  • Other cable on our system

includes, but is not limited to: data, AC, ATC, ETS and many more that require replacement at any given time.

Purposee

IFB - FQ11311/MR

slide-44
SLIDE 44

Metro Facts

  • Created by interstate compact in 1967
  • Federal and regional partnership
  • Multi-jurisdictional

SYSTEM:

  • Size: 106.3 miles, 86 stations
  • Subway: 50.5 miles, 47 stations
  • Surface: 46.31 miles, 33 stations
  • Aerial: 9.22 miles, 6 stations.
  • 5 Rail Lines — Blue, Green,

Orange, Red and Yellow

IFB - FQ11311/MR

slide-45
SLIDE 45

Power I nfrastructure

  • 186 DC Traction Power Sub-Stations and Tie Breaker Stations
  • 174 AC Sub-Stations (includes passenger stations and yard facilities)
  • 435 Transformers
  • 261 Rectifiers
  • 160 Un-interruptible Power Systems (UPS), 68 Emergency Generators
  • 20 permanent, 24 trailer type and 24 hand portable
  • Lighting Systems for 80 Passenger Stations, 33 Parking Lots, 26 Bus

Loops, 12 Parking Garages, 12 Satellite Facilities, 9 Bus Garages and 6 CMNT Service and Inspection Yards (approximately 325,000 Light Bulbs)

  • 1,680 Emergency Trip Station (ETS)
  • 128 Motor Control Centers

IFB - FQ11311/MR

slide-46
SLIDE 46

Work Conditions

  • Cable reels

IFB -FQ11311/MR

slide-47
SLIDE 47

Work Conditions

  • Cable Racks and Ladders

IFB-FQ11311/MR

slide-48
SLIDE 48

Work Conditions

  • Cable Troughs and Ductbanks

IFB-FQ11311/MR

slide-49
SLIDE 49

Work Conditions

  • Cable Terminations

IFB-FQ11311/MR

slide-50
SLIDE 50

Work Conditions

  • Cable in ROW

IFB-FQ11311/MR

slide-51
SLIDE 51

Closing

  • We, at WMATA, thank you for your interest in this

solicitation.

IFB-FQ11311/MR