Solicitation Details

Solicitation FQ14005RLJ

Replace Five Chillers Crystal City, Metro Center and Potomac Avenue Metrorail Stations DC and VA

Status: Closed
Posted on 04/30/2015
Due on 06/10/2015
Pre-Proposal Conference Date on 05/06/2015
DBE Participation Goal: 16%
Contract Administrator: Gufranova, Guzel
Email Address: ggufranova@wmata.com

Synopsis

LETTER TO BIDDERS WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY (WMATA)

DATE: April 30, 2015

SUBJECT: Invitation for Bid (IFB) FQ14005/RLJ Replace Five Chillers Crystal City, Metro Center and Potomac Avenue Metrorail Stations DC and VA

The Washington Metropolitan Area Transit Authority (WMATA) requests your bid for the furnishing of labor, materials, equipment, tools, project management, supervision, engineering, quality control, testing, transportation, safety, appurtenances and other items necessary for the work contained in the IFB.

The scope of work includes:

- Water cooled chiller replacements - Cooling tower - Electrical modifications - Rigging - Pipe fitting and welding - Electrical (switching breakers, installing conduit and wire) - Install new remote control and monitoring systems - Warranty, preventive maintenance and service.

Station/Location Jurisdiction Chillers Units Description Crystal City

• Metrorail Station Mezzanine 1750 South Clark St. Arlington, VA 22202

• Rooftop Vornado Charles E. Smith 251 18th Street South Arlington, VA 22202 VA 1 • 350 ton water cooled, semi-hermetic oil-free centrifugal compressor water chiller and related work - Replace. • Cooling tower - Electrical modifications • Water treatment system - Modify • Pumps and motors - Replace Metro Center

Garage and rooftop Washington Marriott at Metro Center 775 12th Street, NW Washington, D.C. 20005 DC 2 • 350 ton water cooled, semi-hermetic oil-free centrifugal compressor water chiller and related work - Replace. • Cooling tower - Electrical modifications • Water treatment system - Modify • Pumps and motors - Replace Potomac Avenue

WMATA owned standalone building (Street level) 519 13th Street, SE, Washington, DC 20003 (Pennsylvania Ave and 13th Street , SE) DC 2 • 350 ton water cooled, semi-hermetic oil-free centrifugal compressor water chiller and related work - Replace. • Cooling tower - Electrical modifications • Water treatment system - Modify • Pumps and motors - Replace

Estimated Cost Range: $1,000,000 - $5,000,000

Period of Performance: NTP + 750 Calendar Days (CD’s)

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 Bond in the amount of the contract price after award of the contract and Payment Bond in the amount of 1) Fifty percent of the contract price if the construction contract price is not more than $1,000,000; (2) Forty percent of the contract price if the contract price is more than $1,000,000 and not more than $5,000,000; or (3) When the contract price is more than $5,000,000, the payment bond shall be $2,500,000.

DBE Information:

The solicitation includes a DBE goal of 16% if the bid price is $500,000 or 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 Conference.

DBE Vendor Directory

http://www.wmata.com/business/disadvantaged_business_enterprise/dbe_search.cfm

Questions regarding WMATA’s DBE program may be addressed to Ms. Tinuade Akinshola, DBE and Compliance Specialist takinshola@wmata.com or 301-955-5188. Email contacts preferred. Please cc Contract Administrator at rljones2@wmata.com when contacting DBE and Compliance Specialist.  

Insurance

The successful bidder must provide Commercial General Liability (CGL), Automobile Liability (AL), Railroad Protective Liability (RRPL) with WMATA included as an additional insured on the Commercial General Liability and Automobile Liability

WMATA will have an insurance representative on hand at the Pre Bid Conference to discuss the Railroad Protective Liability Insurance.

The successful bidder must provide: • Commercial General Liability • Worker’s Compensation • Business Automobile Liability • Builders Risk • Contractors Equipment Floater • Riggers Liability • Railroad Protective Liability (RRPL)

In lieu of providing a standalone RRPL in WMATA’s name, the successful bidder may request that the contract work be covered under WMATA’s blanket Railroad Protective Liability Insurance Program. Refer to Special Conditions 2.15 Indemnification and Insurance, Railroad Protective Liability Insurance (RRPL) whereby WMATA may waive the requirement for the contractor to procure the RRPL and instead be covered under WMATA’s RRPL policy by pre-paying a waiver fee as determined by WMATA’s Risk Management Department. The Contractor would apply for coverage under WMATA RRP policy, pay the waiver fee and submit proof of payment to the Authorized Representative. The contractor is entitled to 100% reimbursement of the actual premium paid to WMATA with no markups. The application and fee must be submitted within ten (10) calendar days of contract award. For bidding purposes, an allowance will be provided on the Unit Price Schedule. The contractor shall be reimbursed 100% of the actual waiver fee paid to WMATA.

If the contractor chooses to not utilize the WMATA RRPL, then WMATA will reimburse the contractor the actual cost with no markups up to the amount (not allowance) that would have been paid for the WMATA waiver fee

WMATA will have an insurance representative on hand at the Pre Bid Conference.

Bidders are cautioned to not take exceptions or qualify their bid. Any questions regarding the solicitation should be made in writing to the Contract Administrator no later than five (5) business 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.  

Mandatory Pre-Bid Conference, Wednesday, May 6, 2015 at 8:00 am (Please arrive at the Lobby Receptionist by 7:45 am at WMATA, Jackson Graham Building, Lobby Level Training Room, 600 5th Street, NW, Washington, D.C., 20001. WMATA will provide a PowerPoint presentation including the solicitation issues and technical requirements.

WMATA will have representatives of our procurement, insurance, DBE, safety, and infrastructure rehabilitation in attendance. WMATA certified DBE’s are strongly encouraged to attend.

All attendees must provide a WMATA Contractor ID or 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 meeting are requested, but not required, to send an email to rljones2@wmata.com , 24 hours in advance, with their name, title, company name, mailing address, telephone, and email for each attendee. Attendees should arrive early in order to clear security and/or receive temporary badges. The meeting is expected to end by 11 am.

Mandatory Site Visit. Since the work areas are with secure and control access locations, the site visit mandatory. WMATA will conduct site visits at all locations immediately after the Pre-Bid Conference. The site visit will start at end of the Pre Bid Conference. Attendees must ride the Metrorail to each station and do so at their expense. Attendees must be escorted by WMATA.personnel.

Attendees that have a current WMATA Contractor ID shall display their ID and bring PPE and WMATA approved safety vest. Attendees not holding WMATA Contractor ID with PPE and vest should specifically identify themselves to the WMATA escorts. WMATA must arrange escorts based upon the number of attendees.

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, ###June 10, 2015 REVISED AM -3### by 2 pm and shall be delivered to WMATA, Office of Procurement and Materials, Room 3C-02, 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. 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 five (5) business 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.

Virginia Contractor License

If any work is in the Commonwealth of Virginia, a bidders shall have a Virginia Class A contractor license. http://www.dpor.virginia.gov/ . This is a Commonwealth of Virginia law and WMATA complies with the law.

Basis of Award

A single contract for all items will be awarded to the lowest responsive and responsible bidder.

Type of Contract:

Firm fixed price contract for the items in the Unit Price Schedule.

IFB Volumes Volume 1, Bidding and Contracting Requirements Volume 2, Technical Provisions Volume 3, Drawings

IFB availability:

Once the IFB is issued it will be posted on the WMATA website at http://www.wmata.com/business/procurement_and_contracting/solicitations/index.cfm in Adobe Acrobat (.pdf) format. The IFB can be downloaded free of charge.

In order to avoid IFB download problems, please immediately download the latest version of Adobe Acrobat Reader 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.

Buy America Act Certification (Not to be confused with Buy American)

Bidders should be fully cognizant regarding BUY AMERICA and be prepared to submit not only a BUY AMERICA certificate but actual proof of compliance including parts and assembly. This information will be required with the Pre Award Data submitted by the Apparent Low Bidder.

The applicable Buy America Certificate for this solicitation is “Certification requirement for procurement of steel, iron, or manufactured products.”

http://www.fta.dot.gov/legislation_law/12921.html

This project is funded by the Federal Transit Administration. 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.

Preventive Maintenance, Service and Warranty

Refer to IFB Volume 1 for specific requirements

Contractor Personnel and WMATA Contractor ID

All on site personnel as well as various contractor management personnel must have a current WMATA Contractor ID. In order to obtain a WMATA Contractor ID all persons must pass a WMATA background check and WMATA safety training. WMATA safety training is provided in English only and translators are not allowed. WMATA will provide safety training and Contractor ID’s to the successful contractor team at no cost.

Vendor Registration:

Please visit our Internet website at http://www.wmata.com/business/ for New Vendor Registration and Registered Vendors (updates, etc) http://www.wmata.com/business/procurement_and_contracting/vendor_registration.cfm Question regarding vendor registration should be addressed to Phillip Barrett, Jr at PbarrettJr@wmata.com or telephone 202-962-1408.

Contact Person: Mr. Robert Jones, Contract Administrator, rljones2@wmata.com, voice (202) 962-1911; or write Robert Jones, Office of Procurement and Materials, Washington Metropolitan Area Transit Authority, 600 Fifth Street, NW Washington, D.C. 20001. Email contacts are strongly preferred.

NAICS Codes 238910 Demolition 333415 Chiller Manufacturer 238220 Plumbing, Heating and Air conditioning Contractor 238210 Electrical Contractor  

Attachments

Vol 1 IFB FQ14005RLJ.pdf
Vol 2 IFB FQ14005RLJ Technical_Specifications.pdf
Vol 3 IFB FQ14005RLJ Drawings.pdf
Copy of FQ14005 Advance Notice List and WMATA employees Rev 06.pdf
IFB FQ14005 QA - A - RLJ.pdf
IFB FQ14005 QA - B - RLJ.pdf
FQ14005RLJ Pre Bid Conference Agenda Compiled.pdf
FQ14005RLJ Amendment 1.pdf
IFB FQ14005 QA - C - RLJ.pdf
FQ14005RLJ Amendment 2.pdf
FQ14005RLJ Amendment No 3.pdf
IFB FQ14005 QA - D - RLJ.pdf
IFB FQ14005 Bid Results 6-10-15.pdf

Award Information

Vendor NameAward DateAward AmountAttachment
R.M.Thornton Mechanical 09/01/20153, 681, 939

Return to list