district of columbia water and sewer authority department ... · water and sewer authority...
TRANSCRIPT
DISTRICT OF COLUMBIA
WATER AND SEWER AUTHORITY
DEPARTMENT OF PROCUREMENT
REQUEST FOR PROPOSALS (RFP)
ANNUAL MAINTENACE, REPAIR AND
CALIBRATION OF INSTRUMENTATION
CONTROLS AND ELECTRICAL EQUIPMENT
CONTRACT NO: 15-PR-DDCS-01
ISSUE DATE: TUESDAY, NOVEMBER 12, 2014
SITE VISIT: TUESDAY, NOVEMBER 25, 2014
PROPOSAL DUE DATE: MONDAY, DECEMBER 19, 2014
TIME: 2:00 PM EDT
2
REQUEST FOR PROPOSAL (RFP)
15-PR-DDCS-01
ANNUAL MAINTENANCE, REPAIR AND CALIBRATION
OF INSTRUMENTATION CONTROLS
AND ELECTRICAL EQUIPMENT
Table of Contents
SECTION PAGE NUMBER
1 SYNOPSIS AND BACKGROUND 5-6
2 PROJECT OVERVIEW 6-18
3 PROCURMENT INFORMATION 18-23
4 EVALUATIONS 24-26
5 PROPOSAL PREPARATION AND SUBMISSIONS 26-30
6 CONTRACTUAL GUIDELINES AND INFORMATION 30-34
3
ATTACHMENTS
Attachment A Not Applicable
Attachment B* Pricing Schedule
Attachment C General Provisions
Attachment D Collective Bargaining Agreement (CBA)
Attachment E* Certifications and Representations, Acknowledgments, Affidavits
Attachment F* Vendor Information and W-9 Form
Attachment G* Local Small Business Enterprise Program
Attachment H* EEO Packet/Affirmative Action Plan
Attachment I* DC Water Works Program
Attachment J* Labor Rates
Attachment K* Bonds
Attachment L* Mid-Atlantic Purchasing Team Rider Clause
Attachments denoted with an * must be signed by vendor and returned with the solicitation
4
LIST OF ACRONYMS
CAP – Certified Automation Professional
CCST – Certified Control Systems Technician
CM – Corrective Maintenance
CMMS – Computerized Maintenance Management System
COR – Contracting Officer’s Representative
ISA – International Society of Automation
MOC – Management of Change
NEC – National Electric Code
NICET – National Institute for Certification in Engineering Technologies
NFPA – National Fire Protection Association
OSHA – Occupational Safety and Health Association
PLC – Programmable Logic Controllers
PM – Preventative Maintenance
PPE – Personal Protective Equipment
SCADA – Supervisory Control and Data Acquisition System
5
NOTICE TO OFFERORS
MARKET TYPE: OPEN MARKET
This request for proposal is an open market procurement with preference points for certified, local,
and local small business enterprises.
SECTION 1: SYNOPSIS OF PROCUREMENT GENERAL INFORMATION AND
BACKGROUND OF AUTHORITY
1.1 SYNOPSIS OF PROCUREMENT:
The District of Columbia Water and Sewer Authority (“DC Water”) is soliciting proposals
for the Annual Maintenance, Repair, and Calibration of Instrumentation Controls and
Electrical Equipment located at various DC Water facilities. DC Water is seeking the
service of a contractor to provide six (6) certified instrumentation technicians and two (2)
industrial journeyman electricians to administer parts replacement for the maintenance,
repair, calibration, and installation of various instrumentation systems and electrical
equipment. The contractor will also furnish the required parts.
1.2 GENERAL INFORMATION:
Until 1996, the District of Columbia Water and Sewer Authority, now referred to as DC
Water, was part of the District of Columbia (DC) government. In 1996, DC government
initiated the creation of the District of Columbia Water and Sewer Authority (DC WASA),
an independent authority of the District of Columbia providing services to the
region. Although DC Water has maintained some ties with District government, its finances
and operations are managed separately. DC Water develops its own budget, which is
incorporated into the District’s budget and then forwarded to Congress. All funding for
operations, improvements, and debt financing is derived through usage fees, EPA grants,
and the sale of bonds.
DC Water’s daily operations are managed by the general manager who reports to an
11-member Board of Directors. Six board members represent the District and five represent
the adjoining jurisdictions. Two members each are from Prince George’s and Montgomery
Counties in Maryland, and one from Fairfax County in Virginia.
DC Water provides retail water and wastewater services to its residential and commercial
customers in the District. Wholesale wastewater treatment is provided to portions of
Montgomery and Prince George’s counties in Maryland and Fairfax and Loudoun counties
in Virginia. DC Water buys its drinking water from the Washington Aqueduct, a division of
the U.S. Army Corps of Engineers. The Aqueduct treats the water and DC Water distributes
it throughout the District of Columbia. DC Water’s Blue Plains Advanced Wastewater
Treatment Plant, located at 5000 Overlook Avenue SW, is the world’s largest advanced
wastewater treatment facility.
6
DC Water Facts
Multi-jurisdictional regional utility that provides drinking water to the District’s
600,000 residents.
Collects and treats wastewater for 1.6 million customers in adjacent jurisdictions.
Approximately 1,000 employees work at various facilities throughout the District of
Columbia.
DC Water’s service area covers approximately 725 square miles.
To distribute water, DC Water operates nearly 1,300 miles of pipes, five pumping
stations, five reservoirs, four elevated water storage tanks, 36,000 valves and 8,700
hydrants.
To collect wastewater, DC Water operates 1,800 miles of sanitary sewers, 22 flow
metering stations, nine off-site pumping stations and 16 storm water pumping
stations within the District.
DC Water operates Blue Plains that covers 153 acres with a capacity of 370 million
gallons per day and a peak capacity of 1.07 billion gallons per day.
SECTION 2: PROJECT OVERVIEW
2.1 Scope of Work
2.1.1 The contractor shall provide six (6) certified instrumentation technicians and two
(2) industrial journeyman electricians to DC Water for the period of performance.
This includes onsite supervision, transportation, replacement parts for repair,
calibration, installation and maintenance of the Programmable Logic Controllers
(PLC), instrumentation, electrical and telemetry equipment and other related
equipment at various DC Water facilities. The contractor is encouraged to visit the
site(s) and become thoroughly familiar with all conditions affecting the
satisfactory completion of the contract.
Each certified instrumentation technicians and industrial journeyman electricians
must be experienced in standard principles and practices of preventative and
corrective maintenance/repair of industrial equipment including lock-out tag-out
procedures, electrical, instrumentation, process control systems, PLC maintenance
and programming, instrumentation loops, reading and interpreting schematics,
calibration standards and procedures and various other systems directly related to
water distribution and wastewater treatment.
Each of the certified instrumentation technicians and industrial journeyman
electricians shall perform approximately 2,000 hours of services at the job site(s)
during the base year and each option year for a total of 16,000 hours per year.
(8 labor hour employees x 2,000 hours = 16,000 total hours of straight time per
year). Overtime hours are estimated at 100 total hours per year.
The Contractor shall be available on a full-time basis to perform all duties of the
above described work.
7
2.1.2 At least five out of eight of the Contractor’s proposed team must be current
employees of the firm at the time of RFP closing.
2.1.3 All work and services are to be performed under the direct supervision of the
Supervisory Control and Data Acquisition System (SCADA) Manager, the Process
Control Manager and/or the DC Water Manager or designee. All assigned work
shall directly be distributed through the Contractor’s onsite Supervisor.
2.1.4 The Contractor shall provide a full-time Supervisor at the jobsite who shall also be
one of the working certified instrumentation technicians. This Supervisor shall
have an International Society of Automation® (ISA) Level III Certified Control
Systems Technician® (CCST) or National Institute for Certification in
Engineering Technologies (NICET) IV certification. All certifications shall be
maintained throughout the duration of the contract.
2.1.5 The Contractor shall provide, but not be limited to, the following goods and
services:
a. Troubleshooting defective equipment, systems, and making restorative
repairs to such items.
b. Perform complete corrective and preventive maintenance, testing and
calibration of equipment, systems, and associated devices and process
control systems.
c. Perform all other tasks necessary to complete corrective and preventive
maintenance to the instrumentation systems and controls and associated
equipment, including electrical equipment.
d. Perform complete installations of various types of instrumentation utilizing
basic electrical plumbing, steam fitting, and carpentry skills as necessary
using accepted standards and practices in compliance with all applicable
codes and regulations.
e. Furnish, at its own expense, all tools, test equipment, safety equipment, and
other necessary equipment required to perform all repairs and installation
services related to the contract.
f. Store furnished tools and equipment used to perform all repairs and
installation services onsite at all times and have such tools and equipment
immediately available for use by the Contractor’s labor hour employees.
g. An updated list of recommended and certified test equipment made
available from the contractor’s supervisor, or designee, upon request. A
general list is provided in section 2.19-2.21 of this solicitation. Any
substitutes must be approved by the Contracting Officer’s Representative
(CO)R or designee before use at DC Water facilities or service area.
8
h. Submit a standard report form, in the DC Water approved format, of all
tests, inspections, calibrations, and work completed. The report frequency
shall be after scheduled service.
i. Documented work of all labor, parts, job plans, asset information,
calibration reports, etc., must be submitted using DC Water’s
Computerized Maintenance Management System (CMMS)
j. Provide a detailed Root Cause Analysis for trouble/failed equipment and/or
systems as part of completion of detailed or non-routine work (corrective
maintenance). The Root Cause Analysis shall be incorporated into the
complete work orders.
k. Provide updated documentation when changes are made in AutoCAD
format for loop, wiring, and layout drawings. The contractor shall also
provide updated control or process narratives for any interlock and set
point changes.
l. Assist in making recommendations (this requirement only applies to the
Contractor’s Supervisor only) on the Preventative Maintenance (PM)
program. The contractor’s supervisor shall work with the DC Water
authorized representative to review and practically improve job plans. The
contractor’s Supervisor shall also assist in establishing frequency of
calibration or performance of PM based on manufacturer recommendations
or condition assessment requirements.
m. Company uniforms must be worn by labor hour employees at all times
while performing duties at DC Water facilities and designated service
areas. The requirement to wear company uniforms shall not be an
additional cost to DC Water.
2.1.6 The contractor’s performance shall be evaluated based on production, efficiency
and quality.
a. Production shall be based on meeting the preventive and corrective
maintenance schedule. Preventive and corrective scheduled compliance
shall be based on the completion of at least 90% of all scheduled work
hours, less emergency work hours, per week. The contractor shall be
required to submit a monthly compliance report to the COR or designee.
b. Efficiency shall be based on the completion of scheduled work orders
within the time estimates presented on the job plans, plus or minus twenty
(20) percent. The contractor shall submit a monthly efficiency report
indicating the amount of non-emergency work orders executed, man-hours
estimates and actual man-hours completed to the COR monthly. The
contractor shall review the provided job plans and provide constructive
feedback for continuous improvement.
9
c. Quality shall be evaluated by measuring the amount of complete work
orders rejected by DC Water, when the cause of the rejection can be
attributed to the contractor’s performance. In addition, quality shall also be
evaluated by reviewing official documentation of all labor hour employee
activities in the CMMS; lack of proper CMMS documentation shall be
recorded. First call resolution for corrective maintenance shall be tracked,
as well as repeat calls on closed corrective maintenance work orders. The
Contractor shall submit a monthly quality report indicating the total amount
of work orders closed and the amount of work orders rejected by the COR.
d. The contractor’s supervisor shall manage, track and report, on a weekly
basis, the time and date technicians and electricians have been provided
work assignments (work orders) and are working (or en route), within
fifteen minutes of the start of duty.
e. The COR will meet with the contractor’s supervisor monthly to review and
approve the performance reports.
2.2 Tour of Duty:
Work shall be performed during established pre-arranged eight (8) hour workdays, fifty-two
weeks per year, except for official DC Water holidays designated in section 6.16 and/or in
the case of emergency repairs. The regular tour of duty under the contract shall be a forty
(40) hour work period between the hours of 7:30 am and 4:00 pm, Monday through
Saturday. Any pre-approved work, approved by the COR, beyond the forty hour work
period shall be considered overtime and shall be compensated at the special overtime rate
the Contractor submits and negotiates on the Pricing Schedule (Attachment B). The tour of
duty days and hours may be changed to adjust to individual section needs as determined by
the section supervisor and approved by the COR, or designee. Staggered times include a
start time anywhere from 6am to 9am.
2.3 Certified Instrumentation Technicians Qualifications:
2.3.1 The Contractor shall furnish highly qualified and certified instrumentation
technicians with a minimum of eight (8) years of experience in heavy industrial
instrumentation, control systems, telemetry systems and equipment, calibration
standards and procedures, PLC systems maintenance and programming, and
various systems directly related to water distribution, sewer collection and
wastewater treatment.
2.3.2 All technicians must possess a current and valid CCST Level II certification from
ISA or NICET III or higher certification. DC Water at its sole discretion will
accept for review and consideration up to four (4) candidates that do not meet
these certification requirements (ISA, NICET). The candidate must, however,
have extensive experience of at least seven (7) years; demonstrate high proficiency
in troubleshooting, programming and repair working with process control
equipment including Allen Bradley, Modicon and related Operator Interface
Terminals. If no candidates are acceptable to the DC Water Manager then the
Contractor must provide candidates that meet the certification requirements (ISA
10
or NICET). The contractor’s supervisor must possess and maintain an ISA CCST
Level III or NICET IV certification. No technician may begin work on this
contract, under any circumstances, without an approved instrumentation
certification. No technician will be allowed to continue work on this contract if
their instrumentation certification lapses. The technician(s) may be allowed to
resume work when said certification is restored and current.
2.3.3 Certified instrumentation technician resumes must specify their name, experience,
training, formal education, and detailed work history including place and dates of
employment, certificates of all formal training, schooling and licensing. Resumes
must show a minimum of five hundred (500) hours training in instrumentation. At
least five (5) of the technicians must have four (4) years experience working with
computer process control systems.
2.3.4 DC Water reserves the right to verify all information submitted regarding this
solicitation.
2.3.5 DC Water will review the technical qualifications of the respondent as well as all
proposed certified instrumentation maintenance technicians, journeyman
electricians and foreman/supervisor resumes prior to qualification acceptance and
start of work for DC Water. The COR will conduct the reviews and make a
determination of the technical competency of the offeror and supplied resumes.
No order to proceed will be given until this process has been completed. Once the
order to proceed has been given, the contractor has thirty (30) calendar days to
comply with all requirements and begin work on this contract.
2.3.6 To be considered for an award, the contractor must furnish DC Water with the
following information and proof that the personnel are highly experienced,
dependable, and fully qualified to perform the work:
a. The contractor must have a minimum of eight (8) years of specialized
experience in performing installation, repair, calibration, commissioning
and maintenance of industrial instrumentation, process control systems and
associated equipment.
b. The contractor shall submit five (5) types of related work performed during
the past five (5) years.
c. The contractor shall demonstrate their quality processes and procedures to
the manager. The contractor shall be subject to a quality management audit
by the DC Water’s representative.
d. The certified instrumentation technicians and industrial journeyman
electrician’s detailed resumes must reflect that they are highly qualified and
experienced in this type of work.
11
2.4 Industrial Journeyman Electrician:
2.4.1 The Contractor shall furnish highly qualified and certified maintenance electricians
with a having a minimum of five (5) years experience each in, testing, installation
and repair of electrical, power and systems distribution equipment. The ability to
test troubleshooting, repair, overhaul, modify, and perform general maintenance of
complex alternating/direct current (AC/DC) electrical and electronic equipment
such as motors, transformers, generators, switching and control panels, voltage
regulators.
2.4.2 The journeyman must possess a current and valid District of Columbia
journeyman’s electrician’s license and have a minimum of five (5) years of
progressive experience or Associates Degree in industrial electrician/electronic
related field and four (4) years of progressive experience directly associated with
installing, repairing and maintaining electrical and electronic components of
machinery, equipment and systems. The industrial journeyman electrician must
demonstrate the ability to read and interpret electrical drawings, schematics and
blueprints, the ability to comprehend and have knowledge of pertinent guidelines,
rules and regulations of National Fire Protection Association (NFPA) and National
Electric Code (NEC) and Occupational Safety and Health Association (OSHA).
The candidate must be able to operate electrical power distribution systems up to
600 volt classifications.
2.4.3 To be considered for an award, the Contractor must furnish DC Water with the
following information and proof that the personnel they propose to utilize on the
contract are highly experienced, dependable and fully qualified to perform work
under this contract:
a. The contractor must have a minimum of ten (10) years of specialized
experience in performing installation, repair, calibration, and maintenance
of instrumentation systems, PLCs and process control equipment.
b. The contractor shall submit five (5) types of relevant related work
performed during the past five (5) years.
c. The Instrumentation Maintenance Technicians’ detailed resumes must
reflect that they are highly qualified, certified and experienced in this type
of work.
The employment of apprentices on this contract by the Contractor may be considered upon
review and approval by the COR. Employment of apprentices shall be at no cost to DC
Water and shall not count towards the number of qualified and certified technicians
specified in the Scope of Work.
12
2.5 Contractor’s personnel shall report to work with:
2.5.1 Transportation, mobile telephones; safety equipment for entering confined
spaces, wet locations and elevated spaces.
2.5.2 A full complement of tools, test equipment and personal safety equipment
necessary to perform the designated specific maintenance and repair.
2.5.3 A valid vehicle operator’s permit.
2.5.4 A picture identification card.
2.5.5 Current certificate of training in CPR, Basic First Aid, Arc Flash and Confined
Space Entry and Rescue.
2.5.6 A copy of their instrumentation certification documents as well as all other
certifications specified in their resume.
2.6 Certified Technician and Journeyman Basic Requirements:
2.6.1 Each certified instrumentation technician must be knowledgeable, competent,
industrious, cooperative, courteous, and trustworthy.
2.6.2 Each certified instrumentation maintenance technician and industrial journeyman
electrician will:
a. Report for duty ready to work at a site to be designated by DC Water.
b. Report for work in the proper attire (safety shoes, hard hats and gloves,
etc.) and with a full complement of tools and necessary test equipment.
c. Have all required licenses and certifications up to date and valid.
d. Breaks and lunches shall be excluded from billing hours. Contractor may
only bill hours spent on work approved by DC Water.
e. Report for work in proper Personal Protective Equipment (PPE) attire as
stated by the NFPA 70E 2005 work place safety rules and DC Water safety
department. Technicians and journeyman will be removed from the jobsite
if required PPE is not worn.
f. Have all required licenses and certifications up to date and valid.
13
2.7 Certified Technicians and Journeyman Proficiency Areas:
Each certified instrumentation technician and industrial journeyman electrician shall be
proficient in:
2.7.1 Reading (English).
2.7.2 Writing (English).
2.7.3 The use of tools and test equipment associated with this line of work.
2.7.4 Understanding and use of industry standards and practices for testing, repair,
maintenance and calibration of instrumentation equipment, PLCs and control
systems.
2.7.5 Preparation of accurate written reports of work, test results, root cause analysis,
calibration reports and work orders.
2.8 Failure to Meet Conditions:
2.8.1 Any technician or journeyman furnished under the contract that does not fulfill any
or all of the above conditions of employment shall be judged as unqualified and as
such, excluded from further participation under the contract. In addition DC Water
has the authority to have any personnel removed from participation on the contract
by providing written notification. The contractor shall remove this person within
one (1) business day.
2.8.2 Any technician or journeyman excluded from further participation on the contract
shall be replaced, at the contractors’ expense, within fifteen (15) working days
upon notification by the COR.
2.8.3 The contractor shall take immediate action to remedy the situation, or the
Contracting Officer will terminate the Contractor’s right to further proceed with
the contract in accordance with DC Water’s termination claims for default.
2.8.4 Judgment as to the qualification of each certified instrumentation maintenance
technician and industrial journeyman electrician to staff the contract and to the
quality of work performed shall be at the sole discretion and judgment of the COR.
2.8.5 If technicians or journeyman furnished under the contract are determined to be
unqualified on any three (3) separate occasions, this will be deemed sufficient
proof that the contractor is unqualified and shall be just cause for the Contracting
Officer to immediately terminate the contract, at the contractor’s expense.
14
2.9 Certification:
2.9.1 All certified instrumentation maintenance technicians and industrial journeyman
electrician furnished under the contract must, in addition to the technical
certifications listed elsewhere in the contract, must also be trained and maintain
current certification in First Aid, CPR, Arc Flash and Confined Space entry as
defined in OSHA regulations 29 CFR 1910 and all amendments prior to beginning
work.
2.9.2 Any person supplied under the contract whose certification has lapsed, will not be
allowed to return to work until they receive current certification.
2.9.3 The contractor shall provide DC Water with certification documents,
demonstrating that the technicians and journeyman are in compliance before the
technicians will be able to work for DC Water.
2.10 Hazardous Materials:
2.10.1 The facilities under the contract contain asbestos. These facilities also contain
hazardous materials including, but not limited to, ferric chloride, pickle liquor,
methane and other highly hazardous materials, liquids, gas, etc.
2.10.2 Contractors are warned not to disturb any asbestos materials during the
performance of this work.
2.10.3 Any disturbance shall be the responsibility of the contractor and shall be liable to
abate them at the contractor’s expense and in accordance with all the
Environmental Protection Agency (EPA), Federal and District laws, rules and
regulations.
2.10.4 Prior to any work on asbestos abatement, the contractor must immediately notify
the Contracting Officer and obtain written approval to proceed with the work.
2.11 General Conditions:
2.11.1 The contractor will be expected to work on or around equipment operating at high
voltages and exposure to various degrees of temperatures, grease, oil fumes,
vapors, sewer gases, dirt, various wastewater treatment processes and components,
which may be toxic, irritant acids and difficult to work with.
2.11.2 Work will be performed during inclement weather, when an emergency exists, at
night, on weekends and holidays.
2.11.3 The contractor will also be required to work in hazardous areas, remote locations,
high elevations, and confined spaces.
2.11.4 Exposure to ferric chloride, ferrous sulfate, raw sewage and other harmful and/or
toxic chemicals and compounds associated with the treatment of wastewater.
15
2.12 Reports:
The contractor shall provide reports detailed in Section 2.1.5 and 2.1.6 and also maintain a
written test and maintenance reports for all the job sites, indicating the number of work
hours performed each day by each certified instrumentation technician and industrial
journeyman electrician, the exact equipment worked on, work performed, work site
location, and check-in and check-out times on each job. All work, test and material orders
shall be prepared as per the direction of DC Water’s supervisors or designees. These written
reports shall be prepared at no additional expense to DC Water. The DC Water Manager or
designee shall approve all forms and reports. At the end of each contract year the
Contractor shall write an overall report for all work done in that contract year. The report
will be submitted by the 3rd
week of October to the DC Water Manager or designee. This
report shall include all work, testing, calibration, maintenance and installation.
2.13 Cost of Materials:
Cost of parts and materials to DC Water shall be at the manufacturer/supplier invoice and
include any discounts, rebates, etc, at the lowest available cost. No markups over actual
invoice are allowed. Actual costs such as freight, shipping, import fees, etc., invoiced to
the contractor from the manufacturer/supplier and directly associated with procurement may
be included. DC Water will not pay for any fees not actually incurred by the Contractor.
All parts and material requests must be approved by the Manager, or designee. The
Contractor must provide approved request form, copy of actual manufacturer/supplier
invoice, and packing slip or receipt signed by the DC Water representative acknowledging
receipt of parts or materials with their monthly billing. DC Water will deduct
undocumented invoices from the monthly billing; however the Contractor may resubmit
invoices with proper documentation for DC Water approval and payment.
2.14 Prior to Commencement of Work:
2.14.1 The contractor’s onsite technicians and industrial journeyman electrician shall
report each morning to the Instrumentation Section Supervisor to receive
assignments, instructions and/or material lists.
2.14.2 Job assignments and/or changes are to be made by DC Water’s supervisor or
foreman, or by the contractor’s supervisor as directed by DC Water supervisor/
foreman.
2.14.3 The technicians and journeyman shall provide a written report of their activities to
4the DC Water Instrumentation Section Supervisor to whom they are assigned
each afternoon.
2.14.4 The DC Water instrumentation section supervisor shall initial the report to
acknowledge work performed.
2.14.5 The contractor’s supervisor shall submit a time sheet covering the work
assignments for his entire crew to the designated Instrumentation Section
Supervisor each day. Any work not signed off by DC Water’s COR will not be
approved for payment.
16
2.15 Additional Manpower:
2.15.1 DC Water may request the contractor to increase their manpower at the job site as
needed to accomplish the work beyond the original specified technicians and/or
journeyman the specified technicians and/or journey for the option years.
Additional manpower shall be provided at the hourly rate bid for the given contract
year.
2.15.2 DC Water reserves the right to call the technicians and journeyman to the job site
during an emergency, in the evenings, weekends, and holidays, at the established
overtime hourly rate. DC Water also reserves the right to change regular working
hours to better serve our customers.
2.16 Tools, Material and Parts:
2.16.1 The contractor shall provide each technician and journeyman all required certified
and calibrated test equipment, hand and power tools to perform the testing,
troubleshooting, maintenance, repair, calibration, and installation of the equipment
and systems at each job site.
2.16.2 Test equipment and tools include, but are not limited to:
A complete tool kit appropriate to perform instrumentation work including and not
limited to (certified for use by external industry tester);
a. precision digital multi-meter Fluke 87 or equal;
b. lineman’s test set, tone generator;
c. equipment for lockout / tagout requirements;
d. heavy duty electric drill with 3/8” chuck and drill index;
e. two-way radio compatible with DC Water’s system;
f. personal safety equipment, i.e. gloves, hard hat, steel or fiberglass toed
shoes, safety goggles, dust masks, ear plug/ear muffs, etc.;
g. all of the necessary road safety equipment, such as flags, cones, barriers;
h. all equipment for confined space entry and rescue.
i. Four (4) Hart Model 375 field communicator;
j. two (2) Fluke 718-100G precision pressure calibrator or equal;
k. two (2) Fluke 744 precision process calibrator or equal;
l. two (2) 6 ft. and one (1) 12 ft. fiberglass stepladders rated for 250 lbs. or
better;
m. six (6) new laptop computers and accessories for field testing of
instrumentation and process control interface equipment (include in bid
price an annual allowance for laptop purchases, upgrades, and process
equipment software purchases as determined by the SCADA and process
control manager or designee);
n. two (2) digital remote thermometers;
o. two (2) infrared tachometers;
p. two (2) field bus diagnostic software and test equipment;
q. one (1) Doppler type portable flow transmitter;
r. one (1) Transit type portable flow transmitter.
17
2.16.4 All materials furnished to DC Water in Section 2.19.3 shall become the property of
DC Water at the conclusion of this contract.
2.17 Additional Tools and Equipment:
Any additional tools or equipment required for the performance of assigned tasks shall be an
additional charge. The cost for the rental or purchase of such tools or equipment shall be
pre-approved by the Manager, or designee prior to the Contractor obtaining the equipment.
DC Water may direct the contractor to utilize tools and equipment, which are the property of
DC Water. Equipment which is the property of DC Water shall be returned in the same
condition as received. It shall be the responsibility of the contractor to replace any damaged
equipment.
2.18 Vehicles:
The Contractor shall provide six (6) licensed minivan type vehicles and one (1) licensed full
size half-ton pickup truck. All vehicles shall be no older than 2011 models with tool bins in
the vans. Each van shall be equipped with all necessary road safety equipment, flags, cones,
barriers, and first aid kits. All vehicles shall reflect company’s name and a vehicle number.
They must be in good working condition and maintained in a first class manner, including
the exterior appearance of the vehicles. It is the responsibility of the Contractor to arrange
to keep vehicles cleaned and in good running order on their own time.
All vehicles shall be subject to inspection at the discretion of DC Water. If DC Water
determines that said vehicles are not properly maintained, the contractor shall promptly
repair or replace said vehicles. If the vehicles are not repaired by the contractor within five
(5) working days, DC Water shall, at its discretion, have the vehicle towed off DC Water
property and charge the expense to the contractor. It will be the contractor’s responsibility
to replace the vehicle in ten (10) working days with another vehicle as required.
2.19 Minor and Major Repairs:
2.19.1 The contractor shall perform all minor repairs as expeditiously as possible.
2.19.2 Major repairs will only commence after the COR, SCADA and process control or
designee has given authorization.
2.20 Definitions/Examples of Major and Minor Repairs:
2.20.1 Minor repairs are those that can be accomplished by a one man crew in less than
an eight (8) hour period.
2.20.2 Major repairs are those that generally exceed eight (8) hours for a two man crew.
2.20.3 DC Water reserves the right to inspect all work in progress performed by the
Contractor under this contract and to witness any tests and calibrations performed.
18
2.21 Replacement Parts:
Parts or components replaced shall be saved and tagged with the following information:
Unit serial/administrative numbers; technicians and journeyman’s name; date; loop
number/system description; and remarks as to the cause of the part/component’s
failure.
2.22 Licenses and Permits:
The contractor shall obtain at its expense, any licenses, permits, and registrations necessary
for the performance of the contract.
2.23 Work Space:
2.23.1 DC Water will provide work space at the facility to house the contractor’s
employees and equipment utilized for the performance of this contract.
2.23.2 DC Water takes no legal responsibility for any of the contractor’s equipment left at
DC Water’s facility, nor is DC Water liable for any injuries to the Contractor’s
employees during the period of this contract. It is the contractor’s responsibility to
ensure that his equipment is secured and that the contractor has ample insurance to
cover loss, damage, theft of property and its employees.
SECTION 3: PROCUREMENT INFORMATION
3.1 Contact Person
For procurement information regarding this RFP contact:
Michelle Hicks, Senior Contract Administrator
District of Columbia Water and Sewer Authority
Department of Procurement, Room 200
5000 Overlook Ave., SW, Washington, DC 20032
Telephone number (202) 787-7021, Fax number (202) 787-2148
E-mail address: [email protected]
3.2 Procurement Schedule
The procurement schedule is subject to change
Event Date
RFP Advertised November 12, 2014
RFP Available (2:00 pm EDT) November 25, 2014
Deadline for Written Questions (2:00 pm EDT) December 02, 2014
RFP Closing Date (2:00pm EST) December 19, 2014
19
3.3 Site Visit
A two hour site visit will be held on Thursday, November 25, 2014 at 10am EST to discuss
the scope of work with prospective offerors. The site visit will be held at 301 Bryant St.
NW, Washington, DC 20001. This location is highly secure and has limited parking. If
your firm plans to attend, please submit your company name, the name of all employees
attending, and contact (email and phone) information at least 48 hours prior to the site visit.
Attendees not listed in advance will not be permitted to enter. Please submit all
correspondence to [email protected] and reference the solicitation name
and number in the subject line. Site visit attendees are also asked to carpool or take public
transportation due to limited parking on site.
3.4 Prospective Inquirers
Any prospective offerors desiring an explanation or interpretation of this RFP must request
it in writing. Requests should be directed to the contact person listed in Section 3.1 no later
than December 02, 2014 at 2:00 pm on EDT. Questions may be mailed, faxed or e-mailed.
Any information given to a prospective Offerors concerning a solicitation will be furnished
promptly to all other prospective Offerors as an amendment to the RFP, if that information
is necessary in submitting offers or if the lack of it would be prejudicial to any other
prospective offerors. Oral explanations or instructions given before the award of the contract
will not be binding. RFP’s will be available beginning November 12, 2014 at 2:00 pm EDT
for prospective offerors to download from DC Water website at www.dcwater.com. You
must be a registered vendor to obtain access to the solicitation. For any reason you are
unable to download access to the solicitation, contact the contact person listed in section 3.1
for further assistance.
3.5 Type of Contract:
3.5.1. The contract awarded under this request for proposal shall be a requirements
contract with firm-fixed hourly price contract. Offerors should be aware the hours
are estimates only, and more or less hours may be required.
3.5.2. The Offerors shall submit a proposal on a firm fixed hourly rate based on total
compensation for the instrumentation technicians and industrial journeyman
electrician.
3.6 Term of Contract:
3.6.1 The term of the contract shall be for a period of two (2) years from the award date,
subject to the DC Water option to extend the term of the contract in accordance
with paragraphs 3.6.2 and 3.6.3 below.
3.6. 2 Option Period
If DC Water determines it to be advantageous, it may extend the term of the
contract for one (1), one-year option period or a fraction of a year.
3.6.3 Option to Extend the Term of the Contract
20
a. DC Water may extend the term of this contract by written notice to the
contractor before the expiration of the contract; provided that the Authority
shall give the contractor a written notice of its intent to extend before the
contract expires. The notice does not commit DC Water to an extension.
The exercise of this option is also subject to the availability of funds at the
time of the exercise of the option.
b. The prices for the option period shall be as specified in the contract.
c. If DC Water exercises this option, the extended contract shall be
considered to include this option provision.
d. The total duration of this contract including the exercise of any options
under this provision shall not exceed three (3) years.
3.7 Acceptance Period
The Offerors agrees if its offer is accepted within one hundred and twenty (120) days from
the date specified in the RFP for the submission of proposals, to furnish any or all items on
which prices are offered at the price stated in the schedule for each item, delivered or
performed at the designated place within the time specified in this RFP.
3.8 Time
Time, if stated in a number of days, shall include Monday through Saturday, except
holidays.
3.9 Contract Administration
3.9.1 Contracting Officer: The Contracting Officer is the only person authorized to
contractually bind the Authority. The Contracting Officer shall be the General
Manager or designee, District of Columbia Water and Sewer Authority,
5000 Overlook Ave., SW, 3rd floor, Washington, DC 20032.
3.9.2 Contracting Officer Representative (COR): The Contracting Officer
Representative is responsible for general administration of the contract, day to day
operations and advising the Contracting Officer as to the contractor’s compliance
or noncompliance with the contract. The Contract Administrator shall be
Charles Sweeny, Director of the Department of Distribution and Conveyance
Systems (DDCS) , District of Columbia Water and Sewer Authority, 301 Bryant
Street, NW, Washington, DC, 20032; telephone number is (202)-612-3431.
3.9.2 Contracting Officer Technical Representative (COTR): The technical
representative is responsible for the daily coordination of operating procedures
between DC Water and the contractor, and for monitoring contract compliance.
The technical representative shall be Ravi Kammila, SCADA and PCS OPS,
Manager, Department of DDCS Maintenance, District of Columbia Water and
21
Sewer Authority, 301 Bryant Street, NW, Washington, DC, 20032; telephone
number is (202)-612-3543.
3.10 Protests:
Protests directed to the terms, conditions, or form of a proposed procurement action, must
be received by the Contracting Officer in writing not later than ten (10) calendar days prior
to the date established for opening of bids or receipt of proposals, except that an initial
protest that arises under an amendment to a solicitation may be filed up to four (4) calendar
days after the date the amendment was issued but in no case after the time established for
opening of bids or receipt of proposals.
Protests of an award decision shall be filed in writing with the Contracting Officer within
five (5) calendar days of when the protester knew or should have known of the facts and
circumstances upon which the protest is based. Only proposers may protest an award
decision. Protests must be received by 5:00 p.m. according to local time in the District of
Columbia. Any protest received after that time will be considered to be filed on the next
day.
The Contracting Officer shall issue a decision within thirty (30) calendar days after the
protest is filed, subject to any extension approved by the General Manager. The decision of
the Contracting Officer shall be final and conclusive. No further administrative remedies
will be available to the protester.
The aggrieved party shall deliver the protest to the General Manager at:
District of Columbia Water and Sewer Authority
Office of the General Manager
5000 Overlook Avenue, SW
Washington, DC 20032.
A copy of the protest shall be delivered to the Director of Procurement:
District of Columbia Water and Sewer Authority
Department of Procurement, Room 200
5000 Overlook Avenue, SW
Washington, DC 20032.
3.11 Appeals
The right to appeal a decision of the Contracting Officer must be filed with a court of
competent jurisdiction.
3.12 Disclosure of Information
No information regarding the contractor's performance pertaining to this contract shall be
disclosed by the contractor to anyone unless written approval is obtained in advance from
the contracting officer.
22
3.13 Payment and Invoices
DC Water shall compensate the Contractor for all services performed under Scope of Work.
Invoice(s) shall be submitted in duplicate (2) on a monthly basis (unless otherwise agreed by
DC Water) and shall reflect, at a minimum, the following information: contract number;
period of service; purchase order number; description of services provided in relation to
each of the task components; and authorized signatures.
3.13.1 Invoices shall be mailed in duplicate to the address below:
The District of Columbia Water and Sewer Authority
Accounts Payable
5000 Overlook Avenue, SW, Fourth Floor
Washington, DC 20032
Invoices can also be emailed to [email protected].
3.13.2 Payments will be processed when all deliveries under this order have been made
and/or services rendered. All payments are processed net thirty (30) days from the
receipt of a certified invoice. In cases where partial payments are authorized, the
invoices or billing should clearly indicate “partial payment requested.” The
invoices must state what has been rendered or received.
3.13.3 The Contractor shall prepare verification data of any items questioned for the
amount claimed and provide complete cooperation during such investigation.
Invoices shall include calculations of estimated or actual operating charges as well
as backup documentation for any reimbursable items.
3.14 Labor Standards
This contract is subject to the Collective Bargaining Agreement, as amended. The contract
shall be bound by Collective Bargaining Agreement. The wage determination is included as
Attachment (D) to this RFP and Section 3.13 Payment and Invoice.
3.14.1 The contractor shall be compensated based on the hourly rates as indicated on the
pricing schedule (Attachment B) and the hours worked related to the submission of
one or more defined deliverables.
3.14.2 Invoices shall be paid completely by DC Water within thirty (30) days of the
receipt of invoice.
3.14.3 The contractor shall prepare verification data of any items questioned for the
amount claimed and provide complete cooperation during such investigation.
Invoices shall include calculations of estimated or actual operating charges as well
as backup documentation for all reimbursable items.
23
3.14.4 The contractor shall submit duplicate (2) invoices (original and one copies) on a
monthly basis for completed work. Invoices must contain the following minimum
information:
a. Period of service covered by the invoice (billing period);
b. Total labor hours billed;
c. Total amount owed for labor;
d. Total amount owed for materials and reimbursable expense;
e. Grand total amount owed for labor and material; and
f. The work completed during the time.
Note: The contractor shall be responsible for obtaining a purchase order number, release
number and work order before accepting any order from DC Water. Copies of the
corresponding work orders and purchase receipts for parts must be attached to each invoice
when submitted.
3.15 Reimbursable Costs for Material and Equipment Costs
Costs for materials and equipment expenses incurred by contractor personnel on
official company business while rendering services for DC Water are allowable and
reimbursable, and are subject to the limitations contained herein:
a. Reimbursement of material and equipment expenses shall be based on actual
expenses, providing the expenses are reasonable charges.
b. DC Water’s judgment shall prevail in any dispute arising over the reasonableness
of such expense.
c. Invoices for reimbursable material and equipment costs shall be submitted to the
Authority listing the nature of the expense and accompanied by copies of
receipts, and any other information requested (e.g., Details on the invoices
include hours, dates, and tasks completed), to assist DC Water in confirming
actual costs and reasonableness of expenses.
Only actual expenses shall be paid without any markup from contractor.
3.16 Insurance
Prior to commencement of any contract work of any nature, and in addition to other
insurance, bonds, or securities required by law or under contract terms, the contractor shall
procure and maintain, during the life of the contract all required insurance coverage detailed
in the District of Columbia Water and Sewer Authority General Provisions for use with
Goods and Services Contract, Part 13, Insurance Requirements, subsection 13.1 through
13.12.
24
SECTION 4: EVALUATION
4.1 General:
The contract will be awarded to the responsible Offerors whose offer is most advantageous
to DC Water based upon the evaluation criteria specified below. Thus, while the points in
the evaluation criteria indicate their relative importance, the total scores will not necessarily
be determinative of award.
Rather, the total scores shall guide DC Water in making an intelligent award decision based
upon the evaluation criteria. DC Water reserves the right to reject any and all proposals
determined to be inadequate or unacceptable.
DC Water reserves the right to request oral presentations from those Offerors determined to
be in compliance with the requirements and use the information derived from the oral
presentations, if any, in the evaluation. DC Water may award a contract on the basis of
initial offers received without interviews or discussions. Therefore, each initial offer should
contain the offeror's best terms from a cost and technical standpoint.
4.2 Evaluation Criteria:
DC Water will consider all proposals based on the technical merit of the proposal; the
proposer’s approach to the project; the experience, qualifications and responsiveness of the
proposer; and the capability of the proposer to complete the obligations of the assignment
and the project price.
25
The evaluation factors set forth below shall be used to evaluate each proposal.
4.2.1 FACTORS MAXIMUM POINTS
Technical Experiences 15
Experiences and Qualifications of the Firm 20
Experiences and Qualifications of key personnel 20
Approach to the Statement of Work 30
Cost 15
Factors Subtotal 100
PREFERENCES
Local Business Enterprise (LBE) 5
Local Small Business Enterprise (LSBE) 5
TOTAL MAXIMUM PREFERENCE POINTS 10
GRAND TOTAL MAXIMUM POINTS 110
4.2.2 EVALUATING FACTORS MAXIMUM POINT
1 Technical Experiences 15
Technical experience and knowledge of plant
instrumentation, and process control systems,
installation, project implementation, testing,
commissioning and maintenance.
2 Experience and Qualification of the Firm 20
The experience and qualification of the firm's
experience, past performance on related projects,
related professional certifications and quality
management processes and procedures.
3 Experience and Qualifications of key Personnel 20
The experience and qualification of the firm's key
personnel that will perform the requirements of this
project in term of both formal education, technical
training and experience.
4 Approach to the Statement of Work 30
Demonstrate capacity to perform and successfully
commit to this work.
5 Price Evaluation Cost 15
The Offeror's quoted prices are expected to remain fixed
for the life of the contract
26
The total amount proposed, base year plus option year, will
be used for evaluation purposes. The lowest proposal price
of the proposal found to be responsive will be divided by the
prices of the proposal being evaluated and the resulting
quotient will then be multiplied by the maximum points possible.
Lowest proposed price x 15 points maximum = (score)
Price in proposal of proposer being evaluated
If, subsequent to receiving original proposals, negotiations are conducted, the
Authority will negotiate with all proposers within the competitive range. Upon
completion of discussions, the Contracting Officer will provide all proposers
within the competitive range the opportunity to submit a written best and final
offer (BAFO) at a designated date and time.
TOTAL POINTS 100
5 LBE and LSBE Preferences 10
DC Water encourages the use of certified local business enterprises.
For further information see Attachment G.
GRAND TOTAL MAXIUM POINTS 110
4.3 Clarification of Proposal Information:
DC Water reserves the right to request verification, validation or clarification of any
information contained in any of the proposals. This clarification may include checking
references and securing other data from outside sources, as well as from the respondent.
SECTION 5: PROPOSAL PREPARATION AND SUBMISSION
5.1 Company:
Contractor shall provide a company profile including number of years in business, business
areas, number of employees, current major client areas, and other pertinent company
information.
5.2 Resumes:
Contractors submitting resumes must provide a resume for each person proposed that
substantiates the qualifications of the individual.
5.3 Proposal Identification:
Proposals shall be arranged in two parts. Part I shall be titled and consist of the Technical
Proposal" and Part II shall be titled and consist of the "Price Proposal". Offerors are to
submit one (1) original and three (3) copies of the proposal. The original and copies shall be
27
submitted in separate sealed envelopes, conspicuously marked as appropriate: original
proposal in response to RFP No. 14-PR-DDCS-02 (Annual Maintenance, Repair and
Calibration of Instrumentation, Control and Equipment - DDCS) or "copies of proposal in
response to RFP No. 14-PR-DDCS-02 (Annual Maintenance, Repair and Calibration of
Instrumentation, Control and Equipment - DDCS).
5.4 Hand Delivery or Mailing of Proposals:
District of Columbia Water and Sewer Authority
Department of Procurement, Room 200
5000 Overlook Ave., SW
Washington, DC 20032
5.5 Proposal Submission Date and Time:
Proposals must be submitted no later than 2:00 p.m., EST on November 10, 2014.
5.6 The proposal shall be organized as follows:
5.6.1 Respondent/Vendor Information:
a. A brief description of the firm including ownership structure and financial viability;
b. An Audited Financial report for the past three (3) years;
c. The name of the offeror and whether it is a corporation joint venture, partnership
(also show type of partnership) or a sole proprietorship;
d. If the offeror is a partnership or joint venture, names of general partners or joint
ventures;
e. State of incorporation or registration;
f. State in which the offeror pays or would be liable for income taxes;
g. Copy of any current license, registration, or certification to transact business in the
District of Columbia if required by law to obtain such. (If the offeror is a corporation
or limited partnership and does not provide a copy of license, registration, or
certification to transact business in the District of Columbia, the offeror shall certify
its intent to obtain the necessary license, registration, or certification prior to contract
award, or demonstrate its exemption from such requirements);
h. The name, title, telephone number, and address of the person authorized to negotiate
on behalf of the offeror and contractually bind the offeror, if other than the person
signing the proposal;
i. The offeror must sign the offer or proposal. Erasures, other changes must be initialed
by the person signing the offer. Offers signed by an agent shall be accompanied by
evidence of that agent's authority, unless that evidence has been previously furnished
to the contracting officer.
5.6.2 Technical Approach:
This section of the proposal shall consist of the offeror's detailed explanation
of how their firm intends to perform each requirement as specified in the
Scope of Work, Section 2 of this RFP.
28
5.6.3 Qualifications and Experience of the Respondent
In this section ,the offeror shall submit requirements as outlined in the Scope
of Work, Section 2 and Evaluating Factors, Section 4.2.2.
5.6.4 Qualifications and Experience of Key Personnel/Team
The offeror shall submit all requirements as outlined in Section 2 of this RFP and
must include, but not be limited to, all key personnel resumes, certifications, and an
organizational chart.
5.7 Price Proposal
The price proposal shall be submitted in a separate envelope and consist of pricing for
annual maintenance, repair and calibration of instrumentation, control and equipment, and
all relevant cost and pricing data as follows:
5.5.1. Offerors are to submit prices for each item identified in the pricing schedule,
Attachment B. Offers for services other than those specified will not be
considered. The prices set forth in the schedule will be used for evaluation
purposes and for establishing a contract price.
5.5.2. The contractor shall submit cost and pricing data and a certification that, to the best
of the contractor's knowledge and belief, the cost or pricing data submitted was
accurate, complete, and current as of the date submitted with the proposal.
5.8 Retention of Proposals
All proposal documents shall be retained by the DC Water and therefore will not be returned
to Offerors.
5.9 Examination of Request for Proposals
Offerors are expected to examine Section 2, Scope of Work and all instructions and
attachments in this RFP. Failure to do so will be at the offeror's risk.
5.10 Competitive Negotiation
Negotiations may be held with the bidder or proposer who most nearly complies with the
requirements of the solicitation to attempt to reach and negotiate an acceptable offer. If
negotiations fail with the most qualified bidder or proposer, negotiations may proceed to the
next most qualified bidder or proposer. If negotiations fail with the next most qualified
bidder or proposer, negotiations may proceed to other responsive and responsible
bidders/proposers in the order of their competence and qualification until either an
agreement is reached or the Contracting Officer determines that continuation of competitive
negotiation is not in the best interest of DC Water.
29
5.11 Acknowledgement of Addenda:
Offerors shall acknowledge receipt of any addenda to this solicitation by (a) signing and
returning the addenda; or (b) identifying the addendum number and state in the space
provided for this purpose in Representations, Certifications and acknowledgements,
(Attachment E). DC Water must receive the acknowledgment by the date and time specified
for receipt of offers. An offeror's failure to acknowledge an addendum may result in
rejection of the offer.
5.12 Restriction on Disclosure and Use of Data
Offerors who include in their proposals, data that they do not want disclosed to the public or
used by the Authority except for use in the procurement process shall:
5.12.1 Mark the title page with the following legend:
"This proposal includes data that shall not be disclosed outside the Authority and
shall not be duplicated, used, or disclosed in whole or in part for any purpose
except for use in the procurement process. If, however, a contract is awarded to
this offeror as a result of or in connection with the submission of these data, the
Authority shall have the right to duplicate, use, or disclose the data to the extent
consistent with the Authority's need in the procurement process. This restriction
does not limit the Authority's right to use, without restriction, information
contained in these proposals if it is obtained from another source. The data subject
to this restriction are contained in sheets/pages (Offerors are to insert numbers or
other identification of sheet/pages).
5.12.2 Offerors are to mark each sheet/page of data they wish to restrict with the
following legend:
"Use or disclosure of data contained on this sheet/page is subject to the restriction
on the title page of this proposal."
5.13 Late Proposals and Modifications and Withdrawals of Proposals
5.13.1 Any proposal received at the office designated in the solicitation after the exact
time specified for receipt are "late" and shall be considered only if they are
received before the award is made and one (1) or more of the following
circumstances apply:
a. The proposal or modification was sent by mail and it is determined by the
contracting officer that the late receipt at the location specified in this RFP
was caused by mishandling by the Authority after receipt; or the proposal is
the only proposal received.
b. The proposal is the only proposal received.
30
5.13.2 Any modification of a proposal, including a modification resulting from the
contracting officer's requests for "competitive negotiation”, is subject to the same
conditions as in paragraphs 5.11.1.a.
5.13.3 The only acceptable evidence to establish:
a. The date of mailing of a late proposal or modification sent either by
registered or certified mail in the U.S. or Canadian Postal Service postmark
on the envelope or the wrapper and on the original receipt from the U.S. or
Canadian Postal Service. If neither postmark shows a legible date the
proposal or modification shall be deemed to have been mailed late. (The
term "postmark" means a printed, stamped, or otherwise placed impression,
which is readily identifiable without further action as having been supplied
and affirmed on the date of mailing by employees of the U.S. Postal
Service).
b. The time of receipt at DC Water installation is the time-date stamp of such
installation on the proposal wrapper or other documentary evidence of
receipt maintained by the installation.
5.13.4 In accordance with DC Water Regulations 21, Section 5315.2, a late modification
of a successful proposal, which makes its terms more favorable to DC Water, shall
be considered at any time it is received and may be accepted.
5.13.5 A late proposal, late modification, or late withdrawal of offer that is not considered
shall be held unopened, unless opened for identification, until after award and then
retained with unsuccessful offers.
SECTION 6: CONTRACTUAL GUIDELINES AND INFORMATION
A current certified statement of the offeror's financial condition and other such data as the
District of Columbia Water and Sewer Authority may request with respect to the offeror's
operations. The District of Columbia Water and Sewer Authority shall use this information to
determine the offeror's financial responsibility and ability to perform under the contract.
Failure of an offeror to comply with a request for information shall subject the offeror to
possible rejection on responsibility grounds.
6.1. Records and Audits:
The contractor shall maintain accurate records for all matters which relate to contractor's
obligations hereunder in accordance with generally accepted accounting principles and
practices uniformly and consistently applied in a format that will permit audit. Contractor
shall retain such records for a period of three (3) years from the date of final payment under
the contract to which such records relate. To the extent that such records may be relevant in
determining whether or not contractor is complying with its obligations under the applicable
contract, DC Water and its authorized representatives shall have access to such records for
inspection and audit at all reasonable times during normal business hours.
31
6.2. Standard of Performance:
Contractor shall perform the required services with the degree of skill and care observed by
national firms performing the same or similar services. Services shall be provided in
compliance with all statutes, acts, ordinances, laws, rules, regulations, codes, and standards.
Upon notice of substandard work, contractor shall, at a minimum, rectify the work at no cost
to DC Water and shall reimburse DC Water for any additional costs that may be incurred by
DC Water as a result of reliance by contractor or any of its contractors or subcontractors on
such work. If contractor should fail to rectify the work, or if DC Water determines that
contractor will be unable to correct substandard services before the time specified for
completion on the contract or in the Scope of Work, DC Water may correct such
unsatisfactory work itself or by a third party and charge Contractor for the costs incurred.
6.3 Compliance with Laws:
The contractor agrees that it will comply with all federal, state, municipal and local laws,
rules and regulations that may be applicable to this contract.
6.4 Time is of the Essence:
The contractor shall be fully prepared and capable of performing the requirements on the
contract with ten (10) days from the date of receipt of the purchase order.
6.5 Protection of Property:
Any damages caused directly or indirectly to DC Water or private property by the
contractor's operation shall be repaired or replaced by the contractor to the satisfaction of the
Contracting Officer or his representative at no additional cost to DC Water.
6.6 Assignment of Anti-Trust:
For good cause, and as partial consideration for executing this contract, the contractor,
acting by and through its duly authorized agent, hereby conveys, sells, assigns and transfers
to DC Water all rights, title and interests in and to all causes of action it now holds or
hereafter may acquire under the anti-trust laws of the United States, the District of
Columbia, or any state or territory, relating to the particular goods, materials or services
purchased in connection with this contract.
6.7 Suspension:
DC Water reserves the right to suspend work with or without cause, while or in part, upon
giving notice to contractor. Contractor shall resume work so suspended when directed to do
so by DC Water. If only a portion of the services is suspended, contractor shall be
compensated only for work performed during such suspension. Should work be suspended,
the parties shall negotiate the cost, if any, during such suspension, if DC Water request
contractor to perform other services during such suspension, those services shall be
considered a change and a preliminary schedule shall be submitted to DC Water within
thirty (30) days after contract execution for review and establishment
32
6.8 Delays and Extension of Time:
No extensions of time nor changes in price will be allowed due to any delays, provided
however, that should delays occur which are beyond the control of the contractor, and
without any fault on the part of contractor, which delays the completion of the work beyond
the completion date specified in the order(s), DC Water agrees at its sole option whether to
provide the contractor an extension of time equal to that caused buy such delays or to allow
the contractor an equitable adjustment in the price provided that the contractor agrees to
complete the work within the original complete date. The contractor must submit any claim
for delays (either for an extension of time or an equitable adjustment in price) in writing
within thirty (30) days of the event giving rise to the delays, or any right to an extension of
time or an adjustment in price will be deemed to have been waived by the contractor.
6.9 Key Personnel:
Key personnel specified for project(s) will be considered to be essential. If these individuals
are unavailable for assignment for work under the contract, the Contractor shall immediately
notify DC Water and shall submit justifications (including proposed substitutions) in
sufficient detail to permit evaluation of the impact of the project. Prior to the substitution of
key personnel, the contractor shall obtain the written consent of DC Water as to the
acceptability of the succeeding personnel; provided that DC Water may ratify in writing
such substitute. The new personnel's' qualifications shall not be less than replaced personnel.
Key personnel must be replaced within five (5) days of notification of separation from the
company.
6.10 Defective Work:
Neither the performance of services by the contractor nor DC Water's acceptance thereof
shall relieve the contractor from the obligation to correct any specific work which occurs
prior to acceptance of the work or during any applicable warranty period. Whether
previously or subsequently noted, all defective work shall be remedied by the contractor on
demand and at no cost to DC Water. Defective work may include, but not limited to, such
matters as erroneous computations, reports, and incorrectly assembled documents, which are
caused by error omission.
DC Water reserves the right to inspect all work in progress and to send representatives to
witness any tests performed at the repair facility.
6.11 Contract’s Negligence:
The cost of any repairs necessitated as a result of damage due to negligence in the
performance of the contract shall be borne by the contractor.
6.12 Warranty:
The contractor warrants that all services covered by the contract shall conform to the scope
of work under the contract, shall be fit and sufficient for the purpose intended, and that
services of contractor's work will be free from defect. Contractor agrees to replace or correct
defects of any good or services not conforming to the foregoing promptly, without expense
to DC Water, when notified by DC Water of such nonconformity. In the event of failure of
33
the contractor to correct defects or replace nonconforming services promptly, DC Water
after reasonable notice to contractor, make such corrections or replace such goods and
services and charge contractor for the cost incurred by DC Water.
6.13 Ordering of Supplies and Materials
The Contractor shall not accept orders for items under this contract unless a valid purchase
order has been issued. The Contractor or his representative must sign in with the ordering
officer or his alternate, as indicated on the purchase order before beginning the work order,
and sign out with the ordering officer or his alternate upon completion. All regularly
scheduled work is to be initiated and completed during normal working hours.
Prior to doing any work, the contractor must receive from the DC Water COTR,
foreman/manager, authorization to perform repair and other work.
6.14 Report of Orders:
Upon request at any time prior to the termination or expiration of this contract, the
contractor shall submit to the Contracting Officer a report showing the quantity and value of
the sales under this contract.
6.15 Cancellation Ceiling:
In the event of cancellation of the contract because of non-appropriation for fiscal year 2015
or any option years, there shall be a cancellation ceiling of zero dollars, representing
reasonable pre-production and other non-recurring costs, which would be applicable to the
items or services being furnished and normally amortized over the life of the contract.
6.16 DC Water Holidays:
Established DC Water paid holidays are as follows:
New Years Day Labor Day
Martin Luther King Birthday Columbus Day
Presidents Day Veterans Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
6.17 Security:
The contractor shall provide company picture identification (ID) cards to all employees who
perform work under this contract. Employees must display the ID card at all times while on
the plant. Employees and vehicles may be subject to search by the DC Water security forces
and the Metropolitan Police Department.
34
6.18 Funding Limitations:
The obligations of the Authority to fulfill financial obligations pursuant to this Contract
(including any indemnity obligation) are and shall remain subject to the provisions of (1) the
federal Anti-Deficiency Act, 31 U.S.C.§§ 1341, 1342, 1349-1351, 1511-1519 (2004), and
D.C. Official Code §§ 1-206.03(e) and 47-105 (2001); (2) the District of Columbia Anti-
Deficiency Act, D.C. Official Code §§ 47-355.01-355.08 (2006 Repl.) ((1) and (2)
collectively, as amended from time to time, the “Anti-Deficiency Acts”); and (3) Section
446 of the District of Columbia Home Rule Act, D.C. Official Code §§ 1-204.46 (2001).
Pursuant to the Anti- Deficiency Acts, nothing in this Contract shall create an obligation of
the Authority in anticipation of an appropriation by Congress for such purpose, and
Authority legal liability for the payment of any amounts under this Contract shall not arise
or obtain in advance of the lawful availability of funds for such purpose. No Authority
official or employee is authorized to obligate or expend any amount under this Contract
unless such amount has been appropriated by act of Congress or is otherwise lawfully
available. This Contract is subject to termination by the Authority at any time if sufficient
appropriations are not made available by act of Congress; provided, however, that the
determination of whether sufficient appropriations are available shall be made by the
Authority in its sole discretion. Any termination of this Contract pursuant to this Section
shall be a Termination for Convenience by the Authority, subject to the respective terms and
conditions therein.
6.19 CHANGES
(a) The Contracting Officer may, at any time, and without notice to any surety or
guarantor, by a written order signed by the Contracting Officer, make changes in
the work and services to be performed under the agreement and within the general
scope thereof. If any such change causes an increase or decrease in the cost of
performing the work and services under the agreement or in the time required for
the performance thereof, an equitable adjustment shall be made and the agreement
shall be modified in writing accordingly. Any claim for adjustment under this
section must be made in writing to the Contracting Officer within twenty (20) days
from the dated the change is ordered. If the parties fail to agree upon the
adjustment to be made, the dispute shall be determined as provided in Part 9 of the
General Provisions. Nothing provided in this section shall excuse the Contractor
from proceeding with the execution of the work so changed.
(b) No services for which an additional compensation will be charged by the
Contractor shall be furnished without express written authorization of the
Contracting officer.
6.20 TERMINATION
The performance of work under the contract may be terminated by DC Water for
default or for convenience in accordance with Part 6 of the District of Columbia
Water and Sewer Authority General Provisions for Goods and Services Contracts,
Attachment C, incorporated herein.
35
ATTACHMENT B
15-PR-DDCS-01 ANNUAL MAINTENACE, REPAIR AND CALIBRATION
OF INSTRUMENATION, CONTROL AND EQUIPMENT
PRICE SCHEDULE
Base Year – Two Years
Labor Category Estimated
Hours
Regular (loaded)
Hourly Rate
Overtime
Hourly Rate
(1) Supervisor (Certified Instrumentation Technician)
4,000
(5) Certified Instrumentation Technicians 20,000
(2) Certified Industrial Journeyman
Electricians 8,000
Total Labor Hours 32,000
Parts
(lump sum annual allowance $50,000.00) x 2 $100,000.00
GRAND TOTAL BASE YEAR
Option Year 1 – One Year
Labor Category Estimated
Hours
Regular (loaded)
Hourly Rate
Overtime
Hourly Rate
(1) Supervisor (Certified Instrumentation Technician)
2,000
(5) Certified Instrumentation Technicians 10,000
(2) Certified Industrial Journeyman
Electricians 4,000
Total Labor Hours 16,000
Parts (lump sum annual allowance $50,000
.00) X 1 $50,000.00
GRAND TOTAL OPTION YEAR 1