Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF REQUEST FOR PROPOSALS

Size: px
Start display at page:

Download "Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF REQUEST FOR PROPOSALS"

Transcription

1 Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF REQUEST FOR PROPOSALS Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC Telephone: (703) A. AMENDMENT OF FINAL RFP NO. 1B. DATED 8-13-C001 February 6, A. AMENDMENT NO. 2B. EFFECTIVE DATE Four (004) April 9, 2013 The Final Request for Proposals identified in Block 1A is amended as set forth in Block 3. The hour and date specified for receipt of submittals is extended is not extended. Each Offeror must acknowledge receipt of this amendment by completing Block 4 and providing a signed copy of this amendment attached to the Solicitation Offer and Award form submitted with the Price Proposal. FAILURE TO PROPERLY ACKNOWLEDGE RECEIPT OF RFP AMENDMENT MAY RESULT IN REJECTION OF THE PRICE PROPOSAL. 3. DESCRIPTION OF AMENDMENT The Metropolitan Washington Airports Authority s Final Request for Proposals 8-13-C001 entitled Final Design and Construction, Dulles Corridor Metrorail Project Phase 2, Package A (Rail Line, Stations, and Systems)" is hereby amended as noted in the attached Addendum No. 4, dated April 9, The Airports Authority will consider only written questions and/or inquiries for clarification from Offerors that are specifically related to the changes referenced in Amendment No. 4. All questions and requests for clarification must be submitted electronically via to P2PackageA@dullesmetro.com by 3:00 p.m. eastern time on April 11, All questions and inquiries must include the Offeror s name, questioner s name, address, telephone number, and address. No responses will be provided to questions or inquiries submitted anonymously. The Airports Authority will provide responses to any additional questions no later than three (3) calendar days prior to the Price Proposal Due Date. The Airports Authority may consolidate or rewrite questions and responses will not indicate the identity of the questioner. No oral inquiries will be accepted. All other terms and conditions of the solicitation remain unchanged. Except as provided herein, all terms and conditions of the document referenced in Block 1A, as heretofore changed, remain unchanged and in full force and effect. 4A. NAME / TITLE OF RESPONDENT AND OFFEROR NAME 4B. SIGNATURE 4C. DATE MWAA Form PR-06 DCMP-2A RFP (Rev. 10/2012)

2 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, INSTRUCTIONS TO OFFERORS The following updates to the Instructions to Offerors dated February 6, 2013 shall apply. A. Section 2.17 (Co-Location of Project Offices) Additional clarification on lease terms for the permanent office location is provided. The Airports Authority will require that the selected Contractor s non-field staff to co-locate with the Airports Authority the Contractor s non-field staff at the building(s) to be identified by the Airports Authority. The Airports Authority is currently conducting a separate procurement process to select this location and will identify a site building (or adjacent buildings) that can accommodate at least 40,000 and up to 70,000 square feet of office space for the Contractor s permanent offices. The Contractor will be required to enter into a separate lease for its space; a copy of the Airports Authority s lease will be provided for the Contractor s reference and use. For the purposes of preparing its Technical and Price Proposals, Offerors shall assume that possession of 50 percent of the space required at the permanent office location will be available upon Notice to Proceed at a lease the customary Full Service rate of $28/square foot, including operating expenses and real estate taxes. The remaining space will be available no later than February 28, Furniture, fixtures, and equipment are not included in this rate. The space provided will be provided with either a turnkey build out comparable to the existing Project office space, or an allowance based on that level of build out, toward the Contractor s preferred modifications. A high-speed Internet connection to the building shall be available; the Contractor is responsible for its own connection and any Internet service fees. After the initial year of the lease, Offerors can expect to pay a pro-rata share of increases in operating expenses and real estate taxes, and an annual escalation of three (3) percent in the base rental rate. Each Offeror is responsible for making the final determination on its respective space requirements. B. Section 5.5 (Questions and Clarifications on ITO) Provision for responding to additional questions on RFP Amendments issued after the Technical Proposal Due Date added The Airports Authority will consider questions and/or inquiries for clarification on this RFP from Offerors submitted in writing. No oral inquiries will be accepted. All questions and requests for clarification concerning this solicitation must initially be submitted electronically via to P2PackageA@dullesmetro.com by 3:00 p.m. eastern time on February 14, Offerors will also be provided an opportunity to submit questions on each Final RFP amendment. All questions and inquiries must include the Offeror s name, questioner s name, address, telephone number, and address. No responses will be provided to questions or inquiries submitted anonymously. The Airports Authority will provide responses to questions received related to this RFP no later than seven (7) calendar days prior to the Technical Proposal Due Date and three (3) days prior to the Price Proposal Due Date. The Airports Authority may consolidate or rewrite questions and responses will not indicate the identity of the questioner. C. Section 6.2 (Proposal Schedule) The original text provided for this section is deleted in its entirety and replaced with the following: The Technical Proposal shall include the Offeror s initial schedule for completing the design, construction, and acceptance of Package A. This Proposal Schedule will be an Appendix to the Contract and shall demonstrate Offeror s overall plan for managing the design, construction, and acceptance of Package A for the duration of the Contract. The Proposal Schedule is a Project 1

3 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, 2013 Schedule, and shall fully comply with the technical, formatting and other requirements specified in Section of the Division 1 Specifications, except as provided below. For the first 180 calendar days after Notice to Proceed (NTP), the Proposal Schedule shall detail all Work activities (e.g., management, design, permitting, and construction activities) that will occur within this period. The Proposal Schedule shall also include all submittals, deliverables, and reviews identified in the Technical Proposal and reflect Offeror s proposed Project Execution Plan, Design Management Approach, and Construction Management Approach. No single schedule activity performed during this 180-day period shall have a duration of more than 30 calendar days. For the first 180 calendar days after NTP, the Proposal Schedule shall be cost-loaded to support monthly updates and progress payments for the progressive advancement of the Work. The only Pay Items on Form PS (Price Schedule) that are eligible for payment during such 180-day period are Item 112 (Bonds and Insurance) and Item 119 (General Mobilization and Initial Tasks for the First Six Months Following NTP) and the Proposal Schedule shall be cost-loaded to reflect such Pay Items. Although the Airports Authority s payment obligation for the first 180 calendar days is limited to the sum of Items 112 and 119, Offerors are permitted to cost-load the first 180 calendar days of the Proposal Schedule to an amount not to exceed the sum of $75 million plus the amounts set forth in Item 112. For the period beginning 181 calendar days after NTP, the Proposal Schedule shall include detailed activities representing major activities necessary to fulfill the management, design, construction, and acceptance requirements of the Contract. It shall include all submittals, deliverables, and reviews identified in the Technical Proposal and reflect Offeror s proposed Project Execution Plan, Design Management Approach, and Construction Management Approach. Except for procurement and rightof-way activities, no single schedule activity shall have a duration of more than 90 calendar days. Notwithstanding Offeror s obligation to submit a Proposal Schedule that complies with the above requirements, the Airports Authority has the right, in its sole discretion, to assign a pass rating to an Offeror that has substantially complied with such requirements for purposes of inviting such Offeror to submit a Price Proposal. If such Offeror is notified that is has been selected for award of the Contract, then any non-conformances in the Proposal Schedule shall be corrected to be fully compliant with the requirements prior to Contract award, as set forth in Section 9.2 below. D. Section 8.2 (Price Proposal Submittal Requirements) The submittal requirements have been updated to include signed copies of Amendments issued following the Offerors submission of Technical Proposals. The second paragraph of Section 8.2 is modified as follows: The contents of the Price Proposal shall address all requirements and include all information and forms specified in this RFP, and comply with any stated page limits. The Price Proposal shall be comprised of the following components and organized in the following order: A) Form SOA: Completed Solicitation Offer and Award Form, including signed copies of each Final RFP Amendment No. 4 and any subsequent amendments issued after submission of the Technical Proposal and prior to the Price Proposal Due Date. B) Tab 1 - Proposal Bond C) Tab 2 - Price Schedule D) Form CP (Contract Participation MWAA DBE Exhibit D) listing all properly certified DBE companies that will participate in the Contract during the first 270 days following Notice to 2

4 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, 2013 Proceed, their respective roles and responsibilities, and all other required information. Offerors must also identify SBEs, MBEs and WBEs and Other Subcontractors to be used during this period on Form CP. This form must be completed in accordance with the requirements specified in Exhibit 23.2 to the Contract. Offeror is responsible for ensuring that all the required forms are completed fully and accurately by the appropriate entity, and that each is signed by the appropriate individual and/or authorized representative. By executing Form SOA, each Offeror commits to make good faith efforts to achieve the DBE goal of fourteen percent (14%) of the Package A Contract Price. The Airports Authority will treat all other matters of DBE participation (including, but not limited to, whether the Offeror has made a good faith effort to meet the DBE goal, the sufficiency of the submitted Form CP, or whether a DBE for whom pre-award substitution is sought was proposed in good faith) as matters relating to the Offeror s responsibility. The Airports Authority may determine an Offeror s compliance with this requirement prior to Contract award through communications with the Offeror(s) in question. Unless the Airports Authority declares otherwise, such communications with the Offeror(s) do not constitute negotiations or discussions as these terms are used in the Airports Authority s Contracting Manual and do not require communication with other Offerors. Each Offeror s Price Proposal shall be delivered in two sealed envelopes, bound together, labeled CONFIDENTIAL that clearly identifies Offeror s name, date of submittal, and a reference to RFP No C001 Dulles Corridor Metrorail Project Phase 2: Package A (Rail Line, Stations and Systems). One envelope shall be clearly identified ORIGINAL and contain the original paper copy of all required documents and a compact disc (CD) containing an electronic copy of the complete Price Proposal in.pdf format and the Price Schedule in Excel (.xls) format. and the The other envelope shall be clearly identified DUPLICATE and contain a duplicate paper copy of all required documents. If requested by the Airports Authority, the Offeror shall provide within twenty-four (24) hours of the Price Proposal Due Date one (1) electronic copy of the complete Price Proposal in.pdf format on a compact disc (CD). E. Section 9.2 (Documents Required for Award) The timing for submittal of documents required prior to Contract Award has been modified. No later than 10 days after Within 30 days of the posting of the Notice of Recommended Award on the Airports Authority s Website, the successful Offeror shall provide the following documents to the Airports Authority: A) Payment and Performance Bonds as required under the Contract (3 executed duplicate originals); B) Parent Guarantees as required under the Contract (3 executed duplicate originals); C) Evidence of insurance as required under the Contract; D) Licensing and registration documents, as set forth in Section 2.7 and Section 2.8; E) Escrow Bid Documents, as set forth in Section 2.14; and F) Completed Form LOI (Letter of Intent MWAA DBE Exhibit E) for each DBE company that will participate in the Contract during the first 270 days following Notice to Proceed, and a completed Form OL (Offeror List MWAA DBE Exhibit L) listing all DBE firms considered by the Offeror for 3

5 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, 2013 these services. These forms must be completed in accordance with the requirements specified in Contract Exhibit Failure to submit these required DBE forms by the deadlines specified herein may result in rejection of the offer. Additionally, in the event the Airports Authority has determined that Offeror s Proposal Schedule is not fully compliant with the requirements of Section 6.2 above, Offeror shall make such corrections to the Proposal Schedule as the Airports Authority deems are necessary to make the Proposal Schedule fully compliant prior to Contract Award. F. Form PS (Price Schedule). The descriptions for Item 112 in the Price Schedule and Scope ID L in the Price Schedule Supplement have has been revised to include the Contractor s insurance costs: Price Schedule: Price Schedule Supplement: An electronic file in Excel (.xls) format with the updated descriptions for these items is provided with this Addendum and shall be used for the Price Proposal submittal. 4

6 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, CONTRACT The Contract requirements have been updated as follows. Copies of the revised Contract pages are provided with this Addendum. A. Section (Contract Documents and Order of Precedence). List of documents updated to include the new Exhibit B. Article 14 (Compensation). New Section (Contractor s Office Space) and Exhibit (Office Space Lease Information) added to address specifications for Contractor s office space and lease terms at the Airports Authority s permanent office location. Section revised to clarify payment terms for Contractor s bond and insurance premiums. C. Section (Enrollment in E-Verify Program). New section added to require all Package A subcontractors to participate in the E-Verify Program. D. Exhibit 1.1 (Definitions). Some defined terms used in the Contract have been updated. E. Exhibit (a) (Insurance Requirements). Section 1.8 (8) has been revised to clarify the terms and conditions related to Builder s Risk Insurance. F. Appendix 8 (Cooperative Agreements). The current working versions of the following Cooperative Agreements are provided with this Addendum: WMATA: Cooperative Agreement for Phase 2 of the Dulles Corridor Metrorail Project (April 2013 Draft); VDOT: First Amendment to the Cooperative Agreement for the Dulles Corridor Metrorail Project (April 2013 Draft) and the Cooperative Agreement for the Dulles Corridor Metrorail Project (August 2007); Fairfax County: Phase 2 Update to the Cooperative Agreement for the Dulles Corridor Metrorail Project (April 2013 Draft) and the Cooperative Agreement for the Dulles Corridor Metrorail Project (July 2007); Loudoun County: Cooperative Agreement for the Dulles Corridor Metrorail Project (April 2013 Draft) Town of Herndon: Cooperative Agreement for the Dulles Corridor Metrorail Project (April 2013 Draft) Toll Road Investors Partnership II (Dulles Greenway): Cooperative Agreement for the Dulles Corridor Metrorail Project (April 2013 Draft) The final executed versions of each agreement will be incorporated into the Contract as Appendix 8. A fully conformed version of the Contract that incorporates all changes noted in Final RFP Amendments Nos. 1 4 and additional required items will be provided to the selected Contractor prior to Contract Award. 5

7 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, DIVISION 1 SPECIFICATIONS (GENERAL REQUIREMENTS) The following Division 1 Specifications (General Requirements) have been updated as follows. A copy of each revised specification and an updated Table of Contents are provided with this Addendum. A. General Requirements Specification (Work Restrictions), Rev. 4. Specification updated to clarify lane closure restrictions for Autopilot Drive at Dulles Airport. B. General Requirements Specification (Contract Modification Procedures), Rev. 0. Specification is not applicable to Package A, and is deleted in its entirety. C. General Requirements Specification (Project Management and Coordination) Attachment A, Rev. 0. A sample Request for Information form referenced in Specification added. D. General Requirements Specification (Design and Construction Schedule, Progress Payment and Document Control Management System), Rev. 4. Specification updated to clarify requirements for contents of Project schedules. Changes noted are compared to Rev. 1 of this Specification issued with the Final RFP. A conformed version of this Specification is also provided with this Addendum. E. General Requirements Specification (Submittals), Rev. 4. Specification updated to revise due dates for the Design and Permit Packaging Plan and Permit Plan. F. General Requirements Specification (Verification Requirements), Rev. 3. Specification updated to conform submittal terms and sequence with Specification G. General Requirements Specification (Construction Safety), Rev. 4. Specification updated to incorporate previous revisions not included in Rev. 3. H. General Requirements Specification (Regulatory Requirements and Permitting), Rev. 3. Specification updated to conform submittal terms and sequence with Specification I. General Requirements Specification (Temporary Facilities and Controls), Rev. 3. Specification updated to clarify requirements for Owner office space in field offices and barricades. J. General Requirements Specification (Record Deliverables), Rev. 3. Specification updated to clarify WMATA requirements for Record Deliverables. A fully conformed version of the Division 1 Specifications (General Requirements) that incorporates all changes noted in Final RFP Amendments Nos. 1 4 will be provided to the selected Contractor prior to Contract Award. 6

8 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, PROJECT TECHNICAL REQUIREMENTS The following updates or clarifications to the Project Technical Requirements are provided with this Addendum. A fully conformed version of the Statement of Work that incorporates all changes noted in Final RFP Amendments Nos. 1 4 will be provided to the selected Contractor prior to Contract Award. A. Statement of Work The following sections of the Statement of Work have been updated: 1. Section 2.3 (Line and Track). New requirement added to Section (Additional Contract Requirements) is to clarify bridge locations where direct fixation tracks are prohibited. Direct fixation tracks shall not be used on the Centreville Road or Horsepen Run bridges; ballasted track construction required in these locations. 2. Section 2.5 (Bridges and Aerial Guideway Structures). Section (General) is revised to refine the requirements for the concrete parapet on the aerial guideway. For the portion of the aerial guideway at Dulles Airport within publicly accessible areas (generally from the vicinity of Rudder Road to the vicinity of TPSS #17), continuous parapet walls that comply with applicable code requirements are required in lieu of the WMATA standard pipe railing shown in the PE design. No acoustical treatments for these parapet walls are required. For the aerial Yard Lead, railings similar to the WMATA standard pipe railing shown in the PE design, but compliant with applicable code and safety requirements shall be used. For the mainline, continuous concrete parapet is to be provided on both sides of aerial guideway structures from the east abutment (Abutment A) to Dulles Airport Station (Sta ), and continue after the station from Sta to the west abutment (Abutment B). Concrete parapet is also to be provided on both sides of aerial structures for Yard Lead Tracks YL1 and YL2 from Pier 8 to YL1 & YL2 Abutment A, and for YL3 from Mainline Pier 25 to YL3 Pier 9, or from a prescriptive standpoint, on any span which is partially or completely within 50' of a roadway below. Concrete parapets shall have a smooth steel-formed exterior finish and do not require acoustic materials on the interior face. The remaining Yard Lead tracks shall be provided with pipe railing. All railings and parapets along raised safety walks that are intended as a means of emergency egress must comply with NFPA 130, WMATA and applicable code requirements, being a minimum of 42" high and capable of preventing objects from falling from the elevated structure to the ground below. Within the Dulles Airport station, architectural pipe railings that are consistent with the PE design and compliant with applicable code requirements shall be used. 7

9 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, Section 3.1 (Rail Stations). Section (Contract Requirements) is revised to provide additional information on type of artwork installation planned at each station location. Artwork for the Package A stations acquired through the Art in Transit program will be provided by WMATA. The Contractor shall be responsible for any design and construction services necessary to accommodate the installation and integration of site-specific artwork at each station, entrance pavilion, and/or station site. In coordination with the selected artist, the Contractor shall establish compatible schedule milestones to facilitate the design, delivery and installation of the artwork. Verification of adequate provisions for the artwork installations will be required prior to submitting station designs for permitting. Permitting and construction of any required foundations, provisions for electrical, mechanical, and plumbing connections, or any other required accommodations shall be the Contractor s responsibility. The Contractor shall also provide adequate time in its schedule for the installation of artwork at each location and provide the selected artists proper notice of such schedule requirements. The type of artwork installation planned at each station location is summarized below. Reston Town Center: Exterior Service Room Walls at Mezzanine Level Herndon: Pedestrian Bridge Deck with Light Feature along Deck Edges Innovation Center : Exterior Pavers with Up-Light/Light Feature Dulles Airport: Interior Columns/Walls at Station Entrance Route 606: Exterior Entrance Plaza Route 772 : Exterior Service Room Walls at Mezzanine Level Additional details on these installations will provided to the Contractor following the final selection of the artists for each location. 4. Section 4.2 (Traction Power). Section (Additional Traction Power Requirements) is revised to clarify the requirement for contact rail protection. WMATA Type B contact rail protection covers shall be used for all Package A contact rail. 5. Section 4.4 (Automatic Train Control). Section (Summary of Contract Requirements) is amended as follows: The Contractor shall design, furnish, install, and test a complete, safe, and operational train control system for Package A in accordance with the Project Technical Requirements and applicable criteria, codes, and standards. The major subsystems to be provided include: Automatic Train Protection (ATP), Automatic Train Operation (ATO), and Automatic Train Supervision (ATS). The Contractor is responsible for coordinating and integrating the train control system design, installation and testing with all other disciplines to ensure a fully integrated Package A, and for ensuring that the train control system is fully compatible with the Phase 1 and existing WMATA train control systems. Package A includes eight eleven (11) Train Control Rooms (TCR) and three (3) Train Control Equipment Rooms (TCER) as summarized below: 8

10 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SOLICITATION NO C001 FINAL REQUEST FOR PROPOSALS (RFP) PHASE 2 FINAL DESIGN AND CONSTRUCTION PACKAGE A (RAIL LINE, STATIONS, AND SYSTEMS) ADDENDUM NO. 4 APRIL 9, 2013 Location Name Wiehle Reston East Reston Town Center TCR Location Code N06 N07 Station/Interlocking Configuration Surface Station; Pocket Track Terminal Turnback to Pocket Track Herndon TCR & TCER N08 Surface Station, Storage Track, Turnout & 3 Single X-O Innovation Center TCR N09 D X-O Airport East TCR N96 U X-O Dulles Airport TCR N10 Aerial Station Airport West TCR N97 D X-O Yard Junction East TCR N98A X-O & 1 Yard Lead Turnout Yard Lead TCR N99E D X-O and Yard Lead Turnout Yard Junction West TCR N98B 2 Yard Lead Turnouts Route 606 TCR & TCER N11 Surface Station, Emergency U-XO Route 772 TCR & TCER N12 Surface Station, Terminal D X-O & & Storage Track D X-O The Contractor shall revise the PE designations for TCRs and TCERs to be in accordance with WMATA identification conventions, as follows: The designation for the Airport East TCR should be changed from N09A to N96 The designation for the Airport West TCR should be changed from N96 to N97 9

11 RFP Version March 1April 9, 2013 ARTICLE 1. GENERAL 1.1 Certain Definitions. Exhibit 1.1 contains the meaning of certain terms used in the Contract Documents. 1.2 Recitals. The Recitals are hereby incorporated by reference herein. 1.3 Contract Documents and Order of Precedence The Contract Documents consist of: (a) this Contract, including the Appendices and Exhibits set forth below, which are attached hereto or shall be deemed attached hereto and made a part hereof by this reference; (b) Final Plans and Specifications to be developed in accordance with the terms of this Contract; and (c) the Baseline Schedule to be developed in accordance with the terms of this Contract. Exhibit 1.1 Exhibit Exhibit Exhibit 8.1 Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit (a) Exhibit (b) Exhibit Exhibit 22.2(a) Exhibit 22.2(b) Exhibit 22.2(c) Exhibit 22.3 Exhibit 23.2 Exhibit 24.1 Exhibit Appendix 1 Appendix 2 Appendix 3 Appendix 4 Definitions Federal Requirements Priority 1 Area Availability Schedule Key Personnel Owner Regulatory Approvals Owner Responsibility for Regulatory Approval Fees and Charges Contract Price Schedule Price Adjustment for Changes in Certain Materials Office Space Lease Information Insurance Requirements Draft of OCIP Manual Insurance Coverage Baseline Form of Performance Bond Form of Payment Bond Form of Dual Obligee Rider Form of Parent Guarantee DBE Participation Designated Representatives Pre-Award VECP Division 1 Specifications Project Technical Requirements Contractor s Price Proposal Volume 2 of Contractor s Technical Proposal -2- Dulles Corridor Metrorail Project Phase 2, Package A Design-Build Contract

12 RFP Version March 1April 9, kv ductbank shall not be deemed included as an item encompassed by the Utility Self- Performance Payment Unknown Pre-Existing Hazardous Environmental Conditions Payment Amount. The Contract Price includes the Unknown Pre-Existing Hazardous Environmental Conditions Payment Amount. The Unknown Pre-Existing Hazardous Environmental Conditions Payment Amount will be used by Owner to fund Change Orders for any Unknown Pre-Existing Hazardous Environmental Conditions for which a Change Order is due under Section If the Unknown Pre-Existing Hazardous Environmental Conditions Payment Amount is totally depleted, Owner will fund Change Orders due for an Unknown Pre- Existing Hazardous Environmental Condition by increasing the Contract Price in accordance with Article 19. Neither Owner nor Contractor s rights or obligations under the Contract Documents shall be affected by the Unknown Pre-Existing Hazardous Environmental Conditions Payment Amount. If, at the time of payment for Final Acceptance, there are unused amounts in the Unknown Pre-Existing Hazardous Environmental Conditions Payment Amount, a Change Order shall be issued that reduces the Contract Price by such amount Other Payment Amounts. The Contract Price includes the Spare Parts Payment Amount and the Transit Artwork Integration Payment Amount. Such amounts will be used by Owner to fund Change Orders for Work that is directed by Owner for items that Owner determines are to be covered by such payment amounts. Once each such payment amount is totally depleted, Owner will fund Change Orders due for such items by increasing the Contract Price in accordance with Article 19. If, at the time of payment for Final Acceptance, there are unused amounts in such payment amounts, a Change Order shall be issued that reduces the Contract Price by such amount Contractor s Office Space. The RFP requires Contractor to co-locate Contractor s non-field staff with Owner at a facility to be chosen by Owner through a solicitation process based upon the Solicitation for Office Space set forth in Exhibit Contractor will be required to enter into a direct lease with the facility s landlord for Contractor s portion of the office space, and Contractor will assume all obligations under such lease. Because the solicitation process was not completed as of the Price Proposal Due Date, neither the identification of the facility, nor the financial terms associated with its lease, were finalized as of the Price Proposal Due Date. For the sole purpose of enabling Contractor to establish its pricing for such lease obligations, Owner has advised Contractor to base the Contract Price on the assumption that the lease will conform to the information contained in Exhibit If the final lease terms are materially different from such information, the Contract Price shall be increased or decreased to reflect the additional costs associated with such differences, provided, however, that there shall be no Overhead Markup or profit added to or deducted from such additional costs in the Change Order Payments. Contractor shall be entitled to submit one Draw Request per month to Owner in accordance with the following process and Section of Division 1: -41- Dulles Corridor Metrorail Project Phase 2, Package A Design-Build Contract

13 RFP Version March 1April 9, 2013 The failure by Owner to deduct any of these sums from a progress payment shall not constitute a waiver of Owner s right to recover such sums or to deduct such funds from future progress payments. All amounts Contractor owes to Owner under this Contract shall earn interest from the date on which such amount is due (unless a different date is specified herein) until paid at the lesser of: (i) seven and one-half percent (7.5%) per annum; or (ii) the maximum rate allowable under applicable Laws, Regulations and Ordinances Additional Requirements for Specific Payment Events. The following requirements are intended to supplement the payment processes described in this Article 14 for the following payments General Mobilization Payment. Contractor shall be entitled to a General Mobilization Payment in the amount set forth in Item 119 of Exhibit and in accordance with Section of Division 1, with the understanding that such General Mobilization Payment is to compensate Contractor for the progressive advancement of the Work performed during the first one-hundred eighty (180) days after the Notice to Proceed. Owner shall review Contractor s proposed cost loading for the General Mobilization Payment, as set forth in the Proposal Schedule, within seven (7) days of the Notice to Proceed, and the parties shall reach agreement upon a final cost loading for the General Mobilization Payment within fourteen (14) days of the Notice to Proceed Payment of Premiums for Performance and Payment Bonds and Contractor s Insurance. Contractor shall be entitled to submit a Draw Request to Owner at any time after the Effective Date for the premiums of the Performance and Payment Bonds and the insurance required of Contractor under Section 1.8 ( Additional Insurance Required from Enrolled Parties and Excluded Parties ) of Exhibit (a). Such premiums are to be paid under Item 112 of Exhibit Contractor s Draw Request shall provide proof that such premiums have been actually paid by Contractor. Owner shall review such Draw Request and make payment within twenty-one (21) days of its approval. For the avoidance of doubt, Item 112 and the above-referenced Draw Request shall not include bond or insurance premiums for any Subcontractor Substantial Completion Payment. Payment for Substantial Completion will be conditioned upon Contractor s compliance with those requirements of Section 17.4 below Final Acceptance Payment. Payment for Final Acceptance will be conditioned upon Contractor s compliance with those requirements of Section 17.5 below and subject to Owner s right to withhold or deduct amounts as set forth in this Contract Dulles Corridor Metrorail Project Phase 2, Package A Design-Build Contract

14 RFP Version March 1April 9, Labor and Right to Work Requirements. Owner represents, and Contractor acknowledges, that the following requirements are imposed as a result of the January 16, 2013 Funding Agreement By and Between the Commonwealth of Virginia and the Metropolitan Washington Airports Authority Concerning the Provision and Use of $150,000,000 of Commonwealth Funding for the Dulles Metrorail Project. (a) Neither Contractor nor any Subcontractor, nor any agent of Contractor or any Subcontractor empowered to recruit employees on their behalf through a hiring hall or otherwise shall require any individual, as a condition to becoming an employee of Contractor or Subcontractor, (i) to be or become a member of a labor union or labor organization, or (ii) not to become a member of a labor union or labor organization; (b) Contractor shall not discriminate against any Person and/or Entity that is working or seeking to work under a subcontract with Contractor based upon the affiliation of the Person and/or Entity with one or more labor unions or labor organizations or its lack thereof; (c) Contractor shall not be required, in order to maintain this Contract, to become a party to any agreement with one or more labor unions or labor organizations; (d) Contractor shall not require any Person and/or Entity, in order to secure or maintain a subcontract with Contractor, to become a party to, or otherwise adhere to, any agreement with one or more labor unions or labor organizations; and (e) Contractor and Subcontractors are subject to the requirements set forth in, and shall comply with, Virginia's Right to Work Law, Title 40.1, Chapter 4, Article 3 ( through , as amended) of the Code of Virginia, and are subject to all remedies for non-compliance set forth therein, in addition to any other remedies that may be available under the Laws, Regulations and Ordinances of the Commonwealth of Virginia; and (f) Contractor shall require each of its Subcontractors to include the language contained in this Section in its agreements with its lower-tier Subcontractors Enrollment in E-Verify Program. Contractor represents and affirms that as of the Effective Date it is enrolled in the E-Verify Program for employment verification operated by the U.S. Department of Homeland Security in partnership with the Social Security Administration and that it will continue to be enrolled in such program for the entire term of this Contract. Contractor shall require all Subcontractors to be similarly enrolled in the E-Verify Program Dulles Corridor Metrorail Project Phase 2, Package A Design-Build Contract

15 RFP Version March 1April 9, 2013 Hazardous Environmental Condition means the presence of any Hazardous Substance on, in, under or emanating from the Site that is present at concentrations or in quantities that: (a) may present an imminent or substantial safety or health hazard for any Owner Indemnitee, Contractor-Related Party, the general public or the surrounding environment; or (b) are required to be removed or remediated pursuant to Laws, Regulations and Ordinances or in accordance with the requirements of any Governmental Person. Hazardous Substance means, but is not limited to, any solid, liquid, gas, odor, heat, sound, vibration, radiation or other substance or emission which is or could be considered a contaminant, pollutant, dangerous substance, toxic substance, Hazardous Waste, solid waste, or hazardous material (including but not limited to any material that the Secretary of Transportation has designated as hazardous pursuant to Section 5103 of the Hazardous Materials Transportation Act, 49 U.S.C et seq.) which is or becomes regulated by Laws, Regulations and Ordinances or which is classified as hazardous or toxic under Laws, Regulations and Ordinances. Hazardous Waste means a waste that is (a) listed as a hazardous waste in 40 CFR Sections to , (b) exhibits one of the following characteristics under 40 CFR to : ignitability, corrosivity, reactivity or toxicity; or (c) is otherwise defined as a hazardous waste by Laws, Regulations and Ordinances. Initial Baseline Schedule means the schedule attached as Appendix 10 to this Contract. Key Personnel means those individuals and positions identified in Exhibit 8.1. Known Pre-Existing Hazardous Environmental Condition means the presence of barium in groundwater at Dulles Airport property for areas west and south of Horsepen Run at concentrations or in quantities that: (a) may present an imminent or substantial safety or health hazard for any Owner Indemnitee, Contractor-Related Party, the general public or the surrounding environment; or (b) are required to be removed or remediated pursuant to Laws, Regulations and Ordinances or in accordance with the requirements of any Governmental Person. Laws, Regulations and Ordinances means all applicable laws, codes, rules, ordinances, restrictions and regulations of the federal government or any state, regional or any local government (including those resulting from the initiative or referendum process) or quasigovernment entity and judicial or administrative orders. Liability Cap is defined in Section Lien means any pledge, lien, security interest, mortgage, deed of trust or other charge or encumbrance of any kind, or any other type of preferential arrangement (including any agreement to give any of the foregoing, any conditional sale or other title retention agreement, any lease in the nature of a security instrument and the filing of or agreement to file any financing statement under the Virginia Uniform Commercial Code). -6-

16 RFP Version March 1April 9, 2013 Priority 2B Areas means those properties identified as such in the Statement of Work, Appendix 8. Priority 3 Areas means Parcels 212, 223, and 232, identified as such in the Statement of Work, Appendix 8. Product Data means the illustrations, standard schedules, performance charts, instructions, brochures, diagrams, warnings, and other information furnished by Contractor to illustrate or explain the fabrication, assembly, installation, maintenance, or operation of the Equipment and Materials or some portion of the Work. Project means: (i) all improvements constituting Package A and which may be provided by Contractor under the terms of the Contract; and (ii) all other improvements and other Work Product which may be provided by Contractor in accordance with the Contract Documents, including off-site improvements required by applicable Laws, Regulations and Ordinances and Regulatory Approvals. Project Record Documents mean the complete set of full-size drawings, GIS data, technical reports, annotated specifications, calculations and shop drawings created during the course of the Project and marked-up by Contractor to show actual construction in the field. Project Right-of-Way means the real property (which term is inclusive of all estates and interests in real property) on or in which the Project will be constructed and other real property that is necessary for ownership and operation of the Project. The term specifically excludes any temporary easements or other real property interests which may be necessary or advisable in connection with construction of the Project and/or Utility Relocations, but which are not necessary for ownership or operation of the Project. Any right of entry required to be obtained from WMATA for Work to be performed in any Metrorail operational area is not considered part of the Project Right-of-Way. Project Schedule(s) mean, as applicable, the Proposal Schedule and, the Baseline SchedulesSchedule, and updates to each as required by Section of Division 1. Project Technical Requirements means the documents attached as Appendix 2. Property Identification Plans means design drawings submitted in accordance with the Contract Documents, including but not limited to Section of Division 1. Proposal Schedule is the schedule set forth in Appendix 5. Punch List means the list of Work which remains to be completed after achievement of Substantial Completion, and shall be limited to minor incidental items of Work necessary to correct imperfections which have no adverse effect on the safety or operability of the Project. Record Deliverables means the final, clean version of the drawings, GIS data, technical reports, annotated specifications, calculations, shop drawings, system software (including source codes) and other records created during the course of the Project that are complete in every detail -10-

17 RFP Version April 9, 2013 EXHIBIT OFFICE SPACE LEASE INFORMATION For purposes of Section of the Contract, Contractor shall base its Contract Price on the following information: I. EXCERPT FROM FINAL RFP AMENDMENT NO. 4 (APRIL 9, 2013) A. Section 2.17 (Co-Location of Project Offices) Additional clarification on lease terms for the permanent office location is provided. The Airports Authority will require that the selected Contractor s non-field staff to co-locate with the Airports Authority at the building(s) to be identified by the Airports Authority. The Airports Authority is currently conducting a separate procurement process to select this location and will identify a building (or adjacent buildings) that can accommodate at least 40,000 and up to 70,000 square feet of office space for the Contractor s permanent offices. The Contractor will be required to enter into a separate lease for its space; a copy of the Airports Authority s lease will be provided for the Contractor s reference and use. For the purposes of preparing its Technical and Price Proposals, Offerors shall assume that possession of 50 percent of the space required at the permanent office location will be available upon Notice to Proceed at the customary Full Service rate of $28/square foot, including operating expenses and real estate taxes. The remaining space will be available no later than February 28, Furniture, fixtures, and equipment are not included in this rate. The space provided will be provided with either a turnkey build out comparable to the existing Project office space, or an allowance based on that level of build out, toward the Contractor s preferred modifications. A high-speed Internet connection to the building shall be available; the Contractor is responsible for its own connection and any Internet service fees. After the initial year of the lease, Offerors can expect to pay a pro-rata share of increases in operating expenses and real estate taxes, and an annual escalation of three (3) percent in the base rental rate. Each Offeror is responsible for making the final determination on its respective space requirements. II. AIRPORTS AUTHORITY SOLICITATION FOR OFFICE SPACE A copy of the Airports Authority Solicitation for Phase 2 office space (8-13-C009) is attached.

18 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY 8 13 C009 Solicitation for Office Space The Metropolitan Washington Airports Authority Phase 2 Project Team ( Airports Authority ) requires approximately 50,000 rentable square feet ( RSF ) of office space located along the Silver Line Phase 2 construction alignment. A map of the Phase 2 alignment is available at In addition to the Airports Authority space needs, the Design Build Contractor ( D B Contractor ) to be selected for Phase 2 requires 40,000 to 70,000 RSF and that space is to be co located with the Airports Authority, either in the same building or complex. The Airports Authority plans to select the D B Contractor in late April to early May of this year. Therefore, the solicitation for office space will require that the building owner(s) ( Landlord ) have space available for both the Airports Authority and the D B Contractor. Proposals should include the individual terms and conditions for the Airports Authority and D B Contractor s separate Premises. Submissions will need to respond to all items below and meet the minimum standards on certain items, as described below in italics in order to be considered compliant ( Compliant). Submissions deemed not Compliant will not be considered. Please provide a proposal addressing the following items: 1. Tenant: Airports Authority and the D B Contractor. 2. Building: Provide a building description. The Building must be located within two (2) miles driving distance to both an entrance and an exit of the Dulles Toll Road or Dulles Greenway, which entrance/exit is located along the Phase 2 alignment (i.e. running from the Reston Parkway interchange on the Dulles Toll Road to the Ryan Road interchange on the Dulles Greenway, inclusive). Submissions must identify the route that satisfies this mileage standard to be considered Compliant. 3. Landlord and Property management: description of the exact ownership and management structure of the Building. 4. Lender: detailed description of property lender(s), if any, and any liens that do or may encumber the Building. 5. Premises: approximately 50,000 RSF for a lease to the Airports Authority and at least 40,000 and up to 70,000RSF for a lease to the D B Contractor (total of 120,000 RSF) either in the same building or connected buildings. Landlord shall specify the specific Premises which will be provided to the Airports Authority and which Premises will be provided to the D B Contractor. Landlord agrees to hold D B Contractor proposed Premises off the market for a period of 120 days from the date of the RFP submission. In order for a submission to be Compliant, the proposed Premises must be a minimum of 90,000 RSF in one building or connected buildings (defined as buildings physically connected, within the same complex or connected with walkways that do not cross streets herein after called Building ) 6. Possession for Tenant Improvement Construction and Occupancy: the Premises (or at a minimum 50% of the Premises) shall be available beginning no later than July 1, 2013 for the installation of Tenant Improvements or move in and in no event shall the balance of the space be available later than October 1, Possession as described in this paragraph is required for a submission to be considered Compliant. 7. Occupancy: Full occupancy (defined to be the Tenant in full occupancy of the Premises) shall be no later than March 1, Tenant would prefer to perform phased move ins between the summer and late fall of

19 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY 8 13 C Lease Term: Five (5) years from March 1, Rent Commencement Date: There shall be no commencement of payment of Base Rent prior to March 1, Base Rental Rate: provide a full service base rental rate per rentable square and specify any annual escalations. Note the decision criteria includes price and this is a very important component of the Airports Authority decision. 11. Operating Expense and Real Estate Tax Pass Throughs: the base year for operating expenses and real estate taxes ( Base Year ) shall be the first full year of full occupancy. Provide detailed summaries for 2011 and 2012 actual operating expenses and real estate taxes for the Building and estimates for Renewal Option: two (2) options of one (1) year each to renew the lease at a rental rate to be described in the landlord s proposal. That rental rate should not exceed the then escalated Base Rental Rate in effect Right of First Refusal and Offer: Tenant shall have the right of first refusal ( Right of First Refusal ) on any space that becomes available on a contiguous floor (lower/higher) during the lease term and a right of first offer ( Right of First Offer ) on any space that becomes available in the Building during the lease term. 14. Subletting and Assignment: Tenant shall have the right to sublease all or a portion of the Premises during the Lease Term as long as it remains financially liable for the Lease. Tenant shall have the right to assign the Lease and be relinquished from financial responsibility to subsidiaries or replacement entities as long as the entity is of equal or better financial wherewithal. 15. Tenant Improvements: Tenant will require Landlord to provide design, permitting, and construction services to complete the build out of the Premises. All hard, soft and financing costs shall be funded by Landlord. Tenant will design, install and fund their own voice, data and cabling within the Premises. Tenant will agree to have the Landlord finance the Tenant Improvements into the Base Rental Rate. See Exhibit I for a summary of Tenant s build out specifications. Upon request, the Airports Authority will provide an existing floor plan of Tenant s current offices at 1593 Spring Hill Road in Vienna, Virginia. For purposes of pricing the D B Contractor portion of the Premises, assume a similar build out specification. 16. Base Building: provide a specification of the following Base Building components: HVAC, electrical and mechanical. Provide ages on the following Base Building components: HVAC, mechanical, roof and other replacement elements to the original construction. 17. Electrical/HVAC Capacity: specify the current electrical systems in place and delivery of power to the Premises. The minimum electrical capacity for the Premises shall be 7 watts per RSF (2 watts per RSF for lighting and 5 watts per SF for general power). The minimum HVAC standards for summer shall be not more than 74 degrees Fahrenheit dry bulb for inside when outside temperature reaches a high up to 95 degrees Fahrenheit dry bulb. The minimum HVAC standards for winter shall be not less than 72 degrees Fahrenheit dry bulb for inside when outside temperature reaches a low, up to 10 degrees Fahrenheit dry bulb. 18. Technology: state the Building s current technology infrastructure with regards to fiber optics and back up power. 2

20 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY 8 13 C Energy Star / LEED: state if the Building has received an Energy Star Label and/or any LEED Certification. 20. Concessions: specify rental abatements, cash inducements and other concessions to be made available to Tenant. 21. Security Deposit: None required. 22. Commission: Studley, Inc. ( Studley ) is recognized as the exclusive broker ( Broker ) representing Tenant in this proposed transaction. Landlord shall pay Studley a brokerage commission in accordance with the terms and conditions of a separate written agreement with Studley. 23. Signage: provide a detailed description of Signage available. Tenant seeks building, monument main lobby and Premises floor lobby Signage (for both Airports Authority and D B Contractor). 24. Storage: indicate storage opportunities that will be available to Tenant. 25. Rules and Regulations: provide a copy of building rules, regulations and guidelines. 26. Building Access: Tenant will have 24 hours per day, seven days per week and 52 weeks per year access to the Building. Specify loading dock and freight elevator capacities and availability for Tenant use prior to and during to move in. 27. Building Amenities: Specify any amenities provided within the Building and nearby including but not limited to food services, fitness facility, hotels, and bank or other. 28. Shuttle Service: Describe what, if any, shuttle services are provided. 29. Parking: describe the Building s parking facilities, access and ratio/number of spaces available to Tenant including reserved/unreserved covered and surface spaces. Tenant seeks, where available, parking for a certain number of pickup trucks in their fleet. 30. Services: provide hours of operation in the Building and specify overtime HVAC charges. Describe Landlord provided services and security systems. 31. Maintenance and Repairs: Landlord must be responsible for maintaining and repairing the: (a) exterior of the building, foundations, roof and structural portions of the walls of the Premises; (b) HVAC systems serving the Premises including any supplemental units; (c) electrical system serving the Premises; (d) plumbing, sump pump and sewer systems serving the Premises; (e) lighting systems serving the Premises; (f) smoke alarm, exit lighting, sprinkler and other life safety systems serving the Premises; and (g) all appliances provided within the kitchen or pantry and (h) common areas inside and outside of the Building. 32. ADA Compliance: Landlord represents, to best of Landlord s actual knowledge that the Building, the project and all Tenant Improvements are (and will be) in compliance with the existing provisions of the Americans With Disabilities Act as currently interpreted. Any improvements needed to satisfy compliance within the Building shall be at Landlord s sole cost and expense and not increase costs for Tenant during Tenant s occupancy over the Lease Term. 3

21 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY 8 13 C Non Disturbance Agreement: Landlord to provide a Non Disturbance Agreement, in a form acceptable to Tenant, from any current or future mortgagees of the Building. 34. Relocation: Landlord will not have the right to relocate Tenant from or within the Premises. 35. Restoration: Tenant shall not be required to remove any leasehold improvements or cabling from the Premises at the end of the lease, nor perform any restoration of the Premises. 36. Other Terms and Conditions: The Airports Authority s liability under the Lease shall be limited to the Dulles Corridor Enterprise Fund (which is used to finance the Dulles Toll Road s ongoing capital program and the construction of the Silver Line extension), and any claim based on any such obligation or liability of the Airports Authority shall be limited to the revenues and assets of the Dulles Corridor Enterprise Fund. Within its Dulles Corridor Enterprise Fund, the Airports Authority operates, maintains and improves the Dulles Toll Road and undertakes the construction of the extension of the Silver Line. Any other terms and conditions other than those specifically set forth in this letter shall be subject to negotiation and to Tenant s acceptance and approval in the lease or purchase document. Schedule Questions due through the Airports Authority website at by March 28, 2013 at 8:00 AM Answers will be posted on the Airports Authority website by March 29, 2013 Submissions due April 3, 2013 by 1:00 pm. Submissions All submissions shall be submitted electronically no later than 1:00 pm on Wednesday, April 3, 2013 to the following: Wendy Feldman Block of Studley, Inc. at wfeldman@studley.com Matthew Giragosian of Studley, Inc. at mgiragosian@studley.com Richard Myrah of the Metropolitan Washington Airports Authority at Richard.Myrah@mwaa.com Evaluation Criteria The successful bidder will be evaluated on the following: Financial Consideration o This factor includes rent and all other payments under the lease, and will reflect any rent abatement and/or escalations. Payments will be evaluated on a net present value basis, i.e. by discounting future payments from the projected payment date to the present using a discount rate of 3% per annum Quality of Offer Including Building Features and Lease Terms and Conditions o e.g. Building features, parking, conference rooms, building security, lease terms, full service Schedule for Occupancy o e.g. Estimated build out schedule and Premises delivery Location o e.g. Convenience of location to Phase 2 alignment This Request for Proposal, whether countersigned or not, is not intended to be a legally binding agreement for either party. Nothing contained herein shall be used or relied upon by either party hereto in any evidentiary manner, or otherwise, to subsequently attempt to demonstrate that the parties hereto have entered into any binding agreement or for any other purpose. It is the intent of the parties that no such legally binding 4

22 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY 8 13 C009 agreement shall exist unless and until a formal and definitive lease agreement has been negotiated, drafted and approved by the respective parties and their legal counsel and executed and delivered by such parties. Neither the expenditure of funds by you or any other party or commitments made or action taken to implement any of the concepts in this request or otherwise shall be regarded as part performance of this letter or otherwise alter or modify the provisions of this paragraph. While the parties may commence or continue negotiations relating to the proposed transaction described in this Request for Proposal, each party reserves the right to terminate such negotiations at any time, with or without cause and for any reason, without any liability to the other party. 5

23 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY 8 13 C009 Exhibit I Based on current projections, the approximate minimum space requirements for the Airport Authority are outlined below (~50,000 RSF and future on site staffing projection of 178). These specifications are offered as a general guideline to the buildout the Airports Authority is likely to need. For purposes of pricing D B Contractor portion of the Premises, assume a similar build out specification. o 64 offices (current average office size is 11 x 16 ) o 114 workstations (current average workstation size is 8 x 8 a few larger) o 1 reception 18 x 20 o 2 kitchens (one per floor) o 1 IT 24 x 24 o 1 server/pbx 38 x 16 o 1 IT 18 x 14 o 1 second smaller IT closet on the floor below/above. o 1 document control 26 x 24 o 1 mail 24 x 18 o 8 conference rooms 18 x 20 each 28 x x x x x x 18 o 4 copy rooms 22 x x 10 o 2 storage rooms 24 x x 12 ** Specify if there are any additional workstations or office furniture, that can be made available on an interim basis prior to full occupancy and/or during the Lease Term for Tenant s use.** Floor plan(s) for 1593 Spring Hill Rd are available upon request. 6

24 General Aggregate $ 5,000,000 Products/Completed Operations Aggregate $ 5,000,000 RFP Version March 1April 9, 2013 Exceptions will be at the discretion of Owner, but in no event will a limit less than $2,000,000 be considered or accepted. The following limits apply to Contractor only: Each Occurrence Limit $ 50,000,000 General Aggregate $ 50,000,000 Products/Completed Operations Aggregate $ 50,000,000 Once the total contract value falls into a higher tier due to change orders, the higher tier requirements will automatically apply to the Subcontractor. (5) If required by Owner, Aviation and/or Watercraft Liability and/or Marine Cargo Insurance, in form and with limits of liability and from an insuring entity reasonably satisfactory to the Owner. If this Insurance is required by Owner, premiums will be a reimbursable cost to Contractor subject to Owner s approval of an itemized cost breakdown. (6) Equipment Insurance covering all risk of physical damage to equipment provided for use at the Site by the Contractor and Subcontractor. Contractor and Subcontractor agree to waive and do hereby waive their rights of recovery against Owner, Contractor and other Subcontractors as to any damage or loss, which may occur to its equipment. Subcontractor will have its insurance company specifically agree to this waiver. Self-insurance may be allowed subject to the approval of Owner. (7) Professional Liability for Contractor Only: $25,000,000 In the case where Contractor is not performing design Work, this coverage can be fully provided by the subcontracted lead Design Professional, or, in the alternative, this coverage can be provided through the combination of a professional liability policy provided by the subcontracted lead Design Professional and a Contractor s Protective Professional Indemnity (or similar) policy provided by Contractor. Coverage can be provided either on a Project-specific basis or with a practice policy and must contain a 5 year extended reporting period to the extent commercially available. (8) Builders Risk Insurance - The Contractor shall provide and maintain a Builders Risk Insurance policy from the Notice to Proceed until the Owner delivers the Final Acceptance Certificate covering all risk of direct physical loss or damage to property of every kind and description intended to become a permanent part of, or consumed in, the fabrication, assembly, installation, erection or alteration of the Project. The coverage limit shall be the Probable Maximum Loss (PML) that the Contractor determines for the Project, including the value of any Equipment and Materials, including Equipment and Materials that may be in storage (on or off the Site) or via -7-

25 RFP Version March 1April 9, 2013 inland transit (on any one conveyance). Such policy shall cover the value of the Work performed, as well as the value of any Equipment and Materials that may be in storage (on or off the site) or in transit (on any one conveyance). The policy shall cover the cost of removing debris, including demolition, as may be legally necessary by the operation of any law, ordinance or regulation, and for loss or damage to any owned, borrowed, leased or rented structures used to facilitate the Work and property of the Owner held in its care, custody and/or control. Such policy shall provide that, upon achievement of Substantial Completion, the Occupancy Clause in such policy is deleted and a Permission to Occupy endorsement is added. Such policy will cover the Contractor, as named insured, Owner, Owner Indemnitees and all Subcontractors performing On-Site Work and other eligible parties as additional named insureds as respects their On-Site activities. In addition, the Builders Risk policy shall contain coverage provisions or endorsements that provide for the following: Earthquake, Flood and Windstorm, with a sub-limit equal to the greater of $100,000,000 or the PML, but not to exceed $750,000,000; Pollutant Clean-up with a minimum sub-limit of $5,000,000; Expediting Expenses with a minimum sub-limit of $5,000,000; Professional Fees with a minimum sub-limit of $1,000,000 Debris removal sub-limit shall be a minimum of $25,000,000 or 20% of the PML, whichever is higher; The Owner and the Contractor shall be named as loss payee for the Work in order of precedence as their interest may appear; In the event the loss occurs at an occupied facility, the policy shall permit occupancy without the consent of the Insurance Company; Testing, Commissioning and Start-up; Waiver of Subrogation against all insureds; Coverage for resulting damage from error in design, defect in material or faulty workmanship equivalent to LEG 3; Contractor is responsible for payment of any deductible or self-insured retention until Substantial Completion; Owner will reimburse Contractor for any deductible, not to exceed $100,000 per occurrence, required to be paid under the Builder s Risk policy following Substantial Completion, provided any such claim is not due to the negligence of a Contractor-Related Party; DSU may be required at a limit to be determined by Owner; and premium will be reimbursed to Contractor; Terrorism is to be included. Contractor is to provide copies of quotations with premiums redacted and any applicable specimen policy forms to Owner thirty (30) days prior to Notice to Proceed and prior to policy being bound. Owner has the right to request amendments. If amendments result in additional premiums, they will be reimbursed to Contractor. -8-

26 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 3 4 DIVISION 01 GENERAL REQUIREMENTS SECTION NUMBER SECTION TITLE SUMMARY REV SITE SURVEY CONTROL REV A FIGURE A MONUMENT RECORD SHEET REV B FIGURE-B INVERT AS-BUILT REV C FIGURE-C INVERT AS-BUILT REV D FIGURE-D AS-BUILT REV E FIGURE-E REV F FIGURE-F IN-BOUND TRACK REV G FIGURE-G IN-BOUND TRACK REV GEOGRAPHIC INFORMATION SYSTEM REQUIREMENTS REV WORK RESTRICTIONS REV 3REV A EXHIBIT A DULLES GREENWAY LAND USE PERMIT REQUIREMENTS REV B EXHIBIT B - OPERATIONAL ADMINISTRATIVE PROCEDURE REV PRE-CONSTRUCTION SURVEY REV UTILITY DESIGN AND SERVICE CONNECTIONS REV CONTRACT MODIFICATION PROCEDURES REV PROJECT MANAGEMENT AND COORDINATION REV A SAMPLE REQUEST FOR INFORMATION (RFI) FORM REV DESIGN AND CONSTRUCTION PROGRESS DOCUMENTATION REV SYSTEMS INTERFACE COORDINATION REV DESIGN AND CONSTRUCTION PROGRESS SCHEDULE, PROGRESS PAYMENT AND DOCUMENT CONTROLS MANAGEMENT SYSTEM REV PHOTOGRAPHIC DOCUMENTATION REV SUBMITTALS REV 3 REV A SAMPLE SUBMITTAL REGISTER (SAMPLE ONLY) REV PROPERTY ACQUISITION RELATED REQUIREMENTS REV VERIFICATION REQUIREMENTS REV 2REV A EXHIBIT A REV MAINTENANCE AND TESTING OF REVENUE FACILITIES REV REMOVAL AND RESTORATION OF THIRD RAIL POWER FOR WORK BY CONTRACTOR FORCES MAINLINE REVENUE SYSTEM REV CONSTRUCTION SAFETY AND SECURITY REV 3REV SYSTEM SAFETY AND SECURITY REV SOIL AND GROUNDWATER MANAGEMENT REV QUALITY REQUIREMENTS REV REGULATORY REQUIREMENTS AND PERMITTING PROCESS REV 2REV A PROPOSED AUTHORITY HAVING JURISDICTION (AHJ) FOR BUILDING TABLE OF CONTENTS

27 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 3 4 PERMITS AND APPROVALS REV B CONTRACTOR RESPONSIBILITIES RELATED TO OWNER REGULATORY APPROVALS REV C SAMPLE PERMIT TRACKING MATRICESCONSTRUCTION PERMITS AND APPROVALS TRACKING MATRIXS REV D SAMPLE WETLANDS IMPACT LEDGER REV REFERENCES REV PROJECT DEFINITIONS REV TEMPORARY FACILITIES AND CONTROLS REV 2 REV PRODUCT REQUIREMENTS REV EXECUTION REV CUTTING AND PATCHING REV CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL REV A SAMPLE FORMForm CWM-1: Construction Waste IdentificationCONSTRUCTION WASTE IDENTIFICATION REV B SAMPLE FORMForm CWM-2: Demolition Waste IdentificationDEMOLITION WASTE IDENTIFICATION REV C SAMPLE FORMForm CWM-3: Construction Waste Reduction Work PlanCONSTRUCTION WASTE REDUCTION WORK PLAN REV D SAMPLE FORMForm CWM-4: Demolition Waste Reduction work PlanDEMOLITION WASTE REDUCTION WORK PLAN REV E SAMPLE FORMForm CWM-5: Cost/Revenue Analysis of Construction Waste Reduction Work PlanCOST/REVENUE ANALYSIS OF CONSTRUCTION WASTE REDUCTION WORK PLAN REV F SAMPLE FORMForm CWM-6: Cost/Revenue Analysis of Demolition Waste Reduction Work PlanCOST/REVENUE ANALYSIS OF DEMOLITION WASTE REDUCTION WORK PLAN REV G SAMPLE FORMForm CWM-7: Construction Waste Reduction Progress ReportCONSTRUCTION WASTE REDUCTION PROGRESS REPORT REV H SAMPLE FORMForm CWM-8: Demolition Waste Reduction Progress ReportDEMOLITION WASTE REDUCTION PROGRESS REPORT REV CLOSEOUT PROCEDURES REV OPERATION AND MAINTENANCE DATA REV PROJECT RECORD DELIVERABLES REV EXTRA STOCK MATERIALS REV DEMONSTRATION AND TRAINING REV 1 END OF TABLE OF CONTENTS TABLE OF CONTENTS

28 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 SECTION WORK RESTRICTIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections apply to this Section. This list is provided for convenience and is not intended to exclude or supersede any portion of the Contract Documents. Contractor shall comply with Federal, State, County and Local codes. Where conflicts and overlapping criteria exists, the more stringent shall apply unless noted otherwise. 1. Statement of Work. 2. WMATA Operational Administrative Procedure (OAP) 100-9, Access to Revenue or Start-Up Railroad Facilities. 3. WMATA Operational Administrative Procedure (OAP) , Site-Specific Work Plan (SSWP): See Exhibit B, located at end of Specifications. 4. WMATA Policy/Instruction No. 6.10/1, July 29, (Latest Revision) 5. Dulles Greenway Land Use Permit: See Exhibit A at end of Specification. 6. Metropolitan Washington Airports Authority Construction Safety Manual latest edition. 7. MWAA Dulles International Airport Design Manual 8. Commonwealth of Virginia: Virginia Work Area Protection Manual, Standards and Guidelines for Temporary Traffic Control (Chapter 6, 2011.) 9. Fairfax County: Construction Safety Resolution, December 8, 2003, as amended. 10. U.S. Code of Federal Regulations (23 CFR ): Guiding document for analysis and abatement of highway traffic noise on all proposed highway projects. 11. VDOT and MWAA Cooperative Agreement. 1.2 SUMMARY A. Restrictions: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of Authorities Having Jurisdiction. B. This Section includes the following: 1. Restrictions that may affect construction operations on Washington Metropolitan Area Transit Authority (WMATA) controlled access property including site access, hours of work, access to adjacent properties, and use of the site. 2. Restrictions to closures of VDOT-owned roadways. Restrictions to closures on the Dulles International Airport Access Highway (DIAAH) and Dulles Toll Road. 3. Restrictions within the Airport Operations Area at Dulles International Airport. 4. Restrictions related to Work at selected Project areas that are particularly sensitive or have special requirements. WORK RESTRICTIONS

29 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV Additional work restrictions may be imposed by the applicable Facility Jurisdiction Agencies. In addition to the above, other environmental requirements and approvals may be imposed. In case of conflicts, the most stringent restriction will apply. 1.3 EMERGENCY SERVICES A. Contractor will provide for emergency response operations during construction. Alternative means of short-turning emergency vehicles that presently use median access points shall be approved and in place prior to removing any existing median access. Owner shall have final approval of the number and location of the median access points for Emergency Services. B. The Fire Department access/egress on Rudder Road shall be maintained at all times and cannot be restricted by working area or construction vehicles. C. Contractor shall maintain emergency vehicle access from Copilot Way to Saarinen Circle. D. Contractor shall maintain a fire lane not less than 12' wide on the south side of the North Parking Garage. 1.4 ACTION SUBMITTALS A. Lighting Plan: Contractor shall submit a Lighting Plan acceptable to Owner at least twenty-one days prior to commencing night work showing the type and location of lights to be used for night work. This lighting plan shall provide for and show the location of all lights necessary for every aspect of work to be done at night. Contractor s lighting plan must be approved by Owner prior to the beginning of any night work; however, Owner may require modifications to be made to the lighting setup in order to fit field conditions. Lighting providing insufficient illumination shall be rearranged or replaced with a different system when requested by Owner. 1.5 PERSONNEL IDENTIFICATION CARDS AND ACCESS REQUIREMENTS A. Contractor, its subcontractors and its support personnel working at the Project Work sites, while on duty at any location, on controlled access property owned or managed by WMATA, MWAA (including Dulles International Airport) shall provide their personnel with standardized, distinctive badges showing the employer's name and the employee's name, picture and identification number. These badges shall be displayed in a prominent manner on each person while engaged on the work. Access to the work shall be granted only to properly accredited representatives of Contractor and its Subcontractors and to properly accredited individuals with approved business with the Project. 1. Identification badges will be approved for all locations to which Project personnel would have access. 2. Contractor and personnel will comply with regulations or access restrictions particular to and established by Facility Jurisdictional Agencies, including but not limited to personnel background checks, safety orientations, and special access regulations and waivers. B. Contractor and Subcontractors requiring entry into the rail revenue operating system for performance of Contract work shall provide such employees requiring entry with photo WORK RESTRICTIONS

30 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 identification cards issued by WMATA. Contractor shall obtain and be responsible for administering the use of the identification cards in accordance with WMATA Policy/Instruction No. 6.10/1, July 29, 1993 (Latest Revision). The ID cards are not valid for transportation on Metrobus or Metrorail and will be valid for the duration of the Contract but must be renewed each year. In order to obtain a WMATA ID, each contractor/subcontractor employee must successfully complete WMATA s safety training, and then subsequently, after a background check is completed, report to WMATA Headquarters (JGB) to obtain their ID. 1.6 WORK SHIFTS, ACCESS TO SITE A. Contractor shall work such hours per shift, with or without overtime, as many shifts per day and as many days per week as necessary to complete the various parts of the work and the entire work within the dates specified. B. Contractor shall coordinate and schedule all Work affecting the rail-revenue operating system with Owner and WMATA to ensure that Contractor s activities do not interfere with the operation of or access to WMATA facilities. C. Contractor shall schedule portions of the Work during non-revenue hours on Owner or WMATA property, if so required by VDOT, Owner, or WMATA. D. Supervisory and red-tag outages are the only times during which access to the trackbed is permitted. Supervisory outages and access will be granted in accordance with the procedures outlined in Metrorail Safety Rules and Procedures. E. Access points to and from the project work zones onto roadways or those facilities temporarily replacing roadways, shall be approved by AHJ and Owner prior to Contractor creating said access points. AHJ and Owner reserve, the right to require modification or closure of an approved access point based upon it creating unforeseen hazardous conditions or traffic congestion. F. All deliveries of materials or movement of vehicles and machinery used in the Project s construction shall be permitted only during the hours referenced in this Section, excluding the holiday periods and additional restricted periods in which no deliveries or movement of vehicles and machinery are allowed. G. These additional restrictions apply to access locations: 1. Construction access through adjacent private property shall not be allowed. 2. No construction access is allowed from or through Sayward Boulevard. 3. No construction traffic may travel through the existing park and ride facilities. When working on such facilities, access to and from the site shall be from the near side of the work location within the facility. 4. Property access easement purchased for parcel 221 (Marriott Hotel site) shall be for future permanent use only and shall not be used by Contractor for construction access. The construction access to and from the DTR shall be subject to review and Acceptance of the plans for the access roadway and acceleration/deceleration areas. In addition, the following are requirements related to securing the construction site: WORK RESTRICTIONS

31 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 a. The construction area must be completely and securely fenced from the hotel property beyond the construction area b. The fence shall provide a visual screen from the hotel, parking lot, and adjoining property c. Sufficient access control measures, including barriers as required, shall be provided to prevent vehicular access between the DTR and private property beyond the construction area. 5. Herndon Station North Pavilion Area - Construction access shall not be allowed from Parcel 227 at the future WMATA maintenance and emergency access; at this parcel, construction access to/from the pavilion site shall only be at the future sidewalk corridor straddling Parcels 225 and 227. a. For this access drive, use of only a portion of the TCE immediately surrounding the future sidewalk will be allowed and shall be minimized to reduce impacts to parking on the adjacent properties. A maximum of 46 parking spaces can be eliminated by the construction access drive and those lost spaces shall be evenly split between the two adjacent parcels. b. Adequately and securely fence the driveways from the adjoining properties. For areas with head-in parking adjacent to the fence, ensure that adequate space beyond the curb is provided for vehicle overhang and employ measures to protect adjacent vehicles from damage. 6. Reconstruction of Parking Lot on Parcel 226 The temporary construction easement (TCE) on this parcel, as per the requirements of Division 01 Section that limit use of TCE areas, is to be only used for the short-term reconstruction of the parking lot and parking garage access. a. The reconstruction activities, and any subsequent activity that affects parking or access, shall be coordinated with the property owner and property manager prior to and during those activities that affect parking and access to ensure that necessary access to the parking garage is maintained and parking space impacts are minimized to the extent possible. b. Access to/from the parking garage shall be maintained, at a minimum, during normal business hours. Contractor shall assume that access cannot be restricted between the hours of 6:00 AM and 9:00 PM each business day. The specific hours for restriction shall be coordinated with the property owner, property manager and Owner. Emergency access shall be provide at all times. H. The type and location of all Airport Operations Area (AOA) penetrations at Dulles International Airport shall be as shown on the plans. Alternative locations are subject to prior approval of the Airports Authority. All penetrations require compliance with security procedures. Contractor shall maintain AOA at Tug Rd. I. All entrances shall be properly maintained by Contractor throughout the life of the project. Owner reserves the right to require modification or closure of an approved construction entrance(s) based upon the entrance(s) creating unforeseen hazardous conditions or traffic congestion unacceptable to Owner. J. Contractor parking is restricted to designated laydown/staging areas only. WORK RESTRICTIONS

32 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV ACCESS TO ADJACENT PROPERTY A. Contractor shall conduct Project activities in such a manner as to cause as little inconvenience as possible to owners of property affected by such operations. Convenient access to all property from roads and highways along line of work shall be maintained. 1.8 CONSTRUCTION ADJACENT TO EXISTING FACILITIES A. Construction adjacent to existing WMATA facilities shall be performed in compliance with the requirements of the latest edition of the WMATA s Adjacent Construction Design Manual. B. Construction adjacent to existing roadways shall be performed in compliance with applicable VDOT policies and standards. 1.9 CONSTRUCTION ADJACENT TO MWAA FACILITIES A. All construction adjacent to the DIAAH shall be performed in accordance with VDOT Standards, Rules and Regulations. All required submissions shall be submitted to Owner. B. Contractor will provide notice to Owner prior to the demolition or removal of existing infrastructure located in the DIAAH ROW and demonstrate that alternative infrastructure is in place and operational prior to such demolition or removal CONSTRUCTION AT DULLES INTERNATIONAL AIRPORT A. Contractor shall perform construction at Dulles International Airport in accordance with all applicable Federal Aviation Administration requirements. All required submissions shall be submitted to the Authority. Crane heights must comply with CFR Title 14, Part 77 of the regulations. B. Blasting is not permitted south of Aviation Drive. Contractor shall conduct blasting operations in accordance with Airports Authority Dulles International Airport Design Manual. C. Contractor shall maintain access to all Rental Car areas at all times. D. Contractor shall maintain vehicular and pedestrian access to all areas of the Dulles West office building (Parcel 237) parking outside of the approved construction limits at all times. This shall include, as necessary, vehicle and pedestrian bypasses/underpasses to provide connections to the parking area(s) and building entrance east of the aerial guideway alignment CONSTRUCTION AT HERNDON-MONROE PARK AND RIDE FACILITY A. The Herndon Monroe Park and Ride Facility includes areas serving bus pick-up/drop off, bus layover, kiss and ride, taxi/shuttle and park and ride activities. These facilities, currently operated by Fairfax County, are open to the public and functional 7 days a week. WORK RESTRICTIONS

33 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 B. During construction, these facilities shall remain open and operational, including operation of buses; vehicles entering and exiting the parking, taxi/shuttle, and kiss and ride facility from local streets as well as the Dulles Toll Road; and pedestrian and bicycle access and circulation. C. Contractor s Work within the Facility shall, whenever possible, be scheduled during off-peak hours and shall provide access and facilities sufficient to meet the demands during those hours. Work performed and work areas used at other times shall be configured so as to not interfere with normal operation of this facility SIGNING OF BUSINESS ACCESS A. All proposed signing for private businesses located within VDOT right of way shall be approved by Owner prior to its installation. Generally, signage for private businesses will not be allowed on VDOT right of way unless the businesses access point has been altered in a manner that creates motorist confusion WMATA HOURS OF OPERATION AND WORK HOUR RESTRICTIONS A. Non-revenue hours are defined as the hours during which train service is closed to passenger traffic: 1. Monday to Friday 1:00AM to 5:00AM. 2. Saturday and Sunday 3:00AM to 7:00AM B. Rush hours are Monday through Friday 5:30AM to 9:30AM and 3:00PM to 7:00PM. C. Non-rush hours are the revenue hours during which train service is not designated as rush hour traffic. D. Contractor cannot assume that work can be performed for the full duration of the non-revenue hours. WMATA practices and procedures for train operations related to start-up and shut-down (such as dead-heading) and routine maintenance must be accommodated. Contractor access time periods shall be approved by WMATA. E. Delivery of supplies, equipment and components and all Project work which could affect train operations, shall require approval of WMATA OAP , (SSWP), copy attached as Exhibit B, regardless of what time it is performed DULLES AIRPORT HOURS OF OPERATION AND WORK HOUR RESTRICTIONS A. Aerial guideway construction from Station to Materials Road shall be performed from 9:00 PM to 6:00 AM.Aerial guideway construction from Rudder Road (approximately Station ) to Windshear Road (approximately Station ) shall be performed from 9:00 PM to 6:00 AM. B. Specific working restrictions around holidays shall be coordinated with the Airports Authority. WORK RESTRICTIONS

34 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 C. Runway 19L may only be closed between 11:00 PM and 6:00 AM, and with prior approval of the Airports Authority. D. No construction activities or equipment are allowed on Air Freight Lane between 4:00 AM and 8:00 AM and between 9:00 PM to 11:00 PM, seven days per week. E. FAA blackout dales limit operations around Navaids and associated utility feeds during the week of Thanksgiving and from December 20th to the first working day in January WORK RESTRICTIONS FOR NORTH PARKING GARAGE AND PEDESTRIAN TUNNEL AT DULLES AIRPORT A. All existing facilities and systems, including life safety exits, shall be maintained during construction and restored upon completion. B. During the construction-period closure, Contractor shall provide power to enable Airports Authority personne1 to maintain and "exercise" existing vertical circulation and moving walkway equipment in the tunnel. C. Contractor closures of the pedestrian tunnel during the holiday season (November 15 to January 15) are to be avoided if possible. As-built plans are available for the North Garage and pedestrian tunnel for interface and coordination purposes. D. Temporary enclosures used to maintain public use of the pedestrian tunnel shall be fully enclosed, weathertight, illuminated and protected from adjacent construction activity. E. Contractor shall maintain North and West Garage access from Saarinen Circle. F. Bus access to the North Garage shall be maintained during construction CONSTRUCTION NOISE CONTROL A. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruptions to Owner occupancy and to surround public environment with Owner and with the various Authorities Having Jurisdiction (AHJ). 1. Identify events on Construction Progress Schedules and notify COTR not less than ten calendar days in advance of proposed disruptive operations. 2. Obtain COTR written permission before proceeding with disruptive operations. 3. Obtain proper approvals, licenses, permits, and variances with applicable Authorities Having Jurisdiction, including Fairfax and Loudoun Counties and the Town of Herndon. Follow procedures and limits established by Authorities Having Jurisdiction (AHJ). Pay appropriate fees and schedule Work periods as required. B. Contractor shall take every reasonable action possible to minimize the noise caused by Contractor s operation, complying with noise control criteria and scheduling as specified. Contractor shall comply with WMATA, Federal Highway Administration (FHWA) regulations, the Virginia Department of Transportation and the noise criteria of the applicable local jurisdictions. If there is a conflict between these criteria, the more restrictive requirements WORK RESTRICTIONS

35 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 shall apply. When required by Authorities Having Jurisdiction, noise producing activities shall be performed in less sensitive hours of the day or week as directed. Noise produced by the work shall be maintained at or below the decibel levels specified and within the time periods specified. C. The Final Environmental Impact Statement (FEIS) for the Project and the Amended Record of Decision, with supporting technical reports on noise and vibration, describes the impacts the Project is expected to have on the environment and indicates measures Owner has agreed to implement. Requirements are as follows in paragraphs C to E. D. Protection of Public and Employees: Noise abatement measures and precautions shall be taken in order to reduce exposure to noise. Permissible noise exposure shall be calculated in accordance with the procedures established under the Walsh-Healy Public Contracts Act. Sound levels for public noise exposure due to construction will be measured by Contractor at the closest point adjacent to the site in normal use by the public while construction work is in progress. Employee noise exposure levels will be measured at the employee's normal work station. In either case sound levels shall not exceed the following: Exposure Per Day In Hours Sound Level in dba / / /4 or less Contractor and Subcontractors shall comply with 29 CFR , etc. Seq., Occupational Noise Exposure for all work on WMATA property, including Construction. 2. Sound levels shall be measured on the A weighted network of a general purpose sound level meter, conforming to ANSI S1.4 at slow response. Instruments used for measurement shall have a plus range of at least 60 db and be capable of measuring impulses of duration down to 20 milliseconds. Sound level for impulsive or impact noise, i.e., noise of duration less than one second, shall not exceed a peak sound pressure level of 140 db when measured on an accepted impact noise analyzer. In lieu of the above measuring procedure, 125 db measured on the C weighted network of a general purpose sound level meter at fast response will be accepted as an equivalent measure of the peak sound pressure level. 3. In underground or tunnel construction work, individual hearing protective devices capable of reducing noise exposure below permissible OSHA exposure limits shall be provided. E. Noise restrictions at affected structures - In addition to the provisions of paragraph A, sound levels for noise due to construction activities will be monitored by Contractor at the building WORK RESTRICTIONS

36 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 line of structures affected acoustically by Contractor's operations and plant. Sound levels for noise from equipment shall be measured at the building line on the A weighted network of a general purpose sound level meter, conforming to ANSI S1.4, at slow response. To minimize the effect of reflective sound waves at buildings, measurements may be taken three to six feet in front of the building face. 1. Mobile Equipment: Sound levels for nonscheduled, intermittent, short-term noise from mobile equipment shall not exceed the following dba levels: a. Residential Structures: 1) Daytime, Maximum: 75. 2) Nighttime and Weekend, Maximum: 60. b. Business-Commercial Structures: 1) All Hours, Maximum: Stationary Equipment: Sound level limits for repetitively scheduled and relatively longterm noise from stationary equipment shall not exceed the following dba levels for the category specified: a. Residential Structures: 1) Daytime, Maximum: 60. 2) Nighttime and Weekend, Maximum: 50. b. Business-Commercial Structures: 1) All Hours, Maximum: Noise Abatement Measures: Contractor shall provide such equipment and sounddeadening devices and take such temporary noise abatement measures that are necessary to comply with the requirements of the Contract Documents, consisting of, but not limited to, the following: a. Shields or other physical barriers to restrict the transmission of noise. b. Soundproof housings or enclosures for noise-producing machinery. c. Efficient silencers on air intakes of equipment. d. Efficient intake and exhaust mufflers on internal combustion engines. e. Line hoppers and storage bins with sound-deadening material. f. Conducting truck loading, unloading and hauling operations so that noise is kept to a minimum. g. Routing of construction equipment and vehicles carrying spoil or materials over streets that will cause the least disturbance to residents in the vicinity of the work. The Engineer shall be informed in writing of the proposed haul routes prior to Contractor's securing a permit from the local government. h. Sitting of stationary equipment shall be subject to acceptance of Owner in accordance with Division 1, Section Temporary Facilities and Controls. WORK RESTRICTIONS

37 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 i. Wherever practicable, electricity shall be used for power to reduce noise, unless otherwise stipulated in these specifications. F. Construction Equipment Noise: Powered equipment, trucks or power hand tools that produce a maximum sound level exceeding the following limits shall not be used during construction operations. The sound level limits specified are referenced to a distance of 50 feet from the equipment. Sound levels shall be measured in substantial conformity with Standards and Recommended Practices established by the Society of Automotive Engineers, Inc., including the latest revisions to SAE J366a and SAE J952b. Powered equipment exceeding emission standards for construction equipment of the United States Environmental Protection Agency (EPA) shall not be used during construction operations. 1. Type of Equipment: Construction and industrial machinery, such as crawler-tractors, dozers, rotary drills and augers, loaders, power shovels, cranes, derricks, motor graders, paving machines, off-highway trucks, ditchers, trenchers, compactors, scrapers, wagons, pavement breakers, compressors and pneumatic power equipment: 90 dba. 2. Highway Trucks: 88 dba. 3. All pile driving shall be limited to daytime hours, unless a variance is obtained from the appropriate authorities. G. Contractor shall comply with local noise ordinances VDOT ROADWAY CLOSURE TIMES ARTERIAL Major Arterials** All Other Roadways WEEKDAY Single-Lane Closures* or Shoulder Multiple-Lane Closures Monday to Thursday Friday Monday to Thursday Friday 9:30AM to 3:00PM 9:30AM to 12:00 Noon 10:00PM to 4:00AM Not allowed until 10:00PM 10:00PM to 5:00AM 9:00AM to 3:30PM 9:00AM to 12:00 Noon 9:00PM to 5:00AM Not allowed until 10:00PM 9:00PM to 5:00AM *Single-lane closures are only permitted for multiple-lane roadways **Major Arterials are defined as Primary Roads, high volume Secondary Roads, and all other routes that connect directly to Interstates WEEKEND Single-Lane Closures* or Shoulder Multiple-Lane Closures ARTERIAL Friday to Saturday Saturday to Sunday Sunday to Monday Friday to Saturday Saturday to Sunday Sunday to Monday Major Arterials** 10:00PM to 9:00AM 10:00PM to 8:00AM 10:00PM to 5:00AM 11:00PM to 5:00AM 11:00PM to 6:00AM 11:00PM to 5:00AM All Other Roadways 10:00PM to 9:00AM 9:00PM to 9:00AM 10:00PM to 5:00AM 10:00PM to 6:00AM 10:00PM to 6:00AM 10:00PM to 5:00AM *Single-lane closures are only permitted for multiple-lane roadways **Major Arterials are defined as Primary Roads, high volume Secondary Roads, and all other routes that connect directly to Interstates A. Complete Road Closures: Complete roadway closures shall only be permitted for a maximum period of 20 minutes between 12:00AM and 5:00AM. Traffic back-ups must dissipate prior to implementing successive closings. Complete closures lasting longer than 20 minutes will be considered by Owner if an acceptable detour plan acceptable is implemented by Contractor. Contractor shall give at least three weeks public notice of the necessity to close a road in its entirety. WORK RESTRICTIONS

38 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 B. Holiday Restrictions: Lane closures or work that restricts traffic flow shall not be permitted from noon the day before a holiday until noon the day after a holiday unless otherwise approved by Owner. When a holiday falls on a Friday, lane closures are not permitted from noon on Thursday to noon on Monday. When a holiday falls on Monday, lane closures are not permitted from noon on Friday to noon on Tuesday. For the Thanksgiving Day holiday, lane closures will not be permitted from noon on Wednesday until noon the following Monday. C. For the purposes herein the term holiday shall apply to New Year s Day, Martin Luther King, Jr. Day, President s Day, Easter, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day. D. Extension of a lane closure time is not acceptable. Any changes to these time periods will require approval in accordance with the requirements of the Contractor s Proposed Alternative Traffic Control Plans, and if the Contractor fails to restore traffic lanes, the Contractor will not be allowed further lane closures until the reasons for the failure are evaluated and the Contractor assures the Owner that the causes have been corrected. E. The Owner reserves the right to monitor traffic conditions impacted by the work and to make additional restrictions as may be necessary; i.e., terminate a lane closure early where the length of traffic backups are excessive or emergency situations dictate. Additional restrictions for other holidays or special local events may be necessary; however, in these situations the Engineer will endeavor to inform the Contractor at the earliest time available and in no cases less than 48 hours prior to the event. TABLE OF DISINCENTIVES FOR LANE CLOSURES ON LIMITED ACCESS DIVIDED HIGHWAYS Disincentive Failure to Restore All Traffic Lanes By Amount Cumulative Amount Monday Friday A.M. Saturday Sunday 5:00am 7:00am $5,000 $5,000 5:15am 7:15am $15,000 $20,000 5:30am 7:30am $50,000 $70,000 5:45am 7:45am $40,000 $110,000 6:00am* 8:00am* $35,000 $145,000 3:30pm $5,000 $5,000 3:45pm $15,000 $20,000 4:00pm $50,000 $70,000 4:15pm $40,000 $110,000 4:30pm $35,000 $145,000 WORK RESTRICTIONS

39 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 TABLE OF DISINCENTIVES FOR LANE CLOSURES ON LIMITED ACCESS DIVIDED HIGHWAYS Disincentive Failure to Restore All Traffic Lanes By Amount Cumulative Amount Monday Friday A.M. Saturday Sunday Friday P.M. 12:00 noon $5,000 $5,000 12:15pm $15,000 $20,000 12:30pm $50,000 $70,000 12:45pm $40,000 $110,000 1:00pm $35,000 $145,000 *Failure to restore all traffic lanes by this time will result in a $35,000 penalty for each subsequent fifteen minute period of delayed reopening, commencing with the first minute of each subsequent fifteen minute period. TABLE OF DISINCENTIVES FOR LANE CLOSURES ON STATE DIVIDED HIGHWAYS Disincentive Failure to Restore All Traffic Lanes By Amount Cumulative Amount Monday Friday A.M. Saturday Sunday 5:00am 7:00am $2,500 $2,500 5:15am 7:15am $7,500 $10,000 5:30am 7:30am $25,000 $35,000 5:45am 7:45am $20,000 $55,000 6:00am* 8:00am* $17,500 $72,500 3:30pm $2,500 $2,500 3:45pm $7,500 $10,000 4:00pm $25,000 $35,000 WORK RESTRICTIONS

40 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 TABLE OF DISINCENTIVES FOR LANE CLOSURES ON STATE DIVIDED HIGHWAYS Disincentive Failure to Restore All Traffic Lanes By Amount Cumulative Amount Monday Friday A.M. Saturday Sunday 4:15pm $20,000 $55,000 4:30pm $17,500 $72,500 Friday P.M. 12:00 noon $2,500 $2,500 12:15pm $7,500 $10,000 12:30pm $25,000 $35,000 12:45pm $20,000 $55,000 1:00pm $17,500 $72,500 *Failure to restore all traffic lanes by this time will result in a $35,000 penalty for each subsequent fifteen minute period of delayed reopening, commencing with the first minute of each subsequent fifteen minute period. F. For all other roads, disincentives for minutes 1-5 is $0; after the initial five minutes, disincentives are $500 plus $500 per additional minute for every additional minute or any portion thereof. G. Contractor has been advised in previous paragraphs that lane closures or work that restricts traffic is not permitted at any time on holidays as previously defined. Failure to restore all traffic lanes prior to the holiday period will result in a $25,000 penalty for each subsequent fifteen minute period of delayed reopening, commencing with the first minute of each fifteen minute period. Restoration of traffic shall mean the completion of all construction work, the removal of all traffic control devices and signs and removal of all workers, materials, and equipment from the roadway. H. If Contractor incurs the assessment of these disincentives for failure to restore traffic within the prescribed closure limitations, Contractor will not be allowed further lane closures until the reasons for such failures are evaluated and Contractor can provide assurance to Owner that the causes have been corrected DULLES INTERNATIONAL AIRPORT ACCESS HIGHWAY (DIAAH) CLOSURES WORK RESTRICTIONS

41 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 A. Shoulder Closures and Width Restrictions: Full shoulder width shall be maintained at all times except when active construction work requires closure or width reduction for safety purposes. Contractor shall provide Breakdown Zones in instances when inadequate shoulder width is provided. Design and spacing of the Breakdown Zones comply to all applicable federal and state requirements including, but not limited to, the Manual of Uniform Traffic Control Devices (MUTCD) and the Virginia supplement thereof. B. Contractor shall maintain two traffic lanes in each direction at all times unless otherwise approved by Owner. Contractor shall not occupy any portion of a DIAAH travel lane with slow moving or stopped vehicles. Single lane closures shall be permitted only upon approval of a specific request to Owner or as part of Owner approved MOT plan. Such request shall identify the location of the proposed closure, the length of roadway affected, and duration of the closure. Closures will not be permitted where additional travel time on the DIAAH due to the closure will exceed 10 minutes as determined by Owner. C. Single Lane Closures: Closures shall only be allowed during the following hours: 1. WB: 8:00 AM to 2:00 PM and 6:00 PM to 5:30 AM 2. EB: 9:00 AM to 3:30 PM and 6:00 PM to 5:00 AM D. Multiple Lane Closures: Multiple lane closures are effectively a complete roadway closure and are addressed below. E. Complete Roadway Closures: Complete roadway closures to facilitate the lifting of bridge beams, demolition and removal of bridge elements and erection or removal of overhead sign panels and structures shall only be permitted for a maximum period of 20 minutes between 12:00 midnight and 5:00 a.m. each Monday through Friday and between 12:00 midnight and 6:00 AM Saturday and Sunday. Traffic back-ups must dissipate prior to implementing successive closings. Complete closures lasting longer than 20 minutes will be considered by Owner if a detour plan acceptable to Owner is implemented by Contractor. F. Holiday Restrictions: Lane closures or work that restricts traffic flow shall not be permitted on Holidays from noon the day before a holiday until noon the day after a holiday. When a holiday falls on a Friday, lane closures are not permitted from noon on Thursday to noon on Monday. When a holiday falls on Monday, lane closures are not permitted from noon on Friday to noon on Tuesday. For the Thanksgiving Day holiday, lane closures will not be permitted from noon on Wednesday until noon the following Monday. G. For the purposes herein the term holiday shall apply to New Year s Day, Martin Luther King, Jr. Day, President s Day, Easter, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day. H. Additional Restrictions: Owner reserves the right to monitor traffic conditions impacted by the work and to make additional restrictions as may be necessary; i.e., terminate a lane closure early. Additional restrictions may be required for other holidays, special local events and emergency evacuations. In addition, transportation construction projects, including, but not limited to Owner maintenance projects and other infrastructure projects may require additional restrictions DULLES TOLL ROAD (DTR) CLOSURES WORK RESTRICTIONS

42 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 A. Single Lane Closures: Closures shall only be allowed during the following hours: 1. WB: 9:30 AM to 3:00 PM and 9:00 PM to 5:00 AM 2. EB: 10:00 AM to 3:30 PM and 9:00 PM to 5:00 AM B. All other restrictions applicable to DIAAH closures shall apply to the DTR ROADWAY CLOSURES WITHIN DULLES AIRPORT LIMITS A. Contractor shall maintain one lane northbound on Autopilot Drive through the construction. Two-way traffic on Autopilot Drive shall be maintained, including where existing Autopilot Drive is a two-way road, one lane in each direction.contractor may only close one lane northbound on Autopilot Drive between Rudder Road (approximately Station ) and Windshear Road (approximately Station ) from 9:00 PM to 6:00 AM. Two way traffic on Autopilot Drive shall be maintained at all times, including where indicated on sheet N96-NGA-MOT-002, Note 1. B. All other restrictions applicable to DIAAH closures shall apply to the airport roadways ROADWAY CLOSURE REQUIREMENTS A. General Provisions for All Lane, Road and Shoulder Closures: Lane, road and shoulder closures and the maintenance of traffic plans shall conform to all applicable federal and state requirements including, but not limited to, the Manual of Uniform Traffic Control Devices (MUTCD) and the Virginia supplement thereof. B. Contractor shall submit lane and shoulder closure requests to the Owner for approval 10 days in advance of the closure date. Each request shall state the location, purpose, date, time and duration of the closure. Confirmation of the closure date shall be made by Contractor twentyfour hours before any scheduled lane closure and shall include a written recital of the proposed tasks and a listing of the materials, labor and equipment to be utilized. Complete road closures shall require a seventy-two hour advance confirmation. Contractor is responsible for providing a seven day advance notification to the traveling public via variable message and required static signing for lane closures in accordance with the latest version of the Virginia Work Area Protection Manual. Once a closing is in place, work shall commence immediately and shall progress on a continuous basis to completion or to a designated time. C. Turn Lanes: The number, length and width of all turn lanes as shown on the approved construction and/or maintenance of traffic plans shall be maintained throughout construction unless otherwise approved by Owner MAINTENANCE OF TRAFFIC A. Contractor shall be required to evaluate proposed changes in traffic patterns caused by the project and provide Owner with information deemed necessary to gain approval from Owner and VDOT. Information may include, but is not limited to, drawings, computations, analyses, studies, traffic signal modifications, signing and striping plans and traffic modeling. These documents shall be required to have been prepared by and stamped by a licensed Professional WORK RESTRICTIONS

43 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV 43 Engineer in the Commonwealth of Virginia. All information used to evaluate the proposed changes shall be submitted to Owner twenty one days in advance of the planned implementation of the changes MAINTENANCE OF EXISTING FACILITIES A. Contractor shall be required to maintain all existing facilities with-in the limits of the permitted work in substantially the same condition as before construction began for the duration of permit NIGHT WORK A. In areas where work is to be performed during the hours of dusk or darkness, Contractor shall furnish, place and maintain lighting facilities capable of providing light of sufficient intensity (five foot-candles minimum) to facilitate good workmanship and proper inspection at all times. The lights shall be arranged so as not to interfere with or impede traffic approaching the work site(s) from either direction, or produce undue glare to property owners. B. Lighting integral to or attached to working mobile equipment such as rollers, pavers or the like shall not be considered sufficient for the purpose of this specification. C. Contractor shall provide sufficient fuel, spare lamps, generator, etc. to maintain the lighting of the Work Site. Contractor shall utilize padding, shielding or locate mechanical and electrical equipment to minimize noise generated by lighting operations as directed by Owner. Noise generated by portable generators shall comply with all applicable Federal, State and local environmental regulations. D. Contractor shall be required to provide a uniformed, off-duty law enforcement officer(s) with a marked law enforcement vehicle equipped with a blue flashing light for all night work that is performed within the travel lanes. E. Contractor shall have a superintendent present during night operations who will control all operations involved. The superintendent shall maintain contact with Owner project personnel and shall ensure that all required actions are taken promptly to correct any problem noted by Owner personnel. F. All private vehicles shall be parked outside the clear zone. G. Contractor shall continually review traffic control devices and lights to ensure proper installation and working order. The individual responsible for this review shall be an American Traffic Safety Services Association Certified Worksite Supervisor. H. Night work is subject to local noise ordinances. Contractor shall be responsible for obtaining noise variances/waivers/permits for night work. I. Noise and light levels during night work carry greater restrictions in areas with residential adjacencies. Contractor shall comply with authorities having jurisdiction requirements and follow guidelines for communication with residents established by these authorities. WORK RESTRICTIONS

44 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV SNOW REMOVAL AND DEBRIS CLEANUP A. VDOT shall remove snow and ice from any existing VDOT maintained roadways or those temporarily replacing roadways that VDOT maintains. Contractor shall not impede VDOT s snow removal operations. B. Owner shall remove snow and ice from the DIAAH/DTR in those areas beyond the limits of any construction area. Contractor shall not impede Owner s snow removal operations. Contractor shall not dispose of or discharge any storm water, snow, ice, etc. onto the DIAAH/DTR. Contractor shall maintain the DIAAH/DTR free of any debris caused by construction operations. C. Contractor shall promptly clear any debris (excavated material, etc.) from construction operations along all roadways and parking lots MWAA/TRIP II TOLL FACILITIES A. Contractor s work shall not adversely affect the operation and functioning of TRIP II (Dulles Greenway) or MWAA (Dulles Toll Road) toll facilities except for complete closures of Route 267 as specified in Article "Roadway Closure Times." 1.27 INTELLIGENT TRANSPORTATION SYSTEMS (ITS) A. Contractor s work shall not adversely affect the operation and functioning of VDOT ITS facilities. The ITS facilities that may be present in the project limits include, but are not limited to, closed circuit television, variable message signs, condition monitoring system and incident detection system, gate control system, lane control system, ramp metering system, vehicle classification system, maintenance and inventory management system, database management system and facility monitoring system HAULING REQUIREMENTS A. Contractor is responsible for acquiring all necessary federal and state permits for the hauling of regulated and oversized materials and vehicles. B. Contractor shall conduct preconstruction video survey of all roads and airport property that will be used for hauling operations and construction staging areas. Contractor shall maintain roads and areas to preconstruction condition. Contractor shall also make any necessary repairs to such facilities, including full depth pavement reconstruction as required. C. Haul Routes shall be as shown on drawings unless otherwise approved by the Airports Authority. WORK RESTRICTIONS

45 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 15APRIL 1, 2013 PACKAGE A REV UTILITY INTERRUPTIONS A. Contractor shall not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Have event indicated on Construction Progress Schedules and notify Owner not less than ten calendar days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION WORK RESTRICTIONS

46 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 MARCH 1, 2013 PACKAGE A REV 0 PROJECT MANAGEMENT AND COORDINATION A

47 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 SECTION DESIGN AND CONSTRUCTION PROGRESS SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROLSCONTROL MANAGEMENT SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. The following list is provided for convenience and is not intended to exclude or supersede any portion of Contract Documents. 1. Statement of Work. 2. Refer to Section Design and Construction Progress Documentation for: a. Design Progress Documentation. b. Permit Progress Documentation. c. Procurement Progress Documentation. d. Construction Progress Documentation. 3. Commonwealth of Virginia Construction and Professional Services Manual , (CPSM)..) 4. Schedule Practices in compliance with latest edition of Associated General Contractors of America (AGC s) Construction Planning and Scheduling,. 5. Time Impact Analysis As Applied in Construction; AACE Recommended Practice 52R IntergovernmentalCooperative Agreements between the Airports Authority and each of the following: Washington Metropolitan Area Transit Authority (WMATA), Virginia Department of Transportation (VDOT), Fairfax County, Loudoun County, Town of Herndon, and TRIP II. 1.2 SUMMARY A. Purpose of the Baseline Schedules A. ProvideThe Contractor shall prepare the Project Schedules identified in this Section during the performance of Contract. B. The Project Schedules shall each be prepared in accordance with this Section and, shall: 1. Be detailed, time-scaled, computer-generated Baseline Schedule withschedules, using the Critical Path Method, that accurately depict activities representing each portion of the Work from the current Data Date through Scheduled Substantial Completion Date (SSCD). The Baseline Schedule, utilizing Critical Path Method (CPM), shall befinal Acceptance. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

48 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Be: (a) used for planning and coordinating the Work, and shall be used as; (b) the basis for reporting all the Work to be performed in fulfillment of the Contract Documents,; and shall be(c) produced utilizing the most current version of Primavera software system Accurately depict the Contractor s current logical activity sequences and activity durations necessary to complete the Work in accordance with the requirements of the Contract Documents Assist Contractor and Owner in preparation and evaluation of Contractor s monthly progress payments Assist Contractor and Owner in monitoring progress of Work and evaluate proposed changes to the Contract and requests for additional time to the Scheduled Substantial Completion Date. B.C. BaselineProject Schedule ContentRequirements 1. The Baseline ScheduleAll Project Schedules shall describe Contractor s plan to perform the Work, including but not limited to self-performed work and work by all Subcontractors, in addition to: a. Owner interface activities, such as ROW acquisition and 34.5kV power distribution. b. Acquisition of all necessary permits. c. Design/Engineering activities. d. Procurement (Fabrication/Delivery) of Equipment and Material. e. Development of Shop Drawings and Approvals. f. Contract Milestones as agreed by the Airports Authority. g. Commissioning, Integration Testing, and Final Acceptance of the Work. h. Third party activities DVP, WMATA and others. i. Construction Management/Administration CM/CA. 2. The structure of the scheduleall Project Schedules, shall include, but not be limited to: a. Work Breakdown Structure. b. Activity Codes. c. Resource Designations/Units to support activity durations. d. Activity Costs summing to the BudgetedAwarded Contract Amount. 1.3 DEFINITIONS A. CPM terminology, definitions and conventions as required in this Section shall be consistent with generally accepted industry practices and in general agreement with the latest edition of the Associated General Contractors Manual titled Construction Planning & Scheduling. B. Section Definitions: DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

49 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Activity: A discrete element of Work or task performed during the course of Project. Each schedule activity shall be clearly defined depicting a duration with defined resources, and costs as required. 2. Baseline Schedule: Schedule that represents the Contractor s current work plan to perform the Work in fulfillment of the Contract Documents.The schedule prepared by Contractor in accordance with Subsection 1.8 below. B. Baseline Schedule Monthly Update: Baseline Schedule reflecting the current status of activities at the end of each update period, as well as a forecast of how the Project is planned to be completed in fulfillment of the Contract Documents. 3. Commissioning and Integration Testing Schedule: A Fragnet of the Project Schedule containing activities represented in startup, testing and commissioning phase of the Project, including activities associated with the transition to revenue service and required for achievement of Final Acceptance Constraint: Scheduling restriction imposed on start or finish of an activity. A constraint restricts the movement of an activity based on the type of constraint and the date used, and may override the logic relationship also assigned to the activity. C. Commissioning and Integration Testing Schedule: Schedule containing activities represented in startup, testing and commissioning phase of the Project, including activities associated with the transition to revenue service (ROD) and required for achievement of Final Acceptance. D. Cost Breakdown Structure: The breakdown structure the Contractor shall use to distribute contract costs in accordance with the schedule Work Breakdown Structure provided herein. E. Work Breakdown Structure (WBS): The Project organizational structure that the Contractor shall use to reflect the Contract required scope of work. F. Organizational Breakdown Structure (OBS): A chart that relates work package to the parties in the organization responsible for their completion Longest Path: Project primary critical path is defined as the path which constitutes the longest continuous path(s) of interrelated activities depicting project work from the Data Date of the Schedule to Scheduled Substantial Completion Date. Reports and graphics indicating Critical Path shall depict longest path of interrelated activities. in this Section Critical Path Method (CPM): Scheduling technique utilizing activities, durations, and interrelationships/dependencies (logic), such that activities are interrelated with logic ties from the beginning of Project to completion of ProjectFinal Acceptance. G. Lag: Time that an activity follows or is delayed from the start or finish of its predecessor Data Date: Date when the status of schedule activities is determined Float: Difference between planned early dates and planned late dates. Free float is the amount of time an activity can be delayed without adversely affecting the early start of any successor activities. Total float is the measure of the leeway in starting or completing an activity without adversely affecting the Scheduled Substantial Completion Date Float Suppression: Any technique that causes an activity to show less float, including but not limited to, as late as possible constraints and unnecessary lags. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

50 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Fragnet: Subset group of interrelated activities representing only a portion of CPM schedule. For example, a Fragnet can be used to portray a scope of work being added to, or changed from the Baseline, a Project Schedule Key Plans: Graphic representations on prints of Contract Documents of Contractor s planned breakdown of Project for scheduling purposes. Key plans shall clearly define boundaries of work for each designated segment, locations, and sub-locations. Alphanumeric codes on plans shall match code values for activity code designation in the BaselineProject Schedule. 12. Lag: Time that an activity follows or is offset from the start or finish of its predecessor. 13. Longest Path: Project primary critical path is defined as the path which constitutes the longest continuous path(s) of interrelated activities depicting project work from the Data Date of the schedule to SSCD. Reports and graphics indicating Critical Path shall depict longest path of interrelated activities. 14. Monthly Schedule Update: The updates to the Project Schedules prepared by Contractor in accordance with Subsection 1.9 below. 15. Organizational Breakdown Structure (OBS): A chart that relates work package to the parties in the organization responsible for their completion Owner: Metropolitan Washington Airports Authority (The Airports Authority). H. Proposed Schedule: Schedule prepared by Contractor and submitted with its proposal as a representation of Contractor s plan to perform the Work. The Proposal Schedule is an Appendix to Contract. The Proposal Schedule shall demonstrate Contractor s overall plan for managing the design, construction, and acceptance of Package A for the duration of the Contract. It shall include all work activities planned for the first 180 calendar days after Notice to Proceed ( NTP ) in sufficient detail to support monthly updates and progress payments while the Baseline Schedule is being developed and approved in accordance with the Contract Documents. Contractor shall use the Proposal Schedule to execute the Work until the approval of the Baseline Schedule. For the period beginning 180 calendar days after NTP, the Proposal Schedule submitted with the Technical Proposal shall include detailed activities representing major activities necessary to fulfill the design, construction, and acceptance requirements described in the Contract Documents. No single activity shall have duration of more than 30 calendar days during the first 180 days after NTP and a duration of more than 90 calendar days after 180 days through substantial completion. The Proposal Schedule shall be submitted in accordance with the technical and formatting requirements specified in the Contract Documents; the activities during the first 180 days after the NTP in the Proposal Schedule shall be cost - loaded in order to compensate Contractor for the progressive advancement of the Work performed during that time. Contractor must verify that the Proposal Schedule is an accurate representation of its plan for the executing the work from NTP through substantial completion. I Proposal PMP: Project ManagementExecution Plan.: A formal, approved document for how the Project will be managed. 18. Project Schedule: The Proposal Schedule, the Baseline Schedule, and the Monthly Schedule Updates. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

51 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Proposal Schedule: The schedule prepared by Contractor in accordance with Subsection 1.8 below and attached as Appendix 5 to the Contract Recovery Schedule: DepictsA schedule detailing the Contractor s plan for recovery of time lost on the Project. J. ROD: Revenue Operations Date. K. Rolling Baseline Schedules: An expansion of the Baseline Schedule at pre-determined times that allow the Contractor to: 1. Add activities based on the release of design packages, 2. Replace summary activities with detailed activities, 3. Adjust existing activity sequences 4. Add activities based on subcontract/s award. L. SSCD: Schedule Substantial Completion Date Revised Baseline Schedule: A necessary and substantial revision ofto the currentmost recent update to the Baseline Schedule to reflect actual conditions and the Contractor s new plan to perform the remaining Work. 22. Rolling Schedule: The Monthly Schedule Update described in Subsection 1.9 below Time Impact Analysis: Technique that demonstrates comparison of time impact for each schedule revision or proposed revision against the current approved BaselineProject Schedule. Methodology shall follow Association for the Advancement of Cost Engineering International (AACE) Time Impact Analysis as Applied in Construction (Recommended Practice No. 52R-06)..) 24. Work Breakdown Structure (WBS): The Project organizational structure that the Contractor shall use to reflect the Contract required scope of work Working Day: Calendar day scheduled for active prosecution of Work. 1.4 SCHEDULE CONTROL PROCEDURES AND QUALITY ASSURANCE A. Procedures for schedule control shall be included in the Contractor s PMPProject Execution Plan as part of the internal plan implementation and reporting requirements. The following key elements shall be part of the Schedule Control Systemincluded: 1. Monitoring Reporting System: MonthlyProcedures for monitoring and reporting monthly, and as requested, task status reporting by WBS element is required. Task commencement, forecasted remaining duration of task, task completion, and accomplishment of other milestones included in Baselinethe Project Schedule shall be monitored and reported. 2. Performance Measurement System: Procedures for performance measurement using data from monitoring and reporting system, to provide an effective performance measurement system will be provided to to compare Work scheduled/planned versus Work performed utilizing planned resources/costs vs. earned resources/costs to calculate the earned value including cost and schedule performance Indexesindices for analyzing variance,, improving performances and mitigating schedule variances. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

52 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Schedule Review/Forecast: Quality Assurance shall be included in Contractor s PMP as part of internal plan implementation and reporting requirements. Contractor shall prepare weekly three-week look-ahead schedules to detail the work scheduled to happen in each successive three-week period. Contractor shall provide these look-ahead schedules at the Owner s request. 3. Provide a system for at Procedure for performing quality oversight of the schedule review/forecast. B. Provide, as a minimum, a system of monthly forecasting of schedulescheduled activities through the Final Acceptance Date. Schedule forecasts shall be made available to the Owner as required. A continuous review of actual progress against the Baselinemost recent Project Schedule Updates will assure that revised resource allocation or other corrective action can be considered and undertaken proactively and as early as possible. C. Chief Planner: 1. Engage or employ services of Chief Planner who is skilled in scheduling using CPM techniques for large complex infrastructure constructiondesign/build projects. Contractor s Chief Planner shall coordinate each schedule with work of Contractor s Project Estimator and all relevant parties to ensure that Work Elements are coordinated throughout the Contractor s Project Team. The Chief Planner shall have at least ten years verifiable experience as scheduler on projects of same or similar size and nature as the Project. The Chief Planner shall be specifically trained in use of most current edition of Primavera software specified in this Section.. a. Contractor s Chief Planner shall be considereddevoted to the Project on a fulltime key personnel in accordance with the contractbasis and be part of Contractor s staff throughout the entire performance of the Work,. Contractor s Chief Planner shall attend all schedule-related meetings unless excused by the Owner. b. If the Owner reasonably determines that Contractor s Chief Planner does not benefit the Project, the Contractor shall replace the Chief Planner at the discretion of the Owner. The new candidate as Chief Planner must be approved by the Owner before substitution is permitted. 1.5 SCHEDULING PRINCIPLES AND BASELINE SCHEDULE REQUIREMENTS A. Activities: 1. Contractor shall use and/or implement the following principles associated with each BaselineProject Schedule. CPM terminology, definitions and conventions as requiredused in this Section shall be consistent with generally accepted industry practices and the latest edition of the Associated General Contractors Manual titled Construction Planning & Scheduling.. 2. Schedule activities shall be sufficiently described to include what is to be accomplished and identified by the applicable work areas. Activities shall be grouped to assist in the understanding of the activity sequence. Examples of the types of activities to include in the Baselineeach schedule are as follows: DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

53 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 a. Design Activities: 1) Design activities shall be logically tied with no constraints, shall be resource and cost loaded, and shall include, but are not limited to: a) Contractor's agreed design packaging scheme for both Systems and Non-Systems design deliverables to support timely procurement of material, obtaining permits, and construction plan. b) Agency review and approval cycles based on applicable Governmental Persons jurisdictionpersons, Authority(s) Having Jurisdiction (AHJ) and other applicable Laws, Regulations, and Ordinances. c) Contractor s preparation of Preliminary Design, Final Design, documents, Construction documents for each design phase (60 percent, 90 percent and 100 percent), Issued for Permit documents, and Issued for Construction documents. d) Application for, and receipt, of required permits,. e) Contractor's submittal of design packages,and construction documents for Owner review and approval. f) Design review cycles and logical ties to subsequent fabrication, Deliverdelivery, and construction activities. g) Reports g) Other deliverables. 2) A matrix of agreed design deliverable packages shall be developed to capture area/zone, facilities, disciplines, systems, subsystems, and Owner s review and approval. An approved matrix shall be the basis for the design schedule details. Design activities shall be broken down by agreed segments, locations/sub-locations and systems of Work to best support review and approval, permitting, procurement, delivery and construction activities. Contractor shall develop an agreed design progress and performance measurement system based on design package deliverables and division of responsibilities. 3) Design activities will be linked to their applicable Review and Approval, Procurement, and/or Construction Activities and shall be a separate logical division for ease of distinction. At a minimum, design work shall be divided to have an agreed number of deliverables per area/facility/system/subsystems and the governing Authorities Having Jurisdiction (AHJ}.AHJs. Actual design packaging scheme shall be agreed upon with the Owner prior to implementation. Reference Exhibit A for Jurisdictions for Project and Facility Elements. b. Procurement Activities: Contractor shall include Procurement activities in the Baseline Schedule andeach schedule shall be logically tied with no constraints and shall be resource and cost loaded. Examples of Procurement activities include, but are not limited to::: DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

54 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 1) Bid and award cycles. 1)2) Shop Drawing development and approval;. 2)3) Equipment and Materials submittal preparation and approval;. 3)4) Equipment and Materials: fabrication, factory acceptance testing, and delivery;. 4)5) Purchased and Stored Material/Equipment;. 5)6) Material/Equipment delivery requirements by the Owner;. 6)7) Delivery of O&M manuals;. 7)8) Subcontract procurement cycle, bid, evaluation and award, and Notice to Proceed. c. Owner Activities: Owner and other third party activities shall be clearly identified. These activities shall include, but are not limited to, the following and the precursor processes, but are not limited to: 1) Right-of-Way property acquisition;. 2) Submittal reviews;. 3) Inspections and tests as necessary;. 4) Environmental permit approvals by regulators;. 5) Notice to Proceed;. 6) Delivery and installation of Owner-furnished material/equipment;. 7) 34.5kV DVP Power Distribution/DVP related work. 8) WMATA related activities. d. Construction Activities: Construction activities shall be resource and cost loaded as described in this Section and shall include, but are not be limited to: 1) Mobilization or demobilization;. 2) Installation of temporary and permanent Work by trades, areas, and facilities as described in the Contract Documents;. 3) Activities to describe the Work in sufficient detail according to the WBS;. 4) Testing and inspections of installed work by technicians, inspectors or engineers as well as the outages;. 5) Final clean-up;. 6) Scheduled Substantial Completion. e. Commissioning and Integration Testing activities shall be resource and cost loaded and shall include, but are not be limited to: 1) Start-up and Testing of equipment and systems;. 2) Commissioning of building and related systems;. 3) Scheduling of specified manufacturer s representatives;. 4) Dynamic Testing Readiness;. 5) Pre-Final inspection;. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

55 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Activity Durations 6) Final Acceptance inspection;. 6)7) System Demonstration Performance Tests. 7)8) Training to be provided;. 8)9) Administrative tasks and processes necessary to start, proceed with, accomplish, or finalize the Work. a. Except as set forth in Paragraph 4 (Summary Level Activities), Contractor shall maintain individual schedule activity durations of 20 work days or less. b. Activities exceeding 20 work days in duration shall contain appropriate production projections so that entries can be maintained and remaining durations adjusted according to physical progress. c. Items such as Procurement, Fabrication, and Delivery activities may exceed 20 work days with the approval of Owner. d. The Contractor is not permitted to modify (increase or decrease) an activity s original duration after it is approved by the Owner. During the monthly updating process, only the activity s remaining duration may be modified. 4. Summary Level Activities a. Contractor may use Summary Level activities to represent the Work under the following conditions: 1) In the Proposal Schedule, those activities starting at least 180 days after the NTP. 2) In the Baseline Schedule, those construction activities starting at least days after the NTP. 3) In the Rolling Baselinecertain Monthly Schedule, construction activities starting at least 180 days after the data date of each Rolling Updates to the Baseline Schedule. b. Summary Level activities are not allowed to exceed 90 work days without Owner approval and shall match the Work Breakdown Structure Levels 4 to 6. c. All Summary Level activities shall be resource and cost loaded as agreed to in the Pre-scheduling conference. d. Contractor shall replace Summary Level activities in the Proposal Schedule with detailed activities in the Baseline Schedule, and shall replace Summary Level activities in the Baseline Schedule through the Rolling Baseline Schedules.updating process specified in Subsection 1.9 below. 5. Calendars a. Anticipated work and non-work periods shall be included for each activity. b. Agreed Holidays shall be included as non-work days assigned to the appropriate non-work day as they occur. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

56 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Activity Relationships / /Use of Constraints, Lags and Milestones a. With the exception of the Notice to Proceed and Project Completion milestone activities, no activities shall be open-ended;. Each activity shall have predecessor and successor relationships. Once an activity exists on an approved BaselineProject Schedule it may not be deleted, renamed, or renumbered and must remain in the Baseline Monthly Schedule Updates, except with approval of the, unless approved by Owner. b. Finish-to-Start relationships shall be the primary relationship used in all Project Schedules unless valid reasons are demonstrated for other logic relationships. Start-to-Start with lags shall be permitted provided the lag is updated and no gaps exist between contiguous activities due to the lag. Activities linked to successors only with Start-to-Start relationships shall not be permitted, and must also include a Finish-to-Start or Finish-to-Finish relationship with one or more successors. c. Lags shall not be used when the creation of an activity will perform the same function (e.g., concrete cure time). Use of lag must be minimized and restricted to only those situations where it is not possible to properly define the start or finish of an activity by the use of a normal Finish-to-Start, Start-to-Start or Finish-to- Finish relationship. Duration of a lag shall not exceed the duration of the predecessor activity. Negative lags shall not be permitted. Contractor shall identify any lag proposed and provide an explanation for the purpose of the lag in the activity notebook and Narrative Report. d. Date/time constraints, other than those required by the Contract Documents, shall not be used unless jointly agreed to by the Owner and Contractor. If Contractor seeks approval to include constraints in the schedule, Contractor shall identify any constraints proposed and provide an explanation for the purpose of the constraint in the activity notebook and Narrative Report. e. Actual Start and Finish dates shall not be automatically updated by default mechanisms that may be included in the CPM scheduling software system. Actual Start and Actual Finish dates shall be included on the Baseline Monthly Schedule Updates and shall be consistent with other project reporting, such as daily reports, and the Contractor s Monitoring and Performance Measuring System. Inprogress activities will be updated by revising the activity s remaining duration according to actual measured or estimated work progression. f. Allowable activity dates are early start, late start, early finish, late finish, actual start, and actual finish. Use of activity dates such as expected are prohibited. g. Float Suppression techniques (i.e. Zero Floatas late as possible constraints) shall not be allowed. All Float shall be shown in the Project Schedule. Float shall be monitored, accounted for, and maintained in accordance with this Section. h. Activity constraints or use of activity durations, logic ties and sequences deemed unreasonable by the Owner shall not be used in the Baseline Schedules (and Baseline Monthlyany Project Schedule Updates) unless approved by the Owner. 7. Longest Path a. Unless otherwise approved by Owner, Contractor s Baseline Schedule (and Baseline Monthly Schedule Update) Longest Path in each Project Schedule shall be DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

57 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 a contiguous chain of activities from the Data Date through the Scheduled Substantial Completion Date. 8. Software Settings a. De-link Remaining Duration and Percent Complete. Activity progress shall be considered separate from cost percent complete. Construction activity progress will be shown using Remaining Duration and Duration Percent Complete. b. Set Resource Data to Two decimal places. c. All activity durations and Float values will be shown in days. d. Schedule calculations and Out-of-Sequence progress (if applicable) shall be handled through Retained Logic, not Progress Override and not Actual Dates. Out- of-sequence activities shall be updated to reflect actual project conditions. e. Date format will be DDMMMYY (i.e., 11DEC02)..) f. Default activity type will be set to Task. g. The Duration Type for each activity shall be set to Fixed Duration and Units before assigning any costs or resources to the activity. 9. Activity IDs a. Activity IDs for the Phase 2 schedule shall be describedprovided with ten characters as detailed below. The purpose of the structure for the Activity ID is for easier identification and for improved organization in the Baseline Schedule.all Project Schedules. Each part of the ID will also need to be included in the schedule as an activity code. b. Activity IDs shall not be deleted and/or re-assigned. If during the course of the project, an activity is deleted, that Activity ID shall not be reused. c. The 10 characters shall be organized by Package [1 character], Work Type.] Discipline [1 character],,] Segment [3 characters],,] CSI Division [2 characters],,] and a unique number [3 characters]. An example of the Activity ID Breakdown is as follows:.] d. An example of the Activity ID Breakdown is as follows: Example Activity Name Package Discipline Segment CSI Unique Division Number N07: Install Track A C 0 7 O N09: Commission Elevator A X 0 9 S e. Values for Package [Character in the first position] identifies the Design/Build Package as described in the Contract Documents and are limited to: Value A Description Package A Design Build Contract DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

58 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 f. Values for Discipline [Character in the second position] are limited to: Value CEE C P X Description Engineering Design Construction Procurement Startup/Commissioning g. Values for Segment [Characters in the third, fourth, and fifth position] identifies the location of the activity. Each segment has a station code used for work for the buildings and structures, and an outside code used for all other work in that segment track, TPSS, TBS, etc. and the values are limited to: Value Description N06 N06 Interface with Phase 1 07S 07O 08S 08O 09S 09O 10S 10O 96O 97O 98O 11S 11O 12S 12O PJW UTL ADM Reston Town Center Station Outside Reston Town Center Station Herndon-Munroe Station Outside Herndon-Munroe Station Route 28Innovation Center Station Outside Route 28Innovation Center Station Dulles Airport Station Outside Dulles Airport Station N96 Outside Station N97 Outside Station N98 Outside Station Route 606 Station Outside Route 606 Station Route 772 Station Outside Route 772 Station Project Wide Utility Relocation Project Wide Administrative DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

59 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 h. Values for CSI Division [Characters in the sixth and seventh position] details the type of work represented by each activity and the values are limited to: Value Description 00 Procurement and Contracting Requirements 01 General Conditions 02 Existing Conditions 03 Concrete 04 Masonry 05 Metals 06 Wood, Plastics, and Composites 07 Thermal and Moisture Protection 08 Openings 09 Finishes 10 Specialties 11 Equipment 12 Furnishings 13 Special Construction 14 Conveying Systems 21 Fire Suppression 22 Plumbing 23 Heating, Ventilating, and Air Conditioning 26 Electrical 27 Communications 28 Electronic Safety and Security 31 Earthwork 32 Exterior Improvements 33 Utilities 34 Transportation i. Values for Unique Number [Characters in the eighth, ninth, and tenth position] the unique number characters are used to differentiate between similar activities in the same area. When setting up the activities, the unique numbers should vary by ten. In case of Contract Change Orders, the unique number shall start with a C followed by two numbers, and may be sequential. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

60 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Activity Names a. Activity Names shall be brief but shall convey the scope of work described. Non- Standard abbreviations shall be explained in the Narrative Report. Percentages shall not be used in activity descriptions (e.g., Pour West Footing (0 50%)) unless the Owner agrees with the use of percentage for a particular activity. b. All activities shall have a unique activity name/description. c. Activity names can only be modified to add detail describing an activity s scope, correct the spelling or grammar, or to improve for clarity, but cannot be revised to completely change the scope of the activity. d. Each activity name should follow the following format: Location: Verb Noun. Station numbers, column numbers, or other description for the location, may be included at the end of the activity name if it will provide a better description of the activity. e. Example values for Location include but are not limited to: 1) Segment Number. 2) Column Line Number. 3) Station Name. 4) Stationing Value. 5) SWM/TBS/TPSS Number. f. Examples of Verbs include, but are not limited to: 1) Design. 2) Install. 3) Procure. 4) Fabricate. 5) Deliver. 6) Erect. 7) Commission/Test. 8) Pull. 9) Terminate. 10) Perform. 11) Acquire. 12) Negotiate. B. Work Breakdown Structure 1. Work Breakdown Structure shall be submitted as part of Baseline Schedule The following guidelines shall be applied to the Work Breakdown Structure in Baselineeach schedule: a. Level 0 of Contractor WBS shall represent the Project (Phase 2). No activities shall be created at this level. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

61 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 C. Activity Codes b. Level 1 of Contractor WBS shall represent Package A. No activities shall be created at this level. c. Level 2 of Contractor WBS shall represent the Segments of the Work. d. Level 3 of Contractor WBS shall represent the Discipline of the Work consisting of the major groupings of Work. e. Level 4 of Contractor WBS shall represent the Location of the Work. Contractor shall use any levels below to group the Work in a logical manner to represent Contractor s planned sequences to accomplish the Work, according to the Contract Documents. f. Level 5 of Contractor WBS shall represent the Sub-location of the Work. g. Level 6 and Level 7 of Contractor WBS shall be determined by Contractor and shall represent more detail in the schedule. h. Level 8 of Contractor WBS shall represent activity. i. A sample of Work Breakdown Structure to be used for this Project is provided below. The complete Work Breakdown Structure shall be included in the Primavera shell schedule (.XER) provided to Contractor up to Level 5, Contractor shall create Levels 6,7, and 8. WORK BREAKDOWN STRUCTURE Level Description Example 0 Project Dulles Corridor Metrorail Projects Phase 2 1 Package Design Build Main Package 2 Segment N09 Route 28 3 Discipline Construction 4 Location N09 Outside StationGuideway/Track 5 Sub-Location Elevated Guideway/Track 6 TBD Elevated Guideway/TrackTBD 7 TBD TBD 8 Activity/Task Detail Piers Install Caissons Form, Rebar, Pour Pier Punch List 1. The purpose of the activity codes is to sort and filter the schedule activities to enhance reporting capability. The activity codes required include both those that are already part of the Activity ID and those that are not. 2. Activities shall be coded as follows: Code Number Code Name/Description Code Length Examples 1 Package* 1 A, B, C Required For All activities DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

62 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 Code Number Code Name/Description Code Length Examples 2 Work Type* 1 C, X, R 3 Segment* 3 07S, 07O, PJW 4 CSI Division* 2 01, 02, 33 5 Phase* SCC Code* , 50.06, Responsibility 48 MWAA, VDOT 8 Location* 1 S, T, U, R 9 Sub-Location* 3 SPB, PAV, SWM 10 Discipline* 1 E, C, P, X 11 Change Management 12 AHJ 3 13 Jurisdiction Milestone Level 1 Milestone Level 2 16 CBS* Others as Required 3 001, 002, A09 C TELT33S01A.09.C.ELT.33.S01 Required For All activities All activities All activities All activities All cost loaded activities All activities All activities All activities All activities All added activities related to changes Design Activities Design Activities All activities All activities All cost loaded activities As required * Refer to the Schedule Shell for a list of all code values refer to schedule shell. 3. Values for each code are described below: a. Package shall be the same as the Activity ID code. b. Work Type shall be what type of work the activity is: construction, procurement, submittals, etc. (Note: All submittals, procurement, fabrication, delivery, Owner activities, design, subcontracts, and permits shall be assigned to those codes even DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

63 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 b.c. c.d. d.e. e.f. f.g. though they will also apply to construction, commissioning, right-of-way and utility relocations..) Segment shall be the same as the Activity ID code. CSI Division shall be the same as the Activity ID code. All activities shall be coded as Phase 2, unless approved by the Owner. SCC Code refer to U.S. Department of Transportation Federal Transit Administration Standard Cost Categories for Capital Projects for listing of SCC codes. Responsibility the specific name of the party responsible (once known) for the activity and work package they are working on Contractor, Contractor s Subcontractor, Airports Authority, MWAA, Utility Companies, etc. For example: 1) If subcontractor or other entity is working on more than one work package that should be identified in Responsibility code. a) Contractor A: Site Work and. b) Contractor A: Utilities. g.h. Location Station, Track, Utility, or Roadway. h.i. Sub-location Station building/platform, pavilion, pedestrian bridge, at-grade track, elevated track, TBS, TPSS, SWM, etc. i.j. CSI Sub-Division a detailed breakdown of the CSI code. j.k. Discipline shall be same as Activity ID code. k.l. Change Management Change Order number once approved, or RFC number before approved. l.m. AHJ Design Review to be developed during scheduling workshops. m.n. Jurisdiction Permitting Governmental PersonsAuthority(s) for Preliminary Design and Final Design. n.o. Milestones Selected Project & Owner milestones should be coded as part of Level 1 or Level 2, and developed during Baseline Schedule Workshop. o.p. CBS: Detailed breakdown of cost breakdown structure. p.q. Any other codes that the Owner, the Contractor, or any other party on the project feels would be a useful way to breakdown the schedule. r. Example of the Activity Code Structure is as follows: Activity Name N07: Install Track Packa gepac k-age W o r k T y p e Segment CSI Division P h a s e SSC Code A C 0 7 O Res pre s Su b 1 L o c a t i o n Sub-Location CSI Sub- Divisi ondi scipline D i s c i p l i n e Change Mgmt T A G T C 001 DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

64 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 N09: Commission Elevator A X 0 9 S Su b 2 S S B P C 002 D. Resource Loading 1. Activities representing quantifiable work or materials shall be resource-loaded to depict the Contractor s planned utilization of labor. 2. Each resource-loaded construction activity shall have an estimate of the total number of planned person hours per day, and total expected hours to be used during the execution of the activity without segregating by trade. If an activity does not require labor resources, then the activity shall be identified as using zero workers per day. Actual labor resources expended on an activity shall be recorded and reported in Contractor s daily reports. a. Failure to incorporate resource loading and establish planned productivity and/or production rates (defined as the planned quantity of work to be executed in a given time), which shall be considered established once schedule activities are revised to match work represented in final drawing packages, may result in the Contractor s waiver of any right to compensation and time extension for loss of productivity and may result in the rejection of any Baseline schedule. Submission of any such claim may be rejected for failure to establish baseline productivity by which any claimed loss would be measured. b. Following table shows examples of unique activities and the type of units to be used as a measure: Activity Caissons / /Piles Caisson Caps / /Pile Caps Columns Pier Caps Terminations Retaining Walls Track Work Electrical Cable Conduit Station Electrical / /Mechanical Equipment Unit Each Each Each Each Each Linear Feet Linear Feet Linear Feet Linear Feet To be developed Each c. Specialized/heavy equipment, such as large cranes, hoisting trusses, etc. shall be included as part of the resource loading requirement. E. Cost Loading and Cost Breakdown Structure DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

65 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Activities that include a measurable quantity shall be cost-loaded as part of the Cost Breakdown Structure so that the Contract Price is properly distributed among each of the cost-loaded activities in accordance with the WBS. 2. Cost shall be loaded for design, procurement, construction, startup and testing, commissioning, operation and maintenance manuals, punchlist activities, project record documents, and demonstration and training (if applicable). 3. Prime Contractor Bonds and insurance, shall be indicated as separate cost loaded schedule activities. The costs for these items shall be appropriately prorated into the cost-loaded activities that are project wide. 4. Evenly Disperse profit and overhead to each activity over the duration of Project. 5. Total of all cost loaded activities shall be equal to value of Contract. 6. Costs shall be allocated to design activities by design package. Design packages shall be categorized by Segment/Location, grouping of relevant work and by the review and approval of the authority having jurisdiction. Refer to Spec Section AHJ Responsibility Table for further details.owner and/or Authority Having Jurisdiction. 7. Not every construction activity needs to be cost and resource loaded. Costs for items shall be treated as lump sums, and costs shall be assigned to quantifiable units of work, and progressed as a percentage of the planned quantity or component of the Work, and progressed as a percentage of planned quantity or component of the Work.. For example, piers, caissons/piles, columns, and caps shall be the lowest level of cost loaded detail. The Contractor and the Owner shall work together to determine the groupings of work and allocate the costs during the Baseline Schedule Workshops described in this Section. 8. Submittals, and Submittal ReviewReviews shall not be cost loaded.,, but Submittal Acceptance activities shall be cost loaded. 9. Temporary facilities and other major cost items that are not direct cost of actual work-inplace may be shown as separate line items in schedules. 10. Activities shall be cost loaded using resource assignments with accurate quantities. Non-Labor shall be used as the resource type for resources used in cost loading. 11. Front end loading is not permitted and any costs deemed unreasonably high shall be rejected by the Owner. 12. In accordance with Primavera, Contractor shall establish Financial Periods consistent with the Baseline Monthly Schedule Update cycle. A financial period shall begin on the first day of each month and end on the last day of each month. 13. The schedule Cost Breakdown Structure (CBS) shall be the basis for assessing and determining Contractor s progress payments. A template structure is provided as requirement for the Contractor to follow and ensure its Baseline Schedule, Baseline Monthly Schedule Updates, Baseline RollingProject Schedules, etc. are all in accordance towith the template WBS and the Cost Breakdown StructureCBS. 14. Punchlist activities shall be cost-loaded and shall be used for touch up work and small amounts of remaining work that would cause an activity to remain open for an extraordinary amount of time. F. Use of Float DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

66 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Float shall be monitored and accounted for. The Float available in a Baseline Schedule (and Baseline Schedule Monthly Updates) at any timeschedule shall not be considered for the exclusive use of either the Owner or Contractor; rather it is for the benefit of the Project. As such, Float is considered an expiring resource available to both parties on a nondiscriminatory basis, so long as the parties act in good faith and work in the best interests of completing the Project on time. 1.6 CONTRACTOR AND OWNER RESPONSIBILITIES A. Contractor's Responsibilities 1. Contractor shall have the responsibility to develop and update Baselinethe schedules according to all requirements described herein. BaselineAll schedules shall accurately represent to the Owner the Contractor s plan for execution of Work. Contractor shall use the most current BaselineProject Schedule (i.e. Baseline Schedule Monthly Update) to execute the Work in compliance with Contract Documents. The Work shall be properly cost and resource loaded according to the requirements described in this Section In developing and updating Baselinethe Project Schedules, the Contractor represents that it shall require its Subcontractors to actively participate in such development and updating processes. The Contractor shall represent that Baselineall schedules are consistent with Contractor-approved Subcontractor schedules with sufficient agreed details. Contractor is also required to provide its Subcontractors schedules and updates in native format upon request by Owner. 3. Costs incurred by the Contractor in complying with the requirements of this Section or other scheduling obligations contained in the Contract Documents, including but not limited to Contractor s Chief Planner, preparation of all BaselineProject Schedules (e.g. Baseline Schedule, Baseline Schedule Monthly Updates, and Rolling Baseline Schedules),, creation of Recovery Schedules, and the preparation of Time Impact Analysis shall be included in the Contract Price, and shall not be the subject of requests to the Owner for contractual relief, as stated in Article 19 section bof the Contract. B. Owner s Responsibilities 1. Baseline Schedules, Baseline Schedule Monthly Updates, Baseline Rolling Schedules, etc.,all Project Schedules shall be submitted to the Owner for review and approval, consistent with the specific requirements set forth herein. The Owner shall have the right to disapprove any schedule if the schedule fails to comply with the requirements herein, provided, that such disapproval is based on a reasonable determination by the Owner that such schedule contains deviations from the specifications. Owner shall have the right to waive what it considers to be, in its sole discretion, minor defects in a schedule. Owner recognizes its responsibility to act in a reasonable manner with respect to approvals, and agrees that approvals shall not be unreasonably withheld (i.e. for matters that do not impact the effective functioning of the schedule)..) 2. Any approval by Owner of the schedules submitted by the Contractor to Owner shall mean that in the opinion of the Owner, Contractor has complied with the requirements of this Section. No such review shall release or relieve the Contractor from full responsibility for the accurate and complete performance of the Work, including the accuracy and completeness of the schedules, or any other duty, obligation or liability DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

67 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 imposed on it by the Contract including, the responsibility for completing the Work within the time set forth in the Contract. The review or approval will not constitute a representation by Owner that the Contractor will be able to proceed or complete the Work in accordance with the dates contained in submitted schedule. 3. The review and/or approval by the Owner of any schedule shall not be construed as the Owner s agreement that the durations, logic or sequencing associated with such schedule are feasible, appropriate or will enable the Contractor to achieve any given result. For purposes of this Sectionthe above, it is agreed that the Owner s process of approving, a schedule or element thereof is made with the Owner s reasonable belief that Contractor has fulfilled its duty to prepare a schedule that conforms to the requirements of the Contract Documents and complies with the general industry scheduling practices as a planning/management tool for the day-to-day direction of Project resources. 1.7 SCHEDULE MEETINGS A. A record of all meetings shall be made by the Contractor stating the place and time of the meeting, the names and identification of those present, and a description of the topics discussed and the agreements reached. Meeting minutes, subject to the Owner s review and approval, shall be prepared immediately after the meeting and issued within three days, with distribution sent to the Owner and subject to the Owner s approvalall attendees. B. Pre-scheduling Conference: Contractor shall meet with the Owner within five (5)days after Notice to Proceed to conduct a joint review of the Baseline schedule requirements as described in this section including, but not limited to, the following: 1. Review software limitations and content and format for reports. 2. Verify availability of qualified personnel needed to develop and update schedule. 3. Discuss physical constraints to the project, including phasing, work stages, area separations, and interim milestones. 4. Review delivery dates for Owner-furnished products. 5. Review of subcontractors procurement cycles and their work plans. 6. Review schedule for work of the Owner's separate contracts. 7. Review submittal requirements and procedures. 8. Review time required for review of submittals and re-submittals. 9. Review requirements for tests and inspections by independent testing and inspecting Governmental Persons.Authority(s). 10. Review time required for Project closeout and Owner startup procedures, including commissioning activities. 11. Review and finalize list of construction activities to be included in schedule. 12. Review procedures for resource-loading and cost-loading the Baseline Schedule. 13. Review procedures for updating schedulethe Proposal and Baseline Schedule, including updates to both construction activities and cost values. C. Pre-Construction Meetings DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

68 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV The Contractor shall conduct pre-construction meetings with the Owner at the Site prior to the start of construction activities that require special coordination, for those activities that are deemed to require a separate meeting because of the technical nature of the installation, or to introduce new activities, revised sequences and Rolling Baseline Schedules.that will be incorporated into any Project Schedule. As possible, the preconstruction meetings shall be scheduled at least 48 hours prior to the planned start of the activity to allow for any revisions to the planned activities to be implemented as may result from the meeting. The Contractor shall certify that Subcontractors (including but not limited to manufacturers/fabricators) involved in or affected by the forecasted activity sequence have agreed to the forecasted/proposed activity sequence(s). 2. The Contractor shall inform the Owner in advance of the date, time, location, and topics for review and discussion at each pre-activityconstruction meeting. The Contractor shall ensure that other attendees are properly notified. 3. Topics that may require pre-construction meetings include, but are not limited to the following: a. Precast Concrete Installation. b. Precast segmental units casting, hauling, erecting. c. Foundations, piling, drilling, sheeting, retaining walls, etc. d. Finish architectural and protection systems including painting, waterproofing, roofing, tiling, etc. activities. e. SystemsSystems Equipment installation and integration. f. Items that require connection to existing Owner, WMATA, Fairfax County, Loudoun County, TRIP II and VDOT equipment or systems. g. Other pre-installation meetings as may be called by the Contractor or the Owner. h. Introduction of each Rolling Baseline Schedule to address Anticipated changes to activities and activity sequences. 4. Should a Pre-Construction Meeting disclose significant issues, the Contractor shall initiate whatever actions are necessary to resolve impediments to perform the Work and schedule a follow-up meeting with the Owner at the earliest date. D. Joint Monthly Baseline Schedule Update Review Meetings 1. Joint Monthly Baseline Schedule Update Review Meetings will be held between the Owner and Contractor consistent with the Contractor s submission of the Baselinea Monthly Schedule Update. Contractor is responsible for gathering all supporting documentation, presenting the update data for the Baselineapplicable Monthly Schedule Update and recording the meeting minutes. The primary purpose of these meetings shall be to review the Baseline Monthly Schedule Update, the monthly Draw Request, and construction progress, including but not limited to: a. Actual start and finish dates of work accomplished, or actual start date and physical percent complete. Identify activities started and completed during the previous period and enter the Actual Start and Actual Finish dates. It shall be understood that Actual Start is defined as the date that work begins on an activity with the intent to pursue the work represented by the activity to its substantial DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

69 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 completion, and Actual Finish is defined as the date that the activity's work is complete. b. The amount of the Work remaining for the next period as incorporated in the schedule. Indicate activity progress and/or revise remaining duration (in workdays) to update each activity started, but not completed (remaining duration)..) The remaining duration of an activity shall over-ride the calculated percent complete of an activity s duration when updatingpreparing the Baseline Monthly Schedule Update. c. Changes in the critical path(s) of the schedule. d. Modifications that affect durations, sequencing or logic of activities for which the Owner, Governmental PersonsAuthority(s) or other third parties are responsible. e. The assessment of any delays to Longest Path(s). f. Determination of delays, and, as applicable, adjustment of Force Majeure Reserve. g. All other schedule changes as reflected in the accompanying narrative will be reviewed for relevance and effect on remaining Work. h. Resource constraints, if any and proposed work-around sequences. i. Review proposed schedule changes, future Work and potential problems or impact. j. Review the Draw Request to determine the accuracy of, in accordance with the BaselineProject Schedule, all progress achieved, the satisfaction all requirements relating to invoicing for Stored Materials, Time and Material (T&M) Change Orders, and whether it is otherwise complete and accurate. 1.8 PROPOSAL AND BASELINE SCHEDULE SUBMITTALSSCHEDULES A. Baseline Schedule A. Proposal Schedule: The Proposal Schedule was determined to be acceptable by Owner prior to awarding the Contract to Contractor. If necessary, it was discussed, clarified, adjusted and approved prior to NTP. It represents the Contractor s detailed plan for Work from NTP until the approval of the Baseline Schedule, and is the basis for Monthly Schedule Updates and monthly Draw Requests until the approval of the Baseline Schedule. B. Baseline Schedule: The Baseline Schedule shall be Contractor s detailed plan for Work from NTP to Scheduled Substantial Completion Date and Final Acceptance as established in Contract and shall be the basis for subsequent Baseline Monthly Schedule Updates, including Rolling Baseline Schedules and Commissioning and Integration Testing Schedules upon its approval. Requirements described in this subsection shall apply to the all Baseline Schedule submissions. 1. Scheduling principles described in this Section shall apply to the Draft and Final Baseline Schedule submissions. 2. Punch list work shall be completed on or prior to Scheduled Substantial Completion Date. 3. The Approved Final Baseline Schedule shall contain a version of 00. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

70 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Within 120 days after the NTP, Contractor shall submit a draft Baseline Schedule to Owner for review and comment Within 150 days after the NTP the Contractor shall submit its draft final Baseline Schedule to the Owner for review and commentscomment. No later than 180 days after the NTP, in accordance with the requirements described in this Section, the the Baseline Schedule shall be approved by Owner and issued for use inon the Project provided all requirements described in this Section are satisfactorily fulfilled Both draft and final Baseline Schedules submitted by Contractor and approved by Owner shall contain no progress infor any activities, and shall have a Data Date of NTP Baseline Schedule shall include the activities and sequences as depicted in Proposal Schedule without progress for the first 180 calendar days from NTP Baseline Schedule shall include a detailed plan to perform the Work at Level 8 of the Work Breakdown Structure for all activities 180 days after the last update of the Proposal Schedule orthrough 360 days from NTP Contractor shall prepare a 10-year average of weather statistics as described in Contract Documents and submit to Owner for approval, with the draft Baseline Schedule, the number of weather days anticipated during each month through Scheduled Substantial Completion Date. The Contractor shall then build in those averages into its schedule and shall no longer be entitled to any additional weather daysday extensions except as determined severe weather and as described in Article 13 Section (Unusually Severe Weather Conditions) of the Contract Summary Level activities, with Owner approval, shall be permitted, and shall be detailed according to the Levels 4 to 6 of Work Breakdown Structure described in this Section. 11. Contractor represents that the Draft and Final Baseline Schedules shall be an accurate representation of Contractor s plan for performing the entire Work as of the NTP and that Contractor intends to use such schedule to execute the Work in compliance with the Contract documents Baseline Schedule Workshop a. Contractor shall submit its draft Baseline Schedule within 120 days after the NTP for Owner s review and comments. b. Contractor shall conduct a Baseline Schedule workshop to be held after 14 calendar days of the submittal of the draft Baseline Schedule. c. Within 150 days from NTP, the Contractor shall submit its draft final Baseline Schedule for Owner s review and comments. c.d. Workshop shall involve scheduling personnel from Contractor and Owner with the objective of working together to establish procedures for the development of the Baseline Schedule, and to ensure that the Owner requirements are satisfied. d.e. Contractor shall present the draft Baseline Schedule including a description of intended methodology and assumptions used to accomplish the Work. Presentation shall include: 1) Contract scope. 2) Submittals with Owner s review. 3) Activity durations. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

71 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 4) Logic. 5) Activity coding. 6) Weather assumptions. 7) Cost loading and Resource loading. 8) Performance and Progress measurement. 9) Consequence of potential risks including: a) Long lead times (procurement/deliveries) ). b) Labor and materials shortages. c) Accidents. d) Environmental factors. e) Contractor s plan to mitigate any potential risks should they occur. e.f. Include a review of the Contractor s Project ManagementExecution Plan, PMP. Plan shall consist of an outline of the operating parameters that will govern the Contractor's overall project management of the Project. f.g. Workshops shall be conducted every 14 calendar days, until the Baseline Schedule is accepted and approved by Owner. g. Within 150 days from NTP, the Contractor shall submit its draft Final Baseline Schedule for owner s review and comments. B. The final Baseline Schedule submissionssubmission shall be comprised of the following: 1. The approved final Baseline Schedule shall be version One electronic copy (on CD-ROM) of entire Network Plan. Electronic copy shall be in Primavera compressed format (.XER)..) Electronic filename shall have a unique identifier and shall include a sequential number for each monthly update. PDF prints and reports shall be generated from the same version of Baseline Schedule that is provided in electronic form One full-color (PDF) time-scaled network print organized by WBS. Print sizes shall be 11 inches by 17 inches standard sized sheets. Provide following information on the print: a. Activity ID. b. Activity Description. c. Original Duration. d. Remaining Duration. e. Duration Percent Complete. f. Early Start. g. Early Finish. h. Late Start. i. Late Finish. j. Total Float. k. Work Breakdown Structure (WBS)Activities Gantt Chart The Baseline Schedule narrative shall address the following: DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

72 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 a. Description of the Contractor s plan to perform the work through the entire contract performance period. b. Description of primary, secondary and tertiary Critical Paths. c. Explanation of calendars used, including days of the week, holidays, etc. Discuss calendar assignment to activities. d. Description of major pieces of equipment that will be used on the site. e. Discuss procurement of long lead items. f. A discussion of monthly cash flow, planned costs, and cumulative expenditures. g. A general description of the means and methods proposed for the execution of the Work including, but not limited to: 1) Discussion of operating areas and the proposed sequences. 2) Description of the planned crews sizes, equipment used, etc. 3) Number of shifts to perform the Work. 4) Significant activities that may inhibit the Work. 5) A listing of all milestones. C. Baseline Monthly Schedule Updates 5. The first Baseline Monthly Schedule Update shall be submitted in the first month after approval of Final Baseline Schedule and shall include the actual progress contained in the updated Proposal Schedule.Contractor shall represent that the final Baseline Schedule is an accurate representation of Contractor s plan for performing the entire Work and that Contractor intends to use such schedule to execute the Work in compliance with the Contract Documents. 6. Punch list work shall be completed on or prior to Scheduled Substantial Completion Date. 1.9 MONTHLY SCHEDULE UPDATES A. General Requirements: 1. Contractor shall meet with Owner each month at Joint Monthly Baseline Schedule Update Review Meeting. 2. Contractor shall make two separate BaselineMonthly Schedule Update submittals simultaneously each month. a. First BaselineA Monthly Schedule Update submission each month shall include only progress achieved after the last approved Baseline Monthly Schedule Update without any modifications. This schedule shall be known as a Progress Only Baseline(PO) Monthly Schedule Update. b. A Second Baseline Monthly Schedule submission each month shall incorporate the Contractor s changesadjustments (i.e. logic, durations, and calendar) made to the schedule including progress update information. This submission shall follow the scheduling principles described in this Section, and shall be the Baselineknown as the Contractor s Adjusted (CA) Monthly Schedule Update. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

73 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 c. Each version of the BaselineMonthly Schedule Update submitted by the Contractor shall require approval by Owner. 3. The Proposal Schedule shall be updated on a monthly basis until the approval of the Baseline Schedule, and shall include progress through the last working day of each month within the update period. The Baseline Schedule shall be updated on a monthly basis until Final Acceptance is accomplished and shall include progress through the last working day of each month within the update period. a. Data Date of the Baselineeach Project Schedule shall be the first calendar day of each month and represent work performed through last working day of preceding month. b. For each update of the Proposal and Baseline ScheduleSchedules, the Version number shall increase by 1, and the previous schedule shall be archived to permit an audit trail. c. Designations for the progress only (PO) and the contractor adjusted (CA) submission shall clearly define the submission as Progress Only... B. Monthly Schedule Updates: The Baseline Monthly Schedule Update is updated based on remaining duration and shall be reviewed and approved by the Owner. Baseline 4.1. The Monthly Schedule Update cycle shall be as follows: a. Each Baseline Monthly Schedule Update (the firstpo and second Baseline Monthly Schedule submissionsca) shall contain activity progress measured through the last workingwork day of the month, and shall be submitted to the Owner for its review, no later than the 3rd work day of the following month. b. The Owner will review the Baseline Monthly Schedule UpdateUpdates and provide comments at the Joint Monthly Baseline Schedule Update Review Meeting to be held five working days after submission of the Baseline Monthly Schedule UpdateUpdates. c. Contractor and Owner shall discuss the results of the Owner s review and reach agreement on any items that, according to the Owner, are not in compliance with the schedule specifications. d. Contractor and Owner shall work together to resolve such items, if any, and the Contractor shall submit a final Baseline Monthly Schedule Update(s) within three workingwork days of the Joint Monthly Baseline Schedule Update Review Meeting. 5. Rolling Baseline Schedule a. The purpose of the Rolling Baseline Schedule is to provide Contractor and Owner with a predetermined date to add activities based on the release of design packages, replace summary activities with detailed activities, and adjust existing activity sequences. Costs assigned to Summary Level activities shall be broken down into DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

74 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 the detail activities and the required Cost Breakdown Structure and reviewed and approved by Owner b. Rolling Baseline Schedules shall include as-built data, forecasted activity sequences, activity durations, through the Scheduled Substantial Completion Date and Final Acceptance, and demonstrating the entire scope of Work as shown in the Contract Documents and in compliance with the Scheduling Principles described in this Section. c. Rolling Baseline Schedule shall be considered a Baseline Monthly Schedule Update and shall be consistent with Baseline Monthly Schedule Update requirements. d. Rolling Baseline Schedule shall include detailed activities for the next 180 day period, and Summary Level activities will be permitted beyond the 180 day period for the work beyond this period through Scheduled Substantial Completion Date. e. Rolling Baseline Schedules shall be submitted every 120 days after the approval of the Baseline Schedule. f. In months coinciding with a Rolling Baseline Schedule submission, Progress Only Baseline Schedule Update shall be based on the latest approved Baseline Schedule Update prior to the following Baseline Schedule. g. Submission of Rolling Baseline Schedules shall not replace the requirement for Contractor to prepare a Time Impact Analysis indicating delay to Scheduled Substantial Completion Date. h. The final Rolling Baseline Schedule shall be submitted when the design is completed and shall contain detailed activities for the remaining work through Scheduled Substantial Completion Date Baseline Monthly Schedule Update submissions shall be comprised of the following: a. One electronic copy (on CD-ROM) of entire Network Plan. Electronic copy shall be in Primavera compressed format (.XER). Electronic filename shall have a unique identifier and shall include a sequential number for each monthly update. PDF prints and reports shall be generated from same version of Baselinethe Monthly Schedule Update that is provided in electronic form. b. One full-color (PDF) time-scaled network print organized by WBS. Print sizes shall be 11 inches by 17 inches standard sized sheets. Provide following information on print in a format to be agreed upon by the Contractor and the Owner: 1) Activity ID. 2) Activity Description. 3) Original Duration. 4) Remaining Duration,. 5) Duration Percent Complete. 6) Early Start. 7) Early Finish. 8) Late Start. 9) Late Finish. 10) Total Float. 11) Budgeted Total Cost, Cost to Date, and Cost this Period. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

75 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 c. The Monthly Schedule Update narrative shall address the following: 1) Description of the Work completed by the Contractor in the past performance period and Contractor s plan to perform the work through the entire next performance period, including shift work. 2) Description of primary, secondary, and tertiary Critical Paths. 3) Description of problem areas and anticipated problem areas. And an explanation of corrective actions taken or planned to be taken. 4) Current and anticipated delays including cause of delay, corrective actions taken, and impact of delay on other activities, milestones, and completion dates. 5) Pending items (Change Orders, TIAs) and status thereof. 6) A description of any changes made to the schedule and reasons. 7) Planned cost curves showing the early and late cost curves for the entire project. 8) A discussion of earned costs incurred, monthly cash flow, planned costs, cumulative expenditures, and variances to planned values for both the base scope and any changes added. 3. Rolling Schedules: a. The purpose of the Rolling Schedules is to provide Contractor and Owner with a predetermined date to add activities based on the release of design packages, replace summary activities with detailed activities, and adjust existing activity sequences. Costs assigned to Summary Level activities shall be broken down into the detail activities and the required Cost Breakdown Structure and reviewed and approved by Owner. b. Rolling Schedules shall include as-built data, forecasted activity sequences, activity durations, through the Scheduled Substantial Completion Date and Final Acceptance, demonstrating the entire scope of Work. c. Rolling Schedules shall be considered a Monthly Schedule Update and shall be consistent with the Monthly Schedule Update requirements. d. Rolling Schedules shall include detailed activities for the next 180 day period with Summary Level activities permitted beyond the 180 day period for the work beyond this period through Scheduled Substantial Completion Date. e. The first Rolling Schedule shall be submitted 120 days after approval of the Baseline Schedule, and then every 180 days thereafter until the design is completed and all activities for the remaining Work through Scheduled Substantial Completion Date have been fully detailed. f. In months coinciding with a Rolling Schedule submission, PO Monthly Schedule Update shall be based on the last approved Monthly Schedule Update. g. Submission of Rolling Schedules shall not replace the requirement for Contractor to prepare a Time Impact Analysis indicating delay to Scheduled Substantial Completion Date. d.h. Commissioning and Integration Testing Schedule: DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

76 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV DraftTesting and Commissioning is expected to be carried as a summary activity in the Baseline Schedule and thereon until a draft Commissioning and Integration Testing Schedule shall be submitted not later than 360 days before the SSCD. Scheduled Substantial Completion Date. 2. FinalA final Commissioning and Integration Testing Schedule shall be submitted not later than 300 days before the SSCD and Scheduled Substantial Completion Date and upon approval shall be incorporated as a into the BaselineProject Schedule with a Monthly Schedule Update. 3. The Commissioning and Integration Testing Schedule shall display scheduled Work so that each activity is shown with duration of no more than 15 days REVIEW AND APPROVAL OF BASELINE SCHEDULES A. Approval by Owner of the schedules submitted by the Contractor to Owner shall mean that in the opinion of the Owner, Contractor has basically complied with the requirements of this Section. No such approval shall release or relieve the Contractor from full responsibility for the accurate and complete performance of the Work, including the accuracy and completeness of the schedules, or any other duty, obligation or liability imposed on it by the Contract including, the responsibility for completing the Work within the time set forth in the Contract. The review will not constitute a representation by Owner that the Contractor will be able to proceed or complete the Work in accordance with the dates contained in submitted schedule. B. Baseline Schedules/ Baseline Monthly Schedule Updates: 1. When approved, the Final BaselineThe Proposal Schedule shall becomewill be the basis for the first Baseline Monthly Schedule Update and Progress Only Baseline Schedule Update submitted by Contractor. Each monthly update after the first will be based on the previous month s Baseline Monthly Schedule Update. 2. Any Baseline Monthly Schedule Update determined as Not Approved by Owner shall be revised by Contractor and resubmitted before the next Baseline Monthly Schedule Update submission. Any Not Approved schedule cannot be used by Contractor as a basis for a Time Impact Analysis until Owner s comments have been incorporated or omission of Owner s comments is permitted by Owner. 3. If Contractor fails to submit any BaselineProject Schedule in a timely manner or provides any Baseline Schedule (or Baseline Monthly Schedule Updates including Rolling Baseline Schedules)Progress Schedule that is rejected by Owner, the Owner may withhold a portion of the progress payment up to an amount equal to5 percent of the retainage amount,applicable Draw Request, which withholding shall be in addition to the Retainage ordinarily withheldfor such Draw Request, until the Contractor remedies all deficiencies Progress Delay/Contractor Slippage: A. Recovery Schedule: Should any of the following conditions exist, Owner may require the Contractor to prepare, at no extra cost to Owner, a plan of action and a Recovery Schedule as to how the Contractor plans to reorganize its work and resources to complete the Work by the Scheduled Substantial Completion Date and recover any lost time and/or delays that have been determined by the Owner to be caused by the Contractor: DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

77 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV Contractor s monthly progress report indicates delays that are, as determined by Owner, of sufficient magnitude that the Contractor s ability to complete the Work by the Scheduled Substantial Completion Date is brought into question;. 2. CPM schedule shows the Contractor to be 30 or more days behind the Scheduled Substantial Completion Date at any time during constructionterm of the Contract up to 30 days prior to Scheduled Substantial Completion Date;. 3. Contractor s performance and resource utilization are not as planned resulting in unnecessary consumption of the float. 4. Contractor desires to make changes in the logic (sequencing of Work) or the planned duration of future activities in the schedule to recover lost time. B. Contractor shall submit a Recovery Schedule according to the Scheduling Principles and Baseline Schedule requirements described in this Section. A Recovery Schedule, when required, shall be submitted to Owner for review and approval within 21 calendar days of Contractor receiving Owner s written request. C. The Recovery Schedule submission shall be comprised of the following: 1. One electronic copy (on CD-ROM) of entire Baselinecurrent approved Monthly Schedule update. Electronic copy shall be in Primavera compressed format.xer electronic filename shall have unique identifier and shall include a sequential number for each Schedule Revision. 2. Changes included in Recovery Schedule shall be documented. Contractor shall submit to Owner an audit trail report that has been prepared using schedule comparison software (i.e. Claim Digger, Project Investigator, or other software approved by Owner.) 3. Recovery Schedule submission shall be accompanied by the following: a. Detailed narrative describing (with an explanation for the reason of) any revised sequences, durations, and resources. b. Anticipated effect of revision on the current BaselineProject Schedule and Scheduled Substantial Completion Date, including describing change in affected activities Total Float value. c. The Recovery Schedule should conform to all Scheduling Principles described in this Section. D. Contractor shall furnish sufficient labor, resources and equipment to ensure the prosecution of the Work meets the current Scheduled Substantial Completion Date. If in the opinion of Owner, Contractor falls behind in the prosecution of the Work as indicated in the Baselinecurrent Schedule, Contractor shall take such steps as may be necessary to improve its progress. Owner may require Contractor to increase the number of shifts, days of work, and/or the amount of plant and equipment, all without additional cost to Owner. 1. Recovery Schedule, when required, shall be submitted to Owner for review and approval within 21 calendar days of Contractor receiving Owner s written request. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

78 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 E. If Contractor fails or refuses to implement such measures to bring the Work back to conformity within the Scheduled Substantial Completion Date, Owner shall have the right to declare such failure or refusal a Contractor Event of Default under the Contract REVISED BASELINE SCHEDULE See definitions A. Either Owner or Contractor may request a Revised Baseline Schedule. Updating the Baseline The Monthly Schedule Update to reflect actual progress shall not be considered as a Revised Baseline Schedule. B. Revised Baseline Schedule is considered necessary under the following conditions: 1. Changes in Contractor s operations that adversely impact the SSCDScheduled Substantial Completion Date by more than 15 calendar days. 2. Differences between activity sequences and work represented on latest Baseline Monthly Schedule Update adversely impacting the SSCDScheduled Substantial Completion Date by more than 15 days. 3. Additions, deletions, or revisions to activities required by Contract modification. C. Owner determines there is reasonable doubt that milestones or the SSCD will notscheduled Substantial Completion Date will be met. A Schedule Revision shall demonstrate how Contractor intends to reschedule remaining work by the SSCD.Scheduled Substantial Completion Date. There shall not be additional cost to Owner, through re-sequencing and reallocating its forces to complete Work by SSCDScheduled Substantial Completion Date. D. Revised Baseline Schedule, when required, shall be submitted to Owner for review and approval within 21 days of Contractor receiving Owner s written request. E. Revised Baseline Schedule shall conform to all Scheduling Principlesrequirements described in this Section. F. Revised Baseline Schedule submission shall be comprised of the following: 1. One electronic copy (on CD-ROM) of entire Revised Baseline Schedule.Schedule from the currently approved update through Scheduled Substantial Completion Date. Electronic copy shall be in Primavera compressed format.xer electronic filename shall have unique identifier and shall include a sequential number for each Schedule Revision. 2. Changes included in Schedule Revision shall be documented. Contractor shall submit to Owner an audit trail report that has been prepared using schedule comparison software (i.e. Claim Digger, Project Investigator, or other software approved by the Owner.) 3. Schedule Revisions shall be accompanied by a. Detailed narrative explaining reason for revision,. b. Anticipated effect of revision onthe Revised Baseline Schedule andon the Scheduled Substantial Completion Date, including describing change in affected activities Total Float value,. c. Appropriate Fragnet demonstrating the necessary changes. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

79 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV MODIFICATIONS: TIME IMPACT ANALYSIS A. Proposed modifications, including potential delays that are anticipated or experienced shall be submitted to Owner. Contractor has a duty to mitigate delays through modified sequences to minimize cost and time impact caused by the change or potential delay. B. The Contractor shall prepare a Time Impact Analysis for each modification, potential delay, delay event, or Contractor request that may affect the Scheduled Substantial Completion Date. The Time Impact Analysis shall be developed and submitted in accordance with Contract Documents or as requested by Owner and shall conform to all scheduling principles described in this Section. Preparation of Time Impact Analyses is considered part of construction process and shall be performed at no additional cost to Owner. C. Time Impact Analysis methodology shall follow the guidelines contained in the Association for the Advancement of Cost Engineering International (AACE) Time Impact Analysis as Applied in Construction. Only delays caused by Owner will be considered for a time extension. D. Failure by Contractor to timely submit a Time Impact Analysis is described in Contract Documents. E. Approval or rejection of each Time Impact Analysis by Owner shall be made within ten work days after receipt of each Time Impact Analysis, unless subsequent negotiations are required, or multiple TIAs are submitted at one time. Upon Approval, a copy of Time Impact Analysis signed by Owner shall be returned to Contractor and incorporated into Baseline Schedule at next Monthly Schedule RevisionUpdate which will then become the current approved Baseline Schedule. F. Submit Time Impact Analysis as follows: 1. Within ten work days after receipt of written change modification. 2. Within ten work days after receipt of written notice by Owner. 3. Within ten work days from beginning of delay caused by unforeseeable circumstances. G. Time Impact Analysis shall meet requirements for submittal of Schedule Revision including a Fragnet, with sufficient supporting documentation to enable Owner to make a determination of Contractor s request for a time extension. H. Upon execution of a Change Order adjusting the Schedule Substantial Completion Date, the agreed upon event and impact shall be included in the next Baseline Monthly Schedule Update if the parties agree to the extent of the impact. Changes in the schedule should be clearly identifiable by specific Activity IDs and activity coding and Work Breakdown Structure for changes as agreed upon with Owner. Inclusion of changed conditions shall conform to all scheduling principles noted in this Section. Changes included as an adjustment to the existing schedule activity durations are not allowed. I. Once the Time Impact Analysis has been approved, the activities and costs associated with that Time Impact Analysis should be added to the next Baseline Monthly Schedule Update or Baseline Rolling Schedule. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

80 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 J. If the parties are unable to reach an agreement about how to forward-look the effect of the impact on the Baseline Monthly Schedule Update s Critical Path(s), Owner may allow the Contractor to include a Fragnet into the schedule on a preliminary basis following agreement of the proposed Fragnet activities. The duration of the Fragnet activities and/or the impact to the Scheduled Substantial Completion Date will be adjusted through the monthly update process as the actual duration of the delay becomes known AS-BUILT SCHEDULE A. Within 30 work days after Owner s Final Acceptance, Contractor shall submit an As-Built Schedule documenting actual start and actual finish dates for all activities and logic ties amongst all activities to show actual sequence in which Work was performed. B. Owner may withhold any payment, or portion of payment (final or other payment, even though such payment has already been certified as due) as it deems necessary or desirable for noncompliance with provisions of this Section BASIS OF PAYMENT A. The approved Baseline Schedule and approved Baseline Monthly Schedule UpdatesProject Schedules shall be the basis for determining project earnings during each update period and therefore the amount of each progress payment. Lack of an approved Baseline Schedule or Baseline Monthly Schedule Update will result in an inability of Owner to evaluate contract earned value for the purposes of payment. Failure of the Contractor to provide all information, as specified in this Section, will result in the disapproval of the Baseline Monthly Schedule Updates. B. Cost Percent complete for activities shall be based on proportion of the overall quantityofquantity of the physical work complete for each item. Contractor and Owner to agree on proportional values for easily discernible stages of completion in concrete activities (piles, piers, retaining walls etc.), in other activities where partial completion does not equal some quantity of the final product for the activity, or where activity costs are not evenly distributed. C. Contractor shall submit a Cost Breakdown Structure in accordance towith the furnished template OTHER SCHEDULES The Contractor may use other schedules in other formats to manage its work on a day-to-day basis. The Owner shall be provided with the rolling 3-week look-ahead schedule, and may reasonably request other such schedules. These schedules are for the ease of communication at the production level and do not represent or replace the Project Schedules as specified in this Section PAYMENT PROCEDURES A. Draw Requests 1. Initial Draw Request submittal, to timely process the Draw Requests, Contractor shall submit to the Owner on or before the 30th of each month to review its initiala Draw DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

81 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 Request and if necessary meet with the Owner. It may be mutually beneficial for any required explanations and justifications. Contractor is responsible for gathering and submitting all supporting documentation and data. 1. EachOwner to meet prior to the submittal of the Draw Request followingto expedite processing of the initialdraw Request. 2. Each Draw Request shall be consistent in Work scope, procedure and payment amounts as the preceding Draw Requests and payments certified and paid for by Owner. 3. To be acceptable to Owner, each Draw Request following the initial Draw Request shall be in the proper format and shall be accompanied or preceded by the following: a. Contractor's Baseline Monthly Schedule Update. b. Updated Cost Breakdown Structure. c. Updated List of Acquired Materials, including storage locations. d. Updated Submittal schedule. e. Updated status schedule of Permits and Restrictions. f. Include amounts for work completed following previous Draw Request, whether or not payment has been received. Include only amounts for work completed at the time of Draw Request. g. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by Draw Request. h. Indicate separate amounts for work being carried out under Owner-requested project acceleration. B. Draw Request Times: The closing date for each Draw Request shall be consistent with the update period indicated for the Baseline Monthly Schedule Update submissions. C. Approval of Draw Request 1. The Contractor shall submit its Draw Requests as a part of its Baseline Monthly Schedule Update submission, as described in this Section. Owner will review the Draw Request and all attachments for conformity with all Contract Documents DOCUMENT CONTROLSCONTROL MANAGEMENT SYSTEM A. Document and Configuration Control: Within 60 days after NTP, Contractor shall setupfurnish, install and commission an approved, integrated Electronic Document ControlsControl Management System (DCMS) for in both the Airports Authority and Contractor project offices (see figure below) for processing and storing all project related documents including generated for the design procurement,,, construction, startup and final acceptance phases and of the Work. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

82 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 Administered by Contractor Administered by Owner Public library contains all versions of technical documents used by each functional area to conduct their work. Examples of such documents would be drawings, specifications, calculations and reports. A comprehensive list of items to be maintained in the project library will be developed and agreed upon by the Airports Authority, Project Stakeholders, and Contractor. Contractor will provide and maintain all hardware, software, license fees, and maintenance fees for both DCMS through Final Acceptance of the Work. In maintaining the system, Contractor will provide and install any and all changes to core system configuration that may be made after Contractor completes the initial commissioning of the DCMS at Airports Authority project office. DCMS will be owned and licensed to the Airports Authority upon its commissioning. The DCMS shall be structured to link all stakeholders, including Owner Agencies, Program Manager and design/buildercontractor for lifethe duration of the Project from planning to final completion. DCMSthrough Final Acceptance. The setup shall include all processes, procedures and training for cataloging, distributing and maintaining project documentation and records for all stakeholders and project members. DCMS will be maintained by Airports Authority. Proprietary systems unique to Contractor are not acceptable. The Owner shall through transfer assume pay of all fees for maintenance of the DCMS upon Final Acceptance of the Work. Contractor s comprehensive and integrated Electronic DCMS shall include the following: 1. Designation of web-based DCMS (or application software) that shall be utilized by Contractor and Project stakeholders and shall be compatible and interoperable with configuration management system (or application software) that shall be utilized by Contractor and be adaptable to mimic project document flow processes as required by stakeholders. 2. Allow for bi-directional electronic transfer of correspondence, submittals and approvals, on-line design reviews and comments; use of mobile devices and electronic field records by project stakeholders and members as followsa minimum: a. Document Control: 1) Correspondence. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

83 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 2) Design-Build Invoices. 3) Transmittals & Logs. 1)4) Version Controlled Drawings and DrawingDesign Packages including annotated and design approval processcommented documents as requiredgenerated by stakeholders. 2)5) Issues and Risks to be identified, ranked, prioritized and mitigated per severity, probability and detect abilitydetectability as required by stakeholders. 6) Schedules & Reports. 7) Project procedures. 8) Permits. 3)9) Action items. 4)10) Meeting Minutes. 5)11) Request for Information (RFI). 6)12) Contract Change Management. 7)13) Submittal Register Packages. 8)14) Transmittals/Correspondence. 15) Full text search/advance search. b. Field Management 1) Daily reports. 2) Field Work Directives. 3) InspectionsInspection and TestingTest records. 4) Quality Control Documentation. 5) Safety reports, logs and incident reports. 6) Force account reports. 4)7) Notices to comply. 5)8) Punch List. 9) Photos. c. Mobile Technology with or without internet connection 1) Daily reports. 2) Punch ListsForce account reports. 3) Photos. 4) Requests for Information (RFI). 5) Drawings. 6) Inspections and Tests and Acceptances as required by stakeholders. 7) Field Work Directives. 8) Punch Lists. 3. Demonstration of Contractor s experience in successfully using these tyupestypes of systems and specific software applications in an integrated environment to manage design-build projects of similar size and complexity. 4. Designation of the configuration management system (or application software) that will be utilized by the Contractor, project stakeholders and members that is compatible and interoperable with the document control system (or application software) that will be utilized by the Contractor. The DCMS shall be structured to incorporate all required DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

84 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 FEBRUARYAPRIL 1, 2013 PACKAGE A REV 14 document attributes by all stakeholders (the Airports Authority, WMATA, other agencies) and the ability to create and compile reports, audit trails and logs of all documents by any, a combination of andsand/or all attributes such as discipline, packages, segments, locations/sub locations, responsibility for design, procurement, construction, startup and final acceptance phases and, etc. as applicable. The DCMS shall be flexible to accommodate any future need of creating data and document queries as needed. 5. Identification of the document change control processes and procedures that will be utilized by the Contractor, project stakeholders and members for controlled submittals, such as engineering plans, manuals and specifications that will ensure construction, installation and commissioning of the approved configuration for Package A; and. 6. Confirmation that the Contractor s selected document control and configuration management systems and procured will be adopted and utilized by all Contractor team members and subcontractors. 7. The web based DCMS shall facilitate interaction among stakeholders by displaying who is responsible for the document approval and what is relevant to each stakeholder. The DCMS shall also include the following modules/features: 8.7. Web based DCMS shall facilitate interaction among stakeholders by displaying who is responsible for the document approval and what is relevant to each stakeholder. The DCMS shall also include the following modules/features: a. Document and Storage Management. b. Customizable Screens/Forms/Reporting. c. Notifications and Alerts. d. Import and Export capabilities from/to MS Suite such as Excel, Word etc. e. Integrate with other software systems with the use of API/SDK kits f. Project Mailbox. g. Customizable Key Performance Indicators/Dashboards. h. Ball-in-Court tracking and accountability. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

85 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 SECTION DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. The following list is provided for convenience and is not intended to exclude or supersede any portion of Contract Documents. 1. Statement of Work. 2. Refer to Section Design and Construction Progress Documentation for: a. Design Progress Documentation. b. Permit Progress Documentation. c. Procurement Progress Documentation. d. Construction Progress Documentation. 3. Commonwealth of Virginia Construction and Professional Services Manual , (CPSM.) 4. Schedule Practices in compliance with latest edition of Associated General Contractors of America (AGC s) Construction Planning and Scheduling. 5. Time Impact Analysis As Applied in Construction; AACE Recommended Practice 52R Cooperative Agreements between the Airports Authority and each of the following: Washington Metropolitan Area Transit Authority (WMATA), Virginia Department of Transportation (VDOT), Fairfax County, Loudoun County, Town of Herndon, and TRIP II. 1.2 SUMMARY A. The Contractor shall prepare the Project Schedules identified in this Section during the performance of Contract. B. The Project Schedules shall each be prepared in accordance with this Section and, shall: 1. Be detailed, time-scaled, computer-generated schedules, using the Critical Path Method, that accurately depict activities representing each portion of the Work from the current Data Date through Final Acceptance. 2. Be: (a) used for planning and coordinating the Work; (b) the basis for reporting all the Work to be performed in fulfillment of the Contract Documents; and (c) produced utilizing the most current version of Primavera software system. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

86 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 3. Accurately depict the Contractor s current logical activity sequences and activity durations necessary to complete the Work in accordance with the requirements of the Contract Documents. 4. Assist Contractor and Owner in preparation and evaluation of Contractor s monthly progress payments. 5. Assist Contractor and Owner in monitoring progress of Work and evaluate proposed changes to the Contract and requests for additional time to the Scheduled Substantial Completion Date. C. Project Schedule Requirements 1. All Project Schedules shall describe Contractor s plan to perform the Work, including but not limited to self-performed work and work by all Subcontractors, in addition to: a. Owner interface activities, such as ROW acquisition and 34.5kV power distribution. b. Acquisition of all necessary permits. c. Design/Engineering activities. d. Procurement (Fabrication/Delivery) of Equipment and Material. e. Development of Shop Drawings and Approvals. f. Contract Milestones as agreed by the Airports Authority. g. Commissioning, Integration Testing, and Final Acceptance of the Work. h. Third party activities DVP, WMATA and others. i. Construction Management/Administration. 2. The structure of all Project Schedules, shall include, but not be limited to: a. Work Breakdown Structure. b. Activity Codes. c. Resource Designations/Units to support activity durations. d. Activity Costs summing to the Awarded Contract Amount. 1.3 DEFINITIONS A. CPM terminology, definitions and conventions as required in this Section shall be consistent with generally accepted industry practices and in general agreement with the latest edition of the Associated General Contractors Manual titled Construction Planning & Scheduling. B. Section Definitions: 1. Activity: A discrete element of Work or task performed during the course of Project. Each schedule activity shall be clearly defined depicting duration with defined resources, and costs as required. 2. Baseline Schedule: The schedule prepared by Contractor in accordance with Subsection 1.8 below. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

87 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 3. Commissioning and Integration Testing Schedule: A Fragnet of the Project Schedule containing activities represented in startup, testing and commissioning phase of the Project, including activities associated with the transition to revenue service and required for achievement of Final Acceptance. 4. Constraint: Scheduling restriction imposed on start or finish of an activity. A constraint restricts the movement of an activity based on the type of constraint and the date used, and may override the logic relationship also assigned to the activity. 5. Cost Breakdown Structure: The breakdown structure the Contractor shall use to distribute contract costs in accordance with the schedule Work Breakdown Structure provided in this Section. 6. Critical Path Method (CPM): Scheduling technique utilizing activities, durations, and interrelationships/dependencies (logic), such that activities are interrelated with logic ties from the beginning of Project to Final Acceptance. 7. Data Date: Date when the status of schedule activities is determined. 8. Float: Difference between planned early dates and planned late dates. Free float is the amount of time an activity can be delayed without adversely affecting the early start of any successor activities. Total float is the measure of the leeway in starting or completing an activity without adversely affecting Scheduled Substantial Completion Date. 9. Float Suppression: Any technique that causes an activity to show less float, including but not limited to, as late as possible constraints and unnecessary lags. 10. Fragnet: Subset group of interrelated activities representing only a portion of CPM schedule. For example, a Fragnet can be used to portray a scope of work being added to, or changed from, a Project Schedule. 11. Key Plans: Graphic representations on prints of Contract Documents of Contractor s planned breakdown of Project for scheduling purposes. Key plans shall clearly define boundaries of work for each designated segment, locations, and sub-locations. Alphanumeric codes on plans shall match code values for activity code designation in the Project Schedule. 12. Lag: Time that an activity follows or is offset from the start or finish of its predecessor. 13. Longest Path: Project primary critical path is defined as the path which constitutes the longest continuous path(s) of interrelated activities depicting project work from the Data Date of the schedule to SSCD. Reports and graphics indicating Critical Path shall depict longest path of interrelated activities. 14. Monthly Schedule Update: The updates to the Project Schedules prepared by Contractor in accordance with Subsection 1.9 below. 15. Organizational Breakdown Structure (OBS): A chart that relates work package to the parties in the organization responsible for their completion. 16. Owner: Metropolitan Washington Airports Authority (Airports Authority). 17. Project Execution Plan: A formal, approved document for how the Project will be managed. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

88 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV Project Schedule: The Proposal Schedule, the Baseline Schedule, and the Monthly Schedule Updates. 19. Proposal Schedule: The schedule prepared by Contractor in accordance with Subsection 1.8 below and attached as Appendix 5 to the Contract. 20. Recovery Schedule: A schedule detailing the Contractor s plan for recovery of time lost on the Project. 21. Revised Baseline Schedule: A necessary and substantial revision to the most recent update to the Baseline Schedule to reflect actual conditions and the Contractor s new plan to perform the remaining Work. 22. Rolling Schedule: The Monthly Schedule Update described in Subsection 1.9 below. 23. Time Impact Analysis: Technique that demonstrates comparison of time impact for each schedule revision or proposed revision against the current Project Schedule. Methodology shall follow Association for the Advancement of Cost Engineering International (AACE) Time Impact Analysis as Applied in Construction (Recommended Practice No. 52R-06.) 24. Work Breakdown Structure (WBS): The Project organizational structure that the Contractor shall use to reflect the Contract required scope of work. 25. Working Day: Calendar day scheduled for active prosecution of Work. 1.4 SCHEDULE CONTROL PROCEDURES AND QUALITY ASSURANCE A. Procedures for schedule control shall be included in the Contractor s Project Execution Plan as part of the plan implementation and reporting requirements. The following key elements shall be included: 1. Procedures for monitoring and reporting monthly, and as requested, task status by WBS element is required. Task commencement, forecasted remaining duration of task, task completion, and accomplishment of other milestones included in the Project Schedule shall be monitored and reported. 2. Procedures for performance measurement using data from monitoring and reporting to provide an effective performance measurement to compare Work scheduled/planned versus Work performed utilizing planned resources/costs vs. earned resources/costs to calculate the earned value including cost and schedule performance indices for analyzing, improving performances and mitigating schedule variances. 3. Procedure for performing quality oversight of the schedule review/forecast. B. Provide, as a minimum, a system of monthly forecasting of scheduled activities through the Final Acceptance Date. Schedule forecasts shall be made available to the Owner as required. A continuous review of actual progress against the most recent Project Schedule will assure that revised resource allocation or other corrective action can be considered and undertaken proactively and as early as possible. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

89 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 C. Chief Planner: 1. Engage or employ services of Chief Planner who is skilled in scheduling using CPM techniques for large complex infrastructure design/build projects. Contractor s Chief Planner shall coordinate each schedule with all relevant parties to ensure that Work Elements are coordinated throughout the Contractor s Project Team. The Chief Planner shall have at least ten years verifiable experience as scheduler on projects of similar size and nature as the Project. The Chief Planner shall be specifically trained in use of most current edition of Primavera software. a. Contractor s Chief Planner shall be devoted to the Project on a full-time basis and be part of Contractor s staff throughout the entire performance of the Work. Contractor s Chief Planner shall attend all schedule-related meetings unless excused by the Owner. b. If the Owner reasonably determines that Contractor s Chief Planner does not benefit the Project, the Contractor shall replace the Chief Planner at the discretion of the Owner. The new candidate as Chief Planner must be approved by the Owner before substitution is permitted. 1.5 SCHEDULING PRINCIPLES AND REQUIREMENTS A. Activities: 1. Contractor shall use and/or implement the following principles associated with each Project Schedule. CPM terminology, definitions and conventions as used in this Section shall be consistent with generally accepted industry practices and the latest edition of the Associated General Contractors Manual titled Construction Planning & Scheduling. 2. Schedule activities shall be sufficiently described to include what is to be accomplished and identified by the applicable work areas. Activities shall be grouped to assist in the understanding of the activity sequence. Examples of the types of activities to include in each schedule are as follows: a. Design Activities: 1) Design activities shall be logically tied with no constraints, shall be resource and cost loaded, and shall include, but not limited to: a) Contractor's agreed design packaging scheme for both Systems and Non-Systems design deliverables to support timely procurement of material, obtaining permits, and construction plan. b) Agency review and approval cycles based on applicable Governmental Persons, Authority(s) Having Jurisdiction (AHJ) and other applicable Laws, Regulations, and Ordinances. c) Contractor s preparation of Preliminary Design documents, Construction documents for each design phase (60 percent, 90 percent and 100 percent), Issued for Permit documents, and Issued for Construction documents. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

90 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 d) Application for, and receipt, of required permits. e) Contractor's submittal of design and construction documents for Owner review and approval. f) Design review cycles and logical ties to subsequent fabrication, delivery, and construction activities. g) Other deliverables. 2) A matrix of agreed design deliverable packages shall be developed to capture area/zone, facilities, disciplines, systems, subsystems, and Owner s review and approval. An approved matrix shall be the basis for the design schedule details. Design activities shall be broken down by agreed segments, locations/sub-locations and systems of Work to best support review and approval, permitting, procurement, delivery and construction activities. Contractor shall develop an agreed design progress and performance measurement system based on design package deliverables and division of responsibilities. 3) Design activities will be linked to their applicable Review and Approval, Procurement, and/or Construction Activities and shall be a separate logical division for ease of distinction. At a minimum, design work shall be divided to have an agreed number of deliverables per area/facility/system/subsystems and the governing AHJs. Actual design packaging scheme shall be agreed upon with the Owner prior to implementation. b. Procurement Activities: Procurement activities in each schedule shall be logically tied with no constraints and shall be resource and cost loaded. Examples of Procurement activities include, but are not limited to: 1) Bid and award cycles. 2) Shop Drawing development and approval. 3) Equipment and Materials submittal preparation and approval. 4) Equipment and Materials: fabrication, factory acceptance testing, and delivery. 5) Purchased and Stored Material/Equipment. 6) Material/Equipment delivery requirements by Owner. 7) Delivery of O&M manuals. 8) Subcontract procurement cycle, bid, evaluation and award, and Notice to Proceed. c. Owner Activities: Owner and other third party activities shall be clearly identified. These activities include, but are not limited to, the following and the precursor processes: 1) Right-of-Way property acquisition. 2) Submittal reviews. 3) Inspections and tests as necessary. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

91 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 4) Environmental permit approvals by regulators. 5) Notice to Proceed. 6) Delivery and installation of Owner-furnished material/equipment. 7) 34.5kV DVP Power Distribution/DVP related work. 8) WMATA related activities. d. Construction Activities: Construction activities shall be resource and cost loaded as described in this Section and shall include, but not be limited to: 1) Mobilization or demobilization. 2) Installation of temporary and permanent Work by trades, areas, and facilities as described in the Contract Documents. 3) Activities to describe the Work in sufficient detail according to the WBS. 4) Testing and inspections of installed work by technicians, inspectors or engineers as well as the outages. 5) Final clean-up. 6) Scheduled Substantial Completion. e. Commissioning and Integration Testing activities shall be resource and cost loaded and shall include, but not be limited to: 3. Activity Durations 1) Start-up and Testing of equipment and systems. 2) Commissioning of building and related systems. 3) Scheduling of specified manufacturer s representatives. 4) Dynamic Testing Readiness. 5) Pre-Final inspection. 6) Final Acceptance inspection. 7) System Demonstration Performance Tests. 8) Training to be provided. 9) Administrative tasks and processes necessary to start, proceed with, accomplish, or finalize the Work. a. Except as set forth in Paragraph 4 (Summary Level Activities), Contractor shall maintain individual schedule activity durations of 20 work days or less. b. Activities exceeding 20 work days in duration shall contain appropriate production projections so that entries can be maintained and remaining durations adjusted according to physical progress. c. Items such as Procurement, Fabrication, and Delivery activities may exceed 20 work days with the approval of Owner. d. The Contractor is not permitted to modify (increase or decrease) an activity s original duration after it is approved by the Owner. During the monthly updating process, only the activity s remaining duration may be modified. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

92 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 4. Summary Level Activities a. Contractor may use Summary Level activities to represent the Work under the following conditions: 1) In the Proposal Schedule, those activities starting at least 180 days after the NTP. 2) In the Baseline Schedule, those activities starting at least 360 days after the NTP. 3) In certain Monthly Schedule Updates to the Baseline Schedule. b. Summary Level activities are not allowed to exceed 90 work days without Owner approval and shall match the Work Breakdown Structure Levels 4 to 6. c. All Summary Level activities shall be resource and cost loaded as agreed to in the Pre-scheduling conference. d. Contractor shall replace Summary Level activities in the Proposal Schedule with detailed activities in the Baseline Schedule, and shall replace Summary Level activities in the Baseline Schedule through the updating process specified in Subsection 1.9 below. 5. Calendars a. Anticipated work and non-work periods shall be included for each activity. b. Agreed Holidays shall be included as non-work days assigned to the appropriate day as they occur. 6. Activity Relationships/Use of Constraints, Lags and Milestones a. With the exception of the Notice to Proceed and Project Completion milestone activities, no activities shall be open-ended. Each activity shall have predecessor and successor relationships. Once an activity exists on an approved Project Schedule it may not be deleted, renamed, or renumbered, unless approved by Owner. b. Finish-to-Start relationships shall be the primary relationship used in all Project Schedules unless valid reasons are demonstrated for other logic relationships. Start-to-Start with lags shall be permitted provided the lag is updated and no gaps exist between contiguous activities due to the lag. Activities linked to successors only with Start-to-Start relationships shall not be permitted, and must also include a Finish-to-Start or Finish-to-Finish relationship with one or more successors. c. Lags shall not be used when the creation of an activity will perform the same function (e.g., concrete cure time). Use of lag must be minimized and restricted to only those situations where it is not possible to properly define the start or finish of an activity by the use of a normal Finish-to-Start, Start-to-Start or Finish-to- Finish relationship. Duration of a lag shall not exceed the duration of the predecessor activity. Negative lags shall not be permitted. Contractor shall identify any lag proposed and provide an explanation for the purpose of the lag in the activity notebook and Narrative Report. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

93 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 d. Date/time constraints, other than those required by the Contract Documents, shall not be used unless jointly agreed to by Owner and Contractor. If Contractor seeks approval to include constraints in the schedule, Contractor shall identify any constraints proposed and provide an explanation for the purpose of the constraint in the activity notebook and Narrative Report. e. Actual Start and Finish dates shall not be automatically updated by default mechanisms that may be included in the CPM scheduling software system. Actual Start and Actual Finish dates shall be included on the Monthly Schedule Updates and shall be consistent with other project reporting, such as daily reports, and the Contractor s Monitoring and Performance Measuring System. In-progress activities will be updated by revising the activity s remaining duration according to actual measured or estimated work progression. f. Allowable activity dates are early start, late start, early finish, late finish, actual start, and actual finish. Use of activity dates such as expected are prohibited. g. Float Suppression techniques (i.e. as late as possible constraints) shall not be allowed. All Float shall be shown in the Project Schedule. Float shall be monitored, accounted for, and maintained in accordance with this Section. h. Activity constraints or use of activity durations, logic ties and sequences deemed unreasonable by the Owner shall not be used in any Project Schedule unless approved by the Owner. 7. Longest Path a. Unless otherwise approved by Owner, Contractor s Longest Path in each Project Schedule shall be a contiguous chain of activities from the Data Date through the Scheduled Substantial Completion Date. 8. Software Settings a. De-link Remaining Duration and Percent Complete. Activity progress shall be considered separate from cost percent complete. Construction activity progress will be shown using Remaining Duration and Duration Percent Complete. b. Set Resource Data to Two decimal places. c. All activity durations and Float values will be shown in days. d. Schedule calculations and Out-of-Sequence progress (if applicable) shall be handled through Retained Logic, not Progress Override and not Actual Dates. Out- of-sequence activities shall be updated to reflect actual project conditions. e. Date format will be DDMMMYY (i.e., 11DEC02.) f. Default activity type will be set to Task. g. The Duration Type for each activity shall be set to Fixed Duration and Units before assigning any costs or resources to the activity. 9. Activity IDs a. Activity IDs shall be provided with ten characters as detailed below. The purpose of the structure for the Activity ID is for easier identification and for improved DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

94 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 organization in all Project Schedules. Each part of the ID will also need to be included in the schedule as an activity code. b. Activity IDs shall not be deleted and/or re-assigned. If during the course of the project, an activity is deleted, that Activity ID shall not be reused. c. The 10 characters shall be organized by Package [1 character.] Discipline [1 character,] Segment [3 characters,] CSI Division [2 characters,] and a unique number [3 characters.] d. An example of the Activity ID Breakdown is as follows: Example Activity Name Package Discipline Segment CSI Division Unique Number N07: Install Track A C 0 7 O N09 Commission Elevator A X 0 9 S e. Values for Package [Character in the first position] identifies the Design/Build Package as described in the Contract Documents and are limited to: Value A Description Package A Design Build Contract f. Values for Discipline [Character in the second position] are limited to: Value E C P X Description Engineering Design Construction Procurement Startup/Commissioning g. Values for Segment [Characters in the third, fourth, and fifth position] identifies the location of the activity. Each segment has a station code used for work for the buildings and structures, and an outside code used for all other work in that segment track, TPSS, TBS, etc. and the values are limited to: Value Description N06 N06 Interface with Phase 1 07S Reston Town Center Station 07O Outside Reston Town Center Station 08S Herndon Station 08O Outside Herndon Station 09S Innovation Center Station DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

95 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 Value 09O 10S 10O 96O 97O 98O 11S 11O 12S 12O PJW UTL ADM Description Outside Innovation Center Station Dulles Airport Station Outside Dulles Airport Station N96 Outside Station N97 Outside Station N98 Outside Station Route 606 Station Outside Route 606 Station Route 772 Station Outside Route 772 Station Project Wide Utility Relocation Project Wide Administrative h. Values for CSI Division [Characters in the sixth and seventh position] details the type of work represented by each activity and the values are limited to: Value Description 00 Procurement and Contracting Requirements 01 General Conditions 02 Existing Conditions 03 Concrete 04 Masonry 05 Metals 06 Wood, Plastics, and Composites 07 Thermal and Moisture Protection 08 Openings 09 Finishes 10 Specialties 11 Equipment 12 Furnishings 13 Special Construction 14 Conveying Systems 21 Fire Suppression 22 Plumbing 23 Heating, Ventilating, and Air Conditioning DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

96 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 Value Description 26 Electrical 27 Communications 28 Electronic Safety and Security 31 Earthwork 32 Exterior Improvements 33 Utilities 34 Transportation i. Values for Unique Number [Characters in the eighth, ninth, and tenth position] the unique number characters are used to differentiate between similar activities in the same area. When setting up the activities, the unique numbers should vary by ten. In case of Contract Change Orders, the unique number shall start with a C followed by two numbers, and may be sequential. 10. Activity Names a. Activity Names shall be brief but shall convey the scope of work described. Non- Standard abbreviations shall be explained in the Narrative Report. Percentages shall not be used in activity descriptions (e.g., Pour West Footing (0 50%)) unless the Owner agrees with the use of percentage for a particular activity. b. All activities shall have a unique activity name/description. c. Activity names can only be modified to add detail describing an activity s scope, correct the spelling or grammar, or to improve for clarity, but cannot be revised to completely change the scope of the activity. d. Each activity name should follow the following format: Location: Verb Noun. Station numbers, column numbers, or other description for the location, may be included at the end of the activity name if it will provide a better description of the activity. e. Example values for Location include but are not limited to: 1) Segment Number. 2) Column Line Number. 3) Station Name. 4) Stationing Value. 5) SWM/TBS/TPSS Number. f. Examples of Verbs include, but are not limited to: 1) Design. 2) Install. 3) Procure. 4) Fabricate. 5) Deliver. 6) Erect. 7) Commission/Test. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

97 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 8) Pull. 9) Terminate. 10) Perform. 11) Acquire. 12) Negotiate. B. Work Breakdown Structure 1. The following guidelines shall be applied to the Work Breakdown Structure in each schedule: a. Level 0 of Contractor WBS shall represent the Project (Phase 2). No activities shall be created at this level. b. Level 1 of Contractor WBS shall represent Package A. No activities shall be created at this level. c. Level 2 of Contractor WBS shall represent the Segments of the Work. d. Level 3 of Contractor WBS shall represent the Discipline of the Work consisting of the major groupings of Work. e. Level 4 of Contractor WBS shall represent the Location of the Work. Contractor shall use any levels below to group the Work in a logical manner to represent Contractor s planned sequences to accomplish the Work, according to the Contract Documents. f. Level 5 of Contractor WBS shall represent the Sub-location of the Work. g. Level 6 and Level 7 of Contractor WBS shall be determined by Contractor and shall represent more detail in the schedule. h. Level 8 of Contractor WBS shall represent activity. i. A sample of Work Breakdown Structure to be used for this Project is provided below. The complete Work Breakdown Structure shall be included in the Primavera shell schedule (.XER) provided to Contractor up to Level 5, Contractor shall create Levels 6,7, and 8. WORK BREAKDOWN STRUCTURE Level Description Example 0 Project Dulles Corridor Metrorail Projects Phase 2 1 Package Design Build Main Package 2 Segment N09 Route 28 3 Discipline Construction 4 Location Guideway/Track 5 Sub-Location Elevated Guideway/Track 6 TBD TBD 7 TBD TBD 8 Activity/Task Detail Piers Install Caissons Form, Rebar, Pour Pier Punch List DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

98 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 C. Activity Codes 1. The purpose of the activity codes is to sort and filter the schedule activities to enhance reporting capability. The activity codes required include both those that are already part of the Activity ID and those that are not. 2. Activities shall be coded as follows: Code Number Code Name/Description Code Length Examples Required For 1 Package* 1 A, B, C All activities 2 Work Type* 1 C, X, R All activities 3 Segment* 3 07S, 07O, PJW All activities 4 CSI Division* 2 01, 02, 33 All activities 5 Phase* 1 2 All activities 6 SCC Code* , 50.06, All cost loaded activities 7 Responsibility 8 MWAA, VDOT All activities 8 Location* 1 S, T, R All activities 9 Sub-Location* 3 SPB, PAV, SWM All activities 10 Discipline* 1 E, C, P, X All activities 11 Change Management 3 001, 002, 003 All added activities related to changes 12 AHJ 3 Design Activities 13 Jurisdiction 3 Design Activities 14 Milestone Level 1 2 All activities 15 Milestone Level 2 2 All activities 16 CBS* 19 A.09.C.ELT.33.S01 17 Others as Required * Refer to the Schedule Shell for a list of all code values. 3. Values for each code are described below: All cost loaded activities 3 As required a. Package shall be the same as the Activity ID code. b. Work Type shall be what type of work the activity is: construction, procurement, submittals, etc. (Note: All submittals, procurement, fabrication, delivery, Owner activities, design, subcontracts, and permits shall be assigned to those codes even though they will also apply to construction, commissioning, right-of-way and utility relocations.) DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

99 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 c. Segment shall be the same as the Activity ID code. d. CSI Division shall be the same as the Activity ID code. e. All activities shall be coded as Phase 2, unless approved by the Owner. f. SCC Code refer to U.S. Department of Transportation Federal Transit Administration Standard Cost Categories for Capital Projects for listing of SCC codes. g. Responsibility the specific name of the party responsible (once known) for the activity and work package they are working on Contractor, Contractor s Subcontractor, Airports Authority, MWAA, Utility Companies, etc. For example: 1) If subcontractor or other entity is working on more than one work package that should be identified in Responsibility code. a) Contractor A: Site Work. b) Contractor A: Utilities. h. Location Station, Track, Utility, or Roadway. i. Sub-location Station building/platform, pavilion, pedestrian bridge, at-grade track, elevated track, TBS, TPSS, SWM, etc. j. CSI Sub-Division a detailed breakdown of the CSI code. k. Discipline shall be same as Activity ID code. l. Change Management Change Order number once approved, or RFC number before approved. m. AHJ Design Review to be developed during scheduling workshops. n. Jurisdiction Permitting Governmental Authority(s) for Preliminary Design and Final Design. o. Milestones Selected Project & Owner milestones should be coded as part of Level 1 or Level 2, and developed during Baseline Schedule Workshop. p. CBS: Detailed breakdown of cost breakdown structure. q. Any other codes that the Owner, the Contractor, or any other party on the project feels would be a useful way to breakdown the schedule. r. Example of the Activity Code Structure is as follows: Activity Name N07: Install Track N09: Commission Elevator Package W o r k T y p e Segment P h a s e SSC Code Res A C 0 7 O Sub 1 A X 0 9 S Sub 2 L o c a t i o n CSI Division Sub- Location T A G T Discipline C S S B P C Change Mgmt DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

100 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 D. Resource Loading 1. Activities representing quantifiable work or materials shall be resource-loaded to depict the Contractor s planned utilization of labor. 2. Each resource-loaded activity shall have an estimate of the total number of planned person hours per day, and total expected hours to be used during the execution of the activity without segregating by trade. If an activity does not require labor resources, then the activity shall be identified as using zero workers per day. Actual labor resources expended on an activity shall be recorded and reported in Contractor s daily reports. a. Failure to incorporate resource loading and establish planned productivity and/or production rates (defined as the planned quantity of work to be executed in a given time), which shall be considered established once schedule activities are revised to match work represented in final drawing packages, may result in the Contractor s waiver of any right to compensation and time extension for loss of productivity and may result in the rejection of any schedule. Submission of any such claim may be rejected for failure to establish baseline productivity by which any claimed loss would be measured. b. Following table shows examples of unique activities and the type of units to be used as a measure: Activity Caissons/Piles Caisson Caps/Pile Caps Columns Pier Caps Terminations Retaining Walls Track Work Electrical Cable Conduit Station Electrical/Mechanical Equipment Unit Each Each Each Each Each Linear Feet Linear Feet Linear Feet Linear Feet To be developed Each c. Specialized/heavy equipment, such as large cranes, hoisting trusses, etc. shall be included as part of the resource loading requirement. E. Cost Loading and Cost Breakdown Structure 1. Activities that include a measurable quantity shall be cost-loaded as part of the Cost Breakdown Structure so that the Contract Price is properly distributed among each of the cost-loaded activities in accordance with the WBS. 2. Cost shall be loaded for design, procurement, construction, startup and testing, commissioning, operation and maintenance manuals, punchlist activities, project record documents, and demonstration and training (if applicable). DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

101 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 3. Prime Contractor Bonds and insurance shall be indicated as separate cost loaded schedule activities. 4. Disperse profit and overhead to each activity over the duration of Project. 5. Total of all cost loaded activities shall be equal to value of Contract. 6. Costs shall be allocated to design activities by design package. Design packages shall be categorized by Segment/Location, grouping of relevant work and by the review and approval of the Owner and/or Authority Having Jurisdiction. 7. Not every construction activity needs to be cost and resource loaded. Costs for items shall be treated as lump sums, and costs shall be assigned to quantifiable units of work, and progressed as a percentage of the planned quantity or component of the Work. For example, piers, caissons/piles, columns, and caps shall be the lowest level of cost loaded detail. The Contractor and the Owner shall work together to determine the groupings of work and allocate the costs during the Baseline Schedule Workshops. 8. Submittals and Submittal Reviews shall not be cost loaded, but Submittal Acceptance activities shall be cost loaded. 9. Temporary facilities and other major cost items that are not direct cost of actual work-inplace may be shown as separate line items in schedules. 10. Activities shall be cost loaded using resource assignments with accurate quantities. Non-Labor shall be used as the resource type for resources used in cost loading. 11. Front end loading is not permitted and any costs deemed unreasonably high shall be rejected by the Owner. 12. In accordance with Primavera, Contractor shall establish Financial Periods consistent with the Monthly Schedule Update cycle. A financial period shall begin on the first day of each month and end on the last day of each month. 13. The schedule Cost Breakdown Structure (CBS) shall be the basis for assessing and determining Contractor s progress payments. A template structure is provided as requirement for the Contractor to follow and ensure its Project Schedules are all in accordance with the template WBS and the CBS. 14. Punchlist activities shall be cost-loaded and shall be used for touch up work and small amounts of remaining work that would cause an activity to remain open for an extraordinary amount of time. F. Use of Float 1. Float shall be monitored and accounted for. The Float in any schedule shall not be considered for the exclusive use of either the Owner or Contractor; rather it is for the benefit of the Project. As such, Float is considered an expiring resource available to both parties on a nondiscriminatory basis, so long as the parties act in good faith and work in the best interests of completing the Project on time. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

102 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV CONTRACTOR AND OWNER RESPONSIBILITIES A. Contractor's Responsibilities 1. Contractor shall have the responsibility to develop and update the schedules according to all requirements described herein. All schedules shall accurately represent to the Owner the Contractor s plan for execution of Work. Contractor shall use the most current Project Schedule to execute the Work in compliance with Contract Documents. The Work shall be properly cost and resource loaded according to the requirements described in this Section.. 2. In developing and updating the Project Schedules, Contractor represents that it shall require its Subcontractors to actively participate in such development and updating processes. The Contractor shall represent that all schedules are consistent with Contractor-approved Subcontractor schedules with sufficient agreed details. Contractor is also required to provide its Subcontractors schedules and updates in native format upon request by Owner. 3. Costs incurred by the Contractor in complying with the requirements of this Section or other scheduling obligations contained in the Contract Documents, including but not limited to Contractor s Chief Planner, preparation of all Project Schedules, creation of Recovery Schedules, and the preparation of Time Impact Analysis shall be included in the Contract Price, and shall not be the subject of requests to the Owner for contractual relief, as stated in Article 19 of the Contract. B. Owner s Responsibilities 1. All Project Schedules shall be submitted to the Owner for review and approval, consistent with the specific requirements set forth herein. The Owner shall have the right to disapprove any schedule if the schedule fails to comply with the requirements herein, provided, that such disapproval is based on a reasonable determination by the Owner that such schedule contains deviations from the specifications. Owner shall have the right to waive what it considers to be, in its sole discretion, minor defects in a schedule. Owner recognizes its responsibility to act in a reasonable manner with respect to approvals, and agrees that approvals shall not be unreasonably withheld (i.e. for matters that do not impact the effective functioning of the schedule.) 2. Any approval by Owner of the schedules submitted by the Contractor to Owner shall mean that in the opinion of the Owner, Contractor has complied with the requirements of this Section. No such review shall release or relieve the Contractor from full responsibility for the accurate and complete performance of the Work, including the accuracy and completeness of the schedules, or any other duty, obligation or liability imposed on it by the Contract including, the responsibility for completing the Work within the time set forth in the Contract. The review or approval will not constitute a representation by Owner that the Contractor will be able to proceed or complete the Work in accordance with the dates contained in submitted schedule. 3. The review and/or approval by the Owner of any schedule shall not be construed as the Owner s agreement that the durations, logic or sequencing associated with such schedule are feasible, appropriate or will enable the Contractor to achieve any given result. For DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

103 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 purposes of the above, it is agreed that the Owner s process of approving, a schedule or element thereof is made with the Owner s reasonable belief that Contractor has fulfilled its duty to prepare a schedule that conforms to the requirements of the Contract Documents and complies with the general industry scheduling practices as a planning/management tool for the day-to-day direction of Project resources. 1.7 SCHEDULE MEETINGS A. A record of all meetings shall be made by the Contractor stating the place and time of the meeting, the names and identification of those present, and a description of the topics discussed and the agreements reached. Meeting minutes, subject to the Owner s review and approval, shall be prepared immediately after the meeting and issued within three days, with distribution to the Owner and all attendees. B. Pre-scheduling Conference: Contractor shall meet with the Owner within five days after Notice to Proceed to conduct a joint review of the schedule requirements including, but not limited to, the following: 1. Review software limitations and content and format for reports. 2. Verify availability of qualified personnel needed to develop and update schedule. 3. Discuss physical constraints to the project, including phasing, work stages, area separations, and interim milestones. 4. Review delivery dates for Owner-furnished products. 5. Review of subcontractors procurement cycles and their work plans. 6. Review schedule for work of the Owner's separate contracts. 7. Review submittal requirements and procedures. 8. Review time required for review of submittals and re-submittals. 9. Review requirements for tests and inspections by independent testing and inspecting Governmental Authority(s). 10. Review time required for Project closeout and Owner startup procedures, including commissioning activities. 11. Review and finalize list of construction activities to be included in schedule. 12. Review procedures for resource-loading and cost-loading the Baseline Schedule. 13. Review procedures for updating the Proposal and Baseline Schedule, including updates to both construction activities and cost values. C. Pre-Construction Meetings 1. The Contractor shall conduct pre-construction meetings with the Owner at the Site prior to the start of construction activities that require special coordination, for those activities that are deemed to require a separate meeting because of the technical nature of the installation, or to introduce new activities, revised sequences that will be incorporated into any Project Schedule. As possible, the pre-construction meetings shall be scheduled at least 48 hours prior to the planned start of the activity to allow for any revisions to the planned activities to be implemented as may result from the meeting. The Contractor shall certify that Subcontractors (including but not limited to manufacturers/fabricators) DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

104 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 involved in or affected by the forecasted activity sequence have agreed to the forecasted/proposed activity sequence(s). 2. The Contractor shall inform the Owner in advance of the date, time, location, and topics for review and discussion at each pre-construction meeting. The Contractor shall ensure that other attendees are properly notified. 3. Topics that may require pre-construction meetings include, but are not limited to the following: a. Precast Concrete Installation. b. Precast segmental units casting, hauling, erecting. c. Foundations, piling, drilling, sheeting, retaining walls, etc. d. Finish architectural and protection systems including painting, waterproofing, roofing, tiling, etc. activities. e. Systems Equipment installation and integration. f. Items that require connection to existing Owner, WMATA, Fairfax County, Loudoun County, TRIP II and VDOT equipment or systems. g. Other pre-installation meetings as may be called by Contractor or Owner. h. Anticipated changes to activities and activity sequences. 4. Should a Pre-Construction Meeting disclose significant issues, the Contractor shall initiate whatever actions are necessary to resolve impediments to perform the Work and schedule a follow-up meeting with the Owner at the earliest date. D. Joint Monthly Schedule Update Review Meetings 1. Joint Monthly Schedule Update Review Meetings will be held between the Owner and Contractor consistent with the Contractor s submission of a Monthly Schedule Update. Contractor is responsible for gathering all supporting documentation, presenting the update data for the applicable Monthly Schedule Update and recording the meeting minutes. The primary purpose of these meetings shall be to review the Monthly Schedule Update, the monthly Draw Request, and construction progress, including but not limited to: a. Actual start and finish dates of work accomplished, or actual start date and physical percent complete. Identify activities started and completed during the previous period and enter the Actual Start and Actual Finish dates. It shall be understood that Actual Start is defined as the date that work begins on an activity with the intent to pursue the work represented by the activity to its substantial completion, and Actual Finish is defined as the date that the activity's work is complete. b. The amount of the Work remaining for the next period as incorporated in the schedule. Indicate activity progress and/or revise remaining duration (in workdays) to update each activity started, but not completed (remaining duration.) The remaining duration of an activity shall over-ride the calculated percent complete of an activity s duration when preparing the Monthly Schedule Update. c. Changes in the critical path(s) of the schedule. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

105 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 d. Modifications that affect durations, sequencing or logic of activities for which the Owner, Governmental Authority(s) or other third parties are responsible. e. The assessment of any delays to Longest Path(s). f. Determination of delays, and, as applicable, adjustment of Force Majeure Reserve. g. All other schedule changes as reflected in the accompanying narrative will be reviewed for relevance and effect on remaining Work. h. Resource constraints, if any and proposed work-around sequences. i. Review proposed schedule changes, future Work and potential problems or impact. j. Review the Draw Request to determine the accuracy of, in accordance with the Project Schedule, all progress achieved, the satisfaction all requirements relating to invoicing for Stored Materials, Time and Material (T&M) Change Orders, and whether it is otherwise complete and accurate. 1.8 PROPOSAL AND BASELINE SCHEDULES A. Proposal Schedule: The Proposal Schedule was determined to be acceptable by Owner prior to awarding the Contract to Contractor. If necessary, it was discussed, clarified, adjusted and approved prior to NTP. It represents the Contractor s detailed plan for Work from NTP until the approval of the Baseline Schedule, and is the basis for Monthly Schedule Updates and monthly Draw Requests until the approval of the Baseline Schedule. B. Baseline Schedule: The Baseline Schedule shall be Contractor s detailed plan for Work from NTP to Scheduled Substantial Completion Date and Final Acceptance as established in Contract and shall be the basis for Monthly Schedule Updates upon its approval. Requirements described in this subsection shall apply to the all Baseline Schedule submissions. 1. Within 120 days after the NTP, Contractor shall submit a draft Baseline Schedule to Owner for review and comment. 2. Within 150 days after the NTP the Contractor shall submit its draft final Baseline Schedule to the Owner for review and comment. No later than 180 days after the NTP, the Baseline Schedule shall be approved by Owner for use on the Project provided all requirements are satisfactorily fulfilled. 3. Both draft and final Baseline Schedules submitted by Contractor and approved by Owner shall contain no progress for any activities, and shall have a Data Date of NTP. 4. Baseline Schedule shall include the activities and sequences as depicted in Proposal Schedule without progress for the first 180 calendar days from NTP. 5. Baseline Schedule shall include a detailed plan to perform the Work at Level 8 of the Work Breakdown Structure for all activities through 360 days from NTP. 6. Contractor shall prepare a 10-year average of weather statistics as described in Contract Documents and submit to Owner for approval, with the draft Baseline Schedule, the DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

106 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 number of weather days anticipated during each month through Scheduled Substantial Completion Date. The Contractor shall then build those averages into its schedule and shall no longer be entitled to any additional weather day extensions except as determined severe weather and as described in Section (Unusually Severe Weather Conditions) of the Contract. 7. Summary Level activities, with Owner approval, shall be permitted, and shall be detailed according to the Levels 4 to 6 of Work Breakdown Structure. 8. Baseline Schedule Workshop a. Contractor shall submit its draft Baseline Schedule within 120 days after the NTP for Owner s review and comments. b. Contractor shall conduct a Baseline Schedule workshop to be held after 14 calendar days of the submittal of the draft Baseline Schedule. c. Within 150 days from NTP, the Contractor shall submit its draft final Baseline Schedule for Owner s review and comments. d. Workshop shall involve scheduling personnel from Contractor and Owner with the objective of working together to establish procedures for the development of the Baseline Schedule, and to ensure that the Owner requirements are satisfied. e. Contractor shall present the draft Baseline Schedule including a description of intended methodology and assumptions used to accomplish the Work. Presentation shall include: 1) Contract scope. 2) Submittals with Owner s review. 3) Activity durations. 4) Logic. 5) Activity coding. 6) Weather assumptions. 7) Cost loading and Resource loading. 8) Performance and Progress measurement. 9) Consequence of potential risks including: a) Long lead times (procurement/deliveries). b) Labor and materials shortages. c) Accidents. d) Environmental factors. e) Contractor s plan to mitigate any potential risks should they occur. f. Include a review of the Contractor s Project Execution Plan. Plan shall consist of an outline of the operating parameters that will govern the Contractor's overall management of the Project. g. Workshops shall be conducted every 14 calendar days, until the Baseline Schedule is accepted and approved by Owner. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

107 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 B. The final Baseline Schedule submission shall be comprised of the following: 1. The approved final Baseline Schedule shall be version One electronic copy (on CD-ROM) of entire Network Plan. Electronic copy shall be in Primavera compressed format (.XER.) Electronic filename shall have a unique identifier and shall include a sequential number for each monthly update. PDF prints and reports shall be generated from the same version of Baseline Schedule that is provided in electronic form. 3. One full-color (PDF) time-scaled network print organized by WBS. Print sizes shall be 11 inches by 17 inches standard sized sheets. Provide following information on the print: a. Activity ID. b. Activity Description. c. Original Duration. d. Remaining Duration. e. Duration Percent Complete. f. Early Start. g. Early Finish. h. Late Start. i. Late Finish. j. Total Float. k. Activities Gantt Chart. 4. The Baseline Schedule narrative shall address the following: a. Description of the Contractor s plan to perform the work through the entire contract performance period. b. Description of primary, secondary and tertiary Critical Paths. c. Explanation of calendars used, including days of the week, holidays, etc. Discuss calendar assignment to activities. d. Description of major pieces of equipment that will be used on the site. e. Discuss procurement of long lead items. f. A discussion of monthly cash flow, planned costs, and cumulative expenditures. g. A general description of the means and methods proposed for the execution of the Work including, but not limited to: 1) Discussion of operating areas and the proposed sequences. 2) Description of the planned crews sizes, equipment used, etc. 3) Number of shifts to perform the Work. 4) Significant activities that may inhibit the Work. 5) A listing of all milestones. 5. Contractor shall represent that the final Baseline Schedule is an accurate representation of Contractor s plan for performing the entire Work and that Contractor intends to use such schedule to execute the Work in compliance with the Contract Documents. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

108 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 6. Punch list work shall be completed on or prior to Scheduled Substantial Completion Date. 1.9 MONTHLY SCHEDULE UPDATES A. General Requirements: 1. Contractor shall meet with Owner each month at Joint Monthly Schedule Update Meeting. 2. Contractor shall make two separate Monthly Schedule Update submittals simultaneously each month. a. A Monthly Schedule Update submission each month shall include only progress achieved after the last approved Monthly Schedule Update without any modifications. This schedule shall be known as a Progress Only (PO) Monthly Schedule Update. b. A Second Monthly Schedule submission each month shall incorporate the Contractor s Adjustments (i.e. logic, durations, and calendar) made to the schedule including progress update information. This submission shall follow the scheduling principles described in this Section, and shall be known as the Contractor s Adjusted (CA) Monthly Schedule Update. c. Each version of the Monthly Schedule Update submitted by the Contractor shall require approval by Owner. 3. The Proposal Schedule shall be updated on a monthly basis until the approval of the Baseline Schedule, and shall include progress through the last working day of each month within the update period. The Baseline Schedule shall be updated on a monthly basis until Final Acceptance is accomplished and shall include progress through the last working day of each month within the update period. a. Data Date of each Project Schedule shall be the first calendar day of each month and represent work performed through last working day of preceding month. b. For each update of the Proposal and Baseline Schedules, the Version number shall increase by 1, and the previous schedule shall be archived to permit an audit trail. c. Designations for the progress only (PO) and the contractor adjusted (CA) submission shall clearly define the submission.. B. Monthly Schedule Updates: The Monthly Schedule Update is updated based on remaining duration and shall be reviewed and approved by the Owner. 1. The Monthly Schedule Update cycle shall be as follows: a. Each Monthly Schedule Update (the PO and CA) shall contain activity progress measured through the last work day of the month, and shall be submitted to the Owner for its review, no later than the 3rd work day of the following month. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

109 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 b. The Owner will review the Monthly Schedule Updates and provide comments at the Joint Monthly Schedule Update Meeting to be held five working days after submission of the Monthly Schedule Updates. c. Contractor and Owner shall discuss the results of the Owner s review and reach agreement on any items that, according to the Owner, are not in compliance with the schedule specifications. d. Contractor and Owner shall work together to resolve such items, if any, and the Contractor shall submit a final Monthly Schedule Update(s) within three work days of the Joint Monthly Schedule Update Meeting. 2. Monthly Schedule Update submissions shall be comprised of the following: a. One electronic copy (on CD-ROM) of entire Network Plan. Electronic copy shall be in Primavera compressed format (.XER). Electronic filename shall have a unique identifier and shall include a sequential number for each monthly update. PDF prints and reports shall be generated from same version of the Monthly Schedule Update that is provided in electronic form. b. One full-color (PDF) time-scaled network print organized by WBS. Print sizes shall be 11 inches by 17 inches standard sized sheets. Provide following information on print in a format to be agreed upon by the Contractor and the Owner: 1) Activity ID. 2) Activity Description. 3) Original Duration. 4) Remaining Duration. 5) Duration Percent Complete. 6) Early Start. 7) Early Finish. 8) Late Start. 9) Late Finish. 10) Total Float. 11) Budgeted Total Cost, Cost to Date, and Cost this Period. c. The Monthly Schedule Update narrative shall address the following: 1) Description of the Work completed by the Contractor in the past performance period and Contractor s plan to perform the work through the entire next performance period, including shift work. 2) Description of primary, secondary, and tertiary Critical Paths. 3) Description of problem areas and anticipated problem areas. And an explanation of corrective actions taken or planned to be taken. 4) Current and anticipated delays including cause of delay, corrective actions taken, and impact of delay on other activities, milestones, and completion dates. 5) Pending items (Change Orders, TIAs) and status thereof. 6) A description of any changes made to the schedule and reasons. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

110 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 7) Planned cost curves showing the early and late cost curves for the entire project. 8) A discussion of earned costs incurred, monthly cash flow, planned costs, cumulative expenditures, and variances to planned values for both the base scope and any changes added. 3. Rolling Schedules: a. The purpose of the Rolling Schedules is to provide Contractor and Owner with a predetermined date to add activities based on the release of design packages, replace summary activities with detailed activities, and adjust existing activity sequences. Costs assigned to Summary Level activities shall be broken down into the detail activities and the required Cost Breakdown Structure and reviewed and approved by Owner. b. Rolling Schedules shall include as-built data, forecasted activity sequences, activity durations, through the Scheduled Substantial Completion Date and Final Acceptance, demonstrating the entire scope of Work. c. Rolling Schedules shall be considered a Monthly Schedule Update and shall be consistent with the Monthly Schedule Update requirements. d. Rolling Schedules shall include detailed activities for the next 180 day period with Summary Level activities permitted beyond the 180 day period for the work beyond this period through Scheduled Substantial Completion Date. e. The first Rolling Schedule shall be submitted 120 days after approval of the Baseline Schedule, and then every 180 days thereafter until the design is completed and all activities for the remaining Work through Scheduled Substantial Completion Date have been fully detailed. f. In months coinciding with a Rolling Schedule submission, PO Monthly Schedule Update shall be based on the last approved Monthly Schedule Update. g. Submission of Rolling Schedules shall not replace the requirement for Contractor to prepare a Time Impact Analysis indicating delay to Scheduled Substantial Completion Date. h. Commissioning and Integration Testing Schedule: 1. Testing and Commissioning is expected to be carried as a summary activity in the Baseline Schedule and thereon until a draft Commissioning and Integration Testing Schedule shall be submitted not later than 360 days before the Scheduled Substantial Completion Date. 2. A final Commissioning and Integration Testing Schedule shall be submitted not later than 300 days before the Scheduled Substantial Completion Date and upon approval shall be incorporated as a into the Project Schedule with a Monthly Schedule Update. 3. The Commissioning and Integration Testing Schedule shall display scheduled Work so that each activity is shown with duration of no more than 15 days. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

111 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV REVIEW AND APPROVAL OF SCHEDULES A. Approval by Owner of the schedules submitted by the Contractor to Owner shall mean that in the opinion of the Owner, Contractor has basically complied with the requirements of this Section. No such approval shall release or relieve the Contractor from full responsibility for the accurate and complete performance of the Work, including the accuracy and completeness of the schedules, or any other duty, obligation or liability imposed on it by the Contract including, the responsibility for completing the Work within the time set forth in the Contract. The review will not constitute a representation by Owner that the Contractor will be able to proceed or complete the Work in accordance with the dates contained in submitted schedule. B. Monthly Schedule Updates: 1. The Proposal Schedule will be the basis for the first Monthly Schedule Update submitted by Contractor. Each monthly update after the first will be based on the previous month s Monthly Schedule Update. 2. Any Monthly Schedule Update determined as Not Approved by Owner shall be revised by Contractor and resubmitted before the next Monthly Schedule Update submission. Any Not Approved schedule cannot be used by Contractor as a basis for a Time Impact Analysis until Owner s comments have been incorporated or omission of Owner s comments is permitted by Owner. 3. If Contractor fails to submit any Project Schedule in a timely manner or provides any Progress Schedule that is rejected by Owner, the Owner may withhold a portion of the progress payment up to 5 percent of the applicable Draw Request, which withholding shall be in addition to the Retainage for such Draw Request, until the Contractor remedies all deficiencies Progress Delay/Contractor Slippage: A. Recovery Schedule: Should any of the following conditions exist, Owner may require the Contractor to prepare, at no extra cost to Owner, a plan of action and a Recovery Schedule as to how the Contractor plans to reorganize its work and resources to complete the Work by the Scheduled Substantial Completion Date and recover any lost time and/or delays that have been determined by the Owner to be caused by the Contractor: 1. Contractor s monthly progress report indicates delays that are, as determined by Owner, of sufficient magnitude that the Contractor s ability to complete the Work by the Scheduled Substantial Completion Date is brought into question. 2. CPM schedule shows the Contractor to be 30 or more days behind the Scheduled Substantial Completion Date at any time during term of the Contract up to 30 days prior to Scheduled Substantial Completion Date. 3. Contractor s performance and resource utilization are not as planned resulting in unnecessary consumption of the float. 4. Contractor desires to make changes in the logic (sequencing of Work) or the planned duration of future activities in the schedule to recover lost time. B. Contractor shall submit a Recovery Schedule according to the requirements described in this Section. A Recovery Schedule, when required, shall be submitted to Owner for review and approval within 21 calendar days of Contractor receiving Owner s written request. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

112 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 C. The Recovery Schedule submission shall be comprised of the following: 1. One electronic copy (on CD-ROM) of current approved Monthly Schedule update. Electronic copy shall be in Primavera compressed format.xer electronic filename shall have unique identifier and shall include a sequential number for each Schedule Revision. 2. Changes included in Recovery Schedule shall be documented. Contractor shall submit to Owner an audit trail report that has been prepared using schedule comparison software (i.e. Claim Digger, Project Investigator, or other software approved by Owner.) 3. Recovery Schedule submission shall be accompanied by the following: a. Detailed narrative describing (with an explanation for the reason of) any revised sequences, durations, and resources. b. Anticipated effect of revision on the current Project Schedule and Scheduled Substantial Completion Date, including describing change in affected activities Total Float value. D. Contractor shall furnish sufficient labor, resources and equipment to ensure the prosecution of the Work meets the current Scheduled Substantial Completion Date. If in the opinion of Owner, Contractor falls behind in the prosecution of the Work as indicated in the current Schedule, Contractor shall take such steps as may be necessary to improve its progress. Owner may require Contractor to increase the number of shifts, days of work, and/or the amount of plant and equipment, all without additional cost to Owner. E. If Contractor fails or refuses to implement such measures to bring the Work back to conformity within the Scheduled Substantial Completion Date, Owner shall have the right to declare such failure or refusal a Contractor Event of Default under the Contract REVISED BASELINE SCHEDULE A. Either Owner or Contractor may request a Revised Baseline Schedule. The Monthly Schedule Update to reflect actual progress shall not be considered as a Revised Baseline Schedule. B. Revised Baseline Schedule is considered necessary under the following conditions: 1. Changes in Contractor s operations that adversely impact the Scheduled Substantial Completion Date by more than 15 calendar days. 2. Differences between activity sequences and work represented on latest Monthly Schedule Update adversely impacting the Scheduled Substantial Completion Date by more than 15 days. 3. Additions, deletions, or revisions to activities required by Contract modification. C. Owner determines there is reasonable doubt that milestones or the Scheduled Substantial Completion Date will be met. A Schedule Revision shall demonstrate how Contractor intends to reschedule remaining work by the Scheduled Substantial Completion Date. There shall not be additional cost to Owner, through re-sequencing and reallocating its forces to complete Work by Scheduled Substantial Completion Date. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

113 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 D. Revised Baseline Schedule, when required, shall be submitted to Owner for review and approval within 21 days of Contractor receiving Owner s written request. E. Revised Baseline Schedule shall conform to all requirements described in this Section. F. Revised Baseline Schedule submission shall be comprised of the following: 1. One electronic copy (on CD-ROM) of entire Schedule from the currently approved update through Scheduled Substantial Completion Date. Electronic copy shall be in Primavera compressed format.xer electronic filename shall have unique identifier and shall include a sequential number for each Schedule Revision. 2. Changes included in Schedule Revision shall be documented. Contractor shall submit to Owner an audit trail report that has been prepared using schedule comparison software (i.e. Claim Digger, Project Investigator, or other software approved by the Owner.) 3. Schedule Revisions shall be accompanied by a. Detailed narrative explaining reason for revision. b. Anticipated effect of the Revised Baseline Schedule on the Scheduled Substantial Completion Date, including describing change in affected activities Total Float value. c. Appropriate Fragnet demonstrating the necessary changes MODIFICATIONS TIME IMPACT ANALYSIS A. Proposed modifications, including potential delays that are anticipated or experienced shall be submitted to Owner. Contractor has a duty to mitigate delays through modified sequences to minimize cost and time impact caused by the change or potential delay. B. The Contractor shall prepare a Time Impact Analysis for each modification, potential delay, delay event, or Contractor request that may affect the Scheduled Substantial Completion Date. The Time Impact Analysis shall be developed and submitted in accordance with Contract Documents or as requested by Owner and shall conform to all scheduling principles described in this Section. Preparation of Time Impact Analyses is considered part of construction process and shall be performed at no additional cost to Owner. C. Time Impact Analysis methodology shall follow the guidelines contained in the Association for the Advancement of Cost Engineering International (AACE) Time Impact Analysis as Applied in Construction. Only delays caused by Owner will be considered for a time extension. D. Failure by Contractor to timely submit a Time Impact Analysis is described in Contract Documents. E. Approval or rejection of each Time Impact Analysis by Owner shall be made within ten work days after receipt of each Time Impact Analysis, unless subsequent negotiations are required, or multiple TIAs are submitted at one time. Upon Approval, a copy of Time Impact Analysis signed by Owner shall be returned to Contractor and incorporated into Schedule at next Monthly Schedule Update which will then become the current approved Schedule. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

114 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 F. Submit Time Impact Analysis as follows: 1. Within ten work days after receipt of written change modification. 2. Within ten work days after receipt of written notice by Owner. 3. Within ten work days from beginning of delay caused by unforeseeable circumstances. G. Time Impact Analysis shall meet requirements for submittal of Schedule Revision including a Fragnet, with sufficient supporting documentation to enable Owner to make a determination of Contractor s request for a time extension. H. Upon execution of a Change Order adjusting the Schedule Substantial Completion Date, the agreed upon event and impact shall be included in the next Monthly Schedule Update if the parties agree to the extent of the impact. Changes in the schedule should be clearly identifiable by specific Activity IDs and activity coding and Work Breakdown Structure for changes as agreed upon with Owner. Inclusion of changed conditions shall conform to all scheduling principles noted in this Section. Changes included as an adjustment to the existing schedule activity durations are not allowed. I. Once the Time Impact Analysis has been approved, the activities and costs associated with that Time Impact Analysis should be added to the next Monthly Schedule Update or Rolling Schedule. J. If the parties are unable to reach an agreement about how to forward-look the effect of the impact on the Monthly Schedule Update s Critical Path(s), Owner may allow the Contractor to include a Fragnet into the schedule on a preliminary basis following agreement of the proposed Fragnet activities. The duration of the Fragnet activities and/or the impact to the Scheduled Substantial Completion Date will be adjusted through the monthly update process as the actual duration of the delay becomes known AS-BUILT SCHEDULE A. Within 30 work days after Owner s Final Acceptance, Contractor shall submit an As-Built Schedule documenting actual start and actual finish dates for all activities and logic ties amongst all activities to show actual sequence in which Work was performed. B. Owner may withhold any payment, or portion of payment (final or other payment, even though such payment has already been certified as due) as it deems necessary or desirable for noncompliance with provisions of this Section BASIS OF PAYMENT A. The approved Project Schedules shall be the basis for determining project earnings during each update period and therefore the amount of each progress payment. Lack of an approved Baseline Schedule or Monthly Schedule Update will result in an inability of Owner to evaluate contract earned value for the purposes of payment. Failure of the Contractor to provide all information, as specified in this Section, will result in the disapproval of the Monthly Schedule Updates. B. Cost Percent complete for activities shall be based on proportion of the overall quantity of the physical work complete for each item. Contractor and Owner to agree on proportional values DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

115 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV 4 for easily discernible stages of completion in concrete activities (piles, piers, retaining walls etc.), in other activities where partial completion does not equal some quantity of the final product for the activity, or where activity costs are not evenly distributed. C. Contractor shall submit a Cost Breakdown Structure in accordance with the furnished template OTHER SCHEDULES The Contractor may use other schedules in other formats to manage its work on a day-to-day basis. The Owner shall be provided with the rolling 3-week look-ahead schedule, and may reasonably request other such schedules. These schedules are for the ease of communication at the production level and do not represent or replace the Project Schedules as specified in this Section PAYMENT PROCEDURES A. Draw Requests 1. Contractor shall submit to the Owner on or before the 30th of each month a Draw Request. It may be mutually beneficial for Contractor and Owner to meet prior to the submittal of the Draw Request to expedite processing of the Draw Request. 2. Each Draw Request shall be consistent in Work scope, procedure and payment amounts as the preceding Draw Requests and payments certified and paid for by Owner. 3. To be acceptable to Owner, each Draw Request shall be in the proper format and shall be accompanied or preceded by the following: a. Contractor's Monthly Schedule Update. b. Updated Cost Breakdown Structure. c. Updated List of Acquired Materials, including storage locations. d. Updated Submittal schedule. e. Updated status schedule of Permits and Restrictions. f. Include amounts for work completed following previous Draw Request, whether or not payment has been received. Include only amounts for work completed at the time of Draw Request. g. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by Draw Request. h. Indicate separate amounts for work being carried out under Owner-requested project acceleration. B. The closing date for each Draw Request shall be consistent with the update period indicated for the Monthly Schedule Update submissions. DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

116 DULLES CORRIDOR METRORAIL PROJECT PHASE 2 APRIL 1, 2013 PACKAGE A REV DOCUMENT CONTROL MANAGEMENT SYSTEM A. Document and Configuration Control: Within 60 days after NTP, Contractor shall furnish, install and commission an approved, integrated Electronic Document Control Management System (DCMS) in both the Airports Authority and Contractor project offices (see figure below) for processing and storing all project related documents generated for the design procurement, construction, startup and final acceptance of the Work. Administered by Contractor Administered by Owner Public library contains all versions of technical documents used by each functional area to conduct their work. Examples of such documents would be drawings, specifications, calculations and reports. A comprehensive list of items to be maintained in the project library will be developed and agreed upon by the Airports Authority, Project Stakeholders, and Contractor. Contractor will provide and maintain all hardware, software, license fees, and maintenance fees for both DCMS through Final Acceptance of the Work. In maintaining the system, Contractor will provide and install any and all changes to core system configuration that may be made after Contractor completes the initial commissioning of the DCMS at Airports Authority project office. DCMS will be owned and licensed to the Airports Authority upon its commissioning. The DCMS shall be structured to link all stakeholders including Owner Agencies, Program Manager and Contractor for the duration of the Project through Final Acceptance. The setup shall include all processes, procedures and training for cataloging, distributing and maintaining project documentation and records for all stakeholders and project members. Proprietary systems unique to Contractor are not acceptable. The Owner shall through transfer assume pay of all fees for maintenance of the DCMS upon Final Acceptance of the Work. Contractor s comprehensive and integrated Electronic DCMS shall include the following: DESIGN AND CONSTRUCTION SCHEDULE, PROGRESS PAYMENT, AND DOCUMENT CONTROL MANAGEMENT SYSTEM

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

Dulles Corridor Metrorail Project

Dulles Corridor Metrorail Project Dulles Corridor Metrorail Project PHASE 2 MONTHLY COST AND SCHEDULE UPDATE AS OF DECEMBER 31, 2015 FEBRUARY 2016 Phase 2 Cost Summary December Expenditures $ 62.9 Million Total Expenditures $ 655.6 Million

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Dulles Corridor Metrorail Project. Project Labor Agreement. Executive Summary. 1.0 Background. 2.0 Project labor agreements (PLAs)

Dulles Corridor Metrorail Project. Project Labor Agreement. Executive Summary. 1.0 Background. 2.0 Project labor agreements (PLAs) Executive Summary In 2009, the Federal Government, through Executive Order 13502, reversed an earlier order and now recommends that all federally funded projects with a total installed cost greater than

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

State of North Carolina Department of Health and Human Services

State of North Carolina Department of Health and Human Services State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation

More information

Saint Luke s Episcopal Church 73 South Fullerton Avenue Montclair, NJ 07042

Saint Luke s Episcopal Church 73 South Fullerton Avenue Montclair, NJ 07042 Saint Luke s Episcopal Church 73 South Fullerton Avenue Montclair, NJ 07042 REQUEST FOR PROPOSALS (RFP) 2016-3.0 (Architectural Design & Construction) RFP OPENS: RFP CLOSES: Introduction St. Luke s is

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

Request for Information (Transit Maintenance and Operation Services Silver Line Extension)

Request for Information (Transit Maintenance and Operation Services Silver Line Extension) Request for Information (Transit Maintenance and Operation Services Silver Line Extension) Dear Service Providers: Introduction: The Washington Metropolitan Area Transportation Authority (WMATA) is gathering

More information

Dulles Corridor Metrorail Project

Dulles Corridor Metrorail Project Dulles Corridor Metrorail Project PHASE 2 MONTHLY COST AND SCHEDULE UPDATE AS OF APRIL 30, 2016 JUNE 2016 Phase 2 Cost Summary April Expenditures $ 17.5 Million Total Expenditures $ 739.6 Million Total

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility RFP Components CLIENT: TradePort International Corporation, Operators of John C. Munro

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

Dulles Corridor Metrorail Project

Dulles Corridor Metrorail Project Dulles Corridor Metrorail Project PHASE 2 MONTHLY COST AND SCHEDULE UPDATE AS OF DECEMBER 31, 2016 FEBRUARY 2017 Phase 2 Cost Summary December Expenditures $ 79.6 Million Total Expenditures $ 1.068 Billion

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge. RFQ No.

The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge. RFQ No. The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge RFQ No. 743-15-110315SC RFQ Deadline Date: November 25, 2015 1.1. OBJECTIVE AND OVERVIEW SECTION

More information

LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION

LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida 33802 AMENDMENT OF SOLICITATION 1. SOLICITATION No. 12-006 2. AMENDMENT No. 1 3. EFFECTIVE

More information

EXHIBIT 2-2-C SCHEDULES

EXHIBIT 2-2-C SCHEDULES EXHIBIT 2-2-C SCHEDULES PART 1 GENERAL 1.01 SUMMARY A. The Work specified in this section consists of furnishing transportation, labor, materials, equipment, and incidentals necessary for preparation,

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL SECTION 01310 COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 SCOPE: A. COST LOADED CONSTRUCTION SCHEDULE (Construction Schedule): The WORK under this Contract shall be planned, scheduled, executed,

More information

Updated Traffic Impact Analysis Regulations Administrative Guidelines

Updated Traffic Impact Analysis Regulations Administrative Guidelines Updated Traffic Impact Analysis Regulations Administrative Guidelines 24VAC30-155 January 2012 Land Development Section Transportation and Mobility Planning Division Virginia Department of Transportation

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

Capital Rail Constructors: Quarterly Update to MWAA Board of Directors

Capital Rail Constructors: Quarterly Update to MWAA Board of Directors Dulles Corridor Metrorail Project Phase 2, Package A Capital Rail Constructors: Quarterly Update to MWAA Board of Directors Keith Couch Capital Rail Constructors January 2018 Agenda 1. Safety 2. Schedule

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

Dulles Corridor Metrorail Project

Dulles Corridor Metrorail Project Dulles Corridor Metrorail Project MONTHLY COST AND SCHEDULE UPDATE PHASE 2 AS OF OCTOBER 31, 2015 DECEMBER 2015 Phase 2 Cost Summary October Expenditures $ 21.9 Million Total Expenditures $ 569.2 Million

More information

Newport News Public Schools

Newport News Public Schools PURCHASING DEPARTMENT Newport News Public Schools 757-591-4525/ FAX 757-591-4634 12465 WARWICK BOULEVARD NEWPORT NEWS, VIRGINIA 23606-3041 Addendum #2 TO: RE: ALL BIDDERS IFB #012-0-2016LC Carver ES HVAC

More information

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP)

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP) Fleetwood Community Pool Feasibility Study ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP) The chair of Parks and Recreation of the Fleetwood Borough in Berks County, Pennsylvania, is accepting proposals for

More information

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE REQUEST FOR DESIGN-BUILD PROPOSALS THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE Lump Sum Proposal ISSUED TUESDAY, JUNE 10, 2014 RESPONSES DUE WEDNESDAY, JULY 2, 2014 BY 4:00 PM EDT TABLE OF

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms FISCAL NOTE Rule Citation: Rule Topic: NCDOT Division: 19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms Revision of the Requirements

More information

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information. On-Call Consultant for Construction Claims Analysis Services.

Metropolitan Washington Airports Authority. Request for Qualifications Information. On-Call Consultant for Construction Claims Analysis Services. Request for Qualifications Information On-Call Consultant for Construction Claims Analysis Services For Dulles Corridor Metrorail Project Revised December 2, 2010 Revision Key: Additions Deletions METROPOLITAN

More information

UAF Combined Heat & Power Replacement (CPHR)

UAF Combined Heat & Power Replacement (CPHR) davis JV UAF Combined Heat & Power Replacement (CPHR) REQUEST FOR BIDS Limited 2015 Mechanical Scope PROPOSALS DUE: THURSDAY JULY 2 ND, 2015 2:00PM LOCAL ALASKA TIME Submit to: Haskell Corporation /Davis

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

Renewable Energy Power Purchasing

Renewable Energy Power Purchasing Attachment D City of Philadelphia Economic Opportunity Plan Renewable Energy Power Purchasing Introduction, Definitions and Diversity Practices A. Chapter 17-1600 of The Philadelphia Code requires the

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Delivery Method: Prequalification for Design-Bid-Build Contracts Issue Date: November 17, 2017 Project Name: SWaM 18-20 Pre-qualified Contractors Term Project Code: SWaM-18-20 Commodity/Service: Construction

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO

O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO. 072114-01 REQUEST FOR PROPOSALS Hawaiian Electric Company, Inc. ( Hawaiian Electric ) hereby requests a proposal for a firm lump- sum price proposal

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL June 1, 2009 I. BACKGROUND The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the New York State Superintendent of Insurance

More information

VDOT. Virginia Department of Transportation REQUEST FOR PROPOSALS A DESIGN-BUILD PROJECT. Route 29 Bridge over Little Rocky Run

VDOT. Virginia Department of Transportation REQUEST FOR PROPOSALS A DESIGN-BUILD PROJECT. Route 29 Bridge over Little Rocky Run VDOT REQUEST FOR PROPOSALS A DESIGN-BUILD PROJECT From: 0.2 MILE EAST OF PICKWICK ROAD To: UNION MILL ROAD State Project No.: 0029-029-128, PE-101, RW-201, C-501, B-608 Federal Project No.: BR-5401(896)

More information

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS DEPARTMENT OF TRANSPORTATION Transportation Commission and Office of Transportation Safety REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PAGE 1 Metropolitan Washington Airports Authority 1A. AMENDMENT OF SOLICITATION NO. 1B. DATED Procurement and Contracts Dept., MA-29 November 13,

More information

Dulles Corridor Metrorail Project

Dulles Corridor Metrorail Project Dulles Corridor Metrorail Project MONTHLY COST AND SCHEDULE UPDATE FOR PHASE 2 AS OF MARCH 31, 2015 MAY 2015 0 Phase 2 Cost Summary March Expenditures $ 21.8 Million Total Expenditures $ 422.6 Million

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

SECTION I: Corrections, Deletions, Revisions to RFP

SECTION I: Corrections, Deletions, Revisions to RFP For which Proposals are scheduled to be received no later than 10 a.m., Central Standard Time on Wednesday, June 21, 2017 (pursuant to the Request of Proposal (RFP): Temporary Staffing Services for 2018

More information

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

OSNI PONCA OFFICE REMODEL

OSNI PONCA OFFICE REMODEL OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ)

Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ) Page 1 of 2 Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ) Amendment No. 2 RFQ No. 4018000166 COMPANY NAME AND ADDRESS (To be completed by Bidder) Project Name Construction Management Services

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT DATED FEBRUARY 19, 2015 REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

AGENDA March 26, :30 P.M. City Council Chambers

AGENDA March 26, :30 P.M. City Council Chambers 03-26-12 Committee of the Whole Meeting http://www.darien.il.us/government/minutes/2012/council/120326/age... 1 of 1 1/19/2015 9:26 PM AGENDA March 26, 2012 6:30 P.M. City Council Chambers 1. CALL TO ORDER

More information

Educational Use Only S A M P L E S A M P L E

Educational Use Only S A M P L E S A M P L E CONSENSUSDOCS 240 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This document was developed through a collaborative effort of entities representing a wide cross-section of the construction

More information