+ All Categories
Home > Documents > NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck...

NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck...

Date post: 24-Aug-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
125
MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm [email protected] R34211 NOTICE -OF- ADDENDUM ADDENDUM #14 BID OPENING/DUE DATE: 12/15/2016 NOTE: THE ADDENDA CONTAINS A CD THAT WILL BE SENT OUT OVERNIGHT
Transcript
Page 1: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL

web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF-

ADDENDUM

ADDENDUM #14

BID OPENING/DUE DATE: 12/15/2016

NOTE: THE ADDENDA CONTAINS A CD THAT WILL

BE SENT OUT OVERNIGHT

Page 2: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 3: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R-34211 - CONTRACT TERMS AND CONDITIONS

Page 143 of 165 Addendum 1214 617938

the Authority with a price proposal and a supporting CP-8A form, Claim for Exemption from Submission of Certified Cost or Pricing data form, the acceptability of which shall be determined by the Authority. If the CP8-A form is deemed unacceptable by the Authority, the Contractor shall revert to providing the aforementioned CP-8 form and supporting documentation. This pricing agreement shall be in effect for twenty (20) years commencing with the expiration of the Warranty Period of the last delivered Car under this Contract.

C. The Contractor shall include the substance of this Article, inclusive of Paragraphs A

through E, in all of its subcontracts with all Major Suppliers (with the exception of the Major Suppliers for wheels, axles and journal bearings as listed in Attachment 3); except that notwithstanding the provisions of this Article, the Authority shall have the right to procure parts or Components directly from the Major Suppliers. Any such purchase shall be subject to all provisions of this Article specifically including the maximum profit of five percent (5%) over such Major Suppliers’ cost of such part/Component.

D. Orders for such parts or Components shall be made through purchase orders which

shall be issued and funded separately from this Contract. Lead time for each item ordered shall be consistent with the industry standard lead time for production of the item. Warranties for ordered parts/Components shall be one (1) year unless otherwise agreed at the time of purchase.

E. This provision shall survive the expiration of this Contract.

ARTICLE 1023 ADDITIONAL SPARE PARTS

Within thirty (30) days of finalization of CDR (since at that stage the Contractor will have selected specific Manufacturers for Subsystems and Manufacturer names and model numbers of parts will be known), NYCT reserves the right under this provision, to order a list of spare parts in addition to and separate from the list already established in the price schedule (PF-3). This additional list shall include, but not be limited to the following, for example: power supply modules; central processing unit modules; communication modules; Component control modules; Train Operator interface modules; sensors; limit switches and transformers. This provision shall apply in the event that NYCT determines that additional spare parts of a particular Component, System or Subsystem are 1) not COTS and 2) necessary, based on the design of the R211 Cars. It is anticipated that NYCT will spend an amount not-to-exceed $ TBD. In order to determine if the price is fair and reasonable, the Contractor shall provide to the Project Manager, as evidence of the Contractor’s efforts to secure the best price, at least two (2) quotes, where possible, from the Manufacturer(s)/Supplier(s). The Contractor shall be allowed a maximum profit of five percent (5%) over the FOB delivered invoiced price, if the part comes from a Manufacturer/Supplier. In the event that the Component, System, or Subsystem for which additional spares are required is manufactured by the Contractor, the Contractor shall provide evidence of his costs, in accordance with Article 1022, upon which a five percent (5%) profit shall be allowed. The Project Manager shall verify all of this information with respect to pricing, prior to advising the Contractor to add the Component, System, or Subsystem to the list of additional parts. The Project Manager shall retain such information for internal audit purposes. Acquiring additional spare parts under this

Page 4: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R-34211 - CONTRACT TERMS AND CONDITIONS

Page 144 of 165 Addendum 1214 617938

provision shall not require a modification to the Contract but shall be managed by the Project Manager as long as the dollar amount stated herein is not exceeded. These additional spare parts shall be delivered at the same time as the spare parts on the list already established in the price schedule. This Article in no way relieves the Contractor of the requirement to provide NYCT all required spare parts listed on PF-3 (and the associated breakdown of each item) in accordance with Note # 3 listed therein.

ARTICLE 1024 PARTS COMPATIBILITY/MULTIPLE SOURCING

A. The Contractor shall ensure that the subsystem suppliers a) optimize the use of COTS components in the design of their systems and b) optimize the provision of multiple sources for non-COTS components in order to ensure that the Authority is not soliciting one source in the aftermarket when purchasing parts for the maintenance of those subsystems (See TS Section 22.6.4.3 and 22.6.4.4). At a minimum multiple sources shall be provided for those components frequently purchased in the aftermarket and listed below. Some of the items are on NYCT’s Qualified Proposers List and are available on request.

1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons, obtaining technical data on suspension characteristics from the manufacturer would be critical. Chevrons must be installed as matched sets and differences in these characteristics between manufacturers must be minimized.

2. Relays (Carbody, Doors): Carbuilder should identify and propose alternates for qualification testing during design, for example cycle testing on the door operator and control system.

3. Air Spring/Air Bags 4. Rubber-Metal Bonded Assemblies (vibration isolation applications, bumpers, etc.) 5. Capacitors (HVAC, Propulsion): In addition to current supplier base, carbuilders

should be required to provide multiple sources if metal film technology is chosen for R211.

6. Contactors, including replaceable components (Propulsion, HVAC) 7. Shock Absorbers (Truck) 8. HVAC Components: Must be reviewed on a case by case basis during design

review. Examples include valves, solenoids, and seals. 9. Rubber Seals: such as door edges rubbers and window seals. 10. Bi-Parting End Door Devices: Applies to replaceable units such as belt drives,

balancers, and brackets. 11. Ductwork for HVAC 12. Knife Switch 13. Air Hoses (Truck System) 14. Current Collector Contact Shoes 15. Threshold Plates 16. Windshield Wiper Motor

ARTICLE 1025 GRAND JURY TESTIMONY

A. Upon refusal of the Contractor as an individual or as member, partner, director or officer of the Contractor, if the Contractor be a firm, partnership or corporation, when called before a grand jury, governmental department, commission, agency or any other body which is empowered to compel the attendance of witnesses and examine them under

Page 5: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R-34211 - CONTRACT TERMS AND CONDITIONS

Page 143 of 165 Addendum 14 617938

the Authority with a price proposal and a supporting CP-8A form, Claim for Exemption from Submission of Certified Cost or Pricing data form, the acceptability of which shall be determined by the Authority. If the CP8-A form is deemed unacceptable by the Authority, the Contractor shall revert to providing the aforementioned CP-8 form and supporting documentation. This pricing agreement shall be in effect for twenty (20) years commencing with the expiration of the Warranty Period of the last delivered Car under this Contract.

C. The Contractor shall include the substance of this Article, inclusive of Paragraphs A

through E, in all of its subcontracts with all Major Suppliers (with the exception of the

Major Suppliers for wheels, axles and journal bearings as listed in Attachment 3); except that notwithstanding the provisions of this Article, the Authority shall have the right to procure parts or Components directly from the Major Suppliers. Any such purchase shall be subject to all provisions of this Article specifically including the maximum profit of five percent (5%) over such Major Suppliers’ cost of such part/Component.

D. Orders for such parts or Components shall be made through purchase orders which

shall be issued and funded separately from this Contract. Lead time for each item ordered shall be consistent with the industry standard lead time for production of the item. Warranties for ordered parts/Components shall be one (1) year unless otherwise agreed at the time of purchase.

E. This provision shall survive the expiration of this Contract.

ARTICLE 1023 ADDITIONAL SPARE PARTS

Within thirty (30) days of finalization of CDR (since at that stage the Contractor will have selected specific Manufacturers for Subsystems and Manufacturer names and model numbers of parts will be known), NYCT reserves the right under this provision, to order a list of spare parts in addition to and separate from the list already established in the price schedule (PF-3). This additional list shall include, but not be limited to the following, for example: power supply modules; central processing unit modules; communication modules; Component control modules; Train Operator interface modules; sensors; limit switches and transformers. This provision shall apply in the event that NYCT determines that additional spare parts of a particular Component, System or Subsystem are 1) not COTS and 2) necessary, based on the design of the R211 Cars. In order to determine if the price is fair and reasonable, the Contractor shall provide to the Project Manager, as evidence of the Contractor’s efforts to secure the best price, at least two (2) quotes, where possible, from the Manufacturer(s)/Supplier(s). The Contractor shall be allowed a maximum profit of five percent (5%) over the FOB delivered invoiced price, if the part comes from a Manufacturer/Supplier. In the event that the Component, System, or Subsystem for which additional spares are required is manufactured by the Contractor,

the Contractor shall provide evidence of his costs, in accordance with Article 1022, upon which a five percent (5%) profit shall be allowed. The Project Manager shall verify all of this information with respect to pricing, prior to advising the Contractor to add the Component, System, or Subsystem to the list of additional parts. The Project Manager shall retain such information for internal audit purposes. Acquiring additional spare parts under this provision shall not require a modification to the Contract but shall be managed

Page 6: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R-34211 - CONTRACT TERMS AND CONDITIONS

Page 144 of 165 Addendum 14 617938

by the Project Manager as long as the dollar amount stated herein is not exceeded. These additional spare parts shall be delivered at the same time as the spare parts on the list already established in the price schedule. This Article in no way relieves the Contractor of the requirement to provide NYCT all required spare parts listed on PF-3 (and the associated breakdown of each item) in accordance with Note # 3 listed therein.

ARTICLE 1024 PARTS COMPATIBILITY/MULTIPLE SOURCING

A. The Contractor shall ensure that the subsystem suppliers a) optimize the use of COTS components in the design of their systems and b) optimize the provision of multiple sources for non-COTS components in order to ensure that the Authority is not soliciting one source in the aftermarket when purchasing parts for the maintenance of those

subsystems (See TS Section 22.6.4.3 and 22.6.4.4). At a minimum multiple sources shall be provided for those components frequently purchased in the aftermarket and listed below. Some of the items are on NYCT’s Qualified Proposers List and are available on request.

1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons, obtaining technical data on suspension characteristics from the manufacturer would be critical. Chevrons must be installed as matched sets and differences in these characteristics between manufacturers must be minimized.

2. Relays (Carbody, Doors): Carbuilder should identify and propose alternates for qualification testing during design, for example cycle testing on the door operator and control system.

3. Air Spring/Air Bags 4. Rubber-Metal Bonded Assemblies (vibration isolation applications, bumpers, etc.) 5. Capacitors (HVAC, Propulsion): In addition to current supplier base, carbuilders

should be required to provide multiple sources if metal film technology is chosen for R211.

6. Contactors, including replaceable components (Propulsion, HVAC) 7. Shock Absorbers (Truck) 8. HVAC Components: Must be reviewed on a case by case basis during design

review. Examples include valves, solenoids, and seals. 9. Rubber Seals: such as door edges rubbers and window seals. 10. Bi-Parting End Door Devices: Applies to replaceable units such as belt drives,

balancers, and brackets. 11. Ductwork for HVAC 12. Knife Switch 13. Air Hoses (Truck System) 14. Current Collector Contact Shoes 15. Threshold Plates 16. Windshield Wiper Motor

ARTICLE 1025 GRAND JURY TESTIMONY

A. Upon refusal of the Contractor as an individual or as member, partner, director or officer of the Contractor, if the Contractor be a firm, partnership or corporation, when called before a grand jury, governmental department, commission, agency or any other body which is empowered to compel the attendance of witnesses and examine them under

Page 7: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL

web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF-

ADDENDUM

ADDENDUM # 13

BID OPENING/DUE DATE: 12/15/2016

Page 8: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 9: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

618698 Page 3 of 51 Addendum 1113

• UNITED STATES EMPLOYMENT PLAN WORKSHEET

• UNITED STATES EMPLOYMENT PLAN CERTIFICATION

• SUBCONTRACTOR DATA FORM

• MTA VENDOR CODE OF ETHICS

• PROPOSER’S EXECUTION FORM

• TECHNICAL SPECIFICATION – Separate Document

• APPENDICIES TO TECHNICAL SPECIFICATION – Separate Documents

2. PERTINENT DATES

• Release date of this RFP is July 22, 2016.

• A pre-proposal conference will be held on September 8, 2016, at 10:00 am at 2 Broadway, Board Room 209 on the 20th floor.

• All inquiries regarding requests for clarification must be received by the Authority by October 4, 2016.

• All proposals are due by 1:00 pm on November December 3015, 2016 (the "Closing Date").

3. GENERAL INSTRUCTIONS The Authority considers any information it may have released either orally or in writing prior to the issuance of this RFP to be preliminary in nature and shall not be bound by such information. Each Proposer should furnish the information required by this RFP. The person signing the proposal must initial all erasures or other changes. If the proposal is signed by other than the president or general partner of the Proposer, the proposal is to include evidence of the agent's authority. In general, the Authority seeks proposals under this RFP which are advantageous to the Authority and satisfy its overall needs. In order to afford the Authority the ability to properly evaluate and compare all proposals received, it is essential that each Proposer clearly indicate, with specificity, in what respect its proposal or alternative proposal

constitutes an enhancement, a reduction or other change in the CONTRACT TERMS AND

CONDITIONS and TECHNICAL SPECIFICATION, or if the Price Proposal is based upon the RFP without any changes, that such is the case. All affected provisions should be cited and any proposed modifications set forth.

4. ALTERNATIVE PROPOSALS Each Proposer shall submit a base proposal as called for in this RFP and Proposers are encouraged to submit alternate proposals containing enhancements, reductions, or changes it wishes to offer. An alternate proposed on the assumption of changed technical specifications or contract terms must contain a corresponding alternate Price Proposal.

Page 10: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

618698 Page 15 of 51 Addendum 1113

Closing Date: November December 3015, 2016

Proposals are due on or before 1:00 p.m. on the Closing Date. Hand-carried proposals may be delivered to the address as shown above only between the hours of 9:00 a.m. and 4:00 p.m., Mondays through Fridays, excluding holidays observed by the Authority. Proposers must include their complete return addresses, Contract number, Contract title and the Proposal Due Date on the envelope(s) enclosing any material. Proposers are responsible for informing any commercial delivery services used of all delivery requirements and for assuring that the required information on the outer wrapper of material submitted appears on the outer wrapper or envelope used by such service. The Authority will not accept telefaxed proposals. By submitting a Proposal, the Proposer agrees to provide the Authority additional information, or to clarify or supplement information already furnished, including but not limited to information relating to its past performance, its plan for performing the Contract, investigations, indictments, convictions, the Proposer’s safety practices and record, and financial conditions. The Proposer agrees to permit the Authority to conduct site visits to Proposer’s plant, current work sites and other locations.

25. CONTENTS OF PROPOSAL

PROPOSALS ARE TO CONTAIN THE FOLLOWING:

Part A – An Executive Summary providing an overview of the complete proposal. The Executive Summary shall be clear and concise and discuss how the Proposer intends to meet the requirements of this RFP.

Part B - Technical Proposal which shall include all of the following: i. A statement from the Proposer that all technical specifications and technical

requirements have been reviewed and that the Proposer's team is capable of and commits to performing all of them except as noted pursuant to (iv) below.

ii. Major Suppliers. The Proposer is to submit its proposed Major Suppliers on Forms

TF-1 and TF-2, Attachment 7. Only Suppliers who appear on the Authority’s

Suppliers of Major Subsystems for Passenger Subway Cars, Attachment 3, may be proposed in the base proposal. If alternate Suppliers are proposed for

consideration, Forms TF-2 and TF-3, Attachment 7, shall be completed in its entirety.

iii. Responses to Technical Questions contained in Paragraph 29 of this Overview and Proposal Procedures as follows:

• For each question of the TECHNICAL SPECIFICATION addressed, provide descriptions and explanations as to how the requirements of that section will be met. This description shall include, where applicable, a brief description of the

Page 11: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

618698 Page 3 of 51 Addendum 13

• UNITED STATES EMPLOYMENT PLAN WORKSHEET

• UNITED STATES EMPLOYMENT PLAN CERTIFICATION

• SUBCONTRACTOR DATA FORM

• MTA VENDOR CODE OF ETHICS

• PROPOSER’S EXECUTION FORM

• TECHNICAL SPECIFICATION – Separate Document

• APPENDICIES TO TECHNICAL SPECIFICATION – Separate Documents

2. PERTINENT DATES

• Release date of this RFP is July 22, 2016.

• A pre-proposal conference will be held on September 8, 2016, at 10:00 am at 2 Broadway, Board Room 209 on the 20th floor.

• All inquiries regarding requests for clarification must be received by the Authority by October 4, 2016.

• All proposals are due by 1:00 pm on December 15, 2016 (the "Closing Date").

3. GENERAL INSTRUCTIONS The Authority considers any information it may have released either orally or in writing prior to the issuance of this RFP to be preliminary in nature and shall not be bound by such information. Each Proposer should furnish the information required by this RFP. The person signing the proposal must initial all erasures or other changes. If the proposal is signed by other than the president or general partner of the Proposer, the proposal is to include evidence of the agent's authority. In general, the Authority seeks proposals under this RFP which are advantageous to the Authority and satisfy its overall needs. In order to afford the Authority the ability to properly evaluate and compare all proposals received, it is essential that each Proposer clearly indicate, with specificity, in what respect its proposal or alternative proposal

constitutes an enhancement, a reduction or other change in the CONTRACT TERMS AND

CONDITIONS and TECHNICAL SPECIFICATION, or if the Price Proposal is based upon the RFP without any changes, that such is the case. All affected provisions should be cited and any proposed modifications set forth.

4. ALTERNATIVE PROPOSALS Each Proposer shall submit a base proposal as called for in this RFP and Proposers are encouraged to submit alternate proposals containing enhancements, reductions, or changes it wishes to offer. An alternate proposed on the assumption of changed technical specifications or contract terms must contain a corresponding alternate Price Proposal. Any alternate proposal must clearly identify the proposed contract or technical change(s)

Page 12: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

618698 Page 15 of 51 Addendum 13

Closing Date: December 15, 2016

Proposals are due on or before 1:00 p.m. on the Closing Date. Hand-carried proposals may be delivered to the address as shown above only between the hours of 9:00 a.m. and 4:00 p.m., Mondays through Fridays, excluding holidays observed by the Authority. Proposers must include their complete return addresses, Contract number, Contract title and the Proposal Due Date on the envelope(s) enclosing any material. Proposers are responsible for informing any commercial delivery services used of all delivery requirements and for assuring that the required information on the outer wrapper of material submitted appears on the outer wrapper or envelope used by such service. The Authority will not accept telefaxed proposals. By submitting a Proposal, the Proposer agrees to provide the Authority additional information, or to clarify or supplement information already furnished, including but not limited to information relating to its past performance, its plan for performing the Contract, investigations, indictments, convictions, the Proposer’s safety practices and record, and financial conditions. The Proposer agrees to permit the Authority to conduct site visits to Proposer’s plant, current work sites and other locations.

25. CONTENTS OF PROPOSAL

PROPOSALS ARE TO CONTAIN THE FOLLOWING:

Part A – An Executive Summary providing an overview of the complete proposal. The Executive Summary shall be clear and concise and discuss how the Proposer intends to meet the requirements of this RFP.

Part B - Technical Proposal which shall include all of the following: i. A statement from the Proposer that all technical specifications and technical

requirements have been reviewed and that the Proposer's team is capable of and commits to performing all of them except as noted pursuant to (iv) below.

ii. Major Suppliers. The Proposer is to submit its proposed Major Suppliers on Forms

TF-1 and TF-2, Attachment 7. Only Suppliers who appear on the Authority’s

Suppliers of Major Subsystems for Passenger Subway Cars, Attachment 3, may be proposed in the base proposal. If alternate Suppliers are proposed for

consideration, Forms TF-2 and TF-3, Attachment 7, shall be completed in its entirety.

iii. Responses to Technical Questions contained in Paragraph 29 of this Overview and Proposal Procedures as follows:

• For each question of the TECHNICAL SPECIFICATION addressed, provide descriptions and explanations as to how the requirements of that section will be met. This description shall include, where applicable, a brief description of the

Page 13: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

648056

Addendum 1137

Page 1 of 11 CONTRACT R34211

NEW YORK CITY TRANSIT AUTHORITY

Materiel Division - Procurement Sub-Division

PROPOSER’S EXECUTION FORM

CONTRACT NO.____R34211________ CLOSING (DUE) DATE: 121/3015/16

LOCATION: TBD TIME: 1:00 pm

Local Time

NOTES: N-1. Proposals must include a fully completed and executed copy of this form. In order to

be a responsive proposal, all parts of the proposal must be submitted. PROPOSERS

MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE

RECEIPT THEREOF WHERE INDICATED BELOW. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Proposal as a minor informality where the addenda or portion of the Proposal, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Proposer to fully complete any portion of the Proposal as a minor informality.

N-2. Execution of Proposal must be made as required in Section N below.

A. The undersigned Proposer, acknowledging that it has carefully examined the Request for Proposal Package, hereby offers to fully perform all obligations and responsibilities as set forth therein and in its Proposal, at the price(s) stated in the Price Proposal Forms attached hereto, in Price Forms PF-1 through PF-5.

B. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Proposer by any provision of the Contract Documents, including Notice of Award of the Contract:

_____________________________________ Telephone No. (____________)

__________________________________________

C. (Check where indicated below if the Proposer is a foreign corporation, in which case the Proposer agrees to accept process as provided herein). The undersigned, a corporation not organized and existing under the laws of the State of New York, agrees that personal service of process in any action, suit or proceeding instituted by

Page 14: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

648056

Addendum 13

Page 1 of 11 CONTRACT R34211

NEW YORK CITY TRANSIT AUTHORITY

Materiel Division - Procurement Sub-Division

PROPOSER’S EXECUTION FORM

CONTRACT NO.____R34211________ CLOSING (DUE) DATE: 12/15/16

LOCATION: TBD TIME: 1:00 pm

Local Time

NOTES: N-1. Proposals must include a fully completed and executed copy of this form. In order to

be a responsive proposal, all parts of the proposal must be submitted. PROPOSERS

MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE

RECEIPT THEREOF WHERE INDICATED BELOW. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Proposal as a minor informality where the addenda or portion of the Proposal, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Proposer to fully complete any portion of the Proposal as a minor informality.

N-2. Execution of Proposal must be made as required in Section N below.

A. The undersigned Proposer, acknowledging that it has carefully examined the Request for Proposal Package, hereby offers to fully perform all obligations and responsibilities as set forth therein and in its Proposal, at the price(s) stated in the Price Proposal Forms attached hereto, in Price Forms PF-1 through PF-5.

B. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Proposer by any provision of the Contract Documents, including Notice of Award of the Contract:

_____________________________________ Telephone No. (____________)

__________________________________________

C. (Check where indicated below if the Proposer is a foreign corporation, in which case the Proposer agrees to accept process as provided herein). The undersigned, a corporation not organized and existing under the laws of the State of New York, agrees that personal service of process in any action, suit or proceeding instituted by

Page 15: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF­ADDENDUM

ADDENDUM #12

BID OPENING/DUE DATE: 11/30/2016 This addendum contains a CD which will be sent

bY overnight mail

Page 16: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

2 Broadway Veronique Hakim New York, NY 10004 President

D New York City Transit

11/18/2016

R34211 ADDENDUM NO. 12

PURCHASE OF 1,025 SUBWAY CARS WITH A BASE ORDER OF 10 OPEN GANGWAY TEST CARS FOR NYCT "B" DIVISION, 75 STATEN ISLAND RAILWAY CARS AND 200 NYCT "B" DIVISION SUBWAY CARS

AND AN OPTION FOR 740 ADDITIONAL NYCT "B" DIVISION SUBWAY CARS

CLOSING DATE - November 30,2016

To Prospective Proposers:

Prospective Proposers are hereby notified of the following changes to the Proposal in the above referenced Request for Proposal (RFP).

This Addendum has been generated in order to respond to questions asked. In order to assist Proposers. Contract pages with tracked changes have been provided. The tracked documents are intended to call the Proposers' attention to where changes have been made to the Contract documents:

• Please remove the existing pages 38, 88 and 119 of the Terms and Conditions and replace it with the revised pages 38, 88 and 119 attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying COl

• Please remove the existing PF-2, 3, and 4 forms and replace them with the revised PF-2, 3 and 4 forms attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying COl

Attached are the following documents providing clarification on inquiries received from Proposers: • A questionand answersheet (note:RFC# meansRequest for Clarification numberand is usedfor trackingpurposes

only). [See accompanyingCOl • An electroniccopy of a list of the changes made to the Technical Specification. [See accompanying CD] • An electronic copy of the Technical Specification changed pages as a result of this addendum. (Note: The tracked

version of the changed pages attachedindicate the changes madevia this addendum. The changes are highlighted by strike-out text for deletions and underlinedtext for insertions). [See accompanying COl

• Electroniccopies of the updated PF-2, 3 and 4 forms. [See accompanying COl • An electronic copy of the updated R211 ICD OBCU-CIU Electrical and Functional Interface as per the answer to

RFC #306. [See accompanying COl

Please be governed accordingly when submitting proposals for the above referenced Request for Proposals.

Sincerely,

,tl~~tL(r Marian Murray Assistant Chief Procurement Officer, Procurement

MTA New York City Transit is an agency of the Metropolitan Transportation Authority, State of New York

"B-OO·6125 11115

668430

Page 17: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlResponse

451 2 - II1-2 - Article 106 Considering that the CBTC equipment is not part of Contractor's scope of work, please confirm the infringement claims obligations of the Contractor listed in the Contract do not apply to the CBTC equipment and that the Authority will amend Article 106 accordingly.

Article 106 in the Terms and Conditions is revised as follows:

The Contractor and each Subcontractor, Supplier, or Manufacturer supplying any System, Subsystem, assembly, subassembly, or Component thereof, shall indemnify, defend and hold harmless the Authority against all damages, liabilities, charges and expenses (including reasonable attorney's fees) arising out of or related to any claim of infringement of any patent, trademark, copyright or mask work or misappropriation or misuse of any trade name, trade secret or other unpatented technology based upon {i) the Contractor, or such Subcontractor, Supplier, or Manufacturer supplying any System, Subsystem, assembly, subassembly, or Componentthereaf, or any tools, equipment, test materials or process to be delivered to the Authority under the Contract, (ii) the Authority's operatian ofthe Cars, Units, Trains, or (iii) the Authority's use of any System, Subsystem, assembly, subassembly or Component thereof. Notwithstanding the foregoing. the Contractor will not bear the responsibility of indemnifying the Authority. as outlined above for any claim of infringement as it relates to the CaTe onboard equipment. which is being provided to the Contractor for installatian and testinz.

457 2 - II1-2 - Article 403C Could NYCT clarify article 403C and provide an example? See response to RFC 495 in this Addendum 12.

Change orders executed after notice of award but before exercise of the option would be subject to escalation, if the work of the change order is aoolicable to the cars in the option.

Legend for RFP Section Reference: 1 - RFP Overview; 2 - Terms and Conditions; ) - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page I of IS

Page 18: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlResponse

495 2 - Article 403C We understand from Article 403C that in the event NYCT exercises Option I for example, (I) NYCT expects an Option price deduction of 10% of the cost of all change orders affecting such Option I (e.g. additional seats in Cars); and (2) a price reduction equal to the change order non-recurring cost on the remaining 90% change order cost. This article creates an unequitable risk for the Contractor since the Contractor cannot foresee the Change Orders which will exist for this Project. This article creates an unknown significant price decrease risk for the Contractor, which risk is not under Contractor's control. The Contractor is unable, particularly at the bid stage, and probably after Contract award, to secure a price reduction of 10% on future unknown change orders with all of its suppliers. With the aim of offering a better price, we ask the Authority to delete this price reduction, and if not, at least to reduce the price reduction to maximwn 5%.

Article 403.C in the Terms and Conditions is revised as follows:

In the event the Authority exercises the Option(s), an adjustment to the Total Option Amount will be made for any Change Orders executed after the award of the Contract which have an impact on the cost of the Option. For any Change Orders that have an impact on the cost of deliverables te 138 elelivered under the Option, ten pereent (lQ%) shall be aeletea /FORI

lile total Change Oraer ORlounls. +!he total non­recurring cost as executed in the Change Order, if any, shall be deleted from the total Change Order amounts.foRlammg RiHe~' poreenl (9Q%). In addition to the non-recurring cost. +the percent of labor cost and the percent of material cost shall also be agreed to in the executed Change Order. aad-llhese percentages for labor and material will be escalated in accordance with the Labor and Material Indices contained in ARTICLE 1202. The foreign content shall be determined as part of each Change Order that impacts the cost of the Option and the applicable currency shall be adjusted according to the applicable indices. All labor a nd material adjustments will be made using the average of the two (2) preceding calendar quarters' indices from the date of execution of the Change Order to the average of the final indices for the last two (2) calendar quarters preceding the date that the Option(s) is exercised. Applicable currency adjustments will be made using the two (2) preceding months' average exchange rate from the date the Change Order is executed until the two (2) months preceding the date that the Optiorus) is exercised.

Legend for RFP Section Reference; I ~ RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 2 of 15

Page 19: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlResponse

612

(Superse des RFC

479)

2 - SECTION JJJ­CONTRACT TERMS AND CONDITIONS­

ARTICLE 203.0­TIME FOR

COMPLETION AND DELIVERY; ARTICLE

207.G ­ACCEPTANCE;

ARTICLE 602.A -­RESPONSIBILITY FOR INJURIES TO

PERSON AND PROPERTY; ARTICLE

906 C. AND 906.V­GENERAL

GUARANTEE/WARRA NTY

Clarify in regard to CBTC that: (I) Contractor will not bear the risk of CBTC equipment-related issues and delays or; (2) CBTC equipment manufacturer-caused damages or injuries, particularly that R211 contractor will not bear risk

203.0 -- if CBTC manufacturer does not timely deliver its equipment and NYCT elects not to authorize shipment of cars as result

207.G -- in event of commissioning/safety certification delay due to CBTC manufacturer issues which in tum delays R211 conditional acceptance

602.A -- in case CBTC manufacturer and/or its employees are injured due to their own negligence or willful acts

906.C and V -- of labor costs, where CBTC supplier's defective carborne equipment must be removed from and replacement unit reinstalled by R211 contractor's forces during warranty period

The Contractor does not bear the risk ofeBTe equipment related delays. Please see Article 205.8 in the R34211 Terms and Conditions.

This section ofArticle 203 will not be revised.

This section of the Article 207 will not be revised. The Authority believes that this issue is sufficiently addressed in 207.H.

The last sentence of Article 602.A is revised to read, "The liability hereunder shall be limited to such injuries or damage occurring on account of, or in connection with, the performance of the Work, whether or not the oceurrenee giving rise to such injury or such damage happens on Authority property, but shall exclude injuries to such persons or damage to such property to the extent caused by the negligence or willful acts of the Contracting Party, the Authority or the CBTC supplier. See also the response to RFC# 451 in this Addendum # II.

Article 906.V is changed into V1 and Article 906 V2 has been added as follows: "In the event that the CBTC onboard equipment installed on a Car is deemed to be defective as provided by the CBTC Supplier and requires replacement. the Contractor shall not be held responsible for the eosts associated with removal of defective equipment and reinstallation of new or repaired equipment. The Authority shall reimburse the Contractor for such activity after review and acceptanee of proof of costs incurred."

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 • Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 3 of 15

Page 20: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Seclion Reference Proposer Question/Comment NYCT AnswerlResponse

627 3· PF PFI (column E) refers to PF2 for a detailed breakdown of the cost of the subassemblies for each car type. While PF2 consists of 12 tabs for all applicable car types of the base order (A.AI; A­A2; A-B; S-AI; S-A2; SoB; OGl.AI; OGI-A2; OGl-B; 002-Al; OG2-A2; 002-B), it does not comprise the forms that would be required for the breakdown of all cars in each option. Since adding tabs for all these cases would generate a need for a significant number of additional PF2 tabs (estimate of 4S tabs), we request that the PFI form be modified to remove the reference of a PF2 form for all cars in each option.

Price Schedule PF-2 is broken out to include tabs for each Car-type iteration referenced in PF· I. A fillable version of the updated PF·2 is included as part of this Addendum 11.

Legend Ior RFP Section Reference: 1 - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4· Attachments; 5 - Tech. Specifications. 6 - Tech. Specification Appendices Page 4 or 15

Page 21: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP &34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT Answer/Response

39 5· TS 13.12.6

Current TS states that "The Wireless Signal Booster System shall support the same wireless technologies as those supported by the existing in-station wireless system, including but not necessarily limited to the following: a) Global System for Mobile (GSM). b) Code Division Multiple Access (CDMA). c) Evolution-Data Optimized (EVDO). d) Universal Mobile Telecommunications System (UMTS). e) Long Term Evolution (LTE)."

Considering the industry standard, the booster equipment for the wireless communication carrier such as AT & T should be provided and installed by the carrier

itself. Once the carrier installs the booster equipment, the Authority does not need to install

any booster equipment, which leads to the cost reduction.

The Contractor shall be responsible for provisioning for a wireless signal booster system,the seope of which has been narrowed to carbome equipment.

Section 13.12 is modified as follows: 13.12. Wireless Signal Booster System. 13.12.1. Provisions for a Wireless Signal Booster System shall be provided on a train-wide basis to provide a wireless hotspot to rebroadcast NYCT provided signals for customer use inside all cars.

13.12.2. Provisions shall consist of identified space for carbome equipment, power allocation, circuit breaker(s), and interface with train subsystems as approved by NYCT. Details of the required provisions will be provided by NYCT after NTP.

13.12.3. Not Used.

13.12.4. Not Used.

13.12.5. Not Used.

13.12.6. Not Used.

13.12.7. Not Used.

13.12.8. Not Used.

13.12.9. Not Used.

13.12.10. No' Used.

13.12.11. Details of the Wireless Signal Booster System shall be provided for NYCT approval during PDR. [CDRL]

13.12.12. Not Used.

Section 13.15 is modified as follows; CDRL Item 5 is deleted, and subsequent CDRLs renumbered.

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules. 4 - Attachments: 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 5 of 15

Page 22: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Qnestions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlResponse

40 5-TS 13.12.12

Current TS states that "The contractor shall obtain all necessary licenses and permissions forall frequency bands used by the Signal Booster System."

If it is necessary to obtain any license when utilizing COTS based products such as antennas and transmitters to use the frequency band which carrier uses, the Proposer believes the Authority should apply the license to FCC to use the frequency band.

Please refer to the response to RFC 39 in this Addendum 12

47 5 - TS 13.5.5.1

Current TS states that "Flexible Ceiling Strip Displays shall be provided throughout the passenger areas on the ceiling cove panels abovethe sidewalls..."

Section 15.12.1. requires advertising card frame on the cove ceiling. Ifflexible ceiling strip displays are throughout the passenger area, advertising card frames need to be eliminated. Please clarify the width and total number of the Flexible Ceiling Strip Display.

Section 15.12. I.2 requires advertising cards where flexible ceiling strip displays are not installed. For clarity regarding the flexible ceiling strip displays, the Technical Specification is changed as follows:

Section 13.5.5.2 is changed to read:

"A minimum of 12 displays per car, 6 per side, shall be provided, which shall be at least 12 inches (305 mm) high and 46 inches (l ,168 mm) wide. The use of multiple displays to form the strips shall be presented to NYCT for approval."

303 5 - TS In order to adequately specify and integrate the wireless signal booster, more Please refer to the response to RFC 39 inthis 5 -13.12 information about the in-station NYCT wireless system is required. Addendum 12 which indicates a changein the

language of Section 13.12 to limitthe Contractor's scooe to provisioning forcarbome ecuioment.

306 5 - TS In Appendix E-2, section 4.1 titled "Train Command Network messages" of the R211 .NYeT agrees with separation between train 6 - E-2, part 3, section ICD OBCU·CIU Electrical and Functional Interface document, the Table 2 indicates commands and other functions. Attached are the

4.1 that the PIS announcement LD should be part of the TCN network data package. In same Appendix E-2, section 5.3.1.1 of the R2IIICD Electrical and Functional Interface, the TCN is restricted to interfaces with systems responsible of train movement and the event recorder. It is highly recommended to maintain a separation between the train conunands on the TCN and other unrelated firnctions such as MDS and Communication firnctions (PICS). Therefore, Table 2 of the R211 ICD OBCU-ClU Electrical and Functional Interface document should be amended to remove the PIS Data "IAnnouncementld".

updated pages of the OBCU·CIU ICD that clarify this. Carbuilder shall submit network architecture details for NYCT approval, as part of design review.

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - PriceSchedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 6 of 15

Page 23: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlResponse

350 5-TS TS 14.1.14 TS 14.1.15

These sections state that the Authority CPM will supply the necessary wayside CBTC equipment and the CBTC system supplier will perform static and dynamic PICO.

Please clarify the conditions oftest track required to perform the dynamic PICO testing, including operation speed, test track length, whether it has to be straight and flat.

The test track shall be long enough to conduct Dynamic PICO testing (to verify the CBTC -Car interfaces and verify CBTC functionsjof a single Unit train operating in ATOI ATPM mode at a speed of minimum 10mph and to conduct CBTC Emergency Braking test at a higher than 10mph. In addition, the test track shall allow conducting PICO testing with a 2- Unit coupled train at a limited speed, e.g. 5 mph. The test track does not have to be flat/straight. Test track database will contain I or 2 virtual nlatforms in order to check the door interface.

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 7 of 15

Page 24: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT Answer/Response

426 5 - 13,6.4.4 Is the R342I1 contractor required to provide the wayside network to support the wireless link identified in this paragraph? If so, is it intended that this network will connect to the AAS workstation?

In response to the first question, the Contractor is not required to provide the wayside network. In response to the second question. the AAS workstation shall be capable of providing the functionality described in 13.6.4.2 and 13.6.4.3 via the wireless link described in 16,3,8,

Section 13.5.5.17 is changed to read: "The system shall have the capability to automatically adjust to reroutes or skipped stauonsts) via commands or signals from the wireless data link described in 16.3.8, or the route selection screen on the TOD. "

Sections 13,6.4,2 to 13.6.4.3 are changed as follows: 13.6.4.2. Modifications to the stored audio and video messages shDJI be done via the AAS workstation (see Section 13.6.5), and then uploaded to the onboard Communication System via PTE (see Section 22) or an integrated memory storage unit approved by NYCT or by the wireless data link described in Section 16.3.8. 13.6.4.3. It shall be possible to download multiple stopping pattern modification files to the AAS system such that they will not take effect until a specified trigger date when the files are to be downloaded via the PTE, or the wireless link described in Section 16.3.8,

Section 16.3.4.1 (d) is added as follows: "d) The Contractor shall provide the wireless data link as specified in Section 16.3,8."

New Section 16.3.8 added as follows: 16.3.8. Wireless Data Link 16,3.8.1. Each A Car shall provide a wireless data link to form the redundant wireless links on the Unit. The Contractor may propose to use separate wireless data links for some selected tasks, subject to NYCT approval. 11 shall support the following functions, at a minimum, a) CCTV Remote Video Request System (RVRS) (see Section 13.9.7) b) Wireless MDS download (see Section 17.3.1.3) c) Wireless Signal Booster (see Section 13.12) d) Wireless passenger Information System (PIS) data upload (see Section 13.6.4) e) Platform Edge CCTV (see Section 13.10)

Legend for RFP Section Reference: 1 - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 8 of 15

Page 25: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT Answer/Response

426 f) Platform Screen Door (PSD) interface (see Section

Contd, 13.11) 16.3.8.2. The Contractor shall provide surveys and a system consisting of the following items, at a minimum, to support the wireless link specified in Section 16.3.8.1: a) A comprehensive design of car-borne and wayside equipmentrequired. b) A surveyofNYCT selected yards to confirm the

wayside equipment needed for an optimal wireless coverage in the yards. Provide the design and instruction with recommended infrastructure and shop requirements that NYCT would need for the full implementation. c) All necessary on-board equipment (for example, network switches, transceivers, etc.) for the train wireless interface. d) The workstations and servers required to retrieve and store data from the train, and upload data to the train. e) All software needed to perform the tasks identified in Section 16.3.8.1. f) Cyber security aspects of the wireless data link. 16.3.8.3. The data transferring using the wireless data link shall include, as a minimum, the signals listed below, subject to NYCT's approval. a) Download from train to wayside: i. Selected MDS and event recorder data. including the signals identified in Section 17.3.7.8. ii. Selected period of the stored video images from onboard Digital Video Recorder (DVR). (see Section 13.9.7) iii. Data required for the provisional Platform Edge CCTV interface. iv. Data required for the provisional PSD interface. b) Upload from wayside to train: i. Data required to update the stopping pattern files and audio files for Automatic Announcement System (AAS). (see Section 13.6.3) ii. Media data to update the messages and display information in P1S. (see Section 13.6.4) iii. Data required for the provisional Platform Edge CCTV interface.

Legend for RFP Section Reference: 1 - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 9 oflS

Page 26: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlResponse

426 iv. Data required for the provisional PSD interface. contd.

Section 16.6.2.2 is ehanged to read: "The laboratory mockup shall include, at a minimum, all the network components and interfaces necessary to simulate a full network across two A Cars and three B Cars simultaneously, and the wireless data link specified in Section 16.3.8. The actual hardware, correct length of cable and all the connectors as specified for the cars shall be deployed to demonstrate normal network and degraded network oerformance."

473 5 -TS Section25. Attachment I, Sections

14.1.5 and 14.2.1.10

Technical Specification Section 25 Attachment 1 sections 14.1.5 and 14.2.1.10 state that the Contractor shall provide required wayside equipment to support the bumper post function. Please confirm that Contraetor is not required to install the wayside equipment.

The answer provided in Addendum 9 is revised as follows:

If the Contractor's proposed design requires a modification to the wayside, the Contractor is responsible for provision aBEl iRstallatieR of that wayside equipment and the installation documentation, i.e. drawings and orocedures. The Contractor is not responsible for the actual installation.

The Technical Specification will remain unchanged.

Legend for RFP Section Reference: 1 - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 ~ Attachments; 5 - Tech. Specifications, 6 - Tech. Speeification Appendices Page 10 of 15

Page 27: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT Answer/Response

562 5-17.3.2.5 TS 17.3.2.5 states: The Contractor shall provide a feasibility analysis to provide a wireless data link to transfer selected MDS system data to the wayside. [CDRL] The analysis shall address the following, at a minimum: a) Conceptual design of car-borne and wayside equipment required. b) Recommended infrastructure and shop requirements that NYCT would need for the full implementation. c) Cyber security aspects of the wireless data link. d) Pricing of the proposed design.

In order to estimate the cost to prepare the feasibility study, can NYCT list the sites/locations where the wayside wireless equipment will be installed?

The requirements for the feasibility study have been removed. The MDS wireless link is to provide easy aecess to the MDS logs of the on-board equipment, and assist Train Crew or Road Car Inspector to quickly determine the eause of a train trouble and take corrective or preventive action.

Section 17.3.1.3 is changed to read:

"A wireless data link (see Section 16.3.8) shall be provided to transfer selected MDS system data to the wayside and to the handheld device specified in Section 22.3.6."

Section 17.3.2.5 and 17.3.2.6 are changed to read:

"Not used."

Section 17.3.4.10 is changed to read:

"All fault logs shall be available to the maintenance personnel for review on the screen, or to be downloaded to the PTE, USB flash drive or wireless link to wayside (see Section 16.3.8)."

Section 17.3.7.5 and 17.3.7.5 are ehanged to read:

17.3.7.4. The MDS shall use the wireless data link (see Section 16.3.8) for the purpose of transmining MDS data to the wayside and the handheld device (see Section 22.3.6). 17.3.7.5. Communications on the wireless data link shall be secure and enerypted to prevent unauthorized users from accessing the data or system.

Section 17.3.7.7 c is changed to read:

"c) Retrieve data from cars through the wireless data link as described in Section 16.3.8."

Section 17.8 is changed as follows:

The first item in the CDRL table is deleted and the subseauent CDRLs renumbered."

Legend lor RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - Price Sehedules, 4· Attachments; 5 - Tech. Speeifications, 6 - Tech. Specification Appendices Page 11 oIlS

Page 28: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlRespouse

595 5 -13.9.7.4 & 13.9.7.18 The Technical Speeification calls for the RVRS Wayside connectivity in sections 13.9.7.4 and 13.9.7.18. Please define the term "typical maintenance yard" as the size of the yard is directly proportional to the quantity of equipment required to meet a uniform coverage. You may refer to an existing yard as a reference. Also, please

The Contractor shall not be required to supply wayside equipment in the yards. The Contraetor shall be required to demonstrateRVRS connectivity and functionality per the provisions of the TS.

confirm that the Contractor shall only provide the connectivity hardware (access points and antennas) for three typical yards and that it excludes the infrastructure and installation work.

"Seetlon 13.9.1.11 is changed to read: "A CCTV laptop shall be provided to allow retrieval of data from a DVR via a local port or the wireless data link described in 16.3.8. The laptop shall have access controls as required to ensure Chain of Custody and Chain of Evidencewill be maintained. The access eontrol measuresshall be approved by NYCT. The laptop application shall be a Windows-based standalone application that allows authorized users to view and download data from the DVR."

Section 13.9.1.17 is changed to read: "DVR recorded data shall not be accessible via the CCTVTOD. "

Section 13.9.3.5 is changed to read: "Eaeh DVR shall be equipped with a communication port to allow local download of data directly from a DVR to a CCTV laptop."

Sections 13.9.7.2 to 13.9.7.5 are changed to read: 13.9.7.2. It shall be possible to request downloads of specific CCTV video from the vehiele using a network enabled client application, to be provided by the Carbuilder. This client application will queue the request for data on a centralized server dedicated for this purpose, and the server shall be eapable of automatically downloading the data when the appropriate vehicle is detected in wireless connectivity range. The server will then provide that data for download to the original requestor over an Ethernet network connection. 13.9.7.3.The Contractor shall provide all RVRS equipment as required by this Section. The wireless data link specified in Section 16.3.8 may be used by the RVRS as approved by NYCT. 13.9.7.4.Not Used. 13.9.7.5.Not Used.

Section 13.9.7.18 is changed to read: "Not used."

Legend for RFP Section Reference: 1 - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules. 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 12 of 15

Page 29: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT Answer/Response

622 5-TS 13.6.4.2-AD8 13.6.4.2-AD8 Modifications to the stored audio and video messages shall be done via the AAS workstation (see Section 13.6.5), and then uploaded to the onboard Communication System via PTE (see Section 22) or an integrated memory storage unit approved by NYCT or by the wireless communications link described in Section 13.6.1.3 ..

The new section 13.6.1.3 is missing in the Addendum 8

This section has been revised. Please refer to the responseto RFC 426 in this Addendum 12 for the changes.

623 5-TS 13.6.4.3 13.6.4.3 It shall be possible to download multiple stopping pattern modification files to the AAS system such that they will not take effect until a specified ttigger date when the files are to be downloaded via the PTE, or the provisional wireless link described in Section 13.6.4.4.

Section 13.6.4.4 has been changed to "Not Used" with Addendum 8. Reference should be added to the missing 13.6. L3

This section has been revised. Please refer to the response to RFC 426 inthis Addendum 12 forthe changes.

624 5-TSI3.S.5.17 13.5.5.17. The system shall have the capability to automatically adjust to reroutes or skipped stations(s) via commands or signals from the wireless link described in 13.6.4.4, or the route selection screen on the TOD.

Section 13.6.4.4 has been changed to "Not Used" with Addendum 8. Reference should be added to either the missing 13.6.1.3 or to the section 13.6.4 as for the updated section 13.5.5.12 -AD8

This section has been revised. Please refer to the responseto RFC 426 in this Addendum 12 for the changes.

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms andConditions; 3 - Price Schedules,4 - Attachments; 5 - Tech. Specifications,6 - Tech. SpecificationAppendices Page 13 of 15

Page 30: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment ·NYCT Answer/Response

625 5 - Technical Specification Paragraph

22.8.10.24

22.8.10.24 The Contractor shall perform feasibility studies for submittal to NYCT, to determine if existing NYCT BTEs can be upgraded to be compatible with R211 equipment.

I. Is this requirement to be completed ~rior to proposal submittal?

2. Will NYCT provide a complete list of existing BTEs that should be considered for upgrade during this study? 3. WiH NYCT provide detailed data packages for each of the BTE, UUT and TPS to be considered in this feasibility study? 4. In defining the requirements for this feasibility study, does NYCT require the evaluation of the following: a) Technical Capability of the existing BTE in relation to the current CBTE technical requirements b) Obsolescence Studies of in-service materials of the existing BTE and associated hardware and software. c) Utilization / Availability of each of the existing BTE systems being considered for upgrade to assess the impacts of further downtime. d) Loading and throughput data (historical and currently projected) for each legacy BTE to perform a proper throughput analysis of the upgraded system e) Historical Maintenance Costs and MTBF data on the current BTE f) Legacy LRU/LLRU support requirements on current BTE g) TPS re-host or transportability costs associated with legacy LRUILLRU testing still required by the upgraded BTE h) Infrastructure/facility impacts for an upgrades performed on the BTE i) Software licensing / upgrade impacts

Given that the BTE design will depend on the design of the Car and its Systems, the feasibility study is not required to be eompleted prior to proposal submittal.

Details of the existing equipment will be made availableto the Contractor after Notice of Award, and the Contractor will be able to survey the existing conditions.

NYCT would expect the feasibility study to include, but not be limited to the items listed under Item 4.

TA-22 5 - TS 13.10.3 Revisedrequirements for platform edge CCTV provision to integrate with changes to wireless data link system

Section 13.10.3 is changed to read:

"The Platform Edge CCTV system will receive data from pJatfonn mounted CCTV carneras via a wireless data link and shall display the images on the CCTV TOD in the cab. The system will be capable of displaying the video while the train is entering and exiting the station. The wireless data linkspecified in Section 16.3.8 may be used by the Platform Edge CCTV system as anoroved bv NYCT."

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 a Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 14 of 15

Page 31: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

668151 RFP R34211 Addendum 12 Questions

RFC# RFP Section Reference Proposer Question/Comment NYCT AnswerlResponse

TA-23 5-TS 13.11.3 Revised requirements for platform screen door interface provision to integrate with changes to wireless data link system

Section 13.11.3 is changed to read:

"The PSD system will communicate via a wireless data link with the PSD system in the station. The wireless data link specified in Section 16.3.8 may be used by the PSD system as approved by NYCT. The PSD system will be capable of determining when the train is berthed in the station and the correct platform side. The PSD system will be able to coordinate the safe oneration of the PSDs with the train doors."

TA-24 5 - TS 25.13.1 Revised SIR car radio system requirements to reflect upcoming change to 800 MHz system

Section 25.13.1 is change to read:

25.13.1.1. Replace Section 13.4.9.l.b) with the following: ""CH UP" and "CH DN" keys shall scroll through the frequency channels programmed into the radio from the present setting. The associated Channel Aliases that shall be displayed on the LCD display when the frequency channels are scrolled will be provided after Notice to Proceed."

25.13.1.2. Replace Section 13.8.1.12 with the following: "SIR is in the process of procuring a new Train Radio system. The new system will operate in the 800MHz range. The R211 STrain Radio assembly shall be designed to function with this new train to wayside radio system. Specific details of the new radio design will be provided after Notice to Proceed,"

25.13.1.3. Replace Section 13.8.1.13 with the following: "Not used."

25.13.1.4. Replace Section 13.8.115 with the following: "Not used."

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules. 4 - Anachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page j S of 15

Page 32: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF­ADDENDUM

ADDENDUM #11

BID OPENING/DUE DATE: 11/30/2016

This addendum contains a CD which will be sent

bY overnight mail

Page 33: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

2 Broadway Veronique Hakim New York, NY 10004 President

8 New York City Transit 11/10/2016

R34211 ADDENDUM NO. 11

PURCHASE OF 1,025 SUBWAY CARS WITH A BASE ORDER OF 10 OPEN GANGWAY TEST CARS FOR NYCT "B" DIVISION, 75 STATEN ISLAND RAILWAY CARS AND 200 NYCT "B" DIVISION SUBWAY CARS

AND AN OPTION FOR 740 ADDITIONAL NYCT "B" DIVISION SUBWAY CARS

CLOSING DATE - November 30,2016

To Prospective Proposers:

Prospective Proposers are hereby notified of the following changes to the Proposal in the above referenced Request for Proposal (RFP).

This Addendum has been generated in order to respond to questions asked. In order to assist Proposers, Contract pages with tracked changes have been provided. The tracked documents are intended to call the Proposers' attention to where changes have been made to the Contract documents:

• Please remove the existing pages 2 and 4 of the Important Notice to Proposers and replace it with the revised pages 2 and 4 of the Important Notice to Proposers attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying CD]

• Please remove the existing pages 1 and 9, of the Overview and replace it with the revised pages 1 and 9 of the Overview attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying CD]

• Please remove the existing pages 14, 19, 65, 78-84, 145, 146 and 164, of the Terms and Conditions and replace it with the revised pages 14, 19, 65, 78-84, 145, 146 and 164 attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying CD]

• Please remove the existing PF-1 form and replace it with the revised PF-1 form attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying CD]

• Please remove the existing pages 2 and 9-11 of Attachment 24 - Proposer's Execution Form and replace it with the revised pages 2 and 9-11 of Attachment 24 - Proposer's Execution Form attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying CD]

Attached are the following documents providing clarification on inquiries received from Proposers: • A question and answer sheet (note: RFC # means Request for Clarification number and is used for tracking purposes

only). [See accompanying COl • An electronic copy of a list of the changes made to the Technical Specification. [See accompanying COl • An electronic copy of the Technical Specification changed pages as a result of this addendum. (Note: The tracked

version of the changed pages attached indicate the changes made via this addendum. The changes are highlighted by strike-out text for deletions and underlined text for insertions). [See accompanying COl

• An electronic copy of the updated PF-1 form. [See accompanying COl • An electronic copy of the updated Attachment 3 - Suppliers of Major Subsystems for Passenger Subway Cars [See

accompanying COl

Please be governed accordingly when submitting proposals for the above referenced Request for Proposals.

Sincerely,

tvL~·~ 'v-:»: Marian Murray Assistant Chief Procurement Officer, Procurement

MTA New York City Transit is an agency of the Metropolitan Transportation Authority, State of New York

~8-03-612b 11/15

667945

Page 34: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA· NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.info/nyctlprocure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF­ADDENDUM

ADDENDUM # 10

BID OPENING/DUE DATE: 11/30/2016

Page 35: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

1113/2016DNew York City Transit

R34211 ADDENDUM NO.10

PURCHASE OF 1,025 SUBWAY CARS WITH A BASE ORDER OF 10 OPEN GANGWAY TEST CARS FOR NYCT "B" DIVISION, 75 STATEN ISLAND RAILWAY CARS AND 200 NYCT "B" DIVISION SUBWAY CARS

AND AN OPTION FOR 740 ADDITIONAL NYCT "B" DIVISION SUBWAY CARS

CLOSING DATE - November 30,2016

To Prospective Proposers:

Prospective Proposers are hereby notified of the following changes to the Proposal in the above referenced Request for Proposal (RFP).

This Addendum has been generated in order to respond to questions asked. In order to assist Proposers, Contract pages with tracked changes have been provided. The tracked documents are intended to call the Proposers' attention to where changes have been made to the Contract documents'

• Please remove the existing page 2 of Attachment 9 - Schedule A Insurance Requirements and replace it with the revised page 2 of Attachment 9 - Schedule A Insurance Requirements attached as referenced in RFC #466. (See also the tracked version attached indicating the changes made via this addendum.)

• See attached Question and Answer Sheet clarifying inquiries received from Proposers (note: RFC # means Request for Clarification'number and is used for tracking purposes only).

Please be governed accordingly when submitting proposals for the above referenced Request for Proposals.

Sincerely.

wr~;(_·~~/ Marhm"'Murray Assistant Chief Procurement Officer. Procurement

667562

Page 36: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

INSURANCE REQUIREMENTS

B. INSURANCE R.:QlHREMENTS

As used in this Schedule A. the term "Contractor" includes Contractors and Consultants.

Except that as otherwise provided in this Schedule A and/or the Specifications/Scope of Work. the Contractor shall procure. at its sole cost and expense. and shall maintain in force at all times during the term of this Contract. through the completion of Contract. including the Warranty Period, if applicable. policies of insurance as herein set forth. written by companies with an A.M. Best Company rating of A-I"VII" or beucr, and approved by the New York City Transit Authority (the "Authority")/MTA and shall deliver evidence of such policies. These policies shall: (i) be written in accordance with the requirements of the paragraphs below. as applicable: (ii) state or be endorsed to provide (a) that the coverage afforded under the Contractor's policies shall apply on a primary basis and not on an excess or contributing basis with any policies that may be available to the Authority/MI'A, and (b) that the Contractor's policies. primary and excess. shall be exhausted before implicating any Authority/M'I'A policy available; (iii) {~,~_,m,lnJ~I'pr's r(,"!~liICm~lJL~ ~\JJJ1~J1J1er~in, ,~ha31 ,jll.l\~ ~1,~,\.\,.:rL l,~,!I,n) 'In.d.a! I, ",:';lK'()fltrU~:tp!>" i\rJ.\,.m1l! ~Ul1Qli.~h:.", ...ha.H 1~L' nriJJE~n"hm~LJ.11!!21.1),~:,~_'ll~!~,l> 11. 'sA J'\\"'J t:Ll,;jJllItl L~'; \!.\J!~ ,,1 J!: '\ t: ~ !H iIi, tYii~1J,!1J}.~l,Jj~~, ~'-y'gill~hl~,- ,;ind (:tm-H'{+t'htl':~'-rhmi.;~~-·~tttt1~· ...-tUk {\'f I~,'t:"'fh,h H''''Tt"'t.4---«+pl't+\-t\h~\ht+~; ; t(t-~iHht>(ltrh'fu:;b+t,~,~

~lk.~-L'OlltHins iUt7'ftI'l;:t-\--~m HttH-l"'taydt4~r-St'-I->.. affe't."l-*4e~il~!,,( l.Hllnt1.'lt-..l' ... f'nli~:~s-ttfe-f*tttl1tf-y

l:mJfi:HlSl·'ht'",~·hfl.tJ!+f~~~,ht.l-h:,+~-.ftnt'-lk.·1tH*,,~: t'if)-::-~A-lHhttf'i+:_LiY~t,!\ ,~·t-I1l"~" d lr'Hllahh:. {'{--tJ-ttftK:f:or· S-tHlt.J

Slthe"l1lruehw:·st'ollt'iesshtll+f~V"'fihd ..,~ .1...-+'''' I1Hlt'j .. (jlltl Illtlstn,. .. :>ihmbled belt' 1't.'·inlrtHCill1111; anj,\'l1fltwityMfAp"li"jl1vuil"hle-ttml (iv) should any of the policies listed herein be canceled, materially changed or not renewed, notice shall be delivered in accordance with the insurance policy provisions to the Authority/M'lA c/o MTA Risk and Insurance Management Department, Standards. Enforcement & Claims Unit 2 Broadway, 21" floor, New York. NY 10004. Policies written on a claims made basis are not acceptable. except for Professional Liability. At least two (2) weeks prior to the expiration or the policies. Contractor shall endeavor to provide evidence or renewal or replacement policies of insurance. with terms and limits no less favorable than the expiring policies. Except as otherwise indicated in the detailed coverage paragraphs below. self insured retentions and policy deduetibles shall not exceed $100,000. unless such increased deductible or retention is approved in writing by Auihority/M'TA. The Comractor shall be responsible for all claims expense and loss payments within the deductible or self-insured retention. The insurance monetary limits required herein may be met through the combined usc of the insured's primary and umbrella/excess policies.

I. Commercial General Liability Insurlll1ce (I.S.0. 200 I Form or equivalent approved by the Authority) in the Contractor's name with limits of liability specifically written for this Contract of not less than the amount set forth in PARAGRAPH A, above, for each occurrence. The Products/Completed Operations Aggregate Limit on a combined single limit basis 101' injuries to persons (including death) and damage to property must also be at least equal to the amount set forth in PARAGRAPH A, above as the per occurrence limit for Commercial General Liability. The limits may be provided in the form of a primary policy or combination of primary and umbrella/excess policy. When the minimum contract amounts can only be met when applying the umbrella/excess policy. the umbrella/excess policy must follow form of the underlying policy and be extended to "drop down" to become primary in the event the primary limits arc reduced or aggregate

10/15 Schedule A Addendum ilL' Page 2

Page 37: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

INSURANCE REQUIREMENTS

B. INSURANCE REQUIREMENTS

As used in this Schedule A. the tenn "Contractor" includes Contractors and Consultants.

Except that as otherwise provided in this Schedule A and/or thc Speci fications/Scope of Work, the Contractor shall procure. at its sole cost and expense, and shall maintain in force at all times during the term of this Contract. through the completion of Contract. including the Warranty Period. if applicable. policies of insurance as herein set forth, written by companies with an A.M. Best Company rating of A-/"VIl" or better, and approved by the New York City Transit Authority (the "Allthority")/MTA and shall deliver evidence of such policies, These policies shall: (i) be written in accordance with the requirements of the paragraphs below. as applicable. (ii) state or be endorsed to provide fa) that the coverage afforded under the Contractors policies shall apply on a primary basis and not on an excess or contributing basis with any policies that may be available to the Authority/M'I'A, and (b) that the Contractors policies. primary and excess, shall be exhausted before implicating any Authority/MTA policy available; (iii) Contractor's requirements written herein shall How down to any and all subcontractors. Any and all policies shall be primary and must be exhausted before implicating any Authnrity/M'I'A policy available, and (iv) should any of the policies listed herein be canceled, materially changed or not renewed, notice shall be delivered in accordance with the insurance policy provisions to the Authority/M'lA c/o MTA Risk and Insurance Management Department, Standards. Enforccmcnt & Claims Unit 2 Broadway. 21" floor, New York. NY 10004. Policies written on a claims made basis arc not acceptable. except for Professional Liability. At least two (2) weeks prior to thc expiration of the policies. Contractor shall endeavor to provide evidence of renewal or replacement policies of insurance. with terms and limits no less favorable than the expiring policies. Except as otherwise indicated in the detailed coverage paragraphs below. self insured retentions and policy deductibles shall not exceed $[()(),()()(). unless such increased deductible or retention is approved in writing by Authority/M'lA, The Contractor shall be responsible for all claims expense and loss payments within the deductible or self-insured retention, The insurance monetary limits required herein may be met through the combined usc of the insured's primary and umbrella/excess policies.

1. Commercial General Liability Insurance (I.S.0. 200 I Form or equivalent approved by the Authority) in the Contractor's name with limits of liability specifically written for this Contract of not less than the amount set forth in PARAGRAPH A. above, lor each occurrence. The Products/Completed Operations Aggregate Limit on a combined single limit basis for injuries to persons (including death) and damage to property must also be at least equal to the amount set forth in PARAGRAPH A. above as the per occurrence limit for Commercial General Liability. The limits may be provided in the form of a primary policy or combination of primary and umbrella/excess policy. When the minimum contract amounts can only be met when applying the umbrella/excess policy. the umbrella/excess policy must follow fonn of the underlying policy and be extended to "drop down" to become primary in the event the primary limits arc reduced or aggregate limits are exhausted. Such insurance shall be primary and non-contributory to any other

lOllS Schedule A Addendum I () Page 1

Page 38: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

665952 RFP R34211 Addendum 10 Questions

RFC# RFP Section Reference

Proposer QuestioolComment NYCT AnswerlResponse

No, this section of the Overview and RFP will not be removed because the answers to these technical questions and the submittal requirements are necessary for NYCT to perform its evaluation of the Proposer's proposal.

MTA New York City Transit (NYCl)'s financing needs are executed by MTA Headquarters. NYCT is interested in vendor proposals that incorporate a low-cost financing alternative when compared to MTA's cost of funds achieved through capital markets access with the MTA Transportation Revenue Bond (TRB) credit. Alternatives range from direct lending on a fixed or variable basis from the Proposer or an entity providing the financing instrument, to credit support through provision of an irrevocable letter or line of credit. Alternatives also include, but are not limited to credit enhancement in the form of a guarantee on some portion ofMTA TRB obligations that would result in lower interest costs as compared to unenhanced obligations.

492 I - RFP Overview and Proposal Procedures

The information requested in the RFP, Section B - Proposer's and Supplier Experience and Lower Tier submittal, requirements (i.e. Responsibility Questionaire, ££0-1 forms), appears to ask for information for each supplier to be proposed that the Proposer assumes would normally be a part of the NYCT Supplier Approval process.

The Proposer requests that NYCT remove questions B.l 0, B.l1 B.12, and Lower Tier submittal requirements and require the proposers to describe their own internal evaluation process for subcontractor selection from NYCT's approved Supplier list.

614 1- Section 11-30-2) Overall benefit cost and financial benefit

to the authority

What type of finance is NYCT looking for? (NYCT loan or supplier loan or others)

615 \- Section 11-30-2)) Overall benefit cost and financial benefit

to the authority

What is amount and duration of loan NYCT is looking for? Does NYCT needs to secure all the funding prior to NTP ?

MTA' 5 substantial borrowing needs are described in more detail in the approved 2015­2019 Capital Program (see MTA website). Proposals should incorporate the largest size fmancingat the lowest possible cost. MTA's debt obligations amortize across a 40-year horizon using level debt service, accordingly the duration of the financing can be applied to any portion of this timeframe, but would ideally be commensurate with the useful life of the cars.

Legend Cor RFP Section ReCerence: 1 • RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 10C5

Page 39: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

665952 RFP R34211 Addendum 10 Questions

RFC# RFPSection Reference

Proposer Question/Comment NYCT AnswerlResponse

616 I - Section 11-30-2) Overall benefit cost and financial benefit

to the authority

If a loan is provided to NYCT, how will NYCT guarantee the loan repayment? What will be repayment schedule?

MTA's Transportation Revenue Bond credit provides for certain pledged revenues as security. This information is available on MTA's website: (http://web.mta.info/mtalinveslor/index new.htrn

452 2 - 111-2 ­ Article 107 Article 107 requires the Authority's prior written consent, which may be withheld in the Authority's sole discretion, for "any change in the ownership or control of Contractor, or any entity owning or controlling Contractor", In general, restructurings and changes in ownership aim at improving the affected entities in terms of, e.g., performance, growth, fmancing and synergy. The Authority would therefore most likely indirectly benefit from this as well. Additionally, most competitors for this RFP are a listed entity and the investors expect its management to be free to restructure or change the group structure in order to improve its performance without the restrictions of change in control clauses. Furthermore, performance or solvency concerns the Authority might have can be sufficiently addressed with the performance bond, advance payment bond and parent company guarantee as well as with the 5% retainage on all payments required by the RFP, from Contractor's entities or sureties on whose references, deliveries or capacities the Authority relies at pre-qualification stage or during project execution. Lastly, if the Contractor signs a contract, it is truly inccntivized to flawless execution of this contract because otherwise, the Contractor would incur material losses and liabilities. Therefore, it will never be in the Contractor's interest to restructure its corporation in a way that would adversely affect the performance on any ongoing project. We therefore propose that the restriction imposed on the Contractor regarding such a change in control be removed from the RFP.

No. This section of the Article will not be revised.

461 2 - Article 303D.4.2.2.02)

Payment milestone 303.D.4.2.2.02) refers to delivery of2 five-Car Units R2IIS as opposed to l-five-Car Unit in 11-30.1), 111- 203.A.2. Could you please confirm payment milestone 303.D.4.2.2.02) is "upon delivery of l-fiveCar Unit R21 IS?

Please refer to response RFC #359 of Addendum 6.

Legend (or RFP Section Reference: I • RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 • Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 2 0(5

Page 40: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

665952 RFP R34211 Addendum 10 Questions

RFC# RFP Section Reference

Proposer QuestloolComment NYU AnswerlResponse

484 2- ARTICLE 1202 ECONOMIC PRICE ADIUSTMENTIESC

ALATION FOR OPTIONS

Original wording: "The base currency exchange rate used for the calculation of the economic price adjustment is the arithmetic average (carried to four decimal points) of the rates published during the last two full months preceding the date of the Notice of Award of this Contract."

Suggested wording: The base currency exchange rate used for the calculation of the economic price adjustment is the spot rate published by Bloomberg at 14hOO Frankfurt time ten days before the date of bid submission.

Reasons why we are asking this update: If the base reference exchange rate is set at the time of Norice of Award of the contract, then the Contractor is exposed to currency exchange rate fluctuations between bid submission and the Notice of Award of the Contract.

Since NYCT is covering this risk between Contract Award and exercise dates of the options. can the adjustment clause also cover the time between bid submission and exercise dates?

When NYCT will exercise the options, the Proposer will enter into forward contracts to hedge expenses in foreign currencies. The Proposer would prefer if a spot exchange rate of a given day could be used to make the price adjustment, rather than an arithmetic average rate over two months, so that price adjustment and forward contracts can be based on the same spot rate.

No, this Article will remain unchanged.

If the Proposer can demonstrate a benefit to the Authority associated with a change to a spot exchange rate for a given day versus the 2 month average, the Proposer can submit this as part of an alternate proposal for consideration.

Note: With respect to the rationale for the request for a change to 1202. D.5 please note that the "bid submission" referred to by the Proposer, or the proposal submission in this case, will likely not be the last price submitted. The last price submitted will be with the Best and Final Offer which is much closer to the date of Notice of Award.

606 2 -1202 Article 1202 "Economic Price AdjustmentJEscalation for Options"- In order to be able to submit a more competitive offer, would the Authority accept alternative labor and/or material indices for the Option escalation formula?

The Authority will accept alternative labor and/or material indices for the Option escalation formula. The Contractor should submit this as part of an alternate proposal demonstrating the benefit to NYCT of using these alternative indices.

Legend for RFP Sectloe Reference: 1 • RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 3 ofS

Page 41: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

665952 RFP R34211 Addendum 10 Questions

RFC# RFP Section Reference

Proposer Question/Comment NYCT ADswerlRespoDse

609 2 - SECTION III­CONTRACT TERMS AND

CONDITIONS ­ARTICLES 905.A

AND 905.0­TESTING

Please confirm that tests to be performed by the Contractor are those set forth in the Specifications This RFC was superseded by the following language:

Article 905 D. states "The Project Manager reserves the right to determine what tests are necessary."

Please if clarify that this clause is limited to the only the testing that is required in Article 905 and the Technical Specification.

No, this clause is not limited to only the testing that is required in Article 905 and the Technical Specification. To clarify, the Authority has, to the best of its knowledge and based on past experience, outlined all of the required testing in the Terms and Conditions and the Technical Specification. However, in the event that there is some unforeseen issue during design or manufacturing which would require further testing to resolve, the Project Manager must reserve the right to require that testing be performed.

466 4 - Attachment 9 (Schedule A)­Section B, first

paragraph.

Item (iii) of first paragraph is impossible to comply with. It requires that somehow, a condition in Contractor's policy might override a conflicting condition contained in a subcontractor's policy. The conditions in one party's insurance policy cannot dictate or override the conditions in another party's policy. To achieve the same objective (i.e, ensure that all policies, contractor's and subcontractor's, will be primary I non­contributory), it would be preferable to simply state that these requirements must be flowed down to any and all subcontractors.

Attachment 9 (Schedule A) Section B item (iii) is rewritten as follows:

"Contractor's requirements written herein shall flow down to any and all subcontractors. Any and all policies shall be primary and must be exhausted before implicating any AuthoritylMTA policy available, and"

469 4 - Attachment 9 (Schedule A) ­Section B.4.

Section 8.4 requires that the professional liability insurance coverage be also extend to include "personal injury, bodily injury and property damage from the performance of professional service and/or arising out of the Work." As generally, commercial general liability insurance policies cover this, will the Authority accept avoiding unnecessary duplication of coverage?

The bodily injury and property damage within Professional Liability is due to injury arising out of Contractor's errors and omissions while in General Liability is due to liability. Therefore, there is no duplication of coverage.

Legend for RFP Section Reference: ] - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 - Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 4 of5

Page 42: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

665952 RFP R34211 Addendum 10 Questions

RFC# RFP Section Reference

Proposer Question/Comment NYCT A05werIResponse

502 4 - Attachmeot 3 Attachment 3 includes some sub-components not only component. Is it required also for sub-component which is included in other component to be from qualified supplier?

If, by using the word Component in this question the SupplierlProposer is referring to the Subsystem which is listed in Attachment 3, then the Proposer must include as part of its base proposal a Subsystem from a qualified Supplier. If proposing an unqualified Supplier for a Subsystem, this should be included as an alternate proposal. Please note the requirements of paragraph 5 of the Overview when submitting proposals that include unqualified Suppliers of major Subsystems.

If the SupplierlProposer is referring to the Components which make up the Subsystems identified in Attachment 3, for which one has to be pre-qualified, then the answer is no. The Components of the Subsystems do not necessarily have to come from a qualified Supplier.

100 5-22.8.1.1 Referenced PF-5 Form does not list a BTE for the Event Recorder only a Software Workstation. Previous orders required a BTE for Event Recorder. Please clarify if only a Software Workstation is required for Event Recorder or if a BTE for Event Recorder is also required.

Please refer to RFC #126 in Addendum 5.

258 282 331

(superseded byRFC #617) 617

5-2.4.1.1. Various proposers have expressed a desire for an increase in the car weight greater than 78,000 lbs as required by the Technical Specification (TS).

The Authority is desirous of achieving a lighter car based on the corporate goals established for the R211 program. In fact, one of the design goals laid out in the TS is minimization of weight. Additionally, minimization of weight is part of the technical evaluation criteria as laid out in the Overview of the RFP. The extent to which a proposer cannot meet the weight, given that it is an evaluative criterion, needs to be included in its proposal. Sufficient technical detail must be provided to justify the claim that a higher weight allowance is needed. Such information should include a detailed analysis of car weight using the latest requirements as amended throuzh Addenda to the RFP.

Legend for RFP Section Reference: I - RFP Overview; 2 - Terms and Conditions; 3 - Price Schedules, 4 • Attachments; 5 - Tech. Specifications, 6 - Tech. Specification Appendices Page 5 of5

Page 43: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.info/nyctlprocure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF­ADDENDUM

ADDENDUM #9

BID OPENING/DUE DATE: 11/30/2016 This addendum contains a CD which will be sent

bY overnight mail

Page 44: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

10/24/2016

2 Broadway Vcroruque Hakuu

New York, NY 1000·1 President

I) New York City Transit R34211 ADDENDUM NO.9

PURCHASE OF 1,025 SUBWAY CARS WITH A BASE ORDER OF 10 OPEN GANGWAY TEST CARS FOR NYCT "B" DIVISION, 75 STATEN ISLAND RAILWAY CARS AND 200 NYCT "B" DIVISION SUBWAY CARS

AND AN OPTION FOR 740 ADDITIONAL NYCT "B" DIVISION SUBWAY CARS

CLOSING DATE - November 30, 2016

To Prospective Proposers:

Prospective Proposers are hereby notified of the following changes to the Proposal in the above referenced Request for Proposal (RFP).

This Addendum has been generated in order to respond to questions asked. In order to assist Proposers, Contract pages with tracked changes have been provided. The tracked documents are intended to call the Proposers' attention to where changes have been made to the Contract documents:

• Please remove the existing PF-1, 2, 3 and 5 fonns and replace it with the revised PF-1, 2, 3 and S fonns attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying COl

• Please remove the existing page 3 of the Table of Contents and replace it with the revised page 3 of the Table of Contents attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying COl

• Please remove the existing pages 1-21, 46, 73-76 and 93-99 of the Terms and Conditions and replace it with the revised 1-21,46,73-76 and 93-99 attached. (Seealso the tracked version attached indicating the changes made via this addendum.) [See accompanying COl

• Please remove the existing pages 33 and 4S of the Appendix E-2 R211 ICO Mechanical Interface as referenced in RFC #'s 30 and 31 respectively, and replace them with the revised pages 33 and 4S attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying COl

• Please remove the existing page 13 of the Appendix E-2 Carbome CBTC Electrical and FunctionallCO Figure 1 as referenced in RFC #32 and replace it with the revised page 13 attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying COl

Attached are the following documents providing clarification on inquiries received from Proposers: • A question and answer sheet (note: RFC# means Request for Clarification numberand is used for tracking purposes

only). [See accompanying COl • An electronic copy of a list of the changes made to the Technical Specification. [See accompanying COl • An electronic copy of the Technical Specification changed pages as a result of this addendum. (Note: The tracked

version of the changed pages attached indicate the changes made via this addendum. The changes are highlighted by strike-out text for deletions and underlined text for insertions). [See accompanying COl

• Attachment 14-C as referenced in RFC #324. [See accompanying COJ • Attachment 14-0 as referenced in RFC #327 [See accompanying COl • An electronic copy of the updated PF-1, 2, 3 and 5 forms. [See accompanying COl • An electronic copy of Appendix E-1 R211 Renderings Package [See accompanying COl • Staffing Plan form from Attachment 8 EEO-1 Forms as referenced in RFC #588. [See accompanying COl

Please be governed accordingly when submitting proposals for the above referenced Request for Proposals.

Sincerely,

~~~a-"-3' Marian Murray Assistant Chief Procurement Officer, Procurement

MTA New Yorh. City Transit is an agency of the Metropolitan Transportation Authority, State of New York

5~03-612S 11,115

665816

Page 45: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA • NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.lnfo/nyctlprocure/nyctproc.htm

[email protected]

R34211

NOTICE

·OF· ADDENDUM

ADDENDUM#B

BID OPENING/DUE DATE: 11/30/16

This addendum contains a CD which will be sent by overnight mail

Page 46: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

2 Broadway Veroruoue Hakim New York. NY 10004 Prestdcnt

a New York City Transit 10/5/2016

R34211 ADDENDUM NO.8

PURCHASE OF 1,025 SUBWAY CARS WITH A BASE ORDER OF 10 OPEN GANGWAY TEST CARS FOR NYCT "B" DIVISION, 75 STATEN ISLAND RAILWAY CARS AND 200 NYCT "B"

DIVISION SUBWAY CARS AND AN OPTION FOR 740 ADDITIONAL NYCT "B" DIVISION SUBWAY CARS

CLOSING DATE - November 30, 2016

To Prospective Proposers:

Prospective Proposers are hereby notified of the following changes to the Proposal in the above referenced Request for Proposal (RFP).

This Addendum has been generated in order to respond to questions asked. In order to assist Proposers, Contract pages with tracked changes have been provided. The tracked documents are intended to call the Proposers' attention to where changes have been made to the Contract documents:

• Please remove the existing PF-3 forms and replace it with the revised PF-3 forms attached. (See also the tracked version attached indicating the changes made via this addendum.) [See accompanying CD]

• Please remove the existing page 13 of the ICD OBCU-CIU Electrical and Functional Interface and replace it with the revised page 13 attached. (See also the tracked version attached indicated the changes made via this addendum.) [See accompanying CD].

Attached are the following documents providing clarification on inquiries received from Proposers: • A question and answer sheet (note: RFC # means Request for Clarification number and is used

for tracking purposes only). [See accompanying CD] • An electronic copy of a list of the changes made to the Technical Specification. [See

accompanying COl • An electronic copy of the Technical Specification changed pages as a result of this addendum.

(Note: The tracked version of the changed pages attached indicate the changes made via this addendum. The changes are highlighted by strike-out text for deletions and underlined text for insertions). [See accompanying COl

• R211 ICD OBCU-CIU Electrical and Functional Interface, updated Table 3. [See accompanying CD]

• SIR Track Layout as referenced in RFC #326. [See accompanying CD] • An electronic copy of the updated PF-3 forms. [See accompanying COl

Please be governed accordingly when submitting proposals for the above referenced Request for Proposals.

Sincerely,

/~~~ ~n-Q Marian Murray Assistant Chief Procurement Officer, Procurement

MTA New York City Transit IS an agency of the Metropolitan Transportation Authority, State of New York

~i:\ {(I-hi;''' I ' ..le

664358

Page 47: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF­ADDENDUM

ADDENDUM #7

BID OPENING/DUE DATE: 11/30/2016

Page 48: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

2 Broadway veroruque Hakim New York, NY 10004 President

• New York CityTransit 09/26/16

R34211 ADDENDUM NO.7

PURCHASE OF 1,025 SUBWAY CARS WITH A BASE ORDER OF 10 OPEN GANGWAY TEST CARS FOR NYCT "B" DIVISION, 75 STATEN ISLAND RAILWAY CARS AND 200 NYCT "B" DIVISION SUBWAY CARS AND AN OPTION FOR 740 ADDITIONAL NYCT

"B" DIVISION SUBWAY CARS

CLOSING DATE - November 30,2016

To Prospective Proposers:

Prospective Proposers are hereby notified of the following changes to the Proposal in the above referenced Request for Proposal (RFP).

This Addendum has been generated in order to respond to questions asked. In order to assist Proposers, Contract pages with tracked changes have been provided. The tracked documents are intended to call the Proposers' attention to where changes have been made to the Contract documents:

• The deadline to receive inquiries regarding requests for clarification has been rescheduled to October 4, 2016.

• The closing date for receipt of Proposals has been changed from October 18, 2016 to November 30,2016.

• Please remove the existing pages 3 and 15 from the Overview and replace it with the revised pages 3 and 15 of the Overview attached. (See also the tracked version attached indicating the changes made via this addendum).

• Please remove the existing page 1 of Attachment 24 - Proposer's Execution Form and replace it with the revised page 1 of the Proposer's Execution Form attached. (See also the tracked version attached indicating the changes made via this addendum).

Please be governed accordingly when submitting proposals for the above referenced Request for Proposals.

Sincerely,

'~,j'(r---'"1f~6 Marian Murray Assistant Chief Procurement Officer, Procurement

MTA New York City Transrt IS an agency of the Metropolitan Transportation Authority, State of New York

663605

Page 49: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

• UNITED STATES EMPLOYMENT PLAN WORKSHEET • UNITED STATES EMPLOYMENT PLAN CERTIFICATION • SUBCONTRACTOR DATA FORM • MTA VENDOR CODE OF ETHICS • PROPOSER'S EXECUTION FORM

• TECHNICAL SPECIFICATION - Separate Document

• APPENDICIES TO TECHNICAL SPECIFICATION - Separate Documents

2. PERTINENT DATES

• Release date of this RFP is July 22, 2016. • A pre-proposal conference will be held on September 8, 2016, at 10:00 am at 2

Broadway, Board Room 209 on the 20th floor. • All inquiries regarding requests for clarification must be received by the Authority by

Sel3temeer October~, 2016. • All proposals are due by 1:00 pm on OGtober November ~30, 2016 (the "Closing

Date").

3. GENERAL INSTRUCTIONS

The Authority considers any information it may have released either orally or in writing prior to the issuance of this RFP to be preliminary in nature and shall not be bound by such information.

Each Proposer should furnish the information required by this RFP. The person signing the proposal must initial all erasures or other changes.

If the proposal is signed by other than the president or general partner of the Proposer, the proposal is to include evidence of the agent's authority.

In general, the Authority seeks proposals under this RFP which are advantageous to the Authority and satisfy its overall needs. In order to afford the Authority the ability to properly evaluate and compare all proposals received, it is essential that each Proposer clearly indicate, with specificity, in what respect its proposal or alternative proposal constitutes an enhancement, a reduction or other change in the CONTRACT TERMS AND CONDITIONS and TECHNICAL SPECIFICATION, or if the Price Proposal is based upon the RFP without any changes, that such is the case. All affected provisions should be cited and any proposed modifications set forth.

4. ALTERNATIVE PROPOSALS

Each Proposer shall submit a base proposal as called for in this RFP and Proposers are encouraged to submit alternate proposals containing enhancements, reductions, or changes it wishes to offer. An alternate proposed on the assumption of changed technical specifications or contract terms must contain a corresponding alternate Price Proposal.

Page 3 of 52 Addendum 3Z618698

Page 50: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

New York, New York 10004

Attention: Bid Solicitation Desk

RFP Number and Proposal Title: R-34211 - Purchase of 1,025 Subway Cars with a Base Order of 10 Open Gangway Test Cars for NYCT "B" Division, 75 Staten Island Railway Cars and 200 NYCT "B" Division Subway Cars and an Option for 740 Additional NYCT "B" Division Subway Cars

Closing Date: October November +830,2016

Proposals are due on or before 1:00 p.m. on the Closing Date. Hand-carried proposals may be delivered to the address as shown above only between the hours of 9:00 a.m. and 4:00 p.m., Mondays through Fridays, excluding holidays observed by the Authority. Proposers must include their complete return addresses, Contract number, Contract title and the Proposal Due Date on the envelope(s) enclosing any material. Proposers are responsible for informing any commercial delivery services used of all delivery requirements and for assuring that the required information on the outer wrapper of material submitted appears on the outer wrapper or envelope used by such service.

The Authority will not accept telefaxed proposals.

By submitting a Proposal, the Proposer agrees to provide the Authority additional information, or to clarify or supplement information already furnished, including but not limited to information relating to its past performance, its plan for performing the Contract, investigations, indictments, convictions, the Proposer's safety practices and record, and financial conditions. The Proposer agrees to permit the Authority to conduct site visits to Proposer's plant, current work sites and other locations.

25. CONTENTS OF PROPOSAL

PROPOSALS ARE TO CONTAIN THE FOLLOWING:

Part A - An Executive Summary providing an overview of the complete proposal. The Executive Summary shall be clear and concise and discuss how the Proposer intends to meet the requirements of this RFP.

Part B - Technical Proposal which shall include all of the following:

i. A statement from the Proposer that all technical specifications and technical requirements have been reviewed and that the Proposer's team is capable of and commits to performing all of them except as noted pursuant to (iv) below. .

ii. Major Suppliers. The Proposer is to submit its proposed Major Suppliers on Forms TF-1 and TF-2, Attachment 7. Only Suppliers who appear on the Authority's Suppliers of Major Subsystems for Passenger Subway Cars, Attachment 3, may be proposed in the base proposal. If alternate Suppliers are proposed for

618698 Page 15 of 52 Addendum 31

Page 51: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

NEW YORK CITY TRANSIT AUTHORITY Materiel Division - Procurement Sub-Division

PROPOSER'S EXECUTION FORM

CONTRACTNO.__~~~~R34211 _ CLOSING (DUE) DATE: 4411/-1330/16

LOCATION: TBD TIME: 1:00 pm Local Time

NOTES:

N-1. Proposals must include a fully completed and executed copy of this form. In order to be a responsive proposal, all parts of the proposal must be submitted. PROPOSERS MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE RECEIPT THEREOF WHERE INDICATED BELOW. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Proposal as a minor informality where the addenda or portion of the Proposal, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Proposer to fully complete any portion of the Proposal as a minor informality.

N-2. Execution of Proposal must be made as required in Section N below.

A. The undersigned Proposer, acknowledging that it has carefully examined the Request for Proposal Package, hereby offers to fully perform all obligations and responsibilities as set forth therein and in its Proposal, at the price(s) stated in the Price Proposal Forms attached hereto, in Price Forms PF-1 through PF-5.

B. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Proposer by any provision of the Contract Documents, including Notice of Award of the Contract:

Telephone No. )

C. (Check where indicated below if the Proposer is a foreign corporation, in which case the Proposer agrees to accept process as provided herein). The undersigned, a corporation not organized and existing under the laws of the State of New York, agrees that personal service of process in any action, suit or proceeding instituted by

Page 1 of 11 CONTRACT R34211 Addendum :lZ 648056

Page 52: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

• UNITED STATES EMPLOYMENT PLAN WORKSHEET • UNITED STATES EMPLOYMENT PLAN CERTIFICATION • SUBCONTRACTOR DATA FORM • MTA VENDOR CODE OF ETHICS • PROPOSER'S EXECUTION FORM

• TECHNICAL SPECIFICATION - Separate Document

• APPENDICIES TO TECHNICAL SPECIFICATION - Separate Documents

2. PERTINENT DATES

• Release date of this RFP is July 22, 2016. • A pre-proposal conference will be held on September 8, 2016, at 10:00 am at 2

Broadway, Board Room 209 on the 20th floor. • All inquiries regarding requests for clarification must be received by the Authority by

October 4, 2016. • All proposals are due by 1:00 pm on November 30, 2016 (the "Closing Date").

3. GENERAL INSTRUCTIONS

The Authority considers any information it may have released either orally or in writing prior to the issuance of this RFP to be preliminary in nature and shall not be bound by such information.

Each Proposer should furnish the information required by this RFP. The person signing the proposal must initial all erasures or other changes.

If the proposal is signed by other than the president or general partner of the Proposer, the proposal is to include evidence of the agent's authority.

In general, the Authority seeks proposals under this RFP which are advantageous to the Authority and satisfy its overall needs. In order to afford the Authority the ability to properly evaluate and compare all proposals received, it is essential that each Proposer clearly indicate, with specificity, in what respect its proposal or alternative proposal constitutes an enhancement, a reduction or other change in the CONTRACT TERMS AND CONDITIONS and TECHNICAL SPECIFICATION, or if the Price Proposal is based upon the RFP without any changes, that such is the case. All affected provisions should be cited and any proposed modifications set forth.

4. ALTERNATIVE PROPOSALS

Each Proposer shall submit a base proposal as called for in this RFP and Proposers are encouraged to submit alternate proposals containing enhancements, reductions, or changes it wishes to offer. An alternate proposed on the assumption of changed technical specifications or contract terms must contain a corresponding alternate Price Proposal. Any alternate proposal must clearly identify the proposed contract or technical change(s)

618698 Page 3 of 51 Addendum 7

Page 53: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R34211 - OVERVIEW AND PROPOSAL PROCEDURES

New York, New York 10004

Attention: Bid Solicitation Desk

RFP Number and Proposal Title: R-34211 - Purchase of 1,025 Subway Cars with a Base Order of 10 Open Gangway Test Cars for NYCT "B" Division, 75 Staten Island Railway Cars and 200 NYCT "B" Division Subway Cars and an Option for 740 Additional NYCT "B" Division Subway Cars

Closing Date: November 30,2016

Proposals are due on or before 1:00 p.m. on the Closing Date. Hand-carried proposals may be delivered to the address as shown above only between the hours of 9:00 a.m. and 4:00 p.m., Mondays through Fridays, excludinq holidays observed by the Authority. Proposers must include their complete return addresses, Contract number, Contract title and the Proposal Due Date on the envelope(s) enclosing any material. Proposers are responsible for informing any commercial delivery services used of all delivery requirements and for assuring that the required information on the outer wrapper of material submitted appears on the outer wrapper or envelope used by such service.

The Authority will not accept telefaxed proposals.

By submitting a Proposal, the Proposer agrees to provide the Authority additional information, or to clarify or supplement information already furnished, including but not limited to information relating to its past performance, its plan for performing the Contract, investigations, indictments, convictions, the Proposer's safety practices and record, and financial conditions. The Proposer agrees to permit the Authority to conduct site visits to Proposer's plant, current work sites and other locations.

25. CONTENTS OF PROPOSAL

PROPOSALS ARE TO CONTAIN THE FOLLOWING:

Part A - An Executive Summary providing an overview of the complete proposal. The Executive Summary shall be clear and concise and discuss how the Proposer intends to meet the requirements of this RFP.

Part B - Technical Proposal which shall include all of the following:

i. A statement from the Proposer that all technical specifications and technical requirements have been reviewed and that the Proposer's team is capable of and commits to performing all of them except as noted pursuant to (iv) below.

ii. Major Suppliers. The Proposer is to submit its proposed Major Suppliers on Forms TF-1 and TF-2, Attachment 7. Only Suppliers who appear on the Authority's Suppliers of Major Subsystems for Passenger Subway Cars, Attachment 3, may be proposed in the base proposal. If alternate Suppliers are proposed for

Page 15 of 51 Addendum 7618698

Page 54: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

NEW YORK CITY TRANSIT AUTHORITY Materiel Division - Procurement Sub-Division

PROPOSER'S EXECUTION FORM

CONTRACTNO.__~==~R34211 __ CLOSING (DUE) DATE: 11/30/16

LOCATION: TBD TIME: 1:00 pm Local Time

NOTES:

N-1. Proposals must include a fully completed and executed copy of this form. In order to be a responsive proposal, all parts of the proposal must be submitted. PROPOSERS MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE RECEIPT THEREOF WHERE INDICATED BELOW. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Proposal as a minor informality where the addenda or portion of the Proposal, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Proposer to fully complete any portion of the Proposal as a minor informality.

N-2. Execution of Proposal must be made as required in Section N below.

A. The undersigned Proposer, acknowledging that it has carefully examined the Request for Proposal Package, hereby offers to fully perform all obligations and responsibilities as set forth therein and in its Proposal, at the price(s) stated in the Price Proposal Forms attached hereto, in Price Forms PF-1 through PF-5.

B. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Proposer by any provision of the Contract Documents, including Notice of Award of the Contract:

Telephone No. (L ---')

C. (Check where indicated below if the Proposer is a foreign corporation, in which case the Proposer agrees to accept process as provided herein). The undersigned, a corporation not organized and existing under the laws of the State of New York, agrees that personal service of process in any action, suit or proceeding instituted by

Page 1 of 11 CONTRACT R34211 Addendum 7 648056

Page 55: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL

web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF-

ADDENDUM

ADDENDUM # 6

BID OPENING/DUE DATE: 10/18/2016

NOTE: A CD WILL BE SENT OUT OVERNIGHT MAIL ON

MONDAY, SEPT 19TH.

Page 56: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 57: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 58: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 59: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 60: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 61: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 62: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 63: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

R211 ICD- Mechanical Interface 2016-02-05

4.11. CBTC TOD and MDS TOD

• The CBTC TOD and MDS TOD shall be furnished and mounted by the Carbuilder.

• The location and characteristics of the CBTC and MDS TODs are defined in the R211 Technical Specification.

• Both CBTC TOD and MDS TOD shall be capable to display Monitoring and Diagnostics System or CTBC TOD information (selection by soft key or CBTC TOD selector switch).

• The CBTC TOD and MDS TOD shall be able to display CBTC information using an internal li- brary of pictures conforming to CIU specification (TOD Format attachment).

• The CBTC TOD and MDS TOD shall be able to provide audible alarms in CBTC and RM mode

• CBTC is interfaced with the CBTC TOD and non CBTC TOD through the train network.

• The CBTC TOD and non CBTC TOD shall be equipped with a touch screen technology allowing the Train Operator to sign on.

4.12. Ethernet Repeater switch

Due to the distance between CBTC equipment, a data repeater switch shall be required. The repeater shall be installed in an intermediate B car. On R211, The Ethernet Repeater switch used for the CBTC network shall be provided by the Carbuilder

5. Undercar Carborne Equipment 5.1.1. Transponder Interrogator Antenna

• The TIA ready to use is equipped with 4 safety hanging

• The TIA has a pigtail terminated by a connector

• NYCT shall provide the TIA

Addendum 6 Updated 08/29/2016 Page 33 of 45

Page 64: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL

web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF-

ADDENDUM

ADDENDUM # 5

BID OPENING/DUE DATE: 10/18/2016

Page 65: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 66: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 67: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 68: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 69: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL

web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF-

ADDENDUM

ADDENDUM # 4

BID OPENING/DUE DATE: 10/18/2016

Page 70: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 71: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 72: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 73: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 74: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 75: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 76: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 77: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT� 2 BROADWAY�

NEW YORK, NY 10004�

DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF­ADDENDUM

ADDENDUM #3�

BID OPENING/DUE DATE: 10/18/2016� This addendum contains a CD vvhich ""ill be sent�

!!J' overnight mail�

Page 78: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 79: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 80: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 81: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 82: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 83: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 84: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 85: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 86: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 87: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 88: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 89: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 90: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 91: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 92: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 93: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 94: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 95: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 96: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 97: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 98: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 99: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 100: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 101: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 102: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 103: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 104: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 105: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 106: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 107: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 108: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 109: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 110: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 111: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 112: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 113: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 114: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 115: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 116: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 117: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 118: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 119: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 120: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 121: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,
Page 122: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA· NEW YORK CITY TRANSIT 2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE·

-OF­ADDENDUM

ADDENDUM #2

REVISED REQUEST FOR PROPOSALS

Page 123: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

aNew York City Transit

NON-CONSTRUCTION DOCUMENT ORDER FORM SOLICITATION #: R34211 SOLICITATION TITLE: R34211 Purchase of 1025 SUbway Cars

PRICE OF BID PACKAGE: $0 IPER SET

TO REQUEST BID DOCUMENTS FOR THIS PROCUREMENT FILL OUT ALL THE INFORMATION ON THIS FORM FAX IT BACK TO THE NYCT BID RECEPTION DESK AT (646) 252-6108/6109, OR PICK IT UP IN PERSON OR MAIL YOUR REQUEST TO, THE NYCT BID RECEPTION DESK, 3 STONE STREET, NY, NY,10004. HOURS ARE 9:00 AM -4:00 PM, MONDAY - FRIDAY, EXCLUDING HOLIDAYS. VENDORS OBTAINING BID DOCUMENTS IN PERSON FROM 10:00 AM TO 11:00AM AND 1:30PM TO 2:30PM ON DAYS OF BID OPENINGS MAY BE SUBJECT TO DELAYS. ALL DOCUMENT FEES ARE PAYABLE BY VISA, MASTERCARD, AMERICAN EXPRESS, COMPANY CHECK OR BANK CHECK. MAKE CHECK PAYABLE TO NEW YORK CITY TRANSIT. ALL PAYMENTS ARE NON·REFUNDABLE.

VENDORS MUST PRINT ALL OF THE FOLLOWING INFORMATION WHEN REQUESTING BID DOCUMENTS.

COMPANY NAME: _

ADDRESS: ----;;0;-;:=""""'=;:-;;-;=:;;:;-;==;-;;-;;=="""=.....-.:==.......==;:;;-;;,---- ­(PLEASE PROVIDE A STREET ADDRESS A POST OFFICE BOX ADDRESS IS UNACCEPTABLE)

ATIENTION: _

TITLE: TELEPHONE:

EMAIL ADDRESS:

FAX#:

TAX ID #fEIN: _

(PLEASE PRINn

NYCT VENDOR #: _

SOLICITATION #: R34211 DATE: PLEASE PROVIDE THE FOLLOWING ORDERING INFORMATION.

COMPANY NAME: _ # OF SETS: _

CREDIT CARD: _ ACCOUNT #: _

EXPIRATION DATE: _

·OVERNIGHT COURIER: _

ACCOUNT #: _

NAME: _ SIGNATURE: _

NYCT VENDOR #: _

·DOCUMENTS WILL BE MAILED US POSTAL SERVICE REGULAR MAIL IF OVERNIGHT COURIER INFORMATION IS NOT PROVIDED.

11/07

Page 124: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

MTA - NEW YORK CITY TRANSIT

2 BROADWAY

NEW YORK, NY 10004

DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

[email protected]

R34211 NOTICE

-OF­ADDENDUM

ADDENDUM #1

CURRENT OPENING/DUE DATE: 10/18/16

Page 125: NOTICE -OF- ADDENDUM ADDENDUM #14web.mta.info/nyct/procure/addenda/R34211add14.pdf · 1. Truck Suspension Elements: Applies to coil spring and chevron type suspensions. For chevrons,

Recommended