WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SAMPLE TASK WORK STATEMENT Fire Life Safety Upgrade Alexandria Facilities

Similar documents
RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

Web Pages for Construction and Traveler Information Condition Reporting System 511 Phone Power. Data Processing and Response Formulation

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

1. Floor above/floor below notification. 2. Private alarm notification. 3. Not Used 4. Voice alarm notification. 5. Not Used.

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

POTOMAC YARD METRORAIL STATION

1.3 REFERENCE STANDARDS

A. The requirements of this Section and the other Division 26, 27 & 28 Sections apply to all the video surveillance system work.

DESIGN & CONSTRUCTION GUIDELINES

SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM

Purpose : Project Manager. Professional. Contractor: devices/system. compatibility

DONALD H. BERG, ARCHITECT

Addendum # 2 Wicomico County Circuit Court Second Floor Renovations Date of Addendum: 2/6/2017

PRO-WATCH NOTIFIER SECONDARY FIRE INTERFACE ARCHITECT AND ENGINEERING SPECIFICATION

I. INTRODUCTION SITE DESCRIPTION

Campus Wide Fire Alarm Repairs

SECTION AUTOMATIC TRANSFER SWITCHES PART 1 - GENERAL

SECTION CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND SECURITY

REQUEST FOR PROPOSALS CLEANING SERVICES

Annual Fire Systems and Backflow Preventers Testing

SECTION ENCLOSED CONTROLLERS

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report

PART 1 GENERAL Quality Assurance A. Fire Alarm Contractor Qualifications:

C. The system shall be capable of turning luminaires on/off (where supported by the luminaire) as well as full range dimming.

GOLDFIELDS PRIMARY SCHOOL. TENDER SPECIFICATION For ELECTRICAL SERVICES MECHANICAL ENGINEER:

SECTION ELECTRICAL IDENTIFICATION

Pre-Bid Meeting Minutes 2018 A & E RFP February 6, :00 a.m.

DERRY FIRE DEPARTMENT LISTED AGENT CERTIFICATION PROGRAM

B. After installation, the Owner shall be able to perform hardware configuration changes as desired without the services of the Integrator.

Recommended location under the current MasterFormat 2004 is Section Elevator Door Smoke Containment System.

PART 1 GENERAL Quality Assurance A. Fire Alarm Contractor Qualifications:

OF AIRPORT COMMISSIONERS

REQUEST FOR QUALIFICATIONS

Northwestern University Scope of BAS Contractor

Recommended location under the current MasterFormat 2004 is Section Elevator Door Smoke Containment System.

PROGRAMMABLE ENERGY SAVING TIMER. ASAP Timers, LLC Multi-Family Timer Model A-1. User Manual

SECTION C. Section Cable Trays for Electrical Systems: Additional identification requirements for cable tray systems.

Michigan State University Construction Standards COMMISSIONING OF FIRE ALARM SYSTEMS PAGE

M001. Revenue Services ISSUED FOR CONSTRUCTION SEPTEMBER. 2, East State Parkway Schaumburg, Illinois Do Not Scale Drawings

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

HIGH-RISE RETROFIT ORDINANCES - NO and NO

Request for Statement of Interest in Implementation of the Roosevelt Road Redevelopment Plan

Rocky Mountain Fire Protection District 4390 Eldorado Springs Drive Boulder, CO

SECTION WET-PIPE SPRINKLER SYSTEMS

Revised March 2015 Fire Alarm Systems Verification. Schedule I(A) Services. *Manditory Site visit required*

Request for Proposals: Architectural/Design Guidelines

OVERMOUNTAIN VICTORY TRAIL BURKE CALDELL CORRIDOR FEASIBLITY STUDY REQUEST FOR QUALIFICATIONS CALDWELL COUNTY PATHWAYS

Standard of Practice - Fire Alarm Systems. NOTE: Significant revisions or additions to the previous standards are highlighted in italics.

BOARD OF COUNTY COMMISSIONERS

TAB C-6 KEYLESS ACCESS AND SECURITY SYSTEM GUIDELINE

Electronic Safety and Security

Washington Metropolitan Area Transit Authority (WMATA)

master plan of highways bus rapid transit amendment

The Owner will provide the QEI inspection and certification services.

Chapter Master Planned Communities (MPC) District

TABLE OF CONTENTS Part 6 Legal Basis for Fire Safety Planning... 2

Winston-Salem State University Campus Master Plan 2016 Update

RFP/RFQ. for Concept & Schematic Design Services. for Outdoor Garden Enhancements. to Cleveland Botanical Garden

PROJECT BACKGROUND. Preliminary Design Scope and Tasks

A. Product Data: For each electrical identification product indicated. B. Comply with 29 CFR and 29 CFR

UNIVERSITY OF MANITOBA PROCEDURE

Section COMMUNICATION EQUIPMENT ROOM FITTINGS. Section Communications Cabinets, Racks, Frames and Enclosures

D. The work addressed in this section consists of a fire protection system, which may include coordination with one or more of the following:

Washington Metropolitan Area Transit Authority Arcing/Smoke Event with Passenger Evacuation

B. Configuration of system shall be through Schneider Electric in Homewood, Illinois (Jerry Lanfear ).

The City of Bowie Arts Committee Bowie, Maryland ART IN PUBLIC PLACES PROGRAM Request for Proposals

SECTION SECURITY TESTING AND COMMISSIONING

SECTION TESTING OF FIBER OPTIC CABLES

FIRE & LIFE SAFTEY STANDARD

Fort Rouge Leisure Centre Section HVAC Upgrades Phase 2 Page 1 of 5 Bid Opportunity No March 2013 FIRE ALARM SYSTEMS

IDENTIFICATION FOR ELECTRICAL SYSTEMS July Electrical Systems

APPENDIX H (DESIGN SUBMISSION CRITERIA)

D3 January 14, 2015 Public Hearing

A Better City Request for Qualifications

NOTICE OF AVAILABILITY (NOA) OF A DRAFT ENVIRONMENTAL IMPACT REPORT AND NOTICE OF PUBLIC HEARING 2190 Shattuck Avenue Mixed-Use Project

CARD ACCESS CONTROL SYSTEM

WEST VIRGINIA UNIVERSITY

Tysons Circulator Study: Process and Preliminary Results Summary. March 2012

Bold items are particular to the City of Euless

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) INTRODUCTION

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

Fire Smoke Damper Actuator Replacements SECTION COMMISSIONING OF HVAC

Commercial Rules and Regulations

Regional Training. Seminar. » EasyPower Hands-On» Protective Device Coordination» Arc Flash Hazard Analysis. March 12-16, 2018 Austin, TX

SPECIFIC PLAN Requirements

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

Princeton Joint Unified School District Invitation for Bid Installation of District-Wide Lighting Occupancy Sensors

RESOLUTION NO. R Refining the route, profile and stations for the Downtown Redmond Link Extension

RFP Addendum 2 March 31, 2016

CALL FOR ENTRIES FOR PROFESSIONAL LANDSCAPE ANALYSIS AND PLANNING

Sound Transit 3. Appendix A: Detailed Description of Facilities and Estimated Costs

CONTRACT FOR USE OF FIRE PROTECTION SYSTEM

Western Pennsylvania Conservancy Clairton & Harrison Community Greening Assessment Projects Request for Proposals July 2018

SECTION TESTING OF FIBER OPTIC CABLES

SECTION FIRE DETECTION AND ALARM

OPERATIONAL GUIDELINE. Office of the Fire Commissioner O.G.# Revision #1 TITLE: ISSUING ORDERS Page 1 of 8

Transcription:

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SAMPLE TASK WORK STATEMENT Fire Life Safety Upgrade Alexandria Facilities 1. BACKGROUND The Washington Metropolitan Area Transit Authority (Metro) was created by an interstate compact in 1967 to plan, develop, build, finance, and operate a balanced regional transportation system in the national capital area. The Authority began building its rail system in 1969, acquired four regional bus systems in 1973, and began operating the first phase of Metrorail in 1976. Today, Metrorail serves 86 stations and has 106 miles of track. Metrobus serves the nation's capital 24 hours a day, seven days a week with 1,500 buses. Metrorail and Metrobus serve a population of 3.4 million within a 1,500-square mile jurisdiction. Metro began its paratransit service, MetroAccess, in 1994; it provides about 1.5 million trips per year. 2. SCOPE / OBJECTIVE The objective of this task order is to upgrade and replace the existing fire alarm system at the following facilities located in Alexandria, VA. This includes the removal of all existing equipment and/or components not required for the functionality of the new system. Alexandria Yard S&I Shop Alexandria Yard Field Maintenance Center/TSSM Alexandria Yard Operations Building Alexandria Yard Traction Power Substation Alexandria Yard Equipment Storage Building Alexandria Yard Covered Storage Building Revenue Collection Facility (RCF) Telegraph Rd Training Facility Huntington Parking Garages Franconia Parking Garages The scope of this task order is to provide the Authority with all necessary materials, services, support, warranty repair, identification, and performance of installation and integration services for new Edwards EST fire alarm system required for the above mentioned facilities (address provided in Section 8.2), to begin no later than (NLT) a period of 90 days after receipt of the Notice to Proceed (NTP). The required tasks include demolition and removal of all equipment not necessary for the installation, configuration, testing, documentation, and final integration of the new fire alarm system. Additionally, it is critical that the buildings and all areas of work remain secure at all times during demolition and installation of equipment. 1 P a g e o f 1 0

All information and documentation developed by the Contractor under this task order shall be the property of the Authority and provided upon request and at the end of the contract. 3. TASKS The Contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort and shall coordinate with both facility management and the security staff to ensure there will be no lapses in security during the performance of the tasks. 3.1 Demolition of Existing Fire Alarm System 3.1.1 The Contractor shall demolish and remove any and all components of the existing fire alarm system that are not required for use with the replacement system. This may include, but is not limited to, smoke detectors, heat detectors, manual pull stations, conduit, cabling, horns and strobes, terminal cabinets, indicating lights, and interface boxes. 3.1.2 The existing equipment to be removed must be identified on Demolition Plan(s) to be provided by the Contractor as part of the SSWP package identified in Section 4, subsection 4.2. 3.1.3 Unused equipment and/or components shall be identified and removed upon approval of the Demolition Plan(s). This may include, but is not limited to, wires and cables, conduit, panels and junction boxes. 3.1.4 All unused equipment shall be documented on a Parts Transfer Request (PTR) form and returned to the Authority. The Contractor shall coordinate with WMATA personnel to have surplus delivered to WMATA Open Material Storage (OMS) Warehouse located in Landover, MD. 3.1.5 All cabling to remain shall be neatly consolidated within its intended routing or path (i.e. cable trays, j-hooks). There shall be no hanging or loose cables or wires upon completion of this task. 3.1.6 A detailed Demolition Plan shall be included in the shop drawings. 3.1.7 The existing fire alarm system shall remain operational during demolition and shall remain functional until full integration of the new system is complete. 3.2 Installation and Configuration of New Fire Alarm System 3.2.1 The Contractor shall supply, install, configure and test control panels, smoke and heat detectors, horns and strobes, cabling, and all other necessary fire alarm equipment required in a turnkey system. The new system shall be an Edwards EST3 Fire Alarm System. 3.2.2 The Contractor shall be responsible for the design, procurement, permits and fees, installation, configuration, testing and startup of the new fire alarm system to the unique conditions and requirements of the facility. 3.2.3 The Contractor shall provide configuration files of the new fire alarm system in accordance with Section 4. 3.2.4 Labels shall be placed on each end of the wires to identify the devices and the destination of the wire. 2 P a g e o f 1 0

3.2.5 All wiring, jacks, pathways, and patch panels will be labeled using TIA/EIA-606A-2010 Standards for Telecommunications Infrastructure of Commercial Buildings. 3.2.6 The cabling infrastructure for the new fire alarm system shall be in accordance with WMATA Design Criteria and Specifications in Attachment I. All interior cable shall be plenum rated. 3.2.7 The Contractor is to maintain a minimum 5 spacing between cables and sources of EMI, such as fluorescent light fixtures or unshielded power lines. 3.2.8 Pull boxes shall be sized per TIA/EIA 569 standards. 3.2.9 Ensure water tight integrity is maintained for all conduits, junction boxes and kiosk penetrations made during this project. 3.2.10 All strapping and lashing of cable within telecommunications and server rooms shall be with hook and replaceable loop straps for easy access to cable bundles to facilitate future moves, additions, and/or changes. Cable bundles shall consist of no more than 50 cables per bundle. 3.2.11 Traditional nylon cinch style tie wraps shall not be used to bundle cables. Only hook and replaceable loop style wraps are acceptable to bundle cables. 3.3 Installation of Fire Alarm Control Panels 3.3.1 The Contractor shall install and configure EST Fire Alarm Control Panels at the sites shown on the drawings in Attachment II. 3.3.2 The Contractor shall provide all software licenses. 3.3.3 The Contractor shall install and configure software in accordance with manufacturer s specifications. 3.3.4 The Contractor shall provide software configuration files in a format to be determined by manufacturer. 3.4 Name Plates and Labels: 3.4.1 The Contractor shall apply nameplates and/or labels to each electrical distribution and control equipment enclosure, telecommunication backboards and racks, and special systems backboards and racks. 3.4.2 Nameplates shall be engraved, laminated acrylic or melamine label, with black letters on white background. 3.4.3 1/8 inch letters shall be used for identifying individual equipment and loads. 3.4.4 1/4 inch letters shall be used for identifying grouped equipment and loads. 3.4.5 For Field-Installed Labels, the Contractor shall use encoded identifiers to comply with TIA/EIA-606A. 3.4.6 The Contractor shall install color coded labels on both ends. 3.4.7 The Contractor shall select size, color, and contrast of all labels to ensure that the identifiers are easily read. 3.4.8 Labels should be visible during the installation and normal maintenance of the infrastructure. 3.4.9 Labels should be resistant to the environmental conditions at the point of installation (such as moisture, heat, or ultraviolet light), and should have a design life equal to or greater than that of the labeled component. 3.4.10 All labels shall be generated by a mechanical device. 3.4.11 From and to locations shall be identified within the naming convention. 3 P a g e o f 1 0

3.5 Training 3.5.1 The Contractor shall provide two 8-hour training sessions on any devices or electronics provided under this contract, for WMATA staff prior to SCI. 4. DOCUMENTATION 4.1 Project Schedule The Contractor shall provide a project schedule no later than five (5) business days after receipt of the Notice to Proceed. The project schedule shall include, but not be limited to the following: Project Title Project Working Title Prepared by Date/Control Number Element Number WBS Elements, Activity, Task, or Sub-Task Names Estimated Duration Start Date Finish Date Resources Required 4.2 Site Specific Work Plan (SSWP) Requirements 4.2.1 The Contractor shall work with the project manager to complete a SSWP using a WMATA template. 4.2.2 The Contractor shall provide a demolition plan for each facility. 4.3 Shop Drawings and Submittals 4.3.1 Prior to the start of work, the Contractor shall survey the facilities and notify WMATA of any issues that may arise during demolition and/or installation. The Contractor shall submit drawings to demonstrate a solution prior to any deviations in the design plans provided to WMATA. 4.3.2 Shop drawings and product submittals shall be presented to and approved by WMATA prior to installation of system. 4 P a g e o f 1 0

4.4 As-Built Drawings 4.4.1 The Contractor shall present shop drawings based on concept drawings provided by WMATA (Attachment I). The drawings shall be readable when printed on 11x17 paper and meet WMATA s 2012 AutoCAD Standards. 4.4.2 The Contractor shall coordinate with WMATA s IT department for a list of IP addresses as needed. The IP addresses shall be included in the device schedule as part of the As- Built package. 4.4.3 The Contractor shall provide an As-Built device schedule in MS Excel file format. 4.4.4 The Contractor shall provide three (3) 11x17 printed sets of final As-Built drawings that clearly show new and existing equipment with all interface points on the drawings in accordance with concepts drawings and WMATA Design Criteria and Specifications. The Contractor shall provide one (1) Universal Serial Bus (USB) Drive (i.e. Flash Drive, Thumb Drive, Pen Drive, Jump Drive) with files in both AutoCAD 2010 (or newer) and PDF formats. 4.5 Fire Alarm Test Requirements 4.5.1 The Contractor shall develop a comprehensive test plan for WMATA approval. 4.6 Substantial Completion Interim (SCI) 4.6.1 The Contractor will notify the project manager once all devices have been tested and deemed functional by their technicians and are ready for WMATA inspection. 4.6.2 An inspection date will be set. 4.6.3 A device test data sheet will be completed, wire labeling will be verified and all aspects of the installation will be reviewed by a WMATA Inspector. 4.6.4 In the event of SCI failure, the Contractor shall generate a punch list for non-compliant items, provide corrective action plans, and a completion date shall be agreed upon with WMATA. 4.7 Operation and Maintenance Manuals 4.7.1 The Contractor shall provide operation and maintenance (O&M) manuals for all equipment, devices, and components supplied under this contract. The O&M manual shall provide technical support and troubleshooting assistance for all fire alarm equipment, devices, or components provided under this task order. 4.7.2 The Contractor shall provide a recommended life cycle system maintenance plan for the installed fire alarm system. 5. REPORTS 5.1 Progress Schedule 5.1.1 The Contractor shall provide a weekly progress schedule detailing advancements and complications that may delay the project. 5 P a g e o f 1 0

5.2 Monthly Status Report 5.2.1 The Contractor shall provide a monthly status report documenting task support, issues, and progress. The report shall detail the Contractor activities during the reporting month and plans for the following two months. The report shall include a summary of work performed and deliverables completed, current or projected problems and issues and their resolution, an explanation of deviations from the previous month's projections, and any recommendations related to the effort. 5.3 Progress Reviews 5.3.1 Progress Reviews will be performed as directed by the Contracting Officer's Representative (COR) and will generally summarize the status and progress of all activities being performed by the Contractor under this task work statement. Progress reviews will take place at those locations requested by the COR. Specific dates for progress reviews will be agreed between the COR and the Contractor's Program Manager. 6. DELIVERABLES SOW Subsection 4.1 Project Schedule 5.1 Progress Schedule Deliverable Due Format NTL 5 business days after receipt of Notice to Proceed NLT 10th business day of each month PDF PDF 5.2 Monthly Status Report NLT 10th business day of each month PDF 4.4 As-Built Drawing Package NLT 5 days prior to SCI AutoCAD 2010 or newer and PDF formats; 3 printed and 1 USB 4.6 Fully Operational Code Compliant EST3 Fire SCI Alarm System 4.5 Test Description Document and Test NLT 15 days prior to SCI Microsoft Word Report 3.3.3 EST3 Software Configuration Files NLT 5 days prior to SCI Vendor Specific 4.7 O&M Manual NLT 5 days prior to SCI Vendor Specific 6 P a g e o f 1 0

7. TYPE OF CONTRACT AND PERIOD OF PERFORMANCE 7.1 This is a Firm Fixed Price order. The contract will contain a CLIN for Other Direct Charges. The period of performance will be 15 months after receipt of the Notice to Proceed. 8. AREA OF WORK 8.1 Work will be performed at an Authority sites within the National Capital Region. 8.2 The specific work locations are as follows: Alexandria Yard S&I Shop 3201 Eisenhower Avenue Alexandria Yard Field Maintenance Center/TSSM 3101 Eisenhower Avenue Alexandria Yard Operations Building 3401 Eisenhower Avenue Alexandria Yard Traction Power Substation 3965 Eisenhower Avenue Alexandria Yard Equipment Storage Building 3103 Eisenhower Avenue Alexandria Yard Covered Storage Building 3105 Eisenhower Avenue Revenue Collection Facility (RCF) (Bldg. C-94) 3301 Eisenhower Avenue, Alexandria, VA. 22314-4549 Telegraph Rd Training Facility 195 Telegraph Rd 7 P a g e o f 1 0

Huntington Parking Garages 2507 Huntington Avenue Alexandria, VA 22303 Franconia Parking Garages 6775 Frontier Dr Springfield, VA 22150 8.3 Staging Area 8.3.1 All work will be performed at the above Alexandria facilities; all materials shall be removed at the end of each shift and the area clear of all debris (wire fragments, packaging materials and trash). 8.3.2 The Contractor shall present an installation plan to WMATA prior to commencement of work as part of their Project Schedule. This plan shall include required area at each WMATA facility needed by the contractor for efficient operations. 8.3.3 The Contractor shall take all necessary steps to minimize adverse impacts to WMATA employees arising from the performance of the contracted work. 8.4 Work Hours 8.4.1 The core work hours for the Alexandria Facilities are 6AM 4PM, Monday Friday. Actual hours vary from facility to facility. 8.4.2 Any work that requires drilling (core, hammer, etc.) or sawing must be done after 4PM. It is the responsibility of the Contractor to coordinate with facility management no later than 42 hours prior to the start of any such work. 8.4.3 Facility availability must be verified with the Facility s support staff; scheduled or unforeseen events or circumstances within the surrounding area could prevent entrance into the Alexandria S&I Yard or other facilities. 8.4.4 The standard workweek is Monday through Friday, except on Federal holidays or when the WMATA facility is closed due to local or national emergencies, administrative closings, or similar Government-directed facility closings. Actual hours vary from office to office within the Authority. 8.4.5 Recognized Holidays: Unless required under the terms of the contract or authorized by the contracting officer, the Contractor shall not plan to work at a WMATA facility on any of the following observed legal holidays: New Year s Day, Labor Day, Martin Luther King Jr. s Birthday, Columbus Day, President s Day, Veteran s Day, Memorial Day, Thanksgiving Day, Independence Day, and Christmas Day. 8 P a g e o f 1 0

8.5 Track Rights 8.5.1 The Contractor shall work with WMATA personnel to obtain track rights and escorts. 9. OTHER DIRECT CHARGES (ODC) 9.1 The Contractor will be reimbursed for allowable, allocable and reasonable Other Direct Charges when approved in advance by the Contracting Officer. 10. SECURITY 10.1 All Contractor personnel in performance of this task order shall obtain a WMATA Contractor badge and Roadway Worker Protection (RWP) training. A background check is a requirement of this process and may take up to 3 business days to complete. Upon approval, the badges may be obtained at the ID office located at the lobby level of the Jackson Graham Building (JGB), Monday-Friday between the hours of 8:30 AM and 4:00 PM. The address for JGB is: Jackson Graham Building 600 Fifth Street, NW Washington, DC 20001-2693 10.2 In the event that the necessary badges are not adjudicated within the timelines described above, the Authority will require the Contractor to develop a work-around plan to meet the requirements of the Task Work Schedule (TWS) and submit it to the Contracting Officer for acceptance. In the event that an acceptable plan is not submitted, the Authority shall be entitled to an equitable adjustment to the task order. 10.3 MTPD will provide escorts to all personnel working in the security sensitive portions of the facility. The Contractor shall notify the Contractor Officer s Representative (COR), in writing, NLT five (5) business days prior to requested date of access to security sensitive portions of the facility. 11. CONTRACTOR QUALITY CONTROL. The Contractor shall perform all technical and administrative planning, coordination, analysis and tracking of the diverse activities and disciplines provided by the Contractor to meet the requirements of this TWS. The Contractor shall manage and control task order resources to assure completion of all tasks within schedule and performance requirements. 9 P a g e o f 1 0

12. CONTRACTING OFFICER S REPRESENTATIVE. The COR shall be the focal point for all task order administration matters related to performance of this TWS. Only the Contracting Officer can make changes to the task order or this TWS, and any such changes are not effective unless directed in writing by the Contracting Officer. The initial COR for this task order is: Nicolas Dimitracopoulos TIES CENI Program Management 600 Fifth Street, NW Washington DC 20001 ndimitracopoulos@wmata.com The Contractor will be notified in writing concerning the replacement, if any of the COR for this task order. Subsequent CORs will be appointed in writing and a copy of the appointment letter will be provided to the Contractor. 13. LIST OF ATTACHMENTS Attachment Title Pages I Concept Drawings 118 10 P a g e o f 1 0