TECHNICAL SPECIFICATIONS SCOPE OF WORK - Washington Metropolitan Area .

Transcription

Washington Metropolitan Area Transit AuthorityIFB No. FQ18119/STContract Number: FQ18119TECHNICAL SPECIFICATIONS – SCOPE OFWORKPage 1 of 45VOL. 1

Washington Metropolitan Area Transit AuthorityIFB No. FQ18119/STContract Number: FQ18119TABLE OF CONTENTSSECTION 1SCOPE OF WORK . 31.01GENERAL . 31.02MINIMUM TECHNICAL AND PROPOSAL REQUIREMENTS . 51.03BASIC DESCRIPTION OF EXISTING SYSTEM . 61.04PRIMARY TASKS. 81.05GENERAL REQUIREMENTS . 131.06SAFETY AND SECURITY . 151.07STORAGE AND DELIVERY INSTRUCTIONS . 161.08SITE VISITS & ROOM LOGBOOK DOCUMENTATION . 171.09QUALITY ASSURANCE . 171.10SUBMITTALS/DELIVERABLES . 171.11ENGINEERING REVIEWS . 181.12SPARE PARTS . 201.13TEST EQUIPMENT . 201.14DESIGN REQUIREMENTS . 201.15TECHNICAL SPECIFICATIONS AND REQUIREMENTS . 211.16INSTALLATION METHOD AND SUPPORT . 261.17TESTING . 281.18TRAINING. 331.19ENGINEERS TRAINING .Error! Bookmark not defined.1.20MAINTAINABILITY . 351.21TECHNICAL MANUALS. 37Page 2 of 45VOL. 1

SECTION 1 SCOPE OF WORK1.01GENERALA. The Washington Metropolitan Area Transit Authority (WMATA) also referenced herein as “theAuthority”, plans to replace existing obsolete Switch Machine power supplies, also referred toas “WHB”. The majority of existing WHB power supplies throughout the rail system haveexceeded reasonable expectation of maintainability. The equipment is difficult to maintain dueto age, discontinued components and the dissolution of the Original Equipment Manufacturers(OEM); this makes obtaining repair parts difficult or impossible. Additionally, the originallinear design is inefficient compared to current technologies. The original power supplies needto be replaced to bring the Automatic Train Control (ATC) system into compliance with theFederal Transit Administration (FTA) mandated State of Good Repair (SOGR). NOTE: Allrequirements listed within this document are applicable if the delivered Power Supplies areCOTS or Design-Build.1. The Contractor shall provide replacement Switch Machine (WHB) Power Supplies forthe WMATA ATC system. The supplies shall feed the non-grounded WHB DC bus(WHB-WHC) for switch-and-lock movement and snowmelter control circuits (HB-HC)at TCRs controlling interlockings. Two types of Power Supplies shall be provided;a. Single-Phase (70 each)b. Three-Phase (120 each)2. The contractor shall:a. Install, adjust and test the delivered power supplies in quantities and at locationsspecified in VOL. I (A)b. Deliver spare suppliesc. Provide technical manualsd. Provide Test Platforme. Provide Field Maintenance Trainingf. Provide Shop Level (bench) trainingg. Provide updated Book of Plan (BOP) drawingsh. Provide spreadsheet of delivered Assets (Location, Manufacture, Model, SerialNumber, Install Date) Note – spares should have a location of 4003. The Authority is seeking a proposal to upgrade Automatic Train Control (ATC) SwitchMachine (WHB) power supplies as specified herein. The upgrade process will include thefollowing: supplying single and three phase power supplies in the specified quantities;installation of the power supplies; adjustment and testing of newly installed supplies;provide Test Platform, documentation and Shop level training for power suppliesdelivered under this contract.4. The Contractor is responsible for gathering the necessary data for the performance of thework under this contract order. The Contractor shall promptly notify WMATA of anyadditional work and of any reduced work in order to adjust the final negotiated amount ofthe Contract.5. The Authority will furnish the Contractor with its Design Criteria including the ATCCAD Manual (ATC-5000), Design Criteria, Standard Drawings, and other design-relatedinformation for the Contractor's use in developing their design and installation planning.6. By providing the WMATA Design Criteria, WMATA does not relieve the Contractor ofits responsibility for the adequacy of the design7. All proposed work and any equipment, materials, including, but not limited to design,procurement, and furnishing shall be submitted to the Project Engineer for approval. TheProject Engineer is hereby defined as the WMATA Contracting Officer’s TechnicalRepresentative or his designee.B. The design shall be carried out in accordance with the latest version of applicable codes,Page 3 of 45VOL. 1

C.D.E.F.regulations and standards that apply to the project work. In the event that WMATA's DesignCriteria exceed applicable standards, the Contractor shall provide a design consistent with theAuthority's Design Criteria.All drawings and data generated by the Contractor (including hard copy and electronic copy)shall become WMATA property. All information collected by the Contractor is WMATAProprietary Information. The Contractor may not use any data it gains access to for any purposeother than to perform work in furtherance of this Scope.The Contractor shall submit to the Project Engineer for approval a detailed Safety Analysis andcomponent level Failure Mode, Effects and Criticality Analysis (FMECA) performed inaccordance with the latest AREMA Communication and Signals Manual for all hardware, andcertify that it is of “Fail Safe” design and functionality. Existing FMECAs for previousequipment used at WMATA may be resubmitted if the analysis pertains to the exact part numberand revision level of the equipment to be provided for this contract. The document must clearlyidentify the part number and revision level.The Contractor shall develop a preliminary design schedule and submit with the proposal.After the task is awarded, the Contractor shall develop a detailed baseline schedule withbudgeted cost assigned to each deliverable for WMATA task manager’s approval.The Contractor shall develop and submit for the approval of the Project Engineer a detailedschedule for the design/procurement and Installation of the new Power Supplies and be basedon the following Contract milestones (all dates are based on calendar days);MILESTONE DELIVERABLEMS-1Preliminary Actions- Submit Qualifications- Submit Project Schedule- PresentationMS-2Design / SpecsMS-3Test Plan- Factory Test Procedure- Acceptance Test Procedure- Field test & Adjustment ProcedureMS-4Acceptance of Factory Test ResultsMS-5Manuals- O&M Manual Approval- Shop Manual Approval- Programming Manual (if applicable)MS-6Delivery & Acceptance of Test PlatformMS-7TrainingMS-825% Delivery & Installation of SuppliesMS-950% Delivery & Installation of SuppliesMS-1075% Delivery & Installation of Supplies100% Delivery & Installation ofMS-11SuppliesMS-12Delivery of Spare SuppliesMS-13BOP Updates & Salvage DeliveryDUE DATENTP 20NTP 40NTP 60NTP 70NTP 80NTP 110NTP 120NTP 255NTP 440NTP 620NTP 800NTP 980NTP 990Page 4 of 45VOL. 1

G. Design Delivery and Milestone Schedule – schedule developed and updated monthly byContractor and agreed with WMATA Project Manager.H. All Work shall be completed by NTP 1100 calendar days.1.02MINIMUM TECHNICAL AND PROPOSAL REQUIREMENTSA. WMATA will provide;Applicable WMATA System Specifications. The Contractor should consult the followingspecifications for technical requirements not covered within this Contract. Any questionsshould be directed to the Project Engineer:a.34 42 52 ATC DC Power Suppliesb.34 42 49 ATC Signal Wire and Cablec.34 42 41 Basic ATC Electrical and Electronic Components Requirementsd.34 42 92 ATC Instruction ManualsB. The materials specified in the WMATA Standard Specifications represent the minimumstandards to be used.C. Designing to meet Buy America guidelines shall be required for federal funded project.D. The Contractor’s design, and furnishing work shall be in accordance with the applicableWMATA ATC Standard Specifications (Rev. 9), unless explicitly stated otherwise within theseContract DocumentsE. The Contractor shall include in their proposal descriptions of the overall product operation,hardware specifications, software methodology, system and product history by location (toinclude property name and contact information) and previous experiences on in-service transitsystem rehabilitation projects. The contractor shall have a minimum of 15 years’ experience inmanufacturing power supplies.F. WMATA Standards and Specifications, available upon request, are overall generalspecifications, applicable to equipment, materials, selections, other services, and all otherContractor work, except as otherwise stated in these Specifications.Page 5 of 45VOL. 1

1.03BASIC DESCRIPTION OF EXISTING SYSTEMA. The existing power supplies are either mounted on the wall or installed in a standard 19-inchrack with EIA spacing. The existing supplies vary in size and input requirements based onmanufacture. The replacement power supplies will be physically equal to or smaller in size(width and height) than the existing power supply of its kind (Single-Phase or Three-Phase).The size requirement will ensure minimal or no modification to the 19-inch racks for the GRSand Electro Chloride replacements. However, the associated cabling may need to be modifiedor replaced. The existing Goodall power supplies will require the installation of new 19-inchracks with EIA spacing for the replacement supplies. Cabling may need to be modified orreplaced.B. The existing supplies to be replaced by the Single-Phase version have the following electricalcharacteristics and were manufactured by;1. Manufactured by GRS (General Rail Way Signal Co.)a. Input voltage 120 VACb. Output 110-140 VDC at 40AMP.c. Dimensions W 19” x H 10 ½ “x D 9”d. Current Mounting RackReplacement supplies will be mounted in the same locationC. The existing supplies to be replaced by the Three-Phase version have the following electricalcharacteristics and were manufactured by;1. Electro Chloride (GRS Chloride Electro Networks Co.)a. Input voltage 208-Y 3-Phase, 4-wire grounded neutral, 60 Hzb. Output 110 – 140 VDC at 50 AMPc. Dimensions W 19” x H 21“x D 13”d. Current Mounting RackReplacement supplies will be mounted in the same locatione. Count 70 units[see VOL. I (A) for count per location]f. Locations 272. Goodall – 60 AMP Version (Goodall Mfg. Co.)a. Input voltage 208-Y 3-Phase, 4-wire grounded neutral, 60 Hzb. Output 110 – 140 VDC at 60 AMPc. Dimensions W 24” x H 36“x D 24”d. Current Mounting WallReplacement supplies may be mounted in a new rack if there are space issues.e. Count 28 units[see VOL. I (A) for count per location]f. Locations 14Page 6 of 45VOL. 1

3. Goodall – 100 AMP Version (Goodall Mfg. Co.):Each 100 AMP Power supply will bereplaced by two units supplied under this contract wired in parallel.a. Input Voltage 208-Y 3-Phase, 4 wire grounded neutral, 60 Hzb. Output 110 – 140 VDC at 100 AMPc. Dimensions W 21” x H 49“x D 18”d. Current Mounting WallReplacement supplies will be mounted in a new racke. Count 4 units[see VOL. I (A) for count per location]f. Locations 2Page 7 of 45VOL. 1

1.04PRIMARY TASKSA. PROJECT MANAGEMENT: The Contractor shall provide a dedicated Project Managerwho will be the primary point of contact with WMATA's Project Manager. The Contractorshall also assign other such technical and administrative personnel appropriate for thescope and general level of effort required to meet the performance commitments, e.g.System Engineer, Electrical/Electronic Engineer, Technical Writer, CAD Operator, andQC Inspector. The contractor shall be responsible for managing the project team tocomplete this task within the project budget and schedule. Monthly Project ManagementTeam Meetings will be required throughout the duration of the task.The Contractor’s Project Manager shall coordinate the work with all sub-contractors (ifany). The Contractor shall be responsible for all project deliverables and coordination ofquality reviews of materials prior to delivery to WMATA and acceptance testing prior toinstallation.Specific Contractor responsibilities include: Preparation and distribution of correspondence, memoranda, action lists, and relatedmaterial; Submission of a project schedule to the WMATA Project Manager that meets all duedates cited herein; Coordination between the Contractor's in-house disciplines and sub-contractors toensure consistency in the deliverables; Ensure key project personnel have extensive experience and demonstrated ability inperforming equivalent tasks on similar projects. At minimum proof of qualificationsshall be provided for the following project personnel: a. Senior Project Engineer;b. Electrical Engineer;c. Field Engineer;d. Technical Writer;e. Software Engineer (if applicable)Compliance with the Contractor's Quality Program. Responsible for all projectdeliverables and coordination of quality reviews of materials prior to delivery toWMATA. Contractor manpower and budget control to complete project tasks within the agreedupon budget and schedule. Preparation and submission of Monthly progress reports as required supportingContractor's invoices. Monthly Progress Report shall include major highlights anddeliverables, scope, schedule, and budget progress within the month and shall beapproved by WMATA’s reviewer of the Progress Report. Responses to WMATA questions and requests to the work of this task; Resolution and formal responses to review comments; and Scheduling Monthly Project Meetings;Page 8 of 45VOL. 1

B. SITE SURVEY: The Contractor shall conduct site surveys to confirm the number and typeof power supplies to be replaced, power supply placement, installation requirements (suchas power supply placement, modifications to wiring or addition of racks), and associatedfactors at each location.C. PROVIDE REPLACEMENT SWITCH MACHINE (WHB) POWER SUPPLIES:1. 120 VAC Single-Phase InputReplacement (new) Power Supplies shall be mountable in a standard EIA 19 inchrack. Dimensions (Max): W 19” x H 10 ½” (6U) x D 22” Specifications: See Section 4.4 Quantity:o For Installation 60 units (see VOL. I (A))o Locations 24o Delivery (no install) to Training and SAMS 4 unitso Spares 6 unitso Total 70 units2. 208-Y VAC Three-Phase InputReplacement (new) Power Supplies shall be mountable in a standard EIA 19 inchrack. Dimensions (Max): W 19” x H 21” (12U) x D 22” Specifications: See Section 4.4 Quantity:o For Installation 106 units (See Note and VOL. I (A))o Locations 43o Delivery (no install) to Training and SAMS 4 unitso Spares 10 unitso Total 120 unitsNOTE:At two locations large power supplies arebeing replaced with two paralleled smallerunits. 98 units to be installed one for one 8 units to be installed two for one 106 total units for installDeliverables: Single-Phase Power Supplies Three-Phase Power SuppliesPage 9 of 45VOL. 1

D. PROVIDE A TEST PLATFORM: Suitable for Shop acceptance testing of each type ofpower supply provided under this contract. The Test Platform, documentation and trainingshall be delivered prior to the start of WMATA acceptance testing. See Section 1.17.Deliverables: Test Platform Manual and Schematics for Test Platform (may be included within the Shop Manual) Training on Test Platform (may be included within the Shop Training)E.PROVIDE TECHNICAL DOCUMENTATION1. O&M Manual for field personnel: Quantity 84 (may include both types of suppliesin one manual)2. Shop Manual for bench technicians: Quantity 20 (includes manuals distributed duringtraining)3. Test Platform Manual: Quantity 5 (may be included within Shop Manual)4. Programming Manual (if applicable) (may be included in Shop Manual): Quantity 3 Deliverables:O&M ManualShop ManualTest Platform and Programming Manuals (if separate from Shop Manual)F. POWER SUPPLY INSTALLATION:1. The Contractor shall review the associated TCR Book of Plan (BOP) drawings andtake into consideration any ongoing or planned projects that may impact the scopeelements defined herein as provided by WMATA. A detailed installation plan shallbe provided that includes: Acceptance testing, Replacement of existing powersupplies, Adjustment and testing of installed supplies, and delivery of removedequipment and wiring to a location specified by WMATA for salvage.2. The front and back of the newly installed power supplies shall be accessible.3. The replacement units for the GRS Single-Phase and Electro Chloride Three-phasesupplies shall be installed in the same location and mounting method (rack mount) asthe original power supplies.4. The replacement units for the wall mounted Goodall supplies shall be installed inracks near the original wall mount location (if possible). The installation will requirenew EIA racks to be provided. The racks may need to be installed perpendicular tothe wall to provide both front and back access to the supplies5. A full complement of non-corroding hardware shall be used to mount each DCpower supply in the manner previously submitted and approved. Mounting panels orbrackets shall be rigidly designed so that they do not sag under the weight of thepower supply.Page 10 of 45VOL. 1

6. Replacement of existing Single-Phase GRS power supplies with the Single-Phaseversion supplied under this Contract. 60 Power Supplies at 24 locations as detailedin Appendix-A.a. Remove the supplies designated for replacement and deliver to WMATAcollection site for salvage.b. Install replacement supplies in the same rack location as the removed supplies.c. Adjust and test newly installed power supplies for proper voltage and load sharingas specified in the Test Plan, Section 1.17.7. Replacement of specified existing Three-Phase Electro Chloride power supplies withthe Three-Phase version supplied under this Contract. 70 Power Supplies at 27locations specified in VOL. I (A).a. Remove the supplies designated for replacement and deliver to WMATAcollection site for salvage.b. Install replacement supplies in the same rack location as the removed supplies.c. Adjust and test newly installed power supplies for proper voltage and load sharingas specified in Test Plan, Section 1.17.8. Replacement of specified existing Three-Phase Goodall power supplies with theThree-Phase version supplied under this Contract. 32 Power Supplies at 16 locationsspecified in VOL. I (A).a. Remove the supplies designated for replacement and deliver to WMATAcollection site for salvage.b. Install replacement supplies in new 19 inch EIA racks (near the original wallmounted location if possible). The new racks may need to be installedperpendicular to the wall to provide both front and back access to the supplies.Each three-phase Goodall 100-AMP supply will be replaced with two (2) eachthree-phase 50-AMP supplies connected in parallel.NOTE – Since all ATC power supplies are connected in parallel forredundancy – this will result in four (4) 50-AMP supplies connected inparallel to replace the currently installed parallel 100-AMP supplies.c. Adjust and test newly installed power supplies for proper voltage and load sharingas specified in Test Plan, Section 1.17.9. Additional Informationa. The existing power supplies are connected in pairs (parallel) thru internalisolation diodes for redundancy and load sharing. The isolation prevents a failureof a single supply from disabling the parallel unit, as well as preventing aparalleled unit from back feeding the other supply. Each power supply isconnected via dry contacts to a power circuit failure alarm within the TCR.Deliverables: Removal of current supplies Installation of new supplies Adjustment and testing of new supplies Delivery of removed items to collection sitePage 11 of 45VOL. 1

G.TRAINING: Provide training to WMATA Shop personnel.1. Power Supply Training: Circuit explanation, component level repair, and calibration. Oneday class – 15 students.2. Test Platform Training: Circuit explanation and operation- 5 studentsDeliverables: Power Supply Training Test Platform TrainingPage 12 of 45VOL. 1

1.05GENERAL REQUIREMENTSA. Drawing Requirements1. The Contractor shall provide updated Book of Plans (BOP) drawings to show changes toequipment and wiring within the Train Control Rooms (TCRs); As-In-Service drawings.Documents shall be provided with sufficient detail to provide adequate instructions toinstallers for the removal and installation of power supplies, and all changes to wiring.2. All drawings and sketches shall be provided in hard copy and AutoCAD format. Full(24”x36”) and half (11”x17”) sized drawings shall be developed and shall utilize theWMATA Standard title block and comply with the ATC CAD Manual, ATC-5000.B. The work to be performed in accordance with these specifications includes engineeringmanufacturing, testing, delivering, documenting, providing training, providing operation andmaintenance manuals, and warranting quantities of AC to DC Power Supplies described herein.C. The Contractor shall bear total system responsibility for all specified additions and changes toAuthority systems of any type. The Contractor’s total system responsibility includesengineering services, factory testing, documentation, training, warranting and all other areasdescribed herein, which are subject to periodic review and acceptance by the Authority (asspecified in this document).D. Authority support will be limited to those items of work that are expressly stated to be"Authority Furnished" or "Authority Provided” in these Specifications. All other items of workare the responsibility of the Contractor.E. All Contractor provided systems, equipment and services shall perform and be suitable for theirintended purpose. Where not specifically stated in these Specifications, the equipment, system,subsystems, installation and operation shall meet or exceed all applicable standards of the latesteditions of the following:1. The Department of Transportation Federal Railroad Administration Technical Manual forSignal and Train Control Rules, Standards and Instructions (FRA).2. Signal and Communications Manual of Recommended Practices by American RailwayEngineering and Maintenance of Way Association (AREMA)3. American National Standard Institute (ANSI).4. National Electrical Manufacturers Association (NEMA).5. Institute of Electrical and Electronic Engineers (IEEE).6. Insulated Cable Engineers Association (ICEA).7. American Society for Testing and Materials (ASTM).F. The Contractor shall furnish AC to DC Power Supplies that meets all applicable performanceand availability specification requirements; notwithstanding any errors or omissions in theseTechnical Specifications or the Contract Drawings that would otherwise prevent such delivery.In the event the Contractor discovers an error(s), omission(s) or conflict in the TechnicalSpecifications or the Contract Drawings, the Contractor shall notify the Project Engineer inwriting within ten (10) calendar days.Page 13 of 45VOL. 1

E. The Contractor shall identify and make known to WMATA as soon as practicable, but in nocase more than five (5) calendar days after the Contractor discovers the potential conflictamong the requirements and criteria either in WMATA documents or industry standards thataffect the scope, cost or quality of the designed work. The notification shall include a clearstatement of the conflict, the source of the requirement and/or criteria, a recommended solutionto the potential conflict, and identification of any cost/schedule impacts.The Authority will solely determine the solution to the conflict based on either the Contractor'srecommendation or its own evaluation. The Contractor shall incorporate the Authority’sdecision into the design/plan with a minimal impact to the scope, cost or quality of the finaldesign product. Changes that result in re-design or scope change will be addressed through atask order modification.F. Equipment provided by the Contractor that does not meet the performance or functionalityrequirements of these Specifications shall be redesigned, resubmitted and, upon approval by theProject Engineer, be modified at the Contractors expense. Any modifications to approveddesigns shall be subject to the prior approval of the Project Engineer.G. Although the Authority retains rights to review the Contractor's system and componentconfiguration and products selected and to accept or not accept for reasons of specificationcompliance or noncompliance, the Contractor retains sufficient latitude to ensure compliancewith all specified performance and availability requirements. The Contractor shall submitengineering data, technical documentation, test program and quality assurance program data,and product selections that will ensure compliance with the system technical specifications. Inthe event these submissions are not accepted by the Authority, the Contractor shall resubmitwith corrections or resubmit completely revised documentation. The Contractor shall remainresponsible for bearing any additional costs associated with changes necessary to affectcompliance with all specified performance and availability standards.H. In the event the Contractor claims relief from specified performance standards or availabilitybecause of the application of "Brand Name" or equal proprietary or detailed specifications,Authority directed changes, Authority reviews, or any other Authority actions claimed to be inconflict with such performance standards; the Contractor shall furnish written notice to theProject Engineer within 10 days after the discovery of such action attributed to the Authority(under no circumstances, later than 60 calendar days after the date specified for thePreliminary Design Review and design Engineering submittals). The Project Engineer willthen review the Authority action cited and Contractor problem(s) involved, in an attempt toresolve these difficulties. In the absence of such timely notice, no such specification relief willbe granted. The burden of proof for such claim(s) shall rest with the Contractor. Thesubmission of timely Contractor claim(s) for specification relief as described, shall berequired as a prerequisite to the acceptance of resulting claims(s) for increased Contract costor performance time extensions.I. In the event of three failures of any system, subsystem, module or component, in the periodbetween the onset of factory testing and the end of the Warranty period, the Contractor shallimmediately re-engineer the failed item(s). The Contractor shall obtain WMATA’s approval ofthe revision and perform all tasks (including the provision of new replacement parts, for allcurrent, subsequent and earlier versions installed under this contract) at no additional cost to theAuthority. The warranty period will be one year for total product replacement for failed units.J. If subcontractors are used, the PRIME is responsible for work completion and quality bysubcontractor and/or vendors.Page 14 of 45VOL. 1

K. Price Schedule: The Contractor shall complete the project bid Price Schedule that includes allrequired payment items.L. WMATA Review: WMATA will review all submittals identified under this contract. Formalcomments generated during the review will be provided to the Contractor via Procore, and theContractor shall respond to the comments via the same system; Procore.M. WMATA has implemented Procore, a web-based project management application forindividual capital projects through all phases: planning, preliminary engineering, design,procurement and construction, and configuration management. The Contractor PM shall beresponsible for coordinating the work of all sub-contractors, and shall maintain a central projectfolder in Procore. Reference Documents related to this Contract will be provided in the Procorewebsite. WMATA Task Manager will maintain these documents. The Contractor shallcoordinate with WMATA Task Manager for any accessibility issues to these documents.N. Site Visits1. Conferences(a)(b)(c)Initial – Kick Off MeetingAt each Milestone if neededAs needed2. Track and Non-Track Site Visits: The Contractor shall inspect each installation site todetermine installation requirements including: wiring, mounting locations, and other sitespecific information.(a)(b)Initial Site Inspection and inventoryAdditional inspections if needed3. Site Specific Work Plan (SSWP) is required from the Contractor in order to access thework sites. The Contractor shall submit as a deliverable and propose design scheduleaccordingly.O. Other Requirements1. Provide Installation Schedule.2. The Contractor should be aware that operational and emergency situations may interferewith wayside access. The Contra

3. The Authority is seeking a proposal to upgrade Automatic Train Control (ATC) Switch Machine (WHB) power supplies as specified herein. The upgrade process will include the following: supplying single and three phase power supplies in the specified quantities; installation of the power supplies; adjustment and testing of newly installed supplies;