DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9 marta

2424 Piedmont Road, NE , GA 30324-3330 404-848-5000

March 7, 2018

TO ALL PLAN HOLDERS

SUBJECT: ADDENDUM NUMBER 2 PROCUREMENT OF FIRE SUPPRESSION SYSTEMS INSPECTION & TESTING SERVICES INVITATION FOR BIDS (IFB) NUMBER: B38779

Dear Plan Holders:

1. The IFB is hereby modified as follows:

a) Pages and sections added and/or revised by this Addendum are identified by a number "A-2," in the upper right corner of each page added and/or revised by this addendum.

Revised/Added/Deleted Document(s) Revised/Added/Deleted Items

Bid Form, Form 3-1 All Bid Summary Form All Exhibit A-1 - Locations and Number of Tanks All

b) Revisions to existing text are identified by a vertical line in the right margin of each line in which a revision occurs, crossing out of deleted text, and bold italics of the changed and added text.

c) Pages and sections added and/or revised by this Addendum are identified by a number "A-2," in the upper right corner of each page added and/or revised by this addendum.

Revised/Added/Deleted Document(s) Revised/ Added/Deleted Items

Exhibit A- Scope of Services Section 3, Contractor Responsibilities Exhibit A - Scope of Services Section 4, Miscellaneous Parts and Repairs

METROPOLITAN ATLANTA AUTHORITY I www.itsmarta.com DocuSign EnvelopeAdden dID:u m0695FBF0-9923-422E-9672-A2ACDA6BF1A9 Number 2 638779 Page 2

2. Acknowledge receipt of this Addendum in the space provided therefor on Form 2. Failure to acknowledge receipt may subject the Bidder to disqualification.

METROPOLITAN ATLANTA RAPID TRANSIT AUTHORITY

Sincerely,

Lisa DeGrace, Chief Contracts Officer

LD/rl

METROPOLITAN ATLANTA RAPID TRANSIT AUTHORITY J www.itsmarta.com DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9

FORM 3-1 FOR THE BID FORM A-2 THREE (3) YEAR BASE YEARS- FIRE SUPPRESSION SYSTEMS INSPECTION AND TESTING SERVICES Number of Unit Price Per Inspections for Locations Inspection Unit X Three (3) Years = Extended Price

1 Airport Station - TCR EA X 6 =

2 ArmourRSF-TowerTCR EA X 6 =

3 Arts Center Station EA X 6 =

4 Ashby Station - TCR EA X 6 =

5 Avondale Station -TCR EA X 6 =

6 - TCR EA X 6 =

7 Brookhaven Station - TCR EA X 6 =

8 Station - TCR EA X 6 =

9 Gap Breaker NFX - Canterbury Junction TCR EA X 6 =

10 - TCR EA X 6 =

11 Civic Center Station - TCR EA X 6 =

12 College Park Station - TCR EA X 6 =

13 - TCR EA X 6 =

14 Dome/GWCC Station - TCR EA X 6 =

15 - TCR EA X 6 =

16 - TCR EA X 6 =

17 - TCR EA X 6 =

18 - TCR EA X 6 =

19 Edgewood/Candler Park Station - TCR EA X 6 =

20 EA X 6 =

21 Gap Breaker - EZE (Rocky Ford) EA X 6 =

22 Gap Breaker - NNX () EA X 6 =

23 Gap Breaker - SYX (College Park) EA X 6 =

24 Gap Breaker - NKX (NW Branch Line TCR) EA X 6 =

25 - TCR EA X 6 =

26 Georeia State Station - TCR EA X 6 =

27 H. E. Holmes Station - TCR EA X 6 =

28 - TCR EA X 6 = DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9

A-2

Number of Unit Price Per Inspections for Locations Inspection Unit X Three (3) Years Extended Price

29 Inman Park Station - TCR EA X 6

30 Kensington Station - TCR EA X 6

31 -TCR EA X 6

32 Lakewood Station - TCR EA X 6

33 Lenox Station - TCR EA X 6

34 - TCR EA X 6

35 Medical Center Station - TCR EA X 6

36 Midtown Station - TCR EA X 6

37 North Avenue Station - TCR EA X 6

38 North Sprin s Station - TCR EA X 6

39 - TCR EA X 6

40 Station - TCR EA X 6

41 Police Communication Center- PCC EA X 6

42 Rail Services Control Center - RSCC EA X 6

43 - TCR EA X 6

44 South Yard RMF and Tower EA X 6

45 TPSS - Avondale Yard Tower EA X 6

46 TPSS - NF2 (Northland) EA X 6

47 TPSS - NN3 (Redding Rd.) EA X 6

48 - TCR EA X 6

49 West End Station - TCR EA X 6

50 West Lake Station -TCR EA X 6

51 Labor Hours (Service Call) Hours X 540

52 Parts and Repairs Lump Sum $ 46,800

THREE (3) BASE YEARS TOTAL

THREE (3) BASE YEARS TOTAL (SUM OF LINE ITEMS 1 THROUGH 52) Note: Lines 51 and 52 must be included in the Three (3) Years Base Total Price. EXTENDED PRICE= UNIT PRICE X Number of Inspections/Number of Hours DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9

A-2

BID SUMMARY FORM

DESCRIPTION TOTAL $ THREE {3) YEAR BASE {Sum of Line Items 1 through 51) $46,800 MISCELLANEOUS PARTS AND REPAIRS $ TOTAL PRICE FOR THREE {3) YEAR BASE

PLEASE TYPE OR PRINT YOUR TOTAL PRICE FOR THREE (3) YEAR BASE:

Bid Period: This Bid is a firm offer irrevocable for one hundred fifty days (150) days.

FOR PURPOSES OF AWARD, THE TOTAL PRICE FOR THREE (3) YEAR BASE WILL CONTROL. Bidder MUST bid on ALL Line Items (1 through 51) to be considered for award.

THE BID FORM MUST BE SIGNED IN ORDER TO BE CONSIDERED FOR AWARD. Corporate Bidder: [Insert Corporate Name] Non-Corporate Bidder: [Insert Bidder Name]

By:______By: _

Print Name:______Print Name: _

Title:______Title: _

Corporate Secretary/Assistant Notary Public (Seal) Secretary (Seal) My Commission Expires: _ DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9

EXHIBIT A-1 A-2 LOCATIONS WITH DEVICES

FM-200 Total Manual FM200 Smoke Heat Beam Abort Bells Horns Releasing Number Release Locations Systems Detectors Detectors Detectors Stations Device/Ckts per Oevice/Ckts Modules Fire Alarm Panel ofTanks Stations per site per site per site per site per site site per site per site per site FM200 Tanks per site Svstem Wide /All Facilitiesl Weight of each Tank

1 - 4971bs 1 Airport Station - TCR 1 2 4 0 0 1 1 l -4971bs 2/1 1/1 1 Notifier NFS2-640 2 Armour RSF - Tower TCR 1 2 1- 5371bs 4 0 0 1 1 3/1 1/1 1 Notifier NFS2-640 3 Arts Center Station - TCR 1 2 1-4491bs 4 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 4 Ashbv Station - TCR 1 2 1- 7631bs 11 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 1- 1801bs 1 - 180lbs s Avondale Station - TCR 1 4 4 0 0 1 1 1-180lbs l -1801bs 2/1 1/1 1 Notifier NFS2-640 6 Bankhead Station - TCR 1 1 1 - 5401bs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 7 Brookhaven Station - TCR 1 1 1- 7571bs 9 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 8 - TCR 1 1 1 - 5521bs 8 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 9 Gao Breaker NFX - Canterburv Junction TCR 1 1 1 - 3021bs 2 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 1 - 60llbs 10 Chamblee Station - TCR 1 2 10 0 0 1 1 1 - 60llbs 4/1 1/1 1 Notifier NFS2-640 1-5171bs 11 Civic Center Station - TCR 1 2 8 1 0 2 1 1-5171bs 2/1 1/1 3 Notifier NFS2-640 1- 5641bs 12 College Park Station - TCR 1 2 5 0 0 1 1 1- 5641bs 2/1 1/1 1 Notifier NFS2-640 13 Decatur Station - TCR 1 1 1- 9271bs 13 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 14 Dome/GWCC Station - TCR 1 1 1 - 6191bs 6 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 15 Doraville Station - TCR 1 1 1-8431bs 4 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 16 Dunwoodv Station - TCR 1 1 1- 7851bs 6 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 17 East Lake Station - TCR 1 1 1- 72llbs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 1- 3641bs 18 East Point Station - TCR 1 2 6 0 0 2 2 1 - 3641bs 2/1 2/1 1 Notifier NFS2-640 19 Edoewood/Candler Park Station - TCR 1 1 1-8951bs 8 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 1 - 6361bs 20 Five Points Station 2 3 12 4 6 2 Notifier NFS2-640 2 - S5llbs 4/2 2/2 6 21 Gao Breaker - EZE /Rockv Fordl 1 1 1- 5121bs 3 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 22 Gan Breaker - NNX (Armour Yard) 1 1 1- 5231bs 8 0 0 2 2 4/1 2/1 1 Notifier NFS2-640 23 Gao Breaker - SYX /Colleoe Parkl 1 1 1-1191bs 2 0 0 1 1 1/1 1/1 1 Notifier NFS2-640 24 Gan Breaker - NKX /NW Branch Line TCRl 1 1 1 - 3651bs 3 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 1- 67Dlbs 25 Garnett Station - TCR 1 2 0 0 4 1 1 Notifier NFS2-640 1- 67Dlbs 2/1 1/1 1 26 Georaia State Station - TCR 1 1 1-6Dllbs 7 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 27 H. E. Holmes Station - TCR 1 1 1- 7271bs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 28 Indian Creek Station - TCR 1 1 1- 846lbs 6 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9

EXHIBITA-1 A-2 LOCATIONS WITH DEVICES

FM-200 Total Manual FM200 Smoke Heat Beam Abort Bells Horns Releasing Number Release Locations Systems Detectors Detectors Detectors Stations Device/Ckts per Device/Ckts Modules Fire Alarm Panel of Tanks Stations per site per site per site per site per site site per site per site per site FM200 Tanks per site System Wide (All Facilities) Weight of each Tank

29 Inman Park Station - TCR 1 1 1- 7531bs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 30 Kensinaton Station - TCR 1 1 1- 7541bs 6 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 31 Kina Memorial Station - TCR 1 1 1- 7521bs 6 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 32 Lakewood Station - TCR 1 1 l -8471bs 6 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 1 - 5661bs 33 Lenox Station - TCR 1 2 6 1 0 1- 5661bs 2 1 4/1 1/1 2 Notifier NFS2-640 1 - 4971bs 34 Lindbergh Center Station - TCR 1 1 8 0 0 1 1- 4971bs 1 2/1 1/1 1 Notifier NFS2-640 35 Medical Center Station - TCR 1 1 1- 860lbs 4 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 36 Midtown Station - TCR 1 1 1- 6501bs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 37 North Avenue Station - TCR 1 1 1- 8761bs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 38 North Sorinas Station - TCR 1 1 l -86llbs 6 0 0 1 1 3/1 1/1 1 Notifier NFS2-640 39 Oakland City Station - TCR 1 1 l -86Slbs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 40 - TCR 1 1 l -4531bs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 1- 2541bs 1- 2121bs 41 Police Communication Center- PCC 2 7 1 - 4571bs 1- 45Slbs 26 0 0 5 5 6/2 4/2 2 Notifier NFS2-640 1 - 1271bs 2 - 391bs 19 Cylinders w/7160lbs 42 Rail Services Control Center- RSCC 2 17 73 0 0 4 4 2 - 3991bs 7/3 8/3 8 Notifier NFS2-640 43 Sandy Sprinqs Station - TCR 1 1 1 - 8321bs 7 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 1 - 8621bs 2 - 4131bs 44 South Yard RMF and Tower 2 5 22 0 0 3 2 - 56.81bs 3 5/2 2/2 2 Notifier NFS2-640 1- 7741bs 1- 7741bs 45 TPSS -Avondale Yard Tower 2 6 12 0 0 3 3 2 - 16Slbs 2 - 16Slbs 8/2 3/2 2 Notifier NFS2-640 46 TPSS - NF2 (Northland) 1 1 l -130lbs 2 0 0 2 2 2/1 2/1 1 Notifier NFS2-640 47 TPSS - NN3 /Redding Rd.) 1 1 1- 1721bs 2 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 48 Vine Citv Station - TCR 1 1 1- 7461bs 4 0 0 1 1 2/1 1/1 1 Notifier NFS2-640 49 West End Station - TCR 1 1 1 - 9361bs 4 1 0 2 1 2/1 1/1 2 Notifier NFS2-640 so West Lake Station - TCR 1 1 1- 6641bs 9 0 0 1 1 2/1 1/1 1 Notifier NFS2-640

TOTALS

Total Manual FM200 Smoke Heat Beam Abort Bells Horns Releasing Stations /Sites Number Release Systems Detectors Detectors Detectors Stations Device/Ckts Device/Ckts Modules ofTanks Weight of FM200 Tanks Stations so 55 96 N/A 388 7 4 80 73 127 75 69 DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9 A-2

EXHIBIT A SCOPE OF SERVICES

1.0 FIRE SUPPRESSION SYSTEMS

1.1 The Metropolitan Atlanta Rapid Transit Authority (MARTA) requires the services of a Fire Suppression Systems Contractor to provide inspection and testing services of MARTA'S FM-200 fire suppression systems and the systems associated components. MARTA has FM-200 suppression systems located at various MARTA facilities (see Exhibit A-1). The Contractor shall provide all supervision, labor, tools, equipment, material and transportation for inspection and testing of all work defined in this Contract.

1.2 Contractor shall inspect and test to ensure the following FM-200 fire suppression system components are functioning accordingly:

1.2.1 FM-200 Storage Components: Storage components consist ofthe cylinder assembly(s), which contains the FM-200 chemical agent, and the cylinder bracket(s) which holds the cylinder assembly securely in place.

1.2.2 FM-200 Distribution Components: Distribution components consist of the discharge nozzles used to introduce the FM-200 into a protected hazard along with the associated piping system used to connect the nozzles to the cylinder assembly(s).

1.2.3 Trim Components: Trim components complete the installation of the FM- 200 system and consist of connection fittings, pressure gauge, low-pressure supervisory switch, electric valve actuator, and manual valve actuator.

1.2.4 Slave Arrangement Components: Slave arrangement components consist of the pneumatic valve actuator(s), actuation check valve, vent check, actuation hose, and fittings required for a multiple cylinder (clave) arrangement.

1.2.5 Slave Arrangement Components: Slave arrangement components consist of the pneumatic valve actuator(s), actuation check valve, vent check, actuation hose, and fittings required for a multiple cylinder (clave) arrangement.

1.2.6 Control Panel: This device monitors the condition of the electric actuator, detectors, warning devices, cylinder pressure, and any manual release and abort stations. All electric or electronic devices must connect to the control panel in order to function. DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9 A-2

1.2.7 Early Warning Detection and Alarm Devices: Early warning detection devices coupled with manual release and abort stations maximize system efficiency while audible and visual alarm devices alert staff of alarm conditions.

1.3 Refer to Exhibit A-1 for a list of MARTA facilities that require semi-annual inspections and testing. Certain identified locations do not require a service it is for reference only and is notated by N/ A (Not Applicable).

1.4 Contractor shall perform two (2) inspections per year for the FM-200 Fire Suppression System(s).

2.0 APPLICABLE CODES, STANDARDS, REGULATORY BODIES:

Inspection and testing of the FM-200 system shall be in accordance with the following applicable codes, standards and regulatory bodies or the most up to date/current equivalent at the time the services are performed:

• NFPA 2001: Standard for Clean Agent Fire Extinguishing Systems, Current Edition • UL 2166: Standard for Halocarbon Clean Agent Extinguishing System Units • NFPA 72: National Fire Alarm Code • NFPA 70: National Electrical Code (NEC) • NFPA 76: Fire Protection for Telecommunications Systems

3.0 CONTRACTOR RESPONSIBILITES:

3.1 A written tentative schedule for all activities must be submitted to the Manager of Communications and Computer Maintenance or his/her designee within five (5) days after receipt of the Notice to Proceed. The Notice to Proceed will state when the timeframe of the first semi-inspection. The Authority will approve or disapprove the schedule within three (3) days of receipt. Work may not start until the tentative schedule is approved and notified to Contractor in writing.

3.2 The Contractor shall perform inspections and testing (with the exception of sound tests), during normal business hours; Monday - Friday, 7:00 AM to 5:00 PM. All individual components of each system shall be inspected and tested. MARTA will provide the Contractor with an escort during the performance of inspection and testing services.

3.3 The Authority may schedule the presence of maintenance staff and safety personnel during all inspection and testing services for observation and direction.

3.4 The Contractor shall immediately report deficiencies to the Manager of Communications and Computer Maintenance or his/her designee. DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9 A-2

3.5 No aspect of the equipment may be temporarily disconnected or by-passed without written consent of the Manager of Communications and Computer Maintenance or designee.

3.6 The Contractor shall place the alarm system back in operation and advise the Manager of Communications and Computer Maintenance of the system's status after each visit.

3. 7 The Contractor shall be responsible for the protection of all properties, public and private, from all damages of any kind caused by or resulting from or in connection with any action, neglect, omission, or failure to act when under a duty to act on the part of the Contractor or any of his or her officers, agents, employees, or subcontractors in his/her or their performance of the work.

3.8 The Contractor shall provide three (3) copies of the inspection and testing report to the Authority documenting all inspection and testing activities. Report forms used during the Contract shall be submitted for approval by the Authority within five (5) business days of Notice to Proceed. Standard forms that do not include each item described below or do not provide sufficient detail regarding the work performed are not acceptable. All portions of the report shall be clearly legible. Components of the report shall include, but not limited to the following:

a) Contractor's name, address, and telephone number. b) Contractor representative. c) Date of service. d) System location e) Technician's name that provided the service. f) An inspection and test data form that records the inspection and testing process. Each step shall indicate satisfactory or unsatisfactory performance. g) Where multiple devices require services, the inspection and test data shall individually document that each device was serviced. h) Date of next service if required.

3.9 Test or retest reports shall be forwarded to the Manager of Communications and Computer Maintenance or his/her designee within seventy-two (72) hours of the performance of the test. At the discretion and approval of the Authority, electronic copies may be submitted in lieu of hardcopies.

4.0 MISCELLANEOUS PARTS AND REPAIRS:

4.1 The Contractor shall provide a list of repairs needed, including estimated costs, shall be submitted to the Manager of Communications and Computer Maintenance or his/her designee within seventy two (72) hours of the completion of each scheduled inspecting and testing. The Authority shall DocuSign Envelope ID: 0695FBF0-9923-422E-9672-A2ACDA6BF1A9 A-2

review all deficiencies and recornrnended repairs fo1:1nd by the Contractor d1:1ring inspection and testing. The CeRtraEiter shall eernplete aR'/ ernergeRE'f a Rd repair •.tterk wpeR writteR appretJal as reeernrneRded b'f the Awtherit'f,

The Contractor shall provide a list of repairs needed to the Manager of Communications and Computer Maintenance or his/her designee within seventy-two (72) hours of completion of each scheduled inspection and testing. The estimated cost for labor and parts for any recommended repairs must be provided with the inspection report. The Authority shall review all deficiencies found and recommended repairs provided by the Contractor for each inspection and testing and provide the Contractor written authorization to perform the repairs. Emergency and repair work shall only be completed upon written approval from the Manager of Communications and Computer Maintenance or his/her designee. Repairs shall be conducted within three (3) business days of approval by the Authority to do so.

Repair parts shall be provided at the cost to the contractor without markup. Documentation of the contractors cost shall be provided with the invoice work performed. The cost for labor shall be at the rates listed on the Bid Form. MARTA will perform the inspections for the batteries and replace as applicable.