ADDENDUM NO. 01 INVITATION TO BID NO CON(A) BUS SHELTER PAD CONSTRUCTION AND INSTALLATION PHASE V(A)

Size: px
Start display at page:

Download "ADDENDUM NO. 01 INVITATION TO BID NO CON(A) BUS SHELTER PAD CONSTRUCTION AND INSTALLATION PHASE V(A)"

Transcription

1 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada Fax: Tina Quigley, General Manager October 29, 2015 ADDENDUM NO. 01 INVITATION TO BID NO CON(A) BUS SHELTER PAD CONSTRUCTION AND INSTALLATION PHASE V(A) The Regional Transportation Commission of Southern Nevada (RTC) herewith issues this Addendum No. 01to the above-referenced project. Except as modified herein, all other addenda, terms and conditions shall remain in effect. INVITATION TO BID SUBMISSION DEADLINE 1. The Invitation to Bid submission deadline remains Wednesday, November 4, 2015 at 2:00 p.m. ATTACHMENT 2-A BID SCHEDULE 2. Please delete Attachment 2-A Bid Schedule issued on October 6, 2015 in its entirety and replace with the attached Attachment 2-A Bid Schedule document dated October 29, EXHIBIT D FEDERAL CONDITIONS 3. Please delete issued on October 6, 2015 in its entirety and replace with the document dated October 29, Sincerely, *** CHARLES CHEATHAM Manager, Purchasing and Contracts Attachments: Attachment 2-A Bid Schedule_Addendum No. 01_Dated 2015_10_29 Exhibit D Fed Conditions_Addendum No. 01_Dated 2015_10_29 Addendum No. 01 Issued on October 29, 2015

2 ATTACHMENT 2-A - BID SCHEDULE Bid No CON (A) Attachment 2-A Bid Schedule BIDDER: THE BIDDER SHALL INDICATE AN AMOUNT WHICH IS INCLUDED IN THE BASE BID FOR EACH OF THE ITEMS BELOW. BIDDER(S) AGREE TO PROVIDE, UPON REQUEST, ADDITIONAL INFORMATION WHICH MAY INCLUDE BUT NOT BE LIMITED TO: DETAILED BREAKDOWN OF AMOUNTS, MANUFACTURER S PRODUCTS, LITERATURE, EQUIPMENT MODEL NUMBERS, OR OTHER INFORMATION. ALL COSTS ATTRIBUTABLE TO PROFIT, OVERHEAD, AND ALL OTHER INCIDENTAL ITEMS SHALL BE EVENLY DISTRIBUTED ACROSS ALL LINE ITEMS IN THE SCHEDULE OF VALUES. Line Item Line Item Description Unit Qty. Line Item Unit Price Item Total 1.0 Permits and Fees Allowance LS 1 $ 50, $ 50, Owner Special Allowance LS 1 $ 45, $ 45, Mobilization LS 1 $ $ 1.4 Traffic Control LS 1 $ $ 2.0 Site Excavation and Removals CY 700 $ $ Reinforced Concrete Bus Pad (Per 2015 Updates and Std. Dwgs.) SF 18,750 $ $ 4.0 Concrete Retaining Wall Integral to Pad (6 min up to 24 max) LF 4,550 $ $ 5.0 Concrete Retaining Wall (2 ft. min. up to 4 ft. max) LF 700 $ $ 6.0 Concrete Sidewalk (4-inch) (Per 234 Std. Dwgs.) SF 1,000 $ $ 7.0 Bollards EA 160 $ $ 8.0 Landscaping and Irrigation Restoration LS 1 $ $ 9.0 Shelter Structure Installation EA 150 $ $ TOTAL BID AMOUNT $ $ Total Bid Amount Price (Written) Name of Bidder Signature Date Name Typed or Printed

3 EXHIBIT D - FEDERAL CONDITIONS REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA 1. FEDERAL CONDITIONS FEDERAL CONDITIONS - GENERAL It is a requirement of the Federal Government that activities financed, in part, with Federal funds and performed by a third party contractor and its subcontractors on behalf of a Federal grantee must be carried out in accordance with Federal requirements. Activities performed resulting from the original contract to this and any other prior or subsequent contract amendments thereto are financed, in part, by a grant from the United States Department of Transportation (DOT), either the Federal Transit Administration (FTA) or the Federal Highway Administration (FHWA), and are therefore subject to the applicable grant terms, conditions, and regulations. Accordingly, any contractor and its subcontractors performing activities under this contract must adhere to the Federal regulations stated herein as a condition of satisfactory performance. All subcontracts and subcontractors employed as a result of this contract are subject to the same conditions and regulations as set forth herein unless specifically exempted. The prime contractor shall ensure that its subcontractors at all tiers are made aware of and comply with these Federal regulations. The prime contractor will be held liable for compliance failures by its subcontractors. Failure to comply will render the prime contractor responsible for damages and/or contract termination. NOTE to distributors, dealers, and manufacturer representatives responding to this solicitationin lieu of the manufacturer they represent: Certifications contained herein shall be separately prepared and signed by the BIDDER and the MANUFACTURER. One set of certifications must be prepared and signed by the bidder, and one set of certifications must be prepared and signed by the manufacturer the bidder represents. It is the bidders responsibility to obtain the prepared and signed certifications from the manufacturer and include them in the bid/proposal. Bids/proposals failing to include both sets of prepared and signed certifications will be rejected as being non-responsive. 2. FALSE OR FRAUDULENT STATEMENTS & CLAIMS By executing any contract resulting from this solicitation, the contractor acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification, the Page 1

4 Federal Government reserves the right to impose penalties under the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C ET SEQ., U.S. DOT regulations, and 49 C.F.R. Part RIGHTS IN DATA & COPYRIGHTS The contractor selected as a result of this solicitation agrees that, as applicable, the use of any data produced or delivered under the terms of said contract, including, but not limited to, engineering drawings and associated lists, specifications, process sheets, and technical reports, shall be governed by provisions of 49 C.F.R In addition, the contractor agrees that it will not publish such data without the written consent of the RTC, and, if appropriate, the Federal Government. 4. NO FEDERAL GOVERNMENT OBLIGATIONS Although any contract resulting from this solicitation shall be funded with Federal grant funds, absent the Federal Government's express written consent, the Federal Government shall not be subject to any obligations or liabilities to the contractor, or any other person other than the RTC in connection with the performance of the contract. Notwithstanding any concurrence that may be provided by the Federal Government in or approval of any solicitation or contract, the Federal Government has no obligations or liabilities to any party, including the contractor. 5. AUDIT & INSPECTION OF RECORDS The contractor selected as a result of this solicitation agrees that the RTC, the Comptroller General of the United States, and the Secretary of Transportation, or any of their duly authorized representatives, shall, for the purpose of audit and examination, be permitted to inspect all work, materials, payrolls, and other data and records, and to audit the books, records, and accounts relating to the performance of the contract. Further, said contractor agrees to maintain all required records for at least three (3) years after the RTC has made final payment and all other pending matters are closed. 6. FEDERAL CHANGES This project is funded in part by a grant from the Federal Transit Administration (FTA) or the Federal Highway Administration (FHWA). Federal laws, regulations, policies, and related administrative practices are applicable to the project on the date the grant was authorized by the FTA or the FHWA and may be modified from time to time. The Contractor is hereby instructed that the most recent of such Federal requirements will govern the administration of the project at any particular time, except if the FTA or the FHWA issues a written determination otherwise. Federal requirements applicable to this project may change and the changed requirements will apply to the project as required, unless the Federal Government determines otherwise. 7. PATENT RIGHTS Page 2

5 Page 3 If any invention, improvement, or discovery of the RTC or any contractor or subcontractor is conceived or first actually reduced to practice in the course of or under this Contract or Agreement, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the RTC and the contractor or any subcontractor shall notify the FTA or the FHWA immediately and provide a detailed report. The rights and responsibilities of the RTC, the contractor or subcontractor of any tier, and the Government with respect to such invention, improvement, or discovery will be determined in accordance with applicable Federal laws, regulations, policies, and any waiver thereof. 8. NOTIFICATION OF FEDERAL PARTICIPATION In any announcement of any third party contract involving Federal grant funds for goods or services (including construction services) having an aggregate value of $500,000 or more, the RTC will specify the amount of Federal assistance to be used in financing that acquisition of goods and services and to express the amount of that Federal assistance as a percentage of the total cost of that third party contract. 9. TERMINATION FOR CONVENIENCE The RTC may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Governments best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the RTC to be paid the Contractor. If the Contractor has any property in its possession belonging to the RTC, the Contractor will account for the same, and dispose of it in the manner the RTC directs. 10. TERMINATION FOR DEFAULT If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, of if the Contractor fails to comply with any other provisions of the contract, the RTC may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the RTC. 11. PROTEST PROCEDURES a. REGIONAL TRANSPORTATION COMMISSION PROTEST PROCEDURES Procurement protest procedures of the Regional Transportation Commission are published elsewhere in this solicitation. These are the procedures to follow regarding a

6 protest to this procurement solicitation. b. FEDERAL TRANSIT ADMINISTRATION PROTEST PROCEDURES The Federal Transit Administration (FTA) may entertain a protest only if the protest alleges that the RTC failed to have or follow written protest procedures. Such a protest must be filed, in accordance with FTA Circular F, as updated, with the FTA not later than five (5) working days after the RTC renders a final protest decision, or five (5) working days after the protestor knows or has reason to know that the RTC has failed to render a final decision. Under the following conditions, RTC may proceed with the procurement in spite of a pending protest: (1) The items described to be procured are urgently required; (2) Delivery or performance will be unduly delayed by failure to make the award promptly; or, (3) Failure to make prompt award will otherwise cause undue harm to the RTC or the Federal Government. In addition to, or as an alternative to, a protest to the FTA, a protestor adversely affected by a protest decision by the RTC Commissioners may also appeal such decision to the Eight Judicial District Court of Nevada. 12. THIRD PARTY CONTRACT DISPUTES OR BREACHES The federal government has a vested interest in the settlement of any dispute, default, or breach involving any federally-assisted third party contract. Therefore the RTC shall pursue all legal rights available under any third party contract involving FTA or FHWA funds. The federal government reserves the right to concur in any compromise or settlement of any claim by the RTC involving any third party contract. Accordingly, the RTC shall notify the federal government of any current or prospective major disputes, breach, or litigation pertaining to any contract resulting from this solicitation. Prior to seeking to name the federal government as a party to any type of litigation for any reason involving said contract, RTC will first inform the federal government before doing so. 13. EMPLOYEE PROTECTIONS The requirements of the clauses in 29 C.F.R. Section 5.5(b) or the immediately following subsections (a-e) of this Invitation for Bid are applicable to any contract resulting from this solicitation subject to the overtime provisions of the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 C.F.R. Section 5.1. The records to be maintained shall be made available by the Contractor and subcontractors for inspection, copying, or transcription by authorized representatives of the FTA, the U.S. DOT, or the Department Labor, and the Contractor and subcontractors will permit such representatives to interview employees during working hours on the job. a. Overtime Requirements Page 4

7 Page 5 No Contractor or subcontractors contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed on such work to work in excess of forty hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and onehalf times the basic rate of pay for all hours worked in excess of forty hours in such work week. b. Violation; Liability for Unpaid Wages; Liquidated Damages In the event of any violation of the requirements of 29 C.F.R. Section 5.5(b) (1), the Contractor and any subcontractors responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractors shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such district or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of 29 C.F.R. Section 5.5(b) (1) in the sum of $10.00 for each calendar day on which such individual was required or permitted to work in excess of the standard work week of forty hours without payment of the overtime wages required by 29 C.F.R. Section 5.5(b) (1). c. Withholding of Unpaid Wages and Liquidated Damages The RTC shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from any moneys payable on account of work performed by the Contractor, or any subcontractors under any such contract or any other federal contract with the same prime Contractor or any other federally-assisted contract subject to the contract work hours and safety standards act which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractors for unpaid wages and liquidated damages as provided in the clause set forth at 29 C.F.R. Section 5.5(b)(2). d. Subcontracts The Contractor and subcontractors shall insert in any subcontracts the clauses set forth in the "Employee Protections" section of this Contract or Agreement and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by subcontractors or lower tier subcontractor with the clauses set forth in the "Employee Protections" section of this Contract or Agreement. e. Payroll and basic records Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserve for a period of three years thereafter for all labors and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the

8 Page 6 project.) Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b) (2) B) of the Davis Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b)(2)(b) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 14. EQUAL EMPLOYMENT OPPORTUNITY The contractor selected as a result of this solicitation agrees and assures the compliance of each third party contractor and subcontractor at any tier of the project, with all Equal Employment Opportunity (EEO) requirements of Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000e, and 49 U.S.C and any implementing requirements FTA may issue. The contractor selected agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, sex, disability, age, or national origin. The contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, sex, disability, age, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor shall insert the foregoing provision in all subcontracts, except subcontracts for standard commercial supplies, raw materials, or construction. 15. ACCESS REQUIREMENTS FOR INDIVIDUALS WITH DISABILITIES The contractor selected as a result of this solicitation shall comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C et seq; Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. Section 794; 49 U.S.C. Section 5301(d); and the following regulations and any amendments thereto: a. U.S. DOT regulations, "Transportation Services for Individuals with Disabilities

9 (ADA)," 49 C.F.R. Part 37; b. U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27; c. U.S. DOT regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 49 C.F.R. Part 38 and 36 C.F.R. Part 1192; d. Department of Justice (DOJ) regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 C.F.R. Part 35; e. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R. Part 36; f. U.S. General; Services Administration (GSA) regulations, "Accommodations for the Physically Handicapped," 41 C.F.R. Subpart ; g. U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630; h. U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 C.F.R. Part 64, Subpart F; and i. FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. Part 609 j. U.S. ATBCB regulations, Electronic and Information Technology Accessibility Standards, 36 C.F.R. Part 1194; and k. Any implementing requirements FTA may issue 16. TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 The Contractor selected as a result of this solicitation shall comply, and assure the compliance by its subcontractors under this project, with all requirements of Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. Section 2000d et seq., and U.S. DOT regulations, "Nondiscrimination in Federally-Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act," 49 C.F.R. Part 21, and any implementing requirements FTA may issue. 17. SMALL BUSINESS ENTERPRISE PROGRAM A. INSTRUCTIONS TO BIDDERS Page 7

10 Page 8 1. General - The Regional Transportation Commission of Southern Nevada (RTC), recipient of federal financial assistance from the Federal Transit Administration (FTA) and the Federal Highway Administration (FHWA), is committed to and has adopted a Disadvantaged Business Enterprise (SBE) Program in accordance with 49 C.F.R. Part 26, issued by the U.S. Department of Transportation (DOT). It is the policy of the RTC to ensure nondiscrimination in the award and administration of U.S. DOT-assisted contracts and to create a level playing field on which Disadvantaged Business Enterprises (SBEs) can compete fairly for contracts and subcontracts relating to the RTC s construction, services, supplies, equipment and professional service/consultant activities. To this end, the RTC has developed procedures to remove barriers to SBE participation in the bidding and award process and to assist SBEs to develop and compete successfully outside of the SBE program. In connection with the performance of this contract, the Contractor will cooperate with the RTC in meeting these commitments and objectives. 2. SBE Goal - For a bid/proposal to be determined responsive, a bidder/proposer must demonstrate that it can meet the percentage indicated in the Special Provisions: SBE Participation Goal in the performance of this contract, or if it cannot, that it performed sufficient good faith efforts to meet this goal. A bidder/proposer who is not responsive shall be ineligible for award of contract. The SBE goal remains in effect throughout the term of the contract. 3. Eligibility of SBEs - In order to insure that firms participating as SBEs on Federally funded contracts are owned and controlled by socially and economically disadvantaged individuals, RTC requires firms to be certified by the l) Nevada Unified Certification Program (NUCP), and 2) any out-of-state U.S. DOT recipients or UCPs where interstate agreements are entered into by the Nevada UCP. The NUCP must utilize certification procedures in compliance with Department of Transportation guidelines. Only those SBE firms certified by this agency are eligible to be counted towards SBE goals in this contract. The RTC requires that any SBEs listed by bidders or proposers for participation in the contract be certified as eligible SBEs as of the time of bid opening/proposal closing date. The RTC is available to assist potential contractors in ascertaining their SBE status. 4. Verification Regarding SBEs Form a. Assurance- All bidders/proposers shall certify in their bid/proposal on the Verification Regarding SBEs form their intent to meet or exceed the established goal or demonstrate good faith efforts to meet the goal.

11 b. Certificate Copies - Bidders/proposers are also required to submit detailed information regarding intended participation by SBEs firms on the Verification Regarding SBEs form. If the bidder/proposer is a certified SBE, a copy of their SBE certification or if the bidder/proposer is subcontracting with certified SBEs, a copy of their SBE certification(s) must be included. 5. Good Faith Efforts- When the SBE goal cannot be met, the bidder/proposer must document and submit justification stating why the goal could not be met and demonstrating good faith efforts taken to meet the SBE goal in their bid/proposal. Such good faith efforts shall be in compliance with 49 C.F.R. Part 26, Appendix A. (available upon request). Failure to document on the Verification Form 1) certified SBEs which meet or exceed the targeted goal, if any, or 2) failure to document good faith efforts, will render a bid/proposal non-responsive. 6. Counting SBE Participation Towards SBE Goals - SBE participation shall be counted toward meeting the SBE goal in accordance with 49 C.F.R. Part 26, Section (available upon request). 7. Definitions - Disadvantaged Business Enterprise or SBE means a forprofit small business concerns: a. That is at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged or, in the case of a corporation, in which 51 percent of the stock is owned by one or more such individuals; and b. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. Small business concern means, with respect to firms seeking to participate as DBEs in DOT-assisted contracts, a small business concern as defined pursuant to Section 3 of the Small Business Act and Small Business Administration regulations implementing it (13 C.F.R. part 121) that also does not exceed the cap on average annual gross receipts specified in 49 C.F.R., Section 26.65(b). Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is 1) Any individual who a recipient finds to be a socially and economically disadvantaged individual on a case-by-case Page 9

12 basis. 2) Any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged: 3) Black Americans," which includes persons having origins in any of the Black racial groups of Africa; 4) "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; 5) "Native Americans," which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; 6) Asian-Pacific Americans," which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong; 7) Subcontinent Asian Americans," which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka; 8) Women; 9) Any additional groups whose members are designated as socially and economically disadvantaged by the SBA, at such time as the SBA designation becomes effective. B. CONTRACT PROVISIONS Special Provisions: SBE Participation Goal The RTC has established a mandatory SBE goal of 5.6% of the contract amount for the utilization of firms owned and controlled by socially and economically disadvantaged persons. This goal remains in effect throughout the term of the contract and participation will be monitored. Page 10

13 General Provisions: 1. SBE Obligation - Pursuant to 49 C.F.R. Part 26.13, the Contractor is required to make the following assurance in its agreement with the RTC and to include this assurance in any agreements it makes with subcontractors in the performance of this contract: The Contractor or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 C.F.R. Part 26 in the award and administration of U.S. DOT-assisted contracts. Additionally, all of the requirements described in the RTCs Disadvantaged Business Enterprise Program, (available upon request) shall be met. A contract that has a specific SBE participation goal is included in the Special Provisions above. 2. Compliance- Failure by the Contractor or Subcontractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the RTC deems appropriate (see section f.) 3. Inclusion of SBE Requirements- The Special Provisions and General Provisions must be included in every subcontract, so that such provisions shall be binding upon each subcontractor, regular dealer, manufacturer, consultant, or service agency. 4. Replacement/Substitutions of SBEs a. The Contractor is required to have a valid arrangement with the SBE(s) designated to fulfill the contract goal. SBE participants have been identified in the Contractor's bid documents. b. The Contractor may not terminate for convenience a SBE subcontractor listed in the bid and then perform the work of the terminated subcontract with its own forces or those of an affiliate, without the prior written consent of RTC. c. When a SBE subcontractor is terminated, or fails to complete its work on the contract for any reason, the Contractor is required to make good faith efforts to find another SBE subcontractor to substitute for the original SBE. These good faith efforts shall be directed at finding another SBE to perform at least the same amount of work under the contract as the SBE that was terminated, to the extent needed to meet the contract goal. d. If the Contractor or a non-sbe firm performs the work originally committed to a SBE, the Contractor shall submit a revised work plan to RTC detailing how the SBE goal will be met. If the Contractor fails to meet the goal or to make good faith efforts to meet the goal, sanctions may be applied against the Contractor. 5. Reporting Requirements- The Contractor shall provide all information and reports required by RTC and shall permit access to its books, records, accounts, other sources of information Page 11

14 and its facilities as may be determined by RTC to be pertinent to ascertain compliance with the regulations or directives. Monthly reports of SBE payments to SBE firms shall be submitted to RTC on the SBE Contract Compliance Form with each invoice for payment submitted for the life of the contract. Invoices will not be processed for approval unless the report is attached. 6. Monitoring and Enforcement - Contractors are required to make good faith efforts to meet the SBE goal of the contract with SBEs that are certified. The SBE firms must perform a commercially useful function in order to be counted towards the goal. Firms who fail to meet the goal must demonstrate that they have exerted good faith efforts to meet the goal. The definition of "commercially useful function" and "good faith efforts" shall, in the discretion of RTC, meet criteria set forth by the Department of Transportation under 49 C.F.R. Part 26. Failure by the Contractor to comply with its SBE contractual obligations shall constitute a substantial breach of the contract. If RTC determines that the Contractor is in breach of the contract, it shall give the Contractor a thirty (30) day notice to comply. Should the Contractor fail to cure the breach, RTC may terminate the contract, or withhold all applicable payments from the Contractor, and may enforce the contract and sue to collect any damages resulting from the Contractors breach. The foregoing is in addition to any other remedies authorized by law. 7. Prompt Payment to Subcontractors - (1) Requirement -- The Contractor shall comply with the prompt payment to subcontractors requirements set forth in 49 CFR Section and with all provisions of State law relating to the payment of subcontractors. (2) Payment for Satisfactory Work -- The Contractor shall make payment to each subcontractor for satisfactory performance of its subcontract no later than ten (10) days after receipt of payment from the RTC. (3) Payment of Retainage -- The Contractor shall make full payment to each subcontractor, within ten (10) days after the subcontractor s Work is satisfactorily completed, of all retainage withheld by the Contractor pursuant to the relevant subcontract. (4) No Retainage -- If the RTC does not withhold retainage from the Contractor, the Contractor may not withhold retainage from its subcontractors. 18. SMALL BUSINESS ENTERPRISE (SBE) PROVISIONS a. Goals, Good Faith, and Counting 1. A mandatory SBE contract specific goal has been established for this Contract. The applicable SBE commitment is 5.6% of the total dollar value of this Contract including any change orders and/or modifications. 2. SBE firms must be verified by the Nevada Unified Certification program (NUCP) SBE verification forms may be found at 3. Contractor agrees to meet the SBE goal or make good faith efforts, as Page 12

15 Page 13 determined in the sole judgment of the RTC, in accordance with its SBE Program, to meet the SBE goal. 4. Bidders must submit an Assurance of DBE/SBE Participation form and DBE/SBE Subcontractor/Vendor Information form (included in Exhibit D to the Sample Contract) which it will utilize for the contract with their proposals (these pages will not count toward the maximum amount of pages for the Bid). The Bidder must also attach to its Bid all DBE/SBE certifications for itself and all DBE/SBE contractors (these pages will also not count toward the maximum amount of pages for the Bid). 5. Bidders who do not demonstrate that they will meet the goal by listing SBE subcontractors on the DBE/SBE Subcontractor/Vendor Information form must submit their SBE Good Faith Effort (instructions for a good faith effort can be found online at: aithefforts.pdf (these pages will not count toward the maximum amount of pages for the Bid). Good Faith Efforts will be evaluated in accordance with the RTC s Small Business Program which references 49 CFR part 26 Appendix A. b. Administrative Requirements 1. The Contractor agrees to submit quarterly reports of payments and subcontract and/or supplier awards to SBEs in such form and manner and at such times as the RTC shall prescribe. SBE utilization forms are required throughout the contract term or at the completion of the contract if contract completion time is less than 3 months. The Contractor shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the RTC to be pertinent to ascertain compliance with the regulations or directives. 2. Additional information regarding the RTC s DBE and SBE Programs can be found online at c. SBE Termination/Substitution 1. Contractor may not terminate an SBE subcontractor listed in its bid, or a previously approved substituted SBE, without the prior written consent of RTC. 2. RTC will only provide such written consent if it has been determined that the prime contractor has good cause to terminate the SBE firm. 3. Before seeking approval to terminate and/or substitute an SBE, Contractor will give notice in writing to the SBE subcontractor, with a copy to RTC, of its intent to request to terminate and/or substitute, and the reason for the request. Contractor must give the SBE five business days to respond to contractor s notice and to advise RTC and the contractor of the reasons, if any, why it objects to the proposed termination of its subcontract and why RTC should not approve the prime subcontractor s action. If required in a particular case as a matter of public necessity (e.g. safety), RTC may approve a response period shorter than five business days. 4. Contractor will make good faith efforts, as determined by RTC, to replace an SBE that is terminated or has otherwise failed to complete its work on a

16 Page 14 contract with another certified SBE, to the extent needed to meet the contract goal. d. Compliance with SBE Submissions The failure of the Bidder to either meet the SBE goal and document intended participation on the Assurance of Small Business Element Participation form and SBE Subcontractor/Vendor Information form or demonstrate that it made Good Faith Efforts to do so may result in the rejection of the Bid as being non-responsive. 19. ENERGY CONSERVATION The contractor selected as a result of this solicitation shall comply with mandatory standards and policies relating to energy efficiency that are contained in applicable State energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C., 6321 et seq. 20. ENVIRONMENTAL REQUIREMENTS The Contractor agrees to comply with all applicable requirements of the National Environmental Policy Act of 1969, as amended, 42 U.S.C et seq.; the Clean Air Act, as amended, 42 U.S.C et seq. and scattered sections of 29 U.S.C.; the Federal Water Pollution Control Act, as amended, 33 U.S.C et seq.; the Resource Conservation and Recovery Act, as amended, 42 U.S.C et seq.; and the Comprehensive Environmental Response, Compensation, and Liability Act, as amended, 42 U.S.C et seq. The Contractor also recognizes that U.S. EPA, FHWA, and other Federal agencies have issued, and in the future are expected to issue regulations, guidelines, standards, orders, directives, or other requirements that may affect the Project. Thus, the Contractor agrees to comply, and assures the compliance of each sub-contractor and third party contractor, with any such Federal requirement as the Federal Government may now or in the future promulgate. 21. CLEAN WATER The Contractor acknowledges that any facilities or equipment acquired, constructed, manufactured, or improved for which the Contractor is responsible as a part of any project resulting from a contract or agreement with the RTC may be subject to complying with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C et seq. In addition: a. The Contractor agrees to protect underground sources of drinking water consistent with the provisions of the Safe Drinking Water Act of 1974, as amended, 42 U.S.C. 300f et seq. b. The Contractor agrees to comply with the notification of violating facilities provisions of Executive Order No , Administration of the Clean Air Act and

17 Page 15 the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans, 42 U.S.C note. 22. CLEAN AIR (AIR QUALITY) The Contractor, by responding to this solicitation, acknowledges that any facilities or equipment acquired, constructed, manufactured, or improved for which the Contractor is responsible as a part of any project resulting from a contract or agreement with the RTC may be subject to the following Environmental Protection Agency (EPA) regulations, among others: (1) "Control of Air Pollution from Motor Vehicles and Motor Vehicle Engines," 40 C.F.R. Part 85; (2) "Control of Air Pollution from New and In-Use Motor Vehicles and New and In-Use Motor Vehicle Engines: Certification and Test Procedures," 40 C.F.R. Part 86; and (3) "Fuel Economy of Motor Vehicles," 40 C.F.R. Part 600. The Contractor agrees to comply with the notification of violating facility requirements of Executive Order No , Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans, 42 U.S.C 7606 note. 23. CLEAN AIR AND CLEAN WATER As a condition of satisfactory contract performance, the contractor agrees to include in each third party contract, and sub-agreement exceeding $100,000.00, adequate provisions to ensure that participants report the use of facilities considered to be placed on U.S. EPAs List of Violating Facilities, refrain from using violating facilities, report violations to the FTA and the Regional U.S. EPA Office, and comply with the inspection and other requirements of the following: a. Section 306 of the Clean Air Act, as amended, 42 U.S.C. 7414, as well as other applicable provisions of the Clean Air Act, as amended, 42 U.S.C et seq.; and, b. Section 508 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1368, as well as other requirements of the Federal Water Pollution Control Act, as amended, 33 U.S.C et seq. 24. BUY AMERICA (Applicable to bids/proposals $100,000 or more) The Buy America requirement provides that Federal funds may not be obligated for mass transportation projects unless steel, iron, and manufactured products, as defined by the U.S. Federal Government, used in such projects are produced in the United States. This solicitation and the resulting contract are subject to the Buy America requirements of 49 U.S.C. 5323(j) and the Federal Transit Administration s implementing regulations found at 49 CFR Part 661. These regulations require, as a matter of responsiveness, that the bidder or offeror submit with its offer a completed certification in accordance with

18 Part or , as appropriate. These certifications are set forth in this solicitation on page FC-17. Failure to submit this certification will render the bidders/offerors entire submission nonresponsive and thereby disqualified. A bidder/proposer who seeks to establish grounds for an exception to this requirement must follow the procedure in the section entitled "Exceptions. 25. FLY AMERICA The Contractor, by responding to this solicitation, agrees to comply with 49 U.S.C (the Fly America Act) in accordance with the General Services Administration s regulations at 41 C.F.R. Part , which provide that recipients and sub-recipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S. Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier. In any e vent, the Contractor shall provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 26. SEISMIC SAFETY REQUIREMENTS The contractor agrees that any new building or addition to an existing building will be designed and construction accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 27. CARGO PREFERENCE: USE OF UNITED STATES-FLAG VESSELS As required by 46 C.F.R. Part 381, the contractor selected as a result of this solicitation agrees: a. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, materials, or commodities pursuant to this contract to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. b. To furnish within 20 days following the date of loading for shipments originating within Page 16

19 Page 17 the United States, or within 30 working days following the date of lading for shipment originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) above to the recipient (through the prime contractor in case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, 400 Seventh Street, S.W., Washington, D.C , marked with appropriate identification of the project. c. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. 28. RESTRICTIONS ON LOBBYING (Applicable to bids/proposals $100,000 or more) Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 C.F.R. Part 20, New Restrictions on Lobbying, and U.S. DOT regulations. Each tier certifies to the RTC that they have not and will not use Federal appropriated funds to pay any person or organization to influence or attempt to influence an officer or employee of any Federal department or agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C Such disclosures are forwarded from tier to tier up to the recipient. The term "recipient" is defined in the law to include all contractors and subcontractors at any tier of the recipient of funds received in connection with a Federal contract, grant, loan, or cooperative agreement. Manufacturers or their authorized sales representative of vehicles and related equipment are thus included. Any Contractor who submits a written response to this procurement solicitation must certify and submit with their bid or offer the Certification Regarding Lobbying on page FC-18. Failure to submit this Certification will render the Contractor s entire submission nonresponsive and disqualified. 29. DEBARMENT AND SUSPENSION (Applicable to bids/proposals $25,000 or more) The terms of the U.S. Department of Transportation regulation, "Suspension and Debarment of Participants in DOT Financial Assistance Programs," 49 C.F.R. Part 29, are applicable to any agreement or contract exceeding $25, Therefore, any Contractor who submits a written response to this procurement solicitation is required to verify that none of the contractor, its principals, as defined at 49 CFR , or affiliates, as defined at 49 CFR , are excluded or disqualified as defined at 49 CFR and

20 The contractor must sign and submit with the response the "Certificate Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Covered Transactions." Failure to submit this Certificate will render the Contractor's entire submission non- responsive and thereby disqualified. All contractors and low tier subcontractors shall be registered or register with the System for Award Management (SAM) before entering into any contracts with the RTC. To register with SAM, go to the SAM website and have the following pieces of information ready: (1) DUNS number; (2) Taxpayer Identification Number (TIN) or Employment Identification Number (EIN). In addition, any contractor entering into a contract or agreement with the RTC who subsequently anticipates entering into any subcontract exceeding $25,000 associated with this solicitation shall require the prospective subcontractor(s) to sign and submit the Certificate mentioned immediately above to the prime contractor prior to executing the subcontract(s). These certifications shall be available for RTC s review at any time during the term of the contract. The Contractor agrees to include a provision requiring such compliance in its lower tier covered transactions. Page 18

21 BUY AMERICA CERTIFICATE CERTIFICATION OF COMPLIANCE WITH SECTION 165(a) The bidder hereby certifies that it and/or the manufacturer it represents will comply with the requirements of section 165(a) of the Surface Transportation Assistance Act of 1982, as amended, and the applicable regulations in 49 CFR part 661. Date: Signature: Title: Company Name: CERTIFICATION OF NON-COMPLIANCE WITH SECTION 165(a) The bidder hereby certifies that it and/or the manufacturer it represents cannot comply with the requirements of section 165(a) of the Surface Transportation Assistance Act of 1982, as amended, but it may qualify for an exception to the requirement pursuant to section 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act of 1982, as amended, and regulations in 49 CFR Date: Signature: Title: Company Name: [If a successful bidder fails to demonstrate that it complies with its certification, it will be required to take the necessary steps in order to achieve compliance. If a bidder takes these necessary steps, it will not be allowed to change its original bid price. If a bidder does not take the necessary steps, it will not be awarded the contract if the contract has not yet been awarded, and it is in breach of contract if a contract has been awarded] Page 19

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES MATERIALS and SUPPLIES Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America Requirements

More information

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities

More information

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES. Revised: May, 2017 Construction Services

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES. Revised: May, 2017 Construction Services FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES Revised: May, 2017 Construction Services FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America Requirements 2.

More information

ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007

ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007 ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007 SECTION 1. THE POLICY It is the policy of the School District of Philadelphia (the "District") acting through

More information

**** End Addendum ****

**** End Addendum **** Addendum No. 1, 16-00198-ARLW February 10, 2017 To All Offerers: RFP 16-00198-ARLW FMLA Administration (3 rd Party) of 9,300 Employees, 5-Year Period Addendum No. 1 The following constitutes Addendum No.

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS 00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS

More information

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg

More information

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP. FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 3/10/17 RE: RFP-DOT-16/17-9010-GH POSITIVE TRAIN CONTROL SYSTEM FOR THE (CFRC) Notice is hereby given of the following changes to the above-referenced

More information

General Terms and Conditions Associated with FTA Contracts:

General Terms and Conditions Associated with FTA Contracts: General Terms and Conditions Associated with FTA Contracts: The following general terms and conditions will govern the basic Agreement and are a part thereof. 1. FINANCIAL ASSISTANCE: The work provided

More information

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES The vendor awarded this contract must adhere to the all FTA-required clauses included in Exhibit C. Appendix D of this RFP is an acknowledgment of these clauses

More information

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA Request for Proposals For Transportation Consulting Services Advertisement Date: April 21, 2014 Mandatory Pre-Proposal Meeting:

More information

CONSTRUCTION LESS THAN $100,000

CONSTRUCTION LESS THAN $100,000 Michigan Department Of Transportation 3162A (02/14) CONSTRUCTION LESS THAN $100,000 Page 1 of 12 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain

More information

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

APPENDIX G REPRESENTATIONS & CERTIFICATIONS APPENDIX G REPRESENTATIONS & CERTIFICATIONS ORGANIZATION: ADDRESS PHONE: MOBILE: EMAIL: WEB ADDRESS: The Offeror represents and certifies, by completing this form, that the following information is current,

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

SMART RFP / IFB ARTICLE 6.0

SMART RFP / IFB ARTICLE 6.0 SMART RFP / IFB ARTICLE 6.0 This Article is incorporated into all SMART Contracts for which the Federal government is a funding source. Version Published Dates Modified by 1.0 11/08/2012-3/21/2013 Anthony

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR INSURANCE BROKER SERVICES CONTRACT PROPOSAL RFP NO. GD 18-03

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR INSURANCE BROKER SERVICES CONTRACT PROPOSAL RFP NO. GD 18-03 GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR INSURANCE BROKER SERVICES CONTRACT PROPOSAL RFP NO. GD 18-03 PREPARED BY GREATER DAYTON REGIONAL TRANSIT AUTHORITY FEBRUARY 21, 2018 FEBRUARY

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS GARAGE RESTORATION REPAIRS CONTRACT PROPOSAL RFP NO.

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS GARAGE RESTORATION REPAIRS CONTRACT PROPOSAL RFP NO. GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS GARAGE RESTORATION REPAIRS CONTRACT PROPOSAL RFP NO. GD 17-38 TWO-STEP PROCUREMENT STEP ONE TECHNICAL APPROACH AND TECHNICAL QUALIFICATIONS

More information

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements ALL CLAUSES & CERTIFICATIONS HEREINAFTER ARE PROVIDED FOR PROCUREMENTS (AS APPLICABLE) INVOLVING FTA ASSISTANCE,

More information

Texas Department of Transportation Page 1 of 46 Contract and Grant Management SUBCHAPTER J. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

Texas Department of Transportation Page 1 of 46 Contract and Grant Management SUBCHAPTER J. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Texas Department of Transportation Page of 0 SUBCHAPTER J. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM.00. Purpose of Subchapter; Applicability of Program. (a) This subchapter establishes policies

More information

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES Updated: February 1, 2017 Federal Contract Clauses Page 1 FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

By signing this Signature Page, the Offeror represents and certifies compliance with the attached Certifications and Representations.

By signing this Signature Page, the Offeror represents and certifies compliance with the attached Certifications and Representations. By signing this Signature Page, the Offeror represents and certifies compliance with the attached Certifications and Representations. The full text of a solicitation provision may be accessed electronically

More information

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB: FEDERAL REQUIREMENTS FR 1. Access to Records The successful Offeror agrees to maintain all books, records, accounts and reports required under the Contract resulting from this RFB for a period of not less

More information

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS 093-17 APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS The following terms apply when the Jacksonville Transit Authority (JTA) determines that the Contract involves or may involve the expenditure

More information

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) PROVISION APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) Professional Services/A&E No Federal Gov t Obligations

More information

Request for Proposal. Sport Utility Vehicle / Support Vehicle RFP

Request for Proposal. Sport Utility Vehicle / Support Vehicle RFP Request for Proposal Sport Utility Vehicle / Support Vehicle RFP 01-2014 South Bend Public Transportation Corporation David Cangany, General Manager 1401 S. Lafayette Blvd. South Bend, Indiana 46613 PROCUREMENT

More information

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES Sheet 1 of 10 REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES I. INTRODUCTION. The specific requirements for the utilization of Disadvantaged Business Enterprises,

More information

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT REQUEST FOR PROPOSAL 2016-09 FINANCIAL AND COMPLIANCE AUDIT The Bay Metropolitan Transportation Authority is presently soliciting proposals from qualified professional auditing firms to provide audit services

More information

Attachment 15 Specified Requirements

Attachment 15 Specified Requirements Attachment 15 Specified Requirements Attachment 15 PART A SPECIFIED REQUIREMENTS The shall comply with, and the Concessionaire shall perform its obligations and (where relevant) shall require each Project

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS MANUFACTURING INSPECTION AND QUALITY ASSURANCE SERVICES

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS MANUFACTURING INSPECTION AND QUALITY ASSURANCE SERVICES GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS MANUFACTURING INSPECTION AND QUALITY ASSURANCE SERVICES CONTRACT PROPOSAL RFP NO. GD 16-22 PREPARED BY GREATER DAYTON REGIONAL TRANSIT

More information

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications. Invitation to Bid NORTHERN NEW ENGLAND PASSENGER RAIL AUTHORITY DOMESTICALLY PRODUCED TURNOUT FROGS 2017 AMTRAK DOWNEASTER CAPITAL MAINTENANCE PROJECT BID # 17-007 BID OPENING TIME AND LOCATION: Sealed

More information

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 General Civil Rights Provisions A-02 Civil Rights - Title VI Assurances A-03 Notice of Requirement for Affirmative

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR FOOD AND BEVERAGE VENDING SERVICES CONTRACT PROPOSAL NO.

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR FOOD AND BEVERAGE VENDING SERVICES CONTRACT PROPOSAL NO. GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR FOOD AND BEVERAGE VENDING SERVICES CONTRACT PROPOSAL NO. GD 16-25 PREPARED BY GREATER DAYTON REGIONAL TRANSIT AUTHORITY DECEMBER 30, 2016

More information

Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS

Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS VOLUME FEBRUARY 2013 This Page Intentionally Left Blank Texas Department of Transportation Aviation Division

More information

Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas PILOT (74568)

Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas PILOT (74568) Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS VOLUME JUNE 2005 Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas

More information

Federal Transit Administration Contract Clauses

Federal Transit Administration Contract Clauses Federal Transit Administration Contract Clauses List of Clauses Title Applicability A.1: Access to records and reports all contracts above micro-purchase A.2 Bonding Requirements: All contracts above $250,000

More information

APPENDIX A. Definition of Terms

APPENDIX A. Definition of Terms APPENDIX A. Definition of Terms Appendix A provides explanations and definitions useful to understanding the 2015 Public Works Disparity Study. The following definitions are only relevant in the context

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site,

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site, PREVAILING WAGES If the project is expected to exceed $50,000 in cost then the contractor will be required to conform with the Oregon Bureau of Labor and Industry requirement for wages and payroll submittals.

More information

FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES

FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES It is the responsibility of the Bidder to ensure that all clauses applicable to the Work of the Agreement resultant from this Purchase Order are adhered

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR ALTERNATIVE TRANSIT PROVIDERS CONTRACT PROPOSAL NO. GD 17-08

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR ALTERNATIVE TRANSIT PROVIDERS CONTRACT PROPOSAL NO. GD 17-08 GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR ALTERNATIVE TRANSIT PROVIDERS CONTRACT PROPOSAL NO. GD 17-08 PREPARED BY GREATER DAYTON REGIONAL TRANSIT AUTHORITY MARCH 16, 2017 MARCH

More information

INVITATION FOR BIDS IFB# GATEWAY PARKING LOT SITE WORK & PAVEMENT STARK AREA REGIONAL TRANSIT AUTHORITY 1600 GATEWAY BLVD SE CANTON, OHIO

INVITATION FOR BIDS IFB# GATEWAY PARKING LOT SITE WORK & PAVEMENT STARK AREA REGIONAL TRANSIT AUTHORITY 1600 GATEWAY BLVD SE CANTON, OHIO INVITATION FOR BIDS IFB# 2012-03 GATEWAY PARKING LOT SITE WORK & PAVEMENT STARK AREA REGIONAL TRANSIT AUTHORITY 1600 GATEWAY BLVD SE CANTON, OHIO DUE DATE: 10:00 a.m. EST, Thursday, September 6, 2012 Questions

More information

APPENDIX B NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) March 2012 * * *

APPENDIX B NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) March 2012 * * * APPENDIX B NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) March 2012 * * * ~Applies only if bid/proposal price is $500,000 or more for a construction contract or $100,000 or more for

More information

City of Fargo Transit Department (MATBUS) Bus Shelter RFP

City of Fargo Transit Department (MATBUS) Bus Shelter RFP City of Fargo Transit Department (MATBUS) Bus Shelter RFP Schedule/Timeline Date issued: September 12, 2018 Requests for Clarification or Modification September 26, 2018 Response to Clarification or Modification

More information

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES Sheet 1 of 12 REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES I. INTRODUCTION. The specific requirements for the utilization of Disadvantaged Business Enterprises,

More information

City of Alexandria Purchasing Department. PO Box 71. Alexandria, Louisiana COVER PAGE. Bid Proposal #2058 ANNUAL WORK UNIFORMS

City of Alexandria Purchasing Department. PO Box 71. Alexandria, Louisiana COVER PAGE. Bid Proposal #2058 ANNUAL WORK UNIFORMS Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 441-6185 COVER PAGE Bid Proposal #2058 ANNUAL WORK

More information

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013 DATE: January 3, 2019 RFQ 18-GRTC-1219 Transfers From: Tyler Linkenhoker, Director of Procurement E-mail Address: tlinkenhoker@valleymetro.com Telephone number: (540) 982-0305 ext. 116 Fax number: (540)

More information

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

1. Buy America Requirements 49 U.S.C. 5323(j) 49 CFR Part 661

1. Buy America Requirements 49 U.S.C. 5323(j) 49 CFR Part 661 Federal Contract Clauses RECIPIENT agrees to abide by the following federal requirements and agrees to bind third party contractors and subcontractors to the same, as applicable. 1. Buy America Requirements

More information

FEDERAL TRANSIT ADMINISTRATION

FEDERAL TRANSIT ADMINISTRATION FEDERAL TRANSIT ADMINISTRATION BEST PRACTICES PROCUREMENT MANUAL TABLE OF CONTENTS A.1 - Federally Required and Other Model Contract Clauses 1. Fly America Requirements 2. Buy America Requirements* 3.

More information

MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM

MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACT SPECIAL PROVISIONS The following CDBG Contract Special Provisions should be used with all construction contracts, and professional

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

PART 1 GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS. Contract # TRIPS-13-MV-FTS

PART 1 GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS. Contract # TRIPS-13-MV-FTS PART 1 GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS Contract # TRIPS-13-MV-FTS The Braun Corporation ADA Compliant Lowered Floor Minivan 1 Public Transit Office Part 1 SOLICITATION 1.1 SCOPE

More information

RFP COMBINED FIXED ROUTE BUS, ADA COMPLIMENTARY PARATRANSIT, AND DEMAND-RESPONSE TRANSPORTATION SERVICES OPERATIONS

RFP COMBINED FIXED ROUTE BUS, ADA COMPLIMENTARY PARATRANSIT, AND DEMAND-RESPONSE TRANSPORTATION SERVICES OPERATIONS EXHIBIT 9- FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES It is the responsibility of the Contractor to ensure that all applicable FTA required clauses are adhered to, including but not limited to, compliance

More information

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements Exhibit C Federal Aviation Administration (FAA) Bidder Requirements DBE CONSTRUCTION CONTRACTS D-15 REQUIRED CONTRACT PROVISIONS Federal laws and regulations require that recipients of federal assistance

More information

INVITATION FOR BIDS (IFB#16-003) for LIFT TRUCK/FORKLIFT. by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY

INVITATION FOR BIDS (IFB#16-003) for LIFT TRUCK/FORKLIFT. by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY INVITATION FOR BIDS () for LIFT TRUCK/FORKLIFT by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY Key IFB Dates Issued: May 10, 2016 Written Questions: May 19, 2016 Response to Questions May 27, 2016 Submit

More information

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified

More information

2018 DIESEL FUEL 87 OCTANE GASOLINE BID SPECIFICATIONS ALLEN COUNTY FUEL CONSORTIUM 200 EAST HIGH STREET LIMA, OHIO 45801

2018 DIESEL FUEL 87 OCTANE GASOLINE BID SPECIFICATIONS ALLEN COUNTY FUEL CONSORTIUM 200 EAST HIGH STREET LIMA, OHIO 45801 2018 DIESEL FUEL 87 OCTANE GASOLINE BID SPECIFICATIONS ALLEN COUNTY FUEL CONSORTIUM 200 EAST HIGH STREET LIMA, OHIO 45801 1 Contents BIDDERS CHECKLIST... 4 SECTION 1: GENERAL INFORMATION... 8 SECTION 2

More information

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION E RICIAN- UTILITY WORK (SOUTH) Rates Expiration Date: 11/30/2010 Effective Date: 11/15/2010

More information

Required Contract Provisions for Subcontracts ( )

Required Contract Provisions for Subcontracts ( ) Required Contract Provisions for Subcontracts (12-07-2018) 1. Required subcontract certifications - EEO and Drug Free Workplace 2. Certification of Subcontractor residency 3. GDOT specification 109.H no

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

IFB No. FQ18119/ST APPENDIX B

IFB No. FQ18119/ST APPENDIX B APPENDIX B 1 NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) May 2015 ~Applies only if proposal price is $500,000 or more for a construction contract or $150,000 or more for a supply

More information

FEDERAL TRANSIT ADMINISTRATION 154

FEDERAL TRANSIT ADMINISTRATION 154 APPENDIX A Federally Required and Other Model Contract Clauses FEDERAL TRANSIT ADMINISTRATION 154 Appendix A. Federally Required and Other Model Contract Clauses A.1 ACCESS TO RECORDS AND REPORTS...A-3

More information

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Hancock County Bar Harbor Airport Trenton, ME 2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Request for Proposals

More information

Bus Stop Shelter Concrete Pads Request for Proposal #G052

Bus Stop Shelter Concrete Pads Request for Proposal #G052 Bus Stop Shelter Concrete Pads Request for Proposal #G052 Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM July 18,

More information

DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation RFQ Authority Project No. 927 DRAFT

DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation RFQ Authority Project No. 927 DRAFT DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation 2019-017-RFQ Authority Project No. 927 Contents A1 ACCESS TO RECORDS AND REPORTS... 2 A2 AFFIRMATIVE ACTION REQUIREMENT... 3 A3 BREACH OF CONTRACT

More information

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING REQUEST FOR STATEMENT OF QUALIFICATIONS FROM GENERAL CONTRACTORS FOR PARK CITY TRANSIT RESIDENTIAL BUILDING ISSUED: December 26, 2012 Date Due: January 9, 2013 Park City, Utah NOTICE TO GENERAL CONTRACTOR

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM)

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) PRIME CONTRACTOR FORMAL CONTRACT PROVISIONS FOR SUBCONTRACTING WITH EMERGING BUSINESS ENTERPRISES* FEDERAL DOLLARS NON-FEDERAL DOLLARS Where Federal dollars

More information

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Request for Proposals #G053 Parking Lot Seal Coating Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM August 29, 2012

More information

REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717

REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717 REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717 RFP Circulation Date: July 7 th, 2017 Proposal Submission Deadline: July 24 th, 2017 5:00pm

More information

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately]

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately] EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS [provided separately] Texas Department of Transportation EXHIBIT 1 Request for Proposals, Addendum #5 DFW Connector Page 1 of 1 Comprehensive Development Agreement

More information

City of Santa Clarita DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

City of Santa Clarita DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM City of Santa Clarita DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Submitted to U.S. Department of Transportation Federal Transit Administration San Francisco, California SANTA CLARITATRANSIT DBE PROGRAM

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Solicitation of the Contract Provider for the Link Transit System Paratransit Service November 21, 2016 Dear Service Provider: The City of Burlington, located in the State of North

More information

REQUEST FOR RFQ NUMBER DUE DATE: MAY 15, Memphis-Shelby County Airport Authority Memphis, Tennessee

REQUEST FOR RFQ NUMBER DUE DATE: MAY 15, Memphis-Shelby County Airport Authority Memphis, Tennessee REQUEST FOR QUALIFICATIONS FUEL AND FACILITIES MANAGEMENT AND MAINTENANCE SERVICES RFQ NUMBER 19-0010 DUE DATE: MAY 15, 2019 REQUEST FOR QUALIFICATIONS 19-0010 PAGE 1 OF 59 TRANSMITTAL LETTER April 1,

More information

INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014

INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014 Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID

More information

Memphis-Shelby County Airport Authority Memphis, Tennessee

Memphis-Shelby County Airport Authority Memphis, Tennessee LEGAL NOTICE Request for Proposals RFP Number 19-0003 Ready Mix Concrete Sealed bids for providing Ready Mix Concrete will be received by the Memphis-Shelby County Airport Authority (Authority), Staff

More information

Disposition of Northside Property

Disposition of Northside Property REQUEST FOR PROPOSAL Disposition of Northside Property Issue Date: February 5, 2014 Proposals Due: April 11, 2013 RFP NUMBER 02-2014 Issued by: South Bend Public Transportation Corporation (TRANSPO) South

More information

Pacific Ship Repair & Fabrication, Inc. Supplier Annual Representations and Certifications

Pacific Ship Repair & Fabrication, Inc. Supplier Annual Representations and Certifications Supplier/Subcontractor (Offeror/Supplier) shall complete all sections of this Certification and initial/sign as indicated. Failure to furnish the following certifications may be cause for rejection of

More information

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors FAA Airports Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors Contents Record of Changes... iii Requirements... 1 1. 2. 3. 4. 5. 6. 7. Required Contract Provisions...

More information

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS 1. TYPE OF BUSINESS ORGANIZATION The Bidder/Offeror, by checking the applicable box, represents that (a) It operates as a corporation incorporated under the laws of the State of, an individual, a partnership,

More information

Offeror Representations and Certifications Commercial Items. Offeror Representations and Certifications Commercial Items (Oct 2010)

Offeror Representations and Certifications Commercial Items. Offeror Representations and Certifications Commercial Items (Oct 2010) NOTE: The following Representations and Certifications document is required for Purchase Orders not exceeding $150K if the contractor is not registered in the Government-wide Online Representations and

More information

Revised Southern California Edison Company Page 1

Revised Southern California Edison Company Page 1 Diverse Business Enterprise (DBE) Subcontracting Commitment and Reporting Requirements I. Overview It is Edison s goal to provide diverse business enterprises ( DBEs ), such as women, minority and service-disabled

More information

General Contract Conditions for Small Construction/Development Contracts

General Contract Conditions for Small Construction/Development Contracts General Contract Conditions for Small Construction/Development Contracts U.S. Department of Housing and Urban Development Office of Public and Indian Housing OMB Approval No. 2577-0157 (exp. 3/31/2020)

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS Neighborhood Housing & Public Facilities Improvements Programs Community Development Block Grant (CDBG) Program May 6, 2016 Page 1 of 12 REQUEST FOR QUALIFICATIONS (RFQ) GENERAL,

More information

OFFEROR NAME: PART 1 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS

OFFEROR NAME: PART 1 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2012) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is [insert NAICS code]. NAICS Code Search: http://www.census.gov/eos/www/naics/

More information

REQUEST FOR PROPOSALS TO PROVIDE TIRES

REQUEST FOR PROPOSALS TO PROVIDE TIRES REQUEST FOR PROPOSALS TO PROVIDE TIRES INTRODUCTION The Metropolitan Tulsa Transit Authority (MTTA) is requesting proposals from qualified firms to provide tires for our bus and van fleet as described

More information

MSCAA PROJECT NO /04

MSCAA PROJECT NO /04 TIME: RBID ENVELOPE MSCAA PROJECT NO. 14-1374-03/04 NAME OF PROJECT: CONCOURSE MODERNIZATION- PASSENGER BOARDING BRIDGES BIDS DUE: U5/8/2018 U U 2:00 PM Local Time UBIDDER IDENTIFICATIONU: MEMPHIS SHELBY

More information

STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER "BUILDING MAINE COMMUNITIES"

STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER BUILDING MAINE COMMUNITIES STATE OF MAINE CDBG PROGRAM FEDERAL CONSTRUCTION CONTRACT PROVISIONS FOR CONTRACTS $10,000 & UNDER "BUILDING MAINE COMMUNITIES" Department of Economic & Community Development Office of Community Development

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

(a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site;

(a) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site; Template: FA-Special Terms and Conditions 8-20-2009 FINAL (APPROVED BY DOL) FA-TC-0050 Prescription: Include for ARRA Awards when WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE AMERICAN RECOVERY AND

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

INVITATION FOR BIDS (IFB) Number

INVITATION FOR BIDS (IFB) Number INVITATION FOR BIDS (IFB) Number A. INSTRUCTIONS TO BIDDERS A.1 BID NOTICE A.1.1 The purchaser, namely, hereby gives notice that it will receive sealed bids for the purchase of. Bidders shall submit their

More information