Request for Proposals Transit Shelter Maintenance

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

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

Request for Proposals Transit Shelter Maintenance

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Request for Proposals

CONTRACT FOR SERVICES RECITALS

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

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES

Professional and Technical Services Contract State of Minnesota

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

General Terms and Conditions Associated with FTA Contracts:

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

CHATHAM AREA TRANSIT AUTHORITY. Invitation for Bids FOR PROJECT NO City Hall Floating Dock Replacement

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

SERVICE AGREEMENT CONTRACT NO.

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

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services

RFP GENERAL TERMS AND CONDITIONS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

PLEASANTVILLE HOUSING AUTHORITY

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

AMERICAN RECOVERY AND REINVESTMENT ACT PROJECT FEDERAL TRANSIT ADMINISTRATION (FTA) GRANT

GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

Request for Proposal NE 2 nd Street, Suite 100 Meridian, Idaho RFP Number RFP

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

Tacoma Power Conservation Contractor Agreement

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

Request for Proposals #2018-4

SOMERSET COUNTY INSURANCE COMMISSION

REQUEST FOR QUALIFICATIONS

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

January 18, Request for Proposals. for

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

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

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

CONTRACT For ADMINISTRATION OF GRANT FUNDING IN SUPPORT OF THE ARTS

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR FAX QUOTE THIS IS NOT AN ORDER Please complete and return this form with your quotation RETURN FAX NUMBER (540)

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

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

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

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

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

REQUEST FOR PROPOSAL. ADA Transition Plan and Inventory

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

Request for Proposals

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

SECTION 2 - STANDARD TERMS & CONDITIONS

BENTON COUNTY PERSONAL SERVICES CONTRACT

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Request for Proposal # Executive Recruitment Services

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

Request for Proposals Transit Signal Priority Concept of Operations

CONSENT to COMPLY with GOVERNMENT REQUIREMENTS

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR

Transcription:

Request for Proposals Transit Shelter Maintenance RFP Release: April 7, 2014 Proposal Deadline: May 16, 2014 Contract Award: May 21, 2014 Agreement takes effect: July 1, 2014 Eric Wolf, General Manger AMTRAN 3301 Fifth Avenue Altoona, PA 16602 814-944-4074 (phone) 814-941-2733 (fax) EricWolf@amtran.org (e-mail)

Purpose AMTRAN is soliciting proposals from qualified individuals or firms to maintain the Transit Shelters throughout our service area in central Blair County to include cleaning, snow removal, and posting advertising. The agreement will be for a 3-year period beginning July 1, 2014 with an option for an additional two years. General Information 1. AMTRAN is the public transportation authority providing bus service to central Blair County, Pennsylvania. The Authority was incorporated in 1958 as a joint authority of the City of Altoona and Logan Township under the Pennsylvania Municipal Authorities Act of 1945. It has a seven member Board of Directors of which five are appointed by the City of Altoona and two are selected by Logan Township. 2. This RFP contains instructions concerning the proposal to be submitted and the material to be included. A description of the services to be provided, eligibility requirements for consideration, evaluation criteria, and other requirements to be met by each proposal are included. 3. AMTRAN reserves the right to select a provider directly from among the proposals submitted, or to enter into negotiations with two (2) or more qualified offerors, or to reject any and all proposals received. This RFP does not constitute a binding offer of award. Project Schedule Release RFP April 7, 2014 Proposal Deadline May 16, 2014 Contract Award May 21, 2014 Agreement to Begin July 1, 2014 Initial Term Ends June 30, 2017 Option Period July 1, 2017 June 30, 2019 2 of 12

Scope of Project Project Description AMTRAN is soliciting proposals from qualified individuals or firms to maintain the Transit Shelters throughout our service area in central Blair County. Maintenance of the shelters will include cleaning, snow removal, and posting advertising materials. The agreement will be for a 3-year period beginning July 1, 2014 with an option for an additional two years. Shelter Description The standard Transit Shelters are pre-fabricated structures constructed of glass, Plexiglas, plastic, and metal secured to a concrete pad. There are currently 15 standard shelters in AMTRAN s service area plus the Downtown Transit Center on 10 th Avenue Expressway at 13 th Street. Cleaning of all of these shelters will be included in this agreement. Snow removal at the Downtown Transit Center is the responsibility of AMTRAN and the City of Altoona. Cleaning and snow removal of the Logan Valley Mall shelter and Penn State Altoona shelter are the responsibility of Logan Valley Mall and Penn State Altoona respectively. Shelter Locations 1. Veterans Home @ McArthur Hall 2. Goods Lane @ Cracker Barrel - Advertisement 3. E. Pleasant Valley Blvd. @ Greenwood Plaza - Advertisement 4. 58 th St. @ Boyce Ave. - Advertisement 5. Broad Ave. @ Jaffa Mosque - Advertisement 6. 7 th Ave. @ Bon Secours Hospital 7. 17 th St. between 6 th and 7 th Ave. 8. 17 th St. @ 9 th Ave. 9. 17 th St. @ Margaret Ave. - Advertisement 10. Howard Ave. @ Blair Medical Center - Advertisement 11. Howard Ave. @ Trauma Center - Advertisement 12. Chestnut Ave. @ Juniata Gap Rd. - Advertisement 3 of 12

13. Ivyside Dr. @ 25 th Ave. - Advertisement 14. 25 th Ave. @ Ivyside Plaza - Advertisement 15. 10 th St. @ Green Ave. Cleaning Cleaning of all shelters will take place when directed by AMTRAN and will be no fewer than three (3) times per year and no more than six (6) times per year. Cleaning should take place within three business days of notification by AMTRAN. If a single shelter is in need of cleaning, contractor will accommodate at AMTRAN s request. Cleaning will consist of cleaning the glass or Plexiglas panels and the other structural elements of the shelter including the concrete pad. Care will be taken to not damage the clear panels so as to extend their life for as long as possible. Cleaning will also include removing trash and debris from the roof and from around the shelter. Cleaning may also include occasional graffiti removal without damage to glass, Plexiglas or metal finish. Cleaning of the Downtown Transit Center shall consist of cleaning the glass and metal customer enclosures, the customer benches, carefully cleaning the exteriors of three electronic signs, and power-washing the brick pavers. Cleaning may also include occasional graffiti removal without damage to the glass, painted finish, or wood finish. Snow removal Snow and ice removal will take place at AMTRAN s direction and will be sufficient to allow use by both pedestrians and by people using a wheelchair. Snow removal should take place within two business days of notification by AMTRAN. Posting and removing advertising materials Ten of the fifteen shelters have advertising panels on them. The contractor will pick up advertising panels either at AMTRAN or from the local area vendor and will post them in the shelters. The contractor will return unused advertising panels to AMTRAN. Other Maintenance Repair or replacement of damaged glass or Plexiglas panels or other repair or replacement of shelters will be the responsibility of AMTRAN. If the contractor notes damage to a shelter, AMTRAN should be notified. 4 of 12

Proposal Process Proposal Deadline Proposals will be received until 12:00 noon on Friday, May 16, 2014. AMTRAN reserves the unqualified right to postpone proposal due date, reject any or all proposals, to waive or accept minor technicalities and discrepancies, and to accept or further negotiate cost, terms or conditions of any proposal as deems by AMTRAN to be in its best interests. One copy of the bidder s proposal shall be submitted. Proposals must be submitted in an envelope clearly marked Transit Shelter Maintenance and addressed to: Mail or hand delivery Eric Wolf, General Manager AMTRAN 3301 Fifth Avenue Altoona, PA 16602 Submittal Requirements 1. Cover Letter Describe how you propose to approach this maintenance project. The letter should also state that the proposer has reviewed the Required Clauses (pages 7-10) and agrees to abide by them. 2. Experience Include descriptions of similar projects. 3. References Provide the name and phone number of at least three references for similar projects 4. Cost Fill out the Pricing Sheets that are part of this RFP. Withdrawing a proposal Proposals may be withdrawn by written or faxed notice at any time prior to the 12:00 noon, Friday, May 16 deadline for the proposals. Proposals may also be withdrawn in person (prior to 12:00 noon deadline) by the bidder or an authorized representative provided that proper identification is made and a receipt for the proposal is signed. Award Process AMTRAN reserves the right to select a provider directly from among the proposals submitted, or to enter into negotiations with two (2) or more qualified offerors, or to reject any and all proposals received. This RFP does not constitute a binding offer of award. 5 of 12

Evaluation Criteria An evaluation panel will evaluate the proposals based on the criteria listed below. Criteria References and experience with similar projects 45% Cost 45% MBE/WBE participation* 10% *Minority-owned Business Enterprise or Woman-owned Business Enterprise Project Award AMTRAN anticipates the selection of the winning proposal will occur at the Board of Directors meeting scheduled for Wednesday, May 21. All bidders will be notified of the outcome of the selection process at that time. Insurance Requirements A. Liability Insurance. Contractor agrees that, at its own cost and expense, it will procure and continue in force general liability insurance covering any and all claims for injuries and property damage to persons and property occurring on this project during the term of this Agreement, such insurance at all times to be in an amount of not less than ONE MILLION AND NO/100 ($1,000,000.00) DOLLARS, blanket coverage for any and all losses. Said policy shall be written with a company or companies acceptable to AMTRAN which are authorized to engage in the business of general liability insurance in the Commonwealth of Pennsylvania. AMTRAN shall be named as an additional insured. Contractor shall deliver to AMTRAN the customary insurance certifications evidencing such paid-up insurance when requested, but not less frequently than annually. B. Worker s Compensation. Contractor agrees to maintain or cause to be maintained worker's compensation insurance for all employees performing work on this project and will provide AMTRAN of proof thereof when requested, but not less frequently than annually. C. Indemnification. Contractor covenants and agrees that it will protect, save and keep AMTRAN forever harmless and indemnified against and from any penalty or damage or charges imposed for any violation of any law or ordinance by Contractor or those actions on behalf of the Contractor, whether occasioned by the neglect of Contractor or those holding under Contractor; and that Contractor will at all times protect, indemnify and save and keep harmless AMTRAN against and from all claims, loss, cost, damage or expense arising out of or from any accident or other occurrence on this project causing injury to any person or property whomever or whatsoever arising out 6 of 12

of Contractor s negligence or the negligence of those holding under the Contractor and will protect, indemnify, save and keep harmless AMTRAN against and from any and all claims and against and from any and all loss, cost, damage or expense arising out of any failure of Contractor in any respect to comply with and perform all the requirements and provisions of this Agreement. As a specific part of this indemnity, Contractor shall be required to pay any attorney's fees and court costs incurred by AMTRAN by reason of the assertion of any claim or penalty indemnified hereunder. Required Clauses Because this project is being paid for with a combination of federal, state, and local government funding, the following clauses are required. Please do not be intimidated by the language. As you review them, you can see that you are agreeing to execute this project honestly and fairly, to allow access to project records, and to abide by Civil Rights laws and other federal laws. No Federal Government Obligations to Third Parties. (1) The AMTRAN and the Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal Assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. False or Fraudulent Statements or Claims The supplier acknowledges and agrees that: (1) The Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. 3801 et seq. and U.S. DOT regulations, Program Fraud Civil Remedies, 49 C.F.R. Part 31, apply to its activities in connection with the Project. Accordingly, by accepting the purchase order, the supplier certifies or affirms the truthfulness and accuracy of each statement it has made, it makes, or it may make in connection with the Project covered by the purchase order. In addition to other penalties that may apply, the Recipient also acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on the Recipient to the extent the Federal Government deems appropriate. (2) If the supplier makes a false, fictitious, or fraudulent claim, state, submission, or certification to the Federal Government in connection with an urbanized area formula project financed with Federal assistance authorized for 49 U.S.C. 5307, the 7 of 12

Government reserves the right to impose on the Recipient the penalties of 18 U.S.C. 1001 and 49 U.S.C. 5307(n)(1), to the extent the Federal Government deems appropriate. Access to Records of Recipients and Subrecipients Upon request, the supplier aggress to permit, and require its subcontractors to permit, the U.S. Secretary of Transportation, the Comptroller General of the United States, and, to the extent appropriate, the State, or their authorized representatives, to inspect all Project work, materials, payrolls, and other data, and to audit the books, records, and accounts of the supplier and its subcontractors pertaining to the Project. Federal Changes Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in this Agreement and in agreements between the AMTRAN and FTA, as they may be amended or promulgated from time to time during the terms of this contract. Contractor s failure to so comply shall constitute a material breach of this contract. Civil Rights Requirements (1) Nondiscrimination In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, Section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. 12132, and Federal transit law at 49 U.S.C. 5332. the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements that the FTA may issue. (2) Equal Employment Opportunity The following equal employment opportunity requirements apply to the underlying contract: Race, Color, Creed, National Origin, Sex In accordance with Title VII of the Civil Rights, as amended, 42 U.S.C. 2000e, and Federal transit laws, 49 U.S.C. 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of the U.S. Department of Labor (U.S. DOL) regulations, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, 41 C.F.R. Parts et. seq., (which implement Executive Order No. 11246, Equal Employment Opportunity, as amended by Executive Order No. 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. 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, national origin, sex or age. 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. In addition, the 8 of 12

Contractor agrees to comply with any implementing requirements that the FTA may issue. Age In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, The Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements the FTA may issue. Disabilities In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commissi0on, Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act, 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. The Contactor also agrees to include these requirements in each subcontract financed in whole or in part with the Federal Assistance provided by the FTA, modified only if necessary to identify the affected parties. Termination of Contract This contract may be terminated upon the occurrence of any of the following: If, through any cause the supplier shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or, if the supplier shall violate any of the covenants, agreements or stipulations of the Agreement, AMTRAN may terminate this Agreement by giving written notice to the supplier of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. The supplier will only be paid for services and materials delivered and accepted. The AMTRAN may terminate this Agreement at anytime without cause, provided that it gives written notice to the supplier of such termination, which shall be effective on the date of such notice. In the event of such termination, the supplier shall be compensated for the materials and services or materials delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. Disadvantaged Business Enterprise (Minority-owned or Woman-owned) It is federal and state policy to award a fair share of contracts to disadvantaged business firms. Accordingly, affirmative steps must be taken to assure that disadvantaged business are utilized to meet DBE goals and objectives as outlined in the Grant Agreement. It is hereby declared to be the public policy of the AMTRAN to encourage, develop and support the full participation of disadvantaged business in AMTRAN contracts. Disadvantaged Business Enterprises as defined in Section 8(d) of the Small Business Act, is a small business concern owned and controlled by socially and economically disadvantaged individuals. The term owned means that at least fifty-one percent (51%) of the business is owned by disadvantaged group members, or in case of publicly owned business, at least fifty-one percent (51%) of the stock of which is owned by disadvantaged group members. 9 of 12

Incorporation of FTA Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 422.1D, dated April 15, 1996, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any AMTRAN requests which would cause AMTRAN to be in violation of the FTA Terms and Conditions. 10 of 12

Pricing Sheet initial 3 years Submit this sheet with your proposal. Unit cost for cleaning Downtown Transit Center $ Total cost for cleaning all 15 AMTRAN standard shelters once $ Additional cost for adding another shelter to the 15 $ Credit for deleting a shelter from the 15 $ Unit cost for cleaning individual shelters as needed $ Total cost for snow removal at all 15 AMTRAN standard shelters $ Additional cost for adding another shelter to the 15 $ Credit for deleting a shelter from the 15 $ Cost for posting advertising materials at one shelter (two faces) $ Cost for posting advertising materials at five shelters (two faces each) $ Company Name Signature of Company Representative Date 11 of 12

Pricing Sheet 2-year option period Submit this sheet with your proposal. Unit cost for cleaning Downtown Transit Center $ Total cost for cleaning all 15 AMTRAN standard shelters once $ Additional cost for adding another shelter to the 15 $ Credit for deleting a shelter from the 15 $ Unit cost for cleaning individual shelters as needed $ Total cost for snow removal at all 15 AMTRAN standard shelters $ Additional cost for adding another shelter to the 15 $ Credit for deleting a shelter from the 15 $ Cost for posting advertising materials at one shelter (two faces) $ Cost for posting advertising materials at five shelters (two faces each) $ Company Name Signature of Company Representative Date 12 of 12