August 19, Dear Potential Provider:

Similar documents
August 26, Dear Potential Provider:

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

Katy ISD Independent Contractor Checklist

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

Please complete and return to: University of Central Florida Florida Solar Energy Center Attn: Jeremy Nelson 1679 Clearlake Rd.

Note: forms may be faxed to our accounting department at (239)

BRYAN INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSAL # ANNUAL FINANCIAL AUDIT

ACKNOWLEDGEMENT OF ADDENDUM

Form W-9 (Rev. December 2014) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Fo

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

PROGRESS BILLINGS BOOKLET

Gerber Life Insurance Company ( Gerber Life ) Producer Information Questionnaire

CENTENNIAL SCHOOL DISTRICT Business Office 48 Swan Way, Warminster, PA (215) , Extension FAX: (215)

INVITATION TO BID. Transportation Department 145 Dodd Street Marietta, GA (770)

Fax #: Website: Note: All Commissions and Invoices will be sent to the above mailing address, unless otherwise specified in writing.

Agent!Contracting!&!Appointment!

INFORMATION FOR BID. Tee Shirts (School Nutrition)

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

PHYSICAL PLANT SERVICES 435 S. SAN DARIO San Antonio, TX (210) FAX (210)

Small and Service-Disabled Veteran Business Program LOCAL SMALL BUSINESS APPLICATION

Next Step! You will receive an from - Subject: Welcome to. BenaVest - Next Steps. Please follow the steps in this )

Gerber Life Insurance Company

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

Snoqualmie Indian Tribe Education Department Adult Educational Enrichment Activities Benefit Application Packet Cover Page

NEW JERSEY PROVIDER AGREEMENT

This form acknowledges that you are an independent contractor. Print your name, sign and date.

Statement of Company Property Ownership/Authorization

Contracting & Appointment Instructions

Sherman Independent School District Vendor Application

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

Complete in full, initial and date all pages, and sign and date the last page.

Checklist for Contractor. FHA 203Ks Program

- CALIFORNIA - Used Car Dealership Items Needed to Register to BUY with ABS

Kindly note, if you would like to establish credit for your company, this process can take 3-5 business days.

CONFIDENTIAL CREDIT APPLICATION

Paradise Independent School District Vendor Application

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

FIRST STREET COMMON AREA MAINTENANCE (CAM) SUBSIDY PROGRAM. Community Redevelopment Agency Fort Myers Redevelopment Agency

E-Billing, E-Attendance & EFT Payment Processing Agreement

New Provider Forms. If you have any questions, please us.

NEW CAR DEALER REGISTRATION CHECKLIST

REQUEST FOR PROPOSAL (RFP) PROPOSAL TITLE: Apparel, Uniforms and Accessories (Supplemental II), RFP #

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

TOWNSHIP OF LOWER IF YOU FIND COMPLETION OF THE APPLICATION DIFFICULT, WE SUGGEST THAT YOU OBTAIN LEGAL COUNSEL.

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

WASHINGTON PRODUCER APPOINTMENT PACKAGE

UNITED STATES DISTRICT COURT DISTRICT OF COLUMBIA SEC v. J.P. MORGAN SECURITIES LLC, ET AL. CASE NO. 12-CV-1862 (RLW)

Gerber Life Insurance Company

Graduate Student Organization Request for Funding/Reimbursement. Graduate Student Organization Name (please do not abbreviate)

Claim Form for Structured Settlements

West Virginia Personal Options Intellectual/Developmental Disabilities Waiver Program Goods and Services Packet

Gerber Life Insurance Company

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

Kindly note, if you would like to establish credit for your company, this process can take 3-5 business days.

AGENT/AGENCY APPLICATION FOR APPOINTMENT

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

INDEPENDENT CONTRACTOR AGREEMENT

REGISTRATION CHECKLIST

OKLAHOMA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 49 CFR PART 26 APPLICATION FOR CURRENTLY CERTIFIED FIRM

PROPOSAL REQUEST. Sumner County Sheriff s Office

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

Gerber Life Contracting Package

The completed vendor packet must be ed to your Pearland ISD representative.

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Registration Application

TOWNSHIP OF PLAINSBORO Department of Planning and Zoning 641 Plainsboro Road Plainsboro, NJ ext. 1502

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Contracting Checklist for Foresters

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

Broker/Agent Application

Registration Application

City of Forest Park Request for Proposals. Secure Access Control Systems

CLAIM FORM FOR LIFE INSURANCE PROCEEDS

PERSONAL INFORMATION CAR INFORMATION. Car Number: Car Owner:

Keypoint Property Management. Initial Account Setup Checklist

AGENCY-WIDE LAWN MAINTENANCE

Application for Customer Status

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

City of Virginia Beach

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Write-Your-Own (WYO) Flood Insurance Program Agency Enrollment Form

Trans Am/SCCA Pro Racing Competition License and Annual Credential Application

Checklist of Items Required from Service Provider:

COMMISSIONERS: PAUL HANKINS, Vice-Chair FRANK BROWN CUBIE RAE HAYES ALFRED HOOD BETTIE BARNETT WILLIE DURHAM RICHARD E.

Legal Transfer Form. Online:

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

COMMISSIONERS: PAUL HANKINS, Vice-Chair FRANK BROWN CUBIE RAE HAYES ALFRED HOOD BETTIE BARNETT WILLIE DURHAM RICHARD E.

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

Dear Potential Provider:

Insurance Claim Process. Your guide to accessing funds to repair your home.

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

SAN DIEGO CONVENTION CENTER CORPORATION

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

Transcription:

August 19, 2016 Dear Potential Provider: The Roaring Fork Transportation Authority (RFTA) is soliciting written quotations for annual Fire Extinguisher Certification Services at designated RFTA locations. The anticipated work is described in Exhibit A Scope of Work. RFTA intends to award a contract to the contractor who provides the lowest overall price for RFTA. The contract will extend for five (5) years, through 2020. This Request for Quotes (RFQu) #16-014 is being made available to all potential providers through Rocky Mountain E-Purchasing System to quote on the provided Scope of Work, using the attached Exhibit B Fire Extinguisher Certification Quote Submission Form. Please go to http://www.rfta.com/procurement/current-solicitations/ for the link to download documents from Rocky Mountain E-Purchasing or go directly to: http://www.rockymountainbidsystem.com/roaring-fork-transportation- Authority.asp?AgencyID=2456&PageType=open. If you are not already registered with Rocky Mountain E-Purchasing, you must complete their registration information. For difficulties with registration, please contact Vendor Support at (800) 835-4603 or via email at e-procurementsupport@bidnet.com, Monday through Friday from 6:00 AM 6:00PM (MT). Responses to this RFQu are due Tuesday, August 30, 2016, by not later than 11:00 AM (MDT). All responses must be submitted via Rocky Mountain E-Purchasing System or by email to procurement@rfta.com. Please remember: to be considered, quotes must be uploaded on or before the date and time specified. A responsive quote will also include the completed Forms and Certifications provided in Exhibit D. Contractors will be required to use the quoted rates for all routine inspections performed under this contract. Written estimates will be required for emergency jobs at the time the services are requested. RFTA will not be responsible for late or lost deliveries of submittals, nor will it be held responsible for information technology ( IT ) issues which result in delaying submittals. RFTA shall not be responsible for submittals delayed by non-responsive IT systems; failure of e-mailed submittals to pass through spam or other security screens; or rejection of PDF documents that exceed the bid system s size limitations for attachments, which are subject to change. RFTA reserves the right to reject any and all proposals or any portion of a specific proposal for any reason. RFTA also reserves the right to award a single or multiple contracts as a result of this solicitation; however, issuance of this RFQu and receipt of proposals does not commit RFTA to award a contract or contracts. 0766 Industry Way, Carbondale, Colorado 81623 970.384.4861 phone www.rfta.com

RFQu 16-014 Fire Extinguisher Certification Services August 19, 2016 Page 2 of 8 RFTA has the sole right to select the successful proposal(s) for contract award; to reject any proposal as unsatisfactory or non-responsive due to non-conformance with the requirements of this RFQu; to cancel the solicitation and to advertise for new proposals; to award a contract or contracts to other than the Proposer submitting the lowest price proposal; or not to award a contract as a result of this RFQu. RFTA reserves the right to accept any proposal deemed to be in the best interest of RFTA and to waive any irregularities in any proposal that does not prejudice other Proposers. RFTA further reserves the right to negotiate with any source whatsoever. A contract will be negotiated with the Proposer(s) whose proposal(s) is considered by RFTA in its sole discretion to be most advantageous to RFTA. The successful Proposer(s) will be required to execute a Letter of Agreement with RFTA, including all standard terms and conditions. It is RFTA s intent to have an executed Letter of Agreement on or before the end of August 2016, to remain in effect for five years, from 2016 2020. As this is a formal solicitation process, please limit your communications to RFTA s Procurement Staff. You are encouraged to take this opportunity to make yourself familiar with RFTA s requirements. Please do not hesitate to contact me at 970-384-4861 or procurement@rfta.com with any questions concerning this solicitation. Sincerely, Barbara Hauptli, CPPB Procurement Specialist II Attachments: Exhibit A Scope of Work Exhibit B Fire Extinguisher Certification Quote Submission Form Exhibit C RFTA Letter of Agreement Pro-Forma Exhibit D RFTA Certifications and Affidavits cc: Michael Hermes, Director of Facilities and Trails Angela Henderson, Asst. Director, Project Mgmt. & Facilities Operations Tammy Sommerfeld, Interim Procurement Manager Russ Decker, Facilities Manager Dan Dion, Facilities and Grounds Bob Heier, Facilities and Grounds File

RFQu 16-014 Fire Extinguisher Certification Services August 19, 2016 Page 3 of 8 EXHIBIT A SCOPE OF WORK 1) There are approximately 280 fire extinguishers located throughout RFTA s facilities and vehicles, which must be re-certified every year. The fire extinguishers range from 5 lb. to 20 lb. Contractor shall check out and re-certify or replace each piece of equipment. Locations are given below. 2) Please refer to National Fire Protection Association (NFPA 10) Standard for Portable Fire Extinguishers for complete details. 3) RFTA has designated September as Fire Awareness Month. All the fire extinguishers certifications are due annually during this month. 4) RFTA operates 24/7 365 days a year. Inspectors shall have an advisor from the RFTA Facilities Maintenance staff with them at all times when on RFTA property. All staging of the contractor s trucks will be decided by the assigned RFTA advisor. Coordination of timing shall be conducted through the RFTA project Manager. i. To inspect the buses at the Aspen Maintenance Facility (AMF), contractor shall start at 11:00 pm, and inspect all the buses and vehicles parked at the property for the night. Contractor will do the AMF facilities that morning or the following day. ii. Glenwood Maintenance Facility (GMF) will be done next, starting at 11:00 pm and inspecting all the buses and vehicles parked at the property for the night. Contractor will cover the facility itself the following morning. iii. All the remaining facilities will be inspected through the course of the week that has been selected in September. 5) Detailed exhibits identifying the location of the fire extinguishers in the facilities will be provided prior to the commencement of work. A detailed list off all RFTA vehicles will be provided. Employee housing lists will be provided. 6) Disposal of any waste created during the re-certification process shall be the responsibility of the contractor. 7) RFTA is a drug-free workplace. 8) Minimum Qualifications: i. The Contractor must have been in business at least three (3) verifiable years.

RFQu 16-014 Fire Extinguisher Certification Services August 19, 2016 Page 4 of 8 ii. The Contractor must submit written proof of (a) valid Colorado professional license(s) that may be required to perform the services that are the subject of the work. FIRE EXTINGUISHERS LOCATIONS Location Address Extinguishers AMF Garage 0051 Service Center Drive, Aspen 27 AMF Annex 0051 Service Center Drive, Aspen 1 Bank Downstairs 1340 Main Street, Carbondale 2 Bank Upstairs 1340 Main Street, Carbondale 3 Blake Building 1517 Blake Avenue, Suite 201, 2 Glenwood Springs CMF 0766 Industry Way, Carbondale 13 GMF Ground Level 2307 Wulfsohn Road, Glenwood Springs 15 GMF Upper Level 2307 Wulfsohn Road, Glenwood Springs 1 Total RFTA Bldgs 64 Main Street Housing 1046-1054 Main Street, Carbondale 5 Parker House 312 Weant Blvd., Carbondale 14 Total Housing 19 SPARES 25 AMF Buses 74 GMF Buses 26 Total Buses 100 AMF Small Buses 10 GMF Traveler 14 Total Small Buses 24 AMF Other Vehicles 31 GMF Other Vehicles 6 Storage at CMF Training Buses 9 Total Other Vehicles 46 TOTAL VEHICLES 170 [Remainder of page intentionally blank]

RFQu 16-014 Fire Extinguisher Certification Services August 19, 2016 Page 5 of 8 EXHIBIT B FIRE EXTINGUISHER CERTIFICATION QUOTE SUBMISSION FORM TO: The Roaring Fork Transportation Authority The company listed below hereby submits its offer as indicated below in accordance with the terms of the Request for Quotations 16-014, the Scope of Work, and RFTA s General Terms and Conditions. Additional pages may be included if needed but this form is required to be completed and submitted. If this quotation is accepted, this document, the solicitation and proposal documents, and RFTA s standard Letter of Agreement shall constitute the entire agreement between the parties, and no changes will be recognized unless the parties agree in writing. I. Annual Certification Charges Annual Total Location Description Units Fixed Fee Annual Cost Per Unit AMF Buildings Full test and certification 28 $ $ Bank Building Full test and certification 5 $ $ Blake Avenue Full test and certification 2 $ $ CMF Building Full test and certification 13 $ $ GMF Building Full test and certification 16 $ $ Main Street Housing Full test and certification 5 $ $ Parker House Full test and certification 14 $ $ AMF Large Buses Full test and certification 74 $ $ AMF Small Buses Full test and certification 10 $ $ AMF Other Vehicles Full test and certification 31 $ $ GMF Large Buses Full test and certification 26 $ $ GMF Small Buses Full test and certification 14 $ $ GMF Other Vehicles Full test and certification 6 $ $ CMF Storage Buses Full test and certification 9 $ $ SPARES Full test and certification 25 $ $ Annual TOTAL $

RFQu 16-014 Fire Extinguisher Certification Services August 19, 2016 Page 6 of 8 FIRE EXTINGUISHER CERTIFICATION QUOTE SUBMISSION FORM (continued) II. Other Cost Elements (please fill in) Description Rate each New 5 lb. fire extinguisher $ New 10 lb. fire extinguisher $ New 20 lb. fire extinguisher $ New hanger $ Recharge 5 lb. (other than annual) $ Recharge 10 lb. (other than annual) $ Recharge 20 lb. (other than annual) $ III. Escalation Factor (if any) RFTA intends that the contracts resulting from this solicitation be in effect from 2016 through 2020. Any escalation factor(s) shall be listed below for the expected contract term. If no escalation factor is given, the prices quoted above shall remain in effect throughout the entire term of the contract. Proposed escalation factors are an element of cost that will be evaluated. 2017 2018 2019 2020 Year Escalation This is my submittal for providing the services as outlined in this solicitation. I have carefully examined the solicitation and have informed myself thoroughly regarding any and all conditions and requirements of the solicitation. Company Name Mailing Address City, State, and Zip Code Representative s Signature (Must be signed in ink) Representative s Name (Please Type or Print) Date

EXHIBIT C RFTA LETTER OF AGREEMENT PRO FORMA The attached blank Letter of Agreement is attached for information only as the following nine (9) pages. Do not sign or return this document with your quote.

Revised Date: 03/01/15 LETTER OF AGREEMENT Agreement #: Today's Date: Budget Line Item/Year: Amount (Not to exceed): Effective Date: Expiration Date: Vendor Information: Vendor Legal Name: Vendor Contact Person: Vendor Address: Project Name: RFTA Contact Person: Address: RFTA Information: Vendor Phone #: Phone #: Vendor Cell Phone # Cell Phone # Vendor Fax #: Fax #: Vendor E-mail Address: E-mail Address: Scope of Work: (include all details, including subcontractors, deliverables, etc.) Details of Compensation: Project Element: Labor Hours @ Labor Rate Materials - Add detail below Equipment Rental - Hours @ Rate Mobilization Subcontractors Project Total (Not to exceed): Details of Materials, etc.: Price: Exclusion/Amendments: Additional Information: Send Invoice to: Copy to: procurement@rfta.com Payment Terms: Net 30 days following receipt of complete, properly supported auditworthy invoice. Vendor's Authorized Signer (Name & Title): RFTA Requester (Name & Title): RFTA Approval (Name & Title): Page 1 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 2 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 3 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 4 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 5 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 6 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 7 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 8 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

Revised Date: 03/01/15 Page 9 of 9 Agreement #: Vendor Name: Procurement ID: 9/10/15

EXHIBIT D RFTA CERTIFICATIONS AND AFFIDAVITS The following seven attached documents must be completed, signed, and returned with Proposer s quote on the Fire Extinguisher Certification Services Quote Submission Form to be considered responsive to this Request for Quotes.

ATTACHMENT 1 PROPOSER QUESTIONNAIRE A. SUBMITTING BUSINESS ENTITY IDENTIFICATION & OWNERSHIP DISCLOSURE Company: Contact Person: Title: Address: Telephone No.: Organized under the laws of the State of Principal place of business located at Taxpayer Identification Number: Indicate which of the following apply: Corporation Partnership Sole Proprietor Small Business Disadvantaged Business Enterprise (DBE) Certified by B. OTHER INFORMATION 1. General character of work performed by your firm: 2. Has your firm ever failed to complete any work awarded to you? If yes, explain. (continued on next page)

PROPOSER QUESTIONNAIRE (page 2 of 2) 3. Has your firm ever defaulted on a contract? If yes, explain. 4. Indicate the names of subcontractors, if any, proposed for this project and whether the subcontractor is a certified Disadvantaged Business Enterprise (DBE) and by whom they are certified. 5. Please indicate if your firm, subcontractor or any persons associated therewith in the capacity of owner, partner, director, officer or any other position involving the administration of federal funds 1 : is currently under suspension, debarment, voluntary exclusion, or determination of ineligibility of any federal agency; has been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the last three (3) years; has a proposed debarment pending; or has been indicted, convicted, or had a civil judgment rendered against it or them by a court competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. CERTIFICATION I certify that this proposal is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a proposal for the same services, materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of the State and Federal law and can result in fines, prison, sentences, and civil damage awards. I hereby certify that the responses to the above representations, certifications, and other statements are accurate and complete. I agree to abide by all conditions of this Request for Proposals and certify that I am authorized to sign for the Proposer. Signature Date Printed Name Title 1 Any of the above conditions will not necessarily result in denial of award, but will be considered in determining Offeror responsibility. For any condition noted, indicate to whom it applies, initiating agency, and date of action. Providing false information may result in federal criminal prosecution or administrative sanctions.

ATTACHMENT 2 ACKNOWLEDGMENT OF ADDENDA The following form shall be completed and included in the Bid. Failure to acknowledge receipt of all addenda may cause the Bid to be considered non responsive to the solicitation. Acknowledged receipt of each addendum must be clearly established and included with the Offer. The undersigned acknowledges receipt of the following addenda to the documents: Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Dated Dated Dated Dated Dated Dated Dated Dated Dated Dated Offeror: Name Street Address City, State, Zip Signature of Authorized Signer Title Phone

ATTACHMENT 3 CONFLICT OF INTEREST STATEMENT Proposer shall provide a list of all entities and/or individuals with which it has relationships that create, or may appear to create, conflicts of interest with the work that is contemplated by this RFP. The list should indicate the names of the entities and/or individuals, their relationship to the Proposer, and a description of the real and/or apparent conflicts. In addition, please be sure to include descriptions of relationships with any or all RFTA Board Members and employees that create, or may appear to create, any real and/or apparent conflicts of interest. The following real and/or apparent conflicts exist: 1. Name: Relationship to Proposer: Description of Conflict: 2. Name: Relationship to Proposer: Description of Conflict: 3. Name: Relationship to Proposer: Description of Conflict: 4. Name: Relationship to Proposer: Description of Conflict: 5. Name: Relationship to Proposer: Description of Conflict: Signature of Proposer s Authorized Official Name of Proposer s Authorized Official Title of Proposer s Authorized Official Date

ATTACHMENT 4 AFFIDAVIT OF NON-COLLUSION I hereby swear (or affirm) under penalty of perjury: 1. That I am the bidder (if the bidder is an individual), a partner of the bidder (if the bidder is a partnership), or an officer or employee of the bidding corporation, having authority to assign on its behalf (if the bidder is a corporation); and 2. That the attached bid or bids have been arrived at by the bidder independently, and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services described in the request for proposal, designed to limit independent bidding or competition; and 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the proposal or proposals, and will not be communicated to any such person prior to the official opening of the proposal or proposals; and 4. That no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by ; and 5. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. The hereby certifies that it is/ is not included on the United States Comptroller General's consolidated list of persons or firms currently debarred for violations of various public contracts incorporated labor standards provisions. Authorized Signature Printed or Typed Name of Affiant Firm Name Employee Identification Number Subscribed and sworn to before me this day of, 20 Notary Public My Commission expires, 20

ATTACHMENT 5 FEDERAL DEBARMENT AND SUSPENSION CERTIFICATION The Offeror certifies, by submission of this Offer, that neither it nor its principals as defined at 49 C.F.R. 29.105(p) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. If the prospective Offeror is unable to certify to the statement above, it shall attach an explanation, and indicate that it has done so, by placing an X in the following space:. THE OFFEROR,, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF EACH STATEMENT OF ITS CERTIFICATION AND EXPLANATION, IF ANY. IN ADDITION, THE OFFEROR UNDERSTANDS AND AGREES THAT THE PROVISIONS OF 31 U.S.C. 3801 ET. SEQ. APPLIES TO THIS CERTIFICATION AND EXPLANATION, IF ANY. Signature of the Offeror s Authorized Official Name and Title of the Offeror s Authorized Official Date

ATTACHMENT 6 CORPORATE CERTIFICATION OF ILLEGAL ALIENS, ( Contractor herein) acknowledges that Contractor has been notified of the immigration compliance requirements of C.R.S. 8-17.5-101, et. seq. (House Bill 06-1343), and hereby CERTIFIES that: 1. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under the public contract for services; or 2. Enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the public contract for services; 3. The Contractor has verified or attempted to verify through participation in the basic pilot program that the Contractor does not employ any illegal aliens and, if the Contractor is not accepted into the basic pilot program prior to entering into a public contract for services, that the Contractor shall apply to participate in the basic pilot program every three months until the Contractor is accepted or the public contract for services has been completed, whichever is earlier. This provision shall not be required or effective in a public contract for services if the basic pilot program is discontinued; 4. The Contractor acknowledges that the Contractor is prohibited from using basic pilot program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed; 5. If the Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall be required to: (A) (B) Notify the subcontractor and the contracting state agency or political subdivision within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (A) of this Section 5 the subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. (Continued on next page)

CORPORATE CERTIFICATION OF ILLEGAL ALIENS (page 2 of 2) 6. Contractor is required to comply with any reasonable request by the State Department of Labor and Employment ( Department herein) made in the course of an investigation that the Department is undertaking pursuant to the authority established in C.R.S. 8-17.5-102(5). 7. If Contractor violates a provision of the public contract for services required herein RFTA may terminate the contract for a breach of the contract. If the contract is so terminated, the Contractor shall be liable for actual and consequential damages to RFTA. 8. RFTA is obligated to notify the office of the secretary of state if a Contractor violates a provision of this Addendum and RFTA terminates the contract for such breach. Based on this notification, the secretary of state shall maintain a list that includes the name of the Contractor, the state agency or political subdivision that terminated the public contract for services, and the date of the termination. A Contractor shall be removed from the list if two years have passed since the date the contract was terminated, or if a court of competent jurisdiction determines that there has not been a violation of the provision of the public contract for services. An agency or political subdivision shall notify the office of the secretary of state if a court has made such a determination. The list shall be available for public inspection at the office of the secretary of state and shall be published on the internet on the website maintained by the office of the secretary of state. 9. The Department may investigate whether a Contractor is complying with the provisions of a public contract for services required pursuant to Section I. The Department may conduct on-site inspections where a public contract for services is being performed, request and review documentation that proves the citizenship of any person performing work on a public contract for services, or take any other reasonable steps that are necessary to determine whether a Contractor is complying with the provisions of a public contract for services required pursuant to Section I. The Department shall receive complaints of suspected violations of a provision of a public contract for services (this Addendum) and shall have discretion to determine which complaints, if any, are to be investigated. The results of any investigation shall not constitute final agency action. The Contractor is hereby notified that the Department is authorized to promulgate rules in accordance with article 4 of title 24, C.R.S., to implement the provisions of C.R.S. 8-17.5-101, et. seq. Dated this day of, 20 By [Signature] [Printed Name]

Form W-9 (Rev. October 2007) Department of the Treasury Internal Revenue Service Name (as shown on your income tax return) Request for Taxpayer Identification Number and Certification Give form to the requester. Do not send to the IRS. Print or type See Specific Instructions on page 2. Business name, if different from above Check appropriate box: Individual/Sole proprietor Corporation Partnership Limited liability company. Enter the tax classification (D=disregarded entity, C=corporation, P=partnership) Other (see instructions) Address (number, street, and apt. or suite no.) City, state, and ZIP code List account number(s) here (optional) Exempt payee Requester s name and address (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on Line 1 to avoid Social security number backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose Employer identification number number to enter. Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. See the instructions on page 4. Sign Here Signature of U.S. person General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners share of effectively connected income. Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester s form if it is substantially similar to this Form W-9. Date Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: An individual who is a U.S. citizen or U.S. resident alien, A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, An estate (other than a foreign estate), or A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income. The person who gives Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States is in the following cases: The U.S. owner of a disregarded entity and not the entity, Cat. No. 10231X Form W-9 (Rev. 10-2007)