• No results found

REQUEST FOR PROPOSALS RFP# CDOT Big Data Analytics

N/A
N/A
Protected

Academic year: 2021

Share "REQUEST FOR PROPOSALS RFP# CDOT Big Data Analytics"

Copied!
43
0
0

Loading.... (view fulltext now)

Full text

(1)

REQUEST FOR PROPOSALS

RFP# CDOT 2016-102

Big Data Analytics

(2)

1 REQUEST FOR PROPOSALS (RFP) INSTRUCTIONS ... 4

1.1 Public Notice ... 4

1.2 Project Scope ... 4

1.3 RFP Schedule and Proposal Submission ... 5

1.4 Evaluation Criteria & Process ... 5

1.5 Proposal Format ... 6

1.6 Proposal Content ... 6

Coversheet: General Information ... 6

Tab 1: Qualifications and Experience of Company and Key Team Members in Providing Similar Services for Similar Projects ... 6

Tab 2: Project Understanding, Methodology, and Approach ... 7

Tab 3: Price or Cost to the City ... 7

Tab 4: Required Forms: ... 7

2 LOCALLY FUNDED PROJECTS ... 8

2.1 Communications ... 8

2.2 Duties and Obligations of Companies in the RFP Process ... 8

2.3 Addenda ... 8

2.4 No Collusion, Bribery, Lobbying, or Conflict of Interest ... 8

2.5 Public Records ... 8

2.6 Cost of Proposal Preparation ... 9

2.7 Advertising ... 9

2.8 Vendor Registration with City of Charlotte ... 9

2.9 Financial Capacity; Insurance Requirements ... 9

2.10 Ownership of Intellectual Property ... 9

2.11 City’s Rights and Reservations ... 10

2.12 Contract ... 10

2.13 Compliance with Anti-Discrimination and Equal Opportunity Laws and Regulations ... 10

3 NORTH CAROLINA DEPARTMENT OF TRANSPORTATION AND FEDERAL CONTRACTING REQUIREMENTS .... 11

3.1 Government-Wide Debarment and Suspension (Non-Procurement) ... 11

3.2 No Lobbying ... 11

3.3 Compliance with Anti-Discrimination and Equal Opportunity Laws and Regulations ... 11

3.4 NCDOT Prequalification Requirements ... 12

3.5 Small Professional Service Firms ... 12

3.6 Accounting System; Invoicing ... 12

3.7 Method of Payment ... 12

4 UNITED STATES DEPARTMENT OF TRANSPORTATION (USDOT) - FEDERAL HIGHWAY ADMINISTRATION (FHWA) REQUIREMENTS ... 13

4.1 Energy Conservation ... 13

4.2 Clean Water ... 13

4.3 Clean Air ... 14

4.4 Recycled Products ... 14

4.5 Civil Rights Requirements ... 14

4.6 Disadvantaged Business Enterprises ... 15

4.7 Access to Records And Reports ... 16

(3)

4.12 Lobbying ... 18

4.13 Federal Changes ... 18

4.14 Contract Work Hours and Safety Standards ... 19

4.15 No Government Obligation to Third Parties ... 19

5 UNITED STATES DEPARTMENT OF TRANSPORTATION - FEDERAL TRANSIT ADMINISTRATION (FTA) REQUIREMENTS ... 20

5.1 Fly America... 20

5.2 Energy Conservation ... 20

5.3 Clean Water ... 21

5.4 Clean Air ... 21

5.5 Recycled Products ... 21

5.6 Civil Rights Requirements ... 21

5.7 Disadvantaged Business Enterprises ... 22

5.8 Access to Records And Reports ... 23

5.9 Privacy Act ... 24

5.10 Program Fraud and False or Fraudulent Statements or Related Acts ... 24

5.11 Government-Wide Debarment and Suspension ... 25

5.12 Federal Acquisition Regulations (Far) Compliance ... 25

5.13 Lobbying ... 25

5.14 Federal Changes ... 26

5.15 Contract Work Hours And Safety Standards ... 26

5.16 No Government Obligation to Third Parties ... 27

5.17 Incorporation Of Federal Transit Administration Terms ... 27

FORMA–PROPOSALPACKAGECOVERSHEET ... 28

FORMB–KEYTEAMMEMBERMATRIX: BIG DATA ANALYTICS –RFPCDOT2016-102 ... 29

FORMC–COMMERCIALNON-DISCRIMINATIONCERTIFICATION ... 30

FORMD-1-PRIMECONSULTANT/SMALLPROFESSIONALSERVICEFIRMCERTIFICATION ... 31

FORMD-2–SUBCONSULTANT/SMALLPROFESSIONALSERVICEFIRMCERTIFICATION ... 32

FORM1–EXECUTIONOFPROPOSAL... 33

FORM2–DISADVANTAGEDBUSINESSENTERPRISE ... 34

FORM4–E-VERIFYCERTIFICATION ... 37

FORM4-APPENDIXATOPART20—CERTIFICATIONREGARDINGLOBBYING ... 38

FORM6–DEBARMENTCERTIFICATION-PRIMARY ... 41

FORM7–DEBARMENTCERTIFICATION–LOWER-TIER ... 42

(4)

1

REQUEST FOR PROPOSALS (RFP) INSTRUCTIONS

1.1 Public Notice

The City of Charlotte (City) plans to contract with one (1) or more companies to assist the City with big data analytics (the “Project”). The City is seeking companies whose combination of experience and expertise will provide timely, high quality professional services to the City. Information related to this solicitation, including any addenda, will be posted to the City’s Website at http://epmcontracts.charmeck.org. For questions related to this RFP contact the Contracts Specialist:

Jennifer Miloy, Contracts Specialist City of Charlotte

Department of Transportation

600 East Fourth Street, Charlotte, NC 28202 (704) 336-3369

jmiloy@charlottenc.gov 1.2 Project Scope

The City of Charlotte desires to engage qualified private firms for the purpose of (on-call) technical support with big data collection and analysis services for transportation planning purposes within the Charlotte Regional Transportation Planning Organization. The work will vary based on the project and will be identified on an as needed basis. The work may involve tasks including but not limited to:

• Gathering and analysis of current and/or historical population movement data to

determine the origins and destinations of population traveling within, through, into, or out of an identified area.

• Gathering and analysis of current and/or historical population movement data to

determine the origins and destinations of population traveling along a specified segment of a corridor.

• Gathering and analysis of current and/or historical freight movement data.

• Gathering and analysis of current and/or historical travel time data.

Data and analysis should include time of day and trip purpose (home based, non-home based, work, and non-work) when applicable. Products should include the data used for analysis, the resulting analyzed data in trip report and trip matrix format when applicable, analysis methodology, analysis report, and visualization tools when applicable.

(5)

1.3 RFP Schedule and Proposal Submission

Provided below is the anticipated schedule of events. The City reserves the right to adjust the schedule and to add or remove specific events to meet the unique needs of this Project.

Advertisement of RFP: March 10, 2016

Deadline for Questions: March 22, 2016 at 5:00 PM

DUE DATE & TIME FOR PROPOSALS: March 31, 2016 at 2:00 PM

Proposals shall be enclosed in a sealed envelope or package and addressed to the City. The name and address of the prospective company, the RFP number, and RFP title, shall be placed on the outside of the package. All items required for a responsive proposal shall be included. It is the sole responsibility of the company to ensure that the proposal is received no later than the established due date and time at the proper location. Proposals received after the due date and time will not be considered. Proposals submitted by facsimile or other electronic means will not be accepted.

Submit/Deliver to: City of Charlotte

Charlotte Department of Transportation 6th Floor Customer Service Desk

600 East Fourth Street, Charlotte, North Carolina 28202 Attention: Jennifer Miloy,Contracts Specialist

1.4 Evaluation Criteria & Process

The Selection Committee will consider the response to this RFP, information gained while evaluating responses, and other relevant information to make its determination. In seeking the best and highest quality of services, the following criteria will be considered when evaluating proposals.

• Qualifications and experience of company and key team members in providing similar services for similar projects (Score weighted 40% of the overall total);

• Project understanding, methodology and approach (40%); and

• Price or cost to the City (20%).

Proposals will be evaluated based on the firm’s responses to the requirements of this RFP. Evaluations will focus on relative strengths, weaknesses, deficiencies and risks associated with Proposal. Award will be made to Proposer who, in City's sole judgment, is most responsive in meeting City's requirements associated with providing the Services. Interviews with firms are not anticipated, but may be held at the option of the Selection Committee. The City reserves the right to obtain clarification or additional information with any firm in regards to its proposal. Firms who submit proposals will be notified of the selection results. Final recommendation of any selected firm is subject to the approval of City Council or City officials.

(6)

1.5 Proposal Format

Interested companies must submit at least four (4) bound original proposals, including all required forms and one (1) CD or USB-drivecontaining a digital copy of the complete submittal package in PDF format.

Proposals are limited to a maximum of six (6) single-sided numbered pages. Required forms, resumes, tabs or dividers, and the coversheet do not count toward the page limit.

Proposals shall be printed on eight and a half by eleven inch (8-1/2” x 11”) paper, although pages containing organizational charts, matrices, or large diagrams may be printed on larger paper in order to preserve legibility. Type size shall be no smaller than eleven (11) points for narrative sections, but may be reduced for captions, footnotes, etc., as required, while maintaining legibility. Submissions that do not conform to the requirements listed herein may be removed from consideration at the sole discretion of the City.

Please submit packages comprised of materials that are easily recyclable or reusable. 1.6 Proposal Content

Proposals shall be arranged as follows: Coversheet: General Information

A. Describe your interest in this Project and the unique advantage your company and team brings.

B. State any conflicts of interest your company or any key team member may have with this Project.

C. Describe any unresolved claims, disputes, or current litigation with the City or any other entity.

D. Describe any claims, disputes, or litigation with the City that were decided, settled, or otherwise resolved within the past five (5) years.

Tab 1: Qualifications and Experience of Company and Key Team Members in Providing Similar Services for Similar Projects

A. Provide a description of the company that will enter into the contract(s) with the City, including origin, background, current size, financial capacity, available resources, general organization, and company headquarters. Identify the name and title of the person authorized to enter into the contract(s) with the City.

B. List a maximum of five (5) relevant, similar projects, either currently in progress or having been completed in the past five (5) years, containing work comparable to this specific Project, including any projects with the City, as follows:

• List only projects involving the key team members or subcontractors proposed for this Project.

(7)

o Brief project description;

o Owner’s representative having knowledge of the company’s work, include the

contact name, phone, email address, and mailing address;

o Contract dollar amount and total time period involved; and

o Discuss the methods, approach, and controls used on the project in order to

complete it in an effective, timely, economical, and professional manner

C. Provide an organization chart of all key team members who will be directly involved in providing Services, including any subcontractors, to be assigned specifically to this Project. Identify the individual who will be empowered to make decisions for and act on behalf of company (the “Project Manager”). Identify any member of the team that is certified as a minority, women or small business company.

D. Describe any previous collaboration(s) between key team members, the responsibilities of each team member during these collaborations, and the project outcome. Cite any significant achievements reached as a result of this collaboration. Discuss the successes of the team collaboration and any problems encountered and methods used to mitigate issues. E. Resumes may be submitted for each proposed key team member. Resumes will not be

counted towards the page limit.

Tab 2: Project Understanding, Methodology, and Approach

A. Discuss the company’s understanding of the Project objectives and describe the proposed project approach to deliver the Services in an effective, timely, economical, and professional manner. Outline the project plans, structure, and services to be provided and how and when the Services shall be provided. This description should fully and completely demonstrate the proposer’s intended methods for servicing the requirements of all aspects of the Project set forth herein.

Tab 3: Price or Cost to the City

This Tab shall include the proposed costs to provide the services desired. (Pricing based on type and amount of data, size and detail of geography, number of trip purposes, and number of time periods of the day may be used for pricing the cost of services outlined in the Scope of Work. A. Consultant shall provide the following information

• Direct labor rates for proposed staff;

• Overhead rate and breakdown of overhead elements; and

• Subconsultant billing rates and mark-up percentage for other direct costs and identify all reimbursable expenses.

B. Describe any support needed from City staff in order to execute the Services. Tab 4: Required Forms:

All forms provided with this RFP shall be completed and submitted with the Proposal. Required Forms will not be counted towards the page limit.

(8)

2

LOCALLY FUNDED PROJECTS

Representations, Conditions, and Requirements 2.1 Communications

All communication of any nature with respect to this RFP shall be addressed to the Contracts Specialist identified in Section 1.1 of this RFP. Other than communications with the Contracts Specialist for this RFP, companies and their staffs are prohibited from communicating with elected City officials, City staff, and any evaluation committee member regarding this RFP or proposal from the time the RFP is released until the selection results are publicly announced. These restrictions include “thank you” letters, phone calls, emails, and any contact that results in the direct or indirect discussion of this RFP or the proposal submitted by the company or team. Violation of this provision may lead to the removal of the company’s submittal from consideration.

2.2 Duties and Obligations of Companies in the RFP Process

Interested companies are expected to fully inform themselves as to all conditions, requirements, and specifications of this RFP before submitting a proposal. Companies must perform their own evaluation and due diligence verification of all information and data provided by the City. The City makes no representations or warranties regarding any information or data provided by the City. Companies are expected to promptly notify the City in writing to report any ambiguity, inconsistency, or error in this RFP. Failure to notify will constitute a waiver of claim of ambiguity, inconsistency, or error.

2.3 Addenda

In order to clarify or modify any part of this RFP, addenda may be issued and posted at the City’s official website at http://epmcontracts.charmeck.org. Any requests for information or clarification shall be submitted in writing to the Contracts Administrator by the Deadline for Questions in Section 1.3.

2.4 No Collusion, Bribery, Lobbying, or Conflict of Interest

By responding to this RFP, the company shall be deemed to have represented and warranted that the proposal is not made in connection with any competing company submitting a separate response to this RFP and is in all respects fair and without collusion or fraud. Furthermore, the company certifies that neither it, nor any of its affiliates or subcontractors, nor any employees of any of the foregoing has bribed or lobbied, or attempted to bribe or lobby, an officer or employee of the City, or other government official at the state or federal level, in connection with this RFP. The company certifies that it has not and will not pay any person or organization to influence or attempt to influence an officer or employee of the City or the State of North Carolina in connection with obtaining a contract under this RFP.

2.5 Public Records

Upon receipt by the City, each proposal becomes the property of the City and is considered a public record except for material that qualifies as trade secret information under North Carolina General Statute §66-152, et seq. Proposals will be reviewed by the City’s evaluation committee, as well as other City staff and members of the general public who submit public record requests

(9)

after a selection result has been announced to the public. To properly designate material as a trade secret under these circumstances, each company must take the following precautions: (a) any trade secrets submitted by the company should be submitted in a separate, sealed envelope marked “Trade Secret – Confidential and Proprietary Information – Do Not Disclose Except for the Purpose of Evaluating this Proposal” and (b) the same trade secret designation should be stamped on each page of the trade secret materials contained in the envelope.

In submitting a proposal, each company agrees that the City may reveal any trade secret materials contained in such response to all City staff and City officials involved in the evaluation process and to any outside contractor or other third parties who serve on the evaluation committee or who are hired by the City to assist in the evaluation process. Furthermore, each company agrees to indemnify and hold harmless the City and each of its officers, employees, and agents from all costs, damages, and expenses incurred in connection with refusing to disclose any material that the company has designated as a trade secret. Any company that designates its entire proposal as a trade secret may be disqualified from consideration.

2.6 Cost of Proposal Preparation

The City shall not be liable for any expenses incurred by any company in responding to this RFP. Companies submitting a proposal in response to this RFP agree that the materials are prepared at the company’s own expense with the express understanding that the company cannot make any claims whatsoever for reimbursement from the City for the costs and expense associated with preparing and submitting a proposal. Each company shall hold the City harmless and free from any and all liability, costs, claims, or expenses incurred by, or on behalf of, any person or company responding to this RFP.

2.7 Advertising

In submitting an RFP, the company agrees not to use the results therefrom as part of any commercial advertising without prior written approval of the City.

2.8 Vendor Registration with City of Charlotte

The selected company and subcontractors must be registered in the City’s Vendor Registration System in order to receive payment for services or supplies provided under any City contract. 2.9 Financial Capacity; Insurance Requirements

The selected company must have the financial capacity to undertake the work and assume the associated liability. The selected company will be required to provide certificates of insurance evidencing coverage for professional liability in the minimum amount of one million dollars ($1,000,000); automobile liability in the minimum amount of one million dollars ($1,000,000); commercial general liability in the minimum amount of one million dollars ($1,000,000); and workers’ compensation insurance as required by North Carolina statutes.

2.10 Ownership of Intellectual Property

The City shall have exclusive ownership of all intellectual property rights in all designs, plans, and specifications, documents, and other work product prepared by, for, or under the direction of the selected company pursuant to any contract under this RFP (collectively, the “Intellectual Property”), including without limitation the right to copy, use, disclose, distribute, and make derivations of the Intellectual Property for any purpose or to assign such rights to any third

(10)

party. The Intellectual Property shall be prepared in the City’s name and shall be the sole and exclusive property of the City, whether or not the work contemplated therein in performed. The City will grant the company a royalty-free, non-exclusive license to use and copy the Intellectual Property to the extent necessary to perform the contract.

2.11 City’s Rights and Reservations

The City expects to select one (1) or more companies and reserves the right to request substitutions of any key team member, including staff and subcontractors. The City reserves the right to contact any company if such is deemed desirable by the City to obtain any additional information, including, but not limited to, experience, qualifications, abilities, equipment, facilities, and financial standing. The City reserves the right to conduct investigations with respect to the qualifications and experience of any company.

The City reserves the right to modify any part of this RFP by issuing one or more addenda during the RFP response period. The City, at its sole discretion, reserves the right to reject any or all responses to the RFP, to cancel the RFP, to re-advertise for new RFP responses either with identical or revised specifications, or to accept any RFP response, in whole or part, deemed to be in the best interest of the City. The City further reserves the right to waive technicalities and formalities.

This RFP does not constitute an offer by the City. A response to this RFP shall not be construed as a contract, nor indicate a commitment of any kind. No binding contract, obligation to negotiate, or any other obligation shall be created on the part of the City unless the City and the company execute a contract. The City may contact the company to engage in further discussions. The commencement of such discussions, however, does not signify a commitment by the City to execute a contract or to continue discussions. The City may terminate discussions at any time and for any reason. No recommendations or conclusions from this RFP process concerning the company shall constitute a right, property or otherwise, under the Constitution of the United States or under the Constitution, case law, or statutory law of North Carolina. The City reserves the sole right to award a contract or contracts to the most qualified company or companies on the basis of best overall proposal that is most advantageous to the City. The City also reserves the right to make multiple awards, based on experience and qualifications, if it is deemed in the City’s best interest.

2.12 Contract

The contents of this RFP and all provisions of the successful proposal deemed responsive by the City may be incorporated, either in whole or in part, into a contract and become legally binding when approved and executed by both parties. The contract may contain changes as a result of the RFP process and proposals received. The final negotiated contract may include the Scope of Services along with the successful company’s or companies’ proposal(s) and any additions or deletions made at the discretion of the City as a result of the RFP process.

2.13 Compliance with Anti-Discrimination and Equal Opportunity Laws and Regulations

Companies must comply with all applicable anti-discrimination and equal opportunity statutes, regulations, and Executive Orders.

(11)

3

NORTH CAROLINA DEPARTMENT OF TRANSPORTATION AND FEDERAL

CONTRACTING REQUIREMENTS

The work to be performed under this RFP will be financed in whole or in part with federal funding administered by the North Carolina Department of Transportation (NCDOT). As such, state and federal laws, regulations, policies, and related administrative practices apply to this RFP and any resulting contract. The most recent of such federal requirements, including any amendments made after the release of this RFP shall govern this RFP, unless the federal government determines otherwise. This Section identifies the state and federal requirements that may be applicable to this RFP and any resulting contract. The successful firm awarded the contract is responsible for complying with all applicable provisions.

3.1 Government-Wide Debarment and Suspension (Non-Procurement)

The Consultant is required to verify that neither it, nor its principals (as defined at 49 CFR 29.995) or affiliates (as defined at 49 CFR 29.905) is excluded or disqualified as defined at 49 CFR 29.940 and 29.945.

The Consultant is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction in which it enters. By signing and submitting its SOQ, the Consultant certifies as follows:

The certification in this clause is a material representation of fact relied upon by the City. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.

3.2 No Lobbying

The Consultant certifies that it has not and will not pay any person or organization to influence or attempt to influence an officer or employee of the City, MUMPO, the State of North Carolina, any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining a contract under this RFP. In addition, in the event that a single contract awarded under this RFP exceeds $100,000, the consultant must fully comply with the requirements of Title 40 CFR Part 34, New Restrictions on Lobbying, and submit required certification and disclosure forms accordingly.

3.3 Compliance with Anti-Discrimination and Equal Opportunity Laws and Regulations

Consultants must comply with all applicable anti-discrimination and equal opportunity statutes, regulations, and Executive Orders.

(12)

3.4 NCDOT Prequalification Requirements

The primary and/or subconsultant firms(s) shall be pre-qualified, as applicable, by

NCDOT to perform the required services. Information about the prequalification

process can be accessed at

https://connect.ncdot.gov/business/Pages/default.aspx

.

3.5 Small Professional Service Firms

NCDOT encourages the use of Small Professional Service Firms (SPSF). Small businesses determined to be eligible for participation in the SPSF program are those meeting size standards defined by the Small Business Administration (SBA) regulations, 13 CFR Part 121 in Sector 54 under the North American Industrial Classification System (NAICS). The SPSF program is a race, ethnicity, and gender neutral program designed to increase the availability of contracting opportunities for small businesses on federal, state, or locally funded contracts. SPSF participation is not contingent upon the funding source.

The Consultant, at the time the qualification package is submitted, shall submit a listing of all known SPSF firms that will participate in the performance of the identified work. The participation shall be submitted on Form D-1 (Prime Consultant – SPSF) and Form D-2 (Subconsultant – SPSF). The SPSF must be qualified with NCDOT to perform the work for which they are listed.

Real-time information about firms doing business with NCDOT and firms that are SPSF certified through the Contractual Services Unit is available in the Directory of Transportation Firms. The directory can be accessed at the link on the NCDOT’s homepage or by entering https://partner.ncdot.gov/VendorDirectory/default.html in the address bar of your web browser. The listing of an individual firm in the NCDOT’s directory shall not be construed as an endorsement of the firm.

3.6 Accounting System; Invoicing

The Consultant must have an adequate accounting system to identify costs chargeable to the Project.

3.7 Method of Payment

The City intends to award a unit price contract to the selected firm(s) to perform all or a portion of the Services listed herein.

(13)

4

UNITED STATES DEPARTMENT OF TRANSPORTATION (USDOT) - FEDERAL

HIGHWAY ADMINISTRATION (FHWA) REQUIREMENTS

The Services to be performed under the contract will be financed in whole or in part with federal funding. As such, federal laws, regulations, policies, and related administrative practices apply to the contract. The most recent of such federal requirements, including any amendments made after the execution of the contract, shall govern the contract, unless the federal government determines otherwise. This Section identifies the federal requirements that are applicable to this contract. The company is responsible for complying with all applicable provisions.

To the extent applicable, the federal requirements contained in the most recent version of the Federal Highway Administration (FHWA) Master Agreement, as amended (the “Master Agreement”), including any certifications and contractual provisions required by any federal statutes, or regulations referenced therein, to be included in this contract, are deemed incorporated into the contract by reference and shall be incorporated into any sub-agreement or subcontract executed by the company pursuant to its obligations under the contract. The company and its subcontractors, if any, hereby represent and covenant that they have complied and shall comply in the future with the applicable provisions of the Master Agreement then in effect and with all applicable federal, state, and local laws, regulations, and rules and local policies and procedures, as amended from time to time, relating to the Services to be performed under the contract. Notwithstanding anything to the contrary herein, all FHWA mandated terms shall be deemed to control in the event of a conflict with other applicable provisions contained in the contract. The company shall not perform any act, fail to perform any act, or refuse to comply with any City requests, which would cause the City to be in violation of the FHWA terms and conditions. 4.1 Energy Conservation

42 U.S.C. § 6321, et seq., 49 CFR 18

The company agrees to comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. § 6321, et seq. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

4.2 Clean Water 33 U.S.C. § 1251

The company agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251, et seq. The company agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to FHWA and the appropriate Environmental Protection Agency (EPA) Regional Office. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts in excess of one hundred thousand dollars ($100,000) executed in furtherance of this Contract.

(14)

4.3 Clean Air

42 U.S.C. § 7401, et seq., 40 CFR § 31.36, 49 CFR 18

The company agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401, et seq. The company agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to FHWA and the appropriate EPA Regional Office. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts in excess of one hundred thousand dollars ($100,000) executed in furtherance of this contract.

4.4 Recycled Products

42 U.S.C. § 6962, 40 CFR 247, Executive Order No. 12873

The company agrees to comply with all requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended, 42 U.S.C. § 6962, including, but not limited to, the regulatory provisions of 40 CFR 247 and Executive Order No. 12873, as they apply to the procurement of the items designated in Part B of 40 CFR 247.

This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

4.5 Civil Rights Requirements

29 U.S.C. § 623; 42 U.S.C. §§ 2000, 6102, 12112, 12132; 49 U.S.C. § 5332; 29 CFR 1630; 41 CFR 60 et seq.; 23 CFR 200; 49 CFR 21; 23 CFR § 200.9

The following requirements apply to the contract:

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 law at 49 U.S.C. § 5332, the company 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 company agrees to comply with applicable federal implementing regulations and other implementing requirements FHWA may issue, as applicable.

Equal Employment Opportunity. The following Equal Employment Opportunity requirements apply to the contract:

Race, Color, Creed, National Origin, Sex - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and federal laws at 49 U.S.C. § 5332, the company agrees to comply with all applicable equal employment opportunity requirements of United States Department of Labor (USDOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 CFR 60, et seq., (which implements 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), and with any applicable federal statutes, executive orders, regulations, and federal policies that may

(15)

in the future affect construction activities undertaken in the course of this Project. The company 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 company agrees to comply with any implementing requirements FHWA may issue, as applicable.

Age - In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623, and federal law at 49 U.S.C. § 5332, the company agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the company agrees to comply with any implementing requirements FHWA may issue, as applicable.

Disability – In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 USC § 12112, the company agrees that it will comply with the requirements of United States Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR 1630, pertaining to employment of persons with disabilities. In addition, the company agrees to comply with any implementing requirements FHWA may issue, as applicable.

These requirements extend to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

4.6 Disadvantaged Business Enterprises 49 CFR 26

The contract is subject to the requirements of 49 CFR 26, Participation by Disadvantaged Business Enterprises (DBE) in Department of Highway Administration Financial Assistance Programs. A separate DBE goal will be established for each contract.

The company shall not discriminate on the basis of race, color, national origin, or sex in the performance of the contract. The company shall carry out applicable requirements of 49 CFR 26 in the award and administration of the contract. Failure by the company to carry out these requirements is a material breach of the contract, which may result in the termination of the contract or such other remedy as the City deems appropriate. Each subcontract the company signs with any subcontractors must include the assurance in this paragraph (see 49 CFR § 26.13(b)).

The company is required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR § 26.55. Award of the contract is conditioned upon the submission of the following, concurrent with and accompanying an initial proposal prior to award: (i) the names and addresses of DBE companies that will participate in the contract; (ii) a description of the work each DBE will perform; (iii) the dollar amount of the participation of each DBE company participating; (iv) written

(16)

documentation of the company’s commitment to use DBE subcontractors whose participation it submits to meet the contract goal; (v) written confirmation from the DBE that it is participating in the contract as provided in the company’s commitment; and (vi) if the contract goal is not met, evidence of good faith efforts to do so must be provided. The company shall present the information required above as a matter of responsiveness (see 49 CFR § 26.53(3)).

The company is required to pay its subcontractors performing work related to the contract for satisfactory performance of that work no later than seven (7) days after the company’s receipt of payment for that work from the City. In addition, the company is required to return any retainage payments to subcontractors within thirty (30) days after incremental acceptance of subcontractors’ work by the City.

The company must promptly notify the City whenever a DBE subcontractor performing work related to the contract is terminated or fails to complete its work and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The company may not terminate any DBE subcontractors and perform that work through its own forces or those of an affiliate without prior written consent of the City.

4.7 Access to Records And Reports

49 U.S.C. § 5325(g), 49 CFR § 18.36(i), 49 CFR § 18.42

The City is not a State but a local government, and is the FHWA recipient or a sub-grantee of the FHWA recipient, in accordance with 49 CFR §18.42. As applicable, the company agrees to provide the City, the FHWA Administrator, the Comptroller General of the United States, or any of their authorized representatives, access to any books, documents, papers, and records of the company which are directly pertinent to the contract for the purposes of making audits, examinations, excerpts, and transcriptions. The company also agrees to provide the FHWA Administrator or his authorized representatives, including any PMO company, access to the company's records and construction sites pertaining to a major capital project, which is receiving federal financial assistance.

As applicable, the company shall also make available records related to the contract to the City, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. The company agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

The company agrees to maintain all books, records, accounts and reports required under the contract for a period of not less than three years after the date of termination or expiration of the contract, except in the event of litigation or settlement of claims arising from the performance of the contract, in which case the company agrees to maintain same until the City, the FHWA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims, or exceptions related thereto, 49 CFR § 18.42.

This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

(17)

4.8 Privacy Act 5 U.S.C. § 552

The following requirements apply to the company and its employees that administer any system of records on behalf of the federal government under any contract:

The company agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552(a). The company agrees to obtain the express consent of the federal government before the company or its employees operate a system of records on behalf of the federal government. The company understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

4.9 Program Fraud and False or Fraudulent Statements or Related Acts 18 U.S.C. § 1020, 23 CFR § 635.119

The company acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 18 U.S.C. § 1020, and USDOT regulations, “Program Fraud Civil Remedies,” 23 CFR § 635.119, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the company certifies or affirms the truthfulness and accuracy of any statement it has made, makes, or causes to be made, pertaining to the underlying contract or an FHWA-assisted project for which the Services are being performed. In addition to other penalties that may be applicable, the company further acknowledges that if it has made, makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the federal government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the company to the extent the federal government deems appropriate.

These requirements extend to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract. It is further agreed that the clauses shall not be modified except to identify subcontractors who will be subject to the provisions.

4.10 Government-Wide Debarment and Suspension 49 CFR 29

The contract is a covered transaction for purposes of 49 CFR 29. As such, the company is required to verify that neither it, nor its principals (as defined at 49 CFR § 29.995) or affiliates (as defined at 49 CFR § 29.905) is excluded or disqualified (as defined at 49 CFR §§ 29.940, 29.945). The company is required to comply with 49 CFR 29, Subpart C, and must include the requirement to comply with 49 CFR 29, Subpart C, in any covered transaction into which it enters. By signing and submitting its proposal, the company certifies as follows: “The

(18)

certification in this clause is a material representation of fact relied upon by the City. If it is later determined that the company knowingly rendered an erroneous certification, in addition to remedies available to the City, the federal government may pursue available remedies, including, but not limited to, suspension and/or debarment. The company agrees to comply with the requirements of 49 CFR 29, Subpart C, while this RFP is valid and throughout the period of any contract that may arise from this RFP. The company further agrees to include a provision requiring such compliance in its covered transactions.” This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

4.11 Federal Acquisition Regulations (Far) Compliance 23 U.S.C. § 112(b), 48 CFR 31

The company’s compensation, or any adjustment to the company’s compensation, under the contract shall include only costs and other compensation that are allowable, allocable, and reasonable as provided elsewhere herein, or otherwise by law, and that are allowable, allocable, and reasonable under the Contract Cost Principles of the FAR System, 48 CFR 31, and any implementing guidelines or regulations issued by the said system administration. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

4.12 Lobbying

31 U.S.C. § 1352, 49 CFR 19, 49 CFR 20

The company agrees to comply with the provisions of the Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352, as in force or as it may hereafter be amended. The company and all subcontractors shall file the certification required by 49 CFR 20, "New Restrictions on Lobbying." Each subcontractor certifies that it has not and will not use federally appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any 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. § 1352. Each subcontractor 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 any federal contract, grant, or award covered by 31 U.S.C. § 1352. Such disclosures must be forwarded from the company to the City. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

4.13 Federal Changes 49 CFR 18

The company shall at all times comply with all applicable federal regulations, policies, procedures, and directives, including without limitation those listed directly or by reference in the Master Agreement between the City and FHWA, as they may be amended or promulgated from time to time during the term of the contract. The company’s failure to so comply shall constitute a material breach of the contract. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

(19)

4.14 Contract Work Hours and Safety Standards

Overtime Requirements – The company or any of its subcontractors contracting for any part of the Services which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic to work more than forty (40) hours in any work week in which he or she is employed on such work unless such laborer or mechanic receives compensation at a rate not less than one and one-half (1 1/2) times the basic rate of pay for all hours worked in excess of forty (40) hours in such workweek.

Violation, Liability for Unpaid Wages, Liquidated Damages – In the event of any violation of the overtime requirements clause set forth in this section, the company, or any of its subcontractors responsible for the violation, shall be liable for the unpaid wages. In addition, the company and any of its subcontractors shall be liable to the federal government 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 the Overtime Requirements clause set forth in this section, in the sum of ten dollars ($10) for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the overtime requirements clause set forth in this section.

Withholding for Unpaid Wages and Liquidated Damages – The City 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 company or any of its subcontractors under any such contract or any other federal contract with the same company, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same company, such sums as may be determined to be necessary to satisfy any liabilities of the company or any of its subcontractors for unpaid wages and liquidated damages as provided in the Violation, Liability for Unpaid Wages, Liquidated Damages clause set forth in this section.

Subcontracts – The company, or any of its subcontractors, shall insert in any subcontracts the clauses set forth in this section and also a clause requiring subcontractors to include these clauses in any subcontracts. The company shall be responsible for compliance by any subcontractors with the clauses set forth in this section.

4.15 No Government Obligation to Third Parties

The City and the company 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 RFP or the contract and shall not be subject to any obligations or liabilities to the City, the company, or any other party (whether or not a party to the contract) pertaining to any matter resulting from the underlying contract. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract. It is further agreed that the clause shall not be modified except to identify subcontractors who will be subject to its provisions.

(20)

5

UNITED STATES DEPARTMENT OF TRANSPORTATION - FEDERAL TRANSIT

ADMINISTRATION (FTA) REQUIREMENTS

The Services to be performed under the contract will be financed in whole or in part with federal funding. As such, federal laws, regulations, policies, and related administrative practices apply to the contract. The most recent of such federal requirements, including any amendments made after the execution of the contract, shall govern the contract, unless the federal government determines otherwise. This Section identifies the federal requirements that are applicable to this contract. The company is responsible for complying with all applicable provisions.

To the extent applicable, the federal requirements contained in the most recent version of the Federal Transit Administration (FTA) Master Agreement, as amended (the “Master Agreement”), including any certifications and contractual provisions required by any federal statutes, or regulations referenced therein, to be included in this contract, are deemed incorporated into the contract by reference and shall be incorporated into any sub-agreement or subcontract executed by the company pursuant to its obligations under the contract. The company and its subcontractors, if any, hereby represent and covenant that they have complied and shall comply in the future with the applicable provisions of the Master Agreement then in effect and with all applicable federal, state, and local laws, regulations, and rules and local policies and procedures, as amended from time to time, relating to the Services to be performed under the contract. Notwithstanding anything to the contrary herein, all FTA mandated terms shall be deemed to control in the event of a conflict with other applicable provisions contained in the contract. The company shall not perform any act, fail to perform any act, or refuse to comply with any City requests, which would cause the City to be in violation of the FTA terms and conditions.

5.1 Fly America

49 U.S.C. § 40118, 49 CFR 301 – 310

The company and the City understand and agree that the federal government will not participate in the costs of international air transportation of any individuals involved in or property acquired for this Project unless that air transportation is provided by United States-flag air carriers to the extent such service is available, in compliance with Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974, as amended, 49 U.S.C. § 40118, and United States General Services Administration regulations, “Use of United States Flag Air Carriers,” 41 CFR §§ 301-10.131 – 301-10.143.

This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts of any tier executed in furtherance of this contract.

5.2 Energy Conservation

42 U.S.C. § 6321, et seq., 49 CFR 18

The company agrees to comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. § 6321, et seq. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

(21)

5.3 Clean Water 33 U.S.C. § 1251

The company agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251, et seq. The company agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to FTA and the appropriate Environmental Protection Agency (EPA) Regional Office. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts in excess of one hundred thousand dollars ($100,000) executed in furtherance of this Contract.

5.4 Clean Air

42 U.S.C. § 7401, et seq., 40 CFR § 31.36, 49 CFR 18

The company agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401, et seq. The company agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts in excess of one hundred thousand dollars ($100,000) executed in furtherance of this contract.

5.5 Recycled Products

42 U.S.C. § 6962, 40 CFR 247, Executive Order No. 12873

The company agrees to comply with all requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended, 42 U.S.C. § 6962, including, but not limited to, the regulatory provisions of 40 CFR 247 and Executive Order No. 12873, as they apply to the procurement of the items designated in Part B of 40 CFR 247.

This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

5.6 Civil Rights Requirements

29 U.S.C. § 623; 42 U.S.C. §§ 2000, 6102, 12112, 12132; 49 U.S.C. § 5332; 29 CFR 1630; 41 CFR 60 et seq.; 23 CFR 200; 49 CFR 21; 23 CFR § 200.9

The following requirements apply to the contract:

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 law at 49 U.S.C. § 5332, the company 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 company agrees to comply with applicable federal implementing regulations and other implementing requirements FTA may issue, as applicable.

(22)

Equal Employment Opportunity. The following Equal Employment Opportunity requirements apply to the contract:

Race, Color, Creed, National Origin, Sex - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and federal laws at 49 U.S.C. § 5332, the company agrees to comply with all applicable equal employment opportunity requirements of United States Department of Labor (USDOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 CFR 60, et seq., (which implements 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), 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 this Project. The company 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 company agrees to comply with any implementing requirements FTA may issue, as applicable.

Age - In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623, and federal law at 49 U.S.C. § 5332, the company agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the company agrees to comply with any implementing requirements FTA may issue, as applicable.

Disability – In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 USC § 12112, the company agrees that it will comply with the requirements of United States Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR 1630, pertaining to employment of persons with disabilities. In addition, the company agrees to comply with any implementing requirements FTA may issue, as applicable.

These requirements extend to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

5.7 Disadvantaged Business Enterprises 49 CFR 26

The contract is subject to the requirements of 49 CFR 26, Participation by Disadvantaged Business Enterprises (DBE) in Department of Highway Administration Financial Assistance Programs. The City’s overall goal for participation of DBE is 17.2%. A separate contract goal will be established for each contract.

(23)

The company shall not discriminate on the basis of race, color, national origin, or sex in the performance of the contract. The company shall carry out applicable requirements of 49 CFR 26 in the award and administration of the contract. Failure by the company to carry out these requirements is a material breach of the contract, which may result in the termination of the contract or such other remedy as the City deems appropriate. Each subcontract the company signs with any subcontractors must include the assurance in this paragraph (see 49 CFR § 26.13(b)).

The company is required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR § 26.55. Award of the contract is conditioned upon the submission of the following, concurrent with and accompanying an initial proposal prior to award: (i) the names and addresses of DBE companies that will participate in the contract; (ii) a description of the work each DBE will perform; (iii) the dollar amount of the participation of each DBE company participating; (iv) written documentation of the company’s commitment to use DBE subcontractors whose participation it submits to meet the contract goal; (v) written confirmation from the DBE that it is participating in the contract as provided in the company’s commitment; and (vi) if the contract goal is not met, evidence of good faith efforts to do so must be provided. The company shall present the information required above as a matter of responsiveness (see 49 CFR § 26.53(3)).

The company is required to pay its subcontractors performing work related to the contract for satisfactory performance of that work no later than seven (7) days after the company’s receipt of payment for that work from the City. In addition, the company is required to return any retainage payments to subcontractors within thirty (30) days after incremental acceptance of subcontractors’ work by the City.

The company must promptly notify the City whenever a DBE subcontractor performing work related to the contract is terminated or fails to complete its work and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The company may not terminate any DBE subcontractors and perform that work through its own forces or those of an affiliate without prior written consent of the City.

5.8 Access to Records And Reports

49 U.S.C. § 5325(g), 49 CFR § 18.36(i), 49 CFR § 18.42

The City is not a State but a local government, and is the FTA recipient or a sub-grantee of the FTA recipient, in accordance with 49 CFR §18.42. As applicable, the company agrees to provide the City, the FTA Administrator, the Comptroller General of the United States, or any of their authorized representatives, access to any books, documents, papers, and records of the company which are directly pertinent to the contract for the purposes of making audits, examinations, excerpts, and transcriptions. The company also agrees to provide the FTA Administrator or his authorized representatives, including any PMO company, access to the company's records and construction sites pertaining to a major capital project, which is receiving federal financial assistance.

(24)

As applicable, the company shall also make available records related to the contract to the City, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. The company agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

The company agrees to maintain all books, records, accounts and reports required under the contract for a period of not less than three years after the date of termination or expiration of the contract, except in the event of litigation or settlement of claims arising from the performance of the contract, in which case the company agrees to maintain same until the City, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims, or exceptions related thereto, 49 CFR § 18.42.

This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

5.9 Privacy Act 5 U.S.C. § 552

The following requirements apply to the company and its employees that administer any system of records on behalf of the federal government under any contract:

The company agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552(a). The company agrees to obtain the express consent of the federal government before the company or its employees operate a system of records on behalf of the federal government. The company understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

5.10 Program Fraud and False or Fraudulent Statements or Related Acts 18 U.S.C. § 1020, 23 CFR § 635.119

The company acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 18 U.S.C. § 1020, and USDOT regulations, “Program Fraud Civil Remedies,” 23 CFR § 635.119, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the company certifies or affirms the truthfulness and accuracy of any statement it has made, makes, or causes to be made, pertaining to the underlying contract or an FTA-assisted project for which the Services are being performed. In addition to other penalties that may be applicable, the company further acknowledges that if it has made, makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the federal government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the company to the extent the federal government deems appropriate.

(25)

These requirements extend to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract. It is further agreed that the clauses shall not be modified except to identify subcontractors who will be subject to the provisions.

5.11 Government-Wide Debarment and Suspension 49 CFR 29

The contract is a covered transaction for purposes of 49 CFR 29. As such, the company is required to verify that neither it, nor its principals (as defined at 49 CFR § 29.995) or affiliates (as defined at 49 CFR § 29.905) is excluded or disqualified (as defined at 49 CFR §§ 29.940, 29.945). The company is required to comply with 49 CFR 29, Subpart C, and must include the requirement to comply with 49 CFR 29, Subpart C, in any covered transaction into which it enters. By signing and submitting its proposal, the company certifies as follows: “The certification in this clause is a material representation of fact relied upon by the City. If it is later determined that the company knowingly rendered an erroneous certification, in addition to remedies available to the City, the federal government may pursue available remedies, including, but not limited to, suspension and/or debarment. The company agrees to comply with the requirements of 49 CFR 29, Subpart C, while this RFP is valid and throughout the period of any contract that may arise from this RFP. The company further agrees to include a provision requiring such compliance in its covered transactions.” This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

5.12 Federal Acquisition Regulations (Far) Compliance 23 U.S.C. § 112(b), 48 CFR 31

The company’s compensation, or any adjustment to the company’s compensation, under the contract shall include only costs and other compensation that are allowable, allocable, and reasonable as provided elsewhere herein, or otherwise by law, and that are allowable, allocable, and reasonable under the Contract Cost Principles of the FAR System, 48 CFR 31, and any implementing guidelines or regulations issued by the said system administration. This requirement extends to all third party contractors and their contracts; this clause shall be included in all subcontracts executed in furtherance of the contract.

5.13 Lobbying

31 U.S.C. § 1352, 49 CFR 19, 49 CFR 20

The company agrees to comply with the provisions of the Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352, as in force or as it may hereafter be amended. The company and all subcontractors shall file the certification required by 49 CFR 20, "New Restrictions on Lobbying." Each subcontractor certifies that it has not and will not use federally appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any 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

References

Related documents

Given the drawbacks within [1] [6] and [7] Popa et al. [22] decided to attack the problem from another direction. Instead of attempting to create another OPE scheme, of which

The current situation for oceanic traffic on the OTS shows that aircraft often follow routes which are not optimal in terms of flow management from an overall ATC point of view [3],

Benefits are not provided for services or materials arising from: Orthoptic or vision training, subnormal vision aids and any associated supplemental testing; Aniseikonic lenses;

In a recent market analysis, IDC estimated that “dependent” access points – where most network management and other functions are dependent on a centralized controller such as the

Mid-market Sales at The Hartford moderated the discussions with Jim Robison, Principal of White Oak Advisors; Phil Callahan, Managing Director, Investment

By signing this Request for Proposals form, the Proposer guarantees compliance with the provisions stated in this Request for Proposals, agrees to the Standard Conditions and Terms

More specifically, IBM CRM Management Services is designed to speed the realization of visible and tangible benefits, including improved customer acquisitions, targeted and

All media releases and information on Council projects posted onto Facebook must link to the original documents on the Hamilton City Council website (as stated in section 1.4 of