HomeMy WebLinkAboutPR 24265: CONTRACT FOR ON CALL PLANNING, GRANTS RESEARCH, ENGINEERING AND PROGRAM MANAGEMENT SERVICES FOR THE CTIY OF PORT ARTHUR City of Port Arthur
Transit Department
Memorandum
To: Ron Burton,City Manager
From: Ivan Mitchell,Transit-Fleet Director (ik,
Date: May 7,2025
Re: P.R.24265—Negotiate a contract for on-call planning, grants research,engineering
and program management services for the City of Port Arthur
Nature of Request: Authorize the City Manager to negotiate a contract with the Solco Group, LLC
(TSG)for on-call planning,grants research, engineering, and program management services for the
City of Port Arthur's Transit and Fleet departments.
Background: Transit and Fleet have a need for professional planning assistance including RFP
review/development;bid request and evaluation assistance,grant writing, and technical assistance. As
a result the Port Arthur Purchasing Division issued a request for proposals(RFP)for qualified firms to
provide professional planning services. One(1)qualification package was received by the City and
upon evaluation by the committee TSG is recommended.
TSG will complete the various tasks listed below.
1. Strategic Planning and Policy Development
2. Grant Writing and Funding Assistance
3. Community Engagement and Public Outreach
4. Project Management and Coordination
5. Regulatory Compliance and Documentation o Ensure compliance with federal, state,and
local transit regulations(e.g., FTA, ADA,Title VI). o Prepare necessary documentation
for audits and reviews.
6. Data Collection and Analysis
7. Capital Planning and Asset Management
8. Environmental and Sustainability Planning
9. Financial Planning and Cost Analysis
10. Interagency Coordination
Recommendation: It is recommended that the City Council approve proposed P.R. 24265 to negotiate
a contract with the Solco Group, LLC. for professional planning services.
Budgetary/Fiscal Effect: Funding to pay for professional services is available in transit account 401-
70-500-5470-00-60-000 and fleet account 001-13-037-5420-00-70-000.
P.R. No. 24265
5/7/2025 IM
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER NEGOTIATE A
CONTRACT WITH THE SOLCO GROUP,LLC OF PORT ARTHUR,TEXAS FOR ON-
CALL PLANNING, GRANTS RESEARCH, ENGINEERING AND PROGRAM
MANAGEMENT SERVICES FOR THE CITY OF PORT ARTHUR; FUNDING IS
AVAILABLE IN TRANSIT'S PROFESSIONAL SERVICES ACCOUNT 401-70-500-
5470-00-60-000 AND FLEET'S PROFESSIONAL SERVICES ACCOUNT 001-13-037-
5420-00-70-000.
WHEREAS,there is a need by the City of Port Arthur departments for assistance with on-
call planning, grants research, engineering, and program management services; and,
WHEREAS, the Port Arthur Purchasing Division issued a Request for Proposals in the
Port Arthur News on March 19, 2025, and March 26, 2025, to provide on-call planning,
grants research, engineering, and program management services; and,
WHEREAS, one(1)qualification package was received, and has been evaluated by
Purchasing and PAT, a copy of the Bid Tabulation is attached hereto as Exhibit"A"; and,
WHEREAS, PAT is recommending that the City of Port Arthur by its City Manager
negotiate with the Solco Group, LLC, for an on-call planning, grants research, engineering, and
program management services contract and will return to City Council with the final negotiated
contract for approval.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR, TEXAS:
THAT,the facts, and opinions in the preamble are true and correct.
THAT,the City Manager is hereby authorized to enter into contract negotiations with the
Solco Group, LLC of Port Arthur,Texas for an on-call planning, grants research, engineering,
and program management services contract.
THAT, a negotiated contract with the Solco Group, LLC of Port Arthur, Texas will be
presented at a future City Council meeting for approval.
THAT, a copy of the caption of this Resolution be spread upon the minutes of the City
Council.
P.R. No. 24265
5/7/2025 IM
READ,ADOPTED AND APPROVED this day of June, 2025 at a Regular meeting of
1 the City of Port Arthur,Texas by the following vote: AYES:
Mayor: ,
Councilmembers:
NOES:
Thurman Bill Bartie, Mayor
P.R. No. 24265
5/7/2025 IM
ATTEST:
Sherri Bellard, City Secretary
APPRO FO
Roxann Pais Cotroneo, City Attorney
APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY
OF FUNDS:
t‘i
Ronald B 6"' Lynda Boswell
City Manager Dire for of Finance
� 11�
( /
Clifton Williams. CPPB Ivan Mitchell
Purchasing Manger Transit-Fleet Director
P.R. No. 24265
5/7/2025 IM
Exhibit "A"
CITY OF PORT ARTHUR TEXAS
Bid Tabulation
Request for Proposal
Engineer for Transit&Equipment Planning Services
Opening: April 9,2025
Bid Location: City Hall,5tk floor Council Chamber
P25-037
Firm Name Location
The Solco Group, LLG(TSG) �.. �rrcn Port Arth rzTXt -
YOLI-ND,4 SCYPION-6O(Z54I)X _ 4/9/2025
Yolanda Scypion-Goudeaux,Purchasing Assistant Date
CITY OF PORT ARTHUR, TEXAS
REQUEST FOR QUALIFICATIONS
NOTICE IS HEREBY GIVEN THAT sealed Qualifications, addressed to the City of Port
Arthur, will be received at the Office of the City Secretary, City Hall 444-4th Street or P. O.
Box 1089, Port Arthur, Texas 77641 no later than 3:00 P.M., Wednesday, April 9, 2025 and
all bids received will thereafter be opened and read aloud on Wednesday,April 9, 2025 at 3:15
P.M. in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services
briefly described as:
REQUEST FOR QUALIFICATIONS
ENGINEER FOR TRANSIT & EQUIPMENT PLANNING SERVICES
PROJECTS
Qualifications received after closing time will be returned unopened.
Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,
444-4th Street, City of Port Arthur, and are open for public inspection without charge. They can
also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or
www.publicpurchase.com.
The City of Port Arthur reserves the right to reject any and all qualifications and to waive
informalities.
Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall
not award a contract to a company that is in arrears in its obligations to the City.
Clifton Williams
Purchasing Manager
FIRST PUBLICATION: March 19, 2025
SECOND PUBLICATION: March 26, 2025
CITY OF PORT ARTHUR
Request for Qualifications
Engineer for Transit & Equipment Planning
Services Projects
March 19, 2025 March 26, 2025
PUBLIC NOTICE
CITY OF PORT ARTHUR,TEXAS
REQUEST FOR QUALIFICATIONS
NOTICE IS HEREBY GIVEN THAT sealed Qualifications,addressed to the City of Port Arthur,will
be received at the Office of the City Secretary,City Hail 444-4th Street or P.O. Box 1089,Port
Arthur,Texas 77641 no later than 3:00 P.M.,Wednesday,April 9,2025 and all bids received will
thereafter be opened and read aloud on Wednesday,April 9,2025 at 3:15 P.M.in the City Council
Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as:
REQUEST FOR QUALIFICATIONS
•
ENGINEER FOR TRANSIT&EQUIPMENT PLANNING SERVICES PROJECTS
Qualifications received after closing time wit be returned unopened.
Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,
444-4th Street,City of Port Arthur,and are open for public inspection without charge.They can also
be retrieved from the City's website at www,portarthurtx.govlbids.asox or www.pubiicpurchase.com.
The City of Port Arthur reserves the right to reject any and all qualifications and to waive
informalities.
Per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not
award a contract to a company that is in arrears in its obligations to the City.
111. P BLIC,NOTICE •
Clifton Williams CITY OF PORT ARTHUR,TEXAS
Purchasing Miuiegrx REQUEST FOR QUALIFICATIONS
NOTICE IS HEREBY GIVEN THAT sealed Qualifications,addressed to the City of Port Arthur,
be received at the Office of the City Secretary,City Hall 444-4th Street or P.O.Box 1089,P
Arthur,Texas 77641 no later than 3:00 P.M„Wednesday,April 9,2025 and all bids received
thereafter be opened and read aloud on Wednesday,April 9,2025 at 3:15 P.M.in the City Cou
Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as
REQUEST FOR QUALIFICATIONS
ENGINEER FOR TRANSIT&EQUIPMENT PLANNING SERVICES PROJECTS
Qualifications received after closing time will be returned unopened.
Copies of the Specifications and other Contract Documents are on file in the Purchasing Oft
444-4th Street,City of Pori Arthur,and are open for public inspection without charge.They can
be retrieved from the City's website at www.portarthurtx.govibids.aspx or www.put4icpurchasec
The City of Port Arthur reserves the right to reject any and all qualifications and to wi
informalities.
Per Chapter 2 Article VI Sec:2-262(C)of the City's Cade of Ordinance,the City Council shall
award a contract to a company that is in arrears in its obligations to the �City.
L.CCa ;
cirri Wifiar„
Pu:oltasing\iaro, r
THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM
DONEANE BECKCOM, m,e ' CITY MANAGER
MAYOR PRO TEM City of c tY
Lk) SHERRI BELLARD,TRMC
COUNCIL MEMBERS: ,J CITY SECRETARY
WILLIE BAE LEWIS,JR.
TIFFANY L.HAMILTON EVERFIELD or t r t h u r ROXANN PAIS COTRONEO
HAROLD L.DOUCET,SR. CITY ATTORNEY
THOMAS KINLAW,III Texas
DONALD FRANK,SR.
March 24, 2025
REQUEST FOR PROPOSALS
ENGINEER FOR TRANSIT & EQUIPMENT PLANNING SERVICES PROJECTS
DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central
Standard Time, Wednesday, April 9, 2025. (The clock located in the City Secretary's office will be the
official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday, April 9, 2025
in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P25-037
DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies and USB
of your RFP to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning this Request for Proposals and Scope of Work should be directed in writing to:
City of Port Arthur,TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams@portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams
P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
The enclosed REQUEST FOR PROPOSALS (RFP) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS and SPECIFICATIONS are for your convenience in submitting proposals for the enclosed
referenced services for the City of Port Arthur.
Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the
envelope.
ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP
submittal arrives at the above location by specified deadline regardless of delivery method chosen by the
firm. Faxed or electronically transmitted RFP submittals will not be accepted.
elipt, aAllazot.i,
Clifton Williams
Purchasing Manager
Paget of3l
REQUESTS FOR PROPOSALS
ENGINEER FOR TRANSIT & EQUIPMENT PLANNING SERVICES PROJECTS
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN
REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon
request.
In the event you desire not to submit a bid, we would appreciate your response regarding the
reason(s). Your assistance in completing and returning this form in an envelope marked with the
enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 3 of 31
REQUEST FOR PROPOSALS
ENGINEER FOR TRANSIT & EQUIPMENT PLANNING SERVICES PROJECTS
OBJECTIVE
The Contractor responsible to provide supplemental on-call services to the City of Port Arthur Transit
Department (PAT). Contractor will be responsible project management, grant writing, and coordination
ensures a comprehensive approach to achieving your objectives within the proposed timeline and budget
SCOPE OF SERVICES
Upon selection and award of a contract Contractor shall:
1. Strategic Planning and Policy Development
o Assist in developing long-term plans, policies, and goals.
2. Grant Writing and Funding Assistance
o Identify potential funding opportunities from federal, state, and local sources.
o Prepare grant applications and manage compliance with grant requirements.
o Provide strategies for leveraging public-private partnerships.
3. Community Engagement and Public Outreach
o Organize public meetings, workshops, and focus groups to gather community input.
o Facilitate communication between stakeholders, including the public, government
agencies, and private entities.
4. Project Management and Coordination
o Oversee transit-related capital improvement projects.
o Manage contracts and coordination with contractors, vendors, and consultants.
5. Regulatory Compliance and Documentation
o Ensure compliance with federal, state, and local transit regulations (e.g., FTA, ADA, Title
VI).
o Prepare necessary documentation for audits and reviews.
6. Data Collection and Analysis
o Develop and implement data collection programs for ridership, service performance, and
operational efficiency.
o Use data analytics to inform decision-making and improve service delivery.
7. Capital Planning and Asset Management
o Provide recommendations for fleet replacement, maintenance, and upgrades.
o Conduct facility assessments and propose improvements.
Page 4 of 31
8. Environmental and Sustainability Planning
o Recommend and implement green infrastructure initiatives.
9. Financial Planning and Cost Analysis
o Assist the department with submitting drawdowns/reimbursements to funding partners.
10. Interagency Coordination
o Facilitate collaboration with regional transit authorities and neighboring municipalities.
o Act as a liaison between the department and external agencies.
CONTRACT
1. One year with option to renew for two additional one year periods.
Page 5 of 31
The City of Port Arthur requires comprehensive responses to every section within this RFP. To
facilitate the review of the responses, Firms shall follow the described proposal format. The intent
of the proposal format requirements is to expedite review and evaluation. It is not the intent to
constrain Vendors with regard to content, but to assure that the specific requirements set forth in
this RFP are addressed in a uniform manner amenable to review and evaluation. It is requested
that proposal packets be limited to no more than 50 pages. excludinw resumes.
A. EXPERIENCE
1. Provide a profile of experience for all members of the firm. This section shall include,but not be
limited to,the following:
a State number of years providing this service.
b. Experience with Municipalities.
c. Knowledge of Federal requirements especially the FTA..
d Knowledge of the City of Port Arthur requirements.
e. State any other relevant Experience.
B. PAST PERFORMANCE
1. Identify and describe the proposed Team's past experience for providing services that are most
related to this project within the past ten (10) years. For each project, provide the following
information:
a Project name, location, contract delivery method, and description
b. Initial project and projected time for completion
c. Final project cost and time for completion
d The nature of material change orders
e. The nature of adverse claims or litigation
f Final project size in gross square feet
2. Provide past experience of completed FTA or other federally funded projects.
3. List any current projects that would impact your firm's ability to handle additional work for
which this response is requested.
4. Submit references.
C. LOCATION
1. Points for firms located with the City of Port Arthur
Page 6 of 31
$ELECTION PROCESS
All applications will be screened by an evaluation committee and those applicants selected for a short
list may be invited to attend an interview, at the applicants own expense. The City shall not incur any
costs for applicant preparation and/or submittal of proposals.
The City will evaluate all responses based on the proposals, past performance and project approach.
The City reserves the right to negotiate the final fee prior to recommending any Firm for a contract.
The City's process is as follows:
1. The evaluation committee shall screen and rate all of the responses that are submitted.
Evaluation ratings will be on a 100 point scale and shall be based on the following criteria:
a. Experience 45 pts
b. Past Performance 50 pts
c. Location 05 pts
2. City staff shall recommend the most qualified Architectural/Engineering firm to the City
Council and request authority to enter into contract negotiations.
3. When services and fees are agreed upon, the selected firm shall be offered a contract subject
to City Council approval.
4. Should negotiations be unsuccessful, the City shall enter into negotiations with the next,
highest ranked firm. The process shall continue until an agreement is reached with a
qualified firm.
5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the
preparation and presentation of a response. All finalist(s) shall pay their own costs incurred
in preparing for, traveling to and attending interviews.
Page 7 of 31
LETTER OF INTEREST
RFP—Engineer for Transit&Equipment Planning Services Projects Deadline: April 9, 2025
The undersigned firm submits the following information (this RFP submittal) in response to the Request
for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) for Civil
Engineers for the City of Port Arthur
Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following:
❖ COMPLETED RFP LETTER OF INTEREST FORM
❖ BUY AMERICA CERTIFICATION
❖ CERTIFICATION REGARDING LOBBYING
❖ NON-COLLUSION AFFIDAVIT (MUST BE NOTARIZED)
❖ AFFIDAVIT (MUST BE NOTARIZED)
❖ CONFLICT OF INTEREST
❖ HOUSE BILL 89 VERIFICATION
❖ SB 252CHAPTER 2252 CERTIFICATION
❖ DBE DOCUMENT
Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject
any responses submitted.
Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in
this process will be borne solely by the firm, and that the required materials to be submitted will become
the property of the City and will not be returned.
Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete
statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of
interest and making the RFP submittal.
This RFP shall be governed by and construed in all respects according to the laws of the State of Texas.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Address City/State/Zip
Email
Page 8 of 31
BUY AMERICA CERTIFICATION
Buy America - The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which
provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in
FTA funded projects are produced in the United States, unless a waiver has been granted by FTA or the
product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final
assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler
Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set
out at 49 U.S.C. 53230(2)(C)and 49 C.F.R. 661.11. Rolling stock must be assembled in the United
States and have a 60 percent domestic content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below)
with all bids or offers on FTA funded contracts, except those subject to a general waiver. Bids or offers
that are not accompanied by a completed Buy America certification must be rejected as nonresponsive.
This requirement does not apply to lower tier subcontractors.
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 53230)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the
applicable regulations in 49 CFR Part 661.5.
Date
Signature
Company Name
Title
Certificate of Non-Compliance with 49 U.S.C. 53230)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1)
and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A),
53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
Page 9 of 31
CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding$100,000)
The undersigned[Contractor] certifies, to the best of his or her knowledge and belief that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of an agency, a
Member ofCongress, an officer or employee Congress, or an employee of a Member of Congress
g ffof
in connection with the awarding of any Federal contract, the making of any Federal grant, the
making of any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person
for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form--LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions[as
amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413
(1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10
of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq )]
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act
of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure.
[Note: Pursuant to 31 U.S.C. §1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails
to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such expenditure or failure.]
The Contractor, , certifies or affirms the truthfulness and accuracy of each
statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees
that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
Page 10 of 31
Pr
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation,
partnership or institution represented by the signatory or anyone acting for the firm bidding this project
has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and
Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to
any competitor or any other person engaged in the same line of business, nor has the signatory or anyone
acting for the firm, corporation or institution submitting a bid committed any other act of collusion related
to the development and submission of this bid proposal.
Signature:
Printed Name:
Title:
Company:
Date:
SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf
of said bidder.
Notary Public in and for the
State of Texas
My commission expires:
Page 11 of 31
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized
officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree
to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay
said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become
due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter
into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become
due.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
STATE:
COUNTY:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of , 20
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 12 of 31
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
OFRCE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code,by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
J Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes n No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
nYes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
nCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm,For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 14 of 31
SB 252
CHAPTER 2252 CERTIFICATION
I, , the undersigned an representative
of
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter
2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the
website of the Comptroller of the State of Texas concerning the listing of companies that are identified
under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-
named company enter into a contract that is on said listing of companies on the website of the
Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist
Organization, I will immediately notify the City of Port Arthur Purchasing Department.
Name of Company Representative (Print)
Signature of Company Representative
Date
Page 15 of 31
House Bill 89 Verification
I� (Person name), the undersigned representative
(hereafter referred to as "Representative") of
(company or business name, hereafter referred to as "Business
Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the
undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any
contract that will be entered into between Business Entity and the City of Port Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by Texas Government
Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise
taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations
specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled
territory, but does not include an action made for ordinary business purposes.
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of
, 20 .
Notary Public
Page 16 of 31
THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM
DONEANE BECKCOM, r -' CITY MANAGER
MAYOR PRO TEM City of 0,
SHERRI BELLARD,TRMC
COUNCIL MEMBERS: J CITY SECRETARY
WILLIE BAE LEWIS,JR. c�
TIFFANY L.HAMILTON EVERFIELD o r t r t li a----r ROXANN PAIS COTRONEO
HAROLD L.DOUCET,SR. CITY ATTORNEY
THOMAS KINLAW,III Texas
DONALD FRANK,SR.
DBE DOCUMENT
ENGINEER FOR TRANSIT & EQUIPMENT PLANNING SERVICES PROJECTS
By signing this document the contractor is acknowledging that if a subcontractor is required the following
will be done to make a good faith effort to hire a minority business goal of 4%(DBE).
1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on
solicitation lists. 2 C.F.R. § 200.321(b)(l).
2. Solicitations. Must assure that it solicits small and minority businesses and women's business
enterprises whenever they are potential sources. 2 C.F.R. § 200.321(b)(2).
3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller
tasks or quantities to permit maximum participation by small and minority businesses and women's
business enterprises. 2 C.F.R. § 200.321(b)(3).
4. Delivery Schedules. Must establish delivery schedules, where the requirement permits, which
encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §
200.321(b)(4).
5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as
the Small Business Administration and the Minority Business Development Agency of the Department of
Commerce. 2 C.F.R. § 200.321(b)(5).
(printed name of signatory)
(signature and date)
Page 17 of 31
GENERAL INFORMATION:
Proposers are cautioned to read the information contained in this RFP carefully and to submit a
complete response to all requirements and questions as directed.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal"
shall be equivalent.
AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with
these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in
accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all
proposals.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written
request, over the signature of an authorized individual, to the Purchasing Division any time prior to the
submission deadline. The proposer may thereafter submit a new proposal prior to the deadline.
Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if
submitted after the deadline.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with
Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form
CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local
Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons
doing business or seeking to do business with the City of Port Arthur, including affiliations and business
City
and financial relationships such persons mayhave with of Port Arthur officers. The form can be can
be located at the Texas Ethics Commission website:
https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a response
to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the
Texas Local Government Code and you are representing that you in compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If you have
concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the
manner in which you must comply,you should consult an attorney.
The following are the current City Council and City Employees who are anticipated to either recommend
or
ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive
access to governmental procurement by responsible contractors. Moreover, they should conduct
Page 18 of 31
themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's
procurement organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow the
City's Code of Ethics.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder
must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following
requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later
than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of
addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no
responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to
acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's
responsibility to check for any addendums that might have been issued before bid closing date and time.
All addenda will be numbered consecutively,beginning with 1.
PRICES: The bidder should show in the proposal both the unit price and total amount, where required,
of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Transit, P.O. Box
1089,Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods
or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article
601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of
the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal
Excise Tax; therefore the proposal shall not include Sales Tax.
Page 19 of 31
•
VENUE: This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may
request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City
Attorney concerning any portion of these requirements.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to performance of
work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection with
the planning and carrying out of the program, shall have any personal financial interest, direct or indirect,
in this Contract; and, the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the
City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving
assessments or any money to the City until such debts are paid or until satisfactory arrangements for
payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood
and agreed that these quantities are approximate and any additional quantities will be paid for at the
quoted price. It is further understood that the contractor shall not have any claim against the City of Port
Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required
by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read
and enforced as though each were included herein. If,through mistake or otherwise, any such provision is
not inserted or is not correctly inserted the Contract shall be amended to make such insertion on
application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,
perform all work and furnish all supplies and materials, machinery, equipment, facilities and means,
except as herein otherwise expressly specified, necessary or proper to perform and complete all the work
required by this Contract, in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best commercial
practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the
option of selecting goods which may be considered more suitable for the purpose involved.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or
national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
Page 20 of 31
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants,
agreements or stipulations of this contract, the City shall thereupon have the right to terminate this
contract by giving written notice to the Contractor of such termination and specifying the effective date
thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the
above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by
virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the
Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the
Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at
least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as
provided herein, the Contractor will be paid for the service that it has performed up to the termination
date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to
termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying material or
service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary
to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion and
final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit
any sub-contractor to perform any work included in this Contract until he has received from the City of
Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain
and keep in force insurance that will protect against injury and/or damages which may arise out of or
result from operations under this contract, whether the operations be by himself or by any subcontractor
or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them
may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers,
agents, and employees must be named as an additional insured):
a. Bodily injury $1,000,000 single limit per occurrence or$1,000,000 each
person/$1,000,000 per occurrence; and,
b. Property Damage $1,000,000 per occurrence regardless of contract amount; and,
c. Professional Liability: $1,000,000.
Page 21 of 31
•
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy numbers,
effective dates and expiration dates) and to date and sign and do all other things necessary to complete
and make into valid certificates of insurance and pertaining to the above listed items, and before
commencing any of the work and within the time otherwise specified, Contractor shall file completed
certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect except
as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision
that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen
(15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the
City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors
and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE
Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after
execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10) days of the execution of the
Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such
period, the time may be extended by mutual agreement between OWNER and CONTRACTOR.
DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a
contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908,
is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a
contract between the vendor and the City of Port Arthur. Do not submit this form unless you
receive an award letter from the City.
PUBLIC INSPECTION OF PROPOSALS: The City strictly adheres to the Texas Public Information
Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and
laws regarding the disclosure of RFP information. Proposal Documents are not available for public
inspection until after the contract award. If the Proposer has notified the City, in writing, that the Proposal
Document contains trade secrets or confidential information, the City will generally take reasonable steps
to prevent disclosure of such information, in accordance with the Public Information Act. This is a
statement of general policy only, and in no event shall the City be liable for disclosure of such
information by the City in response to a request, regardless of the City's failure to take any such
reasonable steps, even if the City is negligent in failing to do so.
PROPOSAL EVALUATION AND CONTRACT AWARD: Proposal Evaluation and Contract Award
Process: An award of a contract to provide the goods or services specified herein will be made using
competitive sealed proposals, in accordance with Chapter 252 of the Texas Local Government Code and
with the City's purchasing policy. The City will evaluate all proposals to determine which offerors are
reasonably qualified for the award of the contract, applying the anticipated evaluation factors and
emphasis to be placed on each factor as identified in the Scope of Services. A variety of factors may be
used in the evaluation of the submitted proposals for this project. The City may, at its option, conduct
discussions with or accept proposal revisions from any reasonably qualified proposer. Discussions may
not be initiated by offerors. These discussions will be limited to issues and topics brought forth by the
Page 22 of 31
City. Any attempt by proposer or vendor at deviating from the issues and topics to discuss other
issues and topics concerning the Proposal brought forth by the City of Port Arthur shall be grounds
for disproposal. Vendors shall not contact any City of Port Arthur personnel during the proposal process
without the express permission from the City's Purchasing Manager.
AMBIGUITY: Any ambiguity in the Proposal Document as a result of omission, error, lack of clarity or
non-compliance by the Proposer with specifications, instructions and all conditions shall be construed in
the favor of the City.
ADDITIONAL INFORMATION: City may request any other information necessary to determine
Proposer's ability to meet the minimum standards required by this RFP.
1. FLY AMERICA REQUIREMENTS
Fly America Requirements - The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America"
Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which
provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S.
Flag air carriers for U.S Government-financed international air travel and transportation of their personal
effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of
necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was
used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air
carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event,
provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include
the requirements of this section in all subcontracts that may involve international air transportation.
2. BUY AMERICA REQUIREMENTS
The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that
Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded
projects are produced in the United States, unless a waiver has been granted by FTA or the product is
subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include fmal assembly in
the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and
microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C.
5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60
percent domestic content.
3. CARGO PREFERENCE REQUIREMENTS
Use of United States-Flag Vessels - The contractor agrees: a. to use privately owned United States-Flag
commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk
carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or
commodities pursuant to the underlying contract to the extent such vessels are available at fair and
reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days
following the date of loading for shipments originating within the United States or within 30 working
days following the date of leading for shipments originating outside the United States, a legible copy of a
rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the
preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime
Page 23 of 31
Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a
subcontractor's bill-of-lading.) c. to include these requirements in all subcontracts issued pursuant to this
contract when the subcontract may involve the transport of equipment, material, or commodities by ocean
vessel
4. PRE AWARD AND POST DELIVERY AUDITS REQUIREMENTS
• Clause and language therein are merely suggested. 49 C.F.R. Part 663 does not
contain specific language to be included in third party contracts but does contain
requirements applicable to subrecipients and third party contractors.
• Buy America certification is mandated under FTA regulation, "Pre-Award and
Post-Delivery Audits of Rolling Stock Purchases," 49 C.F.R.663.13.
• Specific language for the Buy America certification is mandated by FTA regulation,
"Buy America Requirements--Surface Transportation Assistance Act of I982,as amended,"
49 C.F.R.66I.12,but has been modified to include FTA's Buy America requirements
codified at 49 U.S.C. A 53230).
Pre-Award and Post-Delivery Audit Requirements -The Contractor agrees
to comply with 49 U.S.C. §5323(1) and FTA's implementing regulation at
49 C.F.R. Part 663 and to submit the following certifications:
1. Buy America Requirements: The Contractor shall complete
and submit a declaration certifying either compliance or
noncompliance with Buy America. If the Bidder/Offeror
certifies compliance with Buy America, it shall submit
documentation which lists 1) component and subcomponent
parts of the rolling stock to be purchased identified by
manufacturer of the parts, their country of origin and costs;
and 2)the location of the final assembly point for the rolling
stock, including a description of the activities that will take
place at the final assembly point and the cost of final
assembly.
2. Solicitation Specification Requirements: The Contractor
shall submit evidence that it will be capable of meeting the
bid specifications.
3. Federal Motor Vehicle Safety Standards (FMVSS): The
Contractor shall submit I) manufacturer's FMVSS self-
certification sticker information that the vehicle complies
with relevant FMVSS or 2) manufacturer's certified
statement that the contracted buses will not be subject to
FMVSS regulations.
Page 24 of 31
BUY AMERICA CERTIFICATE OF COMPLIANCE
WITH FTA REQUIREMENTS FOR BUSES, OTHER
ROLLING STOCK,OR ASSOCIATED EQUIPMENT
5. ENERGY POLICY AND CONSERVATION ACT
The Contractor shall recognize mandatory standards and policies relating to energy efficiency contained
in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation
Act(42 U.S.C. Section 6321 et seq.).
7. CLEAN WATER ACT
(1) The Contractor 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 Contractor agrees to
report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report
each violation as required to assure notification to FTA and the appropriate EPA Regional Office.
(2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FTA.
8. RESTRICTIONS ON LOBBYING
(a) The Contractor shall timely comply with the requirements of the lobbying restrictions set forth in
Section 319 of Public Law 101-121, as implemented by the Department of Transportation in 49
C.F.R. Part 20, and as those authorities may be hereafter amended.
(b) If a Standard Form LLL, "Disclosure Form to Report Lobbying," is required to be completed by
the Contractor or subcontractor at any tier, such disclosure form shall be furnished to the Authority.
9. ACCESS TO RECORDS
The following access to records requirements apply to this Contract:
• Where the Purchaser is not a State but a local government and is the FTA Recipient or a
subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to
provide the Purchaser, 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
Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17
to provide the FTA Administrator or his authorized representatives including any PMO Contractor
access to Contractor's records and construction sites pertaining to a major capital project, defined
at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs
described at 49 U.S.C. 5307, 5309 or 5311.
• Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA
Administrator or his authorized representatives, including any PMO Contractor, access to the
Contractor's records and construction sites pertaining to a major capital project, defined at 49
U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at
Page 25 of 31
r-
49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less
than the simplified acquisition threshold currently set at$100,000.
• Where the Purchaser enters into a negotiated contract for other than a small purchase or under the
simplified acquisition threshold and is an institution of higher education, a hospital or other non-
profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance
with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the
Comptroller General of the United States or any of their duly authorized representatives with
access to any books, documents, papers and record of the Contractor which are directly pertinent
to this contract for the purposes of making audits, examinations, excerpts and transcriptions.
• Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement
(defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make
available records related to the contract to the Purchaser, 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 Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
• The Contractor agrees to maintain all books, records, accounts and reports required under this
contract for a period of not less than three years after the date of termination or expiration of this
contract, except in the event of litigation or settlement of claims arising from the performance of
this contract, in which case Contractor agrees to maintain same until the Purchaser, 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. Reference 49 CFR
18.39(i)(11).
• FTA does not require the inclusion of these requirements in subcontracts.
Requirements for Access to Records and Reports by Types of Contract
Contract Contract Operatio Turnk Construction Architect Acquisit Professio
Characteri nal ey ural ion of nal
stics Service Engineeri Rolling Services
Contract ng Stock
a. Contracts Those
I. State below SAT imposed
Grantees ($100,000) on state
None pass thru None None None None
to
Contract
Or
b. Contracts Those Yes, if non-
above imposed
None competitive None unless None None
$100,000/Ca on state
pitat unless lnon-pass thru award or if non- unless non-unless non-
competitive funded competitive competitiv competitive
Projects award to thru25307/5309/award e award award
Contract 5311
or
II. Non a. Contracts Yes3 Those Yes Yes Yes Yes
Page 26 of 31
State below SAT imposed
Grantees ($100,000) on non-
state
Grantee
pass thru
to
Contract
or
b. Contracts Those
above imposed
$100,000/Ca on non-
pital state
Projects Yes3 Grantee Yes Yes Yes Yes
pass thru
to
Contract
or
Sources of Authority
1. 49 USC 5325 (a)
2. 49 CFR 633.17
3. 18 CFR 18.36 (i)
10. FEDERAL CHANGES
Federal Changes - Contractor shall at all times comply with all applicable FTA regulations,
policies, procedures and directives, including without limitation those listed directly or by reference
in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated
from time to time during the term of this contract. Contractor's failure to so comply shall constitute
a material breach of this contract.
11. CLEAN AIR
(1) The Contractor 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 Contractor agrees to
report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn,
report each violation as required to assure notification to FTA and the appropriate EPA Regional
Office.
(2) The Contractor also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
12. CONTRACT WORK HOURS AND SAFETY STAND-ARDS ACT—OVERTIME
Page 27 of 31
COMPENSATION
1. Overtime requirements - No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is
employed on such work to work in excess of forty hours in such workweek unless such laborer
or mechanic receives compensation at a rate not less than one and one-half times the basic rate
of pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages - In the event of any violation of
the clause set forth in paragraph (1) of this section the contractor and any subcontractor
responsible therefore shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States 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 clause set forth in paragraph (1) of this
section, in the sum of $10 for each calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph(1)of this section.
3. Withholding for unpaid wages and liquidated damages - The (write in the name of the
grantee) shall upon its own action or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld, from any moneys payable on
account of work performed by the contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any other federally-assisted contract
subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime
contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause
set forth in paragraph(2) of this section.
4. Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraphs (1) through (4) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1)through(4) of this section.
13. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
�. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence
by the Federal Government in or approval of the solicitation or award of the underlying
contract, absent the express written consent by the Federal Government, the Federal
Government is not a party to this contract and shall not be subject to any obligations or
liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that
contract)pertaining to any matter resulting from the underlying contract.
2. The Contractor agrees to include the above clause in each subcontract financed in whole or in
part with Federal assistance provided by FTA. It is further agreed that the clause shall not be
modified, except to identify the subcontractor who will be subject to its provisions.
Page 28 of 31
14. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED
ACTS
1. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986, as amended, 31 U.S.C. § § 3801 et seq . and U.S. DOT regulations, "Program Fraud
Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon
execution of the underlying contract, the Contractor certifies or affirms the truthfulness and
accuracy of any statement it has made, it makes, it may make, or causes to be made,pertaining
to the underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Contractor further
acknowledges that if it 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 Contractor to the extent
the Federal Government deems appropriate.
2. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government under a
contract connected with a project that is financed in whole or in part with Federal assistance
originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves
the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the
Contractor, to the extent the Federal Government deems appropriate.
3. The Contractor agrees to include the above two clauses in each subcontract financed in whole
or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall
not be modified, except to identify the subcontractor who will be subject to the provisions.
15. DEBARMENT & SUSPENSION
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is
required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or
affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940
and 29.945.
The contractor 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 it enters into.
By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:
The certification in this clause is a material representation of fact relied upon by {insert agency
name). If it is later determined that the bidder or proposer knowingly rendered an erroneous
certification, in addition to remedies available to {insert agency name), 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
Page 29 of 31
•
proposer further agrees to include a provision requiring such compliance in its lower tier covered
transactions.
16. CIVIL RIGHTS
1. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §
6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and
Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate
against any employee or applicant for employment because of race, color, creed, national
origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable
Federal implementing regulations and other implementing requirements FTA may issue.
2. Equal Employment Opportunity - The following equal employment opportunity requirements
apply to the underlying contract:
1. Race, Color, Creed,National Origin, Sex- In accordance with Title VII of the Civil Rights
Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the
Contractor agrees to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,"
41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal
Employment Opportunity," as amended by Executive Order No. 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e
note), and with any applicable Federal statutes, executive orders, regulations, and Federal
policies that may in the future affect construction activities undertaken in the course of the
Project. The Contractor agrees to take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to their race,
color, creed, national origin, sex, or age. Such action shall include, but not be limited to,
the following: employment, upgrading, demotion or transfer, recruitment or recruitment
advertising, layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. In addition, the Contractor agrees to
comply with any implementing requirements FTA may issue.
2. Age- In accordance with section 4 of the Age Discrimination in Employment Act of 1967,
as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor
agrees to refrain from discrimination against present and prospective employees for reason
of age. In addition, the Contractor agrees to comply with any implementing requirements
FTA may issue.
3. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29
C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the
Contractor agrees to comply with any implementing requirements FTA may issue.
Page 30 of 31
3. The Contractor also agrees to include these requirements in each subcontract financed in
whole or in part with Federal assistance provided by FTA, modified only if necessary to
identify the affected parties
17. DISADVANTAGED BUSINESS ENTERPRISE(DBE)
a) It is the policy of the Authority and the Department of Transportation that Disadvantaged
Business Enterprises (DBEs) as defined in 49 C.F.R. Part 26 shall have the maximum
opportunity to participate in the performance of con- tracts financed in whole or in part with
Federal funds under this contract. Consequently, the DBE requirements of 49 C.F.R Part 26
applies to this contract.
b) The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the
performance of this contract. The requirements of 49 C.F.R. Part 26, and the Authority's DOT
approved Disadvantaged Business Enterprise (DBE) program is incorporated in this contract
by reference. Failure by the Contractor to carry out these requirements is a material breach of
the contract, which may result in the termination of this contract or such other remedy, as the
Authority deems appropriate.
18. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION(FTA) TERMS
Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include,
in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set
forth in the preceding contract provisions. All contractual provisions required by DOT, as set
forth in FTA Circular 4220.1E are hereby incorporated by reference. Anything to the contrary
herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in this Agreement. The Contractor shall not perform any
act, fail to perform any act, or refuse to comply with any (name of grantee) requests which
would cause(name of grantee)to be in violation of the FTA terms and conditions.
Page 31 of 31