gloria m. garcía, cppb -601635-13/gmg sr. procurement ......• atms feasibility study (july 2000)...

69
SUBMIT BIDS TO: Seminole County 1301 E. Second Street Sanford, Florida 32771 Attn: PURCHASING & CONTRACTS (PCD) INVITATION FOR BID And Bidder Acknowledgment Contact: Gloria M. García, CPPB Sr. Procurement Analyst 407-665-7123 - Phone 407-665-7956 - Fax [email protected] IFB-601635-13/GMG Term Contract for Purchase of ITS, Signal and Computer Equipment for ATMS Phase II Bid Due Date: March 13, 2013 Time: 2:00 PM (Eastern Standard Time) Location of Public Opening: Purchasing & Contracts Division 1301 E. Second Street, Sanford, FL 32771 Proposer Name: Federal Employer ID Number: Mailing Address: If returning as a "No Submittal", state reason (if so, return only this page ): City, State, Zip: Type of Entity (Circle one): Corporation Partnership Proprietorship Joint Venture Incorporated in the State of: ______________ List of Principals: _______________________ _____________________________________ The undersigned Bidder hereby acknowledges receipt of Addenda Numbers______ through______: ___________________________________ Authorized Signature (Manual) Date Email Address: Typed Name: Telephone Number: Title: Fax Number: Date: THIS FORM MUST BE COMPLETED AND RETURNED WITH WRITTEN BID The Bidder is expected to completely analyze the information contained in this Invitation for Bid (IFB) as guidance for the preparation of their written submittal. The Bidder’s written bid should be specific, detailed, and complete in order to clearly and fully demonstrate the Bidder’s understanding of the requested work and/or delivery requirements. 1

Upload: others

Post on 27-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

SUBMIT BIDS TO: Seminole County 1301 E. Second Street Sanford, Florida 32771 Attn: PURCHASING & CONTRACTS (PCD)

INVITATION FOR BID

And

Bidder Acknowledgment

Contact: Gloria M. García, CPPB Sr. Procurement Analyst 407-665-7123 - Phone 407-665-7956 - Fax [email protected]

IFB-601635-13/GMG

Term Contract for Purchase of ITS,

Signal and Computer Equipment for ATMS Phase II

Bid Due Date: March 13, 2013 Time: 2:00 PM (Eastern Standard Time)

Location of Public Opening:

Purchasing & Contracts Division 1301 E. Second Street, Sanford, FL 32771

Proposer Name:

Federal Employer ID Number:

Mailing Address:

If returning as a "No Submittal", state reason (if so, return only this page):

City, State, Zip:

Type of Entity (Circle one): Corporation Partnership Proprietorship Joint Venture Incorporated in the State of: ______________ List of Principals: _______________________ _____________________________________

The undersigned Bidder hereby acknowledges receipt of Addenda Numbers______ through______: ___________________________________Authorized Signature (Manual) Date

Email Address: Typed Name:

Telephone Number: Title:

Fax Number: Date:

THIS FORM MUST BE COMPLETED AND RETURNED WITH WRITTEN BID The Bidder is expected to completely analyze the information contained in this Invitation for Bid (IFB) as guidance for the preparation of their written submittal. The Bidder’s written bid should be specific, detailed, and complete in order to clearly and fully demonstrate the Bidder’s understanding of the requested work and/or delivery requirements.

1

Page 2: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Part 1 General Description of Project

The intent of this Invitation for Bid (IFB) is to allow the County to purchase various equipment for their Seminole County Advanced Traffic Management System (ATMS) – Phase II project. The following documents relating to this project can be found by contacting Seminole County Traffic Engineering at (407) 665-5677:

• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering (SE) Documents (September 2012) • Joint Participation Agreement with FDOT (September 2011) and associated

Amendments (#1 – January 2012 and #2 – August 2012) County funds will be initially used, but then reimbursed by FHWA funds as managed by FDOT. The intent of the resulting contract(s) from this IFB will be to allow purchase for this Phase II project, as well as provide a purchasing mechanism for any possible future ATMS related projects. This IFB will be broken into several groups representing different types of equipment as follows:

• Group 1 – Signals – Adaptive Control, Cabinets, Controllers • Group 2A – Detection (Radar) • Group 2B – Detection (Video, Thermal) • Group 3 – Networking/Cameras • Group 4 – Bluetooth Travel Time • Group 5 – Monitors • Group 6 – PCs/Servers

Vendors can bid on any or all groups and contract(s) will be entered into with the most responsive bidder(s) for each group. Specific items, or equivalent equals, will be indentified within each group. Initial quantity estimates will be given just as a “ballpark” for bidding purposes only; the County will not commit to any specific quantity and they have the right to purchase less or more than the stated quantity value. Contract language will be consistent with that found in the FDOT JPA and Amendments and the final vendor(s) must adhere to that language. Below is the general intent of each group:

• Group 1 – Signals – Adaptive Control, Cabinets, Controllers o The intent of this group is to purchase individual intersection software licenses for

adaptive signal control compatible with the County’s existing SynchroGreen (manufactured by TrafficWare) traffic adaptive system. This group also contains various signal equipment (cabinets, controllers, controller upgrades, etc.) compatible with the County’s existing Naztec and ATMS, now manufactured by TrafficWare traffic signal system. Refer to the SE documents for further information.

• Group 2 – Detection (Radar, Video, Thermal)

o The intent of this group is to purchase various detection equipment (radar, video and thermal) to be used to expand the County’s existing traffic adaptive system.

2

Page 3: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

• Group 3 – Networking o The intent of this group is to purchase various networking equipment and

software to be used to communicate with the County’s existing signal and ITS field devices.

• Group 4 – Bluetooth Travel Time o The intent of this group is to purchase Bluetooth travel time reading equipment

(readers, optional equipment, service fees, servers, software, etc.) compatible with the County’s existing BlueTOAD Bluetooth arterial travel time system. Refer to the SE documents for further information.

• Group 5 – Monitors o The intent of this group is to purchase monitors and software for use in

constructing and operating videowall(s) within the Traffic Engineering building.

• Group 6 – PCs/Servers o The intent of this group is to purchase various computer equipment (laptops,

desktops and servers) and software able to monitor and operate the County’s existing signal and ITS systems.

3

Page 4: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Part 2 Instructions to Bidders

CONTACT: All prospective Bidders are hereby instructed not to contact any member of the Seminole County Board of County Commissioners, the County Manager or Deputy Manager, or any Seminole County Staff members other than the noted Purchasing & Contracts Division (herein referred to as ‘PCD’) Contact Person regarding this IFB or their written bid at any time prior to the posting on the COUNTY’s Website of the recommendation and intent to award by County staff for this project. Any such contact shall be cause for rejection of your bid. Interpretation of this clause will be solely at the discretion of the County. PUBLIC OPENING: Written bids shall be received at PCD in the specified location, date and time (considered to be the deadline for submission) as referenced in the Formal Notice for this IFB, unless otherwise revised via posted Addenda. As soon as possible thereafter, the names of the Bidders that submitted written bids for this IFB shall be read aloud at the specified location. Persons with disabilities needing assistance to participate in the Public Closing should call the noted PCD Contact Person at least forty-eight (48) hours in advance of the Public Opening at (407) 665-7123. DELAYS: The COUNTY, at its sole discretion, may delay the scheduled due date and time for submission, if it is to the advantage of the COUNTY to do so. The COUNTY will post all changes in the scheduled due date and time for submission by written addendum posted to the COUNTY’s Website: (www.seminolecountyfl.gov/purchasing) BID SUBMISSION AND WITHDRAWAL: The COUNTY will receive written bids in hard copy form as stated in the Formal Notice. The outside of the envelope/container must be identified with this IFB Number and Title referenced within the Formal Notice for this IFB. The envelope/container must also include the Bidder's name and return business address. No electronic proposal submissions by email or other electronic method will be accepted. Bids received after the scheduled due date and time for submission shall be returned unopened. The scheduled due date and time for submission will be scrupulously observed. The COUNTY will not be responsible for late deliveries or delayed mail. The time/date stamp clock located in PCD shall serve as the official authority to determine lateness of any bid. The COUNTY cautions all Bidders to ensure actual delivery of mailed or hand-delivered bids prior to the scheduled due date and time for submission that has been set for receiving bids. Telephone confirmation of timely receipt of any bids should be made by calling (407) 665-7116, before the 2:00 deadline. The Bidder is required to submit FOUR (4) COMPLETE SETS in hard copy (one [1] original and three (3) copies) of their complete written bid. The Bidder should submit their written bid in person or by mail in hard copy form. Bidders may withdraw their bids by notifying the COUNTY in writing at any time prior to the scheduled due date and time for submission. Bidders may withdraw their bids in person or through an authorized representative. Bidders and authorized representatives must disclose their identity, display proper identification and provide a signed receipt for the bid. Bids, once opened, become the property of the COUNTY and will not be returned to the Bidder. At its sole discretion, the COUNTY may request additional information should the COUNTY deem it necessary.

4

Page 5: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

INQUIRIES: All Bidders should carefully examine the IFB documents. Any ambiguities or inconsistencies shall be brought to the attention of PCD Contact Person in writing prior to the scheduled due date and time for submission. Failure to do so, on the part of the Bidder, shall constitute an acceptance by the Bidder of any subsequent decision made by the COUNTY. Any questions concerning the intent, meaning and interpretations of the IFB documents including the attached Draft Agreement, shall be requested in writing, and received by PCD Contact Person at least seven (7) calendar days prior to the scheduled due date and time for submission. Written requests can be submitted via e-mail: [email protected]. The COUNTY will not be responsible for oral instructions made by employees of the COUNTY or its authorized representatives in regard to this IFB. ADDENDUM: Should revisions to the IFB documents become necessary, the COUNTY will post Addenda information on the COUNTY's Website. All Bidders should check the COUNTY's Website or notify PCD Contact Person to verify information regarding Addenda. Failure to do so may result in rejection of the Bidder’s submitted bid and a determination as “Non-Responsive”. By execution of the Formal Notice for this IFB, the Bidder acknowledges receipt of all Addenda issued under this solicitation. Addenda information will be posted on the COUNTY’s Website (www.seminolecountyfl.gov/purchasing). It is the sole responsibility of the Bidder to ensure that they obtain information related to any Addenda. SELECTION PROCESS AND AWARD: The award will be made to the lowest priced, responsive, responsible Bidder. The Bidder(s) understands that this Bid does not constitute an agreement or a contract with the Bidder. The COUNTY reserves the right to reject all bids, to waive any formalities, and to solicit and re-advertise for new bids, or to abandon the project in its entirety. In evaluating Bids, the COUNTY shall consider the information provided by the Apparent Low Bidder as described in these "INSTRUCTIONS TO BIDDERS." Any of the following causes may be considered as sufficient grounds for disqualification of a Bidder or the rejection of a Bid: (a) Submission of more than one (1) Bid for the same Work by any entity under the same or

different names. (b) Evidence of collusion among Bidders. (c) Submission of an unbalanced Bid in which prices quoted for some items are out of

proportion to the prices quoted for other or similar items in the same Bid. (d) Lack of responsibility as shown by past Work from the standpoint of life safety including,

but not limited to, strict adherence to all maintenance of traffic requirements of COUNTY, workmanship, progress and financial irresponsibility.

(e) Uncompleted Work for which the Apparent Low Bidder is committed by contract which might hinder or prevent the prompt completion of Work under this Bid if an Agreement would have been awarded to the Apparent Low Bidder.

(f) Falsification of any entry made on the Bid Documents shall be deemed a material irregularity and will be grounds, at the COUNTY's option, for disqualification of the Apparent Low Bidder or rejection of the Bid.

(g) This section shall be construed liberally to benefit the public and not the Apparent Low Bidder; however, any other evidence which may hinder or otherwise delay completion of the Project may be grounds for disqualification.

(h) Non-compliance with the submittal requirements of these Instructions to Bidders.

5

Page 6: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

AWARD CRITERIA: The recommendation of award will be based on, but not limited to the following criteria: (a) The ability, capacity and skill of the Apparent Low Bidder to perform the Work. (b) Whether the Apparent Low Bidder can perform the Work promptly, or within the time

specified, without delay or interference. (c) The character, integrity, reputation, judgment and efficiency of the Apparent Low Bidder. (d) The quality of performance of previous contracts or services to Seminole County or any

other agency or client. (e) The previous and existing compliance by the Apparent Low Bidder with Chapter 220,

Seminole County Purchasing Code & Procedures, the life safety requirements of COUNTY, and other laws and ordinances, regulations.

(f) The sufficiency of the financial resources and ability of the Apparent Low Bidder to perform the Work.

(g) The quantity, availability and adaptability of the Apparent Low Bidder to perform the Agreement or service to the particular needs of the COUNTY.

(h) The ability of the Apparent Low Bidder to retain employees for the purpose of this Work. (i) The experience of the Apparent Low Bidder performing in a similar manner as required

by this Agreement. Minimum of three (3) satisfactory years shall be required. (j) The type, structure and experience of the local or branch management proposed. (k) Quality Control Program. (l) Claims and Litigation filed against the Apparent Low Bidder or filed by the Apparent Low

Bidder for equitable adjustment, contract claim or litigation in the past five (5) years. (m) Reprimand of any nature or suspension by the Department of professional Regulation or

any other regulatory agency or professional association within the last five (5) years.

BID PREPARATION COSTS: Neither the COUNTY nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this IFB. Bidders should prepare their bids simply and economically, providing a straightforward and concise description of the Bidder's ability to meet the requirements of this IFB. ACCURACY OF BID INFORMATION: By submission of a bid, Bidder acknowledges that they have carefully examined the IFB documents and agrees to furnish the services/products specified in the solicitation at the prices, rates or discounts as proposed. Bidder agrees that their bid will remain firm for a period of up to one hundred twenty (120) days in order to allow the County adequate time to evaluate the submittals. By submission of a bid, Bidder agrees to abide by all conditions of this bid and understand that a background investigation may be conducted by the Seminole County Sheriff’s Department prior to award. Bidder certifies that all information contained in their bid is truthful to the best of their knowledge and belief. Bidder further certifies that they are duly authorized to submit this bid on behalf of the vendor/Bidder as its act and deed and that the vendor/Bidder is ready, willing and able to perform if selected. INSURANCE: A material fact, whether intentional or not, regarding the Bidder's insurance coverage, policies or capabilities may be grounds for rejection of the Bidder’s submitted bid and rescission of any ensuing Award Agreement. The COUNTY recommends that all Bidders review the insurance requirements listed within the Draft Agreement with their insurance carriers. A copy of the insurance certificate shall be furnished to the COUNTY prior to the final execution of the COUNTY’s

6

Page 7: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Award Agreement. The COUNTY reserves the right to reject the award to any Bidder that fails to provide the insurance as required within the COUNTY’s Award Agreement. LICENSES: Bidders, both corporate and individual, must be fully licensed and certified for the type of work to be performed in the State of Florida at the time of submittal of Bid. Should the Bidder not be fully licensed and certified, its bid shall be rejected. Any permits, licenses, or fees required shall be the responsibility of the Bidder. No separate or additional payment will be made for these costs. Adherence to all applicable code regulations, Federal, State, County, City, etc., are the responsibility of the Bidder. The following licensing requirements shall apply when the applicable Florida Statute mandates specific licensing for Contractors engaged in the type of work covered by this solicitation. (a) State of Florida, Department of Professional Regulation, Construction Industries Licensing Board and licensed by other federal, state, regional, county or municipal agencies having jurisdiction over the specified construction work; (b) Said licenses shall be in the Bidder's name as it appears on the Official Bid Form. Bidder shall supply appropriate license numbers, with expiration dates, as part of their bid. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the bid; (c) Bidder shall provide copies of all applicable licenses with their Bid Proposal; and (d) Subcontractors contracted by the Prime Contractor shall be licensed in their respective fields to obtain construction permits from the County. NO CONTINGENT FEES. CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. OCCUPATIONAL SAFETY AND HEALTH ACT (O.S.H.A.): In instances where such is applicable due to the nature of the bid matter with which this bid package is concerned, all material, equipment, etc., as proposed and offered by Bidders must meet and conform to all O.S.H.A. requirements; the Bidder's signature upon the bid proposal form being by this reference considered a certification of such fact. POSTING OF RECOMMENDATION AND INTENT OF AWARD: The recommendation and intent to award for this IFB will be posted on the COUNTY’s Website (www.seminolecountyfl.gov/purchasing) prior to submission for final approval of award. Failure to file a protest with the COUNTY’s Purchasing & Contracts Manager within the time prescribed in the COUNTY's Purchasing Code, Policies and Procedures shall constitute a waiver of proceedings. PUBLIC RECORDS: Upon recommendation and intent to award for this IFB as posted to the COUNTY’s website or within thirty (30) calendar days after closing, bids are considered “public records" and shall be subject to the public disclosure regulations consistent with Chapter 119, Florida Statutes. Bidders must invoke the exemptions to disclosure provided by law in the response to the solicitation and must identify the data or other materials to be protected by

7

Page 8: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

separate envelope, and must state the reasons why such exclusion from public disclosure is necessary pursuant to the COUNTY’s, “Compliance With Public Records Law” Form, which is required as part of the IFB documents. Ownership of all data, material, and documentation originated and prepared for the County pursuant to the IFB shall belong exclusively to the County and be subject to public inspection in accordance with the Public Records Law. Trade secrets or proprietary information submitted by a Bidder shall not be subject to public disclosure under the Public Records Law; however, the Bidder must invoke the protection of this section prior to or upon submission of the data or other materials, and must identify the data or other materials to be protected and state the reasons why protection is necessary. PROHIBITION AGAINST CONTINGENT FEES: It shall be unethical for any person to be retained, or to retain any company or person, other than a bonafide employee working solely for the Bidder to solicit or secure the Award Agreement for this IFB, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bonafide employee working solely for the Bidder, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this Award Agreement. For the breach or violation of this provision, the COUNTY shall have the right to terminate the Award Agreement at its sole discretion, without liability and to deduct from the Award Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. ACCEPTANCE / REJECTION / DISQUALIFICATION: The COUNTY reserves the right to accept and make award to those Bidders, who in the opinion of the COUNTY, will be in the best interest of and/or the most advantageous to the COUNTY. The COUNTY reserves the right to reject any or all bids. The COUNTY reserves the right to reject the bid of any Bidder who has previously failed in the proper performance of an award or to deliver on time agreements of a similar nature or who, in the COUNTY's opinion, is not in a position to perform properly under this award. The COUNTY reserves the right to inspect all facilities of Bidders in order to make a determination as to the available resources to perform properly under this award. The COUNTY reserves the right to waive any irregularities, informalities, and technicalities and may, at its discretion, issue a re-procurement. More than one (1) bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. Reasonable grounds for believing that a Bidder is involved in more than one proposal submittal will be cause for rejection of all bids in which such Bidders are believed to be involved. Any or all bids will be rejected if there is reason to believe that collusion exists between Bidders. Bids in which the prices obviously are unbalanced will be subject to rejection. ADDITIONAL TERMS AND CONDITIONS: Unless expressly accepted by the County, only the terms and conditions in this document shall apply: No additional terms and conditions included with the bid response shall be considered. Any and all such additional terms and conditions shall have no force and effect, and are inapplicable to this bid if submitted either purposely through intent or design, or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or warranties. It is understood and agreed that the general and/or any special conditions in these Bid Documents are the only conditions applicable to this bid and the Bidder's authorized signature on the Bid Response Form attests to this. Exceptions to the terms and conditions will not be accepted. RESPONSIBILITY: The County reserves the right, before award, to require a Bidder to submit such evidence of his qualifications as it may deem necessary, and may consider any evidence

8

Page 9: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

available such as financial, technical, and other qualifications and abilities of the Bidder, including past performance and experience with the County. This information may be used to determine the Bidder’s responsibility. BIDS TO REMAIN FIRM. All Bids shall remain firm for a minimum of one hundred twenty (120) days after the day of the Bid opening to allow for the evaluation and selection process and proper execution of the Agreement. Extensions of time when Bids shall remain opened beyond the one hundred twenty day period may be made only by mutual agreement between Seminole County and the Selected Bidder. The successful Contractor must maintain the bid prices firm for a minimum of one (1) year after the contract is executed. No cost increase will be authorized during the first year of the agreement. PURCHASING CODE: The COUNTY’s Code of Ordinances Chapter 220 (Purchasing Code), Administrative Code Section 3.55 (Purchasing Policy), and the County Manager's Policies & Procedures apply to this IFB in their entirety with respect to this IFB. AFFIRMATION: By submission of a bid, the Bidder affirms that their bid is made without prior understanding, agreement or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, equipment or services, and in all respects fair and without collusion or fraud. The Bidder agrees to abide by all conditions of this IFB and the resulting Award Agreement MISTAKES IN BID: Bidders are expected to examine the terms and conditions, specifications, delivery schedule, bid prices, extensions and all instructions pertaining to supplies and services. Failure to do so will be at Bidder's risk. In the event of extension error(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. Written amounts shall take precedence over numerical amounts. In the event of addition errors(s), the unit price, and extension thereof, will prevail and the Bidder's total offer will be corrected accordingly. Bids having erasures or corrections must be initialed in ink by the Bidder. GOVERNMENTAL RESTRICTIONS: In the event that any governmental restrictions are imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on this bid prior to their delivery, it shall be the responsibility of the Bidder to notify the Purchasing and Contracts Division at once, indicating in his/her letter the specific regulation which required an alteration, including any price adjustments occasioned thereby. The County reserves the right to accept such alteration or to cancel the contract or purchase order at no further expense to the County. DRUG-FREE WORKPLACE COMPLIANCE: Bidder shall comply with Florida Statute 287.087 and failure to comply shall result in rejection/disqualification of the bid and all agreements as a result of this solicitation. PUBLIC ENTITY CRIME: Any Person or affiliate, as defined in Section 287.133 of the Florida Statutes, shall not be allowed to contract with the COUNTY, nor be allowed to enter into a subcontract for Work on this Project, if such a person or affiliate has been convicted of a public entity crime within three (3) years from the date of this Project was advertised for Proposal, or if such person or affiliate was listed on the State's convicted vendor list, within three (3) years of the date of this Project was advertised, whichever time period is greater. A public entity crime means a violation of any state or federal law with respect to and directly related to the transaction of business with any public entity or agency (federal, state or local), including but not limited to, any contract for the construction or repair of a public building or public work involving

9

Page 10: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, forgery, falsification of records, receiving stolen property or material misrepresentation. Any Agreement with the COUNTY obtained in violation of this Section shall be subject to termination for cause. A sub-Contractor who obtains a subcontract in violation of this Section shall be removed from the Project and promptly replaced by a sub-Contractor acceptable to the COUNTY. UNIFORM COMMERCIAL CODE: The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the Bidder and the County for any terms and conditions not specifically stated in this solicitation. PROPRIETARY/RESTRICTIVE SPECIFICATIONS: Bidder, who feels the specifications contained herein are proprietary or restrictive in nature, thus potentially resulting in reduced competition, must notify the Purchasing and Contracts Division of their rejection upon receipt of this IFB and prior to the due date. PAYMENT TERMS/DISCOUNTS: The County’s payment terms are in accordance with Florida Statute 218, Florida Prompt Payment Act. Cash discounts for prompt payment shall not be considered in determining the lowest net cost for evaluation purposes. ADDITIONAL TERMS AND CONDITIONS: Unless expressly accepted by the County, only the terms and conditions in this document and Award Agreement shall apply. Any and all such additional terms and conditions shall have no force and effect, and are inapplicable to this bid if submitted either purposely through intent or design, or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or warranties. It is understood and agreed that the general and/or special conditions in these IFB Documents are the only conditions applicable to this bid and the Bidder's authorized signature on the Bidder Response Form attests to this. ECONOMIC PRICE ADJUSTMENTS: Written request for price adjustments may be made every twelve (12) months. This request shall be made within thirty (30) days after each allowable renewal period. All price adjustment must be evaluated and accepted by the Purchasing and Contracts Manager, or designee, and shall be effective upon issuance of a written contract amendment. Any increased price adjustment(s) must be supported by Consumer Price Index and/or Producer Price Index documentation supporting the requested increase. However, the maximum allowable increase shall not exceed four percent (4%). PRICE REDETERMINATION – FUEL: The Contractor may petition the Purchasing and Contracts Manager or designee for price re-determination if/when the price of fuel increases by a minimum of ten (10%) percent. Any price re-determination will be solely based upon changes as documented by the Producer Price Index (PPI) for the commodity “Gasoline - WPU0571” or “#2 diesel fuel - WPU057303” as published by the Bureau of Labor Statistics, which can be found on-line at http://stats.bls.gov. The base index number will be the month of the due date of the solicitation. Subtracting the base index number from the current index number and dividing the result by the base index number calculates the maximum percentage increase allowed. Any price re-determination will include all items awarded. If the County and the bidder cannot agree on any price re-determination, then the contract will expire. Vendors shall provide documentation to illustrate what percentage of the price is related to fuel, as the increase shall be calculated based upon the percentage of the cost associated to the cost of fuel (see example below). Failure to provide the detailed cost analysis with each request for a price re-determination due to fuel price escalation shall preclude any price re-determination due to fuel costs.

10

Page 11: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Example: Fourteen (14%) percent of the cost to provide product/service is attributed to the cost of

fuel. PPI in the month the solicitation closed was $158.73 264.52 Current PPI is $264.52 -158.73 105.79 $105.79 divided by $158.73 = .666% The unit cost of the service is $100.00 14% of $100.00 = $14.00 $14.00 x .666 = $9.32 New unit price for the product/service is $109.32 If the Purchasing and Contracts Manager or designee grants an increase in the contract price based upon increases in gasoline and/or diesel prices, then the Director may also adjust the contract price downward if the cost of gasoline and/or diesel decreases by ten percent (10%) or more from the date of the last increase in the contract price. This clause may be used in addition to any other price re-determination clause in this invitation. If the County and the bidder cannot agree on any price re-determination, then the contract will expire without prejudice thirty (30) days after the impasse is reached. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: All Applicants submitting a response to this solicitation agree that such response also constitutes a submittal to all governmental agencies within the State of Florida, under the same conditions, for the same contract price, and for the same effective period as this proposal, should the Applicant feel it is in their best interest to do so. Each governmental agency desiring to accept these submittals, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials and/or services ordered and received by it, and no agency assumes any liability by virtue of this solicitation. This agreement in no way restricts or interferes with the right of any governmental agency to re-solicit any or all items. QUANTITIES: Seminole County will not be held to any maximum or minimum purchase quantities as a result of this solicitation and/or resulting contract. Seminole County reserves the right to purchase any; all, or none, of its requirements from vendors awarded a contract as a result of this solicitation. All quantities as shown are approximate and no guarantee is made. Except as this contract may otherwise provide, if the County’s requirements do not result in orders in the quantities described as “estimated” in the contract’s price schedule, that fact shall not constitute the basis for an equitable adjustment.

PRICE/DELIVERY

: Price(s) quoted must be the price(s) for new merchandise unless otherwise specified. Any bids containing escalator clauses will not be considered unless specifically requested in the bid specifications.

Delivery shall be during the normal working hours of the user department, Monday through Friday, unless otherwise specified and incorporated into contract or purchase order document. F.O.B. POINT: The F.O.B. point shall be destination. The prices bid shall include all costs of loading, transporting, delivery and to designated point(s) within Seminole County. Deliveries resulting from this bid are to be made during the normal working hours of the County. Time is of the essence and the Contractor’s delivery date must be specified and adhered to. Should the Contractor, to whom the order or contract is awarded, fail to deliver on or before the

11

Page 12: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

stated date, the County reserves the right to cancel the order or contract and make the purchase elsewhere and the Contractor will be required to compensate the County for the difference in price paid for the alternate product. The Contractor shall be responsible for making any and all claims against carriers for missing or damage items. Partial shipments will be acceptable unless otherwise stated. BID FORMS

: All bids must be submitted on the County’s standard Bid Response Form. Bids on Bidder’s quotation forms shall not be accepted.

METHOD OF ORDERING: The County shall issue Release Orders against the contract on an as needed basis for the supplies listed on the Bid Proposal Form.

12

Page 13: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Part 3 Instructions for the preparation of Bids

The Bidder(s) warrants its response to this Invitation for Bid to be fully disclosed and correct. The firm must submit a bid complying with this Invitation for Bid, and the information, documents and material submitted in the bid must be complete and accurate in all material aspects. Bidders are advised to carefully follow the instructions listed below in order to be considered fully responsive to this Bid. Bidders are further advised that lengthy or overly verbose or redundant submissions are not necessary. Please avoid the use of plastic three-ring or spiral bindings, laminated covers and inserts when preparing submittals. You need only to return required, signed documents and information pertinent to this specific project. Compliance with all requirements will be solely the responsibility of the Bidder. Failure to provide requested information may result in disqualification of response. The bid must be divided into the following three (3) sections: 1. SUBMITTALS/FORMS:

Bidder Information – Page #1 of Package Summary of Litigation: Provide a summary of any litigation, claim(s), or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim or contract dispute, a brief description of the case, the outcome or projected outcome, and monetary amounts involved. License Sanctions: List any regulatory or license agency sanctions within the past 5 years. Attachment A - Conflict of Interest Statement (Rev. 10/19/11) Attachment B - Compliance with the Public Records Law (Rev. 8/23/12) Attachment C - Worker’s Compensation Form (Rev. 3/22/12) Attachment D - Taxpayer Identification No. and Certification W-9 Form (Rev. 12-2011) Attachment E – Drug Free Work Place (Rev. 2/13/06) Attachment F - Americans with Disabilities Act Affidavit (Rev. 6/15/01) (If applicable) Licenses: Bidder shall include with their bid copy of the State of Florida Certified Mechanical Contractor’s License.

2. PERFORMANCE:

The submission must include a list of five (5) references for which your company provides delivery of ITS, signal and computer equipment as described in the scope of services. List the names of the client (name, address, telephone number, fax numbers and the title of position that was filled by your company).

3. PRICE BID

The Bid Proposal shall be submitted on the forms included in the Bid Documents. Prices not submitted on the attached forms shall render the Bid non-responsive.

13

Page 14: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Part 4 Price Submittal

IFB-601635-13/GMG- TERM CONTRACT FOR PURCHASE OF ITS, SIGNAL AND COMPUTER EQUIPMENT FOR ATMS PHASE II Name of Bidder: ____________________________________________________ Mailing Address: ____________________________________________________ Street Address: ____________________________________________________ City/State/Zip: ____________________________________________________ Phone Number: (____) ____________FAX Number: (____) ________________ E-Mail Address: ____________________________________________________ Pursuant to and in compliance with the IFB Documents, the Bidder agrees to provide and furnish any and all of the labor, material, and tools, equipment, incidentals and transportation services necessary to complete all of the Work required in connection with the required services/commodities all in strict conformity Bid Documents for the amount hereinafter set forth. Bidder declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any person, firm or corporation; and he proposes and agrees, if the bid is accepted, that he/she will execute an Agreement with the COUNTY in the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates.

14

Page 15: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Price Forms

Group 1 – Signals – Adaptive Control, Cabinets, Controllers Item No. Description Manufacturer Qty.

Unit Cost Total Cost

1 SynchroGreen License Trafficware 10 2 Naztec TS2-1 980 ATC Controller & Type 6

(68") cabinet w/ Ethernet MMU Front and rear door 32 channels of loop detection Flush Mount Generator Hookup and Auxiliary Relay Transfer switch w/ integrated Alpha FXM 1100 UPS (Includes 4 Alpha GXL 195 batteries, 4 battery trays, and AlphaGuard) as per the Naztec TS2 FL Seminole County cabinet or approved equivalent

Trafficware 10

3 Naztec 900 series ATC controller w/ Apogee (per Naztec 980 ATC or approved equivalent)

Trafficware 10

4 Naztec MMU LCD w/ Ethernet (per the Naztec 516L or approved equivalent

Trafficware 10

5 Naztec Detectors 2-Channel LCD or approved equivalent

Trafficware 10

6 Naztec Video Detection 2 approach w/ WDR Camera Technology ViewCom and BIU Module Video (BNC) & AC/DC Suppression 500' Video Detection Cable 6' Pelco Tube and Mounting Hardware

Traficon 5

7 Naztec Video Detection 4 approach w/ WDR Camera Technology ViewCom and BIU Module Video (BNC) & AC/DC Suppression 1000' Video Detection Cable 6' Pelco Tube and Mounting Hardware

Traficon 5

8 Naztec Video Detection 2 approach w/ FLIR Thermal Camera - Model FC-324T ViewCom and BIU Module Video (BNC) & AC/DC Suppression 500' Video Detection Cable 6' Pelco Tube and Mounting Hardware

Traficon 5

9 Naztec Video Detection 4 approach w/ FLIR Thermal Camera - Model FC-324T ViewCom and BIU Module Video (BNC) & AC/DC Suppression 1000' Video Detection Cable 6' Pelco Tube and Mounting Hardware

Traficon

10 Video Detection Camera Cable Per 1000' Trafficware

TOTAL GROUP I

$

Name of the Company: ___________________________________

15

Page 16: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Group 2- A – Detection (Radar) Item No. Description Manufacturer Qty.

Unit Cost Total Cost

1 WX-SS-225 Smart Sensor w/ 100' Power and Communication Cable w/ connectors and In Line Terminal Block or approved equivalent

Wavetronix 50

2 WX-CLK-112 2 Channel Matix Contact Closure Rack Card or approved equivalent

Wavetronix 50

3 WX-SS-B03-0005 Intersection Pre-assembled Backplates 4 sensors or approved equivalent

Wavetronix 15

4 WS-SS-705-001 SmartSensor Power and Communication Cable per 1000'

Wavetronix 5

TOTAL GROUP 2-A

Group 2-B – Detection (Video, Thermal)

Item No. Description Manufacturer Qty.

Unit Cost Total Cost

1 Traficon Video Detection 2 approach w/ WDR camera technology, PIM module and ViewCom/E Max+Mpeg4/H.264 Encoder

Traficon 5

2 Traficon Video Detection 4 approach w/ WDR camera technology, PIM module and ViewCom/E Max+ Mpeg4/H.264 Encoder

Traficon 5

3 Traficon Video Detection 2 approach w/ FLIR Thermal Camera - Model FC-324, PIM module and ViewCom/E Max+ Mpeg4/H.264 Encoder

Traficon 5

4 Traficon Video Detection 4 approach w/ FLIR Thermal Camera - Model FC-324, PIM module and ViewCom/E Max+ Mpeg4/H.264 Encoder

Traficon 5

5 FLIR Model FC Thermal Camera (FC-324) FLIR 5 6 Video Detection Camera Cable Per 1000” Control

Technologies 1

TOTAL GROUP 2-B

$

Name of the Company: ___________________________________

16

Page 17: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Group 3 – Networking Item No. Description Manufacturer Qty.

Unit Cost Total Cost

1 Hardened Ethernet Switch 24 Port 16 port 10/100/1000 Combination copper/SFP 8 SFP 100/1000X 56 GBps Switch Fabric as per ITS Express 8024 or approved equal

ITS Express

10

2 Hardened Ethernet Switch 28 port 4- sfp 100/1000 plus 24 10/100/1000 copper Optical Monitoring, Sflow, Copper Cable Monitoring 56 GBPS switch Fabric includes 2 SFP-1000-LX10 UHT OM Optics as per ITS Express ITS-8028

ITS Express

10

3 Hardened Ethernet Switch 12 Port 4 SFP 1000 + 8 combo 10/100/1000 copper, Optical Monitoring, Sflow, copper cable testing 24 GBps Switch Fabric includes 2 SFP-1000-LX10 UHT OM Optics as per ITS Express 8012 or approved equal

ITS Express

100

4 Hardened Ethernet Switch 12 Port 4 SFP 1000 + 8 combo 10/100/1000 copper, Optical Monitoring, Sflow, copper cable testing 24 GBps Switch FabricIncludes 2 SFP-1000-LX10 UHT OM Optics with Optical Bypass switch built in. Redundant power supplies, Optical Monitoring, Sflow, as per ITS Express 8012+ or approved equal

ITS Express

100

5 Hardened Optical By pass Switch, 100/1000/10gig optical bypass switch for Single Mode Fiber, Includes qty 2- LC to ST 1 meter single mode jumbers. As per ITS Express ITS-80BP

ITS Express

100

6 Hardened Din Power Supply Kit. Includes a 24 VDC 85c, din rail, and cabling to switch and wall. As per ITS Express ITS-80 series power supply Kit.

ITS Express

200

7 Mpeg 2, H.263, H.264, H.264 HD video decoder decodes 32 H.264 streams on 2 monitors SD and 16 HD, Also Mpeg 2.. Includes software and hardware all in one decoder and installation. ITS Express Multi-View Decoder or approved equal

ITS Express

4

8 Mpeg 2, H.263, H.264, H.264 HD video Control Server, controls ITS Express Multiview decoders. Includes software and hardware installation. ITS Express Multi-View Control Server or approved equal

ITS Express

1

9 Mpeg 2, H.263, H.264, H.264 HD video decoing workstation decodes 32 H.264 streams on 2 monitors SD and 16 HD, Also Mpeg 2.. Includes software and hardware all in one decoder and installation. ITS Express Multi-View Workstation or approved equal

ITS Express

1

Name of the Company: ___________________________________

17

Page 18: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Item No.

Description Manufacturer Qty. Unit Cost

Total Cost

10 Outdoor Dome IP Camera, High Definition Built in H.264 Encoder w/ three independent streams (2-H.264 / Motion JPeg) 20X optical zoom w/ image stabilization Day/Night Mode NTCIP W Candy Cane Mount, interface, and power supply as per Bosch 825-ECEV-ITS series or app. equal

Bosch

25

11

1-Channel Encoder, H.264 Dual-Streaming, SD Card Slot, Excl. PSU (without FPGA for VCA) including power supply As per Bosch VIP-X1XF-E and VIP-X1Xf-PSU Bosch 2

12

Workstation Video Decoding Software video Client 64 Channel Expansion - camera license as per Bosch BVC-ESIP64A or approved equivalent Bosch 10

13

BVMS Workstation Expansion V4.5 as per Bosch MBV-XWST-40 or approved equal Bosch 10

14

Maintenance BVMS Enterprise Edition 4.5 as per Bosch MBV-MENT or approved equal Bosch 10

TOTAL GROUP 3

$

Name of the Company: ___________________________________

18

Page 19: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Group 4 – Bluetooth Travel Time Item No. Description Manufacturer Qty.

Unit Cost Total Cost

1 BlueTOAD Ethernet base system [BT-ETH]. Includes BlueTOAD Sensor inside NEMA 4X enclosure with PoE (Power over Ethernet) subsystem and 4 dBi omni-directional antenna.

BlueTOAD

20

2 BlueTOAD Ethernet System - CAT-5 Cable, 75’ outdoor, shielded

BlueTOAD

10

3 BlueTOAD Ethernet System - CAT-5 Cable, 150’ outdoor, shielded

BlueTOAD

10

4 BlueTOAD Ethernet System - Optional Antenna, 16 dBi direction antenna

BlueTOAD

10

5

BlueTOAD Cellular base system [BT-CELL]. Includes BlueTOAD Sensor inside NEMA 4X enclosure with integrated cellular modem and 4 dBi omni-directional antenna.

BlueTOAD

10

6 BlueTOAD Cellular Power Option - 30-Watt Solar Panel and 44 Amp Battery

BlueTOAD

5

7 BlueTOAD Cellular Power Option - 50-Watt Solar Panel and 44 Amp Battery

BlueTOAD

5

8 BlueTOAD Cellular Power Option - AC (3-conductor power cable NOT included)

BlueTOAD

5

9 BlueTOAD Cellular Power Option - PoE - Power over Ethernet

BlueTOAD

5

10 BlueTOAD Cellular - Optional Antenna - 16 dBi direction antenna

BlueTOAD

5

11

Mini-BlueTOAD system [BT-MINI]. Includes BlueTOAD Sensor inside NEMA 4X enclosure with Battery and 4 dBi omni-directional antenna. Complete.

BlueTOAD

10

12

Mini-BlueTOAD system - Solar Panel (Optional) -10 Watt Solar Panel

BlueTOAD

5

13

BlueTOAD System Services - Backend software package for processing, filtering and displaying of data for Ethernet or Cellular BlueTOAD systems [-RT-# of years]

BlueTOAD

100

14

BlueTOAD System Services – Backend software package for processing, filtering and displaying of data for Min-BlueTOAD systems [-RT-# of years]

BlueTOAD

50

15 BlueTOAD System Services - Cellular Service [-CELL-# of months]

BlueTOAD

20

16 BlueTOAD System Services - Extended Warranty (1 year standard) [-EW-# of years]

BlueTOAD

50

17

BlueTOAD Standalone Sever System - Server & BlueTOAD Software, Standard server, 2-100 units

BlueTOAD

1

18

BlueTOAD Standalone Sever System - Server & BlueTOAD Software, Large server,101-250 units

BlueTOAD

1

Name of the Company: ___________________________________

19

Page 20: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Item No. Description Manufacturer Qty.

Unit Cost Total Cost

19

BlueTOAD Standalone Sever System - Per BlueTOAD 1-time License

BlueTOAD

100

20

BlueTOAD Standalone Sever System - 2 Year additional Server Hardware Warranty, Standard server (3 years stnd)

BlueTOAD

1

21

BlueTOAD Standalone Sever System - 2 Year additional Server Hardware Warranty, Large server (3 years stnd)

BlueTOAD

1

22

BlueTOAD Standalone Sever System - Onsite Server installation and integration (up to 2 days)

BlueTOAD

5

23

BlueTOAD Standalone Sever System - BlueTOAD software upgrade per year after year 1, standard server

BlueTOAD

1

24

BlueTOAD Standalone Sever System - BlueTOAD software upgrade per year after year 1 large server

BlueTOAD

1

TOTAL GROUP 4

$

Name of the Company: ___________________________________

20

Page 21: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Group 5 – Monitors Item No. Description Manufacturer Qty.

Unit Cost Total Cost

1

55" LED-backlit, Ultra-narrow, Professional-grade LCD Display Native Resolution 1920 X 1080 Aspect Ratio 16 X 9 Bezel Width (top 3.7 mm, side 1.8 mm) Panel Technology SPVA (P-DID) with OPS/Expansion Slot and Content Management Software as per NEC X551UN or approved equivalent

NEC

6

2

80" LED-backlit, LCD Display Native Resolution 1920 X 1080 Aspect Ratio 16 X 9 Touch Screen Technology with (2) Touch Pens as per Sharp PN-L802B or approved equivalent

Sharp

2

3

OPS Expansion Slot Peripherals OPS PC with AMD Quad-Core Fusion APU, 250 GB Hard Drive Windows Standard Embedded 7 as per NEC OPS-PCAFQ-WH or approved equivalent

NEC

2

4 OPS Expansion Slot Peripherals OPS Analog / Digital IP Tuner Module as per NEC MDP-Dti or approved equivalent

NEC

2

5

Full Service Video Wall Mount Bracket with pull out and prop open mechanism as per Peerless DS-VW765-LAND or approved equivalent

Peerless

6

6

Overframe Bezel Kit as per KT-55UN-OF or approved equivalent

NEC

3

7

Miscellaneous Cables DVI-D loop through cable (5 meter)

NEC

8

TOTAL GROUP 5

$

Name of the Company: ___________________________________

21

Page 22: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Group 6 – PCs/Servers Item No. Description Manufacturer Qty.

Unit Cost Total Cost

1

Performance Workstation - Video Decoder Quad Core Xeon processor > 3 Ghz, 16 GB Memory, 500 GB SATA Storage, 1 GbE ethernet adapter, AMD FirePro V7970 Graphics Card, Mid-Tower Chassis, Windows 7 Professional, MS Office Suite as per Dell Precision T7600 or approved equivalent

Dell

10

2

Ruggedized Performance Laptop Workstation Core i7, 8 GB Memory, 250 GB SATA HD, Integrated GB ethernet, DVD rw optical drive, 2 USB ports, Windows 7 Pro, MS Office Suite as per Dell M4700 or approved equivalent

Dell

5

3

Server Quad Core Xeon processor > 3 Ghz, 32 GB Memory, RAID 5 w/ (5)1TB 7.2K HDD, 1 GbE embedded ethernet adapter, high performance Graphics Card, 3.5" rack mount chassis, Windows Server 2008 R2 SP1, w/ SQL database, MS Office Suite as per Power Edge R720 or approved equal

Dell

1

4

Server Quad Core Xeon processor > 3 Ghz, 32 GB Memory, RAID 5 w/ (5)1TB 7.2K HDD, 1 GbE embedded ethernet adapter, high performance Graphics Card, 3.5" rack mount chassis, Windows Server 2008 R2 SP1, MS Office Suite as per Power Edge R720 or approved equal

Dell

2

5

Performance Workstation Monitor 24" Wide Format WSXGA LED backlit LCD Panel 1920 x 1080 resolution w/DVI interface with height adjustable stand

Dell

6

TOTAL GROUP 6

$

Name of the Company: ___________________________________

22

Page 23: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

ATTACHMENT A Conflict of Interest Statement

STATE OF FLORIDA ) ) ss COUNTY OF ____________________ ) Before me, the undersigned authority, personally appeared __________________________________________, who was duly sworn, deposes, and states: 1. I am the ___________________________ of __________________________________ with a local office in ______________________ and principal office in ________________________________. 2. The above named entity is submitting an Expression of Interest for the Seminole County project described as IFB-601635-13/GMG– Term Contract for Purchase of ITS, Signal and Computer Equipment for ATMS Phase II 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting bids for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor an one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of Seminole County. 9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with Seminole County. 10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify Seminole County in writing. DATED this ___________________ day of ________________________________, 20______. _______________________________________ ___________________________ Typed Name of Affiant Title Sworn to and subscribed before me this ___________ day of ______________________, 20______. Personally known_____________________________ __________________________________________ OR Produced identification______________________ Notary Public - State of ______________________ ___________________________________________ My commission expires_______________________ (Type of identification) __________________________________________ (Printed typed or stamped commissioned name of notary public)

Rev. 10/19/11

23

Page 24: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

ATTACHMENT B COMPLIANCE WITH THE PUBLIC RECORDS LAW

Seminole County shall comply with the Public Records Law as provided by Chapter 119, Florida Statutes, and all applicable amendments. Proposers must invoke the exemptions to disclosure provided by law in the response to the solicitation and must identify the data or other materials to be protected by separate envelope, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a response authorizes release of your firm’s credit data to Seminole County. If the company submits information exempt from public disclosure, the company must identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the County in a separate envelope marked “EXEMPT FROM PUBLIC RECORDS LAW”. Failure to identify protected material via a separate marked envelope will cause the County to release this information in accordance with the Public Records Law despite any markings on individual pages of your proposal/bid. By submitting a response to this solicitation, the company agrees to defend the County in the event we are forced to litigate the public records status of the company’s documents. Company Name: _______________________________________________________ Authorized representative (printed): ________________________________________ Authorized representative (signature): ______________________________________ Project Number: IFB-601635-13/GMG

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Rev. 8/23/12

24

Page 25: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

ATTACHMENT C WORKER’S COMPENSATION FORM

25

Page 26: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

26

Page 27: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

ATTACHMENT D

W-9 FORM

27

Page 28: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

COUNTY FINANCENEW VENDOR REQUISITION FORM

DATE:

VENDOR #

VENDOR NAME:

PHYSICAL ADDRESS:

MAILING ADDRESS:

CONTACT PERSON:

PHONE NUMBER:

FAX NUMBER:

TAX ID NUMBER:

COMPANY Consultant(Select one of the Rentalfollowing) Commodities Only

Commodities/Services Non-Profit Water & Sewer Refund

COMMENTS:

REQUESTED BY: ENTERED BY:

Vendor Form - Revised 4/07/2010

28

Page 29: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Form W-9(Rev. December 2011)Department of the Treasury Internal Revenue Service

Request for Taxpayer Identification Number and Certification

Give Form to the requester. Do not send to the IRS.

Pri

nt o

r ty

pe

See

Sp

ecifi

c In

stru

ctio

ns o

n p

age

2.

Name (as shown on your income tax return)

Business name/disregarded entity name, if different from above

Check appropriate box for federal tax classification:

Individual/sole proprietor C Corporation S Corporation Partnership Trust/estate

Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ▶

Other (see instructions) ▶

Exempt payee

Address (number, street, and apt. or suite no.)

City, state, and ZIP code

Requester’s name and address (optional)

List account number(s) here (optional)

Part I Taxpayer Identification Number (TIN)Enter your TIN in the appropriate box. The TIN provided must match the name given on the “Name” line to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3.

Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter.

Social security number

– –

Employer identification number

Part II CertificationUnder penalties of perjury, I certify that:

1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and

2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and

3. I am a U.S. citizen or other U.S. person (defined below).

Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 4.

Sign Here

Signature of U.S. person ▶ Date ▶

General InstructionsSection references are to the Internal Revenue Code unless otherwise noted.

Purpose of FormA person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA.

Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to:

1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued),

2. Certify that you are not subject to backup withholding, or

3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners’ share of effectively connected income.

Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester’s form if it is substantially similar to this Form W-9.

Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are:

• An individual who is a U.S. citizen or U.S. resident alien,

• A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States,

• An estate (other than a foreign estate), or

• A domestic trust (as defined in Regulations section 301.7701-7).

Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners’ share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income.

Cat. No. 10231X Form W-9 (Rev. 12-2011)

29

Page 30: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Form W-9 (Rev. 12-2011) Page 2

The person who gives Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States is in the following cases:

• The U.S. owner of a disregarded entity and not the entity,

• The U.S. grantor or other owner of a grantor trust and not the trust, and

• The U.S. trust (other than a grantor trust) and not the beneficiaries of the trust.

Foreign person. If you are a foreign person, do not use Form W-9. Instead, use the appropriate Form W-8 (see Publication 515, Withholding of Tax on Nonresident Aliens and Foreign Entities).

Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a “saving clause.” Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes.

If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items:

1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien.

2. The treaty article addressing the income.

3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions.

4. The type and amount of income that qualifies for the exemption from tax.

5. Sufficient facts to justify the exemption from tax under the terms of the treaty article.

Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption.

If you are a nonresident alien or a foreign entity not subject to backup withholding, give the requester the appropriate completed Form W-8.

What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS a percentage of such payments. This is called “backup withholding.” Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding.

You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return.

Payments you receive will be subject to backup withholding if:

1. You do not furnish your TIN to the requester,

2. You do not certify your TIN when required (see the Part II instructions on page 3 for details),

3. The IRS tells the requester that you furnished an incorrect TIN,

4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or

5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only).

Certain payees and payments are exempt from backup withholding. See the instructions below and the separate Instructions for the Requester of Form W-9.

Also see Special rules for partnerships on page 1.

Updating Your InformationYou must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account, for example, if the grantor of a grantor trust dies.

PenaltiesFailure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect.

Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty.

Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment.

Misuse of TINs. If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties.

Specific InstructionsNameIf you are an individual, you must generally enter the name shown on your income tax return. However, if you have changed your last name, for instance, due to marriage without informing the Social Security Administration of the name change, enter your first name, the last name shown on your social security card, and your new last name.

If the account is in joint names, list first, and then circle, the name of the person or entity whose number you entered in Part I of the form.

Sole proprietor. Enter your individual name as shown on your income tax return on the “Name” line. You may enter your business, trade, or “doing business as (DBA)” name on the “Business name/disregarded entity name” line.

Partnership, C Corporation, or S Corporation. Enter the entity's name on the “Name” line and any business, trade, or “doing business as (DBA) name” on the “Business name/disregarded entity name” line.

Disregarded entity. Enter the owner's name on the “Name” line. The name of the entity entered on the “Name” line should never be a disregarded entity. The name on the “Name” line must be the name shown on the income tax return on which the income will be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a domestic owner, the domestic owner's name is required to be provided on the “Name” line. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on the “Business name/disregarded entity name” line. If the owner of the disregarded entity is a foreign person, you must complete an appropriate Form W-8.

Note. Check the appropriate box for the federal tax classification of the person whose name is entered on the “Name” line (Individual/sole proprietor, Partnership, C Corporation, S Corporation, Trust/estate).

Limited Liability Company (LLC). If the person identified on the “Name” line is an LLC, check the “Limited liability company” box only and enter the appropriate code for the tax classification in the space provided. If you are an LLC that is treated as a partnership for federal tax purposes, enter “P” for partnership. If you are an LLC that has filed a Form 8832 or a Form 2553 to be taxed as a corporation, enter “C” for C corporation or “S” for S corporation. If you are an LLC that is disregarded as an entity separate from its owner under Regulation section 301.7701-3 (except for employment and excise tax), do not check the LLC box unless the owner of the LLC (required to be identified on the “Name” line) is another LLC that is not disregarded for federal tax purposes. If the LLC is disregarded as an entity separate from its owner, enter the appropriate tax classification of the owner identified on the “Name” line.

30

Page 31: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Form W-9 (Rev. 12-2011) Page 3

Other entities. Enter your business name as shown on required federal tax documents on the “Name” line. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DBA name on the “Business name/disregarded entity name” line.

Exempt Payee If you are exempt from backup withholding, enter your name as described above and check the appropriate box for your status, then check the “Exempt payee” box in the line following the “Business name/disregarded entity name,” sign and date the form.

Generally, individuals (including sole proprietors) are not exempt from backup withholding. Corporations are exempt from backup withholding for certain payments, such as interest and dividends.

Note. If you are exempt from backup withholding, you should still complete this form to avoid possible erroneous backup withholding.

The following payees are exempt from backup withholding:

1. An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2),

2. The United States or any of its agencies or instrumentalities,

3. A state, the District of Columbia, a possession of the United States, or any of their political subdivisions or instrumentalities,

4. A foreign government or any of its political subdivisions, agencies, or instrumentalities, or

5. An international organization or any of its agencies or instrumentalities.

Other payees that may be exempt from backup withholding include:

6. A corporation,

7. A foreign central bank of issue,

8. A dealer in securities or commodities required to register in the United States, the District of Columbia, or a possession of the United States,

9. A futures commission merchant registered with the Commodity Futures Trading Commission,

10. A real estate investment trust,

11. An entity registered at all times during the tax year under the Investment Company Act of 1940,

12. A common trust fund operated by a bank under section 584(a),

13. A financial institution,

14. A middleman known in the investment community as a nominee or custodian, or

15. A trust exempt from tax under section 664 or described in section 4947.

The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 15.

IF the payment is for . . . THEN the payment is exempt for . . .

Interest and dividend payments All exempt payees except for 9

Broker transactions Exempt payees 1 through 5 and 7 through 13. Also, C corporations.

Barter exchange transactions and patronage dividends

Exempt payees 1 through 5

Payments over $600 required to be reported and direct sales over $5,000 1

Generally, exempt payees 1 through 7 2

1 See Form 1099-MISC, Miscellaneous Income, and its instructions.2 However, the following payments made to a corporation and reportable on Form

1099-MISC are not exempt from backup withholding: medical and health care payments, attorneys' fees, gross proceeds paid to an attorney, and payments for services paid by a federal executive agency.

Part I. Taxpayer Identification Number (TIN)Enter your TIN in the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below.

If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. However, the IRS prefers that you use your SSN.

If you are a single-member LLC that is disregarded as an entity separate from its owner (see Limited Liability Company (LLC) on page 2), enter the owner’s SSN (or EIN, if the owner has one). Do not enter the disregarded entity’s EIN. If the LLC is classified as a corporation or partnership, enter the entity’s EIN.

Note. See the chart on page 4 for further clarification of name and TIN combinations.

How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local Social Security Administration office or get this form online at www.ssa.gov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/businesses and clicking on Employer Identification Number (EIN) under Starting a Business. You can get Forms W-7 and SS-4 from the IRS by visiting IRS.gov or by calling 1-800-TAX-FORM (1-800-829-3676).

If you are asked to complete Form W-9 but do not have a TIN, write “Applied For” in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester.

Note. Entering “Applied For” means that you have already applied for a TIN or that you intend to apply for one soon.

Caution: A disregarded domestic entity that has a foreign owner must use the appropriate Form W-8.

Part II. CertificationTo establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, below, and items 4 and 5 on page 4 indicate otherwise.

For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on the “Name” line must sign. Exempt payees, see Exempt Payee on page 3.

Signature requirements. Complete the certification as indicated in items 1 through 3, below, and items 4 and 5 on page 4.

1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification.

2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form.

3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification.

31

Page 32: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

Form W-9 (Rev. 12-2011) Page 4

4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. “Other payments” include payments made in the course of the requester’s trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations).

5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification.

What Name and Number To Give the RequesterFor this type of account: Give name and SSN of:

1. Individual The individual2. Two or more individuals (joint

account)The actual owner of the account or, if combined funds, the first individual on the account 1

3. Custodian account of a minor (Uniform Gift to Minors Act)

The minor 2

4. a. The usual revocable savings trust (grantor is also trustee) b. So-called trust account that is not a legal or valid trust under state law

The grantor-trustee 1

The actual owner 1

5. Sole proprietorship or disregarded entity owned by an individual

The owner 3

6. Grantor trust filing under Optional Form 1099 Filing Method 1 (see Regulation section 1.671-4(b)(2)(i)(A))

The grantor*

For this type of account: Give name and EIN of:

7. Disregarded entity not owned by an individual

The owner

8. A valid trust, estate, or pension trust Legal entity 4

9. Corporation or LLC electing corporate status on Form 8832 or Form 2553

The corporation

10. Association, club, religious, charitable, educational, or other tax-exempt organization

The organization

11. Partnership or multi-member LLC The partnership12. A broker or registered nominee The broker or nominee

13. Account with the Department of Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments

The public entity

14. Grantor trust filing under the Form 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulation section 1.671-4(b)(2)(i)(B))

The trust

1 List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person’s number must be furnished.

2 Circle the minor’s name and furnish the minor’s SSN.

3 You must show your individual name and you may also enter your business or “DBA” name on the “Business name/disregarded entity” name line. You may use either your SSN or EIN (if you have one), but the IRS encourages you to use your SSN.

4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) Also see Special rules for partnerships on page 1.

*Note. Grantor also must provide a Form W-9 to trustee of trust.

Note. If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed.

Secure Your Tax Records from Identity TheftIdentity theft occurs when someone uses your personal information such as your name, social security number (SSN), or other identifying information, without your permission, to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund.

To reduce your risk:

• Protect your SSN,

• Ensure your employer is protecting your SSN, and

• Be careful when choosing a tax preparer.

If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter.

If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit Form 14039.

For more information, see Publication 4535, Identity Theft Prevention and Victim Assistance.

Victims of identity theft who are experiencing economic harm or a system problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059.

Protect yourself from suspicious emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft.

The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts.

If you receive an unsolicited email claiming to be from the IRS, forward this message to [email protected]. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration at 1-800-366-4484. You can forward suspicious emails to the Federal Trade Commission at: [email protected] or contact them at www.ftc.gov/idtheft or 1-877-IDTHEFT (1-877-438-4338).

Visit IRS.gov to learn more about identity theft and how to reduce your risk.

Privacy Act NoticeSection 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. possessions for use in administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information.

32

Page 33: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

ATTACHMENT E DRUG-FREE WORKPLACE FORM

The undersigned vendor in accordance with Florida statute 287.087 hereby certifies that ___________________________________________does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution,

dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business’s

policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that

are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of

working on the commodities or contractual services that are under proposal, the employee will propose by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance

or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace through

implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder’s Signature Firm Date Rev. 2/13/06

33

Page 34: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

ATTACHMENT F AMERICANS WITH DISABILITIES ACT

AFFIDAVIT The undersigned CONTRACTOR swears that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding COUNTY. The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the COUNTY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the COUNTY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. CONTRACTOR: __________________________________________ Signature: __________________________________________ Printed Name: __________________________________________ Title: __________________________________________ Date: __________________________________________ Affix Corporate Seal STATE OF ) ) ss COUNTY OF ) The foregoing instrument was acknowledged before me this _____________ day of_________________, 20____, by___________________________________ of __________________________________________________ firm), on behalf of the firm. He/She is personally known to me or has produced _______________________________________ identification. Print Name _____________________ Notary Public in and for the County and State Aforementioned My commission expires:_________________________ Rev. 6/15/01

34

Page 35: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

ATTACHMENT G DRAFT AGREEMENT

(All Exhibits will be incorporated prior to contract execution based on the successful bid)

• Exhibit A – Scope of Services and Pricing • Exhibit B – Sample Purchase Order • Exhibit C – FDOT/FHWA Requirements • Exhibit D – Buy America Requirements

35

Page 36: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

36

Page 37: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

37

Page 38: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

38

Page 39: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

39

Page 40: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

40

Page 41: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

41

Page 42: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

42

Page 43: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

43

Page 44: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

44

Page 45: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

45

Page 46: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

46

Page 47: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

47

Page 48: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

48

Page 49: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

49

Page 50: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

50

Page 51: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

51

Page 52: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

52

Page 53: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

53

Page 54: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

54

Page 55: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

55

Page 56: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

1

FHWA-1273 -- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act

Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water

Pollution Control Act X. Compliance with Governmentwide Suspension and

Debarment Requirements XI. Certification Regarding Use of Contract Funds for

Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under

56

ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
EXHIBIT C
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
Page 57: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

2

this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: 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, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are

57

Page 58: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

3

applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar

with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring,

training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor

58

Page 59: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

4

will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions

of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or

59

Page 60: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

5

will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency 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 the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-

Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency..

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

60

Page 61: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

6

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly

rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

61

Page 62: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

7

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

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 therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of 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 FHWA or the contacting agency 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 paragraph (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.

62

Page 63: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

8

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work

that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is

evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows:

63

Page 64: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

9

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this

covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

64

Page 65: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

10

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which

this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the

65

Page 66: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

11

department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. 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 any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress 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. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal 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. 2. 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. 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. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

66

Page 67: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

12

ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region.

6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work.

67

Page 68: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

68

ggarcia
Typewritten Text
ggarcia
Typewritten Text
ggarcia
Typewritten Text
EXHIBIT D
ggarcia
Typewritten Text
ggarcia
Typewritten Text
Page 69: Gloria M. García, CPPB -601635-13/GMG Sr. Procurement ......• ATMS Feasibility Study (July 2000) • ATMS System Communications Requirements (October 2001) • Various Systems Engineering

69