REQUEST FOR PROPOSALS. RFP No INTERACTIVE VOICE RESPONSE SYSTEM IMPLEMENTATION
|
|
|
- Sandra Newton
- 10 years ago
- Views:
Transcription
1 Transportation District Commission of Hampton Roads REQUEST FOR PROPOSALS RFP No INTERACTIVE VOICE RESPONSE SYSTEM IMPLEMENTATION Issued: May 5, 2015 Proposals Due: June 9, 2015
2 Table of Contents SCHEDULE AND SOLICITATION DOCUMENTS... 1 SOLICITATION, OFFER AND AWARD... 1 ACKNOWLEDGEMENT OF AMENDMENTS... 2 INTRODUCTION... 1 INSTRUCTIONS TO PROPOSERS... 3 SCOPE OF WORK PRICE SCHEDULE SPECIAL PROVISIONS TYPE OF CONTRACT PERIOD OF PERFORMANCE OPTIONS PAYMENT SCHEDULE DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENT AUTHORITY OF PROJECT MANAGER DOCUMENTATION SAFETY SENSITIVE INFORMATION (SSI) DOCUMENTATION GENERAL CONDITIONS DEFINITIONS AND ACRONYMS CHANGES ORDER OF PRECEDENCE ASSIGNMENT AND DELEGATION AUTHORITY OF OWNER S REPRESENTATIVE FLOWDOWN SUBCONTRACTING DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS INVOICES PAYMENTS AVAILABILITY OF FUNDS WITHHOLDING OF PAYMENTS CONDITIONS AFFECTING THE WORK GOVERNING LAW WAIVER OF CONDITIONS NOTICE OF INTENT TO FILE A CLAIM SEVERANCE GENERAL INSURANCE REQUIREMENTS ONSITE SAFETY AND SECURITY ENVIRONMENTAL, SAFETY AND HEALTH STANDARDS COMPLIANCE HAZARDOUS CHEMICALS AND WASTES ENVIRONMENTAL MANAGEMENT AND SUSTAINABILITY WARRANTY INSPECTION OF SERVICES TITLE AND RISK OF LOSS DELIVERY i
3 27. MATERIALS AND WORKMANSHIP SUSPENSION DELAY OF WORK STOP WORK ORDER DISPUTES (APPLICABLE IF OVER $100,000) TERMINATION FOR DEFAULT (APPLICABLE IF OVER $10,000) TERMINATION FOR CONVENIENCE (APPLICABLE IF OVER $10,000) CONFLICT OF INTEREST COVENANT AGAINST CONTINGENT FEES GRATUITIES COLLUSION INDEMNIFICATION COST OR PRICING DATA DRUG-FREE WORKPLACE PRIVACY ACT INTELLIGENT TRANSPORTATION SYSTEMS (ITS) REQUIREMENTS WORK ON AGENCY PROPERTY OWNERSHIP OF WORKS AND INVENTIONS NOTICES AND COMMUNICATIONS BRAND NAME OR APPROVED EQUAL FEDERAL FUNDING AND INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FEDERAL CHANGES ACCESS TO RECORDS FEDERAL ENERGY CONSERVATION REQUIREMENTS CIVIL RIGHTS REQUIREMENTS (APPLICABLE IF OVER $10,000) NONDISCRIMINATION UNDER FEDERAL GRANTS NO GOVERNMENT OBLIGATION TO THIRD PARTIES PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS SUSPENSION AND DEBARMENT (APPLICABLE IF OVER $25,000) RECYCLED PRODUCTS CLEAN AIR AND WATER (APPLICABLE IF OVER $100,000) COMPLIANCE WITH FEDERAL LOBBYING POLICY (APPLICABLE IF OVER $100,000) BUY AMERICA (APPLICABLE IF OVER $100,000) SEISMIC SAFETY ADA ACCESS CARGO PREFERENCE (APPLICABLE FOR PROPERTY TRANSPORTED BY OCEAN VESSEL) FLY AMERICA (APPLICABLE FOR FOREIGN AIR TRANSPORT OR TRAVEL) SENSITIVE SECURITY INFORMATION SEAT BELT USE ATTACHMENT 1 IVR REQUIREMENTS MATRIX APPENDIX A DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS (NOT USED) APPENDIX B REPRESENTATIONS AND CERTIFICATIONS APPENDIX C PAST PERFORMANCE REFERENCES APPENDIX D U.S. DEPARTMENT OF LABOR WAGE DETERMINATION (NOT USED) APPENDIX E ENVIRONMENTAL COMPLIANCE (NOT USED) APPENDIX F ENVIRONMENTAL COMPLIANCE BRIEFING PACKAGE (NOT USED) APPENDIX G PRE-AWARD SURVEY (NOT USED) ii
4 SOLICITATION, OFFER AND AWARD CONTRACT NO. SOLICITATION NO. DATE ISSUED ADDRESS OFFER TO Interactive Voice Response (IVR) System Implementation SEALED BIDDING X NEGOTIATED May 5, 2015 Hampton Roads Transit 509 East 18th Street, Building 4 Norfolk, Virginia Attn: Fevrier Valmond The terms bidder and offeror are used interchangeably depending on the type of solicitation. SOLICITATION INFORMATION Sealed offer (See proposal instructions) for providing the services in the Schedule will be received at the Commission until June 9, 2015, 2:00 p.m. Local Time All offers are subject to the following: 1. Solicitation Instructions, Schedule, Special, and General Provisions, included herein. 2. Solicitation amendments. 3. Such other provisions, representations, certifications, specifications, and documents as are attached or incorporated herein by reference. SCHEDULE (To be completed by Offeror) ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT BID AMOUNT THIS SECTION NOT USED Name OFFEROR (To be completed by Offeror) Name and Title of Person Authorized to Sign Offer Address Phone Fax Signature Offer Date This is a binding offer subject to the terms and conditions contained herein and represents the bidder s full compliance and intent to stay in compliance with the certifications and assurances herein. AWARD (To be completed by Contracting Officer) ACCEPTANCE AND AWARD ARE HEREBY MADE FOR THE FOLLOWING ITEM(S): ITEM NO. QUANTITY UNIT UNIT PRICE BID AMOUNT The total amount of this award is $ Name of Contracting Officer and Organization Signature Award Date Page 1
5 ACKNOWLEDGEMENT OF AMENDMENTS Solicitation No: Title: Interactive Voice Response System Implementation The undersigned, as part of submission of an offer for the above solicitation, hereby acknowledges receipt of the following amendments and certifies that the offer has been prepared in accordance with their provisions: AMENDMENT NO. DATE TITLE/SUBJECT ACKNOWLEDGED BY: (SIGNATURE) SIGNER S NAME: TITLE: FIRM NAME: DATE: Page 2
6 1. Purpose INTRODUCTION Hampton Roads Transit (HRT) is requesting proposals from qualified firms to implement an Interactive Voice Response (IVR) system to provide route, schedule, real-time and general information to fixed route passengers. 2. Solicitation Process This Request for Proposals is intended to solicit and obtain qualification of Contractors, their capabilities, and their approach to this project, all in the context of the scope of services defined herein. The award decision will be based on the evaluation criteria identified herein. HRT anticipates that it will make an award on the basis of initial proposals, without discussions (except to clarify information in a proposal) or negotiations. However, HRT reserves the right to hold discussions and negotiations as it considers necessary. If discussions are held, they will be with all firms considered to have a reasonable chance of obtaining the award, after which HRT may request that the firms remaining in competitive range submit a Best and Final Offer (BAFO). HRT reserves its right to reject any and all proposals, to award to other than the lowest-priced proposal, and to cancel this solicitation at any time before or after receipt of proposals. 3. Solicitation Distribution Solicitation packages, including any amendments, clarifications, and other information pertinent to this solicitation will be posted to the Open Solicitations section of the HRT website: While HRT will attempt to communicate such information to known recipients of the RFP, it is the responsibility of proposers to ensure that they obtain such information from an authoritative source. HRT will not provide printed copies of the solicitation package; it will provide a CD of the package at a charge of $25.00 per copy, certified checks or money orders only. Questions or requests for a CD should be addressed to Fevrier Valmond, Contracts Manager, at [email protected]. 4. Procurement Schedule The following schedule is provided for general guidance only, and is subject to change as the solicitation goes forward: ACTIVITY DATE RFP Issued May 5, 2015 Page 1
7 Pre-Proposal Conference Friday, May 15, 2015, 10 a.m. Last Date for Receipt of Questions Friday, May 22, 2015 Proposals Due Tuesday, June 9, 2015, 2 p.m. Anticipated Award Date August Term of Contract The term of the Contract shall be for a base period of three (3) years with two (2) additional oneyear options. END OF SECTION Page 2
8 Instructions to Proposers INSTRUCTIONS TO PROPOSERS 1. Cautions to Offerors A. Offerors are expected to examine all elements of this Request for Proposals. Failure to do so will be at the offeror's risk. B. Except as otherwise stated herein, days shall be considered to be calendar days. 2. Preparation of Proposals Proposers shall submit one (1) original and five (5) hard copies of each volume, and one (1) electronic copy in PDF format. Business and Technical Proposals shall be submitted in separate sealed volumes identified on the outside of the package with the name of the proposing firm, the number and title of the solicitation. The proposal should be submitted in a binder permitting the Commission to readily remove pages for distribution or copying, and should be limited to 8.5 x 11 paper unless otherwise requested or necessary. The contents of the proposal reflect the offeror s approach to the project. A sufficient amount of detail needs to be included to permit a full and fair evaluation of the proposal. However, overly elaborate proposals, proposals which provide generic information or information not relevant to the subject matter of the solicitation, and proposals which do not show the capability to follow the instructions given herein will usually receive lower scores than those that reflect these instructions. The Commission reserves the right to reject all or any proposals, to award to a proposal other than the lowest priced, and to award a Contract without discussions, except for clarifications which do not modify the proposal or negotiations. Each offeror should therefore ensure that its initial submittal represents the best possible combination of technical merit and low price. 3. Volume I, Business Information This volume shall address all non-technical aspects of the solicitation, including but not limited to the following: Cover letter, identifying the principal point of contact for the proposer by name, title, mailing address, telephone, facsimile, and address. Tab A Tab B Signed Solicitation, Offer and Award form Acknowledgment of any amendments Page 3
9 Instructions to Proposers Tab C Tab D Tab E Tab F Tab G Completed Pricing Schedule Completed Representations and Certifications Completed Past Performance References Certificate of Insurance, with Transportation District Commission of Hampton Roads named as additional insured (Due upon notification of intent to award) Any exceptions to the contractual terms and conditions, if applicable. 4. Volume II, Technical Proposal This volume shall address technical requirements, experience, qualifications, past performance, and references. Proposers should address all relevant aspects of the solicitation instructions, basis for award, evaluation factors, and Scope of Services. The proposal should address each element of the Scope of Services and each evaluation factor as listed. The content should include: Tab A Cover letter Table of Contents Executive Summary of the Offeror s Capabilities and Skills Tab B Description of the Offeror s Capabilities and Skills to include: General history and background of the firm, and its partners or associates, including its ownership, size, and lines of business and specialties. Also include the number of years the firm has been providing these services and the volume of business currently conducted. A description of the firm s approach to the types of services described herein, identifying points of contact and responsibility within the firm, and whether specific portions of the services will be provided by outside firms. Provide at least six references for similar services performed within the past five years that include specific written project descriptions and contracts detailing the firm s professional experience and accomplishments similar to the scope requirements defined herein. Also include the points of contact by name, title, address, phone number and address. Page 4
10 Instructions to Proposers Tab C Tab D Tab E Tab F Tab G Tab H Tab I Description of the Offeror s Qualifications to include: Offeror s Key Personnel, including identification of proposed assignments for this contract, and describe the office which will be responsible for the management and administration of this contract. Provide an organization chart describing the project staff structure and how it relates to the overall organization. Provide resumes and experience for key personnel and consultants proposed to participate in and supervise these services on a regular basis. Provide detailed experience regarding the firm s expertise in receiving large volume inbound data collection inquiries and outbound calls. Design and Performance Provide a detailed summary and diagram of the design. Include any customizations or deviations required in order to accommodate the stated requirements in this RFP. Configuration and System Requirements Provide a detailed outline, summary and diagram of the configuration. Testing Provide an outline of all testing requirements, timeframes, required resources and support during the testing phase. Deployment Provide a detailed summary of standard operating deployment procedures and a detailed timeline overview. Maintenance Provide a comprehensive maintenance plan and schedule defining how often maintenance is done, the required hours and how the firm can accommodate this plan without service interruptions. Also include a business continuity plan. Monitoring Provide a detailed summary of program monitoring, capabilities and approach. Page 5
11 Instructions to Proposers Tab J Support Describe and document how the firm will provide support to include the following: 1. Documentation 2. In-person support 3. Training 4. Account Management Tab K Contractor Requirements (Principles and Expectations) 1. Provide a summary of how the firm intends to meet, exceed and address the requirements outlined under the Requirements (Principles and Expectations) section of the Scope of Work Tab L System Backup The firm shall describe the following: 1. Standard back up plan in place that clearly defines backup intervals.. 2. A procedure in place to ensure HRT s data is backed up, with no loss of data in the event of a computer/system failure. 3. Procedures and capability for continued operations in the event of communication/connection failure, such as internet, cellular or hardware failure. Tab M Installation and Implementation Experience Provide a detailed outline of the installation and implementation plan. The plan shall detail each step of the installation process. Each task must be broken out and described. The plan must include, but not limited to, each of the topics outlined below: 1. Contractor Staff involvement - describe the level and type of staff time required for the installation and an estimate of hours, per staff member to support/accomplish the proposed installation plan, including all training. Include any recommendations regarding additional staffing and/or resources that would support the successful implementation of the project. 2. Detailed timeline of each task in the installation and implementation of the project. 3. Describe your firm s process for importing data into the new software Page 6
12 Instructions to Proposers system. Data may be in Microsoft Excel, MSSQL or Access formats. 4. Based on your firm s past experience, describe how long it has taken will take to implement similar technologies. Describe both typical and difficult installations. Explain why the installation was difficult and how your firm would avoid similar implementation challenges. Tab N Transition Plan Describe the transition plan in detail to include, but not be limited to, the following: 1. Addressing all legal regulations and requirements 2. Listing of all hardware and software tools. 3. Identifying hardware and software platforms utilized 4. System security 5. Transfer of electronic data 6. Implementation of standard operating procedure 7. Assessment, risk analysis and proposed solutions for the transition 8. Transfer of services plan including cut-over dates 9. End-to end performance testing period Tab O Tab P Software Upgrades Describe your firm s process for upgrading software, including the number of upgrades and/or patches that have been issued for the proposed software, and/or frequency of upgrades/patches anticipated on an annual basis. Database Structure and Security Provide the following information for either a vendor-hosted solution or a third-party hosted solution: 1. Describe how the system will be implemented while keeping HRT s data secure. 2. Please address the following: a. Firewalls b. Network Architecture c. Encryption 3. Details in regards to the hosting entity s credentials if a third-party hosted Page 7
13 Instructions to Proposers solution is proposed. 4. Assurance that the hosting entity will comply with Department of Social and Health Services (DSHS) Data Security Requirements and Health Insurance Portability and Accountability Act (HIPAA) requirements. Tab Q Narrative Summary of deviations from the Scope of Services outlined in the RFP. 5. Pricing Pricing will be on the basis of a firm fixed price. The price proposed shall include all direct costs, indirect costs, overhead and profit, and represent the total amount payable by HRT for these services. 6. Evaluation Criteria (in order of relative importance) A. Technical Merit (70 Points) Technical Approach (40 points) The technical proposal should enable evaluators to make a thorough evaluation as to whether the proposal will meet HRT s requirements. Each technical proposal shall be detailed and complete as to clearly demonstrate the offeror s proposed approach and that the offeror has a thorough knowledge and understanding of providing and implementing an Interactive Voice Response system. Firm Experience and Qualifications (20 points) The proposal should clearly indicate the firm's history/experience in performing similar work, preferably for organizations similar to HRT and/or projects similar to the Project as described herein. Specific topics include: o o o Offeror s performance history and experience Offeror s understanding of requirements and approach to conducting the work Discussion of factors which separates this approach from others Past Performance (10 Points) Relevant references including the client s name, contact person's name, telephone number, and address. Each reference should identify the project involved, the starting and ending dates, and the Scope of Services provided, identifying any features of particular significance for this project. Page 8
14 Instructions to Proposers B. Price. (30 Points) The price for each offeror will be compared against the values assigned the various elements of the technical proposal. The evaluators will determine whether additional technical merit in a proposal justifies a higher price. The objective of this process is to obtain the best available combination of technical capability and price. 7. Evaluation Process Proposals will be evaluated by a panel of Commission personnel possessing appropriate expertise in the subject matter of the solicitation, generally in accordance with the following process. The Evaluation Panel will be led by the Contracting Officer. The Evaluation Panel may utilize other resources inside or outside HRT for assistance in the evaluation process. The proceedings of the evaluators shall be considered confidential and not subject to public disclosure to the fullest extent permitted by the Virginia Freedom of Information Act. An initial evaluation will be made of all proposals received. Based on this evaluation, the Contracting Officer may (1) determine that one proposal is clearly superior to all others; determine that the price of that proposal is fair and reasonable; and recommend that HRT accept that proposal without discussions; (2) determine that no proposals are capable of meeting HRT s needs and recommend cancellation of the solicitation; or (3) determine which firms, based upon the initial proposals received, are capable of meeting HRT s requirements at prices capable of being determined fair and reasonable after negotiations (the competitive range). Following the initial evaluation, offerors may be requested to submit additional information in writing, by telephone or by a meeting with the evaluators. The Evaluation Panel may then (1) recommend a proposal for award; (2) narrow the number of firms considered for award; (3) request additional information; (4) recommend one or more firms for negotiations; or (5) determine that no offeror is capable of meeting HRT s requirements and recommend cancellation of the solicitation. This may include investigation of an offeror s responsibility, including contact with previous customers of the offeror. Discussions may be conducted with the offerors who remain within the competitive range, through oral presentations, written presentations, or electronic communications, as the Contracting Officer deems appropriate. Price and Technical negotiations will be conducted only with offerors within the competitive range, as determined by the Contracting Officer. Offerors may be requested to provide additional pricing information and clarifications, or certified cost or pricing data, if deemed appropriate by the Contracting Officer. Proposals whose combination of technical and pricing offers are considered incapable of receiving an award may be rejected. Page 9
15 Instructions to Proposers At the end of the evaluation/negotiation process, the Contracting Officer may request all offerors under consideration for award to submit a Final Proposal Revision (also called a Best and Final Offer), incorporating the offeror s best technical and financial offer based upon the discussions and negotiations conducted. Receipt of such offers shall denote the close of the evaluation/negotiation process, and, unless the Contracting Officer determines that no Final Proposal Revision is capable of award, no further proposal modifications will be permitted. Upon completion of the evaluation and negotiation process, the Evaluation Panel shall determine the proposal which represents the best overall value to the Commission, and the Contracting Officer will prepare a recommendation that the Commission accept the proposal and award a Contract. Upon Commission approval, the Contract will be executed on behalf of the Commission and issued to the successful offeror. No decision or recommendation by Commission staff shall be binding unless approved by the Commission in accordance with its procedures and applicable law. HRT reserves the right at any time during the evaluation process to reject some or all proposals; award a Contract without further discussions or negotiations; or to award a Contract to other than the lowest-priced proposal. 8. Basis for Award This is a negotiated procurement based on best value as described herein. 9. Communications with the Commission All communication in regard to any aspect of this solicitation shall be with the Contracting Officer, not with any members of the Commission, or its employees or Contractors, in regard to any aspect of this solicitation. Violation of this requirement may lead to the rejection of the offender s proposal or cancellation of the solicitation. If the offense is egregious and causes cancellation of the procurement, the offending party will not be permitted to participate in any resolicitation as either an offeror or a Subcontractor. Any explanation desired by an offeror regarding the meaning or interpretation of any portion of the solicitation shall be requested in writing. Oral explanations or instructions given before the award of the Contract shall not be binding. Material information which alters a substantive portion of the solicitation will be furnished promptly to all prospective offerors as a written amendment. Matters clarifying but not altering the solicitation may be provided in writing to all prospective offerors, but shall not amend the solicitation. Page 10
16 Instructions to Proposers 10. Solicitation Amendments Revisions and amendments shall be announced by written amendment to this solicitation. Copies of such amendments shall be furnished to all prospective offerors known to the Contracting Officer, and may be posted on an internet site if one is established for this solicitation. If the revisions and amendments require substantial changes to the contents of proposals, the time for receipt of proposals may be extended at the discretion of the Contracting Officer. Offerors are responsible for ensuring that they have received all amendments and incorporated any changes in their proposals. Offerors are requested to acknowledge receipt of all amendments as part of the Solicitation, Offer and Award form. Failure to acknowledge an amendment will not automatically disqualify an offeror, but failure to address any changes in the proposal may lead to it receiving a lower score than would otherwise be the case. 11. Submission of Proposals Offers and modifications thereof shall be enclosed in sealed envelopes and addressed to the office specified in the Schedule. Electronic proposals or modifications will not be considered unless specifically authorized in this solicitation or by the Contracting Officer. Offers or modifications thereto may be withdrawn by written or electronic notice, provided such notice is received prior to the hour and date specified for receipt or proposals or modifications. Proposals shall be mailed or hand-delivered to the following address: Hampton Roads Transit 509 East 18 th Street, Building 4 Norfolk, VA Attn: Fevrier Valmond, RFP No Late Submissions, Modifications, and Withdrawals of Offers A. Any proposal, modification, or revision, that is received at the designated Commission office after the exact time specified for receipt of proposals is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late proposal would not unduly delay the acquisition; and - 1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the HRT infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or Page 11
17 Instructions to Proposers 2) There is acceptable evidence to establish that it was received at the HRT office designated for receipt of proposals and was under HRT s control prior to the time set for receipt of proposals; or 3) It was the only proposal received. B. However, a late modification of an otherwise successful proposal, that makes its terms more favorable to HRT, will be considered at any time it is received and may be accepted at any time prior to award. C. Acceptable evidence to establish the time of receipt at the HRT office includes a time/date stamp or handwritten notation of personnel in that office on the proposal wrapper, other documentary evidence of receipt maintained by the office, or oral testimony or statements of HRT personnel. D. If an emergency or unanticipated event interrupts normal HRT processes so that proposals cannot be received at the HRT office designated for receipt of proposals by the exact time specified in the solicitation, and urgent HRT requirements preclude amendment of the solicitation closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the HRT office is open to the public. 13. Electronic Communications To the extent permitted herein, communications to or from the Commission may be by electronic means. Any electronic communication sent to the Commission must be confirmed by hard copy received by the Commission not more than 48 hours after the initial electronic communication is sent. 14. Minimum Proposal Acceptance Period Commission requires a minimum acceptance period of 90 calendar days after receipt of the proposal or any modification thereof, including a Final Proposal Revision. 15. Contract Award and Notice to Proceed A. A written award or acceptance of offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding Contract without further action by either party. B. A Notice to Proceed (NTP) shall be issued by Commission before any work begins on this Contract. A conference may be held to issue the Notice and to establish a working understanding of the Contract and work required. The NTP establishes the beginning of the performance period. Page 12
18 Instructions to Proposers 16. Notice of Protest Policy Commission policy and procedure for the administrative resolution of protests is set forth in Section B.3.9 of the Procurement Procedures Manual (PPM). The PPM contains strict rules for filing a timely protest, for responding to a notice that a protest has been filed, and other procedural matters. The Contracting Officer can furnish a copy of this Section upon request. The Commission has, in this Section, defined matters which may be protested, the form of protest, and the time limits for submitting protests during different stages of the procurement process. Chapter VI, 1 of Federal Transit Administration (FTA) Circular F addresses protests of solicitations utilizing Federal funds. FTA will only review protests regarding the alleged failure of the grantee to have a written protest procedure or failure to follow such procedure, or protests alleging a violation of Federal law or regulation. FTA will not consider a protest until the protestor has exhausted its local administrative remedies. The Contracting Officer may conduct a pre-award survey to determine if an offeror is responsible both financially and technically and has the capability to perform the work. 17. Oral Presentations Oral presentations may be required. If so, oral presentations will be conducted with all firms in the competitive range. The oral presentation should utilize a visual methodology such as PowerPoint or overhead slides and include printed copies for the evaluators. No cost/price information shall be included in the presentation. The purpose of the presentation is to provide clarifications and to respond to any questions or concerns regarding the proposal raised by the evaluators. The presentation itself is not an evaluation factor; however, any clarifications, discussions, or changes to a proposal requested as a result of the presentation shall be made in writing and will thereafter be considered in the evaluation. 18. Restriction on Disclosure and Use of Data The Commission is subject to the Virginia Freedom of Information Act (Code of Virginia, et seq.). To the extent permitted by that Act, the Commission shall provide all reasonable precautions to ensure that information properly identified by an offeror as proprietary is held confidential within the review process. Offerors shall attach to each page containing any proprietary data of any proposal or modification thereof the following legend: This page contains data which is proprietary to the offeror or confidential business information not subject to disclosure under the Virginia Public Records Act, the Commission s policies, or the terms of this solicitation. It is therefore not to be disclosed inside or outside HRT, be duplicated, or used in whole or in part, for any purpose other than to evaluate this offer; provided that, if a Contract is entered into Page 13
19 Instructions to Proposers on the basis of this offer, HRT shall have the right to duplicate, use, and disclose this data as part of the Contract document or as required for performance of the Contract. Identification of such proprietary information must be specific. Any general identification of the document as a whole, or of pages which patently do not contain proprietary information, shall render the entire document non-confidential. 19. Disadvantaged Business Enterprise (DBE) Participation No DBE goal has been established for this solicitation. Although no DBE goal will be imposed on the Contract, HRT encourages the Contractor to utilize the DBE Directory as certified DBE s do exist for contracting opportunity, although in negligible numbers. Any DBE participation on the Contract will be counted as race-neutral DBE participation. 20. Organizational Conflicts of Interest Unless specifically exempted from the conditions of this provision by the Contracting Officer, any HRT Contractor, Subcontractor, subsidiary, or other entity which is legally related to an entity or party which develops or drafts specifications, requirements, statements of work, Invitations for Bids, or otherwise is in a position to influence the nature, scope or conditions of a subsequent Commission solicitation or Contract, shall be excluded from competing under such solicitation or receiving such Contract. See also Section 34 of the General Conditions, Conflict of Interest. If a proposer is uncertain whether or not a conflict exists, it should promptly contact the Contract Administrator for a determination. Such inquiries and responses will not be published to other potential proposers. FTA Circular F VI.2a(4)(h) and of the Code of Virginia define prohibitions on personal and organizational conflicts of interest, which are further discussed in and Appendix B.10 of the FTA s Best Practices Procurement Manual. In general, a personal conflict of interest reflects an individual s ability to influence the award of a Contract and to profit from the result of that award. An organizational conflict exists when any of the following exist: (1) a firm has access to non-public information as the result of performing a government Contract and can use that information to advantage in competing for another government Contract; (2) a firm influences the ground rules (specification or contractual terms) for a government solicitation, potentially biasing those ground rules in its own favor; or (3) a firm s work under one government Contract requires it to evaluate itself or its work product under another Contract, impairing its objectivity. Page 14
20 Instructions to Proposers Should an offeror be aware of a potential conflict of interest, it shall identify the potential conflict in its proposal, together with measures it proposes to remove or mitigate the conflict. Should any person or entity planning to submit an offer hereunder be aware of any situation which may fall under the above prohibitions, it shall, no later than the time of submittal of its offer, identify in writing to the Contracting Officer (1) the nature of the potential conflict; (2) steps it may take to mitigate the conflict; and (3) request a waiver of the conflict. The decision of the Contracting Officer regarding such potential conflicts and possible mitigation measures shall be final. Failure to submit such a statement before or with an offer shall be deemed a certification by the offeror that, to the best of its knowledge and belief, no such conflict exists. In the event that an offeror fails to disclose such conflict as required herein, its offer may be rejected. Should an offeror become aware of a potential conflict after the submittal of an offer, it shall promptly notify the Contracting Officer in writing, providing the information required above together with a statement of why the conflict should not have been identified prior to submittal of the offer. 21. Ineligible Proposers No excluded proposer listed on the U.S. Government s System for Award Management (SAM) or otherwise barred from public contracting by the U.S. government or the Commonwealth of Virginia shall be awarded a Contract hereunder. SAM may be found at The Virginia Department of General Services Debarred List and Suspended List may be found at END OF SECTION Page 15
21 Scope of Work SCOPE OF WORK INTERACTIVE VOICE RESPONSE SYSTEM IMPLEMENTATION INTRODUCTION Hampton Roads Transit (HRT) is seeking a Contractor to implement an Interactive Voice Response System (IVR) to provide route, schedule, real-time and general information to fixed route passengers on a twenty-four (24) hour a day basis, 365 days a year. SCOPE OF SERVICES The Contractor shall design, configure, test, deploy, maintain, monitor and support an IVR system that provides bus, rail and ferry schedule and real-time information via telephone, with capabilities to duplicate via the web. The Contractor shall provide industry standard components and systems of proven warrantable commercial quality that meets or exceeds the objectives of the technical specifications contained herein. The Contractor must have the ability to receive large volumes of inbound data collection inquiries and outbound calls. The level of service must be within industry standard of at least 99% up-time, with the capability to handle approximately 5,000 daily customer service calls for scheduled route inquiries and approximately 300 daily calls for Paratransit reservations. The Contractor shall furnish the following items and services, as well as any additional items and services that may be required to support a functional IVR system. Software Functionality and Requirements Integration & Interface Requirements In order to achieve seamless and consistent information delivery, the IVR system must fully integrate with the existing infrastructure and/or applications as follows: 1. Automatic Call Distribution (ACD) 2. Fixed route scheduling system (HASTUS by Giro) a. Must specifically load: i. Minor daily changes and weekly updates ii. Major schedule changes [minimum of three (3) times a year] Page 16
22 Scope of Work iii. iv. Service days and type of service offered Dates weekday service is operated v. Dates Saturday service is operated vi. vii. viii. Dates Sunday/Holiday service is operated Individual route types (for example, limited service, ferry, light rail, VB Wave) Individual route schedules by service 3. Computer Aided Dispatch/Automatic Vehicle Location (CAD/AVL), TransitMaster by Trapeze Node Print Code Priority Requirement When the Trapeze files are loaded for the IVR, the Print Codes in nodes are to dictate what nodes are to speak times. In other words, if a node has times associated with it in the trips file but the node is turned off in the nodes file, the IVR system must NOT speak times for that location. In order to support long term objectives, the IVR system must be built on an open architecture and be able to integrate real-time with ancillary technologies including vehicle location and mobile computing. The system must be built in accordance with industry standards and operate with a SQL-based relational database such as Oracle or MS SQL Server. A comprehensive suite of reports is required. The Contractor shall clearly outline how the data is incorporated into the IVR system and allow for future upgrades. HRT utilizes HASTUS (by Giro) for its scheduling system. The interface process must include reporting on all data errors and recommended action for correction. Full schedule imports shall occur with seasonal schedule changes throughout the year. Partial updates shall be needed on a regular basis to keep the IVR system current with interim schedule changes in Trapeze. This entire process must be fully automated. The system must have the ability to record, store and activate Public Service Announcements (PSAs). HRT must be able to add PSAs quickly and easily, with the option of using the Text-to-Speech feature, data file upload or a live voice recording both system-wide and by route. Required Reports 1. Total calls offered by IVR system Page 17
23 Scope of Work 2. Total calls answered by IVR system 3. Number of inquiries by route 4. Number of inquiries by stop 5. Number of calls by time of day (hourly increments) 6. Number of calls by day of the week 7. Number of short calls 8. Number of transfers to Customer Service within thirty (30) seconds (configurable) of start of call. 9. Number of transfers to Customer Service mid-call Ease of use is another key requirement for HRT and our customers. To this end, the selected IVR system must not require complex routines for the import and export of trip, schedule or temporal data. It must be user friendly while having the ability to interact with human-quality voice messaging. System Requirements The IVR software must: 1. Provide voice over IP functionality. 2. Be supported by the three-or-four tier client/server architecture. 3. Operate within a Windows Server 2008 R2 environment. 4. Support real-time access from the Customer Service Information Center and remote locations. 5. Be supported by a fully compliant Open Database Connectivity (ODBC) database model such as MS-SQL Server and Oracle. 6. Support Short Message Service (SMS) text application and Quick Response (QR) code application which will give callers additional options to retrieve stop information without having to speak to a representative. The solution shall be based on a Software-as-a-Service (SaaS) model. The Contractor shall supply database schematic, dictionary and file layouts upon contract award. Page 18
24 Scope of Work Expected Master Project Expectations with Significant Milestones The Contractor shall propose a solution that utilizes commercial off the shelf components of proven reliability currently used in the industry; and, supply the following: 1. Shipment and delivery of the IVR system to HRT. 2. A schematic illustrating the proposed architecture. 3. A detailed explanation of the final system design and integration with complete documentation that includes: a. Complete user and administration documentation. b. Description of how the proposed solution meets or exceeds requirements. c. Description of how the solution operation is different from the requirements. d. Description of any additional features that are standard components within the proposed solution. 4. An outline of minimum requirements for system implementation. 5. Architectural diagrams which graphically describes the software layers and architecture. 6. Details of all application and system software required to implement the functional capabilities of the technical specifications. 7. Integration of all software into an operational system. 8. Testing of all functional capabilities of the system. 9. A comprehensive test plan with test cases that test all functions of the system s software. 10. Engineering and programming technical support during the contract period. 11. Configuration management of all software, hardware and documentation. 12. Training of HRT staff. 13. Complete documentation for all application training. 14. Project management and control: a. Including weekly progress meetings with HRT staff. Page 19
25 Scope of Work b. Maintain project schedule utilizing Microsoft Project in conjunction with HRT Project Manager. 15. Maintenance and support of the system for the contract duration. 16. Standard warranty services for the contract duration. 17. Must indicate if there is an additional cost for the extended maintenance/support for additional periods after contract is completed. 18. List and provide separate prices for all third party software required, if applicable. Requirements (Principles and Expectations) The Contractor shall meet or exceed the following: 1. Proven technology products and services - The Contractor shall provide proven technologies with an excellent track record. 2. An integrated system - The Contractor shall provide technologies and any related services that ensure a fully integrated system to meet or exceed the required specifications. 3. Support of products - The Contractor shall consider the support of the product to be as important as the product itself. 4. Performance/Functional Specifications The Contractor shall use their best judgment and experience to meet the technical specifications. 5. Scalability - The Contractor shall provide technology and services that are scalable and allow for additional transit software to be added in the future. 6. Access to Data - The Contractor shall provide broad freedom of access to all data residing on the selected system. HRT must be assured of complete, unregulated, direct, and perpetual access to all data and all associated information that renders the data useable and legible. This includes full rights to create, read, update and delete data as it resides on the solution via SQL and common interfaces such as Open Database Connectivity standard. The Contractor shall also provide access to data schemes and data dictionaries that facilitate the understanding of the solution s data structures and complete documentation of all application programming interfaces the solution exposes either via a network interface or to other applications residing on the same server. Page 20
26 Scope of Work Design & Performance Requirements System Specifications 1. HRT requires a system that is hosted. 2. Derive schedule information from General Transit Feed Specification (GTFS) data. 3. Must be able to integrate with Trapeze, CAD/AVL and Mobile Data Terminals (MDT) technologies. 4. IVR Voice over Internet Protocol (VoIP) interface desirable for system-automated calls. 5. Use standard Relational Database Management System. 6. DOS based applications will not be considered. 7. Solutions with proprietary databases and/or middleware may be considered but are not preferred. 8. Service-oriented architecture (SOA) with a description of how the proposed solution can readily inter-operate with other systems, based on the SOA. A detailed description of the SOA and what, specifically, it will enable HRT to do shall also be included. 9. Customizable and intuitive workflow options. 10. Capable of tracking changes made at the database level to ancillary data. 11. System must provide flexibility to expand and add capabilities, as system grows Data Management and Integration The IVR system shall: 1. Import/export data to other databases and interface with HRT s text file configuration. 2. Import HRT s client information and must be secure and maintain confidentiality requirements. 3. Meet HRT s data security requirements noted herein. 4. Answer the calls to HRT's published customer service phone number. 5. Answer all calls at the first ring. Page 21
27 Scope of Work 6. Be voice as well as touch tone driven. The primary users of HRT s IVR Paratransit and Customer Service systems may have cognitive and/or physical disabilities. Therefore, the IVR system must have a clear, simple and intuitive user interface that enables customers to use the system without training. 7. Be fully Americans with Disabilities Act (ADA) compliant. 8. Accept stop, route, and direction information from the caller by name as well as numbers. 9. Provide the nearest stop details based on a street intersection provided by the caller. 10. Give the caller the option to obtain scheduled times or real-time route information and offer the next three (3) scheduled times. 11. Deliver real-time arrival information at the stop level by route and direction. 12. Present callers the option to get schedule information for time(s) different than the next three (3) times and also times for a different day. 13. Be capable of handling, at the minimum, fifty (50) concurrent calls and be scalable to handle additional concurrent calls. 14. Gracefully transfer a call to a customer service agent if the system fails to understand the caller s input after two (2) consecutive attempts or the caller does not provide any input after being prompted by the system in two (2) consecutive attempts. 15. Type-Ahead-Telephone users shall be able to enter required input at any time during the playback of prompt messages without waiting for completion of the prompt message. 16. Support type-ahead dialing to enable users who are familiar with the system to more quickly navigate through the system menus and modules. 17. Type-ahead dialing shall enable a user to advance to the next or desired module, menu item, or voice prompt before a specific message playback has finished. 18. The enabling and disabling of type-ahead dialing shall be controllable by the HRT administration. 19. Direct Alphanumeric Entry - Be capable of detecting and accepting direct alphanumeric entry by users via their push-button telephones. The system shall Page 22
28 Scope of Work also accept and accurately process rotary dial input. It shall be possible for the call script and menus to change the call flow if rotary dial input is detected. 20. Voice output - Be capable of generating clearly understood speech output for customer interactions. Generated speech via both text-to-speech synthesis and via pre-recorded messages shall be supported. 21. Text based messaging for notifications - Support text-based notifications to HRT customers using public communications services such as internet, and text messaging over cell phones, smart phones and PDAs. HRT customers shall be able to configure all supported notification functions to use text-based messaging instead of, and in addition to, telephone notification. 22. Allow for minor modifications of script vocabulary and content by HRT staff without intimate knowledge of Voice Extensible Markup Language (VXML) or any other core scripting languages. Describe in detail how minor changes to the script can be made. Describe any validation tools available that ensure script changes have not resulted in a broken menu flow or missing recordings Support notifications to HRT customers. HRT customers shall be able to configure all supported notification functions to use instead of, and in additional to, telephone notification. The IVR system shall be capable of sending both individual messages to customers and mass to all or select customers if they select service. 24. Web interface - Have the capability to support a secure web interface that enables users to schedule their trips via the internet. 25. Deliver prompt and efficient customer information. 26. Recognize repeat callers based on the telephone number or customer identifier. 27. Provide an option to a repeat caller if schedule information for the same stop/route/direction requested on the previous calls from the caller is needed. This feature would require less input from callers and is expected to shorten the call duration for repeat callers. 28. Be capable of handling different service day types (i.e., Weekday, Saturday, Sunday) and any exceptions. 29. Accept up to ten (10) aliases (common/alternate names) for each stop; HRT will provide a list of aliases for stops. Page 23
29 Scope of Work 30. Allow a caller to start the session over at any time during the call using a simple voice command or a single key press. 31. Allow a caller to get automated help about using the system at any time during the call. 32. Provide a simple but secure web interface to allow administrators to record or upload pre-recorded audio files for ad-hoc general, route, and stop-specific announcements easily. a. Those announcements shall be easily programmable to be played immediately or on a future day for a specified range of days. 33. Allow administrators to select start and end times for the announcements. 34. Provide at least five (5) configurable menu options to provide pre-recorded information. a. The options would be used to access information such as general information about HRT, fare information, hours of operation of customer service, etc. 35. Provide a secure role based level of access to the administrative web interface. 36. Provide the ability to assign a real-time message to each route and stop ID for both scheduled times and real-time. 37. Give the ability to schedule a message at a future time. 38. Once in production, the system shall have a scheduled uptime exceeding 99.99% computed every month. 39. Downtime includes a complete outage (planned or unplanned), degraded performance, or any deviation from normal operation of the system. 40. Scheduled downtime for maintenance of data shall not affect the system. 41. Scheduled maintenance of the system shall be performed during non-operating hours at HRT and only after approval from HRT. 42. If the system fails to meet the performance requirements for two (2) consecutive months, there will be financial penalties. Trip Reservations Functionality The IVR system shall: 1. Integrate seamlessly with TransitMaster by Trapeze. Page 24
30 Scope of Work 2. Have open client-server architecture, and be able to integrate interactively in real-time with other technologies such as MDT systems and CAD/AVL systems. 3. Require HRT Paratransit clients to enter a Personal Identification Number (PIN) to proceed with accessing the IVR function. 4. Ability for riders to confirm previously scheduled trips via the phone. 5. Ability for riders to cancel trips via the telephone. 6. Ability to do Call Backs to rider supplied phone numbers the night before the day of service to provide rider s trip times and give the rider the opportunity to cancel their scheduled trip at this time. 7. Ability to provide Arrival Notification calls when triggered by the in-vehicle AVL System to HRT Paratransit and on to the IVR system. 8. Ability for riders to quickly ascertain the Estimated Time of Arrival (ETA) of their pick-up, which will require interactive integration in real-time with other technologies such as MDT systems and CAD/AVL systems. 9. Late cancellation window should be configurable, and if cancellation is within window, should notify the caller and/or transfer to an agent. 10. Support text to speech. 11. Support voice recognition. 12. Provide the ability to setup floodgate messaging and canned bulletins throughout script. 13. Process subscription, demand response trips and same day trip orders. 14. Allow for both off-site and on-site trip booking via text, telephone and web-based scheduling. 15. Receive an automatic warning when attempting to book a trip that conflicts another booking. 16. Display trip length and cost of trip upon booking. 17. Register passengers with the following passenger information: a. Disability type; b. Space requirement (for mobility devises, service animals, special equipment, etc.); Page 25
31 Scope of Work c. Suspension dates including reason for suspension and tracking by passenger; and, d. If a suspended person calls to make a reservation, the IVR is to prompt the user of status, not allow the user to complete the reservation and give a message to the caller advising of such. Foreign Language The IVR system must be able to handle calls in at least two (2) languages, English and Spanish, with the possibility of adding languages in the future.. Optional Features The Contractor shall include individualized pricing in the Price Schedule for the following options for the proposed IVR system. The pricing shall be valid for a period of one (1) year from the date of system acceptance. The IVR system s over the web interface, shall: 1. Present a list of stops and routes to the users. 2. Provide the next three (3) scheduled times, as well as near real-time arrival information for any stop on the HRT network when available. 3. Utilize the location, if available, from the phone to present the user with a list of nearby stops and the ability to select a stop to obtain the next three (3) scheduled times, as well as near real-time arrival information for that stop when available. 4. Be capable of responding to text messages where the user texts a stop ID, route ID, or a combination of stop ID and route ID separated by a space to obtain the next three (3) schedule times and near-real time arrival information when available. 5. Be capable of recognizing QR code and provide schedule information, including near real-time arrival information when available and where applicable, for all routes servicing that stop. Configuration, System Requirements & System Specifications 1. The IVR system shall include all necessary hardware, operating software, application software, interface software and cards, voice prompts (as directed by HRT), system speech, cables and connectors. 2. To optimize speed and decrease costs for data transfer, the system must use commonly acceptable industry-wide compression protocols to transfer all data Page 26
32 Scope of Work between all systems. The system must provide a function that ensures that all data transferred is processed entirely with the proper security measures. 3. The Contractor must provide information on the servers used for the centralized database, including the type of storage (for example RAID) provisions for redundancy, mean times between failures of the processors and the disk subsystem. 4. At a minimum, the centralized database shall be able to continue operations if any single disk fails. 5. The system shall support the archiving and retrieval with its graphic user interface and purging of all appropriate data. 6. The system must be compatible with TTY service for the hearing impaired. 7. The system must prevent duplication of customer records. The Contractor shall describe how this will be accomplished. Business Continuity 1. The Contractor shall have a business continuity plan to protect against possible service interruption due to an emergency event or system failure. 2. The Contractor shall have processes and procedures in place for restoring service for situations where a reported service interruption cannot be resolved within one (1) hour and for services that cannot be restored within twenty-four (24) hours. 3. Service transfer capabilities and the time to implement must be described for all service outage scenarios. System Backup HRT requires the Contractor to back up data on a regular basis. The Contractor must have clearly defined intervals and a regular back up plan in place with procedures to ensure that HRT s data is backed up, with no loss of data in the event of a computer/system failure. The Contractor shall also have procedures for continued operations in the event of a communication/connection failure, such as internet, cellular or hardware failure. Testing 1. The Contractor shall have an end-to-end performance test period during the transition period. Page 27
33 Scope of Work 2. If it is determined that the scheduled end-to-end performance test period does not allow for all business processes to be tested, the Contractor, (at no charge to HRT), shall provide the resources necessary to correct the problems of the system and services for an additional period until the system is free from performance problems and meets all specifications as defined herein. If performance problems or specifications problems continue, liquidated damages may be assessed. 3. The end-to-end performance test period shall be to test complete business processes as required for the utmost reliability of the IVR system and shall include, at a minimum, the following: Deployment and Transition a. Testing all applications and services; b. Validate system set-up for transactions and user access; c. Confirm use of system in performing business processes like reporting; d. Verify performance of business critical functions; e. Confirm integrity of business process, data, services, security and endproducts; and, f. Verify all requirements of the technical specifications have been met, speed of performance, responsiveness and failures. An implementation plan for the proposed IVR system must be included with the Contractor s technical proposal. This plan shall include a detailed schedule, identification of a Project Manager, team members and all personnel involved. Within one (1) week after Contract award, the Contractor and HRT s representatives shall schedule a kick-off meeting at HRT s Administrative offices at 509 East 18 th St., Norfolk, VA The purpose of this meeting is to have the Contractor present its proposed plan for developing specific projects and tasks for assigned work; review any proposed exceptions or deviations; and, review the project plan, budget and technical risk factors. The successful Contractor s past experience in installation and implementation of IVR systems is critical to HRT. The Contractor s installation and implementation plan must include, but not limited to, each of the topics outlined below. 1. Contractor s staff involvement - The level and type of staff time required for the installation and an estimate of hours, per staff member, to support/accomplish the proposed installation plan, including all training, recommendations regarding additional Page 28
34 Scope of Work staffing and/or resources that would support the successful implementation of the project shall be provided. 2. A Project Manager must be assigned whom HRT can reach within one (1) hour of a request, for assistance. HRT requires the Contractor to cause minimum disruption to current operations. 3. A detailed timeline of each task in the installation and implementation of the project. 4. The Contractor s process for importing data into the new software system. Data may be in Microsoft Excel, MSSQL or Access formats. HRT and the Contractor will agree on a timeframe for transfer of all data and services under the current contract during the kick-off meeting. The transition plan must include, but not be limited to the following: 1. Address all legal regulations and requirements 2. Listing of all hardware and software tools. 3. Hardware and software platforms utilized 4. System security 5. Transfer of electronic data 6. Implementation of standard operating procedure 7. Risk analysis, proposed solutions and assessment for the transition 8. Transfer of services plan including cut-over dates 9. The end-to end performance testing period Maintenance Contractor shall provide maintenance services for duration of the contract. The Contractor shall respond to all maintenance issues within twenty-four hours of HRT s Project Manager s request. If there is a system failure the Contractor shall respond immediately to avoid any disruption in service. The Contractor shall notify HRT s Project Manager, in writing, two (2) calendar weeks prior to any planned service outages that may affect HRT s services and provide alternate solutions. The Contractor shall provide details in regards to its maintenance policies and how it expects to meet the following criteria: 1. Details of services that HRT will receive with the maintenance program. Page 29
35 Scope of Work 2. Ability to provide live telephone support 24 hours/7 days a week/365 days per year to resolve software-related problems. 3. Have resources/staff available to respond to emergency issues 4. Copy of the maintenance agreement shall be provided with a description (hardware, software, etc.) and duration of maintenance coverage. 5. Provide contact information for all resources/staff members capable of supporting the proposed software. All costs associated with providing maintenance services outlined above shall be included in the Price Schedule. Software Upgrades Contractor shall provide s upgrades that will allow HRT to take advantage of improvements in both software and hardware capabilities. The Contractor shall provide regular and major version upgrades to the software, renewable each year from the date of implementation. When system upgrades are required, HRT s Project Manager will evaluate the quality standards and time required to implement such project. The following must be provided in writing to HRT s Project Manager: 1. Introduction and purpose of the project 2. History or project background information 3. Production and quality measurement criteria Database Structure and Security Contractors have the option of proposing a vendor-hosted solution or a third-party-hosted solution. Contractors must specify the solution being offered in the technical proposal. The Contractor shall implement the system for HRT while keeping data secure. If a third-party hosted solution is used, the Contractor shall ensure that the hosting entity will comply with Department of Social and Health Services (DSHS) Data Security Requirements and Health Insurance Portability and Accountability Act (HIPAA) requirements. Open Standards 1. Allow HRT to conduct audits, if necessary, of sites where Contractor s server is located. Page 30
36 Scope of Work Support 2. Clearly define data limits: length of time data can be stored, data storage limits for similar clients and costs associated with storing additional data. 3. Methods for accessing database independent of Contractor s software. 4. Access to data model documentation. 5. Backup systems to ensure business continuity in the event of the software or hardware failure. 6. No downtime related to server problems. 7. Type of Relational Data Base Management System (RDBMS) version used and size of expected database growth over time. 8. Assurance that all data shall remain the sole property of HRT. 9. Address Health Insurance Portability and Accountability Act (HIPPA) data security requirements. Find HIPPA requirements at Monitoring 1. Clearly outlined best practices as it relates to system monitoring /7/365 system monitoring to ensure that the system in continuously available. 3. The Contractor shall provide weekly system status reports noting any system failures as indicated in the section, below, Support. Reporting System shall be capable of generating Custom Reports via a web interface. The Contractor shall make available, via or a web interface, a weekly system status report noting any system failures including dates, times and the duration of system failures; as well as, when the system backup was deployed. Browser-based user interface shall be compatible with major browsers including Microsoft Internet Explorer 7 or equivalent and higher, accessible via internet, and able to interface with web applications. Contractor shall log all call activity details and provide easy to use reporting tool. All logs shall be kept online for a period of 60 days or longer with the ability to export the logs for offline access using non-proprietary tools. Page 31
37 Scope of Work At a minimum, Contractor shall provide the following canned reports: 1. Number of incoming calls with call duration details. 2. Average call duration. 3. Number of calls by time of day. 4. Incoming line(s) capacity usage. 5. Number of incoming calls where the caller initiates transfer to customer service agent. 6. Number of incoming calls where the system fails to recognize caller input and transfers the call to customer service agent. 7. Number of incoming calls where the caller does not provide input and the system initiates transfer to customer service agent. 8. Number of repeat callers. 9. Number of requests by each individual stop. 10. Number of requests by each individual route and direction. 11. All reports shall support reporting by hour, day, month, year, and range of dates. Required Support Staff The Contractor shall provide the following: 1. Staff exclusivity dedicated to fulfilling HRT s requirements. 2. Adjust staff to support the level of service provided. 3. Account Manager - Shall be the chief point of contact during the entire term of the contract. Responsibilities shall include managing HRT s IVR system on a regular basis by interfacing with HRT s Project Manager to ensure responsiveness and program objectives are met. HRT will rely on the Account Manager to provide input, recommendations where applicable and maintain quality assurance. 4. The Account Manager must have a minimum of three years experience in Telecommunications and Transportation. The Account Manager must proactively analyze HRT programs on an on-going basis to determine current and future requirements. 5. IT specialist - Shall troubleshoot and resolve any issues or concerns that arise regarding the connectivity between the call center and the database system. The Page 32
38 Scope of Work Training IT Specialist shall also provide general troubleshooting of any system issues, call modules and call reports. 1. Contractor assigned trainer and/or the Project Manager must be on site when system goes live. 2. All training costs are the Contractor s responsibility. HRT will not accept any separate invoicing for training and/or associated expenses, unless prior written authorization is obtained from HRT s Project Manager. 3. The Contractor shall also provide updated and refresher training to its staff to maintain continued effective operation of HRT s IVR system, as needed. 4. Any training required for upgrades, process changes or certain familiarization throughout the term of the contract shall be at the cost and responsibility of the vendor. Data Ownership Requirements HRT will retain unrestricted rights to all information in the database and applications including the right to allow third party access at HRT s discretion. HRT must also have the real-time capability to query the database and export the data from the database. All data will be retained and must adhere to HRT s data retention policy. HRT will retain ownership to all data at the end of this contract term. All licenses and warranty/maintenance agreements shall be maintained in HRT s name. END OF SECTION Page 33
39 Price Schedule PRICE SCHEDULE INTERACTIVE VOICE RESPONSE SYSTEM IMPLEMENTATION Proposer s Name: Proposers may propose on either a Vendor-Hosted solution or a Third-Party Hosted solution. BASE YEARS (1 3) Description Quantity Unit Price Total Price Vendor-Hosted IVR System (Software, Hardware and Implementation) Third-Party Hosted IVR System (Software, Hardware and Implementation) 1 $ $ 1 $ $ Hardware Enterprise License Fee 3 $ $ Software Enterprise License Fee 3 $ $ Warranty (Per Year) 3 $ $ Maintenance (Per Year) 3 $ $ TOTAL BASE YEARS (1 3) PRICE $ Page 34
40 Price Schedule OPTION YEAR 1 Description Quantity Unit Price Total Price Hardware Enterprise License Fee 1 $ $ Software Enterprise License Fee 1 $ $ Warranty (Per Year) 1 $ $ Maintenance (Per Year) 1 $ $ TOTAL OPTION YEAR 1 PRICE $ OPTION YEAR 2 Description Quantity Unit Price Total Price Hardware Enterprise License Fee 1 $ $ Software Enterprise License Fee 1 $ $ Warranty (Per Year) 1 $ $ Maintenance (Per Year) 1 $ $ TOTAL OPTION YEAR 2 PRICE $ SUMMARY (3 BASE YEARS + 2 OPTION YEARS) Base Years 1-3 $ Option Year 1 $ Option Year 2 $ TOTAL PRICE $ Page 35
41 Price Schedule TOTAL PROPOSED PRICE: Notes: (In Words) 1. Unit prices proposed for the IVR system shall include all costs associated with delivery, installation, programming and training (as required). Pricing shall also include all overhead, markups and profit, and represent the total amount payable by HRT. No other costs or fees will be entertained. 2. Provide the following information as an attachment to the Price Schedule: a. A detailed breakdown of the IVR unit price. b. Number of licenses included in both the hardware and software license fees. c. Price per additional license above the enterprise license number. d. Optional Features e. Data The undersigned certifies that he/she is an officer or responsible executive of the above firm and is fully authorized to submit this proposal on said firm s behalf. Company Name Signatory Name (Please Print) Authorized Signature END OF SECTION Date Page 36
42 Special Provisions 1. TYPE OF CONTRACT SPECIAL PROVISIONS This is a service contract. Compensation to the Contractor shall be based on the prices established in the Price Schedule; and, services in accordance with the Scope of Work. 2. PERIOD OF PERFORMANCE The term of the Contract shall be for a base period of three (3) years with two (2) additional one-year options, to be exercised at HRT s sole discretion. 3. OPTIONS The initial base term of the Contract shall be three (3) years from the date specified in the Notice of Award. HRT shall have the option to extend the Contract for up to two (2) additional years on the same terms and conditions and at prices set forth in the Price Schedule for the option years. HRT may exercise the option by giving written notice to the Contractor within thirty (30) days prior to the date on which this Contract would otherwise expire. 4. PAYMENT SCHEDULE A. Payment will only be made after receipt of a proper invoice. A proper invoice includes the purchase order/contract number, date of invoice and a description of service delivered. B. Mail original and one copy of all invoices to Accounts Payable, 3400 Victoria Blvd., Hampton, VA or [email protected]. Contract Number/Purchase Order Number must be present on the invoice. 5. DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENT No DBE goal has been established for this solicitation. Although no DBE goal will be imposed on the Contract, HRT encourages the Contractor to utilize the DBE Directory as certified DBE s do exist for contracting opportunity, although in negligible numbers. Any DBE participation on the Contract will be counted as race-neutral DBE participation. 6. AUTHORITY OF PROJECT MANAGER A. The work will be conducted under the general direction of the Project Manager (PM). The PM may take the following actions: 1. Act as the principal technical point of contact with the service provider. Page 37
43 Special Provisions 2. Scheduling interviews, workshops and meetings. 3. Accept project deliverables. 4. Coordinate correspondence with the Contracting Officer if its importance significantly impacts the contractual terms and obligations. 5. Initiate and coordinate with the Contracting Officer the exercise of option(s). 6. At the completion of the Contract, provide the Contracting Officer with a written notification that PM is not aware of any open issues that would preclude closeout of the Contract and that the Contract is ready for closeout. B. The Contractor shall adhere to the actions below only if received from the Contracting Officer. 1. Approval of Contract modification proposals and/or other unilateral actions. 2. Issuance of Contract modifications/change orders. 3. Issuance of written orders to stop and/or resume work. 4. Negotiation with the Contractor for adjustment of Contract price and/or time. C. The presence or absence of the PM or his staff shall not relieve the Contractor from any requirements of the Contract. 7. DOCUMENTATION Documentation produced by the Contractor/Consultant as a deliverable under this Contract, including but not limited to databases, reports, drawings, etc., shall be produced and submitted to HRT in an editable electronic format, as well as, in print form upon consultation with HRT s Project Manager. 8. SAFETY SENSITIVE INFORMATION (SSI) DOCUMENTATION Specific documents identified as SSI are any information or record whose disclosure may compromise the security of the traveling public, transit employees, or transit infrastructure. SSI may include data, documents, engineering drawings and specifications, and other records whose disclosure could increase the agency s risk of harm. Any of these documents produced for the agency by a Contractor/Consultant must adhere to the following distribution limitation statement specified in the FTA regulation to their document before submission, Warning: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and No part of this record may be disclosed to persons without a need to know, as defined in 49 CFR parts 15 and 1520, except with the written permission of the Administrator of the Transportation Security Page 38
44 Special Provisions Administration or the Secretary of Transportation. Unauthorized release may result in civil penalty or other Action. 9. LIQUIDATED DAMAGES A. Time is the essence of this Contract. In the event of a delay in the performance on any Work beyond the applicable time as set forth in the Scope of Work, or beyond the period to which such time may be extended by HRT as herein provided, HRT shall be paid damages for such delay. Inasmuch as the amount of such damages in the loss to HRT will be extremely difficult to ascertain, it is hereby expressly agreed that such damages will be liquidated and paid as follows: In the event the Contractor fails to meet all specification requirements as defined herein during the scheduled end-to-end performance test period, HRT shall be entitled to damages of $2,500 per day if performance problems or specifications problems continue beginning with the first day the Testing exceeds the timeframe established in the Contractor s Proposed Work Plan and Transition Plan. B. HRT will have the right to deduct such liquidated damage assessments from any monies due or which may thereafter become due to the Contractor under this Contract. END OF SECTION Page 39
45 General Conditions 1. DEFINITIONS AND ACRONYMS GENERAL CONDITIONS Agency or Commission or HRT or TDCHR or Board of Commissioners or Administration or Hampton Roads Transit means the Transportation District Commission of Hampton Roads. Change Order or Modification means a written document signed by HRT, and issued to the Contractor, which alters the scope of the Work to be performed by the Contractor, changes the schedule for performance of the Work, increases or decreases the Contractor s compensation, or makes any other change to the Contract. Completion means final completion. Contract includes the properly executed Solicitation, Offer and Award Form; the Contractor s offer, including executed bid/proposal forms and attachments; the Special Provisions, General Conditions, Appendices, Exhibits, Plans, and Specifications; properly executed Certificates of Insurance; Payment Bond; Performance Bond; List of Subcontractors; List of Changes in Subcontractors, due to Alternates; Notice(s) to Proceed; and all Amendments (Addenda) issued prior to and all Modifications (Change Orders) issued after execution of the Contract. Contract Administrator means the person granted authority to act on behalf of the Commission in all matters concerning this Contract, any successor thereto, and the authorized representative of the Contract Administrator acting within the limits of authority delegated by the Contract Administrator. The term Contracting Officer may also be used to delineate this responsibility. Contractor or Consultant means the individual, firm, partnership, corporation, joint venture, or combination thereof who as an independent Contractor has entered into this Contract with HRT for the performance of the Work required by the Contract. Days except as otherwise provided herein, shall refer to calendar days, including without limitation weekends and holidays. Final Completion means fulfillment of all the Contractor s obligations under the Contract. Materials includes materials, equipment, products, articles and other physical items incorporated or to be incorporated into the Work. Owner means Hampton Roads Transit. Page 40
46 General Conditions Product Data includes written or printed descriptions, illustrations, standard schedules, performance charts, instructions, brochures, diagrams, drawings, or other information furnished by the Contractor to describe Materials to be used for some portion of the Work. Project means HRT s overall objective or endeavor of which this Contract forms a part. Project Manager or PM means either HRT s or the Contractor s designated and authorized representative and point of contact for managing the project. The PM is charged with the oversight and administration of the performance of the Work. Project Schedule means the schedule prepared by the Contractor and accepted by HRT setting forth the logical sequence of activities required for the Contractor s orderly performance and completion of the Work in accordance with this Contract, and specifically, to meet the specified milestone dates, including updates. RFP means Request for Proposal. Samples include physical examples of Materials to be supplied or workmanship, which shall, when approved by HRT, establish standards by which the Work shall be judged. Shop Drawings means drawings, diagrams, schedules, or other data prepared by the Contractor or any Subcontractor, manufacturer, supplier, or distributor to illustrate or detail some portion of the Work. Specifications means that part of the Contract containing written directions and requirements for completing the Work. Standards, or portions thereof, cited in the Specifications by reference shall have the same effect as if physically included in the Contract in their entirety. Special Provisions means contractual terms which supplement or modify the General Conditions. Any such Special Provision shall take precedence over any General Condition modified by it. Specialty Items means Materials which are of a special design or which require special fabrication specifically for this Project. Subcontract means any agreement including purchase orders (other than one involving an employer/employee relationship) entered into between the Contractor and a Subcontractor calling for services, labor, equipment, and/or materials required for the Contract performance, including any modification thereto. Subcontractor means any individual, firm, partnership, corporation, joint venture, or combination thereof, or other entity, other than employees of the Contractor, who contract with the Contractor or a Subcontractor of any tier to furnish services, labor, equipment and/or Page 41
47 General Conditions materials, or labor and materials, under this Contract. As used herein, the term Subcontractor is considered to include the term Supplier. Supplies, material and equipment, as used herein shall include without limitation, all items, tangible or intangible, to be incorporated in the Work or otherwise delivered to the Commission hereunder. Work means the furnishing of all of the supervision, labor, Materials, equipment, services, and incidentals necessary to complete any individual item and the entire Contract and the carrying out of any duties and obligations imposed on the Contractor by the Contract. 2. CHANGES The Contracting Officer may at any time, by a written order, and without notice to the sureties, make changes, within the general scope of this Contract. Such change shall serve to modify this Contract to the extent necessary to execute the change as directed. If any such change causes an increase or decrease in the cost of, or the time required for, the performance of any part of the work under this Contract, whether changed or not changed by the order, the Contracting Officer shall make an equitable adjustment in the Contract price, the delivery schedule, or both, and shall modify the Contract accordingly. The Contractor must assert its right to an adjustment under this article within three working days from the date of receipt of the written order. Failure by Contractor to give timely notice of the change could constitute waiver of a claim for an equitable adjustment. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted at any time before final payment of the Contract. If the Contractor s proposal includes the cost of equipment or materials made obsolete or excess by the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of such equipment or materials. Failure to agree to any adjustment shall be a dispute under the Disputes article. However, nothing in this article shall excuse the Contractor from proceeding with the Contract as changed. Granting or acceptance of extensions of time to complete the Work or furnish the labor, supplies, materials, or equipment required under the Contract will not release the Contractor or its surety from their obligations hereunder. 3. ORDER OF PRECEDENCE If any portion of the Contract Documents shall be in conflict with any other portion, the various documents comprising the Contact Documents shall govern in the following order of Page 42
48 General Conditions precedence: Contract Modifications (Change Orders), Contract Agreement, Contract Appendices, Special Provisions, General Conditions, Plans, Technical Specifications, Contractor s proposal including executed forms and attachments. 4. ASSIGNMENT AND DELEGATION The Contractor shall neither delegate any duties or obligations under this Contract nor assign, transfer, convey, sublet or otherwise dispose of the Contract or its right, title or interest in or to the same, or any part thereof, without previous consent in writing from the Contracting Officer. 5. AUTHORITY OF OWNER S REPRESENTATIVE The Work of the Contract will be conducted under the general direction of HRT s Project Manager (PM). The PM has authority to oversee the performance of the work, and may take the following actions: A. Act as the principal technical point of contact with the Contractor. B. Review and approve invoices and payment estimates. In those cases requiring release of final retained percentage of payment, the Project Manager will make his/her recommendations in writing to the Contracting Officer; C. Coordinate correspondence with the Contract Administrator if it significantly affects the contractual terms, or the rights and obligations of the parties thereunder. D. Notify the Contract Administrator whenever the Project Manager has reason to believe that any estimated cost not to-exceed amount for a Contract modification will be exceeded. E. Approve, in writing, the Contractor s progress schedule when required. F. Receive from the Contractor monthly DBE status reports, if applicable. G. Upon notice from the Contractor that the Work is Substantially Complete, conduct an inspection of the Work, establish a Punch List, and advise the Contract Administrator as to whether or not Substantial Completion has been attained. H. Provide the Contract Administrator with a written notification after all Work has been satisfactorily completed with stating that he/she is not aware of any open issues that would preclude close out of the Contract. The Contractor shall adhere to the actions below only if received from or directed by the Contracting Officer or his designee. A. Contract modifications Page 43
49 General Conditions B. Issuance of written orders to stop and/or resume work. C. Negotiations with the Contractor for adjustment of Contract price and/or time. The presence or absence of HRT s Project Manager or inspectors at any time shall not relieve the Contractor from adherence to any requirement of the Contract. 6. FLOWDOWN The Contractor shall ensure appropriate flow-down of applicable contract provisions to appropriate subcontracts of every tier. Contractor agrees that it will incorporate the provisions of this Contract, to the extent applicable, into all subcontracts and orders with Subcontractors and suppliers of all tiers. It is understood that these provisions apply to all types of Contracts and/or subcontracts specifically including lump sum (or fixed price Contracts), unit price Contracts, and/or cost type Contracts with or without a guaranteed maximum. It is further understood that change order provisions will apply to all methods of change order pricing specifically including lump sum change order proposals and cost type change order proposals. 7. SUBCONTRACTING HRT reserves the right, without liability, to approve any Subcontractor of any tier employed by the Contractor hereunder. Nothing in the Contract shall create any contractual relationship between HRT and any Subcontractor. The Contractor is fully responsible to HRT for the acts and omissions of its Subcontractors, vendors, materialmen, and persons directly employed by any of them. Contractor shall not, without the prior written consent of the Contracting Officer, substitute any Subcontractor in place of any previously approved Subcontractor. When a portion of the Work which has been subcontracted by the Contractor is not being performed in a manner satisfactory to HRT, the Subcontractor shall be removed immediately upon the written request of HRT, and shall not be employed for any future Work under the Contract. HRT reserves the right to direct the removal from the Work site of any individual employed, directly or indirectly, by the Contractor or any Subcontractor. No substitution or replacement of a Subcontractor, however caused, shall relieve the Contractor of its obligation to attain the percentage of DBE activity specified herein. Contractor shall, within ten (10) days of receiving payment from the Commission, pay all amounts properly due to its Subcontractors and materialmen, and shall cause its Subcontractors of every tier to pay their Subcontractors and materialmen within an equivalent period after their receipt of payment. Contractor shall promptly notify the Commission of any circumstance in which payment is not so made. Failure to comply with Page 44
50 General Conditions the requirements of this paragraph may be deemed a material breach of this Contract. Any retainage held at the completion of a Subcontractor s work shall be returned to the Subcontractor within 30 days of the completion and acceptance of the Subcontractor s work. For those Contracts for which a DBE goal has been established, the failure to perform in accordance with the DBE program detailed in Appendix A may result in partial or full suspension of payment and/or progress payments. Should Contractor wish to withhold payment otherwise due a Subcontractor hereunder, it shall notify the Commission s representative of such intention in writing, providing the reasons for such withholding. Approval of such withholding by HRT is required. Contractor shall furnish HRT with a copy of the notice given to the Subcontractor or Supplier specifying: A. The amount to be withheld; B. The specific causes for the withholding under the terms of the Subcontract; and C. The remedial actions to be taken by the Subcontractor or Supplier in order to receive payment of the amounts withheld. 8. DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS This Contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs: Virginia s Small, Women and Minority Owned Business Certifications (SWaM/MBE/WBE) ARE NOT an acceptable substitution for FTA s required DBE certification. Throughout the term of this Contract, Contractor shall have a continuing obligation to attain the DBE goal it committed to in its offer, as may be adjusted to reflect modifications to the Scope of Work from time to time. Failure to do so may result in the imposition of sanctions up to and including termination for default. The Contractor shall submit the required Appendix A, Form E, Schedule of DBE Participation, on a monthly basis directly to HRT s DBE Project Manager. As part of the flow down requirements, Contractor shall require that all DBE Subcontractors submit the required Appendix A Form E-2, DBE Subcontractor Monthly Report, directly to HRT s DBE Project Manager on a monthly basis. Page 45
51 General Conditions 9. INVOICES Mail original and one copy of all invoices to Transportation District Commission of Hampton Roads ATTN: Accounts Payable, 3400 Victoria Blvd, Hampton, VA Electronic invoices may be submitted to The form and content of invoices are subject to review and approval by HRT. Payment will be made only after receipt and approval of a proper invoice. A proper invoice includes the purchase order/contract number, date of invoice, dates of delivery of item/service, a description of the item/service delivered, sizes and quantities if applicable, unit prices, and extended totals, and any additional information required by HRT. Invoices shall be accompanied by any supporting documentation that may be required by the Commission. Contractor shall also provide a Form E Contractor s Monthly DBE Payment Report, as applicable, with each application for payment. This form is provided in Appendix A. 10. PAYMENTS HRT shall pay to Contractor, at the times and in the manner hereinafter provided, the amount set forth in the Price Schedule for the Work satisfactorily performed, contingent upon Contractor's satisfactory compliance with the terms and conditions of the Contract. Contractor agrees to accept that amount as full and final payment for all labor, materials, supplies, equipment, overhead, profit, taxes, duties, and charges of whatever nature incurred by Contractor in performing its obligations under the Contract. Contractor shall not request payment from HRT of any amount that the Contractor has withheld or retained from Subcontractors or Suppliers until such time that Contractor has determined and certified to HRT that the Subcontractor is entitled to the payment of such amount. If Contractor has made application for payment to HRT and subsequently withholds or retains payments from a Subcontractor, Contractor may be obligated to pay interest to HRT on that amount, in addition to any other remedies HRT may have hereunder. No approval for payment, nor any payment, nor any partial or entire use or occupancy of any portion of the Work by HRT, shall constitute an acceptance of any Work that is not in accordance with the Contract. In the event Progress Payments are applicable, and unless otherwise specified in the Special Provisions or Specifications, within thirty (30) Days after receipt of HRT's Notice to Proceed, and prior to submission of Contractor's first invoice, Contractor shall submit to HRT a supplementary Schedule of Values allocated to various portions of the Work, prepared in such form and supported by such data to substantiate its accuracy as HRT may Page 46
52 General Conditions require. When accepted by HRT, that schedule, shall be the basis for determining the amount of each progress payment. Contractor shall submit monthly invoices setting forth the percentage of Work, or units of Work where applicable, completed during the month and the amount due for such Work based upon the Bid Price Schedule and any supplementary schedule of values that may be required by the PM. By submitting a Request for Payment, Contractor warrants that: A. Title to all Materials furnished by Contractor or incorporated into the Work by Contractor and covered by the progress payment shall pass to HRT at the time Contractor receives the progress payment; B. All Materials are free and clear of all liens, claims, security interests, or encumbrances; and C. No Materials have been acquired by Contractor, or by any other person performing Work at the Work Site or furnishing Materials for the Work under this Contract, that are subject to an agreement under which an interest in, or encumbrance on, the Materials or equipment is retained by the seller or otherwise imposed. HRT may, upon request and at its discretion, furnish to any Subcontractor information regarding the percentages of completion or the amounts applied for by Contractor and the action taken on the application by HRT on account of Work done by the Subcontractor. 11. AVAILABILITY OF FUNDS A. Funds may not be presently available for performance under this Contract beyond the end of the Commission s current fiscal year (July 1 to June 30). The Commission s obligation for performance of this Contract beyond that date is contingent upon the availability of funds from which payment for Contract purposes can be made. No legal liability on the part of the Commission for any payment may arise for performance under this Contract until funds are made available to the Contracting Officer for performance and until the Consultant receives notice of availability, to be confirmed in writing, by the Contracting Officer. Any option exercised by the Commission which will be performed in whole or in part in a subsequent fiscal year is subject to availability of funds in the subsequent fiscal year and will be governed by the terms of this Article. B. This Contract may be funded in whole or in part by grants from the Federal Transit Administration, the Commonwealth of Virginia or the Commission s member Page 47
53 General Conditions communities. The performance of this Contract is expressly contingent upon receipt of such funds. 12. WITHHOLDING OF PAYMENTS HRT may withhold all or part of a payment to the extent deemed necessary to protect HRT from loss because of (1) defective work not remedied; (2) third party claims filed, or evidence reasonably indicating that a third party claim will be filed; (3) failure of Contractor to make payments properly to Subcontractors, or for labor, materials, or equipment; (4) reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract price; (5) damage to HRT or another Contractor; (6) Contractor's failure to carry out the Work in accordance with the Contract; (7) Contractor's failure to comply with any material provision or requirement of the Contract; (8) Contractor's failure to pay the deductible portion of any insured claim filed by third parties against the Contractor. (9) Contractor's failure to provide the required progress schedules and record drawings in accordance with the Contract; (10) any sums expended by HRT in performing any of the Work under the Contract which the Contractor has failed to perform; or (11) liquidated damages. 13. CONDITIONS AFFECTING THE WORK The Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and extent of the work, and the general and local conditions which can affect the work or the cost thereof. Any failure by the Contractor to do so shall not relieve the Contractor from responsibility for successfully performing work without additional expense to the Commission. The Commission assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of this Contract, unless such understanding or representations are expressly stated in the Contract. 14. GOVERNING LAW Unless otherwise provided in the Contract Documents, the Contract shall be governed by the laws of the Commonwealth of Virginia to the extent that the procurement conforms to applicable Federal law, including the requirements and standards incorporated in FTA Circular F. 15. WAIVER OF CONDITIONS The waiver of any provision, term or condition in this Contract by HRT on any particular occasion shall not constitute a general waiver of that or any other provision, term or condition, nor a release from the Contractor s obligation to otherwise perform or observe any Page 48
54 General Conditions other provision, term or condition of the Contract, and shall not be considered a precedent for future waivers. 16. NOTICE OF INTENT TO FILE A CLAIM Whenever the Contractor deems a potential claim has arisen, the Contractor shall within three days notify the Contract Administrator in writing of its intent to file a claim, before proceeding with any Work viewed by the Contractor as outside of the current scope of work. The claim shall be submitted within thirty (30) calendar days of initial notification. Should the Contractor assert a claim against the Commission, under this or any other provision of this Contract, involving an amount in excess of fifty thousand dollars ($50,000.00), it shall accompany such claim with a sworn affidavit and certification that, to the best of the Contractor s knowledge and belief, the facts and amounts stated in the claim are true and complete and that the claim is asserted in good faith. Failure to submit such affidavit and certification shall be grounds for denial of such claim. 17. SEVERANCE If any part of Contract is declared invalid by a court of law, such decision will not affect the validity of any remaining portion, which shall remain in full force and effect, to the greatest extent consistent with the determination of such court. 18. GENERAL INSURANCE REQUIREMENTS **NOTICE Insurance Requirements are mandatory and non-negotiable. Proposals that do not provide a Sample Certificate of Insurance confirming the required Insurance Coverage will be deemed non-responsive. RFP # must be listed in the Description/Remarks of the Certificate. The Contractor shall procure and maintain, at his own cost and expense, during the entire period of the performance under this contract, the following types of insurance. IMPORTANT NOTE: Cancellation of insurance will automatically place the contractor in default. Contractor shall keep proper insurance in full force and effect at all times during the life of the contract. PRIVACY AND NETWORK LIABILITY $2,000,000 WORKERS COMPENSATION: A policy complying with the requirements of the statutes of the jurisdiction(s) in which the work will be performed, and if there is any exposure to any of the Contractor or Subcontractor personnel with the U. S. Longshoremen s and Harbor Workers Act, Jones Page 49
55 General Conditions Act, Admiralty Laws or the Federal Employers Liability Act, the Contractor will provide coverage for these requirements. Waiver of Subrogation to be included in favor of Transportation District Commission of Hampton Roads shall be clearly stated. A valid Certificate of Insurance evidencing the waiver and policy coverage limits must be provided prior to commencement of the contract. Worker s Compensation: STATUTORY Employer s Liability - Each Accident $500,000 Disease Policy Limits $500,000 Disease - Each Employee $500,000 COMMERCIAL GENERAL LIABILITY: The Contractor and any Subcontractor shall provide a valid Certificate of Insurance listing the insurance coverage maintained. The Commercial General Liability insurance shall include, at a minimum, the following coverage: $1,000,000 Each Occurrence $2,000,000 General Aggregate If the insurance contract has a Limit of Liability Aggregate, the minimum Aggregate level shall be $3,000,000 per policy year. The Contractor and any Subcontractor shall name the following as an Additional Insured and include Waiver of Subrogation: Transportation District Commission of Hampton Roads shall be included as an additional insured under the coverage for Commercial General Liability insurance with respect to all activities under this contract and shall provide a copy to the contracting officer. AUTOMOBILE INSURANCE: The Contractor and any Subcontractor shall provide a valid Certificate of Insurance listing the insurance coverage maintained. The Automobile Insurance maintained by the Contractor and any Subcontractor shall include, at a minimum, the following coverage: [ x ] Owned and Hired Automobiles [ x ] Non-Owned Automobiles The minimum Limit of Liability shall be: $2,000,000 Combined Single Limit Per Occurrence Page 50
56 General Conditions The Contractor and any Subcontractor shall name the following as an Additional Insured and include Waiver of Subrogation: Transportation District Commission of Hampton Roads shall be included as an additional insured under the coverage for Automobile Liability insurance with respect to all activities under this contract and shall provide a copy to the contracting officer. UMBRELLA/EXCESS LIABILITY Will accept Umbrella/Excess liability if limits above cannot be met under the primary contracts. The Contractor and any Subcontractor shall name the following as an Additional Insured and include Waiver of Subrogation: Transportation District Commission of Hampton Roads shall be included as an additional insured under the coverage for Umbrella/Excess Liability insurance with respect to all activities under this contract and shall provide a copy to the contracting officer. SPECIAL PROVISIONS OF INSURANCE FURNISHED BY CONTRACTOR OR ANY SUBCONTRACTOR (a) The Contractor shall forward to the Contracting Officer for approval a certificate, or certificates, issued by the insurer(s), of the insurance required under the foregoing provisions, including special endorsements. Such certificate(s) shall be in a form satisfactory to the Commission and shall list the various coverage s and limits. Insurance companies providing the coverage must be acceptable to Commission; rated by A.M. Best and carry at least an A rating. In addition to any provisions herein before required, a provision of such insurance policies shall be that the policies shall not be changed or canceled, and they will be automatically renewed upon expiration and continued in full force and effect until final acceptance by the Commission of all work covered by the contract, unless the Commission is given thirty (30) days written notice before any change or cancellation is made effective. The Contractor shall promptly furnish the Contracting Officer with a certified copy of each insurance policy upon request. (b) All insurance shall be procured from insurance or indemnity companies acceptable to the Commission / Jurisdiction and licensed and authorized to do business in Commonwealth of Virginia. Commission/Jurisdiction approval or failure to disapprove insurance furnished by the Contractor shall not release the Contractor of full responsibility for liability for damage and accidents. Page 51
57 General Conditions (c) If at any time the above required insurance policies should be canceled, terminated or modified so that the insurance is not in full-force and effect as required herein, the Contracting Officer may terminate this contract for Default or obtain insurance coverage equal to that required herein, the full cost of which shall be charged to the Contractor and deducted from any payments due the Contractor. 19. ONSITE SAFETY AND SECURITY Contractor shall be responsible for compliance with all safety rules and regulations of the Federal Occupational Safety and Health Act of 1970, and all applicable Commonwealth of Virginia and local laws, ordinances, and regulations during the performance of construction at the Work Site. Upon request, Contractor or Subcontractor shall provide HRT with a list of names and residential addresses for all on-site representatives or individuals provided with a security badge and/or key. All Contractors, Subcontractors, and on-site representatives working near moving traffic, on HRT property or public roads, including right of way areas and vehicle yards, are required to wear a Type 2 vest. The vest shall be an outer garment and shall not be covered by anything, i.e. articles of clothing or a carrying bag, etc. Any substitutions such as Class 2 reflective Tee Shirts or reflective jackets must be pre-approved by HRT's Department of Safety Security and Risk Management. Upon entry into any HRT facility, all Contractors, Subcontractors, and on-site representatives must comply with all OSHA Regulations and HRT policies for Personal Protective Equipment (PPE) such as safety glasses, work boots, and protective gloves. 20. ENVIRONMENTAL, SAFETY AND HEALTH STANDARDS COMPLIANCE The Contractor shall comply with applicable environmental statutes, regulations, and guidelines in performing the Work. The Contractor shall also comply with applicable Occupational Safety and Health Administration (OSHA) standards, regulations, and guidelines in performing the Work. The Contractor shall be responsible for obtaining and posting Material Safety Data Sheets to the full extent required by law. 21. HAZARDOUS CHEMICALS AND WASTES The Contractor shall bear full and exclusive responsibility for any release of hazardous or non-hazardous chemicals or substances by it or its employees, agents, representatives, or by its Subcontractors or suppliers of any tier, or the employees, agents or representatives of any of them during the course of its performance of the Work. The Contractor shall immediately Page 52
58 General Conditions report any such release to HRT s Project Manager. The Contractor shall be solely responsible for compliance with all applicable Federal, State and local laws and regulations regarding reporting of such releases of hazardous chemicals or substances to appropriate government agencies. The Contractor shall be solely responsible for all claims and expenses associated with the response to, removal and remediation of such releases, including without limitation the payment of any fines or penalties levied against HRT as a result of such release, and shall hold harmless, indemnify, and defend HRT from any claims arising from such release. For purposes of this section only, claims include (1) all notices, orders, directives, administrative, or judicial proceedings, fines, penalties, fees, or charges imposed by any governmental agency with jurisdiction; and (2) any claim, cause of action, or administrative or judicial proceeding brought against HRT, its Commissioners, officers, employees or agents, or for any loss, cost (including reasonable attorney s fees) damage, or liability, sustained or suffered by any person or entity including HRT. In the event that the Contractor discovers hazardous materials in the course if its work, it shall immediately cease work in the affected area, remove its personnel, and notify a field representative of HRT or HRT s Project Manager, and shall not resume work until directed by HRT. Any delay or other costs incurred by the Contractor as a result of such work stoppage shall be compensable hereunder, provided that the Contractor (1) is not responsible for the hazardous materials under this Section; and (2) complies with the requirements of this paragraph regarding the stoppage of work, notification, and removal of personnel. If in the performance of the Work, the Contractor uses hazardous chemicals or substances or creates any hazardous wastes, as defined in federal and State law, all such resulting hazardous wastes shall be properly handled, stored and disposed of according to federal, State, and local laws, including the use of protective equipment and clothing by workers exposed to such hazardous materials, substances, or wastes, at the expense of the Contractor. The Contractor shall dispose of any and all such hazardous wastes under its own EPA Identification Number via a licensed hazardous waste transporter, at an appropriately permitted disposal facility selected by the Contractor. In no event shall HRT be identified as the generator of any such wastes. The Contractor shall determine whether any wastes generated during the Work is hazardous waste, and shall notify the HRT Project Manager if Contractor generates any hazardous wastes. HRT reserves the right to a copy of the results of any tests conducted on the wastes, and at HRT s cost, to perform additional tests or examine those wastes prior to disposition. The Contractor shall hold harmless, indemnify, and defend HRT from any claims arising from the disposal of such hazardous wastes regardless of the absence of negligence or other malfeasance by Contractor. Page 53
59 General Conditions 22. ENVIRONMENTAL MANAGEMENT AND SUSTAINABILITY HRT recognizes that environmental compliance involves everyone (both internal and external to HRT), and expects its Contractors, suppliers, and vendors to provide services in an environmentally-responsible manner. This includes, among other things, maximizing the use of recycled and recyclable materials and supplies, utilizing energy-efficient and nonpolluting vehicles and equipment, and encouraging employee awareness of environmentallysensitive activities in order to mitigate potential adverse impacts on the environment. HRT has instituted an Environmental Management System (EMS) that complies with the ISO 14001:2004 Standard. As such, it is HRT s responsibility to make sure all of its Contractors, suppliers and vendors are informed of its Environmental Management Policy and EMS Procedures. Acceptance of this purchase order constitutes acknowledgement of the information presented herein and included in HRT s Environmental Compliance Contractor Briefing Package and Preconstruction Mitigation Disclosure Form. 23. WARRANTY Definitions. Acceptance as used in this clause, means the act of an authorized representative of the Commission by which the Commission assumes for itself or an agent of another, ownership of the Work or any identified separable part thereof, or otherwise approves specific materials, supplies, equipment or services, as partial or complete performance of the Contract. Correction as used in this clause, means the elimination of a defect. Warranty of the Work is one (1) year from final acceptance. Items corrected during the warranty period will have an additional warranty period, from acceptance of the correction. Contractor shall obtain for the benefit of the Commission, each of its suppliers standard commercial warranty for items purchased by the Contractor and incorporated in the Work hereunder. All such warranties, as well as manuals or other documents related to the use or operation of such items, shall be provided to HRT prior to Final Acceptance of the Work. However, notwithstanding any warranty or inspection and acceptance by the Commission or any provision concerning the conclusiveness thereof, the Contractor warrants that all services performed and materials, supplies or equipment furnished under this Contract will, at time of acceptance, be free from defects in workmanship and conform to the requirements of this Contract. The Contracting Officer shall give written notice to the Contractor of any defect or nonconformance identified by the Commission. This notice shall state either (1) that the Contractor shall correct or reperform any defective or nonconforming services, or (2) that the Commission does not require corrective action or reperformance. Page 54
60 General Conditions If the Contractor is required to correct or reperform, it shall be at no cost to the Commission, and any services corrected or reperformed by the Contractor shall be subject to this clause to the same extent as work initially performed. If the Contractor fails or refuses to correct or reperform, the Contracting Officer may, by Contract or otherwise, correct or replace with similar service and charge to the Contractor the cost occasioned to the Commission thereby, or make an equitable adjustment in the Contract price. The Contractor shall not be entitled to any extension of the Contract schedule as a result of any required correction or reperformance, or failure to do so. If the Commission does not require correction or reperformance, the Contracting Officer shall make an equitable adjustment in the contact price. In addition to the Contractor s warranty defined herein, warranties provided by a manufacturer shall be passed on to HRT at no additional cost. 24. INSPECTION OF SERVICES Definition: Services, as used in this clause, includes services performed, workmanship, and materials, supplies, equipment whether tangible or intangible furnished or utilized in the performance of services. The Contractor shall provide and maintain an inspection system acceptable to the Commission covering its services under this Contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Commission during Contract performance and for as long afterwards as the Contract requires. The Commission has the right to inspect all services called for by the Contract, to the extent practicable at all times and places during the term of the Contract. The Commission shall perform inspections and tests in a manner that will not unduly delay the work. Contractor shall not cover over any portion of the work until such work is (1) inspected by HRT or its representative and the Contractor is authorized to close the work; or (2) HRT s representative authorizes closure of the work without inspection. Should Contractor fail to afford HRT a reasonable opportunity to inspect the work before closure, it shall be liable for all costs and any delay to the project for it or for other Contractors occasioned thereby. If any of the services do not conform to Contract requirements, the Commission may require the Contractor to reperform the services in conformity with Contract requirements, at no cost or delay to the Commission, including costs of reinspection. When defects in services cannot be corrected by reperformance, the Commission may - Page 55
61 General Conditions A. Require the Contractor to take necessary action to ensure that future performance conforms to Contract requirements; and B. Reduce the Contract price to reflect the reduced value of the services performed. C. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with Contract requirements, the Commission may - D. By Contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Commission that is directly related to the performance of such service; or E. Terminate the Contract or the portion affected by the non-performance for default. 25. TITLE AND RISK OF LOSS Unless this Contract specifically provides for earlier passage of title, title to the Work, and any supplies, material or equipment covered by this Contract shall pass to the Commission upon formal acceptance, regardless of when or where the Commission takes physical possession. Unless this Contract specifically provides otherwise, risk of loss of or damage to the Work, or supplies, materials and equipment covered by this Contract shall remain with the Contractor until, and shall pass to the Commission upon: A. Substantial Completion or Final Completion, as specified, of the Work or any identified separable part thereof. B. Acceptance by the Commission or delivery of possession of the supplies to the Commission at the destination specified in this Contract, whichever is later. C. Notwithstanding (B) above, the risk of loss of or damage to supplies which so fail to conform to the Contract as to give a right of rejection shall remain with the Contractor until cure or acceptance, at which time (B) above shall apply. 26. DELIVERY The Contractor shall prepare all equipment and materials for shipment in such a manner as to protect them from damage in transit, and shall be responsible for and repair all damaged parts or replace all losses incurred in the course of delivery of the equipment and materials to the Work Site. 27. MATERIALS AND WORKMANSHIP All materials, parts and equipment furnished by the Contractor shall be new, high grade and free from defects. Workmanship shall be in accordance with generally accepted industry Page 56
62 General Conditions standards. The Contractor shall establish and maintain quality assurance policies and procedures to ensure compliance with these specifications. Such policies and procedures shall be subject to review and approval by the Commission. Any material or equipment not conforming to the requirements of these Contract Documents or found to be damaged or defective at the time of delivery shall be replaced by the Contractor without additional cost to HRT, including the cost of delay to the Contractor or other Contractors. If the Contractor shall fail to comply promptly with any order of the Contracting Officer to replace or repair damaged or defective material, equipment or work, the Contracting Officer shall, upon written notice to the Contractor, have the authority to deduct the cost of such replacement or repair, including but not limited to its administrative costs for obtaining such replacement or repair and any costs of delay occasioned thereby, from any compensation due or to become due to the Contractor. HRT shall have the right to correct defective work, which is not remedied by Contractor, with other forces at the Contractor s expense. HRT shall have the right to uncover and examine work that has been covered prior to inspection and acceptance. The uncovered work shall be recovered at Contractor s expense. Nothing in this section shall limit or restrict the provisions of any warranty of fitness as set forth in the Special Provisions, these General Conditions, and other portions of the Contract Documents. 28. SUSPENSION HRT may, without cause, order the Contractor in writing to suspend, delay or interrupt the Work in whole or in part for such period of time as HRT may determine. An adjustment may be made for increases in the schedule or cost of performance of the Contract excluding profit on the increased cost of performance, caused by suspension, delay or interruption. No adjustment shall be made to the extent: (1) that performance is, was or would have been suspended, delayed or interrupted by another cause for which the Contractor is responsible; or (2) that an equitable adjustment is made or denied under another provision of this Contract. 29. DELAY OF WORK If the performance of all or any part of the work is delayed or interrupted by an act of the Contracting Officer in the administration of this Contract, which act is not expressly or impliedly authorized by this Contract, or by his/her failure to act within the time specified, an Page 57
63 General Conditions adjustment (excluding profit) shall be made for any increase in the schedule or cost of performance of this Contract caused by such delay or interruption and the Contract modified in writing accordingly. Adjustment shall be made also in the delivery or performance dates and any other contractual provision affected by such delay or interruption. However, no adjustment shall be made under this article for any delay or interruption to the extent that performance would have been delayed or interrupted by any other cause, including the fault or negligence of the Contractor; or for which an adjustment is provided or excluded under any other provision of this Contract. No claim under this clause shall be allowed for any costs incurred more than twenty (20) working days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act involved; and unless the claim, in an amount stated, is asserted in writing as soon as practicable after the end of such delay or interruption, but not later than the date of final payment under the Contract. 30. STOP WORK ORDER The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part of the work called for by this Contract for a period not to exceed 90 calendar days after the order is delivered to the Contractor or any other date cited in the order, and for any further period to which the parties may agree. Any such order shall be specifically identified as a Stop Work Order issued pursuant to this article. Upon receipt of such an order, the Contractor shall forthwith comply with its terms and take all reasonable steps to protect and preserve the work, minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 calendar days after a stop work order is delivered to the Contractor, or within any extension of that period, the Contracting Officer shall either cancel the stop work order, or terminate the work covered by such order as provided in Section 33, Termination for Convenience, of these General Conditions. If a stop work order issued under this article is cancelled or the period of the order or any extension thereof expires, the Contractor shall resume work. An equitable adjustment shall be made in the delivery schedule or Contract price, or both, and the Contract modified in writing accordingly, if: A. The stop work order results in an increase in the time required for, or in the Contractor s cost properly allocable to the performance of any part of this Contract, and B. The Contractor asserts a claim for such adjustment within 30 calendar days after the end of the period of work stoppage; provided that, if the Contracting Officer decides the facts Page 58
64 General Conditions justify such action, he may receive and act upon any such claim asserted at any time prior to final payment under this Contract. If a stop work order is not cancelled and the work covered by such order is terminated for the convenience of the Commission, the reasonable costs resulting from the stop work order shall be allowed in arriving at the termination settlement. 31. DISPUTES (applicable if over $100,000) Except as otherwise provided in this Contract, any dispute concerning a question of fact arising under this Contract which is not disposed of by agreement shall be decided by the Director of Procurement, who shall reduce his/her decision to writing and deliver a copy thereof to the Contractor. The decision of the Director of Procurement shall be final and conclusive unless, within thirty (30) calendar days from the date of receipt of such copy, the Contractor delivers to the Director of Procurement a written appeal addressed to the Board of Commissioners. The decision of the Board of Commissioners or its duly authorized representative for the determination of such appeals shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as to necessarily imply bad faith, or not supported by substantial evidence. In connection with any appeal proceeding under this article, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the Contract and in accordance with the Director of Procurement s decision. This Disputes section does not preclude consideration of questions of law in connection with decisions rendered hereunder. Nothing in this Contract, however, shall be construed as making final the decisions of the Commissioners or its representative on a question of law. Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of Hampton Roads Transit. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of such decision, the Contractor mails or otherwise furnishes a written appeal to the Commission s Director of Procurement. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Director of Procurement shall be binding upon the Contractor and the Contractor shall abide be the decision. A. Performance During Dispute - Unless otherwise directed by the Contract Administrator, Contractor shall continue performance under this Contract while matters in dispute are being resolved. Page 59
65 General Conditions B. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of its employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. C. Remedies - Unless this Contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the Commonwealth of Virginia.. D. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Commission, its agents, Consultants or Contractors, or the Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. E. A dispute between the Contractor and a Subcontractor relating to the amount or entitlement of a Subcontractor to a payment or a late payment interest penalty under a clause included in a Subcontract does not constitute a dispute to which HRT is a party. HRT shall not be included as a party in any such administrative or judicial proceeding involving a dispute. 32. TERMINATION FOR DEFAULT (applicable if over $10,000) The Commission may, subject to the provisions herein, by written notice of default to the Contractor, terminate the whole or any part of this Contract in any one of the following circumstances: A. The Contractor is in material breach of any provision of this Contract; B. The Contractor makes a general assignment of this Contract for the benefit of creditors; C. The Contractor repeatedly fails to make prompt payment to Subcontractors or for Material or labor; or Page 60
66 General Conditions D. The Contractor disregards laws, regulations, ordinances, the orders of a legal authority, or the instructions of HRT; and the Contractor has not remedied the breach within ten (10) Days after receiving written notice from HRT. In addition to its right to terminate the Contract for the reasons set forth above, if the Contractor fails to perform any of the other provisions of this Contract, or refuses or fails to perform the Work or any separable part, with the diligence that will ensure its completion in accordance with its terms or within the time specified in this Contract including any extension, and does not cure such failure within a period of ten (10) Days (or such longer period as the Contracting Officer may authorize in writing), HRT may, by written notice to the Contractor and with copy to surety, terminate the right to proceed with the Work (or the separable part of the Work) that has been delayed. In this event, the Contractor and its sureties shall be liable for any damage to HRT resulting from the Contractor's refusal or failure to complete the Work within the specified time, or for liquidated damages for delay, as fixed in the Contract, whether or not the Contractor's right to proceed with the Work is terminated. This liability includes any increased costs incurred by HRT in completing the Work. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for HRT s convenience pursuant to Section 33 of these General Conditions. The rights and remedies of HRT in this Article are in addition to any other rights and remedies provided by law or under this Contract. In the event the Commission terminates this Contract in whole or in part, the Commission may procure, upon such terms and in such manner as the Contracting Officer may deem appropriate, supplies or services similar to those so terminated, and the Contractor shall be liable to the Commission for any excess costs for such similar supplies or services incurred by the Commission, including but not by way of limitation the costs of reprocurement; provided, that the Contractor shall continue the performance of this Contract to the extent not terminated under the provisions of this article. Except with respect to defaults of Subcontractors, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises out of causes beyond the reasonable anticipation and control, and without the fault or negligence of the Contractor. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of the Government in its sovereign capacity or the Commission in its contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe Page 61
67 General Conditions weather; but in every case the failure to perform must be beyond the reasonable anticipation and control and without the fault or negligence of the Contractor. If the failure to perform is caused by the default of a Subcontractor, and if such default arises out of causes beyond the reasonable anticipation and control of both the Contractor and Subcontractor, and without the fault or negligence of either of them, the Contractor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the Subcontractor were obtainable from other sources in sufficient time to permit the Contractor to fulfill its contractual obligations. If this Contract is so terminated, the Commission, in addition to any other rights provided in this article, may require the Contractor to transfer title and deliver to the Commission, in the manner and to the extent directed by the Contracting Officer, any completed supplies, and such partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information, and Contract rights (hereinafter called manufacturing materials ) as the Contractor has specifically produced or specifically acquired for the performance of such part of this Contract as has been terminated; and the Contractor shall, upon direction of the Contracting Officer, protect and preserve property in the possession of the Contractor in which the Commission has an interest. Payment for completed supplies delivered to and accepted by the Commission shall be at the Contract price. Payment for manufacturing materials delivered to and accepted by the Commission and for the protection and preservation of property shall be in an amount agreed upon by the Contractor and Contracting Officer; failure to agree to such amount shall be a dispute concerning a question of fact within the meaning of Section 31, Disputes of these General Conditions. The Commission may withhold from amounts otherwise due the Contractor for such completed supplies or manufacturing materials such sum as the Contracting Officer determines to be necessary to protect the Commission against loss because of outstanding liens or claims of former lien holders. 33. TERMINATION FOR CONVENIENCE (applicable if over $10,000) The performance of work under this Contract may be terminated by the Commission in whole, or from time to time, in part in accordance with this Section, whenever the Contracting Officer shall determine that such termination is in the best interest of the Commission. Any such termination shall be effected by delivery to the Contractor of a written Notice of Termination specifying the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. Page 62
68 General Conditions After receipt of a Notice of Termination, except as otherwise directed by the Contracting Officer, the Contractor shall proceed with the following regardless of any delay in determining or adjusting any amounts due under this clause: A. Stop work under the Contract on the date and to the extent specified in the Notice of Termination; B. Place no further orders or subcontracts for materials, services, or facilities, except as may be necessary for completion of such portion of the Work which is not terminated; C. Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the Notice of Termination; D. Assign to the Commission, in the manner, at the time, and to the extent directed by the Contracting Officer, all of the rights, title, and interests of the Contractor under the orders and subcontracts so terminated, in which case the Commission shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; E. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Contracting Officer, to the extent he/she may require; the approval or ratification shall be final for purposes of this article; F. Transfer title to the Commission and deliver in the manner, at the times, and to the extent, if any, directed by the Contracting Officer: i. the fabricated or unfabricated parts, work in process, completed work, supplies, and other material produced as a part of, or acquired in connection with the performance of the work terminated by the Notice of Termination; ii. the completed or partially completed plans, drawings, information and other property, tangible or intangible, which, if the Contract had been completed, would have been required to be furnished to the Commission; G. Use its best efforts to sell, in the manner, at the times, to the extent, and at the price or prices directed or authorized by the Contracting Officer, any property of the type referred to in paragraph F above, provided, however, that the Contractor (i) is not required to extend credit to any purchaser and (ii) may acquire the property under the conditions prescribed by, and at prices approved by HRT. The proceeds of any transfer or disposition will be applied to reduce any payments to be made by HRT under this Page 63
69 General Conditions Contract, credited to the price or cost of the Work, or paid in any other manner directed by HRT; H. Take such action as may be necessary, or as the Contracting Officer may direct, for the protection and preservation of the property related to this Contract which is in the possession of the Contractor and in which the Commission has or may acquire an interest; and I. Complete performance of such part of the Work not terminated by the Notice of Termination. After receipt of a Notice of Termination, the Contractor shall submit to the Contracting Officer its termination claim, in the form and with certification prescribed by the Contracting Officer. Such claims shall be submitted promptly but in no event later than one (1) year from the effective date of termination. Upon failure of the Contractor to submit his termination claim within the time allowed, the Contracting Officer may determine on the basis of information available, the amount, if any, due the Contractor because of the termination and shall pay the amount determined. In the event of the failure of the Contractor and the Contracting Officer to agree upon the whole amount to be paid the Contractor, the Contracting Officer shall determine, on the basis of available information, the amount if any, due the Contractor by reason of the termination and shall pay to the Contractor the amounts determined on the following basis: J. For Work performed before the effective date of termination, the total (without duplications of any items) of: i. The cost of the Work performed; ii. iii. The cost of settling and paying termination settlement proposals under terminated subcontracts that are properly chargeable to the terminated portion of the Contract, if not included in J.i. above; and Profit on J.i. above, as determined by the Contracting Officer to be fair and reasonable; however, if it appears that the Contractor would have sustained a loss on the entire Contract had it been finally completed, HRT shall allow no profit under Article and shall reduce the settlement to reflect the indicated rate of loss. K. The reasonable costs of settlement of work terminated, including accounting, legal, clerical, and other expenses reasonably necessary for the preparation of settlement claims and supporting data with respect to the terminated portion of the Contract and for the termination and settlement of subcontracts thereunder, together with reasonable storage, Page 64
70 General Conditions transportation, and other costs incurred in connection with the protection or disposition of property allocable to this Contract. The total sum to be paid to the Contractor shall not exceed the total Contract price as reduced by the amount of payments otherwise made and as further reduced by the Contract price of work not terminated. There shall be excluded from the amounts payable to the Contractor the fair value, as determined by the Contracting Officer, of property which is destroyed, lost, stolen, or damaged so as to become undeliverable to the Commission, or sold to a buyer. The payment shall be further reduced by all unliquidated advances or other payments to the Contractor under the terminated portion of this Contract; any claim which HRT has against the Contractor under this Contract; and the agreed price for, or the proceeds of sale of, Materials, supplies, or other things acquired by the Contractor or sold under the provisions of this Condition and not recovered by or credited to HRT. Costs claimed, agreed to, or determined shall be in accordance with the applicable contract cost principles and procedures in OMB Circular A-87 (2 CFR Part 225) in effect on the date of this Contract. The Contractor shall have the right to appeal, under the General Condition 31, Disputes, from any determination made by the Contracting Officer, except that, if the Contractor has failed to submit its claim within the time provided and has failed to request extension of such time, it shall have no such right of appeal. In any case where the Contracting Officer has made a determination of the amount due, the Commission shall pay to the Contractor the amount as determined by the Contracting Officer. If the termination hereunder is partial, prior to the settlement of the terminated portion of this Contract, the Contractor may file with the Contracting Officer a request in writing for an equitable adjustment of the price or prices specified in the Contract relating to the continued portion of the Contract (the portion not terminated by the Notice of Termination) for reasons arising from the termination, and such equitable adjustment as may be agreed upon shall be made in such price or prices. Unless otherwise provided in this Contract or by statute, the Contractor shall maintain all records and documents relating to the terminated portion of this Contract for three (3) years after final settlement. This includes all books and other evidence bearing on the Contractor's costs and expenses under this Contract. The Contractor shall make these records and documents available to HRT, at the Contractor's office, at all reasonable times, without any direct charge. If approved by the Contracting Officer, photographs, microphotographs, or other authentic reproductions may be maintained instead of original records and documents. Page 65
71 General Conditions 34. CONFLICT OF INTEREST Neither the Contractor nor any person or company affiliated with it shall have, during the term of this Contract and any extensions thereof, any contractual or other financial relationship with the Commission, its members, officers, employees, or agents, with any Commission prime Contractor, or with any Subcontractor or supplier to any Commission prime Contractor other than the contractual relationship established under this Contract, as described by law. Nothing herein shall preclude a Contractor from participating in other competitive procurements issued by HRT or its member jurisdictions for work unrelated to this Contract, except as prohibited by the Organizational Conflict of Interest stipulations below. Unless specifically exempted from the conditions of this provision by the Contracting Officer, any HRT Contractor, Subcontractor, subsidiary, or other entity which is legally related to an entity or party which develops or drafts specifications, requirements, statements of work, invitations for bids, or otherwise is in a position to influence the nature, scope or conditions of a subsequent Commission solicitation or Contract which provides an unfair competitive advantage, shall be excluded from competing under such solicitation or receiving such Contract. Any violation of this requirement may result in the offending party being denied award of a Contract or rescission of a Contract if awarded, or other appropriate sanctions by the Commission. Upon request of the Contractor and upon full disclosure and for good cause the Contracting Officer may in his/her sole discretion grant an exception to the requirement above, when in his/her judgment the exception will not create a conflict between the Contractor s duties and obligations under this Contract and the duties and obligations imposed on the Contractor under the contractual or other relationship for which an exception is requested. If, during the performance of this Contract and any extension thereof, the Contractor becomes aware of any relationship, financial interest, or other activity in which it or an affiliated person or company is involved which is not in compliance with the provisions above, it shall promptly notify the Contracting Officer in writing and fully disclose all circumstances thereof. Should the Contracting Officer not grant an exception to the requirements of this Article, the Contractor shall, within ten working days of written notice from the Contracting Officer to do so, take all action necessary to comply with the terms above. If the Contractor fails to comply with the terms of this Article, the Contracting Officer, may withhold payments due under the Contract until such time as the Contractor is in compliance or, should the non-compliance remain uncorrected at the expiration of ten working days from Page 66
72 General Conditions written notice from the Contracting Officer as provided above, terminate the Contract for default pursuant to the provisions of this Contract. The Contractor in performing this Contract shall avoid any conduct which might result in or create for the Commission, its Commissioners, officers, employees or agents any conflicts of interest or favoritism and/or the appearance thereof and shall avoid any conduct which might result in a Commissioner, officer, employee or agent failing to adhere to the Standards of Conduct adopted by the Commission. Any determination by the Contracting Officer under this Article shall be final and shall be considered a question of fact within the meaning of the Disputes Article of this Contract. 35. COVENANT AGAINST CONTINGENT FEES The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the Commission shall have the right to annul this Contract without liability or in its discretion, to deduct from the Contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 36. GRATUITIES In connection with performance of work required under this Contract, or any changes or modifications relative thereto, the giving of or offering to give gratuities (in the form of entertainment, gifts or otherwise) by the Contractor, or any agent, representative or other person deemed to be acting on behalf of the Contractor, or any supplier or Subcontractor furnishing material to or performing work under this Contractor, or any agent, representative or other person deemed to be acting on behalf of such supplier or Subcontractor, to any Commissioner, officer, or employee of the Commission; or to any director, officer, employee or agent of any of the Commission s agents, consultants, representatives or other persons deemed to be acting for or on behalf of the Commission with a view toward securing a Contract or securing favorable treatment with respect to the awarding or amending, managing, or the making of any determinations with respect to the performing of such Contract is expressly prohibited. Violation of this provision shall be deemed an instance of default hereunder. Page 67
73 General Conditions 37. COLLUSION If at any time it shall be found that the person, firm, or corporation to whom a Contract has been awarded has, in preparing or presenting any bid or bids, including but not limited to proposals for Contract modifications, colluded with any other party or parties with the intent of preventing full and open competition or the obtaining by the Commission of a fair and reasonable price for the Work hereunder, then the Commission may terminate this Contract for default, or exercise such other remedies as it deems appropriate, and the Contractor and its sureties shall be liable to HRT for all loss or damage which HRT may suffer thereby. 38. INDEMNIFICATION A. The Contractor shall indemnify and hold harmless the Commission and its officers, agents, and employees against liability, including all costs incurred thereby, for any real or claimed infringement of any United States letters patent arising out of the performance of this Contract; or arising out of the manufacture or delivery of supplies under this Contract, and for any violation of copyright or other proprietary rights of third parties arising out of any design, report, document or other material, in hard copy or electronic form, provided to the Commission hereunder. The foregoing indemnity shall not apply unless the Contractor shall have been informed as soon as practicable by the Commission of the claim, suit or action alleging such infringement, and shall have been given such opportunity as is afforded by applicable laws, rules, or regulations to participate in the defense thereof; and further, such indemnity shall not apply to: i. an infringement resulting from compliance with specific written instructions of the Contracting Officer directing a change in the performance of the Contract in a manner not recommended by or normally used by the Contractor; ii. iii. an infringement resulting from addition to, or change in, supplies or components furnished which addition or change was made by others subsequent to delivery or performance by the Contractor; or a claimed infringement which is settled without the consent of the Contractor, unless required by final decree of court of competent jurisdiction. B. The Contractor shall indemnify the Commission and its officers, agents, and employees against liability, including costs, for infringement of any United States letters patent arising out of the manufacture or delivery of supplies under this Contract, and for any violation of copyright or other proprietary rights of third parties arising out of any design, report, document or other material, in hard copy or electronic form, provided to the Commission hereunder. The foregoing indemnity shall not apply unless the Contractor Page 68
74 General Conditions shall have been informed as soon as practicable by the Commission of the actual or potential suit or action alleging such infringement violation, and shall have been given such opportunity as is afforded by applicable laws, rules, or regulations to participate in the defense thereof; and further, such indemnity shall not apply to: i. an infringement resulting from compliance with specific written instructions of the Contracting Officer directing a change in the supplies to be delivered or in the data, materials or equipment to be used, or directing a manner or performance of the Contract not normally used by the Contractor; ii. iii. an infringement resulting from addition to, or change in, such supplies or components furnished or alteration in any report, document or data furnished which addition, change or alteration was made subsequent to delivery or performance by the Contractor; or a claimed infringement which is settled without the consent of the Contractor, unless required by final decree of a court of competent jurisdiction. C. The Contractor will indemnify and hold harmless the Commission, its officers, employees, agents and/or their successors, assigns and/or heirs against any and all liability claims arising for injury, including personal injury to or death of any person or persons, and for any loss or damage to any person or property whatsoever, and for any costs incurred by the Commission thereby, to the extent caused by the negligent performance of this Contract, including the acts, errors or omissions of the Contractor, any Subcontractor, employee, agent or representative of the Contractor or any Subcontractor. Notwithstanding any other obligation or provision herein, Contractor shall not be obligated to indemnify HRT to the extent such loss or liability arises out of or is caused by or results from the negligence or willful misconduct of HRT or its representatives. D. Contractor shall indemnify the Commission, its officers, employees, agents and/or their successors, assigns and/or heirs against any liability, including but not limited to any civil or criminal penalties assessed against any of them resulting from the failure of the Contractor or any Subcontractor to conform to any law or regulation pertaining to professional services performed under this Contract. 39. COST OR PRICING DATA The Contractor shall submit to the Contracting Officer upon request cost or pricing data for any modification or proposed modification of this Contract, under the conditions described in this Paragraph and certify that, to the best of its knowledge and belief, the cost or pricing data Page 69
75 General Conditions submitted is current, accurate, and complete. The Contractor shall also certify that costs proposed hereunder are allocable, allowable, and reasonable in accordance with cost principles and practices under Part 31 of the Code of Federal Regulations and OMB Circular A-87 (2 CFR Part 225). The submittal of certified cost or pricing data shall not be required if the price is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation. The Contractor agrees that the terms "adequate price competition" and "established catalog or market prices of commercial items sold in substantial quantities to the general public" shall be determined by the Contracting Officer. Cost or pricing data consists of all facts existing up to the time of agreement on price which prudent buyers and sellers would reasonably expect to have a significant effect on the price negotiations for the modification. The term cost specifically includes the elements of labor, material, overhead and profit incorporated in the Contractor s price. The definition of cost or pricing data embraces more than historical accounting data; it also includes, where applicable, such factors as Subcontractor, supplier and vendor quotations, nonrecurring costs, changes in construction methods, unit cost trends such as those associated with labor efficiency and any management decisions which could reasonably be expected to have a significant bearing on costs. Cost or pricing data consists of all facts which can reasonably be expected to contribute to sound estimates of future costs as well as to the validity of costs already incurred. Cost or pricing data, being factual, is that type of information which can be verified. Because the certificate pertains to cost or pricing data, it does not make representations as to the accuracy of the Contractor s judgment on the estimated portion of future cost or projections. The certificate does, however, apply to the data upon which the Contractor s judgment is based. If the Contractor or Subcontractor submits defective cost or pricing data, a reduction in Contract price shall be made by that amount deemed defective. 40. DRUG-FREE WORKPLACE The Contractor agrees to (i) provide a drug-free workplace for the Contractor s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) Page 70
76 General Conditions include such provisions in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each Subcontractor or vendor. 41. PRIVACY ACT The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements with the Privacy Act of 1974, 5 U.S.C INTELLIGENT TRANSPORTATION SYSTEMS (ITS) REQUIREMENTS In accordance with the FTA National Architecture Policy on Transit Projects [Federal Register: January 8, 2001 (Vol. 66, No. 5, pp )], which can be accessed at (Policy), ITS projects funded by the Highway Trust Fund and the Mass Transit Fund must conform to a regional ITS architecture. An ITS project is defined as any project that in whole or in part funds the acquisition of technologies or systems of technologies that provide or significantly contribute to the provision of one or more ITS User Services as defined in the National ITS Architecture. If the project includes ITS components that implement any of the defined User Services it is considered an ITS Project. HRT has participated in the development of a regional ITS architecture, which is available at If the solicitation documents identify this Contract as subject to the Policy, or if the Contractor has reason to believe that the Policy applies to its services hereunder, the Contractor shall be responsible, in consultation with HRT, for determining what, if any work performed, or products supplied, under this Contract are subject to and conforming to all requirements of that Policy as applicable. 43. WORK ON AGENCY PROPERTY Contractor shall at all times while on HRT property conform to all rules and requirements established by HRT for visitors, including those addressing access to facilities and office areas, smoking, security, and sustainability. Contractor s personnel, including those of its Subcontractors, suppliers, or agents shall comply with all directions and instructions given them by authorized HRT personnel in this respect. 44. OWNERSHIP OF WORKS AND INVENTIONS All documents, reports, recommendations, supporting documentation, works of authorship, inventions, improvements, data, processes, computer software programs and discoveries (hereafter called intellectual property or IP) conceived, created or furnished under this Page 71
77 General Conditions Agreement and paid for by HRT shall be the sole property of the Commission, with no rights of ownership in Contractor or any sub-consultants/sub-contractors. This Agreement shall operate as an irrevocable assignment by Contractor and sub-consultants/sub-contractors to the Commission of the copyright in any IP created, published or furnished to the Commission under this Agreement including all rights thereunder in perpetuity. Contractor and subconsultants/sub-contractors shall not patent any IP conceived, created or furnished under this Agreement. Contractor and sub-consultants/sub-contractors agree to execute and deliver all necessary documents requested by the Commission to effect the assignment of the IP to the Commission or registration or confirmation of the Commission s rights in or to IP under the terms of this Agreement. Contractor agrees to include the provision in all its sub-contracts under this Agreement. 45. NOTICES AND COMMUNICATIONS All notices and other communications concerning this Contract shall be written in English, sequentially numbered, reference the Contract number assigned by HRT, and be in Microsoft Office format, i.e. Word, Excel, or PDF. Notices and other communications may be delivered personally, by facsimile, or by regular, certified, or registered mail. Formal notices and communications are effective when received. notices and communications are not considered formal and shall not be considered official unless confirmed in writing by the designated HRT representative and delivered as noted above. Prior to issuance of Notice to Proceed, all formal communications shall be between HRT and the individual who signed the Contract on behalf of the Contractor at the address shown with that signature, to a corporate officer, if Contractor is a corporation, to a general partner, if Contractor is a partnership, or to another individual designated by Contractor in this Contract or in a written notice to HRT. Prior to issuance of Notice to Proceed, HRT s point of contact is the Contracting Officer or duly assigned designee, and a notice or other communication will be effective only if it is delivered to Contract Administrator, Hampton Roads Transit, 3400 Victoria Boulevard, Hampton, Virginia Following issuance of Notice to Proceed, all communications and notices shall be delivered to the HRT Project Manager at the address designated by HRT. Prior to commencement of Work on the Project, communications from HRT to Contractor will be effective if delivered to the individual who signed this Contract on behalf of Contractor at the address shown with that signature, to a corporate officer if Contractor is a corporation, to a general partner if Contractor is a partnership, or to another individual designated by Contractor in this Contract or in a written notice to HRT. Page 72
78 General Conditions After the commencement of Work on the Project, all formal communications shall be between the HRT Project Manager and the Contractor s Project Manager and becomes effective when delivered. 46. BRAND NAME OR APPROVED EQUAL If a brand name, make or model number, or descriptive material is included in the specification without the phrase "or approved equal," it is implied. To be accepted as an approved equal, a vendor must provide specific supporting documentation that the product offering proposed as or equal meets or exceeds the salient physical and functional characteristics of the product specified in the solicitation. Approval as an approved equal must be in writing from the Contracting Officer. The Contractor will be responsible that the product performs equally with the specified brand named product. 47. FEDERAL FUNDING AND INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The following provisions are required by the U.S. Department of Transportation (DOT), Federal Transit Administration or other public entities providing funding for this Contract, whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular F, effective November 1, 2008, including amendments, modifications, or clarifications thereto, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Commission requests which would cause the Commission to be in violation of the FTA terms and conditions. 48. FEDERAL CHANGES Contractor shall at all times comply with all applicable regulations, policies, procedures and directives of the Federal Transit Administration (FTA), including without limitation those listed directly or by reference in the Master Agreement issued annually by FTA as entered into by the Commission and FTA, as they may be amended or promulgated from time to time during the term of this Contract. Contractor's failure to so comply shall constitute a material breach of this Contract. 49. ACCESS TO RECORDS The Contractor shall maintain records, and the Contracting Officer, the U.S. Department of Transportation, and the Comptroller General of the United States, or any of their duly authorized representatives, shall, until the expiration of three years after final payment under Page 73
79 General Conditions this Contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor, involving transactions related to this Contract, for the purpose of making audit, examination, excerpts and transcriptions. The Commonwealth of Virginia and any other public entity providing funding for this Contract shall have the same rights as provided to the parties named herein. The Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the Subcontractor agrees that the Contracting Officer, the U.S. Department of Transportation and the Comptroller General of the United States or any of their duly authorized representatives shall, until the expiration of three years after final payment under the Contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such Subcontractor, involving transactions related to the subcontract, for the purpose of making audit, examination, excerpts and transcriptions. The Commonwealth of Virginia and any other public entity providing funding for this Contract shall have the same rights as provided to the parties named herein. 50. FEDERAL ENERGY CONSERVATION REQUIREMENTS The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 51. CIVIL RIGHTS REQUIREMENTS (applicable if over $10,000) A. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2002d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C , and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. B. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying Contract: i. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 CFR Parts 60 et seq., (which implement Executive Order Page 74
80 General Conditions ii. iii. No , "Equal Employment Opportunity," as amended by Executive Order No , "Amending Executive Order Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. Age - In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. Disabilities - In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C , the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. In accordance with the Code of Virginia, the Contractor agrees to not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer. Notices, advertisements and solicitations Page 75
81 General Conditions placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purposes of meeting the requirements of this section. 52. NONDISCRIMINATION UNDER FEDERAL GRANTS No otherwise qualified handicapped individual in the United States as defined in Section 51(B.iii), shall solely, by reason of his/her handicap, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 53. NO GOVERNMENT OBLIGATION TO THIRD PARTIES Notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of this Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to HRT, the Contractor, or any other party (whether or not a party to this Contract) pertaining to any matter resulting from this Contract. The Contractor agrees to include this clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the Subcontractor who will be subject to its provisions. 54. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its actions pertaining to this Contract. Upon execution, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the this Contract. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification under a Contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C and 49 U.S.C. 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Page 76
82 General Conditions The Contractor agrees to include this provision in each subcontract, and to require Subcontractors to do likewise. It is further agreed that the clauses shall not be modified, except to identify the Subcontractor who will be subject to the provisions. 55. SUSPENSION AND DEBARMENT (applicable if over $25,000) This Contract is a covered transaction for purposes of 49 CFR Part 29. As such, the Contractor is required to verify that none of the Contractor, its principals, as defined at 49 CFR , or affiliates, as defined at 49 CFR , are excluded or disqualified as defined at 49 CFR and The Contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. 56. RECYCLED PRODUCTS The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part CLEAN AIR AND WATER (applicable if over $100,000) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C et seq, and the Federal Water Pollution Control Act, as amended, 33 U.S.C et seq. The Contractor agrees to report each violation to the Commission and understands and agrees that the Commission will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA regional office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 58. COMPLIANCE WITH FEDERAL LOBBYING POLICY (applicable if over $100,000) In accordance with the certification submitted as part of its offer as accepted by the Commission, Contractor will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal Contract, grant or any other award covered by 31 U.S.C Contractor shall obtain such certifications from its Subcontractors and maintain a record thereof. Page 77
83 General Conditions 59. BUY AMERICA (applicable if over $100,000) The Contractor agrees to comply with 49 U.S.C. 5323(j), and its implementing regulations at 49 CFR Part 661, any amendments thereto, and any implementing guidance issued by FTA, in accordance with the certifications submitted with is offer as accepted by the Commission, or any approved modification thereto. 60. SEISMIC SAFETY The Seismic Safety requirements apply only to Contracts for the construction of new buildings or additions to existing buildings. The Contractor agrees that any new building or addition to an existing building will be constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The Contractor also agrees to ensure that all work performed under this Contract including work performed by a Subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 61. ADA ACCESS Plans for facility construction and/or facility alterations that are described in the scope of work detailed under this Contract have been designed with the intent of ensuring, to the maximum extent feasible, that the facility, or alterations thereof, shall be accessible to persons with disabilities including individuals who use mobility aids. The Contractor agrees to make each modification detailed in the project plans in a manner that assures that the area constructed or alterations to any area within the facility is readily accessible to and usable by individuals with disabilities, including individuals who use wheelchairs. Full compliance with the provisions of 49 CFR Part 37 is the intent of the facility owner and every aspect of this project, pursuant to this Contract, shall be construed as being consistent with this intent and compliant with Subpart C Transportation Facilities with particular reference to Subsection of FTA s regulations pursuant to the Americans with Disabilities Act of 1990 (ADA). If any aspect of the plans or specifications for this project appear to be inconsistent with Subsection 37.9 Standards for accessible transportation facilities or any guidance issued by the Access Board, it is essential that the Contractor notify the project manager designated by HRT about any such concern as soon as practicable. 62. CARGO PREFERENCE (applicable for property transported by ocean vessel) The Contractor agrees: (a) to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or Page 78
84 General Conditions commodities pursuant to the underlying Contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; (b) to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of - lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC and to the Commission (through the Contractor in the case of a Subcontractor's bill-of-lading.); and (c) to include these requirements in all subcontracts issued pursuant to this Contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 63. FLY AMERICA (applicable for foreign air transport or travel) The Contractor agrees to comply with 49 U.S.C (the Fly America Act) in accordance with the General Services Administration s regulations at 41 CFR Part , which provide that recipients and sub-recipients of Federal funds and their Contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 64. SENSITIVE SECURITY INFORMATION Contractor shall take all appropriate measures to protect sensitive security information made available during the course of its performance hereunder, in accordance with the provisions of 49 U.S.C. Section 40119(b); the implementing U.S. Department of Transportation regulations at 49 CFR Part 15; 49 U.S.C. Section 114(s); and the implementing U.S. Department of Homeland Security regulations at 49 CFR Part Contractor shall ensure, and require its Subcontractors to ensure, that the requirements of this section be included in subcontracts at all tiers. Page 79
85 General Conditions 65. SEAT BELT USE Contractor is encouraged to adopt and promote on-the-job use of seat belts, and to include this provision in its subcontracts at all tiers, in accordance with Executive Order No , Increasing seat Belt Use in the United States, , 23 U.S.C. Section 402 note END OF SECTION Page 80
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
REQUEST FOR QUOTE. RFQ No. 14-68478 NETWORK MAPPING SOFTWARE
REQUEST FOR QUOTE RFQ No. 14-68478 NETWORK MAPPING SOFTWARE ISSUE DATE: January 16, 2015 QUOTE DUE DATE: January 30, 2015 EXECUTIVE SUMMARY RFQ No. 14-68478 Hampton Roads Transit has a need for the service
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
Proposal Writing - A Cover Letter of Compliance
1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09
928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 RESPONSES DUE: OCTOBER 16, 2015 Page 1 of 10 TABLE OF CONTENTS TABLE OF CONTENTS 2 PART I: SPRINGFIELD
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
Employee Performance Appraisal Software
REQUEST FOR PROPOSALS Employee Performance Appraisal Software 5400 Ox Road Fairfax Station, Virginia 22039 June 18 th, 2014 NOTICE REQUEST FOR PROPOSALS Employee Performance Appraisal Software June 18
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES
COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan
City of Round Rock Request for Statement of Interest and Proposals Transit Master Plan General The City of Round Rock seeks qualified planning firms to submit Statements of Interest and Proposals (SIP)
COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611
COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611 FINANCE DEPARTMENT Purchasing Division REQUEST FOR QUOTATION
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified
City of Belton 506 Main Street Belton, MO 64012 ATTENTION: Patti Ledford
REQUEST FOR PROPOSALS HOSTED INTERACTIVE VOICE RESPONSE SYSTEM NOTICE OF REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN that the City of Belton, Missouri, (hereinafter referred to as City ) is requesting
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
Request for Proposal Environmental Management Software
Request for Proposal Date Issued: November 4, 2010 Due Date: December 1, 2010 @ 2:00:00 p.m. (local time), Contact Information: Jeff Yanew Planning & Engineering Telephone: (780) 418-6615 Fax: (780) 458-1974
Request for Proposal Permitting Software
Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction
RFP Milestones, Instructions, and Information
This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,
Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.
Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand
Judicial Council of California
Judicial Council of California Finance Division 455 Golden Gate Avenue San Francisco, CA 94102-3660 Telephone 415 865 7960 Fax 415 865 4325 TDD 415 865 4272 RONALD M. GEORGE Chief Justice of California
RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
Center Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
COLLEGE OF WESTERN IDAHO. Request for Proposal WEBSITE REDESIGN SERVICES. Due: November 8, 2010 At 5:00 p.m. Deliver to:
COLLEGE OF WESTERN IDAHO Request for Proposal WEBSITE REDESIGN SERVICES Due: November 8, 2010 At 5:00 p.m. Deliver to: College of Western Idaho Attn: Jennifer Couch RFP-Website Redesign Services 6056 Birch
Request for Proposals: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System
: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System Issue Date: March 6, 2015 Due Date and Time: April 2, 2015 / 12:00 PM Eastern Time Receipt Location: Sussex County
REQUEST FOR PROPOSAL (RFP) FOR SCHEDULING, DISPATCHING, AUTOMATION SOFTWARE AND HARDWARE
ISSUED BY: REQUEST FOR PROPOSAL (RFP) FOR SCHEDULING, DISPATCHING, AUTOMATION SOFTWARE AND HARDWARE LIMA ALLEN COUNTY REGIONAL TRANSIT AUTHORITY 200 EAST HIGH STREET, 1 C LIMA, OH 45801 Telephone: 419.222.2782
Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted
Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,
Maintenance Management Software
REQUEST FOR PROPOSALS Maintenance Management Software 5400 Ox Road Fairfax Station, Virginia 22039 www.novaparks.com June 18, 2015 NOTICE REQUEST FOR PROPOSALS Maintenance Management Software June 18,
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
BID SPECIFICATION PACKAGE
REQUEST FOR PROPOSALS: E-RATE TELEPHONE SYSTEM & COMPLETE INTERNAL CONNECTIONS BID SPECIFICATION PACKAGE FOR: HOUSTON GATEWAY ACADEMY, INC. REQUEST FOR PROPOSAL Telephone System for Houston Gateway Academy,
Purchasing a Business in Utah - RFP Approval Bid Process
REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for
Lawrence University Procurement Policy for Federally Sponsored Projects
Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
Maintenance Management Software
REQUEST FOR PROPOSALS Maintenance Management Software 5400 Ox Road Fairfax Station, Virginia 22039 www.novaparks.com December 22, 2015 NOTICE REQUEST FOR PROPOSALS Maintenance Management Software December
Duluth Transit Authority
REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: [email protected] Bid # 041-16-0304.1
Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015
Request for Proposals (RFP) Communications Services September 17, 2015 PURPOSE Opportunity Inc. of Hampton Roads (OppInc.) seeks a communications consultant (the Consultant) to provide Communications Services
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013
REQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:
CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS
CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS Carmel Unified School District ( District ) hereby invites qualified telecommunication specialists to submit proposals ( Proposals )
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
Invitation to Bid (ITB) ITB15000677
Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
Supplier IT Security Guide
Revision Date: 28 November 2012 TABLE OF CONTENT 1. INTRODUCTION... 3 2. PURPOSE... 3 3. GENERAL ACCESS REQUIREMENTS... 3 4. SECURITY RULES FOR SUPPLIER WORKPLACES AT AN INFINEON LOCATION... 3 5. DATA
Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain
City of Kenmore, Washington
City of Kenmore, Washington Financial Management Software System Request for Proposals Issued: November 2, 2015 Date Due: December 4, 2015 Time Due: 5:00 p.m. Pacific Standard Time Page 1 of 10 1. Introduction
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015
1. When the materials or products furnished are for use in connection with a U.S. Government contract or subcontract, in addition to the L-3 General Terms and Conditions (Corp Form CC008), the following
Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -
SAAS SERVICES ORDER FORM
SAAS SERVICES ORDER FORM Customer: Address: Contact: Phone: E-Mail: Services: CloudBerry Managed Backup Service allows you to offer managed online backup services under your own brand powered by the CloudBerry
REQUEST FOR QUALIFICATIONS
LITTLE ROCK ADVERTISING & PROMOTION COMMISSION Physical Address: 426 West Markham Street Little Rock, Arkansas 72201 Mailing Address: P.O. Box 3232 Little Rock, Arkansas 72203 REQUEST FOR QUALIFICATIONS
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
Request for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]
CHAPTER 11 APPEALS AND DISPUTES
CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public
TABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services
0. City of Richmond Business & Financial Services Department Request for Proposal IT Project /Change Management Consulting Services 1. Introduction The City of Richmond (the City ) invites responses to
BUSINESS ONLINE BANKING AGREEMENT
Business Online Enrollment Fax, mail, or email completed form to: 910-576-5023 First Bank Business Support PO Box 600 Wilmington, NC 28401 [email protected] For questions: 866-435-7208
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District
Introduction: REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Pursuant to Utah Code Ann. 63G-6-701, it is the policy of the Provo City
AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854
I. INTRODUCTION This solicitation is being offered by Texarkana Airport Authority. The Airport is a public entity owned by the Cities of Texarkana, AR and Texarkana, TX. Funding for this project is being
Procurement of Natural Gas Supply Services
Washington Metropolitan Area Transit Authority Invitation For Bid IFB CQ14019/KPN Procurement of Natural Gas Supply Services Date August 2013 Rev. 06/13 TABLE OF CONTENTS NOTICE TO BIDDERS... 7 NOTICE
UNITED NATIONS UNIVERSITY
UNITED NATIONS UNIVERSITY Centre 5-53-70, Jingumae Phone: (03) 3499 2811 Shibuya-ku Fax: (03) 3499 2828 Tokyo 150-8925 E-mail: [email protected] Japan Homepage: www.unu.edu 26 July, 2007 Dear Sir/Mesdames,
REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612
REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612 The Park City School District is soliciting RFP s from qualified professional firms with the intention
Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information
Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document
MASCOT REQUEST FOR PROPOSAL (RFP) AUDIT & TAX SERVICES 2014
MASCOT is accepting proposals from firms to provide audit and tax services for our organization. We invite your firm to submit a proposal to us Wednesday, November 19, 2014 no later than 5:00 p.m. Alaska
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.
Vendor Notice Please Read! Vendors, this RFP is being issued with the intent of utilizing Federal FCC E-rate funds. You MUST COMPLY with all rules and regulations associated with the E-rate program. If
City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System
City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System Issue Date: November 19, 2012 Due Date: January 8, 2013 4 p.m. (Pacific Standard Time) REQUEST FOR PROPOSALS Notice
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
SEALED BID REQUEST FOR INFORMATION
Department of Buildings and General Services Purchasing & Contract Administration 10 Baldwin St. Agency of Administration Montpelier VT 05633 [phone] 802-828-2210 [Fax] 802-828-2222 www.bgs.state.vt.us
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL INSURANCE AGENT SERVICES FOR PROPERTY AND CASUALTY INSURANCE MARCH 2013 WEST TEXAS OPPORTUNITIES, INC. 603 NORTH 4 TH STREET PO BOX 1308 LAMESA, TEXAS 79331 Table of Contents I. INVITATION...
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 Request for Proposals #JD150021703 Insurance Agent /Broker of Record Services Questions concerning requirements
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
Request For Proposal. Point of Sale System RFP NO. FQ-11256. Washington Metropolitan Area Transit Authority
Washington Metropolitan Area Transit Authority Request For Proposal Point of Sale System RFP NO. FQ-11256 Date: January 14, 2011 Washington Metropolitan Area Transit Authority RFP FQ-11256/RK Date: January
Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program
Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program SECTION 1 - GENERAL INFORMATION The Greenville-Spartanburg
