Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09



Similar documents
Four County Transit Server Voice Broadcast Bid Request

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #

MASCOT REQUEST FOR PROPOSAL (RFP) AUDIT & TAX SERVICES 2014

Duluth Transit Authority

state Of New York Contract Agreements

REQUEST FOR QUOTE. RFQ No NETWORK MAPPING SOFTWARE

DOCUMENTED QUOTE (DQ) Hosted VoIP PBX and Call Center Management System

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

LEARNING CENTER WELCOME VIDEO

University Of New Hampshire Transportation Services. Disadvantaged Business Enterprises

WEBSITE Request for Proposals

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY FEMA CONSULTANT SERVICES REQUEST FOR PROPOSAL (RFP) #

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS

Request for Proposals

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

Request For Information. 928 South Ninth Street Springfield, IL REQUEST FOR INFORMATION GROUP HEALTH BENEFITS RFI

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

HIPAA BUSINESS ASSOCIATE AGREEMENT

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

Health Plan Select, Inc. Business Associate Privacy Addendum To The Service Agreement

All necessary documents can be downloaded from the official Guttenberg website,

COUNTY OF UNION, NEW JERSEY

INTERNET/ /POINT-TO- POINT/WEB HOSTING SERVICES

Puget Sound Regional Council

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

INSTRUCTIONS TO BIDDERS

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia (703) Metro Fax (703)

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

Request for Proposal June 2014 Online Transit Database North Front Range Metropolitan Planning Organization


ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS

BOROUGH OF KENILWORTH

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ (856) (856)

Disadvantaged Business Enterprise Program. Georgia Department of Human Resources

Puget Sound Regional Council

All necessary documents can be downloaded from the official Guttenberg website,

1. Provide advice and opinions regarding workers compensation issues, as needed;

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

COUNTY OF UNION, NEW JERSEY

This form may not be modified without prior approval from the Department of Justice.

FirstCarolinaCare Insurance Company Business Associate Agreement

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

Disclaimer: Template Business Associate Agreement (45 C.F.R )

24 CFR PART Procurement. States. Procurement standards.

REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

Each interested firm shall submit the following information: 4 Experience related to representation of public entities;

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

PURCHASE ORDER TERMS AND CONDITIONS

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

BUSINESS ASSOCIATE AGREEMENT

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS BOND COUNSEL SERVICES. Contract Term: September 10, 2015 September 9, 2016 SUBMISSION DEADLINE

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

All necessary documents can be downloaded from the official Guttenberg website,

REQUEST FOR PROPOSAL

STATE OF WISCONSIN. Issued by the State of Wisconsin Capital Finance Office for the State of Wisconsin Building Commission.

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

Infinedi HIPAA Business Associate Agreement RECITALS SAMPLE

LIABILITY INSURANCE BROKER SERVICES

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

BUSINESS ASSOCIATE AGREEMENT

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT CONTRACT COMPLIANCE MANUAL (RC FTA)

EXHIBIT C BUSINESS ASSOCIATE AGREEMENT

The School District of Philadelphia Standard Terms for Research Data License Agreements

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

INDEPENDENT CONTRACTORS AGREEMENT

TOWNSHIP OF BERKELEY HEIGHTS

Federal Funding Terms

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015

Relocation Services Request for Proposal

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

STATE OF WISCONSIN. Relating to VARIOUS PROGRAMS AND OBLIGATIONS ELECTRONIC SUBMITTALS DUE BY NOON (CT) THURSDAY, JULY 30, 2009.

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

GUIDELINES TO UNIVERSITY OF MARYLAND CONSULTANT AGREEMENT <$5,000

Proposal Writing - A Cover Letter of Compliance

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

REQUEST FOR PROPOSAL FOR CUSTOMER RELATIONS MANAGEMENT SYSTEM (CRMS) Transit Authority of Northern Kentucky RFP

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Insurance Market Solutions Group, LLC Sub-Producer Agreement

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

BUSINESS ASSOCIATE AGREEMENT

AGREEMENT BETWEEN ANAHEIM TRANSPORTATION NETWORK AND FOR IMPLEMENTATION OF STORM WATER AND OTHER ENVIRONMENTAL REGULATORY COMPLIANCE

Transcription:

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 MASS TRANSIT DISTRICT OVERVIEW 3 PART II: SCOPE OF SERVICE 3 PART III: SUBMITTALS 4 PART IV: FEDERAL, STATE AND LOCAL CLAUSES 6 Page 2 of 10

PART I: SPRINGFIELD MASS TRANSIT DISTRICT OVERVIEW The Springfield Mass Transit District ( District ) is seeking quotes from qualified accounting and bookkeeping firms to process employee payroll on an as needed basis. The District seeks a qualified firm with a minimum of 10 years experience processing payroll for multi-departmental agencies. The District has a full-time bookkeeper responsible for payroll processing; the contract that results from the Request For Quotes (RFQ) will be to serve as back up to the District s staff bookkeeper. The District will enter into a three- year contract with the option for two additional years at the sole discretion of the District. The District uses an integrated transit management software, Fleet-Net and is not interested in nor will we entertain proposals to switch to a different payroll software system. As of September 1, 2015, the District has 147 employees. Amalgamated Transit Union (ATU) represents 94 employees and Service Employees International Union (SEIU) represents 22 employees. The District will not be responsible for any costs incurred by responders in furnishing any information requested herein or subsequently. PART II: SCOPE OF SERVICE All official correspondence from the District regarding this RFQ shall be transmitted to and from the District s Grants and Procurement Manager. All inquiries and/or other correspondence regarding this RFQ must be directed, in writing, to Shoun Reese. Questions regarding this RFQ should be directed to Shoun Reese at the contact information provided below: Shoun Reese Springfield Mass Transit District Grants and Procurement Manager 928 South Ninth Street Email: sreese@smtd.org Springfield, IL 62703 Fax: (217) 789-9819 At a minimum, the Contractor shall supply the following services: 1. Commit to 40 hours of training on the District s payroll processing system at the start of the contract period. 2. Commit to a minimum of 8 hours and up to 20 hours to process payroll on an as needed basis not to exceed 500 hours annually. 3. The firm shall make a staff person available to perform the following duties as needed: a. Process bi-weekly payroll; b. Prepare garnishment calculations; c. Process child support ACS/SLS expert pay; d. Submit payroll tax payments; and e. Process bi-weekly payroll adjustments if needed the Friday of payroll and submit payroll taxes associated with the adjustment. Page 3 of 10

4. Commit to processing payroll no less than quarterly to ensure continued familiarity with the District s payroll system after the initial training. Should the District lose its Bookkeeper, the Respondent would be required to provide payroll services through the hiring and retaining process. In addition, the firm/company may be required to train the replacement bookkeeper should the need arise. The District shall agree to notify the contracted firm no less than three (3) business days of the need of service. If the District request services and is unable to provide a three (3) day notice, the contracted firm will be permitted to charge an emergency services rate if that rate is provided with the submittals to this RFQ. The selected contractor may also be required to furnish the following services as needed: a. Preparation of W-2s and W-3s; b. Preparation of 1099s; c. Federal payroll tax filings; and d. State payroll tax filings. Please note that the District will not respond to questions about the policy issues raised in this RFQ. The District may or may not choose to contact individual responders. Such communications would only serve to clarify written responses. TIMELINE TO RESPOND TO RFI ITEM DATE Release of RFQ Tuesday, September 15, 2015 Final Date to Submit Questions for Clarification Friday, September 25, 2015 4:00 pm CST District Responses to Requests for Clarification Friday, October 2, 2015 4:00 pm CST Letter of Interest Responses to RQ Due Friday, October 16, 2015 3:00 pm CST PART III: SUBMITTALS Letters of Interest in response to this RFQ (Responses) are due no later than 3:00 pm (Central Time) on Friday, October 26, 2015 via U.S. Mail or other postal carrier; emailed submissions will not be accepted. Please note that the District reserves the right to extend the deadline for responses at its sole discretion. Respondents shall mark the outer most envelope of their submittal Letter of Interest for Payroll Processing Services RFQ 2015-09. All responses that are received by the District in response to this RFQ will be considered public record subject to the Illinois Freedom of Information Act (5 ILCS 140) and shall be open to public inspection upon the submission of a FOIA request. If respondent believes a portion of the information submitted is proprietary information, the respondent may request that the District keep confidential the proprietary information. For such information to be considered, the respondent must mark only the pages applicable as proprietary. The respondent should not mark the entire document as proprietary. In any event, the District under advice of legal counsel and in accordance with Illinois law shall determine whether information is proprietary. Page 4 of 10

The Respondent shall submit one (1) original quote packet in a sealed envelope with the name and address of the Respondent clearly visible no later than the prevailing time listed above. The District will not accept responsibility for late quotes that may be improperly routed in the mail. Respondents shall include the following in the quote submittal: Credentials and Experience: Provide a brief description listing experience the firm has in payroll processing. Respondents should include any and all experience providing bookkeeping services to municipalities and administering payroll processing under union contract provisions. Confidentiality: Provide a copy of the Respondents confidentiality policy and steps the respondent uses to mitigate breaches in said policy. Price Quote: Respondents shall submit a price quote that clearly identifies the costs associated with the services rendered. The District reserves the following rights: Reject any and all quotes. Respondents who submit quotes that do not comply with the instructions, or do not provide the information requested within this RFQ, may be subject to immediate rejection; Reject any or all quotes not in compliance with all public and/or District procedures and requirements; Select quote(s) which appear to be in the best interest of the District; Waive any or all irregularities in quotes submitted; and Award any or all parts of any quote. CLARIFICATION OF QUOTES: The District reserves the right to obtain clarification of any portion in a quote or to obtain additional information necessary to properly evaluate a particular quote. Failure of a Respondent to reply to such a request for additional information or clarification may result in rejection of the quote. BASIS OF AWARD: Each Respondent will submit a BEST AND FINAL PRICE for the services described herein. The award of a firm, fixed-price purchase agreement quoted on the costs of the services shall be made ONLY to the lowest RESPONSIVE and RESPONSIBLE Respondent. AWARD: The award of an agreement may be contingent upon approval of the price by the District Board of Trustees. Page 5 of 10

PART IV: FEDERAL, STATE AND LOCAL CLAUSES NO FEDERAL OBLIGATIONS TO THIRD PARTIES. (1) The District and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the District, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE/FRAUDULENT STATEMENTS AND RELATED ACTS. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C. 1001 and 49 U.S.C. 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. ACCESS TO RECORDS. The following access to records requirements apply to this Contract: 1. Where the District is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the District, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Page 6 of 10

Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 3. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 4. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the District, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). CHANGES TO FEDERAL REQUIREMENTS. (1) Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between the District 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. (2) The Master Agreement may be accessed at: http://www.fta.dot.gov/documents/21-master.pdf or the printed Master Agreement can be examined in the Administration building of the District, 928 South Ninth Street, Springfield, IL 62703. Call (217) 522-6087 to arrange for examination of this document. TERMINATION FOR CONVENIENCE. The District, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the District shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. TERMINATION FOR DEFAULT. If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the District may terminate this contract for default. The District shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the District. If this contract is terminated while the Contractor has possession of the District s goods, the Contractor shall, upon direction of the District, protect and preserve the goods until surrendered to the District or its agent. The Contractor and the District shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the District. OPPORTUNITY TO CURE. The District in its sole discretion may, in the case of a termination for breach or default, allow the Contractor fifteen (15) calendar days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate Page 7 of 10

conditions. If Contractor fails to remedy to the District's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within fifteen (15) days after receipt by Contractor of written notice from the District setting forth the nature of said breach or default, the District shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the District from also pursuing all available remedies against Contractor and its sureties for said breach or default. WAIVER OF REMEDIES FOR ANY BREACH. In the event that the District elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the District shall not limit the District's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. CIVIL RIGHTS. The following requirements apply to the underlying contract: 1. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. 12132, and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: a. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. b. 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. Page 8 of 10

c. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. d. 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. DISADVANTAGED BUSINESS ENTERPRISES. (1) 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. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency s overall goal for DBE participation is 2.5 %. (2) The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the District deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). (3) The successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. (4) The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor s receipt of payment for that work from the District. In addition, is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. (5) The contractor must promptly notify the District whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the District. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS. The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F 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 the District requests, which would cause the District to be in violation of the FTA terms and conditions. ENERGY CONSERVATION. 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. Page 9 of 10

ACCESS REQUIREMENTS FOR INDIVIDUALS WITH DISABILITIES. The Contractor agrees to comply with 49 U.S.C. 5301(d); the Americans with Disabilities Act of 1990 (ADA), 42 U.S.C. 12101 et seq.; 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794; the Architectural Barriers Act of 1968, as amended, 42 U.S.C. 4151 et seq.; and the following regulations and any amendments thereto: U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37. U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 CFR Part 27; U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles." 36 CFR Part 1192, and 49 CFR Part 38; U.S. Department of Justice (DOJ) regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 CFR Part 35; U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 CFR Part 36; U.S. General Services Administration regulations, "Accommodations for the Physically Handicapped," 41 CFR Subpart 101-19; U.S. Equal Employment Opportunity Commission (EEOC) Regulations to Implement the Equal Employment Provisions of the ADA, 29 CFR Part 1630; U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 CFR Part 64, Subpart F; FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 CFR Part 609. U.S. ATBCB regulations, Electronic and Information Technology Accessibility Standards, 36 CFR Part 1194. Page 10 of 10