74
NOTICE TO PROSPECTIVE PROPOSERS This Request for Proposals (RFP) is provided to you in anticipation that your company will submit a proposal to COTA. We encourage you to review and respond to the requirements of this RFP. The proposal MUST include the following: One (1) Copies of the Proposal Information Contained in Part IV: Proposal Submission Non-Collusion Affidavit Conflict of Interest Form Certification Regarding Delinquent Taxes Non-Discriminatory Certification Certification Regarding Debarment, Suspension and other Responsibility Matters Certification of Restrictions on Lobbying Acknowledgement of Addendum Declaration Regarding Material Assistance/Non-assistance to a Terrorist Organization Certification of Compliance with Section 3517.13 of the Ohio Revised Code DBE Affidavit (Enclosure 1) Affidavit of Prime Contractor (Enclosure 1A) DBE Affidavit (Enclosure 1B) DBE Utilization Plan (Enclosure 2) Letter of Intent to Perform as a DBE Subcontractor, Supplier and /or Consultant (Enclosure 3) DBE Unavailability Certification (Enclosure 4) Employment Data Forms (Enclosure 5) Good Faith Effort Form (Only to be completed if DBE goal is not met) Any questions regarding this solicitation should be presented via email to the attention of Karen Sherrill, Manager of Supply Management, at [email protected] on or no later than June 19, 2020, 5:00 PM EST. A vendor registration form must be on file in COTA’s Supply Management Department prior to contract award. A copy of this form is available at www.cota.com. Disadvantaged Business Enterprises (DBEs)* participating as subcontractors must be certified by the Ohio Unified Certification Program (UCP), the City of Columbus Equal Business Opportunity Commission or the Ohio Department of Administrative Services at the time of bid submission. The DBE directories for these organizations are as follows: Ohio Unified Certification Program https://www.ohioucp.org The City of Columbus Equal Business Opportunity Commission http://eboco.columbus.gov/content.aspx?id=34172 The Ohio Department of Administrative Services http://eodreporting.oit.ohio.gov/searchEODReporting.aspx *COTA uses the term DBE to encompass all companies that are EDGE, MBE, FBE, and DBE certified by the recognized agencies listed above.

NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

NOTICE TO PROSPECTIVE PROPOSERS

This Request for Proposals (RFP) is provided to you in anticipation that your company will submit a proposal to COTA. We encourage you to review and respond to the requirements of this RFP.

The proposal MUST include the following:

One (1) Copies of the Proposal Information Contained in Part IV: Proposal Submission Non-Collusion Affidavit Conflict of Interest Form Certification Regarding Delinquent Taxes Non-Discriminatory Certification Certification Regarding Debarment, Suspension and other Responsibility Matters

Certification of Restrictions on Lobbying Acknowledgement of Addendum

Declaration Regarding Material Assistance/Non-assistance to a Terrorist Organization

Certification of Compliance with Section 3517.13 of the Ohio Revised Code DBE Affidavit (Enclosure 1)

Affidavit of Prime Contractor (Enclosure 1A) DBE Affidavit (Enclosure 1B) DBE Utilization Plan (Enclosure 2) Letter of Intent to Perform as a DBE Subcontractor, Supplier and /or Consultant (Enclosure 3) DBE Unavailability Certification (Enclosure 4)

Employment Data Forms (Enclosure 5) Good Faith Effort Form (Only to be completed if DBE goal is not met)

Any questions regarding this solicitation should be presented via email to the attention of Karen Sherrill, Manager of Supply Management, at [email protected] on or no later than June 19, 2020, 5:00 PM EST.

A vendor registration form must be on file in COTA’s Supply Management Department prior to contract award. A copy of this form is available at www.cota.com.

Disadvantaged Business Enterprises (DBEs)* participating as subcontractors must be certified by the Ohio Unified Certification Program (UCP), the City of Columbus Equal Business Opportunity Commission or the Ohio Department of Administrative Services at the time of bid submission. The DBE directories for these organizations are as follows:

Ohio Unified Certification Programhttps://www.ohioucp.org

The City of Columbus Equal Business Opportunity Commissionhttp://eboco.columbus.gov/content.aspx?id=34172

The Ohio Department of Administrative Serviceshttp://eodreporting.oit.ohio.gov/searchEODReporting.aspx

*COTA uses the term DBE to encompass all companies that are EDGE, MBE, FBE, and DBEcertified by the recognized agencies listed above.

Page 2: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

TO: ALL PROPOSERS

FROM: KAREN SHERRILL, MANAGER OF SUPPLY MANAGEMENT

DATE: JUNE 4, 2020

SUBJECT: REQUEST FOR PROPOSALS FOR TRASH

COLLECTION SERVICES FROM COTA BUS SHELTERS- RFP# 2015-13

PRE-PROPOSAL CONFERENCE: JUNE 18, 2020 – 10:00 AM EDT (WEBINAR)

PROPOSALS DUE: JULY 2, 2020 – 2:00 P.M. EDT The Central Ohio Transit Authority is soliciting competitive proposals for Trash Collections Services for COTA Bus Shelters. All proposals that are submitted shall be in effect for a period of sixty (60) days after the date of submittal.

Please forward one (1) original copy of your proposal to the attention of Karen Sherrill, Manager of Supply Management, by 2:00 p.m. on July 2, 2020.

Any questions and/or comments regarding the contents of this solicitation shall be presented to Karen Sherrill, Manager of Supply Management via email at [email protected] on or no later than June 19, 2015, 5:00 PM EDT.

COTA reserves the right to reject any and all proposals.

Page 3: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

REQUEST FOR PROPOSALS FOR TRASH COLLECTION SERVICES FROM COTA BUS SHELTERS

RFP #2020-13

ISSUED BY THE CENTRAL OHIO TRANSIT AUTHORITY

33 NORTH HIGH STREET COLUMBUS, OHIO 43215

JUNE 4, 2020

Page 4: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

TABLE OF CONTENTS FOR REQUEST FOR PROPOSALS FOR

TRASH COLLECTION SERVICES FROM COTA BUS SHELTERS

RFP# 2020-13 PAGE

PART I: INFORMATION SECTION 1: Definitions………………………………………………… I-1

SECTION 2: COTA Background............................................................... I-1 SECTION 3: Proposal Information............................................................ I-2

PART II: CONTRACT CLAUSES SECTION 1: Terms and Conditions…………………………………..… II-1 PART III: SCOPE OF WORK PART IV: PROPOSAL SUBMISSION

SECTION 1: Evaluation Criteria................................................................... IV-1 SECTION 2: Management Summary............................................................. IV-1 SECTION 3: Evaluation Criteria Defined...................................................... IV-1 SECTION 4: Qualifications, Experience & References................................. IV-1 SECTION 5: Project Work Program & Schedule…………………………… IV-2 SECTION 6: Pricing………………………………………………………… IV-2 SECTION 7: Personnel……………………………………………………… IV-2 SECTION 8: Project Schedule………………………………………………. IV-2 SECTION 9: Oral Presentations/ Interviews………………………………… IV-3 SECTION 10: Summary of Proposal Requirements………………………….. IV-3 SECTION 11: Proposal Evaluation Criteria…………………………………… IV-3 SECTION 12: No Contact Policy……………………………………………… IV-4 SECTION 13: Acceptance of Conditions……………………………………… IV-4

PART V: PROPOSAL FORMS

Non-Collusion Affidavit.............................………………………..................... V-1,1a,1b Certification Regarding Delinquent Taxes......................……………………… V-2 Non-Discriminatory Certification.............................………………………..... V-3

Certification Regarding Debarment, Suspension and Other Responsibility Matters......…………………………………………................................. V-4, Certification of Restrictions on Lobbying…………………………………….. V-5 Conflict of Interest Form …………………………………………………….. V-6,6a Certificate of Compliance with Section 3517.13 Of the Ohio Revised Code …………………………………………….. V-7,7a, Acknowledgement of Addendum Receipt…………………………………….. V-8 PART VI: DISADVANTAGED BUSINESS ENTERPRISE (DBE) FORMS AND GUIDELINES DBE Affidavit (Enclosure 1A) DBE Affidavit (Enclosure 1B) DBE Utilization Plan (Enclosure 2) Letter of Intent to Perform as a DBE Subcontractor, Supplier and /or Consultant (Enclosure 3) DBE Unavailability Certification (Enclosure 4) Employment Data Forms (Enclosure 5)

Page 5: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

PART I: GENERAL INFORMATION

Page 6: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

SECTION 1: DEFINITIONS

1. DEFINITIONS

Unless otherwise specifically stated, the following terms shall have the following definitions:

1.1. COTA

Central Ohio Transit Authority

1.2. Proposal

Documents offered by Proposer to COTA pursuant to this Request for Proposal.

1.3. Proposer

Company or companies which offer a Proposal pursuant to this RFP.

1.4. The Contractor

The successful Proposer who will enter into contract negotiations with COTA at the conclusion of the Proposal selection process.

SECTION 2: COTA BACKGROUND

2.1. Location The following are the locations of COTA facilities:

• 1600 McKinley Avenue, Columbus, Ohio (Bus Maintenance and Storage Facility and Customer Service)

• 1333 Fields Avenue, Columbus, Ohio 43201 (Bus Maintenance and Storage Facility) • 1330 Fields Avenue, Columbus, Ohio 43201 (Mobility Services) • 1325 Essex Avenue, Columbus, Ohio (Street and Remote) • Linden Transit Center, 1390 Cleveland Avenue, Columbus, Ohio 43211 • Easton Transit Center, 4260 Stelzer Road, Columbus, Ohio 43230 • Near East Transit Center, 1125 E. Main St., Columbus Ohio 43205 • 33 North High Street, Columbus, OH 43215 (Administrative Offices and Sales)

2.2. History

COTA, a political subdivision of the state of Ohio, is a regional transit authority created pursuant to Ohio Revised Code, Sections 306.30 through 306.53. COTA undertook operation of a bus mass transportation system within Franklin County and portions of Delaware and Licking Counties on January 1, 1974.

I-1

Page 7: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

2.3. Governing Body

All power and authority of COTA is vested in and exercised by its thirteen member Board of Trustees, appointed by political subdivisions and public officials within COTA's territorial boundaries. No contract shall be awarded without the approval of the COTA Board of Trustees.

2.4. Powers and Responsibilities

COTA has the power to acquire, construct, improve, extend, repair, lease, operate, maintain, and manage transit facilities within or without its territorial boundaries as deemed necessary for the accomplishment of the purpose of its organization. COTA has the power of eminent domain and has the further power to construct and own facilities which will improve the transit operation under its jurisdiction.

SECTION 3: PROPOSAL INSTRUCTIONS

3.1. Basis for Contract Negotiation

This RFP and the resulting Proposals shall be used as the basis for contract negotiation.

3.2. Receipt of Proposals

Proposals marked "RFP# 2020-13: REQUEST FOR PROPOSALS FOR TRASH COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority at [email protected], until 2:00 p.m., local time on JULY 2, 2020. Emails received at 2:01 PM EDT or later, will be considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email may be considered NON-RESPONSIVE.

Subject line of email submission MUST be clearly identified as an Invitation to Bid " RFP# 2020-13: REQUEST FOR PROPOSALS FOR TRASH COLLECTION SERVICES FROM COTA BUS SHELTERS”.

3.3. Proposal Withdrawal

After the proposals are opened proposals may not be withdrawn for ninety (90) calendar days, prior to the date/time set for the proposal opening, however, proposals may be modified or withdrawn by the proposer’s authorized representative in person or by written notice. If proposals are modified in person, the authorized representative shall make his/her identity known and shall sign a receipt for the proposal. Written notices shall be received in the Supply Management Department no later than the exact date/time for the proposal opening. All changes received after the Proposal deadline will not be opened or considered.

I-2

Page 8: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

3.4. Proposal Acceptance/Rejection COTA reserves the right to accept or reject any or all proposals received from this RFP, or to negotiate separately with any proposer, and to waive any informalities, defects, or irregularities in any proposal or to accept that proposal or proposals, which in the judgment of the proper officials, is in the best interest of COTA. The submitted proposal shall be open for acceptance for sixty (60) days from the proposal due date.

3.5. Non-collusion Affidavit

Proposer shall submit, with its Proposal, an affidavit stating that neither Proposer nor its agents, nor any other party on its behalf, has paid or agreed to pay, directly or indirectly, any person, firm, or corporation, any money or valuable consideration for assistance in procuring or attempting to procure the contract that will result from this RFP, and further agrees that no such money or consideration will be hereafter paid. This affidavit must be on the form provided by COTA, which is attached to this RFP.

3.6. Funding

The proposed contract shall be funded with local funds. 3.7. Not Used

3.8. Period of Performance

The performance under a contract agreement awarded pursuant to this RFP is estimated to commence October 1, 2020 and expire September 30, 2023, with an option to extend the contract for up to two (2) additional one (1) year periods. 3.9. Record Keeping

The Contractor agrees to maintain a record system for documentation and results of all services provided pursuant to this Request for Proposal.

3.10. Delinquent Personal Property Tax

Each Proposer is required to submit with his proposal a statement affirmed under oath that he is not charged at the time the bid was submitted with any delinquent personal property taxes on the general tax list of personal property in Franklin County, Ohio. Proposers shall indicate, if applicable, the amount of such due and unpaid delinquent taxes and any and unpaid penalties and interest thereon. If the statement indicates that the taxpayer was charged with any such taxes, a copy of the statement shall be transmitted to the County Treasurer within thirty (30) days of the date it was submitted to COTA. This statement must be on the form provided by COTA, which is attached to this proposal.

I-3

Page 9: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

3.11. Not Used 3.12. Interpretation of RFP Prior to Proposal Any person contemplating submitting a proposal who is uncertain as to the intended meaning of any Part of the Scope of Work or other Contract Documents, or who finds discrepancies in, or omissions from the Scope of work, may request interpretation, clarification, or correction of this RFP. Such request must be submitted to Karen Sherrill, Manager of Supply Management via email at [email protected] no later than June 19, 2020 at 5:00 P.M. The person submitting the request is responsible for its timely delivery. Any interpretation or correction of the Contract Documents will be made only by written addendum and will be mailed or delivered to each person receiving this RFP. Any information given to any proposer concerning the solicitation or any changes to the Request for Proposal shall be provided in writing to all proposers to ensure that all proposers receive the same information relating to the RFP. COTA will not be responsible for any other interpretation, clarification, or correction of this RFP.

3.13. Verbal Agreements No prior, current, or post award verbal conversations, or agreement(s) with any offices, agent, or employee of COTA shall affect or modify any terms or obligations of this RFP or any contract that may result from this procurement. Oral explanations or instruction shall not be binding. 3.14. Bid Protest Procedures

General

Protests will only be accepted from interested parties whose direct economic interest would be affected by the award of the contract or refusal to award a contract. The Director of Supply Management will consider all such protests, whether submitted before or after the award of a contract. If oral objections are raised and the matter cannot be resolved to the satisfaction of the objector, a written protest shall be required before any further consideration is given. Notice of any protest and the basis therefore shall be given to all bidders or offerors. Protest submissions should be concise, logically arrange and clearly state the grounds for the protest. Protests must be addressed to the Director of Supply Management and include the following information.

* Name, address and telephone number of protestor.

* Identification of the solicitation or contract number.

* A detailed statement of the legal and factual grounds of protest, including copies of relevant

documents.

* A statement as to what relief is requested.

I-4

Page 10: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

All protest documents submitted to the Supply Management Department shall be stamped with date and time received and logged into a protest file folder.

Protests Before Award

Protests before award must be submitted as specified below. If the written protest is not received by the time specified, evaluation process shall continue in the normal manner unless the Director of Supply Management, upon investigation finds that remedial action is desirable, in which event such action shall be taken. The protests addressing the adequacy of Requests for Bids, Requests for Proposals, including without limitation, the pre-award procedure, the Instructions to Bidders, General Terms and Conditions, specifications and statement of work, must be filed at the Supply Management Department no later than three (3) days before bid opening date. Thereafter, such issues are deemed waived by all interested parties. Bids received shall not be opened prior to the resolution of the protest unless the Director of Supply Management determines that:

* The items to be procured are urgently required; or

* Delivery or performance will be unduly delayed by failure to make the award promptly; or

* Failure to make prompt award will otherwise cause undue harm to COTA or the state or

federal government.

In addition, when a protest against the making of an award is received, and the Director of Supply Management determines to withhold the award pending disposition of the protest, the bidders whose bids might become eligible for award shall be requested, before expiration of the time for acceptance of their bids, to extend the time for acceptance (with consent of sureties, if any) to avoid the need for re-advertising.

Where a written protest has been filed prior to award, the contract shall not be awarded until five (5) days after the matter is resolved:

* The items to be procured are urgently required; or

* Delivery or performance will be unduly delayed by failure to make the award promptly; or

* Failure to make prompt award will otherwise cause undue harm to COTA or the state or

federal government.

If award is made, the Director of Supply Management shall document the file to explain the need for an award and shall give written notice of the decision to proceed with the award to the protestor, and as appropriate, to others concerned. Protests After Award

Protest against award must be filed with the Supply Management Department and within five (5) days immediately following the award. The protest shall be received by the Director of Supply

I-5

Page 11: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

Management. The contractor/awardee shall in any event be furnished with the notice of protest and the basis therefore. Also, when it appears likely that an award may be invalidated and a delay in receiving the supplies or service is not prejudicial to COTA’s interest, the Director of Supply Management shall consider a mutual agreement with the contractor to suspend performance on a no-cost basis.

Decision on Protest

The Director of Supply Management shall render his/her decision in writing within fourteen (14) days from the receipt of the written protest and shall provide notice of such decision to all interested parties. Definitions

• “Days” refers to working days of the federal government. • “File or submit” date of receipt by COTA.

• “Interested Party” includes all bidders/offerors that have a substantial economic interest in

a portion of the RFB or RFP.

3.15. Correspondence & Proposal Inquiries

All correspondence pertaining to this proposal shall be addressed to the Central Ohio Transit Authority, 33 North High Street, Columbus, Ohio 43215 to the attention of Karen Sherrill, Manager of Supply Management. 3.16. Single Proposal Response

If only one offer is received, COTA may require that the Proposer provide a cost analysis or a price comparison between the bid price and that of similar equipment, materials, supplies, and/or services to assure that the bid price is fair and reasonable. If requested, the Proposer shall provide the cost analysis or price comparison within five (5) days of the date requested. COTA reserves the right to reject or accept the offer on the basis of the cost analysis or price comparison.

3.17. Reserved Rights/Limitations on Funding

Proposers are notified that this contract for services is contingent upon funds being appropriated by COTA. In the event funding is decreased or eliminated, COTA reserves the right to modify or terminate the contract accordingly. COTA makes no representation at any time that any contract shall be awarded to any proposes responding to this RFP. COTA reserves the right to classify and waive minor irregularities found in any and all proposals.

3.18. Pricing and Financial Information Each proposer must submit a detailed cost proposal. The cost must be valid for a minimum of sixty (60) days from the proposal due date.

I-6

Page 12: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

Proposers agree to permit access to their financial records for a pre-award audit to verify all costs proposals should COTA determine that such an audit is required prior to final negotiations or award of a contract. 3.19. Debriefing Unsuccessful proposers may make a written request for a formal final debriefing to COTA’s Director of Supply Management. 3.20. Taxes

COTA is exempt at time of purchase from all sales, excise, and transportation taxes, except State of Ohio gasoline tax. Exemption certificates are available and will be furnished by COTA upon request after Contract award. The price bid shall be exclusive of all such taxes, and will be so construed.

3.21. Unacceptable Proposals

COTA reserves the right to reject any proposal received from a Proposer that is currently in default on any obligation to COTA, either contractually or financially as a principal or surety, or who has failed to perform faithfully any previous contract with COTA.

3.22. Contract Type

It is anticipated that the Contract resulting from this solicitation will be a requirements contract. 3.23. Pre-Proposal Conference (Webinar)

A pre-proposal conference will be held on June 18, 2020 at 10:00 a.m. to allow for questions regarding this solicitation. To attend the webinar go to https://cotabus.webex.com/cotabus/onstage/g.php?MTID=e643ea13232f9b3d04c84083f86c0520a. When joining the webinar you will be required to sign in, supply your name, company, phone number, email, indicate the pre-proposal conference(s) you are attending and company disadvantaged business enterprise status. All prospective proposers are urged to attend. A Proposers not attending the Pre-Proposal Conference will be deemed to be knowledgeable of COTA's requirements and this RFP.

3.24. Not Used

I-7

Page 13: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

3.25. Acknowledgement of Addendum

Proposer’s are responsible to carefully examine the scope of work and terms and conditions. Proposers must acknowledge their familiarity with this RFP by virtue of the submission of a proposal. Occasions will arise requiring clarification of proposal documents. Any inquiries, suggestions, or requests concerning interpretation clarification, or additional information must be emailed to the attention of Karen Sherrill, Manager of Supply Management at [email protected] by June 19, 2020, 5:00 P.M. EDT. COTA will not be bound by any oral statement (s) given by any employee, representative or agent. Proposers may rely only on written addenda stating any interpretation, clarification or additional information. If it becomes necessary to revise or amend any part of this RFP, COTA shall give notice to all prospective proposers who were sent this RFP. Proposers must acknowledge receipt of any addenda received in the acknowledgement form provided in this proposal.

3.26. Signature Requirements

Submitted proposals must be signed by an authorized officer(s) eligible to sign binding contract documents for the proposer. Consortiums, joint ventures or team submitting proposals, although permitted and encouraged, shall not be considered responsive unless it is established that all contractual responsibility rests solely with one contractor or one legal entity. The submittal must indicate the legal entity.

Proposers are made aware that joint responsibility and liability shall attach to any resulting contract and failure of one party in a joint effort to perform shall not relieve the other party or parties of total and satisfactory responsibility for contract performance.

3.27. Cost of Proposal Preparation

COTA shall not be liable for any cost or expense incurred for preparation of a proposal in response for to this RFP. Proposers shall not include such expenses as part of the cost proposal. COTA shall be held harmless and free from any and all liability, claims, or expenses whatsoever, incurred by, or on behalf of, any person or organization responding to this RFP.

3.28. Exceptions

The proposer shall furnish a statement on company letterhead giving a complete description of all exceptions to the terms, conditions and specification. Failure to furnish the statement will mean that the proposer agrees to meet all requirements of this RFP. 3.29. Not Used

I-8

Page 14: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

3.30. No Contact Policy

After the date and time established for receipt of proposals by COTA, any contact initiated by any offeror with any COTA representative, other than the Director of Supply Management or Supply Management Department personnel concerning this proposal is prohibited. Any such unauthorized contact will cause the disqualification of the offeror from this procurement transaction.

3.31 Solicitation Schedule The following is the projected solicitation schedule:

Pre-proposal Conference (Webinar) – June 18, 2020 – 10:00 A.M Proposals Evaluated – July 3, 2020– July 10, 2020 Interviews – July 13, 2020 – July 14, 2020 Negotiations – July 15, 2020 – July 17, 2020 Contract Award – August 26, 2020

3.32 Additional Language

COTA reserves the right to introduce additional terms and conditions at the time the final contract is negotiated. Any additional terms and conditions would be limited to ones having the effect of clarifying the RFP language and/or correcting defects such as omissions or misstatements with are discovered after the RFP is issued. 3.33 Proposers Responsibility A proposer, by submitting a proposal represents that:

1. The proposer has read and understands the Request for Proposals and the proposal is made in accordance therewith, and;

2. The proposer is familiar with the local conditions under which this proposal must perform. The proposer possesses the capabilities, resources, and personnel necessary to provide efficient and successful service to COTA, and;

3. It is understood and the proposer agrees that the proposer shall be solely responsible for all services provided. Before submitting a proposal, each proposer shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the final performance of the contract and to verify any representations made by COTA. If the proposer receives an award as a result of its proposal submission, failure to have made such investigations and examinations will in no way relieve the proposer from its obligations to comply in every detail with all provisions and requirements of the contract, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim whatsoever by the proposer for additional compensation or relief. Each proposer shall be responsible for reading and completely understanding the requirements and scope of work contained herein. The deadline for submission to proposals will be strictly adhered to. Late proposals will not be considered.

I-9

Page 15: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

3.34 Public Notary

Electronic notarization of bids forms will be accepted. All bidders should reference Ohio Revised Code Section 147.60 and Section 147.66 in regards to the electronic notarization of forms. Notary Publics authorized to perform online notarizations can be located at the following link: https://notarysearch.ohiosos.gov/ords/f?p=ENSEARCH:SEARCH:10972466757418:::1::.

I-10

Page 16: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

PART II: CONTRACT CLAUSES

Page 17: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

PART II: CONTRACT CLAUSES SECTION 1: TERMS AND CONDITIONS

1.1. Disputes

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 COTA, which shall reduce its decision to writing and mail or otherwise furnish a copy of same to the Contractor. COTA's decision shall be final and conclusive unless, within fifteen days from the date of such copy, the Contractor mails or otherwise furnishes to COTA a written notice of appeal.

In the event COTA's decision is the subject of an appeal, such dispute shall be settled by binding arbitration. Pending any binding arbitrative or administrative decision, appeal, or judgment referred to in this article for the settlement of any dispute arising under this Contract, the Contractor shall proceed diligently with the performance of this Contract.

1.2. Equal Employment Opportunity

In connection with execution of this contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex or national origin. Such actions 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.

To the extent required by law, the Contractor will comply with Executive Order 11246, "Equal Employment Opportunity," as amended and supplemented and/or any applicable state requiring contractors have an affirmative action program.

1.3. Disadvantaged Business Enterprise (DBE) Compliance Requirements

In accordance with 23 USC 101(b) and the U.S. Department of Transportation, DBE regulations, 49 CFR Part 26, it is the policy of COTA to utilize ready, willing, and able disadvantaged and small businesses and to use the best efforts possible to level the playing field in the market place ensuring these firms have the opportunity to participate in the procurement process. COTA is required by 49 CFR Part 26 to establish DBE goals annually. COTA has established race conscious and race neutral initiatives in the DBE annual and contract specific goals to provide opportunities in all procurement activities.

II-1

Page 18: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

In cases where COTA does not establish a race conscious goal on a contract, COTA fully expects its prime contractors to make good faith efforts to enter into subcontracts with DBEs and small businesses to the maximum extent possible to ensure that COTA meets its annual DBE goal requirement.

To best assure compliance with federal regulations and meet COTA’s established goals, Contractors (prime and sub) on COTA projects must submit all payment and invoice information electronically using the PRISM* monitoring system. Contractors shall attend mandatory training (Introduction to PRISM Reporting) provided by COTA. Contractors (prime and sub) must scan and attach to the file all cancelled checks, invoices and other required documents. Contractors shall submit their information in a timely manner. Failure to comply with DBE requirements as set forth will be considered breach of contract. *PRISM Software is a DBE compliance management system from Early Morning Software, 227-229 N. Holiday Street, Baltimore, MD 21202.

1.4. Contract Termination

COTA may, by written notice to the Contractor, terminate the whole, or any part of, this Contract.

1.4.1. Termination for Default. If the Contractor fails to make delivery of the goods or to perform the services within the time specified herein or any extension thereof, or if the Contractor fails to perform any of the other provisions of this contract, or so fails to make progress as to endanger performance of this contract in accordance with its terms and, in either of these two circumstances, does not cure such failure within a period of ten (10) days after receiving such notice from COTA, COTA will terminate the contract for default. Thereafter, COTA may have the work completed and the Contractor shall be liable for any resulting cost to COTA in excess of contract sum. Thirty day advance notice is waived in the event of termination for default.

1.4.2. Termination for Convenience. The performance of work under this contract

may be terminated in whole or, from time to time, in part by COTA whenever for any reason. COTA shall determine that such termination is in the best interest of COTA. Termination of work hereunder shall be effected by delivery to the Contractor of a 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. In the event that this contract is terminated for convenience of COTA without a thirty (30) day advance written notice, then COTA shall negotiate reasonable termination costs, if applicable.

II-2

Page 19: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

1.5. 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, COTA shall have the right to annul this Contract without liability or, at its discretion, to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee.

1.6. Indemnification

The Contractor agrees that during the term of this contract, it shall defend, indemnify, and save harmless COTA, its officers, employees, agents, and Board of Trustees from any and all liability claims, suits, actions, damages, costs or other consequences resulting from any act, omission or negligence of, or chargeable to the Contractor, or any employee thereof arising under and pursuant to this contract.

1.7. Laws of Ohio

The rights and duties of the parties hereto shall be determined by the laws of the State of Ohio, and to that end the contract shall be considered as a contract made and to be performed in the City of Columbus and the State of Ohio.

1.8. State Industrial Compensation

The Contractor shall comply with the state law known as the Workers Compensation Act, Chapter 4123, Ohio Revised Code, or such similar statute in force in the jurisdiction in which the work is performed, and shall, if required, pay into the State Insurance Fund the necessary premiums required by that Act to cover all employees furnishing the services purchased under the terms of this contract and under the control of the Contractor, and shall relieve COTA from any costs due to accidents or other liabilities, mentioned in said Act. If the Contractor is a self-insurer under the Ohio Workers Compensation Act, and duly authorized as such by the Industrial Commission of Ohio, it shall tender to COTA proof of such status. The Contractor shall tender to COTA a certificate evidencing its compliance with the Workers Compensation Act prior to contract execution.

1.9. Status of the Contractor

The Contractor shall be and remain an independent Contractor with respect to all service performed hereunder and agrees to and does hereby accept full and exclusive liability for the payment of any and all contributions or taxes for Social Security, unemployment insurance, or old age retirement benefits, pensions, or annuities now or hereafter imposed

II-3

Page 20: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

under any state or federal law which are measured by the wages, salaries, or other remuneration paid under this contract, and further agrees to indemnify and save harmless COTA from any such contributions or taxes or liability therefore.

The Contractor shall be and remain an Independent Contractor for all personal services supplied under this contract, if any. As an Independent Contractor, COTA does not consider Contractor a public employee and will not make contributions to the Ohio Public Employee Retirement System (OPERS) on Contractor’s behalf. If Contractor provides personal services under this contract, Ohio law requires that Contractor acknowledge, in writing, that is has been informed of its status as an Independent Contractor or other classification other than public employee for the services described in this contract and contributions to OPERS will not be made on Contractor’s behalf for these services. 1.10 Liability Insurance The Contractor shall purchase and maintain, in force, at their own expense, such insurance as will protect them and COTA from claims which may arise out of or result from the contractor’s execution of the work, whether such execution be by the company, his employees, agents, subcontractors or by anyone for whose acts, any of them may be liable. The insurance coverage shall be such to fully protect COTA from any and all claims for injury and damage resulting by any actions on the part of the contractor as enumerated above. The contractor shall furnish a copy of an original certificate of insurance, naming COTA as additionally insured. Following are the minimum limits of liability which will be acceptable:

A. Workers Compensation - Statutory Limit Comprehensive General Liability - $1,000,000 combined

Personal Injury/Property Damage - Single Limit B. Comprehensive Automotive Liability - $1,000,000 combined

Personal Injury/Property Damage – Single Limit Contractor shall name COTA as an additional insured on liability and auto insurance, and furnish certificates of insurance to COTA prior to execution of the contract by COTA.

1.11. Compliance with Laws

The Contractor agrees that it will comply with all federal, state, municipal and local laws, rules and regulations that may be applicable to this Contract.

1.12. Assignment

The Contractor shall not assign, transfer, convey, subcontract, or otherwise dispose of this Contract or his right, title to, interest in the contract or any part thereof without previous

II-4

Page 21: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

consent in writing of COTA endorsed hereon or attached hereto. If the Contractor does not obtain consent in writing from COTA prior to assignment of this contract, any such assignment shall be considered void. 1.13. Title VI, Civil Rights Act of 1964, Compliance

1.13.1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation (hereinafter "DOT") Title

49, Code of Federal Regulations, Part 14, as they may be amended from time to time (hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this Contract.

1.13.2. Nondiscrimination. The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 14.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations.

1.13.3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex or national origin.

1.13.4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by COTA or the Federal Transit Administration (FTA) to be pertinent to ascertain compliance with such Regulations, orders and instructions.

Where any information is required or a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to COTA, or the FTA, as appropriate, and shall set forth what efforts it has made to obtain the information.

1.13.5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, COTA shall impose such Contract sanctions as it or the FTA may determine to be appropriate, including, but not limited to:

II-5

Page 22: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

(a) Withholding of payments to the Contractor under the Contract until the Contractor complies, and/or;

(b) Cancellation, termination or suspension of the Contract, in whole or in part.

1.13.6. Incorporation of Provisions. The Contractor shall include the provisions of Section 1.13.1 through 1.13.6 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontractor or procurement as COTA or the FTA may direct as a means of enforcing such provisions

including sanctions for noncompliance, provided however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request COTA to enter into such litigation to protect the interests of COTA, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

1.14. Notification of Material Changes in Business

Contractor agrees that if it experiences any material changes in its business including, without limitation, a reorganization, refinancing, restructuring, leveraged buyout, bankruptcy, loss of key personnel, etc., it agrees to immediately notify COTA's Director of Supply Management of the changes.

Contractor also agrees to immediately notify the Director of Supply Management of any condition which may jeopardize the scheduled delivery or fulfillment of Contractor's contractual obligations to COTA.

1.15. Manner of Performance

The Contractor represents that it has the requisite expertise, ability and legal right to render the services and will perform the services in an efficient manner. Each of the Contractor’s employees performing services will have the expertise to perform assigned services in an efficient manner.

1.16. Confidentiality

In the course of this Agreement, it is anticipated that the Contractor will learn information that COTA regards as confidential or proprietary. The Contractor will keep confidential this information and any other information which Contractor may acquire with respect to COTA's business, unless and until COTA consents to disclosure, or unless

II-6

Page 23: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

such knowledge and information otherwise becomes generally available to the public through no fault of Contractor.

1.17. Conflicts in Contract Documents

If the provisions of any Contract document conflict with the provisions of any other Contract document, either specifically or as to intent, the provisions of the Contract Clauses shall control.

1.18. Duty to Inform

If at any time during the performance of this Contract, the Contractor becomes aware of actual or potential problems, fault or defect in the project or any nonconformance with any contract document, State, or local law, rule, or regulation, the Contractor shall give immediate written notice thereof to COTA's Director of Supply Management.

1.19. Energy Conservation

The Contractor and all of its subcontractors shall recognize mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. Section 6314, et seq.).

1.20. Delivery

Time is of the essence of this Contract, and if delivery of goods or rendering of services is not completed by the time promised, COTA reserves the right without liability in addition to its other rights and remedies to terminate this Contract by notice effective when received by Contractor as to stated items not yet shipped or services not yet rendered and to purchase substitute items or services elsewhere and charge Contractor with any loss incurred.

1.21. Modification to Contract

Written Change Orders: Oral change orders are not permitted. No change in this contract shall be made unless COTA's Director of Supply Management gives the prior written approval therefore. The Contractor shall be liable for all costs resulting from, and/or for satisfactorily correcting, any specification change not properly ordered by written modification to the contract. Change Order Procedure:

Within 30 calendar days after receipt of the written change order to modify the contract, the Contractor shall submit to COTA's Director of Supply Management a detailed price and schedule proposal for the work to be performed. This proposal shall be accepted or modified by negotiations between the Contractor and COTA's Director of Supply Management. At that time a detailed modification shall be executed in writing by both parties. Disagreements that cannot be resolved within negotiations shall be resolved in accordance with the contracts disputes clause.

II-7

Page 24: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

1.22 Prohibited Interest

No member, officer, trustee, or employee of COTA or of a local public body during his/her tenure or one year thereafter shall have any interest direct or indirect, in this Contract or the proceeds thereof.

1.23. Notification of Delay

The Contractor shall notify COTA's Director of Supply Management as soon as the Contractor has, or should have, knowledge that an event occurred which will delay providing information or services as requested. Within five (5) days, the Contractor shall confirm such notice in writing furnishing detail as is available.

1.24. Request for Extension

Contractor agrees to supply, as soon as such data is available, any reasonable proof that is required by the Director of Supply Management to make a decision of any Contractor request for extension. The Director of Supply Management shall examine the request and any documents supplied by the Contractor and shall determine, acting judicially, (1) whether the Contractor is entitled to an extension, and (2) and the duration of such extension. The Contractor shall be notified of the Director of Supply Management decision in writing. The Director of Supply Management's decision shall be final. No extensions to the contract's requirements shall exist unless granted by the Director of Supply Management in writing. It is expressly understood and agreed that the Contractor shall not be entitled to damages or compensation and shall not be reimbursed for losses on account of delays resulting from any cause under this section.

1.25. Inspection Services

Definitions. “Services” as used in this clause includes services performed, workmanship, and material furnished or utilized in the performance of services. If any of the services do not conform with contract requirements, COTA may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount.

When the defects in services cannot be corrected by reperformance, COTA may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) reduce the contract price to reflect the reduced value of the services performed.

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, COTA may, by contract or otherwise, perform the services and charge the Contractor any cost incurred by COTA that is directly related to the performance of such service.

1.26. Failure to Perform (a) Subject to the Excusable Delays clause (if included in this Contract), if the

Contractor fails to perform this Contract under its terms, the Director of Supply II-8

Page 25: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

Management shall give the Contractor written notice stating the failure. Thereafter, regardless of any other provision of this Contract, the Contractor shall not be entitled to an equitable adjustment under either this Contract or any related contract, to the extent the equitable adjustment arises from the Contractor’s failure to perform or from any reasonable remedial action taken by the Director of Supply Management based upon the failure.

(b) The failure of COTA to insist, in one or more instances, upon the performance of any term of this Contract is not a waiver of COTA’s right to future performance of such term, and the Contractor’s obligation for future performance of such term shall continue in effect. (c) The rights and remedies of COTA in this clause are in addition to any other rights and remedies provided by law or under this Contract.

1.27. Force Majeure

No party shall have any liability to the other hereunder by reason of any delay or failure to perform any obligation or covenant if the delay or failure to perform is occasioned by force majeure, meaning any act of god, storm, fire, casualty, unanticipated work stoppage, strike, lockout, labor dispute, civil disturbance, riot, war, national emergency, act of government, act of public enemy, or other cause of similar or dissimilar nature beyond its control.

1.28. Contractor’s Personnel

Contractor’s employees must possess all applicable licenses and must be properly certified to perform the requirements of the contract.

1.29. COTA Property

Any COTA property, including but not limited to, books, records and equipment that is in contractor’s possession shall be maintained by the contractor in good condition and repair, and shall be returned to COTA by the contractor upon termination of the contract. All goods, documents, records, and other work products and property produced during the performance of this contract are deemed to be COTA property.

1.30. Severability

In the event that any provision shall be adjudged or decreed to be invalid, such ruling shall not invalidate the entire contract but shall pertain only to the provision in question and the remaining provisions shall continue to be valid, binding and in full force and effect.

1.31. Contractor’s Personnel

The Contractor shall, in the event of any technical nonperformance or severe personality problems on the part of the contractor’s personnel, remove such personnel provided that

II-9

Page 26: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

COTA gives forty eight (48) hours notice of such situation. Contractor shall assign new personnel in this situation and will assume the cost of any learning period necessary.

1.32. Risk of Loss

When performing work on COTA’s property, the contractor shall comply with all of COTA’s conditions for contractors performing work on COTA property.

1.33. Audit and Inspection of Records

The Contractor shall permit the authorized representatives of COTA, the U.S. Department of Transportation and the Comptroller General of the United States to inspect and audit all data and records of the Contractor relating to his performance under the contract until the expiration of three (3) years after final payment under this Contract. The Contractor shall provide for such inspection rights in all its subcontracts.

1.34. Subcontracting

The hiring or use of outside services, subcontractors, or contractors in connection with the work shall not be permitted without the prior written approval of COTA and such hiring entered into by Contractor shall not be binding upon COTA.

1.35. Access Requirements for Persons with Disabilities

Contractor agrees to comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 U.S.C. Section 12101 et seq: Section 504 of the Rehabilitation Act of 1973, as amended, 19 U.S.C. Section 792; 49 U.S.C. Section 5301(d); and the Federal Regulations including any amendments thereto: 49 C.F.R. Part 27, 49 C.F.R. Part 38; 28 C.F.R. Part 35; 28 C.F.R. Part 36; 41 C.F.R. Subpart 101-19; 29 C.F.R. Part 1630; 47 C.F.R. Part 1630; 47 C.F.R. Part 64, Subpart F; and 49 C.F.R. Part 609.

1.36. State and Local Law Disclaimer

The use of many of the clauses within this contract are not governed by Federal law, but are significantly affected by State law.

1.37. Payment

COTA shall be invoiced within thirty (30) days upon receipt and written acceptance by COTA of the services and products provided within this contract at the prices set forth in Contractor’s offer. Invoice shall include a statement identifying quantity, description and cost of each service purchased, as well as any other detail necessary to determine the reasonableness of the subject invoice.

II-10

Page 27: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

PART III: SCOPE OF WORK

Page 28: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

SCOPE OF WORK FOR TRASH COLLECTION SERVICES FROM COTA’S BUS SHELTERS

1. The Contractor shall furnish trash collection services for the Central Ohio Transit Authority’s five hundred thirty-one (531) waste containers located at COTA‟s bus stop shelters indicated on the attached list (Exhibit A) for the period from October 1, 2020 through September 30, 2023, with an option to renew for up to two (2) additional one year terms. 2. The Contractor shall furnish all labor, material, overhead, administration, profit, equipment, transportation and dumping fees associated with the emptying of five hundred thirty one (531) cans twice per week, and an additional twenty eight (28) downtown trash cans once per week for a total of five hundred (559) fifty nine (32) gallon containers (uncompressed volume) of trash per calendar week. There must be a minimum of two (2) calendar days between emptying days, with the exception of the twenty-eight (28) receptacles at COTA’s downtown shelters on High Street between Nationwide Boulevard and Fulton Street (Exhibit B). These twenty eight (28) receptacles are to be serviced on Saturdays between 12:00 P.M. and 6:00 P.M. In addition, the thirty-one (31) receptacles detailed in Exhibit C (included in the 531 noted above) are to be emptied a third time per week. The total stops to be serviced per week are one thousand ninety three (1093) plus an additional twenty- eight (28) downtown shelters for a total of one thousand one hundred twenty one (1121) stops per week. Proposers are advised that the frequency of emptying the containers at other select locations may be subject to change as required. The Contractor will be advised by COTA in writing of any changes to the emptying frequency and shall adjust their invoice totals accordingly. 3. The Owner shall furnish the thirty-two (32) gallon containers located within concrete enclosures at each of the locations in indicated on the attached list. 4. Additionally, contractor is to pick up trash weekly on Sunday morning from 2 additional sites. The first is the area of the bus shelter located at Alum Creek and Frebis Ave approximately 100 feet to the outside of the fence line; and along the south side of the cemetery, which is approximately 90 feet. The other site is the Main and Weyant turn around. 5. The Owner shall maintain, clean, repair and/or replace as necessary the containers and their respective enclosures with the exception of the plastic liners and plastic lids. The plastic liners and plastic lids shall be furnished by COTA and shall be replaced as necessary by the Contractor. 6. The Contractor shall provide the owner with a list of damaged or missing containers/enclosures once each week so as to allow the owner to effect necessary repairs or replacement. 7. The Owner shall furnish the Contractor with six (6) keys/tools for opening the enclosures with locks for the removal of the containers. 8. The Contractor will make every effort to handle the waste containers to minimize spillage and scattering of the trash by drafts or other air currents. The Contractor shall be responsible for cleaning up any spillage prior to departing each container location.

9. In the event a scheduled pickup is not performed and such non-performance results in a critical trash over-accumulation, COTA will give the Contractor twenty-four (24) hours to remedy the

III-1

Page 29: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

situation. If the situation is not remedied at this point, COTA may, at its option, arrange for a trash pickup. Costs to COTA for this trash pickup will be deducted from the fees payable to the Contractor at a rate of forty dollars ($40.00) per missed pickup. 10. All proposers shall submit with their proposal information regarding their ability to meet the specifications. This information shall indicate the number of vehicles and personnel that are proposed to be assigned to this work. All proposers must also submit with their proposal details of the vehicles that will be used to provide the required service. These vehicles will be subject to COTA’s approval prior to contract award. Any changes in the vehicles used in providing the service during the term of the Contract must be approved by COTA. 11. In the event of severe inclement weather that prevents the performance of trash pickup services, the Contractor shall contact COTA‟s Manager of Street and Remote, or his designee, and describe the situation and expected length of delay or interruption in service. Upon review, COTA will have the option to approve the Contractor’s request for delay or interruption in service, which approval shall not be unreasonably withheld by COTA. In the event approval in not granted and the required trash removal services are not performed, Item 9 of these specifications shall apply to the non-performance. 12. During the term of this Contract, COTA may be placing additional trash containers at new locations. The Contractor will be required to service these additional locations at a per unit cost calculated from the costs on the Price Proposal Form. 13. Some locations may change due to re-routes and service changes. COTA will advise the Contractor in advance of any changes. 14. The Contractor shall provide COTA with an emergency contact telephone number for calls twenty-four hours a day, seven days a week. 15. The awarded Contractor will be required to provide COTA with a detailed schedule to include the day of trash collection for each location.

III-2

Page 30: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

PART IV: PROPOSAL SUBMISSION

Section 1: Evaluation Criteria

Following the opening of the proposed packages, the contents will be checked for compliance with the requirements set forth in the RFP. Copies will then be distributed to an evaluation committee comprised of COTA employees. The committee members will individually review and study the proposals in terms of the requirements outlined in this RFP in preparation for a meeting where a comparative discussion and evaluation will take place. Based on the following criteria, COTA will select the best qualified firm and may enter into a contract with the successful company for Trash Collection Services from COTA Bus Shelters. When submitting your proposal, please ensure each proposal is identified by each of the areas identified below. Section 2: Management Summary Proposers shall provide a cover letter indicating the underlying philosophy of the firm in providing the requisite service. Section 3: Evaluation Criteria Defined

3.1. These criteria to be used in the evaluation of qualifications for development of the short list of those offerors to be considered for interviews and/or potential negotiations. Offerors are required to address each evaluation criteria in the order listed and to be specific in presenting their qualifications. Offerors shall structure

their proposal response so that it contains tabs, sections pertaining to the following areas. Section 4: Qualifications, Experience and References

4.1. Provide a detailed description of the organization’s qualifications to perform the services specified in the Scope of Work. Include previous experience similar to the services described in the Scope of Work.

IV-1

Page 31: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

4.2. Provide references from a minimum of three (3) clients who have received

similar service that is described in the scope of work. Include the company name, address, contact person, telephone number and email address.

Section 5. Project Work Program and Schedule

5.1. Outline in detail the methodology and plan your firm will use to conduct the services set forth in the Scope of Work to meet the project objectives.

5.2. Describe the proposed approach to fulfilling the requirements of the project and

include a discussion on quality control and how it will be accomplished. 5.3. Describe the firm’s understanding of the project per the specific requirements detailed in the Scope of Work. This shall include information indicating the number of vehicles and personnel that are proposed to be assigned to complete this work in addition to the details of the vehicles that will be used to provide the required services. Section 6. Pricing

6.1. Provide unit price per stop, weekly cost, cost for additional trash collection services, cost per call out and total cost of Year 1 and Year 2 as indicated on Attachment I. This cost shall include all labor, expenses and overhead.

Section 7. Personnel

7.1. Provide a full resume and experience history of the supervisor to be assigned to this contract.

7.2. Describe the relevant work experience of key project staff that will be responsible for the work in this project. Key project staff shall include as a minimum those individuals responsible for the work requested in this project.

7.3. Provide a description and organizational chart reflecting proposed project

staffing including percent of time dedicated to the project. 7.4. Provide a discussion on the involvement of the supervisor in the project and the

amount of time they will devote to managing the project.

IV-2

Page 32: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

Section 8. Oral Presentations/Interviews Firms submitting a proposal in response to this RFP who are on the short list may be required to give an oral presentation of their proposal in an interview session with the Evaluation Committee. Interviews are at the option of the Evaluation Committee and may or may not be conducted. Section 10. Summary of Proposal Requirements A. Qualifications, Experience and References B. Project Work Program and Schedule C. Pricing D. Personnel E. Oral Presentations/Interviews, if applicable Proposers must submit all items required in these sections in the order stated. Brevity and clarity are encouraged. COTA reserves the right to award a contract based on the submittals alone. In addition to the above, proposers are required to include the Non-Collusion Affidavit; Certification Regarding Delinquent Taxes; Certifications of Restrictions on Lobbying; Certification Regarding Debarment, Suspension and Other Responsibility Matters; Non-Discriminatory Certification; Acknowledgement of Addenda; Conflict of Interest Affidavit and all DBE Forms. Section 11. Proposal Evaluation Criteria Significant criteria for evaluation include the following in descending order according to importance:

A. Qualifications, Experience and References B. Project Work Program and Schedule C. Pricing D. Personnel E. Presentation/Interviews, if applicable Section 12. No Contact Policy After the date and time established for receipt of proposals from COTA, any contact initiated by any offeror with any COTA representative, other than the Director of Supply Management, concerning this proposal is prohibited. Any such unauthorized contact will cause the disqualification of the offeror from this procurement transaction.

IV-3

Page 33: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

Section 13. Acceptance of Conditions Indicate any exceptions to the terms and general conditions of the RFP and any other requirements listed in the RFP.

IV-4

Page 34: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

SECTION V

PROPOSAL FORMS

Page 35: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT A NON-COLLUSION AFFIDAVIT

NOTE: EACH BIDDER SHALL FURNISH THIS AFFIDAVIT, PROPERLY EXECUTED AND CONTAINING ALL REQUIRED INFORMATION, WITH HIS/HER BID.

IF YOU FAIL TO COMPLY, YOUR BID WILL NOT BE CONSIDERED.

NAME____________________________________________________________

being first duly sworn deposes and says:

Individual Only: That he/she is an individual doing business under the name of

_____________________________________________________________ _____________________________________________________________ at ______________________________________________________, in the City of ___________________________________________________,

State of _____________________________________________________.

Partnership Only: That he/she is the duly authorized representative of a partnership doing business under the name of _____________________________________________________________ at __________________________________________ in the City of ____________________________________________________________,

State of ____________________________________________________.

Corporation Only: That he/she is the duly authorized, qualified and acting _____________________________________________________________of _________________________________________________________, a corporation organized and existing under the laws of the State of ___________________________, and that he/she, said partnership or said corporation, is filing herewith a proposal or bid to the Central Ohio Transit Authority in conformity with the foregoing specifications.

Individual Only: Affiant further says that the following is a complete and accurate list of the

names and addresses of all persons interested in said proposed contract: __________________________________________________. Affiant further says that he/she is represented by the following attorneys: __________________________________________________________ __________________________________________________________ and is also represented by the following resident agents in the City of Columbus: __________________________________________________________ __________________________________________________________.

V-1

Page 36: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

Partnership Only: Affiant further says the following is a complete and accurate list of the names and addresses of the members of said partnership: __________________________________________________________

__________________________________________________________ __________________________________________________________.

Affiant further says that said partnership is represented by the following attorneys: _________________________________________________ __________________________________________________________ And is also represented by the following resident agents in the City of Columbus: ________________________________________________ __________________________________________________________ __________________________________________________________.

Corporation Only: Affiant further says that the following is a complete and accurate list of the

officers, directors and attorneys of said corporation: President: ___________________________________________________ Directors: ___________________________________________________ Vice President: _______________________________________________ Secretary: __________________________________________________ Treasurer: __________________________________________________ Local Manager or Agent: ______________________________________

____________________________________________________________ Attorneys: __________________________________________________ ____________________________________________________________

and that the following officers are duly authorized to execute contracts on behalf of said corporation: ____________________________________________________________ ____________________________________________________________ ___________________________________________________________.

Affiant further says that the proposal or bid filed herewith is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; that such bid is genuine and not collusive or sham; that said bidder has not, directly or indirectly, induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly, colluded, conspired, connived or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the bid price of said bidder or of any other bidder, or to fix any overhead, profit, or cost element of such bid price or that of any other bidder, or to secure any advantage against the Central Ohio Transit Authority, or anyone interested in the proposed contract; that all statements contained in such bid are true; that said bidder has not directly or indirectly, submitted his price or any breakdown thereof or the contents thereof, or divulged information or data relative thereto, or paid or agree to pay, directly on indirectly, any money or other valuable consideration for assistance or aid rendered or to be rendered in procuring or attempting to procure the contract above referred to, or any corporation, partnership, company, association, organization, or to any

V-1a

Page 37: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

member or agent thereof, or to any other individuals, except to such persons as herein above disclosed to have a partnership or other financial interest with said bidder in his general business; and further that said bidder will not pay or agree to pay, directly or indirectly, any money or other valuable consideration to any corporation, partnership, company, association, organization or to any member or agent thereof, or to any other individual, for aid or assistance in securing contract above referred to in the event the same is awarded to: (Name of Individual, Partner or Corporation) Further, affiant sayeth naught. __________________________________________ Signature STATE OF ______________________________ SS: COUNTY OF ____________________________ Sworn to before me and subscribed in my presence this _______ day of ______________________, 20__. (SEAL) __________________________________________ Notary Public __________________________________________ Commission Expiration Date

V-1b

Page 38: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT B CERTIFICATION REGARDING DELINQUENT TAXES

Bidder hereby certifies that it is/is not (cross one out), as of the date of the submission of this bid, charged with any delinquent personal property taxes on the general tax list of Franklin County, Ohio. The bidder certifying in the above paragraph that it is charged with delinquent taxes on the general tax list also certifies that the following amounts are due and payable: __________________________ Taxes * __________________________ Penalty * __________________________ Interest * __________________________ Total * ____________________________________ Authorized Signature ____________________________________ Title ____________________________________ Company STATE OF ________________________ SS: COUNTY OF ______________________ Sworn to before me and subscribed in my presence this _____ day of ____________________, 20__. (SEAL) ____________________________________ Notary Public ____________________________________ Commission Expiration Date * Mark “N/A” if not applicable. V-2

Page 39: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT C NONDISCRIMINATORY CERTIFICATION

In connection with the carrying out of any contract the Contractor hereby certifies they shall not discriminate against any employee or applicant for employment because of sex, religion, race, color or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their sex, race, religion, color or national origin. Such action shall include but not be limited to the following employment, upgrading, demotion, transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. ______________________________________________ Authorized Signature ______________________________________________ Title ____________________________________________ Company Name ___________________________________________ Address STATE OF ______________________________ SS: COUNTY OF ____________________________ Sworn to before me and subscribed in my presence this __________ day of ___________________, 20_____. (SEAL) ____________________________________________ Notary Public

___________________________________________

Commission Expiration Date

V-3

Page 40: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT D GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)

Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the Central Ohio Transit Authority (COTA). If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the Central Ohio Transit Authority (COTA), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. ________________________________________ Authorized Signature ________________________________________ Date ________________________________________ Company Name ________________________________________ ________________________________________ Company Address

V-4

Page 41: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT E CERTIFICATION

OF RESTRICTIONS ON LOBBYING

The undersigned hereby certifies on behalf of _________________________________________________________________ that: (Name of Bidder) (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this _________ day of _____________________, 20__. Name of Bidder _________________________________________________ Address _______________________________________________________ City, State, Zip __________________________________________________ Signature of Authorized Official ____________________________________ Title of Official __________________________________________________ Telephone ________________________Fax____________________________

V-5

Page 42: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT F NON-CONFLICT AFFIDAVIT

I state that I am _________________________ of ________________________ and that I am (Title) (Name of my Firm)

authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for submitting this response and the price(s) and the amount of this response.

I state that:

1. The price(s) of this response have been arrived at independently and without consultation, communication or agreement with any other Bidder, Proponent, or potential Proponent.

2. Neither the price(s) nor the amount of this response, and neither the approximate price(s) nor approximate amount of this response, have been disclosed to any other firm or person who is a Bidder, Proponent or potential Proponent, and they will not be disclosed before solicitation opening.

3. No attempt has been made or will be made to induce any firm or person to refrain from responding on this solicitation, or to submit a response higher than this response, or to submit any intentionally higher or noncompetitive response or other form of complementary response.

4. The response of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response.

5. The Bidder or Proponent declares that it has no existing or prior relationships with any firm, developer, integrator or supplier. The Bidder or Proponent agrees that should the Bidder or Proponent be awarded a contract for any work required under this solicitation it may not be eligible for subsequent implementation work awarded to a related firm; and that any firm associated with any work under this solicitation may not be eligible for an award on subsequent installation and implementation. This determination will be at COTA’s sole discretion.

I state that ______________________________ understand and acknowledge that the above (Name of my Firm)

representations are material and important and will be relied on by COTA in awarding the contract(s) for which this solicitation is submitted. I, and my firm understand that any false statement in this affidavit is and shall be treated as fraudulent concealment from COTA of the true facts relating to for this solicitation.

(Name and Company Position)

V-6

Page 43: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

SWORE TO AND SUBSCRIBED BEFORE ME THIS __________DAY OF ____________________ 20______.

NOTARY PUBLIC: ______________________________

My commission expires: ___________________________

V-6a

Page 44: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT G

CERTIFICATION OF COMPLIANCE WITH § 3517.13 OF THE OHIO REVISED CODE

The individual listed as the signatory of this certification is a duly appointed representative of the below named entity and is authorized to sign this certification as an individual or as a representative of ________________________________________ for a contract for ___________________________________________

with the Central Ohio Transit Authority (COTA) in an amount aggregating more than ten thousand dollars ($10,000) in a calendar year. Further, the above named individual or representative makes the following statements with respect to prohibited activities constituting a conflict of interest or other violations under the Ohio Revised Code § 3517.13:

1. That none of the following, individually, contributed in excess of one thousand dollars ($1000) inthe previous twenty-four months, and that none of the following will contribute in excess of onethousand dollars ($1000) beginning on the date the contract is awarded and extending until oneyear following the conclusion of the contract, to the public officer or the campaign committee ofthe public officer having ultimate responsibility (as defined by O.R.C. § 3517.13(K)) for the awardof the contract:

a. The individual;b. Any partner or owner of the partnership or other unincorporated business;c. Any shareholder of the association;d. Any administrator of the estate;e. Any executor of the estate;f. Any trustee of the estate;g. The spouse of any person identified;h. Any child seven years of age through seventeen years of age of any person identifiedi. An owner of more than 20% of the corporation or business trust;j. A spouse of an owner of more than 20% of the corporation or business trust;k. A child seven years of age through seventeen years of age of an owner of more than 20%

of the corporation or business trust.2. That no combination of two or more of the following contributed in excess of two thousand dollars

($2000) in the previous twenty-four months nor will contribute in excess of two thousand dollars($2000) beginning on the date the contract is awarded and extending until one year following theconclusion of the contract, to the public officer or the campaign committee of the public officerhaving ultimate responsibility (as defined by O.R.C. § 3517.13(K)) for the award of the contract:

a. The individual;b. Any partner or owner of the partnership or other unincorporated business;c. Any shareholder of the association;d. Any administrator of the estate;e. Any executor of the estate;f. Any trustee of the estate;g. The spouse of any person identified;h. Any child seven years of age through seventeen years of age of any person identified

V-7

Name of entity Type of product or service

Page 45: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

i. An owner of more than 20% of the corporation or business trust; j. A spouse of an owner of more than 20% of the corporation or business trust; k. A child seven years of age through seventeen years of age of an owner of more than 20%

of the corporation or business trust. Signature:____________________________ Printed Name: ________________________ Title:________________________________ Company Name: ______________________

Company address: _____________________ Date Signed:__________________________

V-7a

Page 46: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT H

ACKNOWLEDGEMENT OF ADDENDUM RECEIPT

The undersigned acknowledges receipt of the following amendments to the documents: Amendment No. __________________________ Dated _________________________ Amendment No. __________________________ Dated _________________________ Amendment No. __________________________ Dated _________________________ Failure to acknowledge receipt of all amendments may cause the proposal to be considered nonresponsive to the solicitation. Acknowledge receipt of each amendment must be clearly established and included with the offer.

NAME

TITLE

COMPANY

DATE

V-8

Page 47: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ATTACHMENT I TRASH COLLECTION SERVICES PRICING RFP #2020-13 -YEARS ONE AND TWO ITEM YEAR 1 YEAR 2 Cost per Stop Cost per Stop Trash Pickup of Five Hundred Ninety (590) Thirty-Two (32) Gallon Trash $_________ $_________ Receptacles, Includes Five Hundred Thirty-One (531) twice per week, with Thirty-One (31) of these serviced a third Weekly Cost Weekly Cost time per week, and Twenty-Eight (28) (Cost/Stop X 1,092 Stops/Week) (Cost/Stop X 1092 stops/Week) and Downtown Receptacles once per Week, for a Total $__________ $__________ of One Thousand Ninety-Two (1,093) Stops per Week Trash pick-up from the area of the bus shelter Cost Per Stop Cost Per Stop located at Alum Creek and Frebis Avenue one time per week (See Item 4, Section III-1, $____________ $___________ Scope of Work) Weekly Cost Weekly Cost (Cost/Stop X 1 Stop/Week) (Cost/Stop X 1 Stop/Week) $_____________ $______________ (The total cost for Year 1 and Year 2 should Total Year 1 Cost Total Year 2 Cost be comprised of the weekly cost for 1,093 (Weekly Cost X 52) (Weekly Cost X 52) stops X 52 weeks and the trash pick-up $__________ $___________ cost at Alum Creek and Frebis Ave X 52 weeks for each year) Additional trash clean-up for areas Year 1 Year 2 without receptacles as needed Cost per Call Out Cost per Call Out $_____________ $ _____________ NOTE – PROPOSERS SHALL PROVIDE PRICING FOR YEARS 1 AND 2 ABOVE. THE PRICES FOR YEAR 3 AND OPTION YEARS 4 AND 5 SHALL BE BASED ON THE YEAR TWO PRICING PLUS AN ADJUSTMENT BASED ON THE CONSUMER PRICE INDEX (CPI) (NOT TO EXCEED 3 %) FOR EACH OF THE SUBSEQUENT YEARS.

V-9

Page 48: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

SECTION VI

DISADVANTAGED BUSINESS ENTERPRISE (DBE)/ EQUAL EMPLOYMENT OPPORTUNITY (EEO)

FORMS AND GUIDELINES

Page 49: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

1.1 DISADVANTAGED BUSINESS ENTERPRISE (DBE) COMPLIANCE REQUIREMENTS

In accordance with the U.S. Department of Transportation, DBE regulations, 49 CFR Part 26, it is COTA’s policy to utilize ready, willing, and able disadvantaged and small businesses and to use the best efforts possible to level the playing field in the market place by ensuring these firms have the opportunity to participate in the procurement process. COTA is required by 49 CFR Part 26 to establish DBE goals annually. COTA has established race conscious and race neutral initiatives in the DBE annual and contract specific goals to provide opportunities in all procurement activities. In cases in which COTA does not establish a race-conscious goal on a contract, COTA fully expects its prime contractors to make good faith efforts to enter into subcontracts with DBEs and small businesses to the maximum extent possible to ensure that COTA meets its annual DBE goal requirement.

1.1(a) COTA HAS SET A ____20_____% DBE PARTICIPATION GOAL FOR THIS CONTRACT.

If a goal has been established for this contract, all proposers/bidders must submit the following with their proposals/bids:

Enclosure 1 – DBE Goal Affidavit

Enclosure 1A – Affidavit of Prime Contractor (Non-DBE prime contractors)

-OR-

Enclosure 1B – DBE Affidavit If DBE (DBE Prime contractors)

Enclosure 2 – DBE Utilization Plan (Listing of DBE firms you propose to use with a description of their work, applicable NAIC codes, and a contract dollar amount)

Enclosure 3 – Letter of Intent from DBE to Perform as a Subcontractor, Supplier and/or Consultant (Attach documentation proof of your current active DBE status)

Enclosure 4 – DBE Unavailability Certification (Complete only if DBE firms are unavailable; Form is not considered complete unless it is authorized by the DBE contractor)

Enclosure 5 – Determination of Good Faith Efforts (This form is completed if Prime contractor is unable to achieve the DBE participation goal. This form must be submitted with all supporting documentation at the time of bid submission)

Enclosure 6 – Schedule C- Joint Venture Affidavit (Goals may also be met through joint ventures between DBE firms and non-DBE firms. The amount that may be counted toward meeting the contract goal is that portion of a contract with a joint venture equal to the percentage of the ownership and control of DBE partner in the joint venture -must be completed and submitted with the proposal/bid.

Enclosure 7 - EEO Submittal Requirements (Workforce Data) to be completed only for construction projects.

1.1(b) DBE Certification

Page 50: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

DBE* firms must be certified by the Ohio Department of Transportation Unified Certification Program (UCP), the City of Columbus Equal Business Opportunity Commission Office, or the Ohio Department of Administrative Services at the time of bid submission. COTA reserves the right to accept or reject a firm’s certification from other agencies on a case-by-case basis. In making this determination COTA will evaluate whether the certification was conducted under the standards of 49 CFR, Part 26. *COTA uses the term DBE to encompass all companies that are EDGE, MBE, FBE, and DBE certified by the recognized agencies listed above.

1.1(c) How DBE Participation Is Counted: Section 26.55

DBE Participation shall be counted toward meeting the contract goal as follows:

I. Once a firm is determined to be an eligible DBE, the total dollar value of the contract awarded the DBE firm is counted toward the applicable goal.

II. A contractor may count toward its DBE goal 60% of its expenditures for materials and supplies required under a contract which are obtained from a DBE regular dealer, and 100% of such expenditures if the DBE firm is a manufacturer.

A. For the purpose of this section, a regular dealer is a firm that owns, operates, and maintains a store, warehouse or other establishment in which the material or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a regular dealer, the firm must engage in, as its principal business and in its own name, the purchase of sale of the products in question. A regular dealer in such bulk items as steel, cement, gravel, stone and petroleum products needs to keep such products in stock if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as manufacturers or regular dealers within the meaning of this section.

B. A manufacturer is a firm operating or maintaining a factory or establishment that produces on the premises the material or supplies obtained by the recipient or contractor.

1.1(d) Commercially Useful Function: Section 26.55(c)

DBE subcontractors may not further subcontract any portion of their work without prior approval from COTA. Subcontractors must, in COTA’s judgment, perform a commercially useful function (i.e., be responsible for a distinct element of work under the contract that, in light of industry practices and other relevant considerations, has a necessary and useful role in the transaction). The firm’s role cannot be a superfluous step added in an attempt to obtain credit toward the goal. If, in COTA’s judgment, the firm (even though a DBE) does not perform a commercially useful function, no credit towards the goal will be awarded. Failure to follow the DBE participation requirements shall be viewed as a breach of contract, and subject to such sanctions and penalties as allowed by law, see 1.1(g) Administrative Remedies.

1.1(e) Good Faith Efforts: Section 26.53

Under limited circumstances, a contractor may be unable to meet the contract goal. In this case, the contractor must submit a complete and signed DBE Unavailability Certification (Enclosure 4) and a Determination of Good Faith Efforts form (Enclosure 5) at the time of bid, as a matter of responsiveness, and all supporting documentation, as a matter of responsibility, no later than seven

Page 51: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

(7) calendar days after bid opening. COTA may grant relief of all or a portion of the contract goal, provided that the contractor demonstrates to COTA’s satisfaction that it has made good faith efforts in obtaining DBE participation. The DBE Administrator shall initially determine whether a bidder/proposer has made good faith efforts and offer his/her findings to the Director of Supply Management.

Pro forma efforts that do not accomplish goal attainment are not acceptable. Examples of good faith efforts to be demonstrated and documented by the prime contractor include the following:

I. Attendance at any pre-solicitation or pre-bid meetings that were scheduled by COTA to inform DBEs of contracting and subcontracting opportunities;

II. Advertisement in general circulation, trade association and minority-focused media concerning the sub-contracting opportunities;

III. Provision of written notice to a reasonable number of specific DBEs that their interest in the contract was being solicited, in sufficient time to allow the DBE to participate effectively (and documenting the contact);

IV. Follow-up of initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested;

V. Provision to interested DBEs of adequate information about the plans, specifications and requirements of the contract (and maintaining record of such contract);

VI. Negotiation in good faith with interested DBEs not rejecting DBEs as unqualified without sound reasons based on a thorough investigation of their capabilities (and be able to document any “unqualified”);

VII. Soliciting the aid of available minority community organizations; minority contractors’ groups, local, state and federal minority business assistance officers; and other organizations that provide assistance in the recruitment and placement of DBEs (and be able to furnish records of such solicitation);

VIII. Contacting COTA’s Director of Supply Management at (614) 275-5934 obtain a listing of DBE Contractors, if needed.

A record of all activities to demonstrate good faith efforts should be maintained and made available to COTA’s Director of Supply Management upon request. The DBE information submitted includes North American Industry Classification System (NAICS) codes applicable to the kind of work the DBE will perform on the contract, when a non-DBE is selected over a DBE, copies of quotes from both companies will be required.

If COTA determines that the apparent successful bidder has failed to meet the requirements of meeting the DBE contract goals, COTA, before awarding the contract, will provide the bidder/offeror an opportunity for administrative reconsideration. As part of this reconsideration, the bidder/offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. COTA’s decision on reconsideration will be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the Good Faith Efforts Committee to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. Upon

Page 52: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

completion of this process, COTA will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is final.

The Good Faith Efforts Committee will consist of the Chief Financial Officer and the Legal Counsel or someone they appoint in their stead.

1.1(f) Defaulting or Substitution of DBE Subcontractors: Section 26.53(f)

A prime contractor cannot terminate a DBE subcontractor without COTA’s prior written consent. This includes, but is not limited to, instances in which a prime contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. The prime contractor may provide such written consent only if COTA agrees, for reasons stated in the concurrence document, that the prime contractor has good cause to terminate the DBE firm. For purposes of this paragraph, good cause includes the following circumstances:

I. The listed DBE subcontractor fails or refuses to execute a written contract; II. The listed DBE subcontractor fails or refuses to perform the work of its

subcontract in a way consistent with normal industry standards. Provided, however, that good cause does not exist if the failure or refusal of the DBE subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the prime contractor;

III. The listed DBE subcontractor fails or refuses to meet the prime contractor’s reasonable, nondiscriminatory bond requirements.

IV. The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness;

V. The listed DBE subcontractor is ineligible to work on public works projects because of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1,200 or applicable state law;

VI. COTA has determined that the listed DBE subcontractor is not a responsible contractor;

VII. The listed DBE subcontractor voluntarily withdraws from the project and provides to you written notice of its withdrawal;

VIII. The listed DBE is ineligible to receive DBE credit for the type of work required; IX. A DBE owner dies or becomes disabled with the result that the listed DBE

contractor is unable to complete its work on the contract; X. Other documented good cause that you determine compels the termination of the

DBE subcontractor. Provided, that good cause does not exist if the prime contractor seeks to terminate a DBE it relied upon to obtain the contract so that the prime contractor can self-perform the work for which the DBE contractor was engaged or so that the prime contractor can substitute another DBE or non-DBE contractor after contract award.

The prime contractor must give written notice of its intent to request to terminate and/or substitute along with the reason for the request to the DBE subcontractor (and copy COTA) before transmitting a request to terminate and/or substitute a DBE subcontractor to COTA. The prime contractor must give the DBE five (5) days to respond to the prime contractor’s notice and advise COTA and the contractor of the reasons, if any, why it objects to the proposed termination of its

Page 53: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

subcontract and why COTA should not approve the prime contractor’s action. COTA may provide a response period shorter than five (5) days if required in a particular case as a matter of public necessity (e.g., safety). In addition to post-award terminations, the provisions of this section apply to pre-award deletions of or substitutions for DBE firms put forward by offerors in negotiated procurements. When a DBE subcontractor is terminated, or fails to complete its work on the contract for any reason, the prime contractor must make good faith efforts to find another DBE subcontractor to substitute for the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal COTA established for the procurement.

1.1(g) Administrative Remedies Section 26.13

If a contractor fails to comply with any applicable requirements of 49 CFR 26, will be considered a material breach of contract which may result in the termination of the contract or such other remedy as COTA deems appropriate. These remedies could include, but are not limited to, withholding progress payments, liquidated damages, disqualifying the contractor from future bidding, and assessing monetary penalties.

1.2 Prompt Payment Mechanism: Section 26.29

In accordance with 49 CFR Part 26, COTA has a requirement for prompt payment of DBE and Non-DBE subcontractors by prime contractors. COTA requires that the following clause to be included in all contracts to subcontractors:

Prompt Payment: 26.29(a)

The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than fifteen (15) days from the receipt of each payment the prime contract receives from COTA. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COTA. This clause applies to both DBE and non-DBE subcontracts.

Retainage: 26.29(b)

The prime contractor agrees to return retainage payments to each subcontractor within thirty (30) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COTA. This clause applies to both DBE and non-DBE subcontracts.

If there are payment disputes, prime contractors and subcontractors will be required to use appropriate Alternative Dispute Resolution (ADR) mechanisms. COTA will participate in the resolution if necessary.

Failure of contractors to execute prompt payment requirements will be considered as breach of contract.

1.3 Contract Assurance: Section 26.13(b)

COTA requires that the following clause be placed in every contract and subcontract:

Page 54: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

The contractor, sub-recipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of the contract, which may result in the termination of the contract or such other remedy as the recipient deems appropriate.

1.4 Equal Employment Opportunity

In connection with the carrying out of any Contract the contractor hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. 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. If the Contractor is required to file an affirmative action plan with any federal, state, or local agency, the contractor assures COTA that it is in full compliance with such filing requirements. The contractor agrees to comply with all provisions of the Ohio Revised Code Chapter 4112 and Executive Order 11246, as amended, and all rules and negotiations related thereto. Such laws, rules and regulations are to be incorporated into all contracts by reference. Bidders submitting bids for construction contracts only are required to complete Enclosure 7: EEO Submittal Requirements (Workforce Data). The following Affirmative Action forms must be signed and submitted with the submission of their bids:

1. Affirmative Action Policy Statement;

2. Affirmative Action Plan;

3. Certification of workforce;

4. Employment Practice Report; and

5. Employment Data Form

1.5 Records and Documents:

It is the contractor’s responsibility to maintain those records and documents that indicate compliance with this Attachment for three (3) years following the performance of the contract. Those records will be made available at reasonable times and places for inspection upon request by any authorized representative of COTA, with any other compliance information that such representative may require.

To ensure that stated DBE goals are met by prime contractors, COTA performs an annual audit of contract payments to DBEs. This audit reviews payments to DBE subcontractors to insure that the actual amount paid to the DBE subcontractors equals or exceeds the dollar amounts stated in Enclosure 2 – DBE Utilization Plan.

Page 55: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 1

DBE GOAL AFFIDAVIT

THIS PAGE MUST BE COMPLETED BY PRIME PROPOSER/BIDDER TO INDICATE THEIR KNOWLEDGE OF THE DISADVANTAGE BUSINESS ENTERPRISE PARTICIPATION PERCENTAGE GOAL.

The undersigned bidder/Proposer hereby agrees that the goal established for DBE participation in this project through subcontracting or entering into a joint venture with Disadvantaged Business Enterprise(s) in conformity with the Requirements, Terms, and Conditions of this Attachment is:

_ 20______% Disadvantaged Business Enterprise (DBE) goal

THIS PERCENTAGE RELATES TO DBE SUBCONTRACTING ONLY AND IS CONSISTENT WITH THE DISADVANTAGED BUSINESS ENTERPRISE STATEMENT LISTED IN THE BID/PROPOSAL FORM.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING STATEMENTS ARE TRUE AND CORRECT, AND THAT I AM AUTHORIZED, ON BEHALF OF

____________________________________________________TO MAKE THIS AFFIDAVIT.

(Name of Business Entity)

_______________________________________________State of ________________________

(Affiant) (Title)

STATE OF _______________________

COUNTY OF _____________________

The foregoing instrument was acknowledged before me this _____________________ (date) by __________________________________________ (name of officer or agent, title of officer or agent) of ___________________________________________________ (name of corporation acknowledging) a __________________________________________ (state or place of incorporation) corporation, on behalf of the corporation.

________________________________________

Notary Public

Printed Name: ____________________________

My Commission Expires:

_____________________

Page 56: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 1A

AFFIDAVIT OF PRIME CONTRACTOR (Non-DBE)

To the best of my knowledge, information and belief the facts and representations contained in the aforementioned attached schedules are true, and no material facts have been omitted.

The undersigned will enter into formal agreements with all listed DBE firms for work as indicated by Enclosure 2 - DBE Utilization Plan and accompanying Schedules, and will enter into such agreements within (5) business days after receipt of the contract executed by the Central Ohio Transit Authority (COTA).

The __________________________________________________________________ (Prime Contractor)

designated the following person as the Manager, Office of Contract Compliance:

__________________________________________ (Name – Please Print or Type)

I solemnly declare and affirm under penalties of perjury that the contents of the foregoing document are true and correct, and that I am authorized on behalf of the Prime Contractor to make this affidavit.

____________________________________________________________

(Name of Prime Contractor - Print or Type)

________________________________________________ (Signature)

_____ ____________

(Name of Affiant)

________________________________________________ (Date)

STATE OF ___________________________

COUNTY OF __________________________

The foregoing instrument was acknowledged before me this _____________________ (date) by __________________________________________ (name of officer or agent, title of officer or agent) of __________________________________________ (name of corporation acknowledging) a __________________________________________ (state or place of incorporation) corporation, on behalf of the corporation.

______________________________________

Notary Public

Printed Name: __________________________

My Commission Expires:

________________________

Page 57: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 1B

AFFIDAVIT OF PRIME CONTRACTOR (DBE)

THIS PAGE MUST BE COMPLETED BY DISADVANTAGED BUSINESS ENTERPRISE PRIME CONTRACTOR (PROPOSER/BIDDER)

I HEREBY DECLARE AND AFFIRM that I am the __________________________ and duly (Title)

authorized representative of (the firm of) ____________________________________________ (DBE Prime Contractor)

whose address is ____________________________________________________ and phone (Street, City, & Zip)

number is ____________________________________. (Phone Number)

I hereby declare that I am a:

Disadvantaged Business Enterprise (DBE) as defined by the Ohio Department of Transportation Unified Certification Program (UCP), the City of Columbus Equal Business Opportunity Commission Office, or the Ohio Department of Administrative Services in the specifications for

______________________________________________________________________________

(RFB/RFP No. and Name)

and that I will provide information and/or the certification to document this fact.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT I AM AUTHORIZED, ON BEHALF OF THE ABOVE FIRM, TO MAKE THIS AFFIDAVIT.

_______________________________________ _______________________________

(Name) (Title)

STATE OF __________________________

COUNTY OF _____________________

The foregoing instrument was acknowledged before me this _____________________ (date) by

________________________________________________ (name of person acknowledged.)

________________________________________

Notary Public

Printed Name: ____________________________

My Commission Expires:

___________________________

Page 58: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 2

DBE UTILIZATION PLAN

Project Name: __________________________________________________________________

RFB/RFP No.: ________________________

In connection with the above caption contract, I HEREBY DECLARE AND AFFIRM that I am

the ___ ___ and duly authorized representative of (Title)

____________________, and that I have personally reviewed the material (Name of Contractor)

and facts set forth in and submitted with the descriptions and NAICS codes of Disadvantaged Business Enterprises (DBE). The following correctly represent our DBE participation.

Name of DBE Firms Type of work to be Performed

(Description & NAIC Codes)

Contract Amount

(Dollar Amount Required)

$

$

$

$

$

$

$

$

Total DBE Credit: $

Page 59: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 3

LETTER OF INTENT FROM DBE TO PERFORM AS

SUBCONTRACTOR, SUPPLIER AND/OR CONSULTANT

Project/Contract Name: ____________________________________________________ RFB No.: ___________________

FROM: ________________________________________________________________ (Name of DBE Subcontractor)

TO: __________________________________________________________________ (Name of Prime Contractor)

The DBE status of the undersigned is confirmed by the attached Letter of Certification from (Certifying Agency) dated _____________________________. (If proposing to perform as a DBE/non-DBE Joint Venture, the Letter of Certification from DBE venturer is attached along with completed Schedule B and Joint Venture Agreement).

The undersigned is prepared to provide the following described services or supply the following described goods in connection with the above named project/contract.

Pay Item No/Description Quantity/Unit Price Total $$

Sub (or Grand) Total: $

Sub-Contracting Levels:

__________% of the dollar value of the DBE’s subcontract will be sublet to non-DBE contractors.

__________% of the dollar value of the DBE’s subcontract will be sublet to DBE contractors.

NOTICE: IF DBE WILL NOT BE SUBCONTRACTING ANY OF THE WORK DESCRIBED IN THIS SCHEDULE, A ZERO (0) MUST BE SHOWN IN EACH BLANK ABOVE.

NOTICE: IF MORE THAN TEN PERCENT (10%) OF THE VALUE OF THE DBE’S SCOPE OF WORK WILL BE SUBLET, A BRIEF EXPLANATION AND DESCRIPTION OF THE WORK MUST BE ATTACHED TO THE SCHEDULE.

The undersigned will enter into a formal written agreement for the above work with you as Prime Contractor, conditioned upon your execution of a contract with COTA, and will do so within five (5) working days of your receipt of a signed contract from COTA.

Page 60: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

A copy of the signed DBE subcontracts shall be made available upon request from COTA if needed to ensure compliance with requirements of 49 CFR 26.

____________________________________________________________ Signature of Owner, President or Authorized Agent of DBE

____________________________________________________________ Name/Title (Print) Date

____________________________________________________________ Phone No.

If proposing to perform as a DBE/non-DBE Joint Venture:

______________________________________ Signature of Owner, President or Authorized Agent of DBE

_______________________________________ Name/Title (Print)

_______________________________________ Date

_______________________________________ Phone

Page 61: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 4

DBE UNAVAILABILITY CERTIFICATION

I, __________________________________________________________________ (Name) (Title)

of__________________________________________________________________ (Prime or General bidder/proposer/contractor)

certify that on I contacted the following DBE contractor to obtain a (Date indicated below)

bid/proposal for items to be performed on the Central Ohio Transit Authority, RFB/RFP No. _______________________________

To the best of my knowledge and belief, the DBE contractor was unavailable (exclusive of unavailability due to lack of agreement on Price) for work on this project, or unable to prepare a bid/proposal for the reasons stated below:

FORM OF BID SOUGHT

DBE CONTRACTOR

DATE CONTACTED WORK ITEMS

SOUGHT NAIC Code/ Description

REASON UNAVAILABLE

Signature: ________________________________________

Date: ________________________________________

_________________________________________was offered an opportunity to bid on (DBE Subcontractor)

The above statement is a true and accurate account of why I did not submit a bid/proposal on this project.

___________________________________________ _________________________

(Signature of DBE Contractor) (Date)

Page 62: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 5

DETERMINATION OF GOOD FAITH EFFORT

Bidder/Proposer/Contractor:_____________________________________________________

Address: ____________________________________________________________________

Phone: ____________________________ Fax: __________________________

E-mail:___________________________________

In making a determination that a Good Faith Effort has been made, COTA requires the Bidder/Proposer/Contractor to complete a checklist and submit supporting documentation explaining in what ways the Bidder/Proposer/Contractor has made a Good Faith Effort according to each requirement with a copy of notice, or solicitation or letter of justification. The Bidder/Proposer/Contractor will respond to the following and provide supporting documentation as requested.

Please answer “yes” or ‘no.” Were you able to meet the Contract Goal in selecting Small Businesses or Disadvantaged Businesses as part of your bid or proposal submission? Yes ________ No ________

If you answered “yes,” you are not required to answer the remaining questions below. If you answered “no,” please respond as requested below.

In an effort to document my Good Faith Efforts to meet the Contract Goals regarding Small Business or Disadvantaged Business participation, I am able to present evidence of: Attendance at a pre bid meeting, if any, scheduled by COTA to inform SBEs and DBEs of subcontracting opportunities under a given solicitation. Yes ________ No ________

Review of the list of certified firms, through the Ohio Uniformed Certification program, the City of Columbus and the State of Ohio to determine potential subcontractors. Yes ________ No ________

Advertisement in general circulation media, trade association publications, and other media for at least 15 days before bids or proposals are due. Yes _______ No _______

Written notification to Small Businesses and/or Disadvantaged Businesses that their interest in the contract is solicited. The notice included a description of the subcontracting opportunities and identified the contact person within my office. The notice was sent to at least five (5) businesses in the current Ohio UCP Directory of certified SBC and DBE entities that perform that type of work requires. Yes _______ No _______

Efforts made to select portions of the work proposed to be performed by Small Businesses or Disadvantaged Businesses in order to increase the likelihood of achieving the stated goal and, to the extent feasible and consistent with prudent industry practice, efforts to divide the contract work in reasonable lots. Yes ________ No ________

Page 63: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

Efforts to provide interested SBEs or DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to the solicitation.

Yes _______ No _______

Yes _______ No _______ Negotiating in good faith with interested with SBEs or DBEs, including:

a) The names, addresses, and telephone numbers of SBEs or DBEs that were contacted;

b) A description of the information provided to SBEs or DBEs regarding the plans and specifications for portions of the work to be performed; and

c) A statement of why additional agreements with SBEs and DBEs were not reached.

Yes ________ No ________ Not rejecting SBEs or DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. Concerning each Small Business or Disadvantaged Business the Bidder/Proposer contacted but rejected as unqualified, the reasons for the Bidder/Proposer’s exclusion.

Yes ________ No ________ Efforts made to assist the Small Businesses or Disadvantaged Business contacted that needed assistance in obtaining bonding or insurance required by the Bidder/Proposer or COTA.

Yes ________ No ________ Efforts made to assist interested SBEs and DBEs in obtaining necessary equipment, supplies, materials or related assistance or services.

Yes ________ No ________ Efforts made to utilize the services of available small business and/or disadvantage business organizations that provide assistance in the recruitment and placement of SBEs and DBEs.

NOTE: If the prime contractor is unable to meet the solicitation goal or if any of the above items are answered “no,” the Bidder/Proposer/Contractor must attach supporting documentation or a letter of justification. The attachments submitted by the Bidder/Proposer/Contractor will be reviewed by COTA’s Good Faith Effort committee and a written notice of acceptance or deficiency of good faith efforts will be issued. This form is due at time of bid submission.

Signature of Bidder/Contractor:______________________________

Title: ____________________________ Date:____________________________________

Page 64: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 6

SCHEDULE C APPLICATION FOR JOINT VENTURE

1. Name of joint venture:

2. Address of joint venture:

3. Telephone number:

4. Identify the firms, which comprise of the joint venture.

a. Describe the role of the DBE firm in the joint venture, listing the specific responsibilities of the DBE firm:

b. Describe very briefly the experiences and business qualifications of each non-DBE joint venture:

5. Nature of the joint venture’s business:

6. Provide a copy of the joint venture agreement.

7. What is the claimed percentage of DBE ownership?

8. Provide copies of the following indicating proof of ownership of the joint venture:

a. Profit and loss sharing;

b. Capital contributions, including equipment; and

c. Other applicable ownership interests.

Page 65: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

9. Control of and participation in this contract. Identify by name, race, sex, and “firm” those individuals (and their titles) who are responsible for day-to-day management and policy decision-making, including, but not limited to those with prime responsibility for:

a. Financial decisions:

b. Management decisions, such as:

i. Estimating:

ii. Marketing and sales:

iii. Hiring and firing of management personnel:

iv. Purchasing of major items or supplies:

c. Supervision of field operators: __________________________________________________________

NOTE: If, after filing this Schedule C and before the completion of the joint venture’s work on the project, there is any significant change in the information submitted, the joint venture must inform COTA’s DBE Officer, either directly or through the prime contractor, if the joint venture is a subcontractor.

Page 66: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

AFFIDAVIT

The undersigned swear that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the grantee current, completed and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of the books, records and files of the joint venture, or those each joint venturer relevant to the joint venture, by authorized representatives of the grantee of the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract, which may be awarded for initiating action under Federal or State laws concerning false statements.

Name of Firm Name of Firm

Signature Signature

Name Name

Title Title

Date Date

STATE OF OHIO ) )

COUNTY OF

On this day of, 20 , before me appeared to personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by to execute the affidavit and did so as his or her free act and deed.

Notary Public

Commission expires:

STATE OF OH ) )

COUNTY OF

On this day of, 20 , before me appeared to personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by to execute the affidavit and did so as his or her free act and deed. Notary Public

Commission expires:

Page 67: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

ENCLOSURE 7

EEO Submittal requirements (workforce data)

Page 68: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

AFFIRMATIVE ACTION POLICY STATEMENT

The _____ will not discriminate against any employee or (Name of Company)

applicant for employment because of race, religion, color, sex, age, national origin, physical and/or mental disability.

The ______ __ will take affirmative action to ensure that (Name of Company)

applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, sex, or national origin. 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 compensations; and selection for training, including apprenticeship.

The __ ______ __ will, in all solicitation or advertisements for (Name of Company)

employees placed by or behalf of the contractor state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, or national origin.

The _________ will send to each labor union (Name of Company)

or representative of workers with which we have a collective bargaining agreement or other contract or understanding, a notice advising the labor union or workers’ representative of the _______________________________________ commitments under Section 202 of Executive

(Name of Company)

Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to

employees and applicants for employment.

The _____ _ will comply with all provisions of Executive (Name of Company)

Order 11246 (as amended by Executive Order 11375), Title VII of the Civil Rights Act of 1964 (as amended by the Equal Employment Opportunity Act of 1972), and all state and local laws, rules, and regulations issued pursuant thereto.

Authorized Representative:______________________________________

Date:______________________________________

Name of Company:______________________________________

Page 69: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

EMPLOYMENT DATA FORM Federal & Non-Federal

CONSTRUCTION TRADE

CLASSIFICATIONS

6a.

TOTAL OF EMPLOYEES BY TRADE

M F

6b.

BLACK (Not of Hispanic

Origin) M F

6c.

HISPANIC

M F

6d.

ASIAN OR PACIFIC

ISLANDERS

M F

6e.

AMERICAN INDIAN OR ALASKAN

NATIVE M F

7.

MINORITY PERCENTAGE

M F

8.

FEMALE PERCENTAGE

M F

JOURNEY WORKER APPRENTICE TRAINEE SUB-TOTAL

JOURNEY WORKER APPRENTICE TRAINEE SUB-TOTAL

JOURNEY WORKER APPRENTICE TRAINEE SUB-TOTAL

JOURNEY WORKER APPRENTICE TRAINEE SUB-TOTAL

JOURNEY WORKER APPRENTICE TRAINEE SUB-TOTAL

JOURNEY WORKER APPRENTICE TRAINEE SUB-TOTAL

TOTAL JOURNEY WORKERS TOTAL APPRENTICES TOTAL TRAINEES GRAND TOTAL

COMPANY OFFICIAL’S SIGNATURE AND TITLE

TELEPHONE NO. (INCLUDE AREA CODE)

DATE SIGNED

Page 70: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

AFFIRMATIVE ACTION PLAN

TO ENSURE COMPLIANCE WITH PROVISIONS OF EQUAL EMPLOYMENT OPPORTUNITY, THIS COMPANY SUBMITS THE FOLLOWING AFFIRMATIVE ACTION PLAN:

A. Workforce

Identity of Geographical

Area

Minority Population

Minority Labor Force

Unemployment

Overall Minorities Women

B. Goals and Timetable:

This company commits itself to the hiring of minorities and/or women in the following number and job classifications in the implementation of this Affirmative Action Plan:

Minorities (Numbers) Job Categories Target Dates

Women (Numbers)

C. STEPS:

In order to achieve these goals, this company plans to take the following actions/ steps:

Page 71: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

DESCRIPTION OF JOB CLASSIFICATIONS1. OFFICIAL, MANAGERS AND SUPERVISORS - Occupations requiring administrative personnel who set brood policies, exercise over-all responsibility for execution of these policies, and direct individual departments or special phases of a firm’s operations. Includes: official, executives, middle management, plant managers, department managers and superintendents, salaried foremen who are members of management, purchasing agents and buyers, and kindred workers.

2. PROFESSIONALS - Occupations requiring either college graduation or experience of such kind and amount as to provide a comparable background. Includes: accountants and auditors, airplane pilots and navigators, architects, artists, chemists, designers, dietitians, editors, engineers, lawyers, Liberians, mathematicians natural scientists, personnel and labor relation workers, physical scientist, physicians, social scientist, teachers, and kindred workers.

3. TECHNICIANS - Occupations requiring a combination of basic scientific knowledge and manual skill which can be obtained through about 2 year of post high school education, such as is offered in many technical institutes and junior colleges, or through equivalent on-the-job training includes: draftsmen, engineering aids, junior engineers, mathematical aides, nurses, photographers, radio operators, scientific assistants, surveyors, technical, illustrators, technicians, (medical, dental, electronic, physical sciences), and kindred workers.

4. SALES WORKERS - Occupations engaging wholly or primarily in direct selling includes: advertising agents and salesmen, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen demonstrators, salesmen, and sale clerks, and kindred workers.

5. OFFICE AND CLERICAL WORKERS - Includes all clerical-type work regardless of level of difficulty, where the activities are predominantly non manual though some manual work not directly involved with altering or transporting the products is included. Includes: bookkeeper, cashiers, collector (bills and accounts), messengers and office carrier personnel, office machine operators, shipping and receiving clerks, stenographers, typists, and secretaries, telegraph and telephone operators, and kindred workers.

6. WHITE COLLAR TRAINEES - Persons engaged in formal training for official, managerial, professional, technical, sales, office and clerical occupations.

7. SKILLED AND CRAFTSMEN - Manual workers of relatively high skill level having a thorough and

comprehensive knowledge of the processes involved in their work. Exercise considerable independent judgment and usually received an extensive period of training includes: the building trade hourly paid foremen and lead men who are not members of management, mechanics and repairmen, skilled machining occupations, compositors and typesetters, electricians, engravers, job setters (metal), motion picture projectionists, pattern and model makers, stationery engineers, labors and tailors, and kindred workers.

8. APPRENTICES - Persons employed in a program including work training and related instruction to learn a trade of craft, which is traditionally considered an apprenticeship, regardless of whether the program is registered with a Federal or State agency.

9. ON-THE-JOB TRAINEES - Persons engaged in formal training for craftsmen - when not trained under apprentice programs - semi-skilled, unskilled and service occupations.

10. SEMI-SKILLED WORKERS - Workers who operate machine or processing equipment or perform other factory-type duties of intermediate sill level which can be mastered in a few weeks and require only limited training.

11. SERVICE WORKERS - Workers in both protection and non-protective service occupations includes: attendants (hospital and other institution, professional and personal service) barbers, charwomen and cleaners, cooks (except household), counter and fountain workers, elevator operators, firemen and fire protection, guards, watchmen and doorkeeper, stewards janitors. Policemen and detective, porters, waiters and waitress, and kindred workers.

12. UNSKILLED WORKERS - Workers in manual occupations, which generally require no special training. Perform elementary duties that may be learned in a few days and require the application of little of no independent judgment, includes: garage labors, car washers and greaser, gardeners (except farm) and ground-keepers, longshoremen and stevedores, lumberman, craftsmen and wood choppers, laborers performing lifting, digging, mixing, bading an pulling operation, and kindred workers.

Please Complete Next Page

Page 72: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

FOR EMPLOYER CERTIFICATION OF WORKFORCE

Please note that this data may be obtained by visual survey or post-employment records. Neither visual surveys nor post employment records are prohibited by Federal, State or local law. All specified data are required to be filled in by law. Current utilization as of____________________________________

Total Employees in Establishment

Job C

ategories

Total

Em

ployees Including M

inority

Total

Male

Including M

inorities

Total

Female

Including M

inorities

Black

Hispanic

Am

erican Indian

&

Asian

Asian

Other

(1) (2) (3) M – F

(4)–(5)

M – F

(6)–(7)

M – F

(8)–(9)

M – F

(10)–(11)

M – F

(12)–(13)

Official & Managers

Professionals

Technicians

Sales

Office & Clerical

Craft Workers (Skilled)

Operative (semi-skilled)

Laborers (Unskilled)

Service Workers

Total

The undersigned certified that he/she is legally authorized by the bidder/proposer to make the statements and representations contained in this report; that he/she has red all of the foregoing statements and representations and they are true and correct to the best of his/her knowledge and belief. The undersigned understands that knowingly making false statements or representations is a failure to implement any of the stated intentions or objectives set forth in this document and it may result in the loss of all future awards.

Firm or Corporate Name:________________________________________________ Address of Office Reporting:_____________________________________________

Signature:_____________________________________________________________

Date of Signing: ________________________________

Page 73: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority

EMPLOYMENT PRACTICE REPORT Contractor: ______________________________________ Date:_________________

Address: ________________________________________ Phone:_______________

City: ____________________________ State: ______________ Zip:______________

Job: __________________________________________________________________

A. Is it the company’s policy to recruit, hire, train, upgrade, promote, and decline personswithout regard to race, color, religion, sex, national origin or ancestry?

YES NO

B. Has responsibility been assigned to develop procedures, which will assure that thispolicy is understood and carried out by managerial, administrative and supervisorypersonnel?If "YES", please indicate the name of the official with this responsibility:

Name _____________________________________________________

Title Phone_______________

C. Has the company developed a written Affirmative Action Program? If ‘Yes", pleaseforward a copy with this form.

D. Have all recruitment sources been notified that the company will consider all qualifiedapplicants without regard to race, color, religion, sex national origin or ancestry?

E. If advertising is used, does it specify that all qualified applicant will be considered foremployment without regard to race, color, religion, sex national origin or ancestry?

F. Does the company have bargaining agreements with employee organizations? If"Yes", have such organizations been notified of the company’s responsibility to complywith the Equal Employment Opportunity Clauses and non-discrimination clause as itapplies to apprentices and other employees?G. Has the company notified all of its subcontractors of their obligation to comply withthe non-discrimination clause?

H. Identify Employee Organizations:

(Local Union Number): (International):

Page 74: NOTICE TO PROSPECTIVE PROPOSERS...2020/06/04  · COLLECTION SERVICES FROM COTA BUS SHELTERS” will be received at the Supply Management Department, Central Ohio Transit Authority