REQUEST FOR PROPOSALS TO PROVIDE ... - City of Detroit
REQUEST FOR PROPOSALS TO PROVIDE ... - City of Detroit REQUEST FOR PROPOSALS TO PROVIDE ... - City of Detroit
REQUEST FOR PROPOSALS TO PROVIDE TRANSPORTATION SERVICES FOR JARC/NEW FREEDOM PROGRAM-ELIGIBLE POPULATIONS PROJECT T-2782 May 31, 2013 City of Detroit, Department of Transportation Dave Bing, Mayor Ronald Freeland, Director
- Page 2 and 3: REQUEST FOR PROPOSALS TO PROVIDE TR
- Page 4 and 5: REQUEST FOR PROPOSALS TO PROVIDE TR
- Page 6 and 7: REQUEST FOR PROPOSALS TO PROVIDE TR
- Page 8 and 9: 1.0 GENERAL CONDITIONS The followin
- Page 10 and 11: DDOT will not disclose the number o
- Page 12 and 13: The term “Other than Urbanized Ar
- Page 14 and 15: eyond the amount or amounts for whi
- Page 16 and 17: 7. The Contractor shall comply with
- Page 18 and 19: The Contractor shall comply with th
- Page 20 and 21: covenants, agreements, or stipulati
- Page 22 and 23: 1.35 Seismic Safety Requirements Th
- Page 24 and 25: e fair and equitable to protect the
- Page 26 and 27: 2.0 SPECIAL CONDITIONS 2.1 Contract
- Page 28 and 29: 2.7 Availability of Office Space Up
- Page 30 and 31: of restricting competition with any
- Page 32 and 33: 3.0 SPECIFIC REQUIREMENTS 3.1 Depar
- Page 34 and 35: 2. Having three (3) full subsequent
- Page 36 and 37: The Contractor shall provide transp
- Page 38 and 39: Contractor may provide trips to des
- Page 40 and 41: on their individual Driver’s Trip
- Page 42 and 43: immediately upon notification by th
- Page 44 and 45: c) Quality Assurance and QA Represe
- Page 46 and 47: g) Requirements for Exclusion of St
- Page 48 and 49: opinion of DDOT, a vehicle does not
- Page 50 and 51: 1. On-Time Performance Requirement
<strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSALS</strong><br />
<strong>TO</strong> <strong>PROVIDE</strong><br />
TRANSPORTATION SERVICES <strong>FOR</strong> JARC/NEW FREEDOM<br />
PROGRAM-ELIGIBLE POPULATIONS<br />
PROJECT T-2782<br />
May 31, 2013<br />
<strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, Department <strong>of</strong> Transportation<br />
Dave Bing, Mayor<br />
Ronald Freeland, Director
<strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSALS</strong><br />
<strong>TO</strong> <strong>PROVIDE</strong><br />
TRANSPORTATION SERVICES <strong>FOR</strong> JARC/NEW FREEDOM PROGRAM-ELIGIBLE<br />
POPULATIONS<br />
PROJECT NO. T-2782<br />
The <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, Department <strong>of</strong> Transportation (DDOT) requests sealed proposals to provide<br />
transportation services for low-income workers and job-seekers, elderly individuals, reversecommuters,<br />
and persons with disabilities consistent with the Job Access and Reverse Commute<br />
(JARC) and New Freedom programs. Sealed proposals must be received by the <strong>Detroit</strong><br />
Department <strong>of</strong> Transportation, Purchasing/Contract Administration, Financial Business Services<br />
Division, 1301 E. Warren Avenue, Room 201, <strong>Detroit</strong>, MI 48207 on or before 4:00 p.m. (EST)<br />
Tuesday, July 2, 2013. THERE WILL BE NO PUBLIC OPENING OF THE <strong>PROPOSALS</strong>. A<br />
Pre-Proposal Conference is scheduled for 10:00 a.m. (EST) Wednesday, June 12, 2013 in<br />
DDOT’s Administration Building, 1301 E. Warren Avenue, <strong>Detroit</strong>, MI 48207.<br />
Proposals are to be submitted in accordance with the DDOT Request for Proposals (RFP) dated<br />
May 31, 2013, which includes a Disadvantaged Business Enterprise (DBE) goal <strong>of</strong> 10%.<br />
Proposals received after 4:00 p.m. (EST) Monday, July 2, 2013 will be returned to the sender<br />
unopened. No proposal, once submitted, may be withdrawn for 120 days after the due date.<br />
The successful Proposer will be required to comply with all applicable federal, state and local<br />
laws and regulations. This includes, but is not limited to, all applicable Equal Employment<br />
Opportunity laws and U.S. Department <strong>of</strong> Transportation Disadvantaged Business Enterprise<br />
regulations as outlined in the RFP.<br />
The <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, Department <strong>of</strong> Transportation reserves the right to postpone, accept or<br />
reject any or all proposals, in whole or in part, at its discretion, subject to the rules and<br />
regulations set forth by the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, the U.S. Department <strong>of</strong> Transportation and the<br />
Federal Transit Administration. Firms or individuals whose names appear on the U.S. General<br />
Services Administration’s list <strong>of</strong> ineligible contractors will not be considered.<br />
The <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, Department <strong>of</strong> Transportation affirmatively assures that no Proposer will be<br />
discriminated against on the basis <strong>of</strong> race, color, sex, age, disability, religion, ancestry, marital<br />
status, national origin, place <strong>of</strong> birth or sexual orientation.<br />
Written questions related to this project must be received in the Financial Business services<br />
Division <strong>of</strong>fice no later than 3:00 p.m. (EST) Friday, June 14, 2013 which may be mailed to the<br />
address above or faxed to (313) 833-5338 / 5339. A copy <strong>of</strong> the RFP may be obtained by either<br />
writing to the abovementioned address or by calling Regina Coleman, the Contract<br />
Administrator, at (313)-833-0262.<br />
Regina Coleman,Contract Administrator<br />
Financial Business Services Division
<strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSALS</strong><br />
<strong>TO</strong> <strong>PROVIDE</strong><br />
TRANSPORTATION SERVICES<strong>PROVIDE</strong>RS <strong>FOR</strong> JARC/NEW FREEDOM PROGRAM-<br />
ELIGIBLE POPULATIONS<br />
T-2782<br />
Table <strong>of</strong> Contents<br />
Section I: General Conditions Page<br />
1.1 Request for Proposals (RFP) GC-1<br />
1.2 Pre-Proposal Conference GC-1<br />
1.3 Changes to RFP GC-1<br />
1.4 Addenda GC-1<br />
1.5 Omissions GC-1<br />
1.6 Proposal Guarantee GC-2<br />
1.7 Cancellation <strong>of</strong> RFP GC-2<br />
1.8 Rejection <strong>of</strong> Proposals GC-2<br />
1.9 Single Response GC-2<br />
1.10 Proposal Withdrawal GC-2<br />
1.11 Confidentiality GC-2<br />
1.12 Protest and Appeal Procedures GC-3<br />
1.13 Definition <strong>of</strong> Terms GC-4<br />
1.14 Qualifications for Award GC-5<br />
1.15 Disadvantaged Business Enterprise GC-5<br />
1.16 Equal Employment Opportunity GC-5<br />
1.17 Insurance GC-5<br />
1.18 Prohibited lnterests GC-7<br />
1.19 Copyrights and Rights in Data GC-7<br />
1.20 Laws and Regulations GC-7<br />
1.21 Non-Discrimination Clause GC-9<br />
1.22 Contract Work Hours GC-9<br />
1.23 Interest <strong>of</strong> Members or Delegates to Congress GC-10<br />
1.24 Debarred Bidders GC-10<br />
1.25 Title VI Compliance GC-10<br />
1.26 Audit and Inspection <strong>of</strong> Records GC-12<br />
1.27 Termination <strong>of</strong> Contract GC-12<br />
1.28 Energy Conservation GC-13<br />
1.29 Clean Water Requirement GC-13<br />
1.30 Clean Air Requirement GC-13<br />
1.31 Toxic Material Requirement GC-13<br />
1.32 Prohibited Drug and Alcohol Use Prevention GC-13<br />
1.33 Fly America GC-14<br />
1.34 Cargo Preference GC-14<br />
1.35 Seismic Safety Requirements GC-14<br />
1.36 Recycled Products GC-15<br />
1.37 Disputes GC-15<br />
1.38 Most Favored Customer GC-15<br />
1.39 Federal Changes GC-16<br />
1.40 Assignment GC-16<br />
1.41 Sample Contract GC-16<br />
1.42 Clearances GC-16<br />
1.43 Transit Employee Protective Provisions GC-16<br />
1.44 Qualifications and Assurances GC-17<br />
i
<strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSALS</strong><br />
<strong>TO</strong> <strong>PROVIDE</strong><br />
TRANSPORTATION SERVICES <strong>FOR</strong> JARC/NEW FREEDOM PROGRAM-ELEGIBLE<br />
POPULATIONS<br />
T-2782<br />
Table <strong>of</strong> Contents<br />
Section II: Special Conditions Page<br />
2.1 Contract Award SC-1<br />
2.2 Incurring Costs SC-1<br />
2.3 Contract Type SC-1<br />
2.4 Prime Contractor Responsibilities and Subcontracting SC-1<br />
2.5 Disadvantaged Business Enterprise Utilization SC-1<br />
2.6 Contract Start Date SC-2<br />
2.61 Contract Period SC-2<br />
2.7 Availability <strong>of</strong> Office Space SC-3<br />
2.8 Monitoring SC-3<br />
2.9 Payment Terms SC-3<br />
2.10 Project Deliverables SC-4<br />
2.11 Submission <strong>of</strong> Proposals SC-4<br />
2.12 Performance SC-4<br />
2.13 Ownership <strong>of</strong> Documents SC-4<br />
2.14 Status <strong>of</strong> Contractor and Its Employees SC-4<br />
2.15 Independent Proposal Determination SC-4
<strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSALS</strong><br />
<strong>TO</strong> <strong>PROVIDE</strong><br />
TRANSPORTATION SERVICES <strong>FOR</strong> JARC/NEW FREEDOM PROGRAM ELIBIBLE<br />
POPULATIONS<br />
T-2782<br />
Table <strong>of</strong> Contents<br />
Section III:<br />
Specific Requirements<br />
3.1 Departmental Overview SR-1<br />
3.2 DDOT’s JARC and New Freedom Programs SR-1<br />
3.3 Purpose and Objectives SR-2<br />
3.4 Scope <strong>of</strong> Services/Technical Specifications/Project<br />
SR-3<br />
Requirements<br />
3.5 Scope <strong>of</strong> Services SR-4<br />
3.5.1 General Description <strong>of</strong> Scope <strong>of</strong> Services SR-4<br />
3.5.2 Detailed Scope <strong>of</strong> Services SR-5<br />
3.5.3 Service Overview SR-6<br />
3.5.4 Operating Policies for Services SR-8<br />
3.5.5 Requirements for Contractors Personnel with Respect to SR-11<br />
the Services<br />
3.5.6 Management, Administrative and Personnel<br />
SR- 13<br />
Requirements, with Respect to the Services<br />
3.5.7 Drug and Alcohol Policy and Testing Program SR-15<br />
3.5.8 Contractor’s Qualification Requirements SR-15<br />
3.5.9 Vehicle Requirements SR-15<br />
3.5.10 Communication Equipment & S<strong>of</strong>tware Requirements SR-17<br />
3.5.11 Performance Requirements with Resulting Performance<br />
SR-18<br />
Penalties or Service Exclusions<br />
3.5.12 Performance Monitoring and Benchmarking SR-23<br />
3.5.13 Data Collection and Reporting Requirements SR-23<br />
3.5.14 Service-Related Meetings SR-24<br />
3.6 Submission <strong>of</strong> Proposals SR-24<br />
3.7 Content <strong>of</strong> Proposals SR-24<br />
3.8 Evaluation <strong>of</strong> Proposals SR-29<br />
3.9 Proposal Evaluation Criteria SR-32<br />
3.10 Method <strong>of</strong> Award SR-32<br />
3.11 Not Used<br />
3.12 Not Used<br />
3.13 Project Management SR-33<br />
3.14 Not Used<br />
3.15 Contract Amendments SR-34<br />
3.16 Contract Close-out and Final Payment SR-34
<strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSALS</strong><br />
<strong>TO</strong> <strong>PROVIDE</strong><br />
TRANSPORTATION SERVICES <strong>FOR</strong> JARC/NEW FREEDOM PROGRAM ELIGIBLE<br />
POPULATIONS<br />
T-2782<br />
Table <strong>of</strong> Contents<br />
Section IV:<br />
Section V:<br />
Section VI:<br />
Transportation Provider Application<br />
Sample Contract<br />
Proposer’s Forms
SECTION I<br />
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS<br />
The following requirements and conditions shall be considered to be an essential part <strong>of</strong> the<br />
specifications and proposal:<br />
1.1 Request for Proposals (RFP)<br />
The <strong>Detroit</strong> Department <strong>of</strong> Transportation (hereinafter referred to as “DDOT”) requests<br />
proposals to provide transportation services for JARC and New Freedom programeligible<br />
populations. This RFP sets forth the minimum requirements that all proposals<br />
should meet. Failure to submit proposals in accordance with this RFP may render the<br />
proposal unacceptable. DDOT anticipates making multiple awards under this RFP.<br />
This RFP is issued by the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Department <strong>of</strong> Transportation. All written<br />
communications pertaining to this RFP should be directed to the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong><br />
Department <strong>of</strong> Transportation, Purchasing/Contract Administration Division, 1301 E.<br />
Warren, <strong>Detroit</strong>, Michigan 48207; Attn: Purchasing/Contract Administration Division.<br />
News releases pertaining to this RFP or the work to which it relates will not be made by<br />
any Proposer without prior DDOT approval, and then only in coordination with DDOT.<br />
1.2 Pre-Proposal Conference<br />
A Pre-Proposal Conference is scheduled at the time indicated in the advertisement<br />
announcement. At that time an overview <strong>of</strong> the RFP will be provided and questions will<br />
be taken, to which DDOT will respond, in writing within ten (10) calendar days.<br />
1.3 Changes to RFP<br />
DDOT reserves the right, in its sole discretion, to make changes to this RFP. Changes<br />
shall be made by written addenda which shall be issued to all prospective Proposers who<br />
request a copy <strong>of</strong> this RFP.<br />
Requests for clarification <strong>of</strong> the scope <strong>of</strong> work must be received by DDOT, in writing, not<br />
less than ten (10) calendar days before the proposal due date. DDOT will evaluate any<br />
request submitted, but reserves the right to determine whether to respond to or make<br />
changes in response to any request.<br />
Proposers shall not rely on verbal or written representations regarding this RFP except<br />
for written addenda issued by the DDOT Purchasing/Contract Administration Division.<br />
1.4 Addenda<br />
All verbal modifications <strong>of</strong> this RFP are void and ineffective. Any proposed change in this<br />
RFP shall be submitted to DDOT for its prior approval. Only written addenda issued by<br />
the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, DDOT Purchasing/Contract Administration Division are authorized and<br />
binding. Any changes required by such addenda shall be included in the Proposer’s<br />
proposal and all costs <strong>of</strong> such changes shall be reflected in the proposal price.<br />
Proposers are required to acknowledge receipt <strong>of</strong> all addenda in their proposals.<br />
1.5 Omissions<br />
No advantage shall be taken by the Proposer from the omission <strong>of</strong> any details even<br />
though such details are not mentioned in this Request for Proposals.<br />
GC - 1
1.6 Proposal Guarantee<br />
Proposals shall be accompanied by a proposal guarantee <strong>of</strong> $1,000.00 from each<br />
Proposer. The proposal guarantee shall consist <strong>of</strong> a firm commitment, such as a bid<br />
bond, certified check, or other negotiable instrument approved, in writing, by the <strong>City</strong> as<br />
assurance that the Proposer will, upon acceptance <strong>of</strong> its proposal, execute such<br />
contractual documents as may be required within the time specified. All proposal<br />
guarantees will be returned to Proposers after contracts are awarded.<br />
1.7 Cancellation <strong>of</strong> RFP<br />
DDOT reserves the right, in its sole discretion, to postpone and/or cancel this RFP at any<br />
time for its own convenience and to reject any or all proposals without liability prior to<br />
execution <strong>of</strong> the contract by DDOT.<br />
1.8 Rejection <strong>of</strong> Proposals<br />
Proposals will not be considered under the following conditions:<br />
• Proposals are received in the DDOT Purchasing/Contract Administration Division<br />
<strong>of</strong>fice after the due date and time; or<br />
• The proposal guarantee, if required, is not submitted with the proposal; or<br />
• The proposal guarantee is in a form not approved by the <strong>City</strong>.<br />
DDOT reserves the right, in its sole discretion, to reject any and all proposals received as<br />
a result <strong>of</strong> this RFP to serve the best interests <strong>of</strong> DDOT.<br />
1.9 Single Response<br />
If only one proposal is received in response to this RFP, a detailed cost proposal shall be<br />
requested <strong>of</strong> the single Proposer.<br />
1.10 Proposal Withdrawal<br />
Proposals may not be withdrawn for one hundred twenty (120) calendar days after they<br />
are opened. Prior to the due date/time, however, proposals may be modified or<br />
withdrawn by the Proposer's authorized representative in person, or by written or<br />
telegraphic notice. If proposals are modified or withdrawn in person, the authorized<br />
representative shall make his/her identity known and shall sign a receipt for the proposal.<br />
Written or telegraphic notices must be received in the <strong>of</strong>fice designated no later than the<br />
exact due date/time. A telegraphic modification or withdrawal received in the designated<br />
<strong>of</strong>fice by telephone from the receiving telegraph <strong>of</strong>fice no later than the due date/time will<br />
be considered if such message is confirmed by a copy <strong>of</strong> the telegram.<br />
1.11 Confidentiality<br />
It is in the public interest for DDOT to receive as many proposals as possible. DDOT<br />
acknowledges the possible confidential nature <strong>of</strong> any cost or price information requested<br />
by this Request for Proposals, and DDOT obliges itself in good faith not to disclose such<br />
information to others during the evaluation process. After contract award, disclosure <strong>of</strong><br />
information shall be made only in accordance with local and Michigan law and applicable<br />
Federal requirements.<br />
GC - 2
DDOT will not disclose the number <strong>of</strong> proposals received or the identity <strong>of</strong> Proposers until<br />
after contract award and only upon written request. Proposers are prohibited from<br />
contacting the Evaluation Committee prior to contract award. Notice <strong>of</strong> Intent to Award<br />
will be mailed to the selected Proposers prior to formal approval <strong>of</strong> the Contract.<br />
1.12 Protest and Appeal Procedures<br />
The Director <strong>of</strong> the <strong>Detroit</strong> Department <strong>of</strong> Transportation has been authorized by the <strong>City</strong><br />
<strong>of</strong> <strong>Detroit</strong>’s Chief Procurement Officer to act as his designee in this Procurement.<br />
Interested parties aggrieved by a solicitation or the award <strong>of</strong> any resulting contract, may<br />
file written notice <strong>of</strong> protest with the DDOT Director at 1301 E. Warren Avenue, <strong>Detroit</strong>,<br />
MI 48207 and shall serve copies upon the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>’s Purchasing Director at 1008<br />
Coleman A. Young Municipal Center, 2 Woodward Avenue, <strong>Detroit</strong>, MI 48226. At a<br />
minimum, such protests shall include: 1) name <strong>of</strong> protestor; 2) solicitation/contract<br />
number and description; and 3) statement <strong>of</strong> grounds for protest (reference specific text<br />
in the solicitation, bid or contract document that is at issue). The decision <strong>of</strong> the DDOT<br />
Director is final and is not subject to appeal.<br />
The DDOT Director or his designee shall hear and determine the merits <strong>of</strong> said protest.<br />
He or she shall set a time and place for hearing <strong>of</strong> the protest, and shall advise all<br />
competitors that a protest has been filed. The Director may receive evidence and legal<br />
arguments from any interested party, but shall not be bound by the rules <strong>of</strong> evidence nor<br />
formal procedure. Unless otherwise directed by the Director, issues will be decided on<br />
the basis <strong>of</strong> written evidence and written arguments. All documents received by the<br />
Director shall be stamped with date and time received and logged into the protest file<br />
folder.<br />
The Director shall promptly issue his findings and conclusions to the protesting party, in<br />
writing and shall advise the Chief Procurement Officer Purchasing Director and all<br />
interested parties. Issues addressing the adequacy <strong>of</strong> invitation for bids, or requests for<br />
proposals, including without limitation the pre-award procedure, the instructions, general<br />
conditions and specifications and scope <strong>of</strong> work must be received by the DDOT Director<br />
not later than three (3) business days before the bid/proposal due date. Thereafter, such<br />
issues are deemed waived by all interested parties.<br />
Where the Director decides that a protest lacks merit, all interested parties shall be so<br />
advised in writing and the evaluation and award process will continue.<br />
Notice <strong>of</strong> protest against an award must be received by the DDOT Director within five (5)<br />
business days immediately following the award. Where notice <strong>of</strong> protest against the<br />
award is received prior to the entry into <strong>of</strong> the contract for the relevant procurement, and<br />
DDOT has not made a finding that procurement is urgently needed or performance will<br />
be unduly delayed or delay will result in undue harm to DDOT, the execution <strong>of</strong> the<br />
contract will be deferred until the Director passes upon the issues presented by the<br />
protest.<br />
Where the Director decides that the protest lacks merit, the contract will be executed after<br />
five (5) business days have elapsed commencing with the first day following the date <strong>of</strong><br />
the Director’s decision. The Director’s decision shall be in written form. Notice <strong>of</strong><br />
decision shall be served upon all interested parties by certified mail.<br />
The FTA will only entertain a protest that alleges DDOT has failed to follow its protest<br />
procedures. Interested parties may file a protest appeal to the FTA, which must be<br />
received by FTA and the DDOT Director within five (5) business days <strong>of</strong> the service <strong>of</strong> the<br />
DDOT Director’s determination. Such a protest must be filed in accordance with the<br />
GC - 3
procedures outlined in FTA Circular 4220.1F, dated November 1, 2008, as amended<br />
which is fully incorporated herein by reference.<br />
1.13 Definition <strong>of</strong> Terms<br />
Where the word "Purchaser" or “Purchasing Agency” or “Purchasing Division” is used in<br />
these instructions or the contract proposal, reference is made to DDOT. The words "Bid",<br />
"Offer", "Contractor Proposal" and "Proposal" are synonymous.<br />
The term “<strong>City</strong>” shall mean the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, a Municipal Corporation <strong>of</strong> the State <strong>of</strong><br />
Michigan.<br />
The term “Missed trip” shall mean:<br />
a. the Contractor’s driver never arrived at the scheduled pick-up address to<br />
transport the client, or<br />
b. he Contractor’s driver arrived late to a scheduled a pick-up address and client<br />
refused the last trip; or<br />
c. the Contractor’s driver recorded unauthorized No-Show violations on the Trip<br />
Log, without first receiving approval from the Contractors dispatch center to<br />
assess a No-Show violation against the client, and departed the pick-up location<br />
without the client.<br />
The term “working day” includes normal weekdays, but excludes the following annually<br />
observed <strong>City</strong> Holidays: Independence Day, Labor Day, Election Day, Veterans Day,<br />
Thanksgiving Day, Day After Thanksgiving, Christmas Eve, Christmas Day, New Year’s<br />
Eve, New Year’s Day, Martin Luther King’s Birthday, Good Friday and Memorial Day.<br />
The term “guest” shall mean a Personal Care Attendant (PCA) who is certified to care for<br />
the customer if needed.<br />
The term “Procuring Agent” means <strong>Detroit</strong> Department <strong>of</strong> Transportation (DDOT).<br />
The term “Elderly Individuals” means all persons 60 years <strong>of</strong> age or older.<br />
The term “Eligible low income individual” means an individual whose family income is at<br />
or below 150 percent <strong>of</strong> the poverty line (as that term is defined in section 673(2) <strong>of</strong> the<br />
Community Services Block Grant Act (42 U.S.C 9902(2))), including any revision required<br />
by that section) for a family <strong>of</strong> the size involved.<br />
The term “Individual with a disability” means an individual who because <strong>of</strong> illness, injury,<br />
age, congenital malfunction, or other incapacity or temporary or permanent disability<br />
(including an individual who is wheelchair user or has semi-ambulatory capability), cannot<br />
use effectively, without special facilities, planning, or design, public transportation service<br />
or public transportation facility 49 U.S.C. 5302 (a) (5).<br />
The term “on-time” means if drivers arrive at the pick-up location within the 20-minute<br />
minute pick-up window before/after the scheduled pick-up time provided on the manifest.<br />
The term “Reverse Commute” means transportation <strong>of</strong> residents <strong>of</strong> urbanized areas and<br />
other than urbanized areas to suburban employment opportunities.<br />
GC - 4
The term “Other than Urbanized Areas” means any area outside <strong>of</strong> an urbanized area.<br />
The term “nonurbanized area” includes rural areas and urban areas under 50,000 in<br />
population not included in an urbanized area.<br />
The term “Urbanized Area” means an area encompassing a population <strong>of</strong> not less than<br />
50,000 people that has been defined and designated in the most recent decennial census<br />
as an “urbanized area” by the Secretary <strong>of</strong> Commerce. Small urbanized areas as used in<br />
the context <strong>of</strong> FTA formula grant programs are urbanized areas with a population <strong>of</strong> at<br />
least 50,000 but less than 200,000.<br />
1.14 Qualifications for Award<br />
In determining the successful Proposers, the criteria described in the "Specific<br />
Requirements" section will apply. DDOT reserves the right, in its sole discretion, to waive<br />
any minor irregularity in any proposal, to accept any proposal or to reject any or all<br />
proposals, or to award the contract on such basis as DDOT deems to be in its best<br />
interest to do so.<br />
1.15 Disadvantaged Business Enterprise<br />
It is the policy <strong>of</strong> the United States Department <strong>of</strong> Transportation that disadvantaged<br />
business enterprises, as defined in 49 CFR Part 26, as amended, and successions<br />
thereto, shall have the maximum opportunity to participate in the performance <strong>of</strong><br />
contracts financed in whole or part with Federal funds under this agreement.<br />
The Contractor shall carry out applicable requirements <strong>of</strong> 49 CFR Part 26 in the award<br />
and administration <strong>of</strong> DOT-assisted contracts. Failure by the Contractor to carry out<br />
these requirements is a material breach <strong>of</strong> this contract, which may result in the<br />
termination <strong>of</strong> this contract or such other remedy as the <strong>City</strong> deems appropriate.<br />
1.16 Equal Employment Opportunity<br />
In connection with the execution <strong>of</strong> this contract, the Contractor shall not discriminate<br />
against any employee or applicant for employment because <strong>of</strong> race, religion, color, sex,<br />
age or national origin. The Contractor shall take affirmative action to ensure that<br />
applicants are employed, and that employees are treated during their employment,<br />
without regard to their race, religion, color sex, age or national origin. Such actions shall<br />
include, but not be limited to the following: employment, upgrading, demotion or transfer;<br />
recruitment or recruitment advertising; lay<strong>of</strong>f or termination; rates <strong>of</strong> pay or other forms <strong>of</strong><br />
compensation; and selection for training, including apprenticeship. See EEO<br />
Attachments in Section VI, Proposer’s Forms.<br />
1.17 lnsurance<br />
The Contractor shall maintain, at its expense, during the term <strong>of</strong> this Contract<br />
the following insurance:<br />
TYPE<br />
AMOUNT NOT LESS THAN<br />
1. Worker's Compensation Michigan Statutory minimum<br />
GC - 5
2. Employer's Liability $500,000.00 each DISEASE<br />
$500,000.00 each PERSON<br />
$500,000.00 each ACCIDENT<br />
3. Commercial General Liability<br />
Insurance $2,000,000 AGGREGATE<br />
(Broad Form Comprehensive)<br />
4. Automobile Liability<br />
lnsurance (covering all owned, limit for<br />
bodily injury hired and property damage<br />
nonowned vehicles with personal and<br />
property protection insurance including<br />
residual liability insurance under Michigan<br />
No Fault lnsurance Law)<br />
$1,000,000 PER OCCURRENCE<br />
Seating capacities <strong>of</strong> 1 to 9<br />
including the driver<br />
$2,000,000 combined single limit for bodily<br />
injury and property damage.<br />
Seating capacities <strong>of</strong> 10 to 15<br />
including the driver<br />
$3,000,000 combined single limit for bodily<br />
injury and property damage.<br />
Seating capacities <strong>of</strong> 16 or more<br />
including the driver<br />
$5,000,000 combined single limit for bodily<br />
injury and property damage.<br />
5. Pr<strong>of</strong>essional Liability<br />
(Errors and Omissions)<br />
$1,000,000.00 each occurrence<br />
The Commercial General Liability insurance policy shall name the "<strong>City</strong> <strong>of</strong> <strong>Detroit</strong>" as an<br />
additional insured and shall state that the Contractor's insurance is primary and not<br />
excess over any insurance already carried by the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>. The commercial general<br />
liability insurance shall provide blanket contractual liability insurance for all written<br />
contracts or, in the alternative, shall contain a specific endorsement worded substantially<br />
as follows:<br />
"During the effective period <strong>of</strong> the policies mentioned herein, it is agreed<br />
that this insurance specifically covers liability assumed by the insured<br />
under the provision <strong>of</strong> Contract No. T-2782 dated Wednesday, May 22,<br />
2013 entered into by the insured and the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>."<br />
If the Commercial General Liability policy does not contain the standard IS0 (Insurance<br />
Services Office) wording <strong>of</strong> "definition <strong>of</strong> insured" which reads essentially as follows: "The<br />
insurance afforded applies separately to each insured ... except with respect to limits. .<br />
."then, in the alternative, the public liability insurance policy shall contain the following<br />
cross liability endorsement:<br />
"It is agreed that the inclusion <strong>of</strong> more than one (1) insured under this<br />
policy shall not affect the rights <strong>of</strong> any insured as respects any claim, suit<br />
or judgment made or brought by or for any other insured or by or for any<br />
employee <strong>of</strong> any other insured. This policy shall protect each insured in<br />
the same manner as though a separate policy had been issued to each,<br />
except nothing herein shall operate to increase the insurer's liability<br />
GC - 6
eyond the amount or amounts for which the insurer would have been<br />
liable had only one (1) been named."<br />
If during the term <strong>of</strong> this Contract changed conditions or other pertinent factors should, in<br />
the reasonable judgment <strong>of</strong> the <strong>City</strong>, render inadequate the insurance limits, the<br />
Contractor will furnish on demand such additional coverage or types <strong>of</strong> coverage as may<br />
reasonably be required under the circumstances. All such insurance shall be effected at<br />
the Contractor's expense, under valid and enforceable policies, issued by insurers <strong>of</strong><br />
recognized responsibility which are well-rated by national rating organizations and are<br />
acceptable to the <strong>City</strong>.<br />
All insurance policies shall name the Contractor as the insured and shall provide a<br />
commitment from the insurer that such policies shall not be canceled or reduced without<br />
at least thirty (30) days prior written notice to the <strong>City</strong>. Certificates <strong>of</strong> Insurance<br />
evidencing such coverage shall be in a form acceptable to the <strong>City</strong>. Certificates <strong>of</strong><br />
Insurance shall be submitted to the <strong>City</strong>'s Finance Department, Accounts Payable<br />
Section, Coleman A. Young Municipal Center, prior to the commencement <strong>of</strong><br />
performance under this Contract and at least fifteen (15) days prior to the expiration<br />
dates <strong>of</strong> expiring policies.<br />
If any work is sublet in connection with this Contract, the Contractor shall require each<br />
Subcontractor to effect and maintain the types and limits <strong>of</strong> insurance as requested by<br />
the <strong>City</strong> for each Subcontractor and shall require documentation <strong>of</strong> same, copies <strong>of</strong> which<br />
documentation shall be promptly furnished to the <strong>City</strong>.<br />
The Contractor shall be responsible for payment <strong>of</strong> all deductibles contained in any<br />
insurance required hereunder. The provisions requiring the Contractor to carry the<br />
insurance required under this Article shall not be construed in any manner as waiving or<br />
restricting the liability <strong>of</strong> the Contractor under this Contract.<br />
1.18 Prohibited Interests<br />
No member, <strong>of</strong>ficer or employee <strong>of</strong> DDOT or <strong>of</strong> a local public body during his or her<br />
tenure <strong>of</strong> one year thereafter shall have any interest, direct or indirect, in this contract or<br />
the proceeds there<strong>of</strong>.<br />
Organizational Conflicts <strong>of</strong> Interest, such as: Lack <strong>of</strong> Impartiality or Impaired Objectivity ;<br />
Unequal Access to Information or Biased Ground Rules are prohibited by the Common<br />
Grant Rules.<br />
DDOT will not enter into any contract involving services or property with a member <strong>of</strong><br />
its organization, its <strong>of</strong>ficers, its employees, any <strong>of</strong>ficials (elected or appointed) <strong>of</strong><br />
Federal, State or Local governments, or a business in which any <strong>of</strong> the above have a<br />
significant interest or secure any benefit.<br />
Indirect investment or interest means any investment or interest owned by the spouse<br />
or dependent child, by an agent, or by a business entity or trust in which the<br />
individual, individual's spouse, and dependent children own directly, indirectly, or has<br />
a financial or other interest.<br />
1.19 Copyrights and Rights in Data<br />
DDOT is free to copyright any material developed under or during the course <strong>of</strong> this<br />
project. DDOT reserves a royalty-free, nonexclusive and irrevocable right to reproduce,<br />
publish, distribute, or otherwise use, and to authorize others to use the work for<br />
government purposes.<br />
GC - 7
1.20 Laws and Regulations<br />
The funding agency for the project addressed in this RFP include the Federal Transit<br />
Administration, Michigan Department <strong>of</strong> Transportation (MDOT) and / or the <strong>City</strong> <strong>of</strong><br />
<strong>Detroit</strong>. Their guidelines and regulations must be conformed to, not only by the recipient<br />
(the "<strong>City</strong>") but also by all Contractors and subcontractors. In addition, compliance<br />
requirements, which will be stated in the executed contract, are inclusive <strong>of</strong> the following:<br />
1. Nondiscrimination in Federal Transit Programs. The Contractor agrees to<br />
comply, and assures compliance by each sub-contractor at any tier under the<br />
Project, with the provisions <strong>of</strong> 49 U.S.C. § 5332, which prohibits discrimination on<br />
the basis <strong>of</strong> race, color, creed, national origin, sex, or age, and prohibits<br />
discrimination in employment or business opportunity.<br />
2. Nondiscrimination -- Title VI <strong>of</strong> the Civil Rights Act. The Contractor agrees to<br />
comply, and assures compliance by each sub-contractor at any tier under the<br />
Project, with all requirements prohibiting discrimination on the basis <strong>of</strong> race,<br />
color, or national origin <strong>of</strong> Title VI <strong>of</strong> the Civil Rights Act <strong>of</strong> 1964, as amended, 42<br />
U.S.C. § 2000d, and U.S. DOT regulations, "Nondiscrimination in Federally-<br />
Assisted Programs <strong>of</strong> the Department <strong>of</strong> Transportation -- Effectuation <strong>of</strong> Title VI<br />
<strong>of</strong> the Civil Rights Act," 49 C.F.R. Part 21, and any implementing requirements<br />
that the FTA may issue.<br />
3. Equal Employment Opportunity. The Contractor agrees to comply, and assures<br />
the compliance by each sub-contractor at any tier, with all requirements <strong>of</strong> Title<br />
VII <strong>of</strong> the Civil Rights Act <strong>of</strong> 1964, as amended, 42 U.S.C. § 2000e, and 49<br />
U.S.C. § 5332 and any implementing requirements FTA may issue.<br />
4. Equal Employment Opportunity Requirements for Construction Activities. With<br />
respect to construction activities, the Contractor agrees to comply, and assures<br />
the compliance by each sub-contractor at any tier, with all applicable EEO<br />
requirements <strong>of</strong> U.S. Department <strong>of</strong> Labor (U.S. DOL) regulations, "Office <strong>of</strong><br />
Federal Contract Compliance Programs, Equal Employment Opportunity,<br />
Department <strong>of</strong> Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive<br />
Order No. 11246, "Equal Employment Opportunity," as amended by Executive<br />
Order No. 11375, "Amending Executive Order 11246 Relating to Equal<br />
Employment Opportunity," 42 U.S.C. § 2000[e]) note, and any Federal statutes,<br />
executive orders, regulations, and Federal policies pertaining to construction<br />
undertaken as part <strong>of</strong> the Project.<br />
5. Activities Not Involving Construction. The Contractor agrees to comply, and<br />
assures the compliance by each sub-contractor at any tier, with any applicable<br />
employee protection requirements for nonconstruction employees <strong>of</strong> section 102<br />
<strong>of</strong> the Contract Work Hours and Safety Standards Act, as amended, 40 U.S.C.<br />
§§ 327 - 332, and U.S. DOL regulations, "Labor Standards Provisions Applicable<br />
to Contracts Governing Federally Financed and Assisted Construction (also<br />
Labor Standards Provisions Applicable to Nonconstruction Contracts Subject to<br />
the Contract Work Hours and Safety Standards Act)," 29 C.F.R. Part 5.<br />
6. The Contractor shall comply with U.S. DOT regulations, "Participation by<br />
Disadvantaged Business Enterprises in Department <strong>of</strong> Transportation Financial<br />
Assistance Programs," 49 C.F.R. Part 26.<br />
GC - 8
7. The Contractor shall comply with the Uniform Relocation Assistance and Real<br />
Property Acquisitions Act <strong>of</strong> 1970 (P.L. 9-646) which provides for fair and<br />
equitable treatment <strong>of</strong> persons displaced as a result <strong>of</strong> Federal and federally<br />
assisted programs.<br />
8. The Contractor shall comply with The Hatch Act, which limits the political<br />
activities <strong>of</strong> employees.<br />
9. The Contractor shall comply with the Federal Fair Labor Standards Act.<br />
10. The Contractor shall comply with the Davis-Bacon Act, as amended, 49 U.S.C. §<br />
5333(a), the Davis-Bacon Act, 40 U.S.C. §§ 276a - 276a(7), and U.S. DOL<br />
regulations, "Labor Standards Provisions Applicable to Contracts Governing<br />
Federally Financed and Assisted Construction (also Labor Standards Provisions<br />
Applicable to Nonconstruction Contracts Subject to the Contract Work Hours and<br />
Safety Standards Act)," 29 C.F.R. Part 5.<br />
11. The Contractor shall comply with the Copeland "Anti-Kickback" Act, as amended,<br />
18 U.S.C. § 874 and 40 U.S.C. § 276c, and U.S. DOL regulations, "Contractors<br />
and Subcontractors on Public Building or Public Work Financed in Whole or in<br />
part by Loans or Grants from the United States," 29 C.F.R. Part 3.<br />
12. The Contractor shall comply with Executive Orders Nos. 12549 and 12689,<br />
"Debarment and Suspension," 31 U.S.C. § 6101 note, and U.S. DOT regulations<br />
on Debarment and Suspension at 49 C.F.R. Part 29.<br />
13. The Contractor shall comply with U.S. DOT regulations, "New Restrictions on<br />
Lobbying," 49 C.F.R. Part 20, modified as necessary by 31 U.S.C. § 1352.<br />
State or local requirements and guidelines are included in the sample contract terms and<br />
conditions, attached to this RFP.<br />
1.21 Non-Discrimination Clause<br />
In accordance with all Federal and State Legislation and Regulations governing Fair<br />
Employment, including but not limited to, Title VI <strong>of</strong> the Civil Rights Act <strong>of</strong> 1964, the<br />
Michigan Civil Rights Act and the Michigan Handicappers Civil Rights Act, as amended,<br />
the Proposer agrees that it will not discriminate against employees or applicants for<br />
employment with respect to hire, tenure, terms, conditions or privileges <strong>of</strong> employment<br />
because <strong>of</strong> religion, race, color, national origin, age, sex, height, weight, marital status or<br />
handicap that is unrelated to the ability <strong>of</strong> the individual to perform the duties <strong>of</strong> a<br />
particular assignment or position.<br />
The Proposer recognizes the right <strong>of</strong> the United States and the State <strong>of</strong> Michigan to seek<br />
judicial enforcement <strong>of</strong> the foregoing covenants against the Proposer or its<br />
subcontractors, or both, in order to provide for efficient cooperation and coordination in<br />
the handling <strong>of</strong> contract compliance programs as provided in the Elliott-Larsen Civil<br />
Rights Act, as amended, and the Michigan Handicappers Civil Rights Act, as amended.<br />
The <strong>Detroit</strong> Human Rights Department, the <strong>Detroit</strong> Human Rights Commission, the<br />
Michigan Department <strong>of</strong> Civil Rights and the Michigan Civil Rights Commission, by<br />
mutual agreement, have authorized the <strong>Detroit</strong> Human Rights Department in a contract<br />
compliance program to monitor all Contractors doing business with the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> and<br />
to review the employment practices <strong>of</strong> Contractors seeking to do business with the <strong>City</strong> <strong>of</strong><br />
<strong>Detroit</strong> prior to entering into a contract so that the mandates <strong>of</strong> Section 209 <strong>of</strong> the<br />
GC - 9
Michigan Civil Rights Act are carried out. The Proposer agrees to include this paragraph<br />
in any subcontract. Breach <strong>of</strong> this covenant may be regarded as a material breach <strong>of</strong> the<br />
contract.<br />
1.22 Contract Work Hours<br />
a) Overtime Requirements<br />
No Contractor or subcontractor contracting for any part <strong>of</strong> the contract work which may<br />
require or involve the employment <strong>of</strong> laborers or mechanics shall require or permit any<br />
such laborer or mechanic in any work week in which he or she is employed on such work<br />
to work in excess <strong>of</strong> forty hours in such workweek unless such laborer or mechanic<br />
receives compensation at a rate not less than one and one half times the basic rate <strong>of</strong><br />
pay for all hours worked in excess <strong>of</strong> forty hours in such work week.<br />
b) Payrolls and Basic Records<br />
Payrolls and basic records relating thereto shall be maintained by the Contractor during<br />
the course <strong>of</strong> the work and preserved for a period <strong>of</strong> three years thereafter for all laborers<br />
and mechanics working at the site <strong>of</strong> the work (or under the United States Housing Act <strong>of</strong><br />
1937, or under the Housing Act <strong>of</strong> 1949, in the construction or development <strong>of</strong> the<br />
project). Such records shall contain the name, address, and social security number <strong>of</strong><br />
each such worker, his or her correct classification, hourly rates <strong>of</strong> wages paid (including<br />
rates <strong>of</strong> contributions or costs anticipated for bona fide fringe benefits or cash equivalents<br />
there<strong>of</strong> <strong>of</strong> the types described in section 1 (b) (2) (B) <strong>of</strong> the Davis-Bacon Act, daily and<br />
weekly number <strong>of</strong> hours worked, deductions made and actual wages paid.<br />
Whenever the Secretary <strong>of</strong> Labor has reasonably anticipated in providing benefits under<br />
a plan or program described in section I (b)(2)(B) <strong>of</strong> the Davis-Bacon Act, the Contractor<br />
shall maintain records which show that the commitment to provide such benefits is<br />
enforceable, that the plan or program is financially responsible, and that the plan or<br />
program has been communicated in writing to the laborers or mechanics affected, and<br />
records which show the costs anticipated or the actual cost incurred in providing such<br />
benefits. Contractors employing apprentices or trainees under approved programs shall<br />
maintain written evidence <strong>of</strong> the registration <strong>of</strong> apprenticeship programs and certification<br />
<strong>of</strong> trainee programs, the registration <strong>of</strong> the apprentices and trainees, and the ratios and<br />
wage rates prescribed in the applicable programs.<br />
1.23 Interest <strong>of</strong> Members or Delegates To Congress<br />
No member <strong>of</strong>, or delegate to, the Congress to the United States shall be admitted to any<br />
share or part <strong>of</strong> this contract or to any benefit arising there from.<br />
1.24 Debarred Bidders<br />
No Contractor, nor any <strong>of</strong>ficer or controlling interest holder <strong>of</strong> Contractor, may be<br />
currently or have been previously, debarred or suspended or otherwise excluded from or<br />
ineligible to participate in Federally-assisted programs as established by the United<br />
States Government.<br />
1.25 Title VI. Compliance<br />
During the performance <strong>of</strong> this contract, the Contractor, for itself, its assignees and<br />
successors in interest (hereinafter referred to as the “Contractor”), agrees as follows:<br />
1.25.1 Compliance With Regulations<br />
GC - 10
The Contractor shall comply with the Regulations relative to<br />
nondiscrimination in Federally-assigned programs <strong>of</strong> the Department <strong>of</strong><br />
Transportation (hereinafter, “DOT”), Title 9, Code <strong>of</strong> Federal Regulations,<br />
Part 21, as they may be amended from time to time (hereinafter referred<br />
to as the Regulations), which are herein incorporated by reference and<br />
made a part <strong>of</strong> this contract.<br />
1.25.2 Nondiscrimination<br />
The Contractor with regard to the work performed by it during the<br />
contract, shall not discriminate on the grounds <strong>of</strong> race, religion, color,<br />
sex, age or national origin in the selection and retention <strong>of</strong><br />
subcontractors, including procurement <strong>of</strong> material and leases <strong>of</strong><br />
equipment. The Contractor shall not participate either directly or<br />
indirectly in the discrimination prohibited by section 21.5 <strong>of</strong> the<br />
Regulations, including employment practices when contract covers a<br />
program set forth in Appendix B <strong>of</strong> the Regulations.<br />
1.25.3 Solicitations For Subcontracts, Including Procurement Of Materials and<br />
Equipment<br />
In all solicitations either by competitive bidding or negotiation made by<br />
the contractor for work to be performed under a subcontract, including<br />
procurement <strong>of</strong> materials or leases <strong>of</strong> equipment, each potential<br />
subcontractor or supplier shall be notified by the Contractor <strong>of</strong> the<br />
Contractor’s obligations under this contract and the Regulations relative<br />
to nondiscrimination on the grounds <strong>of</strong> race, religion, color, sex, age or<br />
national origin.<br />
1.25.4 Information and Reports<br />
The Contractor shall provide all information and reports required by the<br />
Regulations or directives issued pursuant thereto, and shall permit<br />
access to its books, records, accounts, other sources <strong>of</strong> information and<br />
its facilities as may be determined by the Recipient or the Federal Transit<br />
Administration (FTA) to be pertinent to ascertain compliance with such<br />
Regulations, orders and instructions.<br />
1.25.5 Sanctions For Noncompliance<br />
In the event <strong>of</strong> the Contractor’s noncompliance with the<br />
nondiscrimination provisions <strong>of</strong> this contract, the Recipient shall impose<br />
such contract sanctions as it or the FTA may determine to be<br />
appropriate, including, but not limited to:<br />
a) Withholding <strong>of</strong> payments to the Contractor under the<br />
contract until the Contractor complies and/or<br />
b) Cancellation, termination or suspension <strong>of</strong> the contract, in<br />
whole or in part.<br />
1.25.6 Incorporation <strong>of</strong> Provisions<br />
The Contractor shall include the provisions <strong>of</strong> paragraphs 1.25.1 through 1.25.6<br />
<strong>of</strong> this section in every subcontract, including procurement <strong>of</strong> materials and<br />
leases <strong>of</strong> equipment, unless exempt by the Regulations, or directives issued<br />
GC - 11
pursuant thereto. The Contractor shall take such action with respect to any<br />
subcontract or procurement as the Recipient or the FTA may direct as a means<br />
<strong>of</strong> enforcing such provisions including sanctions for noncompliance, provided,<br />
however, that, in the event a Contractor becomes involved in, or is threatened<br />
with, litigation with a subcontractor or supplier as a result <strong>of</strong> such direction, the<br />
Contractor may request the Recipient and the United States to enter into such<br />
litigation to protect the interests <strong>of</strong> the United States.<br />
1.26 Audit and Inspection <strong>of</strong> Records<br />
The Contractor shall permit the authorized representative <strong>of</strong> DDOT, the State <strong>of</strong><br />
Michigan, the Comptroller General <strong>of</strong> the United States or any <strong>of</strong> their duly authorized<br />
representatives to inspect and audit all data and records <strong>of</strong> the Contractor relating to its<br />
performance and its subcontracts under this Contract with which Federal or State <strong>of</strong><br />
Michigan funds are used from the date <strong>of</strong> the Contract through and until the expiration <strong>of</strong><br />
three years after completion <strong>of</strong> the Contract.<br />
1.27 Termination <strong>of</strong> Contract<br />
1.27.1 DDOT, by written notice, may terminate this Contract, in whole or in part without<br />
cause for the convenience <strong>of</strong> DDOT.<br />
The DDOT shall provide the Contractor with written notice <strong>of</strong> such termination at least<br />
fifteen (15) days before the effective date <strong>of</strong> such termination.<br />
If the DDOT exercises the right to terminate this Contract because <strong>of</strong> conditions which<br />
are beyond the control <strong>of</strong> DDOT, such termination shall have immediate effect upon<br />
receipt <strong>of</strong> written notice by the Contractor.<br />
Under the termination provisions <strong>of</strong> this paragraph, the Contractor shall not incur new<br />
obligations for the terminated portion after the effective date <strong>of</strong> termination and shall<br />
cancel as many outstanding obligations as possible.<br />
If this Contract contains elements relating to equipment, supplies or service, or<br />
combinations there<strong>of</strong>, the Contractor shall immediately submit to DDOT a final invoice<br />
subject to DDOT audit for an amount <strong>of</strong> the value <strong>of</strong> work actually performed up to the<br />
effective date <strong>of</strong> termination plus the allowable portion <strong>of</strong> the Contractor's pr<strong>of</strong>it computed<br />
from the total Contract price. After payment <strong>of</strong> such sum byDDOT, DDOT shall be under<br />
no further obligation to the Contractor.<br />
Property and equipment for which full payment has been made shall, at the option <strong>of</strong> the<br />
DDOT, become the property <strong>of</strong> DDOT. Any drawings, manufacturer's information,<br />
maintenance instructions or other material which are necessary to complete and properly<br />
maintain the work paid for shall be furnished to DDOT by the Contractor. In the case <strong>of</strong><br />
termination for conditions which are beyond the control <strong>of</strong> the DDOT, a cost termination<br />
inventory and independent audit <strong>of</strong> the project accounts that accurately reflect the actual<br />
costs incurred by the Contractor shall be submitted to DDOT as condition precedent for<br />
payment by DDOT.<br />
If the Agreement is terminated due to the fault <strong>of</strong> the Contractor, Paragraph 1.27.2 here<strong>of</strong><br />
relative to termination shall apply.<br />
1.27.2. Termination For Cause<br />
If the Contractor shall fail to perform in a timely and proper manner any<br />
obligations under this Contract, or the Contractor shall violate any <strong>of</strong> the<br />
GC - 12
covenants, agreements, or stipulations <strong>of</strong> this Contract, DDOT may consider the<br />
Contractor in default and terminate this Contract. Such termination shall be by<br />
written notice.<br />
Termination in accordance with the above shall not relieve the Contractor <strong>of</strong> any<br />
liability to the DDOT for damages sustained as a result <strong>of</strong> any breach <strong>of</strong> contract<br />
or default by the Contractor. Upon the default <strong>of</strong> the Contractor and the<br />
termination <strong>of</strong> this contract, the DDOT may withhold any payments due the<br />
Contractor and apply the same as a set <strong>of</strong>f against damages sustained by the<br />
DDOT as a result <strong>of</strong> the Contractor's default.<br />
1.28 Energy Conservation<br />
The Contractor shall recognize mandatory standard and policies relating to energy<br />
efficient, which are contained in the State <strong>of</strong> Michigan’s energy conservation plan issued<br />
in compliance with the Energy Policy and Conservation Act (42 USC Section 6321 et<br />
seq.).<br />
1.29 Clean Water Requirement<br />
a) The Contractor agrees to comply with applicable standards, orders, or regulations<br />
issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.<br />
1251 et seq. The Contractor agrees to report each violation to the <strong>City</strong> and<br />
understands and agrees that the <strong>City</strong> will, in turn, report each violation as required to<br />
assure notification to the FTA and the appropriate FTA Regional Office.<br />
b) The Contractor also agrees to include these requirements in each subcontract<br />
exceeding $100,000 financed in whole or in part with federal assistance provided by<br />
the FTA.<br />
1.30 Clean Air Requirement<br />
a) The Contractor agrees to comply with all applicable standards, orders or regulations<br />
issued pursuant to the Clean Air Act, as amended, 42 U.S.C. Sections 7401 et seq.<br />
The Contractor agrees to report each violation to the <strong>City</strong> and understands and<br />
agrees that the <strong>City</strong> will, in turn, report each violation as required to assure<br />
notification to FTA and the appropriate EPA Regional Office.<br />
b) The Contractor also agrees to include these requirements in each subcontract<br />
exceeding $100,000 financed in whole or in part with federal assistance provided by<br />
FTA.<br />
1.31 Toxic Material Removal<br />
The Contractor shall properly identify, package, test, remove, transfer and dispose all<br />
potentially toxic materials including asbestos materials and oil-fired transformers in<br />
compliance with all local, state and federal laws when such removal is required for the<br />
completion <strong>of</strong> Contact Services hereunder.<br />
1.32 Prohibited Drug and Alcohol Use Prevention<br />
The Federal Transportation Administration has issued regulations entitled PREVENTION<br />
OF PROHIBITED DRUG USE IN TRANSIT OPERATIONS (49 CFR Part 653) and<br />
GC - 13
PREVENTION OF ALCOHOL MISUSE IN TRANSIT OPERATIONS (49 CFR Part 654).<br />
Contractors who perform safety-sensitive functions are required to comply with these<br />
regulations. The provision <strong>of</strong> JARC and New Freedom program services is a safetysensitive<br />
function. A written policy must exist which prohibits illegal drug use at all times<br />
by safety-sensitive employees. In addition, alcohol consumption by safety-sensitive<br />
employees is prohibited while performing, and for four (4) hours prior to performing<br />
safety-sensitive functions. Alcohol use after an accident is also prohibited. Furthermore,<br />
tests must be conducted to determine in six (6) specific situations whether employees<br />
have used alcohol or drugs. The procedures and technology to be employed in this<br />
testing are specified in the Department <strong>of</strong> Transportation’s regulation, PROCEDURES<br />
<strong>FOR</strong> TRANSPORTATION WORKPLACE DRUG TESTING PROGRAMS (49 CFR Part<br />
40).<br />
A Certificate <strong>of</strong> Compliance (see form C-1 in section VI <strong>of</strong> this RFP) shall be attached to<br />
the proposal. Copies <strong>of</strong> the relevant sections <strong>of</strong> the Federal Register are available upon<br />
request by contacting DDOT's Financial Business Services Division at (313) 833-0262.<br />
1.33 Fly America<br />
The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in<br />
accordance with the General Services Administration's regulations at 41 CFR Part 301-<br />
10, which provides that recipients and subrecipients <strong>of</strong> Federal funds and their<br />
contractors are required to use U.S. flag air carriers for U.S. government-financed<br />
international air travel and transportation <strong>of</strong> their personal effects or property, to the<br />
extent such service is available, unless travel foreign air carrier is a matter <strong>of</strong> necessity,<br />
as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier<br />
was used, an appropriate certification or memorandum adequately explaining why<br />
service by a U.S. flag air carrier was not available or why it was necessary to use a<br />
foreign air carrier and shall, in any event, provide a certificate <strong>of</strong> compliance with the Fly<br />
America requirements. The Contractor agrees to include the requirements <strong>of</strong> this Article<br />
in all subcontracts that may involve international air transportation.<br />
1.34 Cargo Preference<br />
The Contractor agrees:<br />
a) To utilize privately owned United States-flag commercial vessels to ship at least 50<br />
percent <strong>of</strong> the gross tonnage (computed separate for dry bulk carriers, dry cargo<br />
liners and tankers) involved, whenever shipping any equipment, material, or<br />
commodities pursuant to this contract to the extent such vessels are available at fair<br />
and reasonable rates for United States-flag commercial vessels.<br />
b) To furnish, within 20 days following date <strong>of</strong> loading for shipments originating with the<br />
United States, or within 30 working days following the date or loading for shipments<br />
originating outside the United States, a legible copy <strong>of</strong> a rated, "on-board"<br />
commercial ocean bill-<strong>of</strong>-lading in English for each shipment <strong>of</strong> cargo described in<br />
the paragraph above to the FTA Administrator and the Procuring Agency (through the<br />
prime contractor in the case <strong>of</strong> subcontractor bills-<strong>of</strong>-lading) and to the Division <strong>of</strong><br />
National Cargo, Office <strong>of</strong> Market Development, Maritime Administration Washington,<br />
D.C. 20230.<br />
c) To insert the substance <strong>of</strong> the provisions <strong>of</strong> this Article in all subcontracts issued<br />
pursuant to this Contract<br />
GC - 14
1.35 Seismic Safety Requirements<br />
The Contractor agrees that any new building or addition to an existing building will be<br />
designed and constructed in accordance with the standards for Seismic Safety required<br />
in Department <strong>of</strong> Transportation Seismic Safety Regulations 49 CFR Part 41 and will<br />
certify to compliance to the extent required by the regulation. The Contractor also agrees<br />
to ensure that all work performed under this Contract including work performed by a<br />
Subcontractor is in compliance with the standards required by the Seismic Safety<br />
Regulations and the certification <strong>of</strong> compliance issued on the project.<br />
1.36 Recycled Products<br />
The Contractor agrees to comply with all the requirements <strong>of</strong> Section 6002 <strong>of</strong> the<br />
Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962),<br />
including, but not limited to, the regulatory provisions <strong>of</strong> 40 CFR Part 247, and Executive<br />
Order 12873, as they apply to the procurement <strong>of</strong> the items designated in Subpart B <strong>of</strong><br />
40 CFR Part 247. The Contractor also agrees to flow these requirements down to all<br />
Subcontractor tiers who perform work hereunder.<br />
1.37 Disputes<br />
Disputes arising in the performance <strong>of</strong> this Contract, which are not resolved by<br />
agreement <strong>of</strong> the parties, shall be decided in writing by the authorized representative <strong>of</strong><br />
the <strong>City</strong>, the Director <strong>of</strong> the <strong>Detroit</strong> Department <strong>of</strong> Transportation. This decision shall be<br />
final and conclusive. If within ten (10) business days from the date <strong>of</strong> Contractor’s receipt<br />
<strong>of</strong> the <strong>City</strong>’s final and conclusive decision, the <strong>City</strong> receives a written appeal from the<br />
Contractor, the <strong>City</strong> will schedule a hearing within ten (10) business days from receipt <strong>of</strong><br />
such appeal. In connection with any such appeal and hearing, the Contractor shall be<br />
afforded an opportunity to be heard and to <strong>of</strong>fer evidence in support <strong>of</strong> its position.<br />
Unless otherwise directed by the <strong>City</strong>, including but not limited to termination <strong>of</strong> any kind,<br />
the Contractor shall continue performance under this Contract while matters in dispute<br />
are being resolved.<br />
Should either party to the Contract suffer injury or damage to person or property because<br />
<strong>of</strong> any act or omission <strong>of</strong> the party or <strong>of</strong> any <strong>of</strong> his employees, agents or others for whose<br />
acts he is legally liable, a claim for damages therefore shall be made in writing to such<br />
other party within a reasonable time after the first observance <strong>of</strong> such injury <strong>of</strong> damage.<br />
Unless this Contract provides otherwise, all claims, counterclaims, disputes and other<br />
matters in question between DDOT and the Contractor arising out <strong>of</strong> or relating to this<br />
agreement or its breach will be decided by arbitration if the parties mutually agree, or in a<br />
court <strong>of</strong> competent jurisdiction within the State <strong>of</strong> Michigan.<br />
The duties and obligations imposed by the Contract Documents and the rights and<br />
remedies available hereunder shall be in addition to and not a limitation <strong>of</strong> any duties,<br />
obligations, rights and remedies otherwise imposed or available by law. No action or<br />
failure to act by DDOT or the Contractor shall constitute a waiver <strong>of</strong> any right or duty<br />
afforded any <strong>of</strong> them under the Contract, nor shall any such action or failure to act<br />
constitute an approval <strong>of</strong> or acquiescence in any breach hereunder, except as may be<br />
specifically agreed in writing.<br />
GC - 15
1.38 Most Favored Customer<br />
The Contractor warrants that the prices charged to the <strong>City</strong> hereunder are no more than<br />
those charged by the Contractor to other customers <strong>of</strong> the Contractor for substantially<br />
similar Services under substantially the same terms and conditions. Should the <strong>City</strong><br />
believe that the Contractor has defaulted on this warranty, the <strong>City</strong> shall bring the default<br />
to the Contractor’s attention and the parties may negotiate to reach an equitable<br />
resolution.<br />
1.39 Federal Changes<br />
In accordance with Federal Changes (49 CFR Part 18), Contractor shall at all times<br />
comply with all applicable FTA regulations, policies, procedures and directives, including<br />
without limitation those listed directly or by reference in the Agreement (Form FTA MA (6)<br />
dated October, 1999) between the <strong>City</strong> and FTA, as they may be amended or<br />
promulgated from time to time during the term <strong>of</strong> this Contract. Contractor's failure to so<br />
comply shall constitute a material breach <strong>of</strong> this Contract.<br />
1.40 Assignment<br />
A Contractor shall not assign any Purchase Order or Contract or any monies due there<br />
from without prior approval <strong>of</strong> the Chief Procurement Officer, the Finance Director, and in<br />
some cases, the <strong>City</strong> Council.<br />
1.41 Sample Contract<br />
A sample contract is provided in Section V <strong>of</strong> this Request For Proposals. The sample<br />
contract is intended for guidance and information only. DDOT reserves the right to modify<br />
the sample contract in accordance with final negotiations, or for other reasons. The<br />
Proposer may propose addenda to the sample contract. However, changes required by<br />
such addenda shall be included in the proposal and all cost changes, if any, shall be<br />
included in the proposal price.<br />
1.42 Clearances<br />
The successful Proposer shall comply with the requirements <strong>of</strong> the Human Rights<br />
Department <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> relative to compliance with all Federal and State<br />
legislation and regulations pertaining to fair employment practices. In addition, clearances<br />
from the Income Tax Division and the Property Tax Division <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Finance<br />
Department are required. Forms for the Human Rights Department, the Income Tax<br />
Division, and the Revenue Collections Division are attached to this RFP in section VI <strong>of</strong><br />
Proposers Forms. The request for clearances shall be completed and submitted with the<br />
proposal to the DDOT Financial Business Services Division. It is the responsibility <strong>of</strong> the<br />
Proposer to provide all information required to obtain these clearances.<br />
1.43 Transit Employee Protective Provisions<br />
The Contractor agrees to comply with applicable transit employee protective<br />
requirements as follows:<br />
a) General Transit Employee Protective Requirements<br />
To the extent that FTA determines that transit operations are involved, the Contractor<br />
agrees to carry out the transit operations work on the underlying contract in<br />
compliance with terms and conditions determined by the U.S. Secretary <strong>of</strong> Labor to<br />
GC - 16
e fair and equitable to protect the interests <strong>of</strong> employees employed under this<br />
contract and to meet the employee protective requirements <strong>of</strong> 49 U.S.C. A 5333(b),<br />
and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto.<br />
These terms and conditions are identified in the letter <strong>of</strong> qualification from the U.S.<br />
DOL to FTA applicable to the FTA Recipient's project from which Federal assistance<br />
is provided to support work on the underlying contract. The Contractor agrees to<br />
carry out that work in compliance with the conditions stated in that U.S. DOL letter.<br />
The requirements <strong>of</strong> this subsection (1), however, do not apply to any contract<br />
financed with Federal assistance provided by FTA either for projects for elderly<br />
individuals and individuals with disabilities authorized by 49 U.S.C. § 5310(a)(2), or<br />
for projects for nonurbanized areas authorized by 49 U.S.C. § 5311. Alternate<br />
provisions for those projects are set forth in subsections (b) and (c) <strong>of</strong> this clause.<br />
b) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. §<br />
5310(a)(2) for Elderly Individuals and Individuals with Disabilities<br />
If the contract involves transit operations financed in whole or in part with Federal<br />
assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary <strong>of</strong><br />
Transportation has determined or determines in the future that the employee<br />
protective requirements <strong>of</strong> 49 U.S.C. § 5333(b) are necessary or appropriate for the<br />
state and the public body subrecipient for which work is performed on the underlying<br />
contract, the Contractor agrees to carry out the Project in compliance with the terms<br />
and conditions determined by the U.S. Secretary <strong>of</strong> Labor to meet the requirements<br />
<strong>of</strong> 49 U.S.C. § 5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any<br />
amendments thereto. These terms and conditions are identified in the U.S. DOL's<br />
letter <strong>of</strong> qualification to FTA, the date <strong>of</strong> which is set forth Grant Agreement or<br />
Cooperative Agreement with the state. The Contractor agrees to perform transit<br />
operations in connection with the underlying contract in compliance with the<br />
conditions stated in that U.S. DOL letter.<br />
c) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. §<br />
5311 in Nonurbanized Areas<br />
If the contract involves transit operations financed in whole or in part with Federal<br />
assistance authorized by 49 U.S.C. § 5311, the Contractor agrees to comply with the<br />
terms and conditions <strong>of</strong> the Special Warranty for the Nonurbanized Area Program<br />
agreed to by the U.S. Secretaries <strong>of</strong> Transportation and Labor, dated May 31, 1979,<br />
and the procedures implemented by U.S. DOL or any revision thereto.<br />
The Contractor also agrees to include the applicable requirements in each<br />
subcontract involving transit operations financed in whole or in part with Federal<br />
assistance provided by FTA.<br />
1.44 Qualifications and Assurances<br />
The Contractor shall comply to all city, state and Federal rules as outlined in this RFP.<br />
GC - 17
SECTION II<br />
SPECIAL CONDITIONS
2.0 SPECIAL CONDITIONS<br />
2.1 Contract Award<br />
The funding agencies for the project addressed in this RFP include the U.S. Department<br />
<strong>of</strong> Transportation, the Federal Transit Administration (FTA), the Michigan Department <strong>of</strong><br />
Transportation and the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>. Award <strong>of</strong> this Contract pursuant to this RFP is<br />
contingent upon the availability <strong>of</strong> funds.<br />
2.2 lncurrinq Costs<br />
DDOT is not liable for any costs incurred by the Proposers prior to issuance <strong>of</strong> a Contract<br />
to the successful Proposers. DDOT will be liable only for those costs incurred under the<br />
terms and conditions <strong>of</strong> this Contract during the Contract term.<br />
2.3 Contract Type<br />
The successful Proposers will be awarded a fixed price Contract for the performance <strong>of</strong><br />
the work described herein.<br />
2.4 Prime Contractor Responsibilities and Subcontracting<br />
The selected Contractors shall be required to assume contractual responsibility for all<br />
services, whether or not he/she provides them. Further, DDOT will consider the selected<br />
Contractor to be the sole point <strong>of</strong> contact with regard to contractual matters, including<br />
payment <strong>of</strong> any kind and all changes to the Contract.<br />
Any subcontractors to be used must be identified by the Proposers in their proposals. It is<br />
DDOT’s intention to award contracts to Proposers that will perform the majority <strong>of</strong> the<br />
work themselves.<br />
The Proposers should include: subcontractor name(s), planned work, and budgeted<br />
amount. If any subcontractors are proposed for roles which will be evaluated under<br />
section 3.9, the Proposer shall include all required information from the subcontractors for<br />
these roles (i.e, resumes or descriptions <strong>of</strong> firms’ experience) in their proposal. Any<br />
subcontractors not identified in the proposal will require written DDOT pre-approval.<br />
2.5 Disadvantaged Business Enterprise Utilization<br />
The <strong>Detroit</strong> Department <strong>of</strong> Transportation DBE Program establishes minimum utilization<br />
goals for DBE participation in financially-assisted projects. The DBE minimum utilization<br />
goals for this project are:<br />
DBE – 10 %<br />
All Contractors shall be responsible for making good faith efforts in meeting these goals<br />
and must document efforts accordingly. All DBE firms must complete the appropriate<br />
forms in Section VI and submit them with the proposal.<br />
SC - 1
DBE REGULATION AND US DOT GUIDANCE<br />
The objectives <strong>of</strong> 49 CFR Part 26 (26.1) regulation are to:<br />
1. Ensure nondiscrimination in the award and administration <strong>of</strong> DOT-assisted contracts<br />
in the Department’s program.<br />
2. Create a level playing field on which DBEs can compete fairly for DOT-assisted<br />
contracts.<br />
3. Ensure that the DBE program is narrowly tailored in accordance with applicable law.<br />
4. Ensure that only firms that fully meet this part’s eligibility standards are permitted to<br />
participate as DBEs.<br />
5. Help remove barriers to the participation <strong>of</strong> DBEs in DOT-assisted contracts.<br />
6. Assist the development <strong>of</strong> firms that can compete successfully in the marketplace<br />
outside the DBE program.<br />
7. Provide appropriate flexibility to recipients <strong>of</strong> Federal financial assistance in<br />
establishing and providing opportunities for DBEs.<br />
2.6 Contract Start Date<br />
The implementation <strong>of</strong> the services required under this contract shall begin within seven<br />
(7) calendar days from the date stipulated in the written Notice to Proceed from DDOT.<br />
All federal and state reporting deadlines supersede any other time frame enumerated<br />
herein and must be met with applicable deliverable reports two weeks prior to such<br />
deadlines.<br />
The Contractor shall have no authority to start work, no payments will be authorized by<br />
the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Finance Department nor will the <strong>City</strong> be liable for reimbursement for<br />
materials purchased or payment for any services rendered by the Contractor prior to the<br />
award <strong>of</strong> the contract by resolution <strong>of</strong> the <strong>City</strong> Council and execution <strong>of</strong> this instrument by<br />
the Finance Director.<br />
2.6.1 Contract Period<br />
The term <strong>of</strong> the Contract shall be three (3) years after approval by <strong>Detroit</strong> <strong>City</strong> Council.<br />
The Contract may be extended at the sole discretion <strong>of</strong> DDOT for up to two (2) additional<br />
one-year periods beyond the original term. The pricing for the two additional one year<br />
periods shall be as provided in the contract.<br />
Procurement Schedule*<br />
Release RFP………………………………………...……..……May 31, 2013<br />
Pre-Proposal Conference……………………………..…………June 12, 2013<br />
Proposals Due…………………………………………………….July 2, 2013<br />
Award Recommendation……………..………………….……. July 24, 2013<br />
Contract Approval…………………..…………...…………... September 4, 2013<br />
Notice to Proceed………………………..…………....….… September 11, 2013<br />
*These are tentative dates and are subject to change<br />
SC - 2
2.7 Availability <strong>of</strong> Office Space<br />
Upon availability, the successful Contractor may be provided limited work space in order<br />
to conduct and complete this contract. When the Contract is awarded to the successful<br />
Contractor, the Contractor shall inform the DDOT Project Manager <strong>of</strong> its reasonable<br />
requirements so immediate efforts may be directed toward providing it.<br />
2.8 Monitoring<br />
1. Assignment <strong>of</strong> Contractor's Personnel<br />
The successful Contractors shall be required to instruct its personnel assigned to<br />
provide JARC and New Freedom Services to maintain a daily log showing, the<br />
names <strong>of</strong> personnel assigned to the services; managers, drivers, dispatching<br />
personnel, mechanics etc. The log shall be available to the DDOT Project<br />
Manager during all normal work hours.<br />
2. Reporting Requirements<br />
Monthly, the selected Contractor must submit with their invoice the following:<br />
a) Current month's drivers’ trip log<br />
b) Records <strong>of</strong> missed trips, accidents and customer complaints<br />
c) Vehicle repair log<br />
3. Status Meetings and Contract Records<br />
2.9 Payment Terms<br />
Status meetings will be scheduled as needed. The <strong>City</strong>, the Michigan<br />
Department <strong>of</strong> Transportation, the Federal Transit Administration, or any <strong>of</strong> their<br />
duly authorized representatives, shall have access to any books, documents,<br />
papers and records <strong>of</strong> the selected Contractor, that are directly pertinent to this<br />
contract, for the purpose <strong>of</strong> making audit, examination, excerpts and<br />
transcriptions.<br />
The selected Contractor must maintain all required records for three years after<br />
the <strong>City</strong> makes final payment and all other pending matters are closed.<br />
Payment is to be made on a per trip basis, as described in Sections 3.5.3 (c). During the<br />
Contract period, the Contractor shall submit to DDOT monthly invoices with all required<br />
documentation, which will be used to reconcile invoices from the Contractor. Original<br />
invoices shall be submitted to DDOT's Accounting Division to the attention <strong>of</strong> the Grants<br />
Accountant and copies <strong>of</strong> said invoices shall be forwarded to the Project Manager.<br />
Payments will be made within forty-five (45) days <strong>of</strong> verification and acceptance <strong>of</strong> the<br />
invoices by DDOT.<br />
The Contractor's invoice shall include:<br />
1. The Invoice Cover Sheet<br />
2. Contract Number<br />
3. Invoice Number<br />
4. Trip Logs for the Billing Period<br />
5. Trip Fee billing for completed trips with Trip Numbers assigned by DDOT<br />
SC - 3
6. For each billed trip, an indication <strong>of</strong> whether the trip was for client(s) qualified under<br />
JARC or New Freedom or both.<br />
7. A statement certifying that insurance is current for all vehicles in service under this<br />
contract<br />
8. A statement certifying that all vehicles in service under this contract are in<br />
conformance with the contractual requirements as <strong>of</strong> the date <strong>of</strong> the invoice<br />
9. Total Invoice Amount<br />
2.10 Contract Deliverables<br />
Copies <strong>of</strong> all reports and documents required under the contract must be delivered to the<br />
Project Manager at the time specified in the contract.<br />
2.11 Submission <strong>of</strong> Proposals<br />
This will be a sealed proposal. There will be no public opening <strong>of</strong> the proposals and no<br />
other distribution <strong>of</strong> the proposals shall be made by the Proposer. Proposals must be<br />
signed by an <strong>of</strong>ficial authorized to bind the Contractor to its provisions.<br />
Proposals must include a statement as to the period during which the proposal remains<br />
valid. For this RFP, the proposal must be valid for at least 120 days. The contents <strong>of</strong> the<br />
Proposal <strong>of</strong> the successful Proposer may become contractual obligations, if a contract<br />
ensues, and shall be binding upon the Proposer.<br />
2.12 Performance<br />
Contractor shall perform all work diligently, carefully and in good and pr<strong>of</strong>essional<br />
manner. Contractor shall obtain and maintain all permits and licenses required by public<br />
authorities in connection with the performance <strong>of</strong> the work, and, if permitted to<br />
subcontract, shall be fully responsible for all work performed by subcontractors.<br />
Contractor shall conduct all operations in the Contractor's own name and as an<br />
independent Contractor, and not in the name <strong>of</strong> or agent for DDOT.<br />
2.13 Ownership <strong>of</strong> Documents<br />
Any documents, reports or data generated by the Contractor in connection with this<br />
project shall become the sole property <strong>of</strong> DDOT. The Contractor may retain copies <strong>of</strong><br />
such items for its files. The Contractor shall not release any documents, reports or data<br />
from this project without prior written permission from DDOT.<br />
2.14 Status <strong>of</strong> Contractor and Its Employees<br />
For all purposes specified under the terms <strong>of</strong> this Agreement, the Contractor shall be<br />
considered an independent Contractor and as such, DDOT shall not be liable to the<br />
Contractor for benefits or coverage provided by the Worker's Compensation Law <strong>of</strong> the<br />
State <strong>of</strong> Michigan. And further, under the provisions <strong>of</strong> R.S. 23:1034, no person<br />
employed by the Contractor shall be considered an employee <strong>of</strong> DDOT for the purpose <strong>of</strong><br />
Worker's Compensation coverage.<br />
2.15 Independent Proposal Determination<br />
By the submission <strong>of</strong> a Proposal, a Contractor certifies that, in connection with the<br />
Proposal:<br />
1. The prices for services and all other details <strong>of</strong> this <strong>of</strong>fer have been arrived at<br />
independently without consultation, communication or agreement for the purpose<br />
SC - 4
<strong>of</strong> restricting competition with any other potential contractor regardless <strong>of</strong><br />
whether or not such contractor submits a proposal pursuant to this request for<br />
proposals.<br />
2. Unless otherwise required by law, the prices and all other details <strong>of</strong> the proposal<br />
have not been and will not be knowingly disclosed by the Contractor or any<br />
member <strong>of</strong> its organization prior to the awarding and signing <strong>of</strong> a Contract,<br />
regardless <strong>of</strong> whether or not such other Contractor submits a proposal pursuant<br />
to this RFP.<br />
SC - 5
SECTION III<br />
SPECIFIC REQUIREMENTS
3.0 SPECIFIC REQUIREMENTS<br />
3.1 Departmental Overview<br />
DDOT serves as the recipients <strong>of</strong> receive grant funds from the State <strong>of</strong> Michigan’s<br />
Specialized Services’ program and the Federal Transit Administration’s Job<br />
Access/Reverse Commute (5316) and Elderly Individuals and Individuals with Disabilities<br />
(5310) programs. In 2008, DDOT assessed <strong>Detroit</strong> area elderly, disabled, and lowerincome<br />
services and learned that a significant number <strong>of</strong> these populations transit needs<br />
were going unmet.<br />
DDOT applied for and was approved to receive funds from the FTA’s 5310, 5316, and<br />
New Freedom (5317) grant programs to implement employment and employment related<br />
transportation services to low-income populations both rural and urbanized areas and to<br />
reverse commuters, regardless <strong>of</strong> income. It is desirable for recipients to consider all<br />
resources and plan for their use in a complementary way. Local transit providers are<br />
expected to participate in the development <strong>of</strong> a coordinated public transit-human service<br />
transportation plan, which <strong>of</strong>fers a Collection <strong>of</strong> Programs and Services (COPS) that is<br />
designed specifically to satisfy the area’s unmet needs.<br />
The funding permits a variety <strong>of</strong> transit providers the opportunity to work collectively<br />
towards enhancing service for local area riders. This effort allows DDOT to produce a<br />
well-coordinated, high quality, and cost-effective service focused on satisfying <strong>Detroit</strong><br />
area riders’ transit needs.<br />
For additional information regarding DDOT’s coordination and program management<br />
plans, please visit the following documents noted below on the website<br />
www.Ride<strong>Detroit</strong>Transit.com.<br />
Information regarding the JARC and New Freedom programs as well as the region’s<br />
approach to coordinated human services can be found in these online documents:<br />
• New Freedom Program<br />
(http://www.fta.dot.gov/documents/FTA_C_9045.1_New_Freedom(1).pdf<br />
• Job Access Reverse Commute Program<br />
(http://www.fta.dot.gov/documents/FTA_C_9050.1_JARC(1).pdf<br />
3.2 DDOT’s JARC and New Freedom Programs<br />
DDOT is announcing requests for proposals to provide transportation services under the<br />
FTA’s Job Access and Reverse Commute (JARC) and New Freedom programs. Funds<br />
from these programs will be used to provide transportation services for low-income<br />
workers, senior citizens (or elderly), job-seekers, persons with disabilities, and reverse<br />
commuters, regardless <strong>of</strong> income. The deadline for proposal submission is Monday, June<br />
24, 2013 no later than 3:00 p.m.<br />
Eligible Proposers are state or local government authorities, private, nonpr<strong>of</strong>it<br />
organizations, or operators <strong>of</strong> public transportation. Applications will be accepted for<br />
services within DDOT’s designated service area.<br />
SR - 1
3.3 Purpose and Objectives<br />
DDOT is seeking a target goal <strong>of</strong> nine (9) transportation providers to perform<br />
transportation services to improve access to transportation services to employment and<br />
employment related activities for welfare recipients and eligible low-income individuals, to<br />
transport residents <strong>of</strong> <strong>Detroit</strong> who have reverse commutes to suburban employment<br />
opportunities, regardless <strong>of</strong> their income, and to provide transportation to elderly<br />
individuals and persons with disabilities. All Proposers are to complete the Transportation<br />
Providers application located in Section IV <strong>of</strong> in this RFP.<br />
DDOT will not reimburse for any expenses incurred as a result <strong>of</strong> preparing a proposal.<br />
DDOT recognizes that a high quality operation begins with key personnel; therefore, a<br />
minimum level <strong>of</strong> required staffing is described below:<br />
The Contractors shall provide service to destinations within the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> and<br />
surrounding areas.<br />
Contractors shall identify a primary management staff member as the point <strong>of</strong> contact for<br />
communication with DDOT’s management. This individual shall have a thorough<br />
understanding <strong>of</strong> the terms and conditions <strong>of</strong> the Contract, as well as all <strong>of</strong> the<br />
Contractor’s service operations.<br />
• Contractors shall provide the necessary management and administrative personnel<br />
whose expertise shall ensure trips are performed efficiently<br />
• Contractors shall be solely responsible for the provision <strong>of</strong>, and satisfactory work<br />
performed by, all <strong>of</strong> their employees. Contractors will perform a criminal background<br />
check on each job applicant to determine whether the individual is suitable for the job<br />
in which they might be employed.<br />
• Contractors shall comply with the requirements <strong>of</strong> employee liability, Worker’s<br />
Compensation, employment insurance, Social Security, drug and alcohol testing and<br />
all other applicable local, state and federal laws.<br />
• All Services provided must meet Michigan Department <strong>of</strong> Transportation (MDOT)<br />
requirements.<br />
• The Contractors shall implement correction actions that improve poor work<br />
performance.<br />
• The Contractors shall ensure that its drivers have accomplished the following before<br />
they perform the Services:<br />
• Are properly licensed in the State <strong>of</strong> Michigan to provide door-to-door<br />
transportation, and when transporting riders, have a chauffer’s license; when<br />
operating a vehicle weighing more than 26,000 pounds or originally designed to<br />
carry 16 passengers or more (including the driver), drivers must possess a valid<br />
commercial driver’s licenses (CDL)<br />
• Are at least 21 years <strong>of</strong> age;<br />
• Have been a licensed driver for a minimum <strong>of</strong> three (3) years;<br />
• Are able to speak and understand English pr<strong>of</strong>iciently; a second language skill in<br />
Spanish or Arabic would be helpful;<br />
• Possess a safe driving record as evidenced by:<br />
1. No more than two moving violations during each <strong>of</strong> the last three (3) years<br />
prior to application for the Services;<br />
SR - 2
2. Having three (3) full subsequent years with no violations, if license has ever<br />
been revoked.<br />
Under the following circumstances, DDOT will require the Contractor to exclude staff from<br />
performing the Services:<br />
• Safety-sensitive persons who incur driver’s license suspensions or drug and alcohol<br />
violations that warrant the individual’s immediate removal from the Services.<br />
• Occurrences <strong>of</strong> excessive complaints, rudeness, or other inappropriate behavior or<br />
appearance.<br />
• Three or more valid customer complaints within a rolling 30-day period. In such<br />
cases, the staff member shall be subject to a thirty (30) day suspension period.<br />
During this period, DDOT will evaluate whether the staff member is suitable to return<br />
from suspension.<br />
If, for any <strong>of</strong> the above reasons or other reasons related to performance <strong>of</strong> the Services,<br />
the Contractor’s staff member is determined to be unsuitable for performing the Services,<br />
DDOT will notify the Contractor in writing <strong>of</strong> one or more reasons that the staff member is<br />
considered unsuitable. DDOT may require immediate removal <strong>of</strong> the unsuitable staff<br />
member by the Contractor in such notice. If DDOT does not require immediate<br />
replacement <strong>of</strong> the unsuitable staff, within ten (10) days <strong>of</strong> receipt <strong>of</strong> such notice, the<br />
Contractor shall present DDOT with a plan for correcting the performance deficiencies<br />
within a thirty-(30) day period thereafter. If DDOT either rejects the plan or the staff<br />
member’s performance deficiencies are not corrected to DDOT’s satisfaction within the<br />
30-day corrective plan period, DDOT shall so notify the Proposer and the Proposer shall<br />
immediately remove the staff member from performing the Services.<br />
UNDER NO CONDITION WILL AN APPLICANT BE ACCEPTED AS A DRIVER <strong>FOR</strong><br />
THIS SERVICE IF HE/SHE HAS BEEN CONVICTED OF A DRUG OR ALCOHOL<br />
OFFENSE WITHIN THE PAST FIVE (5) YEARS. DRIVERS WILL ALSO BE SUBJECT<br />
<strong>TO</strong> ANY APPLICABLE FEDERAL, STATE, OR LOCAL MANDA<strong>TO</strong>RY DRUG<br />
TESTING REQUIREMENTS.<br />
The Contractor shall provide the Services in accordance with the terms <strong>of</strong> the executed<br />
Contract and under the rules, regulations, and supervision <strong>of</strong> the <strong>City</strong>.<br />
3.3.1 Service Features<br />
DDOT shall define the parameters that govern the Services and shall ensure that the<br />
Contractor complies. The following sections define the various features <strong>of</strong> the Services.<br />
3.4 Scope <strong>of</strong> Services/Technical Specifications/Project Requirements<br />
The <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Department <strong>of</strong> Transportation (DDOT) requests proposals to provide<br />
transportation services in accordance with the requirements <strong>of</strong> this Request For<br />
Proposals. Eligible Proposers shall include private non-pr<strong>of</strong>it organizations, state or local<br />
governmental authorities, and operators <strong>of</strong> public transportation services, including<br />
private operators <strong>of</strong> public transportation services. Eligible organizations awarded<br />
contracts will perform coordinated transit services for <strong>Detroit</strong>-area elderly, disabled and<br />
low-income riders, employment and employment-related activities for welfare recipients,<br />
and to transport residents <strong>of</strong> urbanized areas and non-urbanized areas to suburban<br />
employment opportunities, consistent with DDOT’s coordinated services plan.<br />
SR - 3
All matters relating to this procurement and its requirements must be addressed directly<br />
and only to: Regina Coleman, Contract Administrator, Purchasing, at the <strong>Detroit</strong><br />
Department <strong>of</strong> Transportation, Financial Business Services Division, Room 201, 1301<br />
East Warren, <strong>Detroit</strong>, Michigan 48207-1099; telephone no. (313) 833-0262 and Facsimile<br />
no. (313) 833-5339.<br />
3.5 Scope <strong>of</strong> Services<br />
It is the intent <strong>of</strong> this Scope <strong>of</strong> Services to describe DDOT’s requirements and<br />
specifications, for organizations that provide transportation services for eligible riders<br />
including elderly, disabled, and lower-income riders, for employment and employment<br />
related activities, for welfare recipients and to transport residents <strong>of</strong> urbanized areas and<br />
non-urbanized areas to suburban employment opportunities.<br />
In the provision <strong>of</strong> these services, contractors will be extended the opportunity to use<br />
passenger vans and vans with wheel chair lifts provided by DDOT. Any such vehicles<br />
may only be used for the services to be provided under this contract. . If a Contractor<br />
elects to used DDOT-owned vehicles , DDOT shall assign its vehicles to the Contractor<br />
under a Vehicle Lease Agreement. All vehicle assignments shall be temporary, since<br />
DDOT will maintain ownership <strong>of</strong> all such items throughout the term <strong>of</strong> the Contract.<br />
Assigned vehicles shall be used for only the purposes defined in the Vehicle Lease<br />
Agreement. The Contractor shall pay DDOT a one-time security deposit <strong>of</strong> $1,500 for<br />
each vehicle.<br />
Proposers are to indicate in their proposals the type and number <strong>of</strong> vehicles requested.<br />
Proposers are advised that the DDOT vehicle acquisition process may take a number <strong>of</strong><br />
months, and that requested vehicles will not be available immediately upon contract<br />
award. At the time vehicles become available, Contractors will be notified. There will be<br />
no charge to the Contractors for use <strong>of</strong> the vehicles, however, Contractors will be<br />
required to provide insurance for the DDOT vehicles as required under the contract, and<br />
to submit pro<strong>of</strong> <strong>of</strong> insurance to DDOT with their executed vehicle Lease Agreement.<br />
Contractors will also be required to maintain the vehicles as required in the Lease<br />
Agreement. DDOT anticipates that all Contractors using DDOT vehicles will be paid an<br />
adjusted per trip fee, as described in Section 3.7.2.<br />
DDOT will provide the draft Lease Agreement by addendum.<br />
3.5.1 General Description <strong>of</strong> Scope <strong>of</strong> Services<br />
DDOT requires the Contractor to provide transportation services for eligible riders. The<br />
Contractor shall provide all services required in support <strong>of</strong> transporting individuals to<br />
designated destinations (hereinafter, the “Services”). All services provided by the<br />
Contractor must meet Federal Transit Administration (“FTA”) requirements. Payment<br />
shall be made on a per-trip basis for all trips completed successfully. Disbursement is<br />
based on the Contractor’s ability to perform the services properly.<br />
DDOT will be responsible for overseeing all aspects <strong>of</strong> the Services, which shall include<br />
vehicle/equipment inspections; ensuring compliance with local, state and federal<br />
requirements; reconciling and benchmarking service quality; implementing the corrective<br />
actions that improve poor performance; and paying the Contractor on a per-trip basis for<br />
services rendered.<br />
SR - 4
The Contractor shall provide transportation services for individuals meeting the eligibility<br />
requirements <strong>of</strong> the JARC and New Freedom programs. The Contractor will be<br />
responsible for promoting and providing information about the transportation services<br />
provided under this contract to the public. The Contractor is responsible for identifying<br />
and completing eligibility verifications for its customers. The Contractor shall provide<br />
transportation services for individuals meeting the requirements <strong>of</strong> the JARC and New<br />
Freedom programs. For each trip, the Contractor shall arrive at the trip’s origin address<br />
and shall transport clients to their selected destinations. The Contractor drivers shall also<br />
collect trip information on his/her Driver’s Trip Log, and then review each log for errors<br />
and completeness. DDOT has the right to review and reconcile (if necessary) these logs.<br />
Payment is contingent upon DDOT’s confirmation that all invoiced in the trip logs have<br />
been completed in accordance with the contract requirements. The Contractor shall meet<br />
all requirements described in this Scope <strong>of</strong> Services, including, but not limited to, safety,<br />
fares, on-time performance, reporting, billing, insurance coverage, any appropriate<br />
licensing, and other legal requirements.<br />
3.5.2 Detailed Scope <strong>of</strong> Services<br />
In addition to the duties and responsibilities detailed in this Scope <strong>of</strong> Services, the<br />
Contractor shall use its best efforts to assist DDOT in meeting its obligations to provide<br />
the highest quality and most efficient service to the public. Changes may be required by<br />
DDOT, from time to time, to meet these requirements or to refine the method <strong>of</strong><br />
operation. If any such changes will affect Contractor costs, they will be addressed<br />
through a contract amendment.<br />
The Contractor shall be responsible for all tasks (except those items specifically defined<br />
herein as DDOT responsibilities) including but not limited to:<br />
a) Contractor Responsibilities:<br />
• Operating vehicles that comply with required specifications;<br />
• Maintaining all vehicles in accordance with standards set forth herein;<br />
• Providing a two-way mobile communications system that meets service<br />
performance requirements detailed herein;<br />
• Providing an adequate number <strong>of</strong> qualified staff to handle all trips.<br />
• Hiring and ensuring training <strong>of</strong> staff in accordance with the standards set forth<br />
herein;<br />
• Providing on-the-road supervision to ensure that service is performed according<br />
to standards set forth herein;<br />
• Collecting the appropriate fares from riders;<br />
• Recording actual service information (arrival and drop-<strong>of</strong>f times, mileages,<br />
cancellations, no-shows, incidents, etc.)<br />
• Documenting same-day service issues and adding same day notes to the daily<br />
incident log.<br />
• Monitoring performance and insuring corrective action measures as needed.<br />
• Preparing and providing billings and service reports as required by DDOT.<br />
• (Optional) requesting vehicles from DDOT for operating DDOT approved elderly,<br />
disabled, or lower-income client transportation services.<br />
• Obtaining DDOT’s written consent before entering into any subcontract affecting<br />
the Services not identified in the proposal.<br />
SR - 5
• Ensuring that all data is accurately updated.<br />
• Initial training and periodic retraining <strong>of</strong> the Contractor’s staff on the Services’<br />
policies and procedures.<br />
• Assuring that drivers and mechanics must have appropriate chauffeurs’ or<br />
commercial drivers license (CDL) per the State <strong>of</strong> Michigan.<br />
• Ensuring service quality by promptly addressing customer comments and<br />
complaints.<br />
• Providing DDOT with daily Trip Requests identifying the passenger, their pick up<br />
and drop <strong>of</strong>f locations, and for JARC eligible passengers, the employment<br />
information required under Section 3.5.4 (b).<br />
• Providing DDOT personnel with daily monitoring records <strong>of</strong> no-shows, missed<br />
trips, late cancellations, and service incidents to determine and enforce any<br />
corrective actions, exclusions, reductions or suspensions from the Services.<br />
• Providing information regarding the services to the community.<br />
b) DDOT Responsibilities:<br />
• Establishing service policies and standards, and communicating these to the<br />
Contractor and riders.<br />
• Issuing Trip Numbers for all properly completed Trip Requests submitted by<br />
Contractor.<br />
• Overseeing records <strong>of</strong> no-shows, missed trips, late cancellations, and service<br />
incidents to determine and enforce any corrective actions, exclusions, reductions<br />
or suspensions from the Services.<br />
• Monitoring the Contractor’s performance and insuring corrective action measures<br />
as needed.<br />
• Assessing penalties for noncompliance.<br />
3.5.3 Service Overview<br />
This Contract defines the requirements that govern the Services and DDOT shall ensure<br />
that the Contractor complies with all requirements <strong>of</strong> this Contract. During the term <strong>of</strong> this<br />
Contract, DDOT and the FTA may change its rules, policies or regulations and such<br />
changes may require a change in the Services required under this contract. In such<br />
cases, the <strong>City</strong> shall notify the Contractor <strong>of</strong> the change and the Contractor shall comply<br />
with changes to the Services, as required by either DDOT or the FTA. If any such<br />
changes will affect Contractor costs, they will be addressed through a contract<br />
amendment. The following sections define the Services’ requirements.<br />
a) Days and Hours <strong>of</strong> Operation<br />
Services shall be operated at minimum during hours comparable to DDOT’s fixed route<br />
transit service. Contractors are encouraged to provide services outside <strong>of</strong> these hours to<br />
better serve their customers.<br />
b) Service Area<br />
To be eligible for these services, customers must be residents <strong>of</strong> DDOT’s fixed route<br />
service area, as shown on the shaded area <strong>of</strong> the map provided in Section IV. The<br />
SR - 6
Contractor may provide trips to destinations within Wayne, Oakland Macomb and<br />
Washtenaw Counties.<br />
c) Fare Structure & Collection<br />
DDOT will compensate Contractors on a per trip basis for all trips provided to eligible<br />
passengers in accordance with the requirements <strong>of</strong> the contract. The per trip fees are for<br />
the following trip classifications, and will be paid according to the agreed final fee<br />
schedule incorporated in the contract.<br />
Per Trip Fees to be Paid to Contractor<br />
Trip Classification Distance Amount Payable by DDOT<br />
Trip Type A Up to 10 miles Trip A fee<br />
Trip Type B 10‐20 miles Trip B fee<br />
Trip Type C Over 20 miles Trip B fee plus per mile fee<br />
The per trip fee is the exclusive method <strong>of</strong> payment under this contract. Instructions to<br />
Proposers on how to determine their proposed fees are provided in Section 3.7.2.<br />
Passenger Fares to Be Charged by Contractor<br />
DDOT will set the fare structure and notify the Contractor, in writing, <strong>of</strong> any fare changes<br />
and the effective date(s).<br />
The following is DDOT’s current fare structure, which includes fares for all elderly,<br />
disabled, and lower-income rider programs applicable to this RFP. The structure<br />
identifies the rider types, client and or PCA (Personal Care Assistant), DDOT’s JARC and<br />
New Freedom programs, and the fares which shall be collected for each client-type and<br />
companions.<br />
CLIENT OF THE PROGRAMS:<br />
FARE<br />
§ JARC $1.50<br />
§ New Freedom $2.50<br />
PCA OF THE AUTHORIZED RIDER: $0.00<br />
The Contractor shall collect the passenger fares as dictated by the Trip Manifest. The<br />
Contractor shall retain all fares collected as partial payment for the trips performed. For<br />
security purposes, the Contractor shall provide a secure method for collecting fares. The<br />
Contractor, and not DDOT, shall be responsible for lost, stolen or missing fares. The<br />
Contractor shall not be paid by DDOT for lost, stolen or missing fares. The Contractor<br />
shall collect all fares prior to moving the vehicle, as DDOT will not pay the Contractor for<br />
fares not paid by the client. All clients are required to board the vehicle with the exact<br />
fare(s), as drivers are not required to make change.<br />
The Contractor and its employees shall not solicit or accept tips, gifts or gratuities <strong>of</strong> any<br />
kind, no matter what the value. Any employee <strong>of</strong> the Contractor doing so shall be<br />
excluded from driving or otherwise participating in the Services.<br />
SR - 7
3.5.4 Operating Policies for Services<br />
a) Client Eligibility Policy:<br />
A client is a person qualified by the Contractor as an eligible rider. The Contractor is<br />
solely responsible for determining riders’ eligibility for the Services. The client eligibility<br />
requirements are provided in the definition section.<br />
b) Trip Assignment and Trip Log Policy<br />
A Trip Manifest and a Trip Log shall be developed by the Contractor, and the Contractor<br />
shall perform all trips according to the approved upon schedule between the passenger<br />
and Contractor. Contractor shall submit daily Trip Requests to DDOT in advance <strong>of</strong><br />
providing the transportation services identified on the Trip Request. The Trip Request<br />
shall include the follow information:<br />
• The client’s name<br />
• The client’s residential address, and pick up location<br />
• The trip destination<br />
• The client’s employer or prospective employer<br />
Contractors may combine a set <strong>of</strong> planned trips onto one Trip Request sheet. Last<br />
minute Trip Requests may be submitted throughout the day. When DDOT receives<br />
properly completed Trip Requests, it will issue individual Trip Numbers for each trip. The<br />
DDOT assigned Trip Numbers must be included with the trip information provided in the<br />
Contractors’ invoices to qualify the trips for payment. DDOT will establish the email or<br />
other processes for submitting Trip Requests and receiving Trip Numbers to selected<br />
Contractors at the time <strong>of</strong> contract award.<br />
All trip assignments are developed by the Contractor. For each scheduled trip, the<br />
manifest shall include the client’s name, scheduled pick-up or drop-<strong>of</strong>f window, address,<br />
any special rider or directional notes, any applicable appointment or desired drop-<strong>of</strong>f<br />
times, any mobility aids used by the client, and the fare(s) to be collected. The manifest<br />
shall also indicate whether the client qualifies under the JARC or New Freedom or both<br />
programs.<br />
Drivers shall maintain accurate Trip Logs for all trip performances. Each Trip Log shall<br />
contain the driver’s name and the vehicle used. Upon performing each trip assigned to<br />
them, drivers shall record the actual arrival time and location, departure time and<br />
location, and the mileage; and shall record no-shows, cancellations, transferred trips, and<br />
any other changes made to the schedule throughout the day. At the end <strong>of</strong> each<br />
workday, the Contractor’s drivers shall review his/her Driver’s Trip Log to confirm it is<br />
completed in its entirety, before signing and returning it to the Contractor.<br />
The on-time performance and accurate logging <strong>of</strong> trips performed is mandatory. Any<br />
employee <strong>of</strong> the Contractor who fails to do so shall be excluded from driving or otherwise<br />
participating in the Service.<br />
c) Trip Distribution and Coordination Policy<br />
The Contractor will assign trips to its drivers. The method used shall ensure that all<br />
information included on the manifest is accurately communicated to its drivers to record<br />
SR - 8
on their individual Driver’s Trip Logs. These methods may include, but are not limited to,<br />
calling out each trip request by radio communications to drivers providing service or by<br />
inputting each trip into scheduling s<strong>of</strong>tware that transmits the data to drivers through preowned<br />
mobile data devices.<br />
The Contractor shall make certain that trip information is accurately communicated to its<br />
staff. The Contractor shall be held accountable for any miscommunications that<br />
negatively affect the quality <strong>of</strong> service provided to DDOT’s riders.<br />
Under Federal transit law, as amended by SAFETEA–LU, DDOT is required to utilize a<br />
coordinated plan to maximize collective coverage by minimizing duplication <strong>of</strong> services<br />
provided under the Elderly Individuals and Individuals with Disabilities (Section 5310),<br />
Job Access and Reverse Commute (JARC, Section 5316), and New Freedom (Section<br />
5317) programs.<br />
If over the course <strong>of</strong> performance <strong>of</strong> transportation services under this contract, it<br />
becomes apparent to DDOT that different Contractors are regularly providing a<br />
duplication <strong>of</strong> services (transporting individuals to and/or from the same or similar<br />
locations at the same times), DDOT will work with both Contractors to determine if there<br />
is an equitable way to combine the duplicated trips. For example, if each Contractor had<br />
sufficient multi-passenger vans available, the combined trip(s) could be assigned to each<br />
<strong>of</strong> the two Contractors on a pre-set rotational basis - such as alternating the trip<br />
assignments between the two Contractors month-by-month.<br />
d) Dispatch Policy<br />
The Contractor shall provide an appropriate dispatch staff to manage the driver check-in<br />
and check-out processes, the assignment <strong>of</strong> vehicles and trips, and oversee the on-time<br />
performance <strong>of</strong> trips. All on-the-road service adjustments shall be communicated through<br />
these two groups; which include requests for client courtesy calls, no-show and missed<br />
trip confirmations, advance and late trips cancellations, etc.<br />
The completion <strong>of</strong> trips shall be confirmed as “performed” or “not performed” by the<br />
Contractor’s Dispatch Center. The Contractor’s dispatch staff shall also keep a daily<br />
incident log in which unusual or extenuating circumstances beyond the driver’s control<br />
that effect trip performance are recorded. The daily incident log shall contain, at<br />
minimum, the date, client ID number, scheduled time periods, and a description <strong>of</strong><br />
unusual or extenuating circumstances related to that trip.<br />
If the Contractor is unable to perform an assigned trip, the Contractor shall notify DDOT<br />
within thirty (30) minutes. Frequent missed trip assignments shall cause DDOT to<br />
evaluate the Contractor’s noncompliance with contractual obligations. Each incident that<br />
negatively affects the Contractor’s overall performance may result in the Contractor’s<br />
removal from the Services.<br />
e) Trip Performance Policy<br />
The Contractor’s staff shall act with courteousness, pr<strong>of</strong>essionalism, and with special<br />
sensitivity for all riders.<br />
SR - 9
Riders shall be advised by the Contractor to be prepared and at the requested location at<br />
the start <strong>of</strong> their scheduled pick-up time.<br />
Contractors are encouraged to effectively combine eligible client trips (especially for<br />
longer trips) when possible. However, clients served under this contract may not be<br />
subjected to unreasonably long travel and wait times. Accordingly, the Contractor may<br />
combine client trips, as long as 1) all pickup and drop <strong>of</strong>f locations are within 1 mile <strong>of</strong><br />
each other, and 2) all pickups occur within 30 minutes <strong>of</strong> each other, and all drop-<strong>of</strong>fs<br />
occur within 30 minutes <strong>of</strong> each other. Contractors may not combine non-eligible<br />
passenger trips that they would perform outside <strong>of</strong> the scope <strong>of</strong> services <strong>of</strong> this contract<br />
with JARC or New Freedom funded trips.<br />
Timeliness <strong>of</strong> service is important, drivers are to reliably arrive at all assigned pick-up<br />
locations within a +/- 10 minute period before/after the scheduled pick-up time. Early<br />
pick-up arrivals are to be avoided so that clients are not rushed to leave before their<br />
planned pick-up times. Late pick-ups and late drop <strong>of</strong>fs are to be avoided because many<br />
<strong>of</strong> the trips provided under this contract may be time-sensitive for the clients, for example,<br />
being on time for doctor’s appointments or employment shift times.<br />
If a Contractor determines in advance that they will not have sufficient staff or vehicles<br />
available to provide a specific scheduled trip, it should contact DDOT immediately to<br />
request assistance in re-assigning the trip to another Contractor. However, Contractors<br />
are fully responsible for completing the trips they have committed to provide to their<br />
clients, and DDOT is not responsible for providing or coordinating replacement service.<br />
Contractors who fail to successfully complete trips they have committed to provide to<br />
their clients (whether through using their own staff and vehicles, or arranging for<br />
acceptable substitute service) will be subject to the performance penalties provisions in<br />
Section 3.5.11.<br />
f) Mobility Aid Securement and Use <strong>of</strong> Seat Belts Policy<br />
All passengers shall be required to wear the provided securement device. Each<br />
passenger seating area shall be equipped with a seat belt and each wheelchair<br />
securement position shall be equipped with a securement device that meets ADA<br />
standards, and a seat belt and shoulder harness. All mobility aids located in the<br />
wheelchair securement area shall be secured using the provided system.<br />
Riders who use wheelchairs shall be <strong>of</strong>fered the use <strong>of</strong> the shoulder harness, but shall<br />
have the right to refuse its use. Riders who use three-wheeled scooters shall be strongly<br />
encouraged to transfer to a passenger seat. Scooter users shall be permitted to remain<br />
in the scooter, but drivers shall notify dispatchers about the refusal to transfer to a seat.<br />
If a passenger refuses to be secured while transported, the driver shall inform the<br />
passenger <strong>of</strong> the potential risk <strong>of</strong> doing so, and shall ask that the passenger signs a<br />
disclaimer to relieve the Contractor and/or DDOT from any liability that might result from<br />
the refusal to be secured. The driver shall immediately report his/her passenger’s refusal<br />
to the Contractor’s Dispatch to ensure the incident is properly logged on the daily incident<br />
log and driver’s trip log.<br />
g) Service Interruptions Policy<br />
In the event <strong>of</strong> service difficulties, including, but not limited to, inclement weather or<br />
vehicle failures, which result in an interruption <strong>of</strong> service, the Contractor shall,<br />
SR - 10
immediately upon notification by the driver or otherwise, define a plan for continuing<br />
service at the earliest possible time to ensure riders are safely transported to their<br />
destinations in a timely manner.<br />
For in-progress trips, the Contractor must be able to dispatch and have a replacement<br />
vehicle underway within 30 minutes <strong>of</strong> notification from the driver that there has been a<br />
vehicle failure. For scheduled trips where the originally assigned vehicle is not available<br />
due to vehicle failure, the Contractor must be able to dispatch a replacement vehicle so<br />
that the passenger is picked up no later than 30 minutes after their originally scheduled<br />
pick-up time.<br />
The Contractor is responsible for obtaining all notifications <strong>of</strong> construction work on their<br />
route that would impede their ability to service the client on time. Please see website<br />
www.michigan.gov/mdot or www.twitter.com/mdot_metrodet for details for all construction<br />
projects.<br />
All accidents or incidents associated with the Services (regardless <strong>of</strong> the severity or<br />
location) shall be reported to DDOT within twelve (12) hours <strong>of</strong> occurrence. Accidents<br />
involving any injuries are to be reported to DDOT within two (2) hours. The initial report<br />
shall be made by telephone. Written reports shall follow within five (5) working days. A<br />
police report shall be filed immediately by the Contractor for any accident involving<br />
DDOT’s or the Contractor’s vehicles. The Contractor shall obtain a copy <strong>of</strong> any police<br />
report pertaining to the Services provided on behalf <strong>of</strong> DDOT and provide the report to<br />
DDOT.<br />
3.5.5 Requirements for Contractor’s Personnel Policies with Respect to the Services<br />
The Contractor shall have personnel policies in effect during the term <strong>of</strong> the Contract that<br />
comply with all <strong>City</strong>, State and Federal laws pertaining to JARC and New Freedom<br />
programs.<br />
The Contractor shall have established standards for recruitment and hiring <strong>of</strong> staff to<br />
perform DDOT-funded Services. These standards shall be submitted in detail to DDOT<br />
for approval. DDOT retains the right to review the Contractor’s personnel policies and the<br />
list <strong>of</strong> personnel assigned to the Services. Proposed changes in key personnel<br />
incumbents and/or job duties shall be subject to review and approval by DDOT.<br />
The Contractor shall provide the necessary management and administrative personnel<br />
whose expertise shall ensure trips are performed efficiently.<br />
The Contractor shall be solely responsible for the provision <strong>of</strong>, and satisfactory work<br />
performed by, all its employees. A criminal background check shall be performed by all<br />
Contractors for each job applicant to determine whether the individual is suitable for the<br />
job in which he/she might be employed. The Contractor shall pay all employee and/or<br />
subcontractor wages and benefits, without any additional expense to DDOT. The<br />
Contractor shall comply with the requirements <strong>of</strong> employee liability, Worker’s<br />
Compensation, employment insurance, Social Security, drug and alcohol testing and all<br />
other applicable local, state and federal laws. DDOT shall have the right to demand<br />
removal from the Services, for reasonable cause, any personnel furnished by the<br />
Contractor.<br />
SR - 11
The Contractor shall ensure that all personnel <strong>of</strong> any subcontractor meets the<br />
requirements identified in sections 3.5.5 through 3.5.11.<br />
DDOT recognizes that a high-quality operation begins with key personnel; therefore, the<br />
Contractor’s minimum staffing requirements are described below.<br />
a) Management Staff Requirements<br />
The Contractor shall identify a primary management staff member as the point <strong>of</strong> contact<br />
for communication with DDOT’s management. This individual shall have a thorough<br />
understanding <strong>of</strong> the terms and conditions <strong>of</strong> the Contract, as well as all <strong>of</strong> the<br />
Contractor’s service operations.<br />
The contact information shall be submitted to DDOT within five (5) days <strong>of</strong> contract<br />
award.<br />
b) Driver’s Staff Requirements<br />
The Contractor shall ensure that its drivers have accomplished the following before they<br />
perform the Services:<br />
• Undergone DDOT’s driver qualifications process, which includes driver’s license<br />
verifications, criminal background checks, and drug and alcohol violation<br />
screening.<br />
• Are properly licensed in the State <strong>of</strong> Michigan to provide these types <strong>of</strong> services,<br />
and possess a chauffer’s license; unless operating a vehicle weighing more than<br />
26,000 pounds or originally designed to carry 16 passengers or more (including<br />
the driver), when drivers must possess a valid commercial driver’s license (CDL)<br />
with a PB endorsement;<br />
• Are at least 21 years <strong>of</strong> age;<br />
• Have been a licensed driver for a minimum <strong>of</strong> three (3) years;<br />
• Are able to speak and understand English pr<strong>of</strong>iciently; a second language skill in<br />
Spanish or Arabic would be helpful;<br />
• Possess a safe-driving record as evidenced by:<br />
1. No more than two moving violations during each <strong>of</strong> the last three (3) years<br />
prior to application to provide these Services; and,<br />
2. Having three (3) full subsequent years with no violations, if license has ever<br />
been revoked.<br />
Under no condition shall an applicant be accepted as a driver for this service if he/she<br />
has been convicted <strong>of</strong> a drug or alcohol <strong>of</strong>fense within the past five (5) years. Drivers<br />
shall also be subject to any applicable federal, state, or local mandatory drug testing<br />
requirements.<br />
SR - 12
c) Quality Assurance and QA Representative Requirements<br />
The Contractor shall have a sufficient number <strong>of</strong> road supervisors, one <strong>of</strong> whom shall be<br />
designated by the Contractor on a daily basis as the primary point <strong>of</strong> contact for roadrelated<br />
quality assurance issues and to work directly with DDOT’s operational staff to<br />
ensure quality Services.<br />
The Contractor shall also designate an individual who shall be the lead quality assurance<br />
representative for all on-going quality assurance issues. This individual shall have<br />
extensive knowledge in on-the-road service management and shall satisfy the driver and<br />
dispatch requirements specified in section 3.5.4 part d. A minimum <strong>of</strong> one (1) year’s<br />
experience as a driver and dispatcher, in similar services, is required to fulfill this role.<br />
The Contractor training programs shall be available to DDOT upon its request.<br />
3.5.6 Management, Administrative and Personnel Requirements with Respect to the Services<br />
When providing transportations services, the Contractor and its staff are required to<br />
perform as described below:<br />
a) Pr<strong>of</strong>essionalism Requirements<br />
The Contractor, its drivers, and other staff shall each maintain a pleasant, courteous, and<br />
pr<strong>of</strong>essional demeanor, while performing Services. Rudeness or unpr<strong>of</strong>essional<br />
behaviors by anyone shall be considered unacceptable and may result in DDOT’s<br />
request for removal <strong>of</strong> the individual from the Services.<br />
Drivers are prohibited from using cell phones or texting while driving. However, drivers<br />
may use cell phones with hands free devices when driving, and may use cell phones<br />
once their vehicle is stationary, in the event <strong>of</strong> a vehicle failure or an emergency.<br />
b) Drivers’ Materials and Supplies Requirements<br />
The Contractor shall ensure that all staff remain in possession <strong>of</strong> required materials and<br />
supplies while performing Services.<br />
c) Feedback Requirements<br />
Since drivers are the first line out in the field, driver feedback about schedules, customer<br />
needs, vehicle maintenance and working conditions is imperative. The Contractor shall<br />
have on-going processes and procedures, including monthly driver meetings, to<br />
capitalize on driver feedback. DDOT shall be allowed to participate in these meetings.<br />
d) Staff Turnover Requirements<br />
The Contractor shall endeavor to minimize staffing turnovers and retain a high quality<br />
work force to perform the Services.<br />
e) Confidentiality Requirements<br />
Contractors may obtain confidential client information as part <strong>of</strong> their eligibility verification<br />
and trip scheduling processes. This may include information on their customers’ identity,<br />
residence locations, income and employment. All such information is to be treated as<br />
confidential and maintained in a secured location, such as a locked file cabinet.<br />
Contractor staff that will have access to this information are to be instructed on the<br />
importance <strong>of</strong> maintaining the confidentiality <strong>of</strong> the clients’ information, and the processes<br />
SR - 13
to be used to maintain the security <strong>of</strong> this information. In no event are Contractors<br />
permitted to request client information not required under this contract, such as their<br />
social security numbers, bank account information or credit card information.<br />
The Contractor and its staff shall comply with, and assure the compliance <strong>of</strong> its<br />
employees with, the information disclosure restrictions and other applicable requirements<br />
<strong>of</strong> the Privacy Act <strong>of</strong> 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees<br />
to provide the information to DDOT or the Federal Government in order to obtain the<br />
express consent <strong>of</strong> the Federal Government before the Contractor or its employees<br />
operate a system <strong>of</strong> records on behalf <strong>of</strong> the Federal Government. The Contractor<br />
understands that the requirements <strong>of</strong> the Privacy Act, including the civil and criminal<br />
penalties for violation <strong>of</strong> that Act, apply to those individuals involved, and that failure to<br />
comply with the terms <strong>of</strong> the Privacy Act may result in termination <strong>of</strong> the underlying<br />
Contract.<br />
The Contractor shall also include these requirements in each subcontract to administer<br />
any system <strong>of</strong> records on behalf <strong>of</strong> the Federal Government financed in whole or in part<br />
with Federal assistance provided by FTA.<br />
f) Requirements for Exclusion <strong>of</strong> Staff with Negative Effects on Services<br />
Under the following circumstances, DDOT shall require the Contractor to exclude staff<br />
from performing the Services:<br />
• Safety-sensitive persons who incur driver’s license suspensions or drug and<br />
alcohol violations that warrant the individual’s immediate removal from the<br />
Services.<br />
• Occurrences <strong>of</strong> excessive complaints, rudeness, or other inappropriate behavior<br />
or appearance.<br />
• A habitual pattern <strong>of</strong> arriving late to service trip requests.<br />
• Three or more valid customer complaints within a rolling thirty (30)-day period. In<br />
such cases, the staff member shall be subject to a thirty (30) day suspension<br />
period, while DDOT evaluates whether the staff member is suitable to return to<br />
perform Services.<br />
• Multiple violations for failing to have a valid identification card and window plaque<br />
in his/her possession while performing the Services.<br />
If, for any <strong>of</strong> the above reasons or other reasons related to performance <strong>of</strong> the Services,<br />
the Contractor’s staff member is determined to be unsuitable for performing the Services,<br />
DDOT shall notify the Contractor in writing <strong>of</strong> one or more reasons that the staff member<br />
is considered unsuitable. In such notice, DDOT may require immediate removal <strong>of</strong> the<br />
unsuitable staff member from performing the Services. If DDOT does not require<br />
immediate removal <strong>of</strong> the unsuitable staff, within ten (10) days <strong>of</strong> receipt <strong>of</strong> such notice,<br />
the Contractor shall present DDOT with a plan for correcting the performance<br />
deficiencies within the following thirty-(30) day period. If DDOT either rejects either the<br />
plan or if the staff member’s performance deficiencies are not corrected to DDOT's<br />
satisfaction, within the 30-day corrective plan period, DDOT shall so notify the Contractor<br />
and the Contractor shall immediately remove the staff member from performing the<br />
Services.<br />
SR - 14
g) Requirements for Exclusion <strong>of</strong> Staff in Possession <strong>of</strong> Firearms and Weapons<br />
When working on the Services, the Contractor and its staff may not have firearms or<br />
other weapons in their possession or in vehicles operated in the Services. Any employee<br />
<strong>of</strong> the Contractor found in violation <strong>of</strong> this requirement shall be immediately excluded<br />
from participating in the Services.<br />
3.5.7 Drug and Alcohol Policy and Testing Program<br />
Federal Transit Administration (FTA) regulations, “Prevention <strong>of</strong> Alcohol Misuse and<br />
Prohibited Drug Use in Transit Operations” (CFR Part 655 as amended) and “Procedures<br />
for Transportation Workplace Drug and Alcohol Testing Programs” (49 CFR Part 40),<br />
require the establishment and implementation <strong>of</strong> an alcohol misuse and anti-drug<br />
program. Please complete form C-1 in proposal in section VI <strong>of</strong> this RFP.<br />
3.5.8 Contractor’s Qualification Requirements<br />
The Contractor’s failure to obtain the proper clearances, qualifications, and insurances<br />
shall cause it to be considered non-awardable for a Contract.<br />
3.5.9 Vehicle Requirements<br />
a) In-Service Vehicles<br />
The Contractors must be capable <strong>of</strong> performing the majority <strong>of</strong> the services outlined in<br />
this RFP for operating elderly, disabled, or lower-income related services with their own<br />
employees, vehicles and facilities. In all cases, the Contractors shall ensure that its<br />
service vehicles meet all Federal Motor Vehicle Safety Standards (FMVSS), federal and<br />
State <strong>of</strong> Michigan vehicle design standards, ADA design standards, and other applicable<br />
industry standards.<br />
The Contractor shall equip all vehicles with fire extinguishers, and 10-person minimum<br />
first aid kits that shall include, but not be limited to: a variety <strong>of</strong> plastic, gauze and fabric<br />
bandages; dressing pads, triangular sling bandage, antiseptic cleansing wipes, first<br />
aid/burn cream, first aid tape, scissors, tweezers, exam gloves suitable for handling<br />
exposure to blood and other bodily fluids and a first aid guide regulation.<br />
The Contractor shall equip each vehicle with placard that contains the driver’s name and<br />
DDOT’s telephone number for purposes <strong>of</strong> comments or complaints by riders. This<br />
placard must be affixed to the interior <strong>of</strong> each vehicle in plain sight <strong>of</strong> the client(s) while<br />
the vehicle is performing a trip under the Contract.<br />
b) Contractor-Owned Vehicles Operated in Services<br />
Prior to operating a vehicle in DDOT–funded Services, the Contractor shall register it with<br />
DDOT by completing and submitting one (1) original DDOT Vehicle Registration form for<br />
each vehicle to be used in Services. The Contractor shall attach to each DDOT<br />
registration form: the vehicle’s State <strong>of</strong> Michigan registration and its pro<strong>of</strong> <strong>of</strong> insurance<br />
certificate, as required under Article 10.01 <strong>of</strong> this Contract. In addition, the Contract shall<br />
provide all permits and Certificates <strong>of</strong> Authority required to transport passengers within<br />
SR - 15
Michigan, as required by the State <strong>of</strong> Michigan’s Act 432 <strong>of</strong> 1982 (the Motor Bus<br />
Transportation Act) and Act 271 <strong>of</strong> 1990 (the Limousine Transportation Act).<br />
The Michigan Department <strong>of</strong> Transportation (MDOT) issues Certificates <strong>of</strong> Authorities to<br />
carriers who meet safety and insurance requirements <strong>of</strong> the law during the annual vehicle<br />
safety inspection. The Contractor shall confirm its compliance with DDOT annually, by<br />
submitting its updated Certificates <strong>of</strong> Authority. The Contractor’s failure to comply with<br />
these requirements shall cause its exclusion from Services until compliance is met to<br />
DDOT’s satisfaction or termination <strong>of</strong> the Contract.<br />
The Contractor shall be responsible for conducting all maintenance, repair, and warranty<br />
work on Contractor-Owned vehicles and the administration <strong>of</strong> all paperwork with the<br />
dealer, manufacturer or other authorized vehicle facility.<br />
c) Vehicle Cleanliness Requirements<br />
Vehicles used in the Services shall be clean and free <strong>of</strong> dirt and litter. Drivers and<br />
passengers shall not eat, drink, or smoke in any vehicle used in the Services (except<br />
passengers specifically authorized by DDOT for reasons related to their disability). The<br />
vehicle’s exterior shall remain clean and free <strong>of</strong> dirt or grime while performing the<br />
Services. Vehicles shall be cleaned daily, with a thorough cleaning and scrubbing <strong>of</strong> the<br />
full interior at least once per month.<br />
DDOT requires the Contractor to perform a vehicle cleaning process that guarantees the<br />
following for each vehicle used in the Services:<br />
1. Interior/exterior windows free <strong>of</strong> dust, fingerprints and head prints.<br />
2. Dust-free seats, dashboards, wheel wells, rails, ledges, etc.<br />
3. Interior areas free <strong>of</strong> dirt paper, gum, debris, liquid spills, graffiti, damage, etc.<br />
4. Exterior areas free <strong>of</strong> damages, dirt, grime, graffiti, salt residue, etc.<br />
d) Maintenance Requirements<br />
The Contractor shall be responsible for all vehicle maintenance. The Contractor shall<br />
maintain vehicles in such a way as to, at all times, protect the safety <strong>of</strong> riders and ensure<br />
the most reliable service possible. All maintenance and repairs <strong>of</strong> vehicles shall be in<br />
accordance with the manufacturer’s specified standards, whether performed by the<br />
Contractor or subcontractors. Maintenance shall be done at times that shall ensure that<br />
vehicles qualified for the Services are available for use in Services. It is not the intent <strong>of</strong><br />
this requirement to preclude necessary maintenance during normal hours; it is only to<br />
ensure that the maximum number <strong>of</strong> vehicles shall be available for service during the<br />
service day.<br />
The Contractor shall comply with all OSHA regulations. The Contractor shall dispose <strong>of</strong><br />
any hazardous waste generated by its operation in compliance with all E.P.A. and State<br />
<strong>of</strong> Michigan regulations. The Contractor shall comply with all State Storm Water Run<strong>of</strong>f<br />
Act requirements under the Federal Clean Water Run<strong>of</strong>f Act. The Contractor shall ensure<br />
that all mechanical parts and material meet or exceed O.E.M. specifications.<br />
DDOT, or its designee, may inspect the vehicles at any time, unannounced and<br />
announced, either at the Contractor's location or while the vehicle is in service. If, in the<br />
SR - 16
opinion <strong>of</strong> DDOT, a vehicle does not meet DDOT safety standards, has failed to be<br />
maintained or inspected in accordance with the manufacturer’s specified standards, it<br />
may be "red tagged." A vehicle that has been "red tagged" shall not go into Services<br />
and/or shall be immediately removed from the Services. A "red tagged" vehicle shall not<br />
be released for service until such time as the problems associated with it have been<br />
rectified by the Contractor and verified by DDOT. At no time may vehicles be placed into<br />
service in unsafe condition, or with broken or cracked windows, non-functional major<br />
systems, such as heating, air conditioning or lighting, major leaks or smoking exhaust, or<br />
loose or dragging components.<br />
e) Preventive Maintenance Requirements<br />
Preventive maintenance shall be performed or obtained by the Contractor in accordance<br />
with manufacturer recommendations for all vehicles and after-factory systems and<br />
subsystems. A comprehensive preventive maintenance program shall be established that<br />
ensures compliance with all manufacturer’s recommendations, but which, at a minimum,<br />
ensures that a complete preventive maintenance inspection (PMI) shall be performed on<br />
each vehicle at no more than 6,000 mile intervals. The 6,000 mile window shall not be<br />
exceeded. The Contractor shall establish a window <strong>of</strong> 1,000 miles prior to the 6,000 mile<br />
limit to ensure the interval is not exceeded (not less than 5,000 or more than 6,000 miles<br />
between PMIs).<br />
Preventive maintenance reports shall be kept in the individual vehicle file as reference for<br />
future PMIs. PMI reports are subject to change by DDOT when necessary.<br />
A vehicle shall not be placed in the Services if it has traveled more than 6,000 miles since<br />
the last Preventive Maintenance Inspection. If a vehicle has not met preventive<br />
maintenance standards, it shall be removed from the Services, resulting in a reduction in<br />
the number <strong>of</strong> trips assigned to the Contractor.<br />
The Contractor shall use quality materials when doing any repairs to the vehicles. The<br />
lubricants used shall meet or exceed the manufacturers’ standards.<br />
f) Vehicle Inspection Requirements<br />
The Contractor shall ensure that all vehicles are inspected in accordance with State <strong>of</strong><br />
Michigan and federal DOT requirements.<br />
g) Fuel, oil and other lubricants and fluids Requirements<br />
The Contractor shall be solely responsible for providing all fuel, oil, and other lubricants<br />
and fluids used while providing the Services.<br />
3.5.10 Communication Equipment & S<strong>of</strong>tware Requirements<br />
a) Dedicated Email Accounts and Contact Lists Requirements<br />
The Contractor shall provide DDOT with email addresses for the Contractor’s staff<br />
member who will be responsible for communicating effectively and receiving essential<br />
reports and other documentation. At least one (1) alternate email address shall be given<br />
for each, in case there are problems with sending to the primary address.<br />
SR - 17
) Two-Way Mobile Radio System Requirements<br />
The Contractor shall provide a two-way radio communications system capable <strong>of</strong><br />
maintaining reliable communication with all vehicles/drivers in the Services. The radio<br />
system shall be designed to have a minimum 95/95 performance (95% coverage 95% <strong>of</strong><br />
the time). Results <strong>of</strong> an acceptance test documenting the system’s performance shall be<br />
provided to DDOT following installation <strong>of</strong> the system.<br />
3.5.11 Performance Requirements with Resulting Performance Penalties or Service Exclusions<br />
a) The Contractor’s quality <strong>of</strong> service, as reflected in the eight (8) performance<br />
requirements detailed in this Section is very important. Therefore, the Contractor shall<br />
meet all stated performance requirements, as its failure to do so shall result an<br />
assessment <strong>of</strong> penalties against the Contractor; and may also require the implementation<br />
by the Contractor <strong>of</strong> corrective actions or termination <strong>of</strong> the Contract by DDOT.<br />
DDOT reserves the right to make unannounced visits to the Contractor’s facilities to<br />
inspect records, vehicles, and equipment relating to safety and quality <strong>of</strong> service. Such<br />
inspections shall include, but are not limited to, trip records, billing records, accident<br />
records, vehicle records, training procedures, employee training and performance<br />
records.<br />
The Contractor and DDOT agree that the amount <strong>of</strong> actual damages caused by the<br />
Contractor because <strong>of</strong> the failure to meet a specific performance requirement would be<br />
difficult to calculate precisely, but that the sums set forth in this section for each failure by<br />
the Contractor to meet a performance requirement represents a reasonable<br />
approximation <strong>of</strong> such damages. This provision is intended by the parties to compensate<br />
the <strong>City</strong> in the event <strong>of</strong> the Contractor's failure to meet a performance requirement, not to<br />
penalize the Contractor, and shall not be intended to bar the <strong>City</strong> from recovering actual,<br />
consequential damages or from seeking other legal or equitable remedies for other<br />
breaches <strong>of</strong> this Contract.<br />
When DDOT assesses performance penalties against the Contractor, DDOT shall reduce<br />
the amount paid for a future invoice by the amount <strong>of</strong> performance penalties. This<br />
assessment <strong>of</strong> performance penalties may occur for up to one (1) year after DDOT<br />
becomes aware <strong>of</strong> any failure by the Contractor to perform in accordance with this<br />
Section. If performance penalties are going to be assessed, DDOT shall notify the<br />
Contractor, in writing, <strong>of</strong> the Contractor’s specific failure to perform in accordance with<br />
this Section, before DDOT reduces the amount paid for an invoice.<br />
The performance requirements that the Contractor must meet or exceed are set forth<br />
below. The consequence(s) <strong>of</strong> the Contractor’s failure to meet each performance<br />
requirement are set forth under each performance requirement. This includes failed<br />
corrective actions or performance penalties.<br />
SR - 18
1. On-Time Performance Requirement<br />
DDOT’s goal is for 95% <strong>of</strong> all pick-ups to be on-time and 95% <strong>of</strong> all drop-<strong>of</strong>fs to be<br />
on-time.<br />
Consequence <strong>of</strong> Failure to Meet Accidents and Incidents Requirement<br />
Performance Penalties<br />
A Contractor’s failure to maintain the 95% on time standards for pick-ups and drop<strong>of</strong>fs<br />
for three (3) consecutive months shall cause DDOT to reduce the amounts owing<br />
to the Contractor by 5% for each <strong>of</strong> these months. If the Contractor continues to fail<br />
to maintain the 95% on time standards for pick-ups and drop-<strong>of</strong>fs for additional<br />
consecutive months immediately following the initial three months, DDOT will reduce<br />
the amounts owing to the Contractor by 10% for each <strong>of</strong> these additional months.<br />
2. Missed Trip Requirements<br />
All missed and Early/Late trip occurrences negatively affect the Contractor’s<br />
performance and shall be documented in the Contractor’s performance file.<br />
Missed Trip: Occurs when the Contractor fails to transport a client for one <strong>of</strong> the<br />
following reasons:<br />
a. Never Arrived: The Contractor never arrived at a scheduled pick-up address<br />
to transport the client;<br />
b. Late Arrivals: The Contractor arrived late to a scheduled pick-up address<br />
and the client was not present or refused the late trip; or<br />
c. Unauthorized No-Shows: The Contractor recorded unauthorized No-Show<br />
violations on a driver’s Trip Log, without first receiving DDOT’s approval to<br />
assess a No-Show violation against the client, and departed the pick-up<br />
location without the client.<br />
Early/Late, but Transported Trip: Occurs when the Contractor still transports a client<br />
even after one <strong>of</strong> the following has occurred:<br />
a. Early Arrivals: The Contractor arrived at the scheduled pick-up address<br />
sixteen (16) minutes, or more, before the start <strong>of</strong> a client’s pick-up window,<br />
and still transported the client;<br />
b. Late Arrivals: The Contractor arrived at the scheduled pick-up address<br />
sixteen (16) minutes, or more, after the end <strong>of</strong> a client’s pick-up window, and<br />
still transported the client; or<br />
c. Late Appointment Arrivals: The Contractor arrived at the scheduled drop-<strong>of</strong>f<br />
address sixteen (16) minutes, or more, after an identified appointment time,<br />
but still transported the client.<br />
Adequate documentation <strong>of</strong> circumstances outside <strong>of</strong> the Contractor’s control that<br />
caused the “Missed” and/or “Early/Late, but Transported” trip may be included in the<br />
Contractor’s Daily Incident Log, and could, at DDOT’s sole discretion, result in the<br />
determination that a trip was not missed or Early/Late. Situations outside the control<br />
<strong>of</strong> the Contractor may include extreme weather, extreme traffic delays, vehicle<br />
SR - 19
eakdown (unless it is determined that required preventive maintenance has not<br />
been performed on the vehicle involved), and vehicle accidents in which the<br />
Contractor was not to any extent at fault.<br />
Consequence <strong>of</strong> Failure to Missed and Early/Late, but Transported Trip<br />
Requirements<br />
Contractors invoices shall be reduced by the amount <strong>of</strong> two (2) per trip fees for each<br />
missed trip in a billing period and one (1) per trip fee for each Early/Late trip in a<br />
billing period. The fee classification used for these deduction shall be the appropriate<br />
per trip fee for the type <strong>of</strong> trip as originally scheduled.<br />
3. Driver’s Trip Log and Manifest Requirement<br />
The Contractor is expected to complete 100% <strong>of</strong> all information required for each trip<br />
on the manifests and on each driver’s Trip Log.<br />
Consequence <strong>of</strong> Failure to Meet Manifest and Drivers Trip Log Requirements<br />
Performance Penalties<br />
Performance penalties equal to the per-trip rate for a Type A trip designated by the<br />
Contractor shall be deducted from the Contractors invoice for each day that there are<br />
incomplete manifest entries. Performance penalties equal to the per-trip rate for a<br />
Type A trip designated by the Contractor shall be deducted for each day for each<br />
driver who has incomplete Trip Log entries. No more than 15 such deductions will be<br />
made by DDOT for a given month.<br />
4. Complaint Response Requirement<br />
The Contractor is expected to have not more than one (1) valid complaint for every<br />
1,000 one-way passenger-trips provided.<br />
Contractor must respond to customers issues and concerns with five (5) business<br />
days. Complaints received by DDOT may be forwarded to the Contractor for<br />
investigation. If forwarded, the Contractor shall thoroughly investigate the complaint<br />
and provide a detailed response <strong>of</strong> findings, along with proposed corrective actions,<br />
within five (5) business days <strong>of</strong> receipt.<br />
Consequence <strong>of</strong> Failure to Meet Complaint Response Requirement<br />
Performance Penalties<br />
The Contractor’s failure to respond with three (3) business days shall result in<br />
performance penalties equal to $50 per incident, per day, for every day beyond the<br />
first (3) days that the Contractor has to respond.<br />
5. Accidents and Incidents Requirement<br />
The Contractor is expected to have not more than one (1) preventable accident for<br />
every 100,000 vehicle-miles <strong>of</strong> service provided.<br />
All accidents or incidents associated with the Services (regardless <strong>of</strong> the severity or<br />
location) shall be reported to DDOT within twelve (12) hours <strong>of</strong> occurrence.<br />
Accidents involving any injuries are to be reported to DDOT within two (2) hours. The<br />
SR - 20
initial report shall be made by telephone. Written reports shall follow within five (5)<br />
working days. A police report shall be filed immediately by the Contractor for any<br />
accident involving DDOT’s or the Contractor’s vehicles. The Contractor shall obtain a<br />
copy <strong>of</strong> any police report pertaining to the Services provided on behalf <strong>of</strong> DDOT and<br />
provide the report to DDOT.<br />
Consequence <strong>of</strong> Failure to Meet Accidents and Incidents Requirement<br />
Performance Penalties<br />
If the Contractor fails to report an accident or incident to DDOT within the required<br />
period identified above, the Contractor may be charged $500.00 per occurrence, per<br />
day, that the report is late for accidents/incidents that did not involve passenger injury<br />
and $5,000.00 per accident/incident, per day, for occurrences that did involve a<br />
passenger injury. After 3 days <strong>of</strong> failure to report, the contract is subject to<br />
termination.<br />
6. Staff’s Qualification Requirement<br />
The Contractor is expected to have not more than four (4) staff qualification violations<br />
within a twelve (12) month period.<br />
The Contractor shall ensure that its staff has met all qualifications set forth in this<br />
Scope <strong>of</strong> Services. Qualifications include, but are not limited to, undergoing the<br />
appropriate training, being in consistent possession <strong>of</strong> all DDOT issued identification<br />
cards and plaques, complying with drug, alcohol and drivers’ licensing requirements,<br />
etc.<br />
Consequence <strong>of</strong> Failure to Meet Staff’s Qualification Requirement<br />
Performance Penalties<br />
The Contractor may be assessed $1,000.00 per staff, per day, commencing the day<br />
the driver was placed in the Services without the necessary qualifications, if an audit<br />
or inspection by DDOT, or an authorized agent, documents that an individual was in<br />
violation <strong>of</strong> the qualifications set forth in this Contract. Upon DDOT’s request, the<br />
individual shall be immediately removed from the Services and shall not be permitted<br />
to participate again until DDOT is satisfied that the individual is properly qualified<br />
and/or has been properly trained.<br />
7. Vehicle Maintenance Requirement<br />
The Contractor is expected to have not more than eight (8) improper vehicle<br />
maintenance violations within a twelve (12) month period.<br />
The Contractor shall ensure that vehicles used for the services to be provided under<br />
this contract are maintained in accordance with the contract requirements. Major<br />
body damage to vehicles shall be reported to DDOT immediately. Minor body<br />
damage shall be reported to DDOT within twelve (12) hours <strong>of</strong> occurrence. If a<br />
vehicle is in service with body damage, the Contractor shall provide pro<strong>of</strong> that there<br />
is a reason the vehicle could not be immediately repaired. DDOT may order that a<br />
vehicle be immediately removed from the Services, if it fails to meet any <strong>of</strong> the<br />
required standards.<br />
SR - 21
To facilitate customer service and improve vehicle life, vehicles shall remain clean<br />
and free from body damage (other than minor scratches). If vehicles are inspected<br />
by DDOT staff and found not in compliance with these requirements, written notice<br />
shall be served. If the Contractor does not bring its vehicles up to standard within 30<br />
days, the Contractor may be subject to liquidated damages.<br />
Consequence <strong>of</strong> Failure to Meet Vehicle Maintenance Requirement<br />
Performance Penalties<br />
Performance Penalties equal to $100.00 may be deducted from the Contractor’s<br />
invoice for each review by DDOT, or an authorized agent <strong>of</strong> DDOT, that finds<br />
vehicles not to have been maintained according to the requirements described herein<br />
or within the Vehicle Assignment Agreement (VAA). All such vehicles shall also be<br />
taken out <strong>of</strong> the Services until deficiencies have been corrected and DDOT approves<br />
the vehicle for Services.<br />
8. Uniform Dress and Appearance Requirement<br />
The Contractor is expected to have not more than twelve (12) uniform dress and<br />
appearance violations within a twelve (12) month period.<br />
The Contractor shall require a uniform, which conveys a pr<strong>of</strong>essional image, to be<br />
worn by all drivers when operating a vehicle in-service. The selected uniform shall<br />
be <strong>of</strong> like quality to those worn by DDOT’s drivers. For example, a uniform may<br />
consist <strong>of</strong> dark color trousers, light color shirt and a dark color outer garment.<br />
The Contractor shall see that drivers’ uniforms remain in good repair and do not<br />
appear old or worn out. Uniforms that are not in good repair shall be replaced at no<br />
additional cost to DDOT. DDOT may require all drivers to have new uniforms should<br />
appearances not meet the defined standard. Drivers shall follow the grooming and<br />
appearance standards listed below:<br />
• Uniforms shall be neat, clean and pressed, and in good condition and proper fitting.<br />
All shirts/blouses shall be tucked in and only the top button may be left unbuttoned;<br />
• Hair and beards shall be clean and neatly trimmed;<br />
• Black shoes or boots, leather or synthetic leather, s<strong>of</strong>t or hard sole, shall cover the<br />
foot completely and shall be in good repair, polished and cleaned;<br />
Consequence <strong>of</strong> Failure to Meet Uniform and Appearance Requirement<br />
Performance Penalties<br />
Performance Penalties equal to $25 per driver, per occurrence, shall be deducted from<br />
the Contractor’s invoice for each on-street inspection by DDOT, or an authorized agent <strong>of</strong><br />
DDOT, which documents that the driver is out <strong>of</strong> uniform or wearing dirty or damaged<br />
uniform. If three (3) occurrences occur for the same driver, within a six-month period,<br />
DDOT shall notify the Contractor and the driver shall be excluded from performing further<br />
trips.<br />
SR - 22
3.5.12 Performance Monitoring and Benchmarking<br />
On a monthly basis, DDOT shall evaluate each Contractor’s performance based on the<br />
requirements <strong>of</strong> Section 3.5.11.<br />
3.5.13 Data Collection and Reporting Requirements<br />
The Contractor shall provide reports as detailed by DDOT in this Contract. The<br />
Contractor shall also provide DDOT with additional information and with ad hoc reports<br />
requested by DDOT during the term <strong>of</strong> the Contract.<br />
At a minimum, the Contractor shall provide the following reports:<br />
a) Staffing Roster<br />
The Contractor shall maintain a current roster <strong>of</strong> the staff members qualified to perform<br />
the Services, which includes the individual’s name, date <strong>of</strong> birth, and valid driver’s license<br />
number. The Contractor’s updated roster shall be submitted to DDOT monthly and/or<br />
each time a staff member is added to or removed from the workforce assigned to perform<br />
DDOT’s Services. This list shall be used by DDOT for the on-street spot inspection <strong>of</strong><br />
drivers and to confirm compliance with other performance requirements. The name, date<br />
<strong>of</strong> birth, and valid driver’s license number <strong>of</strong> any new employee shall be reported to<br />
DDOT within two (2) weeks <strong>of</strong> starting employment.<br />
DDOT shall reconcile the Contractor’s roster with DDOT’s records to ensure that DDOT<br />
maintains up-to-date files on each <strong>of</strong> the Contractor’s staff members.<br />
b) Vehicle Roster<br />
The Contractor shall maintain a list <strong>of</strong> all vehicles registered with DDOT for use in the<br />
Services. This list shall include the following information about each vehicle: the make<br />
and model, date <strong>of</strong> manufacture, seating capacity, vehicle identification number (VIN),<br />
fleet number, and current mileage. On a monthly basis, DDOT shall reconcile this list<br />
with DDOT’s roster.<br />
The Contractor shall maintain a separate file for each DDOT registered vehicle, which<br />
shall include a complete maintenance and repair history, inspection and licensing<br />
information, and documentation <strong>of</strong> the same.<br />
c) Vehicle Maintenance Records<br />
The Contractor shall submit a monthly log <strong>of</strong> all repairs performed on the vehicles used<br />
for this Contract to DDOT, and must keep all supporting receipts for DDOT to review<br />
upon request.<br />
d) Bundled Driver’s Trip Logs<br />
The Contractor shall ensure that all drivers’ Trip Logs are collected for each day <strong>of</strong><br />
service. The Contractor shall also ensure that each log is completed in its entirety before<br />
bundling the day’s logs and attaching the daily incident log.<br />
SR - 23
e) National Transit Database Reporting (NTD)<br />
The Federal Transit Administration (FTA) requires DDOT to report annually specific<br />
operating, performance and vehicle data as a condition <strong>of</strong> federal funding. To comply with<br />
FTA requirements, the Contractor shall provide the information required, in a timely<br />
manner, for DDOT to complete the NTD reporting. DDOT shall notify the Contractor, in<br />
writing, <strong>of</strong> the required information and the due date for such information.<br />
f) Local, State, and Federal Reporting<br />
The Contractor shall maintain all operational records consistent with the FTA’s policies<br />
for record handling. Such records include trip manifest, driver’s trip logs, dispatch<br />
records, billing records, accident reports, and any other paper or magnetic records<br />
relating to the operation <strong>of</strong> the Services. These records shall be surrendered, on<br />
demand, and at no additional cost, to DDOT.<br />
g) Record Retention and Inspection<br />
The Contractor shall maintain all required operational and financial records, Including<br />
required reports, as well as original data collection forms (including completed driver’s trip<br />
logs, incident reports, accident reports, timesheets, etc.), for three (3) years after final<br />
payment and all other pending matters are closed.<br />
The <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, the Michigan Department <strong>of</strong> Transportation, the FTA or any <strong>of</strong> their<br />
duly authorized representatives, shall have access to any books, documents, papers and<br />
records <strong>of</strong> the Contractor, which are related to the Services.<br />
3.5.14 Service-Related Meetings<br />
Service-related status meetings shall be scheduled by DDOT as needed. The Contractor<br />
shall attend such meetings. DDOT anticipates monthly meetings shall be held for,<br />
among other topics, discussing current or potential service problems and proposed<br />
solutions. The Contractor shall also attend quarterly meetings <strong>of</strong> DDOT’s Local Advisory<br />
Council (LAC), as requested by DDOT. These meetings serve to maintain open and<br />
frequent communications between DDOT, the transit riders and the Contractor.<br />
Occasionally, additional meetings may be required, particularly during the beginning <strong>of</strong><br />
the Contract. Unless otherwise notified, a representative from the Contractor’s<br />
management, or another employee with decision-making authority, shall attend all<br />
meetings.<br />
3.6 Submission <strong>of</strong> Proposals<br />
Proposals, with a cover letter, must be submitted by the date and time specified in the<br />
RFP cover letter. The responsibility <strong>of</strong> proposal delivery is solely that <strong>of</strong> the Proposer,<br />
notwithstanding delays resulting from postal handling or any other reason.<br />
3.7 Content <strong>of</strong> Proposals<br />
Proposals should be prepared simply and economically, providing a straightforward,<br />
concise description <strong>of</strong> the Proposer's capabilities to satisfy the requirements <strong>of</strong> the RFP.<br />
Submission <strong>of</strong> technical literature, display charts, or other supplemental materials are the<br />
responsibility <strong>of</strong> and within the discretion <strong>of</strong> Proposers. DDOT shall not be liable for any<br />
expense incurred in the preparation <strong>of</strong> proposals.<br />
SR - 24
3.7.1 Technical Proposal<br />
A. History <strong>of</strong> Firm<br />
Provide a brief synopsis <strong>of</strong> the organization including when and where<br />
incorporated, major business activities, prior business activities, financial<br />
information and <strong>of</strong>ficers <strong>of</strong> the organization/firm.<br />
B. Work Approach<br />
Provide a detailed description <strong>of</strong> your technical plan for fulfilling the required<br />
objectives and tasks as outlined in this RFP.<br />
Include the following in this description:<br />
1. A statement <strong>of</strong> understanding <strong>of</strong> DDOT’s goals and the service requirements to<br />
which this RFP is addressed.<br />
2. A work plan for providing each function necessary to deliver the required<br />
services. Specific functions to be described include your firm’s approach to<br />
overall management, client eligibility validation and confidential information<br />
management, dispatching, scheduling, road supervision, and maintenance<br />
management. Other elements <strong>of</strong> the approaches and methods your firm uses<br />
to provide transportation services that you believe will enhance your ability to<br />
provide the services required under this contract should also be described.<br />
3. A description <strong>of</strong> the public outreach and marketing plan that your firm will use<br />
to inform potential clients <strong>of</strong> the service <strong>of</strong>ferings.<br />
4. A description <strong>of</strong> your firm’s approach to customer service.<br />
5. A description <strong>of</strong> your firm’s approach to safety as it applies to vehicle<br />
management, and driver training and management.<br />
6. Your expected interface with DDOT staff.<br />
7. Any anticipated problems with the work required under this RFP, and your<br />
proposed alternative solutions.<br />
C. Firm Capabilities<br />
1. Describe your vehicle fleet. Proposers are required to have a minimum <strong>of</strong> five<br />
(5) vehicles that will be capable <strong>of</strong> meeting all <strong>of</strong> the contract requirements in<br />
order qualify for a contract award under this RFP.<br />
2. Describe the facilities you use to manage and provide transportation services.<br />
3. Describe any equipment and or s<strong>of</strong>tware programs you use that you believe will<br />
enhance your ability to provide the required services.<br />
SR - 25
D. Experience <strong>of</strong> the Firm<br />
Indicate previous experience and responsibilities <strong>of</strong> the firm relevant to the<br />
objectives and tasks outlined in this RFP<br />
Please include the following information:<br />
1. Describe the firm’s experience providing transportation services; including the<br />
time the firm has been in the transportation business, the types <strong>of</strong> service<br />
provided, and other pertinent information that will help DDOT understand your<br />
firms’ capability to provide the required services<br />
2. Describe the firm’s experience providing services under federal or state<br />
programs.<br />
3. Describe your safety record.<br />
4. Describe your customer satisfaction record. This may include both individuals<br />
and government entities for which you have provided services.<br />
5. Provide the names and telephone numbers <strong>of</strong> three (3) references from firms<br />
that will confirm your proven ability to perform the Scope <strong>of</strong> Services outlined in<br />
this RFP.<br />
E. Experience <strong>of</strong> Personnel<br />
Indicate experience and responsibilities <strong>of</strong> all personnel to be assigned to provide<br />
the services required under this contract. Included should be the following:<br />
1. By functional classification, provide the names and titles <strong>of</strong> all personnel in<br />
the Staff tables included in the Transportation Providers Application form in<br />
Section IV.<br />
2. Provide resumes and any other information detailing the experience and<br />
qualifications <strong>of</strong> all management personnel to be assigned to this project.<br />
F. Additional lnformation and Comments<br />
Include any other information that is believed to be pertinent, but not specifically<br />
asked for elsewhere in this RFP.<br />
G. Proprietary Information<br />
DDOT recognizes that there may be elements <strong>of</strong> the technical information<br />
considered proprietary. The Proposer shall identify any specific information or<br />
design detail that is proprietary. Mark clearly and prominently each and every<br />
page or sheet <strong>of</strong> such materials with "PROPRIETARY" as it determines to be<br />
appropriate.<br />
DDOT will endeavor to protect such information and design details against<br />
unnecessary disclosure. Under no circumstances, however, will DDOT be<br />
responsible or liable to the Proposer or any other party for the disclosure <strong>of</strong> such<br />
labeled material.<br />
SR - 26
H. Page Limit<br />
Technical Proposal – shall be limited to no more than 100 single-sided or fifty<br />
(50) double-sided pages.<br />
I. Language Requirements<br />
3.7.2 Cost Proposal<br />
All language in the Proposal shall be in English (U.S. terminology). All<br />
documents, conferences, letters, faxes and technical information shall be<br />
prepared, conducted, or <strong>of</strong>fered solely in English. Dimensions on drawings must<br />
include U. S. units. It is not necessary to revise existing drawings to replace<br />
metric units with U. S. units. All critical data or text on drawings which will be<br />
relevant to the evaluation process must be translated into English. If a<br />
discrepancy exists between U. S. and metric units, the U. S. units shall govern.<br />
Each Proposer shall submit a cost proposal showing its proposed per trip rates for the<br />
following types <strong>of</strong> trips in Column 3:<br />
A. For vehicles owned by Proposer:<br />
1 2 3<br />
Trip Classification Distance Proposed Trip Fee:<br />
Trip Type A Up to 10 miles $ __<br />
Trip Type B 10-20 miles $ __<br />
Trip Type C Over 20 miles Trip B fee plus $__ per mile<br />
B. If Proposer elects to use vehicles provided by DDOT:<br />
1 2 3<br />
Trip Classification Distance Proposed Trip Fee:<br />
Trip Type A Up to 10 miles $ __<br />
Trip Type B 10-20 miles $ __<br />
Trip Type C Over 20 miles Trip B fee plus $__ per mile<br />
Because the per trip fees will be the exclusive method <strong>of</strong> payment under this contract,<br />
Proposers need to determine how to allocate their costs on a per-trip basis. The<br />
proposed per-trip fees should reflect both the direct costs <strong>of</strong> a trip (such as driver staff<br />
hourly pay, and the fuel required for the trip) and indirect costs and earnings (including<br />
costs such as management staff, vehicles, maintenance, and insurance). Proposers<br />
SR - 27
should take the fares to be collected from clients identified in Section 3.5.3 into account<br />
when determining their proposed per trip fees.<br />
Per Trip Fees for DDOT Owned Vehicles<br />
It is DDOT’s expectation that Proposers electing to use DDOT provided vehicles would<br />
be able to propose lower per trip fees for trips made using these vehicles, as there will be<br />
no costs charged to the Proposers for the acquisition and use <strong>of</strong> these vehicles.<br />
Per Trip Fees for Different Fleet Vehicles and Rider Types<br />
Proposers have the option <strong>of</strong> proposing one set <strong>of</strong> trip fees that will be applied across<br />
their full fleet <strong>of</strong> vehicles, or proposing the above per trip fees for each different type <strong>of</strong><br />
vehicles they will use in service. Proposers may also submit different proposed per trip<br />
fees for different types <strong>of</strong> riders, such as ambulatory and non-ambulatory. If a Proposer<br />
elects to propose different costs for different types <strong>of</strong> vehicles in its fleet and/or different<br />
types <strong>of</strong> riders, the tables above should be repeated in the cost proposal, with specific<br />
identification <strong>of</strong> the particular type <strong>of</strong> vehicle or rider the pricing in each table included in<br />
the proposal will apply to.<br />
Per Trip Fees for Option Years<br />
Proposers have the option <strong>of</strong> proposing one set <strong>of</strong> per trip fees that will apply during the<br />
maximum five year term allowed under this contract, as provided in Section 2.3, or<br />
proposing fees for the initial three year period, and different fees for option years four and<br />
five. If Proposers elect to propose different fees for years four and five, the per trip fees<br />
for the initial three year term shall be included in the proposal as described above. The<br />
fees for years four and five need to be shown in the cost proposal on per trip fee tables<br />
using the same format provided above, however, these tables need to be clearly<br />
identified in the cost proposal as being applicable only to years four and five, should<br />
DDOT elect to extend the contract beyond the initial 3-year period.<br />
Cost Proposal Evaluation<br />
The proposed per trip fees will be evaluated as described in Section 3.9.<br />
3.7.3. Proposal Submission<br />
Proposals shall be submitted with a cover letter in three parts:<br />
Part I - Technical Proposal<br />
Part 2 - Cost Proposal<br />
Part 3 - Proposer’s Forms<br />
The proposal shall designate a single representative with whom the <strong>City</strong> shall<br />
communicate regarding the proposal and contract negotiations, if any.<br />
An electronic copy, in either MS Word 2003 or Acrobat.pdf, and seven (7) hard copies <strong>of</strong><br />
the Technical Proposal and Cost Proposal shall be provided. One (1) original set and one<br />
(1) copy <strong>of</strong> all Proposer’s Forms and Clearance Requests Forms, identified in Section ‘VI’<br />
<strong>of</strong> this RFP shall be provided. Each Part shall be separately packaged and sealed. The<br />
SR - 28
documents in each Part <strong>of</strong> the proposal (other than the forms) should contain the<br />
proposing firm’s name or other identifying information in the header or footer.<br />
The Technical Proposal package shall be clearly marked "TECHNICAL PROPOSAL –<br />
PROJECT T-2782".<br />
The Cost Proposal package shall be clearly marked "COST PROPOSAL – PROJECT T-<br />
2782".<br />
The package <strong>of</strong> Proposer’s Forms shall be clearly marked "PROPOSER’S <strong>FOR</strong>MS –<br />
PROJECT T-2782".<br />
Any color materials included with the proposal shall be easily photocopied and clearly<br />
readable in black and white. All language used in the proposal and any exhibits shall be<br />
English (U.S. terminology).<br />
DDOT will not accept proposals by facsimile, e-mail or any other electronic means,<br />
except where specifically requested.<br />
The entire proposal shall be submitted in a sealed package and shall be clearly marked<br />
"PROPOSAL <strong>FOR</strong> PROJECT T-2782.<br />
The complete Proposal shall be submitted in accordance with the cover letter <strong>of</strong> this RFP.<br />
3.8 Evaluation <strong>of</strong> Proposals<br />
Overview<br />
An Evaluation Committee will be appointed by DDOT to participate in the review and<br />
evaluation <strong>of</strong> all submitted proposals. DDOT evaluation team members may also make<br />
site visits to Proposer’s facility. Proposals will first be reviewed on a pass/fail basis for<br />
responsiveness to the specifications and requirements <strong>of</strong> the RFP, including instructions<br />
governing submission and form. Any non-conforming or incomplete proposals will be<br />
disqualified unless DDOT determines, in its sole discretion, that non-compliance is not<br />
substantial or that an alternative proposed by the Proposer is acceptable.<br />
DDOT will then score all proposals that meet the initial pass criteria. DDOT will first<br />
evaluate the Proposers’ technical and cost proposals. The Proposers whose technical<br />
and cost proposal scores are within the competitive range established by DDOT for<br />
technical and cost proposals will be invited to participate in scored interviews.<br />
DDOT is not bound to award contracts to all firms scoring within the competitive range, it<br />
may be the case that DDOT determines that the combined capabilities <strong>of</strong> an undefined<br />
number <strong>of</strong> the highest scoring firms will be sufficient to provide the required services, and<br />
DDOT may determine that making awards to additional firms would unnecessarily add to<br />
DDOT’s administrative and management cost burdens.<br />
SR - 29
Evaluation Phases<br />
The evaluation will be conducted in five (5) phases:<br />
• Phase 1: Evaluation <strong>of</strong> Proposal Requirements<br />
Scoring Procedures and Description: Proposal Requirements Pass/Fail<br />
• Phase 2: Evaluation <strong>of</strong> Technical Proposals and Reference Checks<br />
Scoring Procedures and Description: Technical Proposal (50 Points<br />
maximum)<br />
• Phase 3: Evaluation <strong>of</strong> Cost Proposal (30 points maximum)<br />
• Phase 4: Interviews with Firm and proposed Key Management Staff <strong>of</strong><br />
Proposers whose Technical and Cost Proposal evaluation scores from<br />
Phase 2 and Phase 3 are within the competitive range established by DDOT.<br />
Scoring Procedures and Description: Firm and Key Management Staff<br />
Experience/Demonstrated Capabilities (20 points maximum)<br />
• Phase 5: Final Score Weighting and Recommendation to Award<br />
*Compilation <strong>of</strong> Evaluation Committee members evaluation<br />
*<strong>Detroit</strong> <strong>City</strong> Council Approval<br />
Phase 1: Proposal Requirements<br />
The purpose <strong>of</strong> this phase is to determine whether each proposal package is sufficiently<br />
responsive to the RFP to permit its complete evaluation.<br />
Proposals will be evaluated by the Evaluation Committee to determine if they comply with<br />
the instructions to Proposers listed within the RFP.<br />
Scoring Procedures and Description: Proposal Requirements Pass/Fail<br />
Proposals that have been determined by the Evaluation Committee to be sufficiently<br />
responsive to all criteria as detailed within the RFP proposal sections listed above will<br />
receive a “pass” score and will move onto Phase 2 scoring.<br />
Proposals receiving a “fail” score on any criterion may be rejected by the Evaluation<br />
Committee. The Evaluation Committee, however, reserves the right to request<br />
clarification or compliance from a Proposer receiving a “fail” score, and may adjust the<br />
pass/fail score based on subsequent explanatory information submitted by the Proposer.<br />
Proposers may only explain the content <strong>of</strong> their proposals, no new information or material<br />
may be provided by Proposers after the proposal due date.<br />
The following are examples <strong>of</strong> deficiencies in a proposal that the Evaluation Committee<br />
may determine to be material and to render the proposal a score <strong>of</strong> “fail”.<br />
• Fails to Satisfy Objectives The transportation service capabilities and <strong>of</strong>ferings<br />
presented in the proposal are not sufficient to satisfy the objectives <strong>of</strong> the RFP.<br />
• Material Deficiencies The proposal contains deficiencies that are so material as to<br />
preclude any possibility <strong>of</strong> correcting the proposal except through major modifications<br />
or revisions.<br />
SR - 30
• Addendum Not Acknowledged The Proposer fails to acknowledge receipt <strong>of</strong> an<br />
addendum to the RFP.<br />
Phase 2: Technical Proposals and References Checks<br />
The purpose <strong>of</strong> this phase is to measure the merits <strong>of</strong> the technical components <strong>of</strong> the<br />
proposal against the evaluation criteria.<br />
Evaluation Committee members will independently review each submitted Technical<br />
proposal and assign a score for each <strong>of</strong> the evaluation criteria.<br />
The other portion <strong>of</strong> this phase is to verify and substantiate the firm’s capabilities– in<br />
terms <strong>of</strong> the company as a whole as well as the qualifications and experience <strong>of</strong> the<br />
proposed key management staff.<br />
The evaluation <strong>of</strong> a Proposer’s past performance is a key evaluation factor <strong>of</strong> the<br />
Proposer’s ability to perform the Contract successfully.<br />
The Evaluation Committee’s approach in evaluating past performance will include<br />
contacting no less than three (3) references supplied by each Proposer as required and<br />
detailed within the RFP.<br />
Phase 3: Cost Proposal Evaluation<br />
The purpose <strong>of</strong> this phase is to evaluate the reasonableness <strong>of</strong> the Proposers’ per trip<br />
fees as they relate to the work approach, firm capabilities and other elements described<br />
in the Proposer’s Technical Proposal.<br />
Scoring Procedures and Description: Evaluation Committee members will<br />
independently score each Proposer’s Cost Proposal. Higher scores will be given to<br />
Proposers who <strong>of</strong>fer to provide better value services for their proposed per trip fees.<br />
Phase 4: Interviews with Firm Owners and Proposed Key Management Staff<br />
After the completion <strong>of</strong> the Technical and Cost Proposal scoring, DDOT will invite one or<br />
more <strong>of</strong> the highest scoring Proposer finalists to demonstrate their qualifications,<br />
experience and project approach before the Evaluation Committee in an interview setting.<br />
The purpose <strong>of</strong> this phase is to evaluate the firm’s capabilities and experience as well as<br />
the experience and qualifications <strong>of</strong> key personnel proposed to provide JARC/New<br />
Freedom program Services. The Evaluation Committee may also ask the Proposer to<br />
respond any questions about their proposals, and to explain any information requiring<br />
clarification obtained through the Past Performance – Reference Check process.<br />
DDOT considers the qualifications and experience <strong>of</strong> key personnel to be important<br />
evaluation factors. Interviews will allow the Evaluation Committee to determine the<br />
proposed key personnel members’ depth <strong>of</strong> knowledge in critical areas including, but not<br />
limited to: customer service approach and responses to public transportation scenario<br />
based questions.<br />
SR - 31
The Evaluation Committee has the right to independently research and verify all<br />
statements made by the Proposer during the interview process and may contact any or<br />
all references or agencies referred to by the Proposer during the interview proceedings.<br />
Scoring Procedures and Description: Agency and Key Management Staff<br />
Experience/Demonstrated Capabilities<br />
Evaluation Committee members will independently assign a score using the same<br />
Criteria against which Technical Proposals were scored, based on the responses<br />
provided in the interviews.<br />
Phase 5: Final Score Weighting and Recommendation to Award<br />
The DDOT Purchasing Division Manager will compile the final scores <strong>of</strong> the Proposers<br />
invited to participate in the interview phase.<br />
Final award recommendation is based on the point total achieved by Proposers as<br />
depicted on the Final Proposer’s Score Summary Worksheet.<br />
The final scores and recommendation to award will be presented to the Director <strong>of</strong><br />
DDOT.<br />
Upon completion <strong>of</strong> final scoring, a “Recommendation <strong>of</strong> Award” letter shall be mailed to<br />
the selected Proposers.<br />
3.9 Proposal Evaluation Criteria<br />
DDOT will evaluate and score the proposals and interviews according to the criteria listed<br />
below:<br />
Evaluation Criteria<br />
The proposed approaches and methods to be used to<br />
provide transportation services and customer service<br />
The vehicles, facilities and equipment <strong>of</strong>fered to provide<br />
the required services<br />
Maximum Score<br />
Technical<br />
Interview<br />
Proposal<br />
10 4<br />
10 4<br />
The Proposer’s background, experience and safety record 10 4<br />
The proposed driver training plan, safety approach,<br />
vehicle maintenance approach performance monitoring<br />
and quality control program<br />
10 4<br />
Proposed DBE participation 10 4<br />
The reasonableness <strong>of</strong> the proposed per trip fees as they<br />
relate to the level <strong>of</strong> services <strong>of</strong>fered by the Proposer<br />
Cost Proposal<br />
30<br />
SR - 32
3.10 Method <strong>of</strong> Award<br />
A. DDOT’s Evaluation Committee charged with the responsibility <strong>of</strong> evaluating the<br />
received proposals. Evaluation points will be assigned based on the criteria listed<br />
above. Each proposal will be ranked in sequence, from the highest to the lowest.<br />
B. DDOT reserves the right, in its sole discretion, to accept the proposal or proposals<br />
most advantageous to DDOT without further discussion or negotiation, or to reject all<br />
or any <strong>of</strong> the proposals. DDOT reserves the right to negotiate on the entire proposal,<br />
as submitted, or at the sole discretion <strong>of</strong> the DDOT, to delete individual tasks deemed<br />
not in the <strong>City</strong>’s best interest and negotiate on the remaining portions <strong>of</strong> the proposal.<br />
C. DDOT reserves the right, in its sole discretion, to enter immediately into negotiations<br />
with any selected Proposer, or to enter into negotiations with multiple selected<br />
Proposers. Either the single selected Proposer, or the multiple selected Proposers,<br />
may be provided with an opportunity to amend its proposal, and then submit a Best<br />
And Final Offer (BAFO). Once submitted, the Proposer may not withdraw or modify a<br />
BAFO, except as requested by DDOT. As appropriate, DDOT may review and<br />
amend the ranking <strong>of</strong> any Proposer that submits a BAFO.<br />
D. A formal Notice <strong>of</strong> Intent to Award a Contract shall be sent to the successful<br />
Proposers, together with a contract for signature. As a condition for contract award,<br />
upon receipt <strong>of</strong> the Notice <strong>of</strong> Intent to Award a Contract, Proposers will need to<br />
submit a current staff roster, and vehicle roster showing the vehicles for which the<br />
selected Proposer has initiated the vehicle registration process described in Section<br />
3.5.9(b).<br />
E. Following receipt by DDOT <strong>of</strong> the signed contract, and all other submittals, and<br />
completed forms required by this Request For Proposals, the negotiated contract, the<br />
recommendations <strong>of</strong> the Evaluation Committee, and other recommendations will be<br />
presented for contract approval by various <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> departments and the <strong>Detroit</strong><br />
<strong>City</strong> Council, and execution <strong>of</strong> the contract instrument by the <strong>City</strong> Purchasing<br />
Director.<br />
F. After execution <strong>of</strong> this instrument, a formal, dated, Notice to Proceed (NTP) will be<br />
issued to the Contractor.<br />
3.11 Not Used<br />
3.12 Not Used<br />
3.13 Project Management<br />
To provide for continued interface and discussion between DDOT and the selected<br />
Contractor(s), a policy committee consisting <strong>of</strong> representatives from the appropriate<br />
DDOT divisions will meet on a regular basis to discuss all progress on this project. The<br />
successful Proposer(s) shall direct all information, requests, questions, billings and other<br />
matters pertaining to this project to:<br />
Michael Stanbrough, Project Manager<br />
<strong>Detroit</strong> Department <strong>of</strong> Transportation<br />
1301 East Warren Avenue<br />
SR - 33
<strong>Detroit</strong> MI 48207<br />
Telephone Number: (313) 833-9647<br />
Fax Number: (313) 833-5493<br />
3.14 Not Used<br />
3.15 Contract Amendments<br />
3.15.1 The <strong>City</strong> may consider it in its best interest to change, modify or extend a<br />
covenant, term or condition <strong>of</strong> this Contract or require the Contractor to perform<br />
Additional Services that are not contained within the Scope <strong>of</strong> Services as set forth in<br />
Exhibit A. Any such change, addition, deletion, extension or modification <strong>of</strong> Services may<br />
require that the compensation paid to the Contractor by the <strong>City</strong> be proportionately<br />
adjusted, either increased or decreased, to reflect such modification. If the <strong>City</strong> and the<br />
Contractor mutually agree to any changes or modification <strong>of</strong> this Contract, the<br />
modification shall be incorporated into this Contract by written Amendment.<br />
3.15.2 Compensation shall not be modified unless there is a corresponding modification<br />
in the Services sufficient to justify such an adjustment. If there is any dispute as to<br />
compensation, the Contractor shall continue to perform the Services under this Contract<br />
until the dispute is resolved.<br />
3.15.3 No Amendment to this Contract shall be effective and binding upon the parties<br />
unless it expressly makes reference to this Contract, is in writing, is signed and<br />
acknowledged by duly authorized representatives <strong>of</strong> both parties, is approved by the<br />
appropriate <strong>City</strong> Departments and the <strong>City</strong> Council, and is executed by the Purchasing<br />
Director.<br />
3.15.4 The <strong>City</strong> shall not be bound by Unauthorized Acts <strong>of</strong> its employees, agents, or<br />
representatives with regard to any dealings with the Contractor and any <strong>of</strong> its Associates.<br />
3.16 Contract Close-out and Final Payment<br />
At the end <strong>of</strong> the contract term, DDOT will notify Contractor <strong>of</strong> the Contract Close-Out<br />
date. No additional trips are to be scheduled after notification.<br />
Final Payment may be made to the Contractor upon receipt <strong>of</strong> a properly completed final<br />
invoice, the return <strong>of</strong> all leased vehicles, and receipt <strong>of</strong> any outstanding documentation<br />
that may be required under the contract.<br />
SR - 34
SECTION IV<br />
TRANSPORTATION<br />
<strong>PROVIDE</strong>RS APPLICATION
Company Name:<br />
Mailing Address:<br />
TRANSPORTATION <strong>PROVIDE</strong>RS APPLICATION<br />
COMPANY IN<strong>FOR</strong>MATION<br />
Street <strong>City</strong> State Zip<br />
Contact Person:<br />
Contact Details:<br />
Total years providing transportation services:<br />
Primary area <strong>of</strong> service ( ) <strong>Detroit</strong> Area ( )Suburban Areas ( ) other<br />
Certifications, Clearances & Requirements<br />
By selecting the options that apply for the following items, tell weather your agency currently has the following certifications<br />
Human Rights Clearance ( ) Yes ( ) No ( ) In Process<br />
Income Tax Clearance ( ) Yes ( ) No ( ) In Process<br />
Revenue Collection Clearance ( ) Yes ( ) No ( ) In Process<br />
Conducts a Federal Drug/ Alcohol Testing Program ( ) Yes ( ) No ( ) In Process<br />
Disadvantaged Business Enterprise (DBE) ( ) Yes ( ) No ( ) In Process<br />
EXISTING FUNDING SOURCES<br />
By selecting all options that apply, and entering the respective funding amounts. Tell weather your agency is currently funded by any <strong>of</strong> the following<br />
sources/programs:<br />
SOURCE MONTHLY FUNDING SOURCE MONTHLY FUNDING<br />
( ) Human Services ( ) Employment<br />
( ) Insurance Related ( ) State/Federal Grants<br />
( ) Elderly ( ) Other<br />
***MAKE ADDITIONAL COPIES, AS NEEDED***<br />
TPA - 1
PROGRAMS OF INTEREST<br />
By selecting all those apply from the following items, identify the programs that your agency has interest in providing under service.<br />
DAYS AND HOURS OF OPERATION ( ) JARC ( ) NEW FREEDOM<br />
LIST THE DAYS, AND DURING WHICH HOURS YOUR AGNECY IS AVAILABLE <strong>TO</strong> <strong>PROVIDE</strong> THE SERVICE SELECTED ABOVE<br />
SELECT EACH DAY, THEN ENTER THE START AND END TIMES <strong>FOR</strong> EACH, BE<strong>FOR</strong>E ENTERING THE DAILY <strong>TO</strong>TAL HOURS OF AVAILABILITY<br />
DAY: ( ) SUN ( ) MON ( ) TUE ( ) WED. ( ) THUR ( ) FRI ( ) SAT<br />
Start time (a.m)<br />
Start time (p.m)<br />
End time (a.m.)<br />
End time (p.m.)<br />
<strong>TO</strong>TAL HOURS ______ HRS. ______ HRS. ______ HRS. ______ HRS. ______ HRS. ______ HRS. ______ HRS.<br />
EXCLUSIONS: (List any days and/or holidays on which service will not be provided)<br />
TPA - 2
EXISTING STAFF<br />
For each <strong>of</strong> the following staffing categories list the total number <strong>of</strong> individuals your agency will commit to perform the services. <strong>of</strong> each categories total, further<br />
identify the total number <strong>of</strong> full- and/or part-time participants<br />
STAFF CATEGORY QUANTITY #OF FULL-TIME #OF PART TIME<br />
MANAGEMENT<br />
DRIVERS<br />
MAINTENANCE<br />
ROAD SUPERVISION<br />
SCHEDULERS<br />
ANTICIPATED STAFF<br />
If planning to increase your agency’s staff to improve your ability to perform. Identify your anticipated staff levels by entering the total number <strong>of</strong> individuals<br />
planned for each staffing category. Of each category’s total, further identify the total number <strong>of</strong> full- and/or part-time participants, and your expected timeline for<br />
filling the positions<br />
STAFF CATEGORY QUANTITY #OF FULL-TIME #OF PART TIME<br />
MANAGEMENT<br />
DRIVERS<br />
MAINTENANCE<br />
ROAD SUPERVISION<br />
SCHEDULERS<br />
***MAKE ADDITIONAL COPIES, AS NEEDED***<br />
TPA - 3
VEHICLE FLEET<br />
EXISTING VEHICLES & QUANTITIES<br />
Provide a list <strong>of</strong> your agency’s current fleet <strong>of</strong> vehicles by entering the quantity <strong>of</strong> each <strong>of</strong> the vehicle types that your company owns. Enter N/A if your company does not have any<br />
vehicles in a vehicle type category listed below.<br />
For each type <strong>of</strong> vehicle, further identify the total number that is wheelchair lift accessible and the number <strong>of</strong> vehicles falling into each odometer reading mileage category.<br />
Proposers are required to have a minimum <strong>of</strong> five (5) vehicles that will be able to meet the contract requirements in order to qualify for contract award.<br />
Vehicle Type<br />
Total<br />
Quantity<br />
With Lifts Number <strong>of</strong> vehicles with 0 to 100,000<br />
miles on odometer<br />
Number <strong>of</strong> vehicles with 100,001 to<br />
200,000 miles on odometer<br />
Number <strong>of</strong> vehicles with over 200,000<br />
miles on odometer<br />
Sedan car<br />
Mini- Van<br />
12- Passenger Van<br />
15- Passenger Van<br />
Small Bus<br />
Mid-Size Bus<br />
Other<br />
<strong>REQUEST</strong>ED VEHICLES & QUANTITIES<br />
Identify your agency’s need for additional vehicles, should any become available through DDOT for use. Enter the<br />
total number <strong>of</strong> your vehicle request in the table below. Then select the anticipated types, enter the quantities for<br />
each and identify total number <strong>of</strong> wheelchair lifts required.<br />
Vehicle Type Requested Quantity With Lifts<br />
( ) 12- Passenger Van<br />
( ) 15- Passenger Van<br />
( ) Small Bus<br />
( ) Mid-Size Bus<br />
( ) Other<br />
***MAKE ADDITIONAL COPIES, AS NEEDED***<br />
TPA - 4
COMMUICATIONS EQUIPMENT QUANTITIES<br />
COMMUNICATIONS EQUIPMENT & SCHEDULING <strong>TO</strong>OLS<br />
Provide a brief overview <strong>of</strong> your agency’s current communications and scheduling utilities,<br />
Select all that apply and include details for each<br />
EQUIPMENT/UTILITY QUANTITY TYPE AND DESCRIPTION<br />
***MAKE ADDITIONAL COPIES, AS NEEDED***<br />
TPA - 5
Staff Registration Form<br />
Company:<br />
STAFF NAME: POSITION DOB DRIVER’S<br />
LICENSE#<br />
EXPIRATION DATE Drug tested Violations<br />
TPA - 6
SAMPLE<br />
CONTRACT
SERVICES CONTRACT<br />
BETWEEN<br />
CITY OF DETROIT, MICHIGAN<br />
AND<br />
_______________________________________________<br />
CONTRACT NO.<br />
_____________________________<br />
1
CONTRACT PROVISIONS<br />
Article 1. Definitions................................................................................................................1<br />
Article 2. Engagement <strong>of</strong> Contractor .......................................................................................3<br />
Article 3. Contractor's Representations and Warranties ..........................................................5<br />
Article 4. Contract Effective Date and Time <strong>of</strong> Performance..................................................6<br />
Article 5. Data to Be Furnished Contractor .............................................................................6<br />
Article 6 Personnel and Contract Administration...................................................................7<br />
Article 7. Compensation ..........................................................................................................8<br />
Article 8. Maintenance and Audit <strong>of</strong> Records………………………………………………..9<br />
Article 9. Indemnity ...............................................................................................................10<br />
Article 10. Insurance................................................................................................................12<br />
Article 11. Default and Termination........................................................................................14<br />
Article 12. Assignment ............................................................................................................18<br />
Article 13. Subcontracting .......................................................................................................18<br />
Article 14. Conflict <strong>of</strong> Interest .................................................................................................19<br />
Article 15. Confidential Information .......................................................................................20<br />
Article 16. Compliance with Laws ..........................................................................................21<br />
Article 17. Amendments ..........................................................................................................21<br />
Article 18. Fair Employment Practices....................................................................................22<br />
Article 19. Notices ...................................................................................................................22<br />
Article 20. Proprietary Rights and Indemnity..........................................................................23<br />
Article 21. Force Majeure ........................................................................................................25<br />
Article 22. Waiver....................................................................................................................25<br />
Article 23. Miscellaneous ........................................................................................................26<br />
Signature Page ...............................................................................................................................28<br />
Exhibit A—Scope <strong>of</strong> Services<br />
Exhibit B—Fee Schedule
CITY OF DETROIT<br />
PROFESSIONAL SERVICES CONTRACT<br />
This Pr<strong>of</strong>essional Services Contract (“Contract”) is entered into by and between the<br />
<strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, a Michigan municipal corporation, acting by and through its ________________<br />
(name <strong>of</strong> department)<br />
Department ("<strong>City</strong>"), and ___________________________________, a ___________________<br />
(name <strong>of</strong> contractor)<br />
(state <strong>of</strong> the union)<br />
________________________________________, with its principal place <strong>of</strong> business located at<br />
(form <strong>of</strong> business, e.g. corporation, LLC)<br />
_________________________________________________________________ ("Contractor").<br />
(complete address)<br />
Recitals:<br />
Whereas, the <strong>City</strong> desires to engage the Contractor to render certain technical or<br />
pr<strong>of</strong>essional services ("Services") as set forth in this Contract; and<br />
Whereas, the Contractor desires to perform the Services as set forth in this Contract; and<br />
Accordingly, the parties agree as follows:<br />
Article 1.<br />
Definitions<br />
1.01 The following words and expressions or pronouns used in their stead shall be construed<br />
as follows:<br />
"Additional Services" shall mean any services in addition to the services set forth in<br />
Exhibit A that are related to fulfilling the objectives <strong>of</strong> this Contract and are agreed upon<br />
by the parties by written Amendment.<br />
1
"Amendment" shall mean modifications or changes in this Contract that have been<br />
mutually agreed upon by the <strong>City</strong> and the Contractor in writing and approved by the <strong>City</strong><br />
Council.<br />
"Associates" shall mean the personnel, employees, consultants, subcontractors, agents,<br />
and parent company <strong>of</strong> the Contractor or <strong>of</strong> any Subcontractor, now existing or<br />
subsequently created, and their agents and employees, and any entities associated,<br />
affiliated, or subsidiary to the Contractor or to any subcontractor, now existing or<br />
subsequently created, and their agents and employees.<br />
"<strong>City</strong>" shall mean the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, a municipal corporation, acting through the <strong>of</strong>fice<br />
or department named in the Contract as contracting for the Services on behalf <strong>of</strong> the <strong>City</strong>.<br />
"<strong>City</strong> Council" shall mean the legislative body <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>.<br />
"Contract" shall mean each <strong>of</strong> the various provisions and parts <strong>of</strong> this document,<br />
including all attached Exhibits and all Amendments, as executed and approved by the<br />
appropriate <strong>City</strong> departments or <strong>of</strong>fices and by the <strong>City</strong> Council.<br />
"Contractor" shall mean the party that contracts with the <strong>City</strong> by way <strong>of</strong> this Contract,<br />
whether an individual, sole proprietorship, partnership, corporation, or other form <strong>of</strong><br />
business organization, and its heirs, successors, personnel, agents, employees,<br />
representatives, executors, administrators and assigns.<br />
"Exhibit A" is the Scope <strong>of</strong> Services for this Contract and sets forth all pertinent data<br />
relating to performance <strong>of</strong> the Services.<br />
"Exhibit B" is the Fee Schedule for this Contract and sets forth the amount <strong>of</strong><br />
compensation to be paid to the Contractor, including any Reimbursable Expenses, and<br />
any applicable hourly rate information.<br />
"Records" shall mean all books, ledgers, journals, accounts, documents, and other<br />
collected data in which information is kept regarding the performance <strong>of</strong> this Contract.<br />
2
"Reimbursable Expenses" shall mean only those costs incurred by the Contractor in the<br />
performance <strong>of</strong> the Services, such as travel costs and document reproduction costs, that<br />
are identified in Exhibit B as reimbursable.<br />
"Services" shall mean all work that is expressly set forth in Exhibit A, the Scope <strong>of</strong><br />
Services, and all work expressly or impliedly required to be performed by the Contractor<br />
in order to achieve the objectives <strong>of</strong> this Contract.<br />
"Subcontractor" shall mean any person, firm or corporation, other than employees <strong>of</strong> the<br />
Contractor, that contracts with the Contractor, directly or indirectly, to perform in part or<br />
assist the Contractor in achieving the objectives <strong>of</strong> this Contract.<br />
"Technology" shall mean any and all computer-related components and systems,<br />
including but not limited to computer s<strong>of</strong>tware, computer code, computer programs,<br />
computer hardware, embedded integrated circuits, computer memory and data storage<br />
systems, whether in the form <strong>of</strong> read-only memory chips, random access memory chips,<br />
CD-ROMs, floppy disks, magnetic tape, or some other form, and the data retained or<br />
stored in said computer memory and data storage systems.<br />
"Unauthorized Acts" shall mean any acts by a <strong>City</strong> employee, agent or representative that<br />
are not set forth in this Contract and have not been approved by <strong>City</strong> Council as part <strong>of</strong><br />
this Contract.<br />
"Work Product" shall mean the originals, or copies when originals are unavailable, <strong>of</strong> all<br />
materials prepared by the Contractor under this Contract or in anticipation <strong>of</strong> this<br />
Contract, including but not limited to Technology, data, studies, briefs, drawings, maps,<br />
models, photographs, files, records, computer printouts, estimates, memoranda,<br />
computations, papers, supplies, notes, recordings, and videotapes, whether such materials<br />
are reduced to writing, magnetically or optically stored, or kept in some other form.<br />
Article 2.<br />
Engagement <strong>of</strong> Contractor<br />
2.01 By this Contract, the <strong>City</strong> engages the Contractor and the Contractor hereby agrees to<br />
faithfully and diligently perform the Services set forth in Exhibit A, in accordance with<br />
the terms and conditions contained in this Contract.<br />
3
2.02 The Contractor shall perform in a satisfactory manner as shall be determined within the<br />
sole and reasonable discretion <strong>of</strong> the <strong>City</strong>. In the event that there shall be any dispute<br />
between the parties with regard to the extent, character and progress <strong>of</strong> the Services to be<br />
performed or the quality <strong>of</strong> performance under this Contract, the interpretation and<br />
determination <strong>of</strong> the <strong>City</strong> shall govern.<br />
2.03 The Contractor shall confer as necessary and cooperate with the <strong>City</strong> in order that the<br />
Services may proceed in an efficient and satisfactory manner. The Services are deemed<br />
to include all conferences, consultations and public hearings or appearances deemed<br />
necessary by the <strong>City</strong> to ensure that the Contractor will be able to properly and fully<br />
perform the objectives as set forth in this Contract.<br />
2.04 All Services are subject to review and approval <strong>of</strong> the <strong>City</strong> for completeness and<br />
fulfillment <strong>of</strong> the requirements <strong>of</strong> this Contract. Neither the <strong>City</strong>'s review, approval nor<br />
payment for any <strong>of</strong> the Services shall be construed to operate as a waiver <strong>of</strong> any rights<br />
under this Contract, and the Contractor shall be and will remain liable in accordance with<br />
applicable law for all damages to the <strong>City</strong> caused by the Contractor's negligent<br />
performance or nonperformance <strong>of</strong> any <strong>of</strong> the Services furnished under this Contract.<br />
2.05 The Services shall be performed as set forth in Exhibit A, or at such other locations as are<br />
deemed appropriate by the <strong>City</strong> and the Contractor for the proper performance <strong>of</strong> the<br />
Services.<br />
2.06 The <strong>City</strong> and the Contractor expressly acknowledge their mutual understanding and<br />
agreement that there are no third party beneficiaries to this Contract and that this Contract<br />
shall not be construed to benefit any persons other than the <strong>City</strong> and the Contractor.<br />
2.07 It is understood that this Contract is not an exclusive services contract, that during the<br />
term <strong>of</strong> this Contract the <strong>City</strong> may contract with other firms, and that the Contractor is<br />
free to render the same or similar services to other clients, provided the rendering <strong>of</strong> such<br />
services does not affect the Contractor’s obligations to the <strong>City</strong> in any way.<br />
4
Article 3.<br />
Contractor's Representations and Warranties<br />
3.01 To induce the <strong>City</strong> to enter into this Contract, the Contractor represents and warrants that<br />
the Contractor is authorized to do business under the laws <strong>of</strong> the State <strong>of</strong> Michigan and is<br />
duly qualified to perform the Services as set forth in this Contract, and that the execution <strong>of</strong><br />
this Contract is within the Contractor's authorized powers and is not in contravention <strong>of</strong><br />
federal, state or local law.<br />
3.02 The Contractor makes the following representations and warranties as to any Technology<br />
it may provide under this Contract:<br />
3.03<br />
(a) That all Technology provided to the <strong>City</strong> under this Contact shall perform according<br />
to the specifications and representations set forth in Exhibit A and according to any<br />
other specifications and representations, including any manuals, provided by the<br />
Contractor to the <strong>City</strong>;<br />
(b) That the Contractor shall correct all errors in the Technology provided under this<br />
Contract so that such technology will perform according to Contractor’s published<br />
specifications;<br />
(c) That the Contractor has the full right and power to grant the <strong>City</strong> a license to use the<br />
Technology provided pursuant to this Contract;<br />
(d) That any Technology provided by Contractor under this Contract is free <strong>of</strong> any<br />
s<strong>of</strong>tware, programs or routines, commonly known as "disabling code," that are<br />
designed to cause such Technology to be destroyed, damaged, or otherwise made<br />
inoperable in the course <strong>of</strong> the use <strong>of</strong> the Technology;<br />
(e) That any Technology containing computer code and provided under this Contract is<br />
free <strong>of</strong> any known or reasonably discoverable computer program, code or set <strong>of</strong><br />
instructions, commonly known as a “computer virus,” that is not designed to be a part<br />
<strong>of</strong> the Work Product and that, when inserted into the computer’s memory: (i)<br />
duplicates all or part <strong>of</strong> itself without specific user instructions to do so, or (ii) erases,<br />
5alters or renders unusable any Technology with or without specific user instructions<br />
to do so, or (iii) that provide unauthorized access to the Technology and<br />
5
(f)<br />
That all Technology shall be delivered new and in original manufacturer’s packaging<br />
and shall be fully warranted for repair or replacement during the term <strong>of</strong> this Contract as<br />
amended or extended.<br />
(g)<br />
That any Technology that it is provided to the <strong>City</strong> shall:<br />
(1) Accurately recognize and process all time and date data including, but not<br />
limited to, daylight savings time and leap year data, and<br />
(2) Use accurate same-century, multi-century, and similar date value formulas<br />
in its calculations, and use date data interface values that accurately reflect<br />
the correct time, date and century.<br />
Article 4.<br />
Contract Effective Date and Time <strong>of</strong> Performance<br />
4.01 This Contract shall be approved by the required <strong>City</strong> departments, approved by the <strong>City</strong><br />
Council, and signed by the <strong>City</strong>’s Purchasing Director. The effective date <strong>of</strong> this<br />
Contract shall be the date upon which the Contract has been authorized by resolution <strong>of</strong><br />
the <strong>City</strong> Council. The term <strong>of</strong> this Contract shall terminate on ___________________.<br />
4.02 Prior to the approvals set forth in Section 4.01, the Contractor shall have no authority to<br />
begin work on this Contract. The Finance Director shall not authorize any payments to<br />
the Contractor, nor shall the <strong>City</strong> incur any liability to pay for any services rendered or to<br />
reimburse the Contractor for any expenditure, prior to such award and approvals.<br />
4.03 The <strong>City</strong> and the Contractor agree that the commencement and duration <strong>of</strong> the<br />
Contractor's performance under this Contract shall be determined as set forth in Exhibit<br />
A.<br />
Article 5.<br />
Data To Be Furnished Contractor<br />
5.01 Copies <strong>of</strong> all information, reports, records, and data as are existing, available, and<br />
deemed necessary by the <strong>City</strong> for the performance <strong>of</strong> the Services shall be furnished to<br />
6
the Contractor upon the Contractor's request. With the prior approval <strong>of</strong> the <strong>City</strong>, the<br />
Contractor will be permitted access to <strong>City</strong> <strong>of</strong>fices during regular business hours to obtain<br />
any necessary data. In addition, the <strong>City</strong> will schedule appropriate conferences at<br />
convenient times with administrative personnel <strong>of</strong> the <strong>City</strong> for the purpose <strong>of</strong> gathering<br />
such data.<br />
Article 6.<br />
Contractor Personnel and Contract Administration<br />
6.01 The Contractor represents that, at its own expense, it has obtained or will obtain all<br />
personnel and equipment required to perform the Services. It warrants that all such<br />
personnel are qualified and possess the requisite licenses or other such legal<br />
qualifications to perform the services assigned. If requested, the Contractor shall supply<br />
a résumé <strong>of</strong> the managerial staff or consultants it proposes to assign to this Contract, as<br />
well as a dossier on the Contractor's pr<strong>of</strong>essional activities and major undertakings.<br />
6.02 The <strong>City</strong> may interview the Contractor's managerial staff and other employees assigned<br />
to this Contract. The Contractor shall not use any managerial staff or other employees to<br />
whom the <strong>City</strong> objects and shall replace in an expedient manner those rejected by the<br />
<strong>City</strong>. The Contractor shall not replace any <strong>of</strong> the personnel working on this Contract with<br />
new personnel without the prior written consent <strong>of</strong> the <strong>City</strong>.<br />
6.03 When the <strong>City</strong> deems it reasonable to do so, it may assign qualified <strong>City</strong> employees or<br />
others to work with the Contractor to complete the Services. Nevertheless, it is expressly<br />
understood and agreed by the parties that the Contractor shall remain ultimately<br />
responsible for the proper completion <strong>of</strong> the Services.<br />
6.04 The relationship <strong>of</strong> the Contractor to the <strong>City</strong> is and shall continue to be that <strong>of</strong> an<br />
independent contractor and no liability or benefits, such as workers' compensation,<br />
pension rights or liabilities, insurance rights or liabilities, or other rights or liabilities<br />
arising out <strong>of</strong> or related to a contract for hire or employer/employee relationship shall<br />
arise or accrue to either party or either party's agent, Subcontractor or employee as a<br />
result <strong>of</strong> the performance <strong>of</strong> this Contract. No relationship other than that <strong>of</strong> independent<br />
contractor shall be implied between the parties or between either party’s agents,<br />
7
employees or Subcontractors. The Contractor agrees to indemnify, defend, and hold the<br />
<strong>City</strong> harmless against any claim based in whole or in part on an allegation that the<br />
Contractor or any <strong>of</strong> its Associates qualify as employees <strong>of</strong> the <strong>City</strong>, and any related costs<br />
or expenses, including but not limited to legal fees and defense costs.<br />
6.05 The Contractor warrants and represents that all persons assigned to the<br />
performance <strong>of</strong> this Contract shall be regular employees or independent contractors <strong>of</strong> the<br />
Contractor, unless otherwise authorized by the <strong>City</strong>. The Contractor’s employees’ daily<br />
working hours while working in or about a <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> facility shall be the same as<br />
those worked by <strong>City</strong> employees working in the facility, unless otherwise directed by the<br />
<strong>City</strong>.<br />
6.06 The Contractor shall comply with and shall require its Associates to comply with all<br />
security regulations and procedures in effect on the <strong>City</strong>’s premises.<br />
Article 7.<br />
Compensation<br />
7.01 Compensation for Services provided shall not exceed the amount <strong>of</strong><br />
_________________ Thousand and 00/100 Dollars (_____________.____), inclusive <strong>of</strong><br />
expenses, and will be paid in the manner set forth in Exhibit B. Unless this Contract is<br />
amended pursuant to Article 16, this amount shall be the entire compensation to which<br />
the Contractor is entitled for the performance <strong>of</strong> Services under this Contract.<br />
7.02 Payment for Services provided under this Contract is governed by the terms <strong>of</strong> Ordinance<br />
No. 42-98, entitled "Prompt Payment <strong>of</strong> Vendors," being Sections 18-5-71 through 18-5-<br />
79 <strong>of</strong> the 1984 <strong>Detroit</strong> <strong>City</strong> Code.<br />
The <strong>City</strong> employee responsible for accepting performance under this Contract is:<br />
(Name)<br />
(Title)<br />
(Address)<br />
<strong>Detroit</strong>, Michigan<br />
Telephone: (313)<br />
Facsimile: (313)<br />
(ZIP Code)<br />
8
The <strong>City</strong> employee from whom payment should be requested is:<br />
(Name)<br />
(Title)<br />
(Address)<br />
<strong>Detroit</strong>, Michigan<br />
Telephone: (313)<br />
Facsimile: (313)<br />
(ZIP Code)<br />
Article 8.<br />
Maintenance and Audit <strong>of</strong> Records<br />
8.01 The Contractor shall maintain full and complete Records reflecting all <strong>of</strong> its operations<br />
related to this Contract. The Records shall be kept in accordance with generally accepted<br />
accounting principles and maintained for a minimum <strong>of</strong> three (3) years after the Contract<br />
completion date.<br />
8.02 The <strong>City</strong> and any government-grantor agency providing funding under this Contract shall<br />
have the right at any time without notice to examine and audit all Records and other<br />
supporting data <strong>of</strong> the Contractor as the <strong>City</strong> or any agency deems necessary.<br />
(a)<br />
The Contractor shall make all Records available for examination during normal<br />
business hours at its <strong>Detroit</strong> <strong>of</strong>fices, if any, or alternatively at its facility nearest<br />
<strong>Detroit</strong>. The <strong>City</strong> and any government-grantor agency providing funds for the<br />
Contract shall have this right <strong>of</strong> inspection. The Contractor shall provide copies<br />
<strong>of</strong> all Records to the <strong>City</strong> or to any such government-grantor agency upon request.<br />
(b)<br />
If in the course <strong>of</strong> such inspection the representative <strong>of</strong> the <strong>City</strong> or <strong>of</strong> another<br />
government-grantor agency should note any deficiencies in the performance <strong>of</strong><br />
the Contractor's agreed upon performance or record-keeping practices, such<br />
deficiencies will be reported to the Contractor in writing. The Contractor agrees<br />
to promptly remedy and correct any such reported deficiencies within ten (10)<br />
days <strong>of</strong> notification.<br />
9
(c)<br />
Any costs disallowed as a result <strong>of</strong> an audit <strong>of</strong> the Records shall be repaid to the<br />
<strong>City</strong> by the Contractor within thirty (30) days <strong>of</strong> notification or may be set <strong>of</strong>f by<br />
the <strong>City</strong> against any funds due and owing the Contractor, provided, however, that<br />
the Contractor shall remain liable for any disallowed costs exceeding the amount<br />
<strong>of</strong> the set<strong>of</strong>f.<br />
(d)<br />
Each party shall pay its own audit costs. However, if the dollar amount <strong>of</strong> the<br />
total disallowed costs, if any, exceeds three percent (3%) <strong>of</strong> the dollar amount <strong>of</strong><br />
this Contract, the Contractor shall pay the <strong>City</strong>'s audit costs.<br />
(e)<br />
Nothing contained in this Contract shall be construed or permitted to operate as<br />
any restriction upon the powers granted to the Auditor General by the <strong>City</strong><br />
Charter, including but not limited to the powers to audit all accounts chargeable<br />
against the <strong>City</strong> and to settle disputed claims.<br />
8.03 The Contractor agrees to include the covenants contained in Sections 8.01 and 8.02 in<br />
any contract it has with any Subcontractor, consultant or agent whose services will be<br />
charged directly or indirectly to the <strong>City</strong> for Services performed pursuant to this Contract.<br />
Article 9.<br />
Indemnity<br />
9.01 The Contractor agrees to indemnify, defend, and hold the <strong>City</strong> harmless against and from<br />
any and all liabilities, obligations, damages, penalties, claims, costs, charges, losses and<br />
expenses (including, without limitation, fees and expenses for attorneys, expert witnesses<br />
and other consultants) that may be imposed upon, incurred by, or asserted against the<br />
<strong>City</strong> or its departments, <strong>of</strong>ficers, employees, or agents by reason <strong>of</strong> any <strong>of</strong> the following<br />
occurring during the term <strong>of</strong> this Contract:<br />
(a)<br />
Any negligent or tortious act, error, or omission attributable in whole or in part to<br />
the Contractor or any <strong>of</strong> its Associates; and<br />
10
(b)<br />
Any failure by the Contractor or any <strong>of</strong> its Associates to perform their obligations,<br />
either express or implied, under this Contract; and<br />
(c)<br />
Any and all injury to the person or property <strong>of</strong> an employee <strong>of</strong> the <strong>City</strong> where<br />
such injury arises out <strong>of</strong> the Contractor’s or any <strong>of</strong> its Associates performance <strong>of</strong><br />
this Contract.<br />
9.02 The Contractor shall examine all places where it will perform the Services in order to<br />
determine whether such places are safe for the performance <strong>of</strong> the Services. The<br />
Contractor undertakes and assumes all risk <strong>of</strong> dangerous conditions when not performing<br />
Services inside <strong>City</strong> <strong>of</strong>fices. The Contractor also agrees to waive and release any claim<br />
or liability against the <strong>City</strong> for personal injury or property damage sustained by it or its<br />
Associates while performing under this Contract on premises that are not owned by the<br />
<strong>City</strong>.<br />
9.03 In the event any action shall be brought against the <strong>City</strong> by reason <strong>of</strong> any claim covered<br />
under this Article 9, the Contractor, upon notice from the <strong>City</strong>, shall at its sole cost and<br />
expense defend the same.<br />
9.04 The Contractor agrees that it is the Contractor's responsibility and not the responsibility<br />
<strong>of</strong> the <strong>City</strong> to safeguard the property that the Contractor or its Associates use while<br />
performing this Contract. Further, the Contractor agrees to hold the <strong>City</strong> harmless for<br />
any loss <strong>of</strong> such property used by any such person pursuant to the Contractor's<br />
performance under this Contract.<br />
9.05 The indemnification obligation under this Article 9 shall not be limited by any limitation<br />
on the amount or type <strong>of</strong> damages, compensation, or benefits payable under workers'<br />
compensation acts or other employee benefit acts.<br />
9.06 The Contractor agrees that this Article 9 shall apply to all claims, whether litigated or not,<br />
that may occur or arise between the Contractor or its Associates and the <strong>City</strong> and agrees<br />
to indemnify, defend and hold the <strong>City</strong> harmless against any such claims.<br />
11
Article 10.<br />
Insurance<br />
10.01 During the term <strong>of</strong> this Contract, the Contractor shall maintain the following<br />
insurance, at a minimum and at its expense:<br />
TYPE<br />
AMOUNT NOT LESS THAN<br />
(a) Workers' Compensation Michigan Statutory minimum<br />
(b) Employers' Liability $500,000.00 minimum each disease<br />
$500,000.00 minimum each person<br />
$500,000.00 minimum each accident<br />
(c) Commercial General Liability $1,000,000.00 each occurrence<br />
Insurance (Broad Form<br />
$2,000,000.00 aggregate<br />
Comprehensive)<br />
(d)<br />
For automobiles that are not used as transport vehicles under this Contract:<br />
Automobile Liability Insurance<br />
(covering all owned, hired and<br />
personal and property protection<br />
insurance, including residual<br />
liability insurance under Michigan<br />
no fault insurance law)<br />
$1,000,000.00 combined single limit<br />
for bodily injury and property damage<br />
(e)<br />
For vehicles used to transport DDOT clients:<br />
Auto Liability Insurance: with<br />
coverage for “Owned,” “Non-Owned,”<br />
and “Hired Autos” and personal and<br />
property protection insurance,<br />
including residual liability insurance<br />
under Michigan no fault insurance<br />
law:<br />
12
• Seating capacities <strong>of</strong> 1 to 9<br />
including the driver:<br />
• Seating capacities <strong>of</strong> 10 to 15<br />
including the driver:<br />
• Seating capacities <strong>of</strong> 16 or more<br />
including the driver:<br />
$2,000,000 combined single<br />
limit for bodily injury and<br />
property damage.<br />
$3,000,000 combined single<br />
limit for bodily injury and<br />
property damage.<br />
$5,000,000 combined single<br />
limit for bodily injury and<br />
property damage.<br />
10.02 The commercial general liability insurance policy shall include an endorsement naming<br />
the "<strong>City</strong> <strong>of</strong> <strong>Detroit</strong>" as an additional insured. The additional insured endorsement shall<br />
provide coverage to the additional insured with respect to liability arising out <strong>of</strong> the<br />
named insured’s ongoing work or operations performed for the additional insured under<br />
the terms <strong>of</strong> this Contract. The commercial general liability policy shall state that the<br />
Contractor's insurance is primary and not excess over any insurance already carried by<br />
the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> and shall provide blanket contractual liability insurance for all written<br />
contracts.<br />
10.03 Each such policy shall contain the following cross-liability wording: “In the event <strong>of</strong> a<br />
claim being made hereunder by one insured for which another insured is or may be<br />
liable, then this policy shall cover such insured against whom a claim is or may be made<br />
in the same manner as if separate policies had been issued to each insured hereunder.”<br />
10.04 All insurance required by this Contract shall be written on an occurrence-based policy<br />
form, if the same is commercially available.<br />
10.05 The Commercial General Liability policy shall be endorsed to have the general aggregate<br />
apply to the Services provided under this Contract only.<br />
10.06 If during the term <strong>of</strong> this Contract changed conditions or other pertinent factors should, in<br />
the reasonable judgment <strong>of</strong> the <strong>City</strong>, render inadequate the insurance limits, the<br />
Contractor shall furnish on demand such additional coverage or types <strong>of</strong> coverage as<br />
may reasonably be required under the circumstances. All such insurance shall be<br />
13
effected at the Contractor's expense, under valid and enforceable policies, issued by<br />
insurers licensed to conduct business in Michigan and are otherwise acceptable to the<br />
<strong>City</strong>.<br />
10.07 All insurance policies shall name the Contractor as the insured and shall provide a<br />
commitment from the insurer that such policies shall not be canceled or reduced without<br />
at least thirty (30) days prior written notice to the <strong>City</strong>. Certificates <strong>of</strong> insurance<br />
evidencing the coverage required by this Article 10 shall, in a form acceptable to the<br />
<strong>City</strong>, be submitted to the <strong>City</strong> prior to the commencement <strong>of</strong> the Services and at least<br />
fifteen (15) days prior to the expiration dates <strong>of</strong> expiring policies.<br />
10.08 If any work is subcontracted in connection with this Contract, the Contractor shall require<br />
each Subcontractor to effect and maintain the types and limits <strong>of</strong> insurance set forth in<br />
this Article 10 and shall require documentation <strong>of</strong> same, copies <strong>of</strong> which documentation<br />
shall be promptly furnished the <strong>City</strong>.<br />
10.09 The Contractor shall be responsible for payment <strong>of</strong> all deductibles contained in any<br />
insurance required under this Contract. The provisions requiring the Contractor to carry<br />
the insurance required under this Article 10 shall not be construed in any manner as<br />
waiving or restricting the liability <strong>of</strong> the Contractor under this Contract.<br />
Article 11.<br />
Default and Termination<br />
11.01 This Contract shall remain in full force and effect until the end <strong>of</strong> its term unless<br />
otherwise terminated for cause or convenience according to the provisions <strong>of</strong> this Article<br />
11.<br />
11.02 The <strong>City</strong> reserves the right to terminate this Contract for cause. Cause is an event <strong>of</strong><br />
default.<br />
(a)<br />
An event <strong>of</strong> default shall occur if there is a material breach <strong>of</strong> this Contract, and<br />
shall include the following:<br />
14
(1) The Contractor fails to begin work in accordance with the terms <strong>of</strong> this<br />
Contract; or<br />
(2) The Contractor, in the judgment <strong>of</strong> the <strong>City</strong>, is unnecessarily,<br />
unreasonably, or willfully delaying the performance and completion <strong>of</strong> the<br />
Work Product or Services; or<br />
(3) The Contractor ceases to perform under the Contract; or<br />
(4) The <strong>City</strong> is <strong>of</strong> the opinion that the Services cannot be completed within the<br />
time provided and that the delay is attributable to conditions within the<br />
Contractor's control; or<br />
(5) The Contractor, without just cause, reduces its work force on this Contract<br />
to a number that would be insufficient, in the judgment <strong>of</strong> the <strong>City</strong>, to<br />
complete the Services within a reasonable time, and the Contractor fails to<br />
sufficiently increase such work force when directed to do so by the <strong>City</strong>;<br />
or<br />
(6) The Contractor assigns, transfers, conveys or otherwise disposes <strong>of</strong> this<br />
Contract in whole or in part without prior approval <strong>of</strong> the <strong>City</strong>; or<br />
(7) Any <strong>City</strong> <strong>of</strong>ficer or employee acquires an interest in this Contract so as to<br />
create a conflict <strong>of</strong> interest; or<br />
(8) The Contractor violates any <strong>of</strong> the provisions <strong>of</strong> this Contract, or<br />
disregards applicable laws, ordinances, permits, licenses, instructions or<br />
orders <strong>of</strong> the <strong>City</strong>; or<br />
(9) The performance <strong>of</strong> the Contract, in the sole judgment <strong>of</strong> the <strong>City</strong>, is<br />
substandard, unpr<strong>of</strong>essional, or faulty and not adequate to the demands <strong>of</strong><br />
the task to be performed; or<br />
(10) The Contractor fails in any <strong>of</strong> the agreements set forth in this Contract; or<br />
15
(11) The Contractor ceases to conduct business in the normal course; or<br />
(b)<br />
(c)<br />
(d)<br />
(12) The Contractor admits its inability to pay its debts generally as they<br />
become due.<br />
If the <strong>City</strong> finds an event <strong>of</strong> default has occurred, the <strong>City</strong> may issue a Notice <strong>of</strong><br />
Termination for Cause setting forth the grounds for terminating the Contract.<br />
Upon receiving a Notice <strong>of</strong> Termination for Cause, the Contractor shall have ten<br />
(10) calendar days within which to cure such default. If the default is cured<br />
within said ten (10) day period, the right <strong>of</strong> termination for such default shall<br />
cease. If the default is not cured to the satisfaction <strong>of</strong> the <strong>City</strong>, this Contract shall<br />
terminate on the thirtieth calendar day after the Contractor's receipt <strong>of</strong> the Notice<br />
<strong>of</strong> Termination for Cause, unless the <strong>City</strong>, in writing, gives the Contractor<br />
additional time to cure the default. If the default is not cured to the satisfaction <strong>of</strong><br />
the <strong>City</strong> within the additional time allowed for cure, this Contract shall terminate<br />
for cause at the end <strong>of</strong> the extended cure period.<br />
If, after issuing a Notice <strong>of</strong> Termination for Cause, the <strong>City</strong> determines that the<br />
Contractor was not in default, the rights and obligations <strong>of</strong> the parties shall be the<br />
same as if the Notice <strong>of</strong> Termination had been issued as a Notice <strong>of</strong> Termination<br />
for Convenience. Alternatively, in the <strong>City</strong>’s discretion, the Notice <strong>of</strong><br />
Termination for Cause may be withdrawn and the Contract, if terminated, may be<br />
reinstated.<br />
The Contractor shall be liable to the <strong>City</strong> for any damages it sustains by virtue <strong>of</strong><br />
the Contractor's breach or any reasonable costs the <strong>City</strong> might incur in enforcing<br />
or attempting to enforce this Contract. Such costs shall include reasonable fees<br />
and expenses for attorneys, expert witnesses and other consultants. However, if<br />
the Contractor makes a written <strong>of</strong>fer prior to the initiation <strong>of</strong> litigation or<br />
arbitration, then the <strong>City</strong> shall not be entitled to such attorney fees unless the <strong>City</strong><br />
declines the <strong>of</strong>fer and obtains a verdict or judgment for an amount more than ten<br />
percent (10%) above the amount <strong>of</strong> the Contractor's last written <strong>of</strong>fer prior to the<br />
initiation <strong>of</strong> litigation or arbitration. The <strong>City</strong> may withhold any payment(s) to<br />
the Contractor, in an amount not to exceed the amount claimed in good faith by<br />
the <strong>City</strong> to represent its damages, for the purpose <strong>of</strong> set<strong>of</strong>f until such time as the<br />
exact amount <strong>of</strong> damages due to the <strong>City</strong> from the Contractor is determined. It is<br />
16
expressly understood that the Contractor shall remain liable for any damages the<br />
<strong>City</strong> sustains in excess <strong>of</strong> any set<strong>of</strong>f.<br />
(e) The <strong>City</strong>'s remedies outlined in this Article 11 shall be in addition to any and all<br />
other legal or equitable remedies permissible.<br />
11.03 The <strong>City</strong> shall have the right to terminate this Contract at any time at its convenience by<br />
giving the Contractor five (5) business days written Notice <strong>of</strong> Termination for<br />
Convenience. As <strong>of</strong> the effective date <strong>of</strong> the termination, the <strong>City</strong> will be obligated to<br />
pay the Contractor the following: (a) the fees or commissions for Services completed and<br />
accepted in accordance with Exhibit A in the amounts provided for in Exhibit B; (b) the<br />
fees for Services performed but not completed prior to the date <strong>of</strong> termination in<br />
accordance with Exhibit A in the amounts set forth in the Contractor’s rate schedule as<br />
provided in Exhibit B; and (c) the Contractor's costs and expenses incurred prior to the<br />
date <strong>of</strong> the termination for items that are identified in Exhibit B. The amount due to the<br />
Contractor shall be reduced by payments already paid to the Contractor by the <strong>City</strong>. In<br />
no event shall the <strong>City</strong> pay the Contractor more than maximum price, if one is stated, <strong>of</strong><br />
this Contract.<br />
11.04 After receiving a Notice <strong>of</strong> Termination for Cause or Convenience, and except as<br />
otherwise directed by the <strong>City</strong>, the Contractor shall:<br />
(a) Stop work under the Contract on the date and to the extent specified in the Notice<br />
<strong>of</strong> Termination;<br />
(b)<br />
Obligate no additional Contract funds for payroll costs and other costs beyond<br />
such date as the <strong>City</strong> shall specify, and place no further orders on subcontracts for<br />
material, services, or facilities, except as may be necessary for completion <strong>of</strong> such<br />
portion <strong>of</strong> the Services under this Contract as is not terminated;<br />
(c)<br />
Terminate all orders and subcontracts to the extent that they relate to the portion<br />
<strong>of</strong> the Services terminated pursuant to the Notice <strong>of</strong> Termination;<br />
(d)<br />
Preserve all Records and submit to the <strong>City</strong> such Records and reports as the <strong>City</strong><br />
shall specify, and furnish to the <strong>City</strong> an inventory <strong>of</strong> all furnishings, equipment,<br />
and other property purchased for the Contract, if any, and carry out such<br />
17
directives as the <strong>City</strong> may issue concerning the safeguarding or disposition <strong>of</strong> files<br />
and property; and<br />
(e)<br />
Submit within thirty (30) days a final report <strong>of</strong> receipts and expenditures <strong>of</strong> funds<br />
relating to this Contract, and a list <strong>of</strong> all creditors, Subcontractors, lessors and<br />
other parties, if any, to whom the Contractor has become financially obligated<br />
pursuant to this Contract.<br />
11.05 After termination <strong>of</strong> the Contract, each party shall have the duty to assist the other party<br />
in the orderly termination <strong>of</strong> this Contract and the transfer <strong>of</strong> all rights and duties arising<br />
under the Contract, as may be necessary for the orderly, un-disrupted continuation <strong>of</strong> the<br />
business <strong>of</strong> each party.<br />
Article 12.<br />
Assignment<br />
12.01 The Contractor shall not assign, transfer, convey or otherwise dispose <strong>of</strong> any interest<br />
whatsoever in this Contract without the prior written consent <strong>of</strong> the <strong>City</strong>; however, claims<br />
for money due or to become due to the Contractor may be assigned to a financial<br />
institution without such approval. Notice <strong>of</strong> any assignment to a financial institution or<br />
transfer <strong>of</strong> such claims <strong>of</strong> money due or to become due shall be furnished promptly to the<br />
<strong>City</strong>. If the Contractor assigns all or any part <strong>of</strong> any monies due or to become due under<br />
this Contract, the instrument <strong>of</strong> assignment shall contain a clause stating that the right <strong>of</strong><br />
the assignee to any monies due or to become due shall be subject to prior liens <strong>of</strong> all<br />
persons, firms, and corporations for Services rendered or materials supplied for the<br />
performance <strong>of</strong> the Services called for in this Contract.<br />
Article 13.<br />
Subcontracting<br />
13.01 None <strong>of</strong> the Services covered by this Contract shall be subcontracted without the prior<br />
written approval <strong>of</strong> the <strong>City</strong> and, if required, any grantor agency. The <strong>City</strong> reserves the<br />
right to withhold approval <strong>of</strong> subcontracting such portions <strong>of</strong> the Services where the <strong>City</strong><br />
determines that such subcontracting is not in the <strong>City</strong>'s best interests.<br />
18
13.02 Each subcontract entered into shall provide that the provisions <strong>of</strong> this Contract shall<br />
apply to the Subcontractor and its Associates in all respects. The Contractor agrees to<br />
bind each Subcontractor and each Subcontractor shall agree to be bound by the terms <strong>of</strong><br />
the Contract ins<strong>of</strong>ar as applicable to the work or services performed by that<br />
Subcontractor.<br />
13.03.1The Contractor and the Subcontractor jointly and severally agree that no approval by the<br />
<strong>City</strong> <strong>of</strong> any proposed Subcontractor, nor any subcontract, nor anything in the Contract,<br />
shall create or be deemed to create any rights in favor <strong>of</strong> a Subcontractor and against the<br />
<strong>City</strong>, nor shall it be deemed or construed to impose upon the <strong>City</strong> any obligation, liability<br />
or duty to a Subcontractor, or to create any contractual relation whatsoever between a<br />
Subcontractor and the <strong>City</strong>.<br />
13.04 The provisions contained in this Article 13 shall apply to subcontracting by a<br />
Subcontractor <strong>of</strong> any portion <strong>of</strong> the work or services included in an approved subcontract.<br />
13.05 The Contractor agrees to indemnify, defend, and hold the <strong>City</strong> harmless against any<br />
claims initiated against the <strong>City</strong> pursuant to any subcontracts the Contractor enters into in<br />
performance <strong>of</strong> this Contract. The <strong>City</strong>'s approval <strong>of</strong> any Subcontractor shall not relieve<br />
the Contractor <strong>of</strong> any <strong>of</strong> its responsibilities, duties and liabilities under this Contract. The<br />
Contractor shall be solely responsible to the <strong>City</strong> for the acts or defaults <strong>of</strong> its<br />
Subcontractors and <strong>of</strong> each Subcontractor's Associates, each <strong>of</strong> whom shall for this<br />
purpose be deemed to be the agent or employee <strong>of</strong> the Contractor.<br />
Article 14.<br />
Conflict <strong>of</strong> Interest<br />
14.01 The Contractor covenants that it presently has no interest and shall not acquire any<br />
interest, direct or indirect, that would conflict in any manner or degree with the<br />
performance <strong>of</strong> the Services under this Contract. The Contractor further covenants that in<br />
the performance <strong>of</strong> this Contract no person having any such interest shall be employed by<br />
it.<br />
19
14.02 The Contractor further covenants that no <strong>of</strong>ficer, agent, or employee <strong>of</strong> the <strong>City</strong> and no<br />
other public <strong>of</strong>ficial who exercises any functions or responsibilities in the review or<br />
approval <strong>of</strong> the undertaking or performance <strong>of</strong> this Contract has any personal or financial<br />
interest, direct or indirect, in this Contract or in its proceeds, whether such interest arises<br />
by way <strong>of</strong> a corporate entity, partnership, or otherwise.<br />
14.03 The Contractor warrants (a) that it has not employed and will not employ any person to<br />
solicit or secure this Contract upon any agreement or arrangement for payment <strong>of</strong> a<br />
commission, percentage, brokerage fee, or contingent fee, other than bona fide employees<br />
working solely for the Contractor either directly or indirectly, and (b) that if this warranty<br />
is breached, the <strong>City</strong> may, at its option, terminate this Contract without penalty, liability<br />
or obligation, or may, at its option, deduct from any amounts owed to the Contractor<br />
under this Contract any portion <strong>of</strong> any such commission, percentage, brokerage, or<br />
contingent fee.<br />
14.04 The Contractor covenants not to employ an employee <strong>of</strong> the <strong>City</strong> for a period <strong>of</strong> one (1)<br />
year after the date <strong>of</strong> termination <strong>of</strong> this Contract without written <strong>City</strong> approval.<br />
Article 15.<br />
Confidential Information<br />
15.01 In order that the Contractor may effectively fulfill its covenants and obligations under<br />
this Contract, it may be necessary or desirable for the <strong>City</strong> to disclose confidential and<br />
proprietary information to the Contractor or its Associates pertaining to the <strong>City</strong>'s past,<br />
present and future activities. Since it is difficult to separate confidential and proprietary<br />
information from that which is not, the Contractor shall regard, and shall instruct its<br />
Associates to regard, all information gained as confidential and such information shall<br />
not be disclosed to any organization or individual without the prior consent <strong>of</strong> the <strong>City</strong>.<br />
The above obligation shall not apply to information already in the public domain or<br />
information required to be disclosed by a court order.<br />
15.02 The Contractor agrees to take appropriate action with respect to its Associates to ensure<br />
that the foregoing obligations <strong>of</strong> non-use and non-disclosure <strong>of</strong> confidential information<br />
shall be fully satisfied.<br />
20
Article 16.<br />
Compliance With Laws<br />
16.01 The Contractor shall comply with and shall require its Associates to comply with all<br />
applicable federal, state and local laws.<br />
16.02 The Contractor shall hold the <strong>City</strong> harmless with respect to any damages arising from any<br />
violation <strong>of</strong> law by it or its Associates. The Contractor shall commit no trespass on any<br />
public or private property in performing any <strong>of</strong> the Services encompassed by this<br />
Contract. The Contractor shall require as part <strong>of</strong> any subcontract that the Subcontractor<br />
comply with all applicable laws and regulations.<br />
Article 17.<br />
Amendments<br />
17.01 The <strong>City</strong> may consider it in its best interest to change, modify or extend a covenant, term<br />
or condition <strong>of</strong> this Contract or require the Contractor to perform Additional Services that<br />
are not contained within the Scope <strong>of</strong> Services as set forth in Exhibit A. Any such<br />
change, addition, deletion, extension or modification <strong>of</strong> Services may require that the<br />
compensation paid to the Contractor by the <strong>City</strong> be proportionately adjusted, either<br />
increased or decreased, to reflect such modification. If the <strong>City</strong> and the Contractor<br />
mutually agree to any changes or modification <strong>of</strong> this Contract, the modification shall be<br />
incorporated into this Contract by written Amendment.<br />
17.02 Compensation shall not be modified unless there is a corresponding modification in the<br />
Services sufficient to justify such an adjustment. If there is any dispute as to<br />
compensation, the Contractor shall continue to perform the Services under this Contract<br />
until the dispute is resolved.<br />
17.03 No Amendment to this Contract shall be effective and binding upon the parties unless it<br />
expressly makes reference to this Contract, is in writing, is signed and acknowledged by<br />
duly authorized representatives <strong>of</strong> both parties, is approved by the appropriate <strong>City</strong><br />
departments and the <strong>City</strong> Council, and is signed by the Purchasing Director.<br />
21
17.04 The <strong>City</strong> shall not be bound by Unauthorized Acts <strong>of</strong> its employees, agents, or<br />
representatives with regard to any dealings with the Contractor and any <strong>of</strong> its Associates.<br />
Article 18.<br />
Fair Employment Practices<br />
18.01 The Contractor shall comply with, and shall require any Subcontractor to comply with,<br />
all federal, state and local laws governing fair employment practices and equal<br />
employment opportunities.<br />
18.02 The Contractor agrees that it shall, at the point in time it solicits any subcontract, notify<br />
the potential Subcontractor <strong>of</strong> their joint obligations relative to non-discrimination under<br />
this Contract, and shall include the provisions <strong>of</strong> this Article 18 in any subcontract, as<br />
well as provide the <strong>City</strong> a copy <strong>of</strong> any subcontract upon request.<br />
18.03 Breach <strong>of</strong> the terms and conditions <strong>of</strong> this Article 18 shall constitute a material breach <strong>of</strong><br />
this Contract and may be governed by the provisions <strong>of</strong> Article 11, "Default and<br />
Termination."<br />
Article 19.<br />
Notices<br />
19.01 All notices, consents, approvals, requests and other communications ("Notices") required<br />
or permitted under this Contract shall be given in writing, mailed by postage prepaid,<br />
certified or registered first-class mail, return receipt requested, and addressed as follows:<br />
If to the<br />
Department on behalf <strong>of</strong> the <strong>City</strong>:<br />
<strong>City</strong> <strong>of</strong> <strong>Detroit</strong><br />
Department <strong>of</strong><br />
<strong>Detroit</strong>, MI<br />
Attention: Mr./Ms.<br />
If to the Contractor:<br />
22
____________________________________<br />
____________________________________<br />
Attention: Mr./Ms.<br />
19.02 All Notices shall be deemed given on the day <strong>of</strong> mailing. Either party to this Contract<br />
may change its address for the receipt <strong>of</strong> Notices at any time by giving notice <strong>of</strong> the<br />
address change to the other party. Any Notice given by a party to this Contract must be<br />
signed by an authorized representative <strong>of</strong> such party.<br />
19.03 The Contractor agrees that service <strong>of</strong> process at the address and in the manner specified<br />
in this Article 19 shall be sufficient to put the Contractor on notice <strong>of</strong> such action and<br />
waives any and all claims relative to such notice.<br />
Article 20.<br />
Proprietary Rights and Indemnity<br />
20.01 The Contractor shall not relinquish any proprietary rights in its intellectual property<br />
(copyright, patent, and trademark), trade secrets or confidential information as a result <strong>of</strong><br />
the Services provided under this Contract. Any Work Product provided to the <strong>City</strong> under<br />
this Contract shall not include the Contractor’s proprietary rights, except to the extent<br />
licensed to the <strong>City</strong>.<br />
20.02 The <strong>City</strong> shall not relinquish any <strong>of</strong> its proprietary rights, including, but not limited to, its<br />
data, privileged or confidential information, or methods and procedures, as a result <strong>of</strong> the<br />
Services provided under this Contract.<br />
20.03 The parties acknowledge that should the performance <strong>of</strong> this Contract result in the<br />
development <strong>of</strong> new proprietary and secret concepts, methods, techniques, processes,<br />
adaptations, discoveries, improvements and ideas ("Discoveries"), and to the extent said<br />
Discoveries do not include modifications, enhancements, configurations, translations,<br />
derivative works, and interfaces from the Contractor’s intellectual property, trade secrets<br />
or confidential information, said Discoveries shall be deemed “Work(s) for Hire” and<br />
23
shall be promptly reported to the <strong>City</strong> and shall belong solely and exclusively to the <strong>City</strong><br />
without regard to their origin, and the Contractor shall not, other than in the performance<br />
<strong>of</strong> this Contract, make use <strong>of</strong> or disclose said Discoveries to anyone. At the <strong>City</strong>'s<br />
request, the Contractor shall execute all documents and papers and shall furnish all<br />
reasonable assistance requested in order to establish in the <strong>City</strong> all right, title and interest<br />
in said Discoveries or to enable the <strong>City</strong> to apply for United States patents or copyrights<br />
for said Discoveries, if the <strong>City</strong> elects to do so.<br />
20.04 Any Work Product provided by the Contractor to the <strong>City</strong> under this Contract shall not be<br />
disclosed, published, copyrighted or patented, in whole or in part, by the Contractor. The<br />
right to the copyright or patent in such Work Product shall rest exclusively in the <strong>City</strong>.<br />
Further, the <strong>City</strong> shall have unrestricted and exclusive authority to publish, disclose,<br />
distribute and otherwise use, in whole or in part, any <strong>of</strong> the Work Product. If Work<br />
Product is prepared for publication, it shall carry the following notation on the front cover<br />
or title page: "This document was prepared for, and is the exclusive property <strong>of</strong>, the <strong>City</strong><br />
<strong>of</strong> <strong>Detroit</strong>, Michigan, a municipal corporation."<br />
20.05 The Contractor warrants that the performance <strong>of</strong> this Contract shall not infringe upon or<br />
violate any patent, copyright, trademark, trade secret or proprietary right <strong>of</strong> any third<br />
party. In the event <strong>of</strong> any legal action related to the above obligations <strong>of</strong> the Contractor<br />
filed by a third party against the <strong>City</strong>, the Contractor shall, at its sole expense, indemnify,<br />
defend and hold the <strong>City</strong> harmless against any loss, cost, expense or liability arising out<br />
<strong>of</strong> such claim, whether or not such claim is successful.<br />
20.06 The making <strong>of</strong> payments, including partial payments by the <strong>City</strong> to the Contractor, shall<br />
vest in the <strong>City</strong> title to, and the right to take possession <strong>of</strong>, all Work Product produced by<br />
the Contractor up to the time <strong>of</strong> such payments, and the <strong>City</strong> shall have the right to use<br />
said Work Product for public purposes without further compensation to the Contractor or<br />
to any other person.<br />
20.07 Upon the completion or other termination <strong>of</strong> this Contract, all finished or unfinished<br />
Work Product prepared by the Contractor shall, at the option <strong>of</strong> the <strong>City</strong>, become the<br />
<strong>City</strong>'s sole and exclusive property whether or not in the Contractor's possession. Such<br />
Work Product shall be free from any claim or retention <strong>of</strong> rights on the part <strong>of</strong> the<br />
24
Contractor and shall promptly be delivered to the <strong>City</strong> upon the <strong>City</strong>'s request. The <strong>City</strong><br />
shall return all <strong>of</strong> the Contractor's property to it. The Contractor acknowledges that any<br />
intentional failure or unreasonable delay on its part to deliver the Work Product to the<br />
<strong>City</strong> will cause irreparable harm to the <strong>City</strong> not adequately compensable in damages and<br />
for which the <strong>City</strong> has no adequate remedy at law. The Contractor accordingly agrees<br />
that the <strong>City</strong> may in such event seek and obtain injunctive relief in a court <strong>of</strong> competent<br />
jurisdiction to compel delivery <strong>of</strong> the Work Product, to which injunctive relief the<br />
Contractor consents, as well as seek and obtain all applicable damages and costs. The<br />
<strong>City</strong> shall have full and unrestricted use <strong>of</strong> the Work Product for the purpose <strong>of</strong><br />
completing the Services.<br />
Article 21.<br />
Force Majeure<br />
21.01 No failure or delay in performance <strong>of</strong> this Contract, by either party, shall be deemed to be<br />
a breach there<strong>of</strong> when such failure or delay is caused by a force majeure event including,<br />
but not limited to, any Act <strong>of</strong> God, strikes, lockouts, wars, acts <strong>of</strong> terrorism, riots,<br />
epidemics, explosions, sabotage, breakage or accident to equipment, the binding order <strong>of</strong><br />
any court or governmental authority, or any other cause, whether <strong>of</strong> the kind herein<br />
enumerated or otherwise, not within the control <strong>of</strong> a party. In the event <strong>of</strong> a dispute<br />
between the parties with regard to what constitutes a force majeure event, the <strong>City</strong>’s<br />
reasonable determination shall be controlling.<br />
Article 22.<br />
Waiver<br />
22.01 The <strong>City</strong> shall not be deemed to have waived any <strong>of</strong> its rights under this Contract unless<br />
such waiver is in writing and signed by the <strong>City</strong>.<br />
22.02 No delay or omission on the part <strong>of</strong> the <strong>City</strong> in exercising any right shall operate as a<br />
waiver <strong>of</strong> such right or any other right. A waiver on any one (1) occasion shall not be<br />
construed as a waiver <strong>of</strong> any right on any future occasion.<br />
22.03 No failure by the <strong>City</strong> to insist upon the strict performance <strong>of</strong> any covenant, agreement,<br />
term or condition <strong>of</strong> this Contract or to exercise any right, term or remedy consequent<br />
25
upon its breach shall constitute a waiver <strong>of</strong> such covenant, agreement, term, condition, or<br />
breach.<br />
Article 23.<br />
Miscellaneous<br />
23.01 If any provision <strong>of</strong> this Contract or its application to any person or circumstance shall to<br />
any extent be invalid or unenforceable, the remainder <strong>of</strong> this Contract shall not be<br />
affected and shall remain valid and enforceable to the fullest extent permitted by law.<br />
23.02 This Contract contains the entire agreement between the parties and all prior negotiations<br />
and agreements are merged into this Contract. Neither the <strong>City</strong> nor the <strong>City</strong>'s agents have<br />
made any representations except those expressly set forth in this Contract, and no rights<br />
or remedies are, or shall be, acquired by the Contractor by implication or otherwise<br />
unless expressly set forth in this Contract. The Contractor waives any defense it may<br />
have to the validity <strong>of</strong> the execution <strong>of</strong> this Contract.<br />
23.03 Unless the context otherwise expressly requires, the words "herein," "here<strong>of</strong>," and<br />
"hereunder," and other words <strong>of</strong> similar import, refer to this Contract as a whole and not<br />
to any particular section or subdivision.<br />
23.04 The headings <strong>of</strong> the sections <strong>of</strong> this Contract are for convenience only and shall not be<br />
used to construe or interpret the scope or intent <strong>of</strong> this Contract or in any way affect the<br />
same.<br />
23.05 This Contract and all actions arising under it shall be governed by, subject to, and<br />
construed according to the law <strong>of</strong> the State <strong>of</strong> Michigan. The Contractor agrees, consents<br />
and submits to the exclusive personal jurisdiction <strong>of</strong> any state or federal court <strong>of</strong><br />
competent jurisdiction in Wayne County, Michigan, for any action arising out <strong>of</strong> this<br />
Contract. The Contractor also agrees that it shall not commence any action against the<br />
<strong>City</strong> because <strong>of</strong> any matter whatsoever arising out <strong>of</strong> or relating to the validity,<br />
construction, interpretation and enforcement <strong>of</strong> this Contract in any state or federal court<br />
<strong>of</strong> competent jurisdiction other than one in Wayne County, Michigan.<br />
23.06 If any Associate <strong>of</strong> the Contractor shall take any action that, if done by a party, would<br />
constitute a breach <strong>of</strong> this Contract, the same shall be deemed a breach by the Contractor.<br />
26
23.07 The rights and remedies set forth in this Contract are not exclusive and are in addition to<br />
any <strong>of</strong> the rights or remedies provided by law or equity.<br />
23.08 For purpose <strong>of</strong> the hold harmless and indemnity provisions contained in this Contract, the<br />
term "<strong>City</strong>" shall be deemed to include the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> and all other associated,<br />
affiliated, allied or subsidiary entities or commissions, now existing or subsequently<br />
created, and their <strong>of</strong>ficers, agents, representatives, and employees.<br />
23.09 The Contractor covenants that it is not, and shall not become, in arrears to the <strong>City</strong> upon<br />
any contract, debt, or other obligation to the <strong>City</strong> including, without limitation, real<br />
property, personal property and income taxes, and water, sewage or other utility bills.<br />
23.10 This Contract may be executed in any number <strong>of</strong> originals, any one <strong>of</strong> which shall be<br />
deemed an accurate representation <strong>of</strong> this Contract. Promptly after the execution <strong>of</strong> this<br />
Contract, the <strong>City</strong> shall provide a copy to the Contractor.<br />
23.11 As used in this Contract, the singular shall include the plural, the plural shall include the<br />
singular, and a reference to either gender shall be applicable to both.<br />
23.12 The rights and benefits under this Contract shall inure to the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> and its<br />
agents, successors, and assigns.<br />
23.13 The <strong>City</strong> shall have the right to recover by set<strong>of</strong>f from any payment owed to the<br />
Contractor all delinquent withholding, income, corporate and property taxes owed to the<br />
<strong>City</strong> by the Contractor, any amounts owed to the <strong>City</strong> by the Contractor under this<br />
Contract or other contracts, and any other debt owed to the <strong>City</strong> by the Contractor.<br />
(Signatures appear on next page)<br />
27
The <strong>City</strong> and the Contractor, by and through their duly authorized <strong>of</strong>ficers and<br />
representatives, have executed this Contract as follows:<br />
Witnesses:<br />
Contractor:<br />
1. By:<br />
Name<br />
Name<br />
2. Its:<br />
Name<br />
Title<br />
Witnesses:<br />
<strong>City</strong> <strong>of</strong> <strong>Detroit</strong><br />
Department:<br />
1. By:<br />
Name<br />
Name<br />
2. Its:<br />
Name<br />
Title<br />
28
THIS CONTRACT WAS APPROVED<br />
BY THE CITY COUNCIL ON:<br />
APPROVED BY LAW DEPARTMENT<br />
PURSUANT <strong>TO</strong> § 6-406 OF THE<br />
CHARTER OF THE CITY OF DETROIT<br />
Date<br />
Purchasing Director Date Corporation Counsel Date<br />
THIS CONTRACT IS NOT VALID OR AUTHORIZED UNTIL APPROVED BY<br />
RESOLUTION OF THE CITY COUNCIL AND SIGNED BY THE PURCHASING<br />
DIREC<strong>TO</strong>R.<br />
29
EXHIBIT A<br />
SCOPE OF SERVICES<br />
I. Notice to Proceed<br />
The term <strong>of</strong> this Contract shall begin on _____________________, 20_________ and<br />
shall terminate on __________________________, 20________. The Contractor shall<br />
commence performance <strong>of</strong> this Contract upon receipt <strong>of</strong> a written “Notice to Proceed” from the<br />
<strong>City</strong> and in the manner specified in the Notice to Proceed.<br />
II.<br />
Services to be Performed<br />
[To be developed on the basis <strong>of</strong> the scope, and associated requirements provided in the General<br />
Conditions, Special Conditions and Specific Requirements]<br />
30
EXHIBIT B<br />
FEE SCHEDULE<br />
I. General<br />
Payment for the proper performance <strong>of</strong> the Services shall be contingent upon receipt by<br />
the <strong>City</strong> <strong>of</strong> invoices for payment. Each invoice shall certify the total cost, itemizing costs when<br />
applicable. Each invoice must be received by the <strong>City</strong> not more than thirty (30) days after the<br />
close <strong>of</strong> the calendar month in which the services were rendered and must be signed by an<br />
authorized <strong>of</strong>ficer or designee <strong>of</strong> the Contractor.<br />
II.<br />
Per Trip Fees<br />
[As provided in the proposal or BAFO]<br />
III.<br />
Project Billing<br />
[As provided in the General Conditions, Special Conditions and Specific Requirements]<br />
31
CITY ACKNOWLEDGMENT<br />
STATE OF )<br />
)SS.<br />
COUNTY OF )<br />
The foregoing contract was acknowledged before me the _______ day <strong>of</strong> ____________,<br />
20___, by _____________________________________________________________________,<br />
(name <strong>of</strong> person who signed the contract)<br />
the __________________________________________________________________________,<br />
(title <strong>of</strong> person who signed the contract as it appears on the contract)<br />
<strong>of</strong> ___________________________________________________________________________,<br />
(complete name <strong>of</strong> the <strong>City</strong> department)<br />
on behalf <strong>of</strong> the <strong>City</strong>.<br />
Notary Public, County <strong>of</strong><br />
State <strong>of</strong><br />
My commission expires:<br />
32
CORPORATE ACKNOWLEDGMENT<br />
STATE OF )<br />
)SS.<br />
COUNTY OF )<br />
The foregoing contract was acknowledged before me the _______ day <strong>of</strong> ____________,<br />
20___, by _____________________________________________________________________,<br />
(name <strong>of</strong> person who signed the contract)<br />
the __________________________________________________________________________,<br />
(title <strong>of</strong> person who signed the contract as it appears on the contract)<br />
<strong>of</strong> ___________________________________________________________________________,<br />
(complete name <strong>of</strong> the corporation)<br />
on behalf <strong>of</strong> the Corporation.<br />
Notary Public, County <strong>of</strong><br />
State <strong>of</strong><br />
My commission expires:<br />
33
LIMITED LIABILITY COMPANY<br />
ACKNOWLEDGMENT<br />
STATE OF )<br />
)SS.<br />
COUNTY OF )<br />
The foregoing contract was acknowledged before me the _______ day <strong>of</strong> ____________,<br />
20___, by _____________________________________________________________________,<br />
(name <strong>of</strong> person who signed the contract)<br />
the __________________________________________________________________________,<br />
(title <strong>of</strong> person who signed the contract as it appears on the contract)<br />
<strong>of</strong> ___________________________________________________________________________,<br />
(complete name <strong>of</strong> the limited liability company)<br />
on behalf <strong>of</strong> the limited liability company.<br />
Notary Public, County <strong>of</strong><br />
State <strong>of</strong><br />
My commission expires:<br />
34
PARTNERSHIP<br />
ACKNOWLEDGMENT<br />
STATE OF )<br />
)SS.<br />
COUNTY OF )<br />
The foregoing contract was acknowledged before me the _______ day <strong>of</strong> ____________,<br />
20___, by _____________________________________________________________________,<br />
(name <strong>of</strong> person who signed the contract)<br />
the __________________________________________________________________________,<br />
(title <strong>of</strong> person who signed the contract as it appears on the contract)<br />
<strong>of</strong> ___________________________________________________________________________,<br />
(complete name <strong>of</strong> the partnership)<br />
on behalf <strong>of</strong> the partnership.<br />
Notary Public, County <strong>of</strong><br />
State <strong>of</strong><br />
My commission expires:<br />
35
UNINCORPORATED ASSOCIATION<br />
ACKNOWLEDGMENT<br />
STATE OF )<br />
)SS.<br />
COUNTY OF )<br />
The foregoing contract was acknowledged before me the _______ day <strong>of</strong> ____________,<br />
20___, by _____________________________________________________________________,<br />
(name <strong>of</strong> person who signed the contract)<br />
the __________________________________________________________________________,<br />
(title <strong>of</strong> person who signed the contract as it appears on the contract)<br />
<strong>of</strong> ___________________________________________________________________________,<br />
(complete name <strong>of</strong> the unincorporated association)<br />
on behalf <strong>of</strong> the unincorporated association.<br />
Notary Public, County <strong>of</strong><br />
State <strong>of</strong><br />
My commission expires:<br />
36
SOLE PROPRIE<strong>TO</strong>R ACKNOWLEDGMENT<br />
STATE OF )<br />
)SS.<br />
COUNTY OF )<br />
The foregoing contract was acknowledged before me the _______ day <strong>of</strong> ____________,<br />
20___, by _____________________________________________________________________,<br />
(name <strong>of</strong> person who signed the contract)<br />
to me known to be the person described in and who executed the foregoing instrument and<br />
acknowledged that he (she) executed the same as his (her) free and voluntary act and deed.<br />
Notary Public, County <strong>of</strong><br />
State <strong>of</strong><br />
My commission expires:<br />
37
INDIVIDUAL ACKNOWLEDGMENT<br />
STATE OF )<br />
)SS.<br />
COUNTY OF )<br />
The foregoing contract was acknowledged before me the _______ day <strong>of</strong> ____________,<br />
20___, by _____________________________________________________________________,<br />
(name <strong>of</strong> person who signed the contract)<br />
to me known to be the person described in and who executed the foregoing instrument and<br />
acknowledged that he (she) executed the same as his (her) free and voluntary act and deed.<br />
Notary Public, County <strong>of</strong><br />
State <strong>of</strong><br />
My commission expires:<br />
38
CORPORATION CERTIFICATE OF AUTHORITY<br />
I, ___________________________________________________, Corporate Secretary <strong>of</strong><br />
(name <strong>of</strong> corporate secretary)<br />
________________________________________________, a ___________________________<br />
(complete name <strong>of</strong> corporation)<br />
(state <strong>of</strong> incorporation)<br />
_______________________ corporation (the "Corporation"), DO HEREBY CERTIFY that the<br />
(non-pr<strong>of</strong>it or for pr<strong>of</strong>it)<br />
following is a true and correct excerpt from the minutes <strong>of</strong> the meeting <strong>of</strong> the Board <strong>of</strong> Directors<br />
duly called and held on __________________, and that the same is now in full force and effect:<br />
(date <strong>of</strong> meeting)<br />
"RESOLVED, that the Chairman, the President, each Vice President, the Treasurer, and<br />
the Secretary and each <strong>of</strong> them, is authorized to execute and deliver, in the name <strong>of</strong> and<br />
on behalf <strong>of</strong> the Corporation and under its corporate seal or otherwise, any agreement or<br />
other instrument or document ('Contract') in connection with any matter or transaction<br />
that shall have been duly approved; and the execution and delivery <strong>of</strong> any Contract by<br />
any <strong>of</strong> the aforementioned <strong>of</strong>ficers shall be conclusive evidence <strong>of</strong> such approval."<br />
FURTHER, I CERTIFY that _________________________ is Chairman,<br />
________________________________________________________ is President,<br />
________________________________________________________ is (are) Vice President(s),<br />
________________________________________________________ is Treasurer,<br />
________________________________________________________ is Secretary,<br />
________________________________________________________ is Executive Director, and<br />
________________________________________________________ is ___________________.<br />
FURTHER, I CERTIFY that any <strong>of</strong> the aforementioned <strong>of</strong>ficers or employees <strong>of</strong> the<br />
Corporation are authorized to execute and commit the Corporation to the conditions, obligations,<br />
stipulations and undertakings contained in the foregoing Contract between the <strong>City</strong> and the<br />
above-referenced Corporation and that all necessary corporate approvals have been obtained in<br />
relationship thereto.<br />
IN WITNESS THEREOF, I have set my hand this _____ day <strong>of</strong> __________, 20 ____.<br />
CORPORATE SEAL<br />
(if any)<br />
39<br />
Corporation Secretary<br />
PLEASE NOTE THAT THE PERSON WHO SIGNS THE CONTRACT ON BEHALF OF<br />
YOUR CORPORATION MUST BE ONE OF THE INDIVIDUALS LISTED ABOVE AS
PERSON AUTHORIZED <strong>TO</strong> EXECUTE CONTRACTS IN THE NAME OF AND ON<br />
BEHALF OF THE CORPORATION.<br />
40
LIMITED LIABILITY COMPANY<br />
CERTIFICATE OF AUTHORITY<br />
I, _________________________________________________, a Manager or Member <strong>of</strong><br />
(name <strong>of</strong> manager)<br />
_____________________________, L.L.C., a limited liability company (the "Company"), DO HEREBY<br />
(name <strong>of</strong> company)<br />
CERTIFY that I am a Manager or Member <strong>of</strong> the Company who has the authority to act as an agent <strong>of</strong><br />
the Company in executing this Certificate <strong>of</strong> Authority. I further certify that the following individuals are<br />
Managers or Members <strong>of</strong> the Company who have the authority to execute and commit the Company to<br />
the conditions, obligations, stipulations and undertakings contained in the foregoing Contract between the<br />
<strong>City</strong> and the Company:<br />
FURTHER, I CERTIFY that all necessary approvals by the Managers or Members <strong>of</strong> the<br />
Company have been obtained with respect to the execution <strong>of</strong> said Contract.<br />
IN WITNESS THEREOF, I have set my hand this _____ day <strong>of</strong> __________, 20 ____.<br />
COMPANY SEAL<br />
(if any)<br />
Manager or Member<br />
PLEASE NOTE THAT THE PERSON WHO SIGNS THE CONTRACT ON BEHALF OF YOUR<br />
LIMITED LIABILITY COMPANY MUST BE ONE OF THE INDIVIDUALS LISTED ABOVE<br />
AS A PERSON AUTHORIZED <strong>TO</strong> EXECUTE CONTRACTS IN THE NAME OF AND ON<br />
BEHALF OF THE LIMITED LIABILITY COMPANY.<br />
41
PARTNERSHIP<br />
CERTIFICATE OF AUTHORITY<br />
I, _______________________, a General Partner in _____________________________,<br />
(name <strong>of</strong> general partner)<br />
(complete name <strong>of</strong> partnership)<br />
a _____________________ County, _______________________Partnership (the "Partnership")<br />
(county <strong>of</strong> registration)<br />
(state in which county lies)<br />
DO HEREBY CERTIFY that I am a General Partner in the Partnership formulated pursuant to<br />
a Partnership Agreement dated _______________________, and that the following is a true and<br />
(date <strong>of</strong> meeting)<br />
correct excerpt from the minutes <strong>of</strong> the meeting <strong>of</strong> the General Partnership held on ___________<br />
and that the same is now in full force and effect:<br />
"RESOLVED, that each General Partner is authorized to execute and deliver, in the<br />
name and on behalf <strong>of</strong> the Partnership, any agreement or other instrument or document<br />
('Contract') in connection with any matter or transaction that shall have been duly<br />
approved; and the execution and delivery <strong>of</strong> any Contract by a general partner shall be<br />
conclusive evidence <strong>of</strong> such approval."<br />
FURTHER, I CERTIFY that the following persons are General Partners:<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
FURTHER, I CERTIFY that any <strong>of</strong> the aforementioned General Partners <strong>of</strong> the<br />
Partnership are authorized to execute and commit the Partnership to the conditions, obligations,<br />
stipulations and undertakings contained in the foregoing Contract between the <strong>City</strong> and the<br />
above-referenced partnership and that all necessary approvals have been obtained in relationship<br />
thereto.<br />
IN WITNESS THEREOF, I have set my hand this _____ day <strong>of</strong> __________, 20 ____.<br />
CORPORATE SEAL<br />
(if any)<br />
42<br />
General Partner<br />
PLEASE NOTE THAT THE PERSON WHO SIGNS THE CONTRACT ON BEHALF OF YOUR PARTNERSHIP<br />
MUST BE ONE OF THE INDIVIDUALS LISTED ABOVE AS A PERSON AUTHORIZED <strong>TO</strong> EXECUTE<br />
CONTRACTS IN THE NAME OF AND ON BEHALF OF THE PARTNERSHIP.
UNINCORPORATED ASSOCIATION<br />
CERTIFICATE OF AUTHORITY<br />
I, _____________________________, Secretary <strong>of</strong> _____________________________,<br />
(name <strong>of</strong> association secretary)<br />
(complete name <strong>of</strong> association)<br />
an unincorporated association (the "Association"), DO HEREBY CERTIFY that the following<br />
is a true and correct excerpt from the minutes <strong>of</strong> the meeting <strong>of</strong> the Board <strong>of</strong> Directors duly<br />
called and held on __________________, and that the same is now in full force and effect:<br />
(date <strong>of</strong> meeting)<br />
"RESOLVED, that the Chairman, the President, each Vice President, the Treasurer, and<br />
the Secretary and each <strong>of</strong> them, is authorized to execute and deliver, in the name <strong>of</strong> and<br />
on behalf <strong>of</strong> the Association and under its Association seal or otherwise, any agreement<br />
or other instrument or document ('Contract') in connection with any matter or transaction<br />
that shall have been duly approved; and the execution and delivery <strong>of</strong> any Contract by<br />
any <strong>of</strong> the aforementioned <strong>of</strong>ficers shall be conclusive evidence <strong>of</strong> such approval."<br />
FURTHER, I CERTIFY that _________________________ is Chairman,<br />
________________________________________________________ is President,<br />
________________________________________________________ is (are) Vice President(s),<br />
________________________________________________________ is Treasurer,<br />
________________________________________________________ is Secretary,<br />
________________________________________________________ is Executive Director, and<br />
________________________________________________________ is ___________________.<br />
FURTHER, I CERTIFY that any <strong>of</strong> the aforementioned <strong>of</strong>ficers <strong>of</strong> the Association are<br />
authorized to execute or guarantee and commit the Association to the conditions, obligations,<br />
stipulations, and undertakings contained in the foregoing Contract between the <strong>City</strong> and the<br />
above-referenced Association and that all necessary Association approvals have been obtained in<br />
relationship thereto.<br />
IN WITNESS THEREOF, I have set my hand this _____ day <strong>of</strong> __________, 20 ____.<br />
CORPORATE SEAL<br />
(if any)<br />
____________________________________<br />
Association Secretary<br />
PLEASE NOTE THAT THE PERSON WHO SIGNS THE CONTRACT ON BEHALF OF<br />
YOUR ASSOCIATION MUST BE ONE OF THE INDIVIDUALS LISTED ABOVE AS A<br />
PERSON AUTHORIZED <strong>TO</strong> EXECUTE CONTRACTS IN THE NAME OF AND ON<br />
BEHALF OF THE ASSOCIATION.<br />
43
SECTION VI<br />
PROPOSER <strong>FOR</strong>MS &<br />
CLEARANCE <strong>REQUEST</strong>S
SECTION VI – PROPOSER’S <strong>FOR</strong>MS<br />
Any contract/purchase order resulting from this solicitation shall include the forms indicated<br />
below [X]. Proposers/Bidders shall complete the required forms and return them, along with the<br />
checklist, with the signed bid/proposal document. Failure to submit the required forms shall be a<br />
basis for rejection <strong>of</strong> your bid/proposal.<br />
[ X] <strong>FOR</strong>M A - Acknowledgment <strong>of</strong> Receipt <strong>of</strong> Addenda<br />
[ ] <strong>FOR</strong>M B - Request for Substitution<br />
[ X ] <strong>FOR</strong>M C - Bidder’s Certification Statement<br />
[ X ] <strong>FOR</strong>M C-1 Certification <strong>of</strong> Compliance with Drug and Alcohol Policy and Testing<br />
Program<br />
[ X ] <strong>FOR</strong>M D - Certificate Regarding Ineligible Contractors<br />
[ ] <strong>FOR</strong>M E-1 Buy America Certificate <strong>of</strong> Compliance or Non-Compliance with 49 USC<br />
5323(j)(1)<br />
[ ] <strong>FOR</strong>M E-3 Buy America Certificate <strong>of</strong> Compliance or Non-Compliance with 49 USC<br />
5323(j)(2)(C)<br />
[ ] <strong>FOR</strong>M F - Cargo Preference Certificate<br />
[ ] <strong>FOR</strong>M G - Reserved<br />
[ X ] <strong>FOR</strong>M H - Certification <strong>of</strong> Compliance with Federal Affirmative Action<br />
Requirements (First Tier Sub-Contractor)<br />
[ X ] <strong>FOR</strong>M I - DDOT RFP/BID Disadvantage Business Enterprise Program<br />
Requirements<br />
[ X ] <strong>FOR</strong>M I-1 DDOT DBE Affidavit (Enclosures IA and IB)<br />
[ X ] <strong>FOR</strong>M I-2 DBE Letter <strong>of</strong> Intent to Perform as a Subcontractor (Enclosure 2)<br />
[ ] <strong>FOR</strong>M I-3 Schedule A - Information for Determining Disadvantage Business<br />
Enterprise/Women Business Enterprise (DBE/WBE) Eligibility<br />
[ X ] <strong>FOR</strong>M I-4 DBE Utilization Plan (Enclosures 3A and 3B)<br />
PF - 1
SECTION VI – PROPOSER’S <strong>FOR</strong>MS<br />
[ X ] <strong>FOR</strong>M I-5 DBE Unavailability Certification (Enclosure 4)<br />
[ X ] <strong>FOR</strong>M J - Suspensions and Debarment<br />
[ ] <strong>FOR</strong>M K-1 Motor Vehicle Safety Standards and Pollution Requirements Certificate<br />
[ ] <strong>FOR</strong>M K-2 Certification <strong>of</strong> Compliance with Clean Air and Clean Water Act<br />
[ ] <strong>FOR</strong>M L - Affirmative Action Requirements Construction Trade Workforce<br />
Utilization Analysis<br />
[ X ] <strong>FOR</strong>M M - Disclosure <strong>of</strong> Lobbying Activities<br />
[ ] <strong>FOR</strong>M N - Transit Vehicle Manufacturer’s Certification <strong>of</strong> Compliance with<br />
Subpart D, 49 CFR Part 23<br />
[ ] <strong>FOR</strong>M P-1 Bid Bond<br />
[ ] <strong>FOR</strong>M P-2 Irrevocable Letter <strong>of</strong> Credit<br />
[ ] <strong>FOR</strong>M P-3 Performance Bond<br />
[ ] <strong>FOR</strong>M P-4 Payment Bond<br />
[ X ] <strong>FOR</strong>M Q Responsibility <strong>of</strong> Bidder/Proposer-Instructions<br />
[ X ] <strong>FOR</strong>M Q-1 Identity <strong>of</strong> Proposer<br />
[ X ] <strong>FOR</strong>M Q-2 Proposer’s Representation<br />
[ X ] <strong>FOR</strong>M Q-3 Technical Disclosure<br />
[ X ] <strong>FOR</strong>M Q-4 Financial Disclosure<br />
[ ] <strong>FOR</strong>M Q-5 Supplier Application<br />
[ ] <strong>FOR</strong>M R Certification Regarding Standards for Year 2000 Compliance<br />
[ X ] <strong>FOR</strong>M S Verification and Acknowledgment<br />
PF - 2
<strong>FOR</strong>M A<br />
Page 1 <strong>of</strong> 1<br />
Project/RFP No.: ____________<br />
Project Title: ________________<br />
__________________________<br />
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA<br />
The undersigned acknowledges receipt <strong>of</strong> the following addenda to the request for proposals<br />
(RFP) document:<br />
Addenda No.______________, dated_______________<br />
Addenda No.______________, dated_______________<br />
Addenda No.______________, dated_______________<br />
(Add lines as needed for additional addenda)<br />
Date:_______________________________________<br />
Company Name: _______________________________<br />
Signature:__________________________________<br />
Name:_______________________________________<br />
(Print)<br />
Title:______________________________________<br />
PF - 3
<strong>FOR</strong>M C<br />
Page 1 <strong>of</strong> 4<br />
BIDDER'S CERTIFICATION STATEMENT<br />
The bidder, ___________________________________________________, states:<br />
(Complete Legal Name)<br />
1. That the company is or is not (circle one) owned or controlled by a parent company,<br />
which owns fifty-one percent (51%) or more <strong>of</strong> the voting rights and/or assets <strong>of</strong> the<br />
bidder; and that (if there is a parent company) the complete legal name, main <strong>of</strong>fice<br />
address, and state <strong>of</strong> incorporation <strong>of</strong> said parent company is as follows:<br />
____________________________________________________________<br />
____________________________________________________________<br />
____________________________________________________________<br />
____________________________________________________________<br />
2. If the bidder is a Corporation, it is or is not (circle one) a<br />
Michigan Corporation and if not, which State are you registered as a Corporation.<br />
__________________________________.<br />
2. That it, its agents, <strong>of</strong>ficers, and employees have not directly or indirectly entered into any<br />
agreements, participated in any collusion, or otherwise taken any action in restraint <strong>of</strong><br />
free, competitive bidding in connection with this bid;<br />
4. That it is aware that the work specified herein is to be performed in accordance with the<br />
Affirmative Action Requirements <strong>of</strong> these contract documents, and that all <strong>of</strong> its<br />
subcontractors are aware <strong>of</strong> said requirements and also agree to comply with them;<br />
PF - 4
<strong>FOR</strong>M C<br />
Page 2 <strong>of</strong> 4<br />
5. That it:<br />
a. has 50 or more employees; and<br />
b. has a contract <strong>of</strong> $50,000 or more, or<br />
which may reasonably be expected to total<br />
$50,000 or more, in any 12 month period; or<br />
c. is a financial institution which serves as a<br />
depository for Government funds in any amount, acts as an issuing or<br />
redeeming agent in U.S. savings bonds and notes in any amount, or<br />
subscribes to federal deposit or share insurance.<br />
Yes_______<br />
No_______<br />
If a negative response is indicated above, then check "Not Applicable" for A, B and C below. If<br />
a response <strong>of</strong> "Yes" is indicated above, that it is in compliance with the following Federal<br />
Affirmative Action Requirements cited in the Federal Register, Tuesday, December 30, 1980,<br />
Vol. 45, No. 251, Department <strong>of</strong> Labor, Office <strong>of</strong> Federal Contract Compliance Programs,<br />
Government Contractors, Affirmative Action Requirements, Final Rule: (41 CFR Parts 60-1,<br />
60-2, 60-4, 60-20, 60-30, 60-50, 60-60, 60-250, and 60-741), and that it will secure<br />
documentation <strong>of</strong> such compliance from its subcontractors<br />
A. Standard Form 100 (EEO-1) is filed annually on or before the 31st day <strong>of</strong> March<br />
with the Joint Reporting Committee, the U.S. Office <strong>of</strong> Federal Contract<br />
Compliance or with the U.S. Equal Employment Opportunity commission.<br />
Yes_______ No_______ Not Applicable_______<br />
B. The bidder has participated in previous contracts or subcontract subject to the<br />
general obligations <strong>of</strong> Executive Order 11246, for government contractors and<br />
subcontractors contained in Code <strong>of</strong> Federal Regulations, Part 60.<br />
Yes_______ No_______ Not Applicable_______<br />
PF - 5
<strong>FOR</strong>M C<br />
Page 3 <strong>of</strong> 4<br />
C. The bidder has participated in previous contracts or subcontracts subject to the<br />
general obligations <strong>of</strong> Executive Order 11246, for government contractors and<br />
subcontractors contained in 41 Code <strong>of</strong> Federal Regulations, Part 60.<br />
Yes_______ No_______ Not Applicable_______<br />
6. That it will fully comply with the DBE requirements and will minimally meet and, where<br />
possible, exceed the requirements for this project.<br />
________________________________<br />
(Complete Legal Name <strong>of</strong> Bidder)<br />
________________________________<br />
(Address <strong>of</strong> Bidder)<br />
By:__________________________________________________<br />
(Signature <strong>of</strong> Bidder or Authorized Representative)<br />
__________________________________________________<br />
Title<br />
_________________________________<br />
Name <strong>of</strong> DBE/WBE Liaison<br />
__________________________________<br />
Name <strong>of</strong> DBE/WBE Liaison<br />
__________________________________<br />
Phone Number <strong>of</strong> DBE/WBE Liaison<br />
PF - 6
<strong>FOR</strong>M C<br />
Page 4 <strong>of</strong> 4<br />
I, __________________________________, Secretary for________________________<br />
the bidder, attest to the authority <strong>of</strong>___________________________________________<br />
to execute this bid proposal in behalf <strong>of</strong> the bidder and the<br />
parent company if other than the bidder.<br />
_________________________________<br />
Secretary<br />
PF - 7
<strong>FOR</strong>M C-1<br />
Page 1 <strong>of</strong> 1<br />
Certification <strong>of</strong> Compliance with<br />
Drug and Alcohol Policy and Testing Program<br />
I,_________________________________________, _______________________________,<br />
(Name <strong>of</strong> Official)<br />
(Title <strong>of</strong> Official)<br />
___________________________________________________,<br />
(Name <strong>of</strong> Company/Municipality)<br />
DO HEREBY CERTIFY that an anti-drug and alcohol misuse prevention program has been established in<br />
accordance with the terms <strong>of</strong> the Code <strong>of</strong> Federal Regulations, Title 49, Part 40, Part 655 (Afederal<br />
regulations@). I further certify that the program specifically provides provisions for:<br />
1. Training for safety-sensitive employees and training for supervisors in accordance<br />
with the federal regulations.<br />
2. Testing <strong>of</strong> safety-sensitive employees for drugs and alcohol in accordance with<br />
the approved testing protocols and procedures set forth in the federal regulations under the following<br />
circumstances:<br />
- Pre-employment<br />
- Reasonable Suspicion<br />
- Post-Accident<br />
- Random<br />
- Return to Duty<br />
- Follow Up<br />
- Blind Performance Testing<br />
3. Use <strong>of</strong> a Medical Review Officer (MRO) for all drug tests and a Substance<br />
Abuse Pr<strong>of</strong>essional (ASAP) for evaluations and follow-up treatment and testing recommendations for all<br />
individuals who test positive under any drug and alcohol test, as these requirements are set forth in the<br />
federal regulations.<br />
4. Maintenance <strong>of</strong> records in accordance with the federal regulations which records<br />
will be made available upon request to <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>/Department <strong>of</strong> Transportation or its designee.<br />
_______________________________________________________<br />
Name (Print)<br />
Title<br />
_______________________________________________________<br />
Signature<br />
Date<br />
Form C-1 (8/26/03)<br />
PF - 8
<strong>FOR</strong>M D<br />
CERTIFICATE REGARDING INELIGIBLE CONTRAC<strong>TO</strong>RS<br />
____________________________________ certifies that is NOT included in the U.S.<br />
General Services Administration’s System for Award Management list <strong>of</strong> Persons or Firms<br />
Currently Debarred for<br />
Violations <strong>of</strong> Various Public Contracts Incorporating Labor Standards Provisions, and<br />
that it is NOT included on the Michigan Bureau <strong>of</strong> Labor and Industries' List <strong>of</strong><br />
Contractors Ineligible to Receive Public Works Contracts.<br />
Date:_________________________________<br />
Signature:______________________________<br />
Name:_________________________________<br />
(print)<br />
Title:___________________________________<br />
PF - 9
<strong>FOR</strong>M F<br />
CARGO PREFERENCE CERTIFICATE<br />
The Proposer agrees:<br />
1. To utilize privately owned United States-flag commercial vessels to ship at least fifty<br />
percent (50%) <strong>of</strong> the gross tonnage (computed separately for dry bulk carriers, dry cargo<br />
liners, and tankers) involved, whenever shipping by commercial vessel any equipment,<br />
materials, or commodities pursuant to this contract, to the extent that such vessels are<br />
available at fair and reasonable rates for United States flag commercial vessels.<br />
2. To furnish within thirty (30) days following the date <strong>of</strong> loading for shipments originating<br />
with the United States, or within thirty (30) working days following the date <strong>of</strong> loading<br />
for shipments originating outside the United States, a legible copy <strong>of</strong> a rated, "on-board"<br />
commercial ocean bill-<strong>of</strong>-lading in English for each shipment <strong>of</strong> cargo described in<br />
Paragraph 1 <strong>of</strong> the Certificate to D-DOT (through the Proposer in the case <strong>of</strong><br />
subcontractor bills-<strong>of</strong>-lading) and to the Division <strong>of</strong> National Cargo, <strong>of</strong>fice <strong>of</strong> Market<br />
Development, Maritime Administration, 400 Seventh Street, S.W., Washington, D.C.,<br />
20590, marked with the appropriate identification <strong>of</strong> this contract.<br />
3. To insert the substance <strong>of</strong> the provisions <strong>of</strong> the Certificate in all subcontracts issued<br />
pursuant to this contract.<br />
Date:______________________________<br />
Signature:_____________________________<br />
Name:_____________________________<br />
(print)<br />
Title:______________________________<br />
PF - 10
<strong>FOR</strong>M H<br />
Page 1 <strong>of</strong> 2<br />
RFQ/Project Number: _____________________________<br />
Project Title: _____________________________________<br />
CERTIFICATION OF COMPLIANCE WITH<br />
FEDERAL AFFIRMATIVE ACI<strong>TO</strong>N REQUIREMENTS<br />
Certification <strong>of</strong> Compliance by Lower Tier Participants<br />
Applicability – Code <strong>of</strong> Federal Regulations, Part 60<br />
False or fictitious representation <strong>of</strong> compliance will result in federal sanctions and/or sanctions<br />
by DDOT. The bidder/Proposer and its first tier sub-contractors must meet the requirements<br />
contained herein provided it:<br />
a. has 50 or more employees; and<br />
b. has a contract <strong>of</strong> $50,000 or more, or<br />
c. has contracts which total $50,000 or more; or<br />
d. which may reasonably be expected to total<br />
$50,000 or more, in any 12 month period; or<br />
e. is a financial institution which serves as a<br />
depository for Government funds in any amount, acts as an issuing or<br />
redeeming agent in U.S. savings bonds and notes in any amount, or<br />
subscribes to federal deposit or share insurance.<br />
Requirements: Check Yes, No or Not Applicable<br />
A. Standard Form 100 (EEO-1) is filed annually on or before the 31st day <strong>of</strong> March<br />
with the Joint Reporting Committee, the U.S. Office <strong>of</strong> Federal Contract<br />
Compliance or with the U.S. Equal Employment Opportunity commission.<br />
Yes_______ No_______ Not Applicable_______<br />
PF - 11
<strong>FOR</strong>M H<br />
Page 2 <strong>of</strong> 2<br />
B. The Sub-contractor has participated in previous contracts or subcontracts subject<br />
to the general obligations <strong>of</strong> Executive Order 11246, for government contractors<br />
and subcontractors contained in Code <strong>of</strong> Federal Regulations, Part 60.<br />
Yes_______ No_______ Not Applicable_______<br />
C. The bidder has participated in previous contracts or subcontracts subject to the<br />
general obligations <strong>of</strong> Executive Order 11246, for government contractors and<br />
subcontractors contained in 41 Code <strong>of</strong> Federal Regulations, Part 60.<br />
Yes_______ No_______ Not Applicable_______<br />
By:__________________________________________________<br />
(Signature <strong>of</strong> Sub-contractor or Authorized Representative)<br />
__________________________________________________<br />
Title<br />
If the Sub-contractor is a corporation, it is/is not (circle one) a Michigan Corporation and if not,<br />
where incorporated: __________________________________.<br />
I, ________________________, Secretary for__________________________________<br />
the Sub-contractor, attests to the authority <strong>of</strong> ___________________________to execute this<br />
document in behalf <strong>of</strong> the Sub-contractor and the parent company if other than the Subcontractor.<br />
Secretary<br />
_________________________________<br />
PF - 12
DETROIT DEPARTMENT OF TRANSPORTATION<br />
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM<br />
<strong>FOR</strong>M I<br />
Page 1 <strong>of</strong> 6<br />
It is the policy <strong>of</strong> the U.S. DOT that grant recipients comply with section 101 (b)<br />
<strong>of</strong> TEA 21, 23 U.S.C. section 101 note, current U.S. DOT regulations on DBE<br />
participation in U.S. DOT financial assistance program, at 49 CFR Part 26.<br />
1. Contract Goal:<br />
DDOT has specified the following goal for work to be performed on this contract:<br />
2. Discrimination<br />
10 % DBE - (Disadvantaged Business Enterprise)<br />
DDOT's commitment to a specific goal is to meet DBE objectives and is not<br />
intended and shall not be used to discriminate against any qualified company or<br />
group <strong>of</strong> companies.<br />
3. The responsive responsible Proposer must meet the following conditions:<br />
a. have the necessary equipment, facilities, resources, judgment<br />
and skill to perform the tasks specified for the bid or proposal.<br />
b. meet the DBE goal referred to in the bid specification or Request<br />
for Proposal or make a good faith effort to attain the goal;<br />
c. must comply with bid or proposal procedures/requirements; and<br />
d. must meet the technical specifications <strong>of</strong> the project.<br />
4. The responsive/responsible Proposer must submit the following written intent to<br />
comply with DDOT's DBE goals:<br />
a. names and addresses <strong>of</strong> certified DBE participating sub-contractors and<br />
the<br />
work they are to perform<br />
b. the dollar value <strong>of</strong> each proposed certified DBE contract<br />
PF - 13
<strong>FOR</strong>M I<br />
Page 2 <strong>of</strong> 6<br />
c. documentation <strong>of</strong> good faith efforts, if applicable.<br />
5. Enclosures 1 - 5:<br />
The contractor's commitment to the percentage <strong>of</strong> certified DBE utilization during<br />
the term <strong>of</strong> this contract will be stated in the DBE Affidavit (Enclosure 1A).<br />
Requirements for the DBE plan are addressed in Enclosures 1 - 4, while<br />
Enclosure 5 meets requirements for the Equal Employment Opportunity Program.<br />
Proposers must complete and return all applicable Enclosures.<br />
Enclosure 1A, DBE Affidavit, must be submitted with the bid/proposal by any<br />
non-DBE prime contractor to acknowledge the percentage <strong>of</strong> DBE participation<br />
and indicate intent to comply with the DBE goal.<br />
Enclosure 1B, the DBE Affidavit, if applicable, must be submitted with<br />
the bid/proposal by all DBE prime contractors to affirm DBE status.<br />
Enclosure 2, Schedule <strong>of</strong> DBE Utilization Plan, must be submitted with<br />
the bid/proposal by all prime contractors for all DBE subcontractors. It<br />
must contain the information specified in paragraphs 3a and 3b above.<br />
No changes to DBE subcontractors listed and no additional DBE sub-contractors<br />
can be provided after bid/proposal openings without DDOT's approval.<br />
Enclosure 3, Letter <strong>of</strong> Intent to Perform as a Subcontractor must be<br />
submitted by the prime contractor with the proposal and signed by<br />
DBE subcontractors.<br />
Enclosure 4, Unavailability Certification, must be submitted by the prime<br />
contractor with the proposal along with documentation <strong>of</strong> good faith efforts.<br />
Enclosure 5, Employment Data Form, defines the make-up <strong>of</strong> the company's work<br />
force and must be filed by every prime contractor on a contract <strong>of</strong> $50,000 or<br />
more, or with 50 or more employees. This enclosure shall be submitted with the<br />
bid/proposal.<br />
6. Joint Ventures:<br />
A joint venture is an association <strong>of</strong> two or more persons, partnerships,<br />
corporations, or any combination there<strong>of</strong>, formed to carry on a single<br />
business activity that is limited in scope and duration.<br />
PF - 14
<strong>FOR</strong>M I<br />
Page 3 <strong>of</strong> 6<br />
If the joint venture is participating in a contract in which DBE goals<br />
have been set, then the joint venture must be certified by DDOT's Contract<br />
Compliance Office before award. The DBE component <strong>of</strong> the joint venture must:<br />
B. Compliance<br />
a. meet the requirements for DBE as stated in the definitions <strong>of</strong> 49 CFR Part<br />
26.;<br />
b. be certified as having at least a 51% share <strong>of</strong> its ownership,<br />
control and management responsibilities, risks and pr<strong>of</strong>its in one<br />
or more socially and economically disadvantaged individuals; and<br />
c. be responsible for a clearly defined portion <strong>of</strong> the work to be performed.<br />
DDOT will count toward its DBE goal a portion <strong>of</strong> the total dollar value <strong>of</strong> a<br />
contract with a joint venture (eligible under the standards <strong>of</strong> 49 CFR, Part 26)<br />
equal to the percentage <strong>of</strong> the ownership and controls <strong>of</strong> the DBE partner in the<br />
joint venture.<br />
1. Certification Agency:<br />
DDOT reserves the right to accept or reject a firm's certification from other DOT<br />
agencies on a case-by-case basis. In making this determination D-DOT will<br />
evaluate whether the certification was conducted under the standards <strong>of</strong> 49 CFR,<br />
Part 26.<br />
To count a minority or woman-owned business' participation toward the<br />
goal established for this contract, the firm must be certified as a DBE<br />
and perform a "commercially useful function" as defined in 49 CFR Part 26.<br />
2. Good Faith Efforts:<br />
To award a contract to a Proposer that has failed to meet the DBE contract goals as stated in that<br />
specific contract, DDOT will decide whether the Proposer made "a good faith effort" to actively<br />
and aggressively seek DBEs to meet those goals. DDOT through a Good Faith Efforts<br />
Committee, will review the data submitted to decide whether the DBE requirements have been<br />
satisfied through good faith efforts. The Good Faith Efforts Committee will<br />
PF - 15
<strong>FOR</strong>M I<br />
Page 4 <strong>of</strong> 6<br />
consist <strong>of</strong> the General Manager, Contract Compliance Officer, the Purchasing<br />
Manager and the Legal Counsel. The kinds <strong>of</strong> efforts that are considered<br />
demonstrative <strong>of</strong> a "good faith effort" include, but are not limited to the following<br />
documented actions pursuant to 49 CFR, Part 26.<br />
_<br />
_<br />
_<br />
_<br />
_<br />
_<br />
_<br />
_<br />
Whether the contractor attended any pre-solicitation or pre-bid<br />
meetings that were scheduled by D-DOT to inform DBEs <strong>of</strong> contracting<br />
and subcontracting opportunities;<br />
Whether the contractor advertised in general circulation, trade<br />
association, and minority/women focused media concerning the<br />
subcontracting opportunities;<br />
Whether the contractor provided written notice to reasonable<br />
number <strong>of</strong> specific DBEs that their interest in the contract was<br />
being solicited, in sufficient time to allow the DBEs to participate<br />
effectively;<br />
Whether the contractor followed up initial solicitations <strong>of</strong><br />
interest by contacting DBEs to determine with certainty<br />
whether the DBEs were interested;<br />
Whether the contractor selected portions <strong>of</strong> the work to be performed<br />
by DBEs to increase the likelihood <strong>of</strong> meeting the DBE<br />
goal (including, where appropriate, breaking down contracts into<br />
economically feasible units to facilitate DBE participation);<br />
Whether the contractor negotiated in good faith with interested<br />
DBEs with adequate information about the plans, specifications,<br />
statement <strong>of</strong> work, and requirements <strong>of</strong> the contract;<br />
Whether the contractor made efforts to assist interested DBEs in<br />
obtaining bonding, lines <strong>of</strong> credit, or insurance required by the<br />
recipient or contractor; and<br />
Whether the contractor effectively used the services <strong>of</strong> available<br />
minority and women business organizations, minority and women<br />
contractor's groups; local, state and federal minority and women<br />
business assistance <strong>of</strong>fices; and other organizations that provide<br />
assistance to DBEs.<br />
PF - 16
<strong>FOR</strong>M I<br />
Page 5 <strong>of</strong> 6<br />
The Good Faith Efforts Committee will review the documentation<br />
submitted under this section to decide whether the DBE requirements have been<br />
satisfied through good faith efforts. If the committee is unable to reach a<br />
consensus, the decision will be referred Reconsideration Officials for the final<br />
consideration. For further guidance concerning good faith efforts, refer to CFR<br />
Section 49, Part 26, Section 26.53.<br />
3. Defaulting DBE Subcontractors:<br />
A contractor must make a good faith effort to replace a defaulting DBE<br />
with another certified DBE. The prime contractor must notify DDOT’s<br />
Contract Compliance Office immediately <strong>of</strong> the DBE's inability to perform and <strong>of</strong><br />
the intent to obtain a substitute certified DBE. The substitute DBE must<br />
receive prior approval by DDOT, and must meet the standards as<br />
described in DDOT's DBE plan.<br />
4. Prompt Payment, Section 26.29<br />
Prime contractors shall pay subcontractors within five (5) days from receipt <strong>of</strong><br />
payment from DDOT. They are further required to return funds retained within<br />
thirty (30) days after the subcontractor’s work is satisfactorily completed.<br />
Clauses requiring prompt payment shall be included in the prime contractor’s<br />
contracts with subcontractors. Any delay or postponement <strong>of</strong> payment may only<br />
take place for good cause, with prior approval <strong>of</strong> DDOT. Where there are<br />
disputes, prime contractors and subcontractors shall use appropriate Alternative<br />
Dispute Resolution (ADR) mechanisms to resolve payment disputes. DDOT will<br />
participate in the resolution if necessary.<br />
Failure to carry out prompt payment requirements will be considered as breach <strong>of</strong><br />
contract, and will cause the following:<br />
1. DDOT will not reimburse prime contractors for work performed by<br />
subcontractors unless and until the prime contractor ensures that the<br />
subcontractors are promptly paid for the work they have performed.<br />
PF - 17
<strong>FOR</strong>M I<br />
Page 6 <strong>of</strong> 6<br />
2. DDOT will not award future contracts to prime contractors who refuse to pay<br />
promptly.<br />
5. Failure to Comply:<br />
If DDOT finds that the contractor has failed to comply with the<br />
requirements <strong>of</strong> this attachment, DDOT's Contract Compliance Officer must<br />
notify the contractor in writing. The contractor shall immediately take corrective<br />
action. If the contractor fails or refuses to comply in the time specified, the<br />
Purchasing Official will issue a termination for default.<br />
6. Records and Documents:<br />
It is the contractor's responsibility to maintain those records and<br />
documents that indicate compliance with this Attachment for three (3)<br />
years following the performance <strong>of</strong> the contract. Those records will<br />
be made available at reasonable times and places for inspection upon<br />
request by any authorized representative <strong>of</strong> DDOT, with any other<br />
compliance information that such representative may require.<br />
To ensure that stated DBE goals are met by prime contractors, DDOT<br />
performs an annual audit <strong>of</strong> contract payments to DBEs. This audit reviews<br />
payments to DBE subcontractors to insure that the actual amount paid to the DBE<br />
subcontractors equals or exceeds the dollar amounts stated in Enclosure.<br />
PF - 18
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M I-1<br />
Enclosure 1A<br />
DBE AFFIDAVIT<br />
THIS PAGE MUST BE COMPLETED BY NON-DBE PRIME PROPOSER/BIDDER <strong>TO</strong><br />
INDICATE THE PERCENTAGE OF DISADVANTAGE BUSINESS ENTERPRISE<br />
PARTICIPATION.<br />
---------------------------------------------------------------------------------------------------------------------<br />
---The undersigned Proposer hereby agrees that the goal established for DBE participation in this<br />
project through subcontracting or entering into a joint venture with Disadvantaged Business<br />
Enterprise(s) in conformity with the Requirements, Terms, and Conditions <strong>of</strong> this Attachment is:<br />
% Disadvantage Business Enterprise (DBE) goal<br />
THIS PERCENTAGE RELATES <strong>TO</strong> DBE SUBCONTRACTING ONLY AND IS<br />
CONSISTENT WITH THE DISADVANTAGED BUSINESS ENTERPRISE<br />
STATEMENT LISTED IN THE BID/PROPOSAL <strong>FOR</strong>M.<br />
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY<br />
THAT THE CONTENTS OF THE <strong>FOR</strong>EGOING STATEMENTS IS TRUE AND CORRECT,<br />
AND THAT I AM AUTHORIZED, ON BEHALF OF<br />
<strong>TO</strong> MAKE THIS AFFIDAVIT.<br />
(Name <strong>of</strong> Business Entity)<br />
State <strong>of</strong> _________________________<br />
____________________________________________________________________<br />
(affiant)<br />
(title)<br />
<strong>City</strong> and County <strong>of</strong> :<br />
PF - 19
On this day <strong>of</strong> , 19 , before me, the undersigned <strong>of</strong>ficer,<br />
personally appeared<br />
, known to me to be the person described in<br />
the foregoing Affidavit, and acknowledged that he (she) executed the same in the<br />
capacity therein stated and for the purposed therein contained.<br />
In witness there<strong>of</strong>, I hereunto set my hand and <strong>of</strong>ficial seal.<br />
My Commission Expires:<br />
_______________________________________<br />
(Notary Public)<br />
(SEAL)<br />
PF - 20
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M I-1<br />
Enclosure 1B<br />
DBE AFFIDAVIT<br />
THIS PAGE MUST BE COMPLETED BY DISADVANTAGED<br />
BUSINESS ENTERPRISE CONTRAC<strong>TO</strong>R (PROPOSER/BIDDER)<br />
I HEREBY DECLARE AND AFFIRM that I am the _________________________<br />
(Title)<br />
and duly authorize representative <strong>of</strong> (the firm <strong>of</strong>):<br />
I hereby declare and affirm that I am a:<br />
___________________________________<br />
(name <strong>of</strong> corporation or joint venture)<br />
____________________________________<br />
(address)<br />
_____________________________________<br />
(Phone No.)<br />
/ / Disadvantaged Business Enterprise (DBE) as defined by the D-DOT in the<br />
specifications for Project No. T-2782:<br />
Transportation Providers for JARC/New Freedom Riders<br />
and that I will provide information and/or the certification to document this fact.<br />
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY<br />
THAT THE CONTENTS OF THE <strong>FOR</strong>EGOING DOCUMENT ARE TRUE AND<br />
CORRECT, AND THAT I AM AUTHORIZED, ON BEHALF OF THE ABOVE FIRM, <strong>TO</strong><br />
MAKE THIS AFFIDAVIT.<br />
(Name)<br />
(Title)<br />
State <strong>of</strong> _____________________________________<br />
On this day <strong>of</strong> , 19 , before me, the undersigned <strong>of</strong>ficer,<br />
personally appeared<br />
, known to me to be the person described in<br />
the foregoing Affidavit, and acknowledged that he (she) executed the same in the<br />
capacity therein stated and for the purposed therein contained.<br />
PF - 21
In witness there<strong>of</strong>, I hereunto set my hand and <strong>of</strong>ficial seal.<br />
My Commission Expires: ____________________________________________<br />
(Notary Public)<br />
PF - 22
Form I-2<br />
Enclosure 2<br />
Page 1 <strong>of</strong> 2<br />
DETROIT DEPARTMENT OF TRANSPORTATION<br />
LETTER OF INTENT FROM DBE <strong>TO</strong> PER<strong>FOR</strong>M AS<br />
SUBCONTRAC<strong>TO</strong>R, SUPPLIER AND/OR CONSULTANT<br />
Name <strong>of</strong> Project/Contract: ____________________________________________<br />
Requisition No: _____________________________________________________<br />
Job Order No: ______________________________________________________<br />
From: ___________________________________________________________________________<br />
(Name <strong>of</strong> DBE Firm)<br />
<strong>TO</strong>: __________________________________<br />
( Name <strong>of</strong> Prime Contractor)<br />
and the <strong>Detroit</strong> Department <strong>of</strong> Transportation (DDOT)<br />
The DBE status <strong>of</strong> the undersigned is confirmed by the attached Letter <strong>of</strong> Certification from the<br />
(DDOT) dated<br />
_________ . (If proposing to perform as a DBE/non-DBE Joint<br />
Venture, then Letter <strong>of</strong> Certification from DBE venturer is attached along with completed<br />
Scheduled B and joint venture agreement).<br />
The undersigned is prepared to provide the following described services or supply the following<br />
described goods in connection with the above name project/contract:<br />
Pay Item No./Description Quantity/Unit Price Total<br />
Sub-Contracting Levels<br />
Sub (or Grand) Total: $ ___________________________<br />
% <strong>of</strong> the dollar value <strong>of</strong> the DBE's subcontract will be sublet to non-DBE contractors.<br />
% <strong>of</strong> the dollar value <strong>of</strong> the DBE's subcontract will be sublet to DBE contractors.<br />
PF - 23
Form I-2<br />
Enclosure 2<br />
Page 2 <strong>of</strong> 2<br />
NOTICE: IF DBE WILL NOT BE SUB-SUBCONTRACTING ANY OF THE WORK DESCRIBED<br />
IN THIS SCHEDULE, A ZERO (O) MUST BE SHOWN IN EACH BLANK ABOVE.<br />
NOTICE: IF MORE THAN TEN PERCENT (10%) OF THE VALUE OF THE DBE's SCOPE OF<br />
WORK WILL BE SUBLET, A BRIEF EXPLANATION AND DESCRIPTION OF THE WORK <strong>TO</strong><br />
BE SUBLET MUST BE ATTACHED <strong>TO</strong> THIS SCHEDULE.<br />
The undersigned will enter into a formal written agreement for the above work with you<br />
as Prime Contractor, conditioned upon your execution <strong>of</strong> a contract with the DDOT, and<br />
will do so within (5) five working days <strong>of</strong> your receipt <strong>of</strong> a signed contract from the<br />
DDOT.<br />
NOTICE: THIS SCHEDULE (AND ACCOMPANYING ATTACHMENTS <strong>TO</strong> BE<br />
SUBMITTED IN TRIPLICATE, ORIGINAL SIGNATURES REQUIRED ON ALL THREE<br />
(3) COPIES.<br />
_____________________________________________________________________<br />
(Signature <strong>of</strong> Owner, President or Authorized Agent <strong>of</strong> DBE)<br />
_____________________________________________________________________<br />
(Name/Title (Print)<br />
Date<br />
Phone: ______________________________________________________________<br />
If proposing to perform as a DBE/non-DBE Joint Venture:<br />
_________________________________________________<br />
(Signature <strong>of</strong> Owner, President or Authorized Agent <strong>of</strong> DBE)<br />
Name/Title<br />
(Print)________________________________________________________________<br />
Date:___________________________________ Phone: _______________________<br />
PF - 24
DETROIT DEPARTMENT OF TRANSPORTATION<br />
Form I-4<br />
Enclosure 3A<br />
DBE UTILIZATION PLAN<br />
Project Name: _______________________________________________________<br />
Requisition No: _______________________________________________________<br />
Job Order No: ________________________________________________________<br />
State <strong>of</strong> __________________ County (<strong>City</strong>) <strong>of</strong> _____________________________<br />
In connection with the above caption contact, I HEREBY DECLARE AND AFFIRM that I am the<br />
Title<br />
(Name <strong>of</strong> Prime Contractor)<br />
and duly authorized representative <strong>of</strong><br />
, and that I have personally reviewed the<br />
material and facts set forth in and submitted with the attached Schedules <strong>of</strong><br />
Disadvantaged Business Enterprise (DBE). The following correctly represent our DBE<br />
participation.<br />
Name <strong>of</strong> DBE Firms<br />
Type <strong>of</strong> work to be Performed<br />
(In accordance with Schedule Cs)<br />
Contract Amount<br />
$<br />
$<br />
$<br />
$<br />
$<br />
$<br />
$<br />
$<br />
$<br />
$<br />
PF - 25<br />
Total DBE Credit: $
DETROIT DEPARTMENT OF TRANSPORTATION<br />
Form I-4<br />
Enclosure 3B<br />
AFFIDAVIT OF PRIME CONTRAC<strong>TO</strong>R<br />
To the best <strong>of</strong> my knowledge, information and belief the facts and representations<br />
contained in the aforementioned attached schedules are true, and no material facts<br />
have been omitted.<br />
The undersigned will enter into formal agreements with all listed DBE firms for work as<br />
indicated by Enclosure 2 DBE Utilization Plan and accompanying Schedules, and will<br />
enter into such agreements within (5) business days after receipt <strong>of</strong> the contract<br />
executed by the <strong>Detroit</strong> Department <strong>of</strong> Transportation (DDOT).<br />
The<br />
Prime Contractor<br />
I solemnly declare and affirm under penalties <strong>of</strong> perjury that the contents <strong>of</strong> the<br />
foregoing document are true and correct, and that I am authorized on behalf <strong>of</strong> the<br />
Prime Contractor to make this affidavit.<br />
(Name <strong>of</strong> Prime Contractor - Print or Type) _____________________________________________________<br />
(Signature) ______________________________________________________________<br />
On this day <strong>of</strong> , 19 ,<br />
the above signed <strong>of</strong>ficer,<br />
______________________________________________<br />
(Name <strong>of</strong> Affiant)<br />
personally appeared and, known by me to be the person described in the foregoing<br />
Affidavit, acknowledge that (s)he executed the same in the capacity stated herein and<br />
for the purpose herein contained.<br />
IN WITNESS WHEREOF, I hereunto set my hand and seal.<br />
SEAL<br />
Notary Public Signature<br />
____<br />
Commission Expires: ________________<br />
PF - 26
<strong>City</strong> <strong>of</strong> <strong>Detroit</strong><br />
Department <strong>of</strong> Transportation<br />
Office <strong>of</strong> Contract Compliance<br />
<strong>FOR</strong>M I-5<br />
Enclosure 4<br />
DOCUMENTATION OF GOOD FAITH EF<strong>FOR</strong>TS<br />
The intent <strong>of</strong> this certification is to document the good faith efforts used by the apparent successful<br />
contractor/service provider in soliciting and utilizing disadvantaged business enterprise (DBE) firms to meet the<br />
DBE participation requirements <strong>of</strong> this <strong>Detroit</strong> Department <strong>of</strong> Transportation (DDOT) solicitation/ project. This<br />
certificate will assist DDOT in determining whether the apparent successful contractor/<br />
service provider has made comprehensive good faith efforts.<br />
Failure to implement “good faith” efforts to the satisfaction <strong>of</strong> DDOT may result in the bidder being declared<br />
ineligible for award.<br />
I, _____________________________________________________, do hereby acknowledge that I am the<br />
__________________________________ <strong>of</strong> _____________________________________, who has been<br />
identified as the apparent successful contractor/service provider on the following <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> (DDOT) contract.<br />
Provide a brief summary on why you believe your firm is unable to meet the DBE participation goal on this<br />
project/contract. Attach additional pages if necessary.<br />
I hereby certify that I have utilized comprehensive “good faith” efforts to solicit and utilize DBE firms to meet the<br />
DBE participation requirements <strong>of</strong> this contract/proposal, as demonstrated by my responses to the following<br />
questions.<br />
PF - 27
A. Identifying Subcontract Work Items<br />
Contractors/service providers are encouraged to select portions <strong>of</strong> work to be subcontracted in a manner which will<br />
increase the likelihood <strong>of</strong> meeting DBE goals. In selecting work to be subcontracted, contractor/service provider<br />
will consider, where appropriate, breaking down contracts into economically feasible units to facilitate DBE<br />
participation.<br />
1. Which portion(s) or section(s) <strong>of</strong> the contract proposal, in terms <strong>of</strong> the nature <strong>of</strong> work, were selected to be<br />
subcontracted to DBE firms (or broken down into economically feasible units to facilitate DBE<br />
participation)?<br />
B. Notifying DBE <strong>of</strong> Contracting Opportunities<br />
2. In the table below, indicate which firms received written notification <strong>of</strong> work items to be subcontracted. In<br />
the appropriate space, also indicate when firms received subsequent telephone solicitations. Please attach<br />
additional page(s) so that all companies contacted are listed. Attach photocopies <strong>of</strong> all written solicitations<br />
to DBE firms to this certificate.<br />
Company Date <strong>of</strong> Written Notification DBE (Yes/No)<br />
PF - 28
3. Identify publications in which announcements or notifications were placed and published, if any.<br />
Attach copies <strong>of</strong> pro<strong>of</strong> <strong>of</strong> each announcement or notifications.<br />
Published Announcement/Publication (Please Describe)<br />
Date<br />
4. Identify DBE associations or organizations that received written notifications, including dates <strong>of</strong> all<br />
notifications. Provide name <strong>of</strong> person and date <strong>of</strong> follow-up call. If no follow-up calls were made, explain<br />
why not. Attach copies <strong>of</strong> letters sent as pro<strong>of</strong> <strong>of</strong> notification.<br />
DBE<br />
Association/Organization<br />
Date <strong>of</strong> Notification<br />
Contact<br />
Person<br />
Date <strong>of</strong> Follow-Up Call<br />
5. Were the services <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>’s (DDOT) Office <strong>of</strong> Contract Compliance used to assist in the<br />
recruitment <strong>of</strong> DBE firms?<br />
Yes _______<br />
No _______<br />
Contact was made by: Telephone_______ Written Correspondence _________<br />
Date Contacted: ____________________ Person Contacted: ________________________<br />
C. Providing DBEs with Assistance<br />
6. Explain any efforts undertaken to provide DBE firms with adequate information about project scope <strong>of</strong><br />
work and requirements <strong>of</strong> the contract.<br />
PF - 29
D. Soliciting Proposal/Quotes From Interested DBE Firms<br />
Contractors must solicit proposal/quotes in good faith with interested DBE firms. Quotes, proposals, and bids from<br />
interested DBE firms must not be rejected by contractors without sound justification.<br />
7. Indicate in the table below which DBE firms submitted quotes on the contract/proposal. Also, provide a<br />
brief explanation <strong>of</strong> why any <strong>of</strong> these DBE project quotes were rejected. Please attach additional page(s) if<br />
necessary.<br />
PF - 30
Name/Address/ <strong>City</strong> <strong>of</strong><br />
Contact Person <strong>of</strong> DBE Firm<br />
Work Quoted and Explanation<br />
for Rejecting Quotes<br />
8. Other comments you want the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Department <strong>of</strong> Transportation to consider should be noted<br />
below.<br />
PF - 31
AFFIDAVIT<br />
STATE OF MICHIGAN)<br />
County <strong>of</strong> _____________)<br />
) ss<br />
The undersigned, having been first duly sworn, says that the information given in the above certification is true<br />
and correct to the best <strong>of</strong> his/her knowledge and belief.<br />
Signed: _____________________________<br />
Bidder/Authorized Representative<br />
Subscribed and sworn to before me:<br />
This __________ day <strong>of</strong> _________________, 20______.<br />
______________________________________________<br />
Notary Public<br />
My commission expires __________________, 20_____.<br />
PF - 32
Enclosure 5<br />
DETROIT DEPARTMENT OF TRANSPORTATION<br />
EEO SUBMITTAL REQUIREMENTS (WORK<strong>FOR</strong>CE DATA)<br />
AFFIRMATIVE ACTION POLICY STATEMENT<br />
The<br />
(Name <strong>of</strong> Company)<br />
will not discriminate against any employee or applicant for employment<br />
because <strong>of</strong> race, creed, color, sex, or nation origin.<br />
The ___________ will take affirmative action to ensure that applicants are employed,<br />
(Name <strong>of</strong> Company)<br />
and that employees are treated during employment, without regard to their race, creed, color, sex, or national origin.<br />
Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer;<br />
recruitment or recruitment advertising; lay<strong>of</strong>f or termination; rates <strong>of</strong> pay or other forms <strong>of</strong> compensations; and<br />
selection for training, including apprenticeship.<br />
The<br />
(Name <strong>of</strong> Company)<br />
will, in all solicitation or advertisements for employees placed by or behalf <strong>of</strong> the<br />
contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed,<br />
color, sex, or national origin.<br />
The<br />
(Name <strong>of</strong> Company)<br />
, will send to each labor union or representative <strong>of</strong> workers with which we have<br />
a collective bargaining agreement or other contract or understanding, a notice advising the labor union or workers'<br />
representative <strong>of</strong> the _______________________________________ commitments under Section 202<br />
(Name <strong>of</strong> Company)<br />
<strong>of</strong> Executive Order 11246 <strong>of</strong> September 24, 1965, and shall post copies <strong>of</strong> the notice conspicuous places available to<br />
employees and applicants for employment.<br />
The<br />
Executive Order<br />
(Name <strong>of</strong> Company)<br />
will comply with all provisions <strong>of</strong> Executive Order 11246 (as amended by<br />
11375), Title VII <strong>of</strong> the Civil Rights Act <strong>of</strong> 1964 (as amended by the Equal Employment Opportunity Act <strong>of</strong> 1972), and<br />
all state and local laws, rules, and regulations issued pursuant thereto.<br />
Authorized Representative: _______________________________________________________________<br />
Name <strong>of</strong> Company: ____________________________________________________________________<br />
Date: _____________________________________<br />
PF - 33
AFFIRMATIVE ACTION PLAN<br />
<strong>TO</strong> ENSURE COMPLIANCE WITH PROVISIONS OF EQUAL EMPLOYMENT OPPORTUNITY,<br />
THIS COMPANY SUBMITS THE FOLLOWING AFFIRMATIVE ACTION PLAN:<br />
A. Workforce<br />
Identity <strong>of</strong><br />
Geographical Area<br />
(See E - pg.3)<br />
-----Unemployment-----<br />
Minority Minority<br />
Rates<br />
Population<br />
Labor Force<br />
Overall<br />
Min.<br />
Women<br />
In view <strong>of</strong> the above Workforce Analysis, the company has analyzed its present utilization <strong>of</strong> minority<br />
and female employees by job classification as contained in its Employment Practices Report (p.3) and<br />
has developed the following affirmative action goals and timetable.<br />
B. Goals and Timetable:<br />
This company commits itself to the hiring <strong>of</strong> minorities and/or women in the following<br />
number and job classifications in the implementation <strong>of</strong> this Affirmative Action Plan:<br />
MINORITIES JOB CATEGORIES TARGET DATES<br />
(Numbers)<br />
__<br />
___________<br />
_________<br />
___________<br />
WOMEN<br />
(Numbers)<br />
______<br />
_<br />
___________<br />
C. STEPS:<br />
In order to achieve these goals, this company plans to take the following actions steps:<br />
PF - 34
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong> EMPLOYER CERTIFICATION OF WORK<strong>FOR</strong>CE<br />
Please note that this data may be obtained by visual survey or post-employment records. Neither visual<br />
surveys nor post employment records are prohibited by Federal, State or local law. All specified data are<br />
required to be filled in by law.<br />
Current utilization as <strong>of</strong><br />
Total Employees in Establishment<br />
Job Categories<br />
<strong>TO</strong>TAL<br />
EMPLOYEE<br />
S<br />
INCLUDING<br />
MINORITY<br />
(1)<br />
<strong>TO</strong>TAL<br />
MALE<br />
INCLUDING<br />
MINORITIE<br />
S<br />
(2)<br />
<strong>TO</strong>TAL<br />
FEMALE<br />
INCLUDING<br />
MINORITIES<br />
(3)<br />
ack<br />
MALE<br />
FEMALE<br />
(4)(5)<br />
Bl<br />
spanic<br />
MALE<br />
FEMALE<br />
(6)(7)<br />
Hi<br />
American<br />
Indian &<br />
Alaskan<br />
MALE<br />
FEMALE<br />
(8)(9)<br />
sian<br />
MALE<br />
FEMALE<br />
(10)<br />
(11)<br />
A<br />
her<br />
MALE<br />
FEMALE<br />
(12)<br />
(13)<br />
Ot<br />
Official &<br />
Managers<br />
Pr<strong>of</strong>essionals<br />
Technicians<br />
Sales<br />
Office &<br />
Clerical<br />
Craft Workers<br />
(Skilled)<br />
Operative<br />
(semi-skilled)<br />
Laborers<br />
(Unskilled)<br />
Service<br />
Workers<br />
Total<br />
The undersigned certified that he/she is legally authorized by the bidder/proposer to make the<br />
statements and representations contained in this report; that he/she has red all <strong>of</strong> the foregoing<br />
statements and representations and they are true and correct to the best <strong>of</strong> his/her knowledge and<br />
belief. The undersigned understands that if any <strong>of</strong> the statements and representations are made<br />
known them to be false or there is a failure to implement any <strong>of</strong> the stated intentions or objectives<br />
set forth herein without prior notice to D-DOT, the bidder/proposer will be subject to the loss <strong>of</strong> all<br />
future awards.<br />
Firm or Corporate Name: __________________________________________<br />
Address <strong>of</strong> Office Reporting:<br />
_______________________________________<br />
_______________________________________<br />
Signature: ____________________________________________________<br />
Date <strong>of</strong> Signing: __________________________________________________<br />
PF - 35
DETROIT DEPARTMENT OF TRANSPORTATION<br />
EMPLOYMENT PRACTICE REPORT<br />
Contractor<br />
Address<br />
Date ______________<br />
Phone _____________<br />
<strong>City</strong> State Zip Code ____________<br />
Job ___________________________________________________________________<br />
Is it the company's policy to recruit, hire, train, upgrade, promote, and decline persons<br />
without regard to race, color, religion, sex, national origin or ancestry? YES NO<br />
Has responsibility been assigned to develop procedures which will assure that this policy<br />
is understood and carried out by managerial, administrative and supervisory personnel?<br />
If "YES", please indicate the name <strong>of</strong> the <strong>of</strong>ficial with this responsibility<br />
Name<br />
Title<br />
Phone<br />
Has the company developed a written Affirmative Action Program? If 'Yes", please<br />
forward a copy with this form.<br />
Have all recruitment sources been notified that the company will consider all qualified<br />
applicants without regard to race, color, religion, sex national origin or ancestry?<br />
If advertising is used, does it specify that all qualified applicant will be considered for<br />
employment without regard to race, color, religion, sex national origin or ancestry?<br />
Does the company have bargaining agreements with employee organizations? "Yes",<br />
have such organizations been notified <strong>of</strong> the company's responsibility to comply with the<br />
Equal Employment Opportunity Clauses and non-discrimination clause as it applies to<br />
apprentices and other employees?<br />
Has the company notified all <strong>of</strong> its subcontractors <strong>of</strong> their obligation to comply with the<br />
non-discrimination clause?<br />
Identify Employee Organizations:<br />
(Local Union Number)<br />
(International)<br />
PF - 36
DETROIT DEPARTMENT OF TRANSPORTATION<br />
DESCRIPTION OF JOB CLASSIFICATIONS<br />
1. OFFICIAL, MANAGERS AND SUPERVISORS - Occupations<br />
requiring administrative personnel who set brood policies,<br />
exercise over-all responsibility for execution <strong>of</strong> these policies,<br />
and direct individual departments or special phases <strong>of</strong> a firm's<br />
operations. Includes: <strong>of</strong>ficial, executives, middle management,<br />
plant managers, department managers and superintendents,<br />
salaried foremen who are members <strong>of</strong> management, purchasing<br />
agents and buyers, and kindred workers.<br />
2. PROFESSIONALS - Occupations requiring either college<br />
graduation or experience <strong>of</strong> such kind and amount as to provide<br />
a comparable background. Includes: accountants and auditors,<br />
airplane pilots and navigators, architects, artists, chemists,<br />
designers, dietitians, editors, engineers, lawyers, Liberians,<br />
mathematicians natural scientists, personnel and labor relation<br />
workers, physical scientist, physicians, social scientist, teachers,<br />
and kindred workers.<br />
3. TECHNICIANS - Occupations requiring a combination <strong>of</strong><br />
basic scientific knowledge and manual skill which can be<br />
obtained through about 2 year <strong>of</strong> post high school education,<br />
such as is <strong>of</strong>fered in many technical institutes and junior colleges,<br />
or through equivalent on-the-job training includes: draftsmen,<br />
engineering aids, junior engineers, mathematical aides, nurses,<br />
photographers, radio operators, scientific assistants, surveyors,<br />
technical, illustrators, technicians, (medical, dental, electronic,<br />
physical sciences), and kindred workers.<br />
4. SALES WORKERS Occupations engaging wholly or primarily<br />
in direct selling includes: advertising agents and salesmen,<br />
insurance agents and brokers, real estate agents and brokers,<br />
stock and bond salesmen demonstrators, salesmen, and sale<br />
clerks, and kindred workers.<br />
5. OFFICE AND CLERICAL WORKERS - Includes all clericaltype<br />
work regardless <strong>of</strong> level <strong>of</strong> difficulty, where the activities are<br />
predominantly non manual though some manual work not directly<br />
involved with altering or transporting the products is included,<br />
Includes: bookkeeper, cashiers, collector (bills and accounts),<br />
messengers and <strong>of</strong>fice carrier personnel, <strong>of</strong>fice machine<br />
operators, shipping and receiving clerks, stenographers, typists,<br />
and secretaries, telegraph and telephone operators, and kindred<br />
workers.<br />
occupations, compositors and typesetters, electricians,<br />
engravers, job setters (metal), motion picture projectionists,<br />
pattern and model makers, stationery engineers, labors and<br />
tailors, and kindred workers.<br />
8. APPRENTICES - Persons employed in a program including<br />
work training and related instruction to learn a trade <strong>of</strong> craft which<br />
is traditionally considered an apprenticeship, regardless <strong>of</strong><br />
whether the program is registered with a Federal or State<br />
agency.<br />
9. ON-THE-JOB TRAINEES Persons engaged in formal training<br />
for craftsmen - when not trained under apprentice programs -<br />
semi-skilled, unskilled and service occupations.<br />
10. SEMI-SKILLED WORKERS - Workers who operate machine<br />
or processing equipment or perform other factory-type duties <strong>of</strong><br />
intermediate sill level which can be mastered in a few weeks and<br />
require only limited training.<br />
11. SERVICE WORKERS - Workers in both protection and nonprotective<br />
service occupations includes: attendants (hospital and<br />
other institution, pr<strong>of</strong>essional and personal service) barbers,<br />
charwomen and cleaners, cooks (except household), counter and<br />
fountain workers, elevator operators, firemen and fire protection,<br />
guards, watchmen and doorkeeper, stewards janitors. policemen<br />
and detective, porters, waiters and waitress, and kindred<br />
workers.<br />
12. UNSKILLED WORKERS - Workers in manual occupations<br />
which generally require no special training. Perform elementary<br />
duties that may be learned in a few days and require the<br />
application <strong>of</strong> little <strong>of</strong> no independent judgement, includes:<br />
garage labors, car washers and greaser, gardeners (except farm)<br />
and ground-keepers, longshoremen and stevedores, lumberman,<br />
raftsmen and wood choppers, laborers performing lifting, digging,<br />
mixing, bading an pulling operation, and kindred workers.<br />
Please Complete Next Page<br />
6. WHITE COLLAR TRAINEES - Persons engaged in formal<br />
training for <strong>of</strong>ficial, managerial, pr<strong>of</strong>essional, technical, sales,<br />
<strong>of</strong>fice and clerical occupations.<br />
7. SKILLED AND CRAFTSMEN- Manual workers <strong>of</strong> relatively<br />
high skill level having a thorough and comprehensive knowledge<br />
<strong>of</strong> the processes involved in their work. Exercise considerable<br />
independent judgement and usually received an<br />
extensive period <strong>of</strong> training includes: the building trade hourly<br />
paid foremen and lead men who are not members <strong>of</strong><br />
management, mechanics and repairmen, skilled machining<br />
PF - 37
DETROIT DEPARTMENT OF TRANSPORTATION<br />
DETROIT DEPARTMENT OF TRANSPORTATION<br />
(Name <strong>of</strong><br />
Local)___________________________________________________________________________________<br />
(Address <strong>of</strong> Local)<br />
_________________________________________________________________________________<br />
<strong>City</strong> _______________________________________ State _________ Zip __________________________<br />
Local No. ____________________________________________________<br />
Gentlemen:<br />
Re: Governmental Contract Requirements<br />
This is to notify you <strong>of</strong> a contract between<br />
________________________________________<br />
(Contractor)<br />
______________________________________________________________________<br />
__________________________________________________________<br />
(Contractor’s address)<br />
and the <strong>Detroit</strong> Department <strong>of</strong> Transportation (DDOT) to<br />
______________________________ __________________________________<br />
(Description <strong>of</strong> work)<br />
______________________________________________________________________<br />
__________________________________________________________<br />
PF - 38
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M J<br />
Page 1 <strong>of</strong> 4<br />
DETROIT DEPARTMENT OF TRANSPORTATION<br />
DEBARMENT AND SUSPENSIONS<br />
Policy. Unless otherwise permitted by law, any person that is debarred, suspended, or<br />
voluntarily excluded may not take part in any covered transaction, either as a participant or a<br />
principal, during the period <strong>of</strong> debarment, suspension, or voluntary exclusion. Accordingly,<br />
DDOT as an UMTA recipient, may not enter into any transaction with such debarred, suspended,<br />
or voluntarily excluded persons during such period.<br />
A certification process has been established by 49 C.F.R. Part 29, as a means to ensure that<br />
debarred, suspended or voluntarily excluded persons do not participate in a federally assisted<br />
project. The inability <strong>of</strong> a person to provide the required certification will not necessarily result<br />
in denial <strong>of</strong> participation in a covered transaction. A person that is unable to provide a positive<br />
certification as set forth in UMTA Circular, 2015.1 must submit a complete explanation attached<br />
to the certification. UMTA will consider the certification and any accompanying explanation in<br />
determining whether or not to provide assistance for the project. Failure to furnish a certification<br />
or an explanation may disqualify that person from participating in the project. In addition, each<br />
potential contractor for a major third party contract must provide to DDOT, a certification for a<br />
primary participant. Each potential third party contractor and subcontractor under a major third<br />
party contract must provide to DDOT a certification for lower-tier participant. In general, lower<br />
level employees or procurements <strong>of</strong> less than $25,000 will not be covered by the certification<br />
procedures, except in the case <strong>of</strong> procurements with individuals that would have a critical<br />
influence on or substantive control over the project; nevertheless, a participant is not authorized<br />
to involve a lower level employee or enter into a contract <strong>of</strong> less than $25,000 with a person<br />
actually known by the participant to be debarred, suspended or voluntarily excluded.<br />
UMTA C 2015.1<br />
4-28-89<br />
PF - 39
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M J<br />
Page 2 <strong>of</strong> 4<br />
CERTIFICATION OF PRIMARY PARTICIPANT<br />
REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS<br />
Bidder's/Proposer's Name___________________________________________________<br />
certifies to the best <strong>of</strong> its knowledge and belief, that it and its principals:<br />
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible<br />
voluntarily excluded from covered transactions by any Federal department or<br />
agency;<br />
2. Have not within a three-year period preceding this proposal been convicted <strong>of</strong> or had a civil<br />
judgment rendered against them for commission <strong>of</strong> fraud or a criminal <strong>of</strong>fense in connection<br />
with obtaining, attempting to obtain, or performing a public (Federal, State or local)<br />
transaction or contract under a public transaction; violation <strong>of</strong> Federal or State antitrust<br />
statutes or commission <strong>of</strong> embezzlement, theft, forgery, bribery, falsification or destruction<br />
<strong>of</strong> records, making false statements, or receiving stolen property;<br />
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental<br />
entity (Federal, State, or local) with commission <strong>of</strong> any <strong>of</strong> the <strong>of</strong>fenses enumerated in<br />
paragraph (2) <strong>of</strong> this certification; and<br />
4. Have not within a three-year period preceding this application/proposal had one or more<br />
public transactions (Federal, State or local) terminated for cause or default. If you are unable<br />
to certify to any <strong>of</strong> the statements in this certification, attach an explanation to this<br />
certification.<br />
The BIDDER/PROPOSER ____________________________________________,<br />
CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE<br />
CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS<br />
CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C.<br />
SECTIONS 3801 ET SEQ. ARE APPLICABLE THERE<strong>TO</strong>.<br />
__________________________________________<br />
Signature and Title <strong>of</strong> Authorized Official<br />
PF - 40
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M J<br />
Page 3 <strong>of</strong> 4<br />
The undersigned chief legal counsel for the __________________________________<br />
hereby certifies that the ______________________ has authority under State and local law to<br />
comply with the subject assurances and that the certification above has been legally made.<br />
________________________________<br />
Signature <strong>of</strong> Applicant's Attorney<br />
PF - 41
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M J<br />
Page 4 <strong>of</strong> 4<br />
CERTIFICATION OF LOWER-TIER PARTICIPANTS REGARDING<br />
DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND<br />
VOLUNTARY EXCLUSION<br />
The Lower Tier Participant (potential subcontractor under a major third party contract),<br />
______________________________________, certifies, by submission <strong>of</strong> this proposal, that<br />
neither it nor its principals are presently debarred, suspended, proposed for debarment, declared<br />
ineligible, or voluntarily excluded from participation in this transaction by any Federal<br />
department or agency.<br />
(If the Lower Tier Participant (potential subcontractor under a major third party contract) is<br />
unable to certify to any <strong>of</strong> the statements in this certification, such participant shall attach an<br />
explanation to this proposal).<br />
THE LOWER-TIER PARTICIPANT (POTENTIAL SUBCONTRAC<strong>TO</strong>R UNDER A THIRD<br />
PARTY CONTRACT)_____________________________, CERTIFIES OR AFFIRMS THE<br />
TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS<br />
SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE<br />
PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERE<strong>TO</strong>.<br />
__________________________________________<br />
Signature and Title <strong>of</strong> Authorized Official<br />
The undersigned chief legal counsel for the______________________ hereby certifies that<br />
the_________________________has authority under State and Local law to comply with the<br />
subject assurances and that the certification above has been legally made.<br />
_________________________________<br />
Signature <strong>of</strong> Applicant's Attorney<br />
_________________________________<br />
Date<br />
PF - 42
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M M<br />
Page 1 <strong>of</strong> 3<br />
DISCLOSURE OF LOBBYING ACTIVITIES<br />
Section 319 <strong>of</strong> the Fiscal Year 1990 Department <strong>of</strong> the Interior and Related Agencies<br />
Appropriation Act. Public Law 101-121 contains a prohibition on the use appropriated funds for<br />
"influencing or attempting to influence" federal <strong>of</strong>ficials in connection with grants, cooperative<br />
agreements or contracts.<br />
The law became effective December 23, 1989 and requires that all FTA grantees and contractors,<br />
in order to remain eligible for federal funds, must certify that no federal funds are used to<br />
influence federal employees, Members <strong>of</strong> Congress and Congressional staff regarding specific<br />
grants and contracts. The law also requires that contractors who use non-federal funds for<br />
lobbying on behalf <strong>of</strong> specific projects and proposals submit disclosure documentation when<br />
these efforts are intended to influence the decision <strong>of</strong> federal <strong>of</strong>ficials. These provisions apply to<br />
grants, contracts and cooperative agreements <strong>of</strong> $100,000 or more.<br />
The attached Form M "Disclosure <strong>of</strong> Lobbying Activities" must be completed and submitted to<br />
DDOT in order for the bidder to be considered eligible for a contract award.<br />
PF - 43
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M M<br />
Page 2 <strong>of</strong> 3<br />
CERTIFICATION OF RESTRICTIONS ON LOBBYING<br />
(To be submitted with each bid or <strong>of</strong>fer exceeding $100,000)<br />
I, _____________________________________________________, hereby certify on behalf <strong>of</strong><br />
(Name and Title <strong>of</strong> Contractor’s Official)<br />
__________________________________________ that:<br />
(Name <strong>of</strong> Contractor)<br />
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf <strong>of</strong> the<br />
undersigned, to any person for influencing or attempting to influence an <strong>of</strong>ficer or employee <strong>of</strong><br />
an agency, a Member <strong>of</strong> Congress, an <strong>of</strong>ficer or employee <strong>of</strong> Congress, or an employee <strong>of</strong> a<br />
Member <strong>of</strong> Congress in connection with the awarding <strong>of</strong> any Federal contract, the making <strong>of</strong> any<br />
Federal grant, the making <strong>of</strong> any Federal loan, the entering into <strong>of</strong> any cooperative agreement,<br />
and the extension, continuation, renewal, amendment, or modification <strong>of</strong> any Federal contract,<br />
grant, loan, or cooperative agreement.<br />
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any<br />
person for making lobbying contacts to an <strong>of</strong>ficer or employee <strong>of</strong> any agency, a Member <strong>of</strong><br />
Congress, an <strong>of</strong>ficer or employee <strong>of</strong> Congress, or an employee <strong>of</strong> a Member <strong>of</strong> Congress in<br />
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned<br />
shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in<br />
accordance with its instructions [as amended by "Government wide Guidance for New<br />
Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein<br />
has been modified in accordance with Section 10 <strong>of</strong> the Lobbying Disclosure Act <strong>of</strong> 1995 (P.L.<br />
104-65, to be codified at 2 U.S.C. 1601, et seq .)]<br />
(3) The undersigned shall require that the language <strong>of</strong> this certification be included in the award<br />
documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under<br />
grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose<br />
accordingly.<br />
PF - 44
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M M<br />
Page 3 <strong>of</strong> 3<br />
This certification is a material representation <strong>of</strong> fact upon which reliance was placed when this<br />
transaction was made or entered into. Submission <strong>of</strong> this certification is a prerequisite for making<br />
or entering into this transaction imposed by 31, U.S.C. ' 1352 (as amended by the Lobbying<br />
Disclosure Act <strong>of</strong> 1995). Any person who fails to file the required certification shall be subject to<br />
a civil penalty <strong>of</strong> not less than $10,000 and not more than $100,000 for each such failure. [Note:<br />
Pursuant to 31 U.S.C. ' 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or<br />
fails to file or amend a required certification or disclosure form shall be subject to a civil penalty<br />
<strong>of</strong> not less than $10,000 and not more than $100,000 for each such expenditure or failure.]<br />
The Contractor, ________________________________________, certifies or affirms the<br />
truthfulness and accuracy <strong>of</strong> each statement <strong>of</strong> its certification and disclosure, if any. In addition,<br />
the Contractor understands and agrees that the provisions <strong>of</strong> 31 U.S.C. A 3801, et seq., apply to<br />
this certification and disclosure, if any.<br />
Signature <strong>of</strong> Contractor's Authorized Official: __________________________________<br />
Name and Title <strong>of</strong> Contractor's Authorized Official: ___________________________<br />
Date:______________________________<br />
PF - 45
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q<br />
Page 1 <strong>of</strong> 2<br />
INSTUCTIONS<br />
RESPONSIBILITY OF BIDDER/PROPOSER<br />
1. All Bidders/Proposers submitting a Bid/Proposal must complete and submit with its Bid/Proposal<br />
the attached “Q” Forms. If required for a Request for Quotes (RFQ), the apparent low bidder<br />
shall receive written notification requesting submission <strong>of</strong> Forms Q-3 and Q-4. Completed Forms<br />
Q-3 and Q-4 shall be submitted to the DDOT Purchasing/Contract Administration Division<br />
Office within 10 calendar days <strong>of</strong> the request.<br />
2. Please state "not applicable" in questions clearly not applicable to Bidder/Proposer in connection<br />
with this solicitation. Do not omit any question. If any representation is not accurate and complete<br />
at the time Bidder/Proposer signs the “Q” Forms, Bidder/Proposer must, as part <strong>of</strong> its<br />
Bid/Proposal, identify the provision and explain the reason in detail in the space provided below.<br />
If additional space is needed, add additional sheet(s) to the “Q” Forms. If this space is left blank,<br />
Bidder/Proposer shall be deemed to have represented and warranted the accuracy and<br />
completeness <strong>of</strong> the representations on these Forms:<br />
_______________________________________________________________________<br />
_______________________________________________________________________<br />
_______________________________________________________________________<br />
_______________________________________________________________________<br />
_______________________________________________________________________<br />
3. All information must be legible.<br />
4. Completed forms must be signed by a partner (if partnership), a duly authorized <strong>of</strong>ficer or<br />
individual (if a corporation), or a principal (if a sole proprietorship).<br />
5. The term "Proposer" includes the term "Bidder" and also refers to the firm awarded the Contract.<br />
The term "Proposal" includes the term "Bid".<br />
PF - 46
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q<br />
Page 2<strong>of</strong> 2<br />
6. If during the performance <strong>of</strong> this Contract either <strong>of</strong> the following occurs, the Bidder shall<br />
promptly give notice <strong>of</strong> the situation, in writing, to the DDOT Procurement Manager, and<br />
cooperate with DDOT’s review and investigation <strong>of</strong> such information.<br />
i) Proposer has reason to believe that any representation or answer to any question<br />
contained in the “Q” Forms was not accurate or complete at the time the Forms were<br />
signed; or<br />
ii)<br />
events occur or circumstances changes so that an answer to any question in Part IV is no<br />
longer accurate or complete.<br />
In the DDOT’s sole discretion, the following shall constitute grounds for DDOT to take remedial<br />
action, up to and including immediate termination <strong>of</strong> the Contract for convenience without<br />
payment for pr<strong>of</strong>it and overhead for work not performed, if: i) Proposer fails to notify the DDOT’s<br />
Procurement Manager as required by "6" above; ii) Proposer fails to cooperate with DDOT’s<br />
request for additional information as required by "6" above.<br />
7. DDOT reserves the right to inquire further with respect to the Proposer's responses; and Proposer<br />
consents to such further inquiry and agrees to furnish all relevant documents and information as<br />
requested by DDOT. Any response to this document prior or subsequent to the Proposer's Proposal<br />
which is or may be construed as unfavorable to the Proposer will not necessarily automatically<br />
result in a negative finding on the question <strong>of</strong> Proposer's responsibility or a decision to terminate<br />
the Contract if it is awarded to Proposer.<br />
PF - 47
DETROIT DEPARTMENT OF TRANSPORTATION<br />
RFP/Project Number: _____________________________<br />
Project Title: _____________________________________<br />
<strong>FOR</strong>M Q-1<br />
Page 1 <strong>of</strong> 3<br />
IDENTITY OF PROPOSER<br />
1. Proposer's Full Legal Name: _________________________________________________<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
2. The Proposer represents that it operates as the following form <strong>of</strong> legal entity: (Check whichever<br />
applies and fill in any appropriate blanks.)<br />
<br />
<br />
<br />
<br />
<br />
<br />
an individual or sole proprietorship<br />
a general partnership<br />
a limited partnership<br />
a joint venture consisting <strong>of</strong>: _________________________________________<br />
and _____________________________________________________________<br />
(List all joint venturers on a separate sheet if this space is inadequate.)<br />
a non-pr<strong>of</strong>it organization<br />
a corporation organized or incorporated under the laws <strong>of</strong> the following state or country:<br />
____________________________ on the following date: ________________<br />
3. Proposer's federal taxpayer identification number: ______________________________<br />
4. Proposer's legal address: __________________________________________________<br />
_________________________________________________________________<br />
Telephone Number: (____) _________________ Fax Number: (____) ______________<br />
PF - 48
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q-1<br />
Page 2 <strong>of</strong> 3<br />
5. Proposer's local or authorized point <strong>of</strong> contact address:<br />
Name: ________________________________ Title: ____________________________<br />
Address: ________________________________________________________________<br />
_________________________________________________________________<br />
Telephone Number: (____) _________________ Fax Number: (____) ______________<br />
6. a. If Proposer is a corporation, has a Certificate <strong>of</strong> Incorporation been previously<br />
filed with the <strong>Detroit</strong> Department <strong>of</strong> Transportation?<br />
YES NO If answer is "NO", attach a certified copy.<br />
b. Attach a certified copy <strong>of</strong> the By-Laws and Resolution <strong>of</strong> the Corporation giving the<br />
names and titles <strong>of</strong> the corporate <strong>of</strong>ficers other than President, as well as non-<strong>of</strong>ficer<br />
employees, who are authorized to sign contracts, bonds, bills <strong>of</strong> sale and other legal<br />
instruments in connection with the Contract, if the same have not been previously filed.<br />
c. If a foreign corporation, has pro<strong>of</strong> <strong>of</strong> authority to transact business in the State <strong>of</strong><br />
Michigan been previously filed with the <strong>Detroit</strong> Department <strong>of</strong> Transportation?<br />
YES NO If answer is "NO", attach a certified copy.<br />
In the event that any <strong>of</strong> Proposer's previous submissions to DDOT in response to the<br />
above (questions a-c) no longer represent the Proposer's current corporate status, Proposer<br />
must attach a certified copy <strong>of</strong> any documents amending its previous submissions.<br />
7. a. How long has the Proposer been in business? _____________________________<br />
b. Have Proposer's major shareholders, <strong>of</strong>ficers or principals been in business under another<br />
name? If so, identify name and dates used.<br />
_________________________________________________________________<br />
c. How many years experience as a prime contractor/consultant? _______________<br />
d. How many years experience as a subcontractor/subconsultant? _______________<br />
PF - 49
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q-1<br />
Page 3 <strong>of</strong> 3<br />
8. List below the names, business addresses, titles, and telephone numbers <strong>of</strong> the following people:<br />
if a corporation, identify the president, executive <strong>of</strong>ficers, and any other <strong>of</strong>ficers directly<br />
responsible for this Proposal; if a partnership, identify the partners directly responsible for this<br />
Proposal; or, if another form <strong>of</strong> business entity, identify the principals directly responsible for this<br />
Proposal.<br />
Name Address Title Telephone No.<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
______________________________________________________<br />
9. If your firm considers itself to be an MBE, WBE or DBE, then within the<br />
past three years has the Proposer had any MBE, WBE, or DBE certification (or<br />
application for such<br />
certification) revoked or, if you made application for such<br />
certification during such period, was same denied?<br />
YES NO If answer is "NO", attach a certified copy<br />
_______________________________________<br />
Authorized Signature<br />
_______________________________________<br />
Printed Name<br />
_____________________________<br />
Date<br />
_____________________________<br />
Title<br />
_______________________________________<br />
Phone<br />
UNSIGNED BIDS/<strong>PROPOSALS</strong> CANNOT BE CONSIDERED.<br />
PF - 50
DETROIT DEPARTMENT OF TRANSPORTATION<br />
RFQ/Project Number: _____________________________<br />
<strong>FOR</strong>M Q-2<br />
Page 1 <strong>of</strong> 7<br />
Project Title:_________________________________________________________<br />
PROPOSER’S REPRESENTATION<br />
1. By submission <strong>of</strong> this Proposal, the undersigned, and each person signing on behalf <strong>of</strong> the<br />
undersigned, certifies that in the case <strong>of</strong> a joint proposal each party thereto certifies, as to its own<br />
organization, under penalty <strong>of</strong> perjury, that to the best <strong>of</strong> its knowledge and belief:<br />
a. the prices in this Proposal have been arrived at independently without collusion,<br />
consultation, communication, or agreement for the purpose <strong>of</strong> restricting competition, as<br />
to any matter relating to such prices with any other proposer or with any competitor;<br />
b. unless otherwise required by law, the prices which have been quoted in this Proposal<br />
have not been knowingly disclosed by the Proposer and will not knowingly be disclosed<br />
by the undersigned prior to opening, directly or indirectly, to any other proposer or to<br />
any competitor prior to the closing date for proposals;<br />
c. no attempt has been or will be made by the Proposer to induce any other person,<br />
partnership or corporation to submit or not to submit a proposal for the purpose <strong>of</strong><br />
restricting competition;<br />
A Proposal shall not be considered for award nor shall any award be made where a, b, and c,<br />
above, have not been complied with provided, however, that if in any case the Proposer cannot<br />
make the foregoing certification, the Proposer shall so state and shall furnish with the Proposal a<br />
signed and notarized statement which sets forth in detail the reasons therefore.<br />
Where a, b, and c, above, have not been complied with, the Proposal shall not be considered for<br />
award<br />
nor shall any award be made unless the DDOT Procurement Manager, or his/her designee,<br />
determine that such disclosure was not made for the purpose <strong>of</strong> restricting competition.<br />
The fact that a Proposer (i) has published price lists, rates, or tariffs covering items being<br />
procured; (ii) has informed prospective customers <strong>of</strong> proposed or pending publication <strong>of</strong> new or<br />
revised price lists for such items; or (iii) has sold the same items to other customers at the same<br />
prices being proposed, does not constitute, without more, a disclosure within the meaning <strong>of</strong> a, b,<br />
and c above.<br />
PF - 51
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q-2<br />
Page 2 <strong>of</strong> 7<br />
a. No appointed or elected <strong>of</strong>ficial, member or other <strong>of</strong>ficer or employee <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>,<br />
during the performance <strong>of</strong> this Contract, or in the supplies, work or business to which it<br />
relates, or in any portion <strong>of</strong> the pr<strong>of</strong>its there<strong>of</strong>, has been or will be <strong>of</strong>fered or given any<br />
tangible consideration in connection with this Proposal/Contract.<br />
b. Proposer covenants that neither Proposer nor, to the best <strong>of</strong> the Proposer's knowledge after<br />
diligent inquiry, any director, <strong>of</strong>ficer, owner or employee <strong>of</strong> the Proposer has any interest nor<br />
shall they acquire any interest, directly or indirectly, which would conflict in any manner or<br />
degree with the faithful performance <strong>of</strong> the Contract hereunder.<br />
c. In the event Proposer has no prior knowledge <strong>of</strong> a conflict <strong>of</strong> interest as set forth in "a" and<br />
"b" above and hereafter acquires information which indicates that there may be an actual or<br />
apparent violation <strong>of</strong> any <strong>of</strong> the above, Proposer shall promptly bring such information to the<br />
attention <strong>of</strong> the DDOT Materials Manager. Proposer shall thereafter cooperate with DDOT’s<br />
review and investigation <strong>of</strong> such information, and comply with any instruction it receives<br />
from the DDOT Materials Manager in regard to remedying the situation.<br />
3. The following statements apply to any proposal or contract between Proposer and the <strong>City</strong> <strong>of</strong><br />
<strong>Detroit</strong>: (In the event <strong>of</strong> a "YES", DDOT reserves the right to inquire further with respect<br />
thereto.)<br />
a. Statements b thru o below also apply to i) Proposer's parent, subsidiaries and<br />
affiliates (if any), ii) any joint venture (including its individual members and any<br />
other form <strong>of</strong> partnership (including its individual members) which includes<br />
Proposer or Proposer's parent, subsidiaries, or affiliates; iii) Proposer's directors, <strong>of</strong>ficers,<br />
principals, and managerial employees and any person or entity with a 10% or more<br />
interest in Proposer; iv) any legal entity controlled, or 10% or more <strong>of</strong> which is owned by<br />
Proposer, or by any director, <strong>of</strong>ficer, principal or managerial employee <strong>of</strong> Proposer, or by<br />
any person or entity with a 10% or more interest in Proposer; or v) any parent, subsidiary<br />
or affiliate <strong>of</strong> any legal entity controlled, or 10% or more <strong>of</strong> which is owned by Proposer,<br />
or by any director, <strong>of</strong>ficer, principal or managerial employee <strong>of</strong> Proposer, or any person<br />
or entity with a 10 % or more interest in Proposer.<br />
PF - 52
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q-2<br />
Page 3 <strong>of</strong> 7<br />
b. Has the Proposer been declared not responsible. (Check "YES" or "NO", as appropriate.)<br />
YES <br />
NO <br />
c. Has the Proposer been debarred, suspended, proposed for debarment, declared ineligible,<br />
voluntarily excluded, or otherwise disqualified from bidding, proposing, or contracting.<br />
(Check "YES" or "NO", as appropriate.)<br />
YES <br />
NO <br />
d. Has the Proposer been a defaulter, as principal, surety or otherwise. (Check<br />
"YES" or "NO", as appropriate.)<br />
YES <br />
NO <br />
e. Has the government or other public entity requested or required enforcement <strong>of</strong> any <strong>of</strong> its<br />
rights under a surety agreement on the basis <strong>of</strong> a Proposer default or in lieu <strong>of</strong> declaring<br />
Proposer in default. (Check "YES" or "NO", as appropriate.)<br />
YES <br />
NO <br />
f. Is the Proposer in arrears upon a contract or debt. (Check "YES" or "NO", as<br />
appropriate.)<br />
YES <br />
NO <br />
g. Are there any proceedings pending relating to Proposer's responsibility, debarment,<br />
suspension, voluntarily exclusion or qualification to receive a public contract. (Check<br />
"YES" or "NO". as appropriate.)<br />
YES <br />
NO <br />
PF - 53
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q-2<br />
Page 4 <strong>of</strong> 7<br />
h. List the name and business address <strong>of</strong> each person or legal entity which has a 10% or<br />
more ownership or control interest in Proposer (attach additional pages as needed).<br />
___________________________________________________________<br />
___________________________________________________________<br />
___________________________________________________________<br />
___________________________________________________________<br />
i. Has been convicted by a plea or verdict <strong>of</strong> guilty <strong>of</strong>, or pleaded nolo contendere to, a<br />
misdemeanor or felony in any federal, state or local court. (Check "YES" or "NO", as<br />
appropriate.)<br />
YES NO <br />
j. Have pending any state or federal grand jury or court an indictment or information for<br />
the commission <strong>of</strong> a crime which has riot been favorably,' terminated. (Check "YES" or<br />
"NO", as appropriate.)<br />
YES NO <br />
k. Is the subject <strong>of</strong> any pending investigation by any grand jury, commission, committee or<br />
other entity or agency or authority <strong>of</strong> any state or the federal government in connection<br />
with the commission <strong>of</strong> a crime. (Check "YES" or "No", as appropriate.)<br />
YES NO <br />
l. Is currently disqualified from selling or submitting bids/proposals to or receiving awards<br />
from or entering into any contracts with any federal, state or local governmental entity,<br />
any public authority or any public entity (Check "YES" or "NO", as appropriate.)<br />
YES NO <br />
m. Within the past five years, has refused to testify or to answer any question concerning a<br />
bid or contract with any federal, state, or local governmental entity, any public authority<br />
or other public entity when called before a grand jury or other committee,<br />
PF - 54
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q-2<br />
Page 5 <strong>of</strong> 7<br />
agency or forum which is empowered to compel the attendance <strong>of</strong> witnesses and examine<br />
them under oath, upon being advised that neither the person's statement nor any<br />
information or evidence derived from such statement will be used against that person in<br />
any subsequent criminal proceeding. (Check "YES" or "NO" as appropriate.)<br />
YES NO <br />
n. Is currently disqualified from selling or submitting a bid to, or receiving an award from,<br />
or entering into any contract with any public entity or public authority within the State <strong>of</strong><br />
Michigan because, within the past five years, such entity or person refused to testify or to<br />
answer any relevant question concerning a transaction or contract with the State <strong>of</strong><br />
Michigan, any political subdivision <strong>of</strong> the State <strong>of</strong> Michigan, or a public authority or a<br />
public department, agency or <strong>of</strong>ficial <strong>of</strong> the State <strong>of</strong> Michigan or <strong>of</strong> a political<br />
subdivision <strong>of</strong> the State <strong>of</strong> Michigan, when called before a grand jury or other state or<br />
local department, commission or agency which is empowered to compel the attendance<br />
<strong>of</strong> witnesses and examine them under oath. upon being advised that neither that person's<br />
statement nor any information or evidence derived from such statement will be used<br />
against that person in any subsequent criminal proceeding, (Check "YES" or "NO", as<br />
appropriate.)<br />
YES NO <br />
o. Has within a three year period preceding this Proposal been convicted <strong>of</strong> or had a civil<br />
judgment rendered against them for commission <strong>of</strong> fraud or a criminal <strong>of</strong>fense in<br />
connection with obtaining, attempting to obtain. or performing a public (Federal, State or<br />
local) transaction or contract under a public transaction; violation <strong>of</strong> Federal or State<br />
antitrust statutes or commission <strong>of</strong> embezzlement, theft, forgery, bribery, falsification or<br />
destruction <strong>of</strong> records, making false statements, or receiving stolen property. (Check<br />
"YES" or "NO", as appropriate.)<br />
YES NO <br />
PF - 55
DETROIT DEPARTMENT OF TRANSPORTATION<br />
<strong>FOR</strong>M Q-2<br />
Page 6 <strong>of</strong> 7<br />
p. Explain any "YES" answers to a thru o in the space provided below (attach additional<br />
pages as needed).<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
____<br />
PF - 56
<strong>FOR</strong>M Q-2<br />
Page 7 <strong>of</strong> 7<br />
ADDITIONAL QUESTIONS<br />
1. List all Proposer's employees:<br />
a. who are currently employees <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>.<br />
_________________________________________________________________________________<br />
_________________________________________________________________________________<br />
________________________________________________________________________<br />
b. who within the past two years have been <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> employees who were involved on behalf <strong>of</strong><br />
Proposer with the preparation <strong>of</strong> this Proposal or would be involved in the performance <strong>of</strong> the<br />
Contract if it is awarded to Proposer.<br />
_________________________________________________________________________________<br />
_________________________________________________________________________________<br />
_______________________________________________________________________<br />
2. Does Proposer have a subsidiary or affiliate?<br />
YES <br />
NO If answer is "YES", list firm name, address and affiliation<br />
____________________________________________________________________________________<br />
____________________________________________________________________________________<br />
____________________________________________________________________________________<br />
_______________________________________________________________________<br />
3. Is Proposer a subsidiary <strong>of</strong> another entity?<br />
YES NO If answer is "YES", list firm name, address and affiliation<br />
_______________________________________________________________________<br />
_______________________________________________________________________<br />
________________________________________________________________________<br />
_________________________________________________________________________<br />
4. Does Proposer, any director, <strong>of</strong>ficer, principal or managerial employee <strong>of</strong> Proposer, or any other person<br />
or entity with a 10% or more interest in Proposer have an interest <strong>of</strong> 10% or more in any other firm or<br />
legal entity?<br />
YES NO If answer is "YES", list individuals name and firm or entity<br />
__________________________________________________________________________<br />
__________________________________________________________________________<br />
_________________________________________________________________________<br />
Signature: __________________________________________<br />
Title: ______________________________________________<br />
Firm: ______________________________________________<br />
PF - 1
<strong>FOR</strong>M Q-3<br />
Page 1 <strong>of</strong> 7<br />
RFQ/Project Number: ____________________________<br />
Project Title: _________________________________________________<br />
TECHNICAL DISCLOSURE<br />
1. List the name, title and business address <strong>of</strong> each director and principal <strong>of</strong>ficer <strong>of</strong> Proposer.<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
____<br />
2. Number <strong>of</strong> employees: _______________ including ____________ employees in the<br />
Metropolitan <strong>Detroit</strong> Area.<br />
3. Does the Proposer have any outstanding bids or proposals for contracts (i.e., bids or proposals<br />
pending where no contract has yet been awarded) with the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>? If none, state "None".<br />
If yes, please list them and provide the name <strong>of</strong> the requesting agency, the contract number, a<br />
brief description <strong>of</strong> the work effort and the status <strong>of</strong> the bid or proposal. Indicate if the<br />
bid/proposal was submitted by the Bidder as prime contractor or joint venture.<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
______________<br />
4. Has the Proposer been awarded any contracts within the last three years by the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>? If<br />
none, state "None". If yes, describe those contracts beginning with the most recent. State the name<br />
<strong>of</strong> the contracting entity; give a brief description <strong>of</strong> the contract and the contract number; state the<br />
contract period, the status <strong>of</strong> the contract, and the name, address, and telephone number <strong>of</strong> a contact<br />
person at the agency. Indicate if award was made to Proposer as prime contractor or joint venture.<br />
Proposer need not provide more than six such descriptions.<br />
_____________________________________________________________________<br />
_____________________________________________________________________<br />
_____________________________________<br />
PF - 2
<strong>FOR</strong>M Q-3<br />
Page 2 <strong>of</strong> 7<br />
5. Does the Proposer have any current private sector projects? If none, state "None". If yes, provide<br />
name and address <strong>of</strong> owner, a brief description <strong>of</strong> work, status <strong>of</strong> contracts and name, address and<br />
telephone number <strong>of</strong> contact person as to each, beginning with the most recent. Indicate if Proposer<br />
is acting as prime contractor or joint venture. Proposers need not provide more than six such<br />
descriptions.<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
__________________________________________________<br />
6. For each <strong>of</strong> the following contracts, provide a brief description <strong>of</strong> the work performed, the<br />
contract number, the dollar amount at award and at completion, date completed, and the name and<br />
telephone number <strong>of</strong> the owner's representative.<br />
a. Each contract completed during the last three years or, if less than three contracts have been<br />
completed during the last three years, list the last three contracts completed.<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
__________________________________________________<br />
b. Each contract completed during the last three years or, if less than three contracts have been<br />
completed during the last three years, list the last three contracts completed, for which<br />
liquidated damages or penalty provisions were assessed against you for failure to complete the<br />
work on time or for any other reason.<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
______________________________________________________________________________<br />
________________________________________________<br />
PF - 3
<strong>FOR</strong>M Q-3<br />
Page 3 <strong>of</strong> 7<br />
7. List each contract which, during the last three years, the person/entity contracting with you:<br />
i) terminated for default; ii) sued to compel performance; iii) sued to recover damages, including,<br />
without limitation, upon alleged breach <strong>of</strong> contract, misfeasance, error or omission or other alleged<br />
failure on your part to perform as required by your contract; or iv) called upon a surety to perform the<br />
work.<br />
____________________________________________________________________________<br />
____________________________________________________________________________<br />
____________________________________________________________________________<br />
____________________________________________________________________________<br />
_______________________________________________________________________<br />
8. Describe whether any present or anticipated commitments and/or contractual obligations might<br />
have an influence on the capabilities <strong>of</strong> the Proposer to perform the work called for by this<br />
Contract. Any apparent conflicts as between the requirements/commitments for this Contract<br />
and the matters listed in items 3, 4, 5 or 6, above, with respect to the use <strong>of</strong> Proposer's resources,<br />
such as management or technical expertise or financing, should be explained. If none, state<br />
"None".<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
____________________________________________________<br />
9. Describe any litigation, in which the Proposer is involved, which:<br />
a. has or may have an impact on the Proposer's ability to perform any work called for by this<br />
solicitation; or<br />
b. the demand or potential exposure is for more than $250,000, exclusive <strong>of</strong> personal injury litigation<br />
where the liability is covered by insurance.<br />
If none, state "None."<br />
__________________________________________________________<br />
__________________________________________________________<br />
__________________________________________________________<br />
PF - 4
<strong>FOR</strong>M Q-3<br />
Page 4 <strong>of</strong> 7<br />
10. During the past three years, has the Proposer's firm ever been a party to a bankruptcy or<br />
reorganization proceeding?<br />
YES NO If answer is "YES", explain below.<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
______________________________________________________________<br />
11. a. If any pr<strong>of</strong>essional or other licenses, permits, or certifications are required to perform<br />
the work/services called for by this solicitation, list the license, permit, or certification<br />
that the Proposer or Proposer's employees or agents possess. If none, state "None".<br />
License or Permit<br />
Issuing<br />
or Certification Name <strong>of</strong> Holder State or Entity<br />
_________________ _______________________ __________________<br />
_________________ _______________________ __________________<br />
_________________ _______________________ __________________<br />
_________________ _______________________ __________________<br />
b. Have any <strong>of</strong> the Proposer's <strong>of</strong>ficers, partners, owners, managers or employees had any<br />
project related licenses, permits or certifications revoked or suspended in the past three<br />
years.<br />
YES NO If answer is "YES", explain details below.<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
________________________________________________________________________________<br />
__________________________________________________<br />
PF - 5
<strong>FOR</strong>M Q-3<br />
Page 5 <strong>of</strong> 7<br />
12. Does the Proposer's firm share <strong>of</strong>fice space, staff or equipment (including telephone exchanges)<br />
with any other business or organization?<br />
YES NO If answer is "YES", list firm name, address and<br />
nature <strong>of</strong> shared facilities.<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
______________________________________________________________<br />
13. Has Proposer's safety practices/procedures been evaluated or rated as less then satisfactory by<br />
the <strong>City</strong> or State <strong>of</strong> Michigan, any other state, any public authority or other public entity, the<br />
United States government, within the past five years?<br />
YES NO If answer is "YES", explain details below.<br />
_____________________________________________________________________________<br />
_____________________________________________________________________________<br />
______________________________________________________________<br />
14. Is your firm's Workers Compensation Experience Rating 1.2 or greater?<br />
YES NO If answer is "YES", explain details below.<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
PF - 6
<strong>FOR</strong>M Q-3<br />
Page 6 <strong>of</strong> 7<br />
15. Does Proposer have either a history <strong>of</strong> claims loss or any substantial individual claim loss<br />
within the past five years due to general liability or workers compensation claims?<br />
YES NO If answer is "YES", explain details below.<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
16. List the names, titles and attach resumes which indicate the level <strong>of</strong> skill and experience <strong>of</strong> your<br />
proposed project management team. (See Specifications or the Scope <strong>of</strong> Work for the functions <strong>of</strong> the<br />
project management team, as applicable, and other requirements in regard to project management.)<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
17. Which <strong>of</strong> the individuals named in item 16, above, will be utilized exclusively on this Contract<br />
on a full-time basis? (The Specification or the Scope <strong>of</strong> Work may indicate requirements for<br />
certain dedicated staff.)<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
PF - 7
<strong>FOR</strong>M Q-3<br />
Page 7 <strong>of</strong> 7<br />
18. Which <strong>of</strong> the individuals named in item 16, above, are not presently <strong>of</strong>ficers, partners, owners<br />
or employees <strong>of</strong> the firm?<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
________________________________________________________________________<br />
19. Attach an outline <strong>of</strong> your proposed Quality Control program (see appropriate<br />
section <strong>of</strong> the Specifications or the Scope <strong>of</strong> Work) for this Contract. Where the<br />
Specifications or the Scope <strong>of</strong> Work set out required elements for the program,<br />
such outline must cover each element.<br />
Signature: __________________________________________<br />
Title: ______________________________________________<br />
Firm: ______________________________________________<br />
PF - 8
RFP/Project Number: _____________________________________<br />
Project Title: ____________________________________________<br />
<strong>FOR</strong>M Q-4<br />
Page 1 <strong>of</strong> 10<br />
FINANCIAL DISCLOSURE<br />
1. Provide certified financial statements for the last three fiscal years. If certified<br />
financial statements are not available, provide financial statements sworn to by<br />
the firm's Chief Financial Officer.<br />
2. The Proposer may submit its prior three (3) years' financial statements in lieu <strong>of</strong> completing<br />
Section 1 (Balance Sheet), Section 2 (Comparative Statement <strong>of</strong> Income & Retained Earnings),<br />
and Section 3 (Comparative Statements <strong>of</strong> Cash Flows). However, Section 1, Schedules A, B,<br />
C, D, E and F and Sections 4, 6 and 7 must be completed. If the Proposer is required to submit<br />
a performance bond, Section 5 must also be completed.<br />
PF - 9
<strong>FOR</strong>M Q-4<br />
Page 2 <strong>of</strong> 10<br />
SECTION 1<br />
COMPARATIVE BALANCE SHEET<br />
as <strong>of</strong><br />
($000) 20___ 20___ 20___<br />
$ $ $<br />
I. CURRENT ASSETS:<br />
Cash ___________________________ ________ ________ ________<br />
Marketable Securities ______________ ________ ________ ________<br />
Notes Receivable (Schedule A) ______ ________ ________ ________<br />
Accounts Receivable (Schedule B) ___ ________ ________ ________<br />
Bid Deposits (Schedule C) __________ ________ ________ ________<br />
Inventories ______________________ ________ ________ ________<br />
Prepaid Expenses _________________ ________ ________ ________<br />
Other Current Assets:<br />
________________________________ ________ ________ ________<br />
________________________________ ________ ________ ________<br />
________________________________ ________ ________ ________<br />
<strong>TO</strong>TAL CURRENT ASSETS<br />
$_______<br />
$_______<br />
$_______<br />
II.<br />
OTHER ASSETS:<br />
Investment in Affiliates<br />
$_______<br />
$_______<br />
$_______<br />
Other Non-Current Assets:<br />
________________________________ __________ ________ ________<br />
________________________________ __________ ________ ________<br />
________________________________ __________ ________ ________<br />
<strong>TO</strong>TAL OTHER ASSETS $_________ $_______ $_______<br />
III.<br />
PROPERTY, PLANT & EQUIPMENT:<br />
NET PROPERTY, PLANT & EQUIPMENT<br />
(Net <strong>of</strong> Depreciation) $_________ $______ $_______<br />
<strong>TO</strong>TAL ASSETS $_________ $______ $________<br />
PF - 10
<strong>FOR</strong>M Q-4<br />
Page 3 <strong>of</strong> 10<br />
LIABILITIES<br />
($000) 20___ 20___ 20___<br />
$ $ $<br />
I. CURRENT LIABILITIES<br />
Notes Payable (Schedule D) ________ __________ _________ ________<br />
Accounts Payable (Schedule E) _____ __________ _________ ________<br />
Loans Payable (Schedule F) ________ __________ _________ ________<br />
Taxes Payable ___________________ __________ _________ ________<br />
Current Portion <strong>of</strong> Long Term Debt __ __________ _________ ________<br />
Accrued Liabilities _______________ __________ _________ ________<br />
Other Current Liabilities:<br />
________________________________ __________ _________ ________<br />
________________________________ __________ _________ ________<br />
________________________________ __________ _________ ________<br />
________________________________ __________ _________ ________<br />
________________________________ __________ _________ ________<br />
<strong>TO</strong>TAL CURRENT LIABILITIES $_________ $________ $_______<br />
II.<br />
NON-CURRENT LIABILITIES<br />
Long Term Debt __________________ __________ _________ _______<br />
Other:___________________________ __________ _________ _______<br />
________________________________ __________ _________ _______<br />
________________________________ __________ _________ _______<br />
<strong>TO</strong>TAL NON-CURRENT LIABILITIES $_________ $________ $______<br />
<strong>TO</strong>TAL LIABILITIES $_________ $________ $______<br />
III.<br />
EQUITY<br />
Capital Stock Paid Up:<br />
Common ______________________ $_________ $_________$________<br />
Preferred ______________________ $_________ $_________$________<br />
Surplus (net worth) ________________ $_________ $_________$________<br />
<strong>TO</strong>TAL EQUITY $_________ $_________$________<br />
<strong>TO</strong>TAL LIABILITIES AND EQUITY $_________ $_________$________<br />
PF - 11
<strong>FOR</strong>M Q-4<br />
Page 4 <strong>of</strong> 10<br />
DETAILS RELATIVE <strong>TO</strong> ASSETS<br />
Notes Receivable<br />
SCHEDULE A<br />
(a) due within 90 days ____________$______________<br />
(b) due after 90 days ____________$______________<br />
(c) past due _____________________$______________<br />
Receivable From:<br />
Name<br />
Purpose<br />
Date <strong>of</strong><br />
Maturity<br />
How<br />
Secured<br />
Amount<br />
$<br />
<strong>TO</strong>TAL $<br />
SCHEDULE B<br />
Aging <strong>of</strong> Accounts Receivable P A S T D U E<br />
Current<br />
1 to<br />
30 days<br />
31 to<br />
60 days<br />
61 to<br />
90 days<br />
Over<br />
90 Days<br />
Trade $ $ $ $ $ $<br />
Other $ $ $ $ $ $<br />
Total $ $ $ $ $ $<br />
Total<br />
PF - 12
<strong>FOR</strong>M Q-4<br />
Page 5 <strong>of</strong> 10<br />
Bid Deposit<br />
Holder <strong>of</strong> Deposit: Name<br />
SCHEDULE C<br />
Description<br />
$<br />
Amount<br />
<strong>TO</strong>TAL $<br />
DETAILS RELATIVE <strong>TO</strong> LIABILITIES<br />
Notes Payable<br />
SCHEDULE D<br />
(a) Not Past Due __________________$ _______________<br />
(b) Past Due __________________$ _______________<br />
To Whom: Name Purpose When Due Amount<br />
$<br />
<strong>TO</strong>TAL $<br />
Accounts Payable<br />
SCHEDULE E<br />
(a) Not Past Due __________________$ _______________<br />
(b) Past Due __________________$ _______________<br />
To Whom: Name Purpose Date<br />
Payable<br />
$<br />
Amount<br />
<strong>TO</strong>TAL $<br />
PF - 13
<strong>FOR</strong>M Q-4<br />
Page 6 <strong>of</strong> 10<br />
Loans Payable<br />
SCHEDULE F<br />
(a) Not Past Due __________________$ _______________<br />
(b) Past Due __________________$ _______________<br />
To Whom: Name Purpose Date<br />
Payable<br />
$<br />
Amount<br />
<strong>TO</strong>TAL $<br />
PF - 14
<strong>FOR</strong>M Q-4<br />
Page 7 <strong>of</strong> 10<br />
SECTION 2<br />
COMPARATIVE STATEMENT OF INCOME & RETAINED EARNINGS<br />
STATEMENT <strong>FOR</strong> PERIODS ENDED: 20___ 20___ 20___<br />
SALES___________________________ $________ $________ $________<br />
Less:<br />
COST OF SALES:<br />
Labor _____________________ _________ _________ _________<br />
Material ___________________ _________ _________ _________<br />
Depreciation ________________ _________ _________ _________<br />
Other Overhead _____________ _________ _________ _________<br />
GROSS MARGIN $________ $________ $________<br />
Less: Selling, General and<br />
Administrative Expenses ______ _________ _________ _________<br />
Income Before Taxes _________ _________ _________ _________<br />
Less: Income Taxes __________ _________ _________ _________<br />
NET INCOME $________ $________ $________<br />
Retained Earnings Beginning<br />
<strong>of</strong> Period _______________ $________ $________ $________<br />
Less: Cash Dividends Paid ____ $________ $________ $________<br />
Other:________________ $________ $________ $________<br />
Net Retained Earnings End<br />
<strong>of</strong> Period ________________ $_________ $_________ $________<br />
PF - 15
<strong>FOR</strong>M Q-4<br />
Page 8 <strong>of</strong> 10<br />
SECTION 3<br />
COMPARATIVE STATEMENTS OF CASH FLOWS<br />
<strong>FOR</strong> THE YEARS ENDED<br />
Increase (Decrease) in Cash<br />
20___ 20___ 20___<br />
Cash flows from operating activities:<br />
_____ $______ $_______<br />
$__<br />
Cash received from customers_______<br />
Cash paid to suppliers & employees ____ ________ ______ ________<br />
Interest Paid ________________________ ________ ______ ________<br />
Income Taxes Paid ___________________ ________ ______ ________<br />
Miscellaneous receipts (payments) ________ ________ ______ ________<br />
____________________________________ ________ ______ ________<br />
____________________________________ ________ ______ ________<br />
____________________________________ ________ ______ ________<br />
Net cash provided by operating. activities __ $_______ $______ $________<br />
Cash flows from investing activities: _______ ______ ________<br />
Proceeds from sale <strong>of</strong> equipment:__________ _______ ______ ________<br />
Payments for purchase <strong>of</strong> equipment:_______ _______ ______ ________<br />
_____________________________________ _______ ______ ________<br />
_____________________________________ _______ ______ ________<br />
_____________________________________ _______ ______ ________<br />
Net Cash Used in Investing activities:_______ $_______ $_____ $_______<br />
Cash flows from financing activities: ________ _____ ________<br />
Net increase in short-term debt:<br />
________ _____ ________<br />
Proceeds from issuance <strong>of</strong> long-term debt ___ ________ _____ ________<br />
Repayment <strong>of</strong> long-term debt _____________ ________ _____ ________<br />
Payment <strong>of</strong> Dividends ___________________ ________ _____ ________<br />
_____________________________________ ________ _____ ________<br />
_____________________________________ ________ _____ ________<br />
_____________________________________ ________ _____ ________<br />
Net Cash provided by (used in) financing<br />
Activities<br />
$_______ $____ $_______<br />
PF - 16<br />
______<br />
______<br />
______
<strong>FOR</strong>M Q-4<br />
Page 9 <strong>of</strong> 10<br />
Net increase (decrease) in cash ____________ $_______ $____ $_______<br />
Cash at beginning <strong>of</strong> year ________________ $_______ $____ $_______<br />
Cash at end <strong>of</strong> year _____________________ $_______ $____ $_______<br />
SECTION 4 - IDENTITY OF OWNERS<br />
Who are the principal owners or shareholders <strong>of</strong> the business enterprise and approximately<br />
what percentage does each own?<br />
Name<br />
Percent Owned<br />
SECTION 5 - PER<strong>FOR</strong>MANCE BOND IN<strong>FOR</strong>MATION<br />
Section 5 is only applicable to solicitations in which the Proposer is required to provide a<br />
performance bond.<br />
Names and addresses <strong>of</strong> bonding company or companies that have agreed to furnish the<br />
performance bond required by the Contract.<br />
1. Name:__________________________________________<br />
Address:_________________________________________________________________<br />
Bond Amount:____________________________________<br />
Expiration Date:___________________________________<br />
2. Name:__________________________________________<br />
Address:_________________________________________________________________<br />
Bond Amount:____________________________________<br />
Expiration Date:___________________________________<br />
PF - 17
<strong>FOR</strong>M Q-4<br />
Page 10 <strong>of</strong> 10<br />
SECTION 6 - SUBCONTRACTS<br />
What parts <strong>of</strong> this Contract, if any, does Proposer expect to subcontract?<br />
Portion <strong>of</strong> Work<br />
Name and Address <strong>of</strong> Proposed<br />
Subcontractor, if known<br />
SECTION 7 - CERTIFICATION<br />
I certify that the attached financial statements for this Proposal properly reflect the financial<br />
position <strong>of</strong> the company for the periods indicated on the financials.<br />
______________________ ________________<br />
Chief Financial Officer<br />
Date<br />
PF - 18
<strong>FOR</strong>M S<br />
RFP/Project Number: _____________________________<br />
Project Title:_____________________________________<br />
VERIFICATION AND ACKNOWLEDGMENT<br />
STATE OF _____________________________<br />
COUNTY OF ___________________________<br />
On the ______ day <strong>of</strong> _________________ 20____, before me personally came and<br />
appeared_________________________________________________ by me known to be said<br />
person, who swore under oath as follows:<br />
1. He/She is _____________________ <strong>of</strong> ______________________________<br />
(Print title)<br />
(Print name <strong>of</strong> firm)<br />
2. He/She is duly authorized to sign the Proposer=s Forms on behalf <strong>of</strong> said firm and duly<br />
signed these documents pursuant to said authorization.<br />
3. The answers to the questions set forth in the Proposer=s Forms are true, accurate and<br />
complete.<br />
4. He/She acknowledged and understands that the Proposer=s Forms include provisions<br />
which are deemed included in the Contract if awarded to the firm.<br />
Signature:______________________________<br />
Name:_________________________________<br />
(Print)<br />
Sworn to before me this ___________ day <strong>of</strong> __________________, 20____<br />
_________________________________________<br />
(Notary Public)<br />
PF - 19
CLEARANCE NOTIFICATION<br />
Any bidder or vendor may apply for clearance certificates. Before the <strong>City</strong> can award a contract to a<br />
successful bidder, that bidder must obtain and provide clearance certificates to the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Purchasing<br />
Division.<br />
ALL BIDDERS AND POTENTIAL VENDORS ARE ADVISED <strong>TO</strong> OBTAIN PRE-APPROVALS<br />
UTILIZING THE ATTACHED CLEARANCE <strong>REQUEST</strong> <strong>FOR</strong>MS SO AS NOT <strong>TO</strong> DELAY OR<br />
JEOPARDIZE CONTRACT AWARD.<br />
Clearance certificates are statements <strong>of</strong> bidder compliance with applicable <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Ordinances and are<br />
required prior to award <strong>of</strong> contracts. The clearance certificates must be obtained from each <strong>of</strong> the following<br />
departments and divisions:<br />
1. Income Tax Division, Finance Department<br />
512 Coleman A. Young Municipal Center<br />
<strong>Detroit</strong>, MI 48226<br />
Telephone: (313) 224-3329<br />
2. Revenue Collection Division, Finance Department<br />
1012 Coleman A. Young Municipal Center<br />
<strong>Detroit</strong>, MI 48226<br />
Telephone: (313) 224-4087<br />
FAILURE <strong>TO</strong> <strong>PROVIDE</strong> ALL REQUIRED CLEARANCES WITHIN THE TIME ALLOWED MAY<br />
RESULT IN THE REJECTION OF QUOTES, BIDS AND/OR <strong>PROPOSALS</strong>.<br />
After the evaluation <strong>of</strong> quotes, bids or proposals the <strong>City</strong> will send (via E-MAIL or by First Class mail to the<br />
E-MAIL or MAILING ADDRESS indicated on the signature page <strong>of</strong> the bid form) notifications to the two<br />
lowest responsive and responsible bidders that they must obtain and provide the Purchasing Division with<br />
clearance certificates within ten (10) business days after date <strong>of</strong> request. The vendor and/or bidder shall be<br />
responsible for any mailing delays or failure <strong>of</strong> the U. S. Postal Service to deliver.<br />
3. Human Rights Department Affidavit (effective 12/1/2010) must be completed in its<br />
entirety, notarized and submitted with your bid. Failure to submit completed affidavit with<br />
your bid will (disqualify your bid for non-compliance) or (will be cause for rejection).<br />
4. Slavery Era Affidavit: Require all bidders to submit a signed and notarized Slavery Era<br />
Records and Insurance Disclosure Affidavit per Chapter 18, Article V <strong>of</strong> the Purchasing<br />
Ordinance. The Ordinance requires the Vendor to disclose any records within its possession<br />
or knowledge relating to investments or pr<strong>of</strong>its from the slave industry, including insurance<br />
policies issued to slave holders that provided coverage for injury, death or other loss related<br />
to slaves who were held during the slavery era in the US.<br />
5. Hiring Policy Compliance (Effective 7/1/2012): All Bid responses to this Request For<br />
Proposal (RFP) or responses to this Request For Qualifications (RFQ) must include the<br />
attached Hiring Policy Compliance Affidavit executed by the same individual who signs the<br />
Bid. A Bid submitted without this Affidavit and a copy <strong>of</strong> their application to verify<br />
compliance will be deemed non-responsive and will not be evaluated.<br />
PF - 20
__<br />
CITY OF DETROIT FINANCE<br />
DEPARTMENT INCOME<br />
TAX DIVISION<br />
512 COLEMAN A. YOUNG<br />
MUNICIPAL CENTER<br />
DETROIT, MICHIGAN 48226<br />
PHONE 313 • 224 • 3327<br />
FAX 313 • 224 • 4588<br />
INCOME TAX CLEARANCE CERTIFICATE<br />
IN<strong>FOR</strong>MATION AND INSTRUCTION <strong>FOR</strong> PURCHASING VENDORS<br />
The vendor is responsible for completing Parts A, B and C <strong>of</strong> the Bidder's Income Tax Clearance. (The<br />
information required to complete Part B is enclosed in the Bidder's solicitation Packet.) The vendor must<br />
submit the Bidder's Income Tax Clearance request to Income Tax Clearance request to Income Tax at least<br />
seven (7) business days before the Tax Clearance is due in Purchasing. A drop <strong>of</strong>f tray for Purchasing<br />
Vendors tax clearance requests will be located on the front counter <strong>of</strong> the Income Tax Division's reception<br />
area. NO ONE WILL BE AVAILABLE <strong>TO</strong> ANSWER QUESTIONS AT THE TIME THE <strong>REQUEST</strong> IS<br />
DROPPED OFF. Tax Clearances may be picked up at the same location one week from the day that the<br />
clearance was dropped <strong>of</strong>f.<br />
WHAT IS AN INCOME TAX CLEARANCE? An Income Tax Clearance, valid for ninety (90) days, states<br />
that an individual or business seeking employment or contracts with the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> has complied with all<br />
the provision <strong>of</strong> the <strong>City</strong> Income Tax Ordinance.<br />
REQUIREMENTS <strong>FOR</strong> VENDORS. When requesting an Income Tax Clearance, complete the form<br />
carefully to avoid processing delays. We must have the full name <strong>of</strong> the individual or business, the complete<br />
address, including zip code and telephone number. Clearances without social security numbers or federal<br />
identification numbers CANNOT be processed, they will be denied. Individuals married or previously married<br />
who filed joint returns must include spouse's social security number. If business is a sole proprietorship, the<br />
owner's social security number must be provided.<br />
REQUIREMENTS <strong>FOR</strong> INDIVIDUALS. Individuals must show compliance for five (5) years and have no<br />
unpaid assessments. Compliance is proven by filing returns or providing pro<strong>of</strong> <strong>of</strong> non-residency (copy <strong>of</strong><br />
lease, mortgage closing statement, driver's license, voter's registration card, etc.) during the period <strong>of</strong><br />
assessment. If individuals seeking tax clearance resided within the <strong>City</strong>, but claimed dependent status on<br />
another person's tax return, or received public assistance, then pro<strong>of</strong> may be required. Assessment<br />
balances must be paid or payment arrangements made before an approved tax clearance can be issued.<br />
REQUIREMENTS <strong>FOR</strong> BUSINESSES. Businesses must show compliance for five (5) years and have no<br />
unpaid assessments. Compliance is proven by filing and paying withholding taxes and corporate income<br />
taxes. If a business seeking tax clearance was not required to file taxes because business location was<br />
outside <strong>of</strong> <strong>City</strong>, or because business had no employees subject to withhold, pro<strong>of</strong> may be required.<br />
Contractors must supply list <strong>of</strong> sub-contractors with federal identification numbers or social security numbers.<br />
Assessment balances must be paid or payment arrangements made before an approved tax clearance can<br />
be issued.<br />
INCOME TAX CLEARANCE DENIALS. Income Tax Clearances are usually denied because <strong>of</strong> one <strong>of</strong> the<br />
following reasons: (1) No <strong>City</strong> income tax filing history, (2) Unpaid assessments and (3) Missing tax returns.<br />
Taxpayers denied an income tax clearance will be notified by telephone, fax or mail. They must call (313)<br />
224-3328 to schedule an appointment as soon as possible to resolve tax issues. Income tax returns and<br />
related data regarding taxpayers are confidential; therefore, reasons for denial are given only to the taxpayer.<br />
Our <strong>of</strong>fice is located in the Coleman A. Young Municipal Center, Room 512. Office hours are 8:00 A.M. -<br />
4:00 P.M., Monday through Friday<br />
PF - 21
<strong>REQUEST</strong> <strong>FOR</strong> INCOME TAX CLEARANCE<br />
<strong>REQUEST</strong>ING DEPARTMENT/DIVISION: CONTACT: PHONE:<br />
Type <strong>of</strong> Clearance: New Renewal (Please submit 30 days prior to submitting bid or expiration<br />
date)<br />
To:<br />
For:<br />
A. <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Individual<br />
Income Tax Division<br />
or Company Name<br />
Coleman A. Young Municipal Center<br />
2 Woodward Avenue, Ste. 512 Address<br />
<strong>Detroit</strong>, MI 48226<br />
Phone: (313) 224-3328 or 224-3329<br />
Fax: (313) 224-4588 <strong>City</strong><br />
State<br />
Zip Code<br />
Telephone Fax #<br />
B. Name <strong>of</strong> Chief Financial Officer/Authorized Contact<br />
Person<br />
(include address if different from above)<br />
Employer Identification or Social Security Number<br />
Telephone #<br />
Fax #<br />
Spouse Social Security Number<br />
BID/CONTRACT AMOUNT (if known):<br />
Nature <strong>of</strong> Contract: Labor: $ Material: $_<br />
Contract # (if known)<br />
C. ALL QUESTIONS MUST BE ANSWERED <strong>TO</strong> EXPEDITE APPROVAL PROCESS. ANY QUESTION NOT<br />
ANSWERED MAY RESULT IN A DENIAL OF INCOME TAX CLEARANCE<br />
Check One: Individual Corporation Partnership<br />
INDIVIDUALS ANSWER QUESTIONS 1,2,3,4.<br />
1. Have you filed joint returns with spouse during the last seven (7) years? (If yes, include spouse SSN above) Yes<br />
No<br />
2. Are you a student, and/or claimed as a dependent on someone else’s tax return? Yes No<br />
3. Were you employed during the last seven (7) years? Yes No<br />
4. Were you a resident <strong>of</strong> <strong>Detroit</strong> during the last seven (7) years? Yes No<br />
CORPORATIONS AND PARTNERSHIPS ANSWER QUESTIONS 5,6,7.<br />
5. Is the company a new business in <strong>Detroit</strong>? If yes, attach Employer Registration (Form DSS-4). Yes No<br />
6. Will the company have employees working in <strong>Detroit</strong>? Yes No<br />
7. Will the company use sub-contractors or independent contractors in <strong>Detroit</strong>? Yes No<br />
D<br />
<strong>FOR</strong> INCOME TAX USE ONLY<br />
Has the contractor complied with the provisions <strong>of</strong> the <strong>City</strong> Income Tax Ordinance?<br />
Yes No Signature Date Expires<br />
PF - 22
Yes No Signature Date Expires<br />
Yes No Signature Date Expires<br />
VISIT OUR WEBSITE <strong>FOR</strong> IN<strong>FOR</strong>MATION AND TAX <strong>FOR</strong>MS AT www.ci.detroit.mi.us<br />
PF - 23
PURCHASING DIVISION<br />
VENDOR CLEARANCE <strong>REQUEST</strong><br />
REVENUE COLLECTION CLEARANCE<br />
All Purchasing Division vendors in compliance with Ordinance 52-H (No outstanding<br />
obligations to the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>) requirements will receive an approved Revenue<br />
Collection Clearance. Copies <strong>of</strong> the approved clearance may be submitted with bid<br />
packages until the clearance expiration date. Revenue Collection Unit clearances may<br />
have various validity dates--usually within the same fiscal year.<br />
VENDOR CLEARANCE <strong>REQUEST</strong>S<br />
Purchasing Division clearance requests will be called Purchasing Division Vendor<br />
Clearance Request.<br />
The vendor request provides for submission <strong>of</strong> all pertinent data relating to the business<br />
or individual seeking the contract. It must be filled out in its entirety and submitted along<br />
with any additional documentation, such as:<br />
(1) Copies <strong>of</strong> lease and/or rental agreements, if the real property does not belong<br />
to the applicant<br />
(2) Federal I.D. number or SS#, if a sole proprietor.<br />
(3) Personal Property tax I.D. number, if applicable. If you do not know your<br />
number or need to apply for one, you must go to Room 607 for this<br />
information.<br />
Missing and/or inaccurate information may result in processing delays.<br />
INTERNAL PROCESSING<br />
DOCUMENT REVIEW TAKES FIVE (5) WORKING DAYS. IT IS THE VENDOR'S<br />
RESPONSIBILITY <strong>TO</strong> <strong>PROVIDE</strong> REQUIRED DOCUMENTATION IN TIME <strong>FOR</strong> A REVIEW<br />
AND RECOMMENDATION PRIOR <strong>TO</strong> THE BID ENDING DATE.<br />
CLEARANCE <strong>REQUEST</strong>S MAY BE DROPPED OFF ON ALL NORMAL WORK DAYS<br />
BETWEEN 8:30 A.M. AND 4:30 P.M. IN ROOM 1012 OF THE COLEMAN A. YOUNG<br />
MUNICIPAL CENTER. A TRAY LABELED VENDOR CLEARANCES WILL BE AVAILABLE ON<br />
THE FRONT COUNTER. PICKUP OF COMPLETED <strong>FOR</strong>MS CAN BE MADE AFTER 8:30<br />
A.M. THE FIFTH WORKING DAY (NO SATURDAYS OR SUNDAYS) AFTER SUBMISSION<br />
NO ONE WILL BE AVAILABLE <strong>TO</strong> ANSWER QUESTIONS AT THE TIME OF SUBMISSION.<br />
DENIED <strong>REQUEST</strong>S WILL INCLUDE THE REASON <strong>FOR</strong> DENIAL.<br />
VENDORS IN POSSESSION OF AN EXPIRED APPROVED CLEARANCE SHOULD SUBMIT<br />
THE EXPIRED CLEARANCE WITH THEIR <strong>REQUEST</strong>.<br />
PF - 24
PURCHASING DIVISION<br />
VENDOR CLEARANCE <strong>REQUEST</strong><br />
Submit to:<br />
Revenue Collections<br />
Purchasing Vendor<br />
1012 Coleman A. Young Municipal Center<br />
<strong>Detroit</strong>, MI 48226<br />
(313) 224 – 4087 (Telephone)<br />
(313) 224 – 4238 (Fax)<br />
Nature <strong>of</strong> Contract<br />
Contract Amount<br />
Business Type: ( ) Corp<br />
( ) Partnership ( ) Sole Proprietorship ( ) Personal Services<br />
Business Name<br />
Business Address_<br />
Ward/Item #<br />
F.I.D. NO.<br />
<strong>City</strong> Personal Property I.D. #<br />
Owner(s) Name<br />
Owner(s) SS#<br />
Contact<br />
Person<br />
Phone<br />
Number<br />
Fax Number<br />
Owner(s) Home Address ( ) Lease ( ) Own<br />
Please do not write below this line for department use only.<br />
Real Property Special Assessment Personal Property Other Receivable<br />
( ) Denied ( ) Denied ( ) Denied ( ) Denied<br />
( ) Approved ( ) Approved ( ) Approved ( ) Approved<br />
Comments:_<br />
Please mail, fax or drop <strong>of</strong>f this Vendor Request Form to the Revenue Collection Unit at the address<br />
indicated above. You will responsible for keeping the clearance and submitting a photocopy to Purchasing<br />
with your bid package.<br />
Signature (<strong>City</strong> <strong>of</strong> <strong>Detroit</strong>) Date Expiration Date<br />
PF - 25
COVENANT OF EQUAL OPPORTUNITY<br />
(Application for Clearance – Terms Enforced After Contract is Awarded)<br />
I, being duly authorized representative <strong>of</strong> the , (hereinafter “Contractor”), do hereby<br />
enter into a Covenant <strong>of</strong> Equal Opportunity (hereinafter “Covenant”) with the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>, (“hereinafter”<br />
<strong>City</strong>); obligating the Contractor and all sub-contractors not to discriminate against any employee or applicant<br />
for employment, training, education, or apprenticeship connected directly or indirectly with the performance<br />
<strong>of</strong> the contract, with respect to his or her hire, promotion, job assignment, tenure, terms, conditions or<br />
privileges <strong>of</strong> employment because <strong>of</strong> race, color, religious beliefs, public benefit status, national origin, age,<br />
marital status, disability, sex, sexual orientation, or gender identity or expression.<br />
I understand that it is my responsibility to ensure that all potential sub-contractors are reported to the <strong>City</strong> <strong>of</strong><br />
<strong>Detroit</strong> Human Rights Department and have a current Contract Specific Clearance on file prior to working<br />
on any <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> contract. I further understand that the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> reserves the rights to require<br />
additional information prior to, during, and at any time after the Clearance is issued.<br />
Furthermore, I understand that this covenant is valid for the life <strong>of</strong> the contract and that a breach <strong>of</strong> this<br />
covenant shall be deemed a material breach <strong>of</strong> the contract and subject to damages in accordance with the<br />
<strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Code, Ordinance No. 27-3-2, Section (e).<br />
RFQ/PO No.<br />
Printed Name <strong>of</strong> Contractor:<br />
(Type or Print Legibly)<br />
Contractor Address: , ,<br />
(<strong>City</strong>) (State) (Zip)<br />
Contractor Phone/E-mail: /<br />
(Phone)<br />
(E-mail)<br />
Printed Name & Title <strong>of</strong> Authorized Representative:<br />
Signature <strong>of</strong> Authorized Representative:<br />
Date:<br />
*** This document MUST be notarized ***<br />
Signature <strong>of</strong> Notary:_<br />
Printed Name <strong>of</strong> Seal <strong>of</strong> Notary:<br />
My Commission Expires: /_ /<br />
For Office Use Only:<br />
Cov. Rec’d: / _/ in Department Name:<br />
□ Accepted by:<br />
□ Rejected by:<br />
Please email or fax Covenant and EOC to Director <strong>of</strong> Human Rights Department 1240 CAYMC<br />
at HumanRightsCL@detroitmi.gov or fax (313) 224-3434<br />
PF - 26
SLAVERY ERA RECORDS AND INSURANCE DISCLOSURE ORDINANCE<br />
NOTICE OF ENACTMENT OF ORDINANCE <strong>TO</strong>:<br />
THE PEOPLE OF DETROIT, MICHIGAN<br />
(On June 23, 2004, the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong> adopted the following Ordinance)<br />
ORDINANCE NO. 20-04<br />
CHAPTER 18<br />
ARTICLE V<br />
AN ORDINANCE <strong>TO</strong> AMEND CHAPTER 18, ARTICLE V, OF THE 1984 DETROIT CITY<br />
CODE, TITLED “PURCHASES AND SUPPLIES.” BY ADDING DIVISION 7. TITLED<br />
“SLAVERY ERA RECORDS AND INSURANCE DISCLOSURE.” WHICH SHALL CONSIST<br />
OF SECTIONS 18-5-91 THROUGH 18-5-93, <strong>TO</strong> REQUIRE, AS PART OF THE<br />
CONTRACTING PROCESS, THAT EACH CONTRAC<strong>TO</strong>R WITH WHICH THE CITY ENTERS<br />
IN<strong>TO</strong> A CONTRACT SEARCH ITS RECORDS AND THOSE OF ANY PREDECESSOR<br />
ENTITY, AND SUBMIT AN AFFIDAVIT DISCLOSING ANY RECORDS WITHIN ITS<br />
POSSESSION OR KNOWLEDGE RELATING <strong>TO</strong> INVESTMENTS OR PROFITS FROM THE<br />
SLAVE INDUSTRY, INCLUDING INSURANCE POLICIES ISSUED <strong>TO</strong> SLAVE HOLDERS<br />
THAT <strong>PROVIDE</strong>D COVERAGE <strong>FOR</strong> INJURY, DEATH OR OTHER LOSS RELATED <strong>TO</strong><br />
SLAVES WHO WERE HELD DURING THE SLAVERY ERA IN THE UNITED STATES.<br />
AN ORDINANCE to amend Chapter 18, Article V, <strong>of</strong> the 1984 <strong>Detroit</strong> <strong>City</strong> Code, titled<br />
“Purchases and Supplies.” by adding Division 7. titled “Slavery Era Records and<br />
Insurance Disclosure.” which shall consist <strong>of</strong> Sections 18-5-91 through 18-5-93, to require, as<br />
part <strong>of</strong> the contracting process, that each contractor with which the <strong>City</strong> enters into a contract<br />
search its records and those <strong>of</strong> any predecessor entity, and submit an affidavit disclosing<br />
any records within its possession or knowledge relation to investments or pr<strong>of</strong>its from the slave<br />
industry, including insurance policies issued to slave holders that provided coverage for injury,<br />
death or other loss related slaves who were held during the slavery era in the United States.<br />
IT IS HEREBY ORDAINED BY THE PEOPLE OF THE CITY OF DETROIT THAT:<br />
Section 1. Chapter 18, Article V, <strong>of</strong> the 1984 <strong>Detroit</strong> <strong>City</strong> Code, titled “Purchases and Supplies.” by adding<br />
Division 7. titled “Slavery Era Records and Insurance Disclosure.” which shall consist <strong>of</strong> Sections 18-5-91<br />
through 18-5-93, to read as follows:<br />
DIVISION 7. SLAVERY ERA RECORDS AND INSURANCE DISCLOSURE.<br />
Sec. 18-5-91. Scope.<br />
(a) This division shall apply to each contractor for goods or services with which the <strong>City</strong> enters into a<br />
contract, whether or not the contract is subject to competitive bid.<br />
(b) Each contactor shall be responsible for searching and disclosing records <strong>of</strong> the entity which proposes to<br />
enter into a contract with the <strong>City</strong> as well as all records <strong>of</strong> any predecessor entity that are within the<br />
possession or knowledge <strong>of</strong> the contractor regarding records <strong>of</strong> Investments or pr<strong>of</strong>its from the slave<br />
Industry, including records <strong>of</strong> any insurance policies issued to slave holders which provided coverage for<br />
injury, death, or other loss related to slaves who were held during the slavery era in the United States.<br />
PF - 27
SLAVERY ERA RECORDS AND INSURANCE DISCLOSURE ORDINANCE<br />
Sec. 18-5-92. Affidavit <strong>of</strong> disclosure required.<br />
(a) As part <strong>of</strong> its contract package, each contractor with which the <strong>City</strong> enters into a contract shall<br />
submit to the Finance Department Purchasing Division prior to the submission to <strong>City</strong> Council or<br />
approval <strong>of</strong> such contract, an affidavit that discloses the information indicated in Subsection (b) and<br />
(c) <strong>of</strong> this section. The affidavit shall be on a form provided by the Finance Department Purchasing<br />
Division.<br />
(b) The affidavit shall verify that the contractor has searched all records <strong>of</strong> the entity which proposes to<br />
enter into a contract with the <strong>City</strong>, as well as all records <strong>of</strong> any predecessor entity, that are within the<br />
possession or knowledge <strong>of</strong> the contractor regarding records <strong>of</strong> investments or pr<strong>of</strong>its from the slave<br />
industry, including records <strong>of</strong> any insurance policies issued to slave holders which provided<br />
coverage for injury, death, or other loss related to slaves who were held during the slavery era in the<br />
United states.<br />
(c) The affidavit shall disclose ay information discovered during the search regarding investments or<br />
pr<strong>of</strong>its from slavery or slave holder insurance policies which accrued to the current entity or to any<br />
predecessor entity, including the names <strong>of</strong> any slaves or slave holders that are described in such<br />
records or are otherwise within the knowledge <strong>of</strong> the contractor.<br />
Sec 18-5-93. Voidability <strong>of</strong> contract.<br />
(a) Failure to comply with this division shall render the contract voidable by the <strong>City</strong>.<br />
(b) A determination to void the contract for failure to comply with this division shall be made by the<br />
Director <strong>of</strong> the Finance Department at any time after reviewing, or become aware <strong>of</strong>, information<br />
which indicates that a contractor has failed to comply with this division.<br />
Sec 18-5-94—18-5-100. Reserved.<br />
Section 2. All ordinances, or parts <strong>of</strong> ordinances, that conflict with this ordinance are repealed.<br />
Section 3. This ordinance is declared necessary for the preservation <strong>of</strong> the public peace, health, safety,<br />
and welfare <strong>of</strong> the People <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>.<br />
Section 4. In the event that this ordinance is passed by a two-thirds majority <strong>of</strong> <strong>City</strong> Council Members<br />
serving, it shall be given immediate effect and shall become effective upon publication in accordance with<br />
Section 4-116 <strong>of</strong> the 1997 <strong>Detroit</strong> <strong>City</strong> Charter,. Where this ordinance is passed by less than a two-thirds<br />
(2/3) majority <strong>of</strong> <strong>City</strong> Council Members serving., it shall become effective no later that thirty (30) days after<br />
enactment, or on the first business day thereafter in accordance with Section 4-115 <strong>of</strong> the 1997 <strong>Detroit</strong> <strong>City</strong><br />
Charter.<br />
(J.C.C.p. ) May 5, 2004<br />
Passed: June 23, 2004<br />
Published: July 19, 2004<br />
Effective: July 19, 2004<br />
JACKIE L. CURRIE<br />
<strong>City</strong> Clerk<br />
PF - 28
1. Name <strong>of</strong> Contractor:<br />
2. Address <strong>of</strong> Contractor:<br />
CITY OF DETROIT<br />
SLAVERY ERA RECORDS AND INSURANCE DISCLOSURE AFFIDAVIT<br />
3. Name <strong>of</strong> Predecessor Entities (if any):<br />
4. Prior Affidavit submission? No<br />
If “No”, complete Items 5 and 6.<br />
Yes, on:<br />
(Date <strong>of</strong> prior submission)<br />
If “Yes”, list date <strong>of</strong> prior submission above, go to Item 6 and execute this Affidavit.<br />
5. Contractor was established in (year) and did not exist during the slavery era in the United<br />
States, is not a successor in interest to any entity that existed during such time, and therefore has no<br />
relevant records to search, or any pertinent information to disclose.<br />
Contractor has searched their records and those <strong>of</strong> any predecessor entity, and has found no records<br />
that they or any predecessor(s) made any investments in, or derived pr<strong>of</strong>its from the slave industry or<br />
from slave holder insurance policies.<br />
Contractor has found records that they or their predecessor(s) made investments in, or derived pr<strong>of</strong>its<br />
from, the slave industry or slave holder insurance policies. The nature <strong>of</strong> the investment, pr<strong>of</strong>its, or<br />
insurance policies, including the names <strong>of</strong> any slaves or slave holders, is disclosed in the attached<br />
document(s).<br />
6. I declare that the representations made in this Affidavit are accurate to the best <strong>of</strong> my knowledge and<br />
are based upon a diligent search <strong>of</strong> records in the Contractor’s possession or knowledge. All<br />
documentation attached to this Affidavit reflects full disclosure <strong>of</strong> all records that are required to be<br />
disclosed to the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>. I also acknowledge that any failure to conduct a diligent search, or<br />
to make a full and complete disclosure, shall render this contract voidable by the <strong>City</strong> <strong>of</strong> <strong>Detroit</strong>.<br />
(Printed Name)<br />
(Signature)<br />
(Title)<br />
(Date)<br />
Subscribed and sworn to before me<br />
this day <strong>of</strong><br />
Notary Public,<br />
My Commission expires:<br />
County, Michigan<br />
PF - 29
Hiring Policy Compliance<br />
Summary<br />
<strong>City</strong> <strong>of</strong> <strong>Detroit</strong> Ordinance No. 29-11 approved by the <strong>City</strong> Council on November 22,<br />
2011 amends, the <strong>City</strong>’s Purchasing Ordinance, Chapter 18 <strong>of</strong> the 1984 <strong>Detroit</strong> <strong>City</strong><br />
Code, Finance and Taxation, Article V, Purchases and Supplies, by adding Division<br />
6, Criminal Conviction Questions for <strong>City</strong> Contractors, which consists <strong>of</strong> Sections<br />
18-5-81, 18-5-82, 18-5-83, 18-5-84, 18-5-85 and 18-5-86. This added language<br />
provides for prohibiting <strong>City</strong> contractors from inquiring regarding criminal<br />
conviction questions for applicants to fulfill <strong>City</strong> contracts until the contractor<br />
interviews the applicant or determines the applicant is qualified. It further provides<br />
for certain exceptions to the prohibition and requires <strong>City</strong> contractors to submit an<br />
affidavit with a copy <strong>of</strong> their application to make bids or proposals. Bids which do<br />
not comply with this division are deemed non-responsive and the <strong>City</strong> is permitted to<br />
deem contractor(s) in breach.<br />
PF - 30
Hiring Policy Compliance Affidavit<br />
I, , being duly sworn, state that I am the<br />
Title<br />
<strong>of</strong><br />
Name <strong>of</strong> Bidder Corporation or Other Business Entity<br />
and that I have reviewed the hiring policies <strong>of</strong> this employer. I affirm that these policies are in compliance<br />
with the requirements <strong>of</strong> Article V, Division 6 <strong>of</strong> the <strong>Detroit</strong> <strong>City</strong> Code <strong>of</strong> 1984, being Sections 18-5-81<br />
through 18-5-86 there<strong>of</strong>. I further affirm that this employer will not inquire or consider the criminal<br />
convictions <strong>of</strong> applicants for employment needed to fulfill the terms <strong>of</strong> any <strong>City</strong> contract that may result from<br />
the competitive procedure in connection with which this affidavit is submitted, until such times as the<br />
employer interviews the applicant or determines that the applicant is qualified.<br />
In support <strong>of</strong> this affidavit, I attach a copy <strong>of</strong> the application form that will be used to hire employees needed<br />
to fulfill the terms <strong>of</strong> any <strong>City</strong> contract that may result from the competitive procedure in connection with<br />
which this affidavit is submitted.<br />
SIGNED,<br />
Title:<br />
Date:<br />
STATE OF )<br />
) SS<br />
COUNTY OF )<br />
The foregoing Affidavit was acknowledged before me the _______ day <strong>of</strong> ______ (20__)<br />
County <strong>of</strong><br />
State <strong>of</strong><br />
_________________<br />
_________________<br />
My Commission expires: ________________________<br />
_________________________<br />
(Notary Public)<br />
PF - 31