HomeMy WebLinkAboutCORRESPONDENCE - AGREEMENT MISC - XYBIX SYSTEMS INC (2)Fort
City of
Collins
Purchasing
Date: August 8, 2013
Vendor Name:
REQUEST FOR QUOTATION
Financial Services
Purchasing Division
215 Y. Mason St. 2id Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.comlpurchasing
The City of Fort Collins Transfort Bus Division is seeking bids from qualified vendors to provide
adjustable, efficient and ergonomically -sound Dispatch Center workstations.
Transfort is the City's public bus transit system provider.
Please supply price and delivery information per the below referenced requirements.
Respond by Wednesday, September 11, 2013 via fax or email to: David Carey, CPPB, Buyer,
City of Fort Collins Purchasing at Fax: (970) 221-6707, Email: dcarey cDfcgov.com .
""-'A pre -bid meeting and site inspection with representatives of prospective bidders will be held on
Wednesday, August 21, 2013 at 10:30a.m. at the Transfort Facility located at 6570 Portner
Road, Fort Collins, CO 80525. Attendance is mandatory.
Questions concerning the project should be directed to Craig Dubin, Communications and
Administration Manager, City of Fort Collins Transfort Bus Division at (970) 224-6196 or
cdubin(a)fcgov.com .
Questions regarding bid submittal or process should be directed to David Carey, CPPB, Buyer
at (970) 416-2191 or dcareypfcgov.com .
Proposals must include completed attached Bid Form. The City reserves the right to accept
any bid, or to reject any or all bids and to waive formalities.
This project involves Federal Transit Administration (FTA) funding
The contracting mechanism between City and Vendor will be a Purchase Order issued by the
City which includes both Purchase Order Terms and Conditions and Federally required Federal
Transit Administration (FTA) Contract Clauses.
Quote Request — Workstations for Transfort Dispatch Page 1 of 11
7. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26,
Participation by Disadvantaged Business Enterprises in Department of Transportation Financial
Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises
(DBE) is 10%. The agency's overall goal for DBE participation is 9.9 %. A separate contract goal
[has not] been established for this procurement.
b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the
performance of this contract. The contractor shall carry out applicable requirements of 49 CFR
Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor
to carry out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as City of Fort Collins deems appropriate.
Each subcontract the contractor signs with a subcontractor must include the assurance in this
paragraph (see 49 CFR 26.13(b)).
The successful bidder/offeror will be required to report its DBE participation obtained through
race -neutral means throughout the period of performance.
c. The contractor is required to pay its subcontractors performing work related to this contract for
satisfactory performance of that work no later than 30 days after the contractor's receipt of
payment for that work from the City of Fort Collins. In addition, Contractor is required to
return any retainage payments to those subcontractors within 30 days after incremental
acceptance of the subcontractor's work by the City of Fort Collins and contractor's receipt
of the partial retainage payment related to the subcontractor's work.
d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor
performing work related to this contract is terminated or fails to complete its work, and must make
good faith efforts to engage another DBE subcontractor to perform at least the same amount of
work. The contractor may not terminate any DBE subcontractor and perform that work through its
own forces or those of an affiliate without prior written consent of City of Fort Collins.
8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT,
whether or not expressly set forth in the preceding contract provisions. All contractual provisions required
by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the
contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail
to perform any act, or refuse to comply with any City of Fort Collins requests which would cause the City
of Fort Collins to be in violation of the FTA terms and conditions.
GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is
required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or
affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940
and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters
into.
By accepting this purchase order, the vendor or contractor certifies as follows:
The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If
it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition
Quote Request — Workstations for Transfort Dispatch Page 10 of 11
to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies,
including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with
the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any
contract that may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
10. ENERGY CONSERVATION REQUIREMENTS
Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating
to energy efficiency which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act.
11. CARGO PREFERENCE REQUIREMENTS
Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use
privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross
tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved,
whenever shipping any equipment, material, or commodities pursuant to the underlying contract
to the extent such vessels are available at fair and reasonable rates for United States -Flag
commercial vessels; b. to furnish within 20 working days following the date of loading for
shipments originating within the United States or within 30 working days following the date of
leading for shipments originating outside the United States, a legible copy of a rated, "on -board"
commercial ocean bill -of -lading in English for each shipment of cargo described in the
preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime
Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the
case of a subcontractor's bill -of -lading.) c. to include these requirements in all subcontracts
issued pursuant to this contract when the subcontract may involve the transport of equipment,
material, or commodities by ocean vessel.
12. ADA Access
Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C.
Sections 12101 et seq. and DOT regulations, "Transportation Services for Individuals with
Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCB/DOT regulations, "Americans with
Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192
and 49 CFR. Part 38. Notably, DOT incorporated by reference the ATBCB's "Americans with
Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility
guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37.
DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that
buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix
A to 49 CFR Part 37.
13. CITY OF FORT COLLINS BID PROTEST PROCEDURES
The City of Fort Collins has a protest procedure, covering any phase of solicitation or award,
including but not limited to specification or award. The protest procedures are available from
the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box
580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing:
Purchasing(o)fcgov.com or calling 970-221-6775.
Quote Request — Workstations for Transfort Dispatch Page 11 of 11
REQUIREMENTS
TRANSFORT DISPATCH CENTER WORKSTATIONS
PROJECT BACKGROUND
The City of Fort Collins Transfort Bus Division is seeking bids from qualified vendors to provide
adjustable, efficient and ergonomically sound Dispatch Center workstations. Transfort is seeking
a cost-effective turnkey solution which will ensure the efficient use of space, per attached
drawings, for the unique operating environment of the work group. The successful bidder will be
required to provide independent workstations that allow for independent as well as team -
oriented work activities The Project / Planning office is already intact. City will use in house labor
from Operation Services to demolish an existing wall between the MAX work station and the
Lead / Schedule work station planned sites.
GENERAL REQUIREMENTS
The vendor will provide:
1. Four (4) independent, adjustable, dual -surface Dispatcher workstations.
2. Separate electric adjustment controls for desk, input (keyboard), and monitor support
surface areas. Height adjustments for monitor support and desk surface areas will allow
the Dispatcher to perform all tasks in both seated and standing positions.
3. Electric adjustment controls shall provide memory settings to allow multiple users the
ability to automatically adjust the height and horizontal adjustments based on the memory
setting selection.
4. Monitor support surface area shall be horizontally adjustable and controlled by the
electric adjustment controls.
5. Monitor surface must be separately electrically adjustable with electronic controller having
digital readout to enable precise position replication and must have provisions for
connection to network/computer for software used to control console from computer.
Monitor surface must be engineered to anticipate the possibility of technicians needing to
stand or kneel on console to service equipment and shall be capable of supporting a 400
lb. static load.
7. Monitor Surface must be wide and deep enough to accommodate up to four (4) - 24" LCD
flat panel monitors on a single level without stacking. Looking at monitors from left to
right, the monitor surface must be able to accommodate a "U" configuration of:
• 24" Monitor 1 — Portrait
• 24" Monitor 2 — Landscape
24" Monitor 3 — Landscape
• 24" Monitor 4 - Portrait
8. Dispatcher workstations will have a user accessible receptacle with two (2) Ethernet
(data) ports and one (1) three -prong AC power access port.
Quote Request —Workstations for Transfort Dispatch Page 2 of 11
9. Storage space for filing, office supplies, personal storage and CPU placement. Specific
requirements are:
One (1) CPU storage enclosure to accommodate mini -tower case up to 8" wide
x 18" high, minimum of 29" deep.
One (1) Drawer Pedestal - 16" w x 28"h x 22"d, with two (2) File drawers (12"h),
with gang locking mechanism, pencil tray insert, and side filing conversion bar
with capability to hang letter or legal size hanging files.
10. Adequate space for up to four (4) two-way radio units, one (1) phone unit, two (2)
speakers, one (1) paging system interface.
Input (keyboard) surface width must accommodate two (2) standard keyboards, two
(2) standard mice, two (2) radio desk sets (10" W x 8"L x 5"D), two (2) radio pack
sets (2"W x 8"L x 2"D), one (1) VoIP telephone (1 V W x 8" L x 8" D), two (2)
standard computer speakers, or other input devices and still provide room for note
taking on either right or left hand side of up to two (2) keyboards and two (2) mice.
11. Modular Panel System to provide for cable management, visual separation of tasks and
both sound barrier and sound absorptive functions. Workstation Consoles without panel
divider systems do not meet base bid requirements.
12. Workstation shall accommodate both stand-up and sit-down positions in one unit and be
in compliance with ANSI/HFES 100 — National Ergonomic Standard guidelines.
13. Input (keyboard), monitor support and fixed height surfaces must be non -glare, high
pressure laminate. Laminate color to be selected from standard colors with matte (non -
glare) finish.
14. Low -emitting "green" product components and manufacturing processes.
GREENGUARD Certification for indoor air quality/emissions must be for the entire
workstation.
BID REQUIREMENTS
1. Vendors are requested to bid their lowest and best net price. The unit price for each item
offered should include any and all discounts, with net 30 days payment. Discounts should
not be shown as such, but rather included in the net bid price.
2. Taxes shall not be included in bid price.
3. Freight terms are F.O.B. destination, freight prepaid.
4. Bids must include the cost of delivery to site, installation and complete set-up, protection of
building interiors, and removal of all containers and trash from site.
5. All bidders must clearly identify the height range of the input (keyboard) surface and submit
drawings illustrating adjustment range of product bids for this project. Failure to submit
drawings illustrating this range will render the bid non -responsive
Quote Request— Workstations for Transfort Dispatch Page 3 of 11
6. All bidders must clearly identify the adjustment range of the monitor support surface and
submit drawings illustrating adjustment range of product bid for this project as well as the
monitor mounting. Failure to submit drawings illustrating this range will render the bid non-
responsive.
7. All bidders must submit layout drawing(s) illustrating proposed workstations. Failure to
submit drawing(s) will render the bid non -responsive.
8. Any bid which does not include all component parts included in this specification and the
accompanying drawings or is incomplete in any way will be considered non -responsive and
rejected immediately. Quoted unit prices shall be guaranteed for one (1) year from date of
installation — plus freight and installation — in any quantity.
9. Product to be delivered and installed no later than the week of November 4, 2013.
10. Delivery and installation will take place at 6570 Fortner Road, Fort Collins, CO 80525
between the hours of 7:OOa.m. and 5:OOp.m. on Monday thru Friday.
11. Supplier must provide sufficient manpower to complete each installation within designated
time frame.
12. Installation must be coordinated with City of Fort Collins' designated facilities person and/or
subcontractors responsible for takedown/reconfiguration of existing furniture system,
electrical, communications and data distribution.
13. All materials, tools, equipment and trash must be removed from project site each day, and
installation must be complete ready for occupancy and use by November 8, 2013.
WARRANTY
Minimum warranty requirements are three (3) years from date of customer acceptance or
beneficial use and occupancy whichever occurs first. Warranty shall cover all components of
console system and include the cost of all labor, parts and transportation. Manufacturer of
consoles shall assume primary responsibility for warranty claims — deference to third party
suppliers is not acceptable. Customer agrees to assist in troubleshooting procedure.
Bid will be awarded to the lowest responsive and responsible bidder that best meets the
requirements listed.
Quote Request — Workstations for Transfort Dispatch Page 4 of 11
BID FORM
(Completed Form to be included with other vendor bid information.)
Job Name: Transfort Dispatch Center Workstations
Price Each:
Items bid meet or exceed the requirements listed on Pages 2, 3, and 4 of RFQ Document
without exception: Yes_ No
If not, please list exceptions on a separate sheet and attach to your bid.
Indicate delivery times:
WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR
TRANSFORT DISPATCH CENTER WORKSTATIONS PER THE BID INVITATION AND ANY
REFERENCED SPECIFICATIONS:
Vendor Name:
Address:
Telephone #:
Respondent Name:
Title:
By:
(Signature)
Date:
(Please Print)
Email:
Quote Request - Workstations for Transfort Dispatch Page 5 of 11
In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions,
the following Federal Transit Administration (FTA) Contract Clauses apply to each job,
details attached:
1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED
ACTS
3. ACCESS TO RECORDS AND REPORTS
4. FEDERAL CHANGES
5. TERMINATION
6. CIVIL RIGHTS REQUIREMENTS
7. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
10. ENERGY CONSERVATION REQUIREMENTS
11. CARGO PREFERENCE REQUIREMENTS
12. ADA ACCESS
13. CITY OF FORT COLLINS BID PROTEST PROCEDURES
Quote Request - Workstations for Transfort Dispatch Page 6 of 11
Federally Required Federal Transit Administration (FTA) Contract Clauses for Purchases
where only a Purchase Order is used as the contracting mechanism.
1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the
Federal Government in or approval of the solicitation or award of the underlying contract, absent the
express written consent by the Federal Government, the Federal Government is not a party to this
contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other
party (whether or not a party to that contract) pertaining to any matter resulting from the underlying
contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part
with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except
to identify the subcontractor who will be subject to its provisions.
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED
ACTS
(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,
as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49
C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract,
the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it
may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for
which this contract work is being performed. In addition to other penalties that may be applicable, the
Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification, the Federal Government reserves the right to impose the
penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal
Government deems appropriate.
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government under a contract
connected with a project that is financed in whole or in part with Federal assistance originally awarded by
FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties
of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government
deems appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in
part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified,
except to identify the subcontractor who will be subject to the provisions.
3. ACCESS TO RECORDS AND REPORTS
Access to Records - The following access to records requirements apply to this Contract:
A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee
of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the
Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their
authorized representatives access to any books, documents, papers and records of the Contractor
which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts
and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA
Administrator or his authorized representatives including any PMO Contractor access to Contractor's
records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1,
which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307,
5309 or 5311.
Quote Request — Workstations for Transfort Dispatch Page 7 of 11
B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever
or to copy excerpts and transcriptions as reasonably needed.
C. The Contractor agrees to maintain all books, records, accounts and reports required under this
contract for a period of not less than three years after the date of termination or expiration of this
contract, except in the event of litigation or settlement of claims arising from the performance of this
contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA
Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed
of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).
D. FTA does not require the inclusion of these requirements in subcontracts.
4. FEDERAL CHANGES
Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and
directives, including without limitation those listed directly or by reference in the Master Agreement
between Purchaser and FTA, as they may be amended or promulgated from time to time during the term
of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.
5. TERMINATION
a. Termination for Convenience The City may terminate this contract, in whole or in part, at
any time by written notice to the Contractor when it is in the Government's best interest. The Contractor
shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of
termination. The Contractor shall promptly submit its termination claim to the City to be paid the
Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will
account for the same, and dispose of it in the manner the City directs.
b. Termination for Default If the Contractor does not deliver supplies in accordance with the
contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner
called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the
City may terminate this contract for default. Termination shall be effected by serving a notice of
termination on the contractor setting forth the manner in which the Contractor is in default. The contractor
will only be paid the contract price for supplies delivered and accepted, or services performed in
accordance with the manner of performance set forth in the contract.
If it is later determined by the City that the Contractor had an excusable reason for not performing, such
as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the
City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work,
or treat the termination as a termination for convenience.
c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for
breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of
termination will state the time period in which cure is permitted and other appropriate conditions
If Contractor fails to remedy to The City's satisfaction the breach or default of any of the terms, covenants,
or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the
City setting forth the nature of said breach or default, the City shall have the right to terminate the
Contract without any further obligation to Contractor. Any such termination for default shall not in any
way operate to preclude the City from also pursuing all available remedies against Contractor and its
sureties for said breach or default.
Quote Request — Workstations for Transfort Dispatch Page 8 of 11
d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies
for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City
shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or
condition of this Contract.
6. CIVIL RIGHTS REQUIREMENTS
Civil Rights - The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §
2000d, section 303 of the Age.Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of
the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. §
5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment
because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to
comply with applicable Federal implementing regulations and other implementing requirements FTA may
issue.
(2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to
the underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act,
as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor
agrees to comply with all applicable equal employment opportunity requirements of U.S.
Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs,
Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et sec., (which
implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by
Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive
orders, regulations, and Federal policies that may in the future affect construction activities
undertaken in the course of the Project. The Contractor agrees to take affirmative action to
ensure that applicants are employed, and that employees are treated during employment, without
regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not
be limited to, the following: employment, upgrading, demotion or transfer, recruitment or
recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. In addition, the Contractor agrees to comply with
any implementing requirements FTA may issue.
(b) Acme - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as
amended; 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees
to refrain from discrimination against present and prospective employees for reason of age. In
addition, the Contractor agrees to comply with any implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of
U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to
employment of persons with disabilities. In addition, the Contractor agrees to comply with any
implementing requirements FTA may issue.
(3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in
part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.
Quote Request — Workstations for Transfort Dispatch Page 9 of 11