REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)

Similar documents
Attachment C Federal Clauses & Certifications

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

Certifications. Form AD-1047 (1/92)

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

Bid & Contract Provisions CDBG/HOME Guidebook

Persons submitting this form should refer to the regulations referenced below for complete instructions:

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts

H. Assurances and Certifications Form

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

Required Federal Forms

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

Contract Assurances Attachment 4. Contract Assurances

Eastern Kentucky PRIDE, Inc. Request for Qualification (RFQ) For Appalachian Wildlife Center Feasibility Study (AML) Pilot Project RFQ ELK

Vendor Certifications and Representations

EXECUTIVE ORDER No

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

BROCKTON AREA TRANSIT AUTHORITY

REQUEST FOR PROPOSALS

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

FEDERAL CERTIFICATIONS Sponsored Center

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

DESIGN - BUILD PROPOSAL OF

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

Minnesota Department of Health Tribal Governments Grant Agreement

Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

Notice to Interested Parties

and ments Repre Page 1 of 122 RFP No Operations

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS

REQUEST FOR PROPOSAL. GENERAL COUNSEL (Outside)

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT

Recitals. Grant Agreement

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

For additional information contact: Casey Covington

Request for Qualifications RFQ #

Standard Contract for Personal Services

REQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Cherokee Nation

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

Enhanced Mobility of Seniors and Individuals with Disabilities Program

Request for Proposal 2019 Calendar Year

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

State of Florida PUR 1001 General Instructions to Respondents

CERTIFICATION FORMS FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

Appendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation

REQUEST FOR QUALIFICATIONS ENGINEERING SERVICES Town of Robbins, North Carolina FEMA Public Assistance Project Cost Opinions

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

Notice to Interested Parties

Request for Proposal. RFP # Non-Profit, Sports Photography

AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

Butler County Regional Transit Authority

February 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services

Town of Hooksett. ADMINISTRATION DEPARTMENT Dean E. Shankle, Jr., Ph.D., Town Administrator

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Enhanced Mobility of Seniors and Individuals with Disabilities Program

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

LEGAL NOTICE - ADVERTISEMENT FOR BID

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR PROPOSALS (RFP) # B TO LEASE KCATA S FACILITY LOCATED AT 39 TH AND TROOST AVENUE IN KANSAS CITY, MISSOURI

Request for Proposal for Temporary Staffing Services #001. DATE: June 11, 2018

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

REQUEST FOR PROPOSAL. No PowerShell Training Services. July American Association of Motor Vehicle Administrators

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Butte School District #1 Request for Proposal (RFP)

HOME SEWAGE TREATEMENT SYSTEMS INSTALLATIONS (HSTS) AN OHIO ENVIRONMENTAL PROTECTION AGENCY (OEPA) FUNDED PROJECT ADMINISTERED BY:

REQUEST FOR PROPOSAL Youth Sports Officiating Services

TITLE VI PLAN Adopted April 4, 2014

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Transcription:

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA) JUNE, 2017

REQUEST FOR PROPOSALS SECURITY AND CUSTOMER SERVICES The LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA) is seeking proposals from qualified professionals to provide Security services for the Allentown Transportation Center for a five- (5) year agreement subject to annual renewal. Proposals will be accepted at LANTA's offices at 1060 Lehigh Street, Allentown, PA 18103 until 2:00 p.m., prevailing time, Wednesday, July 26, 2017. Proposers will be required to comply with all applicable non-discrimination, integrity and lobbying laws and regulations and to certify they are not on the Comptroller General's list of ineligible contractors. LANTA solicits and encourages disadvantaged business enterprise participation. DBE's shall be afforded full consideration of their response and will not be subject to discrimination. LANTA reserves the right to postpone, to accept or reject any and all proposals, in whole or in part, or to waive informalities as it deems to be in its best interest. Proposals shall be submitted electronically via the PennBid Program, and are due by 2:00pm., prevailing time, on Wednesday, July 26, 2017. All Details and documents are available at no cost on PennBid (www.pennbid.net). All inquiries shall be submitted via the Questions feature within PennBid. Owen P. O Neil Executive Director LANTA

I. INTRODUCTION/PROJECT DESCRIPTION The Lehigh and Northampton Transportation Authority is a municipal authority that provides fixed route bus service and shared-ride demand responsive services throughout Lehigh and Northampton Counties. In September, 2007, LANTA opened the Allentown Transportation Center (ATC) at 6 th and Linden Streets in downtown Allentown as an intermodal transfer center for its passengers. The facility includes a multi-level parking garage operated by the Allentown Parking Authority and an outside area featuring four platforms which passengers will be transferring from buses. There is space to all buses to enter the facility to board and alight passengers. The facility also includes retail/commercial space along the northern and eastern side. The lower level includes a protected waiting area for passengers with public restrooms, vending machines, and ticket/pass sales office. With the open access to the transit level and parking levels, LANTA is concerned with the security of the facility and the need to have a security presence at all times. To this end, the facility will be equipped with a closed-circuit video recording system throughout the transit and waiting areas. The transit currently operates from 5:00 AM to midnight, Monday through Saturday, 6:00 AM to 7:30 PM, Sunday, but security coverage will be for 24 hours per day/7 days per week, subject to change with notice, subject to change with notice. We invite proposals to provide for professional qualified Security Services for the ATC.

II. SCOPE OF WORK LANTA solicits proposals from qualified professionals to provide for the Allentown Transportation Center. Services to be provided shall be in accordance with appropriate standards and practices in the security industry. Security services are required for the entire building and will consist of one (1) unarmed, uniformed officer on duty at least 12 hours per day/7day per week or as may be scheduled by LANTA. Upon request, LANTA staff will be made available to meet to show design layouts of the facility of the ATC up to seven days prior to the proposal due date. The successful proposer must meet the following qualifications: General Business Qualifications 1. Maintain a full service office in the Lehigh Valley Area. 2. Provide portable radio communications between guard and twentyfour hour security company dispatch center/office. 3. Provide an on-duty staff of supervisors available to randomly monitor guard and customer service agent performance and respond within thirty minutes after notification to assist guards as needed. 4. Have at least ten years experience in providing professional security services and provide Dun & Bradstreet number or Financial Statement. 5. Must furnish three personal management references and three corporate references including names, addresses and telephone numbers. Security Officer Qualifications include, but may not be limited to: 1. Minimum of 25 years of age. 2. High school diploma or GED. 3. Understand, read, speak and write English well. Comprehension of Spanish should be considered as a strong attribute. 4. Drug and alcohol free (evidence of passing pre-employment drug screen available upon request). 5. No criminal record (Act 34 and 151 clearances required) 6. Present a clean, well-groomed professional appearance. 7. Have a courteous, friendly business-like attitude to general public. 8. Have good verbal and written communication skills. 9. Must be in good general health without physical defects or abnormalities that would interfere with performance of security duties. 10. Ability to stand or walk for entire shift, climb stairs and run when required. 11. Must have no vision or hearing impairment that would interfere with performance of security duties. 12. Security company is responsible for supplying all uniforms, equipment and report forms. 13. Security company shall bear the costs of providing medical insurance

for all full-time employees. Security Officer Duties, include but may not be limited to the following: 1. Perform foot patrols of interior and exterior of building. 2. Interact with LANTA staff, drivers, and general public. 3. Detect and report illegal activities and violations of LANTA regulations. 4. Interact with local police, Parking Authority personnel, etc. 5. Maintain high visibility during hours of operation. 6. Maintain radio contact with company dispatch center. 7. Write clear, concise reports of daily activities including incident reports 8. Report any unusual occurrences to appropriate LANTA staff. 9. Monitor video surveillance equipment and maintain daily operation of surveillance equipment. 10. Unlock passenger waiting area in morning and lock-up at night during normal operating hours.

III. PROPOSAL REQUIREMENTS One (1) original and two (2) copies of the proposal shall be submitted no later than 2:00 p.m., prevailing time, Wednesday, July 26, 2017, and should be addressed to: Mr. Randy Flyte, Director of Maintenance & Materials Lehigh and Northampton Transportation Authority 1060 Lehigh Street Allentown, Pa. 18103 Proposals should be brief, but concise and include the following elements: 1. Firm name, business address, telephone number, name of contact person. 2. Description of the firm's history, size and specialty area, if any. 3. Any information, which you believe, will help us evaluate your firm. 4. The scope and focus of your firm s overall services. 5. A statement of qualifications of the firm, its ability to perform the requested services, and its specific experience with public authorities and local governments. 6. An organization chart and brief resumes of the supervisors and employees assigned to perform services, including documentation of training received in safety and security. 7. A list of five (5) references that can be contacted. References should be of similar size to LANTA and include any public authorities or local governments currently doing business with the proposer. 8. Annual cost to provide services including, hourly costs for employees assigned to the LANTA, ATC and detailed budget breakdown. 9. An official authorized to bind the offer must sign the proposal. Proposal must be valid for a period of ninety (90) days.

IV. GENERAL PROVISIONS A. Schedule The following is the expected schedule of activities associated with this RFP: 1. Request for Proposals Advertised June 23, 2017 2. Proposals due July 26, 2017 3. Interviews with Selected Firms to be determined 4. Award of Contract August 10, 2017 5. Starting Date (tentative) September 1, 2017 5. Annual Contract Renewals September of each year B. Contract and Compensation Method Following the selection of a qualified firm to perform Security services, a contract for professional services will be negotiated. This contract or Agreement shall be a five (5) year agreement. Contractor shall invoice LANTA monthly for services provided. V. EVALUATION AND CRITERIA All proposals received will be reviewed and evaluated. It may be necessary to call in two or more firms for an interview to further discuss the submitted proposal. The following areas of consideration will be used by LANTA in making the selection. Each area is to be addressed through submissions included in this written proposal. a. Understanding the project: The firms understanding of the objectives in asking for the services or undertaking of the project, and the nature and scope of the work involved will be reviewed. b. Qualifications of the Firm. The ability of the firm to meet the terms of the RFP will be considered, especially the quality, relevancy of similar projects completed by the submitter. The financial capacity of the firm and the adequacy of insurance coverage is part of this criteria. c. Personnel The competence of personnel who are assigned to the job by the firm is an

essential element. Qualifications of personnel will be measured by the experience on projects similar to that described in the RFP. d. Availability The proposers ability to respond to LANTA s time constraints. This will include proximity to the Lehigh Valley. e. Disadvantaged Business Enterprise The proposers efforts to include the DBE participation in the project will be considered. f. Cost While proposal costs will be weighted heavily, it will not be the deciding factor in the selection process. VI. Proposal Submission Material All submitted proposals shall include the following forms: a. Signed and completed cost proposal b. Signed affidavit of Non-Collusion c. Signed Certification on Restrictions on lobbying d. Certification of Primary participation regarding debarment, suspension, and other responsibility matters e. Certification of Lower-Tier participants regarding debarment, suspension, and other ineligibility and voluntary exclusion. VI. INSURANCE The contractor shall submit with their proposal a certificate of insurance setting further coverage amounts for property and liability, workers comp.etc. Each certificate shall require that notice be given thirty (30) days prior to cancellation or material change in the policy to LANTA. The proposer agrees to defend any and all suits brought against LANTA by any employee of them or other person (whether employed by LANTA or otherwise) for damage alleged or claimed to have been caused by, through, or in connection with the installation, existence, use, or exercise of the rights and privileges herein granted to the proposer including, but without limiting the generality of the foregoing to, maintenance, presence,

operation, and all related and incidental equipment. The proposer agrees to indemnify and save LANTA from and against all claim or claims arising out of the installation, existence, use, or exercise of the rights and privileges herein granted to the proposer, including but without limiting the generality of the foregoing to the maintenance, presence, operation, and all related and incidental equipment, and to pay, liquidate, and discharge any and all claims or demands (including all costs or suit and reasonable attorney s fees) for injury, loss, or damage to any and all persons or property caused by growing out of, or incidental, to the installation existence, use or exercise of the rights and privileges herein granted to the proposer, including but without limiting the generality of the foregoing of the maintenance, presence, operation, and use of any or all equipment. Nothing herein shall be construed to require the proposer to pay or settle any such claim prior to judgment, unless it chooses to do so. In the event of any incident, the proposer shall give immediate notice thereof to LANTA. In the event of any claim against LANTA ensuing here from, LANTA shall notify promptly the proposer.

COST PROPOSAL SHEET SECURITY SERVICES LANTA FOR ALLENTOWN TRANSPORTATION CENTER 6 th and Linden Streets Allentown, Pa. 18103 July 26, 2017 COMPANY NAME: Supplies the following price proposal. I/we recognize that LANTA may negotiate with all proposers whose initial price proposal is in the competitive range. We further recognize that LANTA may accept the prices as written below. This proposal shall remain in effect for sixty (60) days. Time frame Monthly Charge Yearly Charge September 1, 2017 to August 31, 2018 September 1, 2018 to August 31, 2019 September 1, 2019 to August 31, 2020 September 1, 2020 to August 31, 2021 September 1, 2021 to August 31, 2022 Name of Individual, partnership, corporation : Address : Authorized person : (please print) Signature: Title : Date:

Affidavit of Non-Collusion LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS I hereby swear (or affirm) under penalty of perjury: 1. That I am the bidder (if the bidder is an individual), a partner of the bidder (if the bidder is a partnership), or an officer or employee of the bidding corporation, have authority to assign on its behalf (if the bidder is a corporation); 2. That the attached bid or bids have been arrived at by the bidder independently, and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services described in the invitation to bid, designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids, and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Ineligible Contractors The hereby certifies that it is / is not (underscore one) included on the United States Comptroller General's Consolidated List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporated Labor Standards Provisions. Signed Subscribed and sworn to before me this day of, 20. Firm Name Notary Public My Commission Expires, 20 Bidder's E. I. Number (Number used on Employer s Quarterly Federal Tax Return) EXHIBIT A

State of PA official seal (All Contracts) 1. Contractor shall not discriminate against any employee, applicant for employment, independent contractor or any other person because of race, color, religious creed, ancestry, national origin, age or sex. Contractor shall take affirmative action to insure that applicants are employed and that employers or agents are treated during employment without regard to their race, color, religious creed, ancestry, national origin, age or sex. Such affirmative action shall include but not be limited to: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff termination; rates of pay or other forms of compensation; and selection for training. Contractor shall post, at conspicuous places available to employees, agents, applicants for employment and other persons, a notice to be provided by the contracting agency setting forth the provisions of this nondiscrimination clause. 2. Contractor shall, in advertisements or requests for employment placed by it or on its behalf, state that all qualified applicants will receive consideration for employment without regard to race, color, religious creed, ancestry, national origin, age, or sex. 3. Contractor shall send each labor union or workers representative with which it has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of its commitment to this nondiscrimination clause. Similar notice shall be sent to every other source of recruitment regularly utilized by Contractor. 4. It shall be no defense to a finding of noncompliance with this nondiscrimination clause that Contractor had delegated some of its employment practices to any union, training program, or other source of recruitment which prevents it from meeting its obligations. However, if the evidence indicates that the Contractor is not on notice of the third-party discrimination or shows a good faith effort to correct it, such factor shall be considered in mitigation in determining appropriate sanctions. ineligible for further Commonwealth contracts, and other sanctions may be imposed and remedies invoked. 7. Contractor shall furnish all necessary employment documents and records to, and permit access to, its books, records, and accounts by the contracting agency and the Office of Administration, Bureau of Affirmative Action, for purposes of investigation to ascertain compliance with the provisions of this clause. If Contractor does not possess documents or records reflecting the necessary information requested, it shall furnish such information on reporting forms supplied by the contracting agency or the Bureau of Affirmative Action. 8. Contractor shall actively recruit minority subcontractors or subcontractors with substantial minority representation among their employees. 9. Contractor shall include the provisions of this nondiscrimination clause in every subcontract, so that such provisions will be binding upon each Subcontractor. 10. Contractor obligations under this clause are limited to the Contractor's facilities within Pennsylvania or, where the contract is for purchase of goods manufactured outside of Pennsylvania, the facilities at which such goods are actually produced. (FIRM NAME) BY (SIGNATURE AND TITLE) (DATE) 5. Where the practices of a union or any training program or other source of recruitment will result in the exclusion of minority group persons, so that Contractor will be unable to meet its obligations under this nondiscrimination clause, Contractor shall then employ and fill vacancies through other nondiscriminatory employment procedures. 6. Contractor shall comply with all state and federal laws prohibiting discrimination in hiring or employment opportunities. In the event of Contractor's noncompliance with the nondiscrimination clause of this contract, or with any such laws, this contract may be terminated or suspended, in whole or in part, and Contractor may be declared temporarily

CERTIFICATION OF RESTRICTIONS ON LOBBYING I,, (name and title of Contractor) hereby certify on behalf of that: (name of contractor) (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The Lehigh and Northampton Transportation Authority shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contract under grants, loans and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this day of, 20. By (signature of authorized official) EXHIBIT C (title of authorized official)

CERTIFICATIONS OF PRIMARY PARTICIPANT REGARDING DEBARMENT. SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The Primary Participant (applicant for an FTA grant, or cooperative agreement, or potential contractor for a major third party contract),, certifies to the best of its knowledge and belief, that it and its principals: 1. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 4. have not within a three-year period preceding this application / proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. (If the primary participant (applicant for an FTA grant, or cooperative agreement, or potential contractor), is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification.) THE PRIMARY PARTICIPANT (APPLICANT FOR AN FTA GRANT, OR COOPERATIVE AGREEMENT, OR POTENTIAL CONTRACTOR FOR A MAJOR THIRD PARTY CONTRACT),, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO. Signature and Title of Authorized Official The undersigned chief legal counsel for the (entity) hereby certifies that the (entity) has authority under State and Local law to comply with the subject assurances and that the certification above has been legally made. Date Signature of Applicant's Attorney EXHIBIT D

CERTIFICATION OF LOWER-TIER PARTICIPANTS REGARDING DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION The Lower Tier Participant (potential sub-grantee or sub-recipient under an FTA project, potential third party contractor, or potential subcontractor under a major third party contract), certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (If the Lower Tier Participant [potential sub-grantee or sub-recipient under an FTA project, potential third party contractor, or potential subcontractor under a major third party contractor], is able to certify to any of the statements in this certification, such participant shall attach an explanation to this proposal). THE LOWER-TIER PARTICIPANT (POTENTIAL SUB-GRANTEE OR SUBRECIPIENT UNDER AN FTA PROJECT, POTENTIAL THIRD PARTY CONTRACTOR, OR POTENTIAL SUBCONTRACTOR UNDER A MAJOR THIRD PARTY CONTRACT),, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO. Signature and Title of Authorized Official The undersigned chief legal counsel for the (entity) hereby certifies that the (entity) has authority under State and Local law to comply with the subject assurances and that the certification above has been legally made. Date Signature of Applicant's Attorney EXHIBIT E

FEDERAL NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY CLAUSES (All Federal Aid Contracts) (see photocopy)