BID OPENING/DUE DATE:

Similar documents
METROPOLITAN TRANSPORTATION AUTHORITY CONTRACTOR RESPONSIBILITY FORM INSTRUCTIONS 1

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL. web.mta.info/nyct/procure/nyctproc.htm

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

COUNTY OF OSWEGO PURCHASING DEPARTMENT

BID ON ALUMINUM SULFATE

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL. web.mta.info/nyct/procure/nyctproc.htm

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

ALL AGENCY PROCUREMENT GUIDELINES

New York State Division of Housing and Community Renewal. Statement of Qualifications for Management Firm Seeking Owner/Agent Agreement

Bid #15-15 Goodyear Tires

OSWEGO COUNTY PURCHASING DEPARTMENT

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

City Of Oneida. Invitation for Bids

EXHIBIT 3 - FORMS REQUIRED FOR SUBMISSION WITH PROPOSAL ATTACHMENT A BUSINESS OVERVIEW AND QUESTIONNAIRE FORM TABLE 1 GENERAL INFORMATION

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

DESIGN - BUILD PROPOSAL OF

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

00400 BID FORMS AND SUPPLEMENTS

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

D R A F T - 10/08/09

McCRACKEN COUNTY BOARD OF EDUCATION

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

MTA NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

Cherokee County Board of Commissioners

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

Proposal/Bid Certification. The undersigned Contractor affirms as true, under the penalties of perjury, as follows:

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

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

INSTRUCTIONS TO BIDDERS Medical Center

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

TERMS AND CONDITIONS OF THE INVITATION TO BID

Sunnyside Valley Irrigation District

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

FLORIDA DEPARTMENT OF TRANSPORTATION

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

Diesel Engine Replacement for. Gillig Low Floor Buses

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

Instructions to Bidders Page 1 of 8

SECTION INSTRUCTIONS TO BIDDERS

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

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

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

INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

DOCUMENT INSTRUCTIONS TO BIDDERS

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

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

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

Request for Proposal 2019 Calendar Year

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

RETRO REFLECTIVE GLASS BEADS

d...it.y.i'ion; BID D9.~UM.ENTy\011 II~I(0.M.4 ~]i

REQUEST FOR PROPOSAL Enterprise Asset Management System

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

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

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

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY

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

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

INVITATION FOR BID Annual Water Meter Purchase

INVITATION TO BID INSTRUCTIONS TO BIDDERS

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

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

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

Tulsa Community College

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

Commonwealth of Kentucky SOLICITATION

FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4

Instructions to Proposers & Contractors (ITPC): RFP

ATTENTION ALL BIDDERS

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

DATE: June 7,

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV)

State of Florida PUR 1001 General Instructions to Respondents

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

Request for Bids (RFB) UTILITY RELOCATION PROJECT RFB C2001

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

INDEPENDENT PROSECUTOR (SPECIAL ASSISTANT ATTORNEY GENERAL) PROFESSIONAL SERVICES

SureQuick Express Bond Application

ANNEXATION APPLICATION PACKET

Transcription:

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, N.Y. 10004 DIVISION OF MATERIEL www.mta.info/nyct/procure/nyctproc.htm 0000066522 NOTICE -OF ADDENDUM ADDENDUM #5 BID OPENING/DUE DATE: MAY21,2014 273998

8 NewVorkCltyTranslt RFP No. 66522 FURNISH & DELIVER ULTRA LOW SULFUR DIESEL #2 FUEL WITH ADDITIVES FOR USE IN BUSES TO NYC TRANSIT AND MTA BUS COMPANY LOCATIONS May 6, 2014 ADDENDUM #5 THE PROPOSAL CLOSING (DUE) DATE IS: MAY 21, 2014 AT 2:00 PM To Prospective Proposers ofrfp No. 66522: You are hereby notified of the following changes to the above-referenced RFP. 1. PLEASE NOTE: The RFP closing date (or proposal due date) is Wednesday May 21, 2014 at 2:00PM. 2. The following new or revised documents are included with this addendum for insertion into the RFP document: Attachment 6: Proposer's Execution Form (revised for Addendum #2) 3. Fuel Technical Specification No. S-87-9-09-1 issued in the RFP document remains the current fuel specification. However, the Authority may issue a revision to this specification as a result of ongoing testing relating to cold weather operability. 4. Attachment 6: Proposer's Execution Form - We are providing this form with corrected page numbers. The earlier version provided with Addendum #2 indicated the last page as "9 of II." The revised form included with this Addendum indicates the last page as "10 of 10." Please utilize this corrected form for your proposal submission. 5. Proposers requested additional clarification for Addendum #2, Question #50: Q50: Per Article 112.D of the Specific Contract Provisions, will the Authority consider the following acceptable: The prime Contractor does not have terminal lease storage, but the prime Contractor's supplier does have terminal lease storage. The answer in Addendum #2 was as follows: A50: For this contract, the prime Contractor should lease two terminals or own two terminals. As further clarification to Addendum #2 Q50, the following is inserted into Addendum #2 immediately following A50 above: Doc. 583638vl Bus Fuel Addendum #5 Page 1 of 4

8 NewYork CityTransit A50: The Contractor does not have to lease the entire facility; only the portion required to accommodate the Work under this Contract. If the Contractor does not own the terminal and does not directly hold a lease with the owners of the terminal, NYCT will consider alternative arrangements that will ensure acceptable terminal space will remain available for the duration of the contract. The acceptability of any such arrangement will be determined solely by the Authority. 6. Proposers have requested additional clarification regarding Article 112D and the 50 mile limit. Article 112 Paragraph D ofthe RFP Specific Contract Provisions states: "The Contractor shall be responsible for the integrity of all facets of the supply chain from the refinery gate to the final Delivery Location. The Contractor shall furnish all labor and materials, supplies, plant facilities and conveyances necessary or proper for furnishing and delivering Goods in accordance with the Contract. The Contractor shall own or lease two (2) terminal(s) and maintain a two (2) week minimum of ULSD Fuel with the required additives, as required at all times as specified herein, within the limits of 50 miles of Columbus Circle, NY. As a result of the requests for additional clarification, the following language is inserted into Article 112D immediately following the paragraph above: "NYCT will consider allowing the Contractor to maintain one (1) of the two (2) required terminals outside of this 50-mile limit provided that, in addition to any other information required by the Authority, the Contractor furnishes a comprehensive plan for daily deliveries to cover both planned and unplanned local terminal outages. Any such plan is subject to approval by the Authority." 7. Overview, Paragraph 9: Proposal Submission Requirements 9.5 Proposals are to contain the following: h. Description of the fuel storage (terminal) facilities: Delete h. 1-6 and insert the following new 1-6: 1. Address ofthe facility;, 2. A description ofthe storage capabilities; if leased property, copy of lease; a. Number of storage tanks and estimated capacity of each storage tank at each terminal that will be used on a daily basis b. Fuel additive storage capacity and number ofadditive tanks at each terminal. Provide the estimated monthly number of incoming fuel deliveries for each terminal from each source (indicate pipeline, barge, rail, or tank wagon). Doc. 583638vl Bus Fuel Addendum #5 Page 2 of4

8 NewYork CityTransit c. Provide storage tank maintenance schedule for all bulk storage tanks being used for each terminal. 3. Description of the terminal space to be utilized to perform this Contract including storage capacity to be devoted to this Work; a. Number of tank wagon fill racks at each terminal that will be used on a daily basis. b. Method of tank wagon fill rack fuel metering for each terminal, with maintenance schedule. c. Method of fuel additive injection or blending at each terminal, with maintenance and inspection schedule d. Provide the type and redundancies for the terminal piping system from the incoming product source, to the tanks, to the racks, and include the maintenance and inspection plan for all applicable piping for each terminal. e. Provide information and project plan for any physical terminal alterations that are necessary with a time schedule for each alteration, and how these would impact the contract start-up or ongoing terminal operations for each terminal. f. Provide fuel rack dispensing system information with maintenance schedulefor each terminal. g. Provide the number of tank wagon deliveries to the MTA that will originate from each terminal/rack on an average day for each terminal. 4. Overall capacity of the facility; 5. Description of support equipment, e.g., Veeder Root system capability for dialing in purposes; 6. Other relevant facility information deemed appropriate by the proposer. a. Provide site security services at each terminal. Please Note: If available, please provide this information with your proposal; if not, please be prepared to discuss if invited to provide an Oral Presentation. b. For each terminal provide all documents to show that the terminals comply with local, state and federal environmental requirements and permits. Please Note: If available, please provide this information with your initial proposal; if not, please be advised that if your proposal is selected for the Negotiations phase you will be required to provide this information. Doc. 583638vl Bus Fuel Addendum #5 Page 3 of4

8 NewYork CityTransit 8. Overview, Paragraph 9: Proposal Submission Requirements 9.5 Proposals are to contain the following: 9.5.p. Insert the following after the last sentence: "Provide the expected tank wagon driver and terminal employee work shifts and corresponding working hours, for each terminal. Please Note: If available, please provide this information with your proposal; if not, please be prepared to discuss if invited to provide an Oral Presentation." 9. Overview, Paragraph 9: Proposal Submission Requirements 9.5 Proposals are to contain the following: 9.5.s. Insert the following sentence after the third sentence, after "after these events." "Please be certain to provide backup power capabilities at each terminal, with a maintenance schedule, in your plan." After the insertion, Paragraph 9.5.s. will read: s. The Proposer's Disaster Recovery Plan. Throughout the term of the Contract, the Contractor shall develop and maintain a business continuity and Disaster Recovery Plan to ensure that all Delivery Locations have a continuous supply of diesel fuel as result of storms, hurricanes, and other spontaneous events or emergencies such as blackouts, fires, and terrorist activities. These plans shall ensure that all bus operating locations have a sufficient and continuous fuel supply so that bus operations can operate without any service disruption for the public's benefit during and after these events. Please be certain to provide backup power capabilities at each terminal, with a maintenance schedule, in your plan. The plan shall describe specific Contractor actions with time frames for all short and long-term events, and how these emergency actions will be communicated and coordinated with the MTA and also with other governmental agencies at the Federal, State and local level during and after the event. It shall also contain detailed Contractor's management and operating personnel roles and responsibilities, a listing of redundant and alternate supplies of ULSD and additives, storage, transportation and operating personnel resources. The Proposer's plan shall cover all the contingencies noted above with lead times, quality assurances measures and shall also contain a process flow chart to highlight each phase of its plan based on the requirements noted above. Please be governed accordingly. Sincerely, VL~~//~ Nicholas Villamagna Senior Procurement Manager Doc. 583638vl Bus Fuel Addendum #5 Page 4of4

ATTACHMENT 6 PROPOSER'S EXECUTION FORM RFP #66522 Furnish & Deliver Ultra Low Sulfur Diesel #2 Fuel with Additives for use in Buses to NYC Transit and MTA Bus Company Locations Document 579627vl Page 1 of10 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 NEW YORK CITY TRANSIT AUTHORITY Materiel Division - Procurement Sub-Division CONTRACT NO.: RFP 66522 CLOSING (DUE) DATE: May 21,2014 LOCATION: 3 Stone Street TIME: 2:00 pm Local Time New York, NY 10004 NOTES: N-1. Proposals muet include a fully completed and executed copy of this form. In order to be a responsive proposal, all parts of the proposal must be submitted. PROPOSERS MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE RECEIPT THEREOF WHERE INDICATED BELOW. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Proposal as a minor informality where the addenda or portion of the Proposal, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Proposer to fully complete any portion of the Proposal as a minor informality. N-2. Execution of Proposal must be made as required in Section M below. A. The undersigned Proposer, acknowledging that it has carefully examined the Request for Proposal Package, hereby offers to fully perform all obligations and responsibilities as set forth therein and in its Proposal, at the price(s) stated in the Price Proposal Form attached hereto. B. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Proposer by any provision of the Contract Documents, including Notice of Award of the Contract: ~_~~~_I---..:T:...:e::...:..:le::..I:p::...:..:h.:...:::o_.:...:n_=_e...:...N.:...:o::...:..:....l.o( _J.~ C. (Check where indicated below if the Proposer is a foreign corporation, in which case the Proposer agrees to accept process as provided herein). The undersigned, a corporation not organized and existing under the laws of the State of New York, agrees that personal service of process in any action, suit or proceeding instituted by the Authority against the undersigned on or in connection with this Proposal or the Contract may be made by certified or registered mail addressed to the undersigned at the address referred to in Section B above of this Proposal, unless a different address within the State of New York be specified below, in which event service as aforesaid may be made Document 579627vl Page 2 of10 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 only at the address specified below or at such other mailing address within the State of New York as is substituted therefor by the undersigned by notice in writing to the Authority as provided in the Contract Documents. Failure of the Proposer to check the box below shall constitute the Proposer's statement that it is not a foreign corporation, and may, if untrue, be a ground for disqualification. D Proposer is a foreign corporation I ITelephone No. ( ) D. NON-COLLUSIVE BIDDING CERTIFICATION 1. By submission of this Proposal, the undersigned and each person signing on behalf of the undersigned, and in the case of a joint Proposal each party thereto certifies, as to its own organization, as required by Section 2878 of the Public Authorities Law of the State of New York, under penalty of perjury, that to the best of its knowledge and belief: a. the prices in this Proposal have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; b. unless otherwise required by law, the prices which have been quoted in this Proposal have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by the undersigned prior to opening, directly or indirectly, to any other proposer or to any competitor prior to the closing date for Proposal; c. no attempt has been or will be made by the Proposer to induce any other person, partnership or corporation to submit or not to submit a Proposal for the purpose of restricting competition; d. no member of the City Councilor other officer or employee of the City of New York (the "City"), or member, officer or employee of the Metropolitan Transportation Authority, New York City Transit Authority, Manhattan & Bronx Surface Transit Operating Authority, Metro-North Commuter Railroad, Long Island Rail Road, Triborough Bridge and Tunnel Authority or MTA Bus Company is interested directly or indirectly, in any manner whatsoever in or in the performance of the Contract or in the supplies, work or business to which it relates or in any portion of the profits thereof; and Document 579627vl Page 3 of10 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 e. the Proposer is not in arrears to the City, the State, or the Metropolitan Transportation Authority, New York City Transit Authority, Manhattan & Bronx Surface Transit Operating Authority, Metro-North Commuter Railroad, Long Island Rail Road, Triborough Bridge and Tunnel Authority or MTA Bus Company upon debt or contract and is not a defaulter, as surety or otherwise, upon any obligation to the City, the State, or the Metropolitan Transportation Authority, New York City Transit Authority, Manhattan & Bronx Surface Transit Operating Authority, Metro North Commuter Railroad, Long Island Rail Road, Triborough Bridge and Tunnel Authority or MTA Bus Company and has not been declared not responsible or disqualified by any agency of the City or the State of New York, any public authority of the State of New York, or the United States Government, nor is there any proceeding pending relating to the responsibility or qualifications of the Proposer to receive public contracts. 2. A Proposal shall not be considered for award nor shall any award be made where 1.a, 1.b, and 1.c, above, have not been complied with; provided, however, that if in any case the Proposer cannot make the foregoing certification, the Proposer shall so state and shall furnish with the Proposal a signed statement which sets forth in detail the reasons therefor. Where 1.a, 1.b, and 1.c., above, have not been complied with, the Proposal shall not be considered for award nor shall any award be made unless the Vice President, Division of Materiel of the Authority, or his or her designee, determines that such disclosure was not made for the purpose of restricting competition. 3. The fact that a Proposer (i) has published price lists, rates, or tariffs covering items being procured, (ii) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (iii) has sold the same items to other customers at the same prices being proposed, does not constitute, without more, a disclosure within the meaning of 1.a, 1.b, and 1.c above. 4. If the Proposer cannot certify as to statements 1.d or 1.e above, it shall set forth below in detail the reasons therefor (if the space is not sufficient, add additional sheets to your Proposal. E. The following four questions pertaining to criminal activity should be answered by the Proposer. In the event of a "Yes" answer to any of the questions, the Authority reserves the right to inquire further with respect thereto. The Proposer shall furnish to the Authority all relevant documents or information related hereto as requested by the Authority. Failure to answer to any of these questions will result in a follow-up investigation by the Authority to determine why the question was not answered. While a "Yes" answer to any such question will not Document 579627vl Page 4 of10 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 automatically result in a negative finding on the question of the Proposer's responsibility, it would merit further inquiry by the Authority. 1. During the past ten years, has your firm, or any principal, director, officer, or shareholder owning ten percent (10%) or more of the stock of the corporation or managerial employee thereof, in connection with the business of the firm or any other firm which is related by common ownership, control or otherwise, been convicted in the State of New York, or any other jurisdiction, of any crime? (Check "Yes" or "No", as appropriate.) YES D NoD 2. Does your firm, or any principal, director, officer, or shareholder owning ten percent (10%) or more of the stock of the corporation or managerial employee thereof, in connection with the business of the firm or any other firm which is related by common ownership, control or otherwise, have pending any indictment in the State of New York, or any other jurisdiction, for the commission of a crime which has not been terminated in favor of the firm, principal director, officer, shareholder or managerial employee? (Check "Yes" or "No", as appropriate.) YES D NoD 3. To the best of your knowledge, is your firm, or any principal, director, officer or shareholder owning ten percent (10%) or more of the stock of the corporation, or managerial employee thereof, in connection with the business of the firm or any other firm which is related by common ownership, control or otherwise, the subject of any pending investigation by any grand jury, commission, committee or other entity or agency or authority in the State of New York or any other jurisdiction in connection with the commission of a crime? (Check "Yes" or "No", as appropriate.) YEsD NoD 4. Is your firm currently disqualified from selling to or submitting Proposals to or receiving awards from or entering into any contracts with any public authority for goods, work or services, or have any contracts made with any public authority during the preceding five years been canceled or terminated by such authority by reason of any member, partner, director or officer of your firm refusing to testify or to answer any relevant question concerning a transaction or contract with a public authority when called before a grand jury or other agency which is empowered to compel the attendance of witnesses and examine them under oath upon being Document 579627vl Page 50f10 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 advised that neither his nor her statement nor any information or evidence derived from such statement will be used against that person in any subsequent criminal proceeding? (Check "Yes" or "No", as appropriate.) YES D NO D F. INSURANCE AND BONDING REQUIREMENTS Each Proposer shall attach hereto letters from acceptable insurance and bonding companies, as the case may be, which satisfactorily establish to the Authority that such insurance company or companies will issue evidence of existing policies and such bonding company will issue the necessary Performance Bond satisfying the requirements contained in the Contract Terms and Conditions. G. PRICE SCHEDULE 1. All Proposal prices must be set forth on the Price Proposal both in words and in figures. In case of a discrepancy between the price in words and that in figures, the price in words will generally be taken as the Proposal price. The Authority reserves the right, however, to treat the price in figures as the Proposal price where it is evident that the Proposer has made a mistake in writing the Proposal price in words. The Authority also reserves the right in its sole and absolute discretion to: a. waive informalities or inconsistencies in any Proposal submitted; b. reject all Proposals submitted; and c. take any other action with respect to contract award as permitted by law. 2. In the event that the Price Proposal reflects any item(s) as to which quantities are estimated, the Proposer acknowledges that the quantities as thus specified in the Price Forms are given only as a basis for the Proposal evaluation and are not in any way guaranteed or represented as correct or intended to be relied upon, and they shall not be taken as final and shall form no basis for any claim in case they do not correspond with the final measurements or quantities. It is further acknowledged that the Authority reserves the right to increase or to diminish or to omit entirely any of the quantities or items as herein stated. 3. The Gross Contract Price is the aggregate total of the price(s) for the individual item(s) set forth in the Price Schedule extended by the estimated quantities, where applicable. In the event that the Gross Contract Price or any extended unit prices reflect a clear mathematical Document 579627vl Page 6 ofl0 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 error, then the correct calculation shall govern. H. Omnibus Procurement Act - Certification 4. All Proposers submitting a Bid equal to or exceeding $15,000 must check either box a. or b., as appropriate: a. D the goods which are supplied hereunder are substantially manufactured or produced or assembled in New York State, or the services which are provided hereunder will substantially be performed within New York State; or b. D the goods which are supplied hereunder are substantially produced outside New York State, or the services which are provided hereunder will substantially be performed outside New York State. 5. Proposers, submitting a total Bid greater than $1,000,000, by signing this Bid certify that: a. The Proposer has made all reasonable efforts to encourage the participation of New York State Business Enterprises as suppliers and subcontractors on this project, and has retained the documentation of these efforts to be provided upon request to the State; b.' The Proposer has complied with the Federal Equal Opportunity Act of 1972 (P.L. 92-261), as amended; c. The Proposer agrees to make all reasonable efforts to provide notification to New York State residents of employment opportunities on this project through listing any such positions with the Community Services Division of the New York State Department of Labor, or providing such notification in such manner as is consistent with existing collective bargaining contracts or agreements. The Proposer agrees to document these efforts and to provide said documentation to the State upon request. I. Iran Energy Sector Divestment - Certification Pursuant to New York State Finance Law 165-a, Iran Divestment Act of 2012, the Office of General Services is required to post on its web site a list of persons who have been determined to engage in investment activities in Iran ("the List"), as defined in that Act. Under Public Authorities Law 2879-c, Iranian Energy Sector Divestment, the Document 579627vl Page 7 of10 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 Authority may not enter into or award a Contract unless it obtains a certification (See Schedule S) from a Proposer that it is not on the List. o Proposer Hereby Certifies it is not on the List: Each person [as defined in paragraph (e) of subdivision one of section one hundred sixty-five-a of the state finance law where person means natural person, corporation, company, limited liability company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group] and each person signing on behalf of any other party, certifies, and in the case of a joint bid or proposal or partnership each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each person is not on the list created pursuant to paragraph (b) of subdivision 3 of section 165-a of the State Finance Law, located at http://ogs.ny.gov/abouuregs/docs/listofentities.pdf. o Proposer is Unable to Certify (additional document is required): In the event a Proposer is unable to certify that it is not on the List, it must supply a signed statement with its Proposal setting forth in detail the reasons therefore. Such statements will be evaluated on a case-by-case basis and the Authority may enter into a contract with a Proposer if it is able to demonstrate that: a) its investment activities in Iran were made before April 12, 2012; b) its investment activities in Iran have not been expanded or renewed after April 12, 2012; and c) it has adopted, publicized and is implementing a formal plan to cease its investment activities in Iran and to refrain from engaging in any new investments in Iran. If the Proposer's statement is not found satisfactory in the opinion of the Authority, the Proposer may not be eligible for award of this Contract. J. The following information is to be completed: o o o CHECK ONE BOX AND INCLUDE APPROPRIATE NUMBER Individual or Sole Proprietorship SOCIAL SECURITY NUMBER Partnership, Joint Venture or other unincorporated organization EMPLOYER IDENTIFICATION NUMBER Corporation EMPLOYER IDENTIFICATION NUMBER _ K. ACKNOWLEDGMENT OF ADDENDA Under the Federal Privacy Act, the furnishing of Social Security numbers by Proposers on this Contract is voluntary. Failure to provide a Social Security number will not result in a Proposer's disqualification. Social Security numbers will be used to identify Bidders, Proposers or Vendors to ensure their compliance with laws, to assist the Contracting Party in enforcement of laws as well as to provide the Contracting Party a means of identifying businesses which seek contracts therewith. Document 579627vl Page 8 of10 Addendum #5

PROPOSER'S EXECUTION FORM RFP 66522 The Proposer hereby acknowledges receipt of all Contract Documents and Addenda through and including ADDENDUM NO. through ADDENDUM No. _ (Proposer to insert number of first and last Addendum received.) The Proposer hereby represents that it has reviewed the Technical Specifications as revised through Addendum No. (insert) and, if awarded this Contract, will comply with the Technical Specifications. Document 579627vl Page 9 ofl0 Addendum #5

L. EXECUTION OF PROPOSAL PROPOSER'S EXECUTION FORM RFP 66522 Proposer is to complete and sign before a Notary Public or Commissioner of Deeds the following Affidavit of Verification section: Type or Print the Information Requested Below. Proposer's Full Legal Name -=,...,----------::-:----------- (Fill in exact name ofindividual, firm, corporation or partnership) Address: Business Telephone No. ( ) Name of Person Executing Proposal Title of Person Executing Proposal Proposer's Federal Taxpayer Identification Number STATE OF ------) ) ss: COUNTY OF ) ---:----:------------------ Fax No. ( ) -------------------- -------------------- -------------------- The undersigned, being duly sworn says: (a) I am duly authorized by the Proposer to execute this Proposal; (b) I have examined all parts of the Contract Documents, Proposal and Price Proposal and hereby certify that the foregoing Proposal and Price Proposal is in all respects true and correct and (c) the Proposer hereby authorizes the Authority to make any necessary examination or inquiry in order to make a determination as to the qualifications and responsibility of the Proposer, as well as the authority of the person executing the Proposal. (Signature of Person Executing Proposal) Sworn to before me this day of, 20 (Notary Public or Commissioner of Deeds) Document 579627vl Page 10 of10 Addendum #S

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000066522 NOTICE -OF- ADDENDUM ADDENDUM # 4 BID OPENING/DUE DATE: POSTPONED

2 Broadway Carmen Bianco New York, NY 10004 President ;) New York CityTransit April 18, 2014 ADDENDUM #4 Request For Proposal # 0000066522 Furnish and Deliver Ultra Low Sulfur Diesel #2 Fuel with Additives for use in Buses to NYC Transit and MTA Bus Company Locations. The RFP ClosinglDue Date is hereby postponed indefinitely. Sincerely,,/t/L~7~~ Nicholas Villamagna /" Senior Manager Procurement Doc 583814vl MTA New York City Transit is an agency of the Metropolitan Transportation Authority, State of New York 58-03-60509/13

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000066522 NOTICE -OF- ADDENDUM ADDENDUM # 3 BID OPENING/DUE DATE: 04/23/2014

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL www.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000066522 NOTICE -OF- ADDENDUM ADDENDUM # 1 CURRENT OPENING/DUE DATE: POSTPONED

2 Broadway New York, NY 10004 Carmen Bianco President D New York City Transit February 5, 2014 ADDENDUM#! Request For Proposal # 0000066522 Furnish and Deliver Ultra Low Sulfur Diesel #2 Fuel with Additives for use in Buses to NYC Transit and MTA Bus Company Locations. The bid opening date is hereby postponed indefinitely. /J(u /, 7.-//. LI - - / Sincerely, ~,~tt.~. :; ~~ Nicholas Villamagna Senior Manager Procurement Doc 576916vl MTA New York City Transit is an agency of the Metropolitan Transportation Authority, State of New York 58-03-6050 9/13