SLED Opportunity · OHIO · GREATER DAYTON REGIONAL TRANSIT AUTHORITY

    901 Window Replacement

    Issued by Greater Dayton Regional Transit Authority
    localRFQGreater Dayton Regional Transit AuthoritySol. 245796
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Mar 25, 2026
    Posting date
    JURISDICTION
    Greater Dayton
    local
    NAICS CODE
    238150
    AI-classified industry

    AI Summary

    Greater Dayton RTA seeks quotes for one-for-one replacement of storefront windows at 901 Ludlow, Dayton, OH. Project includes demolition, installation of thermally broken aluminum windows with energy-efficient glazing. Compliance with prevailing wage and federal regulations required. Quotes due April 22, 2026, via OpenGov.

    Opportunity details

    Solicitation No.
    245796
    Type / RFx
    RFQ
    Status
    open
    Level
    local
    Published Date
    March 25, 2026
    Due Date
    April 22, 2026
    NAICS Code
    238150AI guide
    State
    Ohio
    Agency
    Greater Dayton Regional Transit Authority

    Description

    The Greater Dayton Regional Transit Authority (RTA) is soliciting quotes to complete a one-for-one replacement of existing storefront windows at the 901 Ludlow facility.

    Background

    Window project includes associated glazing, matching the existing layout and sightlines--while meeting current code, energy, and performance standards.

    Project Details

    • Reference ID: RFQ 26-18
    • Department: Capital Management/Executive
    • Department Head: Robert (Bob) Ruzinsky) (Chief Executive Officer)

    Important Dates

    • Questions Due: 2026-04-15T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-08T17:00:00.000Z — 901 Ludlow, Dayton OH 45402.

    Addenda

    • Addendum #1 (released 2026-04-13T14:53:28.325Z) —

      On April 8, 2026, at 1:00 PM, RTA held a walkthrough for this project at the 901 building. During the walkthrough various questions were asked, and responses to which can be found attached to this addendum. In addition, the following changes have been made the scope of work and terms and conditions.

      • There was no fee listed for lost key cards, the fee is $20 and the construction terms and conditions have been revised to include that fee.
      • In Section 2.2. Special Conditions we removed the product delivery section as it is not applicable to this project.

      It's also important to note that we confirmed with the Project manager that none of the vinyl windows on the second floor are being replaced.

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • 901 Storefront Window Replacement
      1. Request for Quotes:

      The Greater Dayton Regional Transit Authority is soliciting quotes to complete a one-for-one replacement of existing storefront windows at its 901 Ludlow Facility.

      1. Project Information:

       

      1. Project Identification: 

      901 Storefront Window Replacement– Greater Dayton Regional Transit Authority

      1. Project Location:

      901 Ludlow St, Dayton, OH 45402 – Greater Dayton RTA

      1. Owner:

      Greater Dayton Regional Transit Authority (Greater Dayton RTA or GDRTA).

      1. Owner's Representative:

       

      Julie Hoffman, Director of Capital Management, jhoffman@greaterdaytonrta.org, (937) 425-8362.

      1. Project Overview:

       

      1. Overview and Intent:

      Provide a complete one-for-one replacement of existing storefront windows and associated glazing, matching the existing system’s layout and sightlines while meeting current code, energy, and performance standards.

      1. Existing Conditions

      Contractor to verify all existing conditions, including but not limited to confirming the number of units to be replaced and functionality. This project does not include any glass-block openings.

      1. Contractor's Use of Site and Premises

      Contractor shall have limited use of the Project site for construction operations as indicated by the requirements of this Section.

      1. Limits on Use of Site:

      Limit use of the Project site to the greatest extent possible. Do not disturb portions of the Project site beyond areas in which the Work is taking place.

      1. Driveways, Walkways, and Entrances:

       

      Keep driveways, parking areas, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or for the storage of materials.

      Schedule deliveries to minimize the use of driveways and entrances by construction operations.

      Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site.

      1. Condition of Existing Building:

       

      Maintain portions of the existing building affected by construction operations in a weathertight condition throughout the construction period. Repair damage caused by construction operations.

       

      1. Condition of Existing Grounds:

       

      Maintain portions of existing grounds, landscaping, and hardscaping affected by construction operations throughout the construction period. Repair damage caused by construction operations.

       

      1. Coordination With Occupants:

      Full GDRTA Occupancy: GDRTA will occupy the project site and existing building(s) during the entire construction period. Cooperate with GDRTA during construction operations to minimize conflicts and facilitate GDRTA usage. Perform the Work so as not to interfere with GDRTA’s day-to-day operations. Maintain existing exits unless otherwise indicated.

      Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from GDRTA and approval of authorities having jurisdiction.

      Notify GDRTA not less than 72 hours in advance of activities that will affect Owner's operations.

      1. Work Restrictions:

      Comply with restrictions on construction operations.

      Comply with limitations on use of public streets, work on public streets, rights of way, and other requirements of authorities having jurisdiction.

      1. On-Site Work Hours:

      Coordinate work hours with GDRAT. Work hours may be modified to meet Project requirements if approved by GDRTA and authorities having jurisdiction.

       

      1. Existing Utility Interruptions:

      Do not interrupt utilities serving facilities occupied by GDRTA or others unless permitted under the following conditions and then only after arranging for temporary utility services according to requirements indicated:

      Notify GDRTA not less than two days in advance of proposed utility interruptions.

      Obtain GDRTA’s written permission before proceeding with utility interruptions.

      1. Noise, Vibration, Dust, and Odors:

      Coordinate operations that may result in high levels of noise and vibration, dust, odors, or other disruption to GDRTA occupancy with the Owner.

      Notify GDRTA not less than two days in advance of proposed disruptive operations.

      Obtain GDRTA’s written permission before proceeding with disruptive operations.

      1. Smoking and Controlled Substance Restrictions:

      Use of tobacco products, alcoholic beverages, and other controlled substances on the Owner's property is not permitted.

       

      1. Employee Identification:

      GDRTA will provide identification tags for Contractor personnel working on the Project site. Require personnel to use identification tags at all times.

       

      1. Employee Screening:

      Comply with the Owner's requirements for drug and background screening of Contractor personnel working on the Project site.

       

      1. Employee Safety Training: Comply with Owner's requirements for safety training of Contractor personnel working on the Project site.

       

      1. Scope of Work – Detailed

       

      The selected vendor will be responsible for providing a turnkey solution, including but not limited to:

       

      1. Field verification of existing conditions and dimensions

       

      1. Demolition & Protection:
        • Demolition and disposal of the project’s current metal windows and all associated debris at the site.
        • Protection of the site during all phases of construction. Both interior and exterior surfaces should be protected.
        • The window area should be prepared for window installation in accordance with industry standards.
      1. Replacement System
        • The replacement system must include new heads, sills, jambs, and flashings
        • Provide and install a thermally broken aluminum storefront window system for all existing window locations at 901 South Ludlow, not including any glass-blocked windows and the vinyl windows on the second floor.
        • The replacement system should match all existing finishes. The finish must be pre-approved by GDRTA before ordering the product.
        • All systems must include insulating glass units with clear Low‑E coating.
        • All systems and installations must maintain weather‑tightness.
        • Replacement systems must meet applicable ASTM standards.
        • Installation must use high‑performance silicone sealants and follow the manufacturer's instructions.
        • The contractor will repair any adjacent finishes as needed.
      1. Qualified Installers

      All installations must be completed by qualified installers who are Prevailing Wage.

      1. Code Compliance

      Product and installation must comply with all applicable building and energy codes.

      1. Preconstruction Conference:

       

      Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner, but no later than 15 days after execution of the Agreement

       

      This meeting should be scheduled to discuss installation means/methods, potential disruptions, and timelines.

       

      1. Minimum Acceptable Warranties
        1. Storefront system:                    2 years
        2. Finish:                                         10 years
        3. Glass units:                                10 years
        4. Installation/Labor:                     1 year
      1. Project Conclusion:

      Contractor will provide O&M manuals and as‑builts to RTA.

      All final punch-list items, clean-up, and equipment removal will be completed before final payment is issued.

    • No Federal Government Obligation to Third Parties

      The RTA and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation of this 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 RTA, Contractor or any other party (whether or not a party to that Contract) pertaining to any matter resulting from the Contract. Contractor shall include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

    • Incorporation of FTA Terms

      The preceding provisions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, and 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 the contract. Contractor shall not perform any act, fail to perform any act, or refuse to comply with any requests of the RTA that would cause the RTA to be in violation of the FTA terms and conditions. Contractor shall include this clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA.

    • Program Fraud & False Statements or Related Acts

      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 CFR part 31, apply to its actions pertaining to this Project. Upon execution of the Contract, 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 Contract or the FTA-assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, 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 Contractor to the extent the Federal Government deems appropriate.

      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. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(l) on Contractor, to the extent the Federal Government deems appropriate.

      Contractor shall include the above two paragraphs 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.

    • Access To Records, Reports, & Sites

      Record Retention. Contractor shall retain and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third-party agreements of any type, and supporting materials related to those records.

      Retention Period. Contractor shall comply with the record retention requirements in accordance with 2 CFR § 200.333. Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at least three (3) 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 records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto.

      Access to Records. Contractor shall provide sufficient access to the U.S. Secretary of Transportation, the Comptroller General of the United States, FTA, the RTA, and their duly authorized representatives to inspect and audit records and information related to performance of this contract as reasonably may be required.

      Access to the Sites of Performance. Contractor shall permit FTA, the RTA, and their duly authorized representatives' access to the sites of performance under this Contract as reasonably may be required.

    • Special Conditions (Standard Purchase Order)

      SUBMISSION AND MODIFICATION

      Submissions are due electronically by 10:00AM, Dayton (Eastern) time on Wednesday, April 22, 2026, through OpenGov. Any submission received after the exact date and time specified will not be considered. Submissions may be modified online through OpenGov prior to the due date and time by unsubmitting a bid or proposal and making modifications and then re-submitting.

      In addition, any costs incurred while preparing a bid or proposal submission, including site visits, will not be reimbursed by RTA.

      QUESTIONS AND CLARIFICATIONS

      All questions and clarifications should be submitted through the Q&A Section of the project on OpenGov.
      Any new or relevant information given to any one contractor will be furnished to all contractors as addenda to this procurement.

      Duration of Contract:  The duration of the contract shall be until receipt.

       

      PRICE:  The prices quoted shall be fixed for the term of the order/contract.

       

      APPROVED EQUALS: Where brand names or specific items or processes are used in the specifications, consider the term "or equal" to follow.  However, a request for approval for any proposed substitution as an approved equal must be submitted through OpenGov per the dates listed in the RFQ. Acceptance of any proposed substitution will be at RTA's discretion.  The quoter shall supply the RTA with performance data, samples, and special guarantees as a condition of acceptance of any proposed substitution.

       

      QUANTITIES:  All quantities are estimated.  No guarantee is made or implied as to the minimum or maximum quantities that may be ordered during the stipulated order period.

       

      WARRANTY:  A standard manufacturer's warranty shall be provided for the product(s) or service(s) outlined in RFQ when applicable.

       

      DELIVERY:  Delivery will be made within fourteen (14) calendar days after receipt of the order or verbal notification.  Failure to deliver the required product within the specified time period is not in compliance with the terms and conditions set forth in the RFQ.  The file will be documented accordingly regarding delinquent shipments.  Continued delinquency could prohibit the award of future orders.

       

      If the successful quoter fails to meet the required delivery time and it becomes necessary for the RTA to order product(s) from another source, the delinquent vendor will be responsible for reimbursing the RTA for the difference in the cost of the product(s) and any shipping costs that may be incurred by the RTA.

       

      SHIPPING:  All products ordered will be shipped FOB Destination.  All shipping costs incurred will be at the successful offeror’s expense and included in the firm-fixed price.

      LABORATORY TESTS: The RTA reserves the right to test all products delivered under the proposed order, at an independent laboratory to be designated by the RTA.  This laboratory test shall include each item of the specifications to determine whether the products delivered are in conformity therewith.  Tests shall be made on products selected at random from deliveries under the proposed order.  Where the results of such tests show that the products delivered are not equal to the specifications, the Contractor shall pay the expense of making such tests.  If the results of any test show that the products delivered and tested conform to the specifications, then the RTA shall pay the expense of making such test.

       

      TAX EXEMPT:  RTA is exempt from payment of all taxes, and taxes must not be included in the quoted price.  Necessary exemption certificates shall be furnished to the successful quoter(s) upon request.

       

      PAYMENT TERMS: Payment will be made within 30 days after delivery with proper invoices.  Payment for services shall not exceed the quoted price.

       

      NON‑WAIVER BY ACCEPTANCE OF PAYMENT:  Neither the acceptance by the RTA of any services, the payment by the RTA for any services, nor both acceptance and payment, shall be deemed to waive, compromise, or affect in any manner the liability of the Contractor for any breach of contract, of warranty or of both contract and warranty.

       

      INDEMNIFICATIONS: The successful contractor shall indemnify and save harmless RTA, its trustees, officers, and employees from and against all loss, costs, liability, damage, and expense whether direct, consequential, or incidental, for personal injury and for property damage, such loss, costs, liability, damage and expense arising out of, or resulting in whole or in part, directly or indirectly, from work or operations under the contract but not limited to the acts, errors, omissions and negligence of Contractor's employees and agents, except to the extent of liability imposed due to RTA's own negligence.

       

      ACCESS/SAFETY: The Contractor should be aware that RTA is a constantly operating organization, with activity 24 hours a day, seven days a week. The RTA intends to protect RTA employees, customers, and property from harm due to Contractor activity and to reduce RTA’s liability exposure limits regarding safety and environmental infractions. In addition, the RTA expects all contractors and subcontractors to comply with and abide by all applicable regulatory standards.

       

      Some special and unique safety and environmental concerns found at RTA and incumbent upon the contractor and sub-contractor include:

       

      1. RTA operates 24 hours a day, seven (7) days a week.
      2. Multiple-sized vehicles move about the interior and exterior of most buildings 24 hours a day. Please be advised that set traffic patterns have been established and must be followed.
      3. Operators of all equipment are expected to be certified to operate appropriate equipment.
      4. Restrictive rules apply to the running of engines inside all buildings.
      5. Restrictive stormwater pollution rules apply.
      6. Material Safety Data Sheets must be provided for all materials used.  Specific notification is required if a product to be used on the job has been classified as an “Extremely Hazardous Material.”
      7. Building evacuation procedures.
      8. Fire safety and prevention procedures.
      9. First aid procedures.
      10. Hazardous material safety.

       

      COMPLIANCE WITH RTA SECURITY MEASURES: All contractors are required to display an identification badge supplied by RTA while on RTA premises.  Badges must be worn where they can be seen at all times.  This requirement applies to every employee of all contractors and/or subcontractors.  All contractors’ employees are also required to wear clothing that identifies the company for which they work (i.e., uniform, hard hat, jacket, etc.).  Badges must be obtained from the Project Manager and must be returned upon completion of the project.  A fee will be charged for any badges that are lost or not returned and will be deducted from the final project invoice.

    • Special Conditions (Contract Order)

      SUBMISSION AND MODIFICATION

      Submissions are due electronically by 10:00 am, Dayton (Eastern) time on Wednesday, April 22, 2026, through OpenGov. Any submission received after the exact date and time specified will not be considered. Submissions may be modified online through OpenGov prior to the due date and time by unsubmitting a bid or proposal and making modifications and then re-submitting.

      In addition, any costs incurred while preparing a bid or proposal submission, including site visits, will not be reimbursed by RTA.

      QUESTIONS AND CLARIFICATIONS

      All questions and clarifications should be submitted through the Q&A Section of the project on OpenGov.
      Any new or relevant information given to any one contractor will be furnished to all contractors as addenda to this procurement.

      DURATION OF CONTRACT: The duration of the contract shall be until completed. Estimate: Six months..

       

      OPTION YEARS: Option to Extend the Term of the Contract

      Greater Dayton Regional Transit Authority may extend the term of this contract by written notice to the Contractor, provided that the RTA gives the Contractor written notice of its intent to extend at least 30 days before the contract expires. If the RTA exercises this option, the extended contract shall be considered to include this option provision.

       

      APPROVED EQUALS: Where brand names or specific items or processes are used in the specifications, consider the term "or equal" to follow.  However, a request for approval for any proposed substitution as an approved equal must be submitted through OpenGov per the dates listed in the RFQ.  Acceptance of any proposed substitution will be at RTA's discretion.  The quoter shall supply the RTA with performance data, samples, and special guarantees as a condition of acceptance of any proposed substitution.

       

      PRICE:  The prices quoted shall be "FIRM" for the term of the order/contract.

       

      QUANTITIES:  All quantities are estimated.  No guarantee is made or implied as to the minimum or maximum quantities that may be ordered during the stipulated order period.

       

      WARRANTY:  A standard manufacturer's warranty shall be provided for the product(s) or service(s) outlined in RFQ when applicable.

       

      SHIPPING:  All products ordered will be shipped FOB Destination.  All shipping costs incurred will be at the successful offeror’s expense and included in the firm-fixed price.

      LABORATORY TESTS: The RTA reserves the right to test all products delivered under the proposed order, at an independent laboratory to be designated by the RTA.  This laboratory test shall include each item of the specifications to determine whether the products delivered are in conformity therewith.  Tests shall be made on products selected at random from deliveries under the proposed order.  Where the results of such tests show that the products delivered are not equal to the specifications, the Contractor shall pay the expense of making such tests.  If the results of any test show that the products delivered and tested conform to the specifications, then the RTA shall pay the expense of making such test.

       

      TAX EXEMPT:  RTA is exempt from payment of all taxes, and taxes must not be included in the quoted price.  Necessary exemption certificates shall be furnished to the successful quoter(s) upon request.

       

      PAYMENT TERMS: Payment will be made within 30 days after delivery with proper invoices.  Payment for services shall not exceed the quoted price.

       

      NON‑WAIVER BY ACCEPTANCE OF PAYMENT:  Neither the acceptance by the RTA of any services, the payment by the RTA for any services, nor both acceptance and payment, shall be deemed to waive, compromise, or affect in any manner the liability of the Contractor for any breach of contract, of warranty or of both contract and warranty.

       

      TERMINATION OF CONTRACT FOR DEFAULT (Applicable to contracts > $10,000)

      If, through any cause, the Contractor shall fail to perform fully, timely and in proper manner its obligations under this contract, or if the Contractor shall breach any of the covenants, conditions or agreements contained in the contract, the RTA shall thereafter have the right to terminate this contract by giving notice in writing which shall specify the effective date thereof, to the Contractor of such termination.  In such event, any goods delivered and/or installed by the Contractor under this contract shall, at the option of the RTA, become the RTA's property and the Contractor shall be entitled to receive just and equitable compensation therefor, not to exceed the maximum aggregate compensation payable by RTA to contractor as stated in Blanket Purchase Order.  In the event of a termination pursuant to this Blanket Purchase Order, the RTA may elect instead to remove any goods delivered and/or installed and redeliver the same to the Contractor, all at the Contractor's sole expense, including reasonable charges for any time and/or labor expended by the RTA's employees.

      Notwithstanding the above, the Contractor shall not be relieved of any liability to the RTA for damages sustained by the RTA by virtue of any breach of contract or warrants, or of both, by the Contractor for the purpose of setoff and/or recoupment until such time as the exact amount of damages due the RTA from the Contractor is determined.

       

      TERMINATION FOR CONVENIENCE OF THE RTA (Applicable to contracts > $10,000)

      The RTA may terminate this contract any time by a notice in writing that shall specify the effective date thereof, from the RTA to the Contractor of such termination.  In that event, any goods accepted by the RTA prior to the effective date of the termination shall become the RTA's property and the Contractor shall be entitled to receive just and equitable compensation therefor and for any services accepted by the RTA prior to the effective date; provided, nevertheless, that the amount of such compensation shall not, in any event, exceed the maximum aggregate compensation payable by RTA to contractor as stated in Blanket Purchase Order, properly attributable to the goods and/or services so accepted.

      Neither the acceptance, by the RTA, of any goods and/or services; the payment, by the RTA, for any goods and/or services; nor both acceptance and payment, shall be deemed to waive, to compromise, or to affect in any manner the liability of the Contractor for any breach of contract, of warranty, or both of contract and of warranty.

       

      INDEMNIFICATIONS: The successful contractor shall indemnify and save harmless RTA, its trustees, officers, and employees from and against all loss, costs, liability, damage, and expense whether direct, consequential, or incidental, for personal injury and for property damage, such loss, costs, liability, damage and expense arising out of, or resulting in whole or in part, directly or indirectly, from work or operations under the contract but not limited to the acts, errors, omissions and negligence of Contractor's employees and agents, except to the extent of liability imposed due to RTA's own negligence.

       

      ACCESS/SAFETY: The Contractor should be aware that RTA is a constantly operating organization, with activity 24 hours a day, seven days a week. The RTA intends to protect RTA employees, customers, and property from harm due to Contractor activity and to reduce RTA’s liability exposure limits regarding safety and environmental infractions. In addition, the RTA expects all contractors and subcontractors to comply with and abide by all applicable regulatory standards.

       

      Some special and unique safety and environmental concerns found at RTA and incumbent upon the contractor and sub-contractor include:

       

      1. RTA operates 24 hours a day, seven (7) days a week.
      2. Multiple-sized vehicles move about the interior and exterior of most buildings 24 hours a day. Please be advised that set traffic patterns have been established and must be followed.
      3. Operators of all equipment are expected to be certified to operate appropriate equipment.
      4. Restrictive rules apply to the running of engines inside all buildings.
      5. Restrictive stormwater pollution rules apply.
      6. Material Safety Data Sheets must be provided for all materials used.  Specific notification is required if a product to be used on the job has been classified as an “Extremely Hazardous Material.”
      7. Building evacuation procedures.
      8. Fire safety and prevention procedures.
      9. First aid procedures.
      10. Hazardous material safety.

       

      COMPLIANCE WITH RTA SECURITY MEASURES: All contractors are required to display an identification badge supplied by RTA while on RTA premises.  Badges must be worn where they can be seen at all times.  This requirement applies to every employee of all contractors and/or subcontractors.  All contractors’ employees are also required to wear clothing that identifies the company for which they work (i.e., uniform, hard hat, jacket, etc.).  Badges must be obtained from the Project Manager and must be returned upon completion of the project.  A fee will be charged for any badges that are lost or not returned and will be deducted from the final project invoice.

    • Federal Changes

      Contractor shall at all times comply with all applicable federal laws, regulations, requirements, policies, procedures, guidance, and directives, including without limitation those listed directly or by reference in the FTA Master Agreement between the RTA and the FTA, as they may be amended or promulgated from time to time during the term of the Contract. Contractor’s failure to so comply shall constitute a material breach of the Contract.

    • Civil Rights

      Contractor must prohibit: (a) discrimination based on race, color, religion, national origin, sex (including sexual orientation and gender identity), disability, or age; (b) exclusion from participation in employment or a business opportunity for reasons identified in 49 U.S.C. § 5332; (c) denial of program benefits in employment or a business opportunity identified in 49 U.S.C. § 5332; and (d) discrimination identified in 49 U.S.C. § 5332, including discrimination in employment or a business opportunity identified in 49 U.S.C. § 5332.

      Contractor must follow the most recent edition of FTA Circular 4702.1, “Title VI Requirements and Guidelines for Federal Transit Administration Recipients,” to the extent consistent with applicable federal laws, regulations, requirements, and guidance. However, FTA does not require an Indian Tribe to comply with FTA program specific guidelines for Title VI when administering its agreement supported with federal assistance under the Tribal Transit Program.

      Contractor must comply with: (a) Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000d, et seq.; (b) U.S. DOT regulations, “Nondiscrimination in Federally-Assisted Programs of the Department of Transportation – Effectuation of Title VI of the Civil Rights Act of 1964,” 49 CFR Part 21; and (c) Federal transit law, specifically 49 U.S.C. § 5332; and

      Contractor must follow: (a) the most recent edition of FTA Circular 4702.1, “Title VI Requirements and Guidelines for Federal Transit Administration Recipients,” to the extent consistent with applicable federal laws, regulations, requirements, and guidance; (b) U.S. DOJ, “Guidelines for the enforcement of Title VI, Civil Rights Act of 1964,” 28 C.F.R. § 50.3; and (c) all other applicable federal guidance that may be issued.

      Equal Employment Opportunity

      1. Federal Requirements and Guidance. Contractor must prohibit discrimination based on race, color, religion, sex, sexual orientation, gender identity, or national origin. Contractor must also comply with: (a) Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000e, et seq.; (b) Title I of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. §§ 12101, et seq.; (c) Executive Order No. 11246, “Equal Employment Opportunity” September 24, 1965 (42 U.S.C. § 2000e note), as amended by any later Executive Order that amends or supersedes it in part and is applicable to federal assistance programs; (d) federal transit law, specifically 49 U.S.C. § 5332, as provided in section 12 of this Master Agreement; and (e) FTA Circular 4704.1 “Equal Employment Opportunity (EEO) Requirements and Guidelines for Federal Transit Administration Recipients.” Further, Contractor must follow other federal guidance pertaining to EEO laws, regulations, and requirements.
      2. Affirmative Action. If required to do so by U.S. DOT regulations (49 CFR Part 21) or U.S. Department of Labor regulations (41 C.F.R. chapter 60), Contractor must take affirmative action that includes but is not limited to: (a) recruitment advertising, recruitment, and employment; (b) rates of pay and other forms of compensation; (c) selection for training, including apprenticeship, and upgrading; and (d) transfers, demotions, layoffs, and terminations.
      3. Indian Tribe. Contractor recognizes that Title VII of the Civil Rights Act of 1964, as amended, exempts Indian Tribes under the definition of “Employer.”
      4. Equal Employment Opportunity for Construction Activities. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4(b), in accordance with Executive Order No. 11246, “Equal Employment Opportunity,” 42 U.S.C. § 2000e note (30 Fed. Reg. 12319, 12935, 3 C.F.R. 1964–1965 Comp., p. 339), as amended by Executive Order No. 11375, “Amending Executive Order No. 11246 Relating to Equal Employment Opportunity,” (32 Fed. Reg. 14,303) and implementing regulations at 41 CFR Part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
    • Free Speech & Religious Liberty

      All Federal funding must be expended in full accordance with the U.S. Constitution, Federal Law, and statutory and public policy requirements, including but not limited to those prohibiting discrimination and protecting free speech, religious liberty, public welfare, and the environment.

    • Disadvantaged Business Enterprise Requirements

      It is the policy of the RTA and the United States Department of Transportation (“DOT”) that Disadvantaged Business Enterprises (“DBE’s”), as defined herein and in the Federal regulations published at 49 C.F.R. part 26, shall have an equal opportunity to participate in DOT-assisted contracts.

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

      • Withholding monthly progress payments;
      • Assessing sanctions;
      • Liquidated damages; and/or
      • Disqualifying the contractor from future bidding as non-responsible. 49 C.F.R. § 26.13(b).

      Prime contractors are required to pay subcontractors for satisfactory performance of their contracts no later than 30 days from receipt of each payment the RTA makes to the prime contractor. 49 C.F.R. § 26.29(a).

      Finally, for contracts with defined DBE contract goals, the contractor shall utilize the specific DBEs listed unless the contractor obtains the RTA’s written consent; and that, unless the RTA’s consent is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. 49 C.F.R. § 26.53(f) (1).

    • Prompt Payment

      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. In addition, the contractor is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed.

      The contractor must promptly notify the RTA, 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 RTA.

    • Energy Conservation

      Contractor shall 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 (42 U.S.C. §§ 6321 et seq.).

    • Safe Operations of Motor Vehicles

      Seat Belt Use. Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company- rented vehicles, or personally operated vehicles. The terms “company-owned” and “company-leased” refer to vehicles owned or leased either by Contractor or RTA.

      Distracted Driving. Contractor shall adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately-owned vehicle when on official business in connection with the work performed under this Contract.

      Subcontracts. Contractor shall insert the substance of this clause, including this paragraph, in all subcontracts that exceed the micro-purchase threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award.

    • Contractor Policies to Ban Text Messaging While Driving

      Definitions. As used in this clause: (1) "driving" means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise (note: "driving" does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary); and (2) “text messaging” means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication (note: “text messaging” does not include glancing at or listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle, provided that the destination and route are programmed into the device either before driving or while stopped in a location off the roadway where it is safe and legal to park).

      Executive Order. This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, dated October 1, 2009. Contractor is encouraged to adopt and enforce policies that ban text messaging while driving company-owned/rented vehicles, Government-owned vehicles, and privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. Contractor is also encouraged to conduct initiatives in a manner commensurate with the size of the business, such as: (1) establishment of new rules and programs or reevaluation of existing programs to prohibit text messaging while driving; and (2) education, awareness, and other outreach to employees about the safety risks associated with texting while driving.

      Subcontracts. Contractor shall insert the substance of this clause, including this paragraph, in all subcontracts that exceed the $10,000

    • Prohibited Telecommunications/Surveillance Services/Equipment.

      The RTA is prohibited from obligating or expending loan or grant funds to: procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.

      Contractor shall not provide covered telecommunications equipment or services in the performance of the Contract. As described in Public Law 115-232, section 889, covered telecommunications equipment is: (A) telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); (B) video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) for the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes; (C) Telecommunications or video surveillance services provided by such entities or using such equipment; and (D) telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.

    • Trafficking In Persons

      Contractor and its subcontractors or their employees shall not: (A) engage in severe forms of trafficking in persons during the Contract Term; (B) procure a commercial sex act during the Contract Term; or (C) use forced labor in the performance of the Contract. Contractor shall inform RTA immediately of any information Contractor receives from any source alleging a violation of a prohibition in this section. RTA may terminate this Contract for any violation of this section; such right of termination is in addition to all other remedies for noncompliance that are available to the RTA.

    • Termination

      The termination rights under this Contract are in addition to, and in no way limit, the Federal Government’s right to terminate as described in 2 CFR § 200.340.

      Termination for Convenience

      RTA may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in RTA’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 RTA to be paid the Contractor. If the Contractor has any property in its possession belonging to RTA, the Contractor will account for the same and dispose of it in the manner RTA directs.

      Termination for Default

      If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will ensure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provision of this contract, RTA may terminate this contract for default. The RTA shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the RTA may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the RTA resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the RTA in completing the work.

      The Contractor's right to proceed shall not be terminated nor shall the Contractor be charged with damages under this clause if:

      1. The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of RTA, acts of another contractor in the performance of a contract with RTA, epidemics, quarantine restrictions, strikes, freight embargoes; and
      2. The Contractor, within [10] days from the beginning of any delay, notifies RTA in writing of the causes of delay. If, in the judgment of RTA, the delay is excusable, the time for completing the work shall be extended. The judgment of RTA shall be final and conclusive for the parties, but subject to appeal under the Disputes clause(s) of this contract.
      3. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of RTA.

      Opportunity to Cure

      The RTA, in its sole discretion may, in the case of a termination for breach or default, allow the Contractor ten (10) business 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 RTA's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within ten (10) business days after receipt by Contractor of written notice from RTA setting forth the nature of said breach or default, RTA 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 RTA from also pursuing all available remedies against Contractor and its sureties for said breach or default.

      Waiver of Remedies for any Breach

      In the event that RTA elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this contract, such waiver by RTA shall not limit RTA’s remedies for any succeeding breach of that or of any other covenant, term, or condition of this contract.

    • American With Disabilities Act (ADA)

      The contractor agrees to comply with all applicable requirements of section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, which prohibits discrimination on the basis of handicaps, with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to persons with disabilities, including any subsequent amendments to that Act, and with the Architectural Barriers act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to persons with disabilities, including any subsequent amendments to that Act. In addition, the contractor agrees to comply with any and all applicable requirements issued by the FTA, DOT, DOJ, U.S. GSA, U.S. EEOC, U.S. FCC, any subsequent amendments thereto and any other nondiscrimination statute(s) that may apply to the Project.

    • Notification to FTA

      If a current or prospective legal matter that may affect the Federal Government emerges, Contractor must promptly notify the RTA, which must then promptly notify the FTA Chief Counsel and FTA Regional Counsel for Region 5. Contractor must include an equivalent provision in its sub agreements at every tier for any agreement that is a “covered transaction” according to 2 C.F.R. §§ 180.220 and 1200.220.

      1. Types of Legal Matters Requiring Notification. The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason.
      2. Matters Affecting the Federal Government. Matters that may affect the Federal Government include, but are not limited to, the Federal Government’s interests in the Award, the Contract, and any Amendments thereto, or the Federal Government’s administration or enforcement of federal laws, regulations, and requirements.
      3. Additional Notice to U.S. DOT Inspector General. Contractor must promptly notify the RTA, which must then promptly notify the U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for Region 5 if Contractor has knowledge of potential fraud, waste, or abuse occurring on a Project receiving assistance from FTA. The notification provision applies if a person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. § 3729, et seq., or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bid rigging, misappropriation or embezzlement, bribery, gratuity, or similar misconduct involving federal assistance. This responsibility occurs whether the Project is subject to this Contract or another agreement between the RTA and FTA, or an agreement involving a principal, officer, employee, agent, or Third-Party Participant of the RTA. It also applies to subcontractors at any tier. Knowledge, as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative RTA, a criminal indictment or civil complaint, or probable cause that could support a criminal indictment, or any other credible information in the possession of Contractor. In this paragraph, “promptly” means to refer information without delay and without change. This notification provision also applies to all divisions of the RTA, including divisions tasked with law enforcement or investigatory functions.
    • Debarment, Suspension, Ineligibility, & Voluntary Exclusion

      Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Non-procurement Suspension and Debarment,” 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Government-Wide Debarment and Suspension (Non-procurement),” 2 CFR part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount.

      Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally-funded contract (which includes review of SAM at sam.gov, if necessary to comply with U.S. DOT regulations, 2 CFR Part 1200) and are not presently declared by any Federal department or RTA to be: (1) debarred from participation in any federally-assisted Award; (2) suspended from participation in any federally-assisted Award; (3) proposed for debarment from participation in any federally-assisted Award; (4) declared ineligible to participate in any federally-assisted Award; (5) voluntarily excluded from participation in any federally-assisted Award; or (6) disqualified from participation in any federally-assisted Award.

      By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:
      The certification in this clause is a material representation of fact relied upon by the RTA. If it is later determined by the RTA that Contractor knowingly rendered an erroneous certification, in addition to remedies available to the RTA, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Contractor shall comply with the requirements of 2 CFR part 180, subpart C, as supplemented by 2 CFR part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.

    • Fly America

      [Applies to contracts and subcontracts involving the transportation of persons or property by air between a place in the United States and a place outside of the United States, or between places outside the United States, when the FTA will participate in the cost of such air transportation.]

      As used in this clause: (1) “international air transportation” means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States; (2) “United States” means the 50 States, the District of Columbia, and outlying areas; and (3) “U.S.-flag air carrier” means an air carrier holding a certificate under 49 U.S.C. Chapter 411.

      When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign-flag air carrier if a U.S.-flag air carrier is available to provide such services.

      If available, Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property.

      If Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, then Contractor shall include a statement on vouchers involving such transportation essentially as follows:

      Statement of Unavailability of U.S. - Flag Air Carriers - International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons. See FAR § 47.403. [State reasons]: 
      ____________________________________________
      (End of statement)

      Contractor shall include the substance of this clause in each subcontract or purchase under this contract that may involve international air transportation.

    • Cargo Preference (Use Of U.S.-Flag Vessels)

      [Applies to all contracts involving equipment, material, or commodities that may be transported by ocean vessels.]

      Contractor shall 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 Contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels;

      Contractor shall 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 loading 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 Contractor in the case of a subcontractor's bill-of-lading); and

      Contractor shall 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.

    • Environmental Protections

      Contractor shall comply with all applicable environmental and resource use laws, regulations, and requirements, and follow applicable guidance, now in effect or that may become effective in the future, including state and local laws, ordinances, regulations, and requirements and follow applicable guidance.

      1. National Environmental Policy Act
        1. Contractor shall comply and facilitate compliance with federal laws, regulations, and requirements, including, but not limited to: (a) federal transit laws, such as 49 U.S.C. § 5323(c)(2), and 23 U.S.C. § 139; (b) the National Environmental Policy Act of 1969 (NEPA), as amended, 42 U.S.C. §§ 4321 et seq., as limited by 42 U.S.C. § 5159, and CEQ’s implementing regulations 40 C.F.R. part 1500 – 1508; (c) joint FHWA and FTA regulations, “Environmental Impact and Related Procedures,” 23 C.F.R. part 771 and 49 C.F.R. part 622; (d) Executive Order No. 11514, as amended, “Protection and Enhancement of Environmental Quality,” March 5, 1970, 42 U.S.C. § 4321 note; and (e) other federal environmental protection laws, regulations, and requirements applicable to Contractor.
        2. Contractor shall follow federal guidance to the extent that the guidance is consistent with applicable authorizing legislation, which may include: (a) joint FHWA and FTA final guidance, “Interim Guidance on MAP-21 Section 1319, Accelerated Decision making in Environmental Reviews,” January 14, 2013; (b) joint FHWA and FTA final guidance, “SAFETEA-LU Environmental Review Process (Pub. L. 109-59),” 71 Fed. Reg. 66576, November 15, 2006; and (c) other federal environmental guidance applicable to the Contractor.
      2. Environmental Justice. Contractor shall promote environmental justice by following: (1) Executive Order No. 12898, “Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations,” February 11, 1994, 42 U.S.C. § 4321 note, as well as facilitating compliance with that Executive Order; (2) U.S. DOT Order 5610.2, “Department of Transportation Actions To Address Environmental Justice in Minority Populations and Low-Income Populations,” 62 Fed. Reg. 18377, April 15, 1997; and (3) the most recent edition of FTA Circular 4703.1, “Environmental Justice Policy Guidance for Federal Transit Administration Recipients,” August 15, 2012, to the extent consistent with applicable federal laws, regulations, requirements, and guidance.
      3. Other Environmental Federal Laws. Contractor shall comply or facilitate compliance with all applicable federal laws, regulations, and requirements, and will follow applicable guidance, including, but not limited to, the Clean Air Act, Clean Water Act, Wild and Scenic Rivers Act of 1968, Coastal Zone Management Act of 1972, the Endangered Species Act of 1973, Magnuson Stevens Fishery Conservation and Management Act, Resource Conservation and Recovery Act, Comprehensive Environmental Response, Compensation, and Liability Act, Executive Order No. 11990 relating to “Protection of Wetlands,” and Executive Order Nos. 11988 and 13690 relating to “Floodplain Management.”
      4. Use of Certain Public Lands. Contractor shall comply with U.S. DOT laws, specifically 49 U.S.C. § 303 (often referred to as “section 4(f)), and joint FHWA and FTA regulations, “Parks, Recreation Areas, Wildlife and Waterfowl Refuges, and Historic Sites,” 23 C.F.R. part 774, and referenced in 49 C.F.R. part 622.
      5. Historic Preservation. Contractor shall comply with: (1) U.S. DOT laws, including 49 U.S.C. § 303 (often referred to as “section 4(f)”), which requires certain findings be made before an Award may be undertaken if it involves the use of any land from a historic site that is on or eligible for inclusion on the National Register of Historic Places; (2) federal historic and archaeological preservation requirements of section 106 of the National Historic Preservation Act, as amended, 54 U.S.C. § 306108; (3) the Archeological and Historic Preservation Act of 1974, as amended, 54 U.S.C. § 312501 et seq.; (4) U.S. Advisory Council on Historic Preservation regulations, “Protection of Historic Properties,” 36 C.F.R. part 800; and (5) other federal requirements and federal guidance to avoid or mitigate adverse effects on historic properties.
      6. Indian Sacred Sites. Contractor shall facilitate compliance with federal efforts to promote the preservation of places and objects of religious importance to American Indians, Eskimos, Aleuts, and Native Hawaiians, and facilitate compliance with the American Indian Religious Freedom Act, 42 U.S.C. § 1996, and Executive Order No. 13007, “Indian Sacred Sites,” May 24, 1996, 42 U.S.C. § 3161 note.
    • Recycled Products (Solid Wastes)

      Contractor shall provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection RTA (U.S. EPA), “Comprehensive Procurement Guideline for Products Containing Recovered Materials,” 40 CFR part 247. The requirements of Section 6002 include: (A) procuring only items designated in guidelines of the U.S. EPA at 40 C.F.R. part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (B) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (C) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.

    • Prevailing Wage & Anti-Kickback

      For all prime construction, alteration or repair contracts in excess of $2,000 awarded by FTA, Contractor shall comply with the Davis-Bacon Act and the Copeland “Anti-Kickback” Act. Under 49 U.S.C. § 5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assisted construction, alteration, or repair projects. Contractor will comply with the Davis-Bacon Act, 40 U.S.C. §§ 3141-3144, and 3146-3148 as supplemented by DOL regulations at 29 CFR part 5, “Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction.” In accordance with the statute, Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor.

      In addition, Contractor shall pay wages not less than once a week. Contractor shall also comply with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by DOL regulations at 29 CFR part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States.” Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 

    • Seismic Safety

      Contractor shall design and construct any new building or addition to an existing building in accordance with the standards for Seismic Safety required in Department of Transportation (DOT) Seismic Safety Regulations (49 CFR part 41) and will certify its compliance to the extent required by the regulation. Contractor shall ensure that all work performed under this Contract, including work performed by a subcontractor, is in compliance with the standards required by the Seismic Safety regulations and the certification of compliance issued on the project.

    • Substance Abuse (Drug & Alcohol Testing)

      Contractor shall establish and implement a drug and alcohol testing program that complies with “Procedures for Transportation Workplace Drug and Alcohol Testing Programs” (49 CFR Part 40) and “Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations” (49 CFR Part 655), produce any documentation necessary to establish its compliance with parts 655 and 40, and permit any authorized representative of the United States Department of Transportation or its operating administrations, or RTA, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR part 655 and 49 CFR part 40 and review the testing process.

      Contractor shall also submit for review and approval a copy of its substance abuse prevention policy developed to implement its drug and alcohol testing program. Contractor shall require the inclusion of the language of this clause within subcontracts of all tiers involving the performance of a safety-sensitive function under the Contract.

    Submission Requirements

    • Quote Submission

      If your organization has its own quote form, please attach that here.

    • W-9

      Please upload your firm's W-9.

    • T&C Confirmation (required)

      By confirming, contractor agrees and complies with the FTA required clauses in Section 3 of this procurement as well as the RTA General Terms and Conditions attached to this RFQ.

    • SAM.Gov (required)

      Please upload a screenshot from SAM.gov website to confirm that your company has no active exclusions. To get to the correct page go to sam.gov/content/home then click on the "Search" tab. After this, under "Select Domain" you can select "Entity Information." This is the page where you will be able to search you organization and take a picture of your screen and then upload the picture under this requirement.

    • Debarment and Suspension Certification (required)

      Please download the below documents, complete, and upload.

      NOTICE: Document links only work in browser

    • Payment Terms (required)

      Contractor agrees to Net 30 payment terms as stated in the conditions.

    • Prevailing Wages Confirmation (required)

      Confirm the following:

      Upon award of this contract, I certify that the wages paid to all employees for the full number of hours worked in connection with this project during the entire contract period, will be in accordance with the prevailing wage and Davis-Bacon regulations described in the FTA Required clauses and terms and conditions. I further certify that no rebates or deductions have been or will be made, directly or indirectly, from any wages paid in connection with this project, other than those provided by law.

    • Other Required Documents

      Please upload other required documents such as Insurance Certificate, Warranty, etc.

    • Pre-Quote Conference? (required)

      Is there a pre-quote conference for this project?

    • Type of Procurement (required)

      Please select the option that is most applicable to this procurement.

      NOTE: This affects what insurance requirements will apply.

    • Purchase Order Type (required)

      What type of requisition was made for this purchase. Standard requisitions are one-time purchases and have an ID that start with ST. 

      Blanket/Contract Orders or Projects are for multiple orders over a period of time. If it is an annual blanket, select "Contract or Blanket Order"

    • Duration of Contract (required)

      What is the duration of contract, including any optional extensions, that you wish to state in the RFP? State in number of months, written and numerical.

      EXAMPLE (60 months):
      sixty (60) months

    • Electronic Pricing Table? (required)

      Do you wish to use the electronic pricing table within OpenGov for this procurement?

    Questions & Answers

    Q (Drawings & Reports): 1. I did not see any Drawings in the documents tab for this project. Are there any drawings? 2. Has the windows caulking and glazing been tested for Asbestos? Will there be an Abatement element to this project?

    A: There is no formal set of drawings. As part of the RFP process, vendors should come measure the current window openings and suggest a suitable product for review. There has not been an asbestos review.


    Q (Estimate): Can you provide an estimate/budget information?

    A: The engineer's estimate for this project is $81,147.


    Q (Windows): Can you confirm all windows on first floor and second floor will be replaced? It looks like first/ground floor windows are already a newer storefront system.

    A: We have 45 windows slated for replacement. Interested vendors should attend the pre-bid meeting, complete the walk-through, and take their own measurements.


    Q (Vinyl Windows):

    A: Will any of the vinyl windows on the second floor be replaced? After consulting with our team, none of the vinyl windows on the Second Floor should be included in the quote. We are keeping the vinyl windows on both sides of the second floor.


    Key dates

    1. March 25, 2026Published
    2. April 22, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.