REQUEST FOR QUALIFICATIONS

Similar documents
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

MEMORANDUM July 17, 2017

REGION III EDUCATION SERVICE CENTER 1905 Leary Lane, Victoria, Texas Phone: (361) Fax: (361)

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

KELLER INDEPENDENT SCHOOL DISTRICT

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Request for Proposal Youth Motivational and Workshop Speakers

APPLICATION FOR FTA JARC FUNDING

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

TRANSIT SERVICES PROGRAMS ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES PROGRAM PROGRAM 49 U.S.C. 5310

REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Funded in part through a grant award with the U.S. Small Business Administration

Disadvantaged Business Enterprise (DBE) Program for Federally-Assisted Projects. Federal Fiscal Years

WHEREAS, the Transit Operator provides mass transportation services within the Madison Urbanized Area; and

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Contract No Project No C

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

Arizona Department of Education

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

ORAL HISTORY GRANT APPLICATION COVERSHEET

FISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS

EXHIBIT A SPECIAL PROVISIONS

Linwood Corridor Complete Street & Bikeway Connections

MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

KNOXVILLE KNOX COUNTY METROPOLITAN PLANNING COMMISSION DEPARTMENT OF TRANSPORTATION DBE PROGRAM DISADVANTAGE BUSINESS ENTERPRISE PLAN FY 2012 FY 2014

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Request for Qualifications

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

APPENDIX A SCOPE OF WORK

THE DEPARTMENT OF DEFENSE (DoD)

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

REDDEVELOPMENT AUTHORITY OF THE CITY OF YORK REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

GOODWILL YOUTHBUILD GED/High School Education Instruction

CITY OF WINSTON-SALEM, NORTH CAROLINA REQUEST FOR LETTER OF INTEREST

Town of Apex U 5118 AF, Operational Improvements & Sidewalk on Kelly Road

Doing Business. with

Request for Proposal (RFP)

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

FTA FISCAL YEAR 2018 CERTIFICATIONS AND ASSURANCES PREFACE

REQUEST FOR PROPOSALS

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

Request for Qualifications Construction Manager

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

FEDERAL TRANSIT TECHNICAL STUDIES GRANTS. U. S. Department of Transportation. N. C. Department of Transportation Public Transportation Division

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Des Moines Area Metropolitan Planning Organization. Title VI Plan

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

PROGRAM PARTICIPATION AGREEMENT

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR PROPOSAL Architectural Design and Engineering Services

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL

HIGHWAY PLANNING AND CONSTRUCTION SAFE ROUTES TO SCHOOL PROGRAM (SRTS) U. S. Department of Transportation

INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE

LEGAL NOTICE Request for Proposal for Services

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

APPENDIX A. DBE Information to be submitted with Proposal

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

Procurement Requirements for State and Entitlements CDBG-DR Grantees

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

Whatcom County Request for Qualifications RFQ #15-01

The Pennsylvania Global Access Program

Agency of Record for Marketing and Advertising

In consideration of the mutual covenants and promises contained herein, the parties agree as follows:

GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL PLANNING, DESIGN AND CONSULTING SERVICES

REQUEST FOR PROPOSALS EMERGENCY RIDE HOME TRANSPORTATION SERVICES

Subrecipient Profile Questionnaire

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES

REQUEST FOR QUALIFICATIONS. Water Supply Options Review

Below are five basic procurement methods common to most CDBG projects:

SECTION 3 POLICY & PROGRAM

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

Disadvantaged Business Enterprise Supportive Services Program

Request for Proposals (RFP) RFP18 01 Math and English Language Arts Curricular Materials and Professional Development Services

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION REQUEST FOR QUALIFICATIONS NOTICE NUMBER 03A2139

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

REQUEST FOR QUALIFICATIONS

Transcription:

REQUEST FOR QUALIFICATIONS Architectural and Engineering Services Intermodal Transportation Center Complex Greensboro, North Carolina Invitation Date: September 19, 2014

1.0 INTRODUCTION The Piedmont Authority for Regional Transportation (PART), also referred to as Owner in this document, is seeking professional service firms to submit qualifications for architecture and engineering services related to its Intermodal Transportation Center Complex in Greensboro, North Carolina. These services will cover the design development through Construction Administration Phases. A Construction Management at Risk (CMAR) contract will be solicited by PART under a separate solicitation. Responses should include design team members for the following disciplines: Architecture (with LEED experience) Structural Engineering M/E/P Engineering (with Energy Modeling experience) Civil Traffic Environmental Interiors Landscape/Streetscape Simulation Consultant (Refer to Project Structure and Work to Date) Other design team members may be identified and selected by the Contractor in collaboration with PART s Project Steering Committee and the Owner s representative. Knowledge and understanding of the Federal Transit Administrations (FTA) Circular 5010.1D, U.S.C 4220.1F, and the Construction Management Guidelines is required. 1.1 Background PART has a federal congressional earmark to develop and construct an intermodal facility. The USDOT- Federal Transit Administration (FTA) funds were appropriated in 2006, 07, 08 and 09. The remaining balance of those funds is $8.8M. The project budget includes a state and local match of 10%, respectively at $1.1M. In 2014, PART updated its original Project Management Plan (PMP) that was initially developed in 2009 and is now proceeding with Categorical Exclusion NEPA updates for the project site and property acquisition to support the development of the Intermodal Transportation Center Complex. On September 10, 2014 the PART Board of Trustees selected a preferred alternative of the PMP and directed the PART Executive Director to proceed with the project development. The overall project is anticipated to have phased development based upon the separate facilities and potential environmental mitigation measures required at the site. The need for a phased development will be verified by the selected A&E team. The passenger facility is anticipated to be Phase 1 at approximately 2,000 SF in size and will contain an area of approximately 60 parking spaces and a 16 bus 1 PART140921ITCC

bay area with necessary and enhanced passenger accommodations. Phase 2 includes the 17,000 SF bus storage and maintenance facility with additional parking and necessary operational functions. 1.2 Project Structure and Work to Date PART is the project developer and is a unit of local government created under N.C.G.S. 160A, Article 27. PART s Board of Trustees is made of up 22 member elected and appointed officials representing 10 Counties, 4 Cities, 4 Metropolitan Planning Organizations (MPOs), 2 Airports (PTAA and Smith Reynolds) and the NCDOT which governs the policy and regional work program activities of the PART organization. A Steering Committee was created for this project and is charged with reviewing and recommending the selected design team, and CMAR team to the PART Board of Trustees for contract award. The Steering Committee has worked on the preliminary programming of the project and the PART Board of Trustees adopted a preferred alternative to move forward with the project at the September 2014 Board of Trustees meeting. In November 2013, PART contracted with Moser Mayer Phoenix Associates, PA to develop the PMP for the project. The project also includes a property acquisition that has completed the appraisal and review appraisal. Both documents are currently under FTA review. In July 2014, PART contracted with URS Corporation to update the Categorical Exclusion (CE) NEPA documentation for site development. This NEPA document is also under review by the FTA. The selected A/E team will work with the PART s Executive Director, PART s Director of Planning, Owner s Representative and the project s Steering Committee to implement the approved schematic design through design development and construction documents. The selected team will work with the selected CMAR in the construction procurement phase and will also provide Construction Administration and Close-Out services. Selection of the CMAR and commissioning agent firms is planned to be secured and in place at the 30-40% design level with the selection of the A/E team. 2.0 SCOPE OF INITIATIVE The Intermodal Transportation Center Complex will occupy a site in the West Market Street area of Brush and Arrow Roads, Greensboro, NC. This site will accommodate two buildings, public parking, Bus bays and slips with canopy, designated taxi area, passenger amenities, maintenance, bus storage, etc. A conceptual layout of the site is included at the end of this document. 2.1 Passenger Facility: Approximately +/- 2,000 SF of construction, with primary venues to include: Passenger waiting area Public restrooms Staff and security offices 2 PART140921ITCC

Bus slips with Canopy Passenger facilities Appropriate fencing Lighting and security cameras The site program will include: outdoor plazas, outdoor vending (i.e. food trucks and vendors) and landscaped areas. Parking will be developed with drop off / kiss and ride, designated taxi. The preliminary PMP conceptual layout and blocking plans is available at www.partnc.org/contractopportunities/html to further describe the scope of the building. 2.2 Bus Storage and Maintenance Facility: Approximately +/- 17,000 SF, with primary venues to include: Maintenance garages with applicable functional purposes Staff and Driver Operators offices and designated areas Bus Storage area Fueling area Parts areas The unique needs of the general public served by PART are the basis for the project scope. This scope results from a combination of: the project s Steering Committee s work sessions, customer needs, local employer needs, visits to similar facilities, project planning/coordination with local, state and federal funding partners and regulatory procedures for development. 3.0 PROJECT MANAGER AND OWNER S REPRESENTATIVE PART will provide project management for the Intermodal Transportation Center Project by employing an independent consultant to serve as the Owner s Representative during the project. It is anticipated that CMAR will be introduced at approximately 30% of the design phase to provide construction management during the design, construction and close out phases of the project. 4.0 FULL PROJECT ARCHITECTURAL AND ENGINEERING TEAM The purpose of this RFQ is to select the core architectural and engineering team: Architect, Structural Engineer, M/E/P Engineer, Interior Design, Landscape Architecture, LEED Consultant, Energy Modeling and Civil Engineering. PART will contract separately for other specialty consultants. The overall project site does not have LEED requirements. However, PART would like to identify LEED related design features. In addition, a 15% overall DBE goal has been set for the overall A/E team. 3 PART140921ITCC

5.0 ADDITIONAL INFORMATION Additional information about the project with associated supporting documentation may be reviewed at the following URL: www.partnc.org/contractopportunities.html. Please note that these materials are provided as background information only. A pre submittal meeting will not be conducted. Interested designers may visit the site at their convenience. 5.1 Disadvantaged Business Enterprise (DBE) - see also Appendix C This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. PART s overall goal for DBE participation related to this project is 15%. The consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the consultant 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 PART deems appropriate. Each subcontract the contractor signs with a subconsultant must include the assurance in this paragraph (see 49 CFR 26.13(b)). The Contractor will be required to report its DBE participation obtained throughout the period of performance. The consultant is required to pay its sub-consultants performing work related to this contract for satisfactory performance of that work no later than 30 days after the consultant s receipt of payment for that work from the PART organization. 6.0 QUESTIONS/CLARIFICATIONS Submit written questions to PART s Director of Planning, Mark Kirstner, AICP at markk@partnc.org by 5:00 pm Monday, September 29, 2014. Responses to all questions will be posted to the URL by 5:00 pm on Thursday, October 2, 2014. 7.0 SUBMITTAL MATERIALS The qualifications submitted by interested firms will be reviewed by an Evaluation Committee comprised of representatives of the PART Board of Trustees, NCDOT, the City of Greensboro, Winston-Salem Transit Authority, and PART staff. 4 PART140921ITCC

Provide the following materials in the format requested. Responses must be no more than ten (10) pages in length, minimum 11 font size and single side page layout. The forms to be completed and returned to PART with your submittal (Appendix A&B on pages 7 & 8) at the end of this RFQ will not count towards the page limit and should be included as an Appendix. Page 1: Executive Summary of Submittal this Statement of Why your project team is best for the project and includes the details of the PRIMARY CONTACT PERSON'S NAME AND E-MAIL ADDRESS THAT THE OWNER S REPRESENTATIVE WILL USE FOR ALL COMMUNICATIONS. Pages 2-3: Proposed Project Leadership Team and Experience Identify the Lead Project Manager and PM s for the identified consulting disciplines. Pages 4-5: Description of Similar Projects minimum of three (3) projects of similar size and complexity; relevant experience with FTA grants, guidelines and design standards. Provide contact information for the owner s representative for each project referenced. Pages 6-7: Statement of Capacity Based on the proposer s understanding of the project requirements and given the Design Team s current workload and staffing, provide documentation to confirm the Design Team has the capacity to achieve the owner s schedule and budget. Page 8: DBE Proposed Outreach Plan and Examples Used on Similar Projects, include (if known) certified DBE firms on the proposed team, their role and the proposed percentage of contract work to be performed. Pages 9-10: Proposed project schedule with identified major milestones and estimated construction timeline with identified hours for design functions for each major category and function. One firm serving as prime consultant will be selected for this project. An interview will be conducted by PART s Project Steering Committee on the preliminary dates of October 30 and/or 31, 2014 with selected firms. PART reserves the right to reject any and all qualifications and proposals submitted, including those that do not provide the requested information. 8.0 CONSULTANT SELECTION CRITERIA Criteria for the selection of the consultant will include an evaluation scale of 1-5 with 1 being the lowest and 5 being the highest for each category of the following: 5 PART140921ITCC

Quality of response to the RFQ. Statement of Why Applicable experience of consultant and/or design team with relevant projects. Approach chosen and description of how consultant and/or design team will meet the schedule and budget for this particular project. A comprehensive overview of the design steps, process, permitting, and coordination needs with local, state, and federal agencies where applicable. Demonstrated ability to complete past projects of this type on time and within budget. Approach and level of commitment to involvement of DBE firms in the project. The selected firm will be required to review and execute a comprehensive listing of Federal Compliance and Assurances. This document will be incorporated into the final contract between PART and Contractor. This file is available for review at the designated URL aforementioned. 9.0 METHOD AND DATE OF SUBMITTAL ONE ORIGINAL BOUND HARD COPY, ONE REPRODUCIBLE, AND ELECTRONIC DELIVERY ( E M A I L ) One (1) Signed and submitted hard copy and (1) reproducible should be mailed to 107 Arrow Rd., Greensboro, NC 27409 by 5:00 pm on Thursday, October 16, 2014. One (1) electronic delivery of submission in PDF format is required and should be emailed to Mark Kirstner, AICP at markk@partnc.org by 5:00 pm on Thursday, October 16, 2014. 10.0 SCHEDULE RFQ Invitation Release Date / Advertisement September 19, 2014 Submission for Questions and Clarifications September 29, 2014 Response to Questions and Clarifications October 2, 2014 Submission of Project Proposals October 16, 2014 Preliminary Interview Date October 30 and/or 31, 2014 Project Recommendation for Award November 12, 2014 PART Board of Trustee s Contract Preparation November 13, 2014 6 PART140921ITCC

Appendix A CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, sub grants, and Contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor,, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 7 PART140921ITCC

Appendix B CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTION (1) The prospective lower tier participant (Bidder/Proposer) certifies, by submission of this bid or proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) The prospective Bidder/Proposer also certifies by submission of this bid or proposal that all subcontractors and suppliers (this requirement flows down to all subcontracts at all levels) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (3) Where the prospective lower tier participant (Bidder/Proposer) is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this bid or proposal. The lower tier participant (Bidder/Proposer) certifies or affirms the truthfulness and accuracy of this statement of its certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 8 PART140921ITCC

Appendix C Disadvantaged Business Enterprise Program (Federal) The purpose of this program is to carry out the U.S. Department of Transportation s policy of ensuring nondiscrimination in the award and administration of contracts financed in whole or in part with Federal funds. This provision is guided by 49 CFR Part 26. Policy Statement It is the policy of the Department of Transportation and Piedmont Authority for Regional Transportation (PART) that Disadvantaged Business Enterprises, as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of Contract financed in whole or in part with federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Contract. The Contractor agrees to ensure that DBEs as defined in 49 CFR Part 26 have the maximum opportunity to participate in the whole or in part with federal funds provided under this Agreement. In this regard, the Contractor shall take all necessary and reasonable steps in accordance with the regulations to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. The Contractor shall not discriminate on the basis of race, color, national origin, religion, sex, age or physical handicap in the award and performance of subcontracts. The grantee or subgrantee shall promote the development and increase the participation of businesses owned and controlled by disadvantaged. DBE involvement in all phases of procurement activities is encouraged. DBE Obligation The Contractor and its subcontractors agree to ensure that disadvantaged businesses have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under the Agreement. In that regard, all Contractors and subcontractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 as amended, to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Where the Contractor is found to have failed to exert sufficient reasonable and good faith efforts to involve DBEs in the work provided, the grantee or subgrantee may declare the contractor noncompliant and in breach of contract. The Contractor will keep records and documents for a reasonable time following performance of this contract to indicate compliance with grantee or subgrantee DBE program. These records and documents will be made available at reasonable times and places for inspection by any authorized representative of grantee or subgrantee and will be submitted to grantee or subgrantee upon request. DBE Goal The following DBE goal for participation by Disadvantaged Business Enterprises is established for this contract: 9 PART140921ITCC

Disadvantaged Business Enterprises 15.0 % (A) If the DBE goal is more than zero, the Consultant shall exercise all necessary and reasonable steps to ensure that DBEs participate in at least the percent of the contract as set forth above as the DBE goal. (B) If the DBE goal is zero, the Consultant shall make an effort to recruit and use DBEs during the performance of the contract. Any DBE participation obtained shall be reported to the Project Manager. Directory of Transportation Firms (Directory) Only firms identified in the NCDOT Directory as DBE certified shall be used to meet the DBE goal. The Directory can be found at the following link: https://partner.ncdot.gov/vendordirectory/default.html The listing of an individual firm in the directory shall not be construed as an endorsement of the firm s capability to perform certain work. Submission Requirements Describe approach to meeting DBE requirements, including (if known) certified DBE firms on the proposed team, their role, and the proposed percentage of contract to be performed. The Piedmont Authority for Regional Transportation (PART) reserves the right to request additional information after submittal as may be necessary to adequately assess each response. Reporting Disadvantaged Business Enterprise Participation The Consultant shall provide PART with an accounting of payments made to all DBE firms, including material suppliers and consultants at all levels (prime, subconsultant, or second tier subconsultant). This accounting shall be furnished to PART for any given month by the end of the following month. 10 PART140921ITCC

1 PART140921ITCC FIGURE 1 CONCEPTUAL LAYOUT