REQUEST FOR QUALIFICATIONS/PROPOSAL MONROE COUNTY WATER AUTHORITY ASBESTOS VARIANCE & SAFETY TRAINING. October, 2018

Similar documents
Monroe County Water Authority

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Amalgamation Study Consultant

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Request for Proposals and Specifications for a Community Solar Project

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

NOTICE OF REQUEST FOR PROPOSALS

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Tourism Marketing Strategy

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

REQUEST FOR QUALIFICATIONS. Design Professional Services

Social Media Management System

REQUEST FOR PROPOSAL After Hours Answering Services

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

TOWN AUDITING SERVICES

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

Digital Copier Equipment and Service Program

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSALS. Phone# (928)

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

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

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

Knights Ferry Elementary School District

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Request for Proposal (RFP) Architectural Services for Interior Renovations

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

Qualifications due May 30, 2018 by 4:00 PM

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Request For Qualifications

Wastewater Master Plan Request for Proposals May 20, 2014

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Office Security Services in Pakistan RFP/17/015

Architectural Services

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

1 INTERNAL AUDIT SERVICES RFP

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

City of Malibu Request for Proposal

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

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

Housing Rehabilitation Program Administration

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Grant Seeking Grant Writing And Lobbying Services

Health-Related Website and Social Media Platform Services

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Qualifications Construction Manager

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

Request for Proposal. Interpretation/Translation Services

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

The District is looking for the architectural firm to provide the following (not listed in order of preference):

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER

REQUEST FOR PROPOSALS

Describe the City s requirements and desired outcomes within a written specification;

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

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

Request for Qualifications CULTURAL COMPETENCY TRAINING

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

Design Build Services Lake Shawnee Junior Pond Improvements

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

Transcription:

REQUEST FOR QUALIFICATIONS/PROPOSAL MONROE COUNTY WATER AUTHORITY ASBESTOS VARIANCE & SAFETY TRAINING October, 2018 Monroe County Water Authority 475 Norris Drive Rochester, NY 14610

SECTION 1 Invitation to Participate 1.1 Purpose The Monroe County Water Authority ("MCWA") is soliciting Statements of Qualifications/Proposals from consultants for professional services for Asbestos Safety Training, Variance and for Asbestos- Related Services. Prospective Proposers must offer a Statement of Qualifications/Proposal that will meet the scope of services, qualifications, and general description of work activities identified in Section 2 of this Request for Qualifications/Proposal ("RFQ/P"). In responding to this RFQ/P, Proposers must follow the prescribed format as outlined in Section 3. By doing so, each Proposer will be providing MCWA with comparable data submitted by other Proposers and, thus, be assured of fair and objective treatment in the MCWA review and evaluation process. 1.2 RFQ Procurement Officer Pursuant to State Finance Law Sections 139-j and 139-k, this Request for Qualifications/Proposal includes and imposes certain restrictions on communications between a Governmental Entity (MCWA) and Bidder/Offerer during the procurement process. The RFQ Procurement Officer identified below is the sole point of contact regarding this RFQ/P from the date of issuance until the selection of the successful Proposer. Wendy S. Freeman, Employee Safety Analyst Monroe County Water Authority 475 Norris Drive Rochester, NY 14610 Fax: (585) 442-0220 Email: Wendy.Freeman@mcwa.com 1.3 Presentation and Clarification of the MCWA's Rights and Intentions MCWA intends to enter into a contract with the selected Proposer to supply the services in Section 2. However, this intent does not commit MCWA to award a contract to any responding Proposer, or to pay any costs incurred in the preparation of the Statement of Qualifications or a cost proposal in response to this request, or to procure or contract for any services. MCWA reserves the right, in its sole discretion, to (a) accept or reject in part or its entirety any proposal received as a result of this RFQ/P if it is in the best interests of the MCWA to do so; and (b) award one or more contracts to one or more qualified Proposers, if necessary, to achieve the objectives of the RFQ/P if it is in the best interests of MCWA to do so. 1.4 Time Line The schedule of events for this RFQ/P is anticipated to proceed as follows: 1

All requests for RFQ/P clarification must be submitted in writing to the RFQ/P Officer at the email address provided in Section 1 and received no later than the close of business on Friday, November 2, 2018. If required, an Addendum to the RFQ will be distributed on or before Friday, November 9, 2018. The final RFQ submissions must be received by the close of business on Friday, November 16, 2018, at the address shown in Section 3.1. 1.5 Overview of the Organization MCWA provides a high quality, safe, and reliable water supply in a financially responsible manner. MCWA was created by State legislation in 1950 to solve the water supply needs of this community. In 1959, MCWA assumed the assets of the private, New York Water Service Corporation and had 27,000 retail customers serving just portions of the County's inner ring towns and portions of the City of Rochester. As surrounding towns and villages faced new water supply challenges, the MCWA service area has steadily grown. Today, we serve over 182,000 customers in every town and village in Monroe County (partially in the Village of Webster and City of Rochester) plus towns, villages and other water authorities in each of the five adjacent counties. The MCWA system infrastructure includes the two operations centers and a meter shop; three water treatment plants Shoremont, Webster, and Corfu; 40 remote pumping stations; 55 tanks and 2 storage reservoirs, and over 3,250 miles of transmission and distribution water mains including over 200 miles of Asbestos-cement pipe. MCWA has at present 26 employees that hold Asbestos Operations and Maintenance Certifications and 9 employees that are Asbestos Supervisors. 1.6 Overview of the Project In conducting its normal operations, MCWA Operations Employees regularly encounter non-friable, asbestos containing gaskets in water hydrants and transite water transmission pipes, which require those Operations Employees to have Asbestos Training. To comply with New York State Industrial Code Rule 56, we had to request an Asbestos Variance with the New York State Department of Labor, Division of Safety and Health, so that we were able to adopt work procedures which promote the health and safety of employees and the general public while providing a means of performing this required maintenance work in an efficient fashion. The Consultant shall provide all professional services as described herein and/or as further directed by the MCWA, including but not limited to: A. Review the Authority's current New York State Asbestos Variance for work practices for hydrant repair and transite pipe operations and, further, petitioning the New York State Department of Labor for any and all additions and/or modifications that may be required according to current regulations and practices and to re-issue an Asbestos Variance prior to its expiration date, which is due to terminate on December 31, 2018. B. Review the Authority s current New York State Asbestos Variance for Outside Contractors for work practices for hydrant repair and transite pipe operations and, further, petitioning the 2

New York State Department of Labor for any and all additions and/or modifications that may be required according to current regulations and practices and to re-issue an Asbestos Variance prior to its expiration date, which is also due to terminate on December 31, 2018. C. Develop Safety Training tailored to the current Asbestos Variance and performance of training for Asbestos Supervisors and Asbestos Operations and Maintenance workers, both initial and refresher trainings, as needed. D. Develop and performance of Asbestos Awareness Training pursuant to OSHA/PESH Regulations, both initial and refresher trainings, as needed. E. The Professional Services Agreement shall be in effect for a period of two (2) years with three (3) one-year options to extend, if mutually agreeable between the parties. SECTION 2 Detailed Scope of Work 2.1 Asbestos Variance and Asbestos Training A. Asbestos Variance Review Consultant will review the MCWA's current Asbestos Variance based upon NYS Asbestos Regulations permitting work practices for hydrant repair and transite pipe operation and compare requirements to the current regulations. Consultant will thereafter petition the New York State Department of Labor for any and all additions or modifications that may be required according to current regulations and practices and further to re-issue an Asbestos Variance prior to its expiration date, which is due to terminate on December 31, 2018. B. Asbestos Contractor Variance Review Consultant will review the MCWA s current New York State Asbestos Variance for Outside Contractors based upon NYS Asbestos Regulations permitting work practices for hydrant repair and transite pipe operation and compare requirements to the current regulations. Consultant will thereafter petition the New York State Department of Labor for any and all additions or modifications that may be required according to current regulations and further to re-issue an Asbestos Variance for Outside Contractors prior to its expiration date, which is due to terminate on December 31, 2018. C. Written Recommendations Consultant will prepare written recommendations for alternative practices and recordkeeping requirements to comply with the current New York State Industrial Code Rule 56. D. Additional Assistance on Asbestos-Related Issues Consultant will assist the MCWA in Asbestos-related issues that may arise based on the MCWA's requests for assistance. 3

E. Asbestos Training Consultant will provide Asbestos Operation & Maintenance and Supervisor Training Courses (both Initial and Refresher Training) at our facility for approximately 40 employees tailored to include our Asbestos Variance. Operations and Maintenance Training to be held approximately three (3) times per year, based upon employee s certification dates; Supervisor Training to be held approximately (2) two times per year, based upon employee s certification dates. F. Asbestos Awareness Training Consultant will provide Asbestos Awareness Training courses (both Initial and Refresher Training) at our facility for approximately 60 employees pursuant to OSHA/PESH Regulations. Training to be held approximately (3) times per year, with a maximum class size of 20 employees. 2.2 Project Schedule The Consultant is to prepare a project schedule to include at a minimum the following: A. Initial Project Meeting 1. MCWA to provide the existing Asbestos Variance and Asbestos Outside Contractor Variance for evaluation. 2. Review of Consultant Project Team(s) and project approach as well as time constraints. B. Asbestos Variance Follow-up meetings as needed to revise the Asbestos Variance and Asbestos Outside Contractor Variance. C. Asbestos Operations & Maintenance and Supervisor Training Follow-up meetings as needed to discuss and prepare for Asbestos Operations & Maintenance, Initial and Refresher Training, and Supervisor Initial and Refresher Training to be held annually during the spring, summer, and fall. D. Asbestos Awareness Training Follow-up meetings as needed to discuss and prepare for Asbestos Awareness Training, Initial and Refresher Training to be held annually. 4

SECTION 3 Specific Proposal Requirements 3.1 Submission of Proposer's Statement of Qualifications and Proposal A. Acceptance Period and Location: To be considered, Proposers must submit a complete response to this RFQ/P. Proposers not responding to all information requested in this RFQ/P or indicating exceptions to those items not responded to may have their proposals rejected. The Qualifications Statement must be received at the address below before the time listed in Section 1. Monroe County Water Authority Attn: Wendy S. Freeman, Employee Safety Analyst 475 Norris Drive Rochester, NY 14610 There will be no public opening of the submittals. B. Required Copies: Proposers must submit (1) signed original Qualifications Statement and Proposal and five (5) copies. They should be clearly marked as "". The Proposer will make no other distribution of this submittal. C. Delivery: All Qualifications and Proposal Statements must be submitted in a sealed envelope clearly labeled Qualifications Statement and also marked with the Procurement Name, date and time due as listed in Section 1. Submissions via delivery service such as FedEx, must be addressed to Purchasing Proposal, followed by the Procurement Name, with instructions to Deliver to Receptionist at main entrance Door #1. US Mail is not an acceptable means to deliver to this location. Proposers submitting via delivery have sole responsibility to call MCWA Purchasing and confirm receipt of its submission prior to the date and time of the opening. 3.2 Clarification of RFQ and Questions Questions that arise prior to or during preparation of the Statement of Qualifications/Proposal must be submitted in writing or via email pursuant to instructions in Section 1 of this RFQ/P. As per NYS Finance Law, no contact will be allowed between the Proposer and any other member of MCWA with regard to this RFQ/P during the RFQ/P process, unless specifically authorized in writing by the RFQ/P Procurement Officer. Prohibited contact may be grounds for Proposer disqualification. 3.3 Addenda to the RFQ 5

In the event it becomes necessary to revise any part of this RFQ/P, addenda will be sent to the short list of firms receiving this RFQ/P. An acknowledgement of such addenda, if any, must be submitted with the RFQ/P response. 3.4 Organization of Qualifications Statements This section outlines the information that must be included in your Qualifications Statement. Please respond with your information in the same order as the items in the section. A. Company Information: Provide a brief history of your company including the number of years in business, identification of company ownership, and the number of employees. Describe a minimum of five Projects of a similar scope that best demonstrate the company's (and sub-consultants as appropriate) qualifications to undertake all aspects of this Project. B. Technical Approach to the Project: Describe in detail your approach to the project, clearly delineating the anticipated scope of services to be provided. C. Management Approach to the Project: Describe in detail your approach to management of the project including how your corporate philosophy is translated into planning, implementation, coordination, and control mechanism. D. Project Schedule: Provide a project schedule including the tasks outlined in Section 2 and your Approach to the Project. E. Value Added Services/Benefits: Describe any value added service your company will provide as part of this contract and any specific benefits to the MCWA as a result of this partnership. F. Project Team: Provide a description of the project team's organization and roles. List the specific project team members, including resumes. Please note the MCWA places great importance on the individual team members. Those proposed should be available if selected. If in doubt, listing "alternatives" is acceptable. G. References: Provide a minimum of three clients for whom your company has provided similar services. Include the following information for each client: 1. Name and address of client; 2. Name and telephone number of contact person; 3. Summary of the services provided. H. Procurement Form: Include the procurement disclosure form contained in Section 4. 3.5 Organization of Price Proposals 6

This section outlines the information that must be included in your Price Proposal. Please respond with your information in the order as the items in the section. A. Price Proposal: Each Price Proposal should contain prices for the following tasks: 1. Asbestos Variance Review: Tasks are as outlined in Section 2.1.A. 2. Asbestos Contractor Variance Review: Tasks as outlined in Section 2.1.B. 3. Written Recommendations: Tasks are as outlined in Section 2.1.C. 3. Additional Assistance on Asbestos-Related Issues: Tasks are as outlined in Section 2.1.D. 4. Training: Tasks are as outlined in Section 2.1.E. and Section 2.1.F. The MCWA will consider either lump-sum or hourly rates with a not-to-exceed total for the items listed above. The Price Proposals should clearly identify assumptions used in their preparation. 3.6 Method of Evaluation and Selection A. Evaluation Committee: Selected personnel from the MCWA will form the evaluation committee for the RFQ/P. It will be the responsibility of this committee to evaluate all properly prepared and submitted Statements of Qualifications/Proposals and make a recommendation for award. B. Evaluation and Selection Criteria: All properly prepared and submitted Statements of Qualifications/Proposals shall be subject to evaluation deemed appropriate for the purpose of selecting the Proposer with whom a contract may be signed. Evaluation of the Statements of Qualifications/Proposals will consider several factors, each of which has an impact on the relative success of the Proposer to provide the services as outlined in Section 2. Responses to this RFQ/P will be evaluated according to the following criteria: Project Team and its experience with similar projects. Approach to managing and executing the Project. Value Added Services/Benefits. Proposed Schedule. References. Fee Proposal. Proximity of key staff. C. Fee Proposal: If a satisfactory agreement for fee compensation is not reached with the first firm selected, the MCWA reserves the right to terminate negotiations and negotiate an agreement with the next highest ranked firm. 7

SECTION 4 General Information for the Proposer 4.1 Reservation of Rights MCWA reserves the right to refuse any and all submittals, in part, or in their entirety, or select certain products from various Proposer proposals, or to waive any informality or defect in any proposal should it be deemed to be in the best interest of the MCWA. MCWA is not committed, by virtue of this RFQ/P, to award a contract or to procure or contract for services. The proposals submitted in response to this request become the property of MCWA. If it is in the best interest to do so, MCWA reserves the right to: A. Make selections based solely on the proposals or negotiate further with one or more Proposers. The Proposer selected will be chosen on the basis of greatest benefit to MCWA as determined by an evaluation committee. B. Negotiate contracts with the selected Proposers. C. Award a contract to more than one Proposer. 4.2 Investigations MCWA reserves the right to conduct any investigations necessary to verify information submitted by the Proposer and/or to determine the Proposer's capability to fulfill the terms and conditions of the bidding and the anticipated contract. MCWA will not consider Proposers that are in bankruptcy or in the hands of a receiver at this time of tendering a proposal or at the time of entering into a contract. 4.3 Incurring Costs MCWA is not liable for any costs incurred by Proposer prior to the effective date of the contract. 4.4 Material Submitted All right, title, and interest in the material submitted by the Proposer shall vest in MCWA upon submission to MCWA, without any obligation or liability by MCWA to the Proposer. MCWA has the right to use any or all ideas presented by a Proposer. MCWA reserves the right to ownership, without limitation, of all materials submitted. However, because MCWA could be required to disclose documents received under the New York Freedom of Information Law, MCWA will, to the extent permitted by law, seek to protect the Proposer's interests with respect to any trade secret information submitted as follows: Pursuant to Public Officers Law Section 87, MCWA will deny public access to Proposer's proposal to the extent the information constitutes a trade secret, which if disclosed would cause substantial harm to the Proposer's competitive position, provided the Proposer identified the information it considers to be a trade secret and explains how disclosure would cause harm to the Proposer's competitive position. 8

4.5 EEO The Consultant shall comply with the Equal Employment Opportunity provisions of the New York State Executive Law, Article 15-A, Section 312. 4.6 Procurement Policy Pursuant to State Finance Law Section 139-j and 139-k, this Request for Qualifications/Proposals includes and imposes certain restrictions on communications between a Governmental Entity (including the MCWA) and Bidder/Offerer during the procurement process. A Bidder/Offerer is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Process by the MCWA to other than the MCWA's Procurement Officers unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law Section 139-j(3)(a). The MCWA's Procurement Officers for this Governmental Procurement, as of the date hereof, are identified herein. MCWA employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the Bidder/Offerer pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for the contract award, and in the event of two findings within a four (4) year period, the Bidder/Offerer is debarred from obtaining Government Procurement Contracts. Further information about these requirements may be obtained from the Procurement Officers. The MCWA reserves the right to terminate this contract in the event it is found that the certification filed by the Bidder/Offerer in accordance with State Finance Law Section 139-k (5) was intentionally false or intentionally incomplete. Upon such findings, the MCWA may exercise its termination right by providing written notification to the Bidder/Offerer in accordance with the written notice terms of this contract. 9

OFFERER/BIDDER DISCLOSURE OF PRIOR NON-RESPONSIBILITY DETERMINATION AND AFFIRMATION/CERTIFICATION IN ACCORDANCE WITH NYS FINANCE LAW SECTION 139-J and 139-K Name of Individual or Entity Seeking to Enter into the Procurement Contract: Address: Name and Title of Person Submitting this Form: 1. Has any Government Entity made a finding of non-responsibility regarding the individual or entity seeking to enter into the Procurement Contract in the previous four years? (Circle One) Yes No If Yes, answer the next questions: 2. Was the basis for the finding of non-responsibility due to a violation of State Finance Law Section 139-j? (Circle One) Yes No 3. Was the basis for the finding of non-responsibility due to the intentional provision of false or incomplete information to a Governmental Entity? (Circle One) Yes No 4. If you answered Yes to any of the above questions, provide details regarding the finding of non-responsibility below. Governmental Entity: Date of Finding of Non-Responsibility: Basis of Finding of Non-Responsibility: (Add additional pages as necessary.)

5. Has any Governmental Entity or other governmental agency terminated or withheld a Procurement Contract with the above-named individual or entity due to the intentional provision of false or incomplete information: (Circle One) Yes No 6. If Yes, please provide details below: Governmental Entity: Date of Termination: Basis of Determination or Withholding: (Add additional pages as necessary.) By signing below, Bidder/Offerer affirms that it understands and agrees to comply with the Authority's Procurement Disclosure Policy, Code of Ethics Policy, and Conflict of Interest Policy as required by NYS Finance Law Sections 139-j(3) and 139-j(6)(b) and certifies that all information provided to the Authority with respect to the NYS Finance Law Section 139-k and 139-j is complete, true, and accurate. By: (Signature of Person Certifying) Date: Print Name: Print Title: Bidder/Offerer Name: (Company Name) Bidder/Offerer Address: Bidder/Offerer Phone Number: