Addendum # 1 BL Rhodes Jordan Park Multi-Purpose Field Conversion

Similar documents
EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT

MANOR ISD VENDOR CERTIFICATION FORM

Request for Vendor Contract Update

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

SPECIAL CONDITIONS PROGRAM REGULATIONS

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

The LCISD Fundraising packet is for fundraising vendors only (i.e. popcorn, cookie dough, candy, etc.)

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

Bid & Contract Provisions CDBG/HOME Guidebook

FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES

Memorandum. August 23, 2017 HCDE Vendor Jesus J. Amezcua, Ph.D., CPA, RTSBA Assistant Superintendent for Business Services New Vendor Packet

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

Eanes Independent School District Purchasing Department 601 Camp Craft Road Austin TX Fax REQUEST FOR PROPOSAL (RFP) C

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

AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

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

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

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

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

Washington State Military Department PUBLIC ASSISTANCE GRANT AGREEMENT FACE SHEET. X Public Organization/Jurisdiction X Non-Profit

Request for Qualifications (RFQ) for Engineering/Architectural/Surveying Services - Cover Letter

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

Vendor Packet 1 Revised October 2017

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

Vendor Certifications and Representations

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

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

Certifications. Form AD-1047 (1/92)

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

A. REPRESENTATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT OR DECLARED INELIGIBLE STATUS (Reference FAR )

Enhanced Mobility of Seniors and Individuals with Disabilities Program

FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE AUTOMOTIVE PARTS AND ACCESSORIES AND RELATED PRODUCTS AND SERVICES

FEDERAL CERTIFICATIONS Sponsored Center

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

Minnesota Department of Health Tribal Governments Grant Agreement

RAYMONDVILLE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT

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

NOTICE TO VENDORS CONTRACT NO IB

Required Federal Forms

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

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

Butte School District #1 Request for Proposal (RFP)

Contract to Purchase Pre-Plated Meals

OFFEROR S ASSERTION OF COMMERCIALITY. Part No(s) and Description(s) Supplier s Name:

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

Attachment C Federal Clauses & Certifications

Recitals. Grant Agreement

and ments Repre Page 1 of 122 RFP No Operations

REQUEST FOR PROPOSAL. GENERAL COUNSEL (Outside)

Contract Assurances Attachment 4. Contract Assurances

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

Enhanced Mobility of Seniors and Individuals with Disabilities Program

1. The following prime contract special provisions apply to this purchase order:

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

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

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

Case 1:18-cv Document 1 Filed 12/16/18 Page 1 of 19. Case No. COMPLAINT AND JURY DEMAND INTRODUCTION

Subcontract Checklist

THE SCHOOL DISTRICT OF LEE COUNTY

Bidders shall execute the following forms and return the signed original with their proposal.

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

JEFFERSON SCIENCE ASSOCIATES, LLC REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL SERVICES > $100,000

Request for Proposal CNG Fuel Supplier for the Metropolitan Tulsa Transit Authority

H. Assurances and Certifications Form

CUSTOMER CONTRACT REQUIREMENTS Next Generation Rotorcraft Transmission (NGRT) CUSTOMER CONTRACT W911W

Kuali Coeus Research Management (KCRM) Subawards: Print Template and Attachments Mapping Guide. Version 1. : April Contents.

HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS

b. On the basis of race, color or national origin, in Executive Order as implemented by Department of Labor regulations at 41 CFR Chapter 60.

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

MILK BID Damaged or partially filled containers must not be used at any time. Leaking cartons will be returned.

DESIGN - BUILD PROPOSAL OF

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

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

Pittsburgh Public Schools Food Services Department

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

Finance Committee. Agenda

BDS Terms and Conditions Guide Effective: 04/20/2012 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS SIRIUS CUSTOMER CONTRACT FA C-7234

IDS Terms and Conditions Guide Effective: 09/17/2009 Page 1 of 6

SUBRECIPIENT / VENDOR AUDITS

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

USAID ELIGIBILITY RULES FOR GOODS AND SERVICES (JUNE 2012)

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

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

M a r y l a n d H e a l t h B e n e f i t E x c h a n g e. I n v i t a t i o n f o r B i d s

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

ACF Administration for Children

APPENDIX B Attachment 1 SUBRECIPIENT / VENDOR AUDITS

IT Department Invitation to Bid

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

CLOUD SOLUTIONS STATE OF MONTANA. Master Agreement Terms and Conditions: NASPO ValuePoint PARTICIPATING ADDENDUM. Led by the State of Utah

PARK HILL SCHOOL DISTRICT NUTRITION SERVICES DEPARTMENT 8500 NW Riverpark Drive Pillar 116 Parkville, MO Phone/Fax / 4099

REQUEST FOR PROPOSALS (RFP)

Notice to Interested Parties

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

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

BROCKTON AREA TRANSIT AUTHORITY

BDS Terms and Conditions Guide Effective: 07/25/2011 Page 1 of 6

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

Transcription:

August 17, 2018 Addendum # 1 BL078-18 Rhodes Jordan Park Multi-Purpose Field Conversion Note: The question deadline has changed. Questions regarding bids should be directed to Dana Garland, CPPB, Purchasing Associate III, at dana.garland@gwinnettcounty.com or by calling 770-822-8723, no later than 3:00 P.M. on August 21, 2018. This project may involve grant funds. The following forms are required of the awarded vendor and should be included with your bid. Receipt of this addendum should be acknowledged on the bid schedule. Failure to do so may result in your bid being deemed non-responsive. Sincerely, Dana Garland Dana Garland, CPPB Purchasing Associate III

REQUIRED CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS APPENDIX II TO 2 CFR PART 200 The following provisions are required and apply when federal funds are expended for any contract resulting from this procurement process. (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when federal funds are expended, Gwinnett County reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000). Pursuant to Federal Rule (B) above, when federal funds are expended, Gwinnett County reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Vendor, in the event vendor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation. Gwinnett County also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if Gwinnett County believes, in its sole discretion that it is in the best interest of Gwinnett County to do so. The vendor will be compensated for work performed and accepted and goods accepted by Gwinnett County as of the termination date if the contract is terminated for convenience of Gwinnett County. Any award under this procurement process is not exclusive and Gwinnett County reserves the right to purchase goods and services from other vendors when it is in the best interest of Gwinnett County. (C) Equal Employment Opportunity. 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 CFR 60-1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 CFR part 60, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.

Pursuant to Federal Rule (C) above, when federal funds are expended by Gwinnett County on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. Does vendor agree to abide by the above? YES Initials of Authorized Representative of vendor (D) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when federal funds are expended by Gwinnett County, the from this procurement process, the vendor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act. (E) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of funding agreement under 37 CFR 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that funding agreement, the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements, and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Gwinnett County, the from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (F) above.

(F) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Pursuant to Federal Rule (G) above, when federal funds are expended by Gwinnett County, the from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. (G) Debarment and Suspension (Executive Orders 12549 and 12689) A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), Debarment and Suspension. SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Gwinnett County, the from this procurement process, the vendor certifies that it will maintain registration in the System for Awards Management and that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. (H) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the nonfederal award. Pursuant to Federal Rule (I) above, when federal funds are expended by Gwinnett, the vendor certifies that during the term and after the awarded term of an award for all contracts by Gwinnett County resulting from this procurement process, the vendor certifies that it is in

compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. (I) Contracting with Disadvantaged Businesses Minority Business Enterprise and Women Business Enterprise Firms (Executive Orders 11625, 12138, and 12432). An MBE is a business concern that is (1) at least 51 percent owned by one or more minority individuals, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minority individuals; and (2) whose daily business operations are managed and directed by one or more of the minority owners. Executive Order 11625 designates the following: a. Black American (with origins from Africa); b. Hispanic American (with origins from Puerto Rico, Mexico, Cuba, South or Central America); c. Native American (American Indian, Eskimo, Aleut, or native Hawaiian). In accordance with 43 CFR 12.76 affirmative steps must be taken to assure that MBEs/WBEs are utilized when possible as sources of supplies, equipment, construction, and services. The affirmative steps shall include the following: The affirmative steps shall include the following: 1. Including qualified MBEs/WBEs on solicitation lists; 2. Assuring that MBEs/WBEs are solicited once they are identified; 3. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum MBE/WBE participation; 4. Where feasible, establishing delivery schedules which will encourage MBE/WBE participation; 5. Encouraging use of the services of the U.S. Department of Commerce's Minority Business Development Agency (MBDA) and the U. S. Small Business Administration to identify MBEs/WBEs, as required;

6. If any subcontracts are to be let, requiring the prime contractor to take the affirmative steps listed above. Pursuant to Federal Rule (J) above, when federal funds are expended by Gwinnett County, the from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (J) above. RECORD RETENTION REQUIREMENTS FOR CONTRACTS PAID FOR WITH FEDERAL FUNDS 2 CFR 200.333 When federal funds are expended for any contract resulting from this procurement process, the vendor certifies that it will comply with the record retention requirements detailed in 2 CFR 200.333. The vendor further certifies that vendor will retain all records as required by 2 CFR 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. CERTIFICATION OF COMPLIANCE WITH COMPLIANCE WITH EPA REGULATIONS APPLICABLE TO GRANTS, SUBGRANTS, COOPERATIVE AGREEMENTS, AND CONTRACTS IN EXCESS OF $100,000 OF FEDERAL FUNDS When federal funds are expended for any contract resulting from this procurement process in excess of $100,000, the vendor certifies that the vendor is in compliance with all applicable standards, orders, regulations, and/or requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15. CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS Vendor certifies that vendor is in compliance with all applicable provisions of the Buy America Act. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition.

CERTIFICATION OF NON-COLLUSION STATEMENT Vendor certifies under penalty of perjury that its response to this procurement solicitation is in all respects bona fide, fair, and made without collusion or fraud with any person, joint venture, partnership, corporation or other business or legal entity. Vendor agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that vendor certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Vendor s Name/Company Name: Address, City, State, and Zip Code: Phone Number: Fax Number: Printed Name and Title of Authorized Representative: Email Address: Signature of Authorized Representative: Date: Federal Tax ID # DUNS # (9 Digits) CAGE Code (5 Digits): Expiration Date: