and ments Repre Page 1 of 122 RFP No Operations

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

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

Attachment C Federal Clauses & Certifications

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

Required Federal Forms

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

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

Certifications. Form AD-1047 (1/92)

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

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

FEDERAL CERTIFICATIONS Sponsored Center

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

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

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

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

BIDDER/OFFEROR CERTIFICATION FORM

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

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

MANOR ISD VENDOR CERTIFICATION FORM

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

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

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

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

Request for Vendor Contract Update

McCRACKEN COUNTY BOARD OF EDUCATION

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

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

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

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

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

Vendor Certifications and Representations

Bid & Contract Provisions CDBG/HOME Guidebook

Subcontract Checklist

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

NOTICE TO VENDORS CONTRACT NO IB

H. Assurances and Certifications Form

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

Contract to Purchase Pre-Plated Meals

REQUEST FOR PROPOSAL. GENERAL COUNSEL (Outside)

BROCKTON AREA TRANSIT AUTHORITY

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)

SPECIAL CONDITIONS PROGRAM REGULATIONS

Contract Assurances Attachment 4. Contract Assurances

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

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

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

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.

October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation

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

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

Sunnyside Valley Irrigation District

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

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

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

METROPOLITAN TRANSPORTATION AUTHORITY CONTRACTOR RESPONSIBILITY FORM INSTRUCTIONS 1

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

DESIGN - BUILD PROPOSAL OF

Enhanced Mobility of Seniors and Individuals with Disabilities Program

Butte School District #1 Request for Proposal (RFP)

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Qualifications RFQ #

REQUEST FOR PROPOSALS (RFP) # B TO LEASE KCATA S FACILITY LOCATED AT 39 TH AND TROOST AVENUE IN KANSAS CITY, MISSOURI

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

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

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

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

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

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

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

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

4. The attached Certificate of Authority and Certification Regarding Lobbying are to be included as a part of the agreement package.

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

IT Department Invitation to Bid

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES DEBARMENT RULES

Notice to Interested Parties

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

VIRGINIA DEPARTMENT OF TRANSPORTATION U.S. ROUTE 460 CORRIDOR IMPROVEMENTS PROJECT ATTACHMENT G DETAILED PROPOSAL FORMS

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

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

Notice to Interested Parties

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

Minnesota Department of Health Tribal Governments Grant Agreement

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

Notice to Interested Parties

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

STATE OF MISSISSIPPI Department of Banking and Consumer Finance Post Office Box Jackson, Mississippi

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

For additional information contact: Casey Covington

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

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

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

May 10,2012. Approval of Amendment to the service agreement with Revolution Foods for Senior Nutrition Meal Services for FY and

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

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

Transcription:

ATTACHMENT C Repre esentations, Certifications, and Other Statem ments of Offerors/Bidders Page 1 of 122

REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEM ENTS OF OFFERORS/BIDDERS The following forms shall be completed with original signatures and incorporated with the offer/bid. ATTACHMENT NO. TITLEE A. B. C. D. E. F. Company Informationn Questionnaire Certification of Primary Participants Regarding Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion Certification of Restrictions on Lobbying Non-Collusion Affidavit Disadvantaged Business Enterprise Statementt Schedulee of Disadvantaged Business Enterprise Participation THESEE FORMS MUST NOT BE RETYPED Page 2 of 122

A. COMPANY INFORMATION QUESTIONNAIRE 1. Business Entity Identification & Ownership Disclosure Company: Contact Person: Title: Address: Email Address: Telephone No.: Fax No.: Check ( ) which of the following applies: Small Business: Partnership: Sole Proprietor: Corporation: Woman-Owned Small Business: Disadvantaged Business Enterprise (DBE): *Certified by: *(The DBE certification must be attached to the DBE statement included in Attachment G herein.) Organized under the laws of the State of : Commonwealth of Virginia License No.: Federal Identification No.: Principal place of business located at: 2. Annual Gross Receipts: Indicate by checking ( ) the appropriate block that applies to your firm: Less than $500,000 $500,000 - $1,000,000 $1,000,000 - $2,000, 000 $2, 000,000 - $5,,000,000 More than $5,000,0000 Page 3 of 122

3. Virginia State & Local Government Conflicts of Interest and Public Procurement This solicitation is subject to the provisions of Section 2.2-3100 et. seq., of the Code of Virginia (1950), as amended, (The Code), the State and Local Government Conflict of Interests Act, and Section 2.2-43000 et. seq. of the Code, the Virginia Public Procurement Act. The Bidder/Offeror is or is not aware of any information bearing on existence of any potential conflicts of interest or violation of ethics in public contracting. If yes, explain below. 4. OTHER INFORMATION A. General nature of the services performed and/or goods providedd by your firm: B. Indicate the product? length of time you have been in business providing this type of service and/or Years Monthss C. Has your firm ever failed to complete any work awarded to you? If yes, explain. (Attach additional sheets of paper if necessary.) Page 4 of 122

D. E. Has your firm ever defaulted on a contract? If yes, explain. (Attach additional sheets of paper if necessary.) Indicate by checking the appropriate block, if your firm, subcontractor or any persons associated herewith in the capacity of owner, partner, director, officer or any other position involving the administration of federal funds: (1) is or is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility of any federal agency; (2) has or has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the last three (3) years; (3) has or has not a proposed debarment pending; or (4) has or has not been indicted, convicted, orr had a civil judgment rendered against it or them by a court competentt jurisdiction in any matter involving fraud or official misconduct within the past threee (3) years. Any of the above conditions will not necessarily result in denial off award, but will be considered in determining Bidder/Offeror responsibility. For any condition noted, indicate: 1) to whom it applies, 2) initiating agency, and 3) date of action. (Attach additional sheets of paper if necessary.) Providing false information may result in federal criminal prosecution or administrative sanctions. Page 5 of 122

5. FIRM S CONTACT INFORMATION FOR THIS PROJECT Program Manager: Telephone: Fax Number: Email: Contract Administrato or: Telephone: Fax Number: Email: Page 6 of 122

6. CERTIFICATION I certify that this bid/proposal is made without prior understanding, agreement, or connection with any corporation, firm or personn submitting a bid/proposal for the same services, materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of the State and Federal law and can result in fines, prison, sentences, and civil damage awards. I certify that this bid/proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, organization or corporation. In addition, I have not been a party to any agreement to propose a fixed amount or to refrain from bidding and have not directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the or of any Bidder/Offeror or anyone else interested in thee proposed Contract. I hereby certify that the responses to the above representations, certifications, and other statements are accurate and complete. I agree to abide by all conditions of this Invitation for Bids/Request for Proposalss and certify that I am authorized to sign for the Bidder/Offeror. Signature: Date: Name (Printed): Title: Page 7 of 122

( This certification must be executed by the Contractor and Subcontractors) B. CERTIFICATION OF PRIMARY PARTICIPANTS REGARDING DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION (The Contractor) or (Subcontractor) certifies, by submission of this bid/proposal, that t neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by an federal department or agency. (If the Prime Contractor or Subcontractor is unablee to certify to any of the statements in this certification, such participant shall attach an explanation to this bid/proposal). (Prime Contractor) or (Subcontractor) certifies or affirms the truthfulness and accuracy off the contents of the statements submitted on or with this certification and understands that the provisionss of 31 U.S.C. Sections 3801 ET. SEQ. are applicable thereto. Signature of Authorized Official Namee (Printed) Title of Authorized Official Date Page 8 of 122

(This certification must be executed by the Contractor and Subcontractors) C. CERTIFICATION OF RESTRICTIONS ON LOBBYING I, hereby certify on behalf (Name of the Firm s Official) of that: (Name of the Firm/Contrac ctor) (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 any agency, a Member of Congress, an office or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a 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. No federal assistance funds shall be used for activities designed to influence Congress or State Legislature on legislation or appropriations, except through proper, official channels. (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 office or employee of Congress, or ann employee of a Member of Congress in connectionn 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. (3) The undersigned shall require that the language off this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contractt under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representatio on of fact upon which reliance is placed when this transactionn was made or entered into. Submission of thiss certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not lesss than $10,000 and not more than $100,000 for each such failure. Executed this day of, By: Title: Signature Page 9 of 122

(This Affidavit must be executed by the Contractor and Subcontractors) D. NON-COLLUSION AFFIDAVIT STATE OF COUNTY OF being first duly sworn, disposes and says that he is (Insert sole owner, partner, president, or other title) of (Company name) The Offeror/Bidder submitting this proposal/bid certifies that such proposal/bid was not made in the interest of or in behalf of any undisclosed person, partnership, company, organization or corporation; that such proposal/bid is genuine and not collusive or sham, and that said Offeror/Bidder has not been a party to any agreement to propose a fixed amount or to refrain from proposing and has not, directly or indirectly, by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the Potomac and Rappahannock Transportation Commission and the Northern Virginia Transportationn Commission, together known as the, or of any Offeror/Bidderr or anyone else interested in the proposed Contract. Signed Subscribed and sworn to before me this day of, Signed Seal of Notary My commission Expires: Page 10 of 12

E. DISADVANTAGED BUSINESS ENTERPRISE STATEMENT VRE commits itself to an active effort to involve certified Disadvantaged Business Enterprises (DBE) in contracting opportunities, too increase competition, and to broaden the base of support for public transit. For Federal Fiscal Years 2013 2015, VRE has established a goal of 8.4% for the utilization off DBEs. To ensure that DBEs have the maximum practicable opportunity to compete for contract and subcontractt work, we ask that the Offeror/Bidder describe below, how your organization will assist VRE with its commitment toward achieving its 8.4% goal. NOTE: For the purposess of DBE goal setting and DBE usage, only those firms that are officially certified as DBE firms qualify, not Minority Business Enterprise (MBE), Small, Women and Minority (SWaM), Women s Business Enterprises (WBE) or Small Business Enterprises (SBE). Complete the following form (see next page) if thee Offeror/Bidder plans to utilize certified Disadvantagedd Business Enterprises during the Contract period. Page 11 of 12

F. SCHEDULE OF CERTIFIED DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION Name of Prime Contractor _ Project Name _ Name of DBE Subcontractor _ DBE Certification No. and Entity Certified By (For purposes of evaluation scores, evidence of DBE certification must be attached to this form.) _ Address City, State _ Type of Work to be Performed and Contract Items or Partss to be Provided Projected Dates for Work Commencement/Completion $ Proposed Contract Amount The undersigned will enter into a formal agreement with the above DBE Contractors for work listed in the schedule conditioned upon execution of a contract. Prime Contractor Date Page 12 of 12