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

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

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

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

Vendor Certifications and Representations

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES

Attachment C Federal Clauses & Certifications

Certifications. Form AD-1047 (1/92)

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

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

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

DESIGN - BUILD PROPOSAL OF

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

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

Required Federal Forms

Request for Qualifications RFQ #

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

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

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

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

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

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

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

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

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

McCRACKEN COUNTY BOARD OF EDUCATION

Cherokee Nation

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

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

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and

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

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

REQUEST FOR BIDS BACKGROUND CHECK SERVICES. Bids Due: January 18th, 2017 at 10:00 A.M.

Contract Assurances Attachment 4. Contract Assurances

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

H. Assurances and Certifications Form

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

Cherokee Nation

FEDERAL CERTIFICATIONS Sponsored Center

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

CODE ENFORCEMENT MAGISTRATE RFP

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

and ments Repre Page 1 of 122 RFP No Operations

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

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

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

For additional information contact: Casey Covington

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

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

MANOR ISD VENDOR CERTIFICATION FORM

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

Sunnyside Valley Irrigation District

Notice to Interested Parties

Bids Due: March 16, 2018

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

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

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

Pearson Education, Inc. Pearson Career & Technical Education 0% Contract Reference Number: Website for on-line ordering with Bid terms:

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

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

REQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators

HOME SEWAGE TREATEMENT SYSTEMS INSTALLATIONS (HSTS) AN OHIO ENVIRONMENTAL PROTECTION AGENCY (OEPA) FUNDED PROJECT ADMINISTERED BY:

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

State of Florida PUR 1001 General Instructions to Respondents

Cherokee County Board of Commissioners

METROPOLITAN TRANSPORTATION AUTHORITY CONTRACTOR RESPONSIBILITY FORM INSTRUCTIONS 1

Minnesota Department of Health Tribal Governments Grant Agreement

Notice to Interested Parties

Request for Proposal 2019 Calendar Year

PART 25-GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENTWIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) Subpart A-General

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

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

Virgin Islands Port Authority

INDEPENDENT PROSECUTOR (SPECIAL ASSISTANT ATTORNEY GENERAL) PROFESSIONAL SERVICES

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34920

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Notice to Interested Parties

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

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

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

TOWN OF BELVILLE PHASE II - DEBRIS REMOVAL CONTRACT PART I INSTRUCTIONS TO BIDDERS

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

REQUEST FOR PROPOSAL Enterprise Asset Management System

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

February 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services

REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV

00400 BID FORMS AND SUPPLEMENTS

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

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282

PURCHASING DEPARTMENT WASHINGTON COUNTY PUBLIC SCHOOLS 820 Commonwealth Avenue Hagerstown, Maryland Telephone (301) Fax (301)

DEPARTMENT OF PUBLIC WORKS BID FORMS FOR

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

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

Contract to Purchase Pre-Plated Meals

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 30255

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

Transcription:

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS This addendum modifies or interprets the proposal documents by additions, deletions, clarifications, corrections, or other type of modifications. Addenda will become part of the Contract Documents. Proposers, upon receiving addenda, shall insert same into the Proposal Documents. It is required that this Addendum be signed in the Acknowledgment of Receipt below, and attach the entire addendum (page 1 and 2) to the Proposal and become part of the Proposal. CHANGES TO THE DRAWINGS Site work associated with the stormwater ponds, fencing and certain demolition items has been moved from the ROLL-ON/ROLL-OFF DOCK REPLACEMENT project to the GENERAL PURPOSE MARINE CARGO BUILDING project. The changes are illustrated on the attached drawings, listed below. Remove and replace the following drawings with those attached herein. G100 Cover C102 Demolition Eros. Sediment Control Plan C103 Key Sheet C104 Dimension Plan C106 Grading Plan C108 Spoil Storage Grading Plan CHANGES TO PROJECT MANUAL The following bid forms are added to the Project Manual: Equal Employment Opportunity Report Statement; Certification of Non-Segregated Facilities; Certification Regarding Debarment, Suspension, Ineligibility, Voluntary Exclusion, And Other Responsibility Matters; Non-Collusive Affidavit; Prohibition Against Contingent Fees Affidavit. Acknowledgment of Receipt by Bidder ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 1 of 4

GENERAL REQUIREMENTS The following shall be submitted prior to execution of contract: Workers Compensation Insurance Owners Protective Liability Insurance Builders Risk Insurance Certificate of Liability Insurance (VIPA Named Additional Insured on Certificate of Liability insurance) Articles of Incorporation Certificate of Good Standing Certificate of Existence ATTACHMENTS I. Response to Bidder s Questions (Continued next page) II. III. Additional Bid Forms: Equal Employment Opportunity Report Statement; Certification Of Non-Segregated Facilities; Certification Regarding Debarment, Suspension, Ineligibility, Voluntary Exclusion, And Other Responsibility Matters; Non-Collusive Affidavit; Prohibition Against Contingent Fees Affidavit. Drawings: G100 Cover, C102 Demolition Eros. Sediment Control Plan, C103 Key Sheet, C104 Dimension Plan, C106 Grading Plan, C108 Spoil Storage Grading Plan ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 2 of 4

I. RESPONSES TO BIDDER S QUESTIONS 1. For this job the HZ775A is from the old HZ-range and this is no longer in production. Answer: Use HZ880-M equivalent as follows: For HZ775A-12/AZ18 use HZ880M A-12/AZ18-700N For HZ775A-12/AZ26 use HZ880M A-12/AZ26-700N AZ-700 sheet piles are acceptable alternatives for intermediate sheets only. 2. The system designed for this job is the HZ775A which is from the old HZ-range and this is no longer in production. What alternatives are acceptable to the V.I.P.A? Equivalent HZ-M solutions considering AZ-700 intermediate piles: Initial HZ/AZ DESIGN HZ775A-12/AZ26: Wx=5110cm3/m - weight 215kg/m2@80%AZ-length HZ775A-12/AZ18: Wx=4765cm3/m - weight 194kg/m2@80%AZ-length Equivalent HZ-M/AZ HZ880M A-12/AZ26-700: Wx=5735cm3/m - weight 213kg/m2@80%AZ-length HZ880M A-12/AZ18-700: Wx=4765cm3/m - weight 196kg/m2@80%AZ-length AZ-alternative, reaches same bending moment capacity by using grade60 instead of grade 50, cheaper per ton price and simpler to install AZ44-700N Gr.60: Wx=4405cm3/m - weight 214.2 kg/m2 AZ44-700N Gr.60: Wx=4205cm3/m - weight 203.1 kg/m2" Answer: See answer to Comment 1. 3. Please clarify, do the Buy American provisions apply for this project? Answer: Yes, See Project Manual, Exhibit C, page C-2, General Federal Regulations, (rr.) 4. " I don t see the bid bond form in the received documents. We can use the form from our Surety Company? Answer: Yes, you may use your Surety Company form as long as the Surety Company is licensed to do business in the USVI as stipulated in the contract documents. 5. Project Manual - Bid Forms. The following list of bid forms referenced but not provided. Please provide blank documents for the following: 1) EEO Certification 2) Non-Segregation 3) Non-Collusion (Please confirm if this form must be submitted or simply abided by) 4) Eligibility Certificate CFR 29 (Please confirm if this form must be submitted or simply abided by) ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 3 of 4

Answer: The following bid forms are attached herein and must be included with bid submittals: Equal Employment Opportunity Report Statement; Certification of Non-Segregated Facilities; Non-Collusive Affidavit; Certification Regarding Debarment, Suspension, Ineligibility, Voluntary Exclusion, and Other Responsibility Matters; Prohibition Against Contingent Fees Affidavit. 6. Please provide a copy of the Willmar Project No. 1713466 Report of Sub surface Exploration and Geotechnical Engineering Evaluations, Gordon A. Finch Molasses Dock Additions, St. Croix, U.S. Virgin Islands, dated July 2009. Answer: See Exhibit C, appended to and is part of the Project Manual. 7. Can the date be pushed back to June 6th, 2017. To give time to review geotechnical report? Answer: Yes, the deadline for bid submittals was extended to June 6, 2017 under Addendum 2. ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 4 of 4

EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT As required by 41 CFR 60-1.7(b) The Bidder shall complete the following statement by checking the appropriate space. Failure to complete these blanks may be grounds for rejection of bid. The bidder (proposer) has has not participated in a previous contract subject to the equal opportunity clause p r e s c r i b e d by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder (proposer) has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, DC 20506 Name of Firm Signature Print Name Title Date END OF EQUAL EMPLOYMENT OPPORTUNITY

CERTIFICATION OF NON-SEGREGATED FACILITIES The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor certifies that he will not maintain or provide for his employees segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) U.S. which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. Name of Firm Signature Print Name Title Date END OF NON-SEGREGATED FACILITIES

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, VOLUNTARY EXCLUSION AND OTHER RESPONSIBILITY MATTERS Instructions for Certification 1. By signing and submitting this form, the prospective participant is providing the certification set out below in accordance with the instructions. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter this transaction. However, failure of the prospective participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, agency or state government may terminate this transaction for cause or default. 4. The prospective participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. 6. The prospective participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

7. The prospective participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 9. Nothing contained in the forgoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department, agency or state government may terminate this transaction for cause or default.

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, VOLUNTARY EXCLUSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension. All persons or firms, including subconsultants and subcontractors, must complete this certification and certify it under penalty. 1. The prospective participant certifies to the best of its knowledge and belief that, except as noted below, he/she or any person associated therewith in the capacity of owner, principal, partner, director, officer, or manager: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and d. Have not within a three year period preceding this certification had one or more public transactions (Federal, State, or local) terminated for cause or default. 2. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 3. If such persons or firms later become aware of any information contradicting the statements of paragraph (1), they will promptly provide that information to the agency.

4. If there are any exceptions to this certification, they should be specifically noted. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency, and dates of actions. Name of Firm: Name of Authorized Representative: Title of Authorized Representative: Signature of Authorized Representative: Date:

VIRGIN ISLANDS PORT AUTHORITY PROHIBITION AGAINST CONTINGENT FEES AFFIDAVIT Territory of County of being first duly sworn, deposes and says that: 1. He is the (Owner, Partner, Officer, Representative or Agent) of, of the Bidder that submitted the attached bid; 2. He is fully informed regarding the preparation and contents of the attached bid and all of the pertinent circumstances respecting such bid; 3. He understandings that it shall be a breach of ethical standards for a person to be retained, or to retain a person, to solicit or secure a government contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, exception for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. 4. He has not retained anyone in violation of the Virgin Islands Port Authority s prohibition against contingent fees. Signature Print Name Subscribed and sworn to before me this _day of, 2017. Notary Public My Commission Expires: END OF PROHIBITION AGAINST CONTINGENT FEES AFFIDAVIT

NON COLLUSIVE AFFIDAVIT State of County of being first duly sworn, deposes and says that: 1. He is the (Owner, Partner, Officer, Representative or Agent) of, of the Bidder that has submitted the attached bid; 2. He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3. Such bid is genuine and is not a collusive or sham bid; 4. Neither the said bidder nor any of its officers, partners, OWNERS, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham bid in connection with the work for which the attached bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any bidder, firm or person to fix the price or prices in the attached bid or of any other bidder or to fix any overhead, profit or cost elements of the bid price of any other bidder or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against (recipient) or any person interested in the proposed work; 5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder of any other of its agents, representatives, OWNERS, employees or parties in interest including this affidavit. Signature Print Name Subscribed and sworn to before me this day of, 2017. Notary Public My Commission Expires: END OF NON COLLUSIVE AFFIDAVIT

2001 NW 107TH AVE. MIAMI, FL 33172-2507 PHONE: 305.592.7275 FAX: 305.597.0229 FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C102 SHEET OF XX

2001 NW 107TH AVE. MIAMI, FL 33172-2507 PHONE: 305.592.7275 FAX: 305.597.0229 FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION SHEET C108 C103 SHEET OF XX

2001 NW 107TH AVE. MIAMI, FL 33172-2507 PHONE: 305.592.7275 FAX: 305.597.0229 FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C104 SHEET OF XX

2001 NW 107TH AVE. MIAMI, FL 33172-2507 PHONE: 305.592.7275 FAX: 305.597.0229 FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C106 SHEET OF XX

2001 NW 107TH AVE. MIAMI, FL 33172-2507 PHONE: 305.592.7275 FAX: 305.597.0229 FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C108 SHEET OF XX