DESIGN - BUILD PROPOSAL OF

Similar documents
State of Florida PUR 1001 General Instructions to Respondents

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

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

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

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

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

Required Federal Forms

Attachment C Federal Clauses & Certifications

Bids Due: March 16, 2018

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

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

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

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

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

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

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

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

Request for Qualifications RFQ #

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

Certifications. Form AD-1047 (1/92)

Cherokee Nation

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

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

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

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

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

H. Assurances and Certifications Form

Vendor Certifications and Representations

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

MANOR ISD VENDOR CERTIFICATION FORM

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

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

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

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

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS

Cherokee Nation

Notice to Interested Parties

Notice to Interested Parties

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.

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

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

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

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

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

McCRACKEN COUNTY BOARD OF EDUCATION

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

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

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

METROPOLITAN TRANSPORTATION AUTHORITY CONTRACTOR RESPONSIBILITY FORM INSTRUCTIONS 1

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 39735

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

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

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

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

Notice to Interested Parties

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

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

00400 BID FORMS AND SUPPLEMENTS

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

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

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON:

N.J.A.C. 17: Causes for debarment of a firm(s) or an individual(s)

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

REQUEST FOR PROPOSALS COURT REPORTING SERVICES. SIXTH JUDICIAL CIRCUIT West Pasco Judicial Center New Port Richey, Florida RFP#

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

SECTION INSTRUCTIONS TO BIDDERS

Instructions to Bidders Page 1 of 8

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

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

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

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

CBA. Procurement: General Procurement Policies

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

DOCUMENT INSTRUCTIONS TO BIDDERS

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

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

Contract Assurances Attachment 4. Contract Assurances

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

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

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

Suspension and Debarment Policy

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 28711

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

Minnesota Department of Health Tribal Governments Grant Agreement

FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL

Transcription:

DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing or otherwise improving a Bridge(s) and/or Section(s) of Road(s) No(s). or building(s) in Miami-Dade County and known as Federal Aid Project No.: Contract No. Financial Project No(s).: TO FLORIDA INTERNATIONAL UNIVERSITY: Submitted Date Date Bids Due The Proposer, hereby declares that no person or persons, firm or corporation, other than the Proposer, are interested, in this proposal, as principals, and that this Proposal is made without collusion with any person, firm or corporation, and we have carefully and to our full satisfaction examined the Request for Proposal, Proposal forms, and that we have made a full examination of the location of the proposed work and the sources of supply of materials, and we hereby agree to furnish all necessary labor, equipment, and materials, and that we will fully complete all necessary design and construction work in accordance with the documents herein stated, and the requirements under them of the Engineer, within the time limit specified in this Proposal. Was an addendum issued on this project? Yes No I (We) hereby acknowledge receipt of the following Addenda issued during the bidding period. Addendum No. Dated Addendum No. Dated Job No(s). FIU UCPP -DESIGN-BUILD PROPOSAL FORM Page 1 of 7

The Proposer agrees to perform all necessary work, as provided for in the contract, and if awarded the contract, to execute the Contract within calendar days, excluding Saturdays, Sundays, and state holidays, after the date on which the notice of award has been given, and to fully complete all necessary work under the same within not more than calendar days. The Proposer further agrees to furnish a sufficient and satisfactory bond in the sum of not less than 100 percent of the contract price of the work. The Proposer agrees to bear the full cost of maintaining all work until final acceptance, as provided in the contract. A bid guaranty of five percent (5%) of the bid, payable to the Florida International University, must accompany this proposal. The guaranty amount shall include all bid items. If this proposal is accepted and the Proposer fails to execute the Contract under the conditions of this proposal, the bid guaranty shall be forfeited to the University; otherwise, said guaranty is to be returned to the Proposer upon delivery of a satisfactory bond. Florida International University officials and employees are prohibited from soliciting and accepting funds or gifts from any person who has, maintains, or seeks business relations with the University. By submitting a response, the Proposer warrants that Proposer has not employed or retained any person or entity, other than a bona fide employee working solely for the Proposer, to solicit or secure any award or Contract resulting from this competitive solicitation or to solicit or secure any other advantage related to this competitive solicitation. By signing a Contract with FIU, Successful Proposer warrants that the Successful Proposer has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Successful Proposer, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of the Contract, except as provided herein. In the event Successful Proposer s breach or violation of this warranty, FIU has the right to annul any Contract with such Successful Proposer resulting from this competitive solicitation, without liability, and to deduct from any amounts otherwise payable to Proposer under such Contract the full amount of such fee, commission, percentage, gift, or other consideration, and to pursue any other remedy available to FIU under such Contract, at law or in equity. The Proposer hereby certifies that it has carefully examined this proposal after the same was completed, and has verified each item placed thereon. The Proposer agrees to indemnify, defend and save harmless, Florida International University against any cost, damage, or expense which it may incur or be caused by any error in the Proposers preparation of same. By signing and submitting this proposal, the Proposer certifies that no principal (which includes officers, directors or executives) is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency. The Proposer hereby certifies and obligates its firm as "Principal (Proposer)" to the attached Bid and Proposal Bond, as if and to the same effect as if the Proposer had affixed its signature thereon. Section 287.134(a), Florida Statutes requires: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not Job No(s). FIU UCPP -DESIGN-BUILD PROPOSAL FORM Page 2 of 7

be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. Section 553.62, Florida Statutes, incorporates the Occupational Safety and Health Administration's (OSHA) safety standards, 29 CFR s. 1926.650 Subpart P, as the state standard. The Department of Labor and Employment Security may adopt updated or revised versions by rule. Other state or political subdivisions may also have standards that are applicable. If trench excavation will be required on the project in excess of five feet in depth, the Proposer must identify the cost of compliance with the applicable trench safety standards below. If there will be no trench excavation on the project in excess of five feet in depth write "not applicable" below. The cost of compliance shall be included in Base Bill and Alternate Bids as applicable. A. Trench Safety Measure (Description) Units of Measure Quantity Unit Cost Extended Cost B. C. D. E. (ATTACH SEPARATE SHEET IF NECESSARY) TOTAL: $ If applicable, this certifies that all trench excavation done within the control of the contractor will be in accordance with all applicable standards and with the specifications, and all requirements of Section 553.63(1)(a), 553.63(1)(b), 553.63(1)(c), Florida Statutes. The undersigned Proposer, having visited the site of the proposed Project and having become familiar with the local conditions, nature and extent of the Work, and having examined carefully the Drawings, Design Criteria, FHWA 1273, FDOT Standard Specifications, General Specifications, Special Provisions, FIU Building Standards and all other documents, forms and requirements listed in the Request for Proposals and/or on the FIU Web Page for this Project, proposes to furnish all labor, materials, equipment and other items, facilities, and services for the proper execution and completion of the Project and if awarded the Contract, to complete said Work within the time limits specified for the following bid price: Base Bid Dollars ($ ) With the foregoing as Base Bid, the following costs of alternate proposals are submitted in accordance with the Drawings and other requirements. All alternates must be quoted and all quotations will be considered as additive to the Base Bid. Additive Alternate No. 1 Job No(s). FIU UCPP -DESIGN-BUILD PROPOSAL FORM Page 3 of 7

Extensions of the Complete Streets work into the FIU Campus according to the limits indicated on the Request for Proposal Drawings generally from the south east corner of FIU Parking Garage Number 4 south and westward ending near the Green Library. $ Additive Alternate No. 2 Advanced Intermodal Multimodal Station (AIMS) Platform work on the FIU Campus according to the limits indicated on the Request for Proposal Drawings generally located on the north side of FIU Parking Garage Number 6. $ The Proposer hereby declares that the undersigned is the person or persons responsible within the firm for the final decision as to the price(s) and amount of this bid and the Proposer further declares that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential Proposer. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a Proposer or potential Proposer on this project, and will not be so disclosed prior to the bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any other firm or person to submit a complementary bid. 5. The Proposer has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any other Proposer or person, whether in connection with this or any other project, in consideration for an agreement or promise by any other firm or person to refrain from bidding or to submit a complementary bid on this project. 6. The Proposer has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any other firm or person, and has not been promised or paid cash or anything of value by any other firm or person, whether in connection with this or any other project, in consideration for the firm's submitting a complementary bid, or agreeing to do so, on this project. 7. The Proposer has made a diligent inquiry of all members, officers, employees, and agents of the Proposer with responsibilities relating to the preparation, approval or submission of the firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this Declaration. 8. As required by Section 337. 165, Florida Statutes, the Proposer has fully informed the Florida International University in writing of all convictions of the firm, its affiliates (as defined in Job No(s). FIU UCPP -DESIGN-BUILD PROPOSAL FORM Page 4 of 7

Section 337.165(1 )(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. 9. The Proposer certifies that, except as noted below, neither the firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of Federal funds: a. is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 49 CFR s29.11 O(a), by any Federal department or agency; b. has within a three-year period preceding this certification 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 Federal, State, or local government transaction or public contract; 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. is presently indicted for or otherwise criminally or civilly charged by a Federal, State, or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b) of this certification; and d. has within a three-year period preceding this certification had one or more Federal, State, or local government public transactions terminated for cause or default. 10. The Proposer certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this project by any Federal Agency unless authorized by Florida International University. 11. The firm certifies that the Proposer is not a nonresident alien, or a foreign corporation/entity formed under the laws of a country other than the United States. 12. The certifies that the company is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Where the Proposer is unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered (1) through (12), the Proposer has provided an explanation in the "Exceptions" portion on the following page or by attached separate sheet. Job No(s). FIU UCPP -DESIGN-BUILD PROPOSAL FORM Page 5 of 7

EXCEPTIONS: Any exception listed above will not necessarily result in denial of award, but will be considered in determining proposer responsibility. For any exception noted, indicate to whom it applies, initiating agency and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions. I declare under penalty of perjury that the foregoing is true and correct. CORPORATION: (Affix Corporate Seal) PARTNERSHIP: Signature of General Partner Signature of General Partner LIMITED LIABILITY COMPANY: Authorized Signature Title Manager or Managing Member (Circle One) -Continued- Job No(s). FIU UCPP -DESIGN-BUILD PROPOSAL FORM Page 6 of 7

SOLE PROPRIETORSHIP: Signature of Owner JOINT VENTURE: Signature of Attorney-in-Fact (Attach Authorization) CONTRACTOR (Seal) CONTRACTOR (Seal) CONTRACTOR (Seal) Organized and existing under the laws of the State of and authorized to do business in the State of Florida, pursuant to the laws of the State of Florida, certificate of incorporation or organization or certificate of authority having been issued by the Florida Department of State. FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE ATTACH BID BOND Job No(s). FIU UCPP -DESIGN-BUILD PROPOSAL FORM Page 7 of 7