+ All Categories
Home > Documents > SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER...

SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER...

Date post: 26-Jul-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
15
Bid Form 00200-1 SECTION 00200 BID FORMS Project Name: WWTP NO. 2 RECLAIMED WATER WETLAND DISCHARGE SYSTEM City Project No.: ITB-CD-CME-16-15 Name of Firm: _____________________________________________________________________________ Contact Name: _____________________________________________________________________________ E-mail Address: ____________________________________________________________________________ Business Mailing Address: ___________________________________________________________________ Business Street Address: _____________________________________________________________________ City/State/Zip: _____________________________________________________________________________ Phone Number: (_______) __________________________________________________________________ Fax Number: (________) ___________________________________________________________________ Contractor License Number: __________________________________________________________________ Pursuant to and in compliance with your notice inviting sealed Bids (Invitation To Bid), Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having ensured to its satisfaction that they have familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. _____________ through _____________, on file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Contract Documents. The undersigned Bidder further agrees to pay liquidated damages as described in the Contract Documents.
Transcript
Page 1: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-1

SECTION 00200 BID FORMS

Project Name: WWTP NO. 2 RECLAIMED WATER WETLAND DISCHARGE SYSTEM City Project No.: ITB-CD-CME-16-15 Name of Firm: _____________________________________________________________________________ Contact Name: _____________________________________________________________________________ E-mail Address: ____________________________________________________________________________ Business Mailing Address: ___________________________________________________________________ Business Street Address: _____________________________________________________________________ City/State/Zip: _____________________________________________________________________________ Phone Number: (_______) __________________________________________________________________ Fax Number: (________) ___________________________________________________________________ Contractor License Number: __________________________________________________________________ Pursuant to and in compliance with your notice inviting sealed Bids (Invitation To Bid), Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having ensured to its satisfaction that they have familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. _____________ through _____________, oonn file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Contract Documents. The undersigned Bidder further agrees to pay liquidated damages as described in the Contract Documents.

Page 2: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-2

Bid prices must be stated in words in accordance with these Instructions to Bidders in the blank space(s) provided for that purpose. Bidder acknowledges that it has read and fully understands all Sections of the Instructions to Bidders. The undersigned, as Bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm or corporation; and he proposes and agrees, if the proposal is accepted, that they will execute an Agreement with the CITY in the form set forth in the Contract Documents; that it will furnish the Contract Security, Insurance Certificates, Endorsements, and Policies, that it is aware that failure to properly comply with the requirements set out in the "Instructions to Bidders" and elsewhere in the Contract Documents may result in a finding that the Bidder is non-responsive and may cause a forfeiture of the Bid Security. ACCOMPANYING THIS BID IS_________________________________________________________

(insert the word(s) "cashier's check," bidder's bond," certified check," or other security as provided by law, as

the case may be) in an amount equal to at least five percent (5%) of the Total Bid, payable to the

CITY OF PALM COAST, FLORIDA

The undersigned deposits above-named security as a Bid guarantee and agrees that it shall be forfeited

to the CITY as liquidated damages (and not as a penalty in recognition of the complexity and lack of precision

in calculating damages) in case this Bid is accepted by the CITY and the undersigned fails to execute an

Agreement with the CITY as specified in the Contract Documents accompanied by the required Payment and

faithful Performance Bonds with Sureties satisfactory to the CITY, and accompanied by the required

certificates of insurance coverage, and endorsements.

Should the CITY be required to engage the services of an attorney in connection with the enforcement

of this Bid, Bidder promises to pay City’s reasonable attorney's fees and costs (including attorney's fees and

costs on appeals) incurred with or without suit.

We, the Undersigned, hereby declare that no person, persons, firm, or corporation, other than the

undersigned are interested in this Proposal as principals and that this Proposal is made without collusion with

any person, firm, or corporation. CORPORATION/COMPANY Company Name: (Seal) By: (Name typed or printed) By: (Name typed or printed)

Page 3: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-3

Address: Telephone No.: (___) FAX No.: (___) Florida State Registration Number: Federal I.D. Tax Number: INDIVIDUAL Name: (Signature) (Name typed or printed) (Title) Address: Telephone No.: (___) FAX No.: (___) County/City Registration Number: Social Security Number: Federal I.D. Tax Number: ______ Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website: palmcoastgov.com/government/purchasing.

BID SCHEDULE

The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will not be considered incidental to the Contract and no additional compensation will be allowed. Pursuant to and in compliance with your Invitation for Bid, the Instructions to Bidders, and other documents relating thereto, the undersigned hereby agrees to furnish all labor, Materials and Equipment to do the Work in strict accordance with the Contract Documents and all addenda, if any, issued prior to the date of this Bid at the Total Bid herein as follows:

Page 4: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-4

ITEM NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT 1. MOBILIZATION (INCL. BONDS,

INSURANCE, DEMOBILIZATION, RECORD DRAWINGS)

1 LS $ $

2. PRECONSTRUCTION VIDEO 1 LS $ $

3. MAINTENANCE OF TRAFFIC (US 1 AND PEAVY GRADE)

1 LS $ $

4. MAINTENANCE OF TRAFFIC (DIRT STABILIZED RECREATIONAL TRAIL INCL. BARRICADES AND SIGNS AT EACH END)

1 LS $ $

5. EROSION AND SEDIMENT CONTROL

1 LS $ $

6. SILT FENCE 15395 LF $ $

7. FLOATING TURBIDITY BARRIER 206 LF $ $

8. CLEARING AND GRUBBING (EXCLUDING TREE AND LANDSCAPE PLANT REMOVAL AT THE DECHLORINATION FACILITY)

1 LS $ $

9. DUCTILE IRON FITTINGS (RECLAIMED WATER MAIN)

A. 10" 22.5 DEGREE BEND 1 EA $ $

B. 10" 45 DEGREE BEND 6 EA $ $

C. 10" PLUG 1 EA $ $

D. 12" X 10" REDUCER 2 EA $ $

E. 16" 11.25 DEGREE BEND 1 EA $ $

F. 16" 45 DEGREE BEND 1 EA $ $

G. 18" 45 DEGREE BEND 37 EA $ $

H. 18" X 16" TEE 3 EA $ $

I. 18" WYE 1 EA $ $

J. 18" X 10" REDUCER 1 EA $ $

K. 20" X 18" REDUCER 10 EA $ $

L. 20" 45 DEGREE BEND 3 EA $ $

Page 5: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-5

ITEM NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT 10. DUCTILE IRON FITTINGS (FORCE

MAIN)

A. 20" 11.25 DEGREE BEND 1 EA $ $

B. 20" 45 DEGREE BEND 14 EA $ $

C. 20" X 16" REDUCER 1 EA $ $

D. 20" X 18" REDUCER 1 EA $ $

11. 10" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED)

436 LF $ $

12. 10" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (UNRESTRAINED)

1484 LF $ $

13. 16" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED)

166 LF $ $

14. 18" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED)

2060 LF $ $

15. 18" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (UNRESTRAINED)

5807 LF $ $

16. 20" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED)

20 LF $ $

17. 12" RECLAIMED WATER MAIN (PE) (DIRECTIONAL DRILL)

50 LF $ $

18. 20" RECLAIMED WATER MAIN (PE) (DIRECTIONAL DRILL)

1334 LF $ $

19. 20" FORCE MAIN (PVC) (OPEN CUT) (RESTRAINED)

641 LF $ $

20. 20" FORCE MAIN (PVC) (OPEN CUT) (UNRESTRAINED)

1117 LF $ $

21. 20" FORCE MAIN (PE) (DIRECTIONAL DRILL)

216 LF $ $

22. PIGGING OF 10" RECLAIMED WATER MAIN

1920 LF $ $

23. PIGGING OF 12" RECLAIMED WATER MAIN

50 LF $ $

24. PIGGING OF 16" RECLAIMED WATER MAIN

166 LF $ $

25. PIGGING OF 18" RECLAIMED WATER MAIN

7867 LF $ $

26. PIGGING OF 20" RECLAIMED WATER MAIN AND FORCE MAIN

3328 LF $ $

Page 6: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-6

ITEM NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT 27. 10" GATE VALVE 2 EA $ $

28. 16" GATE VALVE 2 EA $ $

29. 18" GATE VALVE 6 EA $ $

30. 20" GATE VALVE 1 EA $ $

31. 20" PLUG VALVE 1 EA $ $

32. TEMPORARY BLOWOFF ASSEMBLY AT PLUG

1 EA $ $

33. AIR RELEASE VALVE ASSEMBLY, TIER 22 BOX AND ACCESSORIES (RECLAIMED WATER)

6 EA $ $

34. AIR RELEASE VALVE ASSEMBLY, TIER 22 BOX AND ACCESSORIES (SEWER)

3 EA $ $

35. REMOVE PLUG AND CONNECT TO EXISTING 16" RECLAIMED WATER MAIN

1 EA $ $

36. REMOVE PLUG AND CONNECT TO EXISTING 18" RECLAIMED WATER MAIN

1 EA $ $

37. REMOVE PLUG AND CONNECT TO EXISTING 16" FORCE MAIN

1 EA $ $

38. REMOVE PLUG AND CONNECT TO EXISTING 18" FORCE MAIN

1 EA $ $

39. ABOVE GRADE METER ASSEMBLY

1 LS $ $

40. WETLAND DISCHARGE PRECAST STRUCTURE AND WEIR

1 LS $ $

41. 2" WATER SERVICE LINE AND APPURTENANCES TO DECHLORINATION FACILITY (INCL. 10"X2" SERV. SADDLE AND CORP. STOP (CONNECT TO EXIST. WM), METER AND RED. PRESSURE BACKFLOW ASSEMBLY)

440 LF $ $

42. DECHLORINATION FACILITY 1 LS $ $

43. OPEN CUT REMOVE AND REPLACE EXISTING CONCRETE MULTI-USE PATH (4" THICK CONCRETE)

224 SY $ $

Page 7: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-7

ITEM NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT 44. OPEN CUT REMOVE AND

REPLACE EXISTING ROAD (ASPHALT MILLINGS AND STABILIZED ROAD - PEAVY GRADE)

233 SY $ $

45. OPEN CUT REMOVE AND REPLACE EXISTING DIRT STABILIZED RECREATIONAL TRAIL (12" THICK)

7226 SY $ $

46. INSTALL 2” THICK NO. 57 STONE (OR OTHER CITY APPROVED COARSE AGGREGATE) ALONG SURFACE AFTER STABILIZED DIRT TRAIL HAS BEEN CONSTRUCTED, GRADED, COMPACTED, AND TESTED

463 TN $ $

47. ELECTRICAL, CONTROLS, AND INSTRUMENTATION

1 LS $ $

48. REMOVE EXISTING LIVE OAK TREES AT DECHLORINATION FACILITY AND INSTALL NEW LIVE OAK (MIN. 3.5" CALIPER, 10' HT)

2 EA $ $

49. REMOVE AND REPLACE EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION FACILITY

1 LS $ $

50. SODDING (BAHIA) 19739 SY $ $

TOTAL AMOUNT OF BID (ITEM NOS. 1 – 50) $ (Figures)

(In Words) In the event there is a discrepancy between the written total and the sum of the figures, the figures shall be recalculated and the correct total shall be used.

Page 8: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-8

UNIT PRICE SCHEDULE (Unit Prices for Adjustment)

The following unit prices, if approved by the CITY, shall be used for adjusting the Contract price for changes in the work (additions or deletions) in accordance with the provisions of an approved change order and any other modifications of the Contract. The Bidder is required to fill in the prices listed below. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. Unit prices shall include all labor, materials, equipment, transportation, and supervision representing an in-place price for each item. Scope or size of each item not otherwise indicated is as described in the construction specifications and drawings. The CITY reserves the right to approve or reject the below list on a line item basis:

Bidder Acknowledgements:

1. The Bidder acknowledges that the Total Amount of Bid stated above includes the sum of $250.00 or 1% of the Bid whichever is greater, specific consideration for indemnification.

2. The Bidder acknowledges that the Total Amount of Bid stated above includes compensation for all Work, labor, permits, bonds, equipment, materials, and any and all incidental costs necessary for the proper execution of the required services.

Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website (palmcoastgov.com/government/purchasing).

ITEM DESCRIPTION UNIT UNIT PRICE N/A CY $ N/A TON $ N/A LF $ N/A SF $

Page 9: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-9

ATTACHMENT A

DIRECT PURCHASE OF MATERIALS

DATE: ____________________________________________________ NAME OF BIDDER: ________________________________________ BUSINESS ADDRESS: ______________________________________ ___________________________________________________________ PHONE NUMBER: __________________________________________ CONTRACTOR'S FL. LICENSE #: _____________________________ EXPIRATION DATE: ________________________________________ PART 1 – GENERAL 1.01 It is the intent of the City, being a tax exempt governmental entity, to save the sales tax on the major quantities of materials supplied for this project. PART 2 – PRODUCTS 2.01 Table of Potential Items to be Direct Purchased by the City:

The table in Part 2 must be filled out in its entirety upon executed Notice of Award.

Column A

Column B

Column C

Column D

Materials For Potential

Direct Purchase

*Material Invoice Amount

Sales Tax on Material Amount

Contract Reduction Amount (B + C)

N/A N/A N/A N/A

* Invoices for the material shall be provided to the City.

Page 10: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-10

For bidding purposes and contract award, the Contractor shall bid the job as they normally would with sales tax included as part of their Bid. The Contractor shall act as the City’s purchasing agent for the purchase of various items enumerated above and thus, the City shall be the buyer in such transactions and, being a tax exempt governmental entity, the purchase transaction shall be tax exempt. However, should the Florida Department of Revenue ultimately conclude that sales tax should have been paid; the City agrees to pay the sales taxes and ensure that the Contractor is not required to pay such taxes. The Contractor shall not be obligated to defend the City against the Florida Department of Revenue for any actions by the Department claiming that sales taxes are due to the State under this Contract. The Contractor shall be responsible to place the order for the material. The Purchase Order shall be issued by the City with the City’s terms and conditions. Goods shall not be subject to trade discounts. Agreement for the City to purchase goods shall be formalized prior to purchase of goods. City shall purchase all goods from an original supplier and shall not purchase goods from a non-supplier sub-contractor. Shop drawings shall be sent to the Contractor from the Material Supplier for review, checking and coordination. After checking, the Contractor shall be responsible to forward the shop drawings to the ENGINEER for review. After review with the City, the ENGINEER shall return the shop drawings to Contractor to be returned to the Material Supplier. The Contractor shall be responsible to schedule the delivery time for the material. The Contractor shall be responsible to unload and to store the material until it is installed. The Contractor shall be responsible to provide and maintain Builders Risk Insurance on the material until the project is completed and accepted by the City. Invoices for the Material shall be submitted to the City, c/o Contractor. The Contractor shall forward the invoices to the ENGINEER. Once the ENGINEER has reviewed the invoice and the Contractor has confirmed delivery, this information shall then be forwarded to the City for payment. Payment shall be forwarded in accordance with Work Order Terms. A change order shall be negotiated that reduces the Contract Price by the amount of the material cost plus state sales tax credit (6%) and the local sales tax credit (one percent (1%) up to the first five thousand ($5,000). The Contractor shall include in his bid the handling costs, markup and profit that are associated with the installation/handling of the material. The Contractor agrees that the materials listed in Part 2 shall be added to or deleted from at the City’s choosing. The Contractor shall include all costs of administering this direct purchase of material with their bid. The Contractor shall complete all activities and assume all liabilities that are normally involved in material purchase and installation. The only intent of this Section is for the City to purchase the material directly in order to save the sales tax monies.

Page 11: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-11

ATTACHMENT B

MATERIAL AND EQUIPMENT LIST Listed below are items of material and/or equipment proposed for use in the project. The Bidder is required to fill in the manufacturer (THE NAME OF THE MANUFACTURER SHALL BE INSERTED – NOT THE NAME OF THE SUPPLIER) for each listed piece of material and/or equipment. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. BIDDER acknowledges that the bid is based on all of the specified products, unless specifically approved in writing by addendum prior to the bid date. SECTION MATERIAL AND/OR EQUIPMENT MANUFACTURER ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ By: ____________________________________________________________ Bidder _________________________________________________________________ Authorized Signature _________________________________________________________________ Date

Page 12: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-12

ATTACHMENT C

LIST OF PROPOSED SUBCONTRACTORS/SHOP FABRICATORS Project Name: WWTP NO. 2 RECLAIMED WATER WETLAND DISCHARGE SYSTEM City Project No.: ITB-CD-CME-16-15 Work Performed by CONTRACTOR. The CONTRACTOR must perform at least 50% of the total work as measured by cost (Equipment and labor) within his own organization and excluding Material costs. A failure of the CONTRACTOR to perform the required percentage of Work within his own organization constitutes a Material breach of this agreement. The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Proposal, the major subcontractor and/or shop fabricator used in the prosecution of the work shall be those listed below. Only one (1) subcontractor and/or shop fabricator shall be listed in each category. 2. The following list includes all subcontractors and/or shop fabricators who will perform work. 3. The Bidder represents that the subcontractors and/or shop fabricators listed below are financially responsible and are qualified to do the work required. (Attach additional sheets if necessary.)

PREVIOUS WORK Subcontractor EXPERIENCE % VALUE TOGETHER of total Contract

CATEGORY NAME/ADDRESS YES / NO

__________________________________________________________________________________________

Page 13: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-13

ATTACHMENT D

CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION – LOWER TIER COVERED TRANSACTIONS

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510 Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722 – 4733)

***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON NEXT PAGE ****

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by and Federal department of agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attached an explanation to this proposal. Project Name: WWTP NO. 2 RECLAIMED WATER WETLAND DISCHARGE SYSTEM City Project No.: ITB-CD-CME-16-15 _________________________________________________________________________________________ Organization Name _________________________________________________________________________________________Name and Title of Authorized Representative __________________________________________________________________________________________ Signature Date

Page 14: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-14

INSTRUCTIONS FOR DEBARMENT CERTIFICATION

1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out herein in accordance with these instructions.

2. The Certification in this clause is material representation of fact upon which reliance was placed when this

transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department of agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to whom this

proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. The terms “covered transaction”, “debarred”, “suspended”, ineligible, “lower tier covered transaction”,

“participant”, “person”, “primary covered transaction”, “principal”, “proposal”, “voluntarily exclude”, as used this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining copy of these regulations.

5. The prospective lower tier participant agrees by submitting this form 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 with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this form that it will include this clause

titles “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions”, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a perspective 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 the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List.

8. Nothing contained in the foregoing shall be construed to required establishment of a system of records in

order to render in good faith and 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.

Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into 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 or agency with which this transaction may pursue available remedies, including suspension and/or debarment.

Page 15: SECTION 00200 BID FORMS WWTP NO. 2 RECLAIMED WATER …docs.palmcoastgov.com/departments/purchasing/bids/686-8296.pdf · EXISTING LANDSCAPING BEDDING PLANTS / MULCH AT DECHLORINATION

Bid Form 00200-15

ATTACHMENT E

TRENCH SAFETY ACT SECTIONS 553.60-553.64, FLORIDA STATUTES

NOTICE TO BIDDERS: In order to comply with the Trench Safety Act, the Bidder is required to specify the costs of compliance. These costs are not a separate pay item. The Bidder must also reference the Trench Safety Standards which will be in effect during construction, and assure in writing that the Bidder will comply with the applicable Trench Safety Standards.

If not applicable, please state so.

Trench Safety Measure Units of Measure Quantity Unit Cost Extended Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total $ _______________________________ _______________________________________ Printed Name Bidder Name _______________________________ _______________________________________ Signature Date

END OF SECTION


Recommended