DBE Project Goal 0.4% · DBE Project Goal 0.4% , 20 Chief Engineer Engineering Division Department...
Transcript of DBE Project Goal 0.4% · DBE Project Goal 0.4% , 20 Chief Engineer Engineering Division Department...
P-1 Addendum 2
P R O P O S A L
FOR
DEPARTMENT OF LAND AND NATURAL RESOURCES
ENGINEERING DIVISION State of Hawaii
JOB NO. B46XM71A
Lahaina Small Boat Harbor Ferry Pier Improvements Lahaina, Maui, Hawaii
DBE Project Goal
0.4%
, 20
Chief Engineer Engineering Division Department of Land and Natural Resources State of Hawaii
Honolulu, Hawaii
Dear Sir:
The undersigned, having carefully examined the local conditions and all available records and information covering conditions which may affect the cost of the work to be performed, and having carefully examined the Plans and Specifications, and other contract documents, hereby proposes to furnish and pay for all materials, tools, equipment, labor and other incidental work necessary to construct the Lahaina Small Boat Harbor Ferry Pier Improvements as required or called for in this Proposal, all according to the true intent and meaning of the Notice to Bidders, Information and Instructions to Bidders, Proposal, Detailed Specifications, Interim General Conditions, Plans, and any and all addenda for:
JOB NO. B46XM71A
Lahaina Small Boat Harbor Ferry Pier Improvements
Lahaina, Maui, Hawaii
on file in the office of the Engineering Division for the TOTAL BASE BID (Items 1 to 31) of:
Dollars ($ )
and will fully complete all work under this contract within 570 consecutive calendar days from the date of
written notice to proceed, including date of said order, said total sum being itemized on the following
pages.
P-2 Addendum 2
PROPOSAL
Item
No.
Quantity
Unit
Description
Unit Price
Total
BASE BID
1.
LS
Demolition Work; to include demolition,
hauling & disposal as required to construct
new improvements.
$
2.
LS
Pollution/Erosion Control, including
landside and in-water BMPS, testing and
monitoring.
$
3.
LS
Concrete Pier and Concrete Gangway,
including aluminum guardrail, FRP grating,
rub rails, mooring cleats, valve boxes,
hose bib, and pump out stanchion, in place
complete.
$
4.
1,147
LF
Drilled Shafts, Sixteen 2’-6” diameter
with ¾” thick steel casing; including
reinforcing, testing/ monitoring, removal
and drying of spoils, in place complete.
$
$
5.
200
LF
Micropiles, 4 #9 Grade 75 all thread rebar
at gangway abutment; including
testing/monitoring, nuts, couplings,
washers, and grout, in place complete.
$
$
6.
1,040
LF
Micropiles, 26 #11 all thread rebar at
building; including testing, plates, nuts, couplings, washers, and grout, in place
complete.
$
$
7.
LS
Gangway Abutment, including concrete,
reinforcing, extruded polystyrene (XPS),
and joint filler, in place complete.
$
8.
LS
Aluminum Gangway, 38’-5” long by 15’
wide, including pipe supports, in place
complete.
$
9.
LS
Wooden Trellis at concrete pier, including
lumber, hardware, finishing and concrete
pedestal with rock veneer, in place
complete.
$
10.
LS Site Grading, as required to construct new
improvements.
$
11.
LS
7” Concrete Pavement; including traffic
control, excavation, subgrade preparation,
base course, jointing, finishing, striping,
signing, curbs, gutter, sidewalk, AC
pavement transitions, curb ramp, wheel
stops, removable and permanent bollards,
and appurtenances, in place complete.
$
P-3 Addendum 2
Item
No.
Quantity
Unit
Description
Unit Price
Total
BASE BID CONTINUED
12.
LS
Informational Kiosk, including moss rock
veneer base, posts, frames for signage, and
metal corrugated roof, in place complete.
$
13.
LS
Waterline, 4” PVC C900 pipe, including
excavation, bedding, backfill, connections,
valves, fittings, concrete blocks, and
appurtenances, chlorination and testing, in
place complete
$
14.
LS
Waterline, 3/4” HDPE and copper pipe,
including excavation, bedding, backfill,
connections, valves, fittings, and
appurtenances, chlorination and testing, in
place complete.
$
15.
LS
Sewer Force main, 2” DR 11 HDPE pipe,
including trench excavation, bedding,
backfill, connections, bends, concrete
reaction blocks, and appurtenances, in
place complete.
$
16.
LS
Fuel line, 3” fiberglass double wall pipe,
including trench excavation, bedding,
backfill, connections, bends, and
appurtenances, in place complete.
$
17.
LS
Grinder Pump Station, including
excavation, bedding, fiberglass basin,
pumps, interconnecting piping, discharge
piping, electrical starters and controls,
protective coatings, and appurtenances, in
place complete.
$
18.
LS
Vessel Pump Out System, including pump,
panels, interconnecting piping, suction
piping, discharge piping, mounting, and
appurtenances, in place complete.
$
19.
LS
Precast Concrete Dead Man, including
excavation, bedding, backfill, concrete,
reinforcing, rod anchors, tie backs,
connections, and appurtenances, in place
complete.
$
20.
LS
Administration Building, including
foundation, structure, mechanical systems,
sanitary facilities, exterior landing
improvements, exterior stairs, CRM walls,
exterior wood fencing, interior and exterior
finishing, flood barriers, and
appurtenances, in place complete.
$
P-4 Addendum 2
Item
No.
Quantity
Unit
Description
Unit Price
Total
BASE BID CONTINUED
21.
LS
Seawall repair, including grout, dowels,
formwork, BMPs and monitoring, in place
complete.
$
22.
LS
Administration Building Electrical Work, in
place complete.
$
23.
LS
Site Electrical Work, including the Ferry
Pier, pump out system, grinder pump,
lighting and all other electrical
improvements, in place complete
$_____________
24. LS Project Sign, in place complete. $
25. LS Traffic Control $
26. LS Archaeological Monitoring $
27. LS Geotechnical Engineering Monitoring and
Testing Services
$
28. Allowance Additional Environmental Controls $ 100,000.00
29. Allowance DOBOR & CM Temporary Office $ 75,000.00
30. Allowance Kiosk 24” x 30” Signs $ 5,000.00
Subtotal Bid (Items 1-30) $
31.
LS Mobilization and Demobilization (not to
exceed 10% of the Subtotal Bid)
$
Total Bid (Items 1-31) $
DBE Contract Goal $
P-5 Addendum 2
CONDITION OF AWARD
It is understood that the award of the contract will be made on the basis of the lowest responsible Total
Base Bid (Items 1 to 31), and meeting or exceeding the DBE project goal, or makes a good faith effort
to meet or exceed the DBE project goal, selected by the Board of Land and Natural Resources. Write
the total for Base Bid items 1 to 31 on page P-1 and DBE contract goal on page P-4.
It is understood and agreed that the Board of Land and Natural Resources reserves the right to reject any
and/or all bids and waive any defects when, in the Board's opinion, such rejection or waiver will be for
the best interest of the State of Hawaii.
In the event all bids exceed available funds certified by the appropriate fiscal officer, the head of the
purchasing agency responsible for the procurement in question is authorized in situations where time or
economic considerations preclude resolicitation of work of a reduced scope to negotiate an adjustment
of the bid price, including changes in the bid requirements, with the low responsible and responsive
bidder, in order to bring the bid within the amount of available funds. It is understood and agreed upon that
the head of the purchasing agency may delete a portion or all any item(s) in the proposal at the stated
unit or lump sum price as necessary to stay within the available funding. The bidder is responsible to
make an earnest effort to represent the actual cost of each item, including all materials, labor, equipment,
overhead and profit in their bid proposal to preclude claims of anticipated profit or loss of profit
because of an unbalanced bid proposal.
It is also understood that if a mutually agreeable cost for the reduced scope of work necessitated by a
lack of available funds cannot be agreed upon between the bidder and the head of the purchasing
agency within 14 calendar days after the bid opening, then the bid may be rejected in the best interest of
the purchasing agency, and the head of the purchasing agency may negotiate in progressive order
(lowest to highest) with the next lowest responsible and responsive bidder.
It is also understood and agreed that the award of the contract shall be conditioned upon funds being
made available for this project and further upon the right of the Board of Land and Natural Resources to
hold all bids received for a period of ninety (90) days from the date of the opening thereof, unless
otherwise required by law, during which time no bid may be withdrawn.
It is also understood that Notice to Proceed may be delayed up to eighteen (18) months after the bid
opening date, and that no additional compensation will be provided for any claim for escalation or delay
for issuance of Notice to Proceed on or before that date.
It is also understood and agreed that the quantities given herewith are approximate only and are subject
to increase or decrease, and that the undersigned will perform all quantities of work as either increased or decreased, in accordance with the provisions of the Contract Specifications.
It is also understood and agreed that the estimated quantities shown for the items for which a UNIT
PRICE is asked in this Proposal are only for the purpose of comparing on a uniform basis, bids offered
for the work under this contract, and the undersigned agrees that he is satisfied with and will at no time,
dispute said estimated quantities as a means of claims for anticipated profit or loss of profit, because of
a difference between the quantities of the various classes of work done or the materials and equipment
installed, and the said estimated quantities. On UNIT PRICE bids, payment will be made only for the actual number of units incorporated into the finished project at the contract UNIT PRICE.
After the HIePRO bid due date and time, the figures will be extended and/or totaled in accordance with
the bid prices of the acceptable proposals and the totals will be compared. In the comparison of bids,
P-6 Addendum 2
words written in the proposal shall govern over figures and unit prices will govern over totals. Until the
award of the contract, however, the right will be reserved to reject any and all proposals and to waive
any defects or technicalities as may be deemed best for the interest of the State.
It is also understood and agreed that due to the use of Federal funding for this project, the DBE
provisions contained in the section on “Disadvantage Business Enterprise Requirements” shall
govern and the Contractor’s attention is called to this section to ensure compliance with the
provisions contained therein. The comparison of bids will include meeting the DBE project goal
as prescribed in the section.
It is also understood and agreed that liquidated damages in the amount of One thousand and No/100
Dollars ($1,000) for each and every calendar day in excess thereof prior to completion of the contract
shall be withheld from payments due to the Contractor.
It is also understood and agreed that if this bid is accepted, the successful bidder must enter into and
execute a contract with the Board of Land and Natural Resources and furnish a Performance and
Payment Bond, as required by law. These bonds shall conform to provisions of Section 103D-324 and 325, Hawaii Revised Statutes and any law applicable hereto.
It is also understood and agreed that the successful bidder will provide all necessary labor, materials,
tools, equipment, and other incidentals necessary to do all the work and furnish all the materials
specified in the contract in the manner and time herein prescribed, and according to the requirements of
the Engineer as therein set forth.
It is understood that by submitting this proposal, the undersigned is declaring that his firm has not been
assisted or represented on this matter by an individual who has, in a State capacity, been involved in the
subject matter of this contract in the past two years.
It is understood that by submitting this proposal in accordance with HAR 3-122-192, the undersigned is
declaring that the price submitted is independently arrived without collusion.
It is also understood that by submitting this proposal, a Certification for Safety and Health Programs for
bids in excess of $100,000 (in accordance with HRS 396-18), the undersigned certifies that his
organization will have a written safety and health plan for this project that will be available and
implemented by the Notice to Proceed date of this project. Details of the requirements of this plan may
be obtained from the Department of Labor and Industrial Relations, Occupational, Safety and Health
Division (HIOSH).
It is further understood and agreed that the successful bidder shall comply with paragraph 3.1.a
"SUBCONTRACTING" of the General Provisions which requires that the contractor shall perform with
his own organization and with the assistance of workmen under his immediate superintendence, work
of a value not less than twenty percent (20%) of the value of all work embraced in the Contract, except that certain contract items of work, if specifically referred to in the special provisions, will be exempted
from said twenty percent requirement.
Compliance with §103-310 HRS. As a condition of award all bidders shall comply with all laws
governing entities doing business in the State, including Chapter 237 HRS (general excise tax); Chapter
383 HRS (employment security – unemployment insurance); Chapter 386 HRS (workers
compensation); Chapter 392 HRS (temporary disability insurance); and Chapter 393 HRS (pre-paid
health care), and shall produce all documents to the State (DLNR, Engineering Division) required to
P-7 Addendum 2
demonstrate compliance with these subsections. Any bidder making a false affirmation or certification
under this subsection shall be suspended and may be debarred from further offerings or awards pursuant
to §103D-702 HRS.
RECEIPT OF ADDENDA
The bidder also acknowledges receipt of any and all addenda issued by the Engineering Division, by
recording the date of receipt of the respective addenda in the space provided below:
HIePRO
Addendum
Date Received
HIePRO
Addendum
Date Received
No. 1 No. 5
No. 2 No. 6
No. 3 No. 7
No. 4 No. 8
It is understood that failure to receive any such addendum shall not relieve the Contractor from any
obligation under this Proposal as submitted.
It is also understood and agreed that if this Proposal is accepted and the undersigned should fail or
neglect to contract as aforesaid, the Board may determine that the bidder has abandoned the Contract,
and thereupon, forfeiture of the security accompanying his proposal shall operate and the same shall
become the property of the Board.
P-8 Addendum 2
JOINT CONTRACTORS, SUBCONTRACTORS, SUPPLIERS, OR MANUFACTURERS
TO BE ENGAGED ON THIS PROJECT
The Bidder agrees that the following is a complete listing of all joint contractors or subcontractors
covered under Chapter 444, Hawaii Revised Statutes (HRS), who will be engaged by the Bidder on
this project to perform the required work indicated pursuant to Section 103D-302, HRS. It is the sole
responsibility of the contractor to review the requirements of this Project and determine the
appropriate licenses that are required to complete the Project. The Bidder certifies that the completed
listing of joint contractors or subcontractors fulfills the requirements for the project and the Bidder,
together with the listed subcontractors or joint contractors have all the specialty contractor’s licenses
to complete the work, except as provided for in HRS §103D-302(b). Failure of the Bidder to comply
with this requirement may be just cause for rejection of the bid.
“A” General Engineering Contractors and “B” General Building Contractors are reminded that due to
the Hawaii Supreme Court’s January 28, 2002 decision in Okada Trucking Co., Ltd. v. Board of
Water Supply, et al., 97 Haw. 450 (2002), they are prohibited from undertaking any work, solely or as
part of a larger project, which would require the general contractor to act as a specialty contractor in
any area in which the general contractor has no license. Although the “A” and “B” contractor may
still bid on and act as the “prime” contractor on an “A” or “B” project (See, HRS §444-7 for the
definitions of an “A” and “B” project.), respectively, the “A” and “B” contractor may only perform
work in the areas in which they have the appropriate contractor’s license (An “A” or “B” contractor
obtains “C” specialty contractor’s licenses either on its own, or automatically under HAR § 16-77-
32). The remaining work must be performed by appropriately licensed entities.
General Engineering “A” Contractors automatically have these “C” specialty contractor’s licenses: C-3, C-
9, C-10, C-17, C-24, C-31a, C-32, C-35, C-37a, C-37b, C-38, C-43, C-49, C-56, C-57a, C-57b and C-61.
General Building “B” Contractors automatically have these “C” specialty contractor’s licenses: C-5, C-6,
C-10, C-12, C-24, C-25, C-31a, C-32a, C-42a and C-42b.
In completing the Joint Contractors or Subcontractors List, describe the specialty contractor’s nature
and scope of work to be performed for this project and provide the complete firm name of the joint
contractor or subcontractor in the respective columns. If the Bidder is a general contractor and
providing the work of the required specialty contractor, fill in the Bidder’s (general contractor’s) name and nature and scope of work to be performed on this project.
List only one joint contractor or subcontractor per required specialty contractor’s classification, unless
within the same specialty, the work of each joint contractor or subcontractor can be described so that
there is no overlap in work descriptions.
If a contractor’s license is required by law for the performance of the work which is called for in this
bid, the bidder and all subcontractors must have the required license before the submission of the
bidder’s proposal in the case of a non-federal aid project, and for federal-aid projects, the bidder
must have the required license prior to the award of the project and all subcontractors prior to
the start of the subcontracted work.
The Bidder asserts that affirmative action has been taken to seek out and consider Disadvantage
Business Enterprises (DBEs) for portions of the work which can be subcontracted, and the affirmative
actions of the bidder are fully documented in its records and are available upon request by the
Department. It is also understood that it must meet or exceed the DBE project goal listed on P-1, or
P-9 Addendum 2
demonstrate that it made good faith efforts to meet the DBE project goal. The bidder agrees to utilize
each participating DBE that it submitted to meet the contractor’s written contract goal (on page
P-4) if the contract is awarded to it and shall maintain such DBE participation during construction of
this project.
COMPLETE FIRM NAME OF
SUBCONTRACTOR
(Attach Additional Sheets if Necessary)
NATURE AND SCOPE OF WORK
TO BE PERFORMED
DBE (Y/N)
1.
1a1
2.
2a.
3.
3a.
4.
4a.
5.
5a.
6.
6a.
7.
7a.
8.
8a.
9
9a.
10.
10a.
NOTES: FIRMS CLAIMING DBE STATUS MUST BE CERTIFIED WITH STATE OF HAWAII, DEPARTMENT OF
TRANSPORTATION (HDOT) PRIOR TO THE BID OPENING DATE. PRIME BIDDER MUST REASONABLY ASSURE
ITSELF THAT THE LISTED FIRMS CLAIMING DBE STATUS ARE CERTIFIED WITH HDOT AS OF THE BID
OPENING DATE.
THE NAME OF FIRM AND NATURE OF WORK SHALL BE INDICATED FOR ALL FIRMS.
1 Second tier subcontractors
P-10 Addendum 2
COMPLETE FIRM NAME OF
JOINT CONTRACTOR
(Attach Additional Sheets if Necessary)
NATURE AND SCOPE OF WORK TO BE
PERFORMED
DBE
(Y/N)
1.
1a1
2.
2a.
COMPLETE FIRM NAME OF
DBE SUPPLIER
(Attach Additional Sheets if Necessary)
NATURE AND SCOPE OF WORK TO BE
PERFORMED
1.
1a.
2.
2a.
COMPLETE FIRM NAME OF
DBE MANUFACTURER
(Attach Additional Sheets if Necessary)
NATURE AND SCOPE OF WORK TO BE
PERFORMED
1.
1a.
2.
2a.
3.
3a.
NOTES: FIRMS CLAIMING DBE STATUS MUST BE CERTIFIED WITH STATE OF HAWAII, DEPARTMENT OF
TRANSPORTATION (HDOT) PRIOR TO THE BID OPENING DATE. PRIME BIDDER MUST REASONABLY ASSURE
ITSELF THAT THE LISTED FIRMS CLAIMING DBE STATUS ARE CERTIFIED WITH HDOT AS OF THE BID
OPENING DATE.
THE NAME OF FIRM AND NATURE OF WORK SHALL BE INDICATED FOR ALL FIRMS.
1 Second tier subcontractors
P-11 Addendum 2
Enclosed herewith is a:
1. Surety Bond (*1) )
2. Legal Tender (*2) )
3. Cashier's Check (*3) )
4. Certificate of Deposit (*3) ) in the
5. Certified Check (*3) ) amount
6. Official Check (*3) ) of
7. Share Certificate (*3) )
8. Teller's Check (*3) )
9. Treasurer's Check (*3) )
(Cross Out Those Not Applicable)
Dollars ($ )
as required by law.
Respectfully submitted,
Name of Company, Joint Venture
or Partnership
Contractor's License No.
By
Signature (*4)
Title
Print Name
Date
Address
Telephone No.
E-Mail Address
P-12 Addendum 2
NOTES:
1. Surety bond underwritten by a company licensed to issue bonds in this State;
2. Legal tender; or
3. A certificate of deposit; share certificate; or cashier's, treasurer's, teller's, or official check
drawn by, or a certified check accepted by, and payable on demand to the State by a bank, a
savings institution, or credit union insured by the Federal Deposit Insurance Corporation or
the National Credit Union Administration.
A. These instruments may be utilized only to a maximum of $100,000.
B. If the required security or bond amount totals over $100,000, more than one
instrument not exceeding $100,000 each and issued by different financial institutions
shall be accepted.
4. Please attach to this page evidence of the authority of this officer to submit bids on behalf
of the Company and also the names and residence addresses of all officers of the Company.
5. Fill in all blank spaces with information asked for or bid may be invalidated. PROPOSAL
MUST BE INTACT, MISSING PAGES MAY INVALIDATE YOUR BID.
Federal Certifications
CERTIFICATION AND RESTRICTIONS ON LOBBYING
I, ________________________________________________ , hereby certify (Name and title of official)On behalf of _______________________________________ that: (Name of Bidder/Company Name)
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, and officer or employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any 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.
If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer
or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in
connection with the 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.
The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including
subcontracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission ofthis certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. $ 1352 (as amended by the Lobbying DisclosureAct of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure.The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification andunderstands that the provisions of 31 U.S.C. Section 3801, et seq., are applicable thereto.
Name of Bidder/Company Name __________________________________________Type or print name __________________________________________Signature of Authorized representative ____________________________________ Date ___/___/________Signature of notary and SEAL __________________________________________
P-13
GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signedcertification set out below.
1. It will comply and facilitate compliance with U.S. DOT regulations, “Nonprocurement Suspension and Debarment,” 2 CFR part 1200, whichadopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment andSuspension (Nonprocurement),” 2 CFR part 180,
2. To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier:
a. Are eligible to participate in covered transactions of any Federal department or agency and are not presently:
1. Debarred
2. Suspended
3. Proposed for debarment
4. Declared ineligible
5. Voluntarily excluded
6. Disqualified
b. Its management has not within a threeyear period preceding its latest application or proposal been convicted of or had a civil judgmentrendered against any of them for:
1. 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,
2. Violation of any Federal or State antitrust statute, or
3. Proposed for debarment commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making anyfalse statement, or receiving stolen property
c. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) withcommission of any of the offenses listed in the preceding subsection 2.b of this Certification,
d. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a threeyear periodpreceding this Certification,
e. If, at a later time, it receives any information that contradicts the statements of subsections 2.a – 2.d above, it will promptly provide thatinformation to FTA,
f. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part1200 and 2 CFR part 180 if it:
1. Equals or exceeds $25,000,
2. Is for audit services, or
3. Requires the consent of a Federal official, and
g. It will require that each covered lower tier contractor and subcontractor:
1. Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and
2. Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be:
a. Debarred from participation in its federally funded Project,
b. Suspended from participation in its federally funded Project,
c. Proposed for debarment from participation in its federally funded Project,
d. Declared ineligible to participate in its federally funded Project,
e. Voluntarily excluded from participation in its federally funded Project, or
f. Disqualified from participation in its federally funded Project, and
3. It will provide a written explanation as indicated on a page attached in FTA’s TrAMSWeb or the Signature Page if it or any of its principals,including any of its first tier Subrecipients or its Third Party Participants at a lower tier, is unable to certify compliance with the precedingstatements in this Certification Group.
Certification
Contractor __________________________________________________________________________Signature of Authorized Official ____________________________________ Date ___/ ___/ ________Name and Title of Contractor's Authorized Official __________________________________________
P-14
BUY AMERICA CERTIFICATION(STEEL OR MANUFACTURED PRODUCTS)
[61 FR 6302, Feb. 16, 1996, as amended at 74 FR 30239, June 25, 2009]
General Requirement (as stated in 49 CFR 661.5)
a. Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and
manufactured products used in the project are produced in the United States.
b. All steel and iron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel
additives.
c. The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as,
transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams
and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other
manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components.
d. For a manufactured product to be considered produced in the United States:
1. All of the manufacturing processes for the product must take place in the United States; and
2. All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United
States, regardless of the origin of its subcomponents.
If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shallbe completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b).
Certificate of Compliance with Buy America Requirements
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part661.Company _______________________________________________________________________Name ____________________________________ Title __________________________________Signature ____________________________________ Date __________________________________
Certificate of NonCompliance with Buy America Steel or Manufactured Products Requirements The bidderor offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception to the requirementpursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7.Company _______________________________________________________________________Name ____________________________________ Title __________________________________Signature ____________________________________ Date __________________________________
P-15
Approved by OMB
0348-0046
Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352
(See reverse for public burden disclosure)
1. Type of Federal Action:
a. contract
____ b. grant
c. cooperative agreement
d. loan
e. loan guarantee
f. loan insurance
2. Status of Federal Action:
a. bid/offer/application
_____ b. initial award
c. post-award
3. Report Type:
a. initial filing
_____ b. material change
For material change only:
Year _______ quarter _______
Date of last report___________
4. Name and Address of Reporting Entity:
____ Prime _____ Subawardee
Tier______, if Known:
Congressional District, if known:
5. If Reporting Entity in No. 4 is Subawardee,
Enter Name and Address of Prime:
Congressional District, if known:
6. Federal Department/Agency: 7. Federal Program Name/Description:
CFDA Number, if applicable: ____________
8. Federal Action Number, if known: 9. Award Amount, if known:
$
10. a. Name and Address of Lobbying Registrant
(if individual, last name, first name, MI):
b. Individuals Performing Services (including address if
different from No. 10a)
(last name, first name, MI):
11. Information requested through this form is authorized by
title 31 U.S.C. section 1352. This disclosure of lobbying
activities is a material representation of fact upon which
reliance was placed by the tier above when this transaction
was made or entered into. This disclosure is required
pursuant to 31 U.S.C. 1352. This information will be reported
to the Congress semi-annually and will be available for public
inspection. Any person who fails to file the required
disclosure shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
Signature: __________________________________
Print Name: _____
Title: _____
Telephone No.: ____________ Date: _______
Federal Use Only Authorized for Local Reproduction
Standard Form - LLL (Rev. 7-97)
P-16
INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the
initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section
1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both
the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and
Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the
outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the
information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last
previously submitted report by this reporting entity for this covered Federal action.
4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if
known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or
subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier.
Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.
5. If the organization filing the report in item 4 checks “Subawardee,” then enter the full name, address, city, State and
zip code of the prime Federal recipient. Include Congressional District, if known.
6. Enter the name of the federal agency making the award or loan commitment. Include at least one organizational level
below agency name, if known. For example, Department of Transportation, United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full
Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan
commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g.,
Request for Proposal (RFP) number; Invitations for Bid (IFB) number; grant announcement number; the contract,
grant, or loan award number; the application/proposal control number assigned by the Federal agency). Included
prefixes, e.g., “RFP-DE-90-001.”
9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the
Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act
of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action.
(b) Enter the full names of the individual(s) performing services, and include full address if different from 10(a).
Enter Last Name, First Name, and Middle Initial (MI).
11. The certifying official shall sign and date the form, print his/her name, title, and telephone number.
According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays
a valid OMB control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting
burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions,
searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information.
Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this
burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503
P-17
END OF PROPOSAL