IRVINE UNIFIED SCHOOL DISTRICT

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

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

INFORMATION FOR BIDDERS

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

DOCUMENT INSTRUCTIONS TO BIDDERS

SECTION A - INSTRUCTIONS

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

LEGAL NOTICE - ADVERTISEMENT FOR BID

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

Central Unified School District Request for Proposal

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

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

Butte School District #1 Request for Proposal (RFP)

NOTICE INVITING BIDS FOR PURCHASE AND REMOVAL OF SURPLUS PASSENGER CARS/RAIL EQUIPMENT

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

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

TERMS AND CONDITIONS OF THE INVITATION TO BID

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

REQUEST FOR PROPOSAL Enterprise Asset Management System

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

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

ATTENTION ALL BIDDERS

PROPOSAL FOR 2019 CORRUGATED METAL PIPE BID

INVITATION FOR BID Bid #1012 Ambulance Graphics

Tulsa Community College

INSTRUCTIONS TO BIDDERS Medical Center

Instructions to Bidders Page 1 of 8

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

Request for Proposal Number 5848-RFP-14/15. Auditing Services

Contract Description; Qualifications; Proposal.

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

INVITATION TO BID MAIL DATE: 06/20/2013

INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

Masconomet Regional School District Audit Services Request for Quote

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

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

Commercial Carpet Replacement

ORDINANCE NO

Contract Description; Qualifications; Proposal.

GENEVA EAST LIFT STATION MECHANICAL UPGRADES

COUNTY OF OSWEGO PURCHASING DEPARTMENT

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

REQUEST FOR PROPOSAL Police Department Roof System Renovation

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

SECTION AGREEMENT

RETRO REFLECTIVE GLASS BEADS

The Board of Regents of the University System of Georgia by and on behalf of the Abraham Baldwin Agricultural College (ABAC)

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Gravel Crushing Forms Tender T-PW-14-02

Sunnyside Valley Irrigation District

DESIGN - BUILD PROPOSAL OF

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L

Contract Description; Qualifications; Proposal.

Saddles for Sale RFSB # N

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

Contract Description; Qualifications; Proposal.

ATTENTION ALL BIDDERS

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

INVITATION FOR BID Annual Water Meter Purchase

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

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

One Technology Court, Montgomery, AL Telephone: Bid Invitation 841 Paint Booth Disassembly

Contract Description; Qualifications; Proposal.

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

Transcription:

IRVINE UNIFIED SCHOOL DISTRICT ADDENDUM NO. 1 RENTAL OF: TEMPORARY FENCING & MISC. ITEMS BID NO. 2017/2018-2FA BID DUE DATE: NOVEMBER 13 @ 11:00 A.M. This addendum forms a part of the contract and modifies the original bid documents. It is intended that all work affected by the following modifications shall conform to related provisions and general conditions of the contract, of the original bid documents. Modify the following items wherever appearing in any portion of the bid documents. Acknowledge receipt of Addendum No. 1 in the space provided on this form as well as on the revised bid form. Failure to do so may subject bidder to disqualification. ************************************************************************************* The following revision and/or additions are hereby made: I. Information for Bidders, Award of Contract, shall now read: The award of bid, if made by the District, will be by the action of the District s Governing Board, to the lowest responsive and responsible bidder.. The basis of award shall be determined as follows: Total of ALL charges listed on the Revised Bid Form Pricing Sheets, Sections A & B - Monthly Rental Rates (both columns). II. Revisions made to the Bid Form Pricing Sheet (reference attachment), must be submitted with bid. Included fields to list total charges for Sections A and B III. Response to Request for Information (RFI), District response in Italic: Q: Page 49 Scope of Work, Section A1. Item D states contractor must repair or replace. On who s dime is this? Are you making the contractor responsible for the damages or vandalism? Also, any respectable fence company is at least 5 working days out. Our industry charges extra for interrupting the scheduled week due to unforeseen OT costs. A: 1. After the installation of temporary fencing, the District will be responsible for the charges on repairs or replacements of fence due to damages or vandalism. 2. The 24 hour response time will remain as stated in the Specifications for emergency situations. The response time for non-emergency situations will be determined by the District and awarded contractor on a case by case basis. 1

Addendum No. 1 (cont.) Q: A: Section B rental term. You are asking for a month to month price. The fence industry prices according to the longevity of the project. The rental, delivery and removal are included. For example: If you request fence for 12 months then I price it with one delivery, one removal and 12 months of rental. Section 2 will have delivery, removal and rental all in that one month (pricey). If you then decide to keep the fence for 12 months it will have 12 deliveries, 12 removals and 12 rentals all in one. That is the least efficient way and the most expensive option. It will be beneficial to the school district to choose terms. For example (up to) 3 months, (up to) 6 months and (up to) 12 months. There is no prorate in fence It is the intent of the District to utilize this bid for small projects. These projects range from thirty days through 365 days. The request for "Monthly Rental Rates" will remain as indicated on the Revised Bid Form Pricing Sheet. Clarification: Monthly rental rate is based on the fence industry - 4 weeks/28 day billing cycle. Proration will be based on the 28-day billing cycle. ALL OTHER PROVISIONS of the Bid Documents shall remain unchanged. This Addendum is hereby made a part of the Bid Documents to the same extent as those provisions contained in the original documents and all itemized listings thereof. NOTE: The failure or omission of any bidder to receive or examine any bid document, forms, instrument, addendum, specifications, plans or other documents, shall by no means relieve any bidder from any obligation with respect to his bid or to the contract. PLEASE SIGN AND RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID FORM. Company Name Signature Print Name Title 2

FIRM NAME: ADDRESS: TELEPHONE: ( ) FAX: ( ) E-MAIL ADDRESS: REVISED BID FORM AND REQUIRED DOCUMENTS ATTACHED HERETO FOR RENTAL OF: TEMPORARY FENCING & MISC. ITEMS BID NO. 2017/2018-2FA FOR IRVINE UNIFIED SCHOOL DISTRICT FACILITIES/PURCHASING 2015 Roosevelt, Building 7 IRVINE, CA 92620 3

REVISED BID FORM To: IRVINE UNIFIED SCHOOL DISTRICT acting by and through its Governing Board, herein called the DISTRICT. 1. The undersigned Bidder, having become familiarized with all the following documents including but not limited to the Notice Calling For Bids, Calendar of Events, Information For Bidders, Bid Form, Bid Form Pricing Sheet, Information Required of Bidder, all prequalification forms pursuant to Public Contract Code Section 20111.5, if any, Noncollusion Declaration, Certification of Primary Participant Regarding Debarment, Suspension & Other Responsibility Matters, Certificate of Restriction Lobbying, Requirements for Contractors Working on a Public Works Project Form, Agreement, Tobacco Use Policy, Workers Compensation Certificate, Drug-Free Workplace Certification, Notice Regarding Criminal Records Check, Certification by Contractor Criminal Records Check, all insurance requirements, Disabled Veteran Business Enterprises Certification, if applicable, W-9 Form, General Conditions and Supplemental Conditions, if any, Special Conditions, if any, drawings, specifications and all modifications, addenda and amendments, if any (hereinafter Contract Documents), the local conditions affecting the performance of the work and the cost of the work at the place(s) where the work is to be done, herby proposes and agrees to be bound by all the terms and conditions of the Bid Documents and agrees to perform, within the time stipulated, the work, including all of its component parts, and everything required to be performed, and to provide and furnish and pay for any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the work and complete in a good workmanlike manner all of the work required in accordance with laws, codes, regulations, ordinances and other legal requirements governing the work, in connections with the following: RENTAL OF: TEMPORARY FENCING & MISC. ITEMS BID NO. 2017/2018-2FA All in strict conformity with the Bid Documents, including Addenda Nos.,, and, on file at the office of Facilities Planning & Construction of said DISTRICT, the bid shall be awarded for the sum of: Each individual bid term shall be determine from reviewing the Bid Documents, and shall include all items necessary to complete the work, including the assumption of all obligations, duties, and responsibilities necessary to the successful completion of the Project, and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the work, and the furnishing of tools, equipment, supplies, transportation, facilities, labor, superintendence, and services to perform and complete the work, all as per the requirements of the Bid Documents, whether or not expressly listed or designated. 4

REVISED BID FORM PRICING SHEET *Please indicate NO BID in the column if not bidding on the line item* SECTION A: CONSTRUCTION TEMPORARY FENCING (FENCE WITH POUNDED POSTS) Item No. Description 1 12 Months Monthly Rental Rate Over 12 Months Monthly Rate Purchase 6 Chain Link Fence 6 Chain Link Fence with Pounded 1. Posts 2. 6 Tall Fence 4 Sliding Gate 3. 6 Tall Fence 12 Sliding Gate 4. 6 Tall Fence 15 Sliding Gate 5. 6 Tall Fence 24 Double Gate 8 Chain Link Fence 8 Chain Link Fence with Pounded 6. Posts 7. 8 Tall Fence 4 Sliding Gate 8. 8 Tall Fence 12 Gate 9. 8 Tall Fence 15 Sliding Gate 10. 8 Tall Fence 24 Double Gate 10 Chain Link Fence 10 Chain Link Fence with Pounded 11. Posts 12. 10 Tall Fence 4 Sliding Gate 13. 10 Tall Fence 12 Sliding Gate 14. 10 Tall Fence 15 Sliding Gate 15. 10 Tall Fence 24 Double Gate 5

REVISED BID FORM PRICING SHEET *Please indicate NO BID in the column if not bidding on the line item* SECTION A: CONSTRUCTION TEMPORARY FENCING (FENCE WITH POUNDED POSTS) Item No. Description 1 12 Months Monthly Rental Rate Over 12 Months Monthly Rate Purchase 12 Chain Link Fence 12 Chain Link Fence with Pounded 16. Posts 17. 12 Tall Fence 4 Sliding Gate 18. 12 Tall Fence 12 Sliding Gate 19. 12 Tall Fence 15 Sliding Gate 20. 12 Tall Fence 24 Double Gate Miscellaneous Items Item No. Description 1 12 Months Monthly Rental Rate Over 12 Months Monthly Rate Purchase 21. Top Rail / Tension Wire Additional Option 5-8 Tall 90% Woven Polypropylene Green Wind Screen 22. Identify billing size: 7-8 Tall 90% Woven Polypropylene Green Wind Screen Green Wind Screen 23. Identify billing size: *Note: 4 Weeks/28 Days (13 Billing Cycles) 6

REVISED BID FORM PRICING SHEET *Please indicate NO BID in the column if not bidding on the line item* SECTION B: CONSTRUCTION TEMPORARY FENCING (FENCE PANELS WITH T-STANDS) Item No. Description 1 12 Months Monthly Rental Rate Over 12 Months Monthly Rate Purchase 6 Chain Link Fence 6 Chain Link Fence Panels with 1. T-Stands 2. 6 Tall Fence 4 Sliding Gate 3. 6 Tall Fence 12 Sliding Gate 4. 6 Tall Fence 15 Sliding Gate 5. 6 Tall Fence 24 Double Gate 8 Chain Link Fence 8 Chain Link Fence Panels with 6. T-Stands 7. 8 Tall Fence 4 Sliding Gate 8. 8 Tall Fence 12 Gate 9. 8 Tall Fence 15 Sliding Gate 10. 8 Tall Fence 24 Double Gate 10 Chain Link Fence 10 Chain Link Fence Panels with 10. T-Stands 11. 10 Tall Fence 4 Sliding Gate 12. 10 Tall Fence 12 Sliding Gate 13. 10 Tall Fence 15 Sliding Gate 14. 10 Tall Fence 24 Double Gate 7

REVISED BID FORM PRICING SHEET *Please indicate NO BID in the column if not bidding on the line item* SECTION B: CONSTRUCTION TEMPORARY FENCING (FENCE PANELS WITH T-STANDS) Item No. Description 1 12 Months Monthly Rental Rate Over 12 Months Monthly Rate Purchase 12 Chain Link Fence 12 Chain Link Fence Panels with 16. T-Stands 17. 12 Tall Fence 4 Sliding Gate 18. 12 Tall Fence 12 Sliding Gate 19. 12 Tall Fence 15 Sliding Gate 20. 12 Tall Fence 24 Double Gate Miscellaneous Items Item No. Description 1 12 Months Monthly Rental Rate Over 12 Months Monthly Rate Purchase 21. Top Rail / Tension Wire Additional Option 5-8 Tall 90% Woven Polypropylene Green Wind Screen 22. Identify billing size: 7-8 Tall 90% Woven Polypropylene Green Wind Screen Green Wind Screen 23. Identify billing size: *Note: 4 Weeks/28 Days (13 Billing Cycles) 8

REVISED BID FORM PRICING SHEET *Please indicate NO BID in the column if not bidding on the line item* Section C: CONSTRUCTION TEMPORARY FENCING MISCELLANEOUS ITEMS 1. Relocate & Reinstall (per linear foot) One Time Fee: Fence with Pounded Posts, with windscreen & sliding or double gate 2. Relocate & Reinstall (per linear foot) One Time fee: Fence with Pounded Posts, without windscreen & sliding or double gate 3. Relocate & Reinstall (per linear foot) One Time Fee: Fence Panels with T-Stand, with windscreen & sliding or double gate 4. Relocate & Reinstall (per linear foot) One Time Fee: Fence Panels with T-Stand, without windscreen & sliding or double gate 5. 9 Gauge Wire Tie (for use with Wind Screen rental) (identify unit of measure) $ $ $ $ / unit of measure 6. Delivery & Set-Up Fee $ 7. Removal Fee $ 8. Slide or Swing Gate with Wheels Identify standard sizes: $ 9. Sound Blanket (per linear foot) $ 10. Replacement of Windscreen or Sound Blanket Labor cost: 11. Sand Bags $ 12. Oxford Big Foot (or equivalent) $ 13. Stabilizing Bar/Bracing: Standard Brace: Heavy Duty Brace: $ $ 9

REVISED BID FORM PRICING SHEET FENCE WITH POUNDED POSTS SECTION A Total of ALL Charges listed on the Revised Bid Pricing Sheet - Monthly Rental Rate columns ( Combine total of all pricing listed on columns 1 20 ) (in words-print legible in blue ink or typewritten): ($ ) FENCE PANELS WITH T-STANDS SECTION B Total of ALL Charges listed on the Revised Bid Pricing Sheet - Monthly Rental Rate columns ( Combine total of all pricing listed on columns 1 20 ) (in words-print legible in blue ink or typewritten): ($ ) 2. It is understood that the DISTRICT reserves the right to reject any or all bid or to waive any irregularities or informalities in any bid or in the bidding process. Bidder agrees that this bid shall remain open and not be withdrawn for the period specified in the Information for Bidders. 3. The initial term of the Agreement is through June 30, 2018. Term of the Agreement may be extended upon mutual consent of District and successful bidder(s) for an additional four (4) one (1) year periods in accordance with provisions contained in the Education Code section 17596 (K-12). The maximum term of the Agreement is five (5) years. 4. It is understood and agreed that if written notice of the award of a contract is mailed, electronic mail, faxed, or delivered to the bidder, the bidder will execute and deliver to the Irvine Unified School District the Agreement and will also furnish and deliver to the Irvine Unified School District certificates and endorsements of insurance, the Workers Compensation Certificate, Tobacco Use Policy, Drug-Free Work Place Certification, and the Criminal Records Check Certification, within five (5) working days of the notice of award of the contract.. 5. Communications conveying notice of award of the contract, requests for additional information or other correspondence should be addressed to the bidder at the address stated below. 10

6. The name(s) of all persons interested in the bid as principals are as follows: Name Address Email/Phone 7. The bidder hereby warrants that the bidder has all appropriate licenses and permits to perform the work as specified in the bid documents and that such licenses and permits will be in force and effect throughout the Agreement. 8. In submitting this bid, the bidder offers and agrees that if the bid is accepted, it will assign to DISTRICT all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Business & Professions Code Section 16700, et seq.) arising from purchases of goods, materials, or services by the bidder for sale to the DISTRICT pursuant to the bid. Such assignment shall be made and become effective at the time the DISTRICT tenders final payment under the contract. (Public Contract Code Section 7103.5; Government Code Section 4450, 4451 and 4552). 9. The undersigned hereby warrants that the bidder has an appropriate license(s) at the time of the bid opening, that such licensee entitles the bidder to provide the work that such license will be in full force and effect throughout the duration of performance of this Project. Bidder shall be nonresponsive if the Bidder is not licensed as required by the DISTRICT at the time of the bid opening. 10. The bidder hereby certifies that it is, and at all times during the performance of work hereunder shall be, in full compliance with the provisions of the Immigration Reform and Control Act of 1986 ( IRCA ) in the hiring of its employees, and the bidder shall indemnify, hold harmless and defend the DISTRICT against any and all actions, proceedings, penalties or claims arising out of the bidder s failure to comply strictly with the IRCA. 11. It is understood and agreed that if requested by the DISTRICT, the bidder shall furnish a notarized financial statement, references, and other information required by the DISTRICT sufficiently comprehensive to permit an appraisal of bidder s ability to perform the Project. 12. Time is of the essence. 13. The required Noncollusion Declaration is attached as required by Public Contract Code Section 7106. Bidder understands and agrees that failure to submit a completed and signed declaration will render the bidder automatically nonresponsive. 14. The Information Required of Bidder Form has been fully completed and is attached hereto. 15. Failure to complete the Bid Form and Bid Form Pricing Sheet in its entirety will render a bidder nonresponsive. 11

The undersigned hereby declares that all of the representatives of this bid are made under penalty of perjury under the laws of the State of California. Individual Name: Signed by: Print Name: Date: Telephone: ********************************************************************************************************************* Partnership Name: Signed by: Print Name: Date: Telephone: Other Partner(s): ********************************************************************************************************************* Corporation Name: Telephone (a Corporationˡ) Signed by:, President Date: Print Name:, President Date: Signed by:, Secretary Date: Print Name:, Secretary Date: (Corporate Seal) ˡA corporation awarded the contract shall furnish evidence of its corporate existence and evidence that the officer signing the Agreement and bonds is duly authorized to do so. 12

Joint Venturer Name: Signed by: Print Name: Date: Telephone: ********************************************************************************************************************* Other Parties If an individual Name: to Joint Venturer Signed by: Print Name: Date: Doing Business as: Telephone: If a Partnership Name: Signed by: Print Name: Date: Telephone: If a Corporation Signed by: Print Name: Title: Date: Telephone: Name: (a Corporation) 13