PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid*

Similar documents
PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid*

PROPOSAL PACKAGE INFORMATION SHEET

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

5. BID FORMS TABLE OF CONTENTS

Suite 300 Tenant Improvement

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

REQUIRED BID FORMS SECTION

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

University of California, Riverside Barn Expansion

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

NOTICE INVITING BIDS

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

REQUIRED BID FORMS SECTION

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

Field 6 Fence Phase 1

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID FOR LUMP SUM CONTRACT

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

RETIREE HEALTH BENEFITS TRUST

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017

TULARE COUNTY OFFICE OF EDUCATION. Router

Replacement of Existing Carpet at City Hall

DOCUMENT TABLE OF CONTENTS

SECTION 1.A BID FOR LUMP SUM CONTRACT

SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS

PROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

TULARE COUNTY OFFICE OF EDUCATION. Router

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

ADDENDUM For Reference For Bidders

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1284W - REBID PARADISE MEADOWS 5.0 MG TANK NOTICE INVITING BID

PURCHASING SPECIFICATION

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

PUBLIC WORKS DEPARTMENT PUBLIC SERVICES DIVISION PROJECT TITLE: MSC SECURITY CAMERA SYSTEM UPGRADE AND SECURITY CARD ACCESS EXPANSION

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

2. Develop recommendations and best practices for the District to following in serving these students.

CITY OF LAGUNA NIGUEL PLANS, AND FOR

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

BID FORM (Lump Sum or Unit Price)

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

Bid No. B17-13 Bldg 1300 HVAC

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

Contract Documents For Invitation for Bid No Anaerobic Digester Dome Seal Repair and Cleaning of Digesters

BERRIEN COUNTY ROAD DEPARTMENT

ADVERTISEMENT FOR BIDS

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

BID NO VOLUME I. Date Due: May 30, 2018 at 9:00am

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor


Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department

LONE TREE SCHOOL FLOORING REPLACEMENT

Construction Bid Package

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

For Review Only Official Bid Packet available at Athens County Engineer's Office

Bid No. B17-07 HVAC Controls

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

MUNICIPAL POOL REHABILITATION

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA

X General Construction Structural Steel X HVAC

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

Transcription:

PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid* SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES NOTICE TO BIDDERS: The attached Proposal sheets, when completed by you and returned to this District, constitute your Bid on this specification. Please do not submit the bound copy of the specifications as your Bid. The envelope enclosing the proposal MUST be sealed and addressed as follows: Regular or Express Mail FedEx or Hand-Deliver General Manager, EMWD General Manager, EMWD Attention: Engineering Department Attention: Engineering Department P.O. Box 8300 2270 Trumble Road Perris, CA 92572-8300 Perris, CA 92570 The envelope MUST be plainly marked in the upper left hand corner with the name and address of the bidder, and bear the words: Proposal For (Name of Work) (Date and Hour) (Specification No.) THE FOLLOWING MUST BE SUBMITTED WITH BID: Proposal Sheet (C-3) Signature required MBE/WBE Form D Must be submitted with bid Bidding Sheets and Total (Unit Price In Words) includes Equipment and Materials List 5 Year Experience & Resume Forms (BR-1) Subcontractors List (C-5c) Contractor's Licensing Statement (C-6) Non-Collusion Affidavit (C-7) Notary Not Required Cal Osha Form 300A (C-16) Contractor s Cal Osha Compliance History and SIC Code (C-17) Original Bid Bond (BD-1) Signed & Sealed By You And Your Surety Company, to include Surety Acknowledgement PLEASE FILL-IN AND COMPLETE ALL REQUIRED AREAS FAILURE TO COMPLETE THIS PROPOSAL PACKAGE MAY RENDER YOUR BID"NON-RESPONSIVE"

P R O P O S A L The undersigned hereby declares, as Bidder, that the only persons or parties interested in this proposal as principals are those named herein; that no director or any other officer or employee of the Eastern Municipal Water District is in any manner interested directly or indirectly in this proposal or in the profits to be derived from the contract proposed to be taken; that this bid is made without any connection with any person or persons making a bid for the same purpose; that the bid is in all respects fair and without collusion or fraud; that he has read the Notice Inviting Bids and the Instructions to Bidders and agrees to all the stipulations contained herein; that he proposes and agrees that if his bid as submitted in the attached sheets, be accepted he will contract in the form so approved and furnish the items called for in accordance with the provisions of said approved form of Agreement and the Specifications and to deliver the same within the time stipulated therein; and that he will accept in full payment therefore the prices named in said Bid Sheet. The Bidder further agrees, that upon receipt of written notice of the acceptance of this proposal within 60 days after the day of opening bids (unless otherwise specified in the Notice Inviting Bids) he will execute and return the Contract in accordance with the proposal as accepted and furnish the required bond(s) within SEVEN (7) days from the date of mailing the Notice of Acceptance of Proposal to him at his address given below, or within such time as allowed by the Engineer; and that upon his failure or refusal to do so within the said time, then the certified or cashier's check or bond accompanying this bid shall become the property of and be retained by the Eastern Municipal Water District as liquidated damages for such failure or refusal, and shall be deposited with the Treasurer of said Eastern Municipal Water District as monies belonging to the Eastern Municipal Water District; provided, that if said Bidder shall execute the Contract and furnish the required bond within the time aforesaid, his check or bond shall be returned to him thereafter. The Bidder further declares that the surety or sureties named in the attached sheet have agreed to furnish bond in form and amount set forth in the accompanying Notice Inviting Bids and paragraph B-7 of the Instructions to Bidders, in the event contract is awarded on basis of this proposal. Company: Address: Date: By: (Print Name) (Name should appear below) (Signature of Owner or Officer required) Name(s) of Member of Firm or Office of Corporation authorized to enter into a binding Contract: Address (if different from above) For further details on this proposal, please contact: Name: Address: Email Address: Telephone: C-3 00024 Proposal (7)

FORM D SELECTED MINORITY- AND WOMEN-OWNED BUSINESS ENTERPRISES (MBE/WBEs) FORM D MUST BE SUBMITTED AT TIME OF BID CONTRACT RECIPIENTS NAME SPECIFICATION NO. PROJECT DESCRIPTION PROJECT LOCATION GENERAL CONTRACTOR INFORMATION NAME AND ADDRESS (Include ZIP Code, Federal Employer Tax ID #) ο MBE ο WBE PHONE AMOUNT OF CONTRACT$ MBE/WBE INFORMATION Please identify MBE/WBE firms selected below. If no MBE/WBE firms are used, please indicate NONE ο NONE (IF NO MBE/WBE FIRMS ARE SELECTED, STILL REQUIRES AFFIRMATIVE STEPS REPORTING) ο MBE ο WBE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο MBE ο SUPPLIER/SERVICE ο WBE PHONE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο MBE ο SUPPLIER/SERVICE ο WBE PHONE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο MBE ο SUPPLIER/SERVICE ο WBE PHONE NAME AND ADDRESS (Include ZIP Code) ο SUBCONTRACTOR AMOUNT OF CONTRACT $ WORK TO BE PERFORMED ο SUPPLIER/SERVICE PHONE TOTAL MBE AMOUNT $ TOTAL WBE AMOUNT $ SIGNATURE OF PERSON COMPLETING FORM: (Original Signature & Date required) TITLE: PH#: DATE: BIDDERS: Failure to complete and submit this form with the bid will cause the bid to be rejected as non-responsive. D-1

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES SCHEDULE A, SCHEDULE B, & SCHEDULE C BIDDING SHEETS Under these Specifications, the Contractor shall construct the project under these Specifications all in conformance with the Contract Drawings listed in Section P and these Specifications. The District reserves the right to: A. Accept or reject any or all bids on this specification; B. Award Contract to the lowest qualified bidder, based on the total bid price of each schedule: C. Waive any defects and informalities. The District shall be the final authority with regard to whether a bid is responsive to the call for bids and to whether a bidder is a responsible bidder under the conditions of his bid, or for any reason. The total contract price shall include all work, materials and equipment needed to complete the project as defined in the General Conditions, Section F. The bidder shall include costs for such other items in the most appropriate category (bid item). BID SCHEDULES Bidders may bid either Schedule A, Schedule B, Schedule C, or any combination of the three. AWARD SHALL BE MADE TO THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER OF EACH SCHEDULE (NOT COMBINED). THE DISTRICT RESERVES THE RIGHT TO NOT AWARD ALL THREE PROJECTS. A. Schedule A. The work shall comprise of the installation and construction of one (1) complete and useable Recycled Water Pond Pump Station at the Alessandro site. The pump station shall have an operating capacity of 4,000 gallons per minute (gpm) with total of three vertical turbine pumps installed (lead, lag, and standby). All work shall be in accordance with these specifications and the contract drawings. B. Schedule B. The work shall comprise of the installation and construction of one (1) complete and useable Recycled Water Pond Pump Station at the MWD site. The pump station shall have an operating capacity of 4,000 gallons per minute (gpm) with total of two vertical turbine pumps installed (lead and lag). All work shall be in accordance with these specifications and the contract drawings. BS-1 00020 Bidding Sheets

C. Schedule C. The work shall comprise of the installation and construction of one (1) complete and useable Recycled Water Pond Pump Station and the associated pipeline at the Sun City site. The pump station shall have an operating capacity of 5,000 gallons per minute (gpm) with total of two vertical turbine pumps installed (lead and lag). The total length of 18-inch Cement Mortar Lined and Wrapped (CML&W) with rock shield steel recycled water pipeline is approximately 2,220 linear feet. All work shall be in accordance with these specifications and the contract drawings. 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE A (ALESSANDRO) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 1 1 LS Mobilization and Approved: Bonds, Insurance, and Schedule of Values Sixty-Seven Thousand Dollars PRESET DO NOT CHANGE 67,000 2 1 LS Insurance premium for obtaining FLOOD insurance to indemnify the District for any damage to the work caused by an Act of God (Public Contract Code 7105) 3 1 LS Furnish and install labor, equipment and material to comply with SCAQMD Rule 403 to actively prevent, reduce or mitigate fugitive dust emissions, complete and in place 4 1 LS Preparation and implementation of a Storm Water Pollution Control Plan, and implementation of the mitigation measures identified from the Mitigation Monitoring and Reporting Program BS-2 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE A (ALESSANDRO) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 5 1 LS Furnish and install recycled water pump station as shown on the contract drawings, specifications and items designated as ALESSANDRO RECYCLED WATER POND PUMP STATION including SCE electrical service, complete and in place. 6 1 LS Project Closeout: Including Record Drawings, O&M Manuals, and other project closeout activities. Twenty Thousand Dollars PRESET DO NOT CHANGE 20,000 7 1 LS ADDITION OR DEDUCTION Circle one: Addition (+) Deduction (-) $ TOTAL BID BASIS OF AWARD SCHEDULE A $ BS-3 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE B (MWD) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 1 1 LS Mobilization and Approved: Bonds, Insurance, and Schedule of Values Sixty-Seven Thousand Dollars PRESET DO NOT CHANGE 67,000 2 1 LS Insurance premium for obtaining FLOOD insurance to indemnify the District for any damage to the work caused by an Act of God (Public Contract Code 7105) 3 1 LS Furnish and install labor, equipment and material to comply with SCAQMD Rule 403 to actively prevent, reduce or mitigate fugitive dust emissions, complete and in place 4 1 LS Preparation and implementation of a Storm Water Pollution Control Plan, and implementation of the mitigation measures identified from the Mitigation Monitoring and Reporting Program BS-4 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE B (MWD) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 5 1 LS Furnish and install recycled water pump station as shown on the contract drawings, specifications and items designated as MWD RECYCLED WATER POND PUMP STATION including SCE electrical service, complete and in place. 6 1 LS Furnish and install cured in place pipe as shown on the contract drawings, Specification 15062, and items designated as MWD PIPELINE REHABILITATION including SCE electrical service, complete and in place. 7 1 LS Project Closeout: Including Record Drawings, O&M Manuals, and other project closeout activities. Twenty Thousand Dollars PRESET DO NOT CHANGE 20,000 8 1 LS ADDITION OR DEDUCTION Circle one: Addition (+) Deduction (-) $ TOTAL BID BASIS OF AWARD SCHEDULE B $ BS-5 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE C (SUN CITY) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 1 1 LS Mobilization and Approved: Bonds, Insurance, and Schedule of Values Sixty-Seven Thousand Dollars PRESET DO NOT CHANGE 67,000 2 1 LS Insurance premium for obtaining EARTHQUAKE insurance to indemnify the District for any damage to the work caused by an Act of God (Public Contract Code 7105) 3 1 LS Furnish and install labor, equipment and material to comply with SCAQMD Rule 403 to actively prevent, reduce or mitigate fugitive dust emissions, complete and in place 4 1 LS Preparation and implementation of a Storm Water Pollution Control Plan, and implementation of the mitigation measures identified from the Mitigation Monitoring and Reporting Program BS-6 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINE SCHEDULE C (SUN CITY) BIDDING SHEETS Total Bid Description Unit Price Amount Item Qty Unit (Unit Price Written in Words) (Figures) (Figures) 5 1 LS Furnish and install recycled water pump station as shown on the contract drawings, specifications and items designated as SUN CITY RECYCLED WATER POND PUMP STATION including SCE electrical service, complete and in place. 6 2,220 LF Furnish and install buried 18-inch diameter cement mortar lined and 3-layer tape wrap system, associated appurtenances, and corrosion monitoring and protection measures as shown on the contract drawings, specifications and items designated as SUN CITY PIPELINE in the contract Schedule of Values, complete and in place. $ $ Per LF 7 1 LS Project Closeout: Including Record Drawings, O&M Manuals, and other project closeout activities. Twenty Thousand Dollars PRESET DO NOT CHANGE 20,000 8 1 LS ADDITION OR DEDUCTION Circle one: Addition (+) Deduction (-) $ TOTAL BID BASIS OF AWARD SCHEDULE C $ BS-7 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES SCHEDULE A, SCHEDULE B, & SCHEDULE C BIDDING SHEETS ADDITION OR DEDUCTION: Provision is made here for the bidder to include an addition/deduction in their bid, if desired, to reflect any last minute adjustments in prices. The addition/deduction, if made, will be proportionately applied to item(s) (fill in) and reflected in the unit prices for payment purposes. If the addition/deduction affects more than one bid item, the proportionate application of the addition/deduction shall be mutually agreed upon by the Contractor and the District at the prejob. Addenda received: Letter of Clarification received: Person who inspected site of the proposed work as an employee of your firm: (Representative must have inspected the jobsite and be an employee on the company s payroll to be considered a responsive bidder) (Name) (Date of Inspection) BS-8 00020 Bidding Sheets

EQUIPMENT AND MATERIAL List below the equipment and material items to be furnished, with the name of the manufacturer. Acceptable manufacturers listed shall be utilized by the Contractor in his construction. No substitution of the Contractor's listed manufacturer will be permitted without written justification and the approval of the District. PRODUCTS OF MANUFACTURERS LISTED AS EQUALS TO THOSE SPECIFIED MUST BE SUBMITTED FOR REVIEW AND APPROVAL BY THE DISTRICT NOT LATER THAN THE TENTH (10TH) DAY PRECEDING THE DATE SET FOR RECEIPT OF BIDS. FAILURE TO PROVIDE THIS INFORMATION MAY RENDER YOUR BID NON-RESPONSIVE ITEM Air Valves Combination Pressure Relief and Solenoid Control Valve Pressure Transmitter MANUFACTURER Vent-O-Mat (No Equal) Cla-Val (No Equal) Foxboro (No Equal) BS-9 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1183P RECYCLED WATER POND PUMP STATIONS AND PIPELINES BIDDER S 5-YEAR EXPERIENCE RECORD & RESUMES OF KEY PERSONNEL All bidders must provide a detailed 5-year experience record showing successful completion of similar work as a GENERAL ENGINEERING CONTRACTOR on the attached form when submitting your bid, which must satisfy the following minimum requirements: A. Contract Type: Public Works projects B. Installation of Vertical Turbine Pumps and motors C. Installation of 12 and larger water pipelines D. Installation of electrical control and motor control center Additionally, bidders must include resumes of key personnel proposed to work on this project when submitting your bid. This information will be critical in determining the most responsible bidder. Failure to submit any of the above-mentioned information with your bid may deem your bid non-responsive BR-1 00027 Bidder s 5 year

BR-1 attachment 00027 Bidders 5-year YEAR TYPE/DESCRIPTION OF WORK VALUE OF WORK PERFORMED LOCATION OF WORK (CITY) ENGINEER / CONTACT PERSON Address & phone # OWNER / (CONTACT PERSON Address & phone # DETAILED 5-YEAR EXPERIENCE RECORD PLEASE USE ADDITIONAL SHEETS

SPEC NO: PROJECT TITLE: NAME OF CONTRACTOR: LIST OF DESIGNATED SUBCONTRACTORS In compliance with the provisions of Sec. 4100-4111, inclusive, of the Public Contract Code of the State of California, and any amendments thereof, each bidder shall set forth below: (a) The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work or improvement in an amount in excess of one-half of one percent (1/2 of 1%) of the Contractor's total bid; and (b) the portion of the work which will be done by each such subcontractor. Refer to the Specifications, pages C-5(a) thru C-5(b). Each subcontractor shall possess, both at the time the bid is submitted and at all times when work is performed, a valid contractor's license for the appropriate classification necessary to perform the work for which that subcontractor is listed. LIST BELOW THE COMPLETE NAME, BUSINESS ADDRESS, LICENSE #, DESCRIPTION OF WORK, AND % OF WORK OF EACH SUBCONTRACTOR LICENSED SUBCONTRACTOR S NAME AND BUSINESS ADDRESS LICENSE # SPECIFIC DESCRIPTION OF SUBCONTRACT PERCENTAGE OF WORK TO BE PERFORMED (Do not list alternative subcontractors for the same work) C-5(c) 00028 Designation of Subcontractors

CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of providing for the registration of contractors. The representations made herein and in the proposal documents are made under penalty of perjury. The undersigned is hereby representing that he is properly licensed both at the time that he submits a bid as well as at the time the contract is awarded, if the contract is awarded to the undersigned. CONTRACTOR'S CLASSIFICATION LICENSE NUMBER TYPE EXPIRATION DATE A. INDIVIDUAL CONTRACTOR NAME OF INDIVIDUAL CONTRACTOR: BUSINESS ADDRESS: PHONE NUMBER: SIGNATURE OF OWNER: B. FIRM OR PARTNERSHIP NAME OF FIRM OR PARTNERSHIP: BUSINESS ADDRESS: PHONE NUMBER: SIGNATURE(S) & TITLE OF MEMBERS SIGNING ON BEHALF OF THE PARTNERSHIP: SIGNATURE: TITLE: SIGNATURE: TITLE: SIGNATURE: TITLE: C. CORPORATION NAME OF CORPORATION: BUSINESS ADDRESS: PHONE NUMBER: SIGNATURE OF AUTHORIZED OFFICER OF CORPORATION: SIGNATURE: TITLE: C-6 00030 Contractors Licensing Statement

NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY EACH BIDDER AND SUBMITTED WITH BID STATE OF CALIFORNIA ) SS ) COUNTY OF ) (name of individual listed above shall sign below), being first duly sworn deposes and says that I am (sole owner, a partner, president, secretary, representative of company, etc.) of the party making the foregoing bid; that the bid is not made in the interest of or on behalf of any undisclosed person, partnership, company association, organization, or corporation; that such bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or of any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signed: (signature of individual named above) Title: C-7 00032 Non-Collusion Affidavit (w/o notorial jurat)

Cal/OSHA Form 300A (Rev. 4/2004) Appendix B Annual Summary of Work Related Injuries and Illnesses Year 20 Department of Industrial Relations Division of Occupational Safety & Health All establishments covered by CC R Title 8 Section 14300 must complete this Annual Summary, even if no work-related injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log, count the individual entries you made for each category. Then write the totals below, making sure you ve added the entries from every page of the Log. If you Establishment information had no cases, write 0. Employees, former employees, and their representatives have the right to review the Cal/OSHA Form 300 in its entirety. They also have limited access to the Cal/OSHA Form 301 or its equivalent. See CCR Title 8 Section 14300.35, in Cal/OSHA s recordkeeping rule, for further details on the access provisions for these forms. Establishment Information Your establishment name Street City State Zip Industry description (e.g. Manufacturer of motor truck trailers) Number of Cases Total number of deaths Total number of cases with days away from work Total number of cases with job transfer or restriction Total number of other recordable cases (G) (H) (I) (J) Number of Days Standard Industrial Classification (SIC), if known (e.g. SIC 3715) Employment Information (If you don t have these figures, use the optional Worksheet to estimate) Annual average number of employees Total hours worked by all employees last year Total number of days of job transfer or restriction Total number of days away from work Sign here Knowingly falsifying this document may result in a fine. (K) (L) Injury and Illness Types I certify that I have examined this document and that to the best of my knowledge the entries are true, accurate, and complete. Total number of (M) (1) Injuries (4) Poisonings (2) Skin disorders (5) Hearing loss (3) Respiratory conditions (6) All other Illnesses Company executive Phone Title Date Post this Annual Summary from February 1 to April 30 of the year following the year covered by the form. C-16 (2) 00050 CalOsha form 300A

C-17 Contractor s Cal/OSHA Compliance History and SIC Code THIS DOCUMENT IS TO BE SUBMITTED WITH THE PROPOSAL PACKAGE AT TIME OF BID Bid Date: Specification No. Contractor name: Contact Person: Please answer the following questions: Contractor s Standard Industry Code: Project Name: Phone No: 1. Has the contractor been cited by Cal/OSHA or any regulatory agency for a violation related to safety or environmental issues within the past 7 years? No Yes If yes, please provide information specific to the violation and what actions have been taken to ensure that there is not a repeat violation (attach additional sheets it needed) 2. Within the past ten (10) years has the contractor had a fatality or serious incident on a job site? No Yes Contractor s Representative signature: Date: FOR EMWD USE ONLY: Field Engineering to forward to Risk Management for review Approved: No Yes Reviewed by (Risk Management) Review date: (Risk Management Return to (Field Eng.CAR): Return by (date): (signature required) cc: Construction Administrator File: C-17 Contractor s Compliance History C-17 00052 CalOsha Compliance History & SIC Code

EASTERN MUNICIPAL WATER DISTRICT BID BOND Bid Bond # KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto Eastern Municipal Water District. Obligee, hereinafter called the Obligee, in the sum of Dollars ( ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents. WHEREAS, the Principal has submitted a bid, dated, 20, for (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding of Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. In the event suit is brought upon this Bond by Obligee and judgement is recovered, the Surety shall pay all costs incurred by Obligee in such suits to be fixed by the court. Signed and sealed this day of 20 (Witness) Principal) (Title) (Witness) (Surety) (Title) Acknowledgement by Notary Public required for Surety This Bid Bond (BD-1) form shall be submitted to be considered a responsive bid BD-1 00040 Bid Bond