LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

Similar documents
The Bid Date has changed to 03/16/2010 at 2:30 PM.

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

DOCUMENT BID PROPOSAL

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

Addendum No. 1 Page 1 of 2

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

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

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

Bidding Conditions Attachment C

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

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

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

CITY OF MARSHALL, MINNESOTA

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Notice to Bidders Page 1 of 6

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

DEAN + TYLER + BURNS ARCHITECTURE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

Finance & Technology Administrator (815) ext 223

SECTION BID FORM

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

CITY OF TACOMA Department of Public Utilities Tacoma Power

PROPOSAL AND BID FORM (Submit in triplicate)

City of Eagle Point 2017 Paving Instruction to Bidders

Main Building Auditorium

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

DOCUMENT POST BID INTERVIEW

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

PUBLIC CONTRACT CODE SECTION

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

The Home Depot U.S.A., Inc. Instructions to Bidders

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

Both envelopes must have the following information in the lower left hand corner:

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

ADDENDUM NO. 2 Page 1 of 13

PUBLIC WORKS DEPARTMENT

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

ADA BARRIER REMOVAL PHASE

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

REQUEST FOR WRITTEN BIDS

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

PAWLEYS ISLAND TOWN HALL

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

BID PROPOSAL CONTRACT NO. AOPC

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

Addendum No. 1 Issue Date: March 29, 2016

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

NOTICE TO BIDDERS FOR

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

A D D E N D U M N O. 4

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

JUDD STREET LIFT STATION DEWATERING CONTRACT

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

INSTRUCTIONS TO BIDDERS

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

Notice to Bidders (REV 1)

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

BID FORM (LUMP SUM CONTRACT)

Addendum No. 1 Page 1 of 1

JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO

SECTION WATER POLLUTION CONTROL

Connecting Revitalizing Preserving Celebrating

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

Transcription:

Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College Cosumnes River College Folsom Lake College ADDENDUM NO. 1 ISSUE DATE: May 9, 2017 ARC Stadium Outfall Improvements LRCCD BID NO. 17016 Issued By: LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 Fax (916) 568-3145 This addendum forms a part to the Contract Documents. The addendum items supersede and supplement all portions of the bidding documents with which it conflicts. All workmanship, materials, appliances and equipment which may be included in the following addendum items shall be of the same relative quality as described for similar work set forth in the general or main specifications of which these addendum items shall be considered a part. This Addendum has been acknowledged in the space provided on the Bid Form and is considered part of the bid documents. This Addendum consists of 17 pages. Page 1 of 4

Addendum 1 Text 5-9-17 Bid# 17016 ARC Stadium Outfall Addendum 1 Pete Tobia, Wood Rodgers May 7, 2017 General: 1. Work to be performed under the Contract Documents requires a California State License Board A General Engineering Contractor, or C34 Pipeline Contractor, or C36 Plumbing Contractor, or C42 Sanitation System Contractor to be held by the bidding contractor. 2. Two additive alternates have been included, see attached Bid Form: a. Additive Alternate No. 1 - Telecom Innerduct. Install approximately 1,615 lf of two (2) 3-cell fabric innerducts in one of the 4-inch telecom conduits, Station 10+20 to Station 26+90. Total length of innerduct approximately 3,230 lf. b. Additive Alternate No. 2 Additional telecom duct and vault. Install a 3 x 5 telecom pullbox at Station 7+00. Install two (2) four inch conduits with pull ropes in each, from Station 7+00 to Station 10+20. 3. A SWPPP is required. The Contractor is to prepare, submit, administer, and close out the SWPPP, please refer to Section 01 57 13. 4. Per Attachment No. 1 Telecom from Station 7+00 to 10+20, the following work is included as Additive Alternate No. 2 Additional telecom duct and vault: Install a 3 x 5 telecom pull box at Station 7+00. Install two (2) four inch conduits with pull ropes in each, from Station 7+00 to Station 10+20. Work includes all additional demolition and surface repair, excavation and backfill, materials, equipment, and labor needed to complete the work. 5. Per Attachment No. 2. ARC PE Parking Lot Pavement Project These Improvement Plans are being added to the scope of work as part of the Base Bid. The project specifications already provided cover this new work. The attachment consists of the following four sheets: a. C1.0 Title Sheet b. C2.0 General Notes & Abbreviations c. C3.0 Pavement Plan d. C4.0 Details Page 2 of 4

Addendum 1 Text 5-9-17 Changes to Specifications: 1- MODIFY Specification Section 01 11 00 Summary of Work, 1.02 Work Covered by Contract Documents, A.1. to read: The work consists of, but not limited to the: a. Trenching, backfilling, and surface repair for installation of a new storm drain and telecom pathway of ca. 1300 LF. b. Installation of a new storm drain from the Boiler Room to the South end of the campus, as specified within this projects documents. c. Installation of 2 x 4" conduits, vaults, and pull rope vaults along the storm drain route, with additive alternate to install innerduct in one of the conduits. d. Removal and replacement of asphalt pavement west of parking structure as designated on the drawings. e. Removal of existing asphalt and placement of new asphalt concrete pavement section east of PE building at PE parking area of ca. 33,500 SF as shown in contract documents. 1. ADD the following to Section 01 35 00 Special Project Procedures 1.6. Request for Information A. Allow seven (7) working days for Architect's response for each RFI Changes to ARC Stadium Outfall Drawings: 1. MODIFY Drawing C-6.0 Stadium Outfall Station 9+00 to 14+00 by REPLACING Note 4 with the following: Note 4. Install two (2) four-inch conduits, each with pull rope. Additive Alternate No. 1: Install two (2) 3-cell fabric innerducts in one of the 4-inch telecom conduits. 2. MODIFY Drawing C-7.0 Stadium Outfall Station 14+00 to 18+50 by REPLACING Note 5 with the following: Note 5. Install two (2) four-inch conduits, each with pull rope. Additive Alternate No. 1: Install two (2) 3-cell fabric innerducts in one of the 4-inch telecom conduits. 3. MODIFY Drawing C-8.0 Stadium Outfall Station 18+50 to 23+00 by REPLACING Note 7 with the following: Page 3 of 4

Addendum 1 Text 5-9-17 Note 7. Install two (2) four-inch conduits, each with pull rope. Additive Alternate No. 1: Install two (2) 3-cell fabric innerducts in one of the 4-inch telecom conduits. 4. MODIFY Drawing C-9.0 Stadium Outfall Station 23+00 to 26+00 by REPLACING Note 6 with the following: Note 6. Install two (2) four-inch conduits, each with pull rope. Additive Alternate No. 1: Install two (2) 3-cell fabric innerducts in one of the 4-inch telecom conduits. 5. Modify California State License required to read: Work to be performed under the Contract Documents requires a California State License Board A General Engineering Contractor, or C34 Pipeline Contractor, or C36 Plumbing Contractor, or C42 Sanitation System Contractor to be held by the bidding contractor. 6. MODIFY Specification Section 01 21 00 Allowances to read: A. Contingency Allowance No. 1: Include a contingency allowance of $50,000.00 for use according to Owners written instructions for unforeseen site work. Attachments: 1. TELECOM FROM STATION 7+00 TO 10+20, Dated 4-25-2017 2. ARC P.E. PARKING LOT PAVEMENT PARKING (4 Pages), Dated May 5, 2017. 3. SWPPP REQUIREMENTS Section 01 57 13. 4. BID FORM DATED MAY 9, 2017. 5. CONTRACTOR QUALIFICATIONS DATED MAY 9, 2017. END OF SECTION. Page 4 of 4

BUILDING RELATIONSHIPS ONE PROJECT AT A TIME 3301 C St, Bldg. 100-B Tel 916.341.7760 Sacramento, CA 95816 Fax 916.341.7767

SECTION 01 57 13 - TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SCOPE OF WORK Provide all materials, equipment and labor necessary to furnish and install all necessary BMP s at locations shown on the Drawings and on Contractors Storm Water Pollution Prevention Plan. B. PERMIT: NOTICE OF INTENT (NOI) Obtain and pay for permit in Owner s name from State Water Resources Control Board. Accurately complete all necessary forms and paperwork required for permitting process. Work with Owner to file electronically in the SMARTS program. C. STORM WATER POLLUTION PREVENTION PLAN: Prepare a Storm Water Pollution Prevention Plan (SWPPP tailored to the Contractor s operations, methods and equipment and the requirements of Los Rios Community College District.) Plan must be prepared by a qualified preparer per the California NDPES latest revisions. Plan must comply with State Water Resources Control Board requirements and conform to the County of Sacramento Storm Water requirements. Approval from the County of Sacramento Storm Water Division is required. 1. The SWPPP and NOI must be filed and accepted at the State and County prior to any ground disturbing work on site occurring. The SWPPP shall be tailored to the contractor s approach to the work in this contract. 2. Shall include Best Management Practices (BMP) per California Stormwater Quality Associations (CASQA) most current edition of the California Stormwater BMP Handbook. And shall meet all requirements of the County of Sacramento Storm Water Division. D. SWPPP INSTALLATION & MAINTENANCE: Install BMP s per approved SWPPP as required throughout construction as detailed in the SWPPP. Maintain, repair, clean or replace BMP s as needed throughout project to ensure no site discharges occur. E. SWPPP MONITORING: Prepare and Implement a SWPPP monitoring program in compliance with the latest California NDPES Storm Water Pollution Prevention rules. All monitoring shall be documented and reported as required to State of California. Monitoring includes the preparation of all required Rain Action Event Plans (REAP), Annual report, pre-and post-rainfall event reports and all other paperwork as required by the State and County. SECTION 01 78 00 CLOSEOUT SUBMITTALS, Page 1

F. NOTICE OF TERMINATION (NOT): Upon project completion (and complete stabilization of all disturbed surfaces) obtain a Notice of Termination from the State Water Resources Control Board. Accurately complete all necessary forms and paper work required for permitting process. G. SWPPP FINES & FEES: The contractor shall be responsible for all fees and fines incurred by the owner for any SWPPP violation or discharge. 1.2 SUBMITTALS A. STORM WATER POLLUTION PREVENTION PLAN: The Contractor shall submit and obtain the Storm Water Pollution Prevention Plan prior to beginning work on site. B. Notice of Intent (NOI): The Contractor shall submit a NOI to the State Water Resources Control Board prior to beginning work on site. 1.3 QUALITY ASSURANCE A. Comply with governing codes and regulations. PART 2 - PRODUCTS 2.1 MATERIALS A. STRAW WATTLES: Shall be new manufactured straw roles in compliance with state requirements for sediment control. PART 3 EXECUTION 3.1 INSTALLATION A. STRAW WATTLES: Shall be installed per the drawings and/or as required by the SWPPP. 3.2 MAINTENANCE AND REMOVAL A. Maintain and repair existing and new erosion control facilities throughout the construction period. Remove silt build-up at straw wattles as needed. Repair damage to earth slopes and banks. Erosion control measures shall be left in place until final paving and landscaping are complete. B. Provide monitoring of erosion control measures before and after storm events. Provide a daily log of construction activities and impact on erosion control measures. Update SWPPP continuously throughout construction period. SECTION 01 78 00 CLOSEOUT SUBMITTALS, Page 2

C. Keep area clean of debris. D. Remove erosion control measures prior to placing finish landscaping. 3.3 CLOSEOUT A. File Notice of Termination with the State Water Resources Control Board. END OF SECTION SECTION 01 78 00 CLOSEOUT SUBMITTALS, Page 3

Stadium Outfall Improvements ARC Bid 17016 BID FORM FOR: ARC Stadium Outfall Improvements Bid # 17016 SUBMIT BID TO: If US Mail If Hand-Delivered TO: LRCCD Board of Trustees TO: LRCCD Board of Trustees Attn: Purchasing Dept. Attn: Purchasing Dept. 3753 Bradview Drive 3753 Bradview Drive Sacramento, CA 95827 Sacramento, CA 95827 LOCATION OF BID OPENING: Los Rios Community College District Facilities Management Purchasing Department 3753 Bradview Drive Sacramento, CA 95827 BID FROM: (Name of firm submitting Bid Proposal) (Address) (City, State, Zip Code) (Telephone) (Fax) DATE BID SUBMITTED: NOTE: 1) All portions of the bid form must be completed before the bid is submitted. Failure to do so may result in the bid being rejected as non-responsive. Attached to and submitted with this bid form, bidder must provide the completed Contractor Qualifications, Non-Collusion Declaration signed by bidder, Statement of Compliance, Designation of Subcontractors-Bid Form, the appropriate bid security and any other documents required by the Contract Documents. Failure to submit all required documents may result in the bid being rejected as non-responsive. 2) The bidder agrees that each addendum received and acknowledged herein shall become a part of and included in this bid proposal. The bidder agrees the bid proposal includes the following addenda (SEPARATELY LIST EACH ADDENDUM RECEIVED): Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Page 9 of 39 REV: May 9, 2017

Stadium Outfall Improvements ARC Bid 17016 The bidder agrees to perform the Base Bid work for the lump sum of: (Specify total dollar amount in words printed or typed) Dollars $ (In figures) Additive Alternate No. 1 - Telecom Innerduct. Install approximately 1,615 lf of two (2) 3-cell fabric innerducts in one of the 4-inch telecom conduits, Station 10+20 to Station 26+90. Total length of innerduct approximately 3,230 lf. (Specify total dollar amount in words printed or typed) Dollars $ (In figures) Additive Alternate No. 2 Additional telecom duct and vault. Install a 3 x 5 telecom pullbox at Station 7+00. Install two (2) four inch conduits with pull ropes in each, from Station 7+00 to Station 10+20. (Specify total dollar amount in words printed or typed) Dollars $ (In figures) TOTAL BID Dollars $ Total bid amount shall include the base bid amounts and the sum of all alternates The lowest responsive bid shall be determined based on the sum of the base bids, all additive and all deductive alternates. 3) There is herewith enclosed cash, a bid bond for the benefit of, or a certified check or cashier s check for ten percent (10%) of the amount of the bid submitted, made payable to Los Rios Community College District in the amount of: (Specify total dollar amount in words printed or typed) Dollars $ (In figures) 4) The bidder, having the appropriate active license required by the State of California; and having carefully read and examined the plans, specifications, and all related bidding documents as prepared by the Los Rios Community College District for the project described as: ARC Stadium Outfall Improvements - BID # 17016 having performed a full and complete examination of the site of the proposed work and all information available to bidder, and being familiar with all the conditions related to the proposed work, including the availability of materials, equipment, and labor, hereby offers to furnish all labor, materials, tools, transportation, services, equipment and taxes necessary to complete the work of the described project in accordance with the Contract Documents, and to complete all requirements of the Contract Documents for the sums quoted in this Bid Form. The bidder agrees that it will not withdraw its bid within ninety (90) days after the bid deadline. If the bidder is selected as the apparent lowest responsive responsible bidder, the bidder agrees, within ten (10) days after receipt of notice of selection, to sign and deliver the Contract, and to furnish the Performance Bond, the Payment Bond, Certificates of Insurance, and other required items. 5) The bidder agrees that if the bidder is selected as the apparent lowest responsive responsible bidder, and the bidder fails to sign the Contract and furnish the Performance Bond, the Payment Bond, Certificates of Insurance, or any other required items in proper form and in proper amounts within the time limit specified in the Contract Documents, the Los Rios Community College District may award the work to another bidder or call for new bids. In such event, the bidder shall be liable to the Los Rios Page 10 of 39 REV:May 9, 2017

Stadium Outfall Improvements ARC Bid 17016 Community College District for the difference between the amount of the disqualified bid and the larger amount for which the District procures the work plus all of the District s costs, damages, expenses and liabilities arising from bidder s failure to sign the Contract and/or furnish the required documents. 6) The bidder, if awarded the Contract, agrees to complete all work required by these Contract Documents, in strict compliance with these Contract Documents, within the prescribed calendar days from the start date specified in the Notice to Proceed. BIDDER S FIRM: Bidder is a: (circle one) Corporation Partnership Individual Joint Venture Other: (Specify) Names and Titles of Key Members of Firm: (Name of person signing the bid on behalf of the bidder and all general partners, if a partnership, must be included.) Name of President if a Corporation: (Print or Type Name) Name of Secretary if a Corporation: (Print or Type Name) Corporation is organized under the laws of the State of: DIR Number: California Contractors License(s): Name of License(s): Classification(s) Number Expiration Date (For Joint Ventures, list Joint Venture s license or licenses for all Joint Venture partners.) Page 11 of 39 REV:May 9, 2017

Stadium Outfall Improvements ARC Bid 17016 By submission of this bid, bidder certifies: I am aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the award of this Contract. Corporate Seal: Name of Bidder s Firm: Address: By: (Signature) (Print Name) (Title) By: (Signature) (Print Name) (Title) (If signature is by other than the sole proprietor, general partner, or corporate officers, attach an original Power of Attorney.) The Los Rios Community College District and its Board of Trustees reserves the right to reject any or all bids received and/or waive any minor irregularity of a bid as the public good may require. Page 12 of 39 REV:May 9, 2017

Stadium Outfall Improvements ARC Bid 17016 CONTRACTOR QUALIFICATIONS This form must be completed, signed by bidder, and submitted to Los Rios Community College District along with bidder s bid. Failure to complete, sign and submit with bidder s bid may result in bidder s bid being rejected as not responsive. Los Rios Community College District has determined that bidders must meet the following minimum qualifications to bid the work of improvement contemplated herein: 1. Have possessed a valid, active and in good standing with the State Contractor s License Board, A General Engineering Contractor, or C34 Pipeline Contractor, or C36 Plumbing Contractor, or C42 Sanitation System Contractor to be held by the bidding contractor for a minimum of 5 years. 2. Have completed to the owner s satisfaction, no less than 3 projects as a California licensed contractor performing construction work of the type required under this bid, 2 of which must have an original contract price of no less than $938,137 within the past five years prior to the date of bid opening 3. Currently (as of the date of bid opening) or within the preceding three years, not have any adverse final disciplinary actions by the Contractor s State License Board, suspensions, disbarments, or similar proceedings (including stipulated agreements), restricting, limiting or prohibiting bidder from bidding or performing other contracts for any other public agency. 4. Currently (as of the date of bid opening), have registered and paid the fee to the Department of Industrial Relations pursuant to Labor Code section 1725.5. 5. If this contract is for goods or services of one million dollars or more ($1,000,000), bidder is not identified on the list created pursuant to Public Contract Code section 2203, subdivision (b), as a person engaged in investment activities in Iran as described in Public Contract Code section 2202.5. I, being the (insert title, must be an officer of bidder) of bidder herein, declare under penalty of perjury under the laws of the State of California, that bidder meets all of the minimum criteria set forth above. Signature Print Name Title Date Page 13 of 39 REV: May 9, 2017