PURCHASING SPECIFICATION

Similar documents
BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

City Business Registration Number Signature Title

TENDER HALF TON PICKUP TRUCK, 4x4

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice

PART A TENDER SUBMISSION

Request for Proposal. Articulated Loader

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

Community Unit School District # Church St Loami, IL

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

Department of Finance Purchasing Department INVITATION TO BID

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Invitation for Bid # Tandem Axle Dump Truck

Bid Submittals: Responses must be submitted to: Hand Delivery, FedEx, UPS, other. Pomona, CA Pomona, CA 91766

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

City of Lewiston Finance Department Allen Ward, Purchasing Agent

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

General Specifications

Request for Quote # Armored Vehicle for Hammond Police Swat Team

INVITATION TO BID. January 10, 2018

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

Everything You Need! Phone , Ext. 229

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

INVITATION TO BID Fort Morgan Golf Course Golf Carts

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

Town of South Windsor, Connecticut. Police Department

INVITATION TO BID. City of Fort Oglethorpe FIRE DEPARTMENT 201 Forrest Road Fort Oglethorpe, Georgia Phone: Fax:

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

Request For Quotations Fleet Vehicle

Request for Proposal Snow Blower October 12, 2015

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

Request for Proposal Motor Grader January 26, 2015

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

Houston County Purchasing Department

PROPOSAL FORM 2014 FUEL BID

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

INVITATION FOR BID BID NO FOR: ASSORTED 2018 PICKUP TRUCKS COMMODITY CODE:

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

2018 Golf Cart Lease Sunset Valley Golf Club

VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

Community Unit School District # N Cedar St New Berlin, IL

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

INVITATION TO BID (ITB)

Tractor/Trailer Lease Bid No. PR-08-P1A

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM

Transcription:

PURCHASING SPECIFICATION Two Each 3/4 TON REGULAR CAB PICKUP TRUCKS COMPRESSED NATURAL GAS (CNG) SPECIFICATION # 1213.30 Page No: 1 of 9 Spec. No: 1213.30 Effective Date: Approved by: Dec 3, 2012 Al Salcido Bid Due Date: December 19, 2012; 11:00am GENERAL: This specification describes the City of Pomona's ( City ) requirements for two (2), ¾ ton regular cab CNG pickup truck. Vehicle shall be new (unused, most current year model) and equivalent in style, quality and appointment as those offered for government/commercial use. Vehicle shall be supplied with all equipment and accessories indicated as standard or better in the manufacturer's published literature. Optional equipment as necessary to meet the following requirements of this specification shall also be furnished by the successful bidder at the time of delivery to City. SUBMITTAL INSTRUCTIONS Sealed quotations shall be clearly marked "3/4 Ton CNG Pickup on the outside of the envelope. All submissions must be received in the purchasing office before the time of 11:00 a.m, December 19, 2012. Mail (or hand deliver) 1 original and 1 copy of your bid to: US Mail: City of Pomona Purchasing Division P.O. Box 660 Pomona, CA 91769 Hand delivery, Fedex, UPS: City of Pomona Purchasing Division 505 South Garey Ave. Pomona, CA 91766 Bids in the form of telegrams, telephone calls, facsimiles, e-mails or telex will not be accepted. Late bids will not be accepted. The City does not recognize the U.S. Postal Service, UPS, Fedex, or other carriers in determining the date and time the bid was received. INQUIRIES Section 2-975(2) of the Pomona City Code states that any unauthorized contact by the bidder during the bid or proposal process with an official or city employee, other than those shown on the RFP or bid, the Finance Director, or Purchasing Manager, shall cause the bidder to be immediately disqualified from consideration of award. In compliance with this code section only the following individuals may be contacted during this procurement process (from date of notice until date of award): Questions pertaining to the Scope of Work Al Salcido, Fleet & Facilities Services Manager at (909) 802-7510. email: albert_salcido@ci.pomona.ca.us

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 2 Questions other than the Scope of Work Kennie Nicomede, Purchasing Manager at (909) 620-2381; e-mail: kennie_nicomede@ci.pomona.ca.us fax: (909) 620-3711. To provide adequate response time prior to bid closing date, all questions must be submitted to the appropriate person as shown above by December 18, 2012 4:00pm. The Vendor shall carefully examine this RFQ and any addenda that may be posted on the City s website. The Vendor shall seek clarification of any ambiguity, conflict, omission or other error in this RFQ in writing. If the answer materially affects the RFQ, the information will be incorporated into an addendum and distributed to all vendors via the City s website. All addenda will be numbered in sequence, dated as of the date of issue, and posted. It shall be the Vendor s responsibility to check the City s website to determine if any addenda have been posted prior to the bid opening date. Bid results are posted on the City website within 1-2 days after bid opening. Posted prices are preliminary in nature and my not reflect the final cost calculation. Website address: http://www.ci.pomona.ca.us; Click on City Business, Click on Current Bids and RFP s. No other letters or correspondence will be sent. VEHICLE SPECIFICATIONS : INSTRUCTION TO BIDDERS: Write As Specified or describe any exceptions/ substitutions to specification in the right column space provided labeled RESPONSE. Failure to complete each line in this column may result in a determination that bid is non-responsive CHASSIS: BIDDER RESPONSE. Wheelbase to be the standard length for a regular cab long bed pickup truck. G.V.W.R. of no less than 9,000 lbs Heavy-duty springs and suspension. Model year 2012 or later. Payload capacity of no less than 1,500 lbs. Towing capacity of no less than 6,000 lbs.: BED & CAB: Regular cab with two (2) doors Equipped with heavy duty vinyl bench seat Air foam rubber seat cushion Seat belts Dual sun visors Tinted glass Dome light

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 3 Inside rear view mirror Full instrumentation to include gas gauge, amp meter, temperature gauge and oil gauge. To be supplied with 12V, 120-watt accessory port Heater and defroster AM/FM radio with speakers Factory installed air conditioning. Two (2) outside rear view mirrors, West Coast type, shall be installed on the right and left outside of cab. Full size eight (8) foot bed Weathergaurd, Gull Wing Doors Cross bed (saddle) tool-box 701/4 in. x 201/2in. Three sets of ignition and door keys required. ENGINE: Dedicated CNG fuel engine Minimum 300HP, 300 lb. ft. torque All California and Federal emission requirements concerning CNG vehicles to apply. To be equipped with dry air cleaner Full flow replaceable oil filter. Heavy-duty cooling system (largest available for proposed vehicle make and model) and engine oil cooler required. ELECTRICAL: Heavy-duty 12-volt system with 650 CCA capacity battery/batteries and high-energy ignition system required. All lighting shall be in compliance with California State Vehicle Code. Turn signals to be self-canceling with 4-way emergency flasher Variable speed windshield wipers. STEERING: Vehicle shall be equipped with power steering. TRANSMISSION: Six (6) speed automatic transmission with lock-in park selector, steering column mount or equivalent required. To be supplied with heavy-duty transmission cooler. AXLE & SPRINGS: Manufacturer's total rated capacity for the front and rear axles and springs shall meet or exceed the specified minimum G.V.W.R. Front not less than 3,800 lbs. Rear not less than 6,000 lbs. Vehicle to be equipped with heavy duty shocks both front and rear.

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 4 Heavy-duty front stabilizer bar required. TIRES & WHEELS: To be supplied with LT245/75R-16E or equal all four wheels and spare. To be supplied with full size spare tire and rim (mounted). Load range sufficient to meet or exceed specified maximum G.V.W.R. Full size spare tire shall be mounted and secured on a production type carrier. BRAKES: Anti-lock brake system required. Front: disc brakes Rear: disc or drum type with power assist Brakes to be of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded with locking feature. BUMPER: Front: Standard, painted Rear: Standard, painted Towing: Chasis mounted Class V hitch FUEL TANKS: CNG fuel tank shall have the capacity of 20 to 30 gasoline gallons equivalent (Minimum 280 mile vehicle range). CNG fuel tanks shall not compromise bed capacity. PAINT: Vehicle cab to be painted manufacturer's standard "Fleet White" DuPont #508A or equivalent. TOOLS: Standard, to include lug wrench with hub cap remover and jack. BACK-UP ALARM: Preco BAL 124 or equal shall be installed. LIGHTING: California State mandated lighting Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed and light bar traffic advisor shall be fully functional. All lighting must be in conformance with the California Motor Vehicle Code. BIDDER CONDITIONS:

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 5 At time of bid, vendor shall specify any and all conditions of sale. SERVICE/PARTS MANUALS: Vendor shall furnish the City with two (2) sets of most current year repair, service and parts manuals for drive-train, engine, cab and chassis and all mounted equipment. WARRANTY: A comprehensive warranty shall be provided to the City of Pomona on truck cab and chassis, truck engine and all mounted and specified equipment. Warranty Agreement shall accept City-performed preventative maintenance in lieu of dealer shop service. VEHICLE REGISTRATION: The successful bidder shall be responsible for obtaining a no charge tax-exempt valid State of California vehicle registration. The City will supply the necessary exemption forms. DELIVERY: Delivery of any vehicles ordered against this specification shall be F.O.B. Pomona City Yards, 636 W. Monterey, Pomona, California, Attention: Fleet & Facilities Services Manager. No alternate delivery location or arrangements can be made without express written consent of the Fleet & Facilities Services Manager. Vehicle shall be delivered within 150 days from the issue of a purchase order ( Scheduled Delivery Date ). Dealer will be charged a late delivery fee of $25.00 per day past the Scheduled Delivery Date. SUPPLIER SELECTION: Goods and services procured by the City of Pomona shall be from the lowest responsible bidder. In addition to price, the "lowest responsible bidder" will be determined by consideration of the following factors: a) The quality, availability and suitability of the supplies, equipment or services to the particular use required. b) The ability, capability and skill of the bidder to perform the services required. c) Whether the bidder has the financial resources and facilities to perform or provide the services promptly, or within the time specified without delay or interference. d) The character, integrity, reputation, judgment, experience and efficiency of the bidder. e) The bidder's record of performance on previous contracts or services, including compliance by the bidder with laws and ordinances relative to such contracts or services. f) The ability of the bidder to provide future maintenance and service for the use of the equipment or materials to be purchased.

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 6 g) The number and scope of conditions attached to the bid. After review of bids by staff, bids will be presented to the City Council for award of bid. Council may award a bid to lowest responsible bidder, reject bids for cause, or reject all bids. CONFLICT OF INTEREST: Except for items that are clearly promotional in nature, mass produced, trivial in value and not intended to invoke any form of reciprocation, employees of the City of Pomona may not accept gratuities, entertainment, meals, or anything of value whatsoever from current or potential suppliers. The offer of such gratuity to an employee of the City of Pomona shall be cause for declaring such supplier to be an irresponsible bidder and preventing him from bidding as provided in Sections 2-974 and 2-975 of the City Code of the City of Pomona. ADDITIONAL REQUIREMENT: The attached "Minority Business Questionnaire" and "Statement of Non-Collusion by Contractor" forms must be filled out, signed by a company principal or officer, and returned with the bid. MINORITY AND WOMAN OWNED BUSINESSES The City of Pomona herewith notifies all potential suppliers that it will insure that in any contract or purchase agreement entered into, that minority and woman owned business enterprises will be afforded full opportunity to participate in this procurement, and will not be discriminated against on the grounds of sex, race, color or national origin in the consideration for award.

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 7 BID SHEET 3/4 Ton Regular Cab Pickup Truck COMPRESSED NATURAL GAS (CNG) PER CITY OF POMONA PURCHASING SPECIFICATION #1213.30 Company Name Address Contact Name Company phone number 2 ea. 3/4 Ton Pickup Truck UNIT PRICE $ EXT PRICE $ as specified (Specification #1213.30) SALES TAX (8.75%) (Excluding Federal Excise Tax) TIRE FEE TOTAL $ Make Model Year Rated GVW Wheelbase Payload capacity (lbs.) Towing capacity (lbs.) No. of Cylinders Displacement (Cu. In. or Liters) Rated H.P. @ rpm Rated Torque ft. lbs. @ rpm Transmission Type/Make Tire Size Front/Rear CNG vehicle range: CNG Tank Location(s): Cooling system capacity: Engine oil cooler capacity: Delivery required within 150 days after issuance of Purchase Order. Acknowledged (Initial) AUTHORITY TO SUBMIT BID I, am duly authorized to commit (Full Name) (Title) (Company Name) to sell/perform the products/services described herein at the prices and costs described herein. I understand by signing this quotation I am not obligating the CITY OF POMONA to make this purchase or enter into any agreement, nor am I signing a contract to sell/perform this purchase. By signing this document, I agree to comply with all specifications described herein, unless specifically noted. Signature Date: ALL QUOTATIONS MUST BE SIGNED

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 8 City of Pomona - MINORITY BUSINESS QUESTIONNAIRE Date Name of Business Division or Subsidiary, if applicable Business Address Telephone No. Contact Person Title Type of Business: Non Profit [ ] Sole Proprietorship [ ] Partnership - General [ ] - Limited [ ] Corporation [ ] Is the business 51% or more owned by: American Indian [ ] Asian [ ] Black [ ] Hispanic [ ] Female [ ] Other [ ] (please specify) Prepared By: Title: For more information, contact Purchasing Division, City of Pomona, (909) 620-2381.

Subject: 3/4 TON REGULAR CAB PICKUP TRUCK (CNG) Page No: 9 City of Pomona - Statement of Non-Collusion by Contractor The undersigned who submits herewith to the City of Pomona a Bid or proposal does hereby certify: a. That all statements of fact in such bid or proposal are true; b. That such bid or proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; c. That such bid or proposal is genuine and not collusive or sham; d. That said bidder has not, directly or indirectly by agreement, communication or conference with anyone, attempted to induce action prejudicial to the interest of the City of Pomona or of any other bidder or anyone else interested in the proposed procurement; e. Did not, directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid or proposal, or that anyone should refrain from bidding or withdraw his bid or proposal; f. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid or proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his bid or proposal price, or that of anyone else; g. Did not, directly or indirectly, submit his bid or proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member agent thereof, or to any individual or group of individuals, except to the City of Pomona, or to any person or persons who have a partnership or other financial interest with said bidder in his business. h. Did not provide, directly or indirectly to any officer or employee of the City of Pomona any gratuity, entertainment, meals, or any thing of value, whatsoever, which could be construed as intending to invoke any form of reciprocation or favorable treatment. i. That no officer or principal of the undersigned firm is related to any officer or employee of the City by blood or marriage within the third degree or is employed, either full or part time, by the City of Pomona either currently or within the last two (2) years. j. That no offer or principal of the undersigned firm nor any subcontractor to be engaged by the principal has been convicted by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy or any other act in violation of any state or federal antitrust law in connection with the bidding upon award of, or performance of, any public work contract, with any public entity, within the last three years. I certify, under penalty of perjury under the laws of the State of California, that the foregoing is true and correct and that this certification was executed on at California. (Date) (Location) Firm (Signature) Street (Print Name & Title) City State Zip