13
Purchasing Division 1300 West Laurel Avenue, Lompoc CA 93436 • 100 Civic Center Plaza Lompoc, CA 93436 Phone: (805) 875-8020 FAX: (805) 735-7628 www.cityoflompoc.com PLEASE FAX/EMAIL YOUR QUOTE TO: Please respond with current pricing. Be sure to supply part/catalog numbers. Follow the form below. Send your quote to: Theresa Hernandez [email protected] FAX Number: (805) 735-7628 Phone Number: (805) 875-8020 By: June 26, 2017 at 3:00 pm PDT Qty UOM Description Extended Price 1 JOB In-service cleaning and inspection of the City of Lompoc, “Miguelito Canyon” and “O Street” Water Reservoirs utilizing commercial divers trained in potable water operations TOTAL Delivery ARO: Days FOB: DESTINATION Payment Terms: Net 30 Discount for Payment in 20 Days: % Estimated Start Date: Estimated Completion Date: We hereby certify that: This bid was not made in the interest of or on behalf of any undisclosed person, partnership, association or corporation. This bid is genuine and not collusion or sham; and that we did not, directly or indirectly, induce or solicit anyone else to submit a false or sham bid. We have not, directly or indirectly, by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Lompoc, or any other bidder or anyone else interested in the proposed contract; and further, Did not, in any manner, directly or indirectly, seek by agreements, communications, or conference with anyone to raise or fix any overhead, profit, or cost element of this bid price, or that of anyone else. (Please type or print) Company Name Signature Of Authorized Representative Address Name And Title (Please Print) City, State And Zip Code Email Address Phone Number Fax Number Date Web Site Address Inspection and Cleaning of Water Reservoirs (This is not an order) Request for Quotation No. 2855 RFQ #2855 Page 1 of 13

Inspection and Cleaning of Water Reservoirs - City of … will pour 12 gallons of chlorine into tank prior to commencing dive inspection. ... • Concrete – American ... 02 Administrator

  • Upload
    lykien

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

Purchasing Division 1300 West Laurel Avenue, Lompoc CA 93436 • 100 Civic Center Plaza Lompoc, CA 93436

Phone: (805) 875-8020 • FAX: (805) 735-7628 www.cityoflompoc.com

PLEASE FAX/EMAIL YOUR QUOTE TO: Please respond with current pricing. Be sure to supply part/catalog numbers. Follow the form below.

Send your quote to: Theresa Hernandez [email protected]

FAX Number: (805) 735-7628Phone Number: (805) 875-8020By: June 26, 2017 at 3:00 pm PDT

Qty UOM Description Extended Price 1 JOB In-service cleaning and inspection of the City of Lompoc,

“Miguelito Canyon” and “O Street” Water Reservoirs utilizing commercial divers trained in potable water operations

TOTAL Delivery ARO: Days FOB: DESTINATION Payment Terms: Net 30 Discount for Payment in 20 Days: % Estimated Start Date: Estimated Completion Date:

We hereby certify that:

• This bid was not made in the interest of or on behalf of any undisclosed person, partnership,association or corporation.

• This bid is genuine and not collusion or sham; and that we did not, directly or indirectly, induce orsolicit anyone else to submit a false or sham bid.

• We have not, directly or indirectly, by agreement, communication or conference with anyoneattempted to induce action prejudicial to the interest of the City of Lompoc, or any other bidder oranyone else interested in the proposed contract; and further,

• Did not, in any manner, directly or indirectly, seek by agreements, communications, or conferencewith anyone to raise or fix any overhead, profit, or cost element of this bid price, or that of anyoneelse.

(Please type or print) Company Name Signature Of Authorized Representative

Address Name And Title (Please Print)

City, State And Zip Code Email Address

Phone Number Fax Number

Date Web Site Address

Inspection and Cleaning of Water Reservoirs (This is not an order)

Request for Quotation No. 2855

RFQ #2855 Page 1 of 13

To stay informed of any changes or modifications to this solicitation please complete this form (print or type your information) and return via fax to (805) 735-7628 or email to [email protected].

(Please type or print)

Purchasing Division 1300 West Laurel Avenue, Lompoc CA 93436 • 100 Civic Center Plaza Lompoc, CA 93436

Phone: (805) 875-8020 • FAX: (805) 735-7628 www.cityoflompoc.com

Company Name Signature Of Authorized Representative

Address Name And Title (Please Print)

City, State And Zip Code Email Address

Phone Number Fax Number

Date Web Site Address

Registered Bidder Sheet

Request for Quotation No. 2855 Inspection and Cleaning of Water Reservoirs

Closes: June 26, 2017 at 3:00 p.m. PDT

RFQ #2855 Page 2 of 13

Request for Quotation for In-service cleaning and inspection of the City of Lompoc Miguelito Canyon and “O” Street Water Reservoirs utilizing commercial divers trained in potable water operations. This project is subject to Prevailing Wage Requirements and contractors must be registered with the DIR at the time of bid, or else the bidder may be rejected as non-responsive. (CA Labor Code sections 1725.5 and 1771.1) Quotation must be made on the attached Quotation Form included in this request, and all requested attachments must be submitted with the completed Quotation Form. Failure to comply with all requirements may result in a determination that the bidder is non-responsive.

Section 1 – Statement of Work I. Project The project includes the cleaning of accumulated bottom sediment, removal of any debris and the visual and video inspection of two (2) water storage reservoirs utilizing certified commercial divers trained in potable water operations. It is the intent of the City of Lompoc to utilize the reported inspection findings for documentation of routine preventative maintenance on the reservoirs. The city is requesting specific documentation as detailed below in the Scope of Work. The tanks are described in Section 3 of these specifications. The contractor shall furnish all labor, materials, equipment, insurance, training and certifications to complete the proposed work. Specifically, the City of Lompoc will not have to make arrangements for: A. Additional utility personnel or equipment B. Special scheduling – no interruption means work can be completed as soon as confirmed and tasked. C. OSHA Confined Space compliance requirements for drained reservoirs. D. Additional disinfection procedures (See AWWA C652-02). E. Down time or bypassing the reservoirs. II. Scope of Work

A. Cleaning The contractor shall provide the procedure, labor, equipment and supplies necessary to thoroughly remove all accumulated bottom sediment and debris from potable water storage reservoir. 1. Contractor will pour 12 gallons of chlorine into tank prior to commencing dive inspection. Chlorine will be provided by City to Contractor divided into 4 separate containers.

RFQ #2855 Page 3 of 13

1. All accumulated bottom sediment and debris shall be removed in a manner that does not compromise the tank integrity and or coating system. The work shall not cause disruption to the use or quality of the water. 2. Removed water, debris (or other waste materials) and any necessary permitting will be the responsibility of the Owner. 3. Removed water must be dechlorinated. 4. The total price entered on the Bid Response Form shall be based on the removal of sediments up to one (1”) inch in depth, averaged over the entire floor area. Contractor’s bid shall provide a unit price, per cubic yard, for the removal of bottom sediments in excess of one (1”) inch in the reservoir. Should the bottom sediment exceed the one (1”) inch in the reservoir, the City will be notified and a signed authorization from the City, or the City’s Designated Representative, will be obtained prior to the City incurring any additional cost. 5. The total price entered on the Bid Response Form shall include up to one (1) hour of debris removal from the reservoir. 6. Contractor shall provide an hourly price for debris removal in excess of one (1) hour in the reservoir. Should required debris removal exceed one (1) hour, the City will be notified and a signed authorization from the City or the City’s Designated Representative will be obtained prior to the City incurring any additional cost

B. Inspection The inspection and reporting shall be focused on documenting findings related to the following criteria: 1. Inspections shall document any OSHA, AWWA and NFPA-22 health or safety compliance discrepancies related to the reservoirs, (e.g. potential contamination sources, ladders, balconies and hatches, etc.). 2. Interior coatings are to be inspected for conditions including peeling, blistering or other indications of loss of coating integrity. Any areas of pitting or rust, as well as any associated undercutting or migration, should be documented in the final reporting. Findings are to be graded in accordance with the applicable standards from the following agencies: • Coatings – Society for Protective Coatings – ANSI/SSPC-Vis 2-82/ASTM-D6 10-85 • Corrosion – National Association of Corrosion Engineers – ASM/NACE RPO 178-91, A,B,C • Welds – American Welding Society – ANSI/AWS B1.11-88 • Concrete – American Concrete Institute – ACI 201.1R-92 3. Representative pit and blister survey. Interior pitting depth measurements, to 10 mils accuracy, shall be reported by location and character. 4. Non-destructive coating mil thickness test – DFT (dry film thickness) of installed coating system. DFT sampling shall be performed on various surfaces of the reservoirs listed. Representative readings (location and findings), from accessible areas of the interior and exterior coating are to be provided in the final reports.

RFQ #2855 Page 4 of 13

C. Special Item of Work

At the Miguelito Canyon Reservoir, there is a Pax Mixer laying on the floor of the Reservoir near the base of the ladder. This Mixer needs to be moved to “as near the center of the tank floor as possible” and set up on its three legs. There is a thumb-screw at the end of a short chain near the top of each leg that needs to be threaded into place. The Diver is to set the mixer upright on its legs and attempt to put each of the three thumb screws into place. At a minimum the mixer needs to be set upright with all three legs completely deployed.

III. Reporting

A. Reporting for the facility shall include the following: 1. Interior DVD video and Digital Image documentation of designated facility, both above and below the waterline. Narrated color videotape shall review at a minimum the conditions of internal walls, floors, roofs, hatches, welds, overflow structures, sediment and any identified discrepancies. 2. Estimates of corrosion both above and below the waterline based on NACE and SSPC guidelines. 3. Grading of the weld seams based on AWS criteria.

The mixer looks like this when standing. It may be laying on its side near the base of the ladder.

This is the thumb screw at end of a short chain. Each leg has a thumb screw.

RFQ #2855 Page 5 of 13

4. A description of concrete condition denoting any problem areas such as cracking, spalling or deterioration. 5. Description of hatch condition, vent and screen condition, ladder condition and overflow structure and flap condition. 6. Recommendations and cost estimates for repairs shall be provided.

B. Reporting for the reservoir shall include:

1. Interior video inspection with real-time closed circuit high-resolution color underwater video equipment. 2. All pertinent findings shall be documented on DVD format videotape (including dive maintenance technician’s findings and narrative summary) and digital images. 3. A comprehensive listing of all discrepancies found (interior and exterior), with corresponding photos and recommendations. 4. The report shall be bound and include an electronic PDF copy of report. 5. The report shall be delivered to the City within 30 days. IV. Bid A. One (1) signed copy of the bid shall be submitted in the bid package along with the required documents and certifications listed on the Bid Response Form. B. The City of Lompoc retains the right to issue Addenda for items not covered in the original bid request. If issued, the City of Lompoc will attempt to notify all known prospective bidders. However, it shall be the responsibility of each Contractor to ensure that their proposal is inclusive of all Addenda. Failure to acknowledge all Addenda may result in rejection of the bid as non-responsive. Section 2 - Specifications for Potable Water Diving Operations A. All diving operations to be conducted by certified commercial divers who are ACDE cardholders. Alternatively, divers who have completed specialized military training i.e., Navy 1st or 2nd Class Dive Courses or Master dive School shall also qualify. B. All diving operations shall be conducted with surface-supplied commercial grade diving equipment, including compressor (or compressed air bottle storage system), volume tank, air control system filter system and pneumofathometer. The air source shall have been tested, within the past 180 days, for oil mist and other contaminants, in accordance with OSHA 29 CFR. C. All diving operations shall be conducted utilizing a totally encapsulated diving dress, including diver hardhat with sealed neck dam, and a vulcanized rubber dry suit; in good repair. A band mask shall be specifically prohibited, for any instance but in an emergency situation.

RFQ #2855 Page 6 of 13

D. The diver hard hat shall be equipped with operating voice communication to the surface, and the diver umbilical shall consist of at minimum, the following: Diver air hose, pneumofathometer, dive diver communication cable, video cable and high intensity lighting power cable. E. The dive team shall consist of no less than a three-person team (Diver, Tender & Dive Supervisor). All of whom shall be certified commercial divers. All team members shall have a current CPR & First Aid Card, 02 Administrator Card, as well as a complete diver physical within the previous 24 months. F. All diver equipment and any other equipment introduced into the reservoir shall be dedicated for potable water operations, and further, shall be disinfected with no less than a 200ppm chlorine scrub/spray prior to entry into the reservoir. G. Underwater welding is not permitted in potable water reservoirs unless the reservoir is isolated from the system and the water is drained to waste following the welding procedures. H. Dive contractor shall have available for examination, the following documentation: Copy of Standards and Procedures Manual, Safe Practices Manual, Diver Logbooks, and the latest Air Testing Reports. I. Dive team shall be equipped with live color video with live voice recording (and associated lighting system) between diver and surface team, to allow for real-time surface monitoring of all diving activities and findings, as well as quality-control of the complete work. J. Contractor security protocols shall include mandatory drug and criminal background checks of all field employees prior to employment.

RFQ #2855 Page 7 of 13

Section 3 - Tank Specifics:

A. Miguelito Canyon Reservoir

Tank specifics:Tank Miguelito Reservoir Location One mile south on Miguelito Canyon Road from

Willow Ave then west across bridge. (nearest cross street is Olive Avenue & Willow Avenue)

Type of Tank Above ground. Tank Construction Welded Steel Hatch Size & Location Roof at ladder, 30 inches Tank Dimension: Diameter Height

104 feet (inside diameter) 39 feet (inside wall)

Tank Capacity 2.5 Million Gallons Ladders Internal Yes Ladders External Yes Safety Climb Yes – Rail and Cage outside, Cage only inside. 110 volts on site No Year Built 1963 Date Last Inspected May 2014 Date Last Cleaned May 2014 Inlet Outlet Size Common inlet outlet, 12” Cathodic Protection No

RFQ #2855 Page 8 of 13

B. “O” Street Reservoir

Tank Specifics: Tank O Street Reservoir Location South end of O Place, nearest cross street is O Place

and Fir Avenue Type of Tank Above ground. Tank Construction Welded Steel Hatch Size & Location Roof, 30 inches. Tank Dimension: Diameter Height

104 feet (inside diameter) 39 feet (inside wall)

Tank Capacity 2.5 Million Gallons Ladders Internal Yes Ladders External Yes Safety Climb Yes – Rail and Cage outside, Cage only inside. 110 volts on site No Year Built 1962 Date Last Inspected May 2014 Date Last Cleaned May 2014 Inlet Outlet Size Common inlet outlet, 12” Cathodic Protection No

RFQ #2855 Page 9 of 13

Purchasing Division 1300 West Laurel Avenue, Lompoc CA 93436 • 100 Civic Center Plaza Lompoc, CA 93436

Phone: (805) 875-8020 • FAX: (805) 735-7628 www.cityoflompoc.com

ATTACHMENT "A" City of Lompoc

INDEMNITY AND INSURANCE REQUIREMENTS (Example)

The City of Lompoc requires that you furnish and maintain current certificates of insurance for the duration and term of that contract within the scope and limits of the Indemnity and Insurance Requirements listed here. The certificates and endorsements are to be signed by a person authorized by the insurers to bind coverage on their behalf. You must secure the following insurance coverage to protect the City from claims brought against the City, employees, authorized representatives, agents, or third parties. 1. Worker's Compensation Insurance in an amount not less than $1,000,000 per occurrence as required by State of California statutes, and employer's liability insurance (including disease coverage). Insurer shall waive all rights of subrogation against the City, its employees, representatives, and agents. 2. Automobile Liability Insurance with coverage for any vehicle including those owned, leased, rented, or borrowed. This insurance shall have an endorsement naming the City as Additional Insured and with a standard cross-liability clause or endorsement. The limit amount for this insurance shall be not less than $500,000 per occurrence combined single limit for bodily injury and property damage. 3. General Liability Insurance including premises and operations, products, completed operations, contractual liability, independent contractors, and broad form property damage coverages. This insurance shall be on a commercial insurance, occurrence form with an endorsement naming the City as Additional Insured and with a standard cross-liability clause or endorsement. The limit amount for this insurance shall be not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage. 4. You must provide a separate endorsement naming the City as an additional insured referencing your name and policy number.

Examples of such endorsements are ISO CG 25 04 11 85, ISO CG 25 03 11 85, ISO CG 25 01 11 85. 5. The insurance policies described above shall include the following provisions or have added by endorsement:

a. The coverages shall be primary, and no other insurance or self-insurance such as may be utilized by the City shall contribute to a loss under these policies.

b. The policies shall not be canceled or

materially altered without 30 days prior written notice to the City.

6. The insurers utilized shall conform to the following terms:

a. Insurers shall have at least an "A-"

policyholder's rating and a "VII" financial rating in accordance with the most current Best's Key Rating Guide.

b. Vendor shall furnish the City, within ten

(10) calendar days of receiving Notice of Award, or a Request for Insurance letter, and not less than two (2) working days prior to the commencement of the work, with adequate certificates of insurance and with original endorsements affecting coverage as will demonstrate that the provisions and/or requirements of this section have been complied with.

RFQ #2855 Page 10 of 13

1. TERMS OF ORDER: This order is limited to the terms herein unless expressly agreed in writing by the City.

2. SELL OR ASSIGN: The supplier has no right to sell, assign, or transfer any obligations resulting from this order without the specific written consent of the Purchasing and Materials Manager.

3. MATERIAL SAFETY DATA SHEETS: Supplier shall conform to California Labor Code Section 6360 and Title B CAC, Sections 339 and 5194 and submit Material Safety Data Sheets with orders of hazardous substances.

4. COMPLIANCE WITH LAWS/HOLD HARMLESS: All goods shall comply with all applicable federal, state, and local laws and regulations. Supplier further agrees to indemnify, defend, and hold the City harmless for failure to so conform and/or against any claim, loss and liability arising from Supplier’s negligent act or omission in the performance of this order.

5. TAXES: This order is subject to California Sales Tax. The City is exempt from Federal Excise Tax.

6. WARRANTY: Supplier fully warrants all materials and equipment, including without limitation, any optional equipment purchased by the City under the terms of this order, against poor and inferior quality and workmanship of equipment, labor and materials, for one year after the date of final acceptance by the City, unless otherwise stated hereon.

7. LAWS GOVERNING CONTRACT: This order shall be in accordance with the laws of the State of California. Vendor further stipulates that this order was entered into in the State of California, and the State of California is the only appropriate forum for any litigation as a result of breach hereof or any questions risen here from.

8. BUSINESS TAX NUMBER: Firms performing services or installations in the City of Lompoc must have a current City of Lompoc Business Tax Number. Please contact the City Clerk Office at 805 875-8242 for information.

9. AUTHORIZED DISTRIBUTOR: Vendor represents that vendor is an authorized distributor of the product ordered. The City reserves the right to cancel this order at any time if it is determined that the vendor is not an authorized distributor of the product ordered.

10. NEWEST MAKE & MODEL: Items ordered shall be of the newest make and model available unless otherwise stated herein.

11. INSURANCE: Vendors performing work on City premises shall possess a current approved certificate of insurance on file with the Purchasing and Materials Manager prior to the performance of work

12. PREVAILING WAGES: Vendors performing work exceeding a combined labor and materials costs of $1,000.00 are required to comply with California Labor Code Sections 1773.2, 1776 and 1777.5.

13. PAYMENT: Payment will be made only upon receipt of all materials, services, and invoices which are as specified and in accordance with the terms of this order, unless otherwise stated herein.

14. REJECTION OF MATERIALS/SERVICES: All materials and services furnished shall be as specified and are subject to inspection and approval by the City. The City reserves the right to reject any material or service which does not comply with the specifications and/or terms of this order.

15. F.O.B. POINT: All orders are shipped F.O.B. Destination.

16. TITLE: Except as, otherwise expressly provided herein, title to and risk of loss on all items shipped by vendor or vendor’s agent to the City shall pass to the City upon the City’s inspection and acceptance of such items at the City’s premises.

17. SHIPPING & HANDLING CHARGES: Shipping, handling, packing, transportation, and any other fees or charges are not allowed unless specified otherwise herein.

18. DELIVERY ADDRESS: Vendor shall deliver to the delivery address indicated on this order. Deliveries received at other locations may not be accepted.

19. PRODUCT LIABILITY: Vendor certifies that insurance covering product liability, should malfunction occur causing property damage or personal injury, is in full force and effect, and agrees to indemnify, hold harmless, and defend City from any claims, liabilities or damages arising therefrom.

20. DEFAULT BY VENDOR: The City reserves the right to cancel at any time any or all items not delivered as directed and within the time specified. In case of default by Vendor, the City may procure the goods or services from any source available and charge the difference between the price named in this order and the actual cost hereof to the Vendor. Prices paid by the City are considered at the prevailing market price at the time such purchase is made.

21. CHANGES IN ORDER: No alteration or variation of terms of this order is valid unless made in writing and signed by the Purchasing and Materials Manager. No oral understandings or agreements not incorporated herein, and no alterations or variations of the terms herein, unless made in writing between the parties hereto.

CITY OF LOMPOC PURCHASE ORDER

TERMS AND CONDITIONS

RFQ #2855 Page 11 of 13

Attachment B PUBLIC WORK – PREVAILING WAGE JOB

The City of Lompoc is a public agency. Contracts exceeding $1,000 with the City are considered “Public Works” when they include services for construction, alteration, demolition or repair work, and maintenance services. The City has requested a quote or has contracted for the following project:

DIVE INSPECTION AND CLEANING OF MIGUELITO AND “O’ STREET RESERVOIRS This is notice that contractor/s and subcontractor/s must register with the California Department of Industrial Relations (DIR) and that:

• This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations pursuant to Labor Code Section 1771.4.

• All contractors and subcontractors must furnish electronic certified payroll records as specified in Labor Code Section 1776 directly to the Labor Commissioner (aka Division of Labor Standards Enforcement).

The project listed above requires payments of not less than the general prevailing rates for per diem wages, overtime work, legal holidays, other employee payments, and travel & subsistence if applicable, in the locality in which the work is to be performed for each craft, classification, or type of worker needed as required in the California Labor Code. Such rates of wages are on file with the Department of Industrial Relations and in the office of the District and are available to any interested party upon request. Contractors shall promptly notify the City in writing, about any classifications of labor not listed in the prevailing wage determination but necessary for the performance of the work. Contractors will post a copy of the determination of prevailing rates at the job site(s) as prescribed by Title 8 California Code of Regulations section 16451(d) The Contractor’s attention is directed to the payroll records requirement of Labor Code Section 1776, and Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a written declaration that is made under penalty of perjury. The District requires hard copies of these records for verification, prior to making related payments to the contractor (this is in addition to the electronic reporting required by the DIR).

Confirm your intent to pay prevailing wages and that such wages are considered within your offer and specify

the job classification(s) and hourly wage rate that is reflected in your offer for labor classifications performing the work. Indicate worker classifications for primary and any subcontractors.

Asbestos Boilermaker Bricklayers Carpenters

Carpet/Linoleum Cement Mason Drywall Finishers Drywall/Lathers

Electricians Elevator Mechanic Glazier Iron Workers

Laborers Millwrights Operating Engineer Painters

Pile Drivers Pipe Trades Plasterers Roofers

Sheet Metal Sound/Comm Surveyors Teamster

Tile Workers (Use additional sheet if necessary)

RFQ #2855 Page 12 of 13

DIVE INSPECTION AND CLEANING OF MIGUELITO AND “O’ STREET RESERVOIRS

List any Subcontractors you intend to use for the Project:

Company Name Contact Name

Address

Telephone Fax Email

Contractor License Number Designation DIR Registration Number

Therefore, the Contractor agrees to comply with all applicable prevailing wage requirements set forth in California Labor Code Sections 1770 to 1781 inclusive. All workers employed on or in the execution of these services shall be paid not less than the applicable current general prevailing wage as determined by the Director of Industrial Relations. The current General Prevailing Wage Determinations located on the Department of Industrial Relations’ (DIR) website (https://www.dir.ca.gov/OPRL/2012-2/PWD/index.htm ), shall be incorporated into this Contract.

By signing below the contractor has read and understands this document, that he is aware of the public work and prevailing wage requirements as set forth in the California Labor Code Sections 1720 et seq.; that he and each of his subcontractors is registered with the California DIR; and that he is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions before commencing the performance of the work of this contract.

Representative Signature Date

Print Name Title

Company Name Email

Address

Telephone Fax

Contractor License Number Designation DIR Registration Number

Additional information about these requirements and the new public works program regarding compliance monitoring, administration and enforcement of prevailing wage laws are available on the Department of Industrial Relations website at http://www.dir.ca.gov/public-works/publicworks.html. PUBLIC WORKS REFORMS (SB 854) http://www.dir.ca.gov/Public-Works/PublicWorksSB854.html

RFQ #2855 Page 13 of 13