REQUEST FOR WRITTEN BIDS

Similar documents
PROJECT NAME: M UNIFORM RENTAL/LAUNDRY SERVICES

COSUMNES COMMUNITY SERVICES DISTRICT

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

Cosumnes Community Services District 9355 East Stockton Blvd Suite 185, Elk Grove, CA Ph: Fax:

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

Park Maintenance Management Plan

INVITATION TO BID LANDSCAPE SERVICES

AGENCY-WIDE LAWN MAINTENANCE

INVITATION FOR BIDS. Owner: Rockwood Electric Utility

City of Blue Springs. Parks and Recreation Department. Request for Proposals Fireworks Display for July 4 th

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Fair Wage Policy for ICI Contracts

Request for Proposal. For. Grounds Maintenance Services

Contractual Mowing Request for Proposals

Request for Proposal for Lawn Services

City of Corpus Christi Housing and Community Development

2019 GROUNDS MAI NTENANCE M OWI WATE R TREATMENT PLANT AND VAR I OUS LO CATI ONS NEAR THE AUSTI NVI LLE WATE R TREATMENT PLANT SPECIFICATIONS

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016

Invitation for Bid Re-Advertisement. Mowing, and Grounds Cleanup Services. IFB Number:

City of Arkansas City, Kansas

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Suite 300 Tenant Improvement

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

LAWN CARE BID PACKAGE

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties. Bid Package # through 2019

Cherokee County Request for Proposal Roadway Right-of-way Mowing Services RFP #

City of La Center. Small Works REQUEST FOR BID Landscape Maintenance Services

TOWN OF TYNGSBOROUGH

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CITY OF NIAGARA FALLS, NEW YORK

City of New Rochelle New York

FIRE STATION 35 CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project:

REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK

Hillview Branch Library 155 Terry Blvd. Hillview, KY (Note: This property also includes a large back yard with a pavilion and walking trail)

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION

SECTION NOTICE INVITING BIDS

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

St. Charles City County Library District

City of Forest Park Request for Proposals. Secure Access Control Systems

Landscaping and Mowing. City of Ranson, West Virginia

Mold Remediation and Clean Up of Central High School

Film Permit Application

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

WEST VALLEY SANITATION DISTRICT

TCL&P Facilities HVAC Improvements (specifications attached)

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows:

SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

LAWN CARE (MOWING/TRIMMING)

Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

Request for Qualifications for Furniture, Fixtures, and Equipment

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

SPECIAL PROJECT NEEDS AGREEMENT (Template B) for the [PROJECT NAME]

OCIP Contract Language

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

COMPREHENSIVE ANNUAL FINANCIAL REPORT FISCAL YEAR ENDED JUNE 30, 2018

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT

Contractor Pre-Qualification Questionnaire

CITY OF PORTLAND, TEXAS

ROWLAND UNIFIED SCHOOL DISTRICT

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES

***This is a Registration Packet*** Not a Pre-Qualification Packet

Barrow County School System

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

Franklin Redevelopment and Housing Authority

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Housing Authority of the County of San Joaquin

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Grass and Debris Abatement Requirements

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

Transcription:

Parks & Recreation Department 9355 E, Stockton Blvd., Suite 185 Elk Grove, CA 95624 REQUEST FOR WRITTEN BIDS TO: ALL PROSPECTIVE CONTRACTORS DATE: December 14, 2017 AMENDED 1/4/18 Bid Manager: Pamela Dawson, Administrative Specialist Project Manager: Jeff Repetti, Park Maintenance Manager Bid Due Date: January 17, 2018 at 10:00 AM PROJECT NAME: PO-18-019 Weed Mowing Services AMENDED PROJECT DESCRIPTION: The work to be performed under this contract includes the furnishing of all labor, materials, equipment, transportation and services necessary for Weed Mowing Services. COSUMNES COMMUNITY SERVICES DISTRICT: The ( District ) is an independent special district focusing on essential quality of life services including parks and recreation, fire protection and emergency medical services. The District is comprised of three departments: Administrative Services, Fire, and Parks and Recreation. This RFB will focus on Parks, Streetscapes and Facilities owned and/or managed by the Parks and Recreation Department. The District serves the park and recreation needs of approximately 174,400 residents within a 157 square-mile jurisdiction that includes the City of Elk Grove and unincorporated areas of Sacramento County. Within the jurisdiction, the District maintains and operates 750 acres of parkland; 240 acres of landscaped medians, corridors and greenbelts; two aquatic complexes; three community centers; five recreation centers; two skate park; three dog parks; a bike park, 17 miles of trails and a nine-hole golf course. LICENSURE REQUIREMENTS: If applicable, each Contractor shall be licensed pursuant to the Business and Professions Code. Contractors who are ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code are prohibited from submitting a Proposal on this project. SCOPE AND SCHEDULE OF SERVICES Scope and Schedule of Services are set forth in the attached Exhibit A and B, incorporated herein by this reference. Please direct all questions regarding the Scope of Work and Schedule of Services, in writing to Jeff Repetti, Parks Maintenance Manager, at JeffRepetti@CSDParks.com. All questions are due to Jeff Repetti by January 4, 2018 by 10:00 AM. All questions/answers will be posted to the www.yourcsd.com bid website. PREVAILING WAGES: Bid must include prevailing wage. Wage rates can be located online at http://www.dir.ca.gov/dlsr. The successful Contractor shall comply with all applicable Labor Code provisions, including but not limited to, hours of labor, employment of apprentices and debarment of contractors.

PO-18-019 Weed Mowing page 2 CONTRACTOR REGISTRATION: Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the contractor s and subcontractors current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Contractor and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Complete and submit Exhibit D with Proposal Package. LABOR COMPLIANCE: This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this project, it shall be the Contractor s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its proposal. BID FORM: All Proposals shall be made upon the Bid Form (Exhibit C ). Contractor may submit supporting documents which outline the final cost of the Bid (e.g., line item costs, costs per square feet, etc.). Proposals shall be submitted to the District by email or in person no later than January 17, 2018 at 10:00 AM: Parks and Recreation Department Attn: Pam Dawson 9355 E Stockton Blvd. Suite 185 Elk Grove, CA 95624 Phone: 916-405-5653 Email: pamdawson@csdparks.com Any submission to the District by email, will receive a reply that the proposal has been received (during regular business hours). If a reply is not received please contact Pam Dawson at pamdawson@csdparks.com. Incomplete proposals and proposals received after the time specified above will be returned. Proposals shall be valid for 90 calendar days after the time specified above. AWARD OF CONTRACT: The District shall award the contract for the project to the bid that is deemed most advantageous to the District. The Board of Directors of the reserves the right to reject any or all proposals and to waive any informality in any Proposal. INSURANCE: The Contractor must provide evidence of commercial general liability and professional liability insurance from an insurance company authorized to be in business in the State of California in an amount of not less than one million dollars ($1,000,000) for each occurrence. Contractor will be required to provide an insurance certificate naming the District as additionally insured. Contractor must provide certificate showing active policies of automobile liability, commercial general liability and property damage insurance from an insurance company authorized to be in business in the State of California for the entire length of the contract. The following statement must appear on the certificate: "Additional insured endorsement names the Cosumnes Community Services District its directors, agents or employees are included as additional insured."

PO-18-019 Weed Mowing page 3 PAYMENT: The prices paid for the various items in the bid proposal shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the finished product as provided in these specifications. Compensation in full for items specified in the bid proposal shall include payment for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the Services. Whenever it is specified that the Contractor is to do work or furnish materials of any class for which no price is fixed in the bid proposal, it shall be understood that the Contractor is to do such work or furnish such materials without extra charge or allowance or direct payment of any kind. The cost of doing such work or furnishing such materials is to be included in the price bid for such other items of work, as the Contractor may consider appropriate. CONTRACT TERM: Contract will begin in March 2018. The initial term of the Professional Service Agreement (PSA) will be for a twelve (12) month term. The District reserves the option to extend the contract for up to two (2) additional twelve (12) month periods, upon the same terms and conditions as provided in the PSA. The Contractor can propose a price increase, if desired. The contractor should include a cost schedule for years 1, 2 and 3 on the Bid Form (EXHIBIT C ). The (District) is an independent local government entity and a political subdivision of the State of California, established under Government Code Sections 56261.1 and 56439(c). The District provides emergency medical and fire protection services to the cities of Elk Grove and Galt and to unincorporated areas in south Sacramento County, and provides parks and recreation services to the Elk Grove Community. The District encompasses roughly 157 square miles and serves an estimated population of 174,400. The District is dedicated to the principles of competition and fairness. The District is committed to ensuring that local taxpayers receive the maximum value for every District expenditure. Toward that goal, we encourage qualified vendors to participate in doing business with the District.

PO-18-019 Weed Mowing page 4 EXHIBIT A PAGE 1 OF 2 SCOPE AND SCHEDULE OF SERVICES WEED MOWING SERVICES SCOPE OF WORK: 1. Park Maintenance Manager to determine the mow schedule for each location and will notify contractor 7 days in advance. There will be two mows of each location per year (approximately in the spring and early summer). The District reserves the right to request a third mow, as needed. 2. Weeds and grass shall be mowed to height not exceeding four (4) inches. 3. Weed/grass trimming around structures, fence lines, posts, etc. shall be done using a line trimmer. 4. All sidewalks, walkways, trails, etc. shall be cleared of clippings and debris prior to leaving the project site. 5. Contractor shall report to the project manager any safety hazard on the project site immediately upon discovery. 6. Contractor shall report to the project manager any debris (furniture, appliances, concrete spills etc.) found on the project site. 7. Hazardous materials found on the project site shall be reported to the project manager immediately upon discovery. 8. Equipment used on this project shall be in acceptable working condition. Noise levels emitted from equipment shall be of normal range per equipment specifications. 9. Equipment safeguards designed to prevent injury or sparks/fire shall be installed as directed in the operations manual for each specific type of equipment used on this project. 10. Contractor shall have on-site an adequate supply of water and/or fire extinguishing materials for fire protection. 11. Contractor shall cease working if weather conditions can potentially increase the fire danger. 12. Contractor shall have on-site an appropriate hazardous material spill containment kit. 13. Contractor shall have the means to contact emergency resources immediately if an emergency situation occurs while performing this project. 14. Contractor shall take all necessary safety precautions to prevent injury to the public while performing this project. 15. Contractor employees shall be supervised by personnel qualified to perform the work required by the contract. 16. The Contractor shall assume any and all responsibility for the conduct of its employees. 17. The Contractor guarantees that all employees performing under this contract will be clean and neat in appearance, use language free of profanity, and treat members of the public courteously at all times. 18. The Contractor will be solely responsible for damage to property at, or adjacent to, the project sites and/or any vehicles. Any damage shall be reported to the project manager immediately. 19. Finished mows are subject to area manger inspection and approval. Contractor may be asked to re-mow substandard work at the contractor s expense.

EXHIBIT A PAGE 2 OF 2 AMENDED SCOPE AND SCHEDULE OF SERVICES WEED MOWING SERVICES PO-18-019 Weed Mowing page 5 SERVICE LOCATIONS: See Exhibit B for maps of all locations of service listed below. Location Acreage 1. Franklin High Dr./Machado Ranch Dr. 3.72 2. Morse Park 2.95 3. Franklin Dr. AMENDED 2.47 4. CSD Administration 2.50 5. MacDonald Park Phase II 1.10 6. Newton Ranch 5.00 7. Power Line Corridor 13.3 8. Rainbow Creek 2.30 9. Arcadian Village 8.75 10. Sheldon Place 1.50 11. Hill Park Field 1.75 12. Lower Camden Lake 1.75 13. Laguna Creek 0.50 14. Jones Park 0.20 15. Derr-Okamoto Park.08 16. SMUD substation area on Big Horn.93 17. Across from Fish Hatchery pump 0.30 BID PRICING: Contractor must submit Exhibit C - Bid Form pages 1-3. The Contractor to provide a cost schedule for years 1, 2 and 3. SCHEDULE OF SERVICE: A signed PSA and proper insurance must be sent to the District within five working days of the award of contract. Mowing jobs are to be scheduled upon request of park maintenance managers once the professional services agreement is fully executed. Contractor must be able to begin work within seven working days upon notification from park maintenance manager. The initial term of this contract is twelve (12) months. The District reserves the option to extend the contract for up to two (2) additional twelve (12) month periods upon the same terms and conditions as provided in the Professional Services Agreement. Jobs will be assigned by area managers on a per site basis as needed or required.

LOCATION MAPS PAGE 1 OF 17 Franklin High Dr./Machado Ranch Dr Request for Proposal Weed Mowing Services; page 6 Approximate Area 3.72 Acres

LOCATION MAPS PAGE 2 OF 17 Morse Park PO-18-019 Weed Mowing page 7 Approximate Area 2.95 Acres

LOCATION MAPS PAGE 3 OF 17 Franklin Dr - AMENDED PO-18-019 Weed Mowing page 8

LOCATION MAPS PAGE 4 OF 17 CSD Administration PO-18-019 Weed Mowing page 9

LOCATION MAPS PAGE 5 OF 17 MacDonald Park Phase II PO-18-019 Weed Mowing page 10

LOCATION MAPS PAGE 6 OF 17 Newton Ranch PO-18-019 Weed Mowing page 11

LOCATION MAPS PAGE 7 OF 17 Power Line Corridor (2 maps) PO-18-019 Weed Mowing page 12

LOCATION MAPS PAGE 8 OF 17 Rainbow Creek PO-18-019 Weed Mowing page 13

LOCATION MAPS PAGE 9 OF 17 Arcadian Village PO-18-019 Weed Mowing page 14

LOCATION MAPS PAGE 10 OF 17 Sheldon Place PO-18-019 Weed Mowing page 15

LOCATION MAPS PAGE 11 OF 17 Hill Park Field PO-18-019 Weed Mowing page 16

LOCATION MAPS PAGE 12 OF 17 Lower Camden Lake PO-18-019 Weed Mowing page 17

LOCATION MAPS PAGE 13 OF 17 Laguna Creek PO-18-019 Weed Mowing page 18

LOCATION MAPS PAGE 14 OF 17 Jones Park Request for Proposal Weed Mowing Services; page 19

LOCATION MAPS PAGE 15 OF 17 Derr-Okamoto PO-18-019 Weed Mowing page 20

LOCATION MAPS PAGE 16 OF 17 SMUD Substation area on Big Horn PO-18-019 Weed Mowing page 21

LOCATION MAPS PAGE 17 OF 17 Across from Fish Hatchery Pump PO-18-019 Weed Mowing page 22

EXHIBIT C BID FORM WEED MOWING SERVICES - PAGE 1 OF 3 PO-18-019 Weed Mowing page 23 TO: CSD PROJECT MANAGER THIS PROPOSAL IS SUBMITTED BY: (Firm/Company Name) Re: PO-18-019 WEED MOWING SERVICES 1. The undersigned Contractor proposes and agrees, if this Proposal is accepted, to enter into an agreement with the (District) to perform and furnish all services as specified or indicated in the Scope and Schedule of Services and in accordance with all other terms and conditions of the signed agreement. 2. In submitting this Bid, Contractor represents: (a) Contractor has reviewed the Scope and Schedule of Services; and (b) Contractor has visited the Site and performed all tasks, research, investigation, reviews, examinations, and analysis and given notices, regarding the Project and the Site; 3. In response to the Request for Written Bid for the Project referenced above, the undersigned Contractor hereby proposes to the to perform the Project Services for the lump sum prices for each site listed on Exhibit C page 2 and to furnish all supplies, materials, labor, labor supervision, tools and equipment, and to perform all operations necessary to provide full and Project Services per the attached Scope and Schedule of Services. Contractor agrees that this Bid constitutes a firm offer to the District which cannot be withdrawn for ninety (90) days from and after the Reply-By date, or until a contract is fully executed by the District and a Contractor, whichever is earlier. 4. The undersigned Contractor understands that the District reserves the right to reject this Bid. 5. Notice of Award or request for additional information may be addressed to the undersigned Contractor at the address set forth below. 6. The undersigned Contractor acknowledges that the District has reserved the right to delay or modify the commencement date. The undersigned Contractor further acknowledges the District has reserved the right to perform independent work at the Site, the extent of such work may not be determined until after the reply-by date, and that the undersigned Contractor will be required to cooperate with such other work in accordance with the requirements of the Contract Documents.

EXHIBIT C BID FORM WEED MOWING SERVICES - PAGE 2 OF 3 PO-18-019 Weed Mowing page 24 Site Lump Sum Price Per Mow per Site 2018 Lump Sum Price Per Mow per Site 2019 Franklin High Dr./Machado Ranch Dr. $ $ $ Morse Park $ $ $ Lump Sum Price Per Mow per Site 2020 Franklin Dr. $ $ $ CSD Administration $ $ $ MacDonald Park Phase II $ $ $ Newton Ranch $ $ $ Power Line Corridor $ $ $ Rainbow Creek $ $ $ Arcadian Village $ $ $ Sheldon Place $ $ $ Hill Park Field $ $ $ Lower Camden Lake $ $ $ Laguna Creek $ $ $ Jones Park $ $ $ Derr-Okamoto Park $ $ $ SMUD substation area on Big Horn $ $ $ Across from Fish Hatchery pump $ $ $ TOTAL $ $ $

CONTRACTOR INFORMATION Company/Firm Name Address EXHIBIT C BID FORM WEED MOWING SERVICES - PAGE 3 OF 3 Telephone ( ) Fax ( ) Email Address PO-18-019 Weed Mowing page 25 Contractor s License Number*: Expiration Date*: Contractor s License Classification*: I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Signature of Contractor Submitted Date Print Name Title *If applicable

EXHIBIT D - Contractor Registration and Labor Compliance Form PO-18-019 Weed Mowing page 26 THIS PROPOSAL IS SUBMITTED BY: Project: PO-18-019 Weed Mowing CONTRACTOR REGISTRATION: Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the contractor s and subcontractors current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Contractor and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. LABOR COMPLIANCE: This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this project, it shall be the Contractor s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its bid. Contractor Department of Industrial Relations Registration Number: Contractors State License Board/Certificate Number*: Project Manager/Contact for project Email Address: First Name: Last Name: Title: Work Phone: Estimate which classifications or type of worker will be employed by the contractor for this project: ASBESTOS BOILERMAKER BRICKLAYERS CARPENTERS CARPET/LINOLEUM CEMENT MASONS DRYWALL FINISHER DRYWALL/LATHERS ELECTRICIANS ELEVATOR MECHANIC GLAZIERS IRON WORKERS LABORERS MILLWRIGHTS OPERATING ENG PAINTERS PILE DRIVERS PIPE TRADES PLASTERERS ROOFERS SHEET METAL SOUND/COMM SURVEYORS TEAMSTER TILE WORKER *If applicable