REQUIRED BID FORMS SECTION

Similar documents
REQUIRED BID FORMS SECTION

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

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS

LONE TREE SCHOOL FLOORING REPLACEMENT

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

5. BID FORMS TABLE OF CONTENTS

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

CUPCCAA Project Documents BIDDING DOCUMENTS. Criminal Background Investigation Certification. Notice Calling for Bids

PROPOSAL PACKAGE INFORMATION SHEET

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am

LOUISIANA UNIFORM PUBLIC WORK BID FORM

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

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

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

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

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT, PROJECT #11727

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

NOTICE INVITING BIDS

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

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

Fortuna Elementary School District INVITATION FOR BIDS

Contract Documents INSTALLATION OF BACKFLOW PREVENTION DEVICES

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

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

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT UNDER $45K HILLCREST ES DESTRUCTIVE TESTING, Silver Ave.

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

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

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router

Mattole Unified School District INVITATION FOR BIDS

University of California, Riverside Barn Expansion

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

construction plans must be approved for construction by the City PBZ department.

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

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

BIDDING DOCUMENTS. Drug-Free Workplace Certification. Notice Calling for Bids. Lead-Product(s) Certification. Instructions to Bidders

Kellie Konysky, Program Director of Early Childhood Education

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start)

ADDENDUM #5 NIB #

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

C UNDERGROUND LIGHTING CONDUIT REPLACEMENT PROJECT

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

E-RATE YEAR 14 (2011/2012) RFP Paradise Unified School District

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No

DIF CREDIT AGREEMENT [Insert Project Name]

NC General Statutes - Chapter 143 Article 8 1

CITY OF LA PUENTE. City of La Puente E. Main Street La Puente, CA Telephone: (626) BID OPENING: September 15, 2016 at 10:30 a.m.

NEW AIR TRAFFIC CONTROL TOWER

REQUEST FOR PROPOSAL RFP #14-03

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

CUPCCAA Project Packet

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

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

Asbestos Abatement Work Plan

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT

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

B. The Bid is made in compliance with the Bidding Documents.

NOTICE CALLING FOR BIDS... 2 INFORMATION FOR BIDDERS... 4 *BID FORM *BID BOND *DESIGNATION OF SUBCONTRACTORS... 21

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

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO UNIT PRICE BID FOR LOW VOLTAGE AND CLASSROOM TECHNOLOGY DISTRICTWIDE

AGREEMENT CONSTRUCTION SERVICES

Bid No. B17-13 Bldg 1300 HVAC

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

Replacement of Existing Carpet at City Hall

ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

INSTRUCTIONS TO BIDDERS

Redondo Beach Unified School District

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Leigh High School- Relocate Bike Racks

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

Request for Bids for Walker Creek Ranch Re-Roof Project

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

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

REQUEST FOR SEALED PROPOSALS

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

Transcription:

REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond Designation of Subcontractors Bidder References and Responsibility Information Noncollusion Declaration Site Visit Certification Certificate Regarding Workers Compensation Prevailing Wage Compliance Certification LCP Certificate of Compliance Business Status Certification Certification of Compliance With Immigration Laws Iran Contracting Act Certification Acknowledgement of Contract Documents W-9 Bid Label Page 0

PRIME CONTRACTOR'S PROPOSAL TO THE GOVERNING BOARD OF WILLIAM S. HART UNION HIGH SCHOOL DISTRICT DATE: BID PACKAGE SA16-05A The undersigned, having carefully examined the proposed site, all of the bidding documents, including but not limited to, the Plans and Specifications, the Notice Inviting Bids, the Instructions for Bidders, the Agreement Form, the Bond Forms, and the General Provisions for: PROJECT: Saugus High School D3 Electrical Additions (Proper Company Name and Address of Bidder) Hereby proposes and agrees to furnish all tools, equipment, services, apparatus, facilities, transportation, labor and materials necessary to complete the above named project in strict conformity with the Plans and Specifications, including all work specified in addenda numbered and dated: Addendum No. Addendum No. Addendum No. Addendum No. Dated Dated Dated Dated for the total sum of ($ ) (base bid) including all applicable taxes, allowance, permits and licenses. Bidder acknowledges the Owner may award the Contract to the responsible bidder submitting the lowest responsive bid considering base bid alone or any combination of base bid and alternates (if applicable). The Owner reserves the right to include or not include any, all or none of any alternates in the award. Page 1

For Alternate Write amount in words below. 1 Add Deduct Dollars and Cents $. 2 Add Deduct Dollars and Cents $. 3 Add Deduct Dollars and Cents $. 4 Add Deduct Dollars and Cents $. It is understood that the Owner reserves the right to reject this bid and that this bid shall remain open and not be withdrawn for the period specified in the Notice Inviting Bids. The required bid security is hereto attached. The required list(s) of proposed subcontractors is attached hereto. The undersigned represents and warrants that such list(s) is complete and in compliance with the Subletting and Subcontracting Fair Practices Act. The required noncollusion declaration is hereto attached. Bidder, by signing and submitting this proposal, declares that he/she understands the bidders' requirements to adhere to the state laws regarding prevailing wages and apprenticeship standards for public works. The undersigned fully understands that the Prime Contract is formed upon the acceptance of this Proposal by the Owner. The undersigned further agrees that upon request he will promptly execute and deliver to Owner a written memorial of the prime contract together with the required Payment and Performance Bonds. IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation. If bidder or other interested person is an individual, state first and last names in full. This document must list names of person or persons authorized to bind the bidding organization. If the bidder is a corporation, the undersigned hereby represents and warrants that the corporation is duly incorporated and is in good standing in the State of California and that, whose title is, is authorized to act for and bind the corporation. It is understood and agreed that, should Bidder fail or refuse to return executed copies of the Agreement, Contractor s Certificate, Certification of Insurance, and required bonds to the Owner within seven (7) days of actual notice of the award of the contract to bidder, then the security may be forfeited to the Owner as liquidated damages. Page 2

The undersigned hereby warrants that the bidder has an appropriate license, in accordance with act providing for the registration of contractors, License No. Class expiration date, that such license entitles bidder to provide the work; that such license will be in full force and effect throughout the duration of performance under this contract; and that any subcontractors to be employed will have appropriate licenses. Proper Company Name of Bidder Type of Organization / / Signed by Signature Date (Print or Type) Title of Signer Address of Bidder Telephone Number Fax Number E-mail address of Signer If bidder is a corporation, affix corporation seal. See Instructions for Bidders for Additional Signatures required! / / Signed by Signature Date (Print or Type) Title of Signer Page 3

BID SECURITY Project Name: Saugus High School D3 Electrical Additions Project/Bid Package Number(s): Project SA16-05A/ Contractor: Page 4

BID BOND KNOW ALL MEN BY THESE PRESENTS, that we as Principal, and as Surety, are held and firmly bound unto the WILLIAM S. HART UNION HIGH SCHOOL DISTRICT, hereinafter called the Owner in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal submitted to the said Owner for the work described below for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying bid dated this day of, 20, for PROJECT: SA16-05A, Saugus High School D3 Electrical Additions BID PACKAGE SA16-05A AND THAT, if the aforesaid Principal shall be awarded the Contract upon said Bid Proposal and shall within seven (7) days after the notice of such award, execute a written memorial of the awarded Contract and submit the required Payment and Performance Bonds and other required Contract Documents, then this obligation shall be null and void. In the event the Principal fails and/or refuses to execute and deliver said documents, this Bond will be charged with the costs of the damages experienced by the Owner as a result of such refusal, including but not limited to the difference in money between the amount of the bid of the said Principal, and the amount for which the obligee may be legally contracted with another party to perform the said Work if such amount be in excess of the former. In no event, however, shall the Surety's liability exceed the penal sum thereof. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid, and said Surety does hereby waive notice of any such extension. In the event suit is brought upon this bond by the Owner and judgment is recovered, the Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHERE OF the above-bounded parties have executed this instrument under their several seals this day of, 20, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Page 5

Principal Surety Proper Company Name of Bidder Signer (Print or Type) Surety Attorney-in-Fact Signer (Print or Type) Title Attorney-in-Fact Signature Signature of Bidder Name and Address of California Agent of Surety Telephone No. of California Agent Email Address of California Agent Corporate Seal of Principal, if Corporation Corporate Seal of Surety (Attach Attorney-in-Fact Certificate and Required Acknowledgments) Page 6

DESIGNATION OF SUBCONTRACTORS In compliance with the Subletting and Subcontracting Fair Practices Act (Chapter 4 [commencing at Section 4100], Division 2, Part 1 of the Public Contract Code of the State of California) and any amendments thereof, each bidder shall set forth below: (a) the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the Prime Contractor in or about the construction of the work or improvement to be performed under this contract or a subcontractor licensed by the State of California who, under subcontract to the Prime Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half (½) of one percent (1%) of the Prime Contractor's total bid and (b) the portion of the work which will be done by each subcontractor under this act. The Prime Contractor shall list only one subcontractor for each such portion as is defined by the Prime Contractor in this bid. If a Prime Contractor fails to specify a subcontractor or if a Prime Contractor specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half (½) of one percent (1%) of the Prime Contractor's total bid, Prime Contractor shall be deemed to have agreed that Prime Contractor is fully qualified to perform that portion, and that Prime Contractor alone shall perform that portion. No Prime Contractor whose bid is accepted shall (a) substitute any subcontractor, (b) permit any subcontractor to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the original bid, or (c) sublet or subcontract any portion of the work in excess of one-half (½) of one percent (1%) of the Prime Contractor's total bid as to which the original bid did not designate a subcontractor, except as authorized in the Subletting and Subcontracting Fair Practices Act. Subletting or subcontracting of any portion of the work in excess of one-half (½) of one percent (1%) of the Prime Contractor's total bid as to which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the authority awarding this contract setting forth the facts constituting the emergency or necessity. NOTE: If alternate bids are called for and bidder intends to use different or additional subcontractors on the alternates, a separate list of subcontractors must be provided for each such alternate. Page 7

Portion of Work Email: Email: Email: Email: Email: Email: Subcontractor s Business Address & Email Copy and attach additional sheets if necessary. Phone # CSLB License # Phone ( ) License # DIR # Phone ( ) License # DIR # Phone ( ) License # DIR # Phone ( ) License # DIR # Phone ( ) License # DIR # Phone ( ) License # DIR # Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) Page 8

BIDDER REFERENCES AND RESPONSIBILITY INFORMATION The District expressly reserves the right to reject the bid of any bidder who, upon investigation, has been determined to fail to complete similar projects in a timely fashion or in a satisfactory manner. Such rejection would, if applicable, be based upon the principle that the bidder is "non-responsible" and does not demonstrate the attribute of trustworthiness, as well as quality, fitness, capacity, and experience to satisfactorily perform the District s Project. In performing the above-described responsibility determination, the District reserves the right to utilize, and bidder agrees to provide, the District with all possible sources of information in assisting District to make its determination, including but not limited to: inquiries to regulatory state Boards and agencies; Dun and Bradstreet credit reports; bidder s most recent financial statements (unaudited or audited, as requested by District); inquiries to companies and public entities for which the bidder has previously performed work; reference checks and examination of all public records. The bidder must also demonstrate experience with: 3 public works construction or 3 public school construction projects and must demonstrate experience on similarly-sized public works projects. This knowledge and ability shall be demonstrated by providing the names, current phone numbers, addresses, point(s) of contact, dates of work, project cost, and the scope of work for at least 3 public entities or 3 public school districts that the bidder completed within the past 3 years ( References ). The bidder s References information must demonstrate that the scope of work previously performed is similar to the scope of work for the District s Project. For the purpose of bidder s References, a similarly-sized construction project shall be one that is within at least 25% of the bidder s proposed bid on the District s Project. The above-listed References must be provided on the District s required bidding form entitled Bidder References. FAILURE TO FURNISH THE REFERENCES AND OTHER INFORMATION AS REQUESTED (IN THE COMPLETE FORMAT REQUIRED) MAY CAUSE YOUR BID TO BE REJECTED AS NON-RESPONSIVE.The references required by Paragraph 3 should be listed in the following format (facts are example only). Worked for X Y Z Unified School District Phone # (222) 123-4567 999 Holly Drive, L.A., CA 92000 Contact: J. Q. Jones at above # Renovated Hills High in 1990 for $1.3 million. Page 9

BIDDER REFERENCES Reference #1 District or Entity: Phone No.: Address: Name of Contact and Email: Scope of Work and $ Amount: Reference #2 District or Entity: Phone No.: Address: Name of Contact and Email: Scope of Work and $ Amount: Reference #3 District or Entity: Phone No.: Address: Name of Contact and Email: Scope of Work and $ Amount: Reference #4 District or Entity: Phone No.: Address: Name of Contact and Email: Scope of Work and $ Amount: Reference #5 District or Entity: Phone No.: Address: Name of Contact and Email: Scope of Work and $ Amount: Page 10

NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID Project/Bid Package(s): Project Name Saugus High School D3 Electrical Additions/ Page 11

SITE VISIT CERTIFICATION PROJECT: SA16-05A, Saugus High School D3 Electrical Additions BID PACKAGE SA16-05A I certify that an authorized representative of our company has visited the site of the proposed work and has been fully acquainted with the conditions relating to construction and labor. The facilities, difficulties, and restrictions attending the execution of the work under contract are fully understood. I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. I agree to fully indemnify, defend, and hold harmless the William S. Hart Union High School District, the architect, the Construction Manager (where applicable), and all of their respective officers, agents, employees, and consultants from any and all damages and costs or omissions related to conditions that could have been identified during the visit to the site. Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) Page 12

PRIME CONTRACTOR S CERTIFICATE REGARDING WORKERS COMPENSATION PROJECT: SA16-05A, Saugus High School D3 Electrical Additions BID PACKAGE SA16-05A Labor Code Section 3700 provides: Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) (b) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. By securing from the Director of Industrial Relations a certificate of consent to self-insure either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees. I am 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 selfinsurance in accordance with the provisions of that Code, and I will comply with those provisions before commencing the performance of the work of this contract. Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) (In accordance with Article 5 [commencing at Section 1860], Chapter 1, Part 7, Division 2 of the Labor Code, this certificate must be signed and filed with the awarding body prior to performing any work under this contract.) Page 13

PREVAILING WAGE COMPLIANCE CERTIFICATION To: 21380 Centre Pointe Parkway Santa Clarita, CA 91350 PROJECT: SA16-05A, Saugus High School D3 Electrical Additions BID PACKAGE SA16-05A I hereby certify that I will conform to the State of California Public Works Contract Requirements regarding wages, benefits, on site audits, payroll records, and apprentice and trainee employment requirements. Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) Page 14

LCP CERTIFICATE OF COMPLIANCE Please note that if you are the successful bidder, the District will require, as a condition to awarding the contract for the Project to your firm that you and your subcontractors are aware of and will comply with all of the conditions required under the District s Labor Compliance Program (LCP) as described Part 12 of the General Provisions. I hereby certify, as a condition precedent to being awarded a contract by the District, that all requirements stated in California Labor Code Sections 1720 et seq. and 1770 et seq., and Title 8 of the CCR, Section 16000 et seq. (Collectively, Prevailing Wage Laws ), which require the payment of prevailing wage rates and the performance of other requirements on certain public works and maintenance projects have been reviewed and understood and will be in-place and active throughout the duration of the Project. Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) Page 15

Small Business Status Certification BAW&G/175550 Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) Page 16

CERTIFICATION OF COMPLIANCE WITH IMMIGRATION LAWS The Immigration Reform and Control Act of 1986 and other federal immigration laws (the Immigration Laws ) require that an employer must verify the identity and eligibility to work in the United States of each employee hired after November 6, 1986, by completing an Employment Eligibility Verification Form (also referred to as Form I-9) for all employees, whether or not they are United States citizens. The Immigration Laws prohibit employers from knowingly hiring or knowingly continuing to employ individuals who are not eligible to work in the United States. An employer may have actual knowledge of an employee s ineligibility or may have constructive knowledge of ineligibility (i.e., facts and circumstances that would lead a person, using reasonable care, to know about the ineligibility). Employers that knowingly hire or knowingly continue to employ individuals who are not eligible to work in the United States are subject to civil and criminal penalties, including possible incarceration. The undersigned hereby certifies, subject to penalty for perjury, that: (i) (ii) (iii) (iv) The undersigned is a duly-authorized representative of the Contractor and, in that capacity, has executed this certification on behalf of the Contractor; The Contractor is in full compliance with the Immigration Laws with respect to each and every one of its employees, and the Contractor does not knowingly employ any individual who is not eligible to work in the United States; The Contractor, as required by the Immigration Laws, maintains and makes available for inspection a copy of Form I-9 for each of its employees, regardless of immigration status; The information below, if checked, is true and correct as of the date this certification was signed (check as appropriate): The Contractor has a written policy regarding compliance with the Immigration Laws that it provides to all personnel with any responsibility in connection with the hiring of the Contractor s employees; The Contractor verifies the eligibility of each employee that it hires through participation in the E-Verify program operated by the U.S. Department of Homeland Security; Page 17

CERTIFICATION OF COMPLIANCE WITH IMMIGRATION LAWS (Continued) (v) (vi) (vii) The Contractor acknowledges and agrees that the District shall reject the Contractor s bid in connection with the Project as being non-responsive if the Contractor: (1) does not certify that it is in full compliance with such immigration laws; or (2) fails to submit, with its bid, a duly completed and signed copy of this Certification of Compliance with Immigration Laws form; The Contractor acknowledges and agrees that, if the District awards a contract to the Contractor in connection with the Project, it shall be a breach of the Contractor s obligations pursuant to such contract and grounds for immediate termination of such contract by the District, if: (1) any certification by the Contractor set forth herein is false; (2) the Contractor, now or at any time during the term of the contract, knowingly employs any person who is not eligible to work in the United States; or (3) any governmental agency or court determines, at any time during the term of such contract, that the Contractor is not in full compliance with the Immigration Laws; The Contractor acknowledges and agrees that, if the District awards a contract to the Contractor in connection with the Project, the Contractor shall be deemed and construed to have hereby agreed to indemnify and hold-harmless, to the maximum extent permitted by law, the District, the District s Governing Board and each member thereof, and the District s other officers, employees and agents, and each of them, from and against any and all claims, demands, actions, damages, losses, costs and expenses (including, without limitation, attorney s fees), and other liabilities of any nature whatsoever that arise from any failure by the Contractor to be in full compliance with the Immigration Laws. Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) Page 18

IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Section 2200 et seq.) As required by California Public Contract Code Section 2204, the Proposer certifies subject to penalty for perjury that the option checked below relating to the Proposer s status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct: The Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. The District has exempted the Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the District will be unable to obtain the goods and/or services to be provided pursuant to the Contract. The amount of the Contract payable to the Proposer for the project does not exceed $1,000,000. Proper Company Name of Contractor Print or Type Name of Authorized Signer by Signature of Contractor Dated Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. Page 19

DECLARATION OF COMPLIANCE WITH CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM REQUIREMENTS 1. We are submitting a bid in response to a contract solicitation by the ("District"). I have reviewed and understand the requirement of Public Contract Code, Sections 10115 through 10115.15. This declaration constitutes my sworn testimony that, although we do not meet the participation goal of three percent (3%) Disabled Veterans Business Enterprises as provided in Education Code, Section 17076.11, we have made a "good faith" effort to meet those participation goals in the manner required by Public Contract Code, Section 10115.2. I offer this declaration, under penalty of perjury, that I have personal knowledge that we have done each of the following prior to submitting this bid. A. We have made contact with the awarding department, as defined by Public Contract Code, Section 10115.1 (a), to identify Disabled Veteran Business Enterprises. B. We have made contact with other state and federal agencies and Disabled Veteran Business Enterprise organizations to identify Disabled Veteran Business Enterprises. C. Advertising was published in trade papers and papers focusing on Disabled Veteran Business Enterprises. D. Invitations to bid were submitted to potential Disabled Veteran Business Enterprise contractors. E. Available Disabled Veteran Business Enterprises were considered. F. We have maintained written records detailing the specific actions taken to comply with Public Contract Code, Section 10115.2 and, upon request, will supply those records, or a summary thereof, to the District prior to the award of the bid. I understand that our failure to provide records, acceptable to the District, of our actions to comply with Public Contract Code, Section 10115.2 may, in the sole discretion of the District, be grounds for rejecting our bid. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration was executed on, in, California. Proper Company Name of Bidder / / Signed by Signature Date (Print or Type) Page 20

ACKNOWLEDGMENT OF CONTRACT DOCUMENTS Project Name: Saugus High School D3 Electrical Additions Project/Bid Package Number(s): Project SA16-05A/ Contractor: Page 21

Page 22

Available on line at http://www.irs.gov/pub/irs-pdf/fw9.pdf Page 23

BID LABEL WILLIAM S. HART UNION HIGH SCHOOL DISTRICT Project: SA16-05A Project Name: Saugus High School D3 Electrical Additions Bid Package: SA16-05A Proper Company Name of Bidder Telephone/ Contact: Contents Must Include: (Please Check Each Box) Prime Contractor s Proposal Bid Security Bid Bond Designation of Subcontractors Bidder References and Responsibility Information Noncollusion Declaration Site Visit Certification Certificate Regarding Workers Compensation Prevailing Wage Compliance Certification LCP Certificate of Compliance Business Status Certification Certification of Compliance With Immigration Laws Iran Contracting Act Certification Acknowledgement of Contract Documents W-9 Bid Label Bids Due: Thursday, May 26, 2016 by 2:00:00 PM Attn: Leigh Hansen, Director of Purchasing 21380 Centre Pointe Parkway (corner of Spirit Court & Centre Pointe Pkwy) Santa Clarita, CA 91350 Each Contractor must complete the information on this sheet and affix this sheet to the outside of Contractor s sealed bid envelope by gluing or taping. Page 24