RFQ #1702: Fire System Testing

MT DIABLO UNIFIED SCHOOL DISTRICT
PURCHASING/WAREHOUSE DEPARTMENT
2326 Bisso Lane, Concord, CA 94520
REQUEST FOR QUOTATIONS
RFQ #1702: Fire System Testing
Notice is hereby given that Request for Quotations (RFQ’s) will be received at the Purchasing
Department until April 14, 2015, at 2:00 p.m. PST. The RFQ must be complete with original
signatures and figures.
The Quotations shall be delivered and addressed to the Mt. Diablo Unified School District,
Purchasing Department, 2326 Bisso Lane, Concord, CA 94520, and shall be labeled,
“RFQ #1702: Fire System Testing”
Any contractor who wishes their quotation to be considered is responsible for making certain that
their quotation is received in the Purchasing Office by the proper time. No oral, electronic,
facsimile, or telephonic quotations or modifications will be considered unless specified.
Quotations received after the scheduled Submittal Deadline will be returned unopened.
Project Manager:
John Clark, Director of Facilities, Operations and Resource Conservation,
(925) 825-7440, Ext. #3821
Engineer’s Estimate: $120,000.00
District Policies & Procedures: See ALL MDUSD Bid Documents.
Class of License: C-10
Pre-Bid Conference. A mandatory pre-bid conference will be held at 10:00 a.m. on March 26,
2015, at Maintenance & Operations, 1480 Gasoline Alley, Concord, CA 94520. All participants
are required to sign in. Failure to attend or tardiness will render bid ineligible.
Any questions regarding the RFQ process must be submitted in writing by April 6, 2015. Please
contact the Director of Facilities, Operations and Resource Conservation, John Clark, 1480
Gasoline Alley, Concord, CA 94520. Phone: (925) 825-7440, ext. 3821; Fax (925) 682-4002; or
e-mail: [email protected]
Bid Documents (specifications & drawings) are available from: Free plans and specifications
may be reviewed and/or downloaded from the Mt. Diablo Unified School District Website at:
www.mdusd.org , then go to Departments, Purchasing/Warehouse, Non-Construction Bids. The
IP address is as follows: http://169.199.90.240/ncb/nonconstruction.html
Dated this 6th day of March, 2015
Advertising dates:
March 12 and March 19, 2015
Contra Costa Times
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 1
DOCUMENT 01010
SUMMARY OF WORK
PART 1
1.01
GENERAL
SUMMARY OF WORK COVERED BY BID DOCUMENTS
The Work of this Bid shall consist of the following at all (see Attachment B) Mt. Diablo
Unified School District sites.
A. Perform complete fire alarm system annual inspection as required by SB575. These
inspections include, but are not limited to, all site duct detector, heat detector, smoke
detector, strobe devices, fire alarm boxes, electromechanical releasing devices and all
fire detection devices. A complete site written report will be required.
B. This is a one year (1) fixed contract.
1.02
BIDS
A. Perform the Work under a single, fixed-price purchase order.
1.03
WORK BY OTHERS
A. Coordination will be required with other contractors and District Personnel on site.
1.04
CODES, REGULATIONS, AND STANDARDS
A. The codes, regulations, and standards adopted by the state and federal agencies
having jurisdiction shall govern minimum requirements for this project. Where
codes, regulations, and standards conflict with the Bid Documents, these conflicts
shall be brought to the immediate attention of the District and the Architect.
B. Codes, regulations, and standards shall be as published effective as of date of bid
opening, unless otherwise specified or indicated.
1.05
PROJECT RECORD DOCUMENTS:
A. Bidder shall maintain on each Site one set of the following record documents; Bidder
shall record actual revisions to the Work:
1. Bid Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications.
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 2
1.06
EXAMINATION OF EXISTING CONDITIONS
A. The Bidder shall be held to have examined the Project Site and acquainted itself with
the conditions of the Site or of the streets or roads approaching the Site.
1.07
BIDDER'S USE OF PREMISES
A. Bidder shall not interfere with use of or access to occupied portions of the building(s)
or adjacent property.
B. Bidder shall maintain corridors, stairs, halls, and other exit-ways of building clear and
free of debris and obstructions at all times.
1.08
PROTECTION OF EXISTING STRUCTURES AND UTILITIES
A. The Bidder shall maintain them in service, where appropriate; and repair damage to
them caused by the performance of the Work. Should damage occur to these existing
installations, the costs of repair shall be at the Bidder's expense and made to the
District's satisfaction. The District’s documentation of existing underground utilities
is available upon request by the Bidder.
1.09
UTILITY SHUTDOWNS AND INTERRUPTIONS
A. Bidder shall give the District a minimum of three (3) days written notice in advance
of any need to shut off existing utility services or to effect equipment interruptions.
The District will set exact time and duration for shutdown, and will assist Bidder with
shutdown. Work required to re-establish utility services shall be performed by the
Bidder.
B. The Bidder shall maintain all services to existing facilities during the course of this
work. This may include the need to provide temporary services to existing facilities
where demolition work is required. This includes any re-programming of existing
systems as required.
C. Bidder shall obtain District's written approval in advance of deliveries of material or
equipment or other activities that may conflict with District's use of the building(s) or
adjacent facilities.
1.10
STRUCTURAL INTEGRITY
A. Bidder shall be responsible for and supervise each operation and work that could
affect structural integrity of various building elements, both permanent and
temporary.
1.11
CONSTRUCTION SCHEDULE
A. Work shall begin on June 15, 2015 and end on August 14, 2015.
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 3
B. The Bidder shall start preconstruction activities upon receipt of the Notice to Proceed.
C. No work on site (including any deliveries) without the approval of the Construction
Manager.
PART 2
PART2 – PRODUCTS Not Used.
PART 3
PART 3 – EXECUTION Not Used.
END OF SUMMARY OF WORK
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 4
Attachment A
Fire Alarm Project Requirements
1. Must employ California State Certified Fire Alarm Technicians. ALL
TECHNICIAN CARDS MUST BE SUBMITTED WITH PROPOSAL.
2. Must employ EST3 Certified Technicians who are capable of making repairs
including programming changes and firmware upgrades.
3. All work must be performed using the NFPA72 (2002 edition) table 10.4.2.2 test
methods.
4. All work to be completed during June 15, 2015 to August 14, 2015
5. Each site report must be turned in prior to payment.
6. Any deficiencies, contractor shall notify district immediately.
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 5
Attachment B
List of all District Sites:
Ayers Elementary
Pleasant Hill Education Center
Bancroft Elementary
Pleasant Hill Elementary
Bel Air Elementary
Pleasant Hill Middle
Cambridge Elementary
Rio Vista Elementary
Clayton Valley Charter High
Riverview Middle School
Concord High
Sequoia Elementary
College Park High
Sequoia Middle
Delta View Elementary
Shadelands Elementary
Dent Center
Shore Acres Elementary
Diablo View Middle
Silverwood Elementary
Eagle Peak Montessori
Strandwood Elementary
El Dorado Middle
Sun Terrace Elementary
El Monte Elementary
Sunrise Elementary
Fair Oaks Elementary
Valhalla Elementary
Foothill Middle
Valle Verde Elementary
Glenbrook Middle
Valley View Middle
Gregory Gardens Elementary
Walnut Acres Elementary
Hidden Valley Elementary
Westwood Elementary
Highlands Elementary
Willow Creek Center
Holbrook Elementary
Woodside Elementary
Loma Vista Adult Center
Wren Avenue Elementary
Maintenance Complex
Ygnacio Valley Elementary
Meadow Homes Elementary
Ygnacio Valley High
Monte Gardens Elementary
Mt. Diablo Elementary
Mt. Diablo High
Mountain View Elementary
Northgate High School
Oak Grove Middle School
Olympic High School
Pine Hollow Middle School
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 6
BIDDER REQUIREMENTS:
Bidder warrants that they own or have access to all required equipment and instrumentation
required for work performed under the bid, and that equipment and instrumentation shall be
available for the duration of the bid work.
All employees of the Bidder shall have knowledge, experience necessary to perform assigned
duties under the bid. Any employee of the Bidder, who in the opinion of MDUSD is
incompetent or whose conduct becomes detrimental to work or safety shall be immediately
removed from association with the bid.
Bidder shall prepare an estimate of costs for changes or modifications at MDUSD requests. The
estimate shall be submitted to the designated MDUSD Construction Manager. MDUSD will
review and approve each estimate before the Bidder begins any work.
BIDDER QUALIFICATIONS:
Bidder shall hold all applicable licenses and permits necessary to perform all services pertaining
to the bid. Copies of licenses shall be provided upon request to MDUSD.
Indemnification:
(a)
BIDDER agrees to accept all responsibility for loss or damage to any person or
entity, and to defend, indemnify, hold harmless and release DISTRICT, its officers,
agents and employees, from and against any and all actions, claims, damages,
disabilities or expenses including attorney's fees and witness costs that may be
asserted by any person or entity, arising out of or in connection with the tortuous
acts or errors or omissions of BIDDER hereunder, whether or not there is concurrent
passive or active negligence on the part of DISTRICT, but excluding liability due to
the sole negligence or willful misconduct of DISTRICT. This indemnification
obligation is not limited in any way by any limitation on the amount or type of
damages or compensation payable to or for BIDDER or its agents under workers'
compensation acts, disability benefit acts, or other employee benefit acts.
(b) BIDDER shall be liable to DISTRICT for any loss or damage to DISTRICT property
arising from or in connection with BIDDER'S performance hereunder.
1.01 INSURANCE
With respect to the performance of work under this Agreement, BIDDER shall maintain and
shall require all of its sub-bidders to maintain insurance as described below:
(a)
Worker's compensation insurance with statutory limits as required by the Labor
Code or the State of California. Said policy shall be endorsed with the following
specific language: "This policy shall not be canceled or materially changed without
first giving thirty (30) days prior written notice to the DISTRICT".
(b)
Commercial or Comprehensive General Liability insurance covering bodily injury
and property damage utilizing an occurrence policy form, in an amount no less than
$1,000,000 combined single limit for each occurrence and $2,000,000 in the
aggregate. Said insurance shall include, but not be limited to: premises and
operations liability, independent bidder’s liability, and personal injury liability.
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 7
(c)
Automobile liability insurance covering bodily injury and property damage in an
amount no less than $1,000,000 combined single limit for each occurrence. Said
insurance shall include coverage for owned, hired, and non-owned vehicles.
(d)
Each said comprehensive or commercial general liability and automobile liability
insurance policy shall be endorsed with the following specific language:
(e)
(1)
DISTRICT, its officers and employees, is named as additional insured for all
liability arising out of the operations by or on behalf of the named insured in
the performance of this Agreement.
(2)
The inclusion of more than one insured shall not operate to impair the rights
of one insured against another insured, and the coverage afforded shall apply
as though separate policies had been issued to each insured, but the inclusion
of more than one insured shall not operate to increase the limits of the
company's liability.
(3)
The insurance provided herein is primary coverage to DISTRICT with
respect to any insurance or self-insurance programs maintained by
DISTRICT and no insurance held or owned by DISTRICT shall be called
upon to contribute to a loss.
(4)
This policy shall not be canceled or materially changed without first giving
thirty (30) days prior written notice to DISTRICT.
Professional Liability (Errors and Omissions) Insurance for all activities of the
BIDDER arising out of or in connection with this Agreement is an amount no less
than $500,000 combined single limit for each occurrence endorsed with the
following specific language: "This policy shall not be canceled or materially
changed without first giving thirty (30) days prior written notice to DISTRICT."
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 8
DOCUMENT 00140
INFORMAL QUOTE FORM AND PROPOSAL
RFQ #1702
Governing Board of Mt. Diablo Unified School District (“District” or “Owner”)
To:
From:
(Proper Name of Bidder)
The undersigned declares the Bid Documents have been read and agrees and proposes to furnish
all necessary labor, materials, and equipment to perform and furnish all work in accordance with
the terms and conditions of the Bid Documents and the Drawings and Specifications of Fire
System Testing for Mt. Diablo Unified School District.
PROJECT: Fire System Testing for Mt. Diablo Unified School District
dollars
$
TOTAL BASE QUOTE
Unit Price Quotation
Item
Description
1.
Duct Detector
2.
Electromechanical Releasing Device
3
Heat Detector
4.
Smoke Detector
5
Fire Alarm Box
6.
Strobe Devices
7.
Price per additional initiating device tested
8.
Price per additional notification circuits tested
9.
Price per replacement device
Amount
$
$
$
$
$
$
$
$
$
each
each
each
each
each
each
each
each
each
1.
The undersigned has reviewed the Work outlined in the Bid Documents and fully
understands the scope of Work required in this Proposal, understands the construction
and project management function(s) is described in the Bid Documents, and that each
Bidder who is awarded a Bid shall be in fact a prime bidder, not a sub-bidder, to the
District, and agrees that its Proposal, if accepted by the District, will be the basis for the
Bidder to enter into a bid with the District in accordance with the intent of the Bid
Documents.
2.
The undersigned has notified the District in writing of any discrepancies or omissions or
of any doubt, questions, or ambiguities about the meaning of any of the Bid Documents,
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 9
and has contacted the Construction Manager before bid date to verify the issuance of any
clarifying Addenda.
3.
The undersigned agrees to commence work under this Bid on the date established in the
Bid Documents and to complete all work by August 14, 2015.
4.
It is understood that the District reserves the right to reject this bid and that the bid shall
remain open to acceptance and is irrevocable for a period of ninety (90) days.
5.
Receipt and acceptance of the following addenda is hereby acknowledged:
No.
, Dated
No.
, Dated
No.
, Dated
6.
Bidder acknowledges that the license required for performance of the Work is a C-10
license.
7.
The undersigned hereby certifies that Bidder is able to furnish labor that can work in
harmony with all other elements of labor employed or to be employed on the Work.
8.
The Bidder represents that it is competent, knowledgeable, and has special skills with
respect to the nature, extent, and inherent conditions of the Work to be performed.
Bidder further acknowledges that there are certain peculiar and inherent conditions
existent in the construction of the Work which may create, during the Work, unusual or
peculiar unsafe conditions hazardous to persons and property.
9.
Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the
skill and experience to foresee and to adopt protective measures to adequately and safely
perform the Work with respect to such hazards.
10.
Bidder expressly acknowledges that it is aware that if a false claim is knowingly
submitted (as the terms “claim” and “Knowingly” are defined in the California False
Claims Act, Cal. Gov. Code, §12650 et seq.), the District will be entitled to civil
remedies set forth in the California False Claim Act. It may also be considered fraud and
the Bid or may be subject to criminal prosecution.
11.
The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout
the period of the bid, licensed by the State of California to do the type of work required
under the terms of the Bid Documents. Bidder further certifies that it is regularly
engaged in the general class and type of work called for in the Bid Documents.
12.
Effective March 1, 2015 pursuant to Labor Code sections 1725.5 and 1771.1, all
contractors and subcontractors that wish to bid on, be listed in a proposal, or enter into a
contract to perform public work must be registered with the Department of Industrial
Relations. No bid/proposal will be accepted nor any contract entered into without proof
of the contractor’s and subcontractors’ current registration with the Department of
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 10
Industrial Relations to perform public work. If awarded a Contract, the Bidder and its
subcontractors, of any tier, shall maintain active registration with the Department of
Industrial Relations for the duration of the project.
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations. In bidding on this project, it shall be the Bidder’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.
Furthermore, Bidder hereby certifies to the District that all representations, certifications, and
statements made by Bidder, as set forth in this bid form, are true and correct and are made under
penalty of perjury.
Dated this
day of
2015
Name of Bidder
_____
Type of Organization
By (Signature)
Name of Signer
_____
Title of Signer
_____
Full Address of Bidder
Taxpayer's Identification No. of Bidder
_____
Telephone Number
_____
Fax Number ____________________________________________________________
Bidder's License No(s): No.: _______
Class: _______
Expiration Date:
If Bidder is a corporation, affix corporate seal.
Name of Corporation:
____
President:
____
Secretary:
____
Treasurer:
____
Manager:
____
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 11
Non-Collusion Affidavit
RFQ #1702: Fire System Testing
(To Be Completed, Notarized, and Submitted With RFQ)
State of CA
)
Contra Costa County
Bidder's Name___________________________, being first duly sworn, deposes and says that
he or she is Owner of Contractor Name _____________________________ the party making the
foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other
Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired,
connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall
refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the Bidder or any
other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any
other Bidder, or to secure any advantage against the public body awarding the contract of anyone
interested in the proposed contract; that all statements contained in the bid are true; and further,
that the Bidder has not , directly or indirectly, submitted his or her bid price or any breakdown
thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will
not pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid."
___________________
(Date)
________________________________
Bidder Name
(Person, Firm, Corp.)
________________________________
Address
________________________________
City, State, Zip
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
_______________________________________
Signed at (Place)
_______________________________________
Authorized Representative
_______________________________________
Representative's Name
_______________________________________
Representative's Title
Page 12
BIDDER'S STATEMENT
REGARDING INSURANCE COVERAGE
RFQ #1702: Fire System Testing
(To Be Submitted With RFQ)
BIDDER HEREBY CERTIFIES that the Bidder has reviewed and understands the insurance
coverage requirements specified in the Request for Quotation, RFQ No. 1702: Fire System
Testing for Mt. Diablo Unified School District. Should the Bidder be awarded the contract for
the work, Bidder further certifies that the Bidder can meet the specified requirements for
insurance, including insurance coverage of the subcontractors, and agrees to name the Mt. Diablo
Unified School District as Additional Insured for the work specified.
_____________________________________________
Name of Bidder (Person, Firm, or Corporation)
_____________________________________________
Signature of Bidder's Authorized Representative
_____________________________________________
Name & Title of Authorized Representative
____________________
Date of Signing
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 13
WORKER'S COMPENSATION INSURANCE CERTIFICATE
RFQ #1702: Fire System Testing
(To be submitted with RFQ)
The Contractor shall execute the following form as required by the California Labor Code,
Sections 1860 and 1861:
I am aware of the provisions of Section 3700 of the Labor Code, which require every employer
to be insured against liability for worker's compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.
_____________________________________________
Name of Bidder (Person, Firm, or Corporation)
_____________________________________________
Signature of Bidder's Authorized Representative
_____________________________________________
Name & Title of Authorized Representative
____________________
Date of Signing
ATTEST:
By___________________________________________
Signature
_____________________________________________
Printed Name & Title
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 14
Exhibit A
Insurance Requirements
RFQ #1702: Fire System Testing
1.
INSURANCE AND BONDS
1.1.
Insurance
Provider shall procure and maintain for the duration of the contract insurance against claims for
injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the provider, its agents, representatives, or employees.
Coverage Required
Limits per Occurrence
Scope-as Broad
General Liability
$1,000,000.00
AS CG001
Automobile Liability
$1,000,000.00
AS ISO-CA001
Worker’s Comp/Employers
Liability
$1,000,000.00
As req. by CA
Professional Liability
$500,000.00
The General Liability and Auto Liability policies are to contain or be endorsed to name
MDUSD, its officers, officials, employees, and volunteers as additional insured’s for liability
arising out of the activities performed in connection with this contract. The Contractor’s
coverage shall be primary and shall apply separately to each insured against who claim is made
or suit is brought, except with respect to the limits of the insurer’s liability. Contractor shall
furnish MDUSD original Certificates of Insurance and endorsements (affecting coverage
required by this clause) signed by a person authorized to bind coverage on its behalf. Insurance
is to be placed with insurers with a current AM Best rating of not less than A: VII the
endorsements are to be received and approved by MDUSD before work commences:
END OF DOCUMENT
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 15
IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code § 2204)
(To be submitted with RFQ)
PROJECT/CONTRACT NO.:
between Mount Diablo
Unified School District (the “District” or the “Owner”) and
(the “Contractor” or the “Bidder”) (the “Contract” or the “Project”).
Pursuant to Public Contract Code (PCC) section 2204, an Iran Contracting Act certification is
required for solicitations of goods or services of one million dollars ($1,000,000) or more.
Bidder shall complete ONLY ONE of the following two paragraphs.
 1. Bidder’s Total Base Bid is less than one million dollars ($1,000,000).
OR
 2. Bidder’s Total Base Bid is one million dollars ($1,000,000) or more, but
Bidder is not on the current list of persons engaged in investment
activities in Iran created by the California Department of General Services
(“DGS”) pursuant to Public Contract Code § 2203(b), and Bidder is not a
financial institution extending twenty million dollars ($20,000,000) or
more in credit to another person, for 45 days or more, if that other person
will use the credit to provide goods or services in the energy sector in Iran
and is identified on the current list of persons engaged in investment
activities in Iran created by DGS.
OR
 3. Bidder’s Total Base Bid is one million dollars ($1,000,000) or more, but
the District has given prior written permission to Bidder to submit a
proposal pursuant to PCC 2203(c) or (d). A copy of the written
permission from the District is included with Bid.
I certify that I am duly authorized to legally bind the Bidder to this certification, that the contents
of this certification are true, and that this certification is made under the laws of the State of
California.
Date:
Proper Name of Contractor:
Signature:
Print Name:
Title:
END OF DOCUMENT
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 16
CERTIFICATION OF CONTRACTOR AND
SUBCONTRACTOR DIVISION OF INDUSTRIAL RELATIONS REGISTRATION
(To be submitted with RFQ)
Pursuant to Public Contract Code Section 1725.5, a contractor or subcontractor must be registered with
the Department of Industrial relations in order to bid on, to be listed in a bid proposal or to engage in the
performance of any defined public work contract.
I ____________________________________, _____________________________________ certify that
(Name)
(Title)
___________________________ is currently registered as a contractor with the Department of Industrial
(Contractor Name)
Relations (DIR):
Contractor’s DIR Registration Number _____________________
Expiration date June 30, 20__
Contract further acknowledges:
1. Contractor shall maintain DIR registered status for the duration of the project without a gap in
registration.
2. Contractor shall note in its invitation to bid the DIR’s registration requirement for all
subcontractors and their subcontractors.
3. Contractor shall ensure that all subcontractors are registered at time of bid opening and maintain
registered status for the duration of the project.
4. Contractor is to furnish DIR Registration Number for all subcontractors on the project within 24
hours of the bid opening.
5. Contractor shall substitute any subcontractor with a DIR registered contractor if listed
subcontractor is unable to perform the work.
Failure to comply with any of the above may result in a determination of non-responsiveness.
I declare under penalty of perjury under California law that the foregoing is true and correct.
_____________________________________
Signature
__________________________________
Date
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Page 17
List of Subcontractors Form
(To be submitted with RFQ)
In compliance with the Subletting and Subcontracting Fair Practices Act of the Public Contract
Code of the State of California, each bidder shall set forth below: (a) the name and the location
of the place of business, (b) the California contractor license number, and (c) the portion of the
work which will be done by each subcontractor who will perform work or labor or render service
to the Contractor in or about the construction of the work in an amount in excess of one-half of
one percent (1/2%) of the Contractor’s Total Bid Price. Notwithstanding the foregoing, if the
work involves streets and highways, then the Contractor shall list each subcontractor who will
perform work or labor or render service to Contractor in or about the work in an amount in
excess of one-half of one percent (1/2%) of the Contractor’s Total Bid Price or $10,000,
whichever is greater. No additional time shall be granted to provide the below requested
information.
If no subcontractor is specified, for a portion of the work, or if more than one subcontractor is
specified for the same portion of Work, then the Contractor shall be deemed to have agreed that
it is fully qualified to perform that Work, and that it shall perform that portion itself.
Work to be
done by
Subcontractor
Subcontractor
Mt. Diablo Unified School District
RFQ #1702: Fire System Testing
Location
of
Business
CSLB
Contractor
License No.
DIR
Registration
Number
% of the
Work
Page 18