SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

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

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

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

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

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC# New Construction Educare Los Angeles at Long Beach (Barton)

Moreno Valley Unified School District Perris Blvd. Moreno Valley, CA 92553

BIDDING DOCUMENTS FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects)

University of California, Riverside Barn Expansion

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

FAB LAB RENOVATION. Bid No BIDS DUE DATE: September 26, 2017 (On or before 2:00 P.M.)

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

REQUEST FOR BIDS. RFB Lead Stabilization at Gant and Gompers Schools

IRVINE UNIFIED SCHOOL DISTRICT Orange County, California

HUNTINGTON BEACH UNION HIGH SCHOOL DISTRICT POOL REPLACEMENT & IMPROVEMENTS WESTMINSTER HIGH SCHOOL BID NO. 1157

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

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

REQUIRED BID FORMS SECTION

NOTICE INVITING BIDS

PROPOSAL REQUIREMENTS AND CONDITIONS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

REQUIRED BID FORMS SECTION

BID # EFI H1625 LED Wide Format Printer Fullerton College

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Suite 300 Tenant Improvement

BIDDING and CONTRACT REQUIREMENTS FOR ELECTRICAL & RELATED SYSTEMS TIME & MATERIAL - DISTRICT WIDE BID # NEWPORT-MESA UNIFIED SCHOOL DISTRICT

5. BID FORMS TABLE OF CONTENTS

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

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

SECTION INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

INSTRUCTIONS TO BIDDERS

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

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

CONSTRUCTION BID DOCUMENTS

SECTION NOTICE TO BIDDERS

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

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

ADDENDUM For Reference For Bidders

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

Fortuna Elementary School District INVITATION FOR BIDS

AIA Document A701 TM 1997

INSTRUCTIONS TO BIDDERS

OF BEVERLY HILLS CONTRACT DOCUMENTS

Document A701 TM. Instructions to Bidders

INSTRUCTIONS TO BIDDERS

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

Moreno Valley Unified School District Perris Blvd., Building S Moreno Valley, CA 92553

CUPCCAA Project Packet

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Request for Bids for Walker Creek Ranch Re-Roof Project

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

NOTICE INVITING BIDS

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

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

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

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

RFB Light Fixture Replacement, District-Wide

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

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

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

Bid No. B17-07 HVAC Controls

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

HVAC Remodel Second Floor North Center Building

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

Bid No. B17-13 Bldg 1300 HVAC

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

TULARE COUNTY OFFICE OF EDUCATION. Router

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m.

Mattole Unified School District INVITATION FOR BIDS

TULARE COUNTY OFFICE OF EDUCATION. Router

SECTION NOTICE INVITING BIDS

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

Leigh High School- Relocate Bike Racks

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

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING CONVERSION FOR SANTIAGO CANYON COLLEGE AND DISTRICT OPERATIONS CENTER

HEMET UNIFIED SCHOOL DISTRICT BID NUMBER 2015/ MT

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

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

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

E-Rate Request for Proposal

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

Transcription:

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO. 03-14 INSTALLATION OF STRUCTURED CABLING SYSTEM AND NETWORK EQUIPMENT AT VARIOUS E-RATE ELIGIBLE SITES DISTRICTWIDE FOR 2014-2015 FISCAL YEAR, E-RATE YEAR 17 DATE ISSUED: November 29, 2013 DATE DUE: January 6, 2014 BUYER: Jonathan Geiszler, Director, Purchasing & Stores

TABLE OF CONTENTS Page INSTRUCTIONS TO BIDDERS...4 * DESIGNATION OF SUBCONTRACTORS FORM...14 * BID GUARANTEE FORM...16 * BID BOND...17 * SUBSTITUTION REQUEST FORM...20 * CONTRACTOR S CERTIFICATE REGARDING WORKERS COMPENSATION...22 ACKNOWLEDGMENT OF BIDDING PRACTICES REGARDING INDEMNITY...23 PAYMENT BOND...24 CONTRACT PERFORMANCE BOND...27 GUARANTEE...30 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION...31 INSURANCE DOCUMENTS & ENDORSEMENTS...34 CONTRACTOR S CERTIFICATE REGARDING DRUG-FREE WORKPLACE...36 CONTRACTOR S CERTIFICATE REGARDING ALCOHOLIC BEVERAGE and TOBACCO-FREE CAMPUS POLICY...38 CONTRACTOR CERTIFICATION REGARDING BACKGROUND CHECKS...39 ATTACHMENT A...40 GENERAL CONDITIONS...41 ARTICLE 1 DEFINITIONS...41 ARTICLE 2 LAWS CONCERNING THE DISTRICT A PART HEREOF...41 ARTICLE 3 SITE INVESTIGATION...41 ARTICLE 4 STATUS OF CONTRACTOR...41 ARTICLE 5 CONTRACTOR S SUPERVISION...42 ARTICLE 6 SUBCONTRACTORS...42 * Indicates required documents that must be included and submitted with bid i

TABLE OF CONTENTS Page ARTICLE 7 DISTRICT S INSPECTOR...42 ARTICLE 8 ARCHITECT S STATUS...43 ARTICLE 9 ASSIGNMENT OF ANTITRUST ACTIONS...43 ARTICLE 10 OTHER CONTRACTS...44 ARTICLE 11 OCCUPANCY...44 ARTICLE 12 DISTRICT S RIGHT TO DO WORK...44 ARTICLE 13 DISTRICT S RIGHT TO TERMINATE CONTRACT...44 ARTICLE 14 TERMINATION BY THE DISTRICT FOR CAUSE...44 ARTICLE 15 TERMINATION OF CONTRACT BY DISTRICT (CONTRACTOR NOT AT FAULT)...46 ARTICLE 16 CONTRACT SECURITY - BONDS...46 ARTICLE 17 SUBSTITUTION OF SECURITIES...47 ARTICLE 18 INSURANCE REQUIREMENTS...47 ARTICLE 19 PERFORMANCE AND PAYMENT BONDS...50 ARTICLE 20 DRAWINGS AND SPECIFICATIONS...50 ARTICLE 21 OWNERSHIP OF DRAWINGS...51 ARTICLE 22 DETAIL DRAWINGS AND INSTRUCTIONS...51 ARTICLE 23 TESTS AND INSPECTIONS...52 ARTICLE 24 STATE AUDIT...53 ARTICLE 25 PREFERENCE FOR MATERIALS AND SUBSTITUTIONS...53 ARTICLE 26 SAMPLES...54 ARTICLE 27 PROGRESS SCHEDULE...55 ARTICLE 28 MATERIALS AND WORK...55 ARTICLE 29 OBTAINING OF PERMITS, LICENSES AND EASEMENTS...56 ARTICLE 30 ACCESS TO WORK...56 ii

TABLE OF CONTENTS Page ARTICLE 31 SANITARY FACILITIES...56 ARTICLE 32 CLEANING UP...56 ARTICLE 33 GUARANTEE...56 ARTICLE 34 DUTY TO PROVIDE FIT WORKERS...57 ARTICLE 35 FINGERPRINTING...57 ARTICLE 36 WAGE RATES, TRAVEL AND SUBSISTENCE...58 ARTICLE 37 PAYROLL RECORDS...58 ARTICLE 38 WITHHOLDING OF CONTRACT PAYMENTS & PENALTIES...60 ARTICLE 39 APPRENTICES...60 ARTICLE 40 PROTECTION OF PERSONS AND PROPERTY...61 ARTICLE 41 NON-DISCRIMINATION...63 ARTICLE 42 COST BREAKDOWN AND PERIODICAL ESTIMATES...63 ARTICLE 43 CONTRACTOR CLAIMS & DISPUTES...63 ARTICLE 44 CLAIMS PROCEDURES & REQUIREMENTS...64 ARTICLE 45 PAYMENTS TO CONTRACTOR...66 ARTICLE 46 CHANGES AND EXTRA WORK...67 ARTICLE 47 COMPLETION...69 ARTICLE 48 ADJUSTMENTS TO CONTRACT PRICE...69 ARTICLE 49 CORRECTION OF WORK...69 ARTICLE 50 EXTENSION OF TIME - LIQUIDATED DAMAGES...69 ARTICLE 51 PAYMENTS WITHHELD...70 ARTICLE 52 EXCISE TAXES...71 ARTICLE 53 TAXES...71 ARTICLE 54 NO ASSIGNMENT...71 iii

TABLE OF CONTENTS Page ARTICLE 55 NOTICE AND SERVICE THEREOF...71 ARTICLE 56 NO WAIVER...71 ARTICLE 57 HAZARDOUS MATERIALS...72 ARTICLE 58 DISTRICT S RIGHT TO CARRY OUT THE WORK...72 ARTICLE 59 INDEMNIFICATION...72 ARTICLE 60 NON-UTILIZATION OF ASBESTOS MATERIAL...73 ARTICLE 61 LIEN RELEASES...73 ARTICLE 62 ALLOCATION OF COSTS...73 ARTICLE 63 E-RATE REQUIREMENT...73 ARTICLE 63 ERATE REQUIREMENT... 74 iv

NOTICE INVITING BIDS BID NO. 03-14 INSTALLATION OF STRUCTURED CABLING SYSTEM AND NETWORK EQUIPMENT AT VARIOUS E-RATE ELIGIBLE SITES DISTRICT-WIDE FOR 2014-2015 FISCAL YEAR, E-RATE YEAR 17 Notice is hereby given that the governing board ( Board ) of the Santa Ana Unified School District ( District ) has determined that all bidders for its INSTALLATION OF STRUCTURED CABLING SYSTEM AND NETWORK EQUIPMENT AT VARIOUS E- RATE ELIGIBLE SITES DISTRICT-WIDE FOR 2014-2015 FISCAL YEAR, E-RATE YEAR 17 project ( Project or Contract ) must be prequalified prior to submitting a bid on the Project this will include subcontractors (see requirements below). Any contractor that has not prequalified* on a District project within the past twelve (12) months and is interested in bidding on the Project must submit a fully completed and sealed Prequalification Questionnaire to the District by the date and time indicated herein. This will include 1st tier subcontractors. 1st tier subcontractors with subcontracts equal to or greater than $150,000.00 must be prequalified with the District and must follow prime contractors instructions for submission. Subcontractor s prequalification packet must be submitted to the District by the date and time indicated herein. Prequalification Questionnaire Deadline for prime contractors and subcontractors: Date and Time of Submission of Prequalification Questionnaire: 3:00 pm Wednesday, December 18, 2013 Place of Prequalification Questionnaire Receipt: Purchasing Department Santa Ana Unified School District 1601 East Chestnut Avenue Santa Ana, California 92701-6322 * Any contractor that has prequalified on a District project within the past twelve (12) months may satisfy the prequalification requirements for this project if it included information from its earlier Prequalification Questionnaire demonstrating that it had contracted for and completed construction of a minimum of five (5) California K-14 public school district or community college district construction projects of the same license requirement and same type of scope of work, and that the contractors total base bid amount does not exceed their prequalified bid amount which is equal to fifty percent (50%) of the contractors bonding capacity. Otherwise, the contractor must submit additional information as indicated in the Prequalification Questionnaire to be eligible for prequalification for this project. 1

Bid Submission Deadline: Date and Time of Bid Opening: 2:00 p.m. Monday, January 6, 2014 Place of Bid Receipt: Purchasing Department Santa Ana Unified School District 1601 East Chestnut Avenue Santa Ana, California 92701-6322 NOTICE IS HEREBY GIVEN that the Santa Ana Unified School District (the District ) now invites the submission of sealed bids for the award of a contract for the project identified above. Bids submitted to the District in response to this Notice Calling for Bids (this Notice ) must be submitted in a sealed envelope which is plainly marked with the bidder s name and the Project name and number set forth above. All bids must be submitted on the bid form attached hereto ( Bid Form ) and must otherwise comply with the requirements set forth in the document entitled Information for Bidders attached hereto. Each bid shall be accompanied in the same sealed envelope with the following: (1) bid security in an amount not less than ten percent (10%) of the total bid price in the form of either cash, a certified or cashier s check payable to the District, or a Bid Bond in the form attached hereto; (2) a completed Noncollusion Declaration ; (3) Designation of Subcontractors all of which must be on the forms attached hereto. The successful bidder and all of its subcontractors of all tiers shall pay all workers on all work performed pursuant to this Agreement not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial Relations, State of California, for the type of work performed and the locality in which the work is to be performed within the boundaries of the District, pursuant to sections 1770 et seq. of the California Labor Code. Prevailing wage rates are available from the District or on the Internet at: http://www.dir.ca.gov. The successful bidder upon award of the Agreement shall post a copy of the prevailing wage rates at each work site. The District will conduct a voluntary informational bidders conference relative to the Project. The location of that conference shall be District Office Training Room located at 1601 E. Chestnut Ave, Santa Ana, CA 92701. The conference will commence promptly at 3:00 p.m. on December 6, 2013. Those bids timely received at the specified location shall be opened and publicly read aloud at the above-stated Date and Time of Bid Opening and at the above-stated Place of Bid Receipt. The District requires that each bidder possess the following classification(s) of contractor s license(s) at the time the bid is submitted: Description Low Voltage Systems Contractor Electrical Contractor License C7 C10 The Bidder's license(s) must remain active and in good standing at the time of the Bid Opening and throughout the term of the Agreement. The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process. 2

The Bid Documents (as defined in the Information for Bidders) are on file and can be downloaded vis the web at: www.sausd.us/erate The Bid Documents include the specifications pursuant to which the Project is to be completed and upon which the bidders are to base their bids. The bidder to whom the District awards the contract for the the Project (the Agreement ) must complete the work required under the Agreement by the date indicated in the Agreement (the Completion Date ). The District shall award the Agreement, if it awards it at all, to the lowest responsive responsible bidder based on: The base bid amount only. Prior to the Bid Submission Deadline, any bidder may withdraw its bid in person or by written request. No bids may be withdrawn between the Bid Submission Deadline and the ninetieth (90th) calendar day thereafter, inclusive, and all bids shall be effective throughout that entire ninety (90) day period. Date of this Notice: November 26, 2013 Santa Ana Unified School District By: Jonathan Geiszler Director, Purchasing & Stores ADVERTISED IN: Orange County Register ADVERTISEMENT DATES: December 2, 2013 December 9, 2013 3

INSTRUCTIONS TO BIDDERS 1. Preparation of Bid Form. Proposals under these specifications shall be submitted on the blank forms furnished herewith at the time and place stated in the Notice Inviting Bids. All blanks in the bid form must be appropriately filled in, and all proposed prices must be stated clearly and legibly in both words and numerals. All bids must be signed by the bidder in permanent blue ink and submitted in sealed envelopes, bearing on the outside, the bidder s name, address, telephone number, and California Contractor s License number, and the name of the project for which the bid is submitted. The District reserves the right to reject any bid if all of the above information is not furnished. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. It is each bidder s sole responsibility to ensure its bid is timely delivered and received at the location designated as specified above. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. (EACH BIDDER MUST SUBMIT (5) COPIES OF THE BID DOCUMENTS AND (1) DVD,CD,FLASH DRIVE FILE OF THE BID FORM) Bid Security. Each bidder s bid must be accompanied by one of the following forms of bidder s security: (1) cash; (2) a cashier s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder s bond executed by a California admitted surety as defined in Code of Civil Procedure Section 995.120, made payable to the District in the form set forth in the contract documents. Such bidder s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed contract, if the same is awarded to such bidder, and will provide the required Performance and Payment Bonds and insurance certificates. In the event of failure to enter into said contract or provide the necessary documents, said security will be forfeited. 2. Signature. The bid form, all bonds, all designations of subcontractors, the Contractor s Certificate, the Agreement, and all Guarantees must be signed in permanent blue ink in the name of the bidder and must bear the signature of the person or persons duly authorized to sign the bid. If bidder is a corporation, the legal name of the corporation shall first be set forth, together with two signatures: one from the President and one from the Secretary or Assistant Secretary. Alternatively, the signature of other authorized officers or agents may be affixed, if a certified copy of the resolution of the corporate board of directors authorizing them to do so is on file in the District s office. Such documents shall include the title of such signatories below the signature and shall bear the corporate seal. If bidder is a partnership, the true name of the firm shall first be set forth, together with the names of all persons comprising the partnership or co-partnership. The bid must be signed by all partners comprising the partnership unless proof in the form of a certified copy of a statement of partnership acknowledging the signer to be a general partner is presented to the District, in which case the general partner may sign. venturer. Bids submitted as joint venturers must so state and be signed by each joint 4

Bids submitted by individuals must be signed by the bidder unless an up to date power- of-attorney is on file in the District office, in which case, said person may sign for the individual. The above rules also apply in the case of the use of a fictitious firm name. In addition, however, where a fictitious name is used, it must be so indicated in the signature. 3. Modifications. Changes in or additions to the bid form, recapitulations of the work bid upon, alternative proposals, or any other modification of the bid form which is not specifically called for in the contract documents may result in the District s rejection of the bid as not being responsive to the Notice Inviting Bids. No oral or telephonic modification of any bid submitted will be considered. 4. Erasures, Inconsistent or Illegible Bids. The bid submitted must not contain any erasures, interlineations, or other corrections unless each such correction creates no inconsistency and is suitably authenticated by affixing in the margin immediately opposite the correction the signature or signatures of the person or persons signing the bid. In the event of inconsistency between words and figures in the bid price, words shall control figures. In the event that the District determines that any bid is unintelligible, inconsistent, or ambiguous, the District may reject such bid as not being responsive to the Notice Inviting Bids. 5. Examination of Site and Contract Documents. At its own expense and prior to submitting its bid, each bidder shall examine all documents relating to the Project; visit the site and determine the local conditions which may in any way affect the performance of the work, including the general prevailing rates of per diem wages and other relevant cost factors; familiarize itself with all Federal, State and Local laws, ordinances, rules, regulations and codes affecting the performance of the work, including the cost of permits and licenses required for the work; make such surveys and investigations, including investigation of subsurface or latent physical conditions at the site or where work is to be performed, as it may deem necessary for performance of the work at its bid price ; determine the character, quality, and quantities of the work to be performed and the materials and equipment to be provided; and correlate its observations, investigations, and determinations with all requirements of the Project. The Project Documents show and describe the existing conditions as they are believed to have been used in the design of the work and are only provided as information for the bidder. The DISTRICT is not making any warranties regarding said information. The DISTRICT shall not be liable for any loss sustained by the successful bidder resulting from any variance between the conditions and design data given in the Project Documents and the actual conditions revealed during the bidder's pre-bid examination or during the progress of the work. Bidder agrees that the submission of a bid shall be incontrovertible evidence that the bidder has complied with all the requirements of this provision of the Information for Bidders. 6. Withdrawal of Bids. Any bid may be withdrawn, either personally or by written request, at any time prior to the scheduled closing time for receipt of bids. The bid security for bids withdrawn prior to the scheduled closing time for receipt of bids, in accordance with this paragraph, shall be returned upon demand therefore. No bidder may withdraw any bid for a period of ninety (90) calendar days after the date set for the opening of bids. 5

7. Agreements, Insurance, and Bonds. The Agreement form which the successful bidder, as CONTRACTOR, will be required to execute, and the form of the bonds and insurance endorsements which such CONTRACTOR will be required to furnish, are included in the contract documents and should be carefully examined by the bidder. Payment bond and performance bonds in the amount of one hundred percent (100%) of the amount of the contract must be furnished when an individual project is more than twenty five thousand dollars ($25,000). It is possible to have multiple bonds based on the size of each project. 8. Interpretation of Plans and Documents. If any bidder is in doubt as to the true meaning of any part of the Project Documents, or finds discrepancies in or omissions from the Project Documents, a written request for an interpretation or correction thereof may be submitted to the DISTRICT. The bidder submitting the written request shall be responsible for its prompt delivery. Any interpretation or correction of the Project Documents will be made solely at DISTRICT S discretion and only by written addendum duly issued by the DISTRICT, and a copy of such addendum will be hand delivered or mailed or faxed to each bidder known to have received a set of the Project Documents. No person is authorized to make any oral interpretation of any provision in the Project Documents, nor shall any oral interpretation of Project Documents be binding on the DISTRICT. If there are discrepancies of any kind in the Project Documents, the interpretation of the DISTRICT shall prevail. SUBMITTAL OF A BID WITHOUT A REQUEST FOR CLARIFICATIONS SHALL BE INCONTROVERTIBLE EVIDENCE THAT THE BIDDER HAS DETERMINED THAT THE PROJECT DOCUMENTS ARE ACCEPTABLE AND SUFFICIENT FOR BIDDING AND COMPLETING THE WORK; THAT BIDDER IS CAPABLE OF READING, FOLLOWING AND COMPLETING THE WORK IN ACCORDANCE WITH THE PROJECT DOCUMENTS; AND THAT BIDDER AGREES THAT THE PROJECT CAN AND WILL BE COMPLETED ACCORDING TO THE DISTRICT S TIMELINES AND ACCORDING TO THE PROGRESS SCHEDULE TO BE SUBMITTED BY THE SUCCESSFUL BIDDER INCORPORATING THE DISTRICT S TIMELINES FOR COMPLETION OF THE PROJECT.. 9. Bidders Interested in More Than One Bid. No person, firm, or corporation shall be allowed to make, or file, or be interested in more than one prime bid for the same work unless alternate bids are specifically called for. A person, firm, or corporation that has submitted a proposal to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a proposal or quoting prices to other bidders or making a prime proposal. 10. Award of Contract. The DISTRICT reserves the right to reject any or all bids, or to waive any irregularities or informalities in any bids or in the bidding process. The award of the contract, if made by the DISTRICT, will be by action of the Governing Board and to the lowest responsive and responsible bidder. If two identical low bids are received from responsive and responsible bidders, the DISTRICT will determine which bid will be accepted pursuant to Public Contract Code Section 20117. In the event an award of the contract is made to a bidder, and such bidder fails or refuses to execute the Agreement and provide the required documents within five (5) calendar days after the notice of award of the contract to bidder, the DISTRICT may award the contract to the next lowest responsive and responsible bidder or reject all bidders. Formal bid protests must be in writing and received by the Director, Purchasing and Stores within five (5) calendar days of bid results posting. 6

11. Alternates. If alternate bids are called for, the contract may be awarded at the election of the governing board to the lowest responsible and responsive bidder using the method and procedures outlined in the Notice Inviting Bids. 12. Competency of Bidders. In selecting the lowest responsive and responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the Project. By submitting a bid, each bidder agrees that the DISTRICT, in determining the successful bidder and its eligibility for the award, may consider the bidder s experience and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the bidder s performance of the Project. To this end, each bid shall be supported by a statement of the bidder s experience on the form entitled INFORMATION REQUIRED OF BIDDER. The DISTRICT may also consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the work. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by the DISTRICT. In this regard, the DISTRICT may conduct such investigations as the DISTRICT deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidder, proposed subcontractors, and other persons and organizations to do the work to the DISTRICT S satisfaction within the prescribed time. The DISTRICT reserves the right to reject the bid of any bidder who does not pass any such evaluation to the satisfaction of the DISTRICT... 13. Listing Subcontractors. Each bidder shall submit with his bid, on the form furnished with the contract documents, a list of the names, license numbers and locations of the places of business of each subcontractor who will perform work or labor or render service to the bidder in or about the project, or a subcontractor who under subcontract to the bidder, specially fabricates and installs a portion of the work, in an amount in excess of one-half of 1 percent of the bidder s total bid as required by the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100, et. seq.). If alternate bids are called for and the bidder intends to use different or additional subcontractors, a separate list of subcontractors must be submitted for each such alternate. 14. Workers Compensation. In accordance with the provisions of Labor Code Section 3700, the successful bidder as the CONTRACTOR shall secure payment of compensation to all employees. The CONTRACTOR shall sign and file with the District the following certificate prior to performing the work under this contract: I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers 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. The form of such certificate is included as a part of the contract documents. 15. Contractor s License. If, at the time and date of the bid opening, bidder is not properly licensed to perform the Project in accordance with Division 3, Chapter 9, of the Business and Professions Code and the Project Documents, such bid will be rejected as nonresponsive. (Public Contract Code Section 3300) Pursuant to Business and Professions Code Section 7028.15, no payment shall be made for work or materials under the contract unless and until the Registrar of Contractors verifies to the DISTRICT that the bidder was properly licensed at the time the bid 7

was submitted. Any bidder not so licensed is subject to penalties under the law and the contract will be considered void and DISTRICT shall have the right to bring an action against the unlicensed bidder awarded the contract for recovery of all compensation paid under the contract. (Business and Professions Code Section 7031(b)) If the license classification specified hereinafter is that of a "specialty contractor" as defined in Section 7058 of the Business and Professions Code, the specialty contractor awarded the contract for this work shall construct a majority of the work, in accordance with the provisions of Business and Professions Code Section 7059. The bidder may not use the contractor license of a third party for this bid. 16. Anti-Discrimination. It is the policy of the District that in connection with all work performed under contracts, there be no discrimination against any prospective or active employee engaged in the work because of race, color, ancestry, national origin, religious creed, sex, age, or marital status. The CONTRACTOR agrees to comply with applicable federal and California laws, including, but not limited to, the California Fair Employment and Housing Act, beginning with Government Code section 12900 and Labor Code section 1735. In addition, the CONTRACTOR agrees to require like compliance by any subcontractors employed on the work by such CONTRACTOR. 17. Hold Harmless. CONTRACTOR shall defend, indemnify and hold harmless District, Architect, Inspector, the State of California and their officers, employees, agents and independent contractors from all liabilities, claims, actions, liens, judgments, demands, damages, losses, costs or expenses of any kind arising from death, personal injury, property damage or other cause based or asserted upon any act, omission, or breach connected with or arising from the progress of Work or performance of service under this Agreement or the Contract Documents. As part of this indemnity, CONTRACTOR shall protect and defend, at its own expense, District, Architect, Inspector, the State of California and their officers, employees, agents and independent contractors from any legal action including attorneys fees or other proceeding based upon such act, omission, or breach. Furthermore, CONTRACTOR agrees to and does hereby defend, indemnify and hold harmless District, Architect, Inspector, the State of California and their officers, employees, agents and independent contractors from every claim or demand made, and every liability, loss, damage, expense or attorneys fees of any nature whatsoever, which may be incurred by reason of: (a) Liability for (1) death or bodily injury to persons; (2) damage or injury to, loss (including theft), or loss of use of, any property; (3) any failure or alleged failure to comply with any provision of law or the Contract Documents; or (4) any other loss, damage or expense, sustained by any person, firm or corporation or in connection with the Work called for in this Agreement or the Contract Documents, except for liability resulting from the sole or active negligence, or the willful misconduct of the District. (b) Any bodily injury to or death of persons or damage to property caused by any act, omission or breach of CONTRACTOR or any person, firm or corporation employed by CONTRACTOR, either directly or by independent contract, including all damages or injury to, loss (including theft), or loss of use of, any property, sustained by any person, firm or corporation, including the District, arising out of or in any way connected with Work covered by this Agreement or the Contract Documents, whether said injury or 8

damage occurs either on or off District property, but not for any loss, injury, death or damages caused by the sole or active negligence or willful misconduct of the District. (c) Any dispute between CONTRACTOR and CONTRACTOR s subcontractors/supplies/sureties, including, but not limited to, any failure or alleged failure of the Contractor (or any person hired or employed directly or indirectly by the Contractor) to pay any Subcontractor or Materialman of any tier or any other person employed in connection with the Work and/or filing of any stop notice or mechanic s lien claims. CONTRACTOR, at its own expense, cost, and risk, shall defend any and all claims, actions, suits, or other proceedings that may be brought or instituted against the District, its officers, agents or employees, on any such claim or liability, and shall pay or satisfy any judgment that may be rendered against the District, its officers, agents or employees in any action, suit or other proceedings as a result thereof. 18. Preference for Materials and Substitutions. (a) One Product Specified. Unless the plans and specifications state that no substitution is permitted, whenever the contract documents indicate any specific article, device, equipment, product, material, fixture, patented process, form, method, construction, or any specific name, make, trade name, or catalog number, with or without the words, or equal, such specification shall be read as if the language or equal is incorporated. (b) Request for Substitution. Bidder may, unless otherwise stated, offer any material, process, article, etc., which is materially equal or better in every respect to that so indicated or specified ( Specified Item ) and will completely accomplish the purpose of the contract document. If bidder desires to offer a substitution for a Specified Item, such bidder must make a request in writing on the District s Substitution Request form ( Request Form ) and submit the completed Request Form with the bidder s bid. The Request Form must be accompanied by evidence as to whether the proposed substitution: 1. Is equal in quality, service, and ability to the Specified Item; 2. Will entail no changes in detail, construction and scheduling of related work; 3. Will be acceptable in consideration of the required design and artistic effect; 4. Will provide no cost disadvantage to the District; 5. Will require no excessive or more expensive maintenance, including adequacy and availability of replacement parts; and 6. Will require no change in the construction schedule. In completing the Request Form, bidder must state with respect to each requested substitution whether bidder will agree to provide the Specified Item in the event that the District denies bidder s request for substitution of a Specified Item. In the event that bidder does not agree in the Request Form to provide the Specified Item and the District denies the requested substitution, the bidder s bid shall be considered non-responsive and the District may award the contract to the next lowest bidder or in its sole discretion, release all bidders. In the event that 9

bidder has agreed in the Request Form to provide the Specified Item and the District denies bidder s requested substitution for a Specified Item, bidder shall execute the Agreement and provide the Specified Item without any additional cost or charge to the District, and if bidder fails to execute the Agreement with the Specified Item(s), bidder s bid bond will be forfeited. After the bids are opened, the apparent lowest bidder shall provide, within five (5) calendar days of opening such bids, any and all drawings, specification, samples, performance data, calculations, and other information as may be required to assist the Architect and the District in determining whether the proposed substitution is acceptable. The burden of establishing these facts shall be upon the bidder. After the District s receipt of such evidence by bidder, the District will make its final decision as to whether the bidder s request for substitution for any Specified Items will be granted. The District shall have sole discretion in deciding as to whether a proposed request for substitution is equal to or better than a Specified Item. Any request for substitution which is granted by the District shall be documented and processed through a Change Order. The District may condition its approval of any substitution upon delivery to the District of an extended warranty or other assurances of adequate performance of the substitution. Any and all risks of delay due to DSA, or any other governmental agency having jurisdiction shall be on the bidder. 19. Disqualification of Bidders and Proposals. More than one proposal for the same work from any individual, firm, partnership, corporation, or association under the same or different names will not be accepted; and reasonable grounds for believing that any bidder is interested in more than one proposal for the work will be cause for rejecting all proposals in which such bidder is interested and the bidder will forfeit their bid security to the District. 20. Unbalanced or Altered Bids. Proposals in which the prices are obviously unbalanced, and those which are incomplete or show any alteration of form, or contain any additions or conditional or alternate bids that are not called for or otherwise permitted, may be rejected. A proposal on which the signature of the bidder has been omitted may be rejected. 21. Employment of Apprentices. The CONTRACTOR and all Subcontractors shall comply with the District s Labor Compliance Program and provisions of California Labor Code including, but not limited to sections 1777.5, 1777.6, and 1777.7 concerning the employment of apprentices. The CONTRACTOR and any Subcontractor under him shall comply with the requirements of said sections, including applicable portions of all subsequent amendments in the employment of apprentices; however, the CONTRACTOR shall have full responsibility for compliance with said Labor Code sections, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. 22. Non-Collusion Declaration. Public Contract Code Section 7106 requires bidders to submit a declaration of non-collusion with their bids. This form is included with the bid package and must be signed and dated by the bidder and each subcontractor under penalty of perjury. 23. Wage Rates, Travel and Subsistence. (a) Pursuant to Labor Code Sections 1770 et. seq., the District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem 10

wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the contract. Copies are available from the District to any interested party on request and are also available from the Director of the Department of Industrial Relations. The CONTRACTOR shall obtain copies of the above-referenced prevailing wage sheets and post a copy of such wage rates at appropriate, conspicuous, weatherproof points at the Site. (b) Any worker employed to perform work on the Project and such work is not covered by any classification listed in the published general prevailing wage rate determinations or per diem wages determined by the Director of the Department of Industrial Relations, shall be paid not less than the minimum rate of wages specified therein for the classification which most nearly corresponds to the employment of such person in such classification. (c) Holiday and overtime work, when permitted by law, shall be paid for at the rate set forth in the prevailing wage rate determinations issued by the Director of the Department of Industrial Relations or at least one and one-half (1½) times the specified basic rate of per diem wages, plus employer payments, unless otherwise specified in the contract documents or authorized by law. (d) The CONTRACTOR shall post, at appropriate, conspicuous, weatherproof points at the site, a schedule showing all determined minimum wages actually earned. (e) These per diem rates, including holiday and overtime work, and employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the administrative office of the District, located as noted above and are also available from the Director of the Department of Industrial Relations. It is the CONTRACTOR s responsibility to ensure the appropriate prevailing rates of per diem wages are paid for each classification. It shall be mandatory upon the CONTRACTOR to whom the contract is awarded, and upon any subcontractor under such CONTRACTOR, to pay not less than the said specified rates to all workers employed by them in the execution of the contract. 24. Liquidated Damages. All work must be completed within the time limits set forth in the Project Documents. It is agreed that damages for the failure to complete the Project described herein within the time limits required are impossible to ascertain. Should the work not be completed within the specified time for completion, the successful bidder awarded the contract shall be liable for liquidated damages, payable to the DISTRICT, in an amount two hundred dollars ($200.00) for each consecutive calendar day of delay in completion. Such damages shall be deducted from any payments due or to become due to the successful bidder. Government Code Section 53069.85, Civil Code Section 1671. 25. Drug-Free Workplace Certification. Pursuant to Government Code Sections 8350, et seq., the successful bidder will be required to execute a Drug-Free Workplace Certification upon execution of the Agreement. The bidder will be required to take positive measures outlined in the certification in order to ensure the presence of a drug-free workplace. Failure to abide with the conditions set forth in the Drug-Free Workplace Act could result in penalties including termination of the Agreement or suspension of payment thereunder. 11

26. Tobacco-Free Policy. The successful bidder shall agree to enforce a tobacco-free work site. 28. Criminal Records Check. The successful bidder will be required to comply with the applicable requirements of Education Code Section 45125.1 with respect to fingerprinting of employees and must complete the District s Criminal Records Check Certification. 29. Lead. Pursuant to the Lead-Safe Schools Protection Act (Education Code Sections 32240, et seq.) and other applicable law, the successful bidder shall not use lead-based paint, lead plumbing and solders, or other potential sources of lead contamination in the construction of any new school facility or the modernization or renovation of any existing school facility. 12

DESIGNATION OF SUBCONTRACTORS In compliance with the Subletting and Subcontracting Fair Practices Act (California Public Contract Code Sections 4100 et. seq.,) and any amendments thereof, each bidder shall set forth below: (a) the name, license number, and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor, who will perform work or labor or 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 improvements according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of one percent of the prime contractor s total bid; and (b) the portion and description 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 of one percent of the prime contractor s total bid, the CONTRACTOR shall be deemed to have agreed that the CONTRACTOR is fully qualified to perform that portion, and that the 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 the relevant portion of the work 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 of one percent of the prime contractor s total bid where 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 of one percent of the prime contractor s total bid where 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. 13

* DESIGNATION OF SUBCONTRACTORS FORM Description & Portion of Work Name of Subcontractor Location & Place of Business License Number DATED: Proper Name of Bidder By: (Signature of Bidder Address: Phone: 14

* NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Public Contract Code section 7106) The undersigned declares: I am the of, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. 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 is executed on [date], at [city], [state]. Signature Print Name 15

* BID GUARANTEE FORM Each bidder s bid must be accompanied by one of the following forms of bidder s security: (1) cash; (2) a cashier s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder s bond executed by a California admitted surety as defined in Code of Civil Procedure Section 995.120, made payable to the District in the form set forth in the contract documents. Such bidder s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed contract, if the same is awarded to such bidder, and will provide the required Performance and Payment Bonds and insurance certificates. In the event of failure to enter into said contract or provide the necessary documents, said security will be forfeited. Bidder 16

* BID BOND KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, (hereafter called Principal ), and (hereafter called Surety ), are hereby held and firmly bound unto the Santa Ana Unified School District (hereafter called Owner ) in the sum of ($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. SIGNED this day of, 20. The condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for the construction of. NOW, THEREFORE, a. If said Bid is rejected, or b. If said Bid is accepted and the Principal executes and delivers a contract or the attached Agreement form within five (5) calendar days after acceptance (properly completed in accordance with said Bid), and furnishes bonds for his faithful performance of said Contract and for payment of all persons performing labor or furnishing materials in connection therewith, Then this obligation shall be void; otherwise, the same shall remain in force and effect. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the call for bids, or the work to be performed thereunder, or the specifications accompanying the same, shall in anyway affect its obligation under this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of said contract, or the call for bids, or the work, or to the specifications. In the event suit is brought upon this bond by the District and judgment is recovered, the Surety shall pay all costs incurred by the District in such suit, including without limitation, attorneys fees to be fixed by the court. 17

IN WITNESS WHEREOF, Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, on the day and year first set forth above. PRINCIPAL: ATTEST: (if individual, two witnesses are required) By: Title: By: Title: ATTEST: (if corporation) By: Title: (Corporate Seal) SURETY: ATTEST: (if individual, two witnesses are required) By: Title: By: Title: ATTEST: (if corporation) By: Title: (Corporate Seal) 18

IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in California Insurance Code Section 105, and if the work or project is financed, in whole or in part, with federal, grant, or loan funds, it must also appear on the Treasury Department s most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of agent or representative for service of process in California if different from above) (Telephone Number of Surety and agent or representative for service of process in California). 19

* SUBSTITUTION REQUEST FORM Project: Santa Ana Unified School District Pursuant to Public Contract Code Section 3400, bidder hereby requests substitution of the following articles, devices, equipment, products, materials, fixtures, patented processes, forms, methods, or types of construction: Specified Item Requested Substituted Item Agree to Provide Specific Item In the Event Request is Denied 1 (circle one) District Decision (circle one) 1. Yes No Grant Deny 2. Yes No Grant Deny 3. Yes No Grant Deny 4. Yes No Grant Deny 5. Yes No Grant Deny 6. Yes No Grant Deny 7. Yes No Grant Deny 8. Yes No Grant Deny 9. Yes No Grant Deny 1 Bidder must state whether bidder will provide the Specified Item in the event that District denies the request for substitution. If bidder states that bidder will not provide the Specified Item in the event their request for substitution is denied, bidder s bid will be considered non responsive. However, if bidder states that bidder will provide the Specified Item in the event that bidder s request for substitution is denied, bidder shall execute the Agreement and provide such Specified Item(s) and if bidder fails to execute the Agreement with the Specified Item(s), bidder s bond will be forfeited. 20

This Request Form must be accompanied by evidence as to whether the proposed substitution (1) is equal in quality, service, and ability to the Specified Item; (2) will entail no change in detail, construction, and scheduling of related work; (3) will be acceptable in consideration of the required design and artistic effect; (4) will provide no cost disadvantage to the District; (5) will require no excessive or more expensive maintenance, including adequacy and availability of replacement parts; and (6) will require no change of the construction schedule. The undersigned states that the following paragraph, unless modified on attachments, are correct: 1. The proposed substitution does not affect the dimensions shown on the Drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detailing, and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades, the construction schedule, or specified warranty requirements. 4. Maintenance and service parts will be available locally for the proposed substitution. Name of Bidder: By: District: By: 21