+ All Categories
Home > Documents > 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will...

101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will...

Date post: 04-Jul-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
103
101 Stadium Way, Phelan CA 92371 RFP #18/19-03 Internal Connections/Cabling for Vista Verde Elementary School and Heritage School E-Rate Year 22 Category 2 MANDATORY RFP/BID JOB-WALK Monday, November 19, 2018 starting at 7:30am Technology/District Office 4075 Nielson road Phelan, CA 92371 RFP/Bid Due Date: January 8 , 201 9 at or before 2:00pm Deliver to: Snowline Joint Unified School District Purchasing Department 101 Stadium Way Phelan, CA 92371 Advertised November 1 & November 8, 2018 1
Transcript
Page 1: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

101 Stadium Way, Phelan CA 92371

RFP #18/19-03 Internal Connections/Cabling for Vista Verde

Elementary School and Heritage School E-Rate Year 22 Category 2

MANDATORY RFP/BID JOB-WALK Monday, November 19, 2018 starting at 7:30am

Technology/District Office 4075 Nielson road Phelan, CA 92371

RFP/Bid Due Date: January 8, 2019 at or before 2:00pm

Deliver to: Snowline Joint Unified School District Purchasing Department 101 Stadium Way Phelan, CA 92371

Advertised November 1 & November 8, 2018

1

Page 2: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

NOTICE TO CONTRACTORS-REQUEST FOR PROPOSALS

Notice is hereby given that Snowline Joint Unified School District of San Bernardino County, California acting by and through its Governing Board hereafter referred to as District will receive up to, but no later than, 2:00pm on January 8, 2019 sealed RFP’s for the award of contract for RFP #18/19-03 Internal Connections/Cabling, Vista Verde Elementary & Heritage School, E-Rate Year 22 Category 2.

All proposals received by the RFP Deadline must conform and shall be responsive to these Contract Documents and all plans, specifications and other Contract Documents.

BID DOCUMENTS, PLANS and SPECIFICATIONS will be made available on No ve mber 1 , 2018 , at the following website: www.snowlineschools.com/app/pages/purchasing; the EPC portal at https://portal.usac.org, and can also can be obtained by emailing Karen Stevens – Purchasing Director at [email protected]. Contractors will be responsible for reproducing documents related to this project.

There will be a Mandatory RFP/BID JOB WALK, November 19, 2018 Monday starting at 7:30am. Please meet at the following address: Technology Dept. /District Office 4075 Nielson Road, Phelan, CA 92371. Copies of the Bid Documents AND Exhibits will not be provided. Please make sure to bring a set of Exhibits to note any updates.

Each bidder shall be a licensed contractor pursuant to the California Business and Professions Code, and be licensed to perform the work called for in the Contract Documents. The successful bidder must possess a valid and active Class C-7 License at the time of award and throughout the duration of this Contract. The Contractor’s California State License number shall be clearly stated on the bidder’s proposal. Subcontractors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the Contract Documents.

Contractor must participate in the E-Rate Program and must provide a Service Provider Identification Number (SPIN) and Federal Registration Number (FCN-FRN) with the proposal.

Each bidder shall submit with its proposal – on the form furnished with the Contract documents – a list of the designated subcontractors on this Project as required by the Subletting and Subcontracting Fair Practices Act, California Public Contract Code section 4100 et seq.

This project is a public work, so prevailing wage rates shall be paid. Except as provided in Labor Code 1771.1 (a), No Contractor or Subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015, or perform work on a public works contract awarded on or after April 1, 2015, unless registered with the Department of Industrial Relations pursuant to California Labor Code 1725.5.

Bidders will be required to furnish the District with a bid bond of five percent (5%) of the bid amount. The successful bidder will be required to furnish a Performance Bond and Payment Bond equal to one hundred percent (100%) of the successful bid, prior to execution of contract.

In accordance with the provisions of Public Contract Code Section 22300, substitution of eligible and equivalent securities under this contract will be permitted at the request and expense of the Contractor. No bidder may withdraw any bid for a period of ninety (90) days after bid opening date. The District reserves the right to waive any irregularities, accept or reject any or all bids and to accept or reject any item therein.

Publication Dates: November 1, 2018 & November 8, 2018

2

Page 3: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

TABLE OF CONTENTS

*ITEMS IN BOLD BELOW MUST BE SUBMITTED WITH THE PROPOSAL

NOTICE TO CONTRACTORS……………………………….……………………………………….....2 *INTRODUCTION/PURPOSE..………………………………………………………………………..4 OBJECTIVE/E-RATE REQUIREMENTS…………………………………………………….………....5 PROPOSAL RESPONSE & COMMUNICATION & INSTRUCTIONS TO BIDDERS INSTRUCTIONS...…………………………………………………………………….………………….6 E-RATE SUPPLEMENTAL TERMS & CONDITIONS………………………………………………..18 GENERAL TERMS & CONDITIONS…………………………………………………………………..22 SPECIAL CONDITIONS…………………………………………………………………………….......36 *SCOPE OF WORK/TECHNICAL SPECIFICATIONS…………………………………………....37 *PROPOSAL FORM…………………………………………………………………………….…..…42 *BID BOND FORM……………………………………………………………………………….…....47 *DESIGNATION OF SUBCONTRACTORS FORM…………………………………………….….50 *NON-COLLUSION AFFADAVIT FORM………………………………………...…………….…..52 *CONTRACTORS WORKERS COMPENSATION CERTIFICATE……………………….….…53 *CONDUCT RULES FOR CONTRACTORS…………………………………………………….….54 *PWC-100 FORM…………………………………………………………………………………...….55 AFTER CONTRACT AWARD REQUIRED AGREEMENT, BONDS & BACKGROUND CHECKS……………………….………………………...........................................................................56 *E-RATE SUPPLEMENTAL TERMS & CONDITIONS…………………………………………..67 EXHIBIT A – DROP LOCATION SPREADSHEET EXHIBIT B – SITE MAPS

3

Page 4: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

RFP 18/19-03 CABLING & INTERNAL CONNECTIONS E-RATE YEAR 22

INTRODUCTION/PURPOSE

The Snowline Joint Unified School District ("District") purpose for this Request for Proposal/Bid is to solicit proposals from qualified Contractors to provide a solution to meet the objective stated in the RFP. The solution is subject to all terms, conditions, and specifications in this RFP. All proposal(s) submitted will be reviewed and chosen based on the criteria outlined in this RFP. The Districts General Conditions and Scope of Services for this proposal are contained on the following pages.

There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November 19, 2018 at the Technology Department, 4075 Nielson Road, Phelan, CA, 92371.

Proposals are due no later than 2:00 P.M., Pacific Standard Time, January 8, 2019, in the Purchasing Department, 101 Stadium Way, Phelan, CA 92371. All proposals must be time stamped in the Purchasing Department prior to 2:00 P.M. Proposals received after the specified date and time will be considered late and will not be opened. Proposals will not be accepted via any form of electronic media.

The District reserves the right to reject any or all Request for Proposals, waive defects or informalities in Request for Proposals and to make awards as deemed to be in the Districts best interest. If awarded, awards will be made to the responsible, responsive, and lowest priced proposal based on the selection criteria set forth within this RFP.

In compliance with this Request for Proposal, in consideration of the detailed description attached hereto; and subject to all conditions thereof, the undersigned agrees, if this RFP be accepted, to furnish any or all of the items upon which prices have been quoted in accordance with the specifications applying at the price set opposite each item. The undersigned further agrees, if awarded an order or contract, to indemnify, protect, defend and hold harmless the Snowline Joint Unified School District, its Board Members, agents and employees from all judgements, claims, suits or demands for payment that may be brought against the school districts, agents and employees arising out of the use of any product or article that is provided pursuant to the RFP. Proposer further agrees to indemnify, protect, defend and hold harmless Snowline Joint Unified School District, its Board Members, agents and employees from all judgements, claims, demands for payment, or suits or actions of every nature and description brought against the aforementioned alleging injuries and damages sustained by any person arising out of or in the course of the proposer performing or failing to perform the service and/or providing or failing to provide the goods related to this Request for Proposal.

The District reserves the right to procure these services based on the District's ability to fund their portion of this project.

_____________________________________________ Company Name

_____________________________________________ ____________________________________ Address Phone Fax

_____________________________________________ ____________________________________ City State Zip Email Address

Names and signatures below certify that you understand and agree to all information in this Request for Proposal.

_____________________________________________ ___________________________________________ Authorized Representative (Print) Signature Date

4

Page 5: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

OBJECTIVE

The Snowline Joint Unified School District has been upgrading its internal connections for the past two years. The District will continue upgrading the internal connections & cabling for the 18-19 school year based on the availability of Category 2 E-Rate Funding for each site.

Replace, upgrade internal cabling for network infrastructure throughout the following sites:

• Vista Verde Elementary – 13403 Vista Verde St. Victorville, CA 92392• Heritage School – 9542 Wilson Ranch Road, Phelan 92371

Infrastructure: • Remove, replace drops as specified in the Scope of Work/Specification section of this RFP.• Install a CAT6a Cabling (Plenum rated F/UTP) connections and other required materials &

supplies to complete this project.• Snowline is requesting a Single Manufacturer Enterprise Solution

E-RATE REQUIREMENTS

The Telecommunications Act of 1996 established a fund by which Schools and Libraries across the Country could access discounts on eligible telecommunications products and services. The program is commonly known as the E-Rate Program. The eligibility for discounts on internet access, telecommunications products and services, and internal connection products, services and maintenance is determined by the Federal Communications Commission (FCC). Funding is made available upon application approval by the School and Libraries Division (SLD) of the Universal Service Corporation, which was established by the Act. The amount of discount is based on the numbers of children receiving free and reduced price meals.

Contractors are required to participate and be in full compliance with all current requirements and future requirements issued by the SLD for participation in the E-Rate Program. Throughout the contractual period of any contract entered into with the District as a result of this RFP.

Contractor must have a current and valid Service Provider Identification Number (SPIN) and Federal Registration Number (FCC-FRN) and must be provided with the proposal form.

The awarding of any proposal(s) and any ensuing contracts are contingent upon receiving approval for E-Rate discount, and the availability of specifically budgeted District Technology funds. The Contractor agrees to honor any proposal and costs submitted through the E-Rate Funding Year of July 1, 2019– June 30, 2020.

In the event that E-Rate discounts are not approved, or only partially approved, the District reserves the right to cancel any or all of the work awarded as a result of this RFP.

5

Page 6: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

PROPOSAL RESPONSE & COMMUNICATION INSTRUCTIONS

A. REQUEST FOR PROPOSAL (RFP) RESPONSE

To be considered a Contractor, the candidate must submit the complete original proposal, in the format stated below, and provide fully executed copies of any and all addenda(s) required to be returned, in a sealed envelope up to, no later than 2:00 pm on Tuesday January 8, 2019 to the following address; Snowline Joint Unified School District, Purchasing Department, Attn: Karen Stevens, Director of Purchasing Director, 101 Stadium Way, Phelan, CA 92371.

All proposals shall be sealed in a package plainly marked RFP #18/19-03 Internal Connections/Cabling for Vista Verde Elementary & Heritage School.

The Contractor is required to submit an Original plus three (3) copies and one (1) Electronic copy of the proposal and any required addenda(s). All proposals shall be prepared by and at the expense of the Contractor.

Proposals should provide a straightforward and concise presentation, adequate to satisfy the requirements of the Request for Proposal (RFP). Emphasis should be on completeness, clarity of contents and responsiveness to the RFP. Proposals should be structured to respond to the RFP specifications. Format of Request for Proposal response should be as follows:

1. COMPANY OVERVIEW

a. Executive summary, company organization, and primary contact for this projectb. Company background and qualifications referenced: Five (5) clients from whom you have

currently provided comparable services for K-12 or higher education. Please includecontact name, address, telephone number, and email address.

c. Staffing recommendations for project. Number of full time employees by class (i.e.Management, Sales, Technical

d. Emergency contact. 24-Hour Emergency Name and Telephone Numbere. Technical approach to project. Provide full name and contact information of proposer’s

technical contact(s). Provide documentation of any certification(s) held by the technicalcontact(s).

f. Proof of certification to install the chosen manufacturers products offered in this proposalg. Financial Considerationsh. Project Plani. Support Servicesj. Completed and Signed Request for Proposal Cover Sheet

2. OTHER REQUIRED DOCUMENTATION

a. Proposal Formb. Bid Bond (Security)c. Price Schedule per Sited. Statement of Warrantye. Non-Collusion Affidavitf. Contractors Certificate Regarding Workers’ Compensationg. Conduct Rules for Contractorsh. PWC-100 Form for Contractor and all Subcontractorsi. Designation of all Subcontractors and Percentage of Workj. Acknowledgement of all Addendums issued for this RFP

3. MISCELLANEOUS INFORMATION

4. EXCEPTIONS

6

Page 7: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

PROPOSAL SUBMITTED IN ANY OTHER FORMAT WILL BE CONSIDERED NON-RESPONSIVE

It is the sole responsibility of the Contractor to be sure that the proposal is delivered to the Purchasing Department. Please be advised that if the submittal of the proposal is received in a department other than the department located at 101 Stadium Way, Phelan CA 92371, it is not the responsibility of that department to make sure that the proposal is delivered to the Purchasing Department before the time indicated in the Notice to Contractors.

The District reserves the right to reject any or all responses. The District also reserves the right to waive any minor irregularities or defects in any response shall a waiver be in its best interest. No Contractor may withdraw his proposal for a period of Ninety (90) calendar days after the date set for the receipt of proposals.

B. RESPONSE TIMELINE

EVENT DATE RFP Publication & Legal Ad November 1 & November 8, 2018 Post Form 470 November 1, 2018 Mandatory 1-2 Day Duration JOB WALK November 19, 2018 @ 7:30 AM PST RFI-submittal of written questions/clarifications: Email to: [email protected] Subject: RFP 18/19-03

Last Day for Questions: November 23, 2018

Addendums: November 27, 2018 Requests for Proposals Due January 8, 2019 no later than 2:00pm RFP’s Review & Selection Process January 10 - 31, 2019Board Approval (Earliest Possible) February 12, 2019

C. REQUEST FOR INFORMATION (RFI) AND/OR CLARIFICATION

Request for information regarding this proposal, must be submitted via email to [email protected]; Subject: RFP 18/19-03, within the time frame indicated in the response timeline. Questions received after the deadline will not be considered due to the timeline of the E-Rate process.

The Purchasing Department will not be responsible for RFI's sent to the wrong department, failed email transmission, nor will it be the responsibility of the receiving department to forward your request and the email recipient to check spam folder for misrouted emails.

All RFI's will be responded to in the form of an Addendum within the timeframe indicated in the timeline and posted on the District website.

D. REFERENCES

Provide at least five (5) references of comparable services with the required information stated above in the Instructions to Bidders.

E. SELECTION PROCESS

A number of factors will influence the Districts decision in selecting the Contractor for this project. These factors include a technical evaluation based upon the Contractor’s ability to deliver these services in a timely manner. Equally important is a Contractor evaluation based upon Contractor reputation, service and support

7

Page 8: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

resources, knowledge of the E-Rate policies and procedures, knowledge of the State of California laws, policies, and procedures.

Please note that the District will select the Contractor based upon the best overall solution and value, and is not obligated to select the lowest price bidder.

Proposals found to be incomplete may be rejected as non-responsive; and proposals not deemed to be competitive will be rejected.

The Snowline Joint Unified School District may choose to ask clarification questions or request additional information. All responses will be required in writing; incomplete or unclear responses will result in rejection of proposal

SELECTION CRITERIA

FACTOR WEIGHT Eligible Cost 30 Ability to Deliver Service in desired timeframe 20 Quality of References 20 District Experience 15 Prior E-Rate Experience 10 Ineligible E-rate costs 5

Applicant will score all responses submitted within the guidelines noted above, using the rubric/ matrix scoring system. SJUSD reserves the right to amend the Contractor selection process. This RFP does not commit Snowline JUSD to any specific course of action. The District reserves the right to not select any Contractor or purchase any goods or services resulting from this RFP.

F. PREPARATION OF PROPOSAL FORM

The Snowline Joint Unified School District ("District") invites proposals on the attached forms to be submitted at such time and place as is stated in the Notice to Contractors. Proposal shall be submitted on the prescribed proposal forms, completed in full. All proposal items and statements shall be properly filled out. Numbers shall be stated both in words and in figures where so indicated, and where there is a conflict in the words and the figures, the words shall govern.

All proposals shall be submitted in the format stated and in a sealed package bearing on the outside the name of the bidder, business address, and the name of the project for which the proposal is submitted. It is the sole responsibility of the Contractor to see that his proposal is received in proper time. In accordance with Government Code Section 53068 and Public Contract Code Section 4104.5, any proposal received after the scheduled closing time, for receipt of proposals or after any extension due to material changes, shall be returned to the Contractor unopened.

G. BID SECURITY

Each bid must be accompanied by one of the following forms of bidder’s security: (1) a cashier's check made payable to the District; (2) a certified check made payable to the District; or (3) 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 proposal documents. Such bidder’s security must be in an amount not less than five percent (5%) of the maximum amount of such bidder's bid as a guarantee that the bidder will enter into the proposed contract the same is awarded to such bidder, and will provide the required

8

Page 9: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Performance and Payment Bond and insurance certificates. In the event that a bidder is awarded the contract and such bidder fails to enter into said contract or provide the necessary documents within five (5) calendar days after notification of the award of the contract to bidder, said security will be forfeited.

H. CONTRACTORS LICENSE

To perform the work required by this notice, the Contractor must possess a Class C - 7 Contractor's License, and the Contractor/Contractor must maintain the license throughout the duration of the contract. If, at time of award of the contract, bidder is not licensed to perform the project in accordance with Division 3, Chapter 9, of the Business and Professions Code for the State of California such proposal will not be considered and the Contractor will forfeit its bid security to the District.

I. FORM AND DELIVERY OF PROPOSAL

The proposal shall be made on the proposal form(s) provided, and the complete proposal, together with any and all additional materials as required by the proposal documents, shall be enclosed in a sealed envelope, addressed and delivered or mailed to the attention of Karen Stevens, Purchasing Director, Snowline Joint Unified School District, 101 Stadium Way, Phelan, CA 92371, and must be received on or before the time set forth in the Notice to Contractor’s. The envelope shall be plainly marked with the Contractor’s mailing address and the Proposal title and RFP No. It is the Contractor’s sole responsibility to ensure that its proposal is received prior to the scheduled closing time for receipt of proposals.

J. SIGNATURE(S)

Any signature required on the proposal forms must be signed in the name of the Contractor and must bear the signature in longhand of the person or person(s) duly authorized to sign the proposal on behalf of the bidder in permanent ink.

K. MODIFICATIONS

Changes in or additions to the proposal form, recapitulations of the work proposed upon, alternative proposals, or any other modification of the proposed form which is not specifically called for in the contract documents may result in the District's rejection of the proposal as not being responsive. No oral or telephonic modification of any proposal submitted will be considered.

9

Page 10: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

INSTRUCTIONS TO BIDDERS

1. Preparation of Bid Form. Proposal under these specifications shall be submitted on theblank forms furnished herewith at the time and place stated in the Notice Inviting Bids. All blanksin the bid form must be appropriately filled in, and all proposed prices must be stated clearly andlegibly in both words and numerals. All bids must be signed by the bidder in permanent blue inkand submitted in sealed envelopes, bearing on the outside, the bidder’s name, address, telephonenumber, and California Contractor’s License number, and the name of the Project for which the bidis submitted. The District reserves the right to reject any bid if all of the above information is notfurnished. It is each bidder’s sole responsibility to ensure its bid is timely delivered and received atthe location designated as specified above. Any bid received at the designated location after thescheduled closing time for receipt of bids shall be returned to the bidder unopened.

2. Signature. The bid form, all bonds, all designations of subcontractors, the Contractor’sCertificate, the Agreement, and all Guarantees must be signed in permanent ink in the name of thebidder and must bear the signature in longhand of the person or persons duly authorized to sign thebid.

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 provided to the District. 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.

Bids submitted as joint ventures must so state and be signed by each joint venture.

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 bidupon, alternative proposals, or any other modification of the bid form which is not specificallycalled for in the Contract Documents may result in the District’s rejection of the bid as not beingresponsive to the Notice Inviting Bids. No oral or telephonic modification of any bid submittedwill 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 issuitably authenticated by affixing in the margin immediately opposite the correction the signatureor signatures of the person or persons signing the bid. In the event of inconsistency between wordsand figures in the bid price, words shall control figures. In the event that the District determines

10

Page 11: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

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. Each bidder shall visit the site of theproposed work and become fully acquainted with the conditions relating to the construction andlabor so that the facilities, difficulties, and restrictions attending the execution of the work underthe Contract are fully understood. Bidders shall thoroughly examine and be familiar with thedrawings and specifications and all others documents and requirements that are attached to and/orcontained in the Project Manual or other documents issued to bidders. The failure or omission ofany bidder to receive or examine any Contract Document form, instrument, addendum, or otherdocument or to visit the site and become acquainted with conditions there existing shall not relieveany bidder form obligations with respect to the bid or to the Contract. The submission of a bid shallbe taken as prima facie evidence of compliance with this Section. Bidders shall not, at any timeafter submission of the bid, dispute, complain, or assert that there were any misunderstandings withregard to the nature or amount of work to be done.

6. Withdrawal of Bids. Any bid may be withdrawn, either personally or by written request, at any timeprior to the scheduled closing time for receipt of bids. The bid security for bids withdrawn prior to thescheduled closing time for receipt of bids. The bid security for bids withdrawn prior to the scheduled closingtime for receipt of bids, in accordance with this paragraph, shall be returned upon demand therefor.

No bidder may withdraw any bid for a period of ninety (90) calendar days after the date set for the opening of bids.

7. Agreements, Insurance, and Bonds. The Agreement form which the successful bidder, asContractor, will be required to execute, and the forms and amounts of surety bonds and insuranceendorsements which will be required to be furnished at the time of execution of the Agreement, are includedin the bid documents and should be carefully examined by the bidder. The number of executed copies of theAgreement, the Performance Bond, and the Payment Bond required is four (4). Payment and Performancebonds must be executed by an admitted surety insurer as defined in Code of Civil Procedure 995.120.

8. Interpretation of Plans and Documents/Pre-Bid Clarifications. If any prospective bidder is in doubtas to the true meaning of any part of the Contract Documents, or finds discrepancies in, or omissions, awritten request shall be responsible for its prompt delivery. Any interpretation or correction of theContract Documents will only be made by Addendum duly issued, and a copy of such Addendum willbe made available for each Contractor receiving a set of the Contract Documents. No person isauthorized to make any oral interpretation of any provision in the Contract Documents, nor shall any oralinterpretation be binding on the District. If discrepancies on Drawings, specifications or elsewhere in theContract Documents are not covered by addenda, bidder shall include in their bid methods of constructionand materials for the higher quality and complete assembly. Each request for clarification shall be submittedin writing, via email, to only the following persons:

TO: Karen Stevens Purchasing Director [email protected]

Each transmitted request shall contain the name of the person and/or firm filing the request, address, telephone, and fax number, Specifications and/or Drawing number. Bidder is responsible for the legibility of hand written requests. Pre-Bid clarification request shall be filed a minimum of six (6) days prior to bid opening. Requests received less than six (6) days before bid opening shall not be considered or responded to. A written response to timely pre-bid clarifications request which materially affects the bidders price will be made by Addendum issued by the Snowline Joint Unified School District not less than seventy-two (72) hours prior to bid opening.

11

Page 12: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

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 specificallycalled for. A person, firm, or corporation that has submitted a proposal to a bidder, or that has quoted pricesof materials to a bidder, is not thereby disqualified from submitting a proposal or quoting prices to otherbidders or making a prime proposal.

10. Award of Contract. The contract will be awarded to the bidder with the most points per our matrixevaluation listed in the RFP by action of the governing Board. The District reserves the right to reject any orall bids, or to waive any irregularities or informalities in any bids or in the bidding. In the event an award ismade to bidder, and such bidder fails or refuses to execute the Contract and provide the required documentswithin five (5) calendar days after award of the Contract to bidder, the District may award to the next pointvalue responsible and responsive bidder or release all bidders. Each bid must conform and be responsiveto the Contract Documents as defined in the General Conditions.

11. Bid Protest Procedure. Any Bidder may file a bid protest. The protest shall be filed in writing withthe District not more than five (5) business days after the date of the bid opening. An e-mail address shall beprovided and by filing the protest, protesting bidder consents to receipt of e-mail notices for purposes of theprotest and protest related questions and protest appeal, if applicable. The protest shall specify the reasonsand facts upon which the protest is based.

If the District requires more time to determine the winning bid as in the case of most RFP’s, the protest shall be filed in writing with the District not more than five (5) business days after the Bid/RFP results have been published.

a. Resolution of Bid Controversy: Once the bid protest is received, the apparent lowestresponsible bidder will be notified of the protest and the evidence presented. If appropriate, the apparent low bidder will be given an opportunity to rebut the evidence and present evidence that the apparent low bidder should be allowed to perform the work. If deemed appropriate by the District, an informal hearing will be held. District will issue a written decision within fifteen (15) calendar days of receipt of the protest, unless factors beyond the District’s reasonable control prevent such resolution. The decision on the bid protest will be copied to all parties involved in the protest.

b. Appeal. If the protesting bidder or the apparent low bidder is not satisfied with the decision,the matter may be appealed to Karen Stevens, Director of Purchasing, or their designee, within three (3) business days after receipt of the District’s written decision on the bid protest. The appeal must be in writing and sent via overnight registered mail with all accompanying information elide upon for the appeal and an e-mail address from which questions and responses may be provide to:

Snowline Joint Unified School District Attn: Purchasing Director 101 Stadium Way Phelan, CA 92371

c. Appeal Review: The Superintendent, and/or their designee shall review the decision on thebid protest and issue a written response to the appeal, or if appropriate, appoint a Hearing Office to conduct a hearing and issue a written decision. The written decision shall be rendered within fifteen (15) calendar days and shall state the basis for the decision. The decision concerning the appeal will be final and not subject to any further Appeals.

d. Reservations of Rights to Proceed with Project Pending Appeal. The District reserves theright to proceed to award the Contract for the Project and commence construction pending an Appeal. If there is State Funding or a critical completion deadline, the District may choose to shorten the time limits set forth in this Section due to the urgency of proceedings with work if written notice is provided to the

12

Page 13: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

protesting party. E-mailed notice with a written confirmation sent by First Class Mail shall be sufficient to constitute written notice. If there is no written response to a written notice shortening time, the District may proceed with the award.

e. Finality. Failure to comply with this Bid Protest Procedure shall constitute a waiver of the right to protest and shall constitute a failure to exhaust the protesting bidder’s administrative remedies.

12. Alternates. If alternate bids are called for, the Contract may be awarded at the election of theGoverning Board to the lowest responsible and responsive bidder using the method and procedures outlinedin the Notice Inviting Bids and as specified in the Section entitled Alternate/Deductive Bid Alternates.

a. Subcontracting Listing for Alternates. If alternate bids are called for and the bidder intends touse different or additional subcontractors, a separate list of subcontractors must be submitted for each such alternate.

13. Evidence of Responsibility. Upon the request of the District, a bidder whose bid is underconsideration for the award of the Contract shall submit promptly to the District satisfactory evidenceshowing the bidder’s financial resources, surety and insurance claims experience, construction experience,completion ability, workload, organization available for the performance of the Contract, and other factorspertinent to a Project of the scope and complexity involved.

14. Listing Subcontractors. Each bidder shall submit with his bid, on the form furnished with theContract Documents, a list of the names, license numbers, scopes of work, locations of the places ofbusiness, contact information, and Department of Industrial Relations (“DIR”) registration numbers of eachsubcontractors who will perform work or labor or render service to the bidder in or about the project, or asubcontractor who under subcontract to the bidder, specially fabricates and installs a portion of work, in anamount in excess of one-half of 1 percent of the bidder’s total bid as required by the Subletting andSubcontracting Fair Practices Act (Public Contract Code section 4100, et seq.) Pursuant to Labor Codesection 1725.5, all subcontractors (of any tier) performing work on this Project must be properly registeredwith DIR.

15. Worker’s Compensation. In accordance with the provisions of Labor Code section 3700, thesuccessful bidder as the Contractor shall secure payment of compensation to all employees. The Contractorshall 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 beinsured against liability for workers’ compensation or to undertake self-insurance in accordance with theprovisions of that code, and I will comply with such provisions before commencing the performance of thework of this contract.” The form of such certificate is included as part of the Bid Documents.

16. Contractor’s License. To perform the work required by this notice, the Contractor must possess thecontractor’s license as specified in the Notice Inviting Bids, SLD and/or SPIN number and the Contractormust maintain these licenses throughout the duration of the Contract. If, at the time of award of the Contract,bidder is not licensed to perform the Project in accordance with Division 3, Chapter 9, of the Business andProfessions Code for the State of California and the Notice to Contractors calling for bids, such bid will notbe considered and the Contractor will forfeit its bid security to the District.

17. Anti-Discrimination. It is the policy of the District that in connection with all work performed undercontracts, there be no discrimination against any prospective or active employee engaged in the workbecause of race, color ancestry, national origin, religious creed, sex, age, or marital status. The Contractoragrees to comply with applicable federal and California laws, including, but not limited to, the CaliforniaFair Employment and Housing Act, beginning with Government Code section 12900 Labor Code section1735. In addition, the Contractor agrees to require like compliance by any subcontractors employed on thework by such Contractor.

13

Page 14: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

18. Preference for Materials and Submissions

a. One Product Specified. Unless the Plans and Specifications state that no Substitution ispermitted, 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 Submission. 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 as demonstrated by a sideby side comparison of key characteristics and performance criteria.

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; and6) Will require no change in the Contract Time.

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 a 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 the 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 decisions 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 anyindividual, firm, partnership, corporation, or association under the same or different names will not beaccepted: and reasonable grounds for believing that any bidder is interested in more than one proposal forthe work will be cause for rejecting all proposals in which such bidder is interested and the bidder willforfeit their bid security to the District.

14

Page 15: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

20. Unbalanced or Altered Bids. Proposals in which the prices are obviously unbalanced, and thosewhich are incomplete or show any alteration of form, or contain any additions or conditional or alternatebids that are not called for or otherwise permitted, may be rejected. A proposal on which the signature of thebidder has been omitted may be rejected. If, in the District’s sole discretion, it determines any pricing, costsor other information submitted by a bidder may result in an unbalanced bid, the District may deem such bidnon-responsive. A bid may be determined by the District to be unbalanced if the bid is based on pricessignificantly less than cost of some work and prices which are significantly overstated in relation to cost forother work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Districteven though it may be the low evaluated bid, or if it is so unbalanced as to tantamount to allowing andadvance payment.

21. Employment of Apprentices. The Contractor and all Subcontractors shall comply with theprovisions of California Labor Code including, but not limited to Sections 1777.5, 1777.6, and 1777.7concerning the employment of apprentices. The Contractor and any Subcontractor under him shall complywith the requirements of said Sections, including applicable portions of all subsequent amendments in theemployment of apprentices; however, the Contractor shall have full responsibility for compliance with saidLabor Code Sections, for all apprenticeable occupations, regardless of any other contractual or employmentrelations alleged to exist.

22. Non-Collusion Declaration. Public Contract Code section 7106 requires bidders to submitdeclaration of non-collusion with their bids. This form is included with the bid documents and must besigned and dated by the bidder under penalty of perjury.

23. Wage Rates, Travel and Subsistence.

a. The Contractor and all Subcontractors shall comply with the requirements set forth inDivision 2, Part 7, Chapter 1 of the Labor Code. Pursuant to Labor Code section 1770 et seq., the District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per die 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 anyclassification listed in the published general prevailing wage rate determinations or per diem wages determine 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 inthe prevailing wage rate determinations issued by the Director of the Department of Industrial Relations or at least one and one-half (1-1/2) times the specified basic rate of per diem wages, plus employer payments, unless otherwise specified in the contract Documents or authorized by law.

d. These per diem rates, including holiday and overtime work, and employer payments forhealth 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. DIR Registration of Contractor and Subcontractors for Public Works. A contractor or subcontractorshall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the

15

Page 16: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Public Contract Code, or engage in the performance of any contract for public work, as defined in the Labor Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

This Project is a public works project as defined in Labor Code section 1720. Each contractor bidding on this Project and all subcontractors (of any tier) performing any portion of the Work must comply with the Labor Code sections 1725.5 and 1771.1 and must be properly and currently registered with Dir and qualified to perform public works pursuant to Labor Code section 1725.5 throughout the duration of the Project. For more information and up to date requirements, contractors are recommended to periodically review the DIR’s website at www.dir.ca.gov. Contractor shall be solely responsible for ensuring compliance with Labor Code section 1725.5 as well as any requirements implemented by DIR applicable to its services or its subcontractors throughout the term of the Agreement and in no event shall contractor be granted increased payment from the District or any time extensions to complete the Project as a result of contractor’s efforts to maintain compliance with the Labor Code or any requirements implemented by DIR. Failure to comply with these requirements shall be deemed a material breach of this Agreement and grounds for termination for cause. The contractor and all subcontractors shall furnish certified payroll records as required pursuant Labor Code section 1776 directly to the Labor Commissioner in accordance with Labor Code section 1771.4 on at least on a monthly basis (or more frequently if required by the District or the Labor Commissioner) and in a format prescribed by the Labor Commissioner. The District reserves the right to withhold contract payments if the District is notified, or determines as the result of its own investigation, that contractor is in violation of any of the requirements set forth in Labor Code section 1720 et seq. at no penalty or cost to the District Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/Department of Labor Standards Enforcement (DLSE).

25. Obtaining Bid Documents. Bidding Documents, may be obtained from:

Website: www.snowlineschools.com/apps/pages/purchasing

By Emailing: [email protected]

Bidder shall utilize a complete set of Bidding Documents in preparing a bid. The failure or omission of bidder to receive any Bidding Document, form, instrument, Addendum, or other document shall not relieve bidder from any obligations with respect to the bid and/or Contract.

27. Addenda. Clarification or any other notice of a change in the Bidding Documents will be issuedonly by the District and only in the form of a written Addendum, transmitted by fax, e-mail, or available forpick up to all who are known by the issuing office to have received a complete set of Bidding Documents.Any other purported Addenda are void and unenforceable.

Bidder is responsible for ascertaining the disposition of al Addenda issued regardless of District notification and to acknowledge all Addenda in the submitted sealed bid prior to the bid opening. Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for inspection. Each Addendum will be numbered, dated, and identified with the Project number. Oral statements or any instructions in any form, other than Addendum as described above, shall be void and unenforceable. Addenda issued by the District and not noted as being acknowledged by bidder as required in the Bid Form, may result in the bid being deemed non-responsive.

28. Debarment. Bidder may also be subject to debarment, in addition to seeking remedies for FalseClaims under Government Code section 12650 et seq. and Penal Code section 72, the District may debar aContractor if the Board, or the Board may designate a hearing officer who, in his or her discretion, finds theContractor has done any of the following:

16

Page 17: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

a. Intentionally or with reckless disregard, violated any term of a contract with the District

b. Committed an act or omission which reflects on the Contractor’s quality, fitness or capacity toperform work for the District;

c. Committed an act or offense which indicates a lack of business integrity or business honesty;or

d. Made or submitted a false claim against the District or any other public entity (SeeGovernment Code section 12650, et. Seq., and Penal Code section 72)

17

Page 18: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

E-RATE SUPPLEMENTAL TERMS AND CONDITIONS

The Telecommunications Act of 1996 established a fund by which Schools and Libraries across the Country could access discounts on eligible telecommunications products and services. The program is commonly known as the E-rate Program. The eligibility for discounts on internet access, telecommunications products and services, internal connection products, services and maintenance is determined by the Federal Communications Commission (FCC). Funding is made available upon application approval by the Schools and Libraries Division (SLD) of the Universal Service Administrative Company (USAC), which was established by the Act. The amount of discount is based on the numbers of students receiving free and reduced price meals.

1. E-RATE CONTINGENCYThe project herein may be contingent upon the approval of funding from the Universal

Service Fund’s Schools and Libraries Program, otherwise known as E-rate. Even after award of contract(s) and/or E-rate funding approval is obtained, the District may or may not proceed with the project, in whole or in part. Execution of the project, in whole or in part, is solely at the discretion of the District.

2. SERVICE PROVIDER REQUIREMENTSThe District expects Service Providers to make themselves thoroughly familiar with any rules

or regulations regarding the E-rate program.

a. Service Providers are required to be in full compliance with all current requirementsand future requirements issued by the SLD throughout the contractual period of any contract entered into as a result of this RFQ.

b. Service Providers are responsible for providing a valid SPIN (Service ProviderIdentification Number). More information about obtaining a SPIN may be found at this website: http://www.usac.org/sl/service-providers/step01/default.aspx

c. Service Providers are responsible for providing a valid Federal CommunicationsCommission (FCC) Registration Number (FRN) at the time the bid is submitted. More information about obtaining an FRN may be found at this website: https://fjallfoss.fcc.gov/coresWeb/publicHome.do

d. Service Providers are responsible for providing evidence of FCC Green Light Status atthe time the bid is submitted. Any potential bidder found to be in Red Light Status will be disqualified from participation in the bidding process and will be considered non-responsive. More information about FCC Red and Green Light Status may be found at this website: http://www.fcc.gov/debt_collection/welcome.html

e. Products and services must be delivered before billing can commence. At no timemay the Service Provider invoice before July 1, 2019.

f. Prices must be held firm for the duration of the associated E-rate Funding Year(s) oruntil all work associated with the project is complete (including any contract and USAC approved extensions).

g. Goods and services provided shall be clearly designated as “E-rate Eligible”. Non-eligible goods and services shall be clearly called out as 100% non-eligible or shall be “cost allocated” to show the percentage of eligible costs per SLD guidelines.

18

Page 19: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

h. Within one (1) week of award, the awarded Service Provider must provide theDistrict a bill of materials using a completed USAC “Item 21 Template”. Subsequent schedules of values and invoices for each site must match Item 21 Attachment or subsequent service substitutions. A summary sheet must also be provided to provide the cumulative amount for all sites.

i. In the event of questions during an E-rate pre-commitment review, post-commitment review and/or audit inquiry, the awarded Service Provider is expected to reply within three (3) days to questions associated with its proposal.

j. The awarded Service Provider is required to send copies of all forms and invoices tothe District prior to invoicing USAC for pre-approval. Failure to comply with this requirement may result in the District placing the Contractor on an “Invoice Check” with the USAC http://www.usac.org/sl/applicants/step07/invoice-check.aspx

k. Services providers must comply with the FCC rules for Lowest Corresponding Price("LCP"). Further details on LCP may be obtained at USAC's website: http://www.usac.org/sl/service-providers/step02/lowest-corresponding-price.aspx

2. SERVICE PROVIDER ACKNOWLEDGEMENTS

a. The Service Provider acknowledges that no change in the products and/or servicesspecified in this document will be allowed without prior written approval from the district and a USAC service substitution approval with the exception of a Global Service Substitutions.

b. The Service Provider acknowledges that all pricing and technology infrastructureinformation in its bid shall be considered as public and non-confidential pursuant to §54.504 (2)(i)(ii).

c. The Service Provider acknowledges that its offer is considered to be the lowestcorresponding price pursuant to § 54.511(b). Should it not be the lowest corresponding price, the service provider must disclose the conditions leading to the applicant being charged in excess of lowest corresponding price.

d. This offer is in full compliance with USAC’s Free Services Advisoryhttp://www.usac.org/sl/applicants/step02/free-services-advisory.aspx. There are no free services offered that would predicate an artificial discount and preclude the applicant from paying its proportionate non-discounted share of costs. The service provider agrees to provide substantiating documentation to support this assertion should the applicant, USAC, or the FCC request it.

3. STARTING SERVICES/ADVANCE INSTALLATION. The annual E-rate Funding Year begins on July1 and expires on June 30 of each calendar year. Regardless of the contract “effective date”, E-rateeligible goods and/or services requested in this RFP shall be delivered no earlier than the start of the2019 funding year (July 1, 2019). If Category 1 services (Telecommunication Services and Internetaccess) will begin on or shortly after July 1 of a funding year, the service provider, in some cases,may need to undertake some construction and installation work prior to the beginning of thatfunding year. Within the limitations indicated below, the infrastructure costs of a service providercan be deemed to be delivered at the same time that the associated Category 1 services begin. Thatis, if services begin on July 1, then the delivery of service provider infrastructure necessary for thoseservices can be considered as also delivered on July 1.

19

Page 20: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

4. EARLY FUNDING CONDITIONSa. Category 1 - There are four conditions that must be met in order for USAC to provide

support in a funding year for Category 1 infrastructure costs incurred prior to that funding year.

• Initiation of installation cannot take place before selection of the service providerpursuant to a posted Form 470 and in any event no earlier than six (6) monthsprior to July 1 of the funding year.

• The Category 1 service must depend on the installation of the infrastructure.• The underlying Category 1 service cannot have a service start date prior to July 1

of the funding year.• No invoices can be submitted to USAC for reimbursement prior to July 1 of the

funding year.

For more information, please refer to the FCC Order involving the Nassau County Board of Cooperative Educational Services (DA 02-3365 , released December 6, 2002). This FCC decision only applies to Priority 1 services (telecommunications services and Internet access). The complete text can be found at the following URL:

http://www.usac.org/sl/applicants/step05/installation.aspx b. Category 2 - There is one condition that allows USAC to provide support in a funding

year for Category 2 installation costs incurred prior to that funding year.

• We also amend our rules for category two non-recurring services to permitapplicants to seek support for category two eligible services purchased on orafter April 1, three months prior to the start of funding year on July 1. This willprovide schools with the flexibility to purchase equipment in preparation for thesummer recess and provide the maximum amount of time during the summer toinstall these critical networks.

For more information, please refer to the FCC Report and Order and Further Notice of Proposed Rulemaking (FCC 14-99 , released July 23, 2014). This FCC decision only applies to Category 2 services (Internal Connections).

5. INVOICING

a. The Service Provider agrees to bill and receive a portion of the payment for theprovisions of goods and services described herein directly from USAC via the Form 474 Service Provider Invoice (SPI). The District will only be responsible for paying its non-discounted share of costs and does not intend to use the BEAR process (Form 472). The maximum percentage the District will be liable for is the pre-discount amount minus the funded amount as shown on the FCC Form 471 Block 5 and any identified ineligible costs. Upon the successful receipt or posting of a Funding Commitment Decision Letter from the SLD and submission and certification of Form 486, the District shall pay only the discounted amount beginning with the billing cycle immediately following said approval. Alternatively, should the District decide that it is in the best interest of the District to file a Form 472, the District will inform the Service Provider of its intent.

b. All Service Provider invoicing to USAC must be completed within 120 days from thelast day of service. Should the Service Provider fail to invoice USAC in a timely manner, the District will only be responsible for paying its non-discounted share.

6. FCC/SLD AUDITABILITY. The E-rate program requires that all records be retained for at leastten (10) years from the last date of service provided on a particular funding request. Respondenthereby agrees to retain all books, records, and other documents relative to any Agreement resulting

20

Page 21: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

from this RFP for ten (10) years after final payment. The District, its authorized agents, and/or auditors reserves the right to perform or have performed an audit of the records of the Respondent and therefore shall have full access to and the right to examine any of said materials within a reasonable period of time during said period.

7. PROCUREMENT OF ADDITIONAL GOODS AND/OR SERVICES/COTERMINOUS EXPIRATIONDuring the term of any Agreement resulting from this RFP, the District may elect to procureadditional or like goods and/or services offered by the Respondent. Such services shall be negotiatedand obtained via an official amendment to this Agreement and approval by the District’s GoverningBoard. All terms, conditions, warranties, obligations, maintenance and support of said goods orservices shall have a coterminous expiration date with the original date of this Agreement. TheDistrict shall not enter into a separate Agreement for said goods or services. Respondents must statein their proposal that they acknowledge, accept and are in agreement with coterminous expirationconditions.

8. RIGHT TO REJECT ANY AND ALL QUOTES. The Applicant reserves the right to reject any orall quotation submittals and to waive any informalities or regularities. The Service Provider’squotation submission is recognition of this right. In addition, the Applicant reserves the right to fund,(proceed with project or purchase) or not to fund, regardless of E-Rate approval.

9. TRADE NAMES AND ALTERNATIVES. For convenience in designation on the plans or in thespecifications, certain articles or materials to be incorporated in the work may be designated undera trade name or in the name of a manufacturer. Whenever in specifications any materials, process,or article is indicated or specified by grade, patent, or proprietary name or by name ofmanufacturer, such specification shall be deemed to be used for the purpose of facilitatingdescription of material, process or article desired and shall be deemed to be followed by the words"or equal," and service provider may, unless otherwise stated, offer any material, process or articlewhich shall be substantially equal or better in every respect to that so indicated or specified. Ifmaterial, process or article offered by service provider is not, in opinion of the District, substantiallyequal or better in every respect to that specified, then service provider shall furnish material,process or article specified. Burden of proof as to equality of any material, process or article shallrest with service provider. Without such documentation, the District cannot accept the argument onfunctionality equivalent or better based on cost alone. Products must be compatible with existingsystems. Service Provider shall submit request together with substantiating data for substitution ofany "or equal" item within the sealed bid packet at the closing of bids. Provision authorizingsubmission of "or equal" justification data shall not in any way authorize an extension of time forperformance of this contract.

21

Page 22: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

GENERAL TERMS AND CONDITIONS

The following general terms and condition shall govern the submission of proposals and any agreement resulting from this procurement Contractors, by virtue of submission of a proposal, acknowledge and accept these general terms and conditions. Contractors shall note that the use in the specifications of any term or phrase typically associated with particular commercially available systems is coincidental and not intended to imply preference or bias toward that system. Such specifications shall be deemed to be used for the purpose of facilitating the description of materials, process or article desired and shall be deemed to be followed by words "or equal."

Proposals, which do not comply with instructions, may be eliminated from further consideration. All proposals must contain all forms furnished in this request and be in printed form. Failure to provide and execute all enclosed forms as required may result in disqualification.

1. DEFINITIONS

A. The District, and the Contractor, and are those named as such in the Contract Documents andare referred to as if each were of the singular and masculine gender.

B. Offer means the Proposal

C. Contract means an associated agreement with the District.

D. Subcontractor, as used herein, includes those having direct contact with Contractor and onewho furnished material worked to a special design according to plans and specifications of thiswork, but does not include one who merely furnishes material not so worked.

E. Worker includes laborer, worker, or mechanic.

F. Locality in which the work is performed means the county in which the public work is done.

G. Surety is the firm or corporation that executes as surety the Contractor Performance Bond andPayment Bond. Surety must be an admitted surety insurer pursuant to Code of Civil ProcedureSection 995.120.

H. Provide shall include "provide complete in place, that is, "furnish and install."

I. As shown, as indicated, as detailed refer to drawings accompanying this specification.

J. The term “work” means labor and materials, or both, incorporated in, or to be incorporated inthe construction covered by the Contract Documents. Unless otherwise specified, the terms"approved”, "directed”, "satisfactory", "accepted", "acceptable”, “proper”, “required”,"necessary”, and "equal”, mean as approved, directed, satisfactory, accepted, proper, required,necessary and equal, in the opinion of the Architect.

2. DRAWINGS AND SPECIFICATIONS

Contract Documents are complementary, and what is called for by one document shall be binding as ifcalled for by all. The intention of the documents is to include all labor and materials, equipment andtransportation necessary for the proper execution of the work. Materials or work described in wordswhich so applied have a well-known technical or trade meaning shall be deemed to refer to suchrecognized standards.

Interpretations. Figured dimensions on drawings shall govern, but work not dimensioned shall be asdirected. Work not particularly shown or specified shall be same as similar parts that are shown orspecified. Large scale drawings shall take precedence over smaller scale drawings as to shape anddetails of construction. Specifications shall govern as to materials, workmanship, and installationprocedures. Drawings and specifications are intended to be fully cooperative and to agree. However, ifContractor observes that drawings and specifications are in conflict, he shall promptly notify theArchitect in writing and any necessary changes shall be adjusted as provided in contract for changes inwork.

22

Page 23: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Misunderstanding of drawings and specifications shall be clarified by the Architect, whose decision shall be final.

Standards, Rules and Regulations referred to are recognized printed standards and shall be considered as one and a part of these specifications within limits specified.

Specifications and Accompanying Drawings are intended to delineate and describe the project and its component parts to such a degree as will enable skilled and competent contractors to intelligently bid upon the work, and to carry said work to a successful conclusion.

Trade Name or Trade Term It is not the intention of said documents to go into detailed descriptions of any materials and/or methods commonly known to the trade under "trade name" or "trade term”. The mere mention or notation of such "trade name" or "trade term" shall be considered a sufficient notice to Contractor that he will be required to complete the work so named with all its appurtenances according to the best practices of the trade.

The naming of any material and/or equipment shall mean furnishing and installing of same, including all incidentals and accessory items thereto and/or labor therefore, as per best practices of the trade(s) involved, unless specifically noted otherwise.

Contract Documents In case of conflict between the drawings and specifications, the specifications shall take precedence.

Drawings and Specifications are intended to comply with all laws, ordinances, rules and regulations of constituted authorities having jurisdiction, and where referred to in the Contract Documents, said laws, ordinances, rules regulations shall be considered as a part of said Contract Documents within the limits specified. The Contractor shall bear all expenses of correcting work done contrary to said laws, ordinances, rules and regulations if the Contractor knew or should have known that the work as performed is contrary to said laws, ordinances, rules and regulations and if the Contractor performed same (1) without first consulting the District for further instructions regarding said work or (2) disregarded the District's instructions regarding said work.

3. COPIES FURNISHED

Contractor will be furnished, free of charge, copies of drawings and specifications as set forth in thesupplementary General Conditions. Additional copies may be obtained at cost of reproduction.

4. OWNERSHIP OF DRAWINGS

All drawings, specifications, and copies thereof furnished by the District are its property. They are notto be used on other work and with exception of signed contract sets are to be returned to it on requestat completion of work.

5. TIME FOR COMPLETION AND LIQUIDATED DAMAGES

Work shall be commenced on or before the date stated in District's notice to the Contractor to proceedand shall be completed by Contractor in the time specified in the agreement.

Extension of Time Contractor shall not be held responsible because of any delays in completion ofwork due to unforeseeable causes beyond the control and without the fault or negligence of Contractorincluding, but not restricted to; acts of God or of public enemy, acts of Government, acts of the Districtor anyone employed by it, another contractor in performance of a contract with the District, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, or delaysof subcontractors due to such causes. Contractor shall within ten (10) days of beginning of any suchdelay (unless the District grants a further period of time prior to the date of final settlement of thecontract) notify the District in writing of causes of delay; thereupon the District shall ascertain the factsand extent of delay and grant extension of time for completing work when, it its judgment, the findingsof fact justify such an extension. In case of a continuing cause of delay, only one claim is necessary.

5.1 Liquidated Damages will be assessed for work not completed in a time set forth by the District on apurchase order or said agreement. Liquidated Damages on this bid shall be $500.00 per day until workis completed.

23

Page 24: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

6. PROGRESS SCHEDULE

Immediately after being awarded contract, Contractor shall prepare an estimated progress schedule andsubmit same for the District's approval. Schedule shall indicate graphically the beginning andcompletion dates of all phases of construction.

7. CONTRACT SECURITY

Unless otherwise specified in the Supplementary General Conditions or Instructions to Bidders,Contractor shall furnish a surety bond in an amount equal to one hundred (100%) percent of the contractprice as security for faithful performance of this contract and shall furnish a separate bond in an amountat least equal to one hundred (100%) percent of the contract price as security for payment of personsperforming labor and furnishing materials in connection with this contract.

Aforesaid bonds shall be in form set forth in these documents. Upon request of Contractor, District willconsider and accept multiple sureties on such bonds. Only bonds executed by admitted Surety insurersas defined in Code of Civil Procedure Section 995.120 shall be accepted.

8. ASSIGNMENT

Contractor shall not assign this contract or any part thereof without prior written consent of the District.Any assignment of money due or to become due under this contract shall be subject to a prior lien forservices rendered or material supplied for performance of work called for under said contract in favorof all persons, firms, or corporations rendering such services or supplying such materials to the extentthat claims are filed pursuant to the Code of Civil Procedure and the Government Code and shall alsobe subject to deductions for liquidated damages if liquidated damages have been assessed as specifiedin Article 5 herein.

9. CHANGE IN NAME AND NATURE OF CONTRACTOR’S LEGAL ENTITY

Should a change be contemplated in the name or nature of the Contractor’s legal entity, the Contractorshall first notify the District in order that the proper steps may be taken to have the change reflected onthe Agreement.

10. SEPARATE CONTRACTS

The District reserves the right to let other contracts in connection with this work. Contractor shall affordother contractors reasonable opportunity for introduction and storage of their materials and executionof their work and shall properly connect and coordinate his work with theirs. If any part of Contractor’swork depends for proper execution or results upon work of any other Contractor, the Contractor shallinspect and promptly report to Architect any defects in such work that render it unsuitable for suchproper execution and results. His failure to so inspect and report shall constitute his acceptance of otherContractor's work as fit and proper for reception of his work, except as to defects which may developin other Contractor's work after execution of his work.

To ensure proper execution of his subsequent work, Contractor shall measure and inspect work alreadyin place and shall at once report to the Architect any discrepancy between executed work and contractdocuments. Contractor shall ascertain to his own satisfaction the scope of the project and nature of anyother contracts that have been or may be awarded by the District in prosecution of the project to the endthat Contractor may perform this contract in the light of such other contracts, if any. Nothing hereincontained shall be interpreted as granting to Contractor exclusive occupancy at site of project.Contractor shall not cause any unnecessary hindrance or delay to any other contractor working onproject. If simultaneous execution of any contract for the project is likely to cause interference withperformance of some other contract or contracts, the District shall decide which contractor shallcontinue or whether work can be coordinated so that contractors may proceed simultaneously. TheDistrict shall not be responsible for any damages suffered or extra costs incurred by Contractor resulting directly or indirectly from award or performance or attempted performance of any other contract orcontracts on the project, or caused by any decision or omission of the District respecting the order ofprecedence in performance of contracts.

11. DISTRICT’S RIGHT TO TERMINATE CONTRACT

If the Contractor refuses or fails to prosecute the work or any separable part thereof with such diligenceas will insure its completion within the time specified or any extension thereof, or fails to complete said

24

Page 25: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

work within such time, or if the Contractor should be adjudged as bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials to complete the work in time specified, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregards laws, ordinances or instruction of the District, or otherwise be guilty of a substantial violation of any provision of the contract, or if he or his subcontractors should violate any of the provisions of this contract, then the District may, without prejudice to any other right or remedy, serve written notice upon him and his surety of its intention to terminate this contract, such notice to contain the reasons for such intention to terminate, and unless within ten (10) days after the service of such notice such condition shall cease or such violation shall cease and satisfactory arrangements for the correction thereof be made, this contract shall upon the expiration of said ten (10) days cease and terminate. In such case, Contractor shall not be entitled to receive any further payment until work is finished. In the event of any such termination, the District shall immediately serve written notice thereof upon surety and Contractor, and surety shall have the right to take over and perform this contract, provided, however, that if surety within fifteen (15) days after service upon it of said notice of termination does not give the District written notice of its intention to take over and perform this contract, or does not commence performance thereof within thirty (30) days from date of serving such notice, the District may take over the work and prosecute same to completion by contract or by any other method it may deem advisable for the account and at the expense of Contractor, and he and his surety shall be liable to the District thereby. The District may, without liability for doing so, take possession of and utilize in completing the work such materials, appliances, plant, and other property belonging to the Contractor as may be on the site of the work and necessary therefore. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional architectural, managerial, and administrative services, such excess shall be paid to Contractor. If the expense shall exceed the unpaid balance, Contractor shall pay the difference to District.

The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the District.

12. GUARANTEE

Besides guarantees required elsewhere, Contractor shall, and hereby does, guarantee all work for aperiod of one year after date of acceptance of work by the District and shall repair or replace any or allsuch work, together with any other work which may be displaced in so doing, that may prove defectivein workmanship and/or materials within the one-year period from date of acceptance without expensewhatsoever to the District, ordinary wear and tear, unusual abuse or neglect excepted. The District willgive notice of observed defects with reasonable promptness. Contractor shall notify the District uponcompletion of repairs.

In the event of failure of Contractor to comply with above mentioned conditions within one week afterbeing notified in writing, the District is hereby authorized to proceed to have defects repaired and madegood at expense of Contractor, who hereby agrees to pay costs and charges therefore immediately ondemand.

If, in the opinion of the District, defective work creates a dangerous condition or requires immediatecorrection or attention to prevent further loss to the District, or to prevent interruption of operations ofthe District, the District will attempt to give the notice required by this article. If the Contractor cannotbe contacted or does not comply with the District's requirements for correction within a reasonable timeas determined by the District, the District may, notwithstanding the provisions of this article, proceedto make such correction or provide such attention and the costs of such correction or attention shall becharged against the Contractor. Such action by the District will not relieve the Contractor of theguarantees provided in this article or elsewhere in this contract.

This article does not in any way limit the guarantee on any items for which a longer guarantee isspecified, or on any items for which a manufacturer gives a guarantee for a longer period. Contractorshall furnish the District all appropriate guarantee or warranty certificates upon completion of theproject.

25

Page 26: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

13. NOTICE AND SERVICE THEREOF

Any notice from one party to the other under the contract shall be in writing and shall be dated andsigned by party giving such notice or by duly authorized representative of such party. Any such noticeshall not be effective for any purpose whatsoever unless served in one of the following manners:

A. If notice is given to the District, by personal delivery thereof to the District, or by depositingsame in United States mails, enclosed in a sealed envelope, addressed to the District, postageprepaid and certified.

B. If notice is given to Contractor, by personal delivery thereof to said Contractor or to hisforeman at site of project, or by depositing same in United States mails, enclosed in a sealedenvelope addressed to said Contractor at his regular place of business or at such other addressas may have been established for the conduct of work under this contract postage prepaid andcertified.

C. If notice is given to surety or other person, by personal deliver to such surety or other personor by depositing same in United States mails, enclosed in a sealed envelope, addressed to suchsurety or person at the address of such surety or person last communicated by him to partygiving notice, postage prepaid and certified.

14. WORKERS

A. Contractor shall at all times enforce strict discipline and good order among his employees andshall not employ or work unfit persons or anyone not skilled in work assigned to him.

B. Any person in the employ of the Contractor, whom the District may deem incompetent or unfit,shall be dismissed from work, and shall not again be employed on it except with written consentof District.

15. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE

Contractor shall take out and maintain during the life of this contract such public liability and propertydamage insurance as shall protect him and the District from all claims for personal injury, includingaccidental death, as well as from all claims for property damage arising from operations under thiscontract, in amounts as set forth in Supplementary General Conditions and/or Instructions to Bidders.

Contractor shall require his subcontractors, if any, to take out and maintain similar public liability andproperty damage insurance in amounts as hereinafter set forth.

16. FIRE INSURANCE

Contractor shall maintain, and cause to be maintained, fire insurance on all work subject to loss ordamage by fire. Amount of fire insurance shall be sufficient to protect against loss or damage in fulluntil work is accepted by the District.

17. PROOF OF CARRIAGE OF INSURANCE

Contractor shall not commence work nor shall he allow any subcontractor to commence work underthis contract until he has obtained all required insurance and certificates, which have been delivered induplicate to and approved by the District.

A. Certificates and insurance policies shall include the following clause:

"This policy shall not be canceled or reduced in required limits of liability or amounts ofinsurance until notice has been mailed to the District. Date of cancellation or reduction may notbe less that fifteen (15) days after date of mailing notice."

B. Certificates of insurance shall state in particular those insured, extent of insurance, location and operation to which insurance applies, expiration date, and cancellation and reduction notice.

C. Certificates of insurance shall clearly state that the District is named as an additional insured under thepolicy described and that such insurance policy shall be primary to any insurance or self-insurancemaintained by the District.

26

Page 27: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

18. LAWS AND REGULATIONS

Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing onconduct of work as indicated and specified. If Contractor observes that drawings and specifications areat variance therewith, he shall promptly notify District in writing, and any necessary changes shall beadjusted as provided in contract for changes in work. If Contractor performs any work knowing it to becontrary to such laws, ordinances, rules, and regulations, and without such notice to District, he shallbear all cost arising therefrom.

19. PERMITS AND LICENSES

Permits and licenses necessary for prosecution of work shall be secured and paid for by Contractor,unless otherwise specified.

20. EXCISE TAXES

If, under federal excise tax law, any transaction hereunder constitutes a sale on which a federal excisetax is imposed, and the sale is exempt from such excise tax because it is a sale to a state or localgovernment for its exclusive use, the District, upon request, will execute a certificate of exemptionwhich will certify ( 1) that the District is a political subdivision of the state for the purpose of suchexemption; and (2) that the sale is for the exclusive use of the District. No excise tax for such materialsshall be included in any bid price.

21. PATENTS, ROYALTIES, AND INDEMNITIES

The Contractor shall hold and save the District, its officers, agents, and employees harmless from everyclaim or demand made, and every liability, loss, damages or expenses of any nature or kind includingattorney fees, and costs, for or on account of any patented or unpatented invention, process, article, orappliance manufactured or used in the performance of this contract, including its use by the District,unless otherwise specifically stipulated in the contract documents and unless such liability arises fromthe sole negligence or willful misconduct of the District, its officer, employees, agents or independentcontractors who are directly employed by the District.

22. PAYMENTS

Each month within fifteen (15) days after receipt of the approved periodic estimate for partial payment,there shall be paid to Contractor a sum equal to ninety-five percent (95%) of value of the workperformed up to the last day of the previous month, less the aggregate of previous payments. Monthlypayments shall be made only on the basis of monthly estimates which shall be prepared by Contractoron a form approved by District and filed before the fifth (5th) day of the month during which paymentis to be made. Work completed as estimated shall be an estimate only and no inaccuracy or error in saidestimate shall operate to release Contractor or any bondsman from damages arising from such work orfrom enforcing each and every provision of this contract, and District shall have the right subsequentlyto correct any error made in any estimate for payment. Contractor shall not be entitled to have anypayment estimates processed or be entitled to have any payment made for work performed so long asany lawful or proper direction concerning work or any portion thereof given by the District, or Districtshall remain uncompliant with.

The final payment of five percent (5%) of the value of work done under this contract, if unencumbered,shall be made thirty (30) days after acceptance of work by District. Acceptance will be made only byan administrator of the District specifically authorized by the board, to accept the work under thiscontract as complete.

Acceptance by Contractor of said final payment shall constitute a waiver of all claims against Districtarising from this contract. At any time after fifty percent (50%) of the work has been completed, if theDistrict, finds that satisfactory progress is being made, District may make any of the remainingpayments in full for actual work completed or may withhold any amount up to ten percent (5%) thereofas District may find appropriate based on the Contractor's progress.

23. SUBSTITUTED SECURITY

In accordance with Section 22300 of the Public Contract Code, the District will permit the substitutionof securities for any moneys withheld by the District to ensure performance under the contract. At the

27

Page 28: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the District, or with a state or federally chartered bank as the escrow agent, who shall then pay such moneys to the Contractor. Upon satisfactory completion of the contract, the securities shall be returned to the Contractor.

Securities eligible for investment under this section shall include those listed in Government Code Section 16430, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the District.

The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon.

The escrow agreement used for the purposes of this section shall be substantially similar to the form set forth in Public Contract Code Section 22300.

24. ACCEPTANCE OF COMPLETION

District shall accept completion of the contract only when the entire work (except for minor correctiveitems as distinguished from incomplete items) shall have been completed to the satisfaction of theDistrict.

If the Contractor fails to complete the minor corrective items prior to the expiration of the thirty (30)day period immediately following Acceptance of Completion, the District shall withhold from the finalpayment an amount equal to twice the estimated cost, as determined by the District, of each item untilsuch time as the last of the items has been completed. At the end of the 35-day period, if there are itemsremaining to be corrected, the District may request the Contractor in writing to make immediatecorrection of said items; and if the Contractor fails to make such correction within ten (10) days of thedate of the written notice, the District may make the correction and deduct the costs from the amountwithheld therefore.

25. PAYMENTS WITHHELD

In addition to amounts which District may retain under article 22 entitled "Payments," District maywithhold a sufficient amount or amounts of any payment or payments otherwise due to Contractor, asin its judgment may be necessary to cover:

A. Payments which may be past due and payable for just claims against Contractor for any subcontractorsfor labor or materials furnished in and about the performance of work on the project under this contract.

B. Defective work not remedied.

C. Failure of Contractor to make proper payments to his subcontractor or for material and labor.

D. completion of contract if there exists a reasonable doubt that contract can be completed for balance thenunpaid.

E. Damage to another contractor.

When the above grounds are removed, payment shall be made for amounts withheld because of them.

District may apply such withheld amount or amounts to payment of such claims or obligations at itsdiscretion. In so doing, District shall be deemed the agent of Contractor and any payment so made byDistrict shall be considered as a payment made under contract by District to Contractor, and Districtshall not be liable to Contractor for such payments made in good faith. Such payments may be madewithout prior judicial determination of claim or obligations. District will render Contractor a properaccounting of such funds disbursed on behalf of Contractor.

26. RESOLUTION OF CONSTRUCTION CLAIMS

Claims by Contractor in the amount of $375,000 or less shall be made by Contractor and, processed byDistrict pursuant to the provisions of Part 3, Chapter 1, Article 1.5 of the Public Contracts Code,(commencing at Section 20104). All Claims shall be in writing and include the documents necessary tosubstantiate the claim. Nothing in subdivision (a) of Public Contract Code Section 20104.2 shall extend

28

Page 29: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

the time limit or supersede the notice requirements provided in this contract for filing claims by Contractor.

27. DEDUCTION FOR UNCORRECTED WORK

If the District deems it expedient to correct work injured or done not in accordance with contract an equitablededuction from contract price shall be made therefore.

28. CONTRACTOR'S SUPERVISION

Unless personally present on premises (including both the site and the plant) where work is being done,Contractor shall keep on the work, during its progress, a competent Construction Superintendentsatisfactory to the District. The Construction Superintendent shall not be changed except with consentof the District, unless the Construction Superintendent proves to be unsatisfactory to Contractor andceases to be in his employ.

The Construction Superintendent shall represent Contractor in his absence, and all directions given tohim shall be so confirmed on written request in each case.

Contractor shall give efficient supervision to work, using his best skill and attention. He shall carefullystudy and compare all drawings, specifications, and other instruction and shall at once report to Districtany error, inconsistency or omission which he may discover, but he shall not be liable to the District forany damage resulting from and errors or deficiencies on contract documents or other instructions byDistrict.

29. DOCUMENTS ON WORK

Contractor shall keep one copy of all contract documents, including addenda, change orders, Title 24of the California Code of Regulations, and the Uniform Building Code, 1988 Edition, with any State ofCalifornia 1989, 1991 and any later amendments which are part of contract documents, on the job at alltimes. Said documents shall be kept in good order and available to District and his representatives.Contractor shall be acquainted with and comply with the provisions of Title 24 as they relate to thisproject. (See particularly the Duties of Contractor, Title 24, California Code of Regulations Section 4-343.)

30. PROTECTION OF WORK AND PROPERTY

The Contractor shall be responsible for all damages to persons or property that occur as a result of hisfault or negligence in connection with the prosecution of this contract and shall be responsible for theproper care and protection of all materials delivered and work performed until completion and finalacceptance by the District. All work shall be solely at the Contractor's risk. He shall adequately protectadjacent property from settlement or loss of lateral support as provided by law and contract documents.Contractor shall take all necessary precautions for safety of employees on the work and shall complywith all applicable safety laws and building codes to prevent accidents or injury to persons on, about,or adjacent to premises where work is being performed. He shall erect and work, all necessarysafeguards, signs, barriers, lights, and watchmen for protection of workers and the public and shall postdanger signs warning against hazards created by such features in the course of construction. He shalldesignate a responsible member of his organization on the work whose duty shall be prevention ofaccidents. Name and position of person so designated shall be reported to the District.

In an emergency affecting safety or life or of work or of adjoining property, Contractor, without specialinstruction or authorization from Architect or the District, is hereby permitted to act, at his discretion,to prevent such threatened loss or injury, and he shall so act, without appeal, if so authorized orinstructed by Architect or by the District. Any compensation claimed by Contractor on account ofemergency work shall be determined by agreement. Contractor shall provide such heat, covering, andenclosures as are necessary to protect all work, materials, equipment, appliances, and tools againstdamage by weather conditions.

Contractor shall take adequate precautions to protect existing sidewalks, curbs, pavements, utilities,adjoining property and structures, and to avoid damage thereto, and repair any damage thereto causedby construction operations.

29

Page 30: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Contractor shall (unless the requirement is waived by the Inspector):

A. Enclose working areas with a substantial barricade, arrange work to cause minimum amountof inconvenience and danger to students and faculty in their regular school activities, andperform work which may interfere with school routing before or after school hours. (Thissubsection applies to new construction on existing sites).

B. Provide substantial barricades around any shrubs or trees indicated to be preserved.

C. Deliver materials to building area over route designated by District.

D. When directed by the District, take preventive measures to eliminate objectionable dust.

E. Confine his apparatus, the storage of materials, and the operation of his workmen to limitsindicated by law, ordinances, permits, or directions of District, and shall not unreasonablyencumber premises with his material, and enforce all instructions of the District and Architectregarding signs, advertising, fires, danger signals, barricades, and smoking, and require that allpersons employed on work comply with all regulations while on construction site.

31. CUTTING AND PATCHING

Contractor shall do all cutting, fitting, or patching of work as required to make its several parts cometogether properly and fit it to receive or be received by work of other contractors showing upon, orreasonably implied by, the drawings and specifications for the completed structure, and he shall makegood after them as District may direct. All cost caused by defective or ill-timed work shall be borne byparty responsible therefore.

32. CLEANING UP

Contractor at all times shall keep premises free from debris such as waste, rubbish, and excess materialsand equipment caused by this work; debris shall be removed from premises. Contractor shall not leavedebris under, in, or about the premises. Upon completion of work, he shall clean interior and exteriorof building including fixtures, equipment, walls, floors, ceilings, roofs, window sills and ledges,horizontal projections, and any areas where debris has collected so surfaces are free from foreignmaterials and similar finish surfaces and equipment and remove temporary fencing, barricades,planking and construction toilet and similar temporary facilities from site.

33. CORRECTION OF WORK BEFORE FINAL PAYMENT

Contractor shall promptly remove from premises all work condemned by the District as failing toconform to the contract, whether incorporated or not. Contractor shall promptly replace and re-executehis own work to comply with the contract documents without additional expense to the District andshall bear the expense of making good all work of other contractors destroyed or damaged by suchremoval or replacement.

If Contractor does not remove such condemned work within a reasonable time, fixed by written notice,the District may remove it and may store the material at Contractor's expense. If Contractor does notpay expenses of such removal within ten (10) days' time thereafter, the District may, upon ten (10) dayswritten notice, sell such materials at auction or at private sale and shall account for net proceeds thereof,after deducting all cost and expenses that should have been borne by Contractor.

The inspector has the final authority in all matters affecting the work. Within the scope of the contract,the inspector has the authority to enforce compliance with the plans and the specifications. Thecontractor shall promptly comply with the instructions from the inspector or an authorizedrepresentative.

On all questions relating to quantities, the acceptability of materials, equipment, or work, the execution,progress or sequence of work and the interpretation of specifications or drawings, the decision of theinspector is final and binding, and shall be precedent to any payment under the contract.

The work is subject to inspection and approval by the inspector. Inspection of the work shall not relievethe contractor of the obligation to fulfill all conditions of the contract.

30

Page 31: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Material and work quality shall be subject to inspector’s approval. Materials and work quality not confirming to the requirements of these specifications shall be considered defective and will be subject to rejections. Defective work and material, whether in place or not, shall be removed immediately from the site by the contractor, at the contractor’s expense, when so directed by the inspector.

34. ACCESS TO WORK

District and its representatives shall at all times have access to work wherever it is in preparation orprogress. Contractor shall provide safe and proper facilities for such access so that Districtrepresentatives may perform their functions under contract.

35. DISTRICT’S INSPECTOR

All work shall be under observation of District’s Inspector. He shall have free access to any or all partsof work at any time. Contractor shall furnish inspector reasonable facilities for obtaining suchinformation as may be necessary to keep him fully informed, respecting, progress and manner of workand character of materials. Inspection of work shall not release Contractor from any obligation to fulfillthis contract. District shall have authority to stop work whenever provisions of the contract documentsare not being complied with, and Contractor shall instruct his employees accordingly.

36. SUBSURFACE CONDITIONS

If work under this Contract involves digging trenches or other excavations that extend deeper than fourfeet below the surface, the Contractor shall promptly, and before the following conditions are disturbed,notify the District in writing of any:

A. Material that the Contractor believes may be material that is hazardous waste, as defined inHealth and Safety Code Section 25117, which is required to be removed to a Class I, Class II,or Class III disposal site in accordance with provisions of existing law.

B. Subsurface or latent physical conditions at the site differing from those indicated; and

C. Unknown physical conditions at the site of any unusual nature, different materially from thoseordinarily encountered and generally recognized as inherent in work of the character providedfor in the contract.

If, in the District’s opinion, any change is required for performance of extra work not covered by this Contract, the District may order such change under the provisions of Article 32 herein.

In accordance with Public Contracts Code Section 7104, any dispute arising between Contractor and District as to any of the conditions listed in A, B, or C above, or with respect to article 32 of this Contract, shall not excuse the Contractor from the completion date required by this Contract and the Contractor shall proceed with all work to be performed under this Contract.

In addition, the District reserves the right to terminate this Contract should the District determine not to proceed because of any condition described in A, B, or C above. Contractor shall receive payment for all work performed to the date of termination.

37. MATERIALS AND WORK

Except as otherwise specifically stated in this contract, Contractor shall provide and pay for allmaterials, labor, tools, equipment, water, light, power, transportation, superintendence, temporaryconstructions, of every nature, and all other services and facilities of every nature whatsoever necessaryto execute and complete this contract within the specified time.

Unless otherwise specified, all materials shall be new and the best of their respective kinds and gradesas noted and/or specified, and workmanship shall be of good quality.

Materials shall be furnished in ample quantities and at such times as to ensure uninterrupted progressof work and shall be stored properly and protected as required. Contractor shall be entirely responsiblefor damage or loss by weather or other causes to materials or work under this contact.

31

Page 32: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

No materials, supplies, or equipment for work under this contact shall be purchased subject to any chattel mortgage, or under a conditional sale or other agreement by which an interest therein, or in any part hereof, is retained by seller or supplier. Contractor warrants good title to all material, supplies and equipment installed or incorporated in work and agrees upon completion of all work to deliver premises, together with all improvements and appurtenances constructed or placed thereon by him, to District free from any claim, liens or charges. He further agrees that neither he nor any person, firm or corporation furnishing any materials or labor for any work covered by this contract shall have any right to lien upon premises or any improvements or appurtenances thereon, except that Contractor may install metering devices or other equipment of utility companies or of political subdivisions, title to which is commonly retained by utility company or political subdivision. In event of installation of any such metering device or equipment, Contractor shall advise District as to owner thereof. Nothing contained in this article, however, shall defeat or impair right of persons furnishing material or labor under any bond given by Contractor for their protection, or any rights under any law permitting such persons to look to funds due Contractor in hands of district, and this provision shall be inserted in all subcontracts and material contracts, and notice of its provision shall be given to all persons furnishing material for work when no formal contract is entered into for such materials.

Contractor shall, after signing the agreement with the District, place orders for materials and/or equipment as specified so that delivery of same may be made without delays to the work. Contractor shall, upon demand from the District, furnish to the District documentary evidence showing the orders have been placed.

District reserves the right, for any neglect in not complying with the above instructions, to place orders for such materials and/or equipment as it may deem advisable in order that the work may be completed at the specific date mentioned in the agreement, and all expenses incidental to the procuring of said materials and/or equipment shall be paid for by the Contractor.

Materials shall be stored on the premises in such a manner so as not to interfere with the work and so that no portion of the structure shall be overloaded.

Materials or work required or necessary to be tested shall be tested under supervision of, as directed by, and at such places as may be convenient to the District. The required testing of all structural materials shall be done by an approved Testing Laboratory.

38. SUBSTITUTIONS

Whenever in specifications any materials, process, or article is indicated or specified by grade, patent,or proprietary name or by name of manufacture, such specification shall be deemed to be used for thepurpose of facilitating description of material process or article desired and shall be deemed to befollowed by the words “or equal" and Contractor may, unless otherwise stated, offer any material,process or article which shall be substantially equal or better in every respect to that so indicated orspecified. If material, process or article offered by Contractor is not, in opinion of District, substantiallyequal or better in every respect to that specified, then Contractor shall furnish material, process or articlespecified. Burden of proof as to equality of any material, process or article shall rest with Contractor.Contractor shall submit request together with substantiating data for substitution of any “or equal" itemwithin thirty-five (35) days after award of contract. Provision authorizing submission of “or equal"justification data shall not in any way authorize an extension of time for performance of this contract.

In event Contractor furnished material, process or article is more expensive than that specified,difference in cost of such material, process or article so furnished shall be borne by Contractor.

39. SUBCONTRACTING

A. Contractor agrees to bind every subcontractor by terms of the contract as far as such terms areapplicable to subcontractor's work. If Contractor shall subcontract any part of this contact,Contractor shall be as fully responsible to the District for acts and omissions of hissubcontractor and of persons either directly or indirectly employed by his subcontractor, as heis for acts and omissions of persons directly employed by himself. Nothing contained incontract documents shall create any contractual relations between any subcontractor and theDistrict.

B. District's consent to or approval of any subcontractor under this contract shall not in any wayrelieve Contractor of his obligations under this contract and no such consent or approval shallbe deemed to waive any provisions of this contract.

32

Page 33: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

C. Substitution or addition of subcontractors shall be permitted only as authorized in the"Subletting and Subcontracting Fair Practices Act" commencing at Section 4100 of the PublicContract Code.

40. WAGE RATES

Pursuant to the provisions of Article 2 (commencing at Section 1770), Chapter 1, Part 7, Division 2 ofthe Labor Code of California, the District has obtained from the Director of the Department of IndustrialRelations the general prevailing rate of per diem wages and the prevailing rate for holiday and overtimework in the locality in which to work is to be performed for each craft, classification or type of workerneeded to execute the contract. Holidays shall be as defined in the collective bargaining agreementapplicable to each particular craft, classification or type of worker employed under the contract.

Per diem wages shall be deemed to include employer payments for health and welfare, pensions,vacation, travel time and subsistence pay as provided in Section 1773.8 of the California Labor Code,apprenticeship or other training programs authorized by Section 3093 of the California Labor Code,and similar purposes when the term "per diem wages" is used herein.

If during the period this bid is required to remain open, the Director of Industrial Relations determinesthat there has been a change in any prevailing rate of per diem wages in the locality in which the workunder the contract is to be performed, he shall make the change available to the district, but the changeshall not affect the Request for Bids or the contract subsequently awarded.

Holiday and overtime work, when permitted by law, shall be paid for at the rate of at least one and one-half (1-1/2) times the above specified rate of per diem wages, unless otherwise specified.

There shall be paid each worker of the Contractor, or any of his subcontractors engaged in work on theproject, no less than the general prevailing wage rate, regardless of any contractual relationship whichmay be alleged to exist between the Contractor or any subcontractor and such worker.

The Contractor shall, as a penalty to the District, forfeit an amount as determined by the LaborCommissioner pursuant to Labor Code Section 1775 for each calendar day, or portion thereof, for eachworker paid less than the prevailing rates as determined by the director for such work or craft in whichsuch worker is employed for any public work done under the contract by him or by any subcontractorunder him. The difference between such prevailing wage rates and the amount paid to each worker foreach calendar day, or portion thereof, for which each worker was paid less than the prevailing wagerate, shall be paid to each worker by the Contractor.

Contractor shall post, at appropriate conspicuous points on the site of the project, a schedule showingall determined general prevailing wage rates.

41. RECORD OF WAGES PAID: INSPECTION

Pursuant to Section 1776 of the Labor Code,

A. Each Contractor and subcontractor shall keep an accurate payroll record, showing the name,address, social security number, work classification, straight time and overtime hours workedeach day and week, and the actual per diem wages paid to each journeyman, apprentice, worker,or other employee employed by him or her in connection with the public work under thiscontract.

B. The payroll records enumerated under subdivision (A) shall be certified and shall be availablefor inspection at all reasonable hours at the principal office of the Contractor on the followingbasis:

(1) A certified copy of an employee's payroll record shall be made available for inspectionor furnished to such employee or his or her authorized representative on request.

(2) A certified copy of all payroll records enumerated in subdivision (A) shall be madeavailable for inspection or furnished upon request to a representative of the District,

33

Page 34: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

the Division of Labor standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations.

(3) A certified copy of all payroll records enumerated in subdivision (A) shall be madeavailable upon request by the public for inspection or copies thereof made: provided,however, that a request by the public shall be made through the District, the Divisionof Apprenticeship Standards, or the Division of Labor Standards Enforcement. If therequested payroll records have not been provided pursuant to paragraph (2), therequesting party shall, prior to being provided the records, reimburse the costs ofpreparation by the Contractor, subcontractors, and the entity through which the requestwas made. The public shall not be given access to such records at the principal officeof the Contractor.

C. Each Contractor shall file a certified copy of the records enumerated in subdivision (A) withthe entity that requested such records within ten (10) days after receipt of a written request.

D. Any copy of records made available for inspection as copies and furnished upon request to thepublic or any public agency the District, the Division of Apprenticeship Standards or theDivision of Labor Standards Enforcement shall be marked or obliterated in such a manner asto prevent disclosure of an individual’s name, address and social security number. The nameand address of the Contractor awarded the contract or performing the contract shall not bemarked or obliterated.

E. The Contractor shall inform the district of the location of the records enumerated undersubdivision (A), including the street address, city and county, and shall, within five (5) workingdays, provide a notice of a change of location and address.

F. In the event of noncompliance with the requirements of this section, the Contractor shall haveten (10) days in which to comply subsequent to receipt of written notice specifying in whatrespects the Contractor must comply with this section. Should noncompliance still be evidentafter such a

10-day period, the Contractor shall pay a penalty of Twenty- Five Dollars ($25.00) to thedistrict for each calendar day, or portion thereof, for each worker, until strict compliance iseffectuated. Upon the request of the Division of Apprenticeship Standards or the Division ofLabor Standards Enforcement, such penalties shall be withheld from progress payments thendue.

G. The responsibility for compliance with this article shall rest upon the prime Contractor.

42. HOURS OF WORK

As provided in Article 3 (commencing at Section 1810), Chapter 1, Part 7, Division 2 of the LaborCode, eight (8) hours of labor shall constitute a legal day’s work. The time of service of any workeremployed at any time by the Contractor or by any subcontractor on any subcontract under this contract,upon the work or upon any part of the work contemplated by this contract, is limited and restricted toeight (8) hours during anyone calendar day and forty (40) hours during anyone calendar week, exceptas hereinafter provided. Notwithstanding the provisions hereinabove set forth, work performed byemployees of Contractors in excess of eight (8) hours per day and forty (40) hours during anyone week,shall be permitted upon this public work upon compensation for all hours worked in excess of eight (8)hours per day at not less than one and one-half (1-1/2) times the basic rate of pay.

The Contractor shall pay to the District a penalty of Twenty-Five Dollars ($25.00) for each workeremployed in the execution of this contract by the Contractor or by any subcontractor, for each calendarday during which such worker is required or permitted to work more than eight (8) hours in any calendarday and forty (40) hours in anyone calendar week, in violation of the provisions of Article 3,(commencing at Section 1810), Chapter 1, Part 7, Division 2 of the Labor Code, unless compensationto the worker so employed by the Contractor is not less than one and one-half (1-1/2) times the basicrate of pay for all hours worked in excess of eight (8) hours per day.

Any work necessary to be performed after regular working hours or on Sundays or other holidays shallbe performed without additional expense to the District.

34

Page 35: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

43. APPRENTICES

Apprentices of any crafts or trades may be employed and, when required by Labor Code Section 1777.5,shall be employed provided they are properly indentured to the Contractor in full compliance withprovisions of the Labor Code. The Contractor shall bear the responsibilities of compliance with LaborCode Section 1777.5 for all apprentice able occupations and agrees that he will comply with saidsection.

44. ASSIGNMENT OF ANTITRUST CLAIMS

Pursuant to Section 4550 et. seq. of the Government Code, in submitting a bid to a public purchasingbody the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body allrights title,

and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C.Section 15) or under the Cartwright Act (Chapter 2[commencing with Section 16700] of Part 2 ofDivision 7 of the Business and Professions Code), arising from purchases of goods, materials, orservices by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall bemade and become effective at the time the purchasing body tenders final payment to the bidder.

If the District receives, either through judgment or settlement, a monetary recovery for a cause of actionassigned under Chapter 11 (commencing with Section 4550) of Division 5 of Title 1 of the GovernmentCode, the assignor shall be made and become effective at the time the purchasing body tenders finalpayment to the bidder.

Upon demand in writing by the assignor, the District shall, within one year from such demand, reassignthe cause of action assigned pursuant to this article if the assignor has been or may have been injuredby the violation of law for which the cause of action arose; and (A) the District has not been injuredthereby; or (B) the District declines to file a court action for the cause of action.

45. PROVISIONS REQUIRED BY LAW DEEMED INSERTED

Each and every provision of law and clause required by law to be inserted in this contract shall bedeemed to be inserted herein and the contact shall be read and enforced as though it were includedherein, and if through mistake, or otherwise, any such provision is not inserted or if not correctlyinserted, then upon application of either party, the contract shall forthwith be physically amended tomake such insertion or correction.

END OF SECTION

35

Page 36: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

SPECIAL CONDITONS

STARTING AND COMPLETION DATES

Work must commence the day after school has ended, June 1, 2019 and end on or before July 31, 2019. It is imperative that all sites be completed on this date.

WORK HOURS

All work to be done shall be performed between the hours of 7:00 a.m. to 4:30 p.m., Monday thru Friday; or as determined by district administration to be in the best interest of students and staff. After-hour access to the campus will be allowed and coordinated with the Maintenance & Operations Director. District will not pay second shift wages.

PREVAILING WAGES & DAVIS BACON WAGES

The District has obtained from the Director of the Department of Industrial Relations· the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the work is to be performed for each craft, classification, or type of work needed to execute the contract. These per diem rates, including holidays and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., 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 and to comply with the District's Labor Compliance Program. In accordance with·l773.2 of the California Labor Code, the Contractor shall post a copy of the determination of prevailing rate of wages at each job site.

Davis Bacon Act- The Contractor and/or Subcontractor(s) will be required to pay the higher prevailing wage between the State Prevailing Wage Determination and the Davis Bacon Wage Determination for Federal funded projects. Reference the Wage Determination Online.Gov website: http://www.wdol.gov for more information.

CERTIFIED PAYROLL RECORDS REQUIRED

• The Contractor and each subcontractor shall maintain Certified Payroll and basic records requiredunder the Labor Code and applicable Industrial Welfare Commission and shall preserve them fora period of three (3) years thereafter for all trade workers working on District project for submittalto the District at times designated in the contract or within ten (10) days upon request. TheContractor shall be responsible for all submittal of payroll records of all its subcontractors. AllCertified Payroll Records shall be accompanied by a statement of compliance signed by theContractor or each subcontractor indicating that the payroll records are correct and complete, thatthe wage rates contained therein are not less than those determined by the Director of the employeeconform with the work performed.

(b) Certified Payroll Records must be submitted with the pay requests.

(c) In accordance with the California Labor Code Section 1776 (g), if the Contractor fails to complywithin the ten (10) day period, he or she shall, as a penalty to the State or Political Subdivision onwhose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendarday, or portion thereof; for each worker until strict compliance is effectuated.

END OF SECTION

36

Page 37: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

SCOPE OF WORK TECHNICAL SPECIFICATIONS

Project includes installation of CAT 6a F/UTP Plenum rated cabling offering reliable performance up to 10 Gbs throughout the following schools:

Vista Verde Elementary Heritage School 13403 Vista Verde St. 9542 Wilson Ranch Road Victorville, CA 92392 Phelan, CA 92371

TIMELINE

This project is time sensitive and must be completed on or before Wednesday, July 31, 2019. Contractor can order materials for this project starting April 1, 2019, however all invoicing must be dated after June 30, 2019.

REPRESENTATION/COMMUNICATION

As part of this RFP, it is required that the Contractor assign a project manager as a single point of contact for all District communications including but not limited to technical support for system troubleshooting. The District will require that a Foreman be onsite for the entire duration of the installation. Any objection to this requirement must be noted in the proposal submission under the Exceptions tab. The District Representatives, the Contractor Project Manager, and the foreman will meet once a week, every week until successful completion of scope of RFP. The project manager will develop a project schedule and timelines for KEY tasks, provide status updates, review the progress and provide a clear plan of implementation.

CABLE

All data distribution cables shall meet or exceed the Category 6a specifications. All cable installed must be plenum rated. Contractor must be a certified installer of the manufacturer they are representing; they must also warrant the installation for at least 25 years or more. A statement of warranty must be included in your bid proposal. All cables must be certified. Cabling must be new. Used, refurbished, repurposed material will not be acceptable. Conduit fill is to be considered.

WALL & CEILING INSTALLATION

Single drop locations should be fished through the walls to replace existing ethernet cabling. Current ethernet cable will be removed and discarded by Contractor. Use existing drops where possible and use blank wall plates if no drops are required.

RACEWAY INSTALLATION

Drops unable to be fished should receive raceway (non-metallic raceways inside of classrooms and metallic raceways in heavy traffic areas i.e. gymnasiums) that will route from above the drop ceiling to the outlet locations. In the classrooms please allow for at least 24 feet of raceway. All necessary covers, end caps and fittings will need to be provided for a complete surface mount raceway. Re-use wire mold raceway where possible. All colors of raceway must be coordinated with the District Representative and the Contractor’s Project Manager.

37

Page 38: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

CABLING INSTALLATION SPECIFICS

All cable must be run inside the wall or with surface mount raceway. Cables need to be properly dressed and secured. All cables and faceplates must be labeled with a machine-generated label per Industry Standards. Cabling system with the MDFs and IDFs should include CAT 6a patch panels, modular jacks, patch cords, and cables to replace current cabling solution. All patch panels, IDF modular jacks, patch cords and cables must be shielded and properly grounded. Station modular jacks are not required to be shielded. Installation includes all terminating required.

A. All cables shall be independently supported throughout the entire project as recommended in ANSI/TIAEIA 568B, 569B, and in the BICSI TDMM 13TH Edition or most current versions.

B. The Contractor shall route in-groups of similar types (i.e., each data distribution cable shall be grouped with its kind) within the Data Center and IDFs.

C. Cables shall be installed in accordance with ANSI/TIA/EIA 568C.1 and TIA-569-C standards.

D. Cables shall be routed point-to-point (home-run). Cables shall not be spliced.E. All data cable runs must have a ten (10) foot service loop on the MDF end of the cable and a

three (3) foot service loop at the jack end.F. All cabling installed in the ceiling must be hung at least 8-inches above the finished ceiling.

Use existing drop locations where possible. All cables must be routed to avoid fluorescent light fixtures or electric motors.

G. Contractor is responsible for replacing damaged ceiling tiles.H. The outside sheath of any cable shall not be damaged.I. The Contractor shall terminate cables properly on both ends.J. The Contractor shall provide proper temporary protection for cables after pulling is complete

but before final dressing and termination are complete. Cable shall not be left lying on the floor. Cable shall be bundled and tie wrapped above the floor ready for termination.

K. The Contractor shall use Velcro-style straps to tie-wrap all cables in IDF closets and for service loops.

L. Traditional cable ties shall be used where required to properly support cables and to protect them from harm of other environmental elements. (i.e., to be used in ceilings to keep cables off of lighting fixtures or ceiling grids).

M. During installation, the Contractor shall comply with the manufacturer’s recommendation for pulling tensions.

N. The Contractor shall comply with the manufacturer’s recommendation for the short term and long-term minimum bend radius.

O. Installation includes J-Hooks as required.P. Additional conduit paths shall be installed by Contractor. District will be responsible for

minor touch-up painting.Q. IMPORTANT: Wireless access points and cameras must be reconnected to the network after

work has been completed in the area. Cameras may only have a maximum of 24 hours or less of down time. Access Points may be existing and/or new installation. Number of new Access points per site: Vista Verde Elementary = 24 New Access Points to be Installed Heritage School = 16 New Access Points to be Installed

R. IMPORTANT: HVAC, irrigation, fire & security alarms, lighting, and phone lines are not part of this scope of work and must stay online. Any systems accidentally disconnected must be reconnected immediately at no cost to the District.

S. IMPORTANT: Administration areas of each site must be the priority for work & reconnection. Office Staff work over the summer.

38

Page 39: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

OUTLET TYPICAL CONFIGURATION

The typical configuration outlet, wall-or Furniture mounted, shall contain one (1) modular non-keyed RJ-45 type jack unless specified as other on the construction drawings. All jacks will provide a universal data functionality and shall be terminated sequentially on the patch panel. All colors for outlets and faceplates must be coordinated with the District Representative and the Contractor’s Project Manager.

CAMERA COUNT PER SITE

Vista Verde Elementary School 33 Cameras Heritage School 24 Cameras

IDF TERMINATION DETAILS

A. All data station cables shall terminate sequentially on termination panels where they will bepatched with RJ-45 patch cables of appropriate length to the network switch.

B. All data station cables shall be terminated onto rack-mounted patch panels. Patch panelsshall be flat modular patch panels.

C. Sleeves are required for all IDF’s from cabinet to above ceiling. All remaining cables(including fiber) must be removed, passed through sleeves and re-terminated. If passingthrough drywall, sleeves must be fire rated.

STATION PATCH PANELS

The District requires 24 or 48-port Category-6a shielded modular patch panels that accepts modules for F/UTP. Patch panels shall be wired according to TIA 568B. All patch panels shall provide space for a label for each port in the back. Labeling protocol: IDF, Room #, D, and cable # Installation Guidelines:

1. Provide and install modular patch panels onto racks in the IDFs for terminating the datadistribution cables.

2. Provide and install machine-printed label strips on the front and for each port of the patchpanels.

3. Terminate the distribution cables in proper outlet labeling order.4. Terminate individual cable pairs utilizing proper tool.5. Cables and patch panels must be properly grounded.6. Patch panels must have 2Us of empty rack space in between for switching equipment. All

strain relief bars must be utilized.

STATION PATCH PANEL CONFIGURATION

The Contractor shall install the data station cables such that the data ports appear from left to right on the station patch panel with “D001” appearing next to “D002” and so on across the entire row before moving down to the next row. Each patch panel port shall have a typed, non-smearing label using a self-adhesive sticker indicating the port number. All labels shall be machine generated, hand written labels will not be accepted. Labeling scheme must be coordinated between the District Representative and the Contractor’s Project Manager.

39

Page 40: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

PATCH CABLES

The Contractor shall provide all patch cables required for completing Ethernet connections between the equipment patch panels and station patch panels. Patch cables should be sized to fit with as little slack as possible without kinking the cable. Rack mounted cable management solutions are not to be used between equipment patch panels and station patch panels. The contractor shall provide one (1) patch cord of the appropriate size for each data cable installed. These patch cables shall be double ended RJ-45 TIA Category 6a F/UTP cables. Cables shall be of the same manufacturer of the structured cabling solution and shall be part of the channel warranty.

CATEGORY 6A CABLE SYSTEM TEST

A. Each data outlet and cable shall be tested and certified for permanent link compliance withTIA category 6a.

B. Each pair shall be tested end-to-end (from the outlet port through the port at Category 6adata patch panels).

C. All tested cables shall pass all performed tests. End-to-end attenuation loss and NEXT shallmeet or exceed Category 6a, TIA 568-C requirements.

TEST RESULTS

The test results for all F/UTP Category 6a cables shall include:

1. Overall cable length2. System continuity3. Proper connectivity4. Open Pairs5. Short circuits6. Reversed pairs7. EMI noise induction8. Damaged cable9. Stretched, kinked or crimped cable10. Attenuation load in dB11. NEXT in dB

SUCCESSFUL TEST / CERTIFICATION

A. The Contractor shall download the results and measurements obtained from the cable pointtesting to a computer program. The Contractor shall tabulate individual test results in chartand graph forms. The test result shall be submitted to the Owner in digital format (Pdf andFLW) for evaluation and approval. The Contractor shall comply and implement allcomments from the Owner without any additional cost to the Owner. Upon receipt ofapproval, the Contractor and manufacturer shall certify the cable plant and issue a warrantyfor a minimum of twenty-five (25) years.

B. The District Office IT Department will test equipment for functionality. If it is determinedthat the network configurations for project do not perform to District specifications, theContractor will be required to evaluate and remedy the problem without any additional costto the Owner.

C. After a problem has been remedied, the Contractor shall retest the circuit and resubmit thetest result to the Owner and engineer for analysis. The Contractor is to continue this processuntil required results are achieved.

40

Page 41: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

D. The Contractor is responsible for correcting and resolving any issues raised by the Owner orits representative with respect to workmanship or deviation from standards stated herein.

DOCUMENTATION

The Contractor will provide all documents as follows:

A. Door charts must be affixed to every IDF inside a plastic protective cover. A digital editablespreadsheet must be provided to District Representative.

B. Test results must be delivered to the District Representative as outlined in the SuccessfulTest / Certification section in this RFP.

WARRANTY

The Contractor and manufacturer shall certify the cable plant and issue a warranty for a minimum of twenty-five (25) years.

End of Technical Specification

FIRM NAME:

ADDRESS:

TELEPHONE: ( ) _________________________ FAX: (______) ________________

E-MAIL ADDRESS: ______________________________________________________

41

Page 42: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

SNOWLINE JOINT UNIFIED SCHOOL DISTRICT CABLING, ERATE PUBLIC WORKS, PROJECT E-RATE YEAR 22

Category 2

RFP #18/19-03 PROPOSAL FORM

TO: SNOWLINE JOINT UNIFIED SCHOOL DISTRICT

Acting by and through its Governing Board, herein call the “District”:

1. Pursuant to and in compliance with your Notice to Contractor’s and the other documentsrelating thereto, the undersigned bidder, having familiarized himself with the terms of thecontract, the local conditions affecting the performance of contract and the cost of the work at theplace where the services are to be done and with the specifications and other contract documents,hereby proposes and agrees to perform, within the time stipulated, the contract, including all ofits component parts, and everything required to be performed, and to provide and furnish any andall of the labor, materials, tools, expendable equipment, and all applicable taxes, utility andtransportation services necessary to perform the contract and complete in a workmanlike mannerall of the services required in connection with the following:

CABLING /INTERNAL CONNECTION ERATE PUBLIC WORKS PROJECT BID/RFP #18/19-03

Vista Verde Elementary & Heritage School

All in strict conformity with the specifications and other contract documents, the undersigned has thoroughly examined any and all addenda(s) issued during the proposal period and are thoroughly familiar with all contents thereof and acknowledges receipt of the following addenda[s]:

Addendum No.

Addendum No.

Addendum No.

Date Received

Date Received

Date Received

Bidder to list all addenda[s] (if any) on file at the office of the Information Technology Department of said District.

INDIVIDUAL SITE COST: Pinon Hills Elementary School: ___________________________

Quail Valley Middle School: ___________________________

Chaparral High School: ___________________________

TOTAL BID: ____________________________

For the lump sum of:

(in words) ($ _)

42

Page 43: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

SITE NAME: ____________________________________________________________

CONTRACTOR TO FILL OUT ONE SCHEDULE PER SCHOOL SITE

Schedule of Hardware/Software/Equipment:

Description Price Quantity Total E-Rate Eligible

Add Additional Lines as needed

Total Hardware/Software Eligible (including tax and shipping)

$

Total Hardware/Software Ineligible (including tax and shipping)

$

Total Labor $

*Price must include applicable taxes, fees, and licenses.

43

Page 44: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Total HARDWARE PRICE (IN WRITTEN FORM)

Total HARDWARE PRICE (IN NUMBERS)

$__ Total SOFTWARE PRICE (IN WRITTEN FORM)

Total SOFTWARE PRICE (IN NUMBERS)

$__ Total LABOR AND INSTALLATION PRICE (IN WRITTEN FORM)

Total LABOR AND INSTALLATION PRICE (IN NUMBERS)

$__ Total Ineligible Items Price (IN WRITTEN FORM)

Total Ineligible Items (IN NUMBERS)

$__

Signature of Bidder further confirms that the bidder is binding specified product with no exceptions.

2. It is understood that the District reserves the right to reject this proposal and that this proposalshall remain open and not be withdrawn for the period specified in the Notice to Contractor’s -Request for Proposal.

3. Each individual proposal term shall be determined from the specifications, and all otherportions of the proposal documents, and shall include all items necessary to complete the

44

Page 45: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

services, including the assumption of all obligations, duties, and responsibilities necessary for the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the service: complete system consisting of software, hardware (Contractor required to supply minimum specifications on hardware), installation, data conversion, software customization, training, maintenance and software support, including standard District, State & Federal reports; and bonds and insurances; all as per the requirements of the proposal documents, whether or not expressly listed or designated.

4. In submitting this proposal, the Contractor acknowledges that the General Terms and Conditionsfor the DISTRICT WIRELESS UPGRADE AND CABLING: Internal Connections are anintegral part of the contract documents and that the General Terms and Conditions have beenread, understood and accepted by bidder. The bidder understands and agrees not to disclaimknowledge of the meaning and effect of any term or provision of the General Conditions andagrees to strictly abide by their meaning and intent.

5. The required Bid Bond is hereto attached.

6. The required Non-Collusion Affidavit is hereto attached

7. The required Contractor’s Certificate Regarding Workers’ Compensation is hereto attached.

8. It is understood and agreed that if written notice of intent to award this proposal is mailed,telegraphed, or delivered to the undersigned after the evaluation of proposals within the timethis proposal is required to remain open, or at any time thereafter before the proposal iswithdrawn, the undersigned will execute and deliver to the District a contract in accordancewith the documents as accepted, and that he will also furnish and deliver to the District thePerformance and Payment Bond as specified, all within Five (5) days after receipt ofnotification of award, and that the work under the contract shall be commenced by theundersigned bidder, if awarded the contract, on the date to be stated in the District’s notice tothe Contractor to proceed, and shall be completed by the Contractor in the time specified in thecontract documents.

9. All notices or other correspondence should be addressed to the undersigned at the addressstated below.

10. The names of all persons interested in the foregoing proposal as principals are as follows

(IMPORTANT NOTICE: If Contractor or other interested person is a corporation, state legal name of corporation, also names of the president, secretary treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual co-partners composing firm; if Contractor or other interested person is an individual, state first and last names in full).

45

Page 46: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

11. If the Contractor is a corporation, the undersigned hereby represents and warrants thatthe corporation is duly incorporated and is in good standing in the State of

and that whose title is and

whose title is is/are authorized to act for and bind the corporation.

12. The undersigned bidder shall be licensed and shall provide the following information:

Bidder’s California Contractor’sLicense Number:License Expiration date:Name on License:Type of License:

13. It is understood and agreed that if requested by the District, the Contractor shall furnish anotarized financial statement, references, and other information sufficiently comprehensive topermit an appraisal of its current financial condition.

14. Service Provider Identification Number (SPIN) _

Federal Registration Number (FCC-FRN)

I, the below-indicated bidder, declare under penalty of perjury under the laws of the State of California, that the information provided and representations made in the proposal are true and correct.

Name of Bidder Firm– please print

Proper Name of Bidder – please print

Address By:

Signature of Bidder

(Corporate Seal)

Date:

46

Page 47: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

BID BOND

KNOW ALL MEN BY THESE PRESENT that we, the undersigned, (hereafter called “Principal”), and (hereinafter called “Surety”), are hereby held and firmly bound unto the Snowline Joint Unified District (hereafter called “Owner”), in the sum of ($ ) which will 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 Principle has submitted to the Owner a certain Bid, attached hereto and herby made a part hereof, to enter into a contract in writing for the construction of DISTRICT CABLING / Internal Connections, RFP NO. 18/19-03 E-Rate Year 22.

NOW, THEREFORE,

a. If said Bid is rejected, or

b. If said Bid is accepted and the Principal executes and delivers a contract or theattached Agreement form within five (5) days after acceptance (properly completed inaccordance with said Bid), and furnished bonds for his faithful performance of saidContract and for payment of all persons performing labor or furnished materials inconnection 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 hereunder, 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, alternation, 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 OWNER and judgment is recovered, the Surety shall pay all costs incurred by the OWNER in such suit, including without limitation, attorney’s fees to be fixed by the court.

47

Page 48: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

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: By:

Title: Title:

ATTEST: (if corporation)

By:

Title: (Corporate Seal)

SURETY:

ATTEST: (if individual, two witnesses are required) By: By:

Title: (Corporate Seal)

Title:

IMPORTANT: THIS IS A REQUIRED FORM.

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)

48

Page 49: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

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/representative for service of process)

49

Page 50: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

DESIGNATION OF SUBCONTRACTORS (FORM MUST BE SUBMITTED WITH THE BID)

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 (1/2) 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 bidder (Prime contractor) fails to specify a subcontractor or if a bidder (prime contractor) specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half (1/2) of one percent (l%) of the prime contractor's total bid, Contractor shall be deemed to have agreed that Contractor is fully qualified to perform that portion, and that Contractor alone shall perform that portion.

No bidder (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 (1/2) 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 (1/2) 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. If alternate bids are called for and bidder intends to use a different or additional subcontractors on the alternates, a separate list of subcontractors must be provided for each such alternate.

Portion of Work: ________________________________

Subcontractor: ________________________________

Address: ________________________________

City, State, Zip: ________________________________

CSLB #: ________________________________

DIR Registration:

Portion of Work: _______________________________

Subcontractor: _______________________________

Address: _______________________________

City, State, Zip: _______________________________

CSLB #: _______________________________

DIR Registration:

50

Page 51: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Portion of Work: ________________________________

Subcontractor: ________________________________

Address: ________________________________

City, State, Zip: ________________________________

CSLB #: ________________________________

DIR Registration:

Portion of Work: _______________________________

Subcontractor: _______________________________

Address: _______________________________

City, State, Zip: _______________________________

CSLB #: _______________________________

DIR Registration:

51

Page 52: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

NON-COLLUSION AFFADAVIT

County of

sworn, depose and says that he or she is

, , being first duly (Print Name)

_ of the party (Title)

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 overhead, profit, or cost element of the bid price, or of that 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, of 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.

I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Dated:

Print name

Signature

State of California County of On , before me, (Notary

Public), personally appeared , who proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal,

(Signature of Notary) (Seal of Notary)

52

Page 53: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

CONTRACTOR’S CERTIFICATE REGARDING WORKER’S COMPENSATION

Labor Code Section 3700 in relevant part provides:

“Every employer except the State shall secure the payment of compensation in one or more of the following ways:

(a) By being insured against liability to pay compensation in one or more insurers dulyauthorized to write compensation insurance in this State.

(b) By securing from the Director of Industrial Relations a certificate, consent to self-insure, which may be given upon furnishing proof satisfactory to the Director ofIndustrial Relations of ability to self-insure and to pay any compensation that maybecome due to his employees.

I am aware of the provisions of Labor Code Section 3700 which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of this contract.

Proper Firm Name of Bidder

Proper Name of Bidder – print name

By: Signature of Bidder

In accordance with Article 5 (commencing at Section 1860), Chapter 1, Part 7, Division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this contract.

53

Page 54: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

CONDUCT RULES FOR CONTRACTORS

Each Contractor/subcontractors, when performing work on SNOWLINE JOINT Unified School District properties shall adhere to the following rules of conduct:

1. Professional and courteous conduct is expected and will be displayed at all times.2. Interaction with students, staff, and/or other visitors is prohibited with the exception of

designated administrators.3. The use of profanity and/or disparaging language will not be tolerated.4. All Contractors/subcontractors shall wear a means of identification on site when school is

in session which must be approved by the District prior to commencement.5. All Contractors/subcontractors shall remain in the vicinity of his/her work and will not stray

to other areas of the property not involved in the proposal, including student and staff toiletfacilities.

6. Pursuant to Government Code Section 8350 etc. seq., the SNOWLINE JOINT UNIFIEDSCHOOL DISTRICT is a drug free workplace. This policy shall be strictly enforced.

7. Alcoholic beverages are prohibited from being consumed or brought on any District property.8. The use of any tobacco products on District property is strictly prohibited.9. Any lewd, obscene or otherwise indecent acts, words, or behavior by any

Contractor/subcontractors shall not be tolerated.10. All Contractors/subcontractors shall conform to a dress code whereby:

(a) No clothing that contains violent, suggestive, derogatory, obscene or racially biasedmaterial may be worn.

(b) Garments, accessories or personal grooming artifacts with slogans, graphics, orpictures promoting drugs, alcohol, tobacco, or any other substances which areprohibited to minors will not be allowed.

11. No fire arms are allowed on campuses/District property.

Non-compliance with any of the above-stated rules of conduct by any Contractor/subcontractors may be sufficient grounds for immediate removal from the job-site and termination of the contract.

I acknowledge that I am aware of the above-stated rules of conduct and hereby certify that all of my Company’s employees, consultants, suppliers, and/or any subcontractors will adhere to these provisions.

Date Print Company Name

Signature

Print Name

54

Page 55: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

PWC-100 Information

FORMS MUST BE RETURNED WITH BID

Contractor’s Name and Address :

____________________________________________________

____________________________________________________

Contractor’s Telephone Number :

___________________________________________________

Email Address:

____________________________________________________

Contractor’s License Number:

____________________________________________________

Registration Number given by DIR:

____________________________________________________

Project Name:

____________________________________________________

Project Description:

____________________________________________________

Project Cost:

____________________________________________________

Estimated Start Date:

____________________________________________________

Estimated Completion Date:

____________________________________________________

Project Superintendent Name:

________________________________________________

Contractor Classification:

___________________________________________________ 55

Page 56: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

AFTER CONTRACT AWARD:

AGREEMENT & BONDS

56

Page 57: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

AGREEMENT

This AGREEMENT, made the __ day of _ in the year County of San Bernardino, State of California, by and between Snowline Joint Unified School District hereinafter referred to as the owner, and __ _hereinafter referred to as the Contractor, WITNESSETH that the Owner and the Contractor for the considerations stated herein agree as follows:

ARTICLE 1 – SCOPE OF WORK

The Contractor shall perform within the time stipulated the contract as herein defined, and shall provide all labor, materials, tools, utility services, and transportation to complete in a workmanlike manner all of the work required in connection with the following titled project:

RFP #18/19-03 CABLING / INTERNAL CONNECTIONS ERATE PUBLIC WORKS

PROJECT ERATE YEAR 22, CATEGORY 2

IT IS THE DUTY OF THE Contractor to complete the work covered by this contract in exact accordance with the approved plans, specifications and other contract documents as s pecified in Article 6 below. The Contractor shall be liable to the District for any damages arising as a result of a failure to fully comply with that obligation, and the Contractor shall not be excused with respect to any failure to so comply by any act or omission of the District, Architect, Inspector, the State of California and their officers, employees, agents, and Independent Contractor of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the contract documents. Such protest shall not be effective unless reduced to writing and filed with the District office within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the contract documents.

ARTICLE 2 – CONTRACT TERM Work performed will be for the term: June 1, 2019 to July 31, 2019. The start date of the project is predicated upon the receipt of the Funding Commitment Decision Letter (FCDL) from the Universal Services Administrative Company.

ARTICLE 3 - TIME FOR COMPLETION.

The work shall be commenced on the date stated in the RFP and the District’s Notice to Proceed, as specified therein.

ARTICLE 4 – CONTRACT PRICE. The District shall pay to the Contractor as full consideration for the faithful performance of the contract, subject to any additions or deductions as provided in the contract documents, the sum of

__________________________________________________________________________________

( ), said sum being the total amount of the following amounts stipulated in the proposal.

57

Page 58: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

ARTICLE 5 – HOLD HARMLESS AGREEMENT.

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 attorney’s 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 attorney’s 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 tocomply 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 withthe Work called for in this Agreement or the Contract Documents, except for liabilityresulting 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 byContractor, either directly or by independent contract, including all damages or injuryto, 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 withWork covered by this Agreement or the Contract Documents, whether said injury ordamage occurs either on or off District property, but not for any loss, injury, death ordamages 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 anyperson hired or employed directly or indirectly by the Contractor) to pay anySubcontractor or Materialman of any tier or any other person employed in connectionwith 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.

ARTICLE 6 – PROVISIONS REQUIRED BY LAW.

Each and every provision of law and clause required to be inserted in this Contract shall be deemed to be inserted herein and this Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted or is not correctly, then upon

58

Page 59: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

application of either party the Contract shall forthwith be physically amended to make such insertion or correction.

ARTICLE 7 – COMPONENT OF THE CONTRACT

The contract entered into by this Agreement consists of the following contract documents, all of which are component parts of the contract as if herein set out in full or attached hereto:

Notice to Contractor Introduction/Purpose Objective/E-Rate Requirements E-Rate Supplemental Terms & ConditionsGeneral Terms & ConditionsSpecial ConditionsScope of Work/Technical SpecificationsProposal FormBid BondDesignation of Subcontractors FormNon-Collusion AffidavitContractor’s Certificate Regarding Workers’ CompensationConduct Rules for Contractor’sPWC-100 FormContract AgreementPerformance BondPayment BondE-Rate Supplemental Terms & ConditionsAddendum Acknowledgement(s)

All of the above-named contract documents are intended to be complimentary. Work required by one of the above-named contract documents and not by others shall be done as if required by all.

IN WITNESS WHEREOF, this Agreement has been dully executed by the above-named parties, on the day and year first above written.

Snowline Joint Unified School District

_____________________________ ____________________________

District Representative (Date) By (Date)

_____________________________ License No.__________________

Assistant Superintendent of Business (Date)

(Corporate Seal)

59

Page 60: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

PERFORMANCE BOND

WHEREAS, the District by Board action on __________________________20______________, has awarded to ______________________________________________________________________________________________________________________________________________________________________

Hereinafter designated as the "Principal," a contract for the work described as follows: ___________________________________________________________________________________________________________________________________________________________ WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract, NOW THEREFORE, ____________________________________________________________

Name of Principal

of_____________________________________________________________________________ address

City of______________________________, State of__________________________, as Principal, and, _______________________________________a corporation organized and existing under the laws of the State of __________________________, legally doing business in California as an admitted surety insurer at _______________________________________________________________________,City of _______________, State of California, as Surety, are indebted to _________________________________________District in the sum of _______________Dollars ($ ) for which payment Principal and Surety bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally.

THE CONDITION OF THIS OBLIGATION is that if the Principals, his or its heirs, executors, administrators, successors or assigns, shall keep an perform the covenants, conditions and agreements in the contract and any alteration thereof on his or their part, to be kept and performed at the times and in the manner therein specified and in all respects according to their intent and meaning, and shall indemnify and save harmless the District, its officers, agents, and employees, as therein stipulated, then this obligation shall become null and void, otherwise, it shall be and remain in full force.

Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder, or the specifications accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications.

In the event suit is brought upon this bond by the District and judgement is recovered, the Surety shall pay all costs incurred by the District in such suit, including reasonable attorney’s fees, to be fixed by the Court.

60

Page 61: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the ___________________day of__________________________ 20_____.

Principal

(Corporate Seal) By_________________________________

Typed or Printed Name

Title

Surety

(Corporate Seal) By

Typed or Printed Name

(Attach Attorney in Fact Certificate) Title

The rate of premium on this bond is per thousand.

The total amount of premium charged: $ (This must be filled in by a corporate surety).

IMPORTANT: THIS IS A REQUIREDFORM.

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, Surety’s name must also appear on the Treasury Department’s most current list (Circular 570 as amended).

61

Page 62: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Snowline Joint Unified School District Cabling / Internal Connections E-Rate Year 22 RFP #18/19-03

Any claims under this bond may be addressed to:

Name and Address of Surety:

Contact Name (please print)

(_ )_ Telephone Number

(_ )_ Fax Number

Name and Address of agent or representative for service of process in California:

Contact Name (please print)

(_ )_ Telephone Number

(_ )_ Fax Number

62

Page 63: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

STATE OF CALIFORNIA ) ) ss.

COUNTY OF )

On this day of me,

, in the year , before

, a Notary Public in and for said State, personally appeared , known to me to be the person whose name is subscribed

within the instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he subscribed the name of the (Surety) thereto and his own name as Attorney-in-Fact.

Notary Public in and for said State (Seal of Notary)

Commission expires:

NOTE: A copy of the power-of-attorney to local representatives of the bonding company must be attached hereto

63

Page 64: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

PAYMENT BOND

(Labor and Material Bond)

KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the

____________________________________________, hereinafter called "District", has awarded to

__________________________________ hereinafter designated as the "Principal", a Notice of

Intent to Award Contract for the work described as follows:

WHEREAS, said contractor is required by Division 4, Part VI, Title III, Chapter 5,

(commencing at Section 9550) of the California Civil Code to furnish a bond in connection with said

contract;

NOW THEREFORE, we, the undersigned contractor and

as surety are held and firmly bound unto the

District in the sum of

Dollars ($ ), for

which payment 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 if said contractor, his or its heirs,

executors, administrators, successors or assigns, or subcontractors, shall fail to pay any of the

persons named in Civil Code Section 9100, or amounts due under the Unemployment Insurance

Code Section 13020 with respect to work or labor performed by any such claimant, or for any

amounts required to be deducted, withheld, and paid over to the Franchise Tax board from the

wages of employees of the contractor and his subcontractors, with respect to such work and labor,

64

Page 65: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

then the surety or sureties herein will pay for the same in an amount not exceeding the sum specified

in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the

said surety will pay a reasonable attorney’s fee to be fixed by the court.

This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100

as to give a right of action to such persons or their assigns in any suit brought upon this bond.

And the said surety, for value received, hereby stipulates and agrees that no change,

extension of time, alteration or addition to the terms of the contract or to the work to be performed

thereunder of the specifications accompanying the same shall in anywise affect its obligations on this

bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to

the terms of the contract, or to the work, or to the specifications.

IN WITNESS WHEREOF, this instrument has been duly executed by the contractor and

surety above named, on the day of , 20 .

Surety Contractor

By Attorney-in-fact

65

Page 66: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

CONTRACTOR’S/CONTRACTOR’S CERTIFICATION REGARDING BACKGROUND CHECKS

[Name of Contractor]

certifies that it has performed one of the following:

Pursuant to Education Code Section 45125.1, Contractor has conducted criminal background checks, through the California Department of Justice, of all employees providing services to the Snowline Joint Unified School District, pursuant to the contract/purchase order dated

, and that none have been convicted of serious or violent felonies, as specified in Penal Code Sections 1192.7(c) and 667.5(c), respectively.

As further required by Education Code Section 45125.1, attached hereto as Attachment “A” is a list of the names of the employees of the undersigned who may come in contact with pupils.

OR

Pursuant to Education Code Section 45125.2, Contractor will ensure the safety of pupils by one or more of the following methods:

1) The installation of a physical barrier at the worksite to limit contact with pupils.

2) Continual supervision and monitoring of all employees of the entity by an employee of theentity whom the Department of Justice has ascertained has not been convicted of a violent orserious felony.

I declare under penalty of perjury under the laws of the United States that the foregoing is true and correct. Date: , 20

Name of Contractor

Signature

_________________________________________ Print Name

_____________________________________ Title

66

Page 67: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

ERATE SUPPLEMENTAL TERMS AND CONDITIONS

The Telecommunications Act of 1996 established a fund by which Schools and Libraries across the Country could access discounts on eligible telecommunications products and services. The program is commonly known as the E-rate Program. The eligibility for discounts on internet access, telecommunications products and services, internal connection products, services and maintenance is determined by the Federal Communications Commission (FCC). Funding is made available upon application approval by the Schools and Libraries Division (SLD) of the Universal Service Administrative Company (USAC), which was established by the Act. The amount of discount is based on the numbers of students receiving free and reduced price meals.

1. The project herein is contingent upon the approval of funding from the Universal ServiceFund’s Schools and Libraries Program, otherwise known as Erate.

2. The District expects Service Providers to make themselves thoroughly familiar with anyrules or regulations regarding the E-rate program.

3. Service Providers are required to be in full compliance with all current requirementsand future requirements issued by the SLD throughout the contractual period of anycontract entered into as a result of this RFP.

4. Service Providers are responsible for providing a valid SPIN (Service ProviderIdentification Number). More information about obtaining a SPIN may be found at thiswebsite: http://www.usac.org/sl/providers/step01/

5. Service Providers are responsible for providing a valid Federal CommunicationsCommission (FCC) Registration Number (FRN) at the time the bid is submitted. Moreinformation about obtaining an FRN may be found at this website:https://fjallfoss.fcc.gov/coresWeb/publicHome.do

6. Service Providers are responsible for providing evidence of FCC Green Light Status at thetime the bid is submitted. Any potential bidder found to be in Red Light Status will bedisqualified from participation in the bidding process and will be considered non-responsive. More information about FCC Red and Green Light Status may be found at thiswebsite: http://www.fcc.gov/debt_collection/welcome.html

7. Products and services must be delivered before billing can commence. At no time may theService Provider invoice before July 1, 2019.

8. Prices must be held firm for the duration of the associated E-rate Funding Year(s) or until allwork associated with the project is complete (including any contract and USAC approvedextensions).

9. The Service Provider agrees to bill and receive a portion of the payment for the provisions ofgoods and services described herein directly from USAC via the Form 474 Service ProviderInvoice (SPI). The District will only be responsible for paying its non-́discounted shared

67

Page 68: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

costs and does not intend to use the BEAR process (Form 472). The maximum percentage the District will be liable for is the pre-discount amount minus the funded amount as shown on the FCC Form 471 Block 5 and any identified ineligible costs. Alternatively, should the District decide that it is in the best interest of the District to file a Form 472, the District will inform the Service Provider of its intent.

10. All Service Provider invoicing to USAC must be completed within 120 days from the last dayof service. Should the Service Provider fail to invoice USAC in a timely manner, the Districtwill only be responsible for paying its non-discounted share.

11. Service provider shall retain all documentation related to the purchase, payment, deliveryand/or installation, including Forms 474 and receipt of payment from USAC, for all productsand services provided to the applicant. Related documentation must be retained for a period of10 years from the last date of service.

12. Even after award of contract(s) and/or e-rate funding approval is obtained, the District mayor may not proceed with the project, in whole or in part. Execution of the project, in wholeor in part, is solely at the discretion of the District.

13. Within one (1) week of award, the awarded Service Provider must provide theDistrict a bill of materials using a completed USAC “Item 21 Template”. Subsequentschedules of values and invoices for each site must match Item 21 Attachment orsubsequent service substitutions.

14. In the event of questions during an e-rate pre-commitment review, post-commitmentreview, and/or audit inquiry, the awarded Service Provider is expected to reply within 3days to questions associated with its proposal.

15. No change in the products and/or services specified in this document orders will be allowedwithout prior written approval from the district and a USAC service substitution approvalwith the exception of a Global Service Substitutions.

16. The Service Provider acknowledges that all pricing and technology infrastructureinformation in its bid shall be considered as public and non-confidential pursuant to §54.504(2)(i)(ii).

17. The Service Provider acknowledges that its offer is considered to be the lowestcorresponding price pursuant to § 54.511(b). Should it not be the lowest corresponding price,the service provider must disclose the conditions leading to the applicant being charged inexcess of lowest corresponding price.

18. This offer is in full compliance with USAC’s Free Services Advisoryhttp://www.usac.org/sl/applicants/step02/free-services-advisory.aspx. There are no freeservices offered that would predicate an artificial discount and preclude the applicant frompaying its proportionate non-discounted share of costs. The service provider agrees to providesubstantiating documentation to support this assertion should the applicant, USAC, or theFCC request it.

19. The awarded Service Provider is required to send copies of all forms and invoices to theDistrict prior to invoicing USAC for pre-approval. Failure to comply with this requirement.

68

Page 69: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

may result in the District placing the Contractor on an “Invoice Check” with the USAC http://www.usac.org/sl/applicants/step07/invoice-check.aspx

20. Services providers must comply with the FCC rules for Lowest Corresponding Price ("LCP").Further details on LCP may be obtained at USAC's website: http://www.usac.org/sl/service-providers/step02/lowest-corresponding-price.aspx

I, the undersigned, as an authorized agent of (Service Provider

Name), hereby certify that I have read the E-rate Supplemental Terms and Conditions, am fully compliant and intend to cooperate with the E-rate process as outlined above.

Signature:

Title:

Phone Number:

Email: _________________________________

Service Provider Name: _____________________________________________

69

Page 70: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

EXHIBIT A

DROP COUNT SPREADSHEET

Contractor is responsible to familiarize themselves with this RFP and the Scope of Work (SOW). This data is provided by the District on an “as is” basis and does not guarantee the accuracy of this data. Discoveries and clarifications will be done during the RFP Job-Walk, or as otherwise stated in this RFP.

SEE ATTACHED

70

Page 71: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

HeritageSITE DETAILS

302164

54,662 (ft)

COPPER CAT6 New Old

Room Building CAT6 Drops

RemoveDrops Wall Ceiling 1P 2P 4P Blank

101 County

12 6 4 1 1 4115 County

12 6 4 1 1 4Custodial County 1 0 1 0 1Files Room County 1 0 1 0 1Living Skills County 1 0 1 0 1Office County

4 4 2 21 Portable

9 3 3 1 3 22 Portable

7 2 3 1 2 13 Portable

7 5 3 1 2 14 Portable

9 7 3 1 35 Portable

7 2 3 1 2 1

Total CAT6A or Equivalent Drops

Total CAT6LocationsTotal Estimated CAT6 Cabling

Locations Faceplates

71

Page 72: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

6 Portable

7 6 3 1 2 17 Portable

7 6 3 1 2 18 2nd Grade 7 6 3 1 2 1

9 3rd Grade 7 5 3 1 2 1

10 1st Grade 7 6 3 1 2 1

11 1st Grade 7 5 3 1 2 1

12 6th Grade 7 7 3 1 2 1

13 7th Grade 7 6 2 1 2 1

14 Science 7 6 2 1 2

15 ASB 8 10 3 1 3 1

16 8th Grade 7 5 3 1 2 1

17 8th Grade

7 5 3 1 2 118 7th Grade

7 5 3 1 2 1

72

Page 73: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

19 6th Grade

7 4 3 1 2 120 Portable

9 2 5 1 4 121 Portable

12 9 6 1 3 322 Portable

7 5 3 1 2 123 Portable

7 4 3 1 2 124 Portable

7 5 3 1 2 125 Portable

7 4 3 1 2 126 Portable

7 5 3 1 2 127 Portable

7 6 3 1 2 128 Portable

7 29 3 1 2 129 Portable

7 5 3 1 2

73

Page 74: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

30 Portable

7 4 3 1 2 131 Portable

7 5 3 1 2 1Library Library

7 12 3 1 2 1 2Office Office

11 26 4 1 4Office Counseling Room Office

4 2 0 2Principle's Office Office

4 2 0 2Custodial Office MPR 2 2 1 0 1Kitchen MPR

2 7 3 2 1Kitchen Office MPR 2 1 1MPR MPR

8 2 1 2 1Staff Lounge MPR

2 0 1 0 1Totals 302 249 127 37 70 60 1 3

Heritage

MDF/IDF Drops Per MDF/IDF

MDF 26MPR 16IDF-RM03 23IDF-RM07 30IDF-RM08 28IDF-RM15 29IDF-RM19 28IDF-RM23 56IDF-RM28 35IDF-COUNTY 31

TOTALS= 302

24 Port Patch Panel

48 Port Patch Panel

1

1

11

1

1 6

1

1

1 1

1

1

74

Page 75: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Inserts MDF/IDF Notes:

IDF-COUNTY

Install 3D above/center ceiling grid.Install 2D on north wall.Install 2D on north wall.Install 2D on north wall.Install 2D on north wall.Install 1D on south wall.

IDF-COUNTY

Install 3D above/center ceiling grid.Install 2D on south wall.Install 2D on south wall.Install 2D on south wall.Install 2D on south wall.Install 1D on north wall.

IDF-COUNTY Install 1D on west wall.IDF-COUNTY Install 1D on east wall.IDF-COUNTY Install 1D on south wall.

IDF-COUNTYInstall 2D on north wall.Install 2D on south wall.

IDF-RM03

Install 3D above/center ceiling grid.Install 1D on north wall.Install 2D on east wall.Install 2D on east wall.Install 1D on west wall.Install 1D on south wall.

IDF-RM03

Install 3D above/center ceiling grid.Install 1D on south wall.Install 2D on east wall.Install 1D on west wall.

IDF-RM03

IDF-RM3 is located in this room.Install 3D above/center ceiling grid.Install 1D on north wall.Install 1D on south wall.Install 2D on south wall.

IDF-RM07

Install 3D above/center ceiling grid.Install 2D on west wall of interior office.Install 2D on west wall.Install 2D on east wall.

IDF-RM07

Install 3D above/center ceiling grid.Install 2D on west wall.Install 1D on west wall.Install 1D on east wall.

*District estimations only. Vendor is responsible for sufficient quantities of materials.

75

Page 76: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

IDF-RM07

Install 3D above/center ceiling grid.Install 2D on west wall.Install 1D on west wall.Install 1D on east wall.

IDF-RM07

IDF-RM7 is located in this room.Install 3D above/center ceiling grid.Install 2D on east wall.Install 1D on east wall.Install 1D on west wall.

IDF-RM08

IDF-RM8 is located in this room.Install 3D above/center ceiling grid.Install 2D on south wall.Install 2D on west wall.1 Location may require raceway.

IDF-RM08

Install 3D above/center ceiling grid.Install 1D on north wall.Install 1D on south wall.Install 2D on west wall.

IDF-RM08

Install 3D above/center ceiling grid.Install 1D on east wall.Install 1D on east wall.Install 2D on west wall.

IDF-RM08

Install 3D above/center ceiling grid.Install 1D on east wall.Install 1D on east wall.Install 2D on west wall.

IDF-RM15

Install 3D above/center ceiling grid.Install 1D on east wall.Install 2D on west wall.Install 1D on north wall.

IDF-RM15

Install 3D above/center ceiling grid.Install 1D on north wall.Install 2D on east wall.Install 1D on west wall.

IDF-RM15

Install 3D above/center ceiling grid.Install 2D on west wall.Install 2D on east wall.

IDF-RM15

IDF-RM15 is located in this room.Install 3D above/center ceiling grid.Install 1D on north wall.Install 1D on west wall.Install 1D on east wall.Install 2D on east wall inside office.

IDF-RM19

Install 3D above/center ceiling grid.Install 1D on east wall.Install 1D on south wall.Install 2D on west wall.

IDF-RM19

Install 3D above/center ceiling grid.Install 1D on east wall.Install 1D on south wall.Install 2D on west wall.

IDF-RM19

Install 3D above/center ceiling grid.Install 1D on east wall.Install 1D on south wall.Install 2D on west wall.

76

Page 77: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

IDF-RM19

IDF-RM19 is located in this room.Install 3D above/center ceiling grid.Install 1D on east wall.Install 1D on south wall.Install 2D on west wall.

IDF-RM23

Install 3D above/center ceiling grid in.Install 1D on east wall.Install 1D on west wall.Install 1D on south wall.Install 1D on east wall in office.Install 2D on east wall in office.

IDF-RM23

Install 3D above/center ceiling grid.Install 1D on north wall of north office.Install 2D on south wall of north office.Install 1D on north wall of center office.Install 2D on south wall of center office.Install 2D on north wall of south office.Install 1D on south wall of south office.(Refer to map.)

IDF-RM23

Install 3D above/center ceiling grid.Install 1D on west wall.Install 1D on east wall.Install 2D on south wall.

IDF-RM23

IDF-RM23 is located in this room.Install 3D above/center ceiling grid.Install 2D on west wall.Install 1D on east wall.Install 1D on south wall.

IDF-RM23

Install 3D above/center ceiling grid.Install 1D on west wall.Install 1D on east wall.Install 2D on south wall.

IDF-RM23

Install 3D above/center ceiling grid.Install 1D on west wall.Install 1D on east wall.Install 2D on south wall.

IDF-RM23

Install 3D above/center ceiling grid.Install 1D on west wall.Install 1D on east wall.Install 2D on south wall.

IDF-RM28

Install 3D above/center ceiling grid.Install 2D on north wall.Install 1D on east wall.Install 1D on west wall.

IDF-RM28

IDF-RM28 is located in this room.Install 3D above/center ceiling grid.Install 1D on north wall.Install 2D on east wall.Install 1D on west wall.

IDF-RM28

Install 3D above/center ceiling grid.Install 2D on north wall.Install 2D on south wall.

77

Page 78: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

IDF-RM28

Install 3D above/center ceiling grid.Install 2D on north wall.Install 1D on east wall.Install 1D on west wall.

IDF-RM28

Install 3D above/center ceiling grid.Install 1D on north wall.Install 2D on west wall.Install 1D on east wall.

MDF

MDF is located in this room.Install 3D above/center ceiling grid.Install 1D on east wall.Install 1D on south wall.Install 2D on west wall.

MDF

Install 3D above/center ceiling grid.Install 2D on north wall.Install 2D on east wall.Install 2D on south wall.Install 2D on east wall in nurse's area.

MDFInstall 2D on north wall.Install 2D on east wall.

MDFInstall 2D on east wall.Install 2D on west wall.

MPR Install 2D on south wall.

MPRInstall 1D on east wall.Install 1D on east wall.

MPR Install 2D on west wall.

MPR

Install 3D above/center east ceiling grid.Install 3D above/center west ceiling grid.Install 2D on south wall.

MPRIDF-MPR is located in this room.Install 2D on west wall.

0

78

Page 79: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Vista Verde ElementarySITE DETAILS

393212

69,954 (ft)

COPPER CAT6 New Old

Room Building CAT6 Drops

RemoveDrops Wall Ceiling 1P 2P 4P

8 K 7 2 3 1 2 1

9 K 7 3 3 1 2 1

10 K 7 4 3 1 2 1

11 K 7 3 3 1 2 1

12 K 7 3 3 1 2 1

13 H 7 3 3 1 2 1

14 H 7 3 3 1 2 1

15 H 7 4 3 1 2 1

Total CAT6 DropsTotal CAT6 Locations

Total Estimated CAT6 Cabling

NEWLocations Facep

79

Page 80: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

16 H 7 4 3 1 2 1

17 H 7 4 3 1 2 1

20 F 7 4 3 1 2 1

21 F 7 4 3 1 2 1

22 F 7 4 3 1 2 1

23 F 7 4 3 1 2 1

24 F 7 4 3 1 2 1

25 E 7 4 3 1 2 1

26 E 7 4 3 1 2 1

27 E 7 4 3 1 2 1

28 E 7 4 3 1 2 1

80

Page 81: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

29 E 7 4 3 1 2 1

30 J 7 4 3 1 2 1

31 J 7 4 3 1 2 1

32 J 7 4 3 1 2 1

33 J 7 4 3 1 2 1

34 J 7 4 3 1 2 1

35 L 7 5 3 1 2 1

36 L 7 4 3 1 2 1

37 L 7 4 3 1 2 1

38 L 7 4 3 1 2 1

39 L 7 4 3 1 2 1

81

Page 82: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

40 L 7 4 3 1 2 1

41 L 12 7 5 1 3 3

42 L 11 4 5 1 2 3

Cafeteria Cafeteria 10 3 3 2 2 1

Custodian Office Cafeteria 2 1 1 1Kitchen Cafeteria 1 1 1 1Kitchen Office Cafeteria 2 4 1 1Storage Cafeteria 2 0 1 15 G 13 4 6 1 2 4

7 G 13 4 6 1 2 4

Office G 4 2 2 0 2

Custodian G 1 0 1 0 1File Room G 1 0 1 0 1Kitchen G 0 1 0 0Living Skills G 2 0 1 0 1

82

Page 83: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

K1 B 7 5 2 1 2

K1-K2 Workroom B 2 1 1 2K2 B 7 6 2 1 2

Admin Admin 13 6 3 1 0 5 0

Confrence Admin 5 1 1 1 1

Health Admin 2 1 1 1Principal Admin 4 1 2 2

Secretary Admin 2 1 1 2

Teacher Workroom Admin 9 1 3 1 2 1

K3 M 7 10 3 1 2 1

K4 M 7 10 3 1 2 1

43 D 7 2 2 1 2

44 D 7 21 2 1 2

Work Room 43-44 D 4 3 2 2

83

Page 84: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

18 I 8 49 4 1 3 2

18-19 Workroom I 4 2 2 0

19 (Library) I 7 3 3 1 2 1

Totals 393 272 164 48 87 81 0

Vista Verde Elementary

MDF/IDF Drops Per MDF/IDF

MDF 19IDF-OFFICE 35IDF-Kindergarten 16IDF-Preschool 14IDF-County 34IDF-Cafeteria 17IDF-RM11 35IDF-RM15 35IDF-RM32 35IDF-RM39 65IDF-RM22 35IDF-RM27 35IDF-RM44 18

TOTALS= 393

24 Port Patch Panel 48 Port Patch Panel

1

11

11

11

11

12

11

4 10

84

Page 85: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Blank Inserts MDF/IDF Notes:

IDF-11 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-11 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-11 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-11 IDF 11 is located in this room.Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-11 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-15 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-15 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-15 IDF-15 is located in this room.Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

*District estimations only. Vendor is responsible for sufficient quantities of materials.plates

85

Page 86: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

IDF-15 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-15 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-22 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-22 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-22 IDF-22 is located in this room.Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-22 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-22 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-27 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-27 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-27 IDF-27 is located in this room.Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-27 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

86

Page 87: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

IDF-27 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-32 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-32 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-32 IDF RM-32 is located in this room.Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-32 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-32 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-39 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-39 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-39 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-39 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-39 IDF-39 is located in this room.Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

87

Page 88: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

IDF-39 Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on south-west wall.

IDF-39 Install 3D above/center ceiling grid.Install 2D on north-east wall.Install 1D on north-east wall.Install 1D on south-west wall.Install 2D on south-east wall of interior room.Install 2D on north-west wall of interior room.Install 1D on south-east wall of interior room.

IDF-39 Install 3D above/center ceiling grid.Install 2D on north-east wall.Install 1D on north-east wall.Install 2D on south-east wall.Install 1D on south-west wall.Install 2D on south-west wall.

IDF-Cafeteria IDF-Cafeteria is located in this room.Install 3D above/center ceiling grid.Install 3D above/center ceiling grid.Install 1D on south-east wall.Install 1D on south-east wall.Install 2D on north-west wall.

IDF-Cafeteria Install 2D on south-west wall.IDF-Cafeteria Install 1D on south-west wall.IDF-Cafeteria Install 2D on north-west wall.IDF-Cafeteria Install 2D on north-east wall.IDF-County Install 3D above/center ceiling grid.

Install 1D on south-east wall.Install 1D on north-east wall.Install 2D on north-west wall.Install 2D on north-west wall.Install 2D on north-west wall.Install 2D on north-west wall.

IDF-County Install 3D above/center ceiling grid.Install 1D on north-west wall.Install 1D on north-east wall.Install 2D on south-east wall.Install 2D on south-east wall.Install 2D on south-east wall.Install 2D on south-east wall.

IDF-County Install 2D on north-west wall.Install 2D on south-east wall.

IDF-County Install 1D on south-west wall.IDF-County Install 1D on north-east wall.IDF-County Remove existing AP drop in kitchen area.IDF-County Install 2D on south-east wall.

88

Page 89: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

IDF-K Install 3D above/center ceiling grid.Install 2D on north-west wall.Install 2D on north-west wall.

IDF-K Install 2D on south-west wall. IDF-K Install 3D above/center ceiling grid.

Install 2D on south-east wall.Install 2D on south-east wall.Remove drop at projector.

0 IDF-OFFICE IDF-OFFICE is located in Office area.Install 3D above/center ceiling grid.Install 2D at existing north floor box.Install 2D at existing south floor box.Install 2D at north front desk.Install 2D at south front desk.Install 2D on east wall.

IDF-OFFICE Install 3D above/center ceiling grid.Install 2D on north wall.

IDF-OFFICE Install 2D on west wall.IDF-OFFICE Install 2D on south wall.

Install 2D on west wall.1 Location may require raceway

IDF-OFFICE Install 2D on east wall.Demo exisiting drop in floor box.

IDF-OFFICE Install 3D above/center ceiling grid.Install 1D on north wall.Install 1D on north wall.Install 1D on south wall.Install 3D on west wall.

IDF-Preschool Install 3D above/center ceiling grid.Install 2D on north-east wall.Install 1D on south-east wall.Install 1D on south-west wall.

IDF-Preschool IDF-K-10 is located in this room. (IDF-K-10 = New 14D)Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 2D on south-west wall.Install 1D on south-east wall.

IDF-RM44 Install 3D above/center ceiling grid.Install 2D on south-west wall.Install 2D on south-west wall.

IDF-RM44 Install 3D above/center ceiling grid.Install 2D on North-East Wall.Install 2D on North-East Wall.

IDF-RM44 Install 2D on north-west wall.Install 2D on north-west wall.Remove exsiting AP drop in ceiling.

89

Page 90: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

20 MDF Install 3D above/center ceiling grid.Install 1D on north-east wall.Utilize 5400 raceway to install 1D on north-west wall.Utilize 5400 raceway to install 2D on south-west wall.Utilize 5400 raceway to Install 1D on south-west wall.

MDF Install 2D on north-west wall.Install 2D on north-west wall.

MDF Install 3D above/center ceiling grid.Install 1D on north-east wall.Install 1D on north-east wall.Install 2D on existing power pole.

20 0

90

Page 91: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

EXHIBIT B

DROP MAPS

Contractor is responsible to familiarize themselves with this RFP. This data is provided by the District on an “as is” basis and does not guarantee the accuracy of this data. Discoveries and clarifications will be done during the RFP Job-Walk, or as otherwise stated in this RFP.

SEE ATTACHED

91

Page 92: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

26 25 2224 23 2021

3031 272829

19 161718

15141312

Res

troo

ms

891011

7654

Res

troo

ms

1

2

3

7

Sta

ff Lo

unge

Kitc

hen

LibraryOffice

County Building

The Heritage SchoolSnowline JUSD9542 Wilson Ranch RoadPhelan, CA 92371

N

S

EW

Map A

Map B

Map C

Map D

Map E

92

Page 93: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

MPR

Sta

ff Lo

unge

Kitc

hen

The Heritage School Map A (Office/MPR)Snowline JUSD9542 Wilson Ranch RoadPhelan, CA 92371

N

S

EW

Ceiling Data Jacks

3 32

2

2

2

2

22

2

2

RR

2

11

2

11 3 3

2

2

2

93

Page 94: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

The Heritage School Map BSnowline JUSD9542 Wilson Ranch RoadPhelan, CA 92371

N

S

EW

RM 8RM 9RM 10RM 11

RM 4

Res

troo

ms

RM 1

RM 2

RM 3

22

1

1

11 2

12

1

22

RM 5 RM 6 RM 7

2 21

1 2 1

1

2

1

1

11

2 211

1

1

2 2

2

Ceiling Data Jacks

3

3

33 3 3 3

3 3 3 3

1

94

Page 95: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

RM 26 RM 25 RM 22RM 24 RM 23 RM 20RM 21

RM 30RM 31 RM 27RM 28RM 29

The Heritage School Map CSnowline JUSD9542 Wilson Ranch RoadPhelan, CA 92371

N

S

EW

Ceiling Data Jacks

1 2 1 2

2 1

1

1 1

1

2 1

2

2 2 2 21

1 1 1 2 11 1 1 1

1

2

1

1

2

2

1

1 12

3 3 3 3 3

3333333

2

1

1

95

Page 96: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

RM 19 RM 16RM 17RM 18

RM 15RM 14RM 13RM 12

Res

troo

ms

The Heritage School Map DSnowline JUSD9542 Wilson Ranch RoadPhelan, CA 92371

N

S

EW

Ceiling Data Jacks

1 1

12 1

12

2

21

2

2 2 22 1 1 1 1

1 1 1 1

3333

3 3 3 3

1

96

Page 97: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

The Heritage School Map ESnowline JUSD9542 Wilson Ranch RoadPhelan, CA 92371

N S

EW

RM 101 RM 115

Office

Kitchen

File Storage

RRLiving SkillsRRRRCustodianRR

3 3

Ceiling Data Jacks

1

1

1

22

22 2

22

2

22

11

97

Page 98: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

12

11

10

9

8

17

16

15

14

13

34

33

32

31

30

41

40

39

38

37

19

Workroom

18

Restroom

42

36

35

24

23

22

21

20

29

28

27

26

25

County Building

44

Workroom

43

Restroom

Cafeteria

K-4

K-3

Wor

kroo

m

K-2K-1Office

Kitchen

Shade Structure

Shade Structure

Shade

Mech

Mech

Mech

Mech

Vista Verde Elementary SchoolSnowline JUSD13403 Vista Verde StreetVictorville, CA 92392

N

S

E

W

Map A

Map B

Map C

Map D

Map E

98

Page 99: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

12

11

10

9

8

17

16

15

14

13

34

33

32

31

30

41

40

39

38

37

19

Workroom

18

Restroom

42

36

35

Mech

2

2

1 1

2

Vista Verde Map A Snowline JUSD13403 Vista Verde StreetVictorville, CA 92392

N

S

E

W

2

1

2

2

1

1

1

11

1 1

1 1

1 1

2

2

2

2

2

1

1 1

2

1 12

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

1 12

1 1

2

1 1

2

1 12

1 1

2

1 1

2

1 1

2

1 1

2

22

1

1

12

3

3

3

3

3

3

3

3

3

3

3

3

3

3

Ceiling Data Jacks

3

3

3

3

3

3

3

3

3

3

3

2 1

1

99

Page 100: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

24

23

22

21

20

29

28

27

26

25

County Building(See Map D)

44

Workroom

43

Restroom

MPR Kitchen

Shade Structure Shade Structure

Mech

2 2

2 2

22

Vista Verde Map B Snowline JUSD13403 Vista Verde StreetVictorville, CA 92392

N

S

E

W

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

1 1

2

2

11 1

2

2

2

Ceiling Data Jacks

3 3

3

3

3

3

3

3

3

3

3

3

3

3

100

Page 101: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

K4

K3

K2K1

Office

(See Front Office Map)

Shade

Mech

Mech

Vista Verde Map C Snowline JUSD13403 Vista Verde StreetVictorville, CA 92392

N

S

E

W

222

2

RR

RR

2

RR

RR

1

11

1

22

Ceiling Data Jacks

3 3

3

3

101

Page 102: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Vista Verde Map D (County Building) Snowline JUSD13403 Vista Verde StreetVictorville, CA 92392

N

S

E

W

75

Office

Kitchen

File Storage

RRLiving SkillsRRRRCustodianRR

1 1

22

22

22

2211

1

2 2

2

1

3 3

Ceiling Data Drop

102

Page 103: 101 Stadium Way, Phelan CA 92371 › b8d4 › 11 › 28 › 18 › 212215-2cdf41... · There will be a mandatory pre-bid job-walk meeting beginning at 7:30 A.M., Monday, November

Storage

RR

RR Staff Workroom

Principle

Secretary

Storage RR Health Conference Room3

22

2

1

1

2

2

12

2

2

N

Vista Verde Map E (Front Office)Snowline JUSD13403 Vista Verde StreetVictorville, CA 92392

S

EW

Floor Data Jacks

3

Ceiling Data Jacks

3

3

22

35 Drops

103


Recommended