SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT PLEASE QUOTE YOUR PRICES F.O.B. OUR WAREHOUSE, SAN BERNARDINO, CALIFORNIA BID FORM

Similar documents
SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT PLEASE QUOTE YOUR PRICES F.O.B. OUR WAREHOUSE, SAN BERNARDINO, CALIFORNIA BID FORM

CORONA-NORCO UNIFIED SCHOOL DISTRICT 2820 Clark Avenue Norco, CA NOTICE TO PROPOSERS. RFP No. 2018/19-027

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

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

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

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

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

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

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

2. Develop recommendations and best practices for the District to following in serving these students.

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

BID # EFI H1625 LED Wide Format Printer Fullerton College

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

REQUEST FOR PROPOSAL RFP #14-03

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

REQUEST FOR SEALED BID PROPOSAL

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Suite 300 Tenant Improvement

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

REQUEST FOR QUOTE # 16471

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

University of California, Riverside Barn Expansion

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

REQUEST FOR SEALED BID PROPOSAL

Attachment A Required Submission Documents BIDDER INFORMATION

TULARE COUNTY OFFICE OF EDUCATION. Router

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INSTRUCTIONS TO BIDDERS

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

WIRELESS EQUIPMENT. E-Rate Yr 20 ( ) RFP # Request for Proposals Issued: February 6, 2017

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

REQUEST FOR FORMAL BID

CABLING PROJECT RFP #

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

REQUEST FOR SEALED BID PROPOSAL

RETIREE HEALTH BENEFITS TRUST

INSTRUCTIONS TO BIDDERS

Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

REQUEST FOR SEALED BID PROPOSAL

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

RFP # Before 2:00pm

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

REQUEST FOR SEALED BID PROPOSAL

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

NOTICE INVITING BIDS

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

REQUEST FOR FORMAL BID

INSTRUCTIONS TO BIDDERS

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

TULARE COUNTY OFFICE OF EDUCATION. Router

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

REQUEST FOR FORMAL BID

MANDATORY GENERAL TERMS AND CONDITIONS:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

REQUEST FOR SEALED BID PROPOSAL

PROPOSAL REQUIREMENTS AND CONDITIONS

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

TELECOMMUNICATION SERVICE Internet Service RFP # Attention: Technology Department

REQUEST FOR SEALED BID PROPOSAL

Invitation to Bid BOE. Diesel Exhaust Fluid

UNIVERSITY OF MISSOURI REQUEST FOR BID (RFB) / PROPOSAL (RFP) GENERAL TERMS AND CONDITIONS & INSTRUCTIONS TO BIDDERS/RESPONDENTS

5. BID FORMS TABLE OF CONTENTS

ADDENDUM For Reference For Bidders

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

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

REQUEST FOR SEALED BID PROPOSAL

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PURCHASING DEPARTMENT

City of New Rochelle New York

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

Transcription:

Page 1 of 19 SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT PLEASE QUOTE YOUR PRICES F.O.B. OUR WAREHOUSE, SAN BERNARDINO, CALIFORNIA TO: BID NO.: 17-24 Date Emailed: March 29, 2018 BID FORM This Quotation must be delivered before: 1:00 p.m. April 12, 2018 Submit Bid to Purchasing Agent 793 North E Street, San Bernardino, California 92410 The Board of Education of the San Bernardino City Unified School District will receive sealed bids on Chain Link Fencing and Associated Materials Bid No. 17-24, on or before 1:00 p.m., April 12, 2018. Bid proposals will be received at the Smart Building BID BOX, located in the main entrance at SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 793 North E Street, San Bernardino, CA 92410, and shall be opened at the above stated time and place. All proposals must be clearly marked on the outside of a sealed envelope with the Vendor s company name and the Bid Number. It is the Vendor s sole responsibility to ensure that its proposal is received at the correct location and by the time of opening. No vendor may withdraw its proposal for a period of 60 days after the date set for the opening. Lenore McCall Lenore McCall Buyer Purchasing Services Debra Love Debra Love Director of Purchasing Purchasing Services TABLE OF CONTENTS Page Nos. Notice Inviting Bids 2 General Bid Instructions and Conditions 3-8 Supplemental Bid Conditions Bid Sheets 9-10 11-14 Non-Collusion Affidavit 15 Vendors Application Equal Opportunity Certification Debarment Certification Vendor Tax Information (W-9 Form) 16 17 18 19

Page 2 of 19 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received in the Smart Building BID BOX, located in the main entrance at SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 793 North E Street, San Bernardino, CA 92410, on or before April 12, 2018 at 1:00 P.M. for: Bid No. 17-24, Chain Link Fencing and Associated Material Bid forms on which the bid must be presented, specifications, terms, conditions, and instructions required for bidding may be secured at above department or downloaded from the District website at http://sbcusd.com/district_offices/business_services_division/purchasing/bids_and_r_f_ps Bids will be received at the Smart Building BID BOX, located in the main entrance at SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 793 North E Street, San Bernardino, California, 92410, and shall be opened at the above stated time and place. All bids must be clearly marked on the outside of the envelope with the bidder s company name and the Bid Number 17-24. It is the bidder s sole responsibility to ensure that their bid is received in the bid box on time. No bidder may withdraw their bid for a period of sixty (60) days after the date set for the opening of bids. The District may award any, all, or none of this bid. Purchase is contingent upon availability of funds. Local and minority bidders are specifically encouraged to submit bids. Publication dates are: March 29, 2018 and April 5, 2018 Bid Opening: April 12, 2018 at 1:00 p.m. SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT By: Lenore McCall, Buyer, Purchasing Services San Bernardino City Unified School District, San Bernardino, CA (909) 381-1339

Page 3 of 19 1. SUBMITTING BIDS: Each bid must be received in the Smart Building BID BOX, located in the main entrance at SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 793 North E Street, San Bernardino, California, by the time prescribed on the face of the bid form. Only bids submitted on the District bid forms shall be accepted. All attachments to the proposal shall include the bidder s company name. All bids shall be signed with the firm name and by a responsible officer or employee. Each bid shall be in a sealed envelope bearing the bid number, the date and hour specified for public opening. It is the bidder s sole responsibility to see that their bid is received by the date and time specified and in the Smart Building BID BOX, located in the main entrance at SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 793 North E Street, San Bernardino, CA 92410. The bid proposal must be signed by a person duly authorized to bind the bidder to the bid. By signing, the authorized person is agreeing to all terms, conditions, instructions, specifications and requirements of this bid document, including all amendments and attachments. 2. BID RESPONSE DEADLINE: The bid must be received on or before the time indicated in the Notice Inviting Bids. Bids delivered or received after the opening date and time will not be accepted. Bids submitted after the deadline will be returned unopened and the bidder will be disqualified. Bids received by mail after the opening date and time will be returned to the bidder. Faxed or emailed bids will not be accepted. After Bid opening and during the evaluation period, the District will not release any information on the bids received. 3. CORRECTIONS: All prices and notations shall be typewritten or in ink. No erasures will be permitted. Mistakes may be crossed out and corrections made adjacent and shall be initialed in ink by person signing bid. Verify your bids before submission. 4. BID MODIFICATIONS/QUALIFICATIONS BY BIDDER: The full and complete bid response requirement shall remain constant regardless of any other products and services, or approach to the solution the bidder may offer in the bid response. A bid response to any specific item of this bid with terms such as negotiable, will negotiate or similar, may be considered non-responsive to that specific item. Partial responses, changes to, additions, deletions, or exceptions to this bid by the bidder, which are not specifically called for in the bid documents, may result in the District s rejection of the bid. 5. ACCEPTANCE: Bid on each item separately. Prices shall be stated in units specified. The Board will not be responsible for errors in extensions. The right is reserved to reject any and all bids or portions of bids; to waive any irregularities or informalities in any bid or in the bidding; and to accept or reject any items in the bid. Vendors are to bid only one piece of equipment per line and one price per line, multiple equipment and pricing offers will not be accepted. One bid per vendor, multiple bids will not be accepted. Only one price per equipment and one item may be quoted per line item. The District will not accept multiple bids, equipment offers or pricing structure per line number. 6. TIE BIDS: In the event that there are two or more identical lowest or highest bids, as the case may be, submitted to the District, a decision will be made in accordance with Public Contract Code 20117. 7. FAILURE TO PROVIDE REQUESTED INFORMATION: Failure of a bidder to provide any required documentation or information requested in this package may result in the rejection of their bid. 8. BID EVALUATION CLARIFICATION: The District reserves the right to obtain clarification of any point in a bidder s submittal or to obtain additional information. The District reserves the right to conduct on District site, telephone or email, conversations with the bidders to clarify bid proposals and other documents, ask questions or

Page 4 of 19 obtain additional information. The bidder s inability to respond to this request may be cause for disqualification of their bid. 9. SUBSTITUTIONS: Use of patent or proprietary names or the names of manufacturers in these specifications shall be deemed to be used for the purpose of facilitating a description and shall be deemed to be followed by the words or equal unless the bid specifically requires no substitutions. The bidder may offer any materials or products which shall be substantially equal to that so indicated or specifically provided; however, the bidder shall furnish samples and/or full descriptive information covering the product bid on, properly marked, showing item number and page number on each sample, or description, before closing time of bid. 10. QUALITY: All workmanship, materials, and articles incorporated in the items covered by this specification shall be of the best available grade of their respective kinds of the purpose for which the items are to be used. All equipment shall be new unless otherwise specified. 11. BONDS: No bidder s bond or certified check is required, unless directed in the supplemental bid conditions. 12. DEFECTS AND COMPLIANCE: Bidders shall guarantee all items purchased under this bid to be in compliance with the bid specifications and shall be free of defects. Should any problems arise due to defective material(s) or faulty workmanship, or if the product is not in compliance with bid specifications and requirements, the vendor shall replace the product at no charge, including labor, material and transportation costs, to the complete satisfaction of the District. If the vendor is unable to meet the District requirements, the District reserves the right to receive a full refund check from the vendor for the unsatisfactory merchandise, including all labor, materials and transportation costs. Repeated failure to provide product on time and/or product(s) which do not meet the specifications, will constitute grounds for termination of the contract. If determined by the District, after a written warning to the successful bidder and a reoccurrence of the same failure, the contract may be terminated. If so, a letter of cancellation shall be mailed by the Purchasing Department to the vendor. At the time of termination, payment of invoices for products and/or services already received and approved in accordance with bid documents shall be the responsibility of the District. The District shall not be responsible for any loss of profits resulting from cancellation of a portion of any order at the time of termination. The rights and remedies of the District provided above shall not be exclusive and are in addition to any other rights and remedies provided by law. Unless a prior written agreement has been reached with the District, failure to comply with the promised delivery schedule or failure to provide an acceptable product, releases the District from all obligations. In addition, the vendor will be responsible for the cost difference of purchasing items from the next lowest responsible bidder meeting all District specifications and conditions. If next lowest responsible bidder is unable to supply the items, the District reserves the right to purchase the items from another source and bill the difference from any unpaid balance owed the original awarded bidder. 13. PATENT INFRINGEMENTS: The successful bidder shall hold the San Bernardino City Unified School District, its officers, agents, servants and employees, harmless from liability of any nature or kind on account of use of any copyrighted or uncopyrighted composition, secret process, patented invention, article, or appliance, furnished or used, under this bid. 14. DELIVERY: It is understood that the bidder agrees to deliver prepaid all items on which bids are accepted to the address indicated on the bid form. All costs for delivery, equipment, transportation fuel, mileage, drayage, freight, etc. or the packing of said articles are to be borne by the bidder.

Page 5 of 19 15. SALES TAX AND ENVIRONMENTAL FEES: (A) Do not include California State Sales Tax in bid. Said tax will be added to invoice and paid by the District. (B) Do not include Federal Excise Tax or Use Tax in the bid. The District is not subject to same. (C) Do not include an environmental recycling fee for monitors, said fee will be added to invoice and paid by the District. 16. DISCOUNT: Cash discount when stated on bid shall be allowed on all payments that are processed by the District with reasonable promptness after acceptance of material and receipt of vendor s invoice. Cash discount for a period of less than thirty (30) days will not be considered in determining low bidder. 17. NON-BIDDERS: If bid is not made, please notify the District if you wish to remain on the mailing list. 18. INTERPRETATIONS OF BID DOCUMENTS: All interpretations of the bid conditions and/or specifications shall be made only by written addendum. The District shall not be responsible for any other explanation or interpretation of the bid document. 19. LEGAL REQUIREMENTS: All bidders are required to comply with and be bound by all applicable provisions of law whether or not referred to herein. 20. AWARD OF BID: Award will be made to the lowest responsible bidder(s) meeting District specifications and requirements. This bid implies no obligation to buy. The District reserves the right to refrain the award of this bid. The District reserves the right to award to one, or to multiple vendors, and may award any, all or none of this bid. In addition, the District may award all of the bid and refrain from entering into an agreement or placing orders for any or all of the items awarded. THERE SHALL BE NO MINIMUM OR MAXIMUM CONTRACT OR PURCHASE ORDER QUANTITIES. The award is subject to acceptance by the District s Board of Education. The District reserves the right to reject all bids and not award a contract. If there is a discrepancy between the unit price bid and the extended price, unit prices shall prevail. 21. REJECTION OF BIDS: The District reserves the right to accept or reject any or all bids or portions of bids, to waive any irregularities or informalities in any bid or in the bidding. 22. COMMUNICATION OF AWARD: Bid awards made by the Board of Education shall not become binding upon the District until communication in writing to the successful bidder. 23. SAFETY REGULATIONS: All equipment and supplies furnished, and/or all work performed, shall meet all applicable safety regulations of the Division of Occupational Safety and Health of the State of California and Health Codes of the State of California. 24. AFFIRMATIVE ACTION: The bidder shall certify that he is an Equal Opportunity Employer and has made a good faith effort to improve minority employment and agrees to meet federal and state guidelines. No discrimination shall be made in the employment of persons upon public works in this project because of the sex, race, color, national origin or ancestry, religion, or handicap of such personnel. Complete the enclosed certification document and return it with your bid. This document should be submitted with each bid. 25. TERMINATION FOR CONVENIENCE: The District may terminate this agreement for any reason whatsoever. The District will give 10 days written notice. 26. ALTERNATE SOURCES: Nothing in this agreement shall prohibit the District from acquiring the same type or equivalent material or service from other sources, when deemed to be in the best interest of the District. 27. UNIT PRICES: Pricing shall be per unit. The pricing per unit shall include all costs (excluding tax and environmental fees) and shall be delivered F.O.B. Destination.

Page 6 of 19 28. SPECIFICATIONS: The District shall be the sole judge as to whether items bid are equal to the District specifications and whether the successful bidder meets the Districts requirements and specifications. The District has standardized on particular products. Where specific product codes or model numbers are required in this bid, equivalent products may be acceptable. The vendor should provide documentation ensuring that product equivalents meet the specifications of this bid and District requirements. The District retains the right to reject any provided equivalents if, in its opinion, the product equivalent does not meet the bid or District requirements. The District shall be the sole judge as to whether products or services bid are equal or meet the District requirements. Product information sheets (ex: literature, specifications, drawings) should be submitted with bid, if bidding on items other than the manufacturer/model stated in District bid. 29. BID QUANTITIES: The quantities listed herein are estimates. The District reserves the right to order more, less or none of the quantity indicated or to withdraw a line item or the entire bid. 30. FUNDS: Purchase is contingent upon availability of funds. 31. BID TERM: The bid term will commence upon award by the Board of Education, and shall continue for an initial term of one (1) year. Pricing shall be held firm for the duration of the year. 32. BID EXTENSION: The District reserves the right to extend the bid on a year to year basis, not to exceed three (3) years (including the first year) at the discretion of the successful bidder and the District, if it is in the best interest of the District. 33. PRICE ESCALATION: After the initial one (1) year term, prices may increase in accordance with the terms of this price escalation clause. A maximum price increase of no more than five (5%) per year, or in accordance with the U.S. Department of Labor, Bureau of Labor Statistics, Consumer Price Index All Urban Consumers Los Angeles, All Items, for Los Angeles/Riverside/Orange County, twelve (12) month percentage change, whichever is less, may be negotiated subject to the existing market conditions and approval by the District. The successful bidder must substantiate such price increases by providing documentation that is acceptable and to the complete satisfaction of the District in order to justify the increase. 34. PRICE DECREASES: Bidders are required to pass price reductions immediately through to the San Bernardino City Unified School District as market prices drop for these products throughout the duration of the bid award and any extensions. In addition, the District reserves the right to extend this bid for additional years under any price decreases provided by the successful bidder if it is in the best interest of the District. 35. DELIVERY: Upon placement of a purchase order, the successful bidder shall deliver materials within a thirty (30) calendar days maximum period unless other delivery times or arrangements have been agreed to by the District and vendor. Items shall be required to be delivered to the San Bernardino City Unified School District Warehouse, 871 North J Street, San Bernardino, California, 92411, unless otherwise indicated on the purchase order.. All items are F.O.B. Destination, no freight/shipping charges. All products and services are subject to final inspection and acceptance by the District. Such final inspection shall be made within a reasonable time after delivery. Pick up and delivery shall be made between 7:00 a.m. and 3:00 p.m. weekdays, unless other delivery times are agreed to by the District and the vendor.

Page 7 of 19 36. PRODUCT AVAILABILITY: By submitting a bid, the vendor indicates that he has the ability to provide product to the District by the time indicated in the bid response. 37. INVOICES: Invoices must be clearly itemized, including the unit price and purchase order number. Invoices determined to be incorrect shall be returned and not paid until a credit for the invoice or a corrected invoice is supplied. Payment will be made within thirty (30) days of receipt of correct invoices and merchandise. 38. W-9 FORM: The attached W-9 Form must be completed and included with the submittal of bid. 39. INSPECTION OF VENDOR FACILITIES: All qualifying vendors are subject to inspection of facilities by the District. 40. ADDENDUM: If it becomes necessary to revise any part of this bid, an addendum will be posted on the District website. The addendum must be signed and included in your bid package. Any clarifications or corrections to this bid shall be made by written amendment. Any amendments to this bid will be posted to the District website at http://sbcusd.com/district_offices/business_services_division/purchasing/bids_and_r_f_ps/ Each Bidder is solely responsible for checking the website for amendment postings. Request to amend any part of this bid must be done in writing by no later than 1:00 p.m., April 6, 2018. 41. BID WITHDRAWAL: Prior to the bid opening date and time, a bid may be withdrawn at the bidders request. No bidder may withdraw their bid for a period of sixty (60) days from the bid opening. 42. SAFETY DATA SHEETS: Safety Data Sheets (SDS) should be submitted as required by law and as a result of this bid. Payment will be delayed until the required SDS is received and accepted by Maintenance and Operations. 43. LAWS: All codes, laws, ordinances, rules, regulations, orders and other legal requirements of the city, county, state, federal and other public authorities which bear on items provided in this bid shall be adhered to, as applicable. Latest editions shall be applicable unless specified otherwise. This bid is governed by and construed in accordance with the laws of the State of California. Each and every provision of law and clause required by law to be inserted in this bid shall be deemed to be inserted herein and the bid 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 inserted, then upon application of either party, the bid shall forthwith be physically amended to make such insertion or correction. The bidder and the District agree that if any provision of this contract is found to be illegal or unenforceable, such term or provision shall be deemed stricken and the remainder of the bid shall remain in full force and effect. Either party having knowledge of such term or provision shall promptly inform the other of the presumed noapplicability of such provision. Should the offending provision go to the heart of the bid, the bid shall be terminated in a manner commensurate with the interests of both parties, to the maximum extent reasonable. 44. CONTACTS: Please provide us with the following information: Local Contact Business License Number Phone No. Expiration Date 45. VENDOR APPLICATION: Each bidder shall be required to complete the Vendor Application included with these bid documents.

Page 8 of 19 46. REFERENCES: Each bidder shall include with his bid a list of businesses including other school districts, if any, for which they have provided the same products and/or services as required herein. 47. EXPERIENCE: The bidder, by submitting a bid, indicates that he has the ability to fulfill the terms and conditions of the bid and has been successful in supplying the products and/or services associated with this bid for a period of at least five (5) years. 48. DEBARMENT, SUSPENSION & EXCLUSION: The successful bidder shall certify, that neither it nor its principals is presently debarred, suspended, proposed for debarment; declared ineligible, or voluntarily excluded from participation in the transaction by any Federal department agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contract and subcontracts. Were the bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this proposal. (See Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion.) 49. SIGNATURES: Original signatures are required on all bids. All prices and notations must be typed or legibly written in ink. Bids must not be written in pencil. Mistakes may be crossed out and correction inserted adjacent, and the correction must be initialed in ink by the person signing the proposal. 50. PIGGYBACKABLE BID: In accordance with Public Contract Code Section 20118, other school districts in the State of California may purchase under the same terms and conditions of this bid if it is determined to be in their best interest. If so, the San Bernardino City Unified School District waives its right and prefers that each school district work directly with the successful bidder. Sales to the other district will be made at the discretion of the successful bidder. 51. NEW EQUIPMENT: All items must be new and manufacturer s warranty should be included in specifying each item 52. UL LISTED EQUIPMENT In regard to items that require a power supply, Bidder shall submit bids only on equipment that has three-wire cords and is certified to be in compliance with applicable regulations of the California Division of Occupational Safety and Health. 53. WARRANTY: Vendors shall specify warranty period on bid form for all products. Minimum term of warranties shall apply for parts and labor. 54. DISTRICT CONTACT: All contact with the District regarding this bid shall be made through the Buyer, Lenore McCall, at (909) 381-1339, unless otherwise authorized by the Buyer. It is extremely important that all bidders read and adhere to the terms and conditions, specifications and all bid documents included herein: Questions regarding this bid must be emailed to San Bernardino City Unified School District by 1:00 pm April 6, 2018 and directed to the attention of Lenore McCall at: lenore.mccall@sbcusd.k12.ca.us, Buyer, Purchasing Services, (909) 381-1339

Page 9 of 19 SUPPLEMENTAL BID CONDITIONS 1. SCOPE OF WORK: The purpose of this bid is to purchase chain link fencing and associated materials and related supplies on an as needed basis, for installation at various school sites and administrative offices in the District. Installation to be performed by the District. 2. DELIVERY: Upon placement of a Purchase Order or verbal request using a Blanket Purchase Order, the successful bidder shall deliver materials within twenty-four (24) hours of the purchase order or request using a Blanket Purchase Order, unless other delivery times or arrangements have been agreed to by the District and Vendor. 3. NEW MODELS/DISCONTINUED PRODUCT: By submitting a bid, vendor agrees to offer updated models as available under the same Terms and Conditions, throughout the term of the bid, and all extensions. See Price Escalation/Decreased clause. 4. QUANTITIES: Quantities shown are for bidding purposes only, the District does not guarantee them as minimum or maximum quantities to be furnished. 5. PRICING: Bid prices must remain in effect for a minimum of one (1) year from the bid award date. 6. TERM OF AWARD: This bid is to be in force for a period renewable in twelve-month increments up to a maximum of three (3) years from date of the award. 7. DAMAGED ITEMS: Successful bidder will be required to replace any damaged items before acceptance is made by the District. 8. EQUAL: Items submitted as Equal to the items requested on the Bid Sheet must be clearly noted as such and those specifications must be submitted with the sealed bid response. See Item 9 Substitutions and 28 Specifications located under General Bid Instructions and Conditions. Some of the Supplies and Material being requested are for existing equipment and must conform to the specifications of the supplies and materials being requested. The Bidder providing an equal supply or material must provide a comparative analysis for each item being substituted as an equal. Failure to provide the side by side comparison may be cause for rejection of your bid. 9. CATALOG DISCOUNT: The bid will be awarded based on the base price of the specific items requested in the bid proposal. Award of catalog percent discounts located on the Additional Pricing Information sheet will be incidental and supplemental to line item specification, pages 11-14, and will not be the basis for bid award.

Page 10 of 19 ADDITIONAL PRICING INFORMAITON DISCOUNT FROM VENDORS MANUFACTURERS CATALOG PRICING The District may purchase additional items of this commodity type that are not specifically listed in this bid. Bidders are to provide percentile discounts for their full line of products. This District will not base the award of the bid on this/these offerings. Bidder agrees to provide additional product and materials in accordance with the bid documents for a percentage discount from a vendor s most recent Published Catalog/List Price. All shipping cost are to be included in determination of discounts offered here. Percentage discount must remain firm for the duration of the initial contract year, and for additional contract years at the discretion of the successful bidder and the District, if it is in the best interest of the District. Price lists submitted must be current and in effect at the time of the bid opening. Bidder should provide a dated copy of the current catalog and Published Catalog List Price for any offered product line. The District reserves the right to accept or reject any general discount when making an award. Vendors Submitted Mfg. Price List (List the Mfg. Name/Brand Below) % Discount off Published Vendor Price List Example(s): Mfg. Aruvil 18% off List Mfg. MMI 24% off List % % % %

Page 11 of 19 ITEM NO. DESCRIPTION QTY UNIT BRAND/MFG AND WARRANTY UNIT PRICE EXTENDED PRICE 1 4 9-GAUGE CHAINLINK 500 FT 2 5 9-GAUGE CHAINLINK 2000 EA 3 6 9-GAUGE CHAINLINK 2000 FT 4 8 9-GAUGE CHINKLINK 1000 FT 5 10 9-GAUGE CHAINLINK 500 FT 6 12 9-GAUGE 500 FT 7 1 5/8 SCH 40 PIPE 5000 FT 8 1 7/8 SCH 40 PIPE 500 FT 9 2 3/8 SCH 40 PIPE 4000 FT 10 2 7/8 SCH 40 PIPE 300 FT 11 3 ½ SCH 40 PIPE 3000 FT 12 4 SCH 40 PIPE 200 FT

Page 12 of 19 ITEM NO. DESCRIPTION QTY UNIT BRAND/MFG AND WARRANTY UNIT PRICE EXTENDED PRICE 13 1 5/8 TENSION BANDS 50 EA 14 1 7/8 TENSION BANDS 100 EA 15 2 3/8 TENSION BANDS 200 EA 16 2 7/8 TENSION BANDS 100 EA 17 3 ½ TENSION BANDS 2000 EA 18 1 5/8 BRACE BANDS 20 EA 19 1 7/8 BRACE BANDS 20 EA 20 2 3/8 x 1 5/8 EYETOPS 600 EA 21 2 7/8 x 1 5/8 EYETOPS 50 EA 22 2 3/8 POST CAPS 50 EA 23 2 7/8 POST CAPS 20 EA 24 3 ½ POST CAPS 400 EA

Page 13 of 19 ITEM NO. DESCRIPTION QTY UNIT BRAND/MFG AND WARRANTY UNIT PRICE EXTENDED PRICE 25 4 POST CAPS 20 EA 26 8 ½ STEEL HOOK TIES; 1000/CS 6 CS 27 HOG RINGS; 25-LB. BOX 4 BX 28 4 TENSION BARS 10 EA 29 5 TENSION BARS 100 EA 30 6 TENSION BARS 10 EA 31 4 x 5 SINGLE WALK GATE 5 EA 32 4 x 6 SINGLE WALK GATE 5 EA 33 4 x 8 SINGLE WALK GATE 5 EA 34 10 x 5 DOUBLE DRIVE GATE 5 EA 35 10 x 6 DOUBLE DRIVE GATE 5 EA 36 10 x 8 DOUBLE DRIVE GATE 5 EA

Page 14 of 19 ITEM NO. DESCRIPTION QTY UNIT BRAND/MFG AND WARRANTY UNIT PRICE EXTENDED PRICE 37 12 x 5 DOUBLE DRIVE GATE 5 EA 38 12 x 6 DOUBLE DRIVE GATE 5 EA 39 12 x 8 DOUBLE DRIVE GATE 5 EA NOTE: FOR ABOVE ITEMS, BIDDERS SHALL CALCULATE TOTAL BID AMOUNT BEFORE SALES TAX, BY ADDING ALL AMOUNTS IN UNIT PRICE COLUMN, AND ENTERING THAT AMOUNT IN THE SPACE BELOW: TOTAL BID AMOUNT: $ NOTE: Should the unit models listed above become unavailable, obsolete or superseded during the effective period of the bid, the vendor may offer an equal or superior quality unit model replacement, provided that such unit will meet or exceed the design intent and application as the original model The undersigned has read the specifications, instructions and conditions, and all supplementary conditions or instructions included herein, is familiar with and understands the provisions and proposes and agrees to furnish and deliver the goods and/or services in strict accordance with these specifications, instructions, conditions and provisions, and the prices quoted herein: Name of Firm By SIGNATURE AND TITLE Printed Name Delivery Days from date of Purchase Order Cash Discount % Address Phone Email Address:

Page 15 of 19 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Public Contract Code Section 7106) STATE OF CALIFORNIA ) ) ss. COUNTY OF SAN BERNARDINO ), being first duly sworn, deposes and says that he or she is of, the party making the foregoing proposal; that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal 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 proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham proposal, 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 price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and, further, that the bidder has not, directly or indirectly, submitted his or her price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham proposal. (Signature) State of California County of (Typed Name)

Page 16 of 19 VENDOR APPLICATION When completed mail to: San Bernardino City Unified School District Purchasing Department 777 N. F Street, San Bernardino, CA 92410 (909) 381-1126 Business Name: *Business License Number: Expiration Date: Representative Name: Title Business Address: Number of years in business: Email address: Business Telephone Number: Fax Number: Products or Services Provided: Comments: List of References Where Your Company Provided Products/Services: (Preferably other school districts) Other Schools or Business Name/Address 1. Contact Phone Dates of Service Products/Service 2. 3. By signing below, I certify under penalty of perjury that the information provided is true and correct to the best of my knowledge. I understand it is the vendor s responsibility to update the above information as needed. I further agree that as a vendor of the District this company will conform to all Federal, State, County and City laws, ordinances, codes and regulations covering the products, work or services provided, including but not limited to, obtaining a *San Bernardino City business license as required by the San Bernardino City Clerk s Office. I understand that it is the vendor s total responsibility to determine specific details of such requirements and warrant that all work performed, or provided, totally conforms to such legal requirements. I understand the submission of this application does not guarantee that this company will be used as a vendor for the District or requested to quote on any or all requirements. I understand it is the vendor s responsibility to follow up and request the opportunity to quote. I understand the District reserves the right to use, any, or all vendors for the submission of quotes. Formal bids are advertised in The Sun newspaper s legal ads. Authorized Vendor Representative Signature Date Name Title

Page 17 of 19 Equal Opportunity Certification When completed mail to: San Bernardino City Unified School District 777 N. F Street San Bernardino, CA 92410 (909) 381-1126 Company Address City State Zip Telephone Fax Email Number of Employees Please check one of the following categories. This company is: Minority Owned Woman Owned Disadvantaged Disabled Veteran Owned None of the Other Categories Please check and complete below. This company is: Independently Owned and Operated: An Affiliate of A Subsidiary of Parent Company Address A Division of By signing below, I certify that we are an Equal Opportunity Employer and have made a good faith effort to improve Minority, Women and Disabled Veteran employment. Signature Printed Name Title Date

Page 18 of 19 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FAR Subpart 9.4 Debarment, Suspension, and Ineligibility I am aware of and hereby certify that neither nor Name of Bidder its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. I further agree that I will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower participant is unable to certify to this statement, it shall attach an explanation to this solicitation proposal. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal of the above named bidder on the day of 20 for the purposes of submission of this bid. (Corporate Seal) By Signature Typed or Printed Name Title Date As the awardee under this RFP, I hereby certify that the above certification remains valid as of the date of contract award, specifically, as of the day of 20 for the purposes of award of this contract. (Corporate Seal) By Signature Typed or Printed Name Title

Page 19 of 19