Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

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

Suite 300 Tenant Improvement

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

REQUEST FOR PROPOSAL (RFP)

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

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

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

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

BID # EFI H1625 LED Wide Format Printer Fullerton College

PURCHASING SPECIFICATION

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

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

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

ADDENDUM For Reference For Bidders

RETIREE HEALTH BENEFITS TRUST

5. BID FORMS TABLE OF CONTENTS

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

TABLE OF CONTENTS. Notice to Vendors Instruction to Vendors Special Conditions General Conditions Technical Provisions...

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

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

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

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

University of California, Riverside Barn Expansion

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Replace Transmission - Bulldozer

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

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

Bid Submittals: Responses must be submitted to: Hand Delivery, FedEx, UPS, other. Pomona, CA Pomona, CA 91766

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

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

Convert Six East/West Tennis Courts to a North/South Orientation

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

TULARE COUNTY OFFICE OF EDUCATION. Router

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

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

TULARE COUNTY OFFICE OF EDUCATION. Router

Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. The Richard Stockton College of New Jersey.

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

REQUEST FOR PROPOSALS

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

County of San Benito

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSALS

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

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

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

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

Attachment A Required Submission Documents BIDDER INFORMATION

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

One Technology Court, Montgomery, Alabama Telephone: Bid Invitation 874 Maritime Training Center Vending Services

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

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

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

NOTICE INVITING BIDS

City of Albany, New York

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

Bid No. B17-13 Bldg 1300 HVAC

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

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

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

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

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

REQUEST FOR PROPOSALS FOR BEVERAGE PRODUCT PARTNERSHIP FOR IMPERIAL VALLEY COLLEGE RFP # Proposal Due Date /Opening Date: June 9, :00 P.M.

REQUEST FOR PROPOSALS

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

Housing Authority of the Borough of Keansburg

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

Section III: Instructions for Proposal Submittals Proposal Content Interpretation Signature RFP Preparation...

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

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

Office Janitorial Services at One Administration Building

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

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

Concord, CA RFP #1732 SWIMMING POOL MAINTENANCE SERVICE DATE DUE: DECEMBER 15, :00 A.M.

Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. Stockton University. March 28, 2016

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Transcription:

Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill Blvd Glendora, California 91741 Telephone (626) 914-8887 E-mail rlopez@citruscollege.edu

Table of Contents Page Notice Inviting Bids 1 Section I. Information for Bidders A. Schedule of Critical Dates 2 Section II. Introduction A. Vendor Responsibilities 3 B. CCCD Responsibilities 4 Section III. Scope of Work A. Snack Machine 5 B. Food Machine 6 C. Supplemental Questions 7 Section IV. General Conditions A. Terms of Agreement 8-12 B. Offer to CCCD 13 C. Acknowledgement of Addenda 14 D. Non-Collusion Affidavit 15-16 E. Certificate of Workers Compensation Insurance 17

NOTICE INVITING BIDS RFP #09-1718, VENDING SERVICE Citrus Community College District ( College or District ) is seeking proposals from qualified firms for Vending Service at one single campus location. The deadline for receipt of sealed proposals is: August 31, 2018 at 2:00 PM (PST) and should be addressed to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing, RFP #09-1718 1000 W. Foothill Blvd., Glendora CA 91741 Any proposal received after the date and time listed above will be returned and will not be considered. Questions pertaining to this Request for Proposal (RFP) must be communicated in writing and be received via email by August 31, 2018 at 2:00 PM (PST). Questions must be sent to the email address below and should include the RFP number, and any question(s) should include a reference to the appropriate page and section number of the RFP. Questions and answers will be posted on the District webpage listed below, on or before 72 hours prior to bid due date. Robert Lopez, Director of Purchasing purchasing@citruscollege.edu Copies of the Request for Proposal, questions and answers, and any related documents are available on the Citrus Community College District Website: http://www.citruscollege.edu/finance/purchasing/pages/bidprojects.aspx Robert Lopez, Director of Purchasing Publish: August 10 and 17, 2018 Citrus Community College District San Gabriel Valley Tribune 1000 W. Foothill Blvd. Glendora CA 91741 1 P age

DISTRICT CITRUS COMMUNITY COLLEGE DISTRICT PROJECT NAME RFP #09-1718 Vending Service Proposal LATEST TIME/DATE FOR SUBMISSION OF BID PROPOSALS LOCATION FOR SUBMITTING BID PROPOSALS 2:00 PM Friday, August 31, 2018 CITRUS COMMUNITY COLLEGE DISTRICT Purchasing Office, WA Building 1100 W Foothill Blvd., Glendora, CA 91741 LOCATION FOR OBTAINING BID AND CONTRACT DOCUMENTS Same As Above Introduction: The Citrus Community College District (hereafter referred to as CCCD) is seeking proposal for 10 snack and food vending machines at one single campus. CCCD may require additional machines. CCCD would like to provide healthy options for its students, staff and faculty. Preference may be given to a vendor who provides a variety of healthy choices. There is no job walk scheduled for this proposal, however there will be an opportunity to view vending machine placement areas on 8/21/2018 @ 10:00. Please contact Eric Magallon, Enterprise Services Manager at (626) 914-8624 f or appointment emagallon@citruscollege.edu Form and Delivery of RFP s: The RFP must conform and be responsive to all RFP Documents and shall be made on the RFP Price Form provided. F i v e ( 5 ) complete copies of the RFP, together with any and all additional materials as required, shall be enclosed in a sealed envelope, addressed and hand delivered or mailed to Citrus Community College District, Purchasing Department, 1000 W Foothill Blvd., Glendora CA 91741, and must be received on or before the RFP deadline. The envelope shall be plainly marked in the upper left hand corner with the Bidder s name and address, the name of the Project, and the RFP number. It is the Bidder s sole responsibility to ensure that its Proposal is received prior to the RFP deadline to the specific location listed herein. Any Proposal received after the scheduled closing time for receipt of RFP s shall be returned to the Bidder unopened. 2 P age

Vendor Responsibilities: 1. Supply, deliver, and maintain responsibility for machines and cash receipts. Vendor shall bear all responsibilities resulting from damage to, or loss of, equipment, merchandise, and or revenue while on the premises of, or in transit to and from, the CCCD. 2. Maintain Workers Compensation and Liability Insurance for your business and all its employees. 3. Retain ownership/liability and provide maintenance for all equipment. 4. Deliver snacks and food as necessary to maintain adequate stock to meet CCCD demand. All machines shall be stocked, serviced and cleaned no less than - twice weekly. 5. Vendor shall keep the locations where its equipment is located clean at all times. 6. Vendor shall conduct business in a quiet and orderly manner to the satisfaction of the CCCD. Vendor shall obey and comply with all applicable health laws or other governmental regulations. 7. Vendor shall secure and maintain in force such licenses as required and be fully responsible for any and all sales and/or use taxes levied. 8. In order to minimize the cost of electricity, vending machines must be new or nearly new, energy efficient models with LED lighting. 9. Provide vending machine security cages in unsecured vending locations. 10. Remove out of date items as necessary. 11. Deliver itemized statement and commission payment on a monthly basis. Level of detail on statement must include number and type of item(s) sold and price. CCCD to receive a percentage of gross sales. 12. Be responsive to the changing needs of the CCCD and make adjustments as necessary. 13. Provide machines that accept multiple denomination bills as well as change. 14. Provide a credit card reader on all machines that accepts credit and debit cards. 15. Provide 4 microwave ovens in Owl Café dining area and 4 microwave ovens in Cosmetology Patio between TC and PC buildings. 16. Pepsi bottle machines are not part of this vending contract. 3 P age

CCCD Responsibilities: 1. Supply space for the machines as follows: Main campus: Minimum ten (10) snack, food and hot drink machines. NOTE: CCCD reserves the right to add or remove machines as necessary. 2. Provide electrical power outlets (standard 120 VAC). Any outlet conversions shall be the responsibility of the Vendor. 3. Report to Vendor any problems or difficulties with equipment or supplies. 4 P age

Snack Machines: The CCCD requires minimum of six (6) snack machines which contains a variety of candy, etc. CCCD reserves the right to request additional machines or to remove machines as deemed necessary. Please list snacks and proposed list price or range of prices. Be sure to include healthy choices. CCCD will consider a lower proposed commission on healthy choice items, in order to keep healthy items price at desired point. Please specify food and proposed price: Food: Price Ea. (Attach additional sheet as necessary). Percentage of Commission to be paid to the CCCD: _% 5 P age

Food Machines: The CCCD desires a minimum four (4) food machine that contains items such as: Fruit Microwaveable Meals Canned Soups Sandwiches Frozen foods Pastries Fruit Pies/snack cakes Health alternatives Other Items Hot Drinks. Please specify food and proposed price: Food: Price ea. (Attach additional sheet as necessary). Percentage of Commission to be paid to the CCCD: _% 6 P age

Supplemental Questions: RFP #09-1718 Vending Services Citrus Community College District 1. How many years of experience do you or your firm have with the business of vending products? 2. Describe your refund policy and method for reimbursement in the case of a machine malfunction. 3. Has your firm s contract not been renewed or cancelled by a client in the last two years? Yes No If yes, please explain: 4. How do you prevent route drivers from under-reporting sales and commissions? 5. What types of machines do you offer for vending? 6. What qualifications determine the need for adding a new machine to your current service areas? 7. What types of healthy choice drink options will be offered? Name of Firm: Initials: Date: 7 Page

Contract: The initial term of this contract shall be for a three (3) year term and may be renewable for up to two (2) additional one year terms. Except in cases of default, if non-renewal is anticipated by either party, notification must be sent in writing, no later than 30 days prior to the proposed termination date. Service: Service may be required several times per week. Vendor to service machines as often as necessary based upon product demand but no less than twice weekly. Calls for service must be answered within 24 hours. If a machine develops a trend of malfunctioning, Vendor agrees to remove and replace machine with an adequately working machine at no additional cost to the CCCD. If the Vendor does not take timely action to correct any recurring problem, to the satisfaction of the CCCD, the Vendor shall be judged to be in default. In case of default by the Vendor, the CCCD may remove any equipment and procure the items and services from other suppliers. Default by the Vendor shall be sufficient cause to remove the Vendor from the approved-vendor list for subsequent proposals. CCCD reserves the right to cancel this contact at any time for convenience or default with a 30 day written notice. Temperature and Power Quality: The CCCD shall not be responsible for fluctuations in AC power quality or in temperature variations. 8 P age

Refunds Procedure: A revolving change cash fund of $100.00 will be made available to the Owl Bookshop customer service to process refunds for lost money or incorrect/bad product received. The fund will be replenished monthly or as needed on days when machines are refilled. Credit card refunds will be resolved by vendor via phone call to number provided at each machine. Price Changes: Any proposed price increase must be reviewed and approved with the Enterprise Services Manager prior to change. Commission Firm for Duration of Contract: Percentages of commission proposed shall not change for the duration of this contract. Taxes, Deposits, and Payments: Commission payments shall be made as a percentage of the actual total gross income. Any and all applicable taxes, fuel charges and deposits shall be borne by the Vendor. Monthly Statements/Right to Audit: The CCCD requires the Vendor to submit a commission check and monthly statement no later than the 15 th of the month, for the previous month s sales. Invoices must be itemized to indicate the type of item, quantity, unit price, commission percentage and totals. The CCCD (or the CCCD s auditors) shall have a right to audit the accounting methods or operations of the Vendor in relation to service of this contract. 9 P age

Insurance: The Vendor, at the Vendor s expense, shall obtain and maintain insurance at all times during the prosecution of the Contract, in companies and through agencies approved by the CCCD, and with limits not less than those stated hereinafter. Contractor shall secure and maintain at all times during the Term, at their respective sole expense, commercial general liability, Automobile liability, Workers Compensation and Employers Liability insurance covering themselves and their respective employees. Contractor shall be required to provide certification listing CCCD as additional insurer. Such coverage provided by Contractor may be afforded via commercial insurance, self-insurance, a captive, or some combination thereof at the following limits: General liability: $1,000,000 per occurrence $2,000,000 aggregate Automobile liability: Workers Compensation: Employers Liability: $1,000,000 per occurrence Statutory limits $1,000,000 each accident or claim Workers Compensation Insurance. Pursuant to California Labor Code 3700, the Contractor shall secure Workers Compensation Insurance for its employees engaged in the Work of the Contract. The Contractor shall execute and deliver to the District the form of Workers Compensation Certification included in the Contract Documents concurrently with such Bidder s delivery of the executed Agreement to the District. Acceptance of Certificates of Insurance shall not relieve or decrease the liability of the Vendor. The insurance required must be written by a Best Key Rating Guide A or better rated carrier admitted to write insurance in the State of California at the time the policy is issued. Certificates of Insurance shall be submitted in duplicate, and shall contain transcripts from the policies authenticated by the proper office of the Insurer evidencing, in particular, those insured, the extent of the insurance, the location of the operations to which the insurance applies and thirty (30) day NOTICE OF CANCELLATION of the policy. 10 P age

All Contractors insurance policies shall name the CCCD and its agents as additional insureds. Indemnification: To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless District, its officers, officials, agents, employees, and volunteers from and against all claims, damages, losses, and expenses (including but not limited to attorney fees and court costs) arising from the acts, errors, mistakes, omissions, work or service of the Contractor, its agents, employees, or any tier of Contractor s subcontractors in the performance of this Contract. Taxes and Payments: The Vendor shall pay to the CCCD on a monthly basis a consideration pursuant to the agreement for the operation during the preceding month. Commission payments shall be made as a percentage of the gross sales. The term gross sales shall be defined as the total amount taken by the vending machine(s). The Vendor shall transmit his payment and monthly gross sales receipts report to: Citrus Community College District Attention: Eric Magallon, Enterprise Services Manager 1000 West Foothill Blvd, Glendora CA 91741. Sales Tax: Any sales tax applicable to the operation of the Vendor s machines shall be paid by the Vendor and the CCCD shall not be liable for claims resulting from failure or delay in payment of applicable taxes. Vendor to Bear all Losses of Equipment: The Vendor shall bear all losses for any damage to or loss of equipment and/or merchandise while on the premises of the CCCD. Termination: This agreement may be canceled by either party for convenience with or without penalty, at any time by providing a written notice of termination at least thirty (30) calendar days in advance. 11 P age

Evaluation Criteria Includes: Responsiveness to the CCCD Proposal: (pass/fail) NOTE: Additional changes, or material deviations from proposal requirements will cause rejection of this proposal. Food/Snacks: Price within range Percentage of Commission. (Assumes other brand meets minimum standards). The variety of healthy choice options for both snack and the food machines. Placement concept on campus. Special vending concept for Cosmetology patio. Past Performance (References). The award of the vending services contract shall be based on the criteria shown above. For the purpose of scoring responses, CCCD shall award points from 1 to five on each of the categories. One being the lowest possible and five being the highest possible score. CCCD may require more information and sample products for evaluation. CCCD reserves the right to reject all proposals or accept the proposal(s) in the overall best interest of the CCCD, and the decision of the CCCD shall be final. In the event of tied scores, CCCD reserves the right to schedule oral presentations with the finalist. If oral presentations are required, the vending RFP committee will make the final decision based on the best overall interest of CCCD. All decisions are final. References: On an attached sheet of paper, please list three (3) or more local references for whom your firm provides similar service. References must include the business name, address, contact person, and phone number. 12 P age

Offer to the CCCD: The undersigned offers and agrees, if this offer is accepted by the CCCD within ninety (90) days, to provide the equipment, maintenance, and supplies, as proposed, at the prices and commission percentages listed. Vendor hereby certifies that he/she is an authorized agent for the company listed below. Signature Date Printed Name: Title: Company Name: Address: City: State: Zip: Phone: Fax: Return proposals to: Robert Lopez, Purchasing Office Citrus Community College District 1000 West Foothill Blvd Glendora, CA 91741 Contact info: Phone: (626) 914-8887 rlopez@citruscollege.edu 13 P age

Acknowledgement of RFP #09-1718 Addenda: In submitting this RFP proposal, the Bidder acknowledges receipt of all Bid Addenda issued. The Bidder confirms that this Proposal incorporates and is inclusive of all items or other matters contained in Bid Addenda No Addenda issued (Initials) Addenda Number(s) received, acknowledged and incorporated in Bid Proposal (Initials) PREPARED BY: TITLE SIGNATURE: DATE: 14 P age

NON-COLLUSION AFFIDAVIT STATE OF CALIFORNIA COUNTY OF Project: Vending Services Proposal I,, being first duly sworn, deposes and says that I am (Typed or Printed Name) the of, the party submitting (Title) (Bidder Name) the foregoing Bid Proposal ( the Bidder ). In connection with the foregoing Bid Proposal, the undersigned declares, states and certifies that: 1. The Bid Proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation. 2. The Bid Proposal is genuine and not collusive or sham. 3. 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 other bidder or anyone else to put in sham bid, or to refrain from bidding. 4. The Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract. 5. All statements contained in the Bid Proposal and related documents are true. 6. The Bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. 15 P age

Executed this day of, 2018, at _. (City, County and State) I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Signature Name Printed or Typed ( ) (Area Code and Telephone Number) 16 P age

CERTIFICATE OF WORKERS COMPENSATION INSURANCE I, the of (Name) (Title) (Contractor Name) _, declare, state and certify that: 1. I am aware that California Labor Code 3700(a) and (b) provides: Every employer except the state shall secure the payment of compensation in one or more of the following ways: (a) (b) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state. By securing from the Director of Industrial Relations a certificate of consent to self-insure either as an individual employer, or one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees. 2. I am aware that the provisions of California Labor Code 3700 require every employer to be insured against liability for workers compensation or to undertake selfinsurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of this Contract. (Contractor Name) By: (Signature) (Typed or printed name) 17 P age