55
BID NO. 18-19-010 WAREHOUSE CUSTODIAL STOCK SUPPLIES FOR THE RIALTO UNIFIED SCHOOL DISTRICT SAMPLES DUE: MAY 23, 2019 QUESTIONS DUE: MAY 27, 2019 BID DUE: JUNE 6, 2019 10:00 AM RIALTO UNIFIED SCHOOL DISTRICT Purchasing Services 260 S. Willow Ave. Rialto, California 92376

BID NO. 18-19-010 WAREHOUSE CUSTODIAL STOCK SUPPLIES

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

BID NO. 18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

FOR THE RIALTO UNIFIED SCHOOL DISTRICT

SAMPLES DUE:

MAY 23, 2019

QUESTIONS DUE: MAY 27, 2019

BID DUE:

JUNE 6, 2019 10:00 AM

RIALTO UNIFIED SCHOOL DISTRICT

Purchasing Services 260 S. Willow Ave.

Rialto, California 92376

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

TABLE OF CONTENTS

Notice to Bidders/Invitation for Bid

Introduction Page

Instructions

Information to Bidders

Rules for Submitting Bids

Scope of Work/Specifications

FORMS DUE AT BID OPENING

Bid Form Agreement

Bid Pricing Sheet - Attachment “A”

Non-Collusion Declaration

Certificate for Drug Free Workplace

Certificate of Worker’s Compensation

Certification of Recycled Content

Reference Sheet

Lobbying Debarment Suspension Certification

General Information Form

“No-Bid” Response Form

DOCUMENTS REQUIRED BY AWARDED CONTRACTOR

Sample Agreement (Included)

Attachment no. 1, Rules of Conduct for Contractors

W-9 form

Contractor’s General, Workers Comp., & Auto Liability

MSDS Sheets

NOTICE TO BIDDERS/INVITATION FOR BID

NOTICE IS HEREBY GIVEN that the Rialto Unified School District, (“District”), of San Bernardino

County, California, acting by and through its governing Board (“Board”), will receive up to, but not later

than, 10:00 am. on June 6, 2019, sealed bids for the award of a contract for:

BID #18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

Each bid must conform with, and be responsive to the contract documents, copies of which are on file, and

may be obtained from the Purchasing Office, Rialto Unified School District, 260 S. Willow Ave., Rialto,

California 92376, (909) 873-4326, ext. 2110. All bids shall be made and presented on a form furnished by

the District. All Bids must be sealed and clearly state on the lower left side of the bid envelope the bid title,

and bid number.

Bids will be received at the Rialto Unified School District Purchasing Department, located at 260 S. Willow

Ave., Rialto CA 92376, on or before the time and date stated above. Bids received after 10:00 a.m., June

6, 2019 will not be considered and will be returned unopened.

Samples must be delivered to the Purchasing Office, 260 S. Willow Ave., Rialto, CA 92376 no later than

May 23, 2019.

No bidder may withdraw their bid for a period of sixty (60) days after the date set for the opening of the

bids. Refer to the formal bid documents and specifications for additional information, terms, and

conditions.

The Board of Trustees of the Rialto Unified School District, reserves the right to accept or reject any and

all bids, to waive any irregularities in the bids or bidding, to be sole judge as to the merit, quality, and

acceptability of materials or service proposed, and their compliance to the specifications, if it be in the best

interest of the District.

Rialto Unified School District is an “Equal Opportunity” employer.

Daniel Distrola

Agent: Purchasing

Rialto Unified School District

San Bernardino County, State of California

First Publication: May 9, 2019

Second Publication: May 16, 2019

Samples Due: May 23, 2019

Questions Due: May 27, 2019

Bids Due: June 6, 2019

RRUUSSDD –– IInnssttrruuccttiioonnss 11

RIALTO UNIFIED SCHOOL DISTRICT

BID #18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

INSTRUCTIONS

1. INTRODUCTION

The Rialto Unified School District is located in San Bernardino County just north of Interstate 10, between the

cities of San Bernardino and Fontana. The District serves students in a fifty-five square mile area. Included in

the boundaries is the City of Rialto, the western portion of the City of San Bernardino, a small segment of the

cities of Colton and Fontana and some unincorporated county territory. The current District enrollment is

approximately 26,000 students.

It is anticipated that any agreement(s) resulting from this bid will begin on or around AUGUST 15, 2019.

Pursuant to Education Code 81644, the contract is to be for a term of two years (2), and this bid may be

extended, by mutual consent, expressed in writing, for one (1) additional year.

The Bid response includes your CREDIT REFERENCES (per the reference sheet), REQUIRED FORMS, a

BID PRICING SHEET, and BID FORM AGREEMENT.

2. COMPONENTS OF BID PACKAGE

The Bid package shall consist of:

Introduction Page

Notice to Bidders/Invitation for Bid

Instructions

Information to Bidders

Rules for Submitting Bids

Bid Process/Contract Procedure

Scope of Work/Specifications

Forms (Evidence of Ins., Non-Collusion, Cert. for Drug-Free Workplace, Recycled Content, Workers

Compensation, Lobbying Debarment Suspension Certification, General Information Form, & Reference

sheet)

Bid Form Agreement

Bid Pricing Sheet - Attachment “A”

Sample Agreement

Attachment #1 to Agreement

Addendum(s)

3. PREPARATION OF PROPOSAL FORM

The District invites proposals to be submitted at such time and place as is stated in the Proposal Cover. All

proposals must be submitted, on the form provided, in a sealed envelopes bearing on the outside the name of the

contractor, the address, “Bid No. 18-19-010,WAREHOUSE CUSTODIAL STOCK SUPPLIES”. It is the

sole responsibility of the contractor to see that his proposal is received in proper time. Any proposal received

after the scheduled closing time for receipt of proposals will be returned to the contractor unopened.

4. SIGNATURE

The Bid must be signed in longhand by the person or persons duly authorized to bind the organization to the

terms and conditions herein. Bids must be submitted in ink or typewritten.

RRUUSSDD--IInnssttrruuccttiioonnss 22

5. EXAMINATION OF BID DOCUMENTS

Contractors shall thoroughly examine and be familiar with the specifications. The failure or omission of any

contractor to receive or examine any proposal documents, form, instrument, addendum or other document there

existing shall in no way relieve any contractor from obligations with respect to the bid or to the contract. The

submission of a proposal shall be taken as prima facie evidence of compliance with this section.

6. WITHDRAWAL OF PROPOSALS

Any contractor may withdraw his proposal, either personally, or by written request, confirmed in writing by a

duly authorized representative, at any time prior to the scheduled closing time for receipt of proposals. If the

proposal is withdrawn in person by a contractor or a representative of the contractor, the person withdrawing the

proposal will be required to sign a receipt for the proposal. No contractor may withdraw their proposal for a

period of sixty (60) days after the date set for the opening thereof.

7. AWARD OF CONTRACT

It is the intent of the District to award contract(s) either “individually”, by “line”, “as a whole”, or “in any

combination”, deemed to be in the best interest of the District, to the lowest responsive/responsible bidder(s).

The bid will be awarded under the provision of Sections 20111 of the Education Code of the State of California.

Award is contingent upon timely compliance with all bid conditions and specifications which must be satisfied

prior to award of the contract. The District reserves the right to not award to the lowest responsive/responsible

bidder if the total value of a contract award is less than $3,000.00.

See Information to Bidders, section 13, for more detailed information.

8. PROPOSAL SECURITY (BID BOND) NOT APPLICABLE

9. AWARD PROCESS

Award will be the lowest responsive and responsible bidders, meeting or exceeding the District’s specifications.

See “Bid Process/Contract Procedure sheet, for more details.

10. AFFIRMATIVE ACTION

The contractor 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 person.

11. DEFAULT - FORFEITURE FOR FAILURE TO EXECUTE CONTRACT

In case of default by the vendor, the District may procure the material or services from other sources and may

deduct the excess costs from any unpaid balance due the vendor, and the prices so paid shall be considered the

prevailing market price at the time such purchase is made.

12. LIABILITY

The vendor shall hold the Rialto Unified School District, its officers, agents, servants and employees harmless

from liability of any nature or kind whatsoever on account of use by the publisher or author, manufacturer or

agent, of any copyrighted or un-copywritten composition, secret process, patented or unpatented invention,

article or appliance furnished or used under this proposal.

RRUUSSDD –– IInnssttrruuccttiioonnss 33

13. NO WAIVER

The failure of the DISTRICT in any one or more instances to insist upon strict performance of any of the terms

of this contract or to exercise any option herein conferred shall not be construed as a waiver or relinquishment to

any extent of the right to assert or rely upon any such term or option on any future occasion.

14. PAYMENT BY DISTRICT

Prompt payment for supplies may be requested after actual delivery of goods to the requested destination is met.

An itemized invoice in triplicate shall be submitted to the Rialto Unified School District Fiscal Services

Department. See the Specification sheet, item #8 for full details.

15. ADDITIONAL INFORMATION

The District reserves the right to require of a contractor information regarding financial responsibility or such

other information as the District determines is necessary to ascertain whether a proposal is in fact the lowest

responsible proposal submitted.

16. CANCELLATION FOR INSUFFICIENT OR NON-APPROPRIATED FUNDS

The contractor hereby agrees and acknowledges that monies utilized by the District to purchase the items

proposal is public money appropriated by the State of California or acquired by the District from similar public

sources and is subject to variation. The District fully reserves the right to cancel this proposal at any time

and/or to limit quantities of items due to non-availability or non-appropriation of sufficient funds.

17. SAMPLE AGREEMENT

A sample agreement is included in this package. If it is the desire of the Contractor to implement changes to the

proposed agreement, the document must be included in bid response of the proposal with all requested changes

clearly marked. Failure to include an amended copy of the sample agreement in Contractor’s package shall be

construed to mean that Contractor agrees to all conditions as set forth in these documents.

18. EVIDENCE OF INSURABILITY

The Contractor shall provide one or more “Certificates of Insurance” in the package which show coverage

currently held by your firm to include: Liability, personal and property; collision, casualty, theft, and fire.

Requirements of coverages are stated in the Specifications documents. The Contractor shall maintain insurance

adequate to protect them from claims under Workman’s Compensation, and from claims for damages for

personal injury, including death, and damage to property, which may arise from operations under this contract.

19. DISTRICT CONTACT

Questions regarding the bid must be submitted in writing to:

Simon Collins, Buyer, and

Daniel Distrola, Agent: Purchasing

Rialto Unified School District

260 S. Willow Avenue

Rialto, CA 92376

909-873-4326, ext. 2110

909-873-4327 fax

[email protected]

[email protected]

Information to Bidders 1

RIALTO UNIFIED SCHOOL DISTRICT

INFORMATION TO BIDDERS

Please use the following as a guideline to format your bid. Bids which do not comply with these

instructions may be eliminated from further consideration. All bids must contain all forms

furnished in this request, and be in printed form. Failure to execute all enclosed forms as required

may result in disqualification.

1. PREPARATION AND SUBMITTAL OF BID FORM

The Rialto Unified School District invites bids on the form provided, to be submitted at

such time and place as stated in the Notice to Bidders. All blanks on the Bid Form must

be completely filled in. Each bid shall be submitted in a separate, sealed envelope,

bearing on the outside the name and address, of the bidder, and the name of the project.

It is the sole responsibility of the bidder to ensure that the proposal is received when due.

Any proposal received after the scheduled closing time for receipt, will be returned to the

bidder unopened. Electronic copies will not be accepted.

2. BID SECURITY

Not required.

3. SIGNATURE

The bid must be signed in longhand by the person or persons duly authorized to bind the

organization to the terms and conditions herein. Proposals must be submitted in ink or

typewritten.

4. MODIFICATIONS

Changes in or additions to the proposal form, recapitulations of the work bid upon

alternative proposals, or any other modifications of the proposal form, which is not

specifically called for in the Contract Documents, may result in the District’s rejection of

the proposal as being non-responsive to the invitation to bid. No oral or telephonic

modification of any proposal submitted will be considered; a telegraphic modification

may be considered only if the postmark on the facsimile or letter submitted verifies

that a confirmation of the telegram, duly signed by the bidder ,was placed in the mail

prior to the receipt of proposals.

5. ERRORS & CORRECTIONS

The bid submitted must not contain any erasures, interlineations, or other

corrections. Mistakes may be crossed out, corrections written adjacent to the error, and

suitably authenticated by affixing in the margin, immediately opposite the correction, the

initials or surnames of the persons signing the bid.

Information to Bidders 2

6. ADDENDA TO DOCUMENTS

The District reserves the right to issue such addenda to the documents, as it may desire, at

any time prior to the time fixed for receiving proposals. A copy of such addenda will be

promptly faxed, E-mailed, or delivered to each bidder receiving a bid packet.

7. EXAMINATION OF CONTRACT DOCUMENTS

Bidders shall thoroughly examine and be familiar with the documents, drawings, and

specifications. The failure or omission of any bidder to receive or examine any contract

document, form, instrument, addendum, or other document, shall in no way relieve any

bidder from any obligation with respect to his bid or to the contract. The submission of a

bid shall be taken as prima facie, evidence of compliance with this section.

8. WITHDRAWAL OF BIDS

Any bidder may submit a request to withdraw his bid either in person, in writing, or by

facsimile at any time prior to the scheduled closing time for receipt of the

proposals. No Contractor may withdraw their bid for a period of sixty (60) days after the

date set for the receipt of bids.

9. BID EVALUATION CLARIFICATION

The District reserves the right to obtain clarification, or additional information at any

point in the bidder’s submittal, or to obtain additional information. The District reserves

the right to conduct conversations with the bidders, on District property, by phone or e-

mail bid proposals and other documents, ask questions, or obtain additional

information. The bidder’s inability to respond to this request may be cause for

disqualification of their bid.

10. BIDDERS INTERESTED IN MORE THAN ONE BID

No person, firm, organization, or corporation shall be allowed to make, or file, or be

interested in more than one bid for the same work, unless alternate bids are specifically

called for. A person, firm, organization, or corporation that has submitted a sub-proposal

to a bidder, or has quoted prices of materials to a bidder, is not hereby disqualified

from submitting a sub-proposal, or quoting prices to other bidders, or making a prime

proposal.

11. AWARD OF CONTRACT

The District will award from the “Bid Pricing Sheet”, Attachment “A”, to the lowest

responsive and responsible bidder(s). Award will be based upon each line item with the

extended price. The District may award to multiple Contractors.

The Rialto Unified School District will be the sole judge of the quality, construction, and

suitability of the supplies offered by the Bidder in the proposal. The District reserves

Information to Bidders 3

the right to reject any, all, or any part of the proposal, or to waive any irregularities or

informalities in any proposal, or in the bidding process. Further, the District reserves the

right to be the sole judge of the merit and qualifications of products and/or services

offered, and may accept whatever proposal, or combination of proposals, “individually”,

“by line”, or “as a whole”, deemed to be in the best interest of the District.

Award is contingent upon timely compliance with all bid conditions and specifications,

which must be satisfied prior to award of the contract.

The District may award all of the bid and refrain from entering into an agreement or

placing orders for any or all of the item(s) awarded. This is an indefinite quantity bid,

and there shall be no limit to the number of orders or quantities from the District. The

District reserves the right to not contract for all services or products listed in the bid

documents. The services or products listed are estimated needs, and may be adjusted to

meet actual needs when determined.

A “Notice of Intent to Award Letter” will be issued to the Bidder the District selects.

Following Board Approval, an Agreement and “Notice of Award Letter”, will be

awarded within ten (10) working days. After receiving the signed Agreement, bonds, and

other required documents, a “Notice to Proceed Letter” will be issued. Failure or

refusal to execute the Agreement within ten (10) working days of the Notice to Proceed

Letter may render the Bid Bond forfeited, if required. In such case the District will enter

negotiations with one of the next lowest responsive and responsible bidders.

12. BID DEPOSIT RETURN - (If Applicable)

Deposits of three or more low bidders, the number being at the discretion of the District,

will be held for forty-five (45) days, or until the posting the successful bidder of the

bonds and Certificates of Insurance required and return of executed copies of the

Agreement, whichever first occurs, at which time the deposit will be returned.

13. INTERPRETATION OF DOCUMENTS

If any bidder contemplating submission of a proposal for a proposed contract is in doubt

as to the true meaning of any part of the specifications, or other Contract Documents, or

finds discrepancies in, or omissions from the specifications, he shall submit to the

Purchasing Manager, a written request for an interpretation or correction thereof. The

firm submitting the request will be responsible for its prompt delivery. In case of

disagreement or conflict between or within standards, and specifications, the more

stringent, higher quality and greater quantity of work and/or supplies shall be included in

the proposal. Any interpretation or correction of the Contract Documents will be made

only by an addendum duly issued and a copy of such addendum will be faxed, mailed, or

otherwise delivered to each bidder who received a proposal. No person is authorized to

make any oral interpretation of any provision in the Contract Documents to any

bidder, and no bidder is authorized to rely on any such unauthorized oral

interpretation.

14. SUBSTITUTIONS

All items bid upon must conform to the specifications set forth in these proposal

documents. The materials, products, and equipment described in the Contract Documents

Information to Bidders 4

establish a standard of required function, dimension, appearance, and quality. No

substitution will be considered prior to receipt of the proposal. The Custodial Supervisor

may consider requests for substitutions of products, only when requests are submitted in

accordance with the provisions of the Contract Documents, and received by the Custodial

Supervisor within Five (5) days after the date of the Notice to Proceed letter.

15. SAMPLES

If a bidder bids a system or product other than specified, samples must be

furnished, at no expense or obligation to the District, by the date specified in these

documents. The District reserves the right to reject the bid if any bidder fails to submit a

considered equal system or product as requested. Samples should be plainly marked with

the name of the bidder, bid number, item, and include specifications on the items.

Samples shall be retained by the District for comparison with goods delivered over the

life of the contract. Any item shipped that is not equal to the “accepted sample”, will be

rejected, and must be replaced at the Vendor’s expense within five (5) working days.

16. PREFERENCE FOR MATERIALS

Brands or trade names of comparable quality or utility which are followed by the words

“or equal”, are there so that the bidders may furnish any equal material, product, thing, or

service. In cases involving a unique or novel product application required to be used in

the public interest, or where only one brand or trade name is known to the District, it may

list only one.

Bidder may bid on any alternate “equal” brand(s) that have not been previously approved

by the District. If such items are bid, the bidder must submit samples as indicated in this

bid. However, an evaluation and testing period may be required to qualify any newly bid

brand(s). The District reserves the right to exclude any brand(s) not previously approved

by the District for bid award consideration if the evaluation and testing period required to

qualify the newly bid brand(s) exceed ten (10 working days after receipt of samples from

the bidder. In such case, the evaluated brand(s) may not be accepted for this bid, but if

deemed as an acceptable “equal” product brand, will be added to the District’s qualified

products list for future consideration.

17. APPROVED BRAND(S)

Brands that have been previously approved by the District, may be included in the

“Specification” sheet. Brands previously approved may not need any further evaluation.

Bidder may bid on these brands provided that there have been no changes made in any

way subsequent to the District’s approval, including but not limited to:

a. Manufacturer make/model

b. Manufacturer/Distributor model (part) number

c. Material and/or quality

d. Design construction

*Note: Sample(s) and/or specification sheets of products may still be required for

previously approved product brands that meet the above criteria, upon the

District’s request.

Information to Bidders 5

18. MATERIAL SAFETY DATA SHEETS (MSDS)

Material Safety Data Sheets must be provided by the successful bidder for all items

awarded and requiring Safety Data Sheets, upon shipment of items ordered. Failure to do

so may be used by the District to refuse an order.

19. WORKER’S COMPENSATION

In accordance with the provisions of Section 3700 of the Labor Code, Contractors shall

secure the payment of compensation to their employees. The Contractor shall sign and

file with the District, a Certificate of Workers Compensation, that will be furnished with

the contract documents, prior to the beginning of any work.

20. DRUG-FREE WORK PLACE

Pursuant to Government Code Section 8355, every person and/or organization awarded a

contract or grant from a State agency, shall certify that it will provide a drug-free work

place. The Contractor shall sign and file with the District, prior to performing work

under this contract, a certificate agreeing to fulfill the terms and conditions of the

Government Code. Such form will be provided by the District with the Contract

documents.

21. CERTIFICATION OF RECYCLED CONTENT

In accordance with provisions of Public Contract Code Section 10308.5, each bidder shall

certify in writing, under penalty of perjury, to the District, the minimum, if not exact,

percentage content, both post-consumer waste and secondary waste as defined in Sections

12161 and 12200, in materials, goods, or supplies offered or products used in the

performance of the contract, regardless of whether the product meets the required

recycled product percentage as defined in Sections 1261 and 12200. The bidder may

certify that the product contains zero recycled content. Forms are furnished with the

Contract Documents.

22. NON-COLLUSION DECLARATION

Each Bidder shall execute and include in their proposal, a Non-Collusion Declaration.

Any offer without such declaration, will be considered non-responsive.

23. ANTI-DISCRIMINATION

It is the policy of the District that in connection with all work performed under any

contract, there be no discrimination against any prospective or active employee engaged

in the work because of race, color, ancestry, national origin, religious creed, sex, age,

sexual orientation, or marital status. The Bidder agrees to comply with applicable

Federal and California laws including, but not limited to, the California Fair Employment

Practice Act, beginning with Government Code Section 12900, Labor Code Section

1735, and Title 5, Division 1, Chapter 1, Subchapter 4 of the California Code of

Information to Bidders 6

Regulations. In addition, the Bidder agrees to require like compliance by any

subcontractors employed on the work by them.

24. FAILURE TO POST SECURITY & EXECUTE AGREEMENT

In the event the bidder to whom the Notice of Intent to Award Contract fails or refuses to

post the required bonds, and return executed copies of the Agreement within fourteen

(14) days from the date of receiving said notice, the District may declare the bidder’s

proposal non-responsive, and may give Notice of Intent to Award Contract to the next

lowest responsive and responsible bidder, or may call for new proposals.

25. TIME FOR COMPLETION

As per the Agreement.

26. NUMBER OF ORDERS

The District anticipates contract term requirements for the supplies and commodities as

listed in the quantities shown on the bid form. The District however, does not guarantee

orders in these amounts, nor shall the District be required to limit its orders to only those

figures. This is an indefinite-quantity bid. Bidders shall not specify minimum or

maximum quantities, or charges for specific order types. Unlimited orders within the

term of the contract shall be allowed to the awarding District for prices quoted. No

minimum order charge shall be permitted.

27. HOLD HARMLESS

The Contractor shall indemnify and hold harmless the District, at their own cost and risk,

its officers, agents, and employees, from every claim or demand made, and every

liability, loss, damage, or expense, of any nature whatsoever, which may be incurred by

reason of:

31.1 Any and all claims under worker’s compensation acts, and other

employee benefit acts with respect to Contractor’s employees, or

subcontractor(s) arising out of Contractor’s work under this Agreement;

31.2 Liability for damages for (1) death or bodily injury to person; (2) injury

to, loss or theft of property; (3) any failure or alleged failure to comply

with any provision of law or; (4) any other loss, damage or expense

arising under either (1), (2), or (3) above, sustained by the Contractor, or

the District, or any person, firm or corporation employed by the

Contractor or the District upon or in connection with the services

covered by this Agreement, except for liability resulting from the sole, or

active negligence, or willful misconduct of the District, its officers,

employees, agents, or independent consultants who are directly

employed by the District;

Information to Bidders 7

31.3 Any loss, injury to, or death of persons or damage to property caused by

any act, neglect, default, or omission of the Contractor, or any person,

firm, or corporation employed by the Contractor, either directly or by

independent contract, including all damages due to loss or theft,

sustained by any person firm or corporation, including the District,

arising out of, or in any way connected with the services covered by this

Agreement, including injury or damage on or off District property; but

not for any loss, injury, death, or damages caused by the sole or active

negligence, or willful misconduct of the District.

28. INSURANCE

The Contractor shall take out, and maintain, prior to commencement of work, and shall

require all subcontractors, if any, insurance adequate to protect him from damages for

personal injury, including death, and damage to property, which may arise from

operations under the Contract. The aforementioned insurance shall include coverage for:

32.1 Worker’s Compensation and Employers Liability Insurance in

accordance with applicable state and federal laws;

32.2 Commercial General Liability Insurance with limits of not less than Two

Million Dollars ($2,000,000.00);

32.3 Automobile Liability Insurance with limits of not less that One Million

Dollars ($1,000,000.00) for accidental death, bodily injury, and property

damage, per occurrence, including coverage for the following:

a) owned, non-owned and hired vehicles;

b) blanket contractual ;

c) broad for property damage;

d) personal injury;

e) products/completed operations.

Such liability insurance policies shall name the District as an additional insured, and shall

agree to defend and indemnify the District against loss arising from operation performed

under the Contract.

29. CERTIFICATION REGARDING DEBARMENT, SUSPENSION OR INELIGIBILITY

FOR AWARD

The following certification is applicable only to contracts for $25,000.00 or more, which

are funded by Federal Funds;

By Signing an Agreement with the District, the Contractor certifies that:

33.1 The Contractor and any of its employees and/or subcontractor(s) are not

presently debarred, suspended, proposed for debarment, or declared

ineligible for the award of contracts by any agency; and

Information to Bidders 8

33.2 Have not, within a three-year period preceding this contract, been

convicted of, or had a civil judgment rendered against them for:

commission of fraud, or a criminal offense in connection with obtaining,

attempting to obtain, or performing a State or local government contract

or subcontract; violation of, or State antitrust statutes relating to the

submission of offers; or commission of embezzlement, theft, forgery,

bribery, falsification or destruction of records, making false statements,

tax evasion, or receiving stolen property; and are not presently indicted

for, or otherwise criminally or civilly charged by a Government entity

with, commission of any of these offenses.

30. REFERENCES

All bidders must include a list of three (3) references of similar scope of work, which the

contractor has completed in the past five (5) years in California. Forms for this purpose

will be furnished with the proposal.

31. GROUNDS FOR SUSPENSION OR TERMINATION OF CONTRACT

The District shall hold the Contractor responsible for any damages which may be

sustained because of the failure or neglect of the Contractor to comply with any terms or

conditions listed herein.

If, in the opinion of the District, the Contractor, at any time during the period of the

contract, otherwise fails to comply with the terms of the contract, the District may,

upon a 45 day written notice to the Contractor, cancel the contract in its entirety, or

cancel or rescind any or all items affected by such default; and may, whether or not the

contract is canceled in whole or in part, procure services elsewhere without notice to the

Contractor. The prices paid by the District at the time such services are procured, shall

be considered the prevailing market prices. Any extra costs incurred by such default

shall be collected by the District from the Contractor in fault.

32. DISPUTES

Except as otherwise provided in this contract, any dispute concerning a question of fact

arising under this contract which is not disposed of by agreement, shall be decided upon

by the Assistant Superintendent of Business Services. Their decision shall be final and

conclusive, unless determined by a court of competent jurisdiction to be fraudulent, or

capricious, or arbitrary, or so grossly erroneous, as to imply bad faith.

The party’s agree to meet and confer in good faith on all matters and disputes under this

Contract. If a dispute is not resolved under the foregoing, the parties may exercise any

right either may have at law, or in equity. Nothing in these paragraphs is meant to limit

either party’s rights.

In connection with any dispute pending decision under this contract, the Contractor shall

proceed diligently with the performance of the contract, and in accordance with the

decision of the Assistant Superintendent of Business Services.

Information to Bidders 9

33. SURETY QUALIFICATIONS AND PROOF OF SUFFICIENCY

All surety company’s must be legally admitted California surety insurers, issued by a

company or individual possessing a Certificate of Authority issued by the California State

of Department of Insurance to transact surety insurance in California. Surety must be

a California admitted surety who is U.S. Treasury listed, and whose U.S. Treasury listing

indicates a bonding capacity in excess of the project cost. If a California admitted surety

insurer issuing a bond does not meet these requirements, the insurer will be considered

sufficient if all of the submittal requirements of Section 995.660 of the California Code

of Civil Procedures are satisfied.

34. CANCELLATION FOR INSUFFICIENT OR NON-APPROPRIATED FUNDS

The Contractor hereby agrees and acknowledges that monies utilized by the District to

purchase the items in the proposal, are public money appropriated by the State of

California or acquired by the District from similar public sources, and is subject to

variation. The District fully reserves the right to cancel this proposal at any time and/or

limit quantities of items due to non-availability or non-appropriation of sufficient funds.

35. SALES TAX

California State Sales or Use Taxes should be included as a separate line item on the

“Proposal Form Worksheets”, if applicable. Do not include Sales or Use Tax in the

price of the product.

36. PROTESTS BY BIDDERS

A bidder may protest a bid award if he/she believes that the award was inconsistent with

Board policy, or the bid’s specifications, or was not in compliance with the law. A

protest must be filed in writing with the Superintendent of Business Services, or designee

within five working days after receipt of notification of the contract award. The bidder

shall submit all documents supporting or justifying the protest. A bidder’s failure to file

the protest documents in a timely manner shall constitute a waiver of his/her right to

protest the award of the contract. The Superintendent of Business, or designee shall

review the documents submitted with the bidder’s claims, and render a decision in

writing within 30 working days. The Superintendent of Business or designee also may

convene a meeting with the bidder in order to attempt to resolve the problem. The bidder

may appeal the Superintendent of Business, or his designee’s decision to the Board. The

Superintendent of Business, or designee shall provide reasonable notice to the bidder of

the time for Board consideration of the protest. The Board’s decision shall be final.

37. SEVERABILITY

If any provision of this bid and or Agreement/Contract shall be unlawful, void, or for any

reason unenforceable, it shall be deemed severable from, and shall in no way effect the

validity or enforceability of the remaining provisions of this bid or Agreement/Contract,

which will remain valid and enforceable according to its term.

Information to Bidders 10

38. GRATUITIES

The Bidder warrants, by signing hereon, that no gratuities (in the form of entertainment,

gifts, or otherwise) were offered or given by the Bidder, or any agent or representative of

the Bidder, to any officer or employee of the District, with a view toward securing the

Contract or securing favorable treatment with respect to any determinations concerning

the performance of this Contract. For breach or violation of this declaration, the District

shall have the right to terminate the Contract, either in whole or in part, and any loss or

damage sustained by the District in procuring on the open market any items which the

Bidder agreed to supply, shall be borne and paid for by the Bidder. The rights and

remedies of the District provided in this clause shall be exclusive and are in addition to

any other rights and remedies provided by law or under the Contract.

39. FORCE MAJEURE

Neither party shall be liable or responsible for the delay or inability to perform as

required under the terms of the Contract as a result of war, riots, civil disturbances, Acts

of God, fire, floods, or other causes totally beyond the control of either party’s delay in

performance or inability to perform. The District shall excuse the Contractor from

performance under this Agreement.

40. QUESTIONS AND CLARIFICATIONS

If any bidder should have any questions or need clarification, please e-mail Simon

Collins , at [email protected], and also copy Daniel Distrola, Agent: Purchasing,

at [email protected] . Rialto Unified School District will not reply to questions

asked via telephone or in person.

All questions and clarifications must be submitted by the date specified on the front cover

of the Bid. Questions submitted after this deadline will not be answered. Oral

communications with District employees, contractors, and consultants concerning this

Bid shall not be binding on the District, and shall in no way excuse the bidder of their

obligations set forth in the Bid.

Information to Bidders 11

41. PIGGYBACK CLAUSE

For the term of this contract, and any mutually agreed extension pursuant to this request

for bid, at the option of the vendor, other school district’s and community college

district’s, any public corporation, or agency, including any county, city, town, or public

corporations or agency’s within the State of California, may purchase, lease-purchase, or

rent identical item(s) at the same price and upon the same conditions pursuant to sections

20118 (K-12), and 20652 (Community Colleges) of the Public Contract Code.

The Rialto Unified School District waives its right to require such other districts and

offices to draw their own warrants in favor of the District as provided in said code

sections.

Acceptance or rejections of this clause will not affect the outcome of this bid.

Piggyback option granted_____________

(Please initial)

Piggyback option not granted__________

Exclusions:

1

RIALTO UNIFIED SCHOOL DISTRICT

RULES FOR SUBMITTING BIDS

1. Proposal Submittal Deadline: The proposal submittal deadline is June 6, 2019 at 10:00

A.M. Proposals must arrive in the Purchasing Department, 260 S. Willow Ave., Rialto,

CA. 92376, by proposal deadline.

Bidders are solely responsible for ensuring their proposal is received in the Purchasing

Department in accordance with the proposal requirements, before the “Proposal

Submittal Deadline”, and at the place specified. The Rialto Unified School District shall

not be responsible for any delays in mail or by common carriers, or by transmission

errors or delays or mistaken delivery. Delivery of the proposal shall be made at the office

specified in this Bid. Deliveries made before the Date and Time Due, but to the wrong

department will be considered non-responsive unless re-delivery is made to the office

specified before the Date and Time Due.

2. Proposals must be received on or before the due date and time due. Proposals received

after the submittal deadline will be considered late, and will not be considered for award.

3. The Rialto Unified School District reserves the right to extend the “Proposal Submittal

Deadline”, when it is in the best interest of the District.

4. Proposals may not be submitted by facsimile or by electronic transmission.

5. To be considered for award, each proposal shall be made on forms furnished by the

Rialto Unified School District.

6. The Date and Time Due is FIRM. Proposals will not be accepted after the Date and

Time Due, and will be returned to the Bidder unopened. To be considered for award,

each proposal shall be signed by an authorized representative of the Company.

7. Proposals may be submitted by hand, by courier, or any other method specified herein.

Proposals must be submitted in a sealed envelope.

8. Provide 2 hard copies of the whole proposal, both with original, wet signatures.

Specifications 1

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010

SCOPE OF WORK/SPECIFICATIONS

1. SPECIFICATIONS:

Brand names are included for descriptive purposes, to indicate the quality, design, and utility

desired. These specifications are not intended to restrict competition. Bids should be based on

identical, or equivalent items. Each bidder shall indicate the brand name, and item number of

brands being bid, and shall submit all samples in accordance with the “Samples” provision of this

bid. Specifications must be sent prior to, or with the bid form, on items bid as an “alternate” or

“equal”.

* Paper products are to be “virgin” fiber, not recycled paper.

* Toilet paper goods are to meet or exceed EPA standards.

Bid each item separately. The list states the approximate quantities of each item need per year.

The District reserves the right to adjust the quantities of supplies ordered from the items on

Attachment “A”, and contingent upon funds available.

The District reserves the right to award a Contract to one bidder, or multiple bidders.

2. SCOPE OF WORK:

To provide to the District, custodial and other District warehouse supplies in a timely manner.

All items bid, will be reviewed on an individual basis. “All or None” bids will not be accepted.

* Items offered must be brand new, unused, and not previously sold to another

customer.

* Vendor shall provide a dedicated sales representative, available by phone or e-mail, and

who shall make regular scheduled visits to the Purchasing Office.

* Vendor shall provide one (1) remittance address.

* Provide delivery of an order within the specified delivery times.

* All orders must include an itemized packing slip.

* All packages must clearly state on the outside of the packaging, the PO number, and

name of Vendor.

* Contractor shall allow sixty (60) days to report shortages, damages and/or returns for any

reason.

3. CONTRACT PERIOD & EXTENSION:

Contract Period: The initial term for the contract shall be for a period of TWO (2) years. The

approximate initial term will be from August 15, 2019 to August 14, 2021.

Specifications 2

Contract Extension: The District reserves the right to consider the extension of the bid for 1

additional year, beginning the day after the end of the initial term. In addition, the District

reserves the right to further extend this contract to the full extent allowed by law. Factors that the

District will take into consideration in exercising this option will be satisfactory service being

rendered by the holder(s) of the contract, and that any price increase requested for the extension,

be a nominal amount, and not excessive as measured by local market conditions. A price increase

request shall be fully justified by the Contractor, and proved by submission of economic data

from independent sources.

4. DELIVERY REQUIREMENTS & HOURS FOR DELIVERY:

Custodial products and other supplies are to be delivered to the District’s Warehouse, 260 S.

Willow Ave., Rialto, Ca 92376. Hours of delivery are from 7:00 a.m. to 3:30 p.m.

All products and supplies are to be delivered complete, according to the purchase orders that will

be generated for each product and supply for the year.

5. PRICING:

All prices bid, shall be exclusive of State and Local Sales or Use Tax. Rialto Unified School

District is Federal Excise Tax exempt.

Prices to be computed F.O.B. RIALTO, CA. No additional freight charges are to be added to

the invoices.

Prices shall be firm for the first 12 months of the contract period. An increase may be

allowed per renewal thereafter by mutual agreement of the parties.

Adjustment of Contract Rates: The Rialto Unified School District reserves the right to adjust

the rates, effective April 1st, of each year of this contract. Any and all increases shall be limited

to the percent of increase of the Consumer Price Index (CPI) for urban consumers for the Los

Angeles-Anaheim-Riverside-San Bernardino metropolitan area on an averaged, annual basis, as

of March 1st . The Contractor must submit their request in writing, for this adjustment, no later

than March 15th , of the current year of the contract. A review of the Contractors performance

and costs, will be used to determine the feasibility of any such adjustments. Rate adjustment shall

not be greater than five percent (6%). If the District denies the request, the Contractor may

appeal to the Assistant Superintendent of Business, and provide additional evidence as to why the

increase is warranted. The final decision to grant an increase rests solely with the Assistant

Superintendent of Business. It is expressly understood that Contract rate increases are not

automatic, or guaranteed.

Rate changes are to coincide with the contract extension term.

The District will not approve an adjustment to the rate schedule in the event that a Federal Fuel

tax is imposed.

The Contractor, when requesting an annual increase, will provide the District with the CPI

formula information. Contractor(s) must notify the District in writing of their desired price

changes for the upcoming extension period no later than June 1st of the current year contract.

Specifications 3

The District reserves the right to reject said price changes, and to not renew the contract, if it is to

be in the best interest of the District, and can purchase product(s) from a different supplier.

NOTE: All requests for rate adjustments must be received by the District’s

Purchasing Department, 260 S. Willow Ave., Rialto, CA 92376, in writing,

no later than March 15th

of the current year Contract.

6. QUANTITY:

The total quantity shown on the bid form agreement is approximate, and is for bid evaluation

purposes only. The quantity is not guaranteed.

Rialto Unified School District will not be obligated or required to purchase any of the

contractor’s surplus inventories resulting from the expiration of this contract.

7. DELIVERY TRUCKS:

The contractor is required to make deliveries at the time specified on the Purchase Order, in

vehicles suitable for the location. These vehicles shall be equipped as required by applicable

laws, to successfully complete delivery.

8. INVOICING REQUIREMENTS:

An itemized invoice for each delivery must be sent to: Rialto Unified School District Fiscal

Services, 182 E. Walnut Ave., Rialto Ca 92376.

Payment will be made to the Contractor, minus any cash discounts provided for on the

“Introduction Page”.

State, and local sales and/or use tax shall be added to the invoice. All delivery tickets must be

signed by a Rialto Unified School District employee.

Disputed invoices will be returned to the vendor unpaid and the District will process payment

when a corrected invoice is presented.

9. CONTRACTOR’S RESPONSIBILITY:

The Contractor shall perform all deliveries to Rialto Unified School District in a safe and

professional manner. The Contractor’s equipment shall be in good working order, and all

personnel shall be trained in safety measures to preclude accidents and endangering Rialto

Unified School District personnel, or property.

The Contractor shall have adequate equipment for delivery of goods on proposed contract.

10. CONTRACTOR’S GUARANTEE:

By quoting, the contractor guarantees to make delivery of all items quoted, either from his stock,

from his warehouse stock, or via the manufacturer. If unavailable from Seller’s stock, or if Seller

is unable to secure from his warehouse or manufacturers, it shall be the Seller’s responsibility to

see that the item(s) are obtained from any other source having the item(s) in stock.

Specifications 4

11. INSURANCE REQUIREMENTS:

The Contractor shall maintain insurance satisfactory to the District, during the term of the

contract. The Contractor shall furnish evidence to the District, not less than fifteen (15) calendar

days before new or renewed coverage is required. Such evidence shall be in the form of a

Certificate of Insurance, issued to the Rialto Unified School District, 182 East Walnut, Rialto

California 92376, and shall include thirty a (30) day notification to the District of cancellation or

change in the policy. This notice shall be provided by the insurance carrier(s).

The Contractor shall take out and maintain, at all times during this contract, the following policies

of insurance:

Public Liability and Property damage insurance

Worker’s Compensation & Employer’s liability insurance

Automobile Liability Insurance

See the “Information to Bidders” sheet for full details.

12. TERMINATION:

The parties to this contract may, with a forty-five (45) day written notice to either party, cancel

this contract in whole or in part at any time during the period of this contract. Also see

“Information to Bidder” section #36 for additional information.

13. CONTRACTOR STATUS, HOLD HARMLESS CLAUSE:

A. While engaged in carrying out and complying with terms and conditions of this contract,

the Contractor is an independent contractor and not an officer, agent, or employee of the

District.

B. The Contractor agrees to and does hereby indemnify and hold harmless the District, its

officers, agents, and employees from every claim or demand made and every liability,

loss, damage, or expense of any nature whatsoever, which may be incurred by reason of:

1. Liability for damages for (1) death or bodily injury to persons, (2) injury to

property, or (3) any other loss, damage or expense arising under either (1) or (2)

above, sustained by the Contractor or any person, firm or corporation employed

by the Contractor upon or in connection with the work called for in the

Agreement, except for negligence or willful misconduct of the District, its

officers, employees, agents, or independent contractors who are directly

employed by the District, or for defects in design furnished by such persons.

2. Any injury to, or death of persons or damage to property, sustained by any

person, firm, or corporation, including the District, arising out of, or in any way

connected with the work covered by this Agreement, whether said injury or

damage occurs either on, or off school district property, except for liability for

damages which result from the sole negligence or willful misconduct of the

District, its officers, employees, agents, or independent contractors who are

directly employed by the District, or for defects in design furnished by such

persons.

Specifications 5

3. The Contractor, at their own expense, cost, and risk, shall defend any and all

actions, suits, or other proceedings that may be brought or instituted against the

District, its officers, agents, or employees on any such claim, demand, 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, but not for any loss, injury, death, or damages caused by the sole

or active negligence or willful misconduct of the District.

14. DISPUTES:

The parties agree to meet and confer in good faith on all matters and disputes under this

Contract. If a dispute if not resolved under the foregoing, the parties may exercise any

right either may have at law, or in equity. Nothing in these paragraphs is meant to limit

either parties rights. Also see “Information to Bidders” #37.

15. POTENTIAL LABOR DISPUTE:

Whenever the Contractor has knowledge that any actual or potential labor dispute is delaying or

threatens to delay the timely performance of this contract, the Contractor shall immediately give

notice thereof, including all relevant information with respect thereto, to the Purchasing

Department of the Rialto Unified School District.

16. COMPLETION OF QUOTE:

When no manufacturer is specified, the Bidder must indicate the manufacturer brand being bid.

When brand or manufacturer is specified, bidder may bid substitute items as “equals,” except

those items marked “No Substitute.” Bidder must be able to justify any substituted item by

submitting samples when called for. The District reserves the exclusive right to accept or reject

any item. Bidder shall complete the quote by filling in all blanks. Indicate if there is a minimum

quantity required with the order.

Incomplete proposals will not be accepted.

THE RIALTO UNIFIED SCHOOL DISTRICT RESERVES THE RIGHT TO REJECT ANY

AND ALL BIDS AND TO WAIVE ANY DEFECT OR IRREGULARITY IN BIDDING OR

ANY PORTION THEREOF.

-END OF DOCUMENT-

Bid Form Agreement 1

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

BID FORM AGREEMENT

TO: RIALTO UNIFIED SCHOOL DISTRICT, acting by and through its Governing Board,

herein called “District”

FROM:________________________________________________________________________

(Proper Name of Bidder)

1. Pursuant to, and in compliance with, your Notice to Bidders/Invitation for Bid, and other

documents relating thereto, the undersigned bidder having familiarized himself with the

terms of the contract, the local conditions affecting the performance of the contract, and

the cost of the work at the place where the work is to be done, hereby proposes and

agrees to perform within the time stipulated, the contact, including all of its component

parts, and everything required to be performed, including its acceptance by the District,

and to provide and furnish any and all of the labor, materials, tools, expendable

equipment, and all utility and transportation services necessary to perform the contract

and complete in a workmanlike manner all of the work required in connection with the

following:

BID NO. 18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

All in strict conformance with the drawings, and other contract documents on file at the

Business Office of said District for amounts set forth herein.

2. In order to be a responsive/responsible bidder, required documents must be submitted as

a total proposal response. If any one of the required documents are not included, the

proposal will be declared non-responsive, and will not be accepted. Bidders submitting a

NO BID response, are to return the “NO-BID Response Form”, in order to remain on the

District’s Bidder’s List

3. ADDENDA

The undersigned has thoroughly examined any and all Addenda, (if any), issued during

the proposal period, and is thoroughly familiar with all contents thereof and

acknowledges receipt of the following Addenda:

(Bidder to list all addenda)

ADDENDUM NO:______ DATE RECEIVED:________________

ADDENDUM NO:______ DATE RECEIVED:________________

ADDENDUM NO:______ DATE RECEIVED:________________

Bid Form Agreement 2

4. This Proposal is to be submitted by 10:00 A.M., JUNE 6, 2019 and include the

following documents:

Bid Form Agreement

Bid Pricing Sheet - Attachment “A” Certification of Recycled Content

General Information Form Certificate for Worker’s Compensation

Reference Sheet Certificate for Drug-Free Workplace

Lobbying Debarment Suspension Certification

Non-Collusion Declaration

5. Price must include any and all charges. Fill in all blank sections. If you are not bidding

on an item, insert N/B in the section.

6. BID PRICING:

The bid pricing shall include all items as indicated and as specified for in the “Scope of

Work/Specification Sheet”, “Scope of Work” section. The Bid Pricing total shall include

all labor, materials, services, warranty and support necessary to complete the project,

including all sales, State and Local taxes, license, and insurance costs, if any.

Completion and submittal of Attachment “A” - Bid Pricing Sheet is required.

SUB-TOTAL OF ITEMS BID ON:$________________________________________

SALES TAX 7.75%: $________________________________________

TOTAL WITH SALES TAX: $_________________________________________

7. Failure to complete and sign the bid form agreement will result in disqualification of the

bid.

8. In submitting this proposal, the vendor acknowledges that the Information to Bidders, and

the Scope of Work/Specification Sheet, are an integral part of the Contract Documents,

and that the Information to Bidders and Scope of Work/Specifications have been read,

understood, and accepted by the bidder. The bidder understands and agrees not to

disclaim knowledge of the meaning, and effect of any term or provision, and agrees to

strictly abide by their meaning and intent. The undersigned agrees to furnish and deliver

the goods and/or services in strict accordance with these specifications, instructions,

conditions, provisions, and the prices quoted herein.

9. Time for Completion: Any and All supply needs under this Contract, shall be

completed as specified in the “Scope of Work/Specification” sheet.

10. Delivered items are to be delivered prepaid to Rialto, California. All costs for delivery,

insurance, freight, or the packing of the said items is to be borne by the bidder.

11. It is understood that the District reserves the right to reject this proposal, and that the

proposal shall remain open to acceptance, and is irrevocable for a period of Sixty (60)

days.

12. It is understood and agreed that if written notice of acceptance of this proposal is mailed

faxed, or delivered to the undersigned after the opening of the proposals, and within the

time this proposal is required to remain open, or at any time thereafter before this

Bid Form Agreement 3

proposal is withdrawn, the undersigned will execute and deliver to the District a contract

in the form attached hereto in accordance with the proposal as accepted, and that the

contractor will also furnish and deliver to the District FIVE (5) executed copies of the

Performance and Payment Bonds as specified, all within FOURTEEN (14) days after

receipt of the Notice of Award Letter, and that the work under the contract shall be

commenced by the undersigned bidder, if awarded the contract, on the date to be stated in

the District’s Notice to Proceed Letter, and shall be completed by the Contractor in the

time specified in the contract documents.

13. The Notice of Award Letter, and/or other correspondence, will be addressed to the

undersigned at the address stated below.

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

_________________________________________

_________________________________________

IMPORTANT NOTICE: If the bidder, or other interested person is a corporation, state

legal name of corporation, also names of the president, secretary, treasurer, and managers

thereof; if a co-partnership, state true name of firm, also names of all individual co-

partners composing firm; if bidder or other interested person is an individual, state first

and last names in full.

15. The undersigned bidder declares that he or she is licensed in accordance with the act

providing for registration of contractors and the documentation of licensor is as follows:

License # Co. Name Classification Expiration Date__

1.

2.

3.

If the bidder is a joint venture, each member of the joint venture must include the above

information.

The undersigned certifies (or declares) under penalty of perjury under the laws of the

State of California, that the foregoing is true and correct.

16. The Contractor hereby certifies that it is, and at all times during the performance of work

hereunder shall be, in full compliance with the provisions of the Immigration Reform and

Control Act of 1986 (“IRCA”) in the hiring of its employees, and the bidder shall

indemnify, hold harmless and defend the District against any and all actions, proceedings,

penalties or claims arising out of the bidder’s failure to comply strictly with the IRCA.

17. In the event the bidder to whom the Notice of Award is given, fails or refuses to post the

required bonds and return executed copies of the Agreement form within FOURTEEN

(14) calendar days from the date of receiving the Notice of Award letter, the District may

declare the Bidder’s proposal non-responsive, and may give Notice of Intent to Award

contract to the next lowest responsive and responsible bidder.

Bid Form Agreement 4

18. Having carefully examined all of the required bid documents, we hereby submit this

bid with the following documents: Bid Form Agreement, Bid Pricing Sheet, Non-

Collusion Declaration, and all other “Required Documents”.

19. Piggyback Clause: For the term of the contract, and any mutually agreed extension

pursuant to this request for bids, at the option of the vendor, other school district’s and

community college district’s, any public corporation or agency, including any county,

city, town, or public corporations or agency with the State of California, may purchase,

lease-purchase, or rent the identical item(s) at the same price and upon the same

conditions pursuant to sections 20118 (K-12) and 20652 (Community Colleges) of the

Public Contract Code.

The Rialto Unified School District waives its right to require such other districts and

offices to draw their warrants in the favor of the District as provided in said code

sections.

Acceptance or rejections of this clause will not affect the outcome of this bid.

Piggyback option granted_____________

(Please initial)

Piggyback option not granted__________

20. Pursuant to Section 4552 of the Government code, in submitting a bid to the District, the

bidder offers and agrees that if the proposal is accepted, it will assign to the District all

rights, 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 of Division 7 of the business and Professions Code),

arising from purchases of goods, materials or services by the bidder for sale to the

purchasing body pursuant to the bid. Such assignment shall be made and become

effective at the time the purchasing body tenders final payment to the bidder.

NOTE: If the bidder is a corporation, the legal name of the corporation shall be set forth below

together with the signature of the authorized officers or agents, and the documents shall bear the

corporate seal; if bidder is a partnership, the true name of the firm shall be set forth together with

the signature of the partner or partners authorized to sign contracts on behalf of the partnership.

Exclusions:

Bid Form Agreement 5

BY SUBMISSION OF THIS PROPOSAL, THE BIDDER DECLARES UNDER PENALTY

OF PERJURY, AND UNDER THE LAWS OF THE STATE OF CALIFORNIA, THAT

THE INFORMATION CONTAINED BELOW IS TRUE, CORRECT AND COMPLETE.

COMPANY NAME: _____________________________________________

LEGAL NAME OF CORP.: _____________________________________________

ADDRESS: _____________________________________________

_____________________________________________

BY: _____________________________________________ SIGNATURE OF BIDDER

_____________________________________________ PRINTED NAME

TITLE: _____________________________________________

DATE: _____________________________________________

Telephone #_________________________________

Fax #______________________________________

E-mail address_______________________________

Other partners_______________________________

_______________________________

END OF DOCUMENT

Bidder's Company Name & Address:_________________________________________________________

_________________________________________________________

_________________________________________________________

STOCK #DESCRIPTION CLASSIFICATION UOI

EST. NEED (YEAR)

UNIT COST EXTENDED COST

BRAND/ITEM #

300100 ABSORBENT POWDER COMPOUND NILOGEL 16 OZ (6 PER CS) **SDS REQUIRED** for industrial use to Absorb and deodorize all water-based spills. MFR: NILODOR, PROD #8-NLC OR EQUALWAXIE ITEM # 910730 OR EQUAL

CUSTODIAL SUPPLY CAN

80

300120 BLEACH, MIN. 5.25% SODIUM HYPOCHLORIDE 128 OZ (MAXIMUM OF 4 PER CASE) BID IS TO BE ON 4 PER CASE MAXIMUM NO EXCEPTIONS DISTRICT APPROVED PRODUCT MFR: CLOROX, PROD #44600 OR EQUAL . **SDS REQUIRED**

CUSTODIAL SUPPLY GAL

950

300130 BRACE, FOR PUSH BROOMS, METAL GUARDIAN BROOM BRACE FOR PUSH BROOMS # FP GUARDIAN CUSTODIAL SUPPLY EA

24

300140 BROOM HANDLE, 60'' WOOD, W/METAL TIP, THREADED GORM # 462050 WAXIE # 050931 OR EQUAL60' BROOM HANDLE W/METAL THREAD TIP

CUSTODIAL SUPPLY EA

60

300150 BROOM HANDLE, 72'' W/METAL TIP WAXIE # 050-941 THREADED WOOD BROOM HANDLE, 72' WITH METAL TIP 15/16' DIAMETER 050941 DISTRICT APPROVED PRODUCT MFR: PREMIER PROD #70305 OR EQUAL

CUSTODIAL SUPPLY EA

25

300160 BROOM, ANGLED PLASTIC 14'' SWEEP 42'' HANDLE 12 /CS WAXIE ITEM # 2051291 OR EQUAL CUSTODIAL SUPPLY EA 150300170 BROOM, INDOOR PUSH 24'' HEAD ONLY Waxie # 050140 OR EQUAL CUSTODIAL SUPPLY EA 18300180 BROOM, OUTDOOR PUSH 24'' HEAD ONLY # 900-301 CUSTODIAL SUPPLY EA 24300190 BOWL SCRUBBER, GREEN FLOWER TYPE PIONEER # 27-096-02 OR EQUAL CUSTODIAL SUPPLY EA 200300200 BRUSH, CARPET SPOT CUSTODIAL SUPPLY EA 24300210 COUNTER BRUSH, W/ HANDLE 8'' X 2-1/2'' # K2112 CUSTODIAL SUPPLY EA 9300220 BRUSH, NYLON TOOTHBRUSH SIZE CUSTODIAL SUPPLY EA 32300230 BRUSH, 8" ROTATING/SWIVEL HEAVY GRIT SCRUB. W/ BROOM HANDLE ATTACHMENT WAXIE ITEM#

2060115 OR EQUAL CUSTODIAL SUPPLY EA14

300240 BRUSH, TILE AND GROUT CUSTODIAL SUPPLY EA 55300250 BRUSH, BRASS WIRE TOOTHBRUSH SIZE

CUSTODIAL SUPPLY EA46

300260 CLEANER, TOILET BOWL, "SUPERTHICK" PIONEER CHEMICAL PRODUCT# 184732 NO SUBS 12 QUARTS PER CASE **SDS REQUIRED**

CUSTODIAL SUPPLY QT

820

300280 CARPET CLEANER, EXTRACTOR1-GAL. MAINTEX ITEM # 118004 OR EQUAL 4 PER CASE MAXIMUM SDS REQUIRED CUSTODIAL SUPPLY GAL

188

300290 COMET CREME CLEANSER DISINFECTANT 32 OZ **SDS REQUIRED**

CUSTODIAL SUPPLY QT

110

300300 COMET, LIQUID CLEANER, W/ BLEACH 32 OZ.DISTRICT APPROVED PRODUCT #870370 - MFR: PROCTOR & GAMBLE CO PROD#PGC #02287 **SDS REQUIRED**

CUSTODIAL SUPPLY QT

455

300305 CLEANER / DEODORANT #3, ENZYME BASE 1 CASE 4 / 64 OZ. 1 GPM 4/64 OZ. DILSOL# MAINTEX #3 ITEM NUMBER 110364T1 ( NO SUBS) SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY CUSTODIAL SUPPLY CS

144

300306 CLEANER, MULTIUSE OXY #405 4 GPM 4 64 OZ. PER CASE DILSOL MAINTEX PRODUCT # 184064T4 (NO SUBS) SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY CUSTODIAL SUPPLY CS

144

300310 CLEANER, COMPLETE RESTROOM. JUST RIGHT MAINTEX ITEM# 184704 OR EQUAL 4 PER CASE MAX **SDS REQUIRED** CUSTODIAL SUPPLY GAL

250

300320 WINDOW & GLASS CLEANER ,1 GAL W/ LABEL. **SDS REQUIRED** NOTE: SECONDARY LABELS FOR QUART BOTTLES TO BE PROVIDED AT NO CHARGEBID IS TO BE ON 4 PER CASE MAXIMUM NO EXCEPTIONS CUSTODIAL SUPPLY GAL

179

300321 WINDOW & GLASS CLEANER , QUART SPRAY BOTTLE W/ LABEL. **SDS REQUIRED**

CUSTODIAL SUPPLY QT

72

300330 SPRAY 9 MULTIPURPOSE CLEANER NO SUBS QT. SPRAY BOTTLE SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY

CUSTODIAL SUPPLY QT

749

300340 CLEANER, STAINLESS STEEL , METAL BRITE OR EQUAL NON AEROSAL, 32 OZ SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY

CUSTODIAL SUPPLY QT

72

300350 CLEANER, SUPER 60 DISINFECTANT FOAMER 5 GALLON PAIL PIONEER CHEMICAL PRODUCT NO SUBS SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY

CUSTODIAL SUPPLY EA

276

300360 CLEANER, SUPER GREEN CLEANER 5 GAL PIONEER CHEMICAL PRODUCT NO SUBS SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY

CUSTODIAL SUPPLY EA

145

300370 CLEANER, SUPER SHINE GREEN CONCENTRATE 5 GAL PIONEER CHEMICAL PRODUCT NO SUBS SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY

CUSTODIAL SUPPLY EA

143

300380 CLEANER, 'GERMICIDAL' DISINFECTANT SPRAY, 20 OZ AEROSAL (CAN) (12 PER CASE) WAXIE # 170081 FOR ''SWISH'' NO SUBS. SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY

CUSTODIAL SUPPLY CAN

727

300385 CONNECTOR, ''Y'', PORTAFILL W/ 2 SHUTOFF, PLASTIC MAINTEX PRODUCT # 2625123 (NO SUBS) CUSTODIAL SUPPLY EA

36

300390 TOILET SEAT COVER, HALF FOLD 20 PKG/ CASE 250 SHEETS PER PKG CUSTODIAL SUPPLY CS

217

300410 NO FOAM, CONCENTRATED DEFOAMER QUART BOTTLE, FOR VACUUM PICKUP TANK SDS REQUIREDCUSTODIAL SUPPLY QT

90

300420 FRESH-N-UP GEL, ORCHARD SCENT PIONEER JELLED ODOR CONTROL NO SUBS

CUSTODIAL SUPPLY QT

68

300430 FRESH-N-UP GEL TROPICAL SCENT PIONEER JELLED ODOR CONTROL NO SUBS

CUSTODIAL SUPPLY QT

103

300440 DISINFECTANT HOSPITAL SPRAY15 OZ. CAN (EQUAL TO LYSOL) SDS SHEET TO BE SUBMITTED WITH EACH DELIVERY

CUSTODIAL SUPPLY CAN

181

300460 DISPENSER, FOR BROWN ROLL TOWEL TORKS H21 MODEL 84TR ONLY, COLOR: SMOKE. NO SUBS. CUSTODIAL SUPPLY EA

100

300465 DISPENSER, PORTAFILL, SAFELINK MAINTEX PRODUCT # SL1DGAP-1 (NO SUBS) CUSTODIAL SUPPLY EA

36

300480 DISPENSER, FOR OMNIAIR OR SSS SURPASS REFILLS WAXIE PRODUCT (151801) SSS PRODUCT# 67048 OR EQUAL.

CUSTODIAL SUPPLY EA

34

300500 DISPENSER, FOR BLUE FOAM SOAP / HAND SANITIZER WITH RUSD LABEL PROD. CODE 9133R (24 PER CASE) PIONEER ONLY **NO SUBS** CUSTODIAL SUPPLY EA

144

300510 TOILET TISSUE DISPENSER, JUMBO PLASTIC WITH STUB (TRANSLUCENT SMOKE) GEORGIA - PACIFIC # 59350 OR VISTA BRAND # 59350 NO SUBS CUSTODIAL SUPPLY EA

114

300520 DOLLY, BLACK RND FOR 32 GAL GARBAGE CAN RUBBERMAID BRAND # FG264000BLA NO SUBS

CUSTODIAL SUPPLY EA

100

300530 DUST MOP HEAD, MICRO FIBER ONLY 24'' X 3'' CUSTODIAL SUPPLY EA

100

300540 DUST MOP HEAD 36''X 3'' MICRO FIBER ONLY CUSTODIAL SUPPLY EA 100300579 DUSTER EXTENSION POLE 36'' TO 6' HYGEN RUBBERMAID

# Q755 ONLY NO SUBS (COMES IN CASE OF 6. ) CUSTODIAL SUPPLY EA

36

300580 DUSTER, MICRO FIBER FRAME Q850 QUICK CONNECT RUBBERMAID ONLY. MFI# FQ85000BK00. NO SUBSTITUTES CUSTODIAL SUPPLY EA

24

300590 DUSTER SLEEVE REPLACEMENT FOR MICRO FIBER DUSTER Q851 RUBBERMAID ONLY # FQ85100GR00 NO SUBS CUSTODIAL SUPPLY EA

22

300600 DUST PAN WITH BROOM KIT, PLASTIC W/ CLIP HARPER MFG # 497-1 / PIONEER# 20-971-08 NO SUBS

CUSTODIAL SUPPLY EA

66

300610 EXTENSION CORD 50' HI GRADE WITH INDICATOR LIGHTED ENDS (NO EXCEPTIONS) CUSTODIAL SUPPLY EA 109300620 E-Z REACH PICKER 32' W/ PLAIN SLEEVE. ALLUMINUM FRAME W/ PLASTIC HAND GRIP MFG # 32S-PS-1 NO

SUBS CUSTODIAL SUPPLY EA146

300640 FRAME, , DUST MOP STEEL 24'' X 3'' PC24 X 3 CUSTODIAL SUPPLY EA 18

300650 FRAME, , DUST MOP STEEL 36'' X 3'' CUSTODIAL SUPPLY EA

14

300655 FRAME, HAND HELD 9'' FOR MICROFIBER SURFACE PAD CS/10SSS NEXGEN GORM ITEM # 446426 OR EQUAL CUSTODIAL SUPPLY EA

36

300660 GARBAGE CAN, 32 GALLON GRAY WITHOUT LID #3200GY RUBBERMAID NO SUBS CUSTODIAL SUPPLY EA 190300680 GLOVES, NITRILE, NON-POWDER LATEX FREE, LARGE

CCP PROWORKS BRAND OR EQUAL SPECSBLACK ONLY (NO SUBS) **SAMPLE REQUIRED**

CUSTODIAL SUPPLY BX

1000

300700 GLOVES, NITRILE, NON-POWDER LATEX FREE, X-LARGE CCP PROWORKS BRAND OR EQUAL SPECSBLACK ONLY(NO SUBS) CUSTODIAL SUPPLY BX

900

300710 GLOVES, NITRILE, NON-POWDER LATEX FREE, MEDIUM CCP PROWORKS BRAND OR EQUAL SPECS. BLACK ONLY (NO SUBS) CUSTODIAL SUPPLY BX

550

300720 GLOVES, SYNTHETIC VINYL, LATEX FREE POWDER FREE, LARGE, 10 BX PER CASE CUSTODIAL SUPPLY BX 200300730 GLOVES, SYNTHETIC VINYL, LATEX FREE POWDER FREE, MEDIUM, 10 BX PER CASE CUSTODIAL SUPPLY BX 150300750 GLOVES, SYNTHETIC VINYL, LATEX FREE POWDER FREE, X LARGE, 10 BX PER CASE CUSTODIAL SUPPLY BX 100300760 GLASSES, SAFETY, CLEAR PLASTIC

CUSTODIAL SUPPLY EA

24

300770 GRAFFITI REMOVER, MOTSENBOCKERS ''LIFT OFF'' OR ENVIROTEK GRAFFITI XWAXIE PRUDUCT # 410263 SDS REQUIREDNO SUBSTITUTIONS CUSTODIAL SUPPLY QT

160

300780 GUM D'SOLVE, LIQUID CHEWING GUM REMOVER PIONEER PRODUCT # PC1053QT NO SUBS SDS REQUIRED

CUSTODIAL SUPPLY QT

150

300785 GUM FREEZE, ''GUM AWAY'' GUM REMOVER, CAN. SPECIFY OZ PER CAN SDS REQUIREDMFG. # 060080 CUSTODIAL SUPPLY CAN

102

300790 MOP HANDLE 60'', WOOD W/SPRING LOCK CUSTODIAL SUPPLY EA

45

300800 HANDLE, 60'' DUST MOP HANDLE, FLEXCLIP, HEAVY DUTY PIONEER ITEM # 20-820-07 OR EQUAL NO SUBS CUSTODIAL SUPPLY EA

60

300810 DOODLEBUG PAD HOLDER 3M # 6472 OR EQUAL CUSTODIAL SUPPLY EA 40

300820 HOLDER, RETRACTABLE FOR SAFETY SINGLE EDGE RAZOR BLADES MS-410 - METAL CUSTODIAL SUPPLY EA 120300830 WATER KEY, CONTROL TOOL, 4 WAY - METAL CUSTODIAL SUPPLY EA 30300840 KNIFE, PUTTY 1-1/2' METAL BLADE PLASTIC OR WOOD HANDLE. 24/BX ITEM # 280106 OR EQUAL

CUSTODIAL SUPPLY EA114

300900 FLUORESCENT TUBE 48'' BI-PIN T8 32 WATT RAPID START, SYLVANIA 21999-7. CS /30 NO SUBS

CUSTODIAL SUPPLY CS

200

300910 GARBAGE CAN LINER, 32 GALLON, 32X43, MINIMUM OF 1.5 MIL, LOW DENSITY POLYETHYLENE, CLEAR ROLL ONLY 20 ROLLS / 200 PER CSDISTRICT APPROVED PRODUCT MFR: REPUBLIC BAG PROD# MO10 1.5 MIL MINIMUM SPECS NO EXCEPTIONS **SAMPLE REQUIRED**

CUSTODIAL SUPPLY CS

2336

300920 LINER, SMALL WASTE BASKET .7 MIL MINIMUM. 24 X 27 (ROLL) 250/CS MINIMUM. REPUBLIC BAG# 055020 OR EQUAL. CUSTODIAL SUPPLY CS

250

300930 SILICONE SPRAY, ALL PURPOSE 10.75 OZ PRO 2 SILICONE MSDS REQUIRED CUSTODIAL SUPPLY CAN 25

300940 WD 40 SPRAY LUBE, 11 OZ. W/ SMART STRAW MSDS REQUIRED CUSTODIAL SUPPLY CAN 91300950 MOP BUCKET/ WRINGER COMBO YELLOW, W/ SPLASH GUARD. 35 QT 3'' CASTERS. SW12 SIDE PRESS

WRINGER. CONTINENTAL # 335-312. NO SUBS CUSTODIAL SUPPLY EA25

300955 MOP, FLOOR FINISH 5'' X 24'' PIONEER ITEM # WMFFB-524 OR EQUAL NO SUBSFITS ON 24'' FRAME CUSTODIAL SUPPLY EA

20

300960 MOP HEAD, LRG MICRO FIBER LOOPED # 20 ITEM # 1033W **SAMPLE REQUIRED** CUSTODIAL SUPPLY EA 260300970 MOP HEAD, XLG COTTON OR MICRO FIBER LOOPED 32 OZ **SAMPLE REQUIRED**

CUSTODIAL SUPPLY EA182

300975 MOP PAD, BLUE MICROFIBER 9'' SSS NEXGEN HOOK & LOOP MUST FIT FRAME FOR RUSD STOCK # 30065524 /CS GORM ITEM # 446428 OR EQUAL CUSTODIAL SUPPLY EA

144

300990 OIL, 3 IN ONE LUBRICATING, ALL PURPOSE 4 OZ W/ TELESCOPING SPOUT MSDS REQUIRED CUSTODIAL SUPPLY BTTL 15301000 PAD BURNISHING 13'' ROUND ULTRA SOFT CS/5 CUSTODIAL SUPPLY CS 20301010 PAD BURNISHING, 14'' ROUND ULTRA SOFT HIGH SPEED CS/5 CUSTODIAL SUPPLY CS 5301020 PAD BURNISHING 20'' ROUND ULTRA SOFT CASE/5

CUSTODIAL SUPPLY CS15

301030 PAD BUFFING, FLOOR RED 20''ROUND CS/5 CUSTODIAL SUPPLY CS 13301040 PAD, CLEANER , FLOOR BLUE 20'' ROUND CS/5/5 CUSTODIAL SUPPLY CS 11301050 PAD, STRIPPING , FLOOR BLACK 20'' ROUND CS/ 5 CUSTODIAL SUPPLY CS 72301055 PAD, FLOOR POLISHING WHITE 20'' ROUND, CS/5 CUSTODIAL SUPPLY CS 36301060 PAD, SCRUB-EZE DOODLE BUG PAD

BROWN 4.5'' X 10'' CS/20 GORM ITEM # SSS85434CS PIONEER # GI85A-BX OR EQUAL CUSTODIAL SUPPLY CS

29

301061 PAD, SCRUB-EZE DOODLE BUG PADWHITE 4.5'' X 10'' CS/20 GORM ITEM # SSS85434CS PIONEER # GI85A-BX OR EQUAL CUSTODIAL SUPPLY CS

24

301070 PAD , STEEL WOOL WITH SOAP 4'' X 4'' HOTEL SIZE 10/ BOX MINIMUM. SCRUBBLE BRAND OR EQUALSPECIFY QUANTITY PER BOX CUSTODIAL SUPPLY BX

12

301080 PAIL, 10 QT - HEAVY DUTY PLASTIC BUCKET WITH POUR SPOUT. QUART MAKING ON INSIDE OF BUCKET COMES WITH HANDLE. NESTABLE. 10 ¼” H x 10 ½” D. CONTINENTAL# 8110 OR EQUAL CUSTODIAL SUPPLY EA

54

301090 POLISH, FURNITURE 19 OZ AEROSOL PETROLEUM / OIL BASE SDS REQUIRED CUSTODIAL SUPPLY CAN 150301100 PUMICE SCOURING BAR, HEAVY DUTY INSTITUTIONAL. #030451 OR EQUAL CUSTODIAL SUPPLY EA 257301110 RAG, MICROFIBER GREEN, 16'' X 16'' PK/12 WAXIE # 770401 NO SUBS CUSTODIAL SUPPLY PK 100301120 RAG, MICROFIBER BLUE, 16'' X 16'' PK/12 WAXIE # 770400 NO SUBS CUSTODIAL SUPPLY PK 137301130 RAGS, NEW TERRY CLOTH BAR MOP, WHITE, W/ HEMMED EDGES 16 X 18 MINIMUM SIZE. SPECIFY

QUANTIY PER BOXCUSTODIAL SUPPLY BX

120

301140 RAZOR BLADES NO. 9 SINGLE EDGE PK/100 #RB-009 OR EQUAL CUSTODIAL SUPPLY EA 23301150 RECYCLE RECEPTACLE, 32 GAL BLUE RUBBERMAID. NO SUBS

CUSTODIAL SUPPLY EA12

301160 REFILL, AIR FRESHENER SURPASS AIRCARE CITRUS SENSATION SSS ITEM# 67051 OR EQUAL. SAMPLE REQUIRED CUSTODIAL SUPPLY EA

85

301170 REFILL, AIR FRESHENER SURPASS AIRCARE MANGO DELIGHT SSS ITEM# 67049 OR EQUAL. SAMPLE REQUIRED CUSTODIAL SUPPLY EA

75

301180 RUBBER REPLACEMENT CUPS FOR EZ REACHER (PR) FOR ITEM 317300 CUSTODIAL SUPPLY PR 36301190 SAFETY/ DUST MASK. WHITE CONE PART# RS-810 OR EQUAL. DISPOSABLE 50 PER BOX CUSTODIAL SUPPLY BX 10301200 SAFETY CONES POP-UP /CAUTION BILINGUAL RUBBERMAID BRAND CUSTODIAL SUPPLY EA 12301201 SANITARY NAPKIN, MAXITHINS CS/250 CUSTODIAL SUPPLY CS 48

301210 SANITIZER, HAND FOAM (FOR USE W/ DISPENSER) PIONEER PRODUCT NO SUBS SDS REQUIRED CUSTODIAL SUPPLY CS 39301211 SCRAPER, 4" SHORT HANDLE CUSTODIAL SUPPLY EA 30301212 SCRAPER HANDLE 48" W/ 4" BLADE CUSTODIAL SUPPLY EA 30301212 SCRAPER REFILL BLADE 4" PK/10. CUSTODIAL SUPPLY PK 75301220 SCOURING PAD, COARSE 6'' X 9'' GREEN. SPECIFY QUANITY & PRICE PER BX AND PRICE PER PAD. CUSTODIAL SUPPLY PK 109301230 SHOE, STRIP LARGE NON-SLIP(SIZE 10-12) PIONEER ITEM PC600L OR EQUAL CUSTODIAL SUPPLY PR 8301240 SHOE, STRIP REGULAR NON-SLIP(SIZE 8-9) PIONEER ITEM # PC6000R OR EQUAL CUSTODIAL SUPPLY PR 5301260 SOAP, BLUE FOAM FOR DISPENSER CS/8 PIONEER PRODUCT FROSTY BLUE # 57228NO SUBS SDS REQUIRED

CUSTODIAL SUPPLY CS762

301270 SOAP, LIQUID DISH SOAP, 38 OZ JOY OR EQUAL SDS REQUIRED CUSTODIAL SUPPLY BTTL 439301280 SCRUBBING SPONGE, MEDIUM DUTY GREEN & YELLOW 3 1/2'' X 6'' CUSTODIAL SUPPLY EA 402301290 SCRUBBING SPONGE, LIGHT DUTY WHITE & YELLOW 3 1/2'' X 6''

CUSTODIAL SUPPLY EA230

301300 SPRAY BOTTLE, 24 OZ W/ MEASURE RING (NO SPRAY ATTACHMENT) CUSTODIAL SUPPLY EA

336

301310 SPRAYER / TRIGGER ATTACHMENT, 7" SPRAY HEAD FOR 24 OZ BOTTLE PIONEER # CM922H OR EQUAL CUSTODIAL SUPPLY EA

412

301320 SQUEEGEE, FOR WINDOWS W/ WASHER COMBO ''BACKFLIP'' SSTL 14/35 MFG: ETTORE # 71141 NO SUBS SAMPLE REQUIRED

CUSTODIAL SUPPLY EA

34

301330 STRIPPER, FLOOR WAX REMOVER ULTRA STRIP CS/4 GAL. MAINTEX PRODUCT# 113804 NO SUBS MOT PRODUCT SDS REQUIRED CUSTODIAL SUPPLY CS

130

301340 STRIPPER FOR BASEBOARDS AND EDGES 16 OZ CAN. WAXIE GREEN ''EDGE OFF'' NO SUBS SDS REQUIRED

CUSTODIAL SUPPLY CAN

200

301350 SWABS,TOILET BOWL, "JOHNNY MOPS" ACID RESISTANT SOFT CLEANER, WHITE ,MAINTEX PRODUCT OR EQUAL **SAMPLE REQUIRED**

CUSTODIAL SUPPLY EA

218

301351 TAMPON, TAMPAX CS/500 CUSTODIAL SUPPLY CS 72301360 TISSUE, FACIAL 2 - PLY WHITE. CLEAN & SOFT # 851443 OR EQUAL 30 BX PER CASE, 100 SHEEETS PER BX.

8.5 IN. X 7.7 IN. CUSTODIAL SUPPLY CS705

301370 TOILET TISSUE, 2 PLY, JUNIOR, 9" ROLL 1000FT CS/12 **SAMPLE REQUIRED** CUSTODIAL SUPPLY CS 330301380 TOILET TISSUE, STANDARD SIZE ROLL LIVI ITEM # 21255 OR EQUAL. SPECIFY QUANTITY & PRICE PER CASE,

AND PER ROLL CUSTODIAL SUPPLY CS30

301390 TOILET TISSUE, 1 PLY, JUMBO ROLL 4000FT **SAMPLE REQUIRED** CUSTODIAL SUPPLY CS 730301400 TOILET TISSUE, 2 PLY, JUMBO ROLL 2000FT **SAMPLE REQUIRED** CUSTODIAL SUPPLY CS 1034301410 TOWEL, BROWN ROLL 1 PLY 7.9" x 600 FT. PER ROLL 12 ROLLS PER CASE ROYAL PAPER # 37434

PLATNUM 1 OR EQUAL. **SAMPLE REQUIRED**CUSTODIAL SUPPLY CS

1210

301420 TOWELS, HAND ENMOTION BRAND. 10'' X 800'. FOR ENMOTION DISPENSER GEORGIA PACIFIC # 89460 NO SUBS CUSTODIAL SUPPLY CS

230

301440 TOWELS, HAND SINGLEFOLD BROWN 10" X 9" MINIMUM OF 10 PACKS PER CS, 334 TOWELS PER PK CUSTODIAL SUPPLY CS 60301450 URINAL CARTRIDGE, WATERLESS. PURLEVE ENVIROSEAL ELASTOMER TRAP REPLACEMENT SYSTEM (BX/1)

6 ENZYME BLOCKERS SDS REQUIREDSSS# 87035 (NO SUBSTITUTES PLEASE) CUSTODIAL SUPPLY EA

38

301455 URINAL SCREEN, WITH FRAGRANCESSS# 08030 OR EQUAL MINIMUM 10 PER BX CUSTODIAL SUPPLY BX

24

301460 VACUUM BAGS, SUPER COACH BACKPACK ITEM # PT100331 F/SUPERCOACH HEP 100331 (NO SUBS) CUSTODIAL SUPPLY PK

285

301470 WASTE BASKET, SMALL 28 QT. BLACK CUSTODIAL SUPPLY EA 303301480 WAX, FLOOR , HIGH TRAFFIC FLR FNSH SLRFLOOR FINISH CS/4 GAL. MAINTEX PRODUCT# 127604 NO SUBS

SDS REQUIRED CUSTODIAL SUPPLY CS280

500100 BATTERY, 'AA' CELL DURACELL OR ENERGIZER 24/PK PAPER & OFFICE PK 230500110 BATTERY, 'AAA' DURACELL OR ENERGIZER 24/PK PAPER & OFFICE PK 225500120 BATTERY, 'D' , DURACELL OR ENERGIZER 12/PK PAPER & OFFICE PK 139500130 BATTERY, 9 VOLT DURACELL OR ENERGIZER 12/PK PAPER & OFFICE PK 32500245 CLOCK, 13 1/2' DIAMETER, QUARTZ, BLACK/ WHITE, MFG. LORELL # 60989 OR EQUAL PAPER & OFFICE EA 130

CHANGES TO ANY PRODUCT'S COMPOSITION MUST BE APPROVED BY THE DISTRICT PRIOR TO DELIVERY

SUBTOTAL OF ALL ITEMS BID ON:

SALES TAX:

TOTAL OF ALL ITEMS, WITH SALES TAX:

_____________________________________________________________

Bidder's Signature & Title

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010 WAREHOUSE CUSTODIAL STOCK SUPPLIES

NON-COLLUSION DECLARATION

STATE OF CALIFORNIA, COUNTY OF being first duly sworn, deposes and declares that he/she is ______ (Title) of ______

(Name of Bidder) the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or a sham. The bidder has not directly or indirectly colluded, conspired, solicited, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract. All statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute this declaration on behalf of the bidder. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct,

(Signature)

(Typed Name)

and that this declaration is executed on__________,at____________________________,_______. (Date) (City) (State)

SUBSCRIBED BEFORE ME on this day of , 2019. My Commission Expires: ___________________________________________________________ Date Notary Public

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010 WAREHOUSE CUSTODIAL STOCK SUPPLIES

CONTRACTOR'S CERTIFICATE REGARDING DRUG-FREE WORKPLACE

This Drug-Free Workplace Certification form is required from all successful bidders pursuant to the requirements mandated by Government Code Section 8350 et seq., the Drug-Free Workplace Act of 1990. The Drug-Free Workplace Act of 1990 requires that every person or organization awarded a contract or grant for the procurement of any property or service from any State agency must certify that it will provide a drug-free workplace by doing certain specified acts. In addition, the Act provides that each contract or grant awarded by a State agency may be subject to suspension of payments or termination of the contract or grant, and the contractor or grantee may be subject to debarment from future contracting, if the contracting agency determines that specified acts have occurred. Pursuant to Government Code Section 8355, every person or organization awarded a contract or grant from a State agency shall certify that it will provide a drug-free workplace by doing all of the following: a) publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in the person's or organization's workplace and specifying actions which will be taken against employees for violations of the prohibition; b) establishing a drug-free awareness program to inform employees about all of the following:

1) the dangers of drug abuse in the workplace; 2) the person's or organization's policy of maintaining a drug-free workplace; 3) the availability of drug counseling, rehabilitation and employee-assistance programs; 4) the penalties that may be imposed upon employees for drug abuse violations;

c) requiring that each employee engaged in the performance of the contract or grant be given a copy of the statement required by subdivision (a) and that, as a condition of employment on the contract or grant, the employee agrees to abide by the terms of the statement. I, the undersigned, agree to fulfill the terms and requirements of Government Code Section 8355 listed above and will publish a statement notifying employees concerning (a) the prohibition of controlled substance at the workplace, (b) establishing a drug-free awareness program, and requiring that each employee engaged in the performance of the contract be given a copy of the statement required by Section 8355 (a) and requiring that the employee agree to abide by the terms of that statement. I also understand that if the DISTRICT determines that I have either (a) made a false certification herein, or (b) violated this certification by failing to carry out the requirements of Section 8355, that the contract awarded herein is subject to termination, suspension of payments, or both. I further understand that, should I violate the terms of the Drug-Free Workplace Act of 1990, I may be subject to debarment in accordance with the requirements of Section 8350 et seq. I acknowledge that I am aware of the provisions of Government Code Section 8350 et seq. and hereby certify that I will adhere to the requirements of the Drug-Free Workplace Act of 1990. DATE: _____________________________________________ Contractor

By Signature

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010 WAREHOUSE CUSTODIAL STOCK SUPPLIES

CONTRACTOR'S CERTIFICATE

REGARDING WORKER'S COMPENSATION

Labor Code Section 3700. "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 duly authorized to write compensation insurance in this State.

"(b) By securing from the Director of Industrial Relations a certificate of consent to self-insure, 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 employees.

I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. _______________________________________ Company Name Date_________________ _______________________________________ Authorized Signature _______________________________________ Print Name _______________________________________ Title (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.)

WAREHOUSE CUSTODIAL STOCK SUPPLIES

Page 1 of 3

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

REFERENCE SHEET

List at least five (5) references of school districts at which you have performed transportation services within the last

five years. Use the table below, and fill in all sections. For “Description of Work”, please include details about the

size of the organization, how long they have been utilizing your service. For “Candidate for a Site Visit”, please type

“Yes” if you recommend Rialto USD visit site.

Rialto USD prefers references from similar organizations: K-12 oriented; similar numbers of students, and subject

to California law and regulation.

Bidder’s Name:_______________________________________________

Reference # 1

Company Name

Company Address

Contact Name

Contact Title

Contact’s Telephone #

Contact’s Email Address

Date starting service

Description of work:

Candidate for Site Visit?

Reference # 2

Company Name

Company Address

Contact Name

Contact Title

Contact’s Telephone #

Contact’s Email Address

Date starting service

Description of work:

Candidate for Site Visit

Page 2 of 3

Reference # 4

Company Name

Company Address

Contact Name

Contact Title

Contact’s Telephone #

Contact’s Email Address

Date starting service

Description of work:

Candidate for Site Visit?

Reference # 3

Company Name

Company Address

Contact Name

Contact Title

Contact’s Telephone #

Contact’s Email Address

Date starting service

Description of work:

Candidate for Site Visit?

Page 3 of 3

Reference # 6

Company Name

Company Address

Contact Name

Contact Title

Contact’s Telephone #

Contact’s Email Address

Date starting service

Description of work:

Candidate for Site Visit?

Reference # 5

Company Name

Company Address

Contact Name

Contact Title

Contact’s Telephone #

Contact’s Email Address

Date starting service

Description of work:

Candidate for Site Visit?

Federal Certifications

BID NO. 18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES

Certifications regarding lobbying; debarment, suspension and other responsibility matters; drug-free workplace requirements; and anti-kickback commitment requirements

Applicants should refer to the regulations cited below to determine the certification to which they are required to attest. Applicants should also review the instructions for certification included I the regulations before completing this form. Signature on this form provides for compliance with certification requirements under 34 CFR Part 82, A new restrictions on Lobbying, and 34 CFR Part 85, A Government-wide Debarment and Suspension (Non-procurement), Government-wide requirements for Drug-Free Workplace (Grants), and the Copeland Anti-Kickback Act (18 USC 874) in Department of Labor regulations. The certifications shall be treated as a material representation of fact upon which reliance will be placed when the Department of Education determines to award the covered transaction, grant, or cooperative agreement. 1. Lobbying As required by Section 1352, Title 31 of the U.S. Code, and implemented at 34 CFR Part 82, for persons entering into a grant or cooperative agreement over $100,000 as defined at 34 CFR Part 82, Sections 82.105 and 82.110, the applicant certifies that: (a) Federal Appropriated Funds: The Contractor certifies that no Federal appropriated funds have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant loan, or cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (b) Non-Federal Appropriated Funds: If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or intending to influence any officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal contract, grant, loan, or cooperative agreement, the Contractor shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," to the District. (c) Subcontract Certifications: The Contractor shall require that the certification language of this Section be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

(d) Material representations: The contractor acknowledges that the certification made pursuant to this Section is a material representation of fact upon which the District places reliance. This certification and the associated commitments made pursuant to this Section are prerequisites for entering into a contract with the District. The Contractor shall provide immediate written notice to the District if at any time the Contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. If the Contractor fails to provide accurate information pursuant to this Section, the District may terminate this contract for cause of default. If the Contractor is unable to certify any of the statements in this certification, it shall provide the District with a written explanation as to why certification cannot be provided. _______________________________________________ 2. Debarment, suspension, and other responsibility matters As required by Executive Order 12549, Debarment and Suspension, and other responsibilities implemented at 34 CFR Part 85, for prospective participants in primary or a lower tier covered transactions, as defined at 34 CFR Part 85, Sections 85.105 and 85.110- A. The Contractor certifies to the best of its knowledge and belief, that it and its principles: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or

State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in Paragraph (30)a of this Section; and

(4) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. B. The certifications in this Section are material representations of fact upon which the District places reliance. The certifications in this Section are a prerequisite for entering into a contract with the District. The contractor shall provide immediate written notice to the District if at any time the Contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. If it is later determined that the Contractor knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the district may terminate this contract for cause of default. If the Contractor is unable to certify to any of the statements in this certification, it shall provide the District with a written explanation as to why certification cannot be provided. ______________________________________________ 3. Drug-Free Workplace (grantees other than individuals) As required by the Drug-Free Workplace act of 1988, and implemented at 34 CFR Part 85, Subpart F, for grantees, as defined at 34 CFR Part 85, Sections 85.605 and 85.610- A. The Contractor certifies that it will or will continue to provide a drug-free workplace by: (1) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (2) Establishing an ongoing drug-free awareness program to inform all of its employees about: (a) The dangers of drug abuse in the workplace; (b) The Contractor's policy of maintaining a drug-free workplace; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Making it a requirement that each employee be given a copy of the statement required by Paragraph 31 of this Section; (4) Notifying the employee in the statement required by Section 31(a) that, as a condition of employment, the employee will (a) Abide by the terms of the statement; and (b) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction;

(5) Notifying the District in writing, within ten calendar days after receiving notice under Paragraph (1) of this Section from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to: Director, Grants and Contracts Service, U.S. Department of Education, 400 Maryland Avenue, S.W. (Room 3124, GSA Regional Office Building No. 3), Washington, DC 20202-4571. Notice shall include the identification numbers(s) of any affected grant; (6) Taking one of the following actions, within 30 calendar days or receiving notice under Paragraph (4)(b) of this Section, with respect to any employee who is so convicted: (a) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (b) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, state, or local health, law enforcement, or other appropriate agency; (7) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (1),(2),(3),(4),(5), and (6) of this Section. B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance (Street address, city, county, state, zip code) Address City State Zip Code

Check if there are workplaces on file that are not

identified here. Drug-free workplace (grantees who are individuals) As required by the Drug-Free Workplace Act of 1988, and implemented at 34 CFR Part 85, Subpart F, for grantees, as defined at 34 CFR Part 85, Sections 85.605 and 85.610 a. As a condition of the grant, I certify that I will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in conducting any activity with the grant, and b. If convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, I will report the conviction, in writing, within 10 calendar days of the conviction, to: Director, Grants and Contracts Service,

U. S. Department of Education, 400 Maryland Avenue, S.W. (Room 3124, GSA Regional Office Building No. 3) Washington, DC 20202-4571. Notice shall include the identification number(s) of each affected grant. 4. Anti-Kickback Commitment The Contractor shall comply with the Copeland Anti-Kickback Act (18 USC 874) as supplemented in Department of Labor regulations in the construction, completion, or repair of public facilities, to give up any part of the compensation to which they are otherwise entitled. The Contractor shall further certify that all employees have been paid in full and no rebates have been or will be made either directly or indirectly from the full weekly wages earned by any person, other than permissible deductions, as defined in

Regulations, Part 3 (CFR Part 3). The Contractor shall report all suspected or reported violations of the Anti-Kickback Act to the District. "I (name of signatory party and title), do hereby state: That I pay or supervise the payment of the persons employed by (Contractor) on the (description of project); that during the payroll period commencing on the __________ day of ____________, 2019, and ending the ____________ day of _____________, 2019, all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly from the full weekly wages earned by any person, other than permissible deductions, as defined in Regulations, Part 3 (CFR Part 3) issued by the Secretary of Labor under the Copeland Act, as amended and described below: (Paragraph describing deductions, if any)."

(A) Payroll Statement: The following anti-kickback statement must be submitted with each set of weekly payrolls:

As the duly authorized representative of the applicant, I hereby certify that the applicant will comply with the above certifications.

Name of Applicant

Contract

Printed Name and Title of Authorized Representative

Date

RIALTO UNIFIED SCHOOL DISTRICT

BID NO. 18-19-010 GENERAL INFORMATION FORM

The Vendor shall furnish the following information. Failure to comply with this requirement will

render the proposal informal and mav cause its rejection. Please fill out all sections in the form below.

Also, additional sheets may be attached if necessary. ''You" or "your" as used herein refers to the

vendor's firm and any of its officer, directors, shareholders, parties and principals.

General Information Required of Vendor

Firm Name

Firm Address

Firm Telephone

Type of Firm

(Mark an 'X' for the appropriate one)

Individual

Partnership

Corporation

Joint Venture

All Officers of the Firm: Name Title

Number of Years as a Contractor of this Type

Number of years’ experience in

transportation of students that your

organization has

Has your firm or any of its principals defaulted so as to cause a loss to a surety? (Please answer Yes or No)

If Yes, Give Dates. Name

& Address of Surety, and

Details

Date Name & Address of Surety Details

GENERAL INFORMATION REQUIRED OF VENDOR Have you been assessed liquidated damages for any project in the past three years

(Please answer Yes or No

If Yes, explain

Have you been in litigation on a question relating to your performance on a contract during the past three years? (Please answer Yes or No

If Yes, explain and provide case name and number:

Have you ever failed to complete a contract in the last three years? (Please answer Yes or No)

If Yes, give owner and details:

Do you now or have you ever had any direct or indirect business, financial or other connection with any official, employee or consultant of the District? (Please answer Yes or No)

If Yes, please elaborate:

No Bid - IFB Letter Page 1 of 1

RIALTO UNIFIED SCHOOL DISTRICT

Purchasing Services

260 S. Willow Avenue, Rialto California 92376

BID NO. 18-19-010

CUSTODIAL & WAREHOUSE STOCK SUPPLY

“NO-BID” RESPONSE FORM

IT IS NOT NECESSARY FOR THE BIDDER WHO IS SUBMITTING A BID FOR THE

PRODUCTS AND/OR SERVICES SPECIFIED HEREIN, TO RETURN THIS FORM.

The RIALTO UNIFIED SCHOOL DISTRICT is committed to programs and policies that will result in

the procurement of supplies, equipment and services that meet the quality standards required by our

schools and support facilities at the lowest possible prices.

An important aspect of achieving this goal is to promote competitive bidding among the largest number

of qualified bidders as possible. However, in instances where the bidder fails to respond, or notify the

Purchasing Department of their future intentions, the preparation and mailing of the bid request package

represents an unnecessary expense to the District. Feedback from the bidder is encouraged. Reasons for

not bidding are evaluated with the intention of improving future solicitations for specified commodities or

services, thereby encouraging and expanding the field of competition.

All bidders who do not respond or respond with a “No Bid” response, are hereby requested to provide the

information below and return this form, as indicated or in the envelope provided in time for the bid

opening. FAILURE OF NON-BIDDERS TO RETURN THIS COMPLETED FORM MAY

RESULT IN BEING DROPPED FROM OUR BIDDER’S LIST FOR THE PRODUCT(S)

AND/OR SERVICES SPECIFIED BELOW.

REASONS FOR NOT BIDDING AT THIS TIME: (Attach additional page if necessary)

DO YOU WISH TO RECEIVE BID REQUESTS FOR THIS PARTICULAR PRODUCT OR

SERVICE IN THE FUTURE? □YES □NO*

*If this option is selected, the bidder must forward a written request to the Purchasing department for

reinstatement.

BIDDER’S (FIRM) INFORMATION:

NAME:

ADDRESS:

SIGNED: TITLE:

DATE: PHONE: FAX:_______________

(SAMPLE)

AGREEMENT THIS AGREEMENT, made the day of in the year two thousand nineteen, in the county

of SAN BERNARDINO, State of CALIFORNIA, by and between the RIALTO UNIFIED SCHOOL DISTRICT,

hereinafter called the "DISTRICT" and, ______________________________hereinafter-called "CONTRACTOR". WITNESS TO that the District and the Contractor, for the considerations stated herein, agree as follows: ARTICLE 1 - CONTRACTOR DUTIES & RESPONSIBILITIES: The Contractor shall furnish all labor, materials, equipment, tools, and transportation and perform and complete all work required in connection with the complete project known generally as:

BID NO. 18-19-010

WAREHOUSE CUSTODIAL STOCK SUPPLIES in strict accordance with the Contract Documents enumerated in Article 11 below. The Contractor shall be liable to the District for any damages arising as a result of failure to comply with that obligation, and the Contractor shall not be excused with respect to any failure to so comply by act or omission of the District, or representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the Contract 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 stated to in writing and filed with the District’s Business office within three working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Contract Documents. ARTICLE 2 - SERVICES TO BE PROVIDED: To provide to the District custodial and other District warehouse supplies in a timely manner. ARTICLE 3 - TERM OF CONTRACT: The initial term of this Agreement shall be from August 15, 2019 through August 14, 2021. Subsequent agreements shall be extended on a year-by-year basis, for a total not to exceed 3 years. See “Scope of Work”, section # 3 of Bid Contract for more details.

ARTICLE 4 - TIME OF COMPLETION: Time is of the essence. The work shall commence on or before ________, as also stated in the District's Notice to Proceed notification. The Contractor shall perform the work during business hours. The Contractor hereby agrees to establish the date of official receipt of the

District's Notice of Award letter to be __________. Work shall not begin until the Contractor receives the NOTICE TO PROCEED letter. The Contract shall be for a period of 2 years. ARTICLE 5 - 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 DOLLARS ( ) said sum being the total amount stipulated in the Bid. Payment shall be made as set forth in the “Scope of Work” document of the Bid. ARTICLE 6 - SCHEDULE OF FEES: In consideration for the performance on the part of the Contractor of the terms of this Agreement, the District agrees to pay the Contractor for following sums for custodial and other District warehouse supplies as follows:

Product: Unit Cost:

ARTICLE 7 - HOLD HARMLESS AGREEMENT: The vendor shall defend, indemnify, and hold the district, its officers, agents, and employees harmless from and against any and all liabilities, costs from each and every claim or demand made, and every (including without limitation attorneys fees), damages, or losses (collective damages include, but are not limited to, those sustained by the District under its self-insurance policies, and those caused by a third person, and Act of god, collision, vandalism, fire, or theft), that the District may sustain arising out of any and all claims, demands, costs, or judgments relating to this price request award, a breach by the vendor, the products/services provided by the vendor under this price request, or any act, error, or omission on the part of the vendor, its employees or agents, except for those damages that are legally caused by negligence of the District or its employee(s); negligent acts or criminal conduct by third parties not under the control of the vendor; claims where the party to be indemnified has failed to give adequate written notice thereof and an opportunity to defend the vendor; claims settled without the prior written consent of the vendor; or claims by an entity otherwise covered by sovereign immunity. ARTICLE 8 - INDEMNIFICATION: Each party, to the extent permitted by law, agrees to indemnify the other party, its officers, agents, employees, and volunteers from and against any and all claims, actions, or losses, damages and/or liability, resulting from the indemnifying party’s negligent acts or omissions arising from such parties performance of its obligations under this Agreement and in the case of the Contractor, from product liability suits resulting from the use or consumption of the Contractor’s beverages/product. The Contractor, at his/her own expense, cost, and risk shall defend any and all actions, suits, or other proceedings that may be brought or instituted against the District, its officers, agents or employees, on any such claim, demand, 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 9 - 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 inserted correctly, then upon application of either party the Contract shall forthwith be physically amended to make such insertion or correction. ARTICLE 10 - PAYMENTS: After receipt of approved invoice, the balance due, after deducting any amounts herein referred to, the Contractor will be paid within a reasonable time. See “Scope of Work”, Section # 15 of the Bid documents for more details. CONTRACTOR shall not be entitled to have any payment estimates processed or be entitled to have any payment for work performed so long as any lawful or proper direction concerning work, or any portion thereof, given by the DISTRICT has not been completed. Acceptance by CONTRACTOR of said final payment should constitute a waiver of all claims against DISTRICT arising from this contract. ARTICLE 11 - COMPONENT PARTS OF THE CONTRACT: The Contract entered into by this Agreement consist 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 Bidders/Invitation for Bid Introduction Page Instructions Information for Bidders Rules for Submitting Bids Scope of Work/Specifications Bid Form Agreement Bid Pricing Sheet Attachment “A” Non-Collusion Declaration General Information Form Reference Sheet Designation of Sub-Contractors Contractor's Certification Regarding Worker's Compensation Certification of Recycled Content Contractor's Certificate Regarding Drug-Free Workplace Lobbying Debarment Suspension Certification Agreement

Attachment No. 1, Rules of Conduct for Contractors W-9 Contractor’s General Workers Comp., & Auto Liability MSDS sheets Addenda

ARTICLE 12 - TERMINATION OF AGREEMENT: This Agreement may be terminated, in whole or in part, at any time, by either party, by giving the other party a Forty-five (45) day written notice of such action. Such notice shall be sent by registered mail, postage paid, addressed to the District’s representative (the Director of Transportation of the Rialto Unified School District) or the Contractor as appropriate. Upon receipt of such notice, the Contractor shall discontinue, any,all, or part of the services as of the date given on the letter. ARTICLE 13 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, OR INELIGIBILITY FOR AWARD: The following certification is applicable only to contracts for $25,000 or more, which are funded by Federal funds:

By signing this Agreement, the Contractor certifies that:

a. The Contractor and any of its employees and/or subcontractor(s) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any agency; and

b. Have not, within a three-year period preceding this contract, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a State or local government contract or subcontract; violation of or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction or records, making false statements, tax evasion, or receiving stolen property; and are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. ARTICLE 14 - CONFLICT OF INTEREST: Contractor represents that it has no existing financial interest and will not acquire any such interest, direct or indirect, which could conflict in any manner or degree with the performance or services required under this Agreement, and that no person having any such interest shall be subcontracted in connection with this Agreement, or employed by the Contractor. Contractor will take all necessary steps to avoid the appearance of a conflict of interest, and shall have a duty to disclose to the District, prior to entering into an Agreement, any and all circumstances existing at such time which pose a potential conflict of interest. ARTICLE 15 - OTHER PROVISIONS: 1. This Agreement shall not be assignable, except with the written consent of both parties. 2. Adjustment of Rates - The rates established in the schedule of fees set forth in “Article 6” above shall be subject to adjustment once each year. The effective date of this adjustment will be April 15

th of each year. The adjustment will be mutually agreed upon, with the

Contractor submitting their proposal to the District, no later than March 15th of each year. See

“Scope of Work”, section # 5 of the Bid Contract for more details. 3. The Contractor agrees there is no guarantee of quantity to purchase. This is an indefinite- quantity bid. 4. During the term of this Agreement, the Contractor shall obtain and maintain, at no cost to the District, comprehensive General liability and Automobile insurance policies, including operations, products/completed, personal injury, broad form property damage, liquor liability, blanket contractual, owned, non-owned, and hired automobile liability coverage with a

minimum of One Million Dollars ($1,000,000.00) each occurrence, to protect the District and the Contractor, and their officers, agents, and employees from any claims for damages, personal injury, or death, and from property damage that may arise from the operation of the Contractor under this Agreement. Liability insurance shall provide insurance for passengers from the time they are delivered into the Contractor’s custody or the custody of its employees. See “Supplementary General Conditions” for more details. 5. While engaged in carrying out and complying with the terms and conditions of this Agreement,

the Contractor is an independent contractor, and not an Officer, Agent, or Employee of the District. 6. The complete contract, as set forth in this Agreement, constitutes the entire Agreement between the parties. No other agreements, oral or written, pertaining to the work to be performed under this contract can be modified. Any modification to this Agreement must be done by an Amendment, signed by both parties, and approved by the Governing Board. 7. This Agreement shall be governed by, and construed in accordance with the laws of the State of California. 8. If any section, provision, or portion of this Agreement is held to be invalid, illegal, or void by a Court of proper jurisdiction, the remainder of this Agreement shall nevertheless subsist and continue in full force and effect.

All of the above named Contract Documents are intended to be complementary. Work required by one of the above named contract documents and to by others shall be done as if required by all. IN WITNESS WHEREOF, the above named parties have duly executed this Agreement, on the day and year first above written.

DISTRICT: Rialto Unified School District

By Mohammad Z. Islam, Associate Superintendent Business Services

Date CONTRACTOR: __________________________________

By

Name (Print)

Title (Print)

END OF AGREEMENT

RIALTO UNIFIED SCHOOL DISTRICT

ATTACHMENT NO. 1 TO AGREEMENT

WAREHOUSE CUSTODIAL STOCK SUPPLIES

CONDUCT RULES FOR CONTRACTORS

Every contractor/subcontractor, when performing work on any “District” property, shall

adhere to the following rules of conduct:

1. Professional and courteous conduct is expected and must 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 of work.

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 project, including

student and staff toilet facilities.

6. Pursuant to Government Code Section 8350 et. Seq., the Rialto Unified School

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/subcontractor 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 biased material may be worn.

B. Garments, accessories or personal grooming artifacts with slogans,

graphics, or pictures promoting drugs, alcohol, tobacco, or any other

controlled substances, which are prohibited to minors, will not be allowed.

11. No fire arms are allowed on campuses or any District property.

Non-compliance with any of the above-stated rules of conduct by any

contractor/subcontractor may be sufficient grounds for immediate removal from the 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

shall adhere to these provisions.

__________________________ ______________________________

Date Authorized Signature

__________________________ ______________________________

Company Name Print Name