Desert Sands Unified School District 47-950 Dune Palms Road La Quinta, CA 92253 (760) 771-8567

Purchasing Department

Classroom Lockdown Kits Bid No. 19/20-002

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

INDEX

Cover Page ...... Page 1

Index ...... Page 2

Notice Inviting Bids ...... Page 3

General Instructions, Terms and Conditions...... Pages 4 - 11

Special Instructions, Terms and Conditions ...... Page 12 – 13

Specifications ...... Page 14 - 16

Bid Form ...... Page 17

Non-Collusion Declaration ...... Page 18

Workers’ Compensation ...... Page 19

Affirmative Action Form ...... Page 20

Bidder Questionnaire ...... Page 21

Reference Form ...... Page 22

Classroom Lockdown Kits, Bid No. 19/20-002 Page 2

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

NOTICE INVITING BIDS

NOTICE IS HEREBY GIVEN that the Board of Education of the Desert Sands Unified School District, hereinafter also referred to as the District, will receive sealed bids up to, but no later than, the time specified for Classroom Lockdown Kits.

BID DEADLINE: July 2, 2019 3:00 p.m.

PLACE OF BID OPENING: Desert Sands Unified School District Purchasing Services Conference Room 47-950 Dune Palms Road La Quinta, CA 92253

BIDS must remain open, valid and subject to acceptance any time within ninety (90) days after the bid opening date and time unless otherwise stipulated. Bid prices must remain the same for a (90) day period from the bid opening date.

ALL written bids must be made on proposals obtained from the Purchasing Department, Desert Sands Unified School District and must be signed by the vendor. These Bid forms, specifications and further information may be obtained from the website link: http://www.dsusd.us/Bid-RFP.

THE DISTRICT reserves the right to reject any and all bids and to waive any irregularities or informalities therein.

NO BIDS will be faxed to potential Bidders.

Please direct any questions via email to Analisa Maggio at [email protected].

Sincerely,

______Nancy Lavrusky Director, Purchasing Services

Classroom Lockdown Kits, Bid No. 19/20-002 Page 3

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

GENERAL INSTRUCTIONS, TERMS and CONDITIONS

1.0 INSTRUCTIONS TO BIDDERS

1.1 Form of Bid To preserve uniformity and facilitate the award of contracts, no bid will be considered unless made upon forms furnished by the District. Failure to submit bids on the proper form may be grounds for rejection of bid as non-responsive. Bid forms may be obtained from the District's Purchasing website: http://www.dsusd.us/Bid-RFP.

1.1.1 Multiple Submissions If Bidder desires to submit more than one bid, District documents may be photocopied. All signatures, however, must be originals. 1.2 Bid Preparation

1.2.1 Format Bids must be typewritten or in ink. Erasures and "white out" are not permitted. Mistakes may be crossed out, corrections typed adjacent, and initialed in ink by the person signing the Bid.

1.2.2 Content

1.2.2.1 Prices Prices must be typed or in ink on the bid form in the specified area. Items are to be quoted separately on units specified. Each item is to be considered separately and not in combination with other items, unless otherwise specified.

1.2.2.2 Taxes California State Sales Tax will be paid by the District and shall NOT be included in the Bidder's quotations, unless specifically requested on the bid form. Public school districts are exempt from Federal Excise Tax.

1.2.2.3 Verification Before submitting a bid, each Bidder is expected to thoroughly examine specifications and all other contractual documents included in this RFB and any subsequent amendments or addenda to it. Failure to do so will be at the Bidder's risk and will not bar the Bidder's obligation to perform if a contract is awarded pursuant to this Request for Bids. Bid should be thoroughly verified by Bidder prior to submission as it cannot be withdrawn or corrected after being opened. The District will not be responsible for errors or omissions on the part of the Bidder in creating their Bid.

1.2.2.4 Signature Page An authorized officer or employee in ink must sign bid. Bids signed in pencil will not be accepted.

Classroom Lockdown Kits, Bid No. 19/20-002 Page 4 1.2.2.5 Cost Costs for preparing Bid response and other related material is the responsibility of the Bidder and shall not be chargeable in any manner to the District.

1.2.3 Inquiries Questions should be directed to Nancy Lavrusky, Director Purchasing Services, Desert Sands Unified School District, 47-950 Dune Palms Road, La Quinta, CA 92253; [email protected].

1.2.4 Bid Submission 1.2.4.1 Packaging Bids must be delivered in a sealed envelope/box and should clearly indicate Bid name and number on the outside of the packaging.

1.2.4.2 Samples 1.2.4.2.1 No Cost Samples when, requested in Bid, must be furnished at no expense or obligation to the District.

1.2.4.2.2 Marking Samples must be clearly marked with Bidder name, the number of the bid, the item number, a description of the item.

1.2.4.2.3 Delivery Samples must be delivered to the District's Purchasing Office by the deadline set for Bids, unless otherwise indicated under special conditions.

1.2.4.2.4 Return The Bidder at no cost to the District (if not destroyed or supply exhausted in testing) shall arrange the return of samples. The District is not obligated to retest any product previously pre-qualified.

1.2.4.2.5 Non-Provision If samples are required in the Bid document and none are provided, the Bidder will be deemed non-responsive and the District reserves the right to reject the bid of any Bidder failing to submit samples.

1.2.5 Validity Bids shall remain open, valid and subject to acceptance for ninety (90) days after the Bid opening date, unless otherwise specified.

1.2.6 Deadline Bids must be received no later than the time and date indicated on the Notice Inviting Bids. It is the responsibility of the Bidder to assure delivery directly to the Purchasing department. Bids must arrive in the Purchasing Department, 47- 950 Dune Palms Road, La Quinta, CA 92253, by bid deadline. Bidders are solely responsible for ensuring their Bid is received by the Purchasing Department in accordance with the bid requirements, before the Bid submittal deadline, and at the place specified. The Desert Sands 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 bid shall be made at the office specified in the Notice to Bidders. Deliveries made before the Classroom Lockdown Kits, Bid No. 19/20-002 Page 5 date & time due, but to the wrong department, will be considered non- responsive, unless re-delivery is made to the office specified before the date & time due, as specified in the Notice to Bidders.

1.2.7 Late Bids Bids received after the deadline will be returned unopened as not meeting statutory requirements. 1.2.8 Delivery Address Purchasing Department, Desert Sands Unified School District, 47-950 Dune Palms Road, La Quinta, CA 92253, Attention: Nancy Lavrusky.

1.2.9 Withdrawals Bids may be withdrawn prior to the bid closing time and date, but only in person by the Bidder's authorized agent or someone authorized by him/her in writing; and not by telephone or telegram.

2.0 TERMINOLOGY For the purposes of this agreement, the Desert Sands Unified School District shall be referred to as “the District,” and the word “Bidder” shall refer to the bidding Vendor and his/her sub-suppliers at any level or tier.

3.0 BID OPENING All Bids will be opened and read aloud at the time and date specified.

4.0 EVALUATION 4.1 Process A review team will evaluate all Bids received. Bids will be evaluated on all criteria addressed in this document. 4.2 Criteria Bids will be evaluated on the following factors: price, quality, features, compliance with all aspects of the specifications, exceptions that may be noted, Bidder's financial stability, current and previous record of performance, service, expertise, references, and any other factors that may arise during the review process.

4.3 The District reserves the right to make the award in any manner deemed most advantageous to the District. Award may be made on an item-by-item basis or a combination of items, as deemed to be in the best interest of the District.

4.4 The District reserves the right to reject any or all bids, or any or all items of any bid, and to waive any informality on a bid.

4.5 Contact Attempts by Bidder to contact members of the review team may result in disqualification.

4.6 Approval(s) Bidders will not be advised of any decision prior to recommendation and award by the Board of Education.

5.0 ACCEPTANCE OR REJECTION OF BIDS The District reserves the right to reject any and all bids received by reason of this request, to bid separately with any source whatsoever, in any manner necessary, to serve its best interests.

The District realizes that conditions other than price are important and may award based on individual items bid, or any combination of individual items, or upon a cumulative total of all items bid, whichever Classroom Lockdown Kits, Bid No. 19/20-002 Page 6 method is determined to be in its best interests; may reject any or all bids, any part of a bid, or may waive any informality in a bid.

6.0 USE OF BIDS RECEIVED All bids received shall become the property of the District and may not be returned.

7.0 CONTRACTUAL DEVELOPMENT The materials/services set forth in this RFB shall be furnished by the Bidder subject to all terms and conditions listed herein which Bidder, in submitting his bid, agrees to be bound by and comply with in all particulars. No other terms or conditions shall be binding on the parties unless hereafter accepted by them in writing. Written acceptance or the beginning of the performance of all or any portion of the services herein shall constitute unqualified acceptance of all these terms and conditions.

8.0 ADDENDA 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 Bids. A copy of all such addenda will be promptly mailed or delivered to each bidder.

9.0 ASSIGNMENT OF CONTRACT The Bidder shall not assign or transfer by operation of law or otherwise assign any or all of its rights, burdens, duties or obligations without the prior written consent of the surety on the contract bid, if any, and the District.

10.0 DISPUTES Except as otherwise may be provided in this document, any dispute concerning a question of fact arising under this agreement which is not disposed of by agreement, shall be decided by the District’s Purchasing Director who shall furnish the decision in writing. The decision of the Director shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent or capricious or arbitrary, and so grossly erroneous as necessary to imply bad faith. The Bidder shall proceed diligently with the performance of the contract pending the Purchasing Director’s decision.

11.0 RIGHT TO NOT PURCHASE The District reserves the right to not purchase all items listed in the bid document. The quantities listed are estimated needs and may be adjusted upward or downward to meet actual needs as determined.

12.0 ORDERING Ordering shall be accomplished via presentation of District purchase order. Only orders done in this manner shall constitute a contract and only to the specific extent of each individual purchase order.

13.0 BACK ORDERS If an order will be delayed beyond the thirty (30) day required delivery period, the Bidder must immediately notify the Purchasing Director.

14.0 BRAND NAMES, MODELS AND NUMBERS The District has prequalified items in this bid as meeting acceptable standards for the type of school use desired as well as compatible with all components required. Items listed are compatible with the District’s Wide Area Network (WAN). Any bidder proposing items not listed on the Bid Form must state the brand name and number he/she is bidding and note that they are bidding an alternate product in the designated area on the specification sheets. If none is indicated, it shall be understood that the bidder is quoting on the exact brand name and number specified in the bid form. The use of the name of a manufacturer or any special brand or make in describing any item in the bid does not restrict bidder to that manufacturer or specified article, unless specified as no substitution. This is used to indicate desired quality, construction, function and design. All goods submitted must be equal in quality and function to those specified. The District shall be the sole judge as to whether deviations are, in fact, substantially

Classroom Lockdown Kits, Bid No. 19/20-002 Page 7 equal to those specified and are acceptable and compatible. It is understood that all items being requested in this document are for new, current model year, make and model, unless otherwise specified.

15.0 SAFETY REQUIREMENTS All items proposed in response to this RFB must meet all state and federal safety requirements and regulations in effect at time of bid and must conform to the Safety Order of the State of California, Division of Industrial Safety and CAL-OSHA regulations in effect at the time of bid. Bidders receiving award of items subject to Chapter 4 (Industrial Safety Orders), California Code of Regulations, Title 8, Division of Industrial Relations, must submit to the Inventory Warehouse of the District, Material Safety Data Sheets (MSDS) for all items.

16.0 INVOICES AND PAYMENTS Invoices for all materials delivered shall be made to the District, which shall be liable for them. They shall be submitted in triplicate under the same firm name as shown on the bid. The District shall make payment for materials, supplies or services furnished under the purchase order within a reasonable and proper time after acceptance thereof and approval of the invoices by the District's authorized representative(s). Each invoice shall reference a specific Purchase Order number.

Discount terms and conditions must be clearly stated for all product components and/or options submitted. All discounts shall be taken and computed from the date of delivery of acceptable material or the date of the receipt of the invoices, whichever is later. If corrections or replacement are required, cash discounts will be figured from the date of satisfactory delivery. Cash discounts for a period of less than thirty (30) days will not be considered.

17.0 PACKAGING 17.1 Each item shall be securely packed and clearly marked as to its contents. All materials furnished must be assembled or ready for use unless otherwise specified. All shipments must be accompanied by a packing slip and the District's purchase order number must appear on all cases and packages.

17.2 Packaging for shipment and all packing slips, invoices, and any other correspondence shall be by individual purchase order. Mixed orders and/or packing slips or invoices containing information on more than one purchase order will not be accepted.

17.3 The right is reserved to reject and return, at the risk and expense of the Bidder, such portions of any shipment that may be defective or fail to comply with specifications, without invalidating the remainder of the order.

18.0 DELIVERY Bidder shall be responsible for delivery and shall pay all costs for drayage, freight, and packaging for delivery, FOB District Warehouse, 47-950 Dune Palms Road, La Quinta, CA 92253 unless otherwise specified in the Special Conditions.

19.0 SHIPPING ERRORS AND DAMAGE Successful Bidder shall be responsible for errors in shipping of merchandise “drop shipped” from manufacturer and for filing all claims for freight damage on behalf of the District including, but not limited to, arrangements for freight damage inspections, and removal of damaged goods from District. All damaged items, whether drop-shipped or delivered by Bidder must be replaced by Bidder within 30 days at no additional cost to District.

20.0 PRODUCTS NOT MEETING SPECIFICATIONS The successful Bidder(s) shall furnish and deliver in quantities designated by the District. All materials, supplies, or services furnished under the contract shall be in accordance with District specifications, the District sample, or the sample furnished by the Bidder and accepted by the District. Materials or supplies, which are not in accordance and conformity with such specifications, shall be rejected and Classroom Lockdown Kits, Bid No. 19/20-002 Page 8 promptly removed from the District premises at the Bidder's expense. When a sample is taken from a shipment and sent to a laboratory for testing and the test shows the sample does not comply with the specifications or the Bidder shall pay contract sample, the cost of such test.

21.0 RETURNS The District may cancel an order prior to shipping without cost or loss. After shipment date and prior to delivery, the District may cancel an order with the understanding that the District will be responsible for return freight costs.

22.0 DEFAULT BY BIDDER The District shall hold the Bidder responsible for any damages which may be sustained because of the failure or neglect of the Bidder to comply with any term or condition listed herein, it being specifically provided and agreed that time shall be of the essence in the contract delivery requirements.

If the Bidder fails or neglects to furnish or deliver the materials, supplies or services listed herein at the prices quoted, or at the times and places stated, or otherwise fails to comply with the terms, conditions and specifications of this bid document in its entirety, the District may, upon written notice to the Bidder, 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, purchase the materials, supplies or services elsewhere without notice to Bidder.

The District reserves the right to cancel existing orders of any items affected by such default; procure the materials from other sources, and deduct from any unpaid balance due the Bidder excess costs so paid. The prices paid by the District at the time such purchases are made shall be considered prevailing market price. The District may collect any extra cost incurred by such default from the Bidder and the surety of the performance bond, if any.

23.0 LICENSE AND PERMIT Bidder and all of its employees or agents shall secure and maintain in force such licenses and permits as are required by law, in connection with the furnishing of material, articles or services herein listed. All operation and materials shall be in accordance with law.

24.0 INSURANCE During the life of this contract, the Bidder will be required to maintain insurance as specified below, naming the District as additional insured to its policies, and file with the District certificates verifying insurance coverage. Certificates to include a thirty (30) day notice of cancellation. Failure to furnish such evidence may be considered default of the Bidder.

24.1 Worker’s Compensation Bidder must procure and maintain, during the life of this contract, Worker’s Compensation Insurance for all of its employees to be engaged in work on the project under this contract and, in the case of any such work sublet, the Bidder shall require the subcontractor similarly to provide Worker’s Compensation Insurance for all the latter’s employees to be engaged in such work unless such employees are covered by the protection afforded by the Bidder’s Worker’s Compensation Insurance.

24.2 Public Liability, Automobile and Property Damage Insurance Bidder must procure and maintain, during the life of this contract, General Liability insurance in an amount not less than $1,000,000.00 (one million) for injuries, including accidental death, to any one person and subject to the same limit for each person, in an amount not less than $5,000,000.00 on account of one accident, and property damage insurance in an amount of not less than $5,000,000.00 (five million).

If the contractor maintains higher limits than the minimums shown above, the District requires

Classroom Lockdown Kits, Bid No. 19/20-002 Page 9 and shall be entitled to, coverage for the higher limits maintained by the contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the District.

Insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A- VII.

25.0 HOLD HARMLESS The Bidder shall hold harmless, and indemnify the District, its officers, trustees, employees, agents, (indemnified parties) from and against every claim, judgment, loss, deficiency, demand, damage, liability, cost, and expense, including attorney’s fees and costs (collectively “claim”) for or by reason of:

25.1 Any injury to person or property sustained by any other person, firm, or corporation in connection with performance under the purchase order, except for a claim caused by the willful act or the sole negligence of the indemnified parties.

25.2 Any injury to person or property sustained by the Bidder or by any other person, firm, or corporation, employed directly or indirectly by him upon, or in connection with, performance under the purchase order however caused.

25.3 Any injury to person or property sustained by any person, firm, or corporation caused by any act, neglect, default, or omission of the Bidder or by any person, firm, or corporation, directly or indirectly employed by him, or in connection with performance of any of them under the purchase order.

25.4 Any liability that may arise from the furnishing or use of any copyrighted or uncopyrighted composition, secret process, patented or un-patented inventions under the purchase order.

25.5 Any liability that may arise from any defect in the design or manufacture of the products subject to this purchase order.

25.6 The Bidder, at its own expense and risk shall defend any legal proceedings that may be brought against the District or the Board, its trustees, officers or employees, on any such claim or demand and satisfy any judgment that may by rendered against any of them.

26.0 EQUAL OPPORTUNITY Bidder shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status or sex in the performance of this contract, and to the extent they shall be found to apply hereto, shall comply with the provisions of the California Fair Employment Practices Act (commencing with section 1410 of the Labor Code), and the Federal Civil Rights Act of 1964 (P.L. 88-352).

27.0 PIGGYBACKING For the term of the contract awarded pursuant to this request for bid, at the option of the bidder, other school and community college districts within this state may request to purchase the identical item(s) at the same price and under the same terms and conditions pursuant to Section 20118 and 20651 to 20659, inclusive, of the California Public Contract Code.

28.0 NON-COLLUSION DECLARATION Each bidder shall submit along with his/her Bid, a Non-Collusion Declaration on the form provided, with the bid response.

29.0 INDEPENDENT CONTRACTOR While engaging in carrying out the terms and conditions of the Contract, the Bidder is an independent contractor and not an officer or agent of the District. The Bidder should maintain adequate insurance to protect his/her interests. Classroom Lockdown Kits, Bid No. 19/20-002 Page 10

30.0 TOBACCO-FREE DISTRICT The Desert Sands Unified School District has been designated as a tobacco-free District. Tobacco use is prohibited at all times on all areas of District property and in District vehicles.

31.0 PUBLIC INFORMATION All submitted proposals and information included therein shall become public record upon their opening at Desert Sands Unified School District. Desert Sands Unified School District reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals unless clearly and specifically noted in the proposal submitted and confirmed in the contract between Desert Sands Unified School District and the firm selected.

32.0 TERMINATION Desert Sands Unified School district may at any time terminate this Agreement, in whole or in part. In such case, Desert Sands Unified School District’s liability shall be limited to payment of the amount due for work performed up to and including the date of termination (which amount shall be substantiated with proof satisfactory to Desert Sands Unified School District), and no further work will be rendered by Charter Company. Such payment shall constitute a full and complete discharge of Company’s obligations. In no event shall Company’s liability exceed the price for the work being terminated.

33.0 CONTRACT RENEWAL Pricing shall remain in effect for a period of six months from the date of award. The contract may be extended, in whole or part, at the option of the District in six month increments, not to exceed three (3) years.

The District shall provide the Contractor with sixty (60) days notice of its intent to renew. Any renewal shall be on the same terms and conditions as the original agreement except for any agreed upon price adjustments.

Prices must be firm and fixed for the first six months of this agreement. At the time of renewal the contractor may request price increases for the next six month renewal term. Any price increase requested must only be as a result of severe industry/market conditions and must be justified and proven by submission of documentation. The decision of the District as to the validity of the price increase requested and the amount thereof shall be final. Furthermore, all price increases must be approved by the Desert Sands Unified School District Board of Education by written amendment to this agreement.

Any decrease in prices of the items listed herein must result in a corresponding decrease in prices to the District for the balance of the contract period, or as long as the lower prices are in effect.

34.0 NON-EXCLUSIVITY The District shall have the authority to utilize Classroom Lockdown Kits at any time from any other source.

Classroom Lockdown Kits, Bid No. 19/20-002 Page 11

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

SPECIAL INSTRUCTIONS, TERMS and CONDITIONS

1.0 SCOPE It is the intent of the Desert Sands Unified School District to obtain unit cost pricing for the purchase of Classroom Lockdown Kits and Land First Aid Kits, throughout the contract period.

2.0 DELIVERY 2.1 Time All other orders placed to be delivered within thirty (30) days from date of the orders, unless by mutual agreement of the District and the Contractor.

2.2 Location Delivery will be made to one location; Desert Sands Unified School District Warehouse, 47- 950 Dune Palms Road, La Quinta, CA 92253. Vendor is required to palletize and label kits by school site according to quantities listed on pages 15-16.

3.0 ASSEMBLY Equipment is to be delivered and ready for use at no additional charge to the District, if applicable.

4.0 WARRANTY Bid Items to have a minimum of a one year warranty; to include all parts and labor. Vendor shall be responsible for making arrangements for the pick-up and return of items to the District. All items returned for service and/or repair during the warranty period to be at no cost to the District. Units requiring repair to be returned to the District within thirty (30) days from notification of problems.

5.0 BIDDER REQUIREMENTS The successful Bidder must guarantee responsive representation on behalf of the District in handling all warranty issues relating to items purchased quickly and efficiently.

6.0 LIMITED NUMBER OF MANUFACTURERS Due to the District's desire to standardize acquisitions, it reserves the right to limit the number of Manufacturers represented as best serves the District, as determined by the District. Priority will be given to bidders able to provide all items and services specified.

7.0 SUBMITTALS Bidders are to submit technical literature, brochures, and a full description of any alternate units and/or components being proposed to the District. This is not a requirement for items submitted as specified. Failure to respond within the time specified may be grounds for rejection of bid as non-responsive at the Districts discretion.

8.0 SAMPLES If requested by the District, sample computers and/or components containing the exact parts being proposed shall be delivered to the District for evaluation purposes. Units shall be delivered to the District within ten (10) working days of the request for submission.

Classroom Lockdown Kits, Bid No. 19/20-002 Page 12 9.0 COMPATABILTY All parts specified must be compatible and interface with existing equipment owned by the District without modification or additional cost to the District.

10.0 RIGHT TO AWARD The Desert Sands Unified School District reserves the right to award bid to an acceptable party who is one of the three lowest responsible bidders in any manner the Board deems appropriate, in accordance with Public Contract Code 20118.1, if applicable.

11.0 QUANTITY This is an indefinite quantity bid for use throughout the District. Bidders shall not specify minimum or maximum quantities for specific order types. Quantities shown are estimates only at the time of bid and the District may adjust upward or downward amounts ordered according to needs. Unlimited orders of varying quantities may be placed by the District at the price bid, throughout the term of the contract.

12.0 LENGTH OF CONTRACT Pricing bid shall remain in effect for a period of six months from date of award. The contract may be extended, in whole or part, at the option of the District, or in six month increments, for a period not to exceed three years. A maximum price increase of five (5%) per contract term may be negotiated subject to market conditions per Consumer Price Index. In the event of a general price decrease the District reserves the right to revoke the bid award unless the decrease is passed on to the District.

13.0 QUESTIONS Requests for Information/Clarifications. Any questions relative to the Bid should be addressed via email to Analisa Maggio, Senior Buyer, [email protected]. Questions are due by June 20, 2019, and answers will be posted on the Purchasing website: http://www.dsusd.us/Bid-RFP, by June 24, 2019.

Classroom Lockdown Kits, Bid No. 19/20-002 Page 13 Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

SPECIFICATIONS

Item #1 Custom Lockdown Kits (30 Student), to include the following: Quantity Unit Crush Resistant 5 gallon, Pail 1 Pail Snap-On Toilet Seat Lid 1 Each Mainstay or SOS Emergency Food Ration - 2400 Calorie (400 Calories Per Student) 5 Case Mainstayor SOS Emergency Drinking Water Pouch - 4.22oz (1 Water Pouch Per Student) 30 Case Dust Mask (1 Per Student) 30 Each Hand-Squeeze LED Flashlight (No Batteries Required) 1 Each Plastic Tarp (5' x 7') 1 Each Plastic Sheeting (9' x 9') 1 Each Duct Tape (10 Yards) 1 Each Emergency Survival Blanket 1 Each Biohazard Toilet Bags (12 Pack) 1 Each T-5 Toilet Disinfectant 1 Each Hand Sanitizer (8oz) 1 Each Toilet Paper Roll 2 Each Nitrile Gloves (Pair) 2 Each Heavy-Duty Work Gloves 1 Each Plastic Whistle with Lanyard 1 Each Clipboard & Pencil 1 Each Emergency Attendance Sheet 1 Each Hand-Crank NOAA Radio w/flashlight & phone charger, Black 1 Each "HELP" Red, Window sign or cling 1 Each "OK" Green, window sign or cling 1 Each

Classroom Lockdown Kits, Bid No. 19/20-002 Page 14

Item #2 OSHA First Aid Kit, 25 Person, to include the following: Quantity Unit Assorted Bandages 100 Each Knuckle Bandage 3 Each Triangular Bandage 1 Each Eye Pad 1 Each Fingertip Bandage 3 Each Butterfly Closure 3 Each Trauma Pad - 5" x 9" 1 Each Splinter Remover 1 Each Gauze Pad - 3" x 3" 4 Each Gauze Roll 3 Each Examination Gloves 4 Each Instant Cold Pack 1 Each Alcohol Pads 10 Each Antiseptic Towelettes 10 Each Tweezer 1 Each Cotton Tip Applicators 20 Each Tape roll 1 Roll Sting Relief Pads 5 Each Finger Splints/Tongue Depressors 4 Each First Aid Guide 1 Each Splinter Remover 1 Each Cabinet/Plastic Case 1 Each

School Site Number of Kits 1 Adams Early Childhood Learning Center 34 2 Amistad High School 20 3 Carrillo Ranch Elementary School 34 4 Carter Elementary School 36 5 Desert Ridge Academy 48 6 Dr. Carreon Academy 36 7 Earhart Elementary School 41 8 Eisenhower Community Learning Center 31 9 Ford Elementary School 34 10 Franklin Elementary School 34 11 Glenn Middle School 52 12 Hoover Elementary School 26 13 Horizon School/Summit High School 19 Classroom Lockdown Kits, Bid No. 19/20-002 Page 15 14 82 15 Indio Middle School 39 16 Jackson Elementary School 31 17 Jefferson Middle School 41 18 Johnson Elementary School 35 19 Kennedy Elementary School 29 20 La Quinta High School 90 21 La Quinta Middle School 27 22 Lincoln Elementary School 31 23 Madison Elementary School 37 24 Monroe Elementary School 33 25 Oliphant Elementary School 24 26 Paige Middle School 46 27 Palm Desert Charter Middle School 42 28 Palm Desert High School 74 29 Reagan Elementary School 40 30 Roosevelt Elementary School 32 31 Shadow Hills High School 70 33 Truman Elementary School 41 34 Van Buren Elementary School 32 35 Washington Charter Elementary School 33 ESTIMATED QUANITY 1354

Classroom Lockdown Kits, Bid No. 19/20-002 Page 16 Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

BID FORM (This is not an order)

The undersigned, having carefully examined the Notice to Bidders, Information to Bidders, Specifications and other contract documents for supplying the Desert Sands Unified School District with materials and services specified, bid the following: Line Item Estimated Number Description Unit Cost Quantity 1 Custom Lock Down Kit (to include all items as $ 1354 detailed in specifications on pages 14-15) 2 First Aid Kit (to include all items as detailed in $ 1354 specifications on pages 14-15)

Materials and Services $

California Sales Tax 8.75% $

Total Bid $

These prices to remain firm for six months from the date awarded. Delivery to be made within 30 days after receipt of order.

Terms ______% ______days.

FIRM NAME ______

ADDRESS ______

CITY/STATE ______

ZIP CODE ______

NAME/TITLE ______

SIGNATURE Date ______

PHONE NO. ______

FAX NO. ______

EMAIL ADDRESS ______

VENDOR NOTE: Your signature on this form states your agreement to its terms. To be completed and returned with your Bid Response

Classroom Lockdown Kits, Bid No. 19/20-002 Page 17

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

NONCOLLUSION DECLARATION

State of ) ) ss. County of ) I, ______, being duly sworn, declare that I am ______of ______the party making the foregoing proposal that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any other proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the Proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the proposal are true; and further, that the Proposer has not, directly or indirectly, submitted his or her proposal 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, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal.

I declare under penalty of perjury under the laws of the State of that the foregoing is true and correct.

Dated this ______day of ______. 2019 at______City ______State

______Signature

To be completed and returned with your Bid Response

Classroom Lockdown Kits, Bid. No. 19/20-002 Page 18

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

WORKERS' 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 either as an individual employer or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees.

(c) For any. county, city, city and county, municipal corporation, public district, public agency or any political subdivision of the state, including each member of a pooling arrangement under a joint exercise of powers agreement (but not the state itself), by securing from the Director of Industrial Relations a certificate of consent to self-insure against workers, compensation claims, which certificate may be given upon furnishing proof satisfactory to the director of ability to administer workers' compensation claims properly, and to pay workers' compensation claims that may become due to its employees. On or before March 31, 1979, a political subdivision of the state that, on December 31, 1978, was uninsured for its liability to pay compensation, shall file a properly completed and executed application for a certificate of consent to self-insure against workers' compensation claims. The certificate shall be issued and be subject to the provisions of Section 3702 of the Labor Code.

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

______Signature

______Print Name

______Title

(In accordance with Section 1860 and 1861 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under the contract.) To be completed and returned with your Bid Response

Classroom Lockdown Kits, Bid. No. 19/20-002 Page 19

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

AFFIRMATIVE ACTION PROGRAM

The Affirmative Action Policy adopted by the Governing Board of the Desert Sands Unified School District requires that a copy of the statement below be on file in the Purchasing Department for every person, firm, company, or corporation, with whom the District does business, regardless of the dollar value of the contract.

"Contractor hereby certifies to the Desert Sands Unified School District that I (if individual), or we (if company or corporation), do not discriminate against any employee or applicant for employment, because of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status or sex as outlined in California Government Code Section 12940."

BIDDER NAME

BIDDER ADDRESS

BIDDER PHONE NUMBER

BIDDER FAX NUMBER

BIDDER EMAIL ADDRESS

AUTHORIZED SIGNATURE

TYPEWRITTEN NAME OF SIGNER

TITLE

DATE

To be completed and returned with your Bid Response

Classroom Lockdown Kits, Bid. No. 19/20-002 Page 20

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

BIDDER QUESTIONNAIRE

1 Firm Name

2 Address

3 Telephone Number

4 Fax Number

5 Name(s) and Title(s) of Company Principal(s) 6 Years in Business Representing Proposed Line of Products/Services 7 Years in Business at Present Location

8 Number of Current Customers in Nationwide Coachella Valley/ Nation-wide 9 Toll Free Service/ Support Number Phone #

10 Approximate Gross Annual Sales

11 Do You Maintain Your Own Service and Yes No Repair Facility and Staff? 12 Number of Repair/Service technicians?

13 Location (City) of Your Service Facility for Products Being Proposed

14 Do you offer technical support and return Yes No Internet address authorization service through the Internet? 15 Approx. Dollar Value of Parts Inventory Maintained for Units Being Proposed

To be completed and returned with your Bid Response

Classroom Lockdown Kits, Bid. No. 19/20-002 Page 21

Desert Sands Unified School District 47-950 Dune Palms Road • La Quinta, California 92253 • (760) 771-8567 • FAX: (760) 771-8574

Classroom Lockdown Kits Bid No. 19/20-002

REFERENCE FORM

REFERENCE #1 Firm Name Address Telephone Number Fax Number Name of Contact Person Type of Product/Service Provided Date Product/Service Provided Notes

REFERENCE #2 Firm Name Address Telephone Number Fax Number Name of Contact Person Type of Product/Service Provided Date Product/Service Provided Notes

REFERENCE #3 Firm Name Address Telephone Number Fax Number Name of Contact Person Type of Product/Service Provided Date Product/Service Provided Notes

To be completed and returned with your Bid Response

Classroom Lockdown Kits, Bid. No. 19/20-002 Page 22