SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM 270 SAN DIEGO, CA 92108

Similar documents
Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS VEHICLE BID UNIVERSITY OF MAINE AT AUGUSTA RFB # 30-10

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

TERMS AND CONDITIONS OF THE INVITATION TO BID

Request for Quotes GSCRD. Gas Cards. January 21, 2015

DESCRIPTION. BID Gasoline and Diesel Fuels

One One Ton Regular Cab 4x4 2 Door Truck Transportation, Infrastructure & Energy

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

Invitation for Bid - Standard Office Furniture / Task Chair

Request for Bids Capital Region Airport Authority

Request for Quote (RFQ) For. Brown County

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR WRITTEN QUOTATION

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

Dodge City Community College is requesting sealed bid proposals for BID# Fleet Activity Bus.

SAN DIEGO COMMUNTIY COLLEGE DISTRICT Purchasing & Contract Services 3375 Camino Del Rio South, Suite 270 San Diego, CA

INVITATION FOR BID Medical Supplies 2016

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

REQUEST FOR PROPOSAL Refrigerators Delivery, Setup, Pickup and Disposal

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

Request for Bids on New Garbage Truck

REQUEST FOR QUOTATION

Request for Quotation (RFQ) for Vehicle. Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP

Request for Bids HYSTER Model H50CT Forklift Truck (or equivalent) Lenawee Intermediate School District (LISD)

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

Request for Quote (RFQ) For. Brown County

REQUEST FOR QUOTE RF44-Throwbot XT

SEQUOIA UNION HIGH SCHOOL DISTRICT

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT. Columbia, MO 65201

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY NEW TANDEM TRUCK WITH 15.5 DUMP BOX

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INSTRUCTIONS TO BIDDERS

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

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Request for Quote (RFQ) For. Brown County

Fill material and Top Soil

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

NOTES: 2:00 1, N.

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

INVITATION FOR BID #2 FUEL OIL

Please include a business card with updated contact information in the packet.

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

REQUEST FOR OFFER No Supply and Deliver One (1) New Special Service Vehicle for Nanaimo Fire & Rescue

SAN MATEO COUNTY FAIR REQUEST FOR PROPOSALS ADVERTISING, MARKETING & PUBLIC RELATION SERVICES RFP #

Department of Finance Procurement Services

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Bidding Conditions Attachment C

Colour Plotter / Scanner

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

INVITATION FOR BID December 11, 2018

If you have questions please see contact information in the specifications sheet for Paul Johnson, Personal Computer Tech.

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB )

REQUEST FOR PROPOSALS

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY ONE USED ONE TON TRUCK. Closing: THURSDAY OCTOBER 18, 2018 at 3:00 PM local time

REQUEST FOR QUOTATION (RFQ) ( )

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

Invitation for Bids # Potable Water Service Components

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF EQUIPMENT LISTED BELOW:

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

ENGINEERING BUILDING ROOF REPLACEMENT

REQUEST FOR QUOTE (RFQ) # FURNISHING LIQUID ASPHALT MATERIALS POSTING DATE: APRIL 20, 2016

Date: November 26, 2018

City of Jacksonville Finance Department

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

REQUEST FOR QUOTATION (RFQ)

State of North Carolina Department of Health and Human Services

Date: March 28, RFx # DESCRIPTION. Bid GPC Detector System

p.m

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

REQUEST FOR QUOTATIONS Zero Turn Mower

Invitation for Bid. Passenger Vehicles for Oahu Region. IFB No. HHSC FY

Request for Quote (RFQ) For. Brown County PROJECT 2229

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle with Snow/Debris Brush

REQUEST FOR PROPOSALS

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

Document B252TM 2007

Gadsden City Schools

ADDENDUM No. 1. Date: January 20, 2017

Transcription:

REQUEST FOR QUOTE (RFQ) # 13-19 SN HEAVY DUTY COMMERCIAL EQUIPMENT FOR THE ADVANCED TRANSPORTATION TECH CENTER DIESEL TECHNOLOGY PROGRAM AT SAN DIEGO MIRAMAR COLLEGE SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM 270 SAN DIEGO, CA 92108 VANESSA WHITE, C.P.M., A.P.P., BUYER PURCHASING AND CONTRACT SERVICES VWHITE@SDCCD.EDU 619-388-6562 619-388-6893 (FAX) Page 1 of 13

TABLE OF CONTENTS Content Page Instruction to Proposers ---------------------------------------------------------------------------------- 3 Cover Page -------------------------------------------------------------------------------------------------- 5 Appendix A 1.0 Purpose/Background---------------- ------------------------------------------------------------- 6 2.0 General Requirement ---------------------------------------------------------------------------- 6 3.0 Equipment Specifications ----------------------------------------------------------------------- 6 Other Terms and Conditions 4.0 Timeline ---------------------------------------------------------------------------------------------- 7 5.0 Quote Submittal------------------------------------------------------------------------------ ------ 7 6.0 Evaluation Criteria -------------------------------------------------------------------------------- 8 6.0 Evaluation Process ------------------------------------------------------------------------------- 8 7.0 Interpretation of RFQ ----------------------------------------------------------------------------- 8 8.0 Cancellation Of Procurement Process ------------------------------------------------------- 8 9.0 Access to District Facilities --------------------------------------------------------------------- 8 10.0 Conformity to Specifications ------------------------------------------------------------------- 9 11.0 Payment Terms and Invoicing Instructions ------------------------------------------------ 9 12.0 Delivery Terms ------------------------------------------------------------------------------------ 9 13.0 Returned Products ------------------------------------------------------------------------------- 9 14.0 Warranty ------------------------------------------------------------------------------------------ 10 15.0 Cleaning up -------------------------------------------------------------------------------------- 10 16.0 Regulatory Compliance ----------------------------------------------------------------------- 10 17.0 Right To Protest --------------------------------------------------------------------------------- 10 Attachment A: Subcontractors Designation ------------------------------------------------------ 12 Attachment B: Subcontractors References -------------------------------------------------------- 13 Exhibit A: Cost Sheet (Separate Document) Page 2 of 13

INSTRUCTIONS TO PROPOSERS I. Prices/Notations - All prices/notations must be typewritten or written in ink. No erasures permitted. Mistakes shall be crossed out, corrections made adjacent and initialed by person signing document. Each item shall be quoted separately. II. III. IV. Period of Firm Pricing - All prices must remain firm and fixed with no price increases for 120 days after receipt of offer. All pricing to include delivery and installation. Recycled Material - Wherever possible, the San Diego Community College District is looking for items made from, or containing in part, recycled material. Proposers are encouraged to quote items containing recycled material as an alternative for the items specified. Method of Award - The District reserves the right to reject any or all offers, to waive any discrepancy or technicality and to split or make the award in any manner determined by the District to be most advantageous to the District. Award will be made to the lowest, most responsive and responsible Proposer. V. Return of Quote/Closing Date/Return to - The quote response must be delivered to the San Diego Community College District, Purchasing and Contract Services, 3375 Camino del Rio South, Suite 270, San Diego, CA 92108 at or before 2:00 p.m. on Thursday, March 14, 2013. Any quotes not received by the closing date and time indicated above will not be accepted. The closing date, time and RFQ number referenced above shall appear on the outside of the sealed envelope. A duly executed copy of the cover page (page 5 of this RFQ) must accompany your response. The District will not be responsible for and will not except late quotes due to delayed mail delivery or courier service. VI. VII. Changes after Opening Proposer must verify their responses before submission to the District. A response cannot be withdrawn after public opening. No response can be corrected or altered after being opened. The District will not be responsible for errors or omissions on the part of Proposers providing responses. Withdrawal of Offers - Any Proposer may withdraw his or her response by written request at any time prior to the scheduled closing time for receipt of offers. Page 3 of 13

Written requests for withdrawal of response must be sent to the following address: San Diego Community College District Purchasing and Contract Services Attn: Vanessa White, RFQ #13-19 SN 3375 Camino del Rio South, Suite 270 San Diego, CA 92108 VIII. IX. Alternate Offers - Proposer shall provide pricing for each item listed herein, and shall submit only one response. Alternate responses will not be considered. Proposers offering more than one price per item as described may be disqualified on that particular item. Evaluation of Proposed Equal Product - The specifications contained herein describe products and/or services considered acceptable to the District. Specifications considered to be equal may be submitted when authorized herein. It is the responsibility of the Proposer to provide full documentation with its offer to establish a claim of equal offering. Review of all such documentation, examination of any offering, and determination as to whether an offering meets the specifications contained herein shall be made by the District. The opinion of the District shall be final. X. Taxes - State and local retail sales tax, and use tax, if applicable, will be paid separately by the District and are not to be included within the response. The District is exempt from federal excise and transportation taxes. The District will provide its exemption number to the successful Proposer. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 4 of 13

COVER PAGE PROPOSER TO COMPLETE ALL APPLICABLE AREAS Proposers are encouraged to register (if not already registered) on the District s website: http://bussrv.sdccd.edu/purchasing The San Diego Community College District (District) is soliciting proposals for Heavy Duty Commercial Equipment for the Advanced Transportation Tech Center Diesel Technology Program at San Diego Miramar College as detailed in Appendix A. Item 3.0 on page 7. QUOTE CLOSING DATE: March 14, 2013 at or before 2:00 p.m. NO FAXED PROPOSALS WILL BE ACCEPTED After close of this RFQ, the award will be announced within 30-90 days. "Execution hereof is certification that the undersigned has read and understands the terms and conditions hereof, and that the undersigned's principal is fully bound and committed." Company Name Street Address: Mailing Address: City: State: Zip: Remit to Address: City State: Zip: Phone # ( ) FAX # ( ) Vendor Website: Signature Email: Page 5 of 13

APPENDIX A 1.0 PURPOSE/BACKGROUND The San Diego Community College District is soliciting sealed quotes for the purchase and delivery of heavy duty commercial equipment for the Diesel Technology Program at Miramar College. The anticipated award shall be for a one-time purchase only, at the prices resulting from award of the contract. All items listed within this solicitation are intended for educational and instructional purposes at the San Diego Miramar College Campus. The District is an accredited institution serving an estimated 100,000 students each semester and is comprised of three two-year colleges and six Continuing Education campuses throughout San Diego County. The Diesel Technology Program provides the student with an opportunity to master the skills and knowledge required for success in servicing and maintaining diesel powered highway trucks, off-road heavy equipment, stationary engines, and marine craft. Definition of Parties: The San Diego Community College District will hereinafter be referred to as District. Respondents to this Request for Quote shall be referred to as Proposers. The Proposer to whom the contract is awarded shall be referred to as Contractor. 2.0 GENERAL REQUIREMENTS The selected Contractor(s) will serve the District, specifically, the Miramar College Diesel Technology Program. Order placement for all purchases for any product, equipment, goods and/or supplies shall be made to the Contractors via Purchase Order as initiated within the District s Purchasing and Contract Services Department. Proposers should review this document and contact the Buyer, Vanessa White, C.P.M., A.P.P., in written format ONLY with any questions. Submission of questions shall only be received via email at vwhite@sdccd.edu. Submission of written questions shall only be received during the Receipt of Questions period. (Refer to Section 3.0 entitled Timeline for this Quote). At the District s option and in its best interest, the District may add, delete or modify items covered as part of this agreement in order to take advantage of changing technologies or requirements after award. FAILURE BY THE PROPOSER TO PROVIDE INFORMATION AS REQUESTED MAY RESULT IN THE PROPOSER S RESPONSE BEING DEEMED NON-RESPONSIVE. Page 6 of 13

3.0 EQUIPMENT SPECIFICATIONS I. TRUCK, COMMERCIAL HEAVY DUTY CLASS 8 over 33,000 GVW, TANDEM DRIVE AXLE TRUCK/ TRACTOR, 2008 or Newer (Used trucks that meet all of the following are acceptable): Conventional day cab tractor, with: Engine: Diesel Engine rated at a minimum of 350-horsepower with a minimum displacement of 13 liters. With one of the following engines (or equivalent): Cummins ISX or ISM; Caterpillar C-13 or C-15; Detroit Diesel: Series 60. When applicable, factory after-treatment must be installed and fully functional. Transmission: 6-speed Electronically Controlled Automatic Transmission (preferred). A manual transmission is acceptable. Axles: 12,000 lb or greater front axle; 40,000 LB or greater, dual drive tandem rear axles. QUANTITY: 2 Desired Options: 5 TH WHEEL, BENDIX ANTI-LOCK-AIR-BRAKES, AIR CONDITIONING, TRAILER AIR LINES, TRALER CABLE. Notes: Tires 50% or greater. Full tank of #2 diesel fuel. Truck must be fully functional and suitable for instruction. No oil leaks. Fully functioning interior gauge package. All lights and accessories must function. Capable of passing a California B.I.T inspection. Required Documentation: A complete spec sheet of the truck clearly identifying above required specs. A full complement of pictures of the truck. II. DOZER, TRACK-TYPE: D5 OR D6 TRACK TYPE TRACTOR: New or Used (2000 or newer) machine suitable for instruction. Engine: Electronically controlled diesel engine. When applicable, factory after-treatment must be installed and fully functional. Transmission: Electronically controlled Power-shift transmission. Steering: Finger-tip-controlled; steering clutches and brakes. Undercarriage: High-track type of undercarriage. Bolt on sprockets. Fully functional. Undercarriage 50% or better. Desired Options: Open ROPS. Operators seat in good condition. Straight tinware. Fully functional 6-way blade. Ripper system with dual rippers shanks. Edges and tips 50% or better. Notes: Full tank of #2 diesel fuel. Machine must be fully functional and suitable for instruction. No oil leaks. Fully functioning gauge package. All lights and accessories must function. Fresh paint and decals. Required Documentation: A complete spec sheet for the machine clearly identifying above required specs. A full complement of pictures of the machine. Page 7 of 13

OTHER TERMS AND CONDITIONS 4.0 TIMELINE DATES: 1. RELEASE OF REQUEST FOR QUOTE February 25, 2013 2. DEADLINE FOR SUBMISSION OF QUESTIONS VIA E-MAIL TO: vwhite@sdccd.edu February 28, 2013 @ 5:00 p.m. 3. DEADLINE FOR QUOTES March 14, 2013 @ 2:00 p.m. 4. TENTATIVE DATE FOR AWARDING CONTRACT 30 to 90 days after the close of RFQ. 5.0 QUOTE SUBMITTAL Quotes must be received by the deadline stated in the Timeline above. Additionally, quotes must be submitted on the forms provided in this solicitation. The Cover Page (page 5 of this RFQ) must be signed by an authorized representative of the supplier certifying that all statements of the quote are true and shall constitute a warranty, the falsity of which shall entitle the District to pursue any remedy authorized by law, which shall include the right, at the option of the District, of declaring any contract made as a result thereof, to be void. Quotes must contain the following: Cover Page, Page 5 of this RFQ Exhibit A: Cost Sheet (1 hard copy) Signed acknowledgement of any addendums An additional copy of the cost sheet in electronic format (Excel). ALL QUOTES MUST BE SENT TO: San Diego Community College District 3375 Camino del Rio South, Room # 270 San Diego, CA 92108 Attn: Vanessa White, C.P.M., A.P.P., Buyer RFQ #13-19SN Page 8 of 13

6.0 EVALUATION CRITERIA Quotes will be evaluated based on relevant factors, including but not limited to the following: 1. Overall cost to the DISTRICT. 2. Responsiveness to the specifications of this RFQ. The District reserves the right to withdraw the Request for Quote (RFQ), to reject a specific proposal for noncompliance within the RFQ provisions, or not award a contract at any time because of unforeseen circumstances or if it is determined to be in the best interest of the District. 7.0 EVALUATION PROCESS All quotes will be given thorough review. All communication during the review selection phase will only be through the Purchasing and Contract Services Department. Attempts by the Contractor to contact any other District representative may result in disqualification of the Contractor. The District reserves the right to make the award that is most advantageous to the District. 8.0 INTERPRETATION OF RFQ The Contractor must make careful examination and understand all of the requirements, specifications, and conditions stated in the RFQ. If any Contractor planning to submit a quote finds discrepancies in or omissions from the RFQ, or is in doubt as to the meaning, a written request for interpretation or correction must be given to the District. Any changes to the RFQ will be made only by written addendum. The District is not responsible for any other explanations or interpretations. 9.0 CANCELLATION OF PROCUREMENT PROCESS District may cancel the procurement process at any time. All quotes become the property of the District. All information submitted in the quote becomes public record as defined by the State of California upon completion of the procurement process. If any proprietary information is contained in or attached to the quote, it must be clearly identified by the Contractor, otherwise the Contractor agrees that any and all documents provided may be released to the public after contract award. 10.0 ACCESS TO DISTRICT FACILITIES The Contractor shall obtain permission from the District's point of contact to enter District areas to perform work under this agreement. The Contractor's access to secured areas will be provided by appointment and coordinated by the District's point of Page 9 of 13

contact. All parking passes shall be requested and issued prior to parking on District campuses. 11.0 CONFORMITY TO SPECIFICATIONS All materials furnished as a result of this solicitation must conform to the specifications cited herein. Materials provided are subject to inspection and approval after delivery. The District reserves the right to reject any portion of a shipment that is defective or fails to comply with the specifications without invalidating the remainder of the order. Such rejection will be at the risk and expense of the Contractor. Any rejected material as determined by the District, or the District s representative, may be held by the District for disposition at the expense and risk of the Contractor(s). 12.0 PAYMENT TERMS AND INVOICING INSTRUCTIONS The District s payment terms are Net 30 days after receipt of invoice and acceptance of products/services. Each invoice shall reflect the District purchase order number. 13.0 DELIVERY TERMS Delivery terms are FOB Destination to San Diego Miramar College, 10440 Black Mountain Road, San Diego, CA 92126. Prices offered/proposed shall reflect FOB Destination/Inside Delivery/Installation and include all costs associated with delivery specified equipment listed. Equipment shall be fully serviced, assembled, and ready for use upon delivery. Deliveries must conform to the operating hours and time requirements of the San Diego Miramar College campus, as stated within the District s Purchase Order. Each shipment must be accompanied by a packing slip/list, which must reference the assigned Purchase Order number and the room number for each item. 14.0 RETURNED PRODUCTS Products returned because of quality problems or breakage/damage shall be picked up by the Contractor(s) within five (5) business days after notification, with no restocking charge and shall be replaced with specified products as defined within the District s Purchase Order, or the District shall be credited or refunded the full purchase price. 15.0 CLEANING UP Contractor(s) at all times shall keep all District property and work areas free from dust and debris. All debris shall be removed from all effected work areas in a timely manner in order to prevent any hazard or damage. Upon completion of work, Contractor(s) shall promptly clean areas where debris has collected. Contractor shall be required to supply Page 10 of 13

their own dumpster or means to remove debris from site as a result of this RFQ. There will be no dumpsters available for Contractor s use to dispose of debris. 16.0 RIGHT TO PROTEST Any prospective or actual Proposer, or Contractor who believes it has been aggrieved, in solicitation or award of a contract, may submit a protest to the Director of Purchasing and Contract Services using the following guidelines: The protest shall be submitted in writing within (5) working days after such aggrieved person knows or should have known of the facts giving rise to the dispute. The protest must be accompanied by a detailed written statement, indicating the reason for the protest. Consistent with San Diego Community College District (SDCCD) Administrative Policy No. 6330.6, the Director of Purchasing and Contract Services has the authority to settle and resolve a protest of an aggrieved proposer, or contractor, actual or perspective concerning the solicitation or award of a contract. The Director of Purchasing and Contract Services shall issue a decision, in writing within ten (10) working days of confirmed receipt of the written dispute. The decision shall state the reason for the action taken. The right of protest does not prevent the District from proceeding with the award of the contract. Proposers may request a copy of SDCCD Administrative Policy No. 6330.6 at any time from the buyer or the Director of Purchasing and Contract Services. The mailing address for submitting all protests is: San Diego Community College District Purchasing and Contract Services Attention: Director of Purchasing and Contract Services 3375 Camino del Rio South, Suite 270 San Diego, CA 92108 END OF SECTION Page 11 of 13

ATTACHMENT A SUBCONTRACTORS DESIGNATION The Proposer shall disclose to The San Diego Community College District the name and address of ALL subcontractors to be used in the execution of the subject agreement for this RFQ. The undersigned Proposer plans to utilize subcontractor(s) for this subject RFQ as follows; NO subcontractor(s) shall be used. Only the Subcontractor(s) listed below will be used: Portion of Work Performed: Name of Company/Entity: Address: City/State/Zip Code: Contact Person: Title: Phone Number/Ext: Fax #: Purchase Dates/Service Period: Portion of Work Performed: Name of Company/Entity: Address: City/State/Zip Code: Contact Person: Title: Phone Number/Ext: Fax #: Purchase Dates/Service Period: Proposer Name: Signed by: Page 12 of 13

ATTACHMENT B SUBCONTRACTORS REFERENCES As part of Proposer's Response, the designation of subcontractor requires a list of references on behalf of those named subcontractor(s). References may be used for the purpose of assessment of past client satisfaction or facility inspection. FAILURE TO PROVIDE THE REQUIRED REFERENCES MAY RESULT IN THE RESPONSE BEING CONSIDERED AS NON-RESPONSIVE. Name of Company/Entity Address: City/State/Zip Code: Contact Person: Title: Phone Number/Ext: Fax #: Product(s)/Services Provided Name of Company/Entity Address: City/State/Zip Code: Contact Person: Title: Phone Number/Ext: Fax #: Product(s)/Services Provided Name of Company/Entity Address: City/State/Zip Code: Contact Person: Title: Phone Number/Ext: Fax #: Product(s)/Services Provided Proposer Name: Signed by: Page 13 of 13