SLED Opportunity · CALIFORNIA · CLOVIS UNIFIED SCHOOL DISTRICT

    FUEL FOR TRANSPORTATION

    Issued by Clovis Unified School District
    educationInvitation For BidClovis Unified School DistrictSol. 250748
    Closed
    STATUS
    Closed
    due Apr 11, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    Clovis Unified
    education
    NAICS CODE
    424710
    AI-classified industry

    AI Summary

    Clovis Unified School District seeks bids for fuel supply and delivery services including diesel and gasoline for transportation. Bidders must submit electronic proposals by April 10, 2026, comply with health and safety regulations, and provide timely delivery and related services such as oil analysis and water removal.

    Opportunity details

    Solicitation No.
    250748
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    education
    Published Date
    March 27, 2026
    Due Date
    April 11, 2026
    NAICS Code
    424710AI guide
    Agency
    Clovis Unified School District

    Description

    BID No. 3069 - FUEL FOR TRANSPORTATION

    All bidders MUST register with OpenGov to participate in this bid by visiting CUSD's eProcurement Portal which can be accessed by visiting https://www.cusd.com/bid-scheduleOnly electronic bid submittals will be accepted.

    Project Details

    • Reference ID: 3069
    • Department: Purchasing Department
    • Department Head: Tatum Toste (Director of Purchasing)

    Important Dates

    • Questions Due: 2026-04-06T18:00:00.000Z

    Evaluation Criteria

    • Bid Proposal

      READ THIS DOCUMENT CAREFULLY. DO NOT ASSUME THAT IT IS THE SAME AS OTHER SIMILAR DOCUMENTS YOU MAY HAVE SEEN, EVEN IF FROM THE SAME DISTRICT.

       

      Bid proposals must be submitted via CUSD's eProcurement Portal on or before Friday, April 10, 2026 at 11:00 am (PST). All bids must be received on or prior to that date and time, after which bids will be opened and read in public. The District suggests that bids be submitted early in order to ensure their timely receipt.

      Any questions relative to the bid should be directed via CUSD's eProcurement Portal Q&A feature to be addressed by a designee of the District Superintendent.

      No bid proposals shall receive consideration by the Clovis Unified School District for 3069 FUEL FOR TRANSPORTATION unless made in accordance with the following instructions:

    • PROJECTED USAGE

      The quantities set forth in the Pricing Proposal represent the District’s good faith estimates of fuel usage for a one (1) month period and are provided solely for the purpose of bid evaluation. Such quantities are not guaranteed and shall not be construed as a commitment by the District to purchase any minimum or specific volume.

      Actual quantities purchased during the term of the contract may vary based on District requirements, operational conditions, and other factors. The District expressly reserves the right to purchase quantities that are less than, equal to, or greater than those indicated. The Contractor shall furnish fuel in accordance with the District’s actual requirements at the unit prices bid.

    • HEALTH GUIDELINES

      The successful bidder(s) shall follow current California Department of Public Health (CDPH) and Fresno County Health guidelines as it pertains to public grounds, buildings and K-12 public school settings.

    • FORMS / DOCUMENTS REQUIRED AT BID SUBMISSION

      This list is for informational purposes only and is not inclusive. There may be more or less required documents.

      Download the forms in the Vendor Questionnaire, complete information, sign, date and upload to the bid proposal.

      1. Proposal Acknowledgement Form
      2. References
      3. Vendor Questionnaire
      4. Non-Collusion Declaration Form
      5. Certification of Primary Participant Regarding Debarment, Suspension, and other Responsibility
      6. Certification of Restrictions on Lobbying
      7. Iran Contracting Act
      8. Russia Sanctions
      9. Hazardous Material Identification and Material Safety Data Sheets
      10. Other Forms / Documents not listed
    • OPIS

      All bidders shall include with their bid a copy of the specified prior week’s Oil Price Information Service (OPIS) Daily Report. Bid pricing shall be based on the OPIS Daily “Fresno” Rack price plus a fixed profit margin.

      Award of this bid will be based on the OPIS Daily “Fresno” Rack average price plus the bidder’s stated profit margin. In the event the specified fuel is not available at the “Fresno” Rack, bidders shall use the OPIS Daily “Local” Rack price plus the profit margin.

      Upon request by the District, each delivery shall be accompanied by documentation supporting the applicable OPIS Daily pricing. The price charged by the awarded Contractor shall not exceed the OPIS Daily “Fresno” Rack price (or designated “Local” Rack, as applicable) plus the profit margin submitted in the original bid.

      In the event the Contractor submits pricing that exceeds the OPIS Daily Rack average (or designated “Local” Rack, as applicable) plus the awarded profit margin, the District reserves the right to reject such pricing, cancel any remaining contract balance, and re-solicit for the affected fuel products.

      If the Contractor is unable to supply fuel from the “Fresno” Rack, such condition must be substantiated in writing. In such instances, the Contractor may supply fuel from an alternate OPIS rack location. Pricing shall be limited to the applicable OPIS Daily price for the alternate rack, plus documented transportation costs, plus the original profit margin. The Contractor shall provide supporting documentation for both the OPIS pricing and transportation costs.

    • Purpose

      The District is seeking bids from qualified, experienced companies to provide and deliver supplies and/or equipment.

    • FEDERAL EXCISE TAX

      All bid pricing shall exclude Federal Excise Tax. The District will provide an Excise Tax Exemption Certificate to the awarded Contractor, as applicable.

    • FORMS / DOCUMENTS THAT MAY BE REQUIRED AFTER AWARD

      This list is for informational purposes only and is not inclusive. There may be more or less required documents.

      1) Equal Opportunity Employment Form

      2) Worker's Compensation Certificate Form

      3) Drug Free Workplace Certification

      4) Criminal Records Check Certification

      5) IRS - Form W9

      6) Insurance Certificate

      7) Other Forms / Documents not listed

    • Preparation of Bid Form

      Bids shall be submitted in the manner prescribed. The Proposal Form and Pricing Proposal Sheet must be completed in full, with all required items and statements clearly and legibly provided. Where indicated, amounts shall be stated in both words and figures; in the event of any discrepancy, the written words shall govern. All required signatures must be provided in original longhand.

    • ADD/ DELETE LOCATIONS

      The District is a growing district; therefore, it reserves the right to add or delete locations at its discretion at any time throughout the term of the agreement.

    • NO MAXIMUM OR MINIMUM QUANTITIES

      The District does not guarantee that a minimum or maximum amount will be purchased. Any quantities specified in this proposal are estimates only. Quantities are subject to change in order to meet the needs of the Warehouse as well as individual school sites. Orders will be placed on an as-needed basis and may not reflect the full annual usage amount. No minimum order requirements may be imposed or will be allowed. Final quantities will be determined based on evolving needs and may fluctuate throughout the contract term. Bidders should anticipate potential adjustments to the specified quantities.

    • Form and Delivery of Bids

      The bid must conform and be responsive to all proposal documents and shall be made on the Bid Form and Pricing Proposal sheet  and the complete proposal, together with any and all additional materials or documents as required, shall be submitted using the District’s Electronic Bid Portal, OpenGov.com, which can be accessed by visiting https://www.cusd.com/bid-schedule.

      Only electronic submittals will be accepted, and must be received on or before the proposal deadline. It is the bidder's sole responsibility to ensure that its proposal and samples, if required, are received prior to the proposal deadline.

    • STORAGE TANKS

      Bidders shall certify that they have inspected the fuel storage tanks located at the District Service Facility, 1490 Herndon Avenue, Clovis, California 93611-0599. Bidders shall further certify that they will comply with all applicable federal, state, and local laws, regulations, and requirements governing the sale and delivery of petroleum products.

      The District currently maintains approval from the appropriate air quality regulatory authority for the filling of its tanks. Any costs or expenses necessary to comply with applicable regulations shall be the sole responsibility of the awarded Contractor.

    • PRICING

      Quoted prices must remain in effect for one (1) year after award of proposal. The District may grant, upon written request, a price adjustment to compensate for inflation, provided the request is made 60 days prior to the upcoming renewal year. Any adjustment will be effective upon renewal of the Agreement and shall not exceed the most recent percentage of change in the Consumer Price Index (CPI) for the Fresno County area or 5%, whichever is less. Product specifications are based on products and quantities currently in use, though alternate quantities may be accepted when the specified case/pack is not available. Certain specifications have been established by the District based on its research and expertise, item popularity, and/or brand name recognition. The District’s designee will be the sole judge of whether alternate products are substantially equal to the stated specifications and whether such deviations are acceptable. Bidders should insert “No Bid” on line items that cannot be provided or will not be bid on and should enter the brand name of the line item into the “Brand Name” column, if applicable.

    • Proposal Pricing

      Prices must be submitted using the Pricing Proposal sheet. Where requested, items on the Pricing Proposal and Proposal Sheet should be stated in figures. If the item is a Special Order indicate so using the “Comments” section of the Pricing Proposal sheet. Each item specified is described and a brand name may be used as a reference to indicate the quality of the product required. If quoting an item that has more than one flavor or shape, or is not specifically listed on the Pricing Proposal or Proposal Sheet, please use line items designated as “Other” and please list all specifications using the adjacent “Comments” section. Where required or indicated, all items on the “Pricing Proposal” should be completed in figures.

    • STORAGE TANK CAPACITIES

      The District’s fuel storage tank capacities are as follows:

      • Two (2) 10,000-gallon tanks – Ultra Low Sulfur Diesel (ULSD) No. 2
      • One (1) 10,000-gallon tank – Unleaded gasoline
    • WATER REMOVAL

      Water removal services shall be provided by the awarded Contractor at no additional cost to the District.

    • Signature

      Any signature required on any proposal documents must be signed in the name of the bidder and must bear the signature of the person or persons duly authorized to sign these documents. Where indicated, if bidder is a corporation, the legal name of the corporation shall first be set forth, together with two signatures: one from among the chairman of the board, president or vice president and one from among the secretary, chief financial officer, or treasurer. Alternatively, the signature of other authorized officers or agents may be affixed, if duly authorized by the corporation. Such documents shall include the title of such signatories below the signature and shall bear the corporate seal. Where indicated, in the event that the bidder is a joint venture or partnership, there shall be submitted with the proposal certifications signed by authorized officers of each of the parties to the joint venture or partnership, naming the individual who shall sign all necessary documents for the joint venture or partnership and, should the joint venture or partnership be the successful bidder, who shall act in all matters relative to the joint venture or partnership. If bidder is an individual, his/her signature shall be placed on such documents.

       

    • Modifications

      Changes in or additions to any of the proposal documents, alternative proposals, or any other modifications which are not specifically called for in the proposal documents may result in the rejection of the proposal as being nonresponsive. No oral, telephonic, facsimile or electronic modification of any of the proposal documents will be considered.

    • PRODUCT RECALL

      Successful bidder shall bear the cost incurred by the District resulting from product recall, including but not limited to, any cost initially incurred for storage and transportation; pickup, transportation and storage of recalled product(s); and price differential for replacement product, if necessary and approved by the District. Payment or credit for all cost directly related to product recall shall be made with 30 days.

    • DELIVERY

      Timely delivery is a critical component of this contract. The awarded Contractor shall guarantee delivery of tank wagon quantities within twelve (12) hours of notification by the District. Delivery of truck and/or trailer load quantities shall also be completed within twelve (12) hours of notification.

    • POSTPONEMENTS/DELAYS

      The equipment/materials sought by this bid proposal must be delivered in satisfactory condition to the location specified by the District in the bid proposal on or before delivery time as indicated by vendor. This time limit is of the essence of the contract. A bidder's failure to provide the equipment/materials to the District by the contract date shall subject the bidder to liquidated damages in the amount of $200.00 for each and every calendar day by which completion is delayed beyond the contract date.

      Submission of a bid proposal constitutes the bidder's promise to pay liquidated damages as set forth above and the bidders agreement that the actual occurrence of damages and the actual amount of damages which the District would suffer if the requirements were not completed by the contract date is impracticable and extremely difficult to fix. Damages which the District would suffer in the event of delay are dependent on many circumstances and factors but would include the loss of use of the materials, disruption of school activities, cost of administration and supervision, and the loss suffered by the public and the District by reason of delay in completion of the contract. Accordingly, bidder agrees that the amount set forth herein as liquidated damages shall be presumed to be the amount of damages actually sustained by the bidder's failure to complete the project by the contract date.

      If the bidder becomes liable to the District for liquidated damages, the District shall, in addition to all other remedies provided by law, have the right to deduct the amount of liquidated damages owed from the contract sum or to deduct the amount of liquidated damages owed by the bidder from moneys previously retained from the bidder. If the sum deducted by the District is insufficient to discharge the bidder's liability for liquidated damages, the bidder and its sureties shall remain liable to the District until all such liabilities are fully satisfied.

    • Erasures, Inconsistent or Illegible Proposals

      The proposal submitted must not contain any erasures, interlineations, or other corrections unless each such correction is authenticated by affixing the initials of the person(s) signing the proposal in the margin immediately adjacent to the correction. In the event of inconsistency between words and numbers in the proposal, words shall control numbers. In the event that any proposal is unintelligible, illegible or ambiguous, the District may reject such proposal as being nonresponsive.

    • DIESEL FUEL

      Diesel fuel supplied under this contract shall meet or exceed all applicable California specifications and regulatory requirements for diesel fuel used in school bus operations within the State of California.

    • MINIMUM SUPPLY

      By entering into a contract with the District, the successful bidder(s) shall certify their ability to supply a minimum of one (1) month’s maximum fuel requirements for each month during the term of the contract. Failure to meet the District’s monthly fuel requirements may result in the assessment of liquidated damages

    • BID AWARD

      This bid shall be awarded on an aggregate basis and not by individual line item.

    • Examination of Proposal Documents

      At its own expense and prior to submitting its proposal, each bidder shall examine all proposal documents; visit the sites and determine the local conditions which may in any way affect the performance of the work; familiarize itself with all federal, state and local laws, ordinances, rules, regulations and codes affecting the performance of the work, including the cost of permits and licenses required for the work; determine the character, quality, and quantities of the work to be performed and the materials and equipment to be provided; and correlate its observations, investigations, and determinations with all requirements of the proposal. The District shall not be liable for any loss sustained by the successful bidder resulting from any variance between the actual conditions and data given in the proposal documents. Bidder agrees that the submission of a proposal shall be incontrovertible evidence that the bidder has complied with all the requirements of this provision of the Information for Bidders.

    • DEFAULT

      If successful bidder fails or neglects to furnish and/or deliver the supplies or services at the prices quoted or at the times and places agreed upon or otherwise fails to comply with the terms, conditions, or specifications of this proposal document in its entirety, the District reserves the right to cancel existing services affected by such default, and procure services from other sources and deduct from any unpaid balance due to the successful bidder. The price paid shall be considered the prevailing market price at the time such purchase is made.

    • SPECIFICATION SHEETS

      Bidders shall provide specification sheets for all brands proposed in their bid.

    • OIL ANALYSIS SERVICES

      Oil analysis services for District buses shall be provided by the awarded Contractor at no cost to the District. The District will collect oil samples at a minimum interval of every 3,000 miles or forty-five (45) days, whichever occurs first.

      The Contractor shall be responsible for sample pickup, all required data entry associated with each vehicle, and providing analysis results, either written or verbal, within five (5) working days of receipt. Formal follow-up reports shall be provided in electronic or printed format and submitted to the District Vehicle Shop Supervisor.

    • GOVERNING LAW

      The laws of the State of California and the County of Fresno shall govern all aspects of the proposal.

    • Withdrawal of Proposals

      Any proposal may be withdrawn, either personally or by written request signed by the bidder, at any time prior to the scheduled closing time for receipt of proposals. The proposal security for a proposal withdrawn prior to the scheduled closing time for receipt of proposals, in accordance with this paragraph, shall be returned. No bidder may withdraw any proposal for a period of sixty (60) calendar days after the date set for the opening of proposals.

    • DAMAGE TO DISTRICT PROPERTY

      The successful bidder shall be fully responsible for any damage to District property caused by its employees. Repairs or replacement, at the option of the District, shall be made by the successful bidder or by the District and charged to the bidder.

    • Interpretation of Proposal Documents

      If any bidder is in doubt as to the true meaning of any part of the proposal documents, or finds discrepancies in, or omissions from the proposal documents, or has any questions related to the proposal documents, a written request for an interpretation or correction thereof must be submitted before Monday, April 6, 2026 at 11:00 am(PST) to the District via the District’s Electronic Bid Portal, OpenGov.com, which can be accessed by visiting https://www.cusd.com/bid-schedule. No requests shall be considered after this time. The bidder submitting the written request shall be responsible for its prompt delivery. Any interpretation or correction of the proposal documents and answers to questions will be made solely at District discretion. The District may issue a written addendum and a copy of such addendum will be uploaded to the District’s Electronic Bid Portal, OpenGov.com and/or e-mailed to each bidder known to have received a set of proposal documents. No person is authorized to make any oral interpretation of any provision in the proposal documents, nor shall any oral interpretation of proposal documents be binding on the District. If there are discrepancies of any kind in the proposal documents, the interpretation of the District shall prevail.

       

      SUBMITTAL OF A PROPOSAL WITHOUT A REQUEST FOR CLARIFICATIONS SHALL BE INCONTROVERTIBLE EVIDENCE THAT THE BIDDER HAS DETERMINED THAT THE PROPOSAL DOCUMENTS ARE ACCEPTABLE AND SUFFICIENT FOR BIDDING AND  COMPLETING  THE  WORK;  THAT BIDDER  IS  CAPABLE  OF  READING, FOLLOWING AND COMPLETING THE WORK IN ACCORDANCE WITH THE PROPOSAL DOCUMENTS; AND THAT BIDDER AGREES THAT THE WORK CAN AND WILL BE COMPLETED ACCORDING TO THE DISRICT’S TIMELINES.

       

       

    • CRIMINAL RECORDS CHECK

      Education Code Section 45125.1 provides that if the employees of any entity that has a contract with a school District may have any contact with pupils, those employees shall submit or have submitted their fingerprints in a manner authorized by the Department of Justice together with a fee determined by the Department of Justice to be sufficient to reimburse the Department for its costs incurred in processing the application. The successful bidder shall not permit an employee to come in contact with the District’s pupils until the Department of Justice has ascertained that the employee has not been convicted of a violent or serious felony. The successful bidder shall certify in writing to each Governing Board of the District that none of its employees who may come in contact with pupils have been convicted of a violent or serious felony. Criminal Records Check Certification by successful bidder is included in the proposal documents.

    • Substitutions/Alternates

      All items bid must conform to the terms and conditions set forth in the bid documents. The District reserves the right to reject all proposals that do not conform to the bid. Manufacturers’ names, trade names, brand names, manufacture numbers used in these specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. At a minimum, manufacturer information, specifications, nutritional information, and a picture of the specific item, marked with the appropriate bid item number, should be provided fully describing the claimed “or equal” product. Suitability and valuation of “equals” rest in the sole discretion of the District. Questions, Request for Substitution or Requests for Information received after the timeframe stated deadline will not be considered. If the substituted item is acceptable, the District will approve it in an Addendum issued to all bidders of record. It is understood and agreed to by the bidder that the District reserves the right to reject any such proposed substitution. If the item and/or nutritional information offered by the bidder is not acceptable, in the sole opinion of the District, then the bidder expressly understands and agrees that bidder shall furnish the item, process, or service, specified by the District.

    • DRUG AND ALCOHOL TESTING

      The successful bidder shall require that all drivers and other individuals who may come in contact with students be subject to drug and alcohol testing in accordance with the requirements of any federal, state, and local laws. The successful bidder shall keep a record of said information and shall provide such information to the District upon request. The successful bidder shall notify the District immediately and in writing whenever any driver has tested positive for drugs or alcohol and shall immediately dismiss the driver from delivering to the District.

    • COMPLIANCE WITH OSHA

      Successful bidder agrees that all item(s) offered comply with all applicable Federal and State Occupational Safety and Health Act, laws, standards and regulations, and that successful bidder will indemnify and hold the District harmless for any failure to so conform.

    • DRIVING ON PREMISES

      The successful bidder’s representative driving motor vehicles on the District’s school grounds will use extreme caution, especially when school is in session. Drivers will lock any gate or door to which they may have access, both when entering and/or leaving school or site grounds. Any unusual conditions noted by drivers such as gates or doors found unlocked and/or opened, evidence of vandalism, etc., should be reported to the Clovis  Unified School District at (559) 327-9000.

    • Bidders Interested in More Than One Proposal

      No person, firm or corporation shall be allowed to make, or file, or be interested in more than one proposal for the same work unless alternate proposals are specifically called for by the District. A person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a proposal or quoting prices to other bidders or submitting a proposal.

    • Award & Agreement

      Award of the Agreement shall be made by action of the Governing Board to the lowest responsive and responsible bidder. The District reserves the right to withdraw or cancel any item(s) from this bid prior to award and proceed with the remaining items, to make multiple awards, to reject any or all proposals, and to waive any irregularities or informalities in any proposal or in the bidding process.

      In the event an award is made and the successful bidder fails or refuses to execute the Agreement and submit all required documents within ten (10) calendar days following notice of award, the District may award the Agreement to the next highest ranked responsive and responsible bidder or reject all proposals.

      The form of Agreement to be executed by the successful bidder is included in the proposal documents and should be carefully reviewed. The Agreement may be executed in counterparts and shall consist of, but not be limited to, the executed Agreement, Proposal Documents, required forms, bidder’s response, W-9, insurance certificates and endorsements, General Conditions, Special Provisions, specifications, delivery schedule, and any addenda, modifications, or amendments incorporated therein.

      All contract documents are intended to be complementary; any requirement called for in one document and not in another shall be considered as though included in all. The intent of the Agreement is to provide for all labor, materials, equipment, transportation, and services necessary for the proper delivery and completion of all items required under the Agreement.

    • RECORDS AND AUDIT

      The Successful bidder shall maintain books, records, documents, and other evidence and accounting procedures and practices, sufficient to reflect properly all costs claimed to have been incurred and anticipated to be incurred for the performance of the Agreement. The Successful bidder shall preserve and make available its records to the District and/or other representative agencies having a financial interest in the Agreement including designees of the interested parties for a period of five (5) years from the date of expiration of this Agreement or until released in writing from this obligation by the District. The Successful bidder is responsible for any audit discrepancies involving any deviation from the terms of the Agreement, and for any commitments or expenditures in excess of amounts allotted by the District.

    • Competency of Bidders

      During its evaluation in selecting a bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the proposal. By submitting a proposal, each bidder agrees that the District, in determining the successful bidder and its eligibility for the award, may consider the bidder’s experience and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the bidder’s performance of the contract. The District may also consider the qualifications and experience of persons and organizations proposed for those portions of the work. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by the District. In this regard, the District may conduct such investigations as the District deems necessary to assist in the evaluation of any proposal and to establish the responsibility, qualifications and financial ability of the bidder, proposed subcontractors, and other persons and organizations to do the work to the District’s satisfaction within the prescribed time. The District reserves the right to reject the proposal of any bidder who does not pass any such evaluation to the satisfaction of the District.

    • Insurance and Workers' Compensation

      The successful bidder shall be required to furnish certificates and endorsements evidencing that the required insurance is in effect as set forth in the Agreement. District may request that such certificates and endorsements are completed on District provided forms. In accordance with the provisions of Section 3700 of the Labor Code, the successful bidder shall secure the payment of compensation to all employees. The successful bidder who has been awarded the contract shall sign and file with District prior to performing the work, the Workers’ Compensation Certificate included as a part of the proposal documents. Labor Code section 1861.

       

          1. Successful bidder shall, at bidder’s sole cost and expense, maintain in full force and effect the following insurance coverages from a California licensed insurer with an A-, or better rating from A.M. Best or an approved self-insurance program, sufficient to cover any claims, damages, liabilities, costs and expenses (including attorney fees) arising out of or in connection with bidder’s fulfillment of the obligations under this bid:
          2. Comprehensive General Liability Insurance, including bodily injury, property damage and contractual liability with minimum limits set by the District. The policy may not contain an exclusion for sexual molestation or abuse coverage, but this may be waived by the District.
            1. General Aggregate                              $2,000,000
            2. Each Occurrence                                 $1,000,000
            3. Products/Completed Operations  $1,000,000
            4. Personal and Advertising Injury      $1,000,000
          3. Business Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles with a combined single limit not less than $1,000,000 per occurrence. (Required only if the bidder drives on behalf of the District in the course of performing Services.)
          4. Professional Liability Insurance with a limit of $1,000,000 per occurrence, unless waived by the District.
          5. Workers’ Compensation and Employers Liability Insurance in a form and amount covering bidder’s full liability under the California Workers’ Compensation Insurance and Safety Act and in accordance with applicable state and federal laws. The policy shall be endorsed with the insurer’s waiver of rights of subrogation against the District.

      It should be expressly understood, however, that the coverage and limits referred to under i., ii., iii., and iv. above shall not in any way limit the liability of the bidder.

          1. No later than ten (10) days from execution of the Agreement by the District and successful bidder, and prior to commencing the Services under this bid, bidder shall provide District with certificates of insurance evidencing all coverages and endorsements required hereunder.
          2. Successful bidder shall provide prior written notice to the District thirty (30) days in advance of any non-renewal, cancellation, or modification of the required insurance. The certificates of insurance providing the coverages referred to in clauses i. and ii. above shall name District, its Governing Board, officers, and employees, as additional insureds with appropriate endorsements. In addition, the certificates of insurance shall include a provision stating “Such insurance as is afforded by this policy shall be primary, and any insurance carried by District shall be excess and noncontributory.” Failure to maintain the above-mentioned insurance coverages shall be cause for termination of the Agreement.

       

    • Anti-Discrimination

      In connection with all work performed under this proposal, there shall be no unlawful discrimination against any prospective or active employee engaged in the work because of race, color, ancestry, national origin, religious creed, sex, age, marital status, physical disability, mental disability, or medical condition. The successful bidder agrees to comply with applicable federal and state laws including, but not limited to, the California Fair Employment and Housing Act, beginning with Government Code section 12900 and Labor Code section 1735.

    • QUALITY CONTROL

      The District reserves the right to discontinue service of all or any portion of any contract resulting from this proposal for any reason determined by the District to be detrimental to the health and welfare of the students and school personnel, or failure to meet contract specifications or wholesomeness standard, and to hold the contractor in default.

    • Samples

      The District reserves the right to request samples of items proposed. If a sample is required, it shall be submitted, free of charge, at the time and place designated by the District. Samples may be requested after the bid opening. Samples must be plainly marked with name of the Contractor, bid number and the product quoted. The District reserves the right to reject the Proposal of any bidder failing to submit samples as requested.

    • MATERIAL SAFETY DATA

      The successful bidder must comply with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. For purposes of Federal regulations, Hazardous Material, includes any material defined as hazardous under the latest version of Federal Standard No.313 (including revisions adopted during the term of the contract). The successful bidder agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No.313, for all hazardous material. Data shall be submitted in accordance with Federal Standard No.313, whether or not the successful bidder is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the rejection of the proposal.

       

      Further, the successful bidder agrees the hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet. This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under the contract is hazardous.

       

      If after award, there is a change in the composition of the item(s) or a revision to Federal Standard No.313, which renders incomplete or inaccurate the data submitted as a part of the proposal, then the Contractor shall promptly notify the District and resubmit the data.

       

      The District may duplicate the data provided and use it as it deems necessary.

    • References

      List three separate references to which the bidder(s) has provided services within the past five year(s). Reference form to utilize is attached to this solicitation and must be submitted by the bid solicitation deadline.  Failure to complete and return this form will cause your proposal to be rejected.

    • Deviations from Proposal Terms and Conditions

      Deviations from any proposal term or condition may cause a proposal to be rejected as nonresponsive. All deviations must be clearly noted at time of proposal submission. If not noted, the assumption is that bidder is bidding as specified .

    • Drug-Free Workplace Certification

      Pursuant to Government Code section 8350 et seq., the successful bidder will be required to execute a Drug-Free Workplace Certification upon execution of the Agreement. The bidder will be required to take positive measures outlined in the certification in order to ensure the presence of a drug-free workplace. Failure to abide with the conditions set forth in the Drug-Free Workplace Act could result in penalties including termination of the Agreement or suspension of payment thereunder.

    • Noncollusion Declaration

      In accordance with the provisions of Section 7106 of the Public Contract Code, each proposal must be accompanied by a Noncollusion Declaration.

    • Tobacco Use Policy

      Bidder has been advised and is aware that District has a Policy which prohibits the use of tobacco products, including smokeless tobacco and VAPE, anywhere on District property. Bidder shall be responsible for the enforcement of District’s tobacco-free policy among all bidder’s employees and subcontractors while on District property. Bidder understands and agrees that should any employee of bidder violate the District’s Board Policy after having already been warned once for violating District’s tobacco-free policy, bidder shall remove the individual for the duration of the Agreement. Bidder shall not be entitled to any additional compensation and/or time in completing the work for such removal.

    • Criminal Records Check

      The successful bidder will be required to comply with the applicable requirements of Education Code section 45125.1 with respect to fingerprinting of employees and must complete the District’s Criminal Records Check Certification.

    • Debarment, Suspension, and Other Responsibility Matter.

      As required by Executive Order 12549, Debarment & Suspension, and implemented at 34 CFR Part 85, Bidder must certify that its principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from transactions with any federal department or agency. Submission of a signed proposal in response to this solicitation is certification that Bidder is not currently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any state or federal department or agency. Submission is also agreement that Clovis Unified School District will be notified of any change in this status. Certification of Primary Participant regarding Debarment, Suspension, and other Responsibility Matters and Certification of Restriction on Lobbying must be completed and submitted at the time of the proposal due date or the bidder may be declared as nonresponsive.

    • Public Information

      All materials received by the District in response to this bid shall be made available to the public. If any part of a bidders material is proprietary or confidential, the bidder must identify and so state, and be submitted separate of the proposal documents. Any bidder information used to aid in proposal selection must not be restricted from the public.

    • District’s Right to Choose

      The District shall be the sole judge as to the requirements needed by their schools, students, and employees for the requested services being provided by the bidder.

    • Inspection

      All items delivered to the District shall be subject to inspection and rejection by the District. The District may return at the bidder’s expense any item which fails to meet the conditions of the proposal. Such items shall be considered as rejected and promptly replaced by the bidder. No payment shall be required until replacement is complete. Any item or product damaged in shipment may be refused by the District and may be returned at the bidder’s expense. The successful bidder understands that substitutions deviating from the Buy American provision will not be accepted unless approved by the District.

    Submission Requirements

    • I understand Clovis Unified requires delivery within 60 days of receiving the PO Contract. (required)
    • Vendor understands that prices must remain in effect for one (1) year. (required)
    • I understand that The District does not guarantee that a minimum or maximum amount will be purchased. (required)
    • Complete the required electronic DocuSign forms of Bid Proposal and Non-collusion Declaration. The forms MUST be signed via DocuSign. A PDF copy of signature utilizing the download option is not acceptable. (required)

      Once you start your proposal you will be asked to complete a DocuSign form.

    • I understand only electronic bid submittals via CUSD's eProcurement Portal will be accepted. (required)
    • Various Documents required and MUST be signed, dated and submitted with Bid.* (required)

      Please download the below documents, complete, and upload.

    • Proposal Acknowledgement Form MUST be completed and included with Bid submittal.* (required)

      Please download the below documents, complete, and upload.

    • Is a bid security required? (required)
    • Select Bid Bond Amount (required)
    • Will this project include Liquidated Damages ? (required)
    • Amount (required)

      Please list the daily dollar amount for Liquidated Damages.

      EXAMPLE:

      $1,000.00

    • Publish Dates (required)

      Please provide the advertisement dates

      Sample: Dates: (I) April 15,2022 (2) April 22,2022

    • Is Vendor Certification regarding lobbying required? (required)

      Applicable to Grants, Subgrants, Cooperative Agreements, and Contracts

      Exceeding $100,000 in Federal Funds

    • Will the vendor be coming on site? (required)

    Questions & Answers

    Q (Bid #3069): Your refer to the OPIS DAILY RACK AVERAGE and then to the local OPIS DAILY RACK AVERAGE are they one in the same OPIS DAILY RACK AVERAGE.

    A: OPIS Fresno Daily Rack Average minus for diesel and R99 and minus for gasoline.


    Q (No subject): The district is exempting the Federal Excise Tax. Is it also exempting the State Excise Tax and other associated fees from the base price; please advise

    A: Taxes shall not be included in the unit prices of the materials but may be provided as part of the cost analysis.  The district will pay only the state sales tax and use taxes.  Federal excise taxes are not applied to school districts.


    Key dates

    1. March 27, 2026Published
    2. April 11, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.