Addendum #2 to IFB Office Moving Services MSA

Size: px
Start display at page:

Download "Addendum #2 to IFB Office Moving Services MSA"

Transcription

1 Addendum #2 to IFB Office Moving Services MSA Notice to Prospective Bidders July 22, 2013 TO ALL INTERESTED BIDDERS: Significant changes included in this Addendum #2 to the IFB referenced above are notated in the table below. The revisions are also marked with a vertical line in the page margins of IFB All other terms and conditions of the IFB remain unchanged. Sincerely, Original Signature on File Kristine VanKeuren Procurement Division 707 Third Street, 2nd Floor West Sacramento, CA (916) (voice) (916) (fax) kristine.vankeuren@dgs.ca.gov Attachment Procurement Division State of California State Consumer Services Agency 707 3rd Street, 2 nd Floor, MS West Sacramento, CA t f

2 IFB ADDENDUM NUMBER 2 Office Moving Services MSA Page 2 IFB Section A.(2)(d) A.(3) C.(1)(c) C.(1)(g) C.(2)(i) C.(3)(e) Description of Change Updated language to read: The award will be placement on the Contractor List by District (CLD) by Office Moving Services (OMS) District in one or both service categories: (1) Office Moving Services and/or (2) Office Moving Services and Modular Assembly/Disassembly Services. Ordering agencies will solicit the Contractors within a District and by a service category through a Request for Offer (RFO) process and enter into individual agreements with a Contractor from the CLD offering the lowest price. Background of Services added; including (a) Construction Definition, (b) Prevailing Wage, (c) Construction License, (d) Motor Carrier Permit, and (e) Household Goods Carrier Permit. Updated language to include the requirement of submitting a copy of the California Public Utility Commission s Notice of Election form if submitting a Household Goods Carrier Permit to satisfy the C.(1)(c) Bidder Minimum Qualification. Updated the Bidder Minimum Qualification pertaining to the D34, Prefabrication Equipment Contractor license. Minimum Qualification Applicable Only To Bidders Competing for Modular Assembly/Disassembly Services: Per California Code of Regulations, Division 8, Title 16, Article 3, Classification, any Bidder competing for Modular Assembly/Disassembly Services, as designated in Attachment 3, Rate Sheet, must be licensed to perform installations of prefabricated products/equipment, including all types of modular office furniture. Bidder must provide a copy of the D34, Prefabricated Equipment Contractor license (a subcategory of the C61, Limited Specialty Classification license) for any staff to perform assembly/disassembly services (or any other carpentry work) and the staff must perform as a Master Installer, Lead Installer, Installer I and/or Installer II under any agreements awarded as a result of this IFB and the D34 license must be labeled as Appendix 4. In order to meet this minimum qualification, at least one (1) D34 license must be submitted as Appendix 4. (If utilizing a subcontractor, please include any applicable license types and/or license numbers that may be required for performance under any resulting agreements, such as the D34 license and number, on Attachment 9, Bidder Declaration, in the table provided under item 3.) If a bidder is utilizing a subcontractor, please include any applicable license types and/or license numbers that may be required for performance under any resulting agreements, such as a D34 license and number on Attachment 9, Bidder Declaration in the table provided under item 3. Updated Cost evaluation and selection criteria language to reflect the Minimum Qualification change to Modular Assembly/Disassembly Services:

3 IFB ADDENDUM NUMBER 2 Office Moving Services MSA Page 3 For each District bid all costs must be completed in the Section(s) bid. Bidders may bid on Section A, Office Moving Services, only. Bidders may bid on Section B, Modular Assembly/Disassembly Services, within any District where Section A has been completed. (Bids for Section B only will not be considered.) and Rate Sheets will be calculated as follows: o Phase 1 The Rate Sheet(s) of responsive and responsible Bidders will be evaluated by District in Section A. Bids for each District in Section A, will be added together and then divided by the number of responsive and responsible bid submissions for each District in Section A to obtain an average cost. To pass the Phase 1 cost criteria, bids for Section A by District must only be a maximum of ten percent (10%) above the average cost. Bids higher than 10% above average will not be eligible for award. o Phase 2 The Rate Sheet(s) of responsive and responsible Bidders passing Phase 1 of the Rate Sheet Evaluation and where Section B was bid will be evaluated by District in Section B. (Section B will not be evaluated if the Bidder failed Section A.) Bids for each District in Section B, will be added together and then divided by the number of responsive and responsible bid submissions for each District in Section B to obtain an average cost. To pass the Phase 2 cost criteria, bids for Section B by District must only be a maximum of ten percent (10%) above the average cost. Bids higher than 10% above average will not be eligible for award. Attachment 1 Attachment 2 Attachment 3 Attachment 9 Attachment 10, Exhibit A Added Attachment 9, Bidder Declaration, as a required attachment and updated Appendix 2 and 4 language. Section A of Attachment 2, Bidder s Certifications Sheet, has been updated to reflect the changes to Bid Totals as a result of the Bidder Minimum Qualifications update. Please review the entire document as the format has changed. Each District now has Section A, Office Moving Services, and Section B, Modular Assembly/Disassembly Services. Attachment 9, Bidder Declaration, has been included in the IFB package as a required attachment. Please note, if utilizing a subcontractor please include any applicable license types and/or license numbers that may be required for performance under any resulting agreements, such as a D34 license number. Language has been updated throughout the document to incorporate service categories within each District.

4 Addendum 2 to IFB OFFICE MOVING SERVICES Notice to Prospective Bidders July 22, 2013 You are invited to review and respond to this Invitation for Bid (IFB), entitled Office Moving Services MSA, IFB Number In submitting your bid, you must comply with these instructions. Note that all agreements entered into with the State of California will include by reference General Terms and Conditions and Contractor Certification Clauses that may be viewed and downloaded at Internet site by selecting the Standard Contract Language bar and then navigating to the General Terms & Conditions labeled as GTC-610, and Contractor Certification Clauses labeled as CCC-307. If you do not have Internet access, a hard copy can be obtained by contacting the person listed below. Any agreements resulting from this IFB will require payment of Prevailing Wages to the appropriate employee classification. Please refer to Attachment 10, Sample Standard Agreement, for more information. If you have questions, or should you need any clarifying information, the contact person for this IFB is: Kristine VanKeuren, Contract Administrator Department of General Services Telephone Number: (916) Address: Kristine.VanKeuren@dgs.ca.gov Please note that no verbal information given will be binding upon the State, only information issued in writing as an official addendum is binding. Kristine VanKeuren Contract Administrator Procurement Division State of California California Government Operations Agency 707 3rd Street, 2nd Floor, MS West Sacramento, CA t f

5 Department of General Services (DGS) Addendum 2, Page 1 of 51 TABLE OF CONTENTS SECTION A PURPOSE, DESCRIPTION AND BACKGROUND OF SERVICES... 2 SECTION B KEY ACTION DATES... 3 SECTION C BID REQUIREMENTS AND INFORMATION ) BIDDER MINIMUM QUALIFICATIONS ) SUBMISSION OF BID ) EVALUATION AND SELECTION ) AWARD AND PROTEST ) DISPOSITION OF BID... 9 SECTION D PREFERENCE AND INCENTIVE PROGRAMS ) SMALL BUSINESS PREFERENCE ) TARGET AREA CONTRACT PREFERENCE ACT (TACPA) ) LOCAL AREA MILITARY BASE RECOVERY ACT (LAMBRA) ) ENTERPRISE ZONE ACT (EZA) ) DISABLED VETERANS BUSINESS ENTERPRISE (DVBE)... 9 SECTION E REQUIRED ATTACHMENTS ) REQUIRED ATTACHMENT & APPENDIX CHECKLIST ) BIDDER S CERTIFICATIONS SHEET ) RATE SHEET ) BIDDER S REFERENCE SHEET ) PAYEE DATA RECORD (STD 204) ) CONTRACTOR S CERTIFICATION CLAUSES (CCC) (PAGE 1) ) IRAN CONTRACTING ACT ) DARFUR CONTRACTING ACT CERTIFICATION ) BIDDER DECLARATION ) SAMPLE STANDARD AGREEMENT DECLARATION SECTION F ATTACHMENT 10, STANDARD AGREEMENT (STD 213) ) EXHIBIT A, SCOPE OF WORK 2) EXHIBIT B, BUDGET DETAIL AND PAYMENT PROVISIONS 3) EXHIBIT C, GENERAL TERMS AND CONDITIONS 4) EXHIBIT D, SPECIAL TERMS AND CONDITIONS 5) EXHIBIT E, ADDITIONAL PROVISIONS 6) EXHIBIT F, OFFICE MOVING SERVICES DISTRICT MAP 7) EXHIBIT G, CONTRACTOR LIST BY DISTRICT

6 Department of General Services (DGS) Addendum 2, Page 2 of 51 A. Purpose, Description and Background of Services 1) Purpose The purpose of this IFB is to solicit bids from qualified vendors that will result in a non- Mandatory Master Service Agreement (MSA) for Office Moving Services (OMS) which will be available to state and local governmental agencies. 2) Description of Services a) The non-mandatory MSA shall include a full range of services to remove free-standing or affixed office and/or lab furniture (including modular furniture), equipment and related supplies from an existing location, transport items to a new location, and place the objects according to the direction of the Ordering Agency. b) Each bidder must demonstrate positive experience in the planning and preparation of a move, including coordination; scheduling; disassembling, reassembling, detaching, and affixing furniture; packing and crating; delivering; unpacking; and relocating office or lab equipment, boxes, files, furniture, shelving, and associated items utilizing best industry practices. c) For a more complete description of the services, please refer to Attachment 10, Sample Standard Agreement. d) Responses to this IFB will be evaluated on the complete bid package, and an award, if made, will be to all responsive and responsible bidders meeting the requirements of this IFB per the evaluation criteria established herein. The award will be placement on the Contractor List by District (CLD) by OMS District in one or both service categories: (1) Office Moving Services and/or (2) Office Moving Services and Modular Assembly/Disassembly Services. Ordering agencies will solicit the Contractors within a District and by a service category through a Request for Offer (RFO) process and enter into individual agreements with a Contractor from the CLD offering the lowest price. e) The term of the resulting agreement(s) will be three (3) years with the State s option of two (2) one-year extensions, as set forth in the sample standard agreement and its exhibits. 3) Background of Services a) Construction Definition On September 30, 2012, the Governor approved Assembly Bill (AB) 1598 amending Section 1720 of the Labor Code relating to public contracts. The definition of the term public works was modified by AB1598 to include the assembly and disassembly of freestanding and affixed modular office systems. The definition of public works in Labor Code, Section 1720 now reads: Construction, alteration, demolition, installation, or repair work done under contract and paid for in whole or in part out of public funds, except work done directly by any public utility company pursuant to order of the Public Utilities Commission or other public authority. For purposes of this paragraph, construction includes work performed during the design and preconstruction phases of construction, including, but not limited to, inspection and land surveying work. For purposes of this paragraph, installation includes, but is not limited to, the assembly and disassembly of freestanding and affixed Modular office systems. b) Prevailing Wage In addition to the recent change to Labor Code, Section 1720, any Contractors awarded an agreement through this IFB shall comply with Labor Code, Section 1774 and Pursuant to Section 1774, the Contractor and any subcontractors, regardless of tier, shall not pay less than the specified prevailing wage rates to all workers employed in the execution of the Contract. Pursuant to Labor Code, Section 1770, the Director of the Department of Industrial Relations has ascertained the general prevailing wage rate of per diem wages and a general prevailing rate for legal holiday and overtime work for each craft required for execution of the Contract.

7 Department of General Services (DGS) Addendum 2, Page 3 of 51 c) Construction License California Business and Professions Code Section 7028 makes it illegal for a person to engage in the business or act in the capacity of a Contractor within the state of California. The Contractor State License Board (CSLB) provides licensing and regulating of California s construction industry. CSLB requires, per the California Code of Regulations, Division 8, Title 16, Article 3, Classification, a Contractor be licensed to perform installations of prefabricated products/equipment, including all types of modular office furniture. Bidder must provide a copy of the D34, Prefabricated Equipment Contractor license (a subcategory of the C61, Limited Specialty Classification license) for any staff to perform modular assembly/disassembly services (or other carpentry work) and the staff must perform as a Master Installer, Lead Installer, Installer I and/or Installer II under any agreements awarded as a result of this IFB. d) Motor Carrier Permit California Vehicle Code (CVC) Sections 34601(c)(1) and 34601(d) require any person who operates any commercial motor vehicle on public highways to obtain a Motor Carrier Permit (MCP). The MCP is issued to the motor carrier as evidence of the registration with the DMV of their Carrier Identification number as required by CVC Section Additionally, the permit verifies the motor carrier has met all of the statutory requirements to commercially operate motor vehicles on California s highways. The MCP contains information specific to the motor carrier (e.g. name, mailing address, Carrier Identification number, and effective/expiration dates of the permit). Exception to the MCP requirement are vehicles operated by household goods and/or passenger carriers as defined in Section 5109 of the Public Utilities Code (those vehicles operate under the Public Utilities Commission authority). e ) Household Goods Carrier Permit (HGCP) California Public Utilities Code (CPUC) Section 5109 defines a household goods carrier as every corporation or person, their lessees, trustee, receivers or trustees appointed by any court whatsoever, engaged in the transportation for compensation or hire as a business by means of a motor vehicle or motor vehicles being used in the transportation of used household goods and personal effects over any public highway in California. Per CPUC, a moving company may elect to perform office moves under a HGCP or a MCP issued by DMV. To perform office moves under a CPUC HGCP the mover must complete and file the CPUC License Section a Notice of Election form (Form TL 706-N). B. Key Action Dates 1) DGS will use its best efforts to adhere to the Key Action Dates. However, DGS reserves the right to amend the time schedule, as it deems necessary. 2) Any dates after the Final Date for Bid Submission may be changed without an addendum to this IFB. 3) Event Date IFB Release Date May 22, 2013 Written Question Submittal Deadline, Set 1 May 29, 2013 by 10:00 a.m. PDT Release of Response to Written Questions, Set 1 June 12, 2013 Written Question Submittal Deadline, Set 2 June 18, 2013 by 10:00 a.m., PDT Release of Response to Written Questions, Set 2 July 9, 2013 Final Date for Bid Submission August 5, 2013 by 2:00 p.m. PDT Bid Opening August 5, 2013 at 2:30 p.m. PDT Notice of Intent to Award August 26, 2013 Proposed Award Date September 2, 2013

8 C. Bid Requirements and Information 1) Bidder Minimum Qualifications Department of General Services (DGS) Addendum 2, Page 4 of 51 All Bidders must meet the following Minimum Qualifications. By signing Attachment 2, Bidder s Certifications Sheet, a Bidder certifies compliance with all the requirements of this bid document, and must submit copies of the required Appendix documents with the bid submission as detailed below. a) Bidder must have a minimum of five (5) years of experience performing office moving services equivalent to those described in the Scope of Work, including the assembly and disassembly of free-standing and affixed modular furniture if bidding Section B, Modular Assembly/Disassembly Services, on Attachment 3, Rate Sheet, as of the bid submission deadline. b) Bidder must be a legal business entity, have been in business for five (5) years, be in good standing with the State of California, and be currently authorized to operate/perform in California. Attach a copy of business licenses covering five (5) years and labeled Appendix 1. Attach a copy of the Bidder s California business certification or a copy of the Bidder s application to the California Secretary of State ( and labeled Appendix 1. Sole proprietorships are not registered with the California Secretary of State but must be registered with the city, county or other local government entity in which the principal place of business is located. o Sole proprietorships must provide a statement and a copy of their registration with the city, county or other local government entity in which the principal place of business is located. c) Bidder must provide proof of possession of one of the following permits: (1) Motor Carrier Permit issued by the California Department of Motor Vehicles or (2a) Household Goods Permit issued by the California Public Utilities Commission (CPUC) and (2b) Notice of Election form (Form TL 706-N) to perform office moving services. Attach a copy, either item c(1) or both c(2)(a) & c(2)(b), and label as Appendix 2. d) Bidder must provide a Certificate of Insurance for the following and label the certificates as Appendix 3: Please see Attachment 10, Sample Standard Agreement, Exhibit D, Special Terms & Conditions, item 7, Insurance Requirements, for more specific information. For bidding purposes, Bidders only need to submit current copies of these certificates; Bidders do not need to have the State named as an additional insured as updated certificates naming the State as an additional insured will be required at contract award. A certificate of insurance stating there is Commercial General Liability insurance presently in effect for the Bidder of not less than $1,000,000 per occurrence for bodily injury and property damage combined. A certificate of insurance stating there is Automobile Liability insurance presently in effect for the Bidder of not less than $1,000,000 combined single limit per accident. A certificate of insurance stating that there is Workers Compensation and Employers Liability insurance presently in effect for all of the Bidder s employees that will engage in the performance under any agreement(s) resulting from this Bid. Employers limits of $1,000,000 are required. A certificate of insurance stating that there is Motor Truck Cargo Legal Liability insurance presently in effect with a limit no less than the replacement value of State owned property being transported. A certificate of insurance stating that there is Bailee s Legal Liability insurance presently in effect and shall maintain the insurance with a limit equal to the replacement value of State owned property on Contractor s premises at any time.

9 Department of General Services (DGS) Addendum 2, Page 5 of 51 e) The person authorized to bind the Bidder contractually must sign and date Attachment 2, Bidder s Certifications Sheet, certifying the Bidder meets all the IFB s requirements. f) Awardees must adhere to the requirements of the IFB, resulting contracts and all applicable laws. There may be other requirements apart from this that Bidders businesses are subject. If Bidders have questions regarding laws or other requirements that may apply to their operations, Bidders are advised to consult their own legal counsel. g) Minimum Qualification Applicable Only To Bidders Competing for Modular Assembly/Disassembly Services: Per California Code of Regulations, Division 8, Title 16, Article 3, Classification, any Bidder competing for Modular Assembly/Disassembly Services, as designated in Attachment 3, Rate Sheet, must be licensed to perform installations of prefabricated products/equipment, including all types of modular office furniture. Bidder must provide a copy of the D34, Prefabricated Equipment Contractor license (a subcategory of the C61, Limited Specialty Classification license) for any staff to perform modular assembly/disassembly services (or any other carpentry work) and the staff must perform as a Master Installer, Lead Installer, Installer I and/or Installer II under any agreements awarded as a result of this IFB and the D34 license must be labeled as Appendix 4. In order to meet this minimum qualification, at least one (1) D34 license must be submitted as Appendix 4. (If utilizing a subcontractor, please include any applicable license types and/or license numbers that may be required for performance under any resulting agreements, such as the D34 license and number, on Attachment 9, Bidder Declaration, in the table provided under item 3.) 2) Submission of Bid a) All bids must be submitted under sealed cover and sent to DGS by dates and times shown in Section B, Key Action Dates. The sealed cover must be plainly marked with the IFB number and title, must show your firm s name and address, and must be marked with "Do Not Open", as shown in the following example: IFB Number Office Moving Services Department of General Services Kristine VanKeuren, Contract Administrator 707 Third Street, MS West Sacramento, CA Do Not Open Bids not submitted under sealed cover will be rejected. A minimum of four (4) copies, one (1) original marked Master, two (2) paper-copies, and (1) compact disk (CD) or equivalent electronic media of the bid must be submitted. b) All bids must meet the requirements as set forth herein and shall include the documents identified in Section E, Required Attachments. Bids not meeting the requirements and/or bids not including the required attachments and appendixes shall be deemed non-responsive. A non-responsive bid is one that does not meet the basic bid requirements and will cause the bid to be rejected. c) All documents requiring a signature must bear an original signature on the master copy of a person authorized to bind the bidding firm. d) Mail or deliver bids to the address listed in item a) above. Hand-delivered bid packages must be date and time stamped in the Procurement Division reception area by the deliverer. e) Bids must be submitted for the performance of all the service categories within each District bid as described herein. Any deviation from the work specifications will not be considered and will cause a bid to be rejected.

10 Department of General Services (DGS) Addendum 2, Page 6 of 51 f) A bid will be rejected if it is conditional, or if it contains any alterations or other irregularities of any kind. The State does not accept alternate contract language from bidders. A bid with such language will be considered a counter proposal and will be rejected. The State s General Terms and Conditions (GTC) are not negotiable. Bidders shall not place the required attachments on letterhead or alter the attachments from the original form. The State may waive an immaterial deviation in a bid. The State's waiver of an immaterial deviation shall in no way modify the IFB document or excuse the bidder from full compliance with all requirements if awarded the agreement. g) Costs incurred for developing bids and in anticipation of award of the agreement are entirely the responsibility of the bidder and shall not be charged to the State of California. h) An individual who is authorized to bind the bidder contractually shall sign Attachment 2, Bidder s Certifications Sheet. The signature should indicate the title or position that the individual holds in the firm. An unsigned bid shall be rejected. i) If a bidder is utilizing a subcontractor, applicable license types and/or license numbers required for performance under any resulting agreements must be disclosed and identified (such as a D34 license and number) on Attachment 9, Bidder Declaration, in the table provided under item 3. j) A bidder may submit a bid for Office Moving Services only (Attachment 3, Rate Sheet, Section A) or a bidder may submit a bid for Office Moving Services and Modular Assembly/Disassembly Services (Attachment 3, Rate Sheet, Sections A & B). Bids will not be accepted for only Modular Assembly/Disassembly Services (Attachment 3, Rate Sheet, Section B). k) A bidder may modify a bid after its submission by withdrawing its original bid and resubmitting a new bid prior to the bid submission deadline. Bidder modifications offered in any other manner, oral or written, will not be considered. l) A bidder may withdraw its bid by submitting a written withdrawal request to the State, signed by the bidder or an authorized agent. A bidder may thereafter submit a new bid prior to the bid submission deadline. Bids may not be withdrawn without cause subsequent to bid submission deadline. m) Before submitting a response to this solicitation, bidders should review, correct all errors and confirm compliance with the IFB requirements. n) Where applicable, bidder should carefully examine work sites and specifications. Bidder shall investigate conditions, character, and quality of surface or subsurface materials or obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications. o) No oral understanding or agreement shall be binding on either party. 3) Evaluation and Selection a) At the time of the bid opening, each bid will be checked for the presence or absence of required information in conformance with the submission requirements of this IFB. b) The State will evaluate each bid to determine its responsiveness to the published requirements. c) Bids that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the bidder, shall be rejected. d) Three (3) client references (Attachment 4, Bidder s Reference Sheet) of the Bidder must be provided with a rating of satisfied or very satisfied to pass. References rated less than satisfied, incomplete forms, or submission of less than three (3) qualifying references will result in the Bidder being disqualified. References may be contacted to verify bidder s performance. e) Cost Attachment 3, Rate Sheet, must be completed and returned by Bidder.

11 Department of General Services (DGS) Addendum 2, Page 7 of 51 The Rate Sheet is formatted to allow Bidders to complete the electronic copy provided in MS Excel. Utilization of the electronic version is encouraged. Bidders must be able to provide OMS for all counties within each District bid. Bidders may bid on one (1) or more Districts. For each District bid all costs must be completed in the Section(s) bid. Bidders may bid on Section A, Office Moving Services, only. Bidders may bid on Section B, Modular Assembly/Disassembly Services, within any District where Section A has been completed. (Bids for Section B only will not be considered.) A bid will be rejected if costs are submitted below prevailing wage, are blank or not completed, and/or entered as zero dollars (). Any alterations or change of format to the Rate Sheet will be cause for rejection of the bid. The Bidder shall not modify the worksheets. Rate Sheets will be evaluated as follows: o Phase 1 The Rate Sheet(s) of responsive and responsible Bidders will be evaluated by District in Section A. Bids for each District in Section A, will be added together and then divided by the number of responsive and responsible bid submissions for each District in Section A to obtain an average cost. To pass the Phase 1 cost criteria, bids for Section A by District must only be a maximum of ten percent (10%) above the average cost. Bids higher than 10% above average will not be eligible for award. Example Rate Sheet Calculation for a District in section: Bidder Total Cost for District 1 Section A Average Calculation A $ $500+ $510+ $630 = $1, $1,640 / 3 = $546.67* Average Cost Average Plus 10% (Max Total Cost) Pass or Fail Pass B $ $ x 1.10 = $601.34* Pass C $ Max Total Cost Fail *The Average Calculation and the Average Plus 10% (Max Total Cost) will be rounded up to the nearest hundredth. For example $1,640 divided by 3 Bidders is $ , and it will be rounded up to $ ** The table is for illustration purposes only. The example above shows Phase 1, however the same calculation process will be utilized for Phase 2 of the Rate Sheet evaluation. o Phase 2 The Rate Sheet(s) of responsive and responsible Bidders passing Phase 1 of the Rate Sheet Evaluation and where Section B was bid will be evaluated by District in Section B. (Section B will not be evaluated if the Bidder failed Section A.) Bids for each District in Section B, will be added together and then divided by the number of responsive and responsible bid submissions for each District in Section B to obtain an average cost. To pass the Phase 2 cost criteria, bids for Section B by District must only be a maximum of ten percent (10%) above the average cost. Bids higher than 10% above average will not be eligible for award. f) Disabled Veteran Business Enterprise (DVBE) program participation is not required as part of this IFB, however participation is encouraged and DVBE incentive will be awarded to those bids that meet the confirmed DVBE participation as outlined in the chart below. Confirmed DVBE participation is identified by the dollar amount and/or percentage of DVBE commodities and/or services by submission of the DVBE forms linked in Section D, Preference and Incentive Programs. The DVBE incentive is applied for evaluation purposes by reducing the total cost by District on Attachment 3, Rate Sheet, by the DVBE incentive percentage.

12 Confirmed DVBE Participation of: Department of General Services (DGS) Addendum 2, Page 8 of 51 DVBE Incentive 3% % 3% 4% % 4% 5% and over 5% DVBE incentive will only be applied to responsive bids from responsible bidders proposing DVBE participation. In order to receive the incentive a Bidder must complete and submit the two (2) forms linked in Section D.5. Example of Incentive Application Utilizing the Scenario for Item 3.f. above: Bidder Total Cost for D1 Responsible Y or N Average Cost plus 10% (3.d.) DVBE Incentive % Net Total Cost for D1 Pass or Fail A $ Y $ % $ Pass B $ Y Max Total 0% $ Pass C $ Y Cost 5% $ Pass g) Responses to this IFB will be evaluated on the complete bid package, and an award, if made, will be to all responsive and responsible bidders meeting the requirements of this IFB per the evaluation criteria established herein. The award will be placement on the CLD by OMS District in one or both service categories: (1) Office Moving Services and/or (2) Office Moving Services and Modular Assembly/Disassembly Services. Ordering agencies will solicit the Contractors within a District and by a service category through a Request for Offer (RFO) process and enter into individual agreements with a Contractor from the CLD offering the lowest price. h) Once the CLD has been established, ordering agencies will follow the OMS MSA User Instructions to execute a contract. For example: An ordering agency shall send an RFO to all Contractors in the service category and District where work shall commence. The RFO shall contain work specifications and request responses from the Contractors. The responses shall include job classification, hourly rates, number of hours required to complete the job specification by job classification, and any costs for materials, etc. The ordering agency will, if an award is made, award to the lowest cost offerer (Contractor). i) Evaluation EVALUATION CRITERIA Submission Requirements Technical Evaluation References and Minimum Qualifications SCORING METHOD Pass or Fail Pass or Fail In order to move on to Cost Evaluation, the Bidder must pass both criteria above. COST EVALUATION Phase 1 Service Category Pass or Fail (by District) Section A: OMS by District Average plus 10% or less In order to move to Phase 2 of the Cost Evaluation, the Bidder must pass Phase 1. Bidders may be awarded one or more OMS District(s). Bidders passing Phase 1 will be awarded placement on the CLD for Service Category 1, Office Moving Services, by District. Pass or Fail (by District) In order to pass, the Bid must meet the Phase 2 Service Category Section B: OMS and Modular Assembly/Disassembly Services by District following criteria: 1) Must be eligible for award in Section A for the same District where Section B is bid. 2) Average plus 10% or less. Bidders may be awarded one or more OMS District(s). Bidders passing Phase 2 will be awarded placement on the CLD for Service Category 2, Office Moving Services and Modular Assembly/Disassembly Services by District. Please note: Bidders passing Phase 2 by District, will be awarded placement on the CLD for both Service Category 1 and Service Category 2.

13 Department of General Services (DGS) Addendum 2, Page 9 of 51 4) Award and Protest a) Whenever an agreement is awarded under a procurement which provides for competitive bidding but the agreement is not to be awarded to the low bidder, the low bidder shall be notified by telegram, electronic facsimile transmission, overnight courier, internet transmission or personal delivery five (5) working days prior to the award of the agreement. b) Notice of the proposed award shall be posted in a public place in the office of the awarding agency at least five (5) working days prior to awarding the agreement. c) If any bidder, prior to the award of agreement, files a written protest with the Department of General Services, Office of Legal Services, 707 Third Street, 7th Floor, Suite 7-330, West Sacramento, CA and on the grounds that the (protesting) bidder is the lowest responsive responsible bidder, the agreement shall not be awarded until either the protest has been withdrawn or the Department of General Services has decided the matter. d) Within five (5) days after filing the initial protest, the protesting bidder shall file with the Department of General Services a detailed written statement specifying the grounds for the protest. The written protest must be sent to the Department of General Services, Office of Legal Services, 707 Third Street, 7 th Floor, Suite 7-330, West Sacramento, California It is suggested that you submit any protest by certified or registered mail. 5) Disposition of Bids a) Upon bid opening, all documents submitted in response to this IFB will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public. b) Bid packages may be returned only at the bidder's expense, unless such expense is waived by the State. D. Preference Programs 1) Small Business Preference: (SB/DVBE - OSDS tab) 2) Target Area Contract Preference Act (TACPA) (Dispute Resolution tab) 3) Local Agency Military Base Recovery Area (LAMBRA) Act - (Dispute Resolution tab) 4) Enterprise Zone Act (EZA) - (Dispute Resolution tab) 5) Disabled Veterans Business Enterprise (DVBE): : (SB/DVBE - OSDS tab) This IFB has obtained an exemption to the DVBE participation requirements. If the prime bidder is a State-certified DVBE, an incentive of 5% will be applied. The cost bid on Attachment 3, Rate Sheet, will be decreased (for evaluation purposes only) by the amount of the DVBE incentive for each District, as applicable. The certified DVBE prime bidder must: Complete the Std. Form 843 and GSPD and submit them with the final proposal. These forms may be printed from the following web pages: and E. Required Attachments The list of Required Attachments can be found on Attachment 1, Required Attachment & Appendix Checklist. Refer to the following pages for additional Required Attachments that are a part of this agreement.

14 Department of General Services (DGS) Addendum 2, Page 10 of 51 ATTACHMENT 1 REQUIRED ATTACHMENT & APPENDIX CHECKLIST Complete this checklist to help confirm the items in your bid. Place a check mark or X next to each item that you are submitting to the State. NOTE: The State does not guarantee that this checklist is comprehensive. Use of this checklist does not absolve bidders from reading the entire IFB nor will it excuse bidders of any obligations set forth in this IFB. This checklist may be completed and returned with your bid package. Check The Box Attachment No. Attachments Names/Descriptions ITEMS LISTED BELOW ARE REQUIRED FOR YOUR BID TO BE RESPONSIVE: Attachment 1 Attachment 2 Attachment 3 Attachment 4 Required Attachment & Appendix Checklist Bidder s Certifications Sheet Rate Sheet(s) Bidder s Reference Sheet Attachment 5 Payee Data Record (STD 204) Attachment 6 Contractor Certification Clauses (CCC) 307. The CCC can be found on the Internet at Attachment 7 Attachment 8 Iran Contracting Act Darfur Contracting Act Certification Attachment 9 Bidder Declaration (include any applicable subcontractor licenses, such as the D34 license) Appendix 1 Business Licenses (covering 5 year period) & CA Business Cert from SOS Appendix 2 Permit(s): MCP and/or HGCP with Notice of Election form (Form TL 706-N) Appendix 3 Insurance Certificates: (1) Commercial General Liability, (2) Automobile Liability, (3) Workers Compensations and Employers Liability, (4) Motor Truck Cargo Legal Liability, and (5) Bailee s Liability Appendix 4 Minimum Qualification Applicable Only To Bidders Competing for Modular Assembly/Disassembly Services: D34, Prefabricated Equipment Contractor license (a subcategory of the C61, Limited Specialty Classification license) for any staff to perform assembly/disassembly services (or any other carpentry work) and the staff must perform as a Master Installer, Lead Installer, Installer I and/or Installer II under any agreements awarded as a result of this IFB and the D34 license must be labeled as Appendix 4. In order to meet this minimum qualification, at least one (1) D34 license must be submitted as Appendix 4.

15 Department of General Services (DGS) Addendum 2, Page 11 of 51 ATTACHMENT 2 BIDDER S CERTIFICATIONS SHEET This Bidder s Certifications Sheet must be signed and returned in a sealed envelope along with all the "required attachments" as indicated in Section C, item 2, in the preceding IFB instructions. Do not return the bid notification of instruction (pages 1 through 9) nor Attachment 10, Sample Standard Agreement, at the end of this IFB. To complete section A, please refer to the Total for District, Section A and / or Total for District, Section B amount(s) in Attachment 3, Rate Sheet. A. TOTAL for OMS District 1 (if any) Section A $, Section B $, TOTAL for OMS District 2 (if any) Section A $, Section B $, TOTAL for OMS District 3 (if any) Section A $, Section B $, TOTAL for OMS District 4 (if any) Section A $, Section B $, TOTAL for OMS District 5 (if any) Section A $, Section B $, TOTAL for OMS District 6 (if any) Section A $, Section B $, TOTAL for OMS District 7 (if any) Section A $, Section B $, TOTAL for OMS District 8 (if any) Section A $, Section B $, TOTAL for OMS District 9 (if any) Section A $, Section B $, TOTAL for OMS District 10 (if any) Section A $, Section B $, TOTAL for OMS District 11 (if any) Section A $, Section B $, TOTAL for OMS District 12 (if any) Section A $, Section B $, (Please note: You may bid on one (1) or more OMS Districts. If you bid on an OMS District, Section A must be completed and you must be able to provide office moving services for all counties within the District; you must complete hourly rates for all OMS classifications and delivery vehicles within the District. If you bid Section A of a District, and you meet the minimum qualifications as stated C.1., you may bid Section B. If you bid on Section A and Section B in an OMS District, you must be able to provide office moving services and modular assembly/disassembly services for all counties within the District; you must complete hourly rates for all OMS classifications, Modular Assembly/Disassembly Service classifications and delivery vehicles within the District.)

16 Department of General Services (DGS) Addendum 2, Page 12 of 51 ATTACHMENT 2 (Continued) BIDDER S CERTIFICATIONS SHEET B. All required attachments and appendixes are included with this certification sheet. (Attachments 2 9 and Appendixes 1-4 must be included with the bid submittal.) C. The signature affixed and dated hereon certifies compliance with all the requirements of this solicitation. The signature below authorizes the verification of this certification. 1. By signing this form, Attachment 2, I (we) certify the following statements: a. I (we) hereby certify that all employees engaged to perform work under any contract(s) resulting from this Bid will be paid Prevailing Wage as applicable, at the rate and classification set by CPUC. b. I (we) hereby certify the information contained in this bid is accurate and all required documents (e.g. attachments, appendixes, etc.) submitted as a part of this bid are certified to be true and binding upon the Bidder. c. I (we) hereby certify this is a firm and irrevocable offer for sixty (60) days and agree to execute a contract, if awarded. d. I (we) hereby certify our ability and willingness to perform the services as described in the IFB. e. I (we) hereby certify the availability of staff and other required resources for performing all services and providing all materials as described in this IFB for the District(s) awarded. 2. An Unsigned Bidder Certification Sheet Will Be Cause For Rejection 1. Company Name 2a. Telephone Number 2b. Fax Number ( ) ( ) 3. Address 4. Bidder s Name (Print) 5. Title 6. Signature of Certification 7. Date 8. Are you certified with the Department of General Services, Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) as: a. California Small Business b. Disabled Veteran Business Enterprise Yes No Yes No If yes, enter your service code below: If yes, enter certification number: NOTE: A copy of your Certification is required to be included if either of the above items is checked Yes. Date application was submitted to OSDS, if an application is pending: Indicate applicable license/permit information: 9a. California Public Utility Commission (CPUC) Household Goods Carrier Permit (HGCP) Yes No If yes, enter permit number: If yes, enter expiration date: 9b. California Dept. of Motor Vehicles (CDMV) Motor Carrier Permit (MCP) Yes No If yes, enter permit number: If yes, enter expiration date: Notice of Election form (Form TL 706-N) Yes No

17 Department of General Services (DGS) Addendum 2, Page 13 of 51 ATTACHMENT 3 RATE SHEET Per the SOW, Attachment 10 - Exhibit A, overhead costs (including, but not limited to, office/building administration, personnel fees, supervision, etc.) and/or any costs associated with the moving vehicle(s) (including, but not limited to, gas, insurance, licenses, etc.) are included in the hourly rate(s). Bidders may bid on one (1) or more OMS Districts. A Bidder may submit a bid for OMS only (Section A) or for OMS and Modular Assembly/Disassembly Services (Sections A & B). Bidders must be able to provide services (Section A or Sections A & B, as bid) for all counties within the District. All hourly rates for each Section bid must be completed. Hourly rates subject to Prevailing Wage (PW) must be bid at or higher than current PW as set by DIR; bids not at PW or higher will be disqualified. The hourly rates in the resulting MSA may increase by the amount DIR increases the PW rates, if any. No other increases in benefits, overhead, etc. will be allowed for the term of the MSA and any resulting agreements. The rates bid will be the maximum rates paid for the term of the MSA. The Bidder shall obtain copies of PW rates from DIR; wage rates may be assessed on the internet at Please note: Costs associated with moving supplies/materials, such as boxes, tape, shrink wrap, packing peanuts, moving blankets, etc. will be requested by the user agencies when they contact all Contractors listed on the CLD by District. Billing cycle: Monthly Quarterly Semi-Annually Annually Note: All services performed are paid in arrears according to billing cycle indicated above. 1. OFFICE MOVING SERVICES DISTRICT 1 Counties: Del Norte, Humboldt, Lake, Mendocino Prevailing Wage*- Mover Classifications, DIR Group 1 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 3 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 1 A1. OMS CLASSIFICATION, PW DIR GROUP 1 HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 1, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 1, SECTION A2. TOTAL FOR DISTRICT 1 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 3 HOURLY RATE Master Installer $ Lead Installer $ Installer I $ Installer II $ TOTAL FOR DISTRICT 1 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

18 Department of General Services (DGS) Addendum 2, Page 14 of 51 ATTACHMENT 3 (Continued) RATE SHEET 2. OFFICE MOVING SERVICES DISTRICT 2 Counties: Lassen, Modoc, Plumas, Shasta, Siskiyou, Tehama, and Trinity Prevailing Wage*- Mover Classifications, DIR Group 1 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 3 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 1 A1. OMS CLASSIFICATION, PW DIR GROUP 1 HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 2, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 2, SECTION A2. TOTAL FOR DISTRICT 2 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 3 HOURLY RATE Master Installer $ Lead Installer $ Installer I $ Installer II $ TOTAL FOR DISTRICT 2 (SECTION B) 3. OFFICE MOVING SERVICES DISTRICT 3 Counties: Butte, Colusa, El Dorado, Glenn, Nevada, Placer, Sacramento, Sierra, Sutter, Yolo, and Yuba Prevailing Wage*- Mover Classifications, DIR Group 1 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 3 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 1 A1. OMS CLASSIFICATION, PW DIR GROUP 1 HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 3, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 3, SECTION A2. TOTAL FOR DISTRICT 3 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 3 HOURLY RATE Master Installer $ Lead Installer $ Installer I $ Installer II $ TOTAL FOR DISTRICT 3 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

19 Department of General Services (DGS) Addendum 2, Page 15 of 51 ATTACHMENT 3 (Continued) RATE SHEET 4. OFFICE MOVING SERVICES DISTRICT 4 Counties: Alameda, Contra Costa, Marin, Napa, San Francisco, San Mateo, Santa Clara, Solano, and Sonoma Prevailing Wage*- Mover Classifications, DIR Group 1 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 1 (see page 22) SECTION A - OFFICE MOVING SERVICES, PW DIR GROUP 1 A1. OMS CLASSIFICATIONS, PW DIR GROUP 1 HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 4, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 4, SECTION A2. TOTAL FOR DISTRICT 4 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 1 HOURLY RATE Master Installer $ Lead Installer $ Installer I $ Installer II $ TOTAL FOR DISTRICT 4 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

20 Department of General Services (DGS) Addendum 2, Page 16 of 51 ATTACHMENT 3 (Continued) RATE SHEET 5. OFFICE MOVING SERVICES DISTRICT 5 Counties: Monterey, San Benito, San Luis Obispo, Santa Barbara, and Santa Cruz Prevailing Wage*- Mover Classifications, DIR Group 1& DIR Group 2 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 2 & DIR Area 4 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS) A1. OMS CLASSIFICATIONS, PW DIR GROUP 1 Counties for PW DIR Group 1: Monterey, San Benito, Santa Cruz HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 5, SECTION A1. A2. OMS CLASSIFICATIONS, PW DIR GROUP 2 Counties for PW DIR Group 2: San Luis Obispo, Santa Barbara HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 5, SECTION A2. A3. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 5, SECTION A3. TOTAL FOR DISTRICT 5 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES B1. MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 2 Counties for PW DIR Area 2: Monterey, San Benito, Santa Cruz HOURLY RATE Master Installer $ Lead Installer $ Installer I $ Installer II $ SUBTOTAL FOR DISTRICT 5, SECTION B1. B2. MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 4 Counties for PW DIR Area 4: San Luis Obispo, Santa Barbara HOURLY RATE Lead Installer $ Installer I $ SUBTOTAL FOR DISTRICT 5, SECTION B2. B3. MODULAR ASSEMBLY/DISASSEMBLY SERVICES, (Non-PW Classifications) Non-PW Classifications for Counties: San Luis Obispo, Santa Barbara HOURLY RATE Master Installer $ Installer II $ SUBTOTAL FOR DISTRICT 5, SECTION B3. TOTAL FOR DISTRICT 5 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

21 Department of General Services (DGS) Addendum 2, Page 17 of 51 ATTACHMENT 3 (Continued) RATE SHEET 6. OFFICE MOVING SERVICES DISTRICT 6 Counties: Fresno, Kern, Kings, Madera, and Tulare Prevailing Wage*- Mover Classifications, DIR Group 1 & DIR Group 2 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 3 & DIR Area 4 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS) A1. OMS CLASSIFICATIONS, PW DIR GROUP 1 Counties for PW DIR Group 1: Fresno, Kings, Madera HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 6, SECTION A1. A2. OMS CLASSIFICATIONS, PW DIR GROUP 2 Counties for PW DIR Group 2: Kern, Tulare HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 6, SECTION A2. A3. DELIVERY VEHICLES (Non-PW) Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 6, SECTION A3. TOTAL FOR DISTRICT 6 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES B1. MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 3 Counties for PW DIR Area 3: Fresno, Kings, Madera, Tulare HOURLY RATE Master Installer $ Lead Installer $ Installer I $ Installer II $ SUBTOTAL FOR DISTRICT 6, SECTION B1. B2. MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 4 Counties for PW DIR Area 4: Kern HOURLY RATE Lead Installer $ Installer I $ SUBTOTAL FOR DISTRICT 6, SECTION B2. B3. MODULAR ASSEMBLY/DISASSEMBLY SERVICES, (Non-PW Classifications) Non-PW Classifications for County: Kern HOURLY RATE Master Installer $ Installer II $ SUBTOTAL FOR DISTRICT 6, SECTION B3. TOTAL FOR DISTRICT 6 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

22 7. OFFICE MOVING SERVICES DISTRICT 7 Department of General Services (DGS) Addendum 2, Page 18 of 51 ATTACHMENT 3 (Continued) RATE SHEET Counties: Los Angeles and Ventura Prevailing Wage*- Mover Classifications, DIR Group 2 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 4 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 2 A1. OMS CLASSIFICATIONS HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 7, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 7, SECTION A2. TOTAL FOR DISTRICT 7 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES B1. PW DIR AREA 4 HOURLY RATE Lead Installer $ Installer I $ SUBTOTAL FOR DISTRICT 7, SECTION B1. B2. (Non-PW CLASSIFICATIONS) HOURLY RATE Master Installer $ Installer II $ SUBTOTAL FOR DISTRICT 7, SECTION B2. TOTAL FOR DISTRICT 7 (SECTION B) 8. OFFICE MOVING SERVICES DISTRICT 8 Counties: Riverside and San Bernardino Prevailing Wage*- Mover Classifications, DIR Group 2 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 4 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 2 A1. OMS CLASSIFICATIONS HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 8, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 8, SECTION A2. TOTAL FOR DISTRICT 8 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES B1. PW DIR AREA 4 HOURLY RATE Lead Installer $ Installer I $ SUBTOTAL FOR DISTRICT 8, SECTION B1. B2. (Non-PW CLASSIFICATIONS) HOURLY RATE Master Installer $ Installer II $ SUBTOTAL FOR DISTRICT 8, SECTION B2. TOTAL FOR DISTRICT 8 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

23 Department of General Services (DGS) Addendum 2, Page 19 of 51 ATTACHMENT 3 (Continued) RATE SHEET 9. OFFICE MOVING SERVICES DISTRICT 9 Counties: Inyo and Mono Prevailing Wage*- Mover Classifications, DIR Group 2 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 4 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 2 A1. OMS CLASSIFICATIONS HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 9, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 9, SECTION A2. TOTAL FOR DISTRICT 9 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES B1. PW DIR AREA 4 HOURLY RATE Lead Installer $ Installer I $ SUBTOTAL FOR DISTRICT 9, SECTION B1. B2. (Non-PW CLASSIFICATIONS) HOURLY RATE Master Installer $ Installer II $ SUBTOTAL FOR DISTRICT 9, SECTION B2. TOTAL FOR DISTRICT 9 (SECTION B) 10. OFFICE MOVING SERVICES DISTRICT 10 Counties: Alpine, Amador, Calaveras, Mariposa, Merced, San Joaquin, Stanislaus, and Tuolumne Prevailing Wage*- Mover Classifications, DIR Group 1 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 3 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 1 A1. OMS CLASSIFICATIONS HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 10, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 10, SECTION A2. TOTAL FOR DISTRICT 10 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES, PW DIR AREA 3 HOURLY RATE Master Installer $ Lead Installer $ Installer I $ Installer II $ TOTAL FOR DISTRICT 10 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

24 11. OFFICE MOVING SERVICES DISTRICT 11 Department of General Services (DGS) Addendum 2, Page 20 of 51 ATTACHMENT 3 (Continued) RATE SHEET Counties: Imperial and San Diego Prevailing Wage*- Mover Classifications, DIR Group 2 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 4 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 2 A1. OMS CLASSIFICATIONS HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 11, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 11, SECTION A2. TOTAL FOR DISTRICT 11 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES B1. PW DIR AREA 4 HOURLY RATE Lead Installer $ Installer I $ SUBTOTAL FOR DISTRICT 11, SECTION B1. B2. (Non-PW CLASSIFICATIONS) HOURLY RATE Master Installer $ Installer II $ SUBTOTAL FOR DISTRICT 11, SECTION B2. TOTAL FOR DISTRICT 11 (SECTION B) 12. OFFICE MOVING SERVICES DISTRICT 12 Counties: Orange Prevailing Wage*- Mover Classifications, DIR Group 2 (see page 21) Prevailing Wage*- Modular Installer (Carpenter) Classifications, DIR Area 4 (see page 22) SECTION A - OFFICE MOVING SERVICES (OMS), PW DIR GROUP 2 A1. OMS CLASSIFICATIONS HOURLY RATE Driver $ Mover, Packer, or Crater $ Helper $ SUBTOTAL FOR DISTRICT 12, SECTION A1. A2. DELIVERY VEHICLES (Non-PW) HOURLY RATE Delivery Vehicle (Pick up or Cargo Van) $ Delivery Vehicle (14 Feet or Less) $ Delivery Vehicle (14+ to 20 Feet) $ Delivery Vehicle (20+ to 26 Feet) $ Delivery Vehicle (26+ Feet and Larger) $ SUBTOTAL FOR DISTRICT 12, SECTION A2. TOTAL FOR DISTRICT 12 (SECTION A) SECTION B - MODULAR ASSEMBLY/DISASSEMBLY SERVICES B1. PW DIR AREA 4 HOURLY RATE Lead Installer $ Installer I $ SUBTOTAL FOR DISTRICT 12, SECTION B1. B2. (Non-PW CLASSIFICATIONS) HOURLY RATE Master Installer $ Installer II $ SUBTOTAL FOR DISTRICT 12, SECTION B2. TOTAL FOR DISTRICT 12 (SECTION B) ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

25 Department of General Services (DGS) Addendum 2, Page 21 of 51 ATTACHMENT 3 (Continued) RATE SHEET I. INFORMATION REGARDING PREVAILING WAGE 1. Prevailing Wage rates, groups, classifications, etc. provided in Section II, Prevailing Wage Mover Classifications, and Section III, Prevailing Wage Modular Installer (Carpenter) Classifications, are for reference only. Each rate group/area provided in the sections below is annotated by the date that the groups/areas were updated. Current Prevailing Wage rates can be found on the Department of Industrial Relations website at 2. *Prevailing Wage, marked with an asterisk, in the Rate Sheets pages above, must be paid at or above the current rates as set by DIR throughout the term of any resulting contracts. The hourly rates (straight-time) in the resulting MSA will increase by the amount DIR increases the hourly rates (straight-time), if any. No other increases in benefits, overhead, etc. will be allowed for the term of the MSA and any resulting agreements. II. PREVAILING WAGE MOVER CLASSIFICATIONS DIR GROUPS Group 1 Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tuolumne, Yolo, Yuba Prevailing Wage Basic Straight-Time Hourly Rates As of May 27, 2003* Mover, Packer, Crater $16.25 Driver $16.50 Helper $16.25 Group 2 Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, Tulare, Ventura Prevailing Wage Basic Straight-Time Hourly Rates As of May 27, 2003* Mover, Packer, Crater $16.57 Driver $17.16 Helper $15.52 *Current Prevailing Wage rates can be found on the Department of Industrial Relations website at dir.ca.gov. Groups were updated by DIR on May 23, For more information and to obtain current rates by county or group, please contact DIR directly or navigate to the link provided above. ATTACHMENT 3, RATE SHEET, CONTINUES ON THE NEXT PAGE

26 ATTACHMENT 3 (Continued) RATE SHEET Department of General Services (DGS) Addendum 2, Page 22 of 51 III. PREVAILING WAGE - MODULAR INSTALLER (CARPENTER) CLASSIFICATIONS DIR AREAS Area 1 Alameda, Contra Costa, Marin, Napa, San Francisco, San Mateo, Santa Clara, Solano, Sonoma Prevailing Wage Basic Straight-Time Hourly Rates As of July 1, 2013* Master Installer $31.44 Lead Installer $27.22 Installer I $23.77 Installer II $20.34 Area 2 Monterey, San Benito, Santa Cruz Prevailing Wage Basic Straight-Time Hourly Rates As of July 1, 2013* Master Installer $27.72 Lead Installer $24.09 Installer I $21.12 Installer II $18.17 Area 3 Alpine, Amador, Butte, Calaveras, Colusa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Mariposa, Mendocino, Merced, Modoc, Nevada, Placer, Plumas, Sacramento, San Joaquin, Shasta, Sierra, Siskiyou, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, Yuba Prevailing Wage Basic Straight-Time Hourly Rates As of July 1, 2013* Master Installer $26.39 Lead Installer $22.97 Installer I $20.17 Installer II $17.40 Area 4 Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, Ventura Prevailing Wage Basic Straight-Time Hourly Rates As of July 1, 2013* Master Installer** $ -- Lead Installer $19.00 Installer I $17.00 Installer II** $ -- *Current Prevailing Wage rates can be found on the Department of Industrial Relations website at dir.ca.gov. Areas were updated by DIR on July 1, For more information and to obtain current rates by county or area, please contact DIR directly or navigate to the link provided on the previous page. ** The Master Installer and Installer II classifications for Area 4 are not designated as prevailing wage classifications by DIR. For more information, please visit the website provided on the previous page. END -- ATTACHMENT 3, RATE SHEET

27 Bidder s Client References Department of General Services (DGS) Addendum 2, Page 23 of 51 ATTACHMENT 4 BIDDER S REFERENCE SHEET Bidder must provide three (3) client references for OMS services contracted for and completed within the last five (5) years. Each reference must be for services completed that are similar to the scope of work to be performed in this agreement. References for State of California government clients are encouraged. BIDDER S NAME: Note to client reference: The Bidder of this IFB is providing you this Bidder s Reference Sheet form to verify your overall satisfaction of their contract performance for Office Moving Services. CLIENT REFERENCE Firm Name: Street Address: City: State: Zip Code: Contact Person: Telephone Number: Dates of Service: Total Contract Amount: Brief Description of Service Provided Customer Satisfaction Rating: Ratings How do you rate the Bidder s overall performance in categories below? 1. Not Satisfied a. Did not carry out one or more terms of the contract; did not meet obligations; below standard work performance (e.g. late arrival, items were broken, late completion, above budget, etc.). 2. Satisfied a. Carried out terms of the contract; met obligations; completed work; average work performance (e.g. on-time arrival, items weren t broken, on-time completion, on budget, etc.). 3. Very Satisfied a. Excellent service in addition to carrying out the terms of the contract; met obligations; above-average work performance in customer service, delivery time, and/or under cost. Reference provider: Please Initial next to the rating that best describes your satisfaction of the Bidder s performance for each of the categories provided below. a. Provided skilled & knowledgeable staff b. Staff arrived on time c. Arrived prepared with staff & equipment d. Articles were packed/moved as directed e. Completed move within quoted time frame f. Performed the move for quoted budget/cost g. Provided correct and detailed invoices CLIENT CERTIFICATION: I hereby certify that to the best of my knowledge I have made a diligent effort to ascertain the facts with regard to the representations made herein and all information is true and accurate. Client Signature: Title of Signer: Date Signed:

28 Department of General Services (DGS) Addendum 2, Page 24 of 51 ATTACHMENT 5 STD. 204, PAYEE DATA RECORD Note: You may hand-fill, or double click the form below to open the Print and Fill PDF version.

29 CCC-307 CERTIFICATION Department of General Services (DGS) Addendum 2, Page 25 of 51 ATTACHMENT 6 CONTRACTOR CERTIFICATION CLAUSES (CCC) I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that I am duly authorized to legally bind the prospective Contractor to the clause(s) listed below. This certification is made under the laws of the State of California. Contractor/Bidder Firm Name (Printed) Federal ID Number By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County of CONTRACTOR CERTIFICATION CLAUSES 1. STATEMENT OF COMPLIANCE: Contractor has, unless exempted, complied with the nondiscrimination program requirements. (Gov. Code (a-f) and CCR, Title 2, Section 8103) (Not applicable to public entities.) 2. DRUG-FREE WORKPLACE REQUIREMENTS: Contractor will comply with the requirements of the Drug-Free Workplace Act of 1990 and will provide a drug-free workplace by taking the following actions: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations. b. Establish a Drug-Free Awareness Program to inform employees about: 1) the dangers of drug abuse in the workplace; 2) the person's or organization's policy of maintaining a drug-free workplace; 3) any available counseling, rehabilitation and employee assistance programs; and, 4) penalties that may be imposed upon employees for drug abuse violations. c. Every employee who works on the proposed Agreement will: 1) receive a copy of the company's drug-free workplace policy statement; and, 2) agree to abide by the terms of the company's statement as a condition of employment on the Agreement. Failure to comply with these requirements may result in suspension of payments under the Agreement or termination of the Agreement or both and Contractor may be ineligible for award of any future State agreements if the department determines that any of the following has occurred: the Contractor has made false certification, or violated the certification by failing to carry out the requirements as noted above. (Gov. Code 8350 et seq.) 3. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: Contractor certifies that no more than one (1) final unappealable finding of contempt of court by a Federal court has been issued against Contractor within the immediately preceding two-year period because of Contractor's failure to comply with an order of a Federal court, which orders Contractor to comply with an order of the National Labor Relations Board. (Pub. Contract Code 10296) (Not applicable to public entities.) 4. CONTRACTS FOR LEGAL SERVICES $50,000 OR MORE- PRO BONO REQUIREMENT: Contractor hereby certifies that contractor will comply with the requirements of Section 6072 of the Business and Professions Code, effective January 1, Contractor agrees to make a good faith effort to provide a minimum number of hours of pro bono legal services during each year of the contract equal to the lessor of 30 multiplied by the number of full time attorneys in the firm s offices in the State, with the number of hours prorated on an actual day basis for any contract period of less than a full year or 10% of its contract with the State. Failure to make a good faith effort may be cause for non-renewal of a state contract for legal services, and may be taken into account when determining the award of future contracts with the State for legal services. 5. EXPATRIATE CORPORATIONS: Contractor hereby declares that it is not an expatriate corporation or subsidiary of an expatriate corporation within the meaning of Public Contract Code Section and , and is eligible to contract with the State of California. 6. SWEATFREE CODE OF CONDUCT: a. All Contractors contracting for the procurement or laundering of apparel, garments or corresponding accessories, or the procurement of equipment, materials, or supplies, other than

30 Department of General Services (DGS) Addendum 2, Page 26 of 51 ATTACHMENT 6 (Continued) CONTRACTOR CERTIFICATION CLAUSES (CCC) procurement related to a public works contract, declare under penalty of perjury that no apparel, garments or corresponding accessories, equipment, materials, or supplies furnished to the state pursuant to the contract have been laundered or produced in whole or in part by sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor, or with the benefit of sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor. The contractor further declares under penalty of perjury that they adhere to the Sweatfree Code of Conduct as set forth on the California Department of Industrial Relations website located at and Public Contract Code Section b. The contractor agrees to cooperate fully in providing reasonable access to the contractor s records, documents, agents or employees, or premises if reasonably required by authorized officials of the contracting agency, the Department of Industrial Relations, or the Department of Justice to determine the contractor s compliance with the requirements under paragraph (a). 7. DOMESTIC PARTNERS: For contracts over $100,000 executed or amended after January 1, 2007, the contractor certifies that contractor is in compliance with Public Contract Code section DOING BUSINESS WITH THE STATE OF CALIFORNIA The following laws apply to persons or entities doing business with the State of California. 1. CONFLICT OF INTEREST: Contractor needs to be aware of the following provisions regarding current or former state employees. If Contractor has any questions on the status of any person rendering services or involved with the Agreement, the awarding agency must be contacted immediately for clarification. Current State Employees (Pub. Contract Code 10410): 1). No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any state agency, unless the employment, activity or enterprise is required as a condition of regular state employment. 2). No officer or employee shall contract on his or her own behalf as an independent contractor with any state agency to provide goods or services. Former State Employees (Pub. Contract Code 10411): 1). For the two-year period from the date he or she left state employment, no former state officer or employee may enter into a contract in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the contract while employed in any capacity by any state agency. 2). For the twelve-month period from the date he or she left state employment, no former state officer or employee may enter into a contract with any state agency if he or she was employed by that state agency in a policy-making position in the same general subject area as the proposed contract within the 12-month period prior to his or her leaving state service. If Contractor violates any provisions of above paragraphs, such action by Contractor shall render this Agreement void. (Pub. Contract Code 10420) Members of boards and commissions are exempt from this section if they do not receive payment other than payment of each meeting of the board or commission, payment for preparatory time and payment for per diem. (Pub. Contract Code (e)) 2. LABOR CODE/WORKERS' COMPENSATION: Contractor needs to be aware of the provisions which require every employer to be insured against liability for Worker's Compensation or to undertake selfinsurance in accordance with the provisions, and Contractor affirms to comply with such provisions before commencing the performance of the work of this Agreement. (Labor Code Section 3700) 3. AMERICANS WITH DISABILITIES ACT: Contractor assures the State that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C et seq.) 4. CONTRACTOR NAME CHANGE: An amendment is required to change the Contractor's name as listed on this Agreement. Upon receipt of legal documentation of the name change the State will process the amendment. Payment of invoices presented with a new name cannot be paid prior to approval of said amendment. 5. CORPORATE QUALIFICATIONS TO DO BUSINESS IN CALIFORNIA: a. When agreements are to be performed in the state by corporations, the contracting agencies will be verifying that the contractor is currently qualified to do business in California in order to ensure that all obligations due to the state are fulfilled.

31 Department of General Services (DGS) Addendum 2, Page 27 of 51 ATTACHMENT 6 (Continued) CONTRACTOR CERTIFICATION CLAUSES (CCC) b. "Doing business" is defined in R&TC Section as actively engaging in any transaction for the purpose of financial or pecuniary gain or profit. Although there are some statutory exceptions to taxation, rarely will a corporate contractor performing within the state not be subject to the franchise tax. c. Both domestic and foreign corporations (those incorporated outside of California) must be in good standing in order to be qualified to do business in California. Agencies will determine whether a corporation is in good standing by calling the Office of the Secretary of State. 6. RESOLUTION: A county, city, district, or other local public body must provide the State with a copy of a resolution, order, motion, or ordinance of the local governing body which by law has authority to enter into an agreement, authorizing execution of the agreement. 7. AIR OR WATER POLLUTION VIOLATION: Under the State laws, the Contractor shall not be: (1) in violation of any order or resolution not subject to review promulgated by the State Air Resources Board or an air pollution control district; (2) subject to cease and desist order not subject to review issued pursuant to Section of the Water Code for violation of waste discharge requirements or discharge prohibitions; or (3) finally determined to be in violation of provisions of federal law relating to air or water pollution. 8. PAYEE DATA RECORD FORM STD. 204: This form must be completed by all contractors that are not another state agency or other governmental entity. S:\ADMIN\HOMEPAGE\CCC\CCC-307.doc

32 Department of General Services (DGS) Addendum 2, Page 28 of 51 ATTACHMENT 7 IRAN CONTRACTING ACT (Public Contract Code sections ) Prior to bidding on, submitting a proposal or executing a contract or renewal for a State of California contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ( DGS ) pursuant to Public Contract Code section 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. (Public Contract Code section 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in OPTION #2 EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed

33 Department of General Services (DGS) Addendum 2, Page 29 of 51 ATTACHMENT 8 DARFUR CONTRACTING ACT CERTIFICATION Pursuant to Public Contract Code section 10478, if a Bidder or proposer currently or within the previous three years has had business activities or other operations outside of the United States, it must certify that it is not a scrutinized company as defined in Public Contract Code section Therefore, to be eligible to submit a bid or proposal, please insert your company name and Federal ID Number and complete only one of the following three paragraphs (via initials for Paragraph # 1 or Paragraph # 2, or via initials and certification for Paragraph # 3): Company/Vendor Name (Printed) Federal ID Number Printed Name and Title of Person Initialing (for Options 1 or 2) 1. Initials 2. Initials 3. Initials We do not currently have, and have not had within the previous three years, business activities or other operations outside of the United States. OR We are a scrutinized company as defined in Public Contract Code Initials section 10476, but we have received written permission from the Department of General Services (DGS) to submit a bid or proposal pursuant to Public Contract Code section 10477(b). A copy of the written permission from DGS is included with our bid or proposal. OR We currently have, or we have had within the previous three years, business activities or other operations outside of the United States, + certification but we certify below that we are not a scrutinized company below as defined in Public Contract Code section CERTIFICATION For # 3. I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that I am duly authorized to legally bind the prospective proposer/bidder to the clause listed above in # 3. This certification is made under the laws of the State of California. By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County and State of

34 Department of General Services (DGS) Addendum 2, Page 30 of 51 State of California Department of General Services, Procurement Division ATTACHMENT 9 BIDDER DECLARATION 1. PRIME BIDDER S NAME: 2. Prime bidder s information (Review attached Bidder Declaration Instructions prior to completion of this form): a. Identify the Prime Bidder s current California certification(s) (MB, SB, SB/NVSA, DVBE): or None b. Will subcontractors be used for this contract? Yes No (If yes, indicate the distinct element of work your firm (the Prime Bidder) will perform in this contract e.g., list the proposed products produced by your firm, state if your firm owns the transportation vehicles that will deliver the products to the State, identify which solicited services your firm will perform, etc.). Use additional sheets, as necessary. c. California certified DVBE: (1) Are you a California Certified DVBE? Yes No (If no, go to question 3 below.) (2) Are you a broker or agent? Yes No (3) If the contract includes equipment rental, does your company own at least 51% of the equipment provided in this contract (quantity and value)? Yes No N/A 3. If no subcontractors will be used, skip to page numbering below. Otherwise, list all subcontractors for this contract. (Attach additional pages if necessary): Subcontractor Name, Contact Person, Phone Number & Fax Number Subcontractor Address & Address CA Certification (MB, SB, DVBE or None) Corresponding % of bid price Good Standing? Work performed or goods provided for this contract (Include applicable license types & numbers) 51% Rental? CERTIFICATION NOTIFICATION: Please note, by signing Attachment 2, Bidder s Certification Sheet, the Bidder certifies the information contained in this bid and on this attachment is accurate and certified to be true and binding upon the Bidder. Page of

35 State of California Department of General Services, Procurement Division ATTACHMENT 9 (Continued) BIDDER DECLARATION Instructions All prime bidders (the firm submitting the bid) must complete the Bidder Declaration. 1. Fill in the Prime Bidder s name. 2.a. Identify all current certifications issued by the State of California. If the prime bidder has no California certification(s), check the line labeled None. If the prime bidder possesses one or more of the following certifications, enter the applicable certification(s) on the line: Microbusiness (MB) Small Business (SB) Small Business Nonprofit Veteran Service Agency (SB/NVSA) Disabled Veteran Business Enterprise (DVBE) 2.b. Mark either Yes or No to identify whether subcontractors will be used for the contract. If Yes, enter on the line the distinct element of work contained in the contract to be performed or the goods to be provided by the prime bidder. Do not include goods or services to be provided by subcontractors. Bidders certified as MB, SB, SB/NVSA, and/or DVBE must provide a commercially useful function as defined in Military and Veterans Code Section 999(e)(2)(A) for DVBEs and Government Code Section 14837(d)(4)(A) for small/microbusinesses. For questions regarding commercially useful function determinations made in conjunction with certification approval, contact the Department of General Services, Procurement Division, Office of Small Business and DVBE Certification (OSDC), OSDC Certification and Compliance Unit via at: osdchelp@dgs.ca.gov Bids must propose that certified bidders provide a commercially useful function for the resulting contract or the bid will be deemed non-responsive and rejected by the State. For questions regarding the solicitation, contact the procurement official identified in the solicitation. Note: A subcontractor is any person, firm, corporation, or organization contracting to perform part of the prime s contract. 2.c. Certified by California as a DVBE. (1) Declare whether the prime bidder is a California certified DVBE by marking either Yes or No. If no, move to question 3. (2) Declare whether the prime bidder is a broker or agent by marking either Yes or No. The Military and Veterans Code Section (b) defines broker or agent as a certified DVBE contractor or subcontractor that does not have title, possession, control, and risk of loss of materials, supplies, services, or equipment provided to an awarding department, unless one or more of the disabled veteran owners has at least 51-percent ownership of the quantity and value of the materials, supplies, services, and of each piece of equipment provided under the contract. (3) If bidding rental equipment, mark either Yes or No to identify if the prime bidder owns at least 51% of the equipment provided (quantity and value). If not bidding rental equipment, mark N/A for not applicable. 3. If no subcontractors are proposed, do not complete the table, item 3, and fill-in the pagination requirements at the end of the page. Example: Page 1 of 1 If subcontractors will be used, complete the table, item 3, listing all subcontractors. If necessary, attach additional pages and fill-in the pagination requirements at the end of the page. Example: Page 3 of 10. Department of General Services (DGS) Addendum 2, Page 31 of (continued) Column Labels Subcontractor Name, Contact Person, Phone Number & Fax Number List each element for all subcontractors. Subcontractor Address & Address Enter the address and if available, an address. CA Certification (MB, SB, DVBE or None) If the subcontractor possesses a current State of California certification(s), verify on the OSDC website ( that it is still valid and list all current certifications here. Otherwise, enter None. [Note: A SB/NVSA should not be participating as a subcontractor] Work performed or goods provided for this contract Identify the distinct element of work contained in the contract to be performed or the goods to be provided by each subcontractor. Certified subcontractors must provide a commercially useful function for the contract. (See paragraph 2.b above for code citations regarding the definition of commercially useful function.) If a certified subcontractor is further subcontracting a greater portion of the work or goods provided for the resulting contract than would be expected by normal industry practices, attach a separate sheet of paper explaining the situation. Include any applicable licenses and or license numbers within this column. Corresponding % of bid price Enter the corresponding percentage of the total bid price for the goods and/or services to be provided by each subcontractor. Do not enter a dollar amount. Good Standing? Provide a response for each subcontractor listed. Enter either Yes or No to indicate that the prime bidder has verified that the subcontractor(s) is in good standing for all of the following: Possesses valid license(s) for any license(s) or permits required by the solicitation or by law If a corporation, the company is qualified to do business in California and designated by the State of California Secretary of State to be in good standing Possesses valid State of California certification(s) if claiming MB, SB, and/or DVBE status Is not listed on the OSDC website as ineligible to transact business with the State 51% Rental? This pertains to the applicability of rental equipment. Based on the following parameters, enter either N/A (not applicable), Yes or No for each subcontractor listed. Enter N/A if the: Subcontractor is NOT a DVBE (regardless of whether or not rental equipment is provided by the subcontractor) or Subcontractor is NOT providing rental equipment (regardless of whether or not subcontractor is a DVBE) Enter Yes if the subcontractor is a California certified DVBE providing rental equipment and the subcontractor owns at least 51% of the rental equipment (quantity and value) it will be providing for the contract. Enter No if the subcontractor is a California certified DVBE providing rental equipment but the subcontractor does NOT own at least 51% of the rental equipment (quantity and value) it will be providing.

36 ATTACHMENT 10 SAMPLE STANDARD AGREEMENT SAMPLE STANDARD AGREEMENT STD 213 (Rev 06/03) 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE AGENCY'S NAME CALIFORNIA DEPARTMENT OF GENERAL SERVICES CONTRACTOR'S NAME "Insert Contractor's Name" Caution: Bidders shall not propose alternate language to the IFB nor to the Sample Standard Agreement provided as Attachment 10. Please refer to IFB Section C(2)(f), Submission of Bid, for more information. 2. The term of this Agreement is: "Insert Start Date" through "Insert End Date" 3. The maximum amount $"Numeric Dollar Amount" US Dollars of this Agreement is: "Written Dollar Amount" Department of General Services (DGS) Addendum 2, Page 32 of 51 AGREEMENT NUMBER "Enter Agreement Number" REGISTRATION NUMBER 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Agreement. Exhibit A Scope of Work # page(s) Exhibit B Budget Detail and Payment Provisions # page(s) Exhibit C* General Terms and Conditions, GTC 610 # page(s) Exhibit D Special Terms and Conditions # page(s) Exhibit E Additional Provisions # page(s) Exhibit F Office Moving Services District Map # page(s) Exhibit G** Contractor List by District (CLD) # page(s) Items shown with an asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed at Items shown with a double-asterisk (**), are hereby incorporated by reference and made part of this agreement as if attached hereto: These documents can be viewed at and reference to DIR s prevailing wage can be viewed at IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CONTRACTOR CONTRACTOR S NAME (if other than an individual, state whether a corporation, partnership, etc.) "Insert Contractor's Name" BY (Authorized Signature) PRINTED NAME AND TITLE OF PERSON SIGNING "Insert Signor's Name and Title" ADDRESS "Insert Contractor's Address" DATE SIGNED(Do not type) California Department of General Services Use Only STATE OF CALIFORNIA AGENCY NAME California Department of General Services BY (Authorized Signature) PRINTED NAME AND TITLE OF PERSON SIGNING JIM BUTLER, Title ADDRESS 707 Third Street West Sacramento, CA DATE SIGNED(Do not type) Exempt per:

37 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 33 of 51 EXHIBIT A SCOPE OF WORK SCOPE OF WORK A. INTRODUCTION This section, Exhibit A Scope of Work (SOW) contains requirements that define the Carrier s (Contractor s) and Ordering Agency s responsibilities. The Contractor shall provide all the necessary resources required to successfully perform under the Master Service Agreement (MSA). The Contractor agrees to provide Office Moving Services (OMS) as described herein: OMS MSA will provide a full range of services* for packing, removing, and assembling/disassembling of office furniture, equipment and related supplies from an existing location, the transportation of items to a new location, and the placement of the items according to the direction of the Ordering Agency. *Contractor s ability to provide a portion of or all services is dependent upon service categories awarded: (1) Office Moving Services and/or (2) Office Moving Services and Modular Assembly/Disassembly Services. B. DEFINITIONS OF TERMS FOR OFFICE MOVING SERVICES (OMS) 1. Carrier This term refers to a company that transports freight for profit and will be providing OMS. For the purposes of this agreement, the terms Carrier and Contractor shall refer to the same entity. 2. Labor As used in this MSA, the term labor includes all labor categories shown in the Department of Industrial Relations (DIR) Prevailing Wage rates for moving classifications and modular installer (carpenter) classifications. 3. Ordering Agency or Agency Any State or local government entity with appropriate purchasing authority to use the MSA under their applicable rules and regulations. 4. RFO - A Request for Offer (RFO) shall be sent by the Ordering Agency to all Contractors listed on the Contractor List by District (CLD) for the required service category: (1) Office Moving Services or (2) Office Moving Services and Modular Assembly/Disassembly Services, and by the District where work shall commence. The RFO must include the terms and details of the services requested. Contracts shall be awarded to the responsive and responsible lowest priced offer from the RFO process. 5. Services All work required to be performed under the Contract, including any goods furnished incidental to such work. 6. Standard Agreement, Std. 213 The form utilized by a State of California Ordering Agency for award of all contracts for services, as a result of the RFO process under this MSA. 7. Lost Time The State of California will not pay for any lost time required in the performance of contracted services requested (excluding required break periods). Lost time may include illness, injury, mechanical breakdown, etc. 8. MSA The State of California document that encompasses the entire agreement between the Contractor and the Department of General Services including Exhibits A, B, C, D, E, F and G of the MSA and the Bidder s bid submission.

38 C. OFFICE MOVING SERVICES Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 34 of 51 EXHIBIT A SCOPE OF WORK 1. Purpose The SOW gives an overview of the OMS under the MSA to be provided to the State of California agencies and participating local governments. The MSA shall include a full range of services to assemble/disassemble and remove office furniture, equipment and related supplies from an existing location, transport items to the new location, and place the items according to the direction of the Ordering Agency. *Contractor s ability to provide a portion of or all services is dependent upon service categories awarded: (1) Office Moving Services and/or (2) Office Moving Services and Modular Assembly/ Disassembly Services. 2. Period of Performance The Period of Performance for the MSA shall be for three (3) years and includes an option for two (2) one-year extensions at the State s discretion. Work shall not commence prior to the start date of the agreement or the date signed by DGS, whichever occurs later, as described on the Std Services Covered The Contractor shall provide the following services* under this agreement: a. Labor, equipment and materials to perform various OMS including packing, moving, transportation/delivery, unpacking and move management. b. Labor and equipment to perform various disassembly and reassembly of furniture including reconfigurations, moves, additions and changes. c. Storage of property in a secured location as required. For storage space beyond the first 90-day period, see item 12, Storage. d. Removal of surplus property to an appropriate location as needed. e. Removal of packing materials, rubbish and debris from government premises as directed. f. Services may include personal computer disconnection and reconnection services by experienced personnel as requested by Ordering Agency. All sensitive equipment shall be pad-wrapped. g. Removal or transportation of hazardous materials is not included in this MSA. Removal of these substances is regulated under the Office of Emergency Services and the California Environmental Protection Agency. 4. Contracting for Services a. Ordering Agencies shall obtain written offers from all Contractors listed in the category of required service, such as (1) Office Moving Services or (2) Office Moving Services and Modular Assembly/Disassembly Services and located in for the particular county (District) where services will be performed or where the move will be initiated. Awards will be made by Ordering Agencies to the responsive and responsible Contractor offering the least cost to the State. b. Sufficient notice will typically be provided to the Contractor; however, short or emergency response times by Contractor may be requested and/or required. c. In most cases offers shall be based on a visual inspection of goods to be moved. Hourly rates on Offers shall not be for more than the maximum rates provided in the Contractor List by District (CLD), and not less than prevailing wage rates as set by the Department of Industrial Relations (DIR) by county and classification.

39 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 35 of 51 EXHIBIT A SCOPE OF WORK d. Each RFO shall be issued with a SOW detailing the services requested including the date of the move and any special conditions of the existing and future facilities (stairs, elevators, access, parking, masonite, etc.). e. All hourly costs include overhead costs, including but not limited to, office/building administration, personnel fees, supervision, gas, insurance, licenses, etc., and shall not be invoiced/itemized separately. The MSA shall not include third party or extra charges such as, parking fees, fuel surcharges, bond fees, rental of equipment, and other moving related expenses an Ordering Agency may request. Contractors shall itemize the above charges on the RFO for agency approval prior to issuing a contract or purchase order. Equipment rental (such as book carts) is limited to specialized needs required by the Ordering Agency and must be agreed upon prior to contract award by the Ordering Agency. f. Costs associated with moving supplies/materials, such as boxes, tape, shrink wrap, packing peanuts, moving blankets, etc. will be requested by the Ordering Agency at the RFO phase; these costs should be itemized on the offer submitted by Contractor. g. Agencies shall initiate a Std. 213 to the Contractor and the purchasing document shall include the Ordering Agency s billing code and the MSA number. 5. Move Coordination and Planning a. The Contractor shall provide move coordination and direct workers to ensure that all necessary communications with the Ordering Agency are provided throughout the project. b. Along with the RFO, Ordering Agencies should provide the Contractor with an inventory of items to be moved. c. Any items of particular value shall be listed separately by the Ordering Agency and the value noted on the inventory list. d. Any items that require special handling shall be noted and the items tagged. 6. Packing, Pickup and Other Preparations a. Agencies shall notify the Contractor of any packing requirements and shall pay no more than the applicable contracted maximum hourly rates. b. Pickup shall be on the date mutually agreed upon. If the Contractor cannot meet the date and time, the Contractor shall notify the Ordering Agency twenty-four (24) hours in advance. Delays by the Contractor of more than two (2) days from the agreed upon date may result in a penalty to the Contractor of $100 per day. c. The Contractor shall provide the type of vehicle applicable for the items to be moved (e.g., cargo van, delivery vehicle, low-boy, etc.). Also, the Contractor shall not provide two smaller vehicles (and charge extra) when one larger vehicle would be more appropriate. d. For line haul moves, cargo vans or delivery vehicles shall be weighed before and after loading by a certified weigh master on a certified scale and a copy of the report must be delivered or faxed to the Ordering Agency. There shall be no separate or extra charges allowed for moves which require weigh tickets. Costs associated with line haul moves will be requested by the ordering agency at the RFO phase; these costs should be itemized on the offer submitted by the Contractor.

40 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 36 of 51 EXHIBIT A SCOPE OF WORK 7. Standard Agreement (Std. 213) a. An Std. 213 will be completed for all OMS contracts and must be sent to DGS Office of Legal Services (OLS) for review and approval for any contracts exceeding $50,000 or $150,000 as designated. b. The Std. 213 will not be in effect until signed and fully approved. c. Any additions to the original SOW will be accomplished with an amendment to the Std Unpacking a. If unpacking is required, the Contractor shall unpack items with efficiency and care and with consideration of all safety requirements. b. Upon delivery, all items on the inventory list shall be verified by the Ordering Agency as having been delivered prior to invoice payment. c. The Contractor shall be notified in writing of any missing or damaged articles in accordance with item 11, Filing a Claim. 9. Limits of Liability The Contractor shall be liable for loss or damage to property caused by its failure to properly pack and transport property; however, the Contractor shall not be held liable for loss or damage in the following situations: a. Damage or breakage to items packed improperly by the Ordering Agency or packed by others not employed by the Contractor and directed to pack by the Ordering Agency. b. Damage caused by deterioration or inherent susceptibility of the article or by insects. 10. Valuation of Articles The Contractor s rates shall include full replacement value protection against possible loss or damage while property is under the protection of the Contractor. The Contractor shall be responsible for the satisfactory repair, or replacement (at the State s option) of any State property that is lost, damaged or stolen while in Contractor s custody and for the satisfactory repair of any damage to buildings or grounds. The Ordering Agency must declare any item of extraordinary value (above $20,000). If the Contractor is required to purchase additional insurance to provide full value protection to the Ordering Agency for that item, the Contractor will be allowed to pass through those charges to the Ordering Agency. 11. Filing a Claim a. If the Ordering Agency has determined that damage or loss to property has occurred, the Ordering Agency shall note it on the Contractor s shipping order or freight bill and file a formal claim by: Sending a written notice to the Contractor s office describing the loss or damage. List each of the damaged articles. Include the valuation for each item.

41 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 37 of 51 EXHIBIT A SCOPE OF WORK Provide the Contractor s order number, date of move, origin and destination. Store any damaged packing material or other evidence of damage. Retain copies of all receipts, correspondence, repair estimates, etc. b. Claims should be filed within nine (9) months after delivery or after the loss has been reasonably established. Contractor shall acknowledge the claim, in writing, within thirty (30) days and commit to action within sixty (60) days (i.e., pay, identify a compromise or decline to pay). Claims not settled within one year from the date the claim is filed shall be reported to the Department of General Services, Transportation Management Unit at (916) c. A Contractor cannot receive more than three (3) upheld customer service complaints during the course of each year of the contract term. If more than three (3) service complaints are received, the Contractor will be removed from the MSA for a minimum period of ninety (90) days. The Contractor will be given the opportunity to fully defend and resolve any complaint that may be received. Failure to provide full explanation and resolution of complaints may result in the permanent removal from the MSA. 12. Storage If the new facility is not available at the time of the move and/or items must be stored, the Ordering Agency may request storage-in-transit. When that occurs, the following steps shall be taken: a. The Ordering Agency must request storage-in-transit at least five (5) days prior to the move. b. Separate charges will accrue for transportation to storage, the storage period, and transportation from storage to the new facility. c. If storage is required for more than 90 days, a separate agreement will be necessary with the storage company itself and include rates and terms that are not regulated by the California Public Utilities Commission. d. The Ordering Agencies expecting to use long-term storage should carefully review the rates and terms offered by the storage facility prior to the move. If the terms would place an undue burden on the State (such as limited access/removal, an unnecessary requirement for staff, etc.), the State may decline and the Contractor shall offer an acceptable alternate facility. Facilities offered by the Contractor must be applicable to the type of property requiring storage (i.e., refrigeration, low humidity, etc.). 13. Contractor Responsibilities a. For jobs estimated to exceed $5,000.00, the Contractor must be available to inspect the project prior to submitting an offer within five (5) business days, or a mutually agreeable time, from the date of notification by the Ordering Agency. b. The selected Contractor shall not commence work until the Std. 213 has been fully approved and authorization has been received from the appropriate staff at Ordering Agency. c. The Contractor must have personnel available to commence work on the project if given sufficient advance notice (ten (10) working days) by the Ordering Agency or upon mutual agreement. All personnel shall be properly licensed, insured and experienced to perform their tasks.

42 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 38 of 51 EXHIBIT A SCOPE OF WORK d. Contractor must maintain all applicable licenses for the entity and employees as required by law throughout the term of this agreement. e. The Contractor shall supply vehicles in good working condition and in compliance with all federal, state, and local laws and regulations for operation. All vehicles shall be sufficiently equipped with clean protective equipment to ensure safe transit and delivery of State property. f. The Contractor must be able to perform services in any location within the OMS District and service category for which the Contractor is awarded, e.g. District 1 and service category 1 (OMS) would require the Contractor to provide OMS to the Counties of Del Norte, Humboldt, Lake and Mendocino without the performance of modular assembly/disassembly services or other carpentry related work/ classifications. g. The Contractor shall make all arrangements with the building manager at the new site, if necessary, and shall obtain any obligatory clearances or permits that may be required for parking and unloading. h. Job hours shall begin when the Contractor s personnel arrive at the Ordering Agency s designated site and shall end when items are delivered and placed as specified at the new location. No additional drive time is allowed unless the Contractor is transporting State property to or from storage. i. Work shall be performed during normal State workdays and business hours unless a different schedule is specifically requested by the Ordering Agency. j. The Contractor is responsible to furnish sufficient personnel to accomplish the work in the time indicated on the RFO. If work is not completed within that period of time and requires overtime which was not specifically required by the Ordering Agency, the State shall not be liable for overtime charges. In addition, overtime shall not accrue due to the Contractor s failure to provide personnel and equipment at the Agencydesignated place and time. The State shall not pay overtime rates unless the Contractor s personnel have worked in excess of eight (8) hours on the State job for the day overtime is charged or unless work is performed outside of normal State workdays and business hours. Overtime will only be paid if authorized by the State and/or Ordering Agency. k. If the SOW provided by the Ordering Agency is not clear, it is the Contractor s responsibility to seek clarification prior to submitting a quote/estimate. l. The Contractor shall not charge for any time lost not required in the performance of the services requested (excluding required break periods). The Contractor may charge for time used in delivering equipment and materials and for removing them at the conclusion of the move. This time should be included in the Contractor s response to the RFO. m. It shall be the Contractor s responsibility to make all necessary arrangements with building managers and local traffic authorities for use of elevators, loading docks, adjacent streets, sidewalks and malls. The Contractor shall be responsible for understanding and estimating the difficulties involved in each move. n. The Contractor shall comply with Labor Code, Section 1774 and Please refer to Exhibit E, Additional Provisions, item 2, Prevailing Wage. o. The Contractor shall comply with the provisions of Exhibit B, Budget Detail and Payment Provisions. p. Failure to comply with any of the requirements in this contract is grounds for contract termination.

43 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 39 of 51 EXHIBIT A SCOPE OF WORK 14. Contractor s Response to Request for Offer (RFO) The RFO is a request to the Contractor to submit an offer to the Ordering Agency detailing the Contractor s not to exceed cost for the proposed service as described in the Ordering Agency s SOW. The Contractor s response must be within the requesting agency s timeframe, as specified in the RFO. The response must include: a. A task plan including each service offered and the cost per service. b. Costs associated with moving supplies/materials, such as boxes, tape, shrink wrap, packing peanuts, moving blankets, etc. c. Hourly costs shall be equal to or less than the rates specified in the CLD, but cannot be less than the hourly prevailing wage rates as set by DIR for the mover and modular installer (carpenter) classifications. (For more information, please visit DIR s website at Contractor Reporting Requirements (QUARTERLY REPORTS) Contractor shall provide a report to the Department of General Services (DGS), Procurement Division (PD) contract administrator providing details regarding contracts they have received from the MSA. The report shall be submitted to DGS on a quarterly basis, due dates are: a. 1 st Quarter January 1 through March 31; due on April 15 b. 2 nd Quarter April 1 through June 30; due on July 15 c. 3 rd Quarter July 1 through September 30; due on October 15 d. 4 th Quarter October 1 through December 31; due on January 15 e. Each report shall cover activity from the previous 3 months. For example, the 1 st Quarter is due April 15 th ; the report should cover activity from January, February and March. f. The report must contain the following information: The MSA number Contractor s name and contact information State or Local agency s contact information and address Agency billing code Standard Agreement number Dollar value Contract term The following is an example of the reporting format: o Calendar Quarter Number: (Quarter # and Year) o Master Contract Number: XX-XX-XXXXX o Contractor s Name: Company Name and Address o Contractor s Contact: Name and Phone Number Agency Name Agency Contact Agency Address Agency Phone Number Agency Billing Code Standard Agreement Number Dollar Value Agreement/ Contract Start Date Agreement/ Contract End Date $ $ TOTAL DOLLAR VALUE FOR QUARTER # $

44 Contractor shall send reports to: Department of General Services Procurement Division, Multiple Awards Program rd Street, MS West Sacramento, CA Masters@dgs.ca.gov 16. Ordering Agency Small Business and DVBE Goals Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 40 of 51 EXHIBIT A SCOPE OF WORK The amount an Ordering Agency may claim towards achieving its small business or DVBE goals is the dollar amount of the prime contract or the subcontract award made by the Contractor to a small business or a DVBE. For subcontracted services, the Contractor will provide an Ordering Agency with the following information at the time the order is quoted/estimated: The Contractor will state that, as the prime Contractor, it shall be responsible for the overall execution of the fulfillment of the order. The Contractor will indicate to the Ordering Agency that the quote/estimate meets the small business (SB) or DVBE goal, as follows: o List the name of each company certified by the Office of Small Business and DVBE Services and that it intends to subcontract a commercially useful function to the SB/DVBE company; and o Include the SB/ DVBE certification number of each company listed, and attach a copy of the certification(s); and o Indicate the dollar amount of each subcontract with an SB/DVBE that may be o claimed by the Ordering Agency towards the SB/DVBE goal; and Indicate what commercially useful function the SB/DVBE subcontractor will be providing towards fulfillment of the order. The Ordering Agency s purchase document must be addressed to the prime Contractor, and must reference the information provided by the prime Contractor as outlined above. 17. Ordering Agency Responsibilities a. All Ordering Agencies shall comply with all applicable laws and shall use this MSA in accordance with their purchasing requirements. b. Participating state or local agencies shall release an RFO to all Contractors listed in the CLD for the service category and the District where the work shall commence. This will enable Ordering Agencies to request and receive competitive responses for their specific project from pre-approved and pre-qualified service providers (Contractors). c. Ordering Agencies shall attempt to provide the Contractor with no less than ten (10) business days advance notice of a prospective move. d. A Scope of Work (SOW) containing the Ordering Agency s requirements must be included in the RFO. The SOW cannot change prior to contract award unless all of the bidders contacted are given another opportunity to respond to the revised requirements. After review and comparison of all responsive offers, the Ordering Agency will select the Contractor with the lowest priced offer after application of criteria. e. Ordering Agencies may specify in their RFO whether or not the packing containers will be returned to the Contractor and the Contractor shall include any reimbursement

45 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 41 of 51 EXHIBIT A SCOPE OF WORK amount in its offer. Further, the Contractor shall ensure that all boxes are emptied, collapsed and stacked neatly in a pre-designated pick-up site. f. Any additional security requirements, such as special clearance procedures or the need for the Contractors personnel to wear a uniform or identifying logo, will be stated clearly in the SOW. g. Each Ordering Agency reserves the right to require a performance bond from the Contractor in an amount not to exceed fifty (50) percent of the contract value. h. Ordering agencies shall give the Contractor adequate, but no less than two (2) business days notice when a postponement or reschedule of the move becomes necessary. Cancellation of service will be made at least twenty-four (24) hours prior to the day and start time of the move. Should the Ordering Agency elect to cancel a job within twentyfour (24) hours of the arranged pick-up time, any cancellation fee shall not exceed $75.00 plus materials that have been supplied and utilized. i. User Instructions will be prepared and overseen by DGS PD Contract Administrator. These instructions will include a web-link to the list of all awardees (Contractors) by District and service category. The Ordering Agencies will use this information to complete their RFO process. j. Should occurrences of either outstanding performance or poor performance be encountered, DGS PD Contract Administrator should be notified. The Contractor(s) shall have the option of reviewing any submitted performance reports and evaluations.

46 BUDGET DETAIL AND PAYMENT PROVISIONS 1. Invoicing and Payment Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 42 of 51 EXHIBIT B BUDGET DETAIL AND PAYMENT PROVISIONS a. For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement by reference in Exhibit G, Contractor List by District. b. Invoices and invoice attachments must be submitted in triplicate not more frequently than monthly in arrears to the Ordering Agency. Invoices must include the Agreement Number and must have an attached copy of the certified payroll records documenting that prevailing wage has been paid to each employee performing under the Office Moving Services MSA. These requirements must be met and submitted prior to release of payment by the State. Failure to maintain and/or timely provide certified payroll records to the State is grounds for the State to withhold payment and/or terminate for cause under this contract, in addition to any other remedies the State may have. 2. Budget Contingency Clause a. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement. b. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 3. Prompt Payment Clause Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section Other Costs Many costs associated with providing office moving services under this MSA are located in Exhibit A, Scope of Work.

47 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 43 of 51 EXHIBIT C GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS PLEASE NOTE: This page will not be included with the final agreement. The General Terms and Conditions (GTCs) will be included in the agreement by reference to Internet site To access the GTCs, visit the link, select the Standard Contract Language bar and then navigate to GTC-610.

48 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 44 of 51 EXHIBIT D SPECIAL TERMS AND CONDITIONS 1. Excise Tax The State of California is exempt from federal excise taxes, and no payment will be made for any taxes levied on employees' wages. The State will pay for any applicable State of California or local sales or use taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. California may pay any applicable sales and use tax imposed by another state. 2. Settlement of Disputes a. Contractor Initiated Disputes: In the event of a dispute, Contractor shall file a "Notice of Dispute" with the Ordering Agency within ten (10) days of discovery of the problem. Within ten (10) days of the notification, the Ordering Agency shall meet with the Contractor and Project Manager for purposes of resolving the dispute. The decision of the Ordering Agency shall be final. b. Ordering Agency Disputes: If the Ordering Agency has determined that damage or loss to property has occurred, the Ordering Agency shall file a Claim within nine (9) months after delivery or after the loss has been reasonably established. Contractor shall acknowledge the claim, in writing, within thirty (30) days and commit to action within sixty (60) days (i.e., pay, identify a compromise or decline to pay). Claims not settled within one year from the date the claim is filed shall be reported to the Department of General Services, Transportation Management Unit at (916) A Contractor cannot receive more than three (3) upheld customer service complaints during the course of each year of the contract term; if more than three (3) service complaints are received, the Contractor will be removed from the MSA for a minimum period of ninety (90) days. The Contractor will be given the opportunity to fully defend and resolve any complaint that may be received. Failure to provide full explanation and resolution of complaints may result in the permanent removal from the MSA. For more information, please see Exhibit A, Section C. c. DGS Disputes: Contractor Reporting Requirements. Contractor shall provide a report to the Department of General Services (DGS), Procurement Division (PD) Contract Administrator providing details regarding contracts they have received based off the MSA. The report shall be submitted to DGS on a quarterly basis. (See Exhibit A, Section C, Item o, for more information about reporting requirements.) When the Contractor fails to submit its reports quarterly, DGS may immediately issue a cure letter to resolve the issue. o The Contractor will have 15 days to resolve the issue and submit the quarterly o reports. If the report is not submitted after the initial cure letter, DGS will send a final cure letter to the Contractor. The Contractor will receive 15 days notice to cure the default. If the issue is not resolved by the deadline, DGS may terminate the Contractor s MSA. If the Contractor fails to submit its quarterly report three (3) times during the course of the MSA, DGS may terminate the Contractor s MSA 30 days after the third (3 rd ) failure to report. In the event of a dispute, the language contained within this Agreement shall prevail over any other language including that of the bid proposal.

49 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 45 of 51 EXHIBIT D SPECIAL TERMS AND CONDITIONS 3. Evaluation of Contractor Performance of the Contractor under this Agreement will be evaluated. Within sixty (60) days after the completion of this Agreement, the Contract Manager shall complete a written evaluation of Contractor s performance under this Agreement. The evaluation shall be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the Agreement file. If Contractor did not satisfactorily perform the work, a copy of the evaluation will be sent to the State Department of General Services, Office of Legal Services, and to Contractor within 15 working days of the completion of the evaluation. (PCC 10369) 4. Agency Liability The Contractor warrants by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the State shall, in addition to other remedies provided by law, have the right to annul this Agreement without liability, paying only for the value of the work actually performed, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 5. Potential Subcontractors Nothing contained in this Agreement or otherwise, shall create any contractual relation between the State and any subcontractors, and no subcontract shall relieve the Contractor of his responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to the State for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor's obligation to pay its subcontractors is an independent obligation from the State's obligation to make payments to the Contractor. As a result, the State shall have no obligation to pay or to enforce the payment of any moneys to any subcontractor. a. Federal Debarment The Federal Department of Labor requires that State agencies, which are expending Federal funds of $25,000 or more, place a certification by the supplier that they have not been debarred or suspended from doing business with the Federal Government in the contract file. Each Contractor must provide this documentation upon request. b. Bonds Each Ordering Agency reserves the right to require a performance bond from the Contractor in an amount not to exceed fifty (50) percent of the contract value. c. Subcontractors The State allows the use of subcontractors to enable Contractors to expand their ability to meet the needs of the State. If any subcontractor s portion of the project exceeds twenty-five percent (25%) of the value of that project, the subcontractor and

50 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 46 of 51 EXHIBIT D SPECIAL TERMS AND CONDITIONS their staff are subject to all the requirements and provisions of any contracts resulting from this MSA. Use of subcontractors does not relieve the Contractor from its responsibility to the State under the contract, or the MSA. The State reserves the right to contact, consult, or undertake business discussions with any subcontractor s employee during the term of the contract if needed and may reject proposed personnel at any time. Subcontractor relationships must be detailed on form GSPD , Bidder Declaration. Any licenses required to perform work under this agreement must also be described on the form. All licenses are required to be maintained throughout the term of the agreements. Failure to maintain licenses and submit copies shall be ground for contract termination. 6. Ownership of Data The State owns data filed with or collected by the Contractor in both hardcopy, electronic and internet formats. Data, in all forms, is the property of the State of California and copyrights, trademarks, service-marks, or patents will not be filed that infringe on the exclusive ownership by the State. 7. Insurance Requirements Contractors shall provide proof/certificates of insurance to the Ordering Agency. If additional insurance is required by the Ordering Agency, that requirement will be included in the Ordering Agency s SOW. a. Insurance Requirements of this MSA are detailed below: General Provisions Applying to All Policies o o o o o o Coverage term Coverage needs to be in force for the complete term of the contract. If insurance expires during the term of the contract, a new certificate must be received by the State at least ten (10) days prior to the expiration of this insurance. Any new insurance must still comply with the original terms of the contract. Policy Cancellation of Termination and Notice of Non-Renewal Contractor shall provide to the State within five (5) business days following receipt by contractor a copy of any cancellation or non-renewal of insurance required by this contract. In the event contractor fails to keep in effect at all times the specified insurance coverage, the State may, in addition to any other remedies it may have, terminate this contract upon the occurrence of such event, subject to the provisions of this Contract. Deductible Contractor is responsible for any deductible or self-insured retention contained within their insurance program. Primary Clause Any required insurance contained in the Contract shall be primary, and not excess or contributory to any other insurance carried by the State. Insurance Carrier Required Rating All insurance companies must carry a rating acceptable to the Office of Risk and Insurance Management. A or better and financial size category of VII or better to the latest edition of the A.M. Best Key Rating Guide. If the contractor is self- insured for a portion or all of its insurance, review of financial information including a letter of credit may be required. Endorsements Any required endorsement must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance.

51 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 47 of 51 EXHIBIT D SPECIAL TERMS AND CONDITIONS o Inadequate Insurance Inadequate of lack of insurance does not negate the contractor s obligations under the Contract. Insurance Requirements o Commercial General Liability Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury and property damage liability. The policy must include coverage for liabilities arising out of premises operations, independent contractors, products/completed operations, personal & advertising injury and liability assumed under an insured contract. This insurance shall apply separately to each insured against whom claim is made or suit is brought subject to the Contractor s limit of liability. The policy must include: Department of General Services, State of California, its officers, agents employees and servants are included as additional insureds, but only with respect to work performed under this contract. This endorsement must be supplied under form acceptable to the Office of Risk and Insurance Management. In the case of Contractor s utilization of subcontractors to complete the contracted SOW, contractors shall include all subcontractors as insureds under Contractor s insurance or supply evidence of insurance to the State equal to policies, coverage and limits required of Contractor. o Automobile Liability Contractor shall maintain motor vehicle liability with limits not less than $1,000,000 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired and non-owned motor vehicles. The same additional insured designation and endorsement required for general liability is to be provided for this coverage. o Workers Compensation and Employers Liability Contractor shall maintain statutory workers compensation and employers liability for all its employees who will be engaged in the performance of the contract. Employers liability limits of $1,000,000 are required. When is performed on State owned or controlled property the workers compensation policy shall contain a waiver of subrogation in favor of the State. The waiver of subrogation endorsement shall be provided. o o Motor Truck Cargo Legal Liability - Contractor shall maintain motor truck cargo legal liability insurance with a limit no less than the replacement value of State owned property being transported. Bailee s Legal Liability Contractor shall maintain Bailee s Legal Liability insurance with a limit equal to the replacement value of State owned property on contractor s premises at any time.

52 1. Public Works - Rules/Regulations Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 48 of 51 EXHIBIT E ADDITIONAL PROVISIONS Contractor shall observe and comply with all federal, state, city, and county laws, rules or regulations affecting the work. Any work done that does not comply with any laws, rules, or regulations will be remedied at the Contractor's expense. 2. Prevailing Wage The Contractor shall comply with Labor Code, Section 1774 and Pursuant to Section 1774, the Contractor and any subcontractors, regardless of tier, shall not pay less than the specified prevailing wage rates to all workers employed in the execution of the Contract. In accordance with Section 1775, the Contractor and any subcontractor under the Contractor shall forfeit to the State not more than $50 each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft, in which the worker is employed for any work executed under the Contract by the Contractor or by any subcontractor in violation of the provisions of the Labor Code; and, in particular, Labor Code, Sections 1770 to 1780, inclusive. In addition to such forfeiture, the difference between such stipulated prevailing wage rates and the amount paid to each work for each day, or portion thereof, shall be paid to each underpaid worker by the Contractor or subcontractor. This provision shall not apply to properly registered apprentices. a. Pursuant to Labor Code, Section 1770, the Director of the Department of Industrial Relations has ascertained the general prevailing wage rate of per diem wages and a general prevailing rate for legal holiday and overtime work for each craft required for execution of the Contract. The Contractor shall obtain copies of the prevailing rate of per diem wages from the Department of Industrial Relations, Division of Labor Statistics ^ Research, P.O. Box , San Francisco, CA , (415) ; or wage rates may be accessed on the internet at The Contractor is responsible to read, understand and comply with all the guidelines, including the fine print in the prevailing wage determinations; and shall post a copy of the prevailing wage rates, specific to the Project, at the Project site. b. Wage rates set forth are the minimum that may be paid by the Contractor. Nothing herein shall be construed as preventing the Contractor from paying more than the minimum rates set. No extra compensation will be allowed by the State due to the inability of the Contractor to hire labor at minimum rates, not for necessity for payment by the Contractor of subsistence, travel time, overtime, or other added compensations, all of which possibilities are elements to be considered and ascertained to the Contractor s own satisfaction in preparing the Bid Form. c. If it becomes necessary to employ crafts other than those listed in the General Prevailing Wage Rate booklet, the Contractor shall contact the Division of Labor Statistics & Research as noted above. The rates thus determined shall be applicable as minimum for the Contract and incorporated in the bid. When the wage determination shows an expiration date (noted by a double asterisk**), to expire during the term of the Contract, the Contractor must call or write the DIR to obtain the new rates and incorporate them in the bid to be applicable for the term of the Contract.

53 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 49 of 51 EXHIBIT E ADDITIONAL PROVISIONS d. The Contractor and each subcontractor, regardless of tier, shall keep an accurate payroll record showing the names, addresses, social security numbers, work classifications, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Contractor and/or subcontractor in connection with the Work. Payroll records shall be certified and shall be on forms provided by the Division of Labor Standards Enforcement, or shall contain the same information as those forms. The Contractor s and subcontractor s certified payroll records for each employee shall be submitted with each payment request to the Ordering Agency, covering the period for the payment request. e. At any time, DGS may choose to audit the Contractor s and subcontractor s certified payroll records. The Contractor and subcontractor must remit the records to the DGS designee within five (5) business days.

54 Master Service Agreement Number "Enter Agreement Number" OFFICE MOVING SERVICES MSA "Insert Contractor's Name" Addendum 2, Page 50 of 51 EXHIBIT F OFFICE MOVING SERVICES DISTRICT MAP Alameda 4 Orange 12 Alpine 10 Placer 3 Amador 10 Plumas 2 Butte 3 Riverside 8 Calaveras 10 Sacramento 3 Colusa 3 San Benito 5 Contra Costa 4 San Bernardino 8 Del Norte 1 San Diego 11 El Dorado 3 San Francisco 4 Fresno 6 San Joaquin 10 Glenn 3 San Luis Obispo 5 Humboldt 1 San Mateo 4 Imperial 11 Santa Barbara 5 Inyo 9 Santa Clara 4 Kern 6 Santa Cruz 5 Kings 6 Shasta 2 Lake 1 Sierra 3 Lassen 2 Siskiyou 2 Los Angeles 7 Solano 4 Madera 6 Sonoma 4 Marin 4 Stanislaus 10 Mariposa 10 Sutter 3 Mendocino 1 Tehama 2 Merced 10 Trinity 2 Modoc 2 Tulare 6 Mono 9 Tuolumne 10 Monterey 5 Ventura 7 Napa 4 Yolo 3 Nevada 3 Yuba 3

Solicitation IFB Microfilm Equipment Preventative Maintenance and Repair Services. Bid designation: Public. State of California

Solicitation IFB Microfilm Equipment Preventative Maintenance and Repair Services. Bid designation: Public. State of California 5 Solicitation IFB 15-002 Microfilm Equipment Preventative Maintenance and Repair Services Bid designation: Public State of California 4/29/2015 6:02 PM p. 1 6 Microfilm Equipment Preventative Maintenance

More information

INVITATION FOR BID Notice to Prospective Bidders

INVITATION FOR BID Notice to Prospective Bidders INVITATION FOR BID Notice to Prospective Bidders April 6, 2012 The California Department of Corrections and Rehabilitation, Correctional Health Care Services is soliciting for service under the authority

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. BD12-00076 April 26, 2013 The California Correctional Health Care Services (CCHCS) and the California Department

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. BD12-00065 May 15, 2013 The California Correctional Health Care Services (CCHCS) and the California Department

More information

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders February 13, 2013 INVITATION FOR BID (IFB) IFB # PO 0461.12027 LAUNDRY EQUIPMENT Notice to Prospective Bidders The California Prison Industry Authority (CALPIA) invites you to review and respond to this

More information

State of California Business, Transportation and Housing Agency

State of California Business, Transportation and Housing Agency State of California Business, Transportation and Housing Agency DEPARTMENT OF CALIFORNIA HIGHWAY PATROL Business Services Section, Contract Services Unit P.O. Box 942898 Sacramento, CA 94298-0001 (916)

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

SJ JUMBO PROGRAM. Single Family, PUD, Detached/Attached Condo with Loan Score >720. Attached Condo with Loan Score <720 Min.

SJ JUMBO PROGRAM. Single Family, PUD, Detached/Attached Condo with Loan Score >720. Attached Condo with Loan Score <720 Min. SJ JUMBO PROGRAM Primary Residence Purchase and Rate/Term Refinance Fixed rate (15- to 30-year) ARMs (5/1, 7/1, and 10/1 LIBOR ARMs) Single Family, PUD, Detached/Attached Condo with Loan Score >720 Attached

More information

California s Unemployment Rate Increases To 10.5 Percent

California s Unemployment Rate Increases To 10.5 Percent From Pat Henning, Director, California Employment Development Department Note: EDD is now opening its call center phone lines from 10 am to 2 pm on Saturdays beginning March 21 in continued response to

More information

WAGES AND FRINGES SCHEDULE 2-A

WAGES AND FRINGES SCHEDULE 2-A WAGES AND FRINGES SCHEDULE 2-A The following rates are in effect within the following Local Union jurisdictions: Local 234, Monterey, San Benito, and Santa Cruz Counties; Local 332, Santa Clara County;

More information

Enrollment Statistics Northern Counties Region 1

Enrollment Statistics Northern Counties Region 1 Enrollment Statistics Northern Counties Region 1 Alpine, Amador, Butte, Calaveras, Colusa, Del Norte, Glenn, Humboldt, Lake, Lassen, Mendocino, Modoc, Nevada, Plumas, Shasta, Sierra, Siskiyou, Sutter,

More information

NORTHERN CALIFORNIA LABORERS MASONRY CONTRACTORS ASSOCIATION OF CENTRAL CALIFORNIA AGREEMENT JULY 1, 2010 WAGE INCREASE

NORTHERN CALIFORNIA LABORERS MASONRY CONTRACTORS ASSOCIATION OF CENTRAL CALIFORNIA AGREEMENT JULY 1, 2010 WAGE INCREASE NORTHERN CALIFORNIA LABORERS MASONRY CONTRACTORS ASSOCIATION OF CENTRAL CALIFORNIA 2008 2011 AGREEMENT JULY 1, 2010 WAGE INCREASE LOCALS 73, 185, 297, and 1130 Counties of Amador, Alpine, Butte, Calaveras,

More information

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS (Revision Date September 4, 2012) AUTHORITY: The Disabled Veteran Business Enterprise

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Special Single Shift $29.04 $ /1/2008 7/1/2009 7/1/2010 Wages plus Vac./Holiday/Dues Supp. $28.31 $29.31

Special Single Shift $29.04 $ /1/2008 7/1/2009 7/1/2010 Wages plus Vac./Holiday/Dues Supp. $28.31 $29.31 NORTHERN CALIFORNIA LABORERS NORTHERN CALIFORNIA MASON CONTRACTORS MULTI-EMPLOYER BARGAINING ASSOCIATION 2008 2011 AGREEMENT JULY 1, 2009 WAGE INCREASE LOCALS 73, 185, 297, and 1130 Counties of Amador,

More information

Superior Court of California, County of Monterey PUBLIC NOTICE

Superior Court of California, County of Monterey PUBLIC NOTICE Superior Court of California, County of Monterey PUBLIC NOTICE SUPERIOR COURT OF CALIFORNIA COUNTY OF MONTEREY 240 Church Street Salinas, CA 93901 www.monterey.courts.ca.gov (831) 775-5400 Hon. Lydia M.

More information

> 801 to 1600 OJT Hours. 1st Semester. Addt'l Wage or Approved ERISA Plan. 1 Alameda $30.08 $19.55 $2.00 $8.53 $33.69 $21.90 $2.00 $9.

> 801 to 1600 OJT Hours. 1st Semester. Addt'l Wage or Approved ERISA Plan. 1 Alameda $30.08 $19.55 $2.00 $8.53 $33.69 $21.90 $2.00 $9. > 0 to 800 OJT Hours > 801 to 1600 OJT Hours 50% Approved ERISA 56% 1 Alameda $30.08 $19.55 $2.00 $8.53 $33.69 $21.90 $2.00 $9.79 2 Alpine $24.17 $15.71 $2.00 $6.46 $27.07 $17.60 $2.00 $7.47 3 Amador $24.17

More information

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: IFB Title: Courthouse Signage IFB No. 14155004 BIDS DUE: February 20, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 9/24/12

More information

STATE OF CALIFORNIA California Department of Corrections and Rehabilitation California Prison Health Care Services BID NO.

STATE OF CALIFORNIA California Department of Corrections and Rehabilitation California Prison Health Care Services BID NO. INVITATION FOR BID Notice to Prospective Bidders Date: September 29, 2009 You are invited to review and respond to this Public Works Invitation for Bid (IFB), entitled: IFB Number: B09-005HDSP IFB Title:

More information

IFB #C2864AEJ. Stakebed Truck Leasing. California Conservation Corps

IFB #C2864AEJ. Stakebed Truck Leasing. California Conservation Corps IFB #C2864AEJ for 1824 Commercenter Circle San Bernardino, CA 92408 Attn: Nicole Whitten, Business Services Officer Bid Submittal Deadline: November 29, 2012 @ 2:00 p.m. BIDS NOT RECEIVED BY THE DATE,

More information

INVITATION FOR BID Notice to Prospective Bidders. IFB Number: TEMPORARY/RELIEF LVN SERVICES

INVITATION FOR BID Notice to Prospective Bidders. IFB Number: TEMPORARY/RELIEF LVN SERVICES Page 1 of 42 24511 West Jayne Avenue, P. O. Box 5000, Coalinga, CA 93210 INVITATION FOR BID Notice to Prospective Bidders TEMPORARY/RELIEF LVN SERVICES April 3, 2013 You are invited to review and respond

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

Krista Tomlinson California Department of Fish and Wildlife (559) x 223 / cell (559)

Krista Tomlinson California Department of Fish and Wildlife (559) x 223 / cell (559) California Natural Resources Agency CALIFORNIA DEPARTMENT OF FISH AND WILDLIFE ECOSYSTEM CONSERVATION DIVISION ENGINEERING BRANCH 1812 NINTH STREET, SUITE 100 SACRAMENTO, CA 95811 (916) 323-1587 FAX 323-1622

More information

DEDUCTIONS EFFECTIVE DECEMBER 1, NOVEMBER 30, MONTHLY PREMIUM

DEDUCTIONS EFFECTIVE DECEMBER 1, NOVEMBER 30, MONTHLY PREMIUM CALPERS S BAY AREA REGION S REPRESENTED BY IAFF LOCAL 1230 DEDUCTIONS EFFECTIVE DECEMBER 1, 2016 - NOVEMBER 30, CONTRA COSTA HEALTH PLAN $783.46 $682.10 $101.36 $1,566.92 $1,364.19 $202.73 $2,037.00 $1,773.46

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

OREGON MUTUAL INSURANCE COMPANY COMMERCIAL LINES MANUAL DIVISION FOUR FARM RULES

OREGON MUTUAL INSURANCE COMPANY COMMERCIAL LINES MANUAL DIVISION FOUR FARM RULES SECTION I GENERAL 2. REFERRALS TO COMPANY Paragraph 2. is replaced by the following: Refer to company for: A. Any applicable rating plan modification. Refer to Rating Plan Rule 3. for applicable modifications.

More information

Patton State Hospital INVITATION FOR BID

Patton State Hospital INVITATION FOR BID 3102 East Highland Avenue, Patton, CA 92369 (909) 425-7000 INVITATION FOR BID May 17, 2011 Notice to Prospective Bidders: The California Department of Mental Health, (PSH), invites you to participate in

More information

Corpsmembers Pre-Employment Physicals for. California Conservation Corps

Corpsmembers Pre-Employment Physicals for. California Conservation Corps Corpsmembers Pre-Employment Physicals for 757 Green Valley Road Watsonville, CA 95076 Attn: Connie Duran, Business Services Officer Bid Submittal Deadline: April 18, 2013 @ 2:00 p.m. BIDS NOT RECEIVED

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

APPLICATION FOR CREDIT

APPLICATION FOR CREDIT PO BOX 19340, SEATTLE, WA 98109-1340 800.562.5515 SALALCU.ORG REV 2/16 APPLICATION FOR CREDIT Dealer: Rate: % Term: months USA PATRIOT ACT IMPORTANT INFORMATION ABOUT PROCEDURES FOR OPENING A NEW ACCOUNT.

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

2-50 Small Group BeneFits Monthly Rates

2-50 Small Group BeneFits Monthly Rates 2-50 2-50 Small Group Monthly Rates Updated Rates - Complete rates for health, dental *, vision and life products, including our newest plans Offered by Anthem Blue Cross: Offered by Anthem Blue Cross

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

CALIFORNIA FORECLOSURE FILINGS DROP

CALIFORNIA FORECLOSURE FILINGS DROP CALIFORNIA FORECLOSURE FILINGS DROP Foreclosures HAMPered by Making Home Affordable Program Discovery Bay, CA, September 15, 2009 ForeclosureRadar (www.foreclosureradar.com), the only website that tracks

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

More information

SECTION NOTICE INVITING BIDS

SECTION NOTICE INVITING BIDS SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,

More information

REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers

REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers Page 1 of 68 REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # 10-70089-000 Notice to Prospective Proposers November 11, 2010 You are invited to review

More information

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR 72207-5186 RFP Number: 01-2014 Service: Outside Legal Counsel Date: REQUEST FOR PROPOSAL Buyer: Amanda Spicer

More information

Addendum No. 1 Invitation for Bid (IFB) # 03A1689 District 3 Portable Toilet Rental and Maintenance

Addendum No. 1 Invitation for Bid (IFB) # 03A1689 District 3 Portable Toilet Rental and Maintenance STATE OF CALIFORNIA------- BUSINESS, TRANSPORTATION AND HOUSING AGENCY DEPARTMENT OF TRANSPORTATION ADMINISTRATION DIVISION OF PROCUREMENT AND CONTRACTS MS-65 1727 30 TH STREET SACRAMENTO, CA 95816-7006

More information

INVITATION FOR BID. Notice to Prospective Bidders. March 6, 2009

INVITATION FOR BID. Notice to Prospective Bidders. March 6, 2009 C o a l i n g a S t a t e H o s p i t a l P. O. Box 5000, Coalinga, CA 93210-5000 (559) 935-4309 INVITATION FOR BID Notice to Prospective Bidders March 6, 2009 You are invited to review and respond to

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

QDP Certification Application for Plan Year 2019 Attachment C1 Current & Projected Enrollment

QDP Certification Application for Plan Year 2019 Attachment C1 Current & Projected Enrollment QDP Certification Application for Plan Year 2019 Attachment C1 Current & Projected Enrollment Please provide the following for each product (DHMO/DPPO) in the individual market: 1 Effectuated Enrollment

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Solicitation Document Conversion Services. Bid designation: Public. State of California

Solicitation Document Conversion Services. Bid designation: Public. State of California 5 Solicitation 10107776 Bid designation: Public State of California 4/24/2015 5:14 PM p. 1 6 5 Bid Number 10107776 Bid Title Expected Expenditure $999,999.99 (This price is expected - not guaranteed) Bid

More information

CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT

CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT Presented by Commissioner Clemens & Commissioner Clifford Calif. Uniform Construction Cost Accounting Commission State Controller s 69 th Annual

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,

More information

DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS

DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS Public Contract Code Section 10115 establishes a contract participation goal of at least three percent (3%) for Disabled Veteran

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

CITY OF GREENVILLE Danish Festival City

CITY OF GREENVILLE Danish Festival City REQUEST FOR QUOTE GREENVILLE CITY HALL EXECUTIVE OFFICE Work-center PROJECT The City of Greenville is requesting bids for the purchase and installation of one work-center in the City Hall building. Base

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

2-50 Small Group EmployeeChoice Monthly Rates

2-50 Small Group EmployeeChoice Monthly Rates 2-50 Choice 2-50 Small Group Choice Monthly Rates Updated Rates Effective January 1, 2010 Complete rates for health, dental, vision and life products, including our newest plans BCABR1016CEN Rev. 10/09

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355 SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION 24930 AVENUE STANFORD SANTA CLARITA, CA 91355 REQUEST FOR PROPOSALS Emblem Security System Electronic Door Locks Project The Saugus Union

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

The following is a list of documents which should be included in your Internet Package.

The following is a list of documents which should be included in your Internet Package. The following is a list of documents which should be included in your Internet Package. Form Name Attachment No # Pages Invitation for Bid- Cover Letter 2 Invitation for Bid 10 Bid Proposal, ADM 1412 1

More information

Superior Court of California, County of San Bernardino PUBLIC NOTICE

Superior Court of California, County of San Bernardino PUBLIC NOTICE Superior of California, County of San Bernardino PUBLIC NOTICE SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN BERNARDINO 247 West Third Street, 11 th Floor San Bernardino, Ca 92415-0302 www.sb-court.org 909-708-8747

More information

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

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

Capitol Association Plans PO Box , Sacramento, CA Phone: Fax:

Capitol Association Plans PO Box , Sacramento, CA Phone: Fax: Capitol Association Plans PO Box 214190, Sacramento, CA 95821 Phone: 916.944.1707 Fax: 866.334.5346 E-mail: caps@capsplans.com Thank you for your interest in the California Veterinary Medical Association

More information

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

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS

CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION (www.calstate.edu/cpdc/cm)

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH INVITATION FOR BID FOR: INTEGRATED PEST MANAGEMENT CAPITOL HISTORIC REGION BPM 2196

More information

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSALS FOR General Counsel Legal Services REQUEST FOR PROPOSALS FOR General Counsel Legal Services RFP Issued: October 6, 2017 RFP Submission Deadline: November 1, 2017 Issued by: Colusa Groundwater Authority 100 Sunrise Blvd., Suite A Colusa,

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

SAN LORENZO VALLEY WATER DISTRICT SUMMARY OF RESERVE FUNDS TARGET FUND LEVELS 6/30/2015 (*)

SAN LORENZO VALLEY WATER DISTRICT SUMMARY OF RESERVE FUNDS TARGET FUND LEVELS 6/30/2015 (*) SAN LORENZO VALLEY WATER DISTRICT SUMMARY OF RESERVE FUNDS TARGET S 6/30/2015 (*) RESERVE FUND TARGET FUND LEVEL 6/30/2010 6/30/2011 6/30/2012 6/30/2013 6/30/2014 6/30/2015 Working Capital Reserve Fund

More information

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION (www.calstate.edu/cpdc/cm) Revised

More information

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL COUNTY OF COLUSA REQUEST FOR BIDS FOR: COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL DUE DATE: June 1, 2016 at 2:00 p.m. REQUEST FOR BIDS DESCRIPTION OF PROJECT: Colusa County is requesting bids (RFB)

More information

STUDENT HEALTH CENTER ENTRANCE STOREFRONT

STUDENT HEALTH CENTER ENTRANCE STOREFRONT Exhibit A Page 1 of 3 HUMBOLDT STATE UNIVERSITY Arcata, California NOTICE TO CONTRACTORS AND REQUEST FOR QUOTES Project: IFB Number: STUDENT HEALTH CENTER ENTRANCE STOREFRONT PW17-3 IFB Opening Date: Friday,

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

INVITATION TO BID. Rental Equipment for Roadway Maintenance Construction and Flood Repair BID # SUBMITTAL DUE: 02/14/ :00 A.M.

INVITATION TO BID. Rental Equipment for Roadway Maintenance Construction and Flood Repair BID # SUBMITTAL DUE: 02/14/ :00 A.M. INVITATION TO BID Rental Equipment for Roadway Maintenance Construction and Flood Repair BID #6810-18 SUBMITTAL DUE: 02/14/2018 10:00 A.M. BOULDER COUNTY PURCHASING 1325 PEARL STREET BOULDER, CO 80302

More information

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

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

State of California SOFTWARE LICENSING PROGRAM (SLP)

State of California SOFTWARE LICENSING PROGRAM (SLP) State of California Arnold Schwarzenegger, Governor State and Consumer Services Agency DEPARTMENT OF GENERAL SERVICES Procurement Division 707 Third Street West Sacramento, CA 95605 (916) 375-4400 Fax

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

Specification Standards for University of Washington Section

Specification Standards for University of Washington Section Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request

More information

TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212

TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212 TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212 Bid Number:... PW18-2 Bid Opening Date:... Monday, January 14, 2019 Bid Opening Time:... 3:00 p.m. Exhibit A Notice to Contractors

More information

California $ Monthly Rent Affordable to Selected Income Levels Compared with Two-Bedroom FMR

California $ Monthly Rent Affordable to Selected Income Levels Compared with Two-Bedroom FMR In California, the Fair Market Rent () for a two-bedroom apartment is $,. In order to afford this level of and utilities without paying more than 0% of income on housing a household must earn $, monthly

More information

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Children s Dental Insurance Plan Rates 2014

Children s Dental Insurance Plan Rates 2014 Children s Dental Insurance Plan Rates 2014 June 25, 2013 About Covered California TM Covered California is charged with creating a new insurance marketplace in which individuals and small businesses can

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly. HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT & CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408-2841 (909) 890-0644 FAX (909) 890-2349 INVITATION FOR BIDS Project Number:

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH INVITATION FOR BIDS FOR: FIRE ALARM CONTROL UNIT REPLACEMENT CALIFORNIA ENERGY COMMISSION

More information

Request for Proposal RFP : Professional Accounting Services January 25, 2018

Request for Proposal RFP : Professional Accounting Services January 25, 2018 Request for Proposal RFP 2017-13: Professional Accounting Services January 25, 2018 RFP 2017-013 Professional Accounting Services SV.1017 Page 1 Table of Contents 1. INTRODUCTION... 4 1.1 Overview... 4

More information

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director 1. INTRODUCTION The intent of this request for qualifications is to engage an experienced firm to provide services

More information

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT NORTH ORANGE COUNTY COMMUNICTION COLLEGE DISTRICT PURCHASING DEPARTMENT 1830 WEST ROMNEYA DR.

More information

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

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information