blanket order expiration form - nassau community … community college procurement department one...

105
NASSAU COMMUNITY COLLEGE of the County of Nassau State of New York Office of Procurement One Education Drive, Garden City, NY 11530 PHONE: (516) 572-7300 FAX (516) 572-7618 WWW.NCC.EDU WHERE SUCCESS STARTSAND CONTINUES Nassau Community College is a unit of The State University of New York sponsored by Nassau County To Whom It May Concern: All sealed bids must be returned to the Nassau Community College, PROCUREMENT DEPARTMENT, TOWER 4 TH FLOOR BY 2:00 PM on the date indicated on the bid. Each response must be submitted in a sealed envelope with the information as on the attached sample. This envelope MUST indicate “BID NUMBER AND YOUR RETURN ADDRESS”. If you are responding to a bid and replying via special delivery services (Federal Express, Express Mail, etc.), the mailing MUST have the BID NUMBER clearly marked on the outside of the package. Failure to do so may result in the return of your bid. This bid must be completed, signed and returned in its entirety. Thank you, Gary Homkow Gary Homkow Assistant Vice President for Procurement

Upload: ngotruc

Post on 04-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

NASSAU COMMUNITY COLLEGE of the County of Nassau ▪ State of New York Office of Procurement ▪ One Education Drive, Garden City, NY 11530 PHONE: (516) 572-7300 ▪ FAX (516) 572-7618 ▪ WWW.NCC.EDU

WHERE SUCCESS STARTS…AND CONTINUES Nassau Community College is a unit of The State University of New York sponsored by Nassau County

To Whom It May Concern: All sealed bids must be returned to the Nassau Community College, PROCUREMENT DEPARTMENT, TOWER 4TH FLOOR BY 2:00 PM on the date indicated on the bid. Each response must be

submitted in a sealed envelope with the information as on the attached sample. This envelope MUST indicate “BID NUMBER AND YOUR RETURN ADDRESS”.

If you are responding to a bid and replying via special delivery

services (Federal Express, Express Mail, etc.), the mailing MUST have the BID NUMBER clearly marked on the outside of the package. Failure to do so may result in the return of your bid.

This bid must be completed, signed and returned in its entirety. Thank you,

Gary Homkow Gary Homkow Assistant Vice President for Procurement

NASSAU COMMUNITY COLLEGE PROCUREMENT DEPARTMENT ONE EDUCATION DRIVE GARDEN CITY, NY 11530-6793

BID ROOM, TOWER 4TH FLOOR

BID NO. CY98-030512-1013

OPENING: 2:00 PM ON March 5, 2012

Proc.08.00 2/11

FORMAL SEALED BID PROPOSAL Nassau Community College BID NUMBER BID OPENING DATE

of the County of Nassau • State of New York CY98-030512-1013 3/5/12 One Education Drive, Garden City, NY 11530 BUYER TELEPHONE REQUISITION NUMBER Gary Rothermel 516.572.7690 N/A

PREPARE YOUR BID ON THIS FORM USING BLACK INK OR TYPEWRITER BID TITLE Life Science Building Relocation Commercial Move • BID MUST BE RECEIVED AT THE PROCUREMENT OFFICE, 4TH FLOOR, ADMINISTRATIVE TOWER BY 2:00 P.M. ON, OR BEFORE THE BID OPENING DATE. • ALL BIDS MUST BE F.O.B. DESTINATION AND INCLUDE INSIDE DELIVERY WITHIN DOORS UNLESS OTHERWISE SPECIFIED. • CASH DISCOUNT OF ___________________________ PERCENT WILL BE ALLOWED FOR PROMPT PAYMENT WITHIN 20 BUSINESS DAYS. THE UNDERSIGNED BIDDER AFFIRMS AND DECLARES THAT HE HAS CAREFULLY EXAMINED THE ADVERTISED INVITATION FOR BIDS, THE BID TERMS AND CONDITIONS, AND DETAILED SPECIFICATIONS AND CERTIFIES THAT THIS BID IS SIGNED WITH FULL KNOWLEDGE AND ACCEPTANCE OF ALL THE PROVISIONS THEREOF AND OFFERS AND AGREES, IF THIS BID IS ACCEPTED WITHIN 120 DAYS FROM THE BID OPENING DATE TO FURNISH THE SERVICE AND/OR ANY OR ALL THE ITEMS UPON WHICH PRICES ARE HEREIN QUOTED IN THE QUANTITY AND AT THE PRICES BID. THE BIDDER CERTIFIES THAT: (A) THE BID HAS BEEN ARRIVED AT BY THE BIDDER INDEPENDENTLY AND HAS BEEN SUBMITTED WITHOUT COLLUSION WITH ANY OTHER VENDOR OF MATERIALS, SUPPLIES, EQUIPMENT OR SERVICE OF THE TYPE DESCRIBED IN INVITATION FOR BIDS, AND (B) THE CONTENTS OF THE BID HAVE NOT BEEN COMMUNICATED BY THE BIDDER, NOR, TO ITS BEST KNOWLEDGE AND BELIEF, BY ANY OF ITS EMPLOYEES OR AGENTS, TO ANY PERSON NOT AN EMPLOYEE OR AGENT OF BIDDER OR ITS SURETY ON ANY BOND FURNISHED HEREWITH PRIOR TO OFFICIAL OPENING OF BID.

BID MUST BE SIGNED BY PROPRIETOR, PARTNER OR OFFICER AUTHORIZED TO SIGN FOR CORPORATION NAME OF BIDDER __________________________________________________________________________________________ ADDRESS _________________________________________________________________________________________________ CITY _____________________________________ STATE ___________________________ ZIP CODE _____________________ PHONE NO. _______________________ FEDERAL TAX IDENTIFICATION NUMBER ____________________________________ IN EXECUTING THIS BID, THE BIDDER WARRANTS THAT THE PRICES SUBMITTED HEREIN ARE NOT HIGHER THAN THOSE OFFERED TO ANY GOVERNMENTAL OR COMMERCIAL CONSUMER FOR LIKE DELIVERIES. THE PRICES HEREIN SHOULD NOT INCLUDE ANY FEDERAL EXCISE TAXES OR SALES TAXES IMPOSED BY ANY STATE OR MUNICIPAL GOVERNMENT. SUCH TAXES IF INCLUDED MUST BE DEDUCTED BY THE BIDDER WHEN SUBMITTING BID. FURTHERMORE, BIDDER CERTIFIES THAT HE HAS READ THE ENTIRE BID PACKAGE. WHICH CONSISTS OF ___26_____ PAGES AND THE FOLLOWING ATTACHMENTS Appendix A, Appendix B, Appendix EE, Appendix L, and Prevailing Wage Rates PRC#2012900125 AND ANY EXCEPTIONS HAVE BEEN CLEARLY NOTED. ___________________________________________________ ___________________________________________________ SIGNATURE OF AUTHORIZED INDIVIDUAL PRINT OR TYPE NAME OF SIGNER AND TITLE ANY AGREEMENT GENERATED FROM THIS BID SOLICITATION IS NOT VALID IF CONTRACTOR OR CONTRACTOR'S PERSONNEL ARE EMPLOYED BY NASSAU COUNTY OR NASSAU COMMUNITY COLLEGE (22-4.2, NASSAU COUNTY CODE OF ETHICS).

Bid No. CY98-030512-1013

Proc.08.00 2 2/11

BID TERMS AND CONDITIONS 1. DEFINITIONS The term “County” as used herein shall be deemed as reference to the County of Nassau, State of New York. The term “Contractor” or “Vendor” or “Successful Bidder” as used herein, shall be deemed as reference to the Individual, Joint Venture, Corporation or any person or entity receiving an award to perform any or all of the services specified in accordance with the terms of this bid. The term “College” as used herein, shall be deemed as reference to Nassau Community College of the County of Nassau, State of New York. The term “Director” as used herein, shall be deemed as reference to the Assistant Vice President for Procurement / Director of Procurement, Nassau Community College. The term “Comptroller” as used herein, shall be deemed as reference to the Comptroller of Nassau County. The abbreviation “NCC” as used herein shall be deemed as reference to Nassau Community College of the County of Nassau, State of New York. The term “Agreement” as used herein, shall be deemed as reference to any Contract, Purchase Order or Pricing Agreement awarded as a result of this bid. The word “Law” as used herein, includes any and all statutes, local laws, ordinances, rules, regulations, applicable orders, and/or decrees, as the same may be amended from time to time, enacted, or adopted. 2. The following conditions apply to this bid: (a) Late Formal Sealed Bids will NOT be accepted. Bidders are urged to mail bids early to assure delivery on time. (b) Bids must be received by 2:00 P.M. on the Bid Opening Date. (c) Prices MUST be inserted with typewriter or ink. Entries with white-out or cross-outs MUST be initialed or that entry will be disqualified. (d) Bidders should submit Unit Price in appropriate column on bid pages or forms attached hereto. In the event of a discrepancy between the Unit Price and the Extension Price, the Unit Price shall govern. (e) Bidders should retain one (1) copy of bid forms and applicable attachments. Any Agreement issued against this bid will refer to the bid and attachments to designate items awarded. (f) Bidders MUST state Manufacturer’s name and catalog number of each item bid on. (g) ABSOLUTELY NO MINIMUM ORDERS shall be applied to this bid. (h) Purchases made by the College are not subject to State or Local Sales Taxes or Federal Excise Taxes. (i) The College is not subject to any existing “FAIR TRADE AGREEMENT” and Bidders should be governed accordingly. (j) Any Manufacturer offering prices for equipment or supplies (disposables), MUST agree to sell parts and service for their equipment currently owned or leased by the College or acquired as a result of this bid, directly to the College. This provision applies even if this bid is for supplies only. (k) When applicable, Vendor shall submit documentation to the College, prior to delivering the product, indicating a “Class A” Fire Rating and New York State Department of State Compliance Numbers, in accordance with “NAPPA 101” and New York State Fire Prevention Code, Part 772 (NYSDOS Number). Products delivered without prior approved certification will be rejected, and the Vendor shall be responsible for all costs associated with their return. (l) Bid must be returned in its entirety. (Every page must be returned). (m) All work performed must be in compliance with all rules and regulations stated by OSHA, Local, State, Federal or any other regulatory agencies. (n) On repair Agreements, Contractor will furnish all labor, materials, transportation, tools, instrumentation, parts and accessories necessary to repair and restore the equipment to optimum operating condition. (o) All Contractor personnel assigned to any requirement of a contract established must be fully qualified and cognizant of the required and applicable Electrical Codes and safety requirements, and must adhere to them. (p) All parts supplied must match and inter-member with the designated equipment, and must be in accordance with the specifications of the Manufacturer of the part to be replaced. (q) Except as otherwise specified, all Agreement requirements will be performed at the College site, as required. (r) Any requirement to remove any part of the equipment or system(s) to Contractor’s shop must be approved by an authorized College representative. The College shall supply all utilities which are available on location insofar as compatibility requirements permit. (s) All requirements performed by the Contractor will be subject to inspection and approval by an authorized designated representative of the College. (t) Employees of the Contractor while on service call shall carry identification badges or

cards and shall be instructed to submit same to scrutiny upon request by Security or supervisory personnel of the College. 3. Bids on equipment must be on standard new equipment, latest model, except as otherwise specifically stated in proposal or detailed specification. Where any part or nominal appurtenances of equipment is not described, it shall be understood that all equipment and appurtenances which are usually provided in the manufacturer’s stock model shall be furnished. 4. Bids on materials and supplies must be for new items except as otherwise specifically stated in bid or detailed specification. 5. Bidder declares that the bid is made without any connection with any other Bidder submitting a bid for the same items, and is in all respects fair and without collusion or fraud. 6. INDEPENDENT CONTRACTOR The Contractor is an independent contractor of the College or County. The Contractor shall not, nor shall any officer, director, employee, servant, agent or independent contractor of the Contractor (a “Contractor Agent”), be (i) deemed a College or County employee, (ii) commit the College or County to any obligation, or (iii) hold itself, himself, or herself out as a College or County employee or Person with the authority to commit the College or County to any obligation. As used in any Agreement awarded as a result of this bid the word “Person” means any individual person, entity (including partnerships, corporations and limited liability companies), and government or political subdivision thereof (including agencies, bureaus, offices and departments thereof). 7. BIDDERS EXCEPTIONS Bidders may take exception to paragraphs of this bid under a separate cover letter to be attached to this bid, indicating specific bid page, paragraph, and the exception(s). The Director will consider whether or not to accept the Bidders exception(s) . In any event, the decision of the Director will be final. 8. DETAILED SPECIFICATIONS Proposals submitted hereunder shall be in accordance with detailed specifications set forth on bid pages or as attached and made part hereof. Such specifications are representative of the type of item(s) required. The Director reserves the right to accept item(s) with different specifications or methodologies if, in his opinion, the item(s) offered can satisfy the needs of the Using Department(s). Furthermore, any alternate item(s) offered can be rejected if they fail to meet the specifications of the item(s) specified in this bid. 9. PRICES The provisions of the New York State Fair Trade Law (Feld-Crawford Act) and the federal price discrimination law (Robinson-Patman Act) do not apply to purchases made by the College/County. 10. REDUCTION IN PRICES If an award is made, the Contractor agrees, should prices be reduced to the general trade during the requirement period, the College shall receive the benefit of such reduction immediately upon effect. It shall be incumbent upon the Contractor to notify the College of such price reductions. 11. NEW YORK STATE PRICES Bidders must represent and warrant that if they are under contract with New York State for items specified herein that the price, per unit, quoted to Nassau Community College, therefore, is not higher than the price, per unit, quoted to New York State for like quantities.

Bid No. CY98-030512-1013

Proc.08.00 3 2/11

12. APPROXIMATE QUANTITIES The estimated usage quantities or estimated annual dollar value, when indicated, are merely estimates based on experience or anticipated usage and are given for information purposes only. The College will NOT be compelled to order any amount of any respective item. Agreements, however, shall be for the quantities actually ordered by the College during the period specified. 13. SPECIFICATIONS If Bidder is offering an “Equal” item, Bidder is to submit complete specifications and illustrations of products offered with the bid. Acceptance of a bid and designation of a Manufacturer’s catalog description, brand name or number in any Agreement resulting there from shall not be construed as qualification of the specifications of this bid or relief there from except as specifically stated in the Agreement. 14. EQUIVALENT BIDS Bidders may offer equipment of the same capability, but of different manufacture and model than that specified in this bid. The use of the name of a Manufacturer, brand, make or catalog designation in specifying items described herein does not restrict Bidders from offering equivalent bids. Such a designation is used to indicate the character, quality and performance equivalence desired. However, acceptance of an equivalent product will be strictly at the discretion of the Director. Furthermore, proof and/or demonstration of equivalence, compatibility and performance shall be incumbent upon the Bidder. 15. PRODUCT IDENTIFICATION If a product is identified by a BRAND NAME, a substitute of equal quality, construction, finish, composition, size, workmanship and performance characteristics may be acceptable. In submitting a bid, each Bidder warrants that the substitute product being offered is an equal. Bid Sheets shall be so noted with the Manufacturer’s name and brand of the product offered as an equal. If, as a result of an award, a delivery is made of a brand or product represented as an equal which is subsequently deemed to be unacceptable, the Vendor shall be required, at his expense, to pick up the rejected item and replace it with brand(s) listed in the bid or an acceptable equal which will have the approval of the Director. 16. PROTECTION FROM CLAIM AGAINST “OR EQUAL” In the event of any claim by any unsuccessful Bidder concerning or relating to the issue of “equal or better” or “or equal”, the successful Bidder agrees, at his own cost and expense, to defend such claim or claims and agrees to hold the County of Nassau and Nassau Community College free and harmless from any and all claims for loss or damage arising out of this transaction for any reason whatsoever. 17. ALTERNATE BIDS If the Bidder wishes to offer an alternate to the specified item(s), he may do so, provided that he clearly indicates that the item(s) offered is an alternate and does not represent the alternate to be an equivalent, and further provided he accompany the alternate offer with full explanation and specification. Consideration of the alternate shall be at the sole discretion of the Director. 18. SHIPPING CHARGES All bids must be F.O.B. Destination and include delivery within doors unless otherwise specified. Nassau Community College acknowledges that if an emergency shipment (overnight, Saturday Delivery, etc.) is required and requested by the Using Department, such shipping charges would be paid by the Using Department on a “Prepay Shipping Charges and Add To Claim” basis. 19. SURETY In the event that an award is made hereunder, the Director reserves the right to require Successful Bidder to post, within one week, security for faithful performance, with the understanding that whole or any part thereof may be used by the College/County to rectify any deficiency that may arise from any default on the part of the Successful Bidder. Such security must meet all the requirements of

the College/County Attorney and must be approved by the College/ County Attorney. 20. SAMPLES Samples, when required, must be submitted strictly in accordance with instructions; otherwise bid may not be considered. If samples are requested subsequent to bid opening, they shall be delivered within five (5) days of request for bid to have consideration. Samples must be furnished free of charge and must be accompanied by descriptive memorandum invoices indicating if the Bidder desires their return; also specifying the address, to which they are to be returned, provided they have not been used or made useless by tests. Award samples may be held for comparison with deliveries. Samples will be returned at the Bidder’s risk and expense. 21. AWARD (a) The Director reserves the right before making an award to make investigations as to whether or not the items, qualifications or facilities offered by the Bidder meet the requirements set forth herein and are ample and sufficient to insure the proper performance in the event of an award. The Bidder must be prepared, if requested by the Director, to present evidence of experience, ability and financial standing, as well as a statement as to plant, machinery, trained personnel and capacity of the manufacturer for the production and distribution of the material on which he is bidding. Upon request of the Director, Successful Bidder shall file certification from the manufacturer relative to authorization, delivery, service and guarantees. If it is found that the conditions of the bids are not complied with or that articles or equipment purposed to be furnished do not meet the requirements called for, or that the qualifications, financial standing or facilities are not satisfactory, the Director may reject such bids. It is distinctly understood, however, that nothing in the foregoing shall mean or imply that it is obligatory upon the Director to make any examinations before award; and it is further understood that, if such examination is made, it in no way relieves the Bidder from fulfilling all requirements and conditions of the bid. (b) Awards will be made to the lowest responsible Bidder. Cash discounts will not be a factor in determining awards, except in tie bids. Consideration will be given to the reliability of the Bidder, the quantities of the materials, equipment or supplies to be furnished, their conformity with the specifications, the purpose for which required and the terms of delivery. (c) The Director reserves the right to reject any and all bids in whole or in part and to waive technical defects, irregularities and omissions if in his judgment the best interest of the College and County will be served. (d) Unless otherwise indicated herein, the Director reserves the right to make award by items, by classes, by groups of items, or as a whole. 22. DELIVERIES Upon failure of the Vendor to deliver within the time specified, or within reasonable time as interpreted by the Director, or failure to make replacement of rejected articles when so requested immediately or as directed by the Director, the Director may purchase from other sources to take the place of the item rejected or not delivered. The Director reserves the right to authorize immediate purchase from other sources against rejections on any order when necessary. On all such purchases the Vendor agrees to promptly reimburse the College for excess cost occasioned by such purchases. Should the cost be less, the Vendor shall have no claim to the difference. Such purchases will be deducted from order quantity. 23. An order may be canceled at the Vendor’s expense upon nonperformance. Failure of the Vendor to furnish additional surety within ten (10) days from date of request shall be sufficient cause for the cancellation of the order. 24. When in the determination of the Director, the articles or equipment delivered fail to meet College specifications or, if in the determination of the Director, the Vendor consistently fails to deliver as ordered, the Director reserves the right , to cancel the order and purchase the balance from other sources at Vendor’s expense.

Bid No. CY98-030512-1013

Proc.08.00 4 2/11

25. Delivery must be made as ordered and in accordance with the bid. If delivery instructions do not appear on order, it will be interpreted to mean prompt delivery. The decision of the director as to reasonable compliance with delivery terms shall be final. Burden of proof of delay in receipt of order shall rest with the Vendor. 26. The College will not schedule any deliveries for Saturdays, Sundays or legal holidays, except commodities required for daily consumption or where the delivery is an emergency, a replacement, or is overdue, in which event the convenience of the College will govern. 27. Supplies shall be securely and properly packed for shipment, according to accepted commercial practice, without extra charge for packing cases, reels, bailing or sacks. The containers remain the property of the College unless definitely stated otherwise in the bid. 28. The Vendor shall be responsible for delivery of supplies in good condition at point of destination. The Vendor shall file all claims with carrier for breakage, imperfections and other losses, which will be deducted from invoices. The College will note for the benefit of the Vendor when packages are not received in good condition. 29. All supplies which are customarily labeled or identified must have securely affixed thereto the original un-mutilated label or marking of the manufacturer. 30. Furniture, machines, and other equipment must be delivered, installed and set in place as directed, ready for use unless otherwise specified. 31. WARRANTY (a) Generally. The successful Bidder warrants the equipment furnished and all associated equipment against any defects in design, workmanship and materials against failure to operate satisfactorily for one (1) year from the date of acceptance by the College, other than defects or failure shown by the Vendor that have arisen solely from accident or abuse occurring after delivery to the College, and agrees to replace any parts, which, in the opinion of the user, shall fail from the above reasons. (b) Different Warranty Period. If a company policy or trade practice requires a different warranty period, the Bidder may so state without fear of disqualification. However, the Bidder is cautioned that the length of warranty may, in some cases, be a deciding factor in making an award. (c) OSHA. Equipment furnished hereunder shall meet the standards set forth in the Occupational Safety and Health Act of 1979. 32. REPLACEMENT PARTS If the requirements specified herein represent, for the most part, replacement and/or repair components to existing and presently owned equipment, such components must match and inter-member without modification to the equipment and systems indicated. 33. EXPIRATION DATING All products shipped must have a minimum of one (1) year expiration dating from the date of delivery to the College. For products that have less than one (1) year expiration dating from time of manufacture, the longest possible expiration dating must be supplied to the College. 34. ADDITIONAL ITEMS Additional items of the same or similar manufacture or additional services related to the specifications and requirements stated herein may be added by an amendment to the Agreement, provided that such items or services do not or are not expected to exceed the statutory limit of $20,000.00 in any Agreement period.

35. Deliveries are subject to reweighing at destination by the College and payment will be made on the basis of net weight of materials delivered. Normal shrinkage will be allowed in such instances where shrinkage is possible. Short weight shall be sufficient cause for cancellation of order at Vendor’s expense. 36. TERMINATION (a) Generally. Any Agreement awarded as a result of this bid may be terminated (i) for any reason by the College upon thirty (30) days written notice to the Contractor, (ii) for “Cause” by the College immediately upon the receipt by the Contractor of written notice of termination, (iii) upon mutual written Agreement of the College and the Contractor, and (iv) in accordance with any other provisions of the Agreement expressly addressing termination. As used in the Agreement the word “Cause” includes: (i) a breach of the Agreement; (ii) the failure to obtain and maintain in full force and effect all Approvals required for the services described in the Agreement to be legally and professionally rendered; and (iii) the termination or impending termination of federal or state funding for the services to be provided under the Agreement. (b) By The Contractor. The Agreement may be terminated by the Contractor if performance becomes impracticable through no fault of the Contractor, where the impracticability relates to the Contractor’s ability to perform its obligations and not to a judgment as to convenience or the desirability of continued performance. Termination under this subsection shall be effected by the Contractor delivering to the Director, at least sixty (60) days prior to the termination date (or a shorter period if sixty days notice is impossible), a notice stating (i) that the Contractor is terminating the Agreement in accordance with this subsection, (ii) the date as to which the Agreement will terminate, and (iii) the facts giving rise to the Contractor’s right to terminate under this subsection. A copy of the notice given to the Director shall be given to the Vice President for Legal and External Affairs of the College on the same day that notice is given to the Director. (c ) Contractor Assistance upon Termination. In connection with the termination or impending termination of the Agreement the Contractor shall, regardless of the reason for termination, take all actions reasonably requested by the College (including those set forth in other provisions of the Agreement) to assist the College in transitioning the Contractor’s responsibilities under the Agreement. The provisions of this Section shall survive the termination of the Agreement. 37. PAYMENT (a) A Certified Invoice, or a County Claim form to which the invoice is attached shall be submitted in arrears, directly to the Accounts Payable Section of College supported by vouchers signed by authorized College Representatives attesting to the satisfactory completion of the required services, as heretofore specified. (b) If a Claim Voucher is not submitted, the following certification MUST appear on the invoice and MUST be signed by the claimant: I HEREBY CERTIFY THAT ALL ITEMS OR SERVICES WERE DELIVERED OR RENDERED AS SET FORTH IN THIS CLAIM; THAT THE PRICES CHARGED ARE IN ACCORDANCE WITH THE REFERENCED PURCHASE ORDER, DELIVERY ORDER OR CONTRACT, THAT THE CLAIM IS JUST, TRUE AND CORRECT; THAT THE BALANCE LISTED HEREIN IS ACTUALLY DUE AND OWING AND HAS NOT BEEN PREVIOUSLY CLAIMED; THAT NO TAXES FROM WHICH THE COUNTY IS EXEMPT ARE INCLUDED; AND THAT ANY AMOUNTS CLAIMED FOR DISBURSEMENTS HAVE ACTUALLY AND NECESSARILY BEEN MADE. ____________________________________ __________________ Claimant Name Date ____________________________________ ___________________ Signature Title

Bid No. CY98-030512-1013

Proc.08.00 5 2/11

(c) Claim Vouchers or Certified Invoices not properly completed will be returned to the Contractor unpaid. (d) Billing shall be rendered on Certified Invoice or County Claim Form in detail, listing parts and materials used, their prices and labor shown in hours and extended rates. (e) Partial payments on delivered and accepted shipments will be allowed. 38. INSURANCE AND WORKERS’ COMPENSATION (a) Types and Amounts. The Contractor shall obtain and maintain throughout the term of any Agreement awarded as a result of this bid, at its own expense: (i) one or more policies for commercial general liability insurance, which policy(ies) shall name “Nassau County” and “Nassau Community College” as additional insured with “Nassau Community College” as certificate holder and has a minimum single combined limit of liability of not less than one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate coverage per project, (ii) if contracting in whole or part to provide professional services, one or more policies for professional liability insurance, which policy(ies) shall have a minimum single combined limit of liability of not less than one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate coverage per project, (iii) compensation insurance for the benefit of the Contractor’s employees (“Workers’ Compensation Insurance”), which insurance is in compliance with the New York State Workers’ Compensation Law, and (iv) such additional insurance as the County or College may from time to time specify. (b) Acceptability; Deductibles; Subcontractors. All insurance obtained and maintained by the Contractor pursuant to the Agreement shall be (i) written by one or more commercial insurance carriers licensed to do business in New York State and acceptable to the County and College, and (ii) in form and substance acceptable to the County and College. The Contractor shall be solely responsible for the payment of all deductibles to which such policies are subject. The Contractor shall require any subcontractor hired in connection with the Agreement to carry insurance with the same limits and provisions required to be carried by the Contractor under the Agreement. (c ) Delivery; Coverage Change; No Inconsistent Action. Prior to the execution of the Agreement, copies of current certificates of insurance evidencing the insurance coverage required by the Agreement shall be delivered to the College. Not less than thirty (30) days prior to the date of any expiration or renewal of, or actual, proposed or threatened reduction or cancellation of coverage under, any insurance required hereunder, the Contractor shall provide written notice to the College of the same and deliver to the College renewal or replacement certificates of insurance. The Contractor shall cause all insurance to remain in full force and effect throughout the term of the Agreement and shall not take any action, or omit to take any action that would suspend or invalidate any of the required coverage’s. The failure of the Contractor to maintain Workers’ Compensation Insurance shall render the Agreement void and of no effect. The failure of the Contractor to maintain the other required coverage’s shall be deemed a material breach of the Agreement upon which the County or College reserves the right to consider the Agreement terminated as of the date of such failure. 39. INDEMNIFICATION; DEFENSE; COOPERATION (a) The Contractor shall be solely responsible for and shall indemnify and hold harmless the College, the County, their agents, officers or employees from and against any and all liabilities, losses, costs, expenses (including, without limitation, attorney’s fees and disbursements) and damages, arising out of or in connection with any acts or omissions of the Contractor or a Contractor Agent, regardless of whether due to negligence, fault, or default, including Losses in connection with any threatened investigation, litigation or other proceeding or preparing a defense to or prosecuting the same; provided, however, that the Contractor shall not be responsible for that portion, if any, of a Loss that is caused by the negligence of the College/County. (b) The Contractor shall, upon the County’s demand and at the County’s direction, promptly and diligently defend, at the Contractor’s own risk and expense, any and all suits, actions, or proceedings which may be brought or instituted against the College, the County, their agents, officers or employees for which the Contractor is responsible under this

paragraph, and, further to the Contractor’s indemnification obligations, the Contractor shall pay and satisfy any judgment, decree, loss or settlement in connection therewith. (c) The Contractor shall, and shall cause Contractor Agents to, cooperate with the County and the College in connection with the investigation, defense or prosecution of any action, suit or proceeding in connection with this Agreement, including the acts or omissions of the Contractor and/or a Contractor Agent in connection with this Agreement. (d) The provisions of this Section shall survive the termination of this Agreement. 40. ACCOUNTING PROCEDURES; RECORDS Vendor shall maintain and retain, for a period of six (6) years following the later of termination of or final payment under any Agreement awarded as a result of this bid, complete and accurate records, documents, accounts and other evidence, whether maintained electronically or manually, pertinent to performance under the Agreement. Records shall be maintained in accordance with Generally Accepted Accounting Principles. Such Records shall at all times be available for audit and inspection by the Comptroller, the College, any other governmental authority with jurisdiction over the provision of services hereunder and/or the payment therefore, and any of their duly designated representatives. The provisions of this Section shall survive the termination of the Agreement. 41. NO ARREARS OR DEFAULT Bidder hereby certifies that he is not in arrears to the College or County upon any debt or contract and is not in default as surety, contractor, or otherwise upon any obligation to the College or County, including any obligation to pay taxes to, or perform services for or on behalf of, the College or County. 42. LABOR LAWS and ANTIDISCRIMINATION Upon Vendor acceptance hereof, the Vendor agrees to comply with Article IX, Section 2 C of the Constitution of the State of New York, Section 220, 220a, 220b, 220d, 220e and 230 of the Labor Law, Section 5 and 12 of the Lien Law, article 2 of the Uniform Commercial Code, Sections 108 and 109 as well as Article 18 of Section 224.2 of the Nassau County Administrative Code, the provisions of the anti-Discrimination Order of Nassau County, and the Vendor shall keep himself fully informed of all additional municipal ordinances and regulations, State and National laws in any manner affecting this order and the goods or services delivered or rendered or to be delivered or rendered hereunder, and shall at all times observe and comply with said ordinances, laws and regulations at his sole cost and expense. 43. GUARANTEES BY BIDDER Bidder hereby guarantees: (a) To save the College/County, its agents and employees harmless from liability of any nature or kind for the use of any copyrighted or un-copyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in the performance hereof of which Bidder is not the Patentee, assignee or licensee, and to defend any action brought against the College/County in the name of the College/County and under the direction of the College/County Attorney at the sole cost of the Bidder or in the sole option of the Director to pay the cost of such defense to the College/County. (b) His products against defective material or workmanship and to repair or replace any damages or marring occasioned in transit. (c) To furnish protection from damage for all work and to repair damages of any kind, for which he or his workmen are responsible, to the building or equipment, to his own work or to the work of other vendors, or in the opinion of the Director to pay for the same by deductions in payment due under the Agreement. (d) To pay for all permits, licenses and fees and give all notices and comply with all laws, ordinances, rules and regulations of the city, village or town in which the installation is to be made, and of the County of Nassau and the State of New York. (e) To carry proper insurance in the opinion of the Director, and approved by the College or County Attorney to protect the College/County from loss in case of accident, fire and theft. (f) That he will keep himself fully informed of all municipal ordinances and regulations, state and national laws in any manner affecting the work or goods herein specified, and any extra work contracted for by him, and shall at all

Bid No. CY98-030512-1013

Proc.08.00 6 2/11

times observe and comply with said ordinances, laws and regulations, including all provisions of the Workers’ Compensation and Labor laws, and shall indemnify and save harmless the College and the Board of trustees, the County of Nassau and the Nassau County Legislature from loss and liability upon any and all claims on account of any physical injury to persons, including death, or damage to property and from all cost and expenses, suits which may be brought against the same on account of such injuries irrespective of the actual cost of the same and irrespective or whether the same shall have been due to the negligence of the Bidder or his agents. (g) That the items furnished shall conform to all the provisions of the bid and this warranty shall survive acceptance, or use of any material so furnished. (h) That all deliveries will not be inferior to the accepted bid sample. 44. ASSIGNMENT; AMENDMENT; WAIVER; SUBCONTRACTING (a) Any Agreement awarded as a result of this bid and the rights and obligations there under may not be in whole or part (i) assigned, transferred or disposed of, (ii) amended, (iii) waived, or (iv) subcontracted, without the prior written consent of the College, and any purported assignment, other disposal or modification without such prior written consent shall be null and void. The failure of a party to assert any of its rights under this Agreement, including the right to demand strict performance, shall not constitute a waiver of such rights. (b) It shall be a condition to the consent of the College to any assignment or subcontract that the entity to or with whom or which such assignment or subcontract is made agrees in writing that, except as provided in the following sentence with respect to amounts payable by the College, such entity shall be bound by the terms and conditions of the Agreement as though an original party hereto. Unless the action being approved is an assignment of every right and obligation of the Contractor under the Agreement (i) the Contractor shall remain responsible for the full performance of its obligations under the Agreement, and (ii) no amounts payable by the College under the Agreement shall be or become payable by the College to any Person other than the Contractor. 45. CONSENT TO JURISDICTION AND VENUE; GOVERNING LAW Unless otherwise specified in the Agreement awarded as a result of this bid or required by Law, all claims or actions with respect to the Agreement shall be resolved exclusively by a court of competent jurisdiction located in Nassau County in New York State and the parties expressly waive any objections to the same on any grounds, including venue and forum non convenience. Any Agreement awarded as a result of this bid is intended as a contract under, and shall be governed and construed in accordance with, the Laws of New York State, without regard to the conflict of laws provisions thereof. 46. COMPLIANCE WITH LAW (a) Generally. The Contractor shall comply with any and all applicable Federal, State and local Laws, including, but not limited to those relating to conflicts of interest, discrimination, and disclosure of information, in connection with its performance under any Agreement awarded as a result of this bid. In furtherance of the foregoing, the Contractor shall be bound by and shall comply with the terms of Appendices L and EE if included in this bid. (b) Records Access. The Successful Bidder hereby acknowledges and agrees that all records, information, and data acquired in connection with performance or administration of any Agreement awarded as a result of this bid shall be used and disclosed solely for the purpose of performance and administration of the contract or as required by Law. The Successful Bidder is hereby notified that Contractor Information in the College and/or County’s possession may be subject to disclosure under Section 87 of the New York State Public Officer’s Law. In the event that such a request for disclosure is made, the College and/or County shall make reasonable efforts to notify the Contractor of such request prior to disclosure of the Information so that the Contractor may take such action as it deems appropriate.

47. The College will not be responsible nor liable for any shipment or delivery of any materials, supplies, or equipment without its express written instructions or valid Agreement. 48. No agreements, changes, modifications or alterations shall be deemed effective nor shall the same be binding upon the College/County unless in writing and signed by the Director or his duly designated representative. 49. NEW YORK STATE RIGHT TO KNOW LAW AND “OSHA” “Pursuant to article 28, section 876 of the labor law of the State of New York, the County has mandated employer’s responsibility to provide notice to employees regarding toxic substances. To satisfy this mandated requirement, you are required to comply with all elements of this law. Some of the materials or substances on this bid may contain chemicals or contain toxic or hazardous ingredients. Therefore, the successful bidder will be required to submit and maintain, an accurate inventory of each chemical, or product containing hazardous ingredients, along with a corresponding “Material Safety Data Sheet” (MSDS) for each item on the inventory. These MSDS’s must be submitted to NCC no later than 30 business days prior to the proposed start/delivery date to ensure NCC has adequate time to review. For specific projects at NCC, there may be occasion in which NCC suggests alternative products (e.g. Less toxic substances, more environmentally friendly) to ensure the continued safety of the NCC community and surrounding environment. On specific projects, there may be occasion where NCC rejects the use of a proposed chemical or substance containing hazardous ingredients due to its toxicity or potential to cause harm to humans and/or the environment. While working at NCC, the successful bidder will be required to maintain an accurate inventory and ensure an MSDS is readily available for each item on the inventory at all times. NCC also reserves the right to request and review this inventory and any or all of the MSDS’s. All materials to be supplied pursuant to this bid. Failure to provide this information in accordance with the time frame outlined above may result in a delay in the commencement of work.

Bid No. CY98-030512-1013

Proc.08.00 7 2/11

Move Destination

Nassau Community College Life Sciences Building One Education Drive

Garden City, NY 11530

On-Campus Origins

Phase I H Building

M (Nassau Hall) V Building

C Cluster, Chemistry boxes

Phase II C Cluster D Cluster

Bid No. CY98-030512-1013

Proc.08.00 8 2/11

SCOPE of WORK

I. PROJECT OVERVIEW

Nassau Community College is seeking the services of a qualified Commercial Mover to relocate two on-campus departments to the new Life Sciences Building. The new Life Sciences Building is a two-story educational building, at approximately 75,000 square feet. The interior of the building includes laboratories, offices, classrooms, training rooms, and computer rooms.

On the west side of the building there is a receiving area. This area is the primary location to deliver the contents for the move. The building does not contain a freight elevator. Access to the Basement and Second floors for the relocation shall be made using the passenger elevator. There will be two phases to the relocation.

Phase I - Relocate the Nursing Department and some items from the Chemistry Department, slated for Tuesday, 5 June 2012

Phase II - Relocate the Chemistry Department, slated for Wednesday, 15 August 2012

Phase I: On 5 June 2012 The Nursing Department will vacate three buildings. Items will be relocated to the LSB Basement, Second Floor and predominantly to the Third Floor.

H Building: Headcount of 8 M Building: Headcount of 22 V Building: Headcount of 8 Current Headcount: 38

The Chemistry Department will relocate 300 boxes from C123 to the Basement. Phase II: On 15 August 2012 The Chemistry Department will vacate two buildings. Items will be relocated to the LSB Basement, and Second Floor.

C Cluster: Headcount of 18 D Cluster: Headcount of 3 Current Headcount: 21

For the current known inventory list of furniture and equipment per Origin to be relocated, refer to APPENDIX “A”.

Each department will shut-down the afternoon prior to the move date.

Each relocation phase will commence at 8:00AM and complete no later than 10:00PM. If this timeframe is unattainable, please state in your response the expected timeframe per day.

Bid No. CY98-030512-1013

Proc.08.00 9 2/11

II. RESPONSE TO BID Bid Response must include all of the information requested in the body of this bid and the following:

Number of Crews for the pre-move preparations; Straight Time work v. Over Time work; The number of trucks to be used for the move; If simultaneous loading can occur; The expected number of loads from each location; and Whether the move can successfully occur in business day.

The Contractor’s Bid Response should utilize the format provided prior to the Appendices. Additions can be made to the format. However, no deletions to the format should be made. The following Appendices are included with this document: Appendix A: Inventory of Furniture and Equipment to be Relocated Appendix B: Building Information, Floor Plans and From/To List Appendix EE: Equal Employment Opportunities for Minorities and Women Appendix L: Certificate of Compliance III. MOVE TYPE

This Scope of Work will consist of the following items: Included

From the Department Offices: Desktop Monitors, CPU’s, Data Equipment, IT Equipment, and Printers

o Information Technology will disconnect and disassemble the equipment for the mover to bag and tag.

o The mover shall bag the parts, tag the parts, relocate the computer, and place at the LSB designated location.

o The parts shall remain in the tagged bags until the IT department’s Academic Service Team verifies the delivery and empties the bags. This will ensure that the correct disassembled parts were delivered to the correct locations.

File cabinet contents (to be packed by the end user) Individual office or workstation files and binders (to be packed by the end user) Wastebaskets (small amount), and placed on site by the mover From the Chemistry Department: Various types of laboratory equipment Movers will pack items to be specified during walk through From the Nursing Department: Medical Equipment Notes:

Both Departments will have pre-packed cartons/boxes of various sizes. The contents of these pre-packed cartons/boxes are the responsibility of the departments. General industry standards for moving these cartons/boxes shall be upheld to limit breakage and loss.

Bid No. CY98-030512-1013

Proc.08.00 10 2/11

The selected mover should have available carpenters/technicians on their relocation team to assist with any disassembly or connection issues stemming from the move of the inventory.

Excluded

Leased Copiers and Leased Equipment From the Chemistry Department: Gas Tanks Chemicals Movers will not unpack the specified items that were packed.

APPENDIX “A” contains the known Inventory List of furniture and equipment per Department and Building. Clarifications of the Inventory List will occur during the On-Site Scope of Work walk through. IV. CONTRACTOR MOVE SERVICES

The Contractor shall provide all expert personnel, tools, supplies, labor materials and equipment necessary for the relocation services in all sections of this bid.

1. Expertise. The Contractor shall possess expertise in the orderly relocation of an academic facilities including, but not limited to: carton moves, office contents, specialty equipment, and medical equipment.

2. Safety Requirements. The Contractor is responsible for ensuring the safety of their personnel. It is a requirement for this project that all company personnel wear protective footwear (no sneakers), long pants (not long shorts), and shirts with at least short sleeves (no muscle shirts) during pre-move, the entire move, and post-move.

All personnel working in the trucks or out on the street going to and from the trucks must wear a reflective vest. This will help other vehicles recognize the presence of your company personnel. Furthermore, Contractor must place traffic cones around the perimeter of the truck during loading/unloading.

If saw cutting or other tools are used, personnel must wear safety glasses.

3. Safety Awareness. The Nassau Community College Campus contains pathways that are wide enough to accommodate most trucks. In the event that the pathways are utilized, the Contractor must commit to being cautious to prevent pedestrian accidents. It is recommended that one member of the crew, wearing a reflective vest, warn pedestrians of the pending movement of the trucks as it proceeds forward or moves in reverse.

4. Furnishing Materials. The Contractor shall provide the appropriate number of commercial cartons, book carts, equipment carts, packing materials, bubble-wrap, news stock, commercial bins, tape, moving tags (that shall not leave residue), placards, “blue” painters tape (that shall not leave a residue or surface damage) and other special packing materials as may be required to properly accomplish the services herein. All material must be in new condition, including bins.

If the Contractor provides used material, such as bins, then the cost per item shall be less than if purchasing new.

Material quantities and unit cost must be included in the bid response. Materials from the Phase I Relocation may re-used to be cost efficient for the Phase II Relocation. However, the College will not pay for used materials as “new”.

Bid No. CY98-030512-1013

Proc.08.00 11 2/11

5. Delivering Materials. New commercial cartons and packing material shall be provided to the Points of Origin at least fourteen (14) business days prior to the scheduled move start as stated in the Project Scope of Work. Drop points shall be coordinated with the Relocation Manager. For areas that require extensive advanced packing by end-users, the Contractor shall provide the cartons upon request to the Point of Origin. Assume that along with the carton delivery, the Contractor will be required to furnish commercial cartons and packing materials, including tape.

6. Removal of Commercial Cartons and Packing Materials. The Contractor will be required to remove unpacked/flattened commercial cartons from the LSB for a period of five (5) business days following the relocation. Specific areas will be designated for the end-users to place the unpacked/flattened commercial cartons.

7. Building Protection. Prior to protecting the buildings, a walk through will occur with the Relocation Manager, the Relocation Liaisons and Contractor’s Representative. Existing damages will be noted. Any damages that occur from the building protection placed by the Commercial Move Contractor (i.e. tape removal) or from the move itself will be recognizable for repair by the Commercial Move Contractor.

It is the responsibility of the Contractor to properly protect both the Points of Origin and the Destination Point. Building Protection shall be provided and set in place prior to the commencement of the moves at both the Points of Origin and the Destination Point. Installation of Building Protection shall be coordinated with the Relocation Manager. Building Protection materials shall include but not be limited to corrugated corner guards for doors and doorframes, corrugated wall protection and glass door protection, blankets and cardboard for elevators, masonite boarding throughout main traffic areas, main lobbies and elevator lobbies. It is imperative that all surfaces be properly protected to eliminate fees for damages incurred by the move. Refer to Appendix B, Building Data page.

At a minimum, the Contractor will adhere to the following:

a. All floors along the move route, including all corridors and interior aisles, halls and any carpeted areas exposed to moving activity shall be protected by approved material (Masonite or carpet mask) and put into place by the Contractor. All uncarpeted floors exposed to moving shall be protected by ¼” Masonite sections or approved alternate material furnished and put in place by the Contractor. All material placed on the floor shall be secured together to prevent sliding.

b. Columns, walls, corners, doors and doorframes along the move routes shall be protected by corrugated cardboard and/or corner protectors provided and put in place by the Contractor.

c. The Contractor shall provide and put in place protective padding for all elevators that will be used by the Contractor, if the building does not provide it. The Contractor shall assure that weight capacities of all elevators used by its personnel during the move process shall not be exceeded.

8. Removal of Building Protection. The Contractor is responsible for gathering and removing all building protection materials from the Points of Origin after the last item is moved out on the day of the relocation. Coordination of this work shall occur as soon as the space is determined by the Relocation Manager to be completely vacated.

At the LSB, the Contractor shall coordinate the removal of the building protection with the Relocation Manager prior to “DAY 1” of the relocation. Some areas may remain protected for the Phase II relocation. This will be discussed further, and will based on the occupancy of the building.

The Contractor will properly dispose of the building protection trash using their own means for removal from the sites. NCC dumpsters or containers shall not be used.

Bid No. CY98-030512-1013

Proc.08.00 12 2/11

9. Protection and Reparation. The Contractor shall take every necessary precaution by means of packaging and padding to safeguard all equipment and property from damage. The Contractor shall replace, repair or reimburse the College for damage and loss that occurs during the moving process as determined by the Relocation Manager.

Prior to packing, the Contractor must notify the Relocation Manager immediately upon identifying damaged property. The Contractor must prepare a “Pre-Move Property Damage List” of all items that were identified as damaged prior to packing. The list must be reviewed and signed by the Relocation Manager for concurrence. If this procedure is not followed, the Contractor is responsible for the damaged item(s).

10. Relocation of Existing Contents. The Contractor shall be responsible for relocating to the LSB all, but not limited to, the equipment, a small amount of furniture and contents as listed in the APPENDIX “A” and as identified during the Walk Through, to be determined at time of award.

11. Content Quantity Fluctuation. During the period of this Contract, the quantities during the relocation may be increased and/or decreased by ten percent (10%). The total proposal price must provide for this variance.

The Contractor shall be responsible for determining the quantities of office, storage area and laboratory contents that will be relocated by the Contractor. The Contractor’s failure to estimate quantities correctly will not be grounds for an increase in the Contractor’s price.

12. Preparation of FF&E for Relocation. The Contractor shall be responsible for disassembly, transport and re-assembly at the Point of Origin (s), any furniture, table, equipment and any other item that is determined by the Relocation Manager. Specialty Equipment will be identified by the end user for disassembly/re-assembly by a specialized vendor. Refer to APPENDIX “A”.

13. Leased Equipment. All leased equipment will be excluded from this contract. The appropriate leasing company or a designated substitute will either permanently remove the equipment from the Point of Origin or relocate it to the LSB.

14. Sensitive Equipment. All electronic and sensitive equipment identified by the College to be relocated shall be moved by the Contractor in an upright position unless otherwise specified by the Relocation Manager or the IT Manager. Disconnection and disassembly of the electronic equipment will be the responsibility of the IT Department. The Contractor shall provide blanket wraps and plastic shrink-wrap for electronic equipment. The Contractor will, under the direction of the IT Manager, prepare and protect the equipment. The equipment shall not be stacked during any phase of the relocation. The Contractor must protect all equipment from inclement weather at all times. The Contractor shall be responsible for only moving and not unpacking the aforementioned equipment to its proper location(s) at the destination location. Re-assembly and re-installation of this equipment will be the responsibility of the IT Department.

15. Post Award Meeting. The Contractor is required to attend a post award meeting at a location and time to be specified by the Relocation Manager to review specific requirements and special situations pertaining to the project.

16. Coordination Meetings. The Contractor is required to attend move coordination meetings to be held during the contract performance period. Attendance is also required at meetings (i.e. Department meetings, liaison meetings) as needed.

Bid No. CY98-030512-1013

Proc.08.00 13 2/11

17. Help Desk Support. The Contractor shall provide labor to assist the Team by providing Help Desk Support, two (2) movers. The Help Desk will be open on “DAY 1” following each the relocation. The Contractor’s staff shall assist as requested. Likely duties include clearing cartons, shifting cartons, assisting end users with locating items or cartons.

Help Desk Support will be needed on 6 June for a period of eight (8) hours and on 16 August for a period of eight (8) hours. Identify in your bid if the support for the Help Desk will utilize the same labor as requested in Section IV.6 (Removal of Commercial Cartons and Packing Materials) as above.

V. CONTRACTOR PERSONNEL

The Contractor shall provide a full-time manager and all other management and support staff required to successfully accomplish the requirements within this Scope of Work. The manager must be available and responsive to the Relocation Team during the pre-move activities. The Contractor shall have sufficient supervisory personnel on site during all move activity to accomplish scheduled activities in a professional manner.

Contractor’s Manager

1. Experience. The Contractor must provide the manager’s resume within its proposal and meet with the Relocation Manager prior to award. The manager must have a minimum of at least five (5) years experience on projects similar in scope, complexity and size as referenced in this Scope of Work.

2. Team Coordination. The Contractor’s manager will be working directly with the Relocation Manager and the Relocation Liaisons. When in doubt, the Contractor must seek the approval of the Relocation Manager.

3. Responsibilities. The Relocation Manager will have overall responsibility for all pre-move activities, move activities, and all post-move activities for this contract. The Contractor’s manager will be the principal point of contact for all matters related to this Scope of Work and will execute the pre-move, move, and post-move activities with the Relocation Manager.

The Contractor’s manager must have the authority to act and commit the Contractor in all situations. Therefore, if the Relocation Manager and the Contractor’s manager resolve an immediate issue that will require a change order to the contract, the Contractor’s manager must be willing to accept the approval from the Relocation Manager based on her integrity and/or the Contractor’s manager must immediately supply a written statement of the agreement for pricing based on original prices bid, provided that the cost of such services do not or are not expected to exceed the statutory limit of $20,000.00.

4. Presence. The Contractor’s manager must be present during all portions of the Contractor’s work. The Contractor’s manager must manage their personnel and enforce the safety requirements stated above.

5. Meetings. The Contractor’s manager shall be required to attend all planning and progress meetings with the Relocation Manager as required. This will include the initial Post Award Meeting, Coordination Meetings and Department Meetings.

6. Assignment. The Contractor’s manager must remain assigned to the contract for its duration. The Contractor’s manager shall not be replaced without the written consent of the Relocation Manager. In the event the Contractor’s manager must be replaced, the Contractor must provide the Relocation Manager with 14 day written notice along with the resume of the proposed replacement. The outgoing Contractor’s manager and the replacement manager must work together to fully communicate the

Bid No. CY98-030512-1013

Proc.08.00 14 2/11

scope of the work. The Relocation Manager reserves the right to reject the proposed replacement or to require assignment of another replacement at any time during the term of the contract. The 14 day requirement does not apply if the College requests that the Contractor’s manager be replaced.

Contractor’s Staff

1. Staffing. The Contractor shall provide sufficient numbers of additional staff including, but not limited to Supervisors, Moving Crews, Carpenters/Technicians and Truck Drivers. All staff shall be dressed appropriately and be professional in manner. The Contractor’s staff should wear an item of clothing to identify their company affiliation. Refer to “Section IV.2 Safety Requirements” for additional information.

One area can be designated at the LSB, with the approval of the Relocation Manager, as a location for meals. Otherwise, eating and drinking (excluding water) will be prohibited in the LSB.

VI. CONTRACTOR’S EQUIPMENT

1. Vehicles. The Contractor shall provide a sufficient number of trucks to complete the scope of work as scheduled. The Contractor shall be prepared to simultaneously load trucks at multiple origins for the relocation. The size and type of the trucks utilized must be based on the loading area requirements per Point of Origin buildings. It is the Contractors responsibility to verify the loading area information provided in APPENDIX “B”. All Contractor vehicles must be fully-insured and have current New York State vehicle inspection stickers.

2. Materials. The Contractor shall provide all materials necessary for successful relocations. The materials shall include, but not be limited to those items specified in Section IV.4 and moving vans, cradles, A-frames, safe jacks, dollies, and protective packing material plastic wrap. All pre-move materials will be subject to visual inspection by College representatives.

3. Equipment. All furnished equipment (dollies, handcarts, jacks, commercial bins, equipment carts) used by the Contractor must be functional. All dollies and handcarts must be greased and oil free. All wheels on all equipment must be rubber.

VII. BACK-UP REQUIREMENT

1. Alternative Transportation. The Contractor shall have available and provide back-up lift gate trucks, moving vans and employees to accommodate the scheduled move. In the event of mechanical difficulties, the Contractor shall provide the back-up crew (s) on-site within thirty (30) minutes after notification to the Relocation Manager. The cost for the back-up transportation shall be included in the bid price and will not be sited as an additional cost to the College.

VIII. SCHEDULE

The Contractor must confirm all relocation dates on the Schedule one week prior to the scheduled move. Delivery of supplies and preparations for the actual move will be discussed and agreed upon prior to the actions occurring.

The Departments have determined that the shut-down time will be on the day prior to the day of the relocations.

All contents must be relocated to the destination on the same day that the contents were loaded onto the trucks.

“DAY 1” refers to the first business day following the relocation.

Bid No. CY98-030512-1013

Proc.08.00 15 2/11

RELOCATION 5 June 2012 Nursing

DAY 1 6 June 2012

15 August 2012 Chemistry

DAY 1 16 August 2012

ELEVATOR SCHEDULE

The planning and scheduling of elevator usage will be coordinated with the Relocation Manager and the College at the Points of Origin. The LSB elevator will be operated by the Commercial Move Contractor.

Mechanical failure of the elevators will be attended to by the College and their elevator operators. In the event of a mechanical failure, the Contractor must utilize the hourly rates stated in the bid response for labor and trucks.

No additional up-charge to the hourly rates will be accepted as part of the contract modification.

LOADING AREA SCHEDULE and ACCESS The planning and scheduling of loading areas shall be coordinated with the Relocation Manager and the College at the Points of Origins and the LSB.

Please inspect the surroundings prior to your bid response.

IX. SITE COORDINATION AND PREPARATION

1. Access/Regulations. The Contractor shall be responsible for coordinating with the Relocation Manager for access to the necessary buildings. The Contractor shall be responsible for abiding by all building regulations pertaining to access at the Points of Origin and the LSB.

2. Site Accessibility. Prepping for the protection of the spaces may occur prior to the relocation date, depending on the department’s status. Assume for the purpose of bidding that access for the physical move will be granted in the morning of the relocations. Assume a move start time of 8:00 a.m. at the Origins. Trucks and materials can be off-loaded prior to 8:00 a.m.

3. Freight Elevator, Stairs and Loading Area Accessibility. The Contractor will have access to the freight elevators, stairs and loading docks as per the Building Data located in APPENDIX “B”. This access shall be exclusive and must be coordinated with the Relocation Manager and the College.

All move activity shall be performed through designated entrances at the existing buildings and the new building. All deliveries will come through each the building’s loading area and via the freight elevator or stairs where freight elevators are unavailable.

4. Site Limitations. At some locations, staging areas and access to the elevators for the moving equipment may be limited. The Contractor must consider all limitations during the planning stages and must coordinate appropriately with the Relocation Manager.

5. Pre-Site/Post-Site Inspection. Prior to commencement of any move activity the Contractor and the Relocation Manager shall inspect each work area included in the upcoming move’s activity and jointly note existing conditions and damages in each area. The Contractor shall prepare the list of findings and damages and provide it to the Relocation Manager within one (1) calendar day after the inspection is performed.

Bid No. CY98-030512-1013

Proc.08.00 16 2/11

Following the completion of each move activity, each work area shall be jointly re-inspected. The Contractor shall repair or reimburse the College for damage and loss that occurs during the moving process.

6. Placarding. The Relocation Manager will be responsible for coordinating a logical numbering sequence at both the origins and the LSB, as well as providing a detailed “From/To” document. The Contractor is obligated to use the numbering sequence as specified by the Relocation Manager and the College.

The Contractor will then establish a coordinated system of documenting all locations with temporary signage. The Contractor shall provide placards and color coded directional placards for the move. These placards will be located at the various locations on the floor. Color coded placards must coincide with the color of the label on commercial cartons and other items to be moved. The Contractor will hang the placards with an approved method of adhesive and be responsible for removing the placards and any residue immediately after the relocation.

7. Floor Plan Posting. Floor plans of the LSB will be available for use by the Contractor. The Contractor shall be responsible for posting diagrams/floor plans 48 hours prior to each move phase.

X. PRE-MOVE PLANNING

1. Verification of Sites. Prior to performing any moving services, the Contractor shall verify and review all applicable site considerations, especially loading areas, overhead door clearances, code compliance requirements, street regulations and any other pertinent information for a successful move. Refer to the Building Data located in APPENDIX “B”.

2. Familiarization of Sites. Prior to execution of the move, the Contractor shall review the floor plans (if available) including an on-site verification, to ensure that proper quantities of building protection materials are ordered, delivered and installed to protect against damage.

It is unacceptable to be unprepared and without the necessary materials. “Running Out” of materials will cause a hold and wait until the materials are obtained and placed to the satisfaction of the Relocation Manager. Any damages sustained due to lack of materials will be deducted from the payment.

XI. REQUIREMENTS

1. Schedule Modifications. The move is scheduled to begin as detailed in the Schedule (Section VIII). Completion of each move activity shall be in accordance with the Schedule.

2. Inclement Weather. In the event that inclement weather prohibits the move from commencing or interrupts an active move, the Contractor shall resume moving activities as soon as possible and shall work, uninterrupted if required, to ensure timely completion. If additional employees are necessary or overtime is required to meet the Day 1 deadlines, this will be at the expense of the Contractor.

3. Maximum Productivity. The Contractor acknowledges that time is of essence. The Contractor shall plan and perform all move activities to minimally impact the on-going operations of the College. The Relocation Manager will advise the Contractor of potential site coordination issues.

4. Daily Debris and Material Removal. The Contractor must keep all Points of Origins and the LSB site orderly and clean. Miscellaneous debris must be removed daily from the Points of Origin and the LSB site. Disposal must be done in a lawful manner by the Contractor at it’s expense. The Contractor shall not be allowed to use any of the building’s dumpsters for the disposal of any moving trash or debris. The Contractor must coordinate with the College for the locations to place containers, if needed.

Bid No. CY98-030512-1013

Proc.08.00 17 2/11

5. Placement of Relocated Items. The Contractor’s Manager and Contractor supervisory personnel shall be responsible for ensuring relocated items are placed in new locations in accordance with the Pre-Move planning. All items must be placed neatly and correctly in workplaces, file, storage, and other rooms. Workstations, offices and corridors must be free from obstacles and left in a safe acceptable condition.

a) No items may be placed on work surfaces unless otherwise instructed.

b) With the exception of cartons containing any electronic, computer or leased equipment, all other cartons may be stacked two-high with the labels facing out.

c) Cartons may be placed under desks and other work surfaces as long as they do not impede access to electrical or communication receptacles.

d) Cartons and other items shall not be placed in front of file drawers or shelving units in such a way as to prohibit personnel from opening or accessing the furniture.

e) The Contractor’s Manager, supervisors and crews shall make adjustments as required to ensure contents have been properly relocated and placed properly in accordance with the plan.

XII. POST-MOVE SERVICES

1. Walkthrough. After the move (afternoon, or evening), the Contractor’s Manager shall participate in a walk through conducted by the Relocation Manager and the End User Liaison.

2. Scope of Work Punch List. Upon completion of the moves, the Contractor, and the Relocation Manager shall conduct a complete inspection of the work from which a post-move punch list will be developed. The Relocation Manager will provide a punch list to the Contractor within five (5) business days of the completion of the joint inspection. The Contractor will review and address each item on the list within 24 hours of its receipt and shall provide the Relocation Manager with a written schedule of when each item will be corrected. However, each item must be corrected before any payment for that move will be made by the College. The Contractor shall correct all deficiencies on the punch list within two (2) business days unless otherwise agreed by the College.

3. Damages. Following the completion of the move, each work area shall be jointly re-inspected and Contractor-caused damage, if any, will be documented on the punch list. The Contractor shall repair or replace all damages to match the existing. The replacement and/or repair must be completed satisfactorily before any payment is made by the College. In the event of any failure to repair or replace the damage within the time frame listed below, the College has the right to withhold the final payment until the damage has been satisfactorily corrected. If the College contracts with another company to repair or replace the damage, the amount equal to that contract will be deducted from any partial payment and/or final payment.

a. The Contractor shall arrange for competent mechanics (repairmen, furniture refinisher, etc.) to repair furniture, walls or any other item that is damaged by the Contractor during the move. Within 48 hours of notification by the College of the damages, the item shall be repaired.

4. Clean State. Ensure that move routes and other areas affected by the move will be left in a clean state. The Contractor will review each location with the Relocation Manager prior to final completion of the move. Refer to Section XI.4, regarding debris and material removal.

Bid No. CY98-030512-1013

Proc.08.00 18 2/11

5. Post-Move Services. The Contractor shall provide a post-move crew, which will consist of, at a minimum, a supervisor and two (2) employees, and all necessary equipment to conduct post-move services. The Contractor shall provide the post-move crew on the first day following the completion of each move. Post-move services will include, but are not limited to, adjusting free standing furniture and removal of packing cartons from the LSB. This labor can be rolled into the Help Desk labor, provided there is sufficient labor.

6. Completion. Final “sign-off” of the entire move project will occur when every item on the punch list has been completed and all damages as a result of the Contractor’s work are repaired or replaced and such work has been accepted by the Relocation Manager and the College.

XIII. SECURITY

The Contractor shall be held to all building rules and regulations pertaining to security.

A. Building Access 1. The Contractor shall submit to the Relocation Manager a list of all employees expected to

be working on this contract three (3) days prior to the scheduled move and relinquishment work.

2. Building passes shall be worn at all times when inside an NCC Building.

RELOCATION TEAM Moving Services for the Relocation of the Nursing and Chemistry Departments RELOCATION MANAGER: Loren Roller Schnitzer Jacobs Global Buildings North America 70 Wood Avenue South, 4th Floor Iselin, NJ 08830 917.559.3151 (Cell) E-mail: [email protected] PROCUREMENT CONTACT: Gary Rothermel Nassau Community College One Education Drive Garden City, NY 11530 516.572.7690 E-mail: [email protected] CONSTRUCTION PM: Anthony Delgado Jacobs Field Office at LSB 917.373.2794 (Cell) E-mail: [email protected] CONSTRUCTION APM: Scott Brugge Jacobs Field Office at LSB 646.306.4947 (Cell) E-Mail: [email protected]

Bid No. CY98-030512-1013

Proc.08.00 19 2/11

SITE VISIT AND BIDDER’S CLARIFICATION QUESTIONS

A site visit is scheduled for February 22, 2012 at 1:00 p.m. Bidders must represent and warrant that they have sufficient knowledge of the site and premises upon which the services are to be provided hereunder and that they have informed themselves of all existing conditions affecting the Life Sciences Building Relocation Commercial Move. Failure of the bidder to thoroughly acquaint themselves with the site and local conditions shall not relieve them of their responsibilities and shall not entitle them to any claim for extras. The site visit is scheduled as follows:

The site visit will be on February 22, 2012 at 1:00 pm, at Nassau Community College, Garden City, New York. Bidders are to park on-site at the Life Science Building parking lot (see attached). Bidders can contact Anthony Delgado at 917.373.2794 for information regarding the site visit. Driving Direction: Nassau Community College's 225-acre campus is located in central Nassau County and is easily reached from Meadowbrook Parkway (Exits M3) from entrances on Stewart Avenue. Take L.I.E. to Glen Cove Road (a.k.a. Guinea Woods Road) south. take Glen Cove Road south to Stewart Ave. (it is the next intersection after Old Country Rd.) and make a left. Take Stewart Ave. east to Endo Blvd. (You will see a law office on the right.). Make a right onto Endo Blvd. At the end of Endo Blvd., NCC will be directly in front of you.

I, _____________________________________________ agent for __________________________________________

Signature & Title Company Name (Bidder)

certify that I have sufficient knowledge of the site and premises upon which the services are to be provided regarding this particular bid and have a full understanding of all existing conditions affecting the Life Sciences Building Relocation Commercial Move.

(_________________________________________________________________________________)

clearly print name of signatory person and title

BIDDERS MUST SUBMIT ANY QUESTIONS THEY MAY HAVE CLARIFYING BID SPECIFICATIONS IN WRITING TO THE NCC PROCUREMENT DEPARTMENT BY THE CLOSE OF BUSINESS ON FEBRUARY 24, 2012 BY E-MAIL AT: PROCUREMENT @NCC.EDU.

Bid No. CY98-030512-1013

Proc.08.00 20 2/11

QUALIFICATION STATEMENT Bidder's Name__________________________________________________________________________________________________________ Address_________________________________________________________________________________________________________________ 1. State whether: Corporation______________ Individual______________ Partnership_______________ 2. If a Corporation or Partnership, list name(s) and address(es) of officer(s) or member(s):

President ________________________________________________________________________________________________ ________________________________________________________________________________________________

Vice President _________________________________________________________________________________________________ _________________________________________________________________________________________________

Secretary _________________________________________________________________________________________________ _________________________________________________________________________________________________

Treasurer ________________________________________________________________________________________________

_________________________________________________________________________________________________

3. Have you filed a Qualification Statement with the College or County of Nassau? ___________ If so when? ______________ 4. How many years has your organization been in business under your present business name? ________________________ 5. Have you, or your firm, ever failed to complete any work awarded to you? ____________________________________________ If so, where and why? ___________________________________________________________________________________________________ _________________________________________________________________________________________________________________________

6. How many and what type of vehicles does your firm own? _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ ___________ _____________ 7. What vehicles would your firm have to rent in order to complete this project? ________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________

Bid No. CY98-030512-1013

Proc.08.00 21 2/11

8. What is the experience of the principal individuals of your organization relating to the subject of this bid? Individuals' Present Years Of Magnitude and In What Name Position Experience Type of Work Capacity ________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ 9. The contract, if awarded to you or your firm, will have the personal supervision of whom? Give name and present position. _________________________________________________________________________________________________________________________ 10. How many fulltime employees does your firm have? ___________________________________________________________________________________________________________ 11. In what manner have you inspected this proposed work? Explain in detail. ________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ 12. List the projects which your firm has under contract or has performed in the past few years that will qualify you for this bid: Type of Work Date Performed Approx. Contract Amount Name/Address/Telephone # of Contact ___________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________

________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________

Use separate page if additional space is needed.

Bid No. CY98-030512-1013

Proc.08.00 22 2/11

REFERENCES REFERENCE NUMBER 1 (Five required) A. Firm name and address:

__________________________________________________________________________________ __________________________________________________________________________________ B. Number of year’s Contractor has performed services for this organization: __________________________________________________________________________________ C. Dates contracts were in effect: __________________________________________________________________________________ D. Total dollar amount for each contract: __________________________________________________________________________________ E. Job description and locations: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ F. Contact person and title: __________________________________________________________________________________ G. Telephone number (Telephone number must be current or reference will be ignored.): __________________________________________________________________________________ H. If location where services were performed is different from above address, please indicate location

where services were performed: __________________________________________________________________________________ __________________________________________________________________________________

Bid No. CY98-030512-1013

Proc.08.00 23 2/11

REFERENCE NUMBER 2 (Five required) A. Firm name and address:

__________________________________________________________________________________ __________________________________________________________________________________ B. Number of years Contractor has performed services for this organization: __________________________________________________________________________________ C. Dates contracts were in effect: __________________________________________________________________________________ D. Total dollar amount for each contract: __________________________________________________________________________________ E. Job description and locations: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ F. Contact person and title: __________________________________________________________________________________ G. Telephone number (Telephone number must be current or reference will be ignored.): __________________________________________________________________________________ H. If location where services were performed is different from above address, please indicate location

where services were performed: __________________________________________________________________________________ __________________________________________________________________________________

Bid No. CY98-030512-1013

Proc.08.00 24 2/11

REFERENCE NUMBER 3 (Five required) A. Firm name and address:

__________________________________________________________________________________ __________________________________________________________________________________ B. Number of years Contractor has performed services for this organization: __________________________________________________________________________________ C. Dates contracts were in effect: __________________________________________________________________________________ D. Total dollar amount for each contract: __________________________________________________________________________________ E. Job description and locations: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ F. Contact person and title: __________________________________________________________________________________ G. Telephone number (Telephone number must be current or reference will be ignored.): __________________________________________________________________________________ H. If location where services were performed is different from above address, please indicate location

where services were performed: __________________________________________________________________________________ __________________________________________________________________________________

Bid No. CY98-030512-1013

Proc.08.00 25 2/11

REFERENCE NUMBER 4 (Five required) A. Firm name and address:

__________________________________________________________________________________ __________________________________________________________________________________ B. Number of years Contractor has performed services for this organization: __________________________________________________________________________________ C. Dates contracts were in effect: __________________________________________________________________________________ D. Total dollar amount for each contract: __________________________________________________________________________________ E. Job description and locations: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ F. Contact person and title: __________________________________________________________________________________ G. Telephone number (Telephone number must be current or reference will be ignored.): __________________________________________________________________________________ H. If location where services were performed is different from above address, please indicate location

where services were performed: __________________________________________________________________________________ __________________________________________________________________________________

Bid No. CY98-030512-1013

Proc.08.00 26 2/11

REFERENCE NUMBER 5 (Five required) A. Firm name and address:

__________________________________________________________________________________ __________________________________________________________________________________ B. Number of year’s Contractor has performed services for this organization: __________________________________________________________________________________ C. Dates contracts were in effect: __________________________________________________________________________________ D. Total dollar amount for each contract: __________________________________________________________________________________ E. Job description and locations: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ F. Contact person and title: __________________________________________________________________________________ G. Telephone number (Telephone number must be current or reference will be ignored.): __________________________________________________________________________________ H. If location where services were performed is different from above address, please indicate location

where services were performed: __________________________________________________________________________________ __________________________________________________________________________________

BID RESPONSE FORMNCC RELOCATION to LSB

1 Education Drive, Garden City, NY 11530

NCC Mover Bid Response.xls 1 of 2

EXTENDEDPH 1 - NURSING RELOCATION from H Building QTY/HRS COST COMMENTS / EXPLANATION

Estimated Time Frame for PrepEstimated Time Frame for Physical Move

Labor (Breakout on Attached Sheet)Materials (Breakout on Attached Sheet)

Truck LoadsTOTAL $0.00

EXTENDEDPH 1 - NURSING RELOCATION from M Building QTY/HRS COST COMMENTS / EXPLANATION

Estimated Time Frame for PrepEstimated Time Frame for Physical Move

Labor (Breakout on Attached Sheet)Materials (Breakout on Attached Sheet)

Truck LoadsTOTAL $0.00

EXTENDEDPH 1 - NURSING RELOCATION from M Building QTY/HRS COST COMMENTS / EXPLANATION

Estimated Time Frame for PrepEstimated Time Frame for Physical Move

Labor (Breakout on Attached Sheet)Materials (Breakout on Attached Sheet)

Truck Loads

TOTAL $0.00

EXTENDEDPH I - CHEMISTRY BOX RELO from C Cluster QTY/HRS COST COMMENTS / EXPLANATION

Estimated Time Frame for PrepEstimated Time Frame for Physical Move

Labor (Breakout on Attached Sheet)Materials (Breakout on Attached Sheet)

Truck Loads

TOTAL $0.00

EXTENDEDPHASE I - DAY "1" Labor QTY/HRS COST COMMENTS / EXPLANATION

Labor on 6 June (Refer to Section IV.17) TOTAL $0.00

BID RESPONSE FORMNCC RELOCATION to LSB

1 Education Drive, Garden City, NY 11530

NCC Mover Bid Response.xls 2 of 2

PHASE II - CHEMISTRY RELOCATION from C Cluster QTY/HRS

EXTENDEND COST COMMENTS / EXPLANATION

Estimated Time Frame for PrepEstimated Time Frame for Physical Move

Labor (Breakout on Attached Sheet)Materials (Breakout on Attached Sheet)

Truck Loads

TOTAL $0.00

PHASE II - CHEMISTRY RELOCATION from D Cluster QTY/HRS

EXTENDED COST COMMENTS / EXPLANATION

Estimated Time Frame for PrepEstimated Time Frame for Physical Move

Labor (Breakout on Attached Sheet)Materials (Breakout on Attached Sheet)

Truck Loads

TOTAL $0.00

EXTENDEDPHASE II - DAY "1" Labor QTY/HRS COST COMMENTS / EXPLANATION

Labor on 16 August (Refer to Section IV.17) TOTAL $0.00

GRAND TOTAL $0.00

STATEMENTPlease provide your signature below to acknowledge that you have completely read and agree to the terms and scope of this RFP, including the Safety Requirements.

Signature Date

LABOR BREAKOUT forNCC RELOCATION to the LSB

NCC Mover Bid Response.xls 1 of 1

HOURLY HOURLY LABORSTRAIGHT OVER UNION MINIMUM

LABOR TIME RATE TIME RATE Y or N HOURSList All Labor Positions and Rates

Move ManagerMovers/On-Site Labor

DriverCarpenter

QTY of EXTENDEDPHASE I RELOCATIONS HRS COST

Move Project ManagerMovers/On-Site Labor

DriverCarpenter

TOTAL $0.00

QTY of EXTENDEDPHASE II RELOCATIONS HRS COST

Move Project ManagerMovers/On-Site Labor

DriverCarpenter

TOTAL $0.00

MATERIAL BREAKOUT for NCC RELOCATION to the LSB

NCC Mover Bid Response.xls 1 of 1

AMT per UNIT EXTENDEDMATERIALS QTY UNIT COST COST

List All Potential Materials (New/Used)

PH I - NURSING H BUILDINGList all Material

TOTAL

PH I - NURSING M BUILDINGList all Material

TOTAL

PH I - NURSING V BUILDINGList all Material

TOTALPH I - CHEMISTRY C CLUSTER (Bxs)

List all Material

TOTAL

PH II - CHEMISTRY C CLUSTERList all Material

TOTAL

PH II - CHEMISTRY D CLUSTERList all Material

TOTAL

LSB PROTECTIONList all Material

TOTAL

GRAND TOTAL $0.00

* Expand this worksheet as necessary. Modify cells as necessary to capture totals.Material Examples:

Commercial Cartons, Commercial Bins, Bubble WrapKoroflex, Corner GuardsComputer Keyboard Bags, Monitor BagsBlue Tape, Duct Tape

TRUCK BREAKOUT for NCC RELOCATION to the LSB

NCC Mover Bid Response.xls 1 of 1

HRLY MINIMUMTRUCK COST RATE HRLY USE

Vehicle TypeStraight Truck

TrailerVan

TRUCK LOADS (ESTIMATED) QTY UNIT EXTENDED

RelocationPHASE I

From H BuildingFrom M BuildingFrom V BuildingFrom C Cluster

PHASE IIFrom C ClusterFrom D Cluster

* The Move Contractor is responsible for inspection of the sites to ensurethat the proper vehicles and equipment are identified for the relocation of all items.Substitutions are the responsibility of the Move Contractor, at no additionalcost to Nassau Community College.

APPENDIX A

INVENTORY OF FURNITURE

AND

EQUIPMENT TO BE RELOCATED

- Chemistry Department Equipment Identification - Nursing Department Equipment Identification

- NCC Technology Inventory Summary

APPENDIX B

BUILDING INFORMATION

- NCC Building Data - LSB Floor Plans

- NCC “From” Floor Plans - NCC Relocation Map

- NCC From/To List

APPENDIX EE

EQUAL EMPLOYMENT OPPORTUNITIES

FOR MINORITIES AND WOMEN

APPENDIX EE

EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOMEN The provisions of this Appendix EE are hereby made a part of the document to which it is attached.

The Contractor shall comply with all federal, State and local statutory and constitutional anti-discrimination provisions. In addition, Local Law No. 14-2002, entitled “Participation by Minority Group Members and Women in Nassau County Contracts,” governs all County Contracts as defined by such title and solicitations for bids or proposals for County Contracts. In accordance with Local Law 14-2002: (a) The Contractor shall not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status in recruitment, employment, job assignments, promotions, upgrading, demotions, transfers, layoffs, terminations, and rates of pay or other forms of compensation. The Contractor will undertake or continue existing programs related to recruitment, employment, job assignments, promotions, upgrading, transfers, and rates of pay or other forms of compensation to ensure that minority group members and women are afforded equal employment opportunities without discrimination.

(b) At the request of the County contracting agency, the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, union, or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability, or marital status and that such employment agency, labor union, or representative will affirmatively cooperate in the implementation of the Contractor’s obligations herein.

(c) The Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the

County Contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status.

(d) The Contractor shall make Best Efforts to solicit active participation by certified minority or women-owned business enterprises (“Certified MWBEs”) as defined in Section 101 of Local Law No. 14-2002, including the granting of Subcontracts.

(e) The Contractor shall, in its advertisements and solicitations for Subcontractors, indicate its interest in receiving bids from Certified MWBEs and the requirement that Subcontractors must be equal opportunity employers.

(f) Contractors must notify and receive approval from the respective Department Head prior to issuing any Subcontracts and, at the time of requesting such authorization, must submit a signed Best Efforts Checklist.

(g) Contractors for projects under the supervision of the County’s Department of Public Works shall also submit a utilization plan listing all proposed Subcontractors so that, to the greatest extent feasible, all Subcontractors will be approved prior to commencement of work. Any additions or changes to the list of subcontractors under the utilization plan shall be approved by the Commissioner of the Department of Public Works when made. A copy of the utilization plan any additions or changes thereto shall be submitted by the Contractor to the Office of Minority Affairs simultaneously with the submission to the Department of Public Works.

(h) At any time after Subcontractor approval has been requested and prior to being granted, the contracting agency may require the Contractor to submit Documentation Demonstrating Best Efforts to Obtain Certified Minority or Women-owned Business Enterprises. In addition, the contracting agency may require the Contractor to submit such documentation at any time after Subcontractor approval when the contracting agency has reasonable cause to believe that the existing Best Efforts Checklist may be inaccurate. Within ten working days (10) of any such request by the contracting agency, the Contractor must submit Documentation.

(i) In the case where a request is made by the contracting agency or a Deputy County Executive acting on behalf of the contracting agency, the Contractor must, within two (2) working days of such request, submit evidence to demonstrate that it employed Best Efforts to obtain Certified MWBE participation through proper documentation.

(j) Award of a County Contract alone shall not be deemed or interpreted as approval of all Contractors’ Subcontracts and Contractor’s fulfillment of Best Efforts to obtain participation by Certified MWBEs.

(k) A Contractor shall maintain Documentation Demonstrating Best Efforts to Obtain Certified Minority or Women-

owned Business Enterprises for a period of six (6) years. Failure to maintain such records shall be deemed failure to make Best Efforts to comply with this Appendix EE, evidence of false certification as MWBE compliant or considered breach of the County Contract.

(l) The Contractor shall be bound by the provisions of Section 109 of Local Law No. 14-2002 providing for

enforcement of violations as follows:

a. Upon receipt by the Executive Director of a complaint from a contracting agency that a County Contractor has failed to comply with the provisions of Local Law No. 14-2002, this Appendix EE or any other contractual provisions included in furtherance of Local Law No. 14-2002, the Executive Director will try to resolve the matter.

b. If efforts to resolve such matter to the satisfaction of all parties are unsuccessful, the Executive

Director shall refer the matter, within thirty days (30) of receipt of the complaint, to the American Arbitration Association for proceeding thereon.

c. Upon conclusion of the arbitration proceedings, the arbitrator shall submit to the Executive Director

his recommendations regarding the imposition of sanctions, fines or penalties. The Executive Director shall either (i) adopt the recommendation of the arbitrator (ii) determine that no sanctions, fines or penalties should be imposed or (iii) modify the recommendation of the arbitrator, provided that such modification shall not expand upon any sanction recommended or impose any new sanction, or increase the amount of any recommended fine or penalty. The Executive Director, within ten days (10) of receipt of the arbitrator’s award and recommendations, shall file a determination of such matter and shall cause a copy of such determination to be served upon the respondent by personal service or by certified mail return receipt requested. The award of the arbitrator, and the fines and penalties imposed by the Executive Director, shall be final determinations and may only be vacated or modified as provided in the civil practice law and rules (“CPLR”).

(m) The Contractor shall provide contracting agency with information regarding all subcontracts awarded under

any County Contract, including the amount of compensation paid to each Subcontractor and shall complete all forms provided by the Executive Director or the Department Head relating to subcontractor utilization and efforts to obtain MWBE participation..

Failure to comply with provisions (a) through (m) above, as ultimately determined by the Executive Director, shall

be a material breach of the contract constituting grounds for immediate termination. Once a final determination of failure to comply has been reached by the Executive Director, the determination of whether to terminate a contract shall rest with the Deputy County Executive with oversight responsibility for the contracting agency.

As used in this Appendix EE the term “Best Efforts Checklist” shall mean a list signed by the Contractor, listing the procedures it has undertaken to procure Subcontractors in accordance with this Appendix EE.

As used in this Appendix EE the term “County Contract” shall mean (i) a written agreement or purchase order instrument, providing for a total expenditure in excess of twenty-five thousand dollars ($25,000), whereby a County contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, to be performed for, or rendered or furnished to the County; or (ii) a written agreement in excess of one hundred thousand dollars ($100,000), whereby a County contracting agency is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon. However, the term “County Contract” does not include agreements or orders for the following services: banking services, insurance policies or contracts, or contracts with a County contracting agency for the sale of bonds, notes or other securities.

As used in this Appendix EE the term “County Contractor” means an individual, business enterprise, including sole proprietorship, partnership, corporation, not-for-profit corporation, or any other person or entity other than the County, whether a contractor, licensor, licensee or any other party, that is (i) a party to a County Contract, (ii) a bidder in connection with the award of a County Contract, or (iii) a proposed party to a County Contract, but shall not include any Subcontractor.

As used in this Appendix EE the term “County Contractor” shall mean a person or firm who will manage and be

responsible for an entire contracted project. As used in this Appendix EE “Documentation Demonstrating Best Efforts to Obtain Certified Minority or Women-

owned Business Enterprises” shall include, but is not limited to the following: a. Proof of having advertised for bids, where appropriate, in minority publications, trade

newspapers/notices and magazines, trade and union publications, and publications of general circulation in Nassau County and surrounding areas or having verbally solicited MWBEs whom the

County Contractor reasonably believed might have the qualifications to do the work. A copy of the advertisement, if used, shall be included to demonstrate that it contained language indicating that the County Contractor welcomed bids and quotes from MWBE Subcontractors. In addition, proof of the date(s) any such advertisements appeared must be included in the Best Effort Documentation. If verbal solicitation is used, a County Contractor’s affidavit with a notary’s signature and stamp shall be required as part of the documentation.

b. Proof of having provided reasonable time for MWBE Subcontractors to respond to bid opportunities

according to industry norms and standards. A chart outlining the schedule/time frame used to obtain bids from MWBEs is suggested to be included with the Best Effort Documentation.

c. Proof or affidavit of follow-up of telephone calls with potential MWBE subcontractors encouraging their

participation. Telephone logs indicating such action can be included with the Best Effort Documentation.

d. Proof or affidavit that MWBE Subcontractors were allowed to review bid specifications, blue prints and

all other bid related items at no charge to the MWBEs, other than reasonable documentation costs incurred by the County Contractor that are passed onto the MWBE.

e. Proof or affidavit that sufficient time prior to making award was allowed for MWBEs to participate

effectively, to the extent practicable given the timeframe of the County Contract. f. Proof or affidavit that negotiations were held in Best Efforts with interested MWBEs, and that MWBEs

were not rejected as unqualified or unacceptable without sound business reasons based on (1) a thorough investigation of MWBE qualifications and capabilities reviewed against industry custom and standards and (2) cost of performance The basis for rejecting any MWBE deemed unqualified by the County Contractor shall be included in the Best Effort Documentation.

g. If an MWBE is rejected based on cost, the County Contractor must submit a list of all sub-bidders for

each item of work solicited and their bid prices for the work. h. The conditions of performance expected of Subcontractors by the County Contractor must also be

included with the Best Effort Documentation. i. County Contractors may include any other type of documentation they feel necessary to further

demonstrate their Best Efforts regarding their bid documents.

As used in this Appendix EE the term “Executive Director” shall mean the Executive Director of the Nassau County Office of Minority Affairs; provided, however, that Executive Director shall include a designee of the Executive Director except in the case of final determinations issued pursuant to Section (a) through (l) of these rules.

As used in this Appendix EE the term “Subcontract” shall mean an agreement consisting of part or parts of the contracted work of the County Contractor.

As used in this Appendix EE, the term “Subcontractor” shall mean a person or firm who performs part or parts of

the contracted work of a prime contractor providing services, including construction services, to the County pursuant to a county contract. Subcontractor shall include a person or firm that provides labor, professional or other services, materials or supplies to a prime contractor that are necessary for the prime contractor to fulfill its obligations to provide services to the County pursuant to a county contract. Subcontractor shall not include a supplier of materials to a contractor who has contracted to provide goods but no services to the County, nor a supplier of incidental materials to a contractor, such as office supplies, tools and other items of nominal cost that are utilized in the performance of a service contract. Provisions requiring contractors to retain or submit documentation of best efforts to utilize certified subcontractors and requiring Department head approval prior to subcontracting shall not apply to inter-governmental agreements. In addition, the tracking of expenditures of County dollars by not-for-profit corporations, other municipalities, States, or the federal government is not required.

APPENDIX L

CERTIFICATE OF COMPLIANCE

APPENDIX L

CERTIFICATE OF COMPLIANCE

In compliance with Local Law 1-2006, as amended (the “Law”), the Contractor hereby certifies the following:

1. The chief executive officer of the Contractor is: ____________________________________________________ (Name)

___________________________________________________ (Address)

__________________________________________ (Telephone Number) 2. The Contractor agrees to either (1) comply with the requirements of the Nassau County Living Wage Law or (2)

as applicable, obtain a waiver of the requirements of the Law pursuant to section 9 of the Law. In the event that the contractor does not comply with the requirements of the Law or obtain a waiver of the requirements of the Law, and such contractor establishes to the satisfaction of the Department that at the time of execution of this agreement, it had a reasonable certainty that it would receive such waiver based on the Law and Rules pertaining to waivers, the County will agree to terminate the contract without imposing costs or seeking damages against the Contractor.

3. In the past five years, Contractor _____ has _____ has not been found by a court or a government agency to

have violated federal, state, or local laws regulating payment of wages or benefits, labor relations, or occupational safety and health. If a violation has been assessed against the Contractor, describe below:

__________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________

APPENDIX L (CONTINUED) 4. In the past five years, an administrative proceeding, investigation, or government body-initiated judicial action

_____ has _____ has not been commenced against or relating to the Contractor in connection with federal, state, or local laws regulating payment of wages or benefits, labor relations, or occupational safety and health. If such a proceeding, action, or investigation has been commenced, describe below:

__________________________________________________________________________________________ __________________________________________________________________________________________

__________________________________________________________________________________________ __________________________________________________________________________________________

__________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ 5. Contractor agrees to permit access to work sites and relevant payroll records by authorized County

representatives for the purpose of monitoring compliance with the Living Wage Law and investigating employee complaints of noncompliance.

I hereby certify that I have read the foregoing statement and, to the best of my knowledge and belief, it is true, correct and complete. Any statement or representation made herein shall be accurate and true as of the date stated below. ____________________ ______________________________________ Date Signature of Chief Executive Officer ______________________________________ Name of Chief Executive Officer Sworn to before me this ______ day of _________________, 2012. _____________________________ Notary Public

PREVAILING WAGE SCHEDULE

FOR ARTICLE 9

PUBLIC WORK PROJECT

PRC#2012900125