re-bid moving services for the college€¦ · re-bid moving services for the college bid no. 3211...

37
____________________________________ Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019, 2:00 p.m. Note: If you do not wish to bid, please return this cover sheet marked "NO BID" otherwise your name may be removed from our mailing list. Company Name Bid #3211 Page 1 Moving Services for the College

Upload: others

Post on 23-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

____________________________________

Re-Bid MOVING SERVICES FOR THE COLLEGE

Bid No. 3211

Bid Due: February 5, 2019, 2:00 p.m.

Note: If you do not wish to bid, please return this cover sheet marked "NO BID" otherwise your name may be removed from our mailing list.

Company Name

Bid #3211 Page 1 Moving Services for the College

Page 2: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

Mt. San Antonio Community College District1100 N. Grand Avenue

Walnut, CA 91789

January 10, 2019

NOTICE INVITING BIDS

Notice is hereby given that the Board of Trustees of the Mt. San Antonio Community College District of Walnut, California, will receive sealed bids up to, but no later than 2:00 p.m., February 5, 2019, at the Purchasing Department of the District, located at 1100 North Grand Avenue, Building 4, Room 1385, Walnut, California, at which time bids will be publicly opened and read for:

Re-Bid Moving Services for the College Bid No. 3211

BIDS DUE: February 5, 2019, 2:00 p.m. RFI CUTOFF: January 29, 2019, 2:00 p.m.

All Bids are to be in accordance with the Bid documents, which are on file and may be secured by contacting Rondell Schroeder, Procurement Specialist, at [email protected].

No bidder may withdraw their bid for a period of ninety (90) days after the date set for the opening thereof.

The Board of Trustees reserves the right of rejecting any and all bids or to waive any irregularities or informalities in any bid or in the bidding process.

Submit Bids to: Administrative Services – Purchasing Department Mt. San Antonio College 1100 North Grand Avenue Walnut, CA 91789 Attn: Rondell Schroeder, Procurement Specialist

Advertised: January 15 & January 22, 2019

Bid #3211 Page 2 Moving Services for the College

Page 3: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

INTRODUCTION

About Mt. San Antonio College (Mt. SAC) (College):

Mt. San Antonio College is one of the largest community colleges in California. The campus sits on 420 rolling acres in Walnut, California, located on the eastern edge of the Greater Los Angeles Area. We proudly serve more than 50,000 students from all walks of life. Roughly, half of the students are seeking degrees and certificates, the other half are enjoying community programs, workforce development classes and other non-credit courses.

• Mt. SAC is a Top 10 California Transfer College • 240+ degree and certificate programs to choose from • 200+ professional development and community courses • Bachelor’s degrees Designed for Mt. SAC students • State-of-the-art facilities, classrooms, and workshops • Best technology and top-of-the-line equipment to help students learn • More than 50 student clubs • 22 athletic programs (with more than 60 state and national titles) • 25+ free support programs to help students succeed in college

Purpose of Bid

The District requires moving services for classrooms and District facilities on an as needed basis. Services must be performed by a properly licensed and qualified moving service company. Moving projects generally involve the moving of various types of furniture, equipment, materials and supplies which will include, but are not limited to desks and chairs, tables, bookcases, cabinets, books, audio visual equipment, computer and other classroom items such as boxes of books and materials.

The District is a single-campus site located in the city of Walnut, Los Angeles County.

Bid #3211 Page 3 Moving Services for the College

Page 4: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

INSTRUCTIONS TO BIDDERS

1. PREPARATION OF BID FORM: The District invites bids on the forms enclosed to be submitted no later than 2:00 PM, February 5, 2019. Bids must be submitted in a sealed envelope bearing on the outside, the bid number and closing date. All blanks on the bid form must be appropriately filled in. Any written answers required by the bid documents must be included with the sealed bid. It is the sole responsibility of the bidder to ensure that the bid is received at the location specified in paragraph two below, no later than the time and date specified. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened.

2. BID SUBMISSION ADDRESS: Bids shall be submitted to the Purchasing Department of the District on or before the date and time stipulated.

Bids should be mailed or hand delivered to:

Mt. San Antonio CollegePurchasing Department, Bldg. 4, Room 13851100 N. Grand Avenue Walnut, CA 91789

Mark Envelope: BID #3211 Moving Services for the College

To be considered, all bids must be received in the Purchasing Department by the time and date of closing.

3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid.

4. MODIFICATIONS: Changes in or additions to the bid form, alternative proposals, or any other modification of the bid form which is not specifically called for in the bid documents may result in the District’s rejection of the bid as not being responsive to the invitation. No oral, telephonic or facsimile modifications of any bid submitted will be considered.

5. ERASURES: Errors should not be erased, but may be crossed out and corrections made adjacent and initialed in ink by the person signing the bid. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. All prices are to be NET, if extended prices are called for unit price shall prevail in the event extended prices are incorrectly calculated. The College will not be responsible for errors or omissions in the Bid.

6. WITHDRAWAL OF BID: Any bidder may withdraw his bid personally or by written request at any time prior to the scheduled closing time for receipt of bids.

7. REQUEST FOR INFORMATION/CLARIFICATION: All requests for clarification or interpretation must be submitted via e-mail to Rondell Schroeder at [email protected] no later than 2:00 PM on January 29, 2019. Any question received after 2:00 PM deadline will not be addressed. Question via telephone will not be accepted. The College shall distribute an addenda to answer requests for

Bid #3211 Page 4 Moving Services for the College

Page 5: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

clarification or interpretation by posting them on its webpage and by e-mail. The District will not be responsible for oral interpretations. All addenda issued during the time of bidding shall be incorporated into the bid.

8. TAXES:

Do not include CALIFORNIA STATE SALES OR USE TAX. Said tax will be added and paid by the College where applicable.

Do not include FEDERAL EXCISE TAX. The College is not subject to it. An exemption certificate will be furnished upon request.

9. AWARD OF BID: The bid will be awarded to the lowest responsive and responsible bidder as determined solely by the District. The District will evaluate bids based on the overall program including cost and services offered by the bidder by utilizing the Hypothetical Move Plan included in the bid documents.

The District reserves the right to award more than one contract for moving services. The inability of any bidder to meet any of the required scope of services may or may not be grounds for disqualification. The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or the bidding.

All bids, which are submitted hereunder, shall remain open, valid and subject to acceptance for ninety (90) days after the bid opening date.

Prompt payment discounts will be considered in the evaluation of the bid, provided that the period for the offered discount is thirty (30) calendar days from the date of receipt of invoice after the work has been completed.

10. SKILLED LABOR: If skilled labor is involved, Contractor must pay the basic hourly rates for the various trades in accordance with those last approved by the Director of Industrial Relations pursuant to California Labor Code Part 7, Chapter 1, Article 2, Sections 1770, 1773 and 1773.1.

11. DEFAULT: In the event the bidder to whom a contract is awarded fails to perform in accordance with the terms and conditions of this bid, the District may terminate the contract in whole or in part and the District may procure the items from other sources. The bidder may be liable to the District for any excess costs for such similar services. The bidder shall not be liable if the failure to perform under the contract arises out of causes beyond the control and without the fault or negligence of the bidder. Such causes may include, but are not restricted to: act of God or of the public enemy, acts of the Government, acts of the District or anyone employed by it, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, or delays of subcontractors or suppliers due to such causes. The bidder shall be required to continue services under the contract, which are not terminated.

12. EVIDENCE OF RESPONSIBILITY: Upon the request of the District, a bidder whose bid is under consideration for the award of the contract shall submit promptly satisfactory evidence of his financial resources, his experience, and the organization and equipment available for the performance of the contract.

13. ANTI-DISCRIMATION: It is the policy of the District that there be no discrimination against any prospective or active employee engaged in the Work because of race,

Bid #3211 Page 5 Moving Services for the College

Page 6: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

color, ancestry, national origin, religious creed, sex, age or marital status. All Bidders agree to comply with the District's anti-discrimination policy and all applicable Federal and California anti-discrimination laws including but not limited to the California Fair Employment & Housing Act beginning with California Government Code §§12940 et seq. and California Labor Code §1735. In addition, all Bidders agree to require like compliance by any Subcontractor employed by them on the Work of the Contract.

14. ASSIGNMENT OF THE CONTRACT: No Contract awarded under this Bid or any resulting purchase orders issued by the District shall be assigned without the prior approval of the District.

15. REJECTION OF BID: The District may reject any bid that contains any material variation or exception to the bid specifications identified herein. The District’s determination of materiality shall be final.

16. LIABILITY: The bidder shall hold the District, their officers, agents, servants and employees harmless from liability of any nature or kind whatsoever on account of use by a patented or unpatented invention, article, or equipment furnished or used under this Bid.

17. TERMINATION: District may terminate this Contract upon thirty (30) days’ notice without cause and Contractor shall be entitled to compensation for work adequately performed up to the date of termination based on District’s satisfactory acceptance. District may terminate immediately upon default and may withhold from payments due on this contract the amount necessary to complete the work as scheduled.

18. CONFOMITY TO LAW: The successful bidder shall conform to all federal and state laws, including all requirements of CAL/OSHA and the Federal Consumers Products Safety Act, and to all local ordinances and regulations covering equipment and/or services on this bid.

19. FORCE MAJEURE: Neither party to this Agreement will be liable to the other for any failure or delay in performance under this Agreement due to circumstances beyond its reasonable control including without limitation, Acts of God, accident, labor disruption, acts, omissions and defaults of third parties, and official, governmental and judicial action not the fault of the party failing or delaying in performance.

20. INDEMNIFICATION – GENERAL: Each party hereto shall be solely responsible for, and shall indemnify and hold the other party free and harmless from, any and all claims, damages, costs or lawsuits (including reasonable attorneys’ fees), relating to bodily injury or tangible property damage arising out of the intentional or negligent act or omission of such Party or its employees, agents or contractors.

21. DISABLED VETERANS BUSINESS ENTERPRISES: In accordance with Education Code 17076.11, the Mt. San Antonio Community College District supports a participation goal of at least three percent (3%) of the overall dollar amount expended each year to the Disabled Veterans Business Enterprises (DVBE) from funds allocated to the District by the State Allocation Board. The successful bidder(s) will be required to sign and return a Certification from (copy included with these bid documents) certifying that they will provide the District with information regarding the use of any DVBE contractors on the project.

Bid #3211 Page 6 Moving Services for the College

Page 7: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

22. WORKERS’ COMPENSATION: In accordance with the provisions of section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the District a certificate and proof of worker’s compensation insurance prior to performing any work under this contract.

23. NONCOLLUSION AFFIDAVIT: Bidders will be required to submit an Affidavit of Noncollusion with their bid. This form is included with the bid package and must be signed under the penalty of perjury.

24. BID PREPARATION: All expenses incurred in the preparation or submission of this bid shall be borne by the bidder.

25. DIR REGISTRATION: Each Bidder submitting a proposal to complete the work, labor, materials, and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code §1725.5. A Bidder who is not a DIR Registered Contractor when submitting a proposal for the Work is deemed “not qualified” and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code §1725.5, all Subcontractors identified in a Bidder’s Subcontractors’ list shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.

26. PREVAILING WAGE RATES: When Applicable, Pursuant to California Labor Code §1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinations, entitled “PREVAILING WAGE SCALE” are available on the Internet at http://www.dir.ca.gov/dlsr/statistics_research.html. Otherwise, contact the District’s Purchasing Office, located at 1100 North Grand Avenue, Walnut, California 91789, for assistance in obtaining a rate schedule. The Bidder awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work.

27. PREVAILING WAGE RATE (“PWR”) MONITORING AND ENFORCEMENT: The Work is subject to payment of PWRs. The Contractor and all Subcontractors of every tier shall pay laborers performing any portion of the Work not less than the PWR established for the labor provided. Pursuant to Labor Code §1771.4(a)(4), PWR monitoring and enforcement shall be by the Department of Industrial Relations.

28. AGREEMENTS, INSURANCE AND BONDS: The Agreement form, which the successful bidder will be required to execute, is included, in sample format, with the bid documents. The successful bidder will also be required to submit a Performance Bond and the applicable insurance requirements as listed in the Agreement.

Vendor shall obtain and maintain the following insurance:

Commercial General Liability Insurance: Per Occurrence $1,000,000 Aggregate $2,000,000 Automobile Liability Insurance: $1,000,000 (If not included in General Liability coverage) Workers Compensation Insurance Statutory Limits Employers Liability Insurance $1,000,000

Bid #3211 Page 7 Moving Services for the College

Page 8: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

The insurance certificates must list the District as additional insured, as follows: Mt. San Antonio College, it’s Board of Trustees, officers, agents, representatives, employees, and volunteers are added as additional insureds. The certificate must include a copy of the additional insured endorsement that amends the insurance policy.

Notification of cancellation of any coverage is required under this agreement and shall not be canceled or non-renewed without 30 days prior written notice.

29. BID DOCUMENTS: The complete bid shall include the following documents: Notice Inviting Bids Introduction Instructions for Bidders Scope of Work Special Conditions Bid Form To include the following Attachments:

A: DVBE Certification B: No collusion Affidavit C: References D: Designation of Subcontractors E: Workers’ Compensation Certificate F: Sample Agreement G: Sample Performance & Payment Bonds H: Campus Map I: Hypothetical Move Plan (for evaluating low bidder)

Bid #3211 Page 8 Moving Services for the College

Page 9: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

SCOPE OF WORK

Required Services

Moving services may be required for standard classrooms, computer labs, science labs, libraries, kitchens, administrative offices, music rooms, etc.

The services to be provided by the Contractor under this contract will include, and not limited to, the following:

• Equipment typically found in a higher educational setting, such as Standalone Office Furniture - Desks, chairs, bookcases, filing cabinets; Educational Furniture – Student desks, lecterns, tables, chairs, cabinets, sofas, lounge chairs; Modular Systems Furniture – Office furniture that typically requires assembly of partitions, desks, overhead bins, file cabinets; and Computer Equipment – monitors, keyboard, printers, etc.

• Quick response to last minute moving of room-to-room or building-to-building on an as needed basis.

• Packing and/or moving classrooms and/or offices from permanent buildings to interim housing and back to permanent buildings after construction is complete

The Contractor will provide an individual who will manage all communications, scheduling and coordination of moving services. The coordinator will review the existing District location to evaluate the scope of the move (see Special Conditions).

The Contractor will supply all supervision, vehicles, drivers, packers, packing materials, boxes, and other supplies as needed to execute the moves. The Contractor shall manage their resources in order to minimize any costs that may occur due to excess material usage, man-hours for waiting and detained truck or staffing resources. There will be no charges for Contractor’s employees to and from the move site.

The Contractor will not move District data on desktops. Campus Information is already encrypted where sensitive information is handled. District data is backed up for file servers, however workstations may need Campus Information Technology Department for assistance.

After the move, the Contractor’s representative shall conduct a punch list walk with the District representative to close out the project.

As Needed Services

The College maintains its own warehousing facilities, however utilization of contractor storage, including climate controlled facilities, may be sought should the need arise. The contractor’s facilities will be bonded and insured, and College property must be inventoried and properly stored. High value items as determined by the College must have additional security measures in place.

No data storage is needed. The College is looking for additional storage services, such as construction materials for new buildings that will not fit in our small warehouse. Storage needs may include, and not limited to, the following:

Bid #3211 Page 9 Moving Services for the College

Page 10: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

Furniture Examples • New furniture in boxes on pallet • Old furniture • Chairs • Tables • Conference room furniture

Construction Material Examples • Boxed light fixtures • Ceiling tiles • Flooring materials

Working Hours

The normal working hours will be 7:30 am to 4:30 pm. However, it is anticipated that moves may be required during swing shifts or on Saturdays and Sundays in order to have classrooms moved and not disrupt the educational programs. The Contractor shall not be entitled to overtime rates in excess of the rates bid unless the District requires that work be performed on a legal holiday. All bidders must specify their list of legal holidays on the bid form in the space provided. Any work performed other than normal working hours must be approved in advance by the District representative.

Experience

All bidders must have a minimum of two (2) years experience providing moving and storage services to school districts or other public agencies. Bidders must submit a one page letter describing their experience with moving and storage services.

References

Bidders must submit a minimum three (3) references with school districts or public agencies, which the vendor has performed moving services for within the last two years. Include names, titles, current phone numbers and email addresses.

Bid #3211 Page 10 Moving Services for the College

Page 11: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

SPECIAL CONDITIONS

1. Each individual job to be performed under this bid will require a pre-job meeting with a District representative. Prior to all moves the Contractor will be responsible for physically inspecting the site and related building areas at origin and destination, including access to and from streets and/or loading docks to gather all pertinent logistical information concerning the relocation. A written proposal will be prepared by the Contractor detailing the number of man-hours, per classification, required to complete the project, a list of materials and their cost and the time frame recommended to complete the project. The Contractor will receive authorization from the District representative and a signed purchase order will be issued prior to the commencement of any work.

2. The Contractor’s assigned Project Manager(s) and/or Supervisor(s) will be present on-site during relocation activity, when the project magnitude requires. At a minimum, the Foreman must be present at all times. All moving crews shall be uniformed or wear identification while on District property.

3. The Contractor will provide portable communications between its crews during all move activities, and if required, provide portable communication devices for District representatives.

4. The Contractor will make arrangements to have its offices, equipment yards and dispatchers accessible during the move to provide additional staffing and equipment, if needed.

5. Tasks to be completed may include, but not be limited to, the following:

• Establishing and maintaining relationships with the District representative • Interpreting and timely responding to all laws, regulations and restrictions where

work is being performed • Prior to moves, measuring elevator and stairwell access where necessary • Prior to all moves, ensuring type-carts, gondolas, speed packs, etc. are correct

size to accommodate all sizes of equipment and materials. • Prior to all moves, ensuring all equipment and type-carts, gondolas, speed packs,

etc. will fit into all elevators and stairwells where necessary • Prior to all moves, measuring building overhangs, entrances and exits • Prior to all moves, ensuring all trucks and equipment will fit into building

overhangs, entrances and exits

6. The contractor will ensure College property is properly prepped and protected for safe moving. Finishes of furniture, millwork, flooring, walls, doors, ceilings, stairways and windows must retain their pre-move appearance and function. Proper equipment and/or vehicles must be utilized for transport. The contractor assumes all responsibility for damaged or lost property and must resolve any such issues within 30 days of discovery through replacement, repair or reimbursement. The contractor must work with an appointed College representative in doing so.

7. The Contractor will implement a color-coded location system, including color-coded plans and signage, as provided by the District representative.

Bid #3211 Page 11 Moving Services for the College

Page 12: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

8. The Contractor will install on-site office number/layout signs and color-coded signage for relocation as provided, directed and furnished by the District representative.

9. The Contractor will remove all cartons and move related debris from the site.

10. The Contractor shall verify the accurate placement of all items moved to a particular destination prior to leaving the job during the move period. This may also require the verification of the accurate placement of equipment at the conclusion of the equipment phase and before the general move. The Contractor shall provide a Punch List Crew for this task as directed by the District representative.

Bid #3211 Page 12 Moving Services for the College

Page 13: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

BID FORM

Pursuant to and in compliance with the Notice Calling for Bids and the other documents relating thereto, the undersigned bidder, having familiarized themselves with the terms of the bid and the conditions affecting the performance of the bid, hereby proposes and agrees to perform within the time stipulated, everything required for the amount herein set forth.

It is understood that the District reserves the right to reject this bid as specified in the Instructions for Bidders and that this bid shall remain open and not be withdrawn for a period of ninety (90) days.

Firm Organization and Background

All bidders are required to answer in narrative form the following requested information. Please provide a one page letter including the following information:

• Indicate number of years in business and date established • Indicate location of office or offices from which work will be performed or

dispatched. • List basic moving services provided by the firm • List a minimum of three (3) similar type projects worked on in the past two (2)

years for a school district or another public agency.

Service Costs

• Identify the unit cost for all line items indicated in the bid rate form (below). Include if your firm has a minimum requirement for service and when service costs commence.

• The cost information provided with this bid will become part of the contractual agreement. The stringent requirement for cost visibility and predictability requires that costs not identified be deemed to be at no cost to the District.

• Hourly rates for all services shall commence at the time of arrival at the District job site and end at the time of District site departure. No time shall be charged for employees travel to or from the District site.

Service Description Regular Hourly Rate

Project Manager $ /hour

Supervisor $ /hour

Foreman $ /hour

Helper/Crewman $ /hour

Packers $ /hour

Installers $ /hour

Truck w/liftgate (includes driver) $ /hour

Van (includes driver) $ /hour

Bid #3211 Page 13 Moving Services for the College

Page 14: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

___________________________________________________________________

Bidders should identify all legal holidays in the space provided below:

Supply Costs

Bidders shall identify cost of the supply items listed, which does not included in the hourly rates above. Identify if the items must be purchased or may be rented on a daily or hourly basis.

ITEM UNIT COST Roll of Shrink Wrap $ Roll of Tape $ Roll of Bubble Wrap (250’) $ Paper Pad $ 1 pack of labels $ Unit price of Moving boxes $ Moving Dollie $ Rental of Lg. totes or Crates (73L) (i.e. Boomerang; provide name and specs if using a different brand)

$

Key Board Bag $

Rate Schedule for Warehouse (Storage)

ITEM UNIT COST

Incoming fee $

Monthly Storage fee (per vault 7 x 5 x 7) $

Overflow Fee (per pallet) $

Outgoing fee $

Campus Delivery fee $

Provide Valuation of goods options (Insurance) using a separate sheet. Our District will not take less than Industry Standard and is willing to review other options.

Bid #3211 Page 14 Moving Services for the College

Page 15: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

Bid Review

At a minimum, bids will be evaluated on the information requested. Additional information included with the bid will be reviewed. If a bidder does not have a specified capability or does not supply a listed service, the bidder must indicate in their proposal the capability or service. In accordance with the Instructions for Bidders, the inability of any bidder to meet any of the required scope of services may or may not be grounds for disqualification.

Required Documents submitted with bid form:

� Copy of Moving License(s) � Background letter (see page 13) � Vendor Statement (see page 16) � Attachment A: DVBE Certification � Attachment B: Non-collusion Affidavit � Attachment C: References � Attachment D: Designation of Subcontractor � Attachment E: Certificate of Workers’ Compensation Insurance � Attachment I: Hypothetical Move Plan (for evaluating low bidder)

Bid #3211 Page 15 Moving Services for the College

Page 16: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

Vendor Statement Moving Services for the College

Bid No. 3211

Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment (including all applicable taxes and transportation costs) and to provide all services necessary to complete in a workmanlike manner all of the Work and other obligations required by the contract documents.

We (I) hereby agree to furnish the above articles and/or service at the prices and terms stated.

Authorized Signature: ________________________ Date: _____________________

Name / Title: __________________________________________________________

Company Name: _______________________________________________________

Company Address: _____________________________________________________

Company Phone/Fax: ___________________________________________________

Company Email: _______________________________________________________

Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates and is inclusive of, all items or other matters contained in Bid Addenda (if applicable) issued by or on behalf of the District

Addenda Nos. ____________ received, acknowledged and incorporated in this Bid Proposal. ( ) initial.

Bid #3211 Page 16 Moving Services for the College

Page 17: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

______________________________ _____________________________

______________________________ _____________________________

______________________________ _____________________________

______________________________ _____________________________

______________________________

ATTACHMENT A CERTIFICATION – PARTICIPATION OF DISABLED

VETERAN ENTERPRISES IN ACCORDANCE WITH EDUCATION CODE 17076.11

In accordance with Education Code Section 17076.11, the Mt. San Antonio Community College District has a participation goal for Disabled Veteran Business Enterprises of at least three percent (3%) per year of the overall dollar amount of funds allocated by the District by the State Allocation Board pursuant to the Leroy F. Greene School Facilities Act of 1998 for construction or modernization of school buildings and expended each year by the District. At the time of execution of the contract, the Contractor will provide a statement to the District of anticipated participation of Disabled Veteran Business Enterprises in the contract. Prior to, and as a condition precedent for final payment under the contract, the Contractor will provide appropriate documentation to the District identifying the amount paid to Disabled Veteran Business Enterprises pursuant to the contract, so that the District can assess its success at meeting this goal.

The Contractor may provide the anticipated participation of Disabled Veteran Business Enterprises in terms of percentage of its total contract or the dollar amount anticipated to be paid to Disabled Veteran Business Enterprises or by providing the names of the Disabled Veteran Business Enterprises that will participate in the contract. If there is a discrepancy between the anticipated goals and the actual goals at completion of the contract or a failure to meet the anticipated goal or dollar amounts, the District will require the Contractor to provide, at the completion of the contract, a detailed statement of the reason(s) for the discrepancy or failure to meet the anticipated goals or dollar amounts.

I certify that I have read the above and will comply with the anticipated participation of Disabled Veteran Business Enterprises in this contract.

Signature Typed or Printed Name

Title Company

Address City, State, Zip

Telephone Fax

E-mail

Page 18: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

______________________________________________________ _________________________________

______________________________________________________ _________________________________

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT

ATTACHMENT B NON-COLLUSION AFFIDAVIT

Bid No. 3211 - Re-Bid Moving Services for the College

STATE OF CALIFORNIA COUNTY OF LOS ANGELES

I, _________________________, being first duly sworn, deposes and says that I am the (Typed or Printed Name)

_______________ of __________________________________________, the party submitting (Title) (Bidder Name) the foregoing bid ("the bidder"). In connection with the foregoing bid, the undersigned declares, states and certifies that:

1. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation.

2. The bid is genuine and not collusive or a sham.

3. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in sham bid, or to refrain from bidding.

4. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract.

5. All statements contained in the bid and related documents are true.

6. The bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Executed this _____ day of _________________, 20___ at __________________________________. (City, County and State)

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

Signature (Address)

Name Printed or Typed (City, County and State)

(________) _____________________________________________ (Area Code and Telephone Number)

Page 19: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

ATTACHMENT C REFERENCES

Vendor shall provide a minimum of three (3) Customer References.

Preference will be given to references from Community College Districts, Colleges, Universities and/or K-12 School Districts.

REFERENCE #1 NAME OF FIRM

ADDRESS

CITY, STATE, ZIP TELEPHONE # ( )

CONTACT

E-MAIL ADDRESS

PROJECT NAME

SCOPE OF SERVICE

COMPLETION DATE APPROX. COST

Page 20: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

REFERENCE #2 NAME OF FIRM

ADDRESS

CITY, STATE, ZIP TELEPHONE # ( )

CONTACT

E-MAIL ADDRESS

PROJECT NAME

SCOPE OF SERVICE

COMPLETION DATE APPROX. COST

Page 21: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

REFERENCE #3 NAME OF FIRM

ADDRESS

CITY, STATE, ZIP TELEPHONE # ( )

CONTACT

E-MAIL ADDRESS

PROJECT NAME

SCOPE OF SERVICE

COMPLETION DATE APPROX. COST

Page 22: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

ATTACHMENT D LIST OF SUBCONTRACTORS

Prime Contractors shall be governed by the provisions of the Subletting and Subcontracting Fair Practice Act (California Public Contract Code §4100 et seq.), and any amendments thereof, and shall set forth below the name and business location of each subcontractor who will perform work or render services to the Prime Contractor on this project in excess of one-half (1/2) of one percent (1%) of the Prime Contractor’s total bid. Subcontractors listed must be properly licensed for the type of work they are to perform.

Do not list alternate subcontractors for the same work. If a Prime Contractor fails to specify a subcontractor or lists more than one subcontractor for any portion of the work in excess of one-half (1/2) of one percent (1%), Prime Contractor shall be deemed to have agreed that it is fully qualified to perform and will perform that portion of the work itself. No Prime Contractor shall substitute any person as subcontractor in place of the subcontractor listed nor shall any subcontract be assigned or transferred except as provided for in the Subletting and Subcontracting Fair Practice Act.

Prime Contractors in violation of any of the provisions of the Subletting and Subcontracting Fair Practice Act are subject to possible cancellation of the contract and monetary penalties as well as disciplinary action by the Contractors’ State License Board.

Bidders must designate the name, address, and trade of ALL listed Subcontractors and submit with their bid. The listed Subcontractor’s license number and the value of his trade or portion of the work may be submitted to the District up to 24 hours after the public opening of the bid.

Licensed Name of Subcontractor Address of Office, Mill or Shop Trade or Portion of Work License No. $$ Value of Work

Name of Bidder: _________________________________________

Authorized Signature:_____________________________________

Moving Services LIST OF SUBCONTRACTORS Bid #3211 PAGE 1 OF 1

Page 23: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

________________________________________

_________________________________________

MT. SAN ANTONIO COLLEGE

ATTACHMENT E CERTIFICATE OF WORKERS' COMPENSATION INSURANCE

Bid #3211 Re-Bid Moving Services for the College

I, the ______________________________ (Name) (Title)

of ,declare, state and certify that: (Contractor Name)

1. I am aware that California Labor Code §3700(a) and (b) provides:

"Every employer except the state shall secure the payment of compensation in one or more of the following ways:

(a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state.

(b) By securing from the Director of Industrial Relations a certificate of consent to self-insure either as an individual employer, or one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees."

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

(Contractor Name)

By:______________________________________ (Signature)

(Typed or printed name)

MOVING SERVICES WORKERS’ COMP CERTIFICATE BID #3211 PAGE 1 OF 1

Page 24: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

ATTACHMENT F SAMPLE - SERVICE AGREEMENT

FOR MOVING SERVICES

THIS AGREEMENT is made this ____ day of _______________, 20__, in the City of Walnut, County of Los Angeles, State of California, by and between MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT, a California Community College District ("DISTRICT") and ___________________ ("CONTRACTOR").

WITNESSETH, the parties do hereby contract and agree as follows:

1. SCOPE OF SERVICES CONTRACTOR agrees to furnish the DISTRICT with Moving Services in accordance with the Scope of Work as outlined in “Exhibit A”.

2. TERM The initial contract will be for a one-year (1) year period commencing ______________ with the option to renew for four additional one (1) year periods, not to exceed a total of five (5) years.

3. PRICE

3.1 The cost for the basic services shall be provided per CONTRACTOR’S Rate Schedule as shown in “Exhibit B”.

3.2 CONTRACTOR shall be liable for all taxes, fees or other charges imposed by federal, state, or local laws and regulations.

3.3 Payment Schedule: CONTRACTOR shall submit invoices on a quarterly basis, and DISTRICT shall pay CONTRACTOR within thirty (30) days after receipt of an approved invoice.

3.4 Disputes: DISTRICT shall timely pay all undisputed amounts due CONTRACTOR. DISTRICT shall notify CONTRACTOR of its dispute of any portion of the invoice, and shall, at its sole discretion, withhold payment for such disputed portion until the issue is resolved to the satisfaction of the parties. CONTRACTOR shall continue with the responsibilities under this Agreement during any dispute.

4. CONTRACTOR’S SERVICES AND RESPONSIBILITIES The CONTRACTOR makes the following certifications, representations, and warranties for the benefit of the DISTRICT and CONTRACTOR acknowledges and agrees that the DISTRICT, in deciding to engage CONTRACTOR pursuant to this AGREEMENT, is relying upon the truth and validity of the following certifications, representations and warranties and their effectiveness throughout the term of this AGREEMENT and the course of CONTRACTOR’s engagement hereunder:

4.1 CONTRACTOR is qualified in all respects to provide to the DISTRICT all of the services contemplated by this AGREEMENT and, to the extent required by any

MOVING SERVICES AGREEMENT BID #3211 PAGE 1 OF 5

Page 25: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

applicable laws, CONTRACTOR has all such licenses and/or governmental approvals as would be required to carry out and perform for the benefit of the DISTRICT, such services as are called for hereunder.

4.2 CONTRACTOR, in providing the services and in otherwise carrying out its obligations to the DISTRICT under this AGREEMENT, shall, at all times, comply with all applicable federal, state, and local laws, rules, regulations, and ordinances, including worker’s compensation and equal protection and nondiscrimination laws.

5. INSPECTION

Periodic inspection shall be performed by the Director of Facilities for the DISTRICT, or his/her authorized representative.

6. INSURANCE AND INDEMNIFICATION

6.1 INSURANCE. As a condition precedent to the effectiveness of this CONTRACT, CONTRACTOR shall procure and maintain at CONTRACTOR’s expense for the duration of this CONTRACT from an insurance company that is admitted to write insurance in the State of California or that has a rating of or equivalent to an A:VIII by A.M. Best and Company the following insurance:

6.1.1VENDOR shall maintain the following insurance policies for the duration of the Agreement. VENDOR shall provide proof of such coverage to DISTRICT (including a copy of all additional insured endorsements that amend the policy), and shall have DISTRICT named as additional insured on all certificates except that for Workers’ Compensation.

Commercial General Liability – Bodily Injury and Property Damage • $1,000,000 per person/occurrence combined single limit • $2,000,000 Aggregate

Automobile Liability – Bodily Injury and Property Damage • $1,000,000 per person/occurrence combined single limit • $2,000,000 Aggregate

Workers’ Compensation – Statutory Limits

6.1.2 VENDOR shall notify DISTRICT in writing of any cancellation or modification of any insurance coverage at least thirty (30) days prior to such cancellation or modification.

6.1.3 Any self-insurance program or self-insurance retention must be approved separately in writing by DISTRICT and shall protect DISTRICT, and its officials, employees, and agents in the same manner and to the same extent as they would have been protected had the policy or policies not contained retention provisions. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, or canceled by either party except after twenty (20) days prior written notice

MOVING SERVICES AGREEMENT BID #3211 PAGE 2 OF 5

Page 26: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

to DISTRICT, and shall be primary and not contributing to any other insurance or self-insurance maintained by DISTRICT.

6.1.4 Any subcontractors which CONTRACTOR may use in the performance of this CONTRACT shall be required to indemnify the DISTRICT to the same extent as the CONTRACTOR and to maintain insurance in compliance with the provisions of this section.

6.1.5 CONTRACTOR shall deliver to DISTRICT certificates of insurance and original endorsements for approval as to sufficiency and form prior to the start of performance hereunder. The certificates and endorsements for each insurance policy shall contain the original signature of a person authorized by that insurer to bind coverage on its behalf. “Claims-made” policies are not acceptable unless DISTRICT Risk Manager determines that “Occurrence” policies are not available in the market for the risk being insured. In a “Claims-made” policy is accepted, it must provide for an extended reporting period of not less three years after the contract’s expiration or equivalent. Such insurance as required herein shall not be deemed to limit CONTRACTOR’s liability relating to performance under this CONTRACT. DISTRICT reserves the right to require complete copies of all said policies at any time. Any modification or waiver of the insurance requirements herein shall be made only with the approval of DISTRICT Risk Manager. The procuring of insurance shall not be construed as a limitation on liability or as full performance of the indemnification provisions of this CONTRACT.

6.1.6 CONTRACTOR agrees to indemnify, defend and hold harmless the DISTRICT, its officers, agents and employees from any and all claims and losses accruing or resulting to any and all persons supplying work or equipment in connection with the performance of this Agreement, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by CONTRACTOR in the performance of this Agreement.

6.1.7 CONTRACTOR agrees that in performing the work of this Agreement it shall comply with all applicable federal, state, and local laws, rules, regulations and ordinances, and agrees to indemnify, defend and hold harmless DISTRICT against liability arising from CONTRACTOR’s failure to comply with any such regulations.

6.1.8 CONTRACTOR shall be fully responsible for any damage to school property, buildings, structures, or grounds as a result of its operations. Should CONTRACTOR fail to make the necessary repairs promptly and to the satisfaction of the DISTRICT, DISTRICT may have the repairs made and invoice CONTRACTOR or deduct the cost of such repairs from payments due CONTRACTOR.

MOVING SERVICES AGREEMENT BID #3211 PAGE 3 OF 5

Page 27: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

7. TERMINATION

7.1 DISTRICT may terminate this Agreement for cause upon thirty (30) days written notice to CONTRACTOR should CONTRACTOR fail to perform any of the requirements of this Agreement at the time and in the manner herein provided.

7.2 DISTRICT may terminate this Agreement for convenience upon ninety (90) days written notice to the CONTRACTOR.

7.3 In the event of termination, DISTRICT shall pay CONTRACTOR for all work actually performed by CONTRACTOR prior to the date of termination.

8. MISCELLANEOUS

8.1 Governing Law. This Agreement is governed by and shall be interpreted in accordance with the laws of the State of California.

8.2 Capacity. In furnishing services under this Agreement, neither CONTRACTOR nor DISTRICT shall be construed to be the agent, employee, or representative of the other, except as specified in this Agreement. In furnishing services under this Agreement, none of the employees or representatives of CONTRACTOR is an employee or agent of DISTRICT.

8.3 Non-Discrimination. CONTRACTOR agrees that it will not discriminate in the selection of any employee because of race, creed, national origin, religion, sex, marital status, age, handicap, and/or medical condition.

8.4 Guarantee. CONTRACTOR guarantees all labor and equipment used in the performance of this Agreement.

8.5 Notices. Any notice relevant to this Agreement shall be addressed to the signatories listed below, and shall be served one on another only if delivered by personal delivery, by postage prepaid First Class Certified Return Receipt Requested United States Mail, by special courier or facsimile that provides confirmation of receipt.

8.6 Assignment. This Agreement is not assignable by CONTRACTOR, either in whole or in part, without the written consent of DISTRICT.

MOVING SERVICES AGREEMENT BID #3211 PAGE 4 OF 5

Page 28: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

All exhibits referenced herein and attached hereto shall be deemed incorporated into and made a part of this AGREEMENT by each reference as though fully set forth in each instance in the text hereof.

IN WITNESS WHEREOF, this Agreement has been duly executed by CONTRACTOR and DISTRICT as of the date set forth above.

DISTRICT CONTRACTOR

Mt. San Antonio Community College District 1100 North Grand Avenue Walnut, CA 91789 (909) 274-7500; fax (909) 274-2025

By: ______________________________ Michael D. Gregoryk Vice President, Administrative Services

By:__________________________

MOVING SERVICES AGREEMENT BID #3211 PAGE 5 OF 5

Page 29: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

PERFORMANCE BOND [SAMPLE]

KNOW ALL MEN BY THESE PRESENTS

That we, ___________________________________________, as Principal, and _____________________________________________________________, as Surety, are held and firmly bound along with our respective heirs, executors, administrators, successors and assigns, jointly and severally, unto MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT, hereinafter “Obligee,” for payment of the penal sum of____________________________________________________ Dollars

($________________) in lawful money of the United States, as more particularly set forth herein.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT:

WHEREAS, the Obligee, by resolution of its Board of Trustees, has awarded to the Principal a Contract for the Work commonly described as:

Project Name _____________________Bid No. ____

WHEREAS, the Principal has by written agreement dated ________________, entered into a Contract with the Obligee for performance of the Work; the Agreement and all other contract documents set forth therein are incorporated herein and made a part hereof by this reference.

WHEREAS, by the terms of the Contract Documents, the Principal is required to furnish a bond ensuring the Principal’s prompt, full and faithful performance of the contract documents.

NOW THEREFORE, if the Principal shall promptly, fully and faithfully perform each and all of the obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract Documents as said Contract Documents may be modified or amended from time to time; and if the Principal shall indemnify and save harmless the Obligee and all of its officers, agents and employees from any and all losses, liability and damages, claims, judgments, liens, costs, and fees of every description, which may be incurred by the Obligee by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract Documents, including all modifications, and amendments, thereto, and any warranties or guarantees required thereunder; then this obligation shall be void; otherwise, it shall be, and remain, in full force and effect.

The Surety, for value received, hereby stipulates and agrees that no change, adjustment of the Contract Time, adjustment of the Contract Price, alterations, deletions, additions, or any other modifications to the terms of the Contract Documents, the Work to be performed thereunder, or to the Specifications or the Drawings shall limit, restrict or otherwise impair Surety’s obligations or Obligee’s rights hereunder; Surety hereby waives notice from the Obligee of any such changes, adjustments of Contract Time, adjustments of Contract Price, alterations, deletions, additions or other modifications to the Contract Documents, the Work to be performed under the Contract Documents, or the Drawings or the Specifications.

In the event of the Obligee’s termination of the Contract due to the Principal’s breach or default of the Contract Documents, within twenty (20) days after written notice from the Obligee to the Surety of the Principal’s breach or default of the Contract Documents and Obligee’s termination of the Contract, the Surety shall notify Obligee in writing of Surety’s assumption of obligations hereunder by its election to either remedy the default or breach of the Principal or to take charge of the Work of the Contract Documents and complete the Work at its own expense (“Notice of Election”); provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Obligee, which approval shall not be unreasonably withheld, limited or

AAAA PERFORMANCE BOND – 00420 BBBB PAGE 1 OF 2

Page 30: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

_____________________________________________

_____________________________________________

_____________________________________________

_____________________________________________

_____________________________________________

MT. SAN ANTONIO COLLEGE

restricted. The insolvency of the Principal or the Principal’s mere denial of a failure of performance or default under the Contract Documents shall not by itself, without the Surety’s prompt, diligent inquiry and investigation of such denial, be justification for Surety’s failure to give the Notice of Election or for its failure to promptly remedy the failure of performance or default of the Principal or to complete the Work.

In the event the Surety shall fail to issue its Notice of Election to Obligee within the time provided for herein above, the Obligee may thereafter cause the cure or remedy of the Principal's failure of performance or default or to complete the Work. The Principal and the Surety shall be each jointly and severally liable to the Obligee for all damages and costs sustained by the Obligee as a result of the Principal’s failure of performance under the Contract Documents or default in its performance of obligations thereunder, including without limitation the costs of cure or completion exceeding the then remaining balance of the Contract Price; provided that the Surety’s liability hereunder for the costs of performance, damages and other costs sustained by the Obligee upon the Principal’s failure of performance under or default under the Contract Documents shall be limited to the penal sum hereof, which shall be deemed to include the costs or value of any Changes of any Work which increases the Contract Price.

In the event that suit or other proceeding is brought upon this Bond by the Obligee, the Surety shall pay to the Obligee all costs, expenses and fees incurred by the Obligee in connection therewith, including without limitation, attorneys’ fees.

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument this

___________ day of __________________________, 20_____ by their duly authorized agents or representatives.

PRINCIPAL: _____________________________________________ (Corporate Seal) (Principal Name) By: __________________________________________ (Signature)

(Typed or Printed Name)

(Title)

SURETY: _____________________________________________ (Corporate Seal) (Surety Name)

By: __________________________________________ (Signature)

(Attach Attorney-in-Fact Certificate) (Typed or Printed Name of Attorney-in-Fact)

(Address)

(Telephone Number)

AAAA PERFORMANCE BOND – 00420 BBBB PAGE 2 OF 2

Page 31: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

MT. SAN ANTONIO COLLEGE

LABOR AND MATERIAL PAYMENT BOND [SAMPLE]

KNOW ALL MEN BY THESE PRESENT, that we, ___________________________________________,

as Principal, and _____________________________________________________________, as Surety, are held and firmly bound along with our respective heirs, executors, administrators, successors and assigns, jointly and severally, unto MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT, hereinafter “Obligee,” for payment of the penal sum of

____________________________________________________________ Dollars

($________________) in lawful money of the United States, as more particularly set forth herein.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT:

WHEREAS, the Obligee, by resolution of its Board of Trustees, has awarded to the Principal a Contract for the Work commonly described as:

Project Name _____________________ Bid No. ____

WHEREAS, the Principal has entered into a Contract with the Obligee for performance of the Work; the Agreement and all other Contract Documents set forth therein are incorporated herein and made a part hereof by this reference.

WHEREAS, by the terms of the Contract Documents, the Principal is required to furnish a bond for the prompt, full and faithful payment to any Claimant, as hereinafter defined, for all labor, materials or services used, or reasonably required for use, in the performance of the Work.

NOW THEREFORE, if the Principal shall promptly, fully and faithfully make payment to any Claimant for all labor, materials or services used or reasonably required for use in the performance of the Work, then this obligation shall be void; otherwise, it shall be, and remain, in full force and effect.

The term “Claimant” shall refer to any person, corporation, partnership, proprietorship or other entity including without limitation, all persons and entities described in California Civil Code §3181, providing or furnishing labor, materials or services used or reasonably required for use in the performance of the Work under the Contract Documents, without regard for whether such labor, materials or services were sold, leased or rented. This Bond shall inure to the benefit of all Claimants so as to give them, or their assigns and successors, a right of action upon this Bond.

In the event that suit is brought on this Bond by any Claimant for amounts due such Claimant for labor, materials or services provided or furnished by such Claimant, the Surety shall pay for the same and reasonable attorneys’ fees pursuant to California Civil Code §3250.

The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, deletion, addition, or any other modification to the terms of the Contract Documents, the Work to be performed thereunder, the Specifications or the Drawings, or any other portion of the Contract Documents, shall in any way limit, restrict or otherwise affect its obligations under this Bond; the Surety hereby waives notice form the Obligee of any such change, extension of time, alteration, deletion, addition or other modification to the Contract Documents, the Work to be performed under the Contract Documents, the Drawings or the Specifications of any other portion of the Contract Documents.

AAAA LABOR & MATERIAL PAYMENT BOND – 00430 BBBB PAGE 1 OF 2

Page 32: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

_____________________________________________

_____________________________________________

_____________________________________________

MT. SAN ANTONIO COLLEGE

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument this

___________ day of __________________________, 20_____ by their duly authorized agents or representatives.

PRINCIPAL: _____________________________________________ (Corporate Seal) (Principal Name) By: __________________________________________ (Signature) _____________________________________________ (Typed or Printed Name) _____________________________________________ (Title)

SURETY: _____________________________________________ (Corporate Seal) (Surety Name)

By: __________________________________________ (Signature)

(Attach Attorney-in-Fact Certificate) (Typed or Printed Name of Attorney-in-Fact)

(Address)

(Telephone Number)

AAAA LABOR & MATERIAL PAYMENT BOND – 00430 BBBB PAGE 2 OF 2

Page 33: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

A

B

C

D

E

F

G

H

A

B

C

D

E

F

G

H

1 2 3 4 5 6

1 2 3 4 5 6

“TRIANGLE”PASTURE

“MESA”

31-36“RESERVOIR”

PASTUREG5G4S7S8 S11S9G4G1 S10 “MONTANA”G230 F138A-B S6S5

G7 F4BS4 SHEEPF2ASHERMANF1A PASTURE 1 F4APARK S3F2B E1F9F2C F5B E2S2

F8S1CONSTRUCTION DEMONSTRATION E3SHEEP “CACTUS”GARDEN F3A PASTURE 2 EQUINEPASTUREF5APASTURESE4F3

7073 80 ARENA4071 F6C72 F10 F6A12 40B F6BF7 E5

E6

40A12C67BCONSTRUCTION

MOTORCYCLE“HILL”66139D9A PASTURE

1A 67A COURSE

1B 9E 2926A PEDESTRIAN TUNNEL9B CONSTRUCTION81C 29B26B 26C PEDESTRIAN

PEDESTRIAN TUNNEL

BRIDGE16 A-D9C 26D17 27P6927A2T 2M 1810 27C

50A-C18 A-D 27B19B19A619C 50H

20 28A-B1161 21 A-JINFORMATION KIOSK

50F60

50TF34 7

50E23 50D45B

23ATHE MEADOWS 51

46A 50G45SB 4645S

45 47 SWITCHBACKS45G

CONST.43RESERVOIR 48WILDLIFE SANCTUARY HILL

HAMMERAMPHITHEATERTHROW

VALLEY LOOP

POOP OUTHILL

RESERVOIR RD

RD FARM

WAY

EDINGER

WALNUT

EDINGE WAY

AVE

AVE WALNUT

RD R

EE WALNUDR N I GRAND AVE

PUENTEA T

TN

AVE UMO LA

TEMPLE AVE

BON

SAN JOSE HILLS RD

ITA DR MUITA

D

GRAND AVE

MT. SAC WAY BONIT

M

A DR T.

TEMPLE AVE SAC WA

AMAR RD Y

GRAND AVE

Attachment H

Mt. San Antonio College1100 N. Grand Ave. Walnut, CA Phone: (909) 274 -7500 | Video Phone: (909) 895 -6634 | Campus Police: (909) 274 -4555 | Text-A-Tip: (909) 610 -9139 “TRIANGLE”

ADR

ONITB

A-3 R

S

B-1

PASTUREInteractive Campus Map: www.mtsac.edu/maps

“MESA”

31-36 “RESERVOIR”

ACCESS VAN PASTUREG5 EP G4S7S8 S9 S11G1 G4 S10 “MONTANA” G230 F138A-B S5 S6

G7 F4BS4 SHEEPF2ASHERMAN F1A PASTURE 1 F4APARK F2B S3 E1SP F9F2CLOT F5B E2H S2S1 F8CONSTRUCTION DEMONSTRATION SHEEP E3“CACTUS”

SP

GARDEN$ F3A PASTURE 2 EQUINEF5A PASTURESP PASTURESE4F3SP$ LOT 70H EP 73 EP80EP ARENAPAY LOT A 4071 F6CG 72 F10 F6AEP 12 40BEP F6BSP A-2 F7 E5EP E6

LOT A-5 EPA SP12C 40ALOT EP EPA-1 EP G CONSTRUCTION 67B MOTORCYCLE

“HILL”ACCESS VAN

9A 9D 13 66 SP $ PASTUREACCESS VAN LOT1A EP 67AACCESS VAN COURSE

1B F9E 2926A PEDESTRIAN

TUNNEL9B CONSTRUCTION81C 26B 26C 29B PEDESTRIAN TEMPLE AVE

PEDESTRIAN TUNNEL

LOT

BRIDGE16 A-D9C 26D17 27P 692T 2M 27A10 18 27C VSPEP 50A-C19A 19B 18 A-D 27B6

19C D-3 LOT 50HR20EP $28A-Bi $ 11 SP

EP61 LOT21 A-JINFORMATION KIOSK D-2 50FS$

WAY60 50TF3 EPPAY LOT B EPSP SP4

ACCESS VAN 7 LOT SPEP 50E23D $ 50DB-4 45BEPB-2

EP SP SP LOT23AEP

RB-3 THE MEADOWS 51 SP 46ALOT

B 50GSP 45SB 46

45S$ EPSP EP45 47EP SWITCHBACKS

45GCONST.43 SP

LOTRESERVOIR 48 50GLOTWILDLIFE SANCTUARY HILL SP W

SP

LOT HAMMERAMPHITHEATER M THROW

VALLEY LOOP

POOP OUT HILL

SP

Updated: 2016-08-30

$ i ACCESSVANSP EP EMERGENCY STUDENT EMPLOYEE DAY USE DAY USE SHORT-TERM METERED INFORMATION PUBLIC ACCESSIBLE ACCESSIBLE SMOKING SECURITY BLUE PHONE PARKING LOT PARKING LOT PARKING LOT PERMIT TIMED PARKING KIOSK TRANSIT STOP PARKING VAN SERVICE ZONE ESCORT (909) 274 - 4555 Mon. - Thurs.DISPENSER PARKING

6:30 pm - 10:15 pm

Page 34: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

Legend for Campus Map Location Building Number + (Grid)

A Academic Senate 4 (F,2) Accessible Technology Center (DSPS) 9E (D,2) ACES 9E (D,2) Adult Basic Education Center 30 (B,4) Admissions & Records 9B (D,2) Administration 4 (F,2)

Academic Senate Administrative Services Bursar’s Ofice/Permits Fiscal Services Human Resources Instruction Ofice Mail Center Marketing & Communication Payroll & Purchasing Printing Services Research & Institutional Efectiveness

Agricultural Sciences 80 (C,5) Animation Drawing Lab 13 (D,3) Art Center 1A/B/C (D,1) Art Computer Graphics Lab 13 (D,3) Art Gallery/Classrooms 1B/C (D,1) Arts Division Ofice 12 (D,3) ARISE (Asian American Pacific Islander Program) 16B (E,3) ASPIRE 9D (D,2) Assessment 9B (D,2) Auxiliary Services 9A (D,2)

B Biological Services 7 (F,3), 11 (E,2), 60 (E,3) & 61 (E,2) Bookstore (SacBookRac) Photo ID 9A (D,2) Box Ofice 2T (E,1) Bursar’s Ofice/Permits 4 (F,2) Business Division Ofice 17 (E,3) Business Faculty Ofices 18A, B (E,3) Bridge/Learning Communities 9E (D,2)

C Campus Events 6 (E,2) Campus Police (Public Safety) 23 (F,5) Career & Transfer Services 9B (D,2) Center for Deaf and Hard of Hearing Services (DHH) 9A (D,2) Center of Excellence 21D (E,3) Central Plant 29 (D,4) Central Plant Ofice 29B (D,4) Chemistry Department 7 (F,3) Child Development Administration 70 (C,4) Child Development Classes 73 (C,4) Child Development Complex 70-73 (C,4) Child Development Faculty Ofices 73 (C,4) Clarke Theater 2T (E,1) Communication Department 26D (E,3) School of Continuing Education Division Ofice 40 (C,5) Counseling Department 9B (D,2)

D Dance Studio 2T (E,1) Design Technology 13 (D,3) Disabled Student Programs & Services 9B (D,2) Document Storage/Facilities Planning 46A (F,5) DREAM 16C (E,3)

E English Department Ofice 26D (E,3) EOPS/CARE/CalWORKs 9B (D,2) Emergency Operations Center/Facilities Construction Ofices 46 (F,5) ESL Classrooms 31A & B, 32, 35-36 (B,4) & 66 (D,4) Exercise Science/Wellness Center 27A (E,4) Express Stop 16A (E,3)

F Facilities, Planning + Management / Maintenance + Operations 47 (F/G,5) Farm (Agriculture/Horticulture/VetTech)

48th District Agricultural Association F10 (D,5) Agricultural Sciences 80 (C,5) Equine Unit F6A-B-C (D,6) Equipment Barn F3 (C,5) Equipment Technology F7 (D,5) Farm Ofices F2A (C,5) Horticulture Storage F2B (C,5) Horticulture Unit F1 (B,5) Irrigation & Landscape Construction F2C (C,5) Livestock Pavilion F9 (C,5) Small Animal Care Unit F5B (C,6) Picnic Area/Sherman Park/Restrooms F1A (C,4) Swine Unit F4A & F4B (B/C,6) Vivarium F5A (C,6)

Fashion 13 (D,3) Feddersen Recital Hall 2M (E,1) Field House 50G (F,6) Financial Aid 9B (D,2) Fiscal Services 4 (F,2) Food & Supplies

Express Stop 16A (E,3) Short Stop 67A (D,4) Starbucks 8 (D,2) Mountie Café 8 (D,2) Mountie Grill 19C (E,3) Prime Stop 61 (E,2)

Foreign Languages 66 (D,4) Forensics 26D (E,3) Foundation Ofice 12 (D,3) Founders Hall 10 (E,2)

G Grants 4 (F,2) Gym 3 (E,2)

H Health Careers Center 67A & B (D,4) Health Careers Resource Center 67B (D,4) Heating/Air Conditioning 69 (E,4) High School Outreach 9B (D,2) High School Referral/Adult Diploma Programs 32, 33 & 38A-B (B,4) History/Geography/Political Science 26D (E,3) Honors Program 26A (D,3) Hospitality & Restaurant Management 19B (E,3) Human Resources 4 (F,2) Humanities & Social Sciences Division Ofice 66 (D,4) Humanities/Social Sciences 26A, B & D (D/E,3)

I Information Technology 23 & 23A (F,5) Instruction Ofice 4 (F,2) Interior Design 13 (D,3)

J Journalism 26D (E,3)

Page 35: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

K KSAK Radio Kinesiology, Athletics & Dance

Kinesiology, Athletics & Dance Division Ofice Field House Gym Locker Rooms Pool

L Language Center Library / Learning Technology Center

Library & Learning Resources Division Ofice Campus Events KSAK Radio Learning Assistance Center Library Media Services Tutorial Services/Supervised Tutoring TV Production/Broadcasting

Locker Rooms

M Mail Center Maintenance & Operations/Facilities Planning & Management Marketing & Communication Math & Science Math Tutoring Media Services Mental Health Faculty Ofices Mountie Café Mountie Grill Music/Dance/Theater Classes

6 (E,2) 45 (F,4) 45 (F,4)

50G (F,6) 3 (E,2)

27C (E,4) 27P (E,4)

66 (D,4) 6 (E,2)

27C (E,4)

4 (F,2) 47 (F/G,5)

4 (F,2) 61 (E,2) 61 (E,2)

6 (E,2) 67A (D,4)

8 (D,2) 19C (E,3)

2M & 2T (E,1)

N Natural Sciences Division Ofice 61 (E,2) Natural Sciences Complex 7 (F,3), 11 (E,2), 60 (E,3) & 61 (E,2) Nutrition 19B (E,3)

O Older Adult Programs 36 (B,4)

P Parking Ofice (Violations) 23 (F,5) Payroll & Purchasing 4 (F,2) Performing Arts Center 2M & 2T (E,1)

Box Ofice Dance Studio Feddersen Recital Hall Music/Dance/Theater Classes Clarke Theater Studio Theater

Photographics 13 (D,3) Planetarium 26C (D,3) Pool 27P (E,4) President’s Ofice/Board Room 10(E,2) Printing Services 4 (F,2) Professional & Organizational Development 6 (E,2) Prime Stop 61 (E,2) Public Afairs & Media Relations 4 (F,2) Public Safety 23 (F,5)

R REACH 9B (D,2) Receiving/Transportation 48 (G,5) Regional Health Occupations Resource Center (RHORC) 35 (B,4) Research & Institutional Efectiveness 4 (F,2) Risk Management 4 (F,2)

S School of Continuing Education Division Ofice 40 (C,5) Science Laboratories 60 (E,3) Science - North 11 (E,2) Science - South 7 (F,2/3) Short Stop 67A (D,4) Starbucks 8 (D,2) Student Health 67B (D,4) Student Health (Satellite Ofice) 9E (D,2) Student Life Center 9C (D/E,2) Student Services Center 9B (D,2)

Student Services Division Ofice Admissions & Records Assessment Career & Transfer Services Counseling Department Disabled Student Programs & Services (DSPS) EOPS/CARE/CalWORKs Financial Aid High School Outreach Upward Bound

Student Services Annex 9D (D,2) Aspire

Student Success Center 9E (D,2) ACES Accessible Technology Center (DSPS) 9E (D,2) Bridge/Learning Communities Student Health (Satellite Ofice) Veterans Resource Center

Studio Theater 2T (E,1)

T Teacher Preparation Institute 26A (D,3) Technology Center 28A/B (E,3/4) Technology & Health Division Ofice 28A (E,3) Technical Education Resource Ctr (TERC) 18C (E,3) Technical Services 6 (E,2) Telecommunications 23 (F,5) Tutorial Services/Supervised Tutoring (LAC) 6 (E,2) TV Production/Broadcasting 6 (E,2)

U Upward Bound 9B (D,2)

V Veterans Resource Center 9E (D,2) Vocational Technical Ed. Act (VTEA) 40 (C/D,5)

W Welding/Air Conditioning 69 (E,4) Wellness Center 27A (E,3/4) WIN (Student Athlete Tutorial Center) 45 (F/G,4) Writing Center 26B (D,3)

Page 36: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

ATTACHMENT I

Hypothetical Move Plan

The following Move Plan will be used as the evaluation criteria for selecting the low bidder.

We are in need to move six faculty and one classroom in our Business Department. Using the campus map (Attachment H) with the new building floor plan please provide the cost summary in the table below:

Move Matrix

Floor Plan of New location

Page 37: Re-Bid Moving Services For The College€¦ · Re-Bid MOVING SERVICES FOR THE COLLEGE Bid No. 3211 Bid Due: February 5, 2019,2:00 p.m. Note: If you do not wish to bid, please return

List of Items & Services for a 5 Hour Move

Existing office desks, office chairs, classroom student chairs, and podium will be moved to our warehouse. The new destination will have all new furnishings. Offices will generate 10 boxes per Faculty. About 12 boxes will need assistance with packing. Contents in boxes will move to new destination. Technology will be moved with disconnect/reconnect completed by our in-house IT Department.

Faculty Offices Items Classroom Items Services Needed Supplies Needed 6 Desks 1 Podium 1 Project Manager 60 Boxes

6 Office Chairs 50 Student Chairs 1 Supervisor 6 Computer Bags 12 Guest Chairs 3 lg. Tables 1 Truck 6 Monitor Sleeves 12 Bookcases 1 Computer 1 Driver 100 Labels 6 Computers 1 Packer 1 Roll Shrink Wrap

3 Printers 2 Helpers 10 Filing Cabinets 2 Installers

4 Misc. Art 6 Trash Cans

Cost Summary

Items Amount Moving Costs $ Boxes & Packing Materials $ Material Delivery $ Fuel $ Total Costs $

Provide cargo transit valuation options:

Company Name __________________________________