California Public Utilities Commission - Bidsync
Transcript of California Public Utilities Commission - Bidsync
1
California Public Utilities Commission
INVITATION FOR BID
Notice to Prospective Bidders
August 15, 2013
You are invited to review and respond to this Invitation for Bid (IFB) entitled Moving Services for
CPUC Restack Project, 13BS5009. In submitting your bid, you must comply with the instructions
stated in the IFB.
Note that all agreements entered into with the State of California will include by reference
General Terms and Conditions (GTC 610) available at:
www.documents.dgs.ca.gov/ols/GTC-610.doc
and Contractor Certification Clauses (CCC307) available at:
www.documents.dgs.ca.gov/ols/CCC-307.doc.
Please note that no verbal information given will be binding upon the CPUC unless such
information is in writing and posted in the Bidsync at:
http://www.bidsync.com/
In the opinion of the California Public Utilities Commission (CPUC) this IFB is complete and
without need of explanation. However, if you have questions related to this IFB, please direct your
questions to the CPUC as instructed in Section 5 of the IFB.
For prospective bidders who need assistance due to a physical impairment in order to attend the
Mandatory Walkthrough and Conference as described in Section 8.4 of this IFB, a reasonable
accommodation will be provided upon request. Please contact Mark Ferrara at 415-703-5886 by
12:00 p.m. (noon) on Monday, August 26, 2013 to arrange for a reasonable accommodation.
Mark Ferrara
Project Manager
2
Table of Contents
1. Purpose and Description of Services Background ......................................................... 4
2. Scope of Work ................................................................................................................ 4
3. Term of Contract ............................................................................................................ 4
4. Maximum Bid ................................................................................................................. 4
5. Bidders’ Questions and Answers ................................................................................... 5
6. Bidder’s Responsibilities for the IFB ............................................................................. 5
7. Bidder’s Minimum Qualifications .................................................................................. 5
7.1. Experience ...................................................................................................................... 5
7.2. Client References and Qualifications ............................................................................. 6
7.3. Insurance Requirements ................................................................................................. 6
7.4. Government Restrictions ................................................................................................ 8
7.5. Prevailing Wage Rates ................................................................................................... 8
8. Bid Requirements and Information ................................................................................ 8
8.1. Key Action Dates ........................................................................................................... 8
8.2. Addenda .......................................................................................................................... 9
8.3. Confidentiality ................................................................................................................ 9
8.4. Mandatory Walkthrough and Optional Pre-Bid Conference .......................................... 9
8.5. Socioeconomic and Environmental Programs ............................................................. 10
8.5.1. Minimum 3% DVBE Program Participation Requirement .......................................... 11
8.5.2. DVBE Required Forms with the Offer ......................................................................... 12
8.5.3. Resources for Locating DVBEs ................................................................................... 13
8.5.4. Incentive and Preference Programs and Associated Preferences ................................. 14
8.5.5. DVBE Incentive Program ............................................................................................ 14
8.5.6. Small Business Preference ........................................................................................... 15
8.5.6.1. DGS Certified SBE ...................................................................................................... 15
8.5.6.2. Small Business Preferences for Non-Small Businesses ............................................... 16
8.5.6.3. TACPA, LAMBRA and EZA Preference Programs .................................................... 16
8.5.7. Commercially Useful Function .................................................................................... 18
8.5.8. DARFUR Contracting Act Certification ...................................................................... 18
9. Preparation and Submission of Offer ........................................................................... 18
9.1. Offer Submission .......................................................................................................... 18
9.2. Deviation ...................................................................................................................... 20
9.3. Rejection ....................................................................................................................... 20
9.4. Developing the Bid ....................................................................................................... 20
9.5. Withdrawal and Re-Submittal ...................................................................................... 20
9.6. Multiple Offers and Collusion ...................................................................................... 21
9.7. Envelope 1 - Required Information and Attachments .................................................. 21
9.7.1. Offer Checklist, IFB Attachment 1 .............................................................................. 21
9.7.2. Cover Letter .................................................................................................................. 21
9.7.3. Customer Reference Forms, IFB Attachment 2 ........................................................... 22
9.7.4. Conflict of Interest Statement, IFB Attachment 3 ........................................................ 22
9.7.5. Bid/Bidder Certification Sheet, IFB Attachment 4 ...................................................... 22
9.7.6. Bidder Declaration GSPD-05-105, IFB Attachment 5 ................................................. 22
9.7.7. DVBE Declarations, IFB Attachment 6 ....................................................................... 22
9.7.8. Darfur Contracting Act Certification, IFB Attachment 7, if applicable ....................... 22
3
9.7.9. Small Business Affidavit, IFB Attachment 8, if applicable ......................................... 22
9.7.10. TACPA form and attachments, if applicable ............................................................... 22
9.7.11. LAMBRA Act Form and Attachments, if applicable ................................................... 22
9.7.12. EZA form and Attachments, if applicable .................................................................... 23
9.8. Envelope 2 - Bid-Cost .................................................................................................. 23
10. Evaluation and Selection .............................................................................................. 24
10.1. Evaluation and Selection Example ............................................................................... 24
10.2. Tie Bids ........................................................................................................................ 25
11. Award and Protest ........................................................................................................ 26
12. Required Upon Award of Agreement .......................................................................... 26
13. Disposition of Offers .................................................................................................... 27
14. Agreement Execution and Performance ....................................................................... 27
ATTACHMENT 1 – OFFER CHECKLIST ................................................................................. 29
ATTACHMENT 2 – CUSTOMER REFERENCES ..................................................................... 31
ATTACHMENT 3 – CONFLICT OF INTEREST STATEMENT ............................................... 33
ATTACHMENT 4 – BID/BIDDER CERTIFICATION SHEET ................................................. 34
ATTACHMENT 5 – BIDDER DECLARATION (GSPD-05-105) .............................................. 36
ATTACHMENT 6 – DVBE DECLARATIONS (STD 843) ........................................................ 39
ATTACHMENT 7 – DARFUR CONTRACTING ACT CERTIFICATION ............................... 40
ATTACHMENT 8 – SMALL BUSINESS AFFIDAVIT ............................................................. 41
ATTACHMENT 9 - CONTRACTOR CERTIFICATION CLAUSES (CCC-307)..................... 42
ATTACHMENT 10 – PAYEE DATA RECORD (STD 204) ...................................................... 46
ATTACHMENT 11 – SAMPLE STANDARD AGREEMENT ................................................... 48
ATTACHMENT 12 - SCOPE OF WORK ................................................................................... 49
ATTACHMENT 13 – BUDGET DETAIL AND PAYMENT PROVISIONS ............................ 57
ATTACHMENT 14 – GENERAL TERMS AND CONDITIONS – GTC-610 .......................... 59
ATTACHMENT 15 - SPECIAL TERMS AND CONDITIONS ................................................. 63
ATTACHMENT 16 - SHARED PRINTERS……………………………………………………68
ATTACHMENT 17 – ADDITIONAL PROVISIONS…………………………………………..70
ATTACHMENT 18 - SCHEDULE OF RESTACK MOVES 2014-15…………………………71
ATTACHMENT 19 - COST SHEETS AND INSTRUCTIONS………………………………..72
ATTACHMENT 19a - COST SHEET FOR MOVING WSUs………………………………….74
ATTACHMENT 19b - COST SHEET FOR MANDATORY OPTIONALS…………………...75
ATTACHMENT 19c - TOTAL COST SHEET…………………………………………………76
4
1. Purpose and Description of Services Background
The California Public Utilities Commission’s (CPUC) Headquarters at 505 Van Ness Avenue,
San Francisco, California 94102 is approximately 27 years old and still has its original
workstations, electrical wiring and communications cabling. These infrastructures are starting to
lack the ability or flexibility to support staff in efficiently conducting business, and the CPUC is
in the process of replacing them.
Since all of the electrical wiring and communications cabling are in floor channels, their
replacement requires that each floor be completely vacated for construction. For the displaced
employees, the CPUC has acquired 455 Golden Gate Avenue, 7th
Floor, San Francisco, CA 94102
as external swing space (ESS) and designated certain areas in the Headquarters as internal swing
space (ISS). The purpose of this IFB is to solicit bids from qualified vendors that will result in a
Standard Agreement (Agreement) to provide a full range of moving services for the CPUC’s
Restack Project. The Sample Standard Agreement is attached as IFB Attachment 11.
2. Scope of Work
The scope of work, in its entirety, is contained in IFB Attachment 12 - “Scope of Work.” Below
is an overview of the required services including, but not limited to:
Moving, transporting, and placing office furniture, equipment and related
supplies
Disconnecting, reconnecting, packing and unpacking electronic equipment
including but not limited to personal computers, scanners, fax machines, phones,
printers and copiers
Dismounting and remounting furniture (such as bookcases/bookshelves, file
cabinets, etc.) to walls and/or each other
Disassembling and reconfiguring modular furniture
Dismounting, remounting, and adjusting keyboard trays
Adjusting and troubleshooting desk and file drawers
Disassembly and reassembly of large desks
Moving miscellaneous items, such as safes
3. Term of Contract
The term of the Agreement will be for a 23-month period, from February 1, 2014 through December
31, 2015, with, at the CPUC’s option, one (1) one-year extension.
4. Maximum Bid
The maximum value of this contract will not exceed two-hundred and fifty thousand dollars
($250,000.00). Bidders cannot bid more than this amount.
5
5. Bidders’ Questions and Answers
Bidders requiring clarification of the intent or content of this IFB or on procedural matters regarding
the competitive bid process may request clarification by submitting written questions via Bidsync at:
http://www.bidsync.com/
To ensure a response, questions must be posted in Bidsync by the scheduled date and time given in
the IFB Section 8.1, Key Action Dates. Questions that are not submitted through Bidsync will not be
answered. Questions received after the date and time indicated will only be answered by the CPUC as
time allows as solely determined by the CPUC, and therefore may remain unanswered.
Question and Answer sets will be provided to all potential bidders via posting on the website:
www.bidsync.com
without identifying the submitters. At the sole discretion of the CPUC, questions may be paraphrased
by the CPUC for clarity. Only questions and answers released through Bidsync shall be binding upon
bidders and the CPUC. Oral answers shall not be binding on the CPUC.
6. Bidder’s Responsibilities for the IFB
It is each Bidder’s responsibility to:
Carefully read the entire IFB, including all referenced web addresses,
regulations, orders and statutes cited in this IFB
Submit appropriate questions in writing through Bidsync by the submittal date
and time
Review Questions and Answer sets posted in Bidsync
Submit all required responses, completed to the best of the bidder’s ability, by
the required dates and times
Make sure that all procedures and requirements of the IFB are accurately
followed and appropriately addressed
Carefully reread the entire IFB before submitting a bid offer (Offer)
7. Bidder’s Minimum Qualifications
The CPUC is seeking experienced bidders with a successful track record. To this end, bidders must
meet the following minimum qualifications:
7.1. Experience
a. Bidders must have begun performing office moving services before January 1,
2009
6
b. Bidders must have experience in moving, packing/unpacking,
connecting/disconnecting personal/laptop (PC) computers and printers/copiers
(Printers), adjusting and reconfiguring Modular Systems Furniture, and
providing miscellaneous services such as keyboard installations/adjustments
c. Bidders must be a Better Business Bureau accredited business with a rating of
B+ (plus) or better in the category of Moving and Storage Company
d. Bidders must have performed a minimum of two (2) moving services for
relocating two-hundred (200) or more personnel since January 1, 2010
7.2.Client References and Qualifications
Each bidder must provide four (4) references for office moving services performed within the past
three (3) years. More importantly, at least one (1) of these four (4) references must be from a
business for whom the bidder performed moving, packing/unpacking, and connecting/disconnecting
PCs and Printers, and at least two (2) of these four (4) references must be from businesses for whom
the bidder have provided moving services for relocating two-hundred (200) or more personnel.
The Customer Reference form, IFB Attachment 2, must be sent to and completed by the client.
Completed Customer Reference forms must be included with the Offer. It is the responsibility of
the bidder that each reference be verified for completeness before submission. Incomplete forms
shall not be considered. Bidder must verify completeness prior to submission.
To demonstrate that the bidder is responsible and has the resources to successfully provide the
services required by this IFB, references must be:
Rated Satisfied or Very Satisfied to be a qualifying reference
For work performed within California
For work performed by the bidder as prime contractor
Completed and signed by the bidder’s client
By furnishing client references, bidders give the CPUC permission to contact the named entities to
discuss past performance and use this information in the evaluation of information in the Customer
Reference forms.
7.3. Insurance Requirements
By submitting an Offer, the bidder confirms that it has read, understood and met the following
insurance requirements, and will provide the CPUC all required insurance certificates upon award of
the contract:
a. Contractor shall maintain general liability with limits of not less than
$1,000,000.00 per occurrence for bodily injury and property damage liability
combined and furnish to the State a certificate of insurance stating that this
coverage is presently in effect for the Contractor. The policy shall be in effect at
all times during the term of this contract. The policy shall include coverage for
liabilities arising out of premises, operations, independent contracts, products,
7
completed operations, personal and advertising injury, and liability assumed
under an insured contract. This insurance shall apply separately to each insured
against whom claim is made or suit is brought subject to the Contractor’s limit of
liability.
b. This policy must include the CPUC as additional insured, but only insofar as the
operations under this contract are concerned, and must provide the additional
insurance language as follows: “The State of California, its officers, agents and
employees are included as additional insured, but only with respect to work
performed for the State of California under the contract.”
c. Contractor shall maintain statutory workers’ compensation and employer’s
liability coverage for all its employees who will be engaged in the performance
of the contract, including special coverage extensions where applicable.
Employer’s liability limits of $1,000,000.00 shall be required.
d. Contractor shall maintain motor vehicle liability with limits of not less than
$1,000,000.00 per accident. Such insurance shall cover liability arising out of a
motor vehicle including owned, hired, and non-owned motor vehicles.
e. Contractor shall maintain Motor Truck Cargo Insurance with limits of not less
than $750,000 minimum for aggregates.
f. Evidence of insurance shall meet the requirements specified in the Agreement
and shall be of a form and content acceptable to Department of General Services,
Office of Risk and Insurance Management (ORIM).
g. The certificate of insurance shall be issued by an insurance company, or be
provided through partial or total self-insurance, acceptable to DGS/ORIM.
h. All certificates of insurance shall clearly indicate the Agreement number and be
submitted to the CPUC as directed in IFB Section 12, Required Upon Award of
Agreement.
i. Contractor is responsible to notify the CPUC within five (5) business days of any
cancellation, non-renewal or material change that affects required insurance
coverage.
j. The certificate of insurance shall provide that the insurer shall not cancel the
insured’s coverage without thirty (30) days prior written notice to the CPUC.
k. In the event said insurance coverage lapses, expires, or is cancelled at any time
or times during the term of the Agreement, Contractor shall provide at least
thirty (30) days prior to said date a new certificate of insurance evidencing
insurance coverage as provided for herein for not less than the remainder of the
term of the Agreement, or for a period of not less than one (1) year. New
8
certificates of insurance are subject to the approval of DGS/ORIM. Contractor
agrees that no work or services shall be performed prior to required approvals.
In the event Contractor fails to keep current and in effect at all times, insurance
coverage as herein provided, the CPUC may, in addition to any other remedies,
terminate the Agreement.
7.4. Government Restrictions
There must be no city and state restrictions against the bidder to do business in California.
7.5. Prevailing Wage Rates
This Agreement requires payment of prevailing wages as set by the Director of the Department of
Industrial Relations in the prevailing wage rate determination for the applicable and appropriate
classification for the work being performed, as set forth for each county.
7. 6. Overtime
No overtime shall be paid through this contract. All expenses shall be factored into the Offer in terms
of the rate for moving WSUs as well as the hourly rate for Mandatory Optionals according to the
schedules provided in this IFB, which may include nights and likely will include weekend work.
8. Bid Requirements and Information
The following subsections provide information and required components necessary to participate in
this IFB.
8.1. Key Action Dates
The following table identifies the key dates of this IFB process. Any Offer received after the Offer
Submission date and time will be rejected. Key action dates for events subsequent to Offer
Submission are subject to change at the CPUC’s discretion without issuing an addendum to this IFB.
Key Action Dates
Event Description Date & Time (Pacific Time)
1 Issuance of IFB August 19, 2013
2 Mandatory Walkthrough and Conference August 28, 2013 1:00 p.m.
3 Bidders Written Questions Deadline September 3, 2013 5:00 p.m.
4 CPUC’s Answers to Written Questions September 6, 2013 5:00 p.m.
5 Offer Submission Deadline September 16, 2013 3:00 p.m.
6 Completion of Compliance Check and
Evaluation of Bidder’s Qualifications
September 25, 2013
7 Notification of non-Responsive Offers to
Bidders o
September 26, 2013
9
8 Opening of Bid-Cost October 4, 2013 10:00 a.m.
9 Notice of Intent to Award and Protest Period
Begins
October 7, 2013
10 Protest Period Ends October 14, 2013
11 Contract Award October 15, 2013
12 Contract Approved by DGS and Execution
Completed ed
January 15, 2014
8.2. Addenda
The CPUC may modify the IFB prior to the date fixed for the Offer Submission specified under the
Key Action Dates above. Addenda will be numbered consecutively. Only the latest version of the
IFB, as may be modified by any addenda, will be correct and valid IFB to which bidders must be
responsive.
8.3. Confidentiality
Offers are public record and bidders should be aware that marking a document “CONFIDENTIAL”
or “PROPRIETARY” will not keep the document from being released unless an order by a Court
specifically prevents its release by the CPUC.
The content of hardcopy and electronic work papers and correspondence disclosing any part of an
Offer will be held in the strictest confidence until the Notice of Intent to Award is posted. Any
disclosure of confidential information by a CPUC employee is a basis for disciplinary action,
including dismissal from CPUC employment, as provided by California Government Code § 19570 et
seq.
8.4. Mandatory Walkthrough and Conference
Below is the schedule for the Mandatory Walkthrough and Conference:
Mandatory Walkthrough and Conference Schedule
Event Time Date Location
Mandatory Walk-
through and
Conference
1:00 p.m. –
3:30 p.m.
August 28, 2013
(Wednesday)
Courtyard Room
505 Van Ness Avenue
San Francisco, CA 94102
All bidders are required to attend the Mandatory Walkthrough and Conference for the purposes of
inspecting items to be moved and locations of the items to be moved from and to. In the event a
prospective bidder is unable to attend the Mandatory Walkthrough and Conference, an authorized
representative may attend on its behalf. The representative may only sign-in for one (1) prospective
bidder. No Offer will be accepted unless the bidder or his authorized representative was in
attendance.
10
The purpose of the Conference is to discuss concerns regarding this IFB. Since no verbal information
given will be binding upon the CPUC, bidders should follow up on their concerns in the Written
Questions Submittal as discussed in IFB Section 5 above.
8.5. Socioeconomic and Environmental Programs
The State of California has established specific socioeconomic procurement programs to increase
business opportunities to small business enterprise (SBE) and disabled veteran business enterprise
(DVBE) and businesses operating in economically distressed areas of the State including Target Area
Contract Preference Act (TACPA), the Local Agency Military Base Recovery Area Act (LAMBRA),
and/or the Enterprise Zone Act (EZA).
Comporting with State’s established statewide DVBE participation goal, the CPUC has established
that all bidders must comply with the minimum three percent (3%) DVBE program
participation requirement for this IFB.
Bidders are not required to participate in other (meaning other than the minimum three percent (3%)
DVBE, above) incentive or preference programs described herein. If a bidder elects to do so, the
bidder may receive preferences (in dollars) reducing the amount of their Bid-Cost for cost comparison
purpose only. The amount and application of these preference dollars are described in the program
descriptions, web addresses, and statutes referenced in this IFB. However, there are significant
limitations on the amount that can be applied by participation in these preference programs,
individually and in combination. In addition, an intended award to a DGS certified SBE cannot
be displaced as a result of the award of other incentive or preferences. Bidders are cautioned to
read and understand all of the DVBE and preference program requirements and how their
benefits are applied.
Links and references are provided throughout this IFB to DGS website information. This information
and all DGS website information are subject to the following DGS disclaimer, which is also available
via the “Disclaimer” link at the bottom of the DGS webpage
www.dgs.ca.gov.
DISCLAIMER
Disclaimer of Liability
The Department of General Services, including all individual offices, collectively referred to herein
as DGS, assumes no responsibility for anyone's improper or incorrect use of DGS homepage
information. In no event shall DGS be held liable on any theory of liability for damages or injury of
any type resulting from use of DGS's system or homepage information, even if advised of the
possibility of such damage or injury. This disclaimer of liability applies to all claims for damages or
injury, including, but not limited to: failure of performance, error, omission, interruption, deletion,
defect, delay in operation or transmission, computer virus, or unauthorized access to or alteration of
data, whether for breach of contract, tortious behavior, negligence or under any other cause of action.
Disclaimer of Warranties/Accuracy of Data/External Links/Duty to Continue
11
Content on DGS's web pages is produced from sources believed to be reliable. No warranty expressed
or implied is made regarding: accuracy, adequacy, completeness, legality, reliability, merchantability,
fitness for a particular purpose, freedom from contamination by computer viruses, or usefulness of
any information. All warranties of any kind, express or implied, including, but not limited to, the
implied warranties of non-infringement of proprietary rights ARE DISCLAIMED.
DGS is not responsible for the contents of any off-site pages referenced from DGS's web pages. DGS
is not liable for the defamatory, offensive, or illegal conduct of other users, links, or third parties and
that the risk of damage or injury from the foregoing rests entirely with the user.
DGS, unless statutorily required, has no continuing obligation to provide information on its
homepages. Content that is free and publicly available may one day be eliminated, restricted, or
require a fee. The location of items may change as menus, homepages, and files are reorganized. DGS
does not warrant that the service will be uninterrupted or error free.
Disclaimer of Endorsement
DGS sometimes distributes data supplied by third parties. Any opinions, advice, statements, services,
offers, or other information or content expressed or made available by third parties, are those of the
respective author(s) or distributor(s) and not necessarily of DGS.
Reference herein to any specific commercial products, process, or service by trade name, trademark,
manufacturer, or otherwise does not constitute or imply endorsement, recommendation, or preference
by DGS, and such reference shall not be used for advertising or product endorsement purposes.
Choice of Law
Construction of the disclaimers above and resolution of disputes thereof are governed by the laws of
the State of California.
8.5.1. Minimum 3% DVBE Program Participation Requirement
General information about DVBE requirements is available at the DGS Procurement Division
website at
http://www.dgs.ca.gov/pd/Programs/OSDS/GetCertified.aspx
General questions about the State’s DVBE programs may be directed to the DGS Procurement
Division’s Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) at
(916) 375-4940. Questions regarding the DVBE participation specific to this IFB should be directed
to the CPUC as instructed in IFB, Section 5, Bidders’ Questions and Answers.
The State has established goals for DVBE participation in State contracts. For this procurement,
the minimum DVBE participation goal that must be met by each bidder is three percent (3%)
of the bidder’s “Total Cost Sheet” (see IFB Attachment 19c).
Please read this entire requirement carefully, including its mandatory reporting requirements. Failure
to comply with the DVBE program requirement will cause your solicitation response to be deemed
12
non-responsive and your firm’s Offer will be rejected. This 3% DVBE Program requirement is not
optional and must be met by all bidders.1
Bidders who claim DVBE participation but are later found to violate the DVBE program
requirements shall be subject to significant sanctions.2
If for this procurement the Contractor made a commitment to achieve DVBE participation, then the
Contractor must within 60 days of receiving final payment under this procurement (or within such
other time period as may be specified elsewhere in this procurement) certify in a report to the CPUC
all of the following:
The total amount the prime contractor received under the contract.
The name and address of the DVBE(s) that participated in the performance of
the contract.
The amount each DVBE received from the Contractor.
That all payments under the contract have been made to the DVBE(s).
The actual percentage of DVBE participation that was achieved.
A person or entity that knowingly provides false information shall be subject to a civil penalty for
each violation. (Military & Veterans Code (M&VC) § 999.5(d))
Contractor understands and agrees that should award of this Agreement be based in part on their
commitment to use the DVBE subcontractor(s) identified in their bid or offer, in accordance with
Military and Veterans Code 999.5 (e), a DVBE subcontractor may only be replaced by another
DVBE subcontractor and such replacement must be approved by the Department of General Services
(DGS). Changes to the scope of work that impact the DVBE subcontractor(s) identified in the bid or
offer and approved DVBE substitutions will be documented by contract amendment.
Failure of Contractor to seek substitution and adhere to the DVBE participation level identified in the
bid or offer may be cause for contract termination, recovery of damages under rights and remedies
due to the State, and penalties as outlined in M&VC § 999.9; Public Contract Code (PCC) §
10115.10, or PCC § 4110 (applies to public works only).
8.5.2. DVBE Required Forms with the Offer
Bidders must complete the appropriate information on the Bidder Declaration Form GSPD 05-105 to
claim DVBE participation. This form allows bidders to identify if they are a DVBE and/or to identify
DVBE subcontractors, their proposed contract function, and the corresponding percentage of
participation. The GSPD-05-105 form and its instructions are included in IFB Attachment 5. It can
also be found at the following link:
1 Note that a previously allowed “Good Faith Effort” is no longer a valid way of meeting this IFB’s DVBE participation
requirements, even though it may be referenced on some DGS web pages. 2 See www.dgs.ca.gov/pd/Programs/OSDS/firmviolations.aspx regarding violations.
13
www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf
A Disabled Veteran Business Enterprise Declarations (STD. 843) form must also be completed by
California-certified DVBE owners and managers of each DVBE firm that will be participating in the
awarded procurement document. The STD. 843 form is included in IFB Attachment 6. It can also be
found at the following link:
www.documents.dgs.ca.gov/pd/poliproc/STD-843FillPrintFields.pdf
All disabled veteran owners and disabled veteran managers of each participating DVBE must
sign a STD 843 form. When claiming any DVBE participation, the completed form(s) must be
submitted with the bidder’s Offer. Failure to provide the form(s) within the time frame
specified by the State may cause your bid to be rejected.
At the State’s option prior to award, bidders may be required to submit additional written
clarifying information. Failure to submit the requested written information as specified may be
grounds for rejection of bidder’s Offer.
8.5.3. Resources for Locating DVBEs
Bidders are strongly encouraged to not delay their preparation for meeting the DVBE participation
requirements, if they expect to be compliant in time for their Offer Submission.
Resources for locating DGS certified DVBEs for participation include, but are not necessarily limited
to:
DGS OSDS Communications and Outreach Section:
www.dgs.ca.gov/pd/Programs/OSDS/CommunicationsOutreach.aspx
DGS DVBE and Small Business search engine (contracted to Bidsync):
http://www.bidsync.com/DPXBisCASB
Listing of DVBE trade papers: www.documents.dgs.ca.gov/pd/smallbus/TradePaper.pdf
Listing of DVBE focus papers: www.documents.dgs.ca.gov/pd/smallbus/FocusPaper.pdf
List of local DVBE contacts:
www.documents.dgs.ca.gov/pd/smallbus/RefOrg.pdf
Calendar of DVBE events:
www.documents.dgs.ca.gov/pd/events/SBDVBEevents.doc
14
8.5.4. Incentive and Preference Programs and Associated Preferences
Bidders are not required to participate in any of the incentive and preference programs described
herein (with the exception of the minimum three-percent (3%) DVBE referenced in Section 8.5.
on page 10). However, if a bidder elects to do so, the bidder may receive preferences, in dollars,
reducing the amount of its Bid-Cost for cost comparison purpose only, as described herein. For this
IFB, there is a cap of $100,000 that can be applied by participating in these programs. In
addition, an intended award to a DGS certified SBE cannot be displaced as a result of the awarded
cost adjustments from non-SBE small business, DVBE Incentive, TACPA, LAMBRA, and/or EZA.
Bidders are cautioned to read and understand all of the incentive and preference program
requirements and how cost adjustments are applied.
8.5.5. DVBE Incentive Program
In addition to the minimum three percent (3%) DVBE participation requirement, this IFB offers an
optional incentive for bidders that commit to achieving three and a half percent (3.50%) or more
DVBE participation as declared by the bidder on the Bidder Declaration GSPD-05-105 (IFB
Attachment 5) and confirmed by the State.
Under California Code of Regulations 1896.99.100, the California DVBE Incentive provides
responsive and responsible firms the opportunity to receive additional incentive calculations. The
incentive is applied at the time of solicitation evaluation when a proposing firm selects a California-
certified DVBE subcontractor to provide services or commodities in support of the overall contract
effort. Application of the DVBE Incentive may place the proposing firm in line for contract award.
The following are key elements of the DVBE Incentive Program:
The DVBE Incentive is applied during the evaluation process and is only applied to responsive bids
from responsible firms proposing the percentage of DVBE participation for the incentive specified in
this IFB.
For this IFB, the DVBE Incentive Percentages are:
Confirmed DVBE
participation of:
DVBE Incentive Percentage:
4.50% and above 2%
3.50% - 4.49% 1%
3.00% - 3.49% 0%
0.00% to 2.99% Non-Compliant (non-responsive bid)
The Incentive is calculated by multiplying the lowest responsive and responsible “Grand Total for
Restack Moving Services” from the “Total Cost Sheet” (Attachment 19c) by the DVBE Incentive
Percentage shown above. The incentive amount is then deducted from the bidder’s “Grand Total for
Restack Moving Services” on their “Total Cost Sheet” (Attachment 19c). This computation is for
15
evaluation purposes only and cannot be used to achieve any applicable minimum requirements. (CCR
1896.99.100)).
Services or commodities provided by the DVBE firm must meet the definition of a “Commercially
Useful Function” (CUF) as defined under Government Codes: 14837; 14838.6; 14839; 14842;
14842.5 and Military and Veterans Code 999 and 999.6, and discussed in IFB Section 8.5.7., below.
A DVBE firm not meeting CUF regulations will render the responding firm ineligible for the DVBE
Incentive application.
8.5.6. Small Business Preference
Small businesses are desired and encouraged to participate in this IFB. California Government Code
§ 14835, et seq. requires a preference of five percent (5%) of the lowest responsive bid be given to
bidders who are certified SBE. When applying program/incentive preferences, in which non-small
business bidders may be eligible, certified small business bidders have precedence over non-small
business bidders. The rules and regulations of this law, including the definition of small business for
the delivery of goods and services, are contained in California Code of Regulations, Title 2 Section
1896, et seq. Information about the Small Business preference program eligibility requirements and
benefits can be found at:
http://www.dgs.ca.gov/pd/Programs/OSDS/SBEligibilityBenefits.aspx
To claim a Small Business preference, the small business firm(s) must have its principal place of
business located in California, have a complete application (including proof of annual receipts) on file
with the State OSDS by 3:00 p.m. on the Offer Submission Deadline (Key Action Dates, IFB Section
8.1) and be verified by such office. Questions regarding the certification or the preference approval
process should be directed to the OSDS at (916) 375-4940.
Bidders who claim a Small Business preference but are later found to violate the Small Business
requirement shall be subject to significant sanctions.3
A copy of the regulations, instructions and format for claiming the small business preference is
available online at:
www.dgs.ca.gov/pd/Programs/OSDS/GetCertified.aspx
8.5.6.1. DGS Certified SBE
Bidders claiming a DGS certified SBE must include in their Offers a completed Small Business
Affidavit (Affidavit), IFB Attachment 8, and indicate their DGS small business certification number.
Bidders may also include a copy of their DGS small business certification with their Offers. Bidders
should be aware that dollar amounts must not be included in the Affidavit or any of the related
forms, as they may be cause for rejection of their Offers.
3 Additional information regarding violations available at: www.dgs.ca.gov/pd/Programs/OSDS/firmviolations.aspx
16
All Bidders claiming the five percent (5%) preference as a DGS certified SBE must also perform a
Commercially Useful Function as discussed in IFB Section 8.5.7., below.
8.5.6.2. Small Business Preferences for Non-Small Businesses
Government Code Section 14838(b)(1)(2) now provides for a non-small business preference.
Bidders, who use certified small business subcontractors for at least twenty-five percent (25%) of its
Grand Total, Bid-Cost, are eligible for a preference of five percent (5%) of the lowest responsive bid,
when competing against another non-small business. When applying bidder’s preferences, in which
non-small business bidders may be eligible, certified small business bidders have precedence over
non-small business bidders. The small business regulations are located at 2 CCR 1896.
Bidders that are not a DGS certified small business, but who are claiming a five percent (5%) small
business preference must also complete a Small Business Affidavit, indicate their subcontractor’s and
supplier’s DGS small business certification number, and attach a copy of their subcontractor’s and
supplier’s DGS small business certifications.
8.5.6.3. TACPA, LAMBRA and EZA Preference Programs
The state has established TACPA, LAMBRA and EZA programs designed to stimulate business and
employment in geographic areas determined to be economically distressed, with areas of high
unemployment. The DGS Procurement Division/Dispute Resolution/Preference Program Section
administers these programs and provides resource information about the programs. The Dispute
Resolution general number is (916) 375-4587. The DGS Preference Program information line is
(916) 375-4609. TACPA, LAMBRA and EZA bid evaluation preferences are available as described
below.
Target Area Contract Preference Act (TACPA)
Preference will be granted to California-based Contractors in accordance with California Government
Code Section 4530 et seq., whenever contract for goods and services are in excess of $100,000 and
the Contractor meets certain requirements as defined in the CCR (Title 2, Section 1896.30) regarding
labor needed to produce the goods or provide the services being procured. Bidders desiring to claim
Target Area Contract Preferences Act shall complete Std. Form 830 and submit it with the Bid. Refer
to the following website link to obtain the appropriate form with instructions:
www.documents.dgs.ca.gov/osp/pdf/std830.pdf
A bidder who has claimed a TACPA preference(s) and is awarded the contract will be obligated to
perform in accordance with the preference(s) requested, provided that the TACPA preference(s) was
granted in obtaining the contract.
If there is no intention of claiming this preference, the Bidder does not need to submit the STD Form
830.
17
Bidders seeking the TACPA preference must complete and submit the required form and all
necessary attachments with their Bids.
Local Area Military Base Recovery Act (LAMBRA)
Local Agency Military Base Recovery Act (LAMBRA), Government Code section 7105 et seq.,
promotes employment and economic development at designated military bases by offering
preferences when bidding on State contracts in excess of $100,000. The firm must be California
based. Additional information can be found at:
http://www.hcd.ca.gov/fa/ez/lambra/
Bidders desiring to claim this preference must submit a fully executed copy of Std. Form 832 and any
required attachments with their Bids. Bidders proposing to perform the contract at a designated
LAMBRA worksite(s) are required to identify such site(s) on the Std. Form 832. Failure to identify a
site(s), which qualifies for LAMBRA, will result in denial of the claimed preferences. Refer to the
following website link to obtain the appropriate form with instructions:
www.documents.dgs.ca.gov/osp/pdf/std832.pdf
A bidder that has claimed a LAMBRA preference and is awarded the contract based on such
preference(s) will be obligated to perform the contract in accordance with the Act.
If there is no intention of claiming this preference, the Bidder does not need to submit STD Form
832.
Enterprise Zone Act (EZA)
California Government Code Section 7070, et seq., provides that California based companies may be
granted preferences when bidding on State contracts in excess of $100,000 for goods and services
(excluding construction contracts) if the business site is located within designated "Enterprise Zones"
(see Std. Form 831). Additional information can be found at:
http://www.hcd.ca.gov/fa/ez/EZ_Regulations.pdf
Bidders desiring to claim this preference must submit a fully executed copy of Std. Form 831 and all
necessary attachments with their Bids. Bidders proposing to perform the contract in a designated
enterprise zone are required to identify such site(s) on the Std. Form 831. Failure to identify a site(s)
which qualifies as an enterprise zone will result in denial of the claimed preferences. Refer to the
following website link to obtain the appropriate form with instructions:
www.documents.dgs.ca.gov/osp/pdf/std831.pdf
A bidder that has claimed an EZA preference and is awarded the contract based on such preference(s)
will be obligated to perform the contract in accordance with the Act.
18
If there is no intention of claiming this preference, the Bidder does not need to submit the STD Form
831.
8.5.7. Commercially Useful Function
All contractors, subcontractors and suppliers claimed by bidders as either a DGS certified DVBE or a
SBE must perform a Commercially Useful Function. As stated in Chapter 623, Statutes of 2003
(Government Code Section 14837(d) (4)), a business performing a Commercially Useful Function is
one that does all of the following:
Is responsible for the execution of a distinct element of the work of the contract.
Carries out its obligation by actually performing, managing, or supervising the
work involved.
Performs work that is normal for its business, services and function.
Is not further subcontracting a portion of the work that is greater than that
expected to be subcontracted by normal industry practices.
A contractor, subcontractor, or supplier will not be considered to perform a commercially useful
function if the contractor’s, subcontractor’s, or supplier’s role is limited to that of an extra participant
in a transaction, contract, or project through which funds are passed in order to obtain the appearance
of small business, micro business or DVBE participation.
8.5.8. DARFUR Contracting Act Certification
PCC §§ 10475 -10481 applies to any company that currently or within the previous three (3) years
has had business activities or other operations outside of the United States. For such a company to bid
on or submit a bid for a State of California contract, the company must certify that it is either a) not a
scrutinized company; or b) a scrutinized company that has been granted permission by DGS to submit
a bid.
9. Preparation and Submission of Offer
9.1 Offer Submission
All Offers must be submitted in a sealed cover and received by the CPUC no later than 3:00 p.m.
(Pacific Time) on September 16, 2013. The CPUC’s mailing address for this IFB is:
CPUC
Attn: Mark Ferrara
505 Van Ness Avenue, Room 2006
San Francisco, CA 94102
The sealed cover must be clearly marked with:
19
IFB – #13BS5009
Moving Services for CPUC Restack Project
Firm Name:
Firm Address:
DO NOT OPEN
If the Offer is made under a fictitious name or business title, the actual legal name of the bidder must
be provided.
Inside the sealed cover, there shall be 2 separate sealed envelopes. The first envelope shall include all
required information and attachments without any cost information as that may be cause for
rejection of the Offer. This envelope shall be clearly marked with:
IFB – #13BS5009
Envelope 1
Required Information and Attachments
Firm Name:
The second sealed envelope shall contain bidder’s Bid-Cost. This second envelope shall be clearly
marked with:
IFB – #13BS5009
Envelope 2
Bid-Cost
Firm Name:
DO NOT OPEN
Offers should be prepared in the least expensive method. Expensive bindings, color displays,
promotional materials, et cetera, are neither necessary nor desired. Bidders are encouraged to
concentrate on conformity with IFB instructions, responsiveness to IFB requirements and the clarity
and completeness of the bid’s content.
Bidders must submit the original and three (3) copies of each document and have them
separated according to instructions, above, and in Attachment 1.
The original must be marked "MASTER COPY." All documents contained in the original must have
original signatures and must be signed by a person who is authorized to bind the proposing firm. All
copies may contain photocopies of the original package.
20
If Offers are hand delivered, they must be addressed to the Contracts Official but delivered in care of
the CPUC Mail Room. The CPUC Mail Room is located on the first floor. Please be advised that the
CPUC Mail Room is closed from 12:00-13:00 daily and at 5:00 p.m. daily.
NOTE: Failure to deliver Offer by the Offer Submission deadline set forth in IFB Section 8.1,
Key Action Dates, will be cause for rejection of the Offer. It is the responsibility of bidders to
ensure their Offers arrive on time. The CPUC is not responsible for errors or delays caused by
delivery companies.
9.2 Deviation
Offers must be submitted for the performance of all the services described in this IFB. Any deviation
from the work specifications will not be considered and will cause the Offer to be rejected.
The State does not accept alternate contract language from a prospective contractor. Any Offer with
such language will be considered a counter bid and will be rejected. The State’s General Terms and
Conditions (GTC), Attachment 14, are not negotiable.
9.3 Rejection
Offer may be rejected if it is conditional or incomplete, or if it contains any alterations of form or
other irregularities of any kind. The State may reject any or all bids and may waive any immaterial
deviation in a bid. The State's waiver of immaterial deviation shall in no way modify this IFB
document or excuse bidder from full compliance with all requirements if awarded the agreement.
Offers containing false or misleading statements or which provide references not supporting an
attribute or circumstance cited by the bidder may be rejected. If, in the opinion of the CPUC, such
information was intended to mislead the CPUC in its evaluation of Offers, and the attribute, condition
or capability is a requirement of this IFB, it will be grounds for rejection.
Bid modifications offered in any other manner, oral or written, will not be considered. The CPUC
reserves the right to reject all bids for reasonable cause including cost. The agency is not required to
award an agreement.
9.4 Developing the Bid
Costs incurred for developing a bid and in anticipation of the award of the contract are entirely the
responsibility of the bidder and shall not be charged to the CPUC.
9.5 Withdrawal and Re-Submittal
A bidder may modify its Offer after submission by withdrawing its original Offer and resubmitting a
new Offer prior to the Offer Submission deadline set forth in IFB Section 8.1, Key Action Dates.
Any withdrawal of an Offer requires a written request to the CPUC, signed by the bidder or an
authorized agent. Any request for a partial withdrawal of an Offer will not be considered.
21
9.6 Multiple Offers and Collusion
More than one Offer from an individual, firm, partnership, corporation or association under the same
or different names, will not be considered. Reasonable grounds for believing that any bidder has
submitted more than one Offer for the work contemplated herein will cause the rejection of all Offers
submitted by that bidder. If there is reason for believing collusion exists among bidders, none of the
participants in such collusion will be considered in this or future procurements.
9.7 Envelope 1 - Required Information and Attachments
Bidders must not include any cost information in any of the required information and attachments as
that may be cause for rejection of the Bid. The content of the envelope may include, but is not
limited to, the following items.
9.7.1 Offer Checklist, IFB Attachment 1
To assist bidders and the CPUC to verify completeness of Offers, bidders must include an Offer
Checklist, at IFB Attachment 1, and mark the box to indicate each item submitted.
9.7.2 Cover Letter
Each bidder must prepare, sign and submit a Cover Letter on the firm’s letter head. The cover letter
must include a Business Executive Summary, including but not limited to:
Mission Statement – identifying. the purpose of the business
Company Information – including when the business was formed, names of key
personnel and their roles, the number of employees, and business location(s),
etc.
Products/Services – describing the products or services the business provides
and areas of particular expertise or specialization, if any.
In addition, the Cover Letter must include the following statements confirming:
It has read, understood and agrees to all the terms and conditions of the IFB
without change.
It has been performing office moving services since January 1, 2009. (See IFB
Section 7.1.a)
It is a Better Business Bureau accredited company with a rating of B+ or better
in the category of Moving and Storage Company. (See IFB Section 7.1.c.)
It has read, understood and met the insurance requirements. (See IFB Section
7.3)
There are no city and state restrictions against the company to do business in
California. (See IFB Section 7.4)
It has attended the Mandatory Walkthrough and Conference (See IFB Section
8.4)
22
It has read and understood the requirement of documents referenced in IFB
Section 12 and agreeing to execute these documents as instructed by the CPUC
upon award of the Agreement.
The Cover Letter must have an original signature by a person that can bind the
company contractually.
9.7.3 Customer Reference Forms, IFB Attachment 2
Bidders must include a minimum of four Customer Reference forms (IFB Attachment 2) signed by
their clients as discussed in IFB Section 7.2.
9.7.4 Conflict of Interest Statement, IFB Attachment 3
Bidders must submit a Conflict of Interest Statement (IFB Attachment 3) attesting that it does not
have any of the disqualifying situations described in IFB Attachment 9, section 3.A.
9.7.5 Bid/Bidder Certification Sheet, IFB Attachment 4
Bidders must submit a fully completed Bid/Bidder Certification Sheet (IFB Attachment 4) signed by
the individual who is authorized to bind the proposing firm contractually and indicate the title or
position that the individual holds in the firm. An unsigned bid may be rejected.
9.7.6 Bidder Declaration GSPD-05-105, IFB Attachment 5
Bidders must complete a Bidder Declaration DSPD-05-105 at IFB Attachment 5. Bidders must
identify all subcontractors and suppliers proposed for participation in the contract including: 1)
subcontractor or supplier name, 2) contact person, 3) mailing address, 4) phone number, fax number
and email address, 5) applicable DGS DVBE or preference programs certification number, 6)
description of the work to be performed and/or products supplied, and 7) and percentage (%) of the
Grand Total, Bid-Cost per subcontractor or supplier.
9.7.7 DVBE Declarations, IFB Attachment 6 (see Sections 8.5.2.-8.5.5.)
9.7.8 Darfur Contracting Act Certification, IFB Attachment 7, if applicable
Bidders must include the Darfur Contracting Act Certification if the requirements outlined in IFB
Section 8.5.8., apply.
9.7.9 Small Business Affidavit, IFB Attachment 8, if applicable (see Sections 8.5.6.-8.5.6.2.)
9.7.10 TACPA form and attachments, if applicable (see Section 8.5.6.3.)
9.7.11 LAMBRA Act Form and Attachments, if applicable (see Section 8.5.6.3.)
23
9.7.12 EZA form and Attachments, if applicable (see Section 8.5.6.3.)
9.8 Envelope 2 – Bid-Cost
Cost development shall be separate and distinct for the two cost sections and totaled in a third sheet,
“Total Cost Sheet” (Attachment 19c).
a. WSUs (Attachment 19a, “Cost Sheet for Moving WSUs”)
Cost development for the WSUs shall be priced on a per unit basis (column C on the “Cost
Sheet for Moving WSUs) for each group (column A on the “Cost Sheet for Moving WSUs)
moving within the phase. The number in column B, provided by the CPUC, shall be
multiplied by the contractor “Cost per WSU” (column C) for a sum dollar amount for the
“Cost of Moving Group” (column D).
The total for entries in Column D shall be entered in the box labeled “Total Cost of WSU
Moves – Sum of Column D Entries Both Pages.”
The “From” and “To” columns on the “Cost Sheet for Moving WSUs” indicate the origin and
destination locations. The pricing for each group shall include in the “Cost per WSU” any
fuel charges/surcharges, materials, or other costs. Billing shall be based on the actual number
of WSUs moved for each group and agreed upon by both Move Coordinators (CPUC and
Contractor) present on the day of the applicable move. The number of WSUs provided in the
“Cost Sheet for Moving WSUs” are the best estimates of the CPUC and have been increased
to allow for unforeseen circumstances. If for some unforeseen reason the actual number is
greater than that estimated on the sheet, Contractor shall charge at the stated rate (column C)
for the group to which the additional WSU(s) is/are assigned.
The “Cost Sheet for Moving WSUs” shall be completed in its entirety and included in
Envelope 2, Bid-Cost. See section 9.1 for submission details.
b. Mandatory Optionals (Attachment 19b, “Cost Sheet for Mandatory Optionals”)
Cost development for Mandatory Optionals are for services in addition to those identified as
WSUs and are as described in Attachment 12, section A.11. Mandatory Optionals cost
development shall be based on a “person hour” rate provided by the Contractor, shall be
inclusive to cover the cost of specialty workers (such as installers, drivers, movers, etc.) and
shall include any additional charges such as fuel charges/surcharges, truck(s), materials, and
any other applicable charges. The “Cost Sheet for Mandatory Optionals” shall be completed
and be based on a total of two-thousand (2,000) person hours performing the moving and
related services as described in Attachment 12, Scope of Work. To complete the cost sheet,
Contractor shall enter a “Cost per Hour” in column A of the sheet and multiply that number to
obtain the “Total Cost of Mandatory Optional Hours” and enter the number in column C of
the cost sheet.
The “Cost Sheet for Mandatory Optionals” shall be completed and included in Envelope
2, Bid-Cost. See section 9.1 for submission details.
24
c. Total Cost Sheet (Attachment 19c)
The “Total Cost Sheet” shall be completed by filling in the amounts for moving WSUs from
Attachment 19a, “Cost Sheet for Moving WSUs” and Attachment 19b, “Cost Sheet for
Mandatory Optionals” and totaling in the row “Grand Total for Restack Moving Services.”
The “Total Cost Sheet” shall be completed and included in Envelope 2, Bid-Cost. See
section 9.1 for submission details.
d. In submitting the cost sheets (a, b, and c, above), bidders must adhere to the format of the
Attachments (19a, 19b, 19c) or use a copy thereof. For electronic copies of these Cost Sheets
which may be edited for cost entries, please request them through Mark Ferrara at:
10. Evaluation and Selection
At the opening of the Required Information and Attachments, each submission will be checked for
completeness and the presence or absence of required information in conformance with the
submission requirements of this IFB. Failure to provide required information will result in rejection
of the Offer. Offers that contain false or misleading statements, or which provide references that do
not support an attribute or condition claimed by the bidder, will be rejected.
This is a primary IFB, thus the bidder achieves the lowest cost, after application of program
preferences will be named the winner. In applying the calculation preferences, first Small
Business preference will be applied, followed by the DVBE Incentive calculation. An intended
award to a DGS certified small business cannot be displaced as a result of the award of Non-Small
Business subcontracting with Small Businesses, DVBE Incentive, TACPA, LAMBRA and EZA
preferences.
10.1 Evaluation and Selection Example
In this example, there are four compliant bidders and below is a summary of their Offers:
Compliant Bidders Bidder A Bidder B Bidder C Bidder D
Certified SBE 5%
Non-SBE Claiming SBE preference
5%
DVBE Incentive
2%
TACPA, LAMBRA and EZA
$31,600
Grand Total, Bid-Cost $445,000 $440,000 $395,000 $375,000
Since $375,000 is the lowest responsive bid, the program preference is determined by multiplying the
program percentage and this bid amount ($375,000). The order of program application and
associated program preference are:
25
Order of
Application
Program
Preference
1st Certified Small Business
$18,750
2nd
Non-Small Business subcontracting with Certified
Small Businesses
$18,750
3rd
DVBE Incentive
$7,500
TACPA, LAMBRA and EZA Combined
$31,600
Evaluation of the Bid-Costs and selection of the winning bidder are demonstrated below.
Bidder A Bidder B Bidder C Bidder D
Step 1, Opening of Bid-Cost
Grand Total, Bid-Cost $445,000 $440,000 $395,000 $375,000
Step 2 – Application of SBE Preference ($18,750)
Revised Grand Total, Bid-Cost $426,250 $440,000 $395,000 $375,000
Step 3 – Application of non-SBE Preference ($18,750)
Revised Grand Total, Bid-Cost $426,250 $421,250 $395,000 $375,000
Step 4 – Application of DVBE & Other Pref ($31,600) ($7,500)
Revised Grand Total, Bid-Cost $426,250 $421,250 $363,400 $367,500
At Step 1, Bidder D has the lowest responsive bid which is shown in green, but Bidder A is a SBE
and SBE preference must be applied before selection. At Step 2, despite applying the SBE
preference Bidder A did not achieve the lowest bid. The evaluation then advanced to Step 3 because
Bidder B claimed non-SBE preference and when compared to non-SBE bids, non-small SBE must be
applied before selection. At Step 3, despite applying the non-SBE preference, Bidder B did not
achieve the lowest bid. The selection is finally advanced to Step 4 which identifies the winning
bidder, Bidder C, who has the lowest bid after application of program preferences.
10.2 Tie Bids
In the event of a precise tie between a certified small business and a non-small business
subcontracting with certified small business, the award will be made to the certified small business.
In the event of a precise tie between suppliers claiming the incentive, the bid of a small business and
the bid of a small business that is also a DVBE, the award shall go to the small business that is also a
DVBE. (Reference Chapter 3 and GC section 14838 (f) and 2 CCR section 1896.8(f)).
In the event of a tie after applying the selection process described above, a coin toss shall determine
the awarding of the contract. The affected bidders shall be invited to witness the event.
26
11. Award and Protest
A “Notice of Intent to Award” will be posted in a public place at the CPUC’s headquarters, located at
505 Van Ness Avenue in San Francisco, on the date indicated in the Key Action Dates, and at least
five days prior to awarding the agreement. A copy of the Notice of Intent to Award shall also be
emailed to all bidders that submit an Offer.
If, within five (5) business days after the posting of the Intent to Award, a bidder files a written
protest on the grounds that according to the rules of the IFB the protesting bidder should have been
judged the responsive and compliant bidder with the lowest cost, the agreement shall not be awarded
until either the protest has been withdrawn or the State has rendered a decision on the matter. The
protesting bidder shall submit its protest to both the Department of General Services and the CPUC
with a detailed written statement specifying:
A detailed written statement of protest
The IFB Number
The name of the state agency involved
The name of the agency contact person
The written protests must be sent to:
A. Department of General Services
Office of Legal Services
Attention: Protest Coordinator
707 Third St., 7th
Floor, Suite 7-330
West Sacramento, CA. 95605
Fax (916) 376-5088
B. California Public Utilities Commission
Business Services
Attention: Mark Ferrara
505 Van Ness Ave.
San Francisco, CA. 94102
Protests may be sent by regular mail, facsimile, courier or personal delivery. It is recommended that
protests be submitted by certified or registered mail. Protestants should include their fax numbers, if
available.
Upon resolution of any protest(s), the contract will be awarded.
12. Required Upon Award of Agreement
By submitting an Offer the bidder agrees that it has read and understood the following referenced
documents, and hereby agrees to execute these documents as instructed by the CPUC upon Award of
the Agreement:
27
a. Standard Agreement – STD 213 (see IFB Attachments 12-15) including:
o Attachment 12 – Scope of Work
o Attachment 13 – Budget Detail and Payment Provisions
o Attachment 14 – General Terms and Conditions (GTC-610)
o Attachment 15 – Special Terms and Conditions
The Agreement shall not include any contract language that has not been
approved in advance in writing by the CPUC Contracts Office.
b. Insurance Certificates (see IFB Section 7.3) including:
o General Liability;
o Workers’ Compensation and Employer’s Liability Coverage;
o Motor Vehicle Liability; and
o Motor Truck Cargo.
c. Payee Data Record, see IFB Attachment 10
This document is to determine if the Contractor is subject to state income tax
withholding pursuant to California Revenue and Taxation Code Sections 18662
and 26131.
13. Disposition of Offers
Upon bid opening, all documents submitted in response to this IFB will become the property of the
State of California, and will be regarded as public records under the California Public Records Act
(Government Code Section 6250 et seq.) and subject to review by the public. The CPUC cannot
prevent the disclosure of public documents. However, the contents of all offers, correspondence,
agenda, memoranda, and working papers, or any other medium which discloses any aspect of
bidder’s Offer, shall be held in the strictest confidence until the notice of “Intent to Award” is
released to the public.
14. Agreement Execution and Performance
Service shall start not later than the express date set by the CPUC and the Contractor, after all
approvals have been obtained and the agreement is fully executed, including any approvals required
by the Department of General Services. Should the Contractor fail to commence work at the agreed
upon time, the awarding agency, upon five (5) days written notice to the Contractor, reserves the right
to terminate the agreement. In addition, the Contractor shall be liable to the State for the difference
between Contractor's Bid-Cost and the actual cost of performing work by another contractor.
All performance under the agreement shall be completed on or before the termination date of the
agreement unless otherwise specified in the agreement.
The CPUC does not accept alternate contract language from a prospective contractor. A bid with
such language will be considered a counter bid and may be rejected.
28
No oral understanding or agreement shall be binding on either party.
29
ATTACHMENT 1 – OFFER CHECKLIST
Completing and submitting a copy of this Offer Checklist is mandatory. It is intended to assist bidders
and the CPUC in verifying the completeness of Offers. Mark the box to indicate that each item has
been included with the offer. The Evaluation process will include verification that the specific
requirements in the applicable Section of the IFB have been met relative to this checklist.
IMPORTANT NOTICE TO BIDDER
The CPUC makes no warranty that this checklist is a full and comprehensive listing of all
requirements specified in the solicitation. Checking off the items on the checklist does not establish
your firm’s intent or constitute responsiveness to the requirements. The checklist is merely a tool to
assist the participating bidders in compiling their final bid response. Bidders are encouraged to
carefully read the entire solicitation.
The CPUC again emphasizes the need for each Bidder to verify all documentation and responses
prior to the submission of an Offer.
30
OFFER CHECKLIST
Envelope 1 – Required Information and Attachments
(include original and three copies of each document)
For CPUC Use Only
Offer Checklist
Cover Letter (See IFB Section 9.7.2)
Four (4) Customer References (See IFB Section 9.7.3 and IFB Attachment
2)
Conflict of Interest Statement (See IFB Section 9.7.4 and IFB
Attachments 3 and 9)
Bidder Certification Sheet (See IFB Section 9.7.5 and IFB Attachment 4)
Bidder Declaration – GSPD-05-105 (See IFB Section 9.7.6 and IFB
Attachment 5)
DVBE Declarations – STD 843 (See IFB Section 9.7.7 and IFB
Attachment 6)
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Envelope 1 – Conditional Attachments (only if applicable to Offer)
(include original and three copies of each document)
Darfur Contracting Act Requirements (See IFB Sections 8.5.8. and 9.7.8
and IFB Attachment 7)
Small Business Affidavit (See IFB Section 9.7.9 and IFB Attachment 8)
TACPA form and attachments (IFB Section 9.7.10)
LAMBRA form and attachments (IFB Section 9.7.11.)
EZA form and attachments (IFB Section 9.7.12.)
Confirmed
Confirmed
Confirmed
Confirmed
Confirmed
Envelope 2 – Bid-Cost
(include original and three copies of each document (completed Attachments 19a, 19b and 19c))
Sealed and Clearly marked “Do Not Open” Confirmed
31
ATTACHMENT 2 – CUSTOMER REFERENCES
Note to bidder: Customer References using a copy of this form is mandatory. Failure to return the
required number of completed Customer References with your Offer will cause your Offer to be
rejected and deemed nonresponsive.
32
CUSTOMER REFERENCE BIDDER’S NAME:
Note to customer reference: the above identified bidder on the Invitation for Bid for Moving
Services for CPUC Restack Project (13BS5009) is giving you this Customer Reference form to
complete and verify your overall satisfaction of their contract performance for office moving services.
1. Customer Reference Company Name:
Contact Person:
Contact Address:
Telephone Number: ( ) Email Address:
2. Provide a brief description of the moving services provided:
3. Total Contract Amount: Year Completed:
4. Was the bidder the primary contractor? Yes: No:
5. Was the contract for relocating 200 or more personnel? Yes: No:
6. Did the contract involve moving, packing/unpacking, connecting/disconnecting of personal
computers and printers/copiers? Yes: No:
7. How do you rate the bidder’s overall performance in the categories below?
1 = Not Satisfied 2 = Satisfied 3 = Very Satisfied
(please initial next to one number per row)
A. Provided competent staff? 1_______2_______3_______
B. Arrived prepared and on time? 1_______2_______3_______
C. Handled items with appropriate care? 1_______2_______3_______
D. Cleaned-up properly at end of each job? 1_______2_______3______
E. Completed the job in timely manner? 1_______2_______3______
F. Provided correct and detailed invoices? 1_______2_______3______
CERTIFICATION: I hereby certify that I have made a diligent effort to ascertain the facts with regard
to the representations made herein and, to the best of my knowledge and belief all information is true
and accurate.
Print Name: Signature:
Title: Date:
33
ATTACHMENT 3 – CONFLICT OF INTEREST STATEMENT
BIDDER’S NAME:
Bidders need to be aware of prohibitions regarding current or former state employees and disclose any
disqualifying interests from the following provisions:
Current State Employees (Public Contract Code §10410):
1. No officer or employee shall engage in any employment, activity or enterprise from which the
officer or employee receives compensation or has a financial interest and which is sponsored or
funded by any state agency, unless the employment, activity or enterprise is required as a
condition of regular state employment.
2. No officer or employee shall contract on his or her own behalf as an independent contractor with
any state agency to provide goods or services.
Former State Employees (Public Contract Code §10411):
1. For the two-year period from the date he or she left state employment, no former state officer or
employee may enter into a contract in which he or she engaged in any of the negotiations,
transactions, planning, arrangements or any part of the decision-making process relevant to the
contract while employed in any capacity by any state agency.
2. For the twelve-month period from the date he or she left state employment, no former state
officer or employee may enter into a contract with any state agency if he or she was employed by
that state agency in a policy-making position in the same general subject area as the proposed
contract within the 12-month period prior to his or her leaving state service.
By submitting this Conflict of Interest Statement with its bid, the Bidder named below hereby attests
that:
1. It and its proposed team members including employees, subcontractor(s), and/or anyone
performing the scope of work indicated in Exhibit A, are compliance with Public Contract Code
§10410 and §10411, which applies to current and former State employees.
2. It will notify the Commission’s Contract Manager promptly of any potential conflict of interest,
including those of its employees, subcontractors, and/or anyone performing the scope of work
indicated in Attachment 12, Exhibit A, Scope of Work.
Print Name: Signature:
Title: Date:
34
ATTACHMENT 4 – BID/BIDDER CERTIFICATION SHEET
This Bidder Certification Sheet must be signed and returned along with all the "required attachments" as
an entire package. The master copy of the offer must bear an original signature on this page.
Bidder’s Certification:
I hereby certify that:
1. Our all-inclusive bid is submitted in conformance with Section 9, Preparation and Submission of
Offer of the Invitation for Bid, 13BS5009.
2. All required attachments are included with this certification sheet.
3. I have read and understand the California Disabled Veteran Business Enterprise (DVBE)
Participation Program requirements and have included documentation demonstrating that I have
met the participation goals.
4. The signature affixed hereon and dated certifies compliance with all the requirements of this bid
document. The signature below authorizes the verification of this certification. See next page for
instructions for completing this Bidder Certification Sheet.
An Unsigned Bid/Bidder Certification Sheet May Be Cause For Rejection
1. Company Name 2. Telephone Number 2a. Fax Number
( ) ( )
3. Address
Indicate your organization type:
4. Sole Proprietorship 5. Partnership 6. Corporation
Indicate the applicable employee and/or corporation number:
7. Federal Employee ID No. (FEIN)
8. California Corporation No.
9. Indicate applicable license and/or certification information:
10. Bidder’s Name (Print) 11. Title
12. Signature 13. Date
14. Are you certified with the Department of General Services, Office of Small Business Certification
and Resources (OSBCR) as:
a. California Small Business Enterprise
Yes No
If yes, enter certification number:
b. Disabled Veteran Business Enterprise Yes No
If yes, enter your service code below:
NOTE: A copy of your Certification is required to be included if either of the above items is checked
“Yes”.
Date application was submitted to OSBCR, if an application is pending:
35
Completion Instructions for Bid/Bidder Certification Sheet
Complete the numbered items on the Bid/Bidder Certification Sheet by following the instructions below.
Item Numbers Instructions
1, 2, 2a, 3 Must be completed. These items are self-explanatory.
4
Check if your firm is a sole proprietorship. A sole proprietorship is a form of
business in which one person owns all the assets of the business in contrast to a
partnership and corporation. The sole proprietor is solely liable for all the debts
of the business.
5
Check if your firm is a partnership. A partnership is a voluntary agreement
between two or more competent persons to place their money, effects, labor,
and skill, or some or all of them in lawful commerce or business, with the
understanding that there shall be a proportional sharing of the profits and losses
between them. An association of two or more persons to carry on, as co-
owners, a business for profit.
6
Check if your firm is a corporation. A corporation is an artificial person or
legal entity created by or under the authority of the laws of a state or nation,
composed, in some rare instances, of a single person and his successors, being
the incumbents of a particular office, but ordinarily consisting of an association
of numerous individuals.
7 Enter your federal employee tax identification number.
8
Enter your corporation number assigned by the California Secretary of State’s
Office. This information is used for checking if a corporation is in good
standing and qualified to conduct business in California.
9
Complete, if applicable, by indicating the type of license and/or certification
that your firm possesses and that is required for the type of services being
procured.
10,11,12, 13 Must be completed. These items are self-explanatory.
14
If certified as a California Small Business, place a check in the "yes" box, and
enter your certification number on the line. If certified as a Disabled Veterans
Business Enterprise, place a check in the "Yes" box and enter your service code
on the line. If you are not certified to one or both, place a check in the "No"
box. If your certification is pending, enter the date your application was
submitted to OSBCR.
36
ATTACHMENT 5 – BIDDER DECLARATION (GSPD-05-105)
All bidders must complete the Bidder Declaration GSPD-05-105 and include it with their bid.
When completing the declaration, Bidders must identify all subcontractors proposed for
participation in the contract. Bidders awarded a contract are contractually obligated to use the
subcontractors for the corresponding work identified unless the State agrees to a substitution and
it is incorporated by amendment to the contract.
At the CPUC’s option prior to award, bidders may be required to submit additional written
clarifying information. Failure to submit the requested written information as specified may be
grounds for bid rejection.
A copy of the Bidder Declaration GSPD-05-105 and its instructions, are provided on the next
two pages. Please read the instructions carefully. The form with its instructions is also available
in PDF format on the DGS website:
www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf
37
38
39
ATTACHMENT 6 – DVBE DECLARATIONS (STD 843)
40
ATTACHMENT 7 – DARFUR CONTRACTING ACT CERTIFICATION
Public Contract Code Sections 10475 -10481 applies to any company that currently or within the previous
three years has had business activities or other operations outside of the United States. For such a
company to bid on or submit a bid for a State of California contract, the company must certify that it is
either a) not a scrutinized company; or b) a scrutinized company that has been granted permission by the
Department of General Services to submit a bid.
If your company has not, within the previous three years, had any business activities or other operations
outside of the United States, you do not need to complete this form.
OPTION #1 - CERTIFICATION
If your company, within the previous three years, has had business activities or other operations outside of
the United States, in order to be eligible to submit a bid or bids, please insert your company name and
Federal ID Number and complete the certification below.
I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that a) the prospective
bidder/bidder named below is not a scrutinized company per Public Contract Code 10476; and b) I am
duly authorized to legally bind the prospective bidder/bidder named below. This certification is made
under the laws of the State of California.
Company/Vendor Name (Printed)
Federal ID Number
By (Authorized Signature)
Printed Name and Title of Person Signing
Date Executed
Executed in the County and State of
OPTION #2 – WRITTEN PERMISSION FROM DGS
Pursuant to Public Contract Code section 10477(b), the Director of the Department of General Services
may permit a scrutinized company, on a case-by-case basis, to bid on or submit a bid for a contract with a
state agency for goods or services, if it is in the best interests of the state. If you are a scrutinized
company that has obtained written permission from the DGS to submit a bid or bid, complete the
information below.
We are a scrutinized company as defined in Public Contract
Code section 10476, but we have received written permission
from the Department of General Services to submit a bid or bid
pursuant to Public Contract Code section 10477(b). A copy of
the written permission from DGS is included with our
bid.Company /Vendor Name (Printed)
Federal ID Number
Initials of Submitter
Printed Name and Title of Person Initialing
41
ATTACHMENT 8 – SMALL BUSINESS AFFIDAVIT
A Bidder desiring to claim the Small Business Preference as described in IFB Sections 6.6.2.2,
6.6.2.3 and 7.1.8 must complete this form and return it with its Bid. All firms claimed as Small
Businesses must have their complete certification information submitted to the California
Department of General Services (DGS) by the date and time that Final Bids are due.
1. Are you claiming preference as a DGS certified Small Business?
Yes No
If “Yes” submit your DGS Small Business certification number:
2. Are you a non-small business claiming small business preference by committing to at
least 25% DGS certified Small Business subcontractor and/or supplier participation?
Yes No
If “Yes” on Attachment 5: Bidder Declaration (GSPD-05-105), for each DGS certified Small
Business subcontractor or supplier, identify:
1) Subcontractor or supplier name
2) Contact person
3) Mailing address
4) Phone number, fax number and email address
5) DGS Small Business certification number
6) Description of the work to be performed and/or products
3. Please attach a copy of the DGS certifications for each and every DGS certified Small
businesses claimed above
Yes No
42
ATTACHMENT 9 - CONTRACTOR CERTIFICATION CLAUSES (CCC-307)
1. CERTIFICATION
I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that I am duly authorized
to legally bind the prospective Contractor to the clause(s) listed below. This certification is made
under the laws of the State of California.
Contractor/Bidder Firm Name (Printed)
Federal ID Number
By (Authorized Signature)
Printed Name and Title of Person Signing
Date Executed Executed in the County of
2. CONTRACTOR CERTIFICATION CLAUSES
A. STATEMENT OF COMPLIANCE: Contractor has, unless exempted, complied with the
nondiscrimination program requirements. (Gov. Code §12990 (a-f) and CCR, Title 2, Section
8103) (Not applicable to public entities.)
B. DRUG-FREE WORKPLACE REQUIREMENTS: Contractor will comply with the requirements
of the Drug-Free Workplace Act of 1990 and will provide a drug-free workplace by taking the
following actions:
a. Publish a statement notifying employees that unlawful manufacture, distribution,
dispensation, possession or use of a controlled substance is prohibited and specifying actions
to be taken against employees for violations.
b. Establish a Drug-Free Awareness Program to inform employees about:
i. the dangers of drug abuse in the workplace;
ii. the person's or organization's policy of maintaining a drug-free workplace;
iii. any available counseling, rehabilitation and employee assistance programs; and,
iv. penalties that may be imposed upon employees for drug abuse violations.
c. Every employee who works on the proposed Agreement will:
i. receive a copy of the company's drug-free workplace policy statement; and,
ii. agree to abide by the terms of the company's statement as a condition of employment on
the Agreement.
Failure to comply with these requirements may result in suspension of payments under the
Agreement or termination of the Agreement or both and Contractor may be ineligible for award
of any future State agreements if the department determines that any of the following has
occurred: the Contractor has made false certification, or violated the certification by failing to
carry out the requirements as noted above. (Gov. Code §8350 et seq.)
C. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: Contractor certifies that no
more than one (1) final unappealable finding of contempt of court by a Federal court has been
issued against Contractor within the immediately preceding two-year period because of
43
Contractor's failure to comply with an order of a Federal court, which orders Contractor to
comply with an order of the National Labor Relations Board. (Pub. Contract Code §10296) (Not
applicable to public entities.)
D. CONTRACTS FOR LEGAL SERVICES $50,000 OR MORE- PRO BONO REQUIREMENT:
Contractor hereby certifies that contractor will comply with the requirements of Section 6072 of
the Business and Professions Code, effective January 1, 2003.
Contractor agrees to make a good faith effort to provide a minimum number of hours of pro bono
legal services during each year of the contract equal to the lesser of 30 multiplied by the number
of full time attorneys in the firm’s offices in the State, with the number of hours prorated on an
actual day basis for any contract period of less than a full year or 10% of its contract with the
State.
Failure to make a good faith effort may be cause for non-renewal of a state contract for legal
services, and may be taken into account when determining the award of future contracts with the
State for legal services.
E. EXPATRIATE CORPORATIONS: Contractor hereby declares that it is not an expatriate
corporation or subsidiary of an expatriate corporation within the meaning of Public Contract
Code Section 10286 and 10286.1, and is eligible to contract with the State of California.
F. SWEATFREE CODE OF CONDUCT:
a. All Contractors contracting for the procurement or laundering of apparel, garments or
corresponding accessories, or the procurement of equipment, materials, or supplies, other
than procurement related to a public works contract, declare under penalty of perjury that no
apparel, garments or corresponding accessories, equipment, materials, or supplies furnished
to the state pursuant to the contract have been laundered or produced in whole or in part by
sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive
forms of child labor or exploitation of children in sweatshop labor, or with the benefit of
sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive
forms of child labor or exploitation of children in sweatshop labor. The contractor further
declares under penalty of perjury that they adhere to the Sweatfree Code of Conduct as set
forth on the California Department of Industrial Relations website located at www.dir.ca.gov,
and Public Contract Code Section 6108.
b. The contractor agrees to cooperate fully in providing reasonable access to the contractor’s
records, documents, agents or employees, or premises if reasonably required by authorized
officials of the contracting agency, the Department of Industrial Relations, or the Department
of Justice to determine the contractor’s compliance with the requirements under paragraph
(a).
G. DOMESTIC PARTNERS: For contracts over $100,000 executed or amended after January 1,
2007, the contractor certifies that contractor is in compliance with Public Contract Code section
10295.3.
3. DOING BUSINESS WITH THE STATE OF CALIFORNIA
44
The following laws apply to persons or entities doing business with the State of California.
A. CONFLICT OF INTEREST: Contractor needs to be aware of the following provisions
regarding current or former state employees. If Contractor has any questions on the status of any
person rendering services or involved with the Agreement, the awarding agency must be
contacted immediately for clarification.
a. Current State Employees (Pub. Contract Code §10410):
i. No officer or employee shall engage in any employment, activity or enterprise from
which the officer or employee receives compensation or has a financial interest and
which is sponsored or funded by any state agency, unless the employment, activity or
enterprise is required as a condition of regular state employment.
ii. No officer or employee shall contract on his or her own behalf as an independent
contractor with any state agency to provide goods or services.
b. Former State Employees (Pub. Contract Code §10411):
i. For the two-year period from the date he or she left state employment, no former state
officer or employee may enter into a contract in which he or she engaged in any of the
negotiations, transactions, planning, arrangements or any part of the decision-making
process relevant to the contract while employed in any capacity by any state agency.
ii. For the twelve-month period from the date he or she left state employment, no former
state officer or employee may enter into a contract with any state agency if he or she was
employed by that state agency in a policy-making position in the same general subject
area as the proposed contract within the 12-month period prior to his or her leaving state
service.
If Contractor violates any provisions of above paragraphs, such action by Contractor shall render
this Agreement void. (Pub. Contract Code §10420)
Members of boards and commissions are exempt from this section if they do not receive
payment other than payment of each meeting of the board or commission, payment for
preparatory time and payment for per diem. (Pub. Contract Code §10430 (e))
B. LABOR CODE/WORKERS' COMPENSATION: Contractor needs to be aware of the provisions
which require every employer to be insured against liability for Worker's Compensation or to
undertake self-insurance in accordance with the provisions, and Contractor affirms to comply
with such provisions before commencing the performance of the work of this Agreement. (Labor
Code Section 3700)
C. AMERICANS WITH DISABILITIES ACT: Contractor assures the State that it complies with
the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis
of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42
U.S.C. 12101 et seq.)
D. CONTRACTOR NAME CHANGE: An amendment is required to change the Contractor's name
as listed on this Agreement. Upon receipt of legal documentation of the name change the State
will process the amendment. Payment of invoices presented with a new name cannot be paid
prior to approval of said amendment.
45
E. CORPORATE QUALIFICATIONS TO DO BUSINESS IN CALIFORNIA:
a. When agreements are to be performed in the state by corporations, the contracting agencies
will be verifying that the contractor is currently qualified to do business in California in order
to ensure that all obligations due to the state are fulfilled.
b. "Doing business" is defined in R&TC Section 23101 as actively engaging in any transaction
for the purpose of financial or pecuniary gain or profit. Although there are some statutory
exceptions to taxation, rarely will a corporate contractor performing within the state not be
subject to the franchise tax.
c. c. Both domestic and foreign corporations (those incorporated outside of California) must be
in good standing in order to be qualified to do business in California. Agencies will
determine whether a corporation is in good standing by calling the Office of the Secretary of
State.
F. RESOLUTION: A county, city, district, or other local public body must provide the State with a
copy of a resolution, order, motion, or ordinance of the local governing body which by law has
authority to enter into an agreement, authorizing execution of the agreement.
G. AIR OR WATER POLLUTION VIOLATION: Under the State laws, the Contractor shall not be:
(1) in violation of any order or resolution not subject to review promulgated by the State Air
Resources Board or an air pollution control district; (2) subject to cease and desist order not
subject to review issued pursuant to Section 13301 of the Water Code for violation of waste
discharge requirements or discharge prohibitions; or (3) finally determined to be in violation of
provisions of federal law relating to air or water pollution.
H. PAYEE DATA RECORD FORM STD. 204: This form must be completed by all contractors
that are not another state agency or other governmental entity.
46
ATTACHMENT 10 – PAYEE DATA RECORD (STD 204)
47
48
ATTACHMENT 11 – SAMPLE STANDARD AGREEMENT
STD 213 (Rev 06/03) AGREEMENT NUMBER
REGISTRATION NUMBER 1. This Agreement is entered into between the State Agency and the Contractor named below:
STATE AGENCY'S NAME CONTRACTOR'S NAME 2. The term of this through Agreement is: 3. The maximum
amount
$
of this Agreement is: 4. The parties agree to comply with the terms and conditions of the following exhibits which are by
this reference made a part of the Agreement.
Exhibit A – Scope of Work page(s) Exhibit B – Budget Detail and Payment Provisions page(s)
Exhibit C* – General Terms and Conditions
Check mark one item below as Exhibit D:
Exhibit - D Special Terms and Conditions (Attached hereto as part of
this agreement)
page(s)
Exhibit - D* Special Terms and Conditions
Exhibit E – Additional Provisions page(s) 1.1.1.1.1.1.1.1.1 Items shown with an Asterisk (*), are hereby incorporated by reference and made part of this
agreement as if attached hereto.
These documents can be viewed at www.ols.dgs.ca.gov/Standard+Language
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
CONTRACTOR California Department of
General Services Use
Only
CONTRACTOR’S NAME (if other than an individual, state whether
a corporation, partnership, etc.)
BY (Authorized Signature)
DATE
SIGNED(Do not
type) PRINTED NAME AND TITLE OF PERSON SIGNING
ADDRESS STATE OF CALIFORNIA
AGENCY NAME BY (Authorized Signature)
DATE
SIGNED(Do not
type) PRINTED NAME AND TITLE OF PERSON SIGNING
Exempt
per:
ADDRESS
49
ATTACHMENT 12 - SCOPE OF WORK
This section contains requirements that define the Contractor’s and the California Public Utilities
Commission’s (CPUC) responsibilities. The Contractor shall provide all necessary resources
required to successfully perform under this contract.
A. DEFINITIONS
1. CPUC Headquarters (HQ) – Its address is 505 Van Ness Avenue, San Francisco, CA 94102.
2. Divisions of the CPUC include: Administrative Services (AS), Administrative Law Judge
Division (ALJ), Communications Division (CD), Safety and Enforcement Division (SED),
Consumer Services and Information Division (CSID), Division of Ratepayer Advocates
(DRA), Division of Water and Audits (DWA), Energy Division (ED or Energy), Executive
Division (Exec), Legal Division (LD or Legal), and Policy and Planning Division (PPD).
3. Construction – The CPUC is replacing its outdated modular workstations, and electrical and
data cabling. These construction works are managed and overseen by Department of General
Services (DGS), and are scheduled to take place from September 2013 through May 2015.
4. Internal Swing Space (ISS) – To facilitate construction, the CPUC has designated part of the
2nd
Floor and part of the 4th
Floor in the CPUC Headquarters as ISS.
5. External Swing Space (ESS) – To facilitate construction, the CPUC also acquired 455
Golden Gate Avenue, 7th
Floor, San Francisco, CA 94102 as ESS. Also identified as
“455GG.”
6. Services to and from ISS – They include services to be performed within the Headquarters
including moving items from one floor to another floor.
7. Services to and from ESS – They include services to be performed at the Headquarters and
ESS, including transportation of items from one of these locations to the other.
8. Displaced Employees – employees who are moving from their current locations to ISS or
ESS while their workspaces are undergoing construction and returning to their permanent
workspaces after construction is completed.
9. Workspace – It is a workstation or an office where an employee works.
10. Work Station Unit (WSU) – Each displaced employee has a corresponding WSU to be
moved. A WSU consists of:
Three (3) plastic crates, each of which is of three (3) cubic foot capacity, and contents
A plastic crate dolly
Four (4) file boxes with dimensions of 12” x 10” x 15” and contents
Two (2) chairs
50
Two (2) wastebaskets
One (1) personal/laptop computers (PC) including a monitor of 27” or less, a docking
station, a central processing unit, a keyboard, a mouse or track ball/pad, cables and power
cord and surge protector(s)
One (1) telephone, with or without a headset, and cable and power cord
All Personal Electronics, which may consist of personal use scanner, fax machine,
additional monitor, etc.
11. Mandatory Optionals – The CPUC will have a variety of items to move in addition to the
defined Work Station Units. These items may include but not be limited to:
Additional File Boxes
Vertical File Cabinets (empty or full)
Office Furniture
Shared Printers of varying size (see Attachment 16)
Televisions
Ergonomic Equipment
Shelving units of varying sizes
Two large safes
Other items, as specified
12. Ergonomic Equipment – The CPUC has provided ergonomic equipment to a number of
employees. Sample pictures of this equipment are included in Attachment 17. This
ergonomic equipment shall be uninstalled, moved, and reinstalled according to CPUC
direction by qualified Contractor personnel.
13. Disassemble and Reconfigure Modular Workstations – Approximately four (4) Modular
Systems Furniture (MSF) must be disassembled and reassembled in another location as a
term of the contract. Additionally, approximately six (6) MSF cubicles must be disassembled
at 455GG and transported to HQ and replaced with reassembled MSF currently stored at HQ.
Contractor shall be responsible for this work. Hours shall be subtracted from Mandatory
Optional hours specified in contract on a person-hour for person-hour basis.
14. Stipulation – All moving jobs to and from ISS and to and from ESS are to start no earlier
than 12:01 Friday and to be completed no later than 23:59 Sunday. For moving jobs to and
from ESS, they also include the stipulation that access into ESS cannot occur before 6:00
p.m. on Friday.
B. OFFICE MOVING SERVICES
This Statement of Work (SOW) gives an overview of Office Moving Services to be provided by the
Contractor. These services include but are not limited to:
Moving, transporting, and placing office furniture, equipment and related
supplies
51
Disconnecting, reconnecting, packing and unpacking electronic equipment
including but not limited to personal computers, scanners, fax machines,
phones, printers and copiers
Dismounting and remounting furniture (such as bookcases/bookshelves, file
cabinets, etc.) to walls and/or each other
Disassembling and reconfiguring modular furniture
Dismounting, remounting, and adjusting keyboard trays
Adjusting and troubleshooting desk and file drawers
Disassembly and reassembly of large desks
Moving miscellaneous items, such as safes
C. PERIOD OF PERFORMANCE
The term of the Agreement will be for a 23-month period, from February 1, 2014 through December
31, 2015, with, at the CPUC’s option, one (1) one-year extension.
D. CONTRACT MANAGERS AND MOVING COORDINATORS
The role of a contract manager is to manage all contractual obligations, contract modifications,
discrepancies and other issues associated with the contract. The contract manager also acts as the
single point of contact and is responsible for resource coordination, issues resolution and issues
escalation. The Contract Manager for the CPUC (CM-CPUC) and the Contract Manger for the
Contractor (CM-Contractor) are:
CM-CPUC CM-Contractor
Contract Manager Scott Finger,
Email Address [email protected]
Telephone Number 415-703-1641
Address 505 Van Ness Avenue
San Francisco, CA 94102
The Contractor shall also provide a Moving coordinator (MC-Contractor) to direct the work crew
and assist in the work activities to ensure each job is completed in an efficient, safe and professional
manner. The CPUC shall also provide a Moving coordinator (MC-CPUC) to coordinate moving
efforts with the MC-Contractor. They are the key contacts for their respective parties for each job
including emergencies. The MC-CPUC and MC-Contractor are:
MC-CPUC MC-Contractor
Moving Coordinator Mark Ferrara
Email Address [email protected]
Telephone Number 415-703-5886
Cell Phone Number 415-595-2111
Address 505 Van Ness Avenue
San Francisco, CA 94102
52
The Contractor or the CPUC may change its designated contract manager and/or moving
coordinator. However, when such change occurs, the changing party’s contractor manager must
notify, by email, the other party’s contract manager within one (1) business day.
E. SERVICES AND REQUIREMENTS
The CPUC has identified nine (9) different phases requiring Office Moving Services as specified in
the “Schedule of Restack Moves 2014-15” (Attachment 18). Phases one (1) through four (4), five
(5) through seven (7) and eight (8) to nine (9) will be interspersed with phases of construction.
Additional Office Moving Services will likely be necessary after the ninth move phase for the
purpose of returning the property at 455 Golden Gate Ave. to pre-occupancy condition as well as
any additional needs at 505 Van Ness Ave.
The activity and the scheduled time for each job are tentative and are subject to change. The
numbers of WSUs to be moved for each phase are estimates, and therefore are subject to change.
The MC-CPUC shall provide a notification by email no less than ten (10) business days in advance,
to the MC-Contractor of any changes in activity and/or schedule of the upcoming phase.
The CPUC and Contractor shall hold a move coordination meeting during normal business hours of
the week preceding the scheduled move at a mutually agreed upon time at CPUC HQ. The MC-
CPUC shall coordinate the location and time. The purpose of the move coordination meeting is to
identify the number of WSUs being moved and handle all logistical and special needs for the
upcoming move. Both parties shall attempt to hold such meetings on Tuesday of the week prior to
the scheduled move.
1. Services
For all services covered under this IFB, the Contractor shall:
a. Provide adequate labor, equipment and materials enabling the job to be performed in an
efficient, safe and professional manner including, but not limited to:
Provide the type of vehicle applicable to the items to be moved (e.g., bobtail, semi-
trailer, low-boy, etc.)
Supply vehicles in good working condition and in compliance with all federal, state,
and local laws and regulations for operation
Provide personnel that are properly licensed, insured and experienced to perform their
tasks
Provide all labels
Provide all necessary equipment to move, transport, and place office equipment,
furniture, WSUs and supplies with all steps necessary to prevent damage from
occurring to all buildings, grounds and properties, for example:
o Sufficient bubble wrapping and padding of equipment and furniture
o Padding of elevators
o Sufficient padding to hand trucks, etc., to prevent damage to copiers/printers and
other equipment
o Covering of all flooring (carpet, tile, etc.) to prevent damage
53
b. Adhere to the schedules specified by the CPUC
c. Adhere to the timeframe specified below:
Jobs to and from ISS shall begin any time after 12:01 on Friday and must completed
by 23:59 on Sunday.
Jobs to and from ESS shall begin any time after 12:01 on Friday and must completed
by 23:59 Sunday and include the stipulation that access into ESS cannot occur
before 6:00 p.m. on Friday.
For each service, the MC-Contractor must coordinate with MC-CPUC, by email one
(1) business day in advance, the start time and the estimated end time of the job.
2. Work Station Units (WSUs)
Each displaced employee has a corresponding WSU to be moved. The Contractor is responsible
for moving the WSUs to and from ISS or to and from ESS, and delivering the WSUs to
workspaces as designated by the CPUC. In order to keep individual parts of each WSU
together, the CPUC strongly suggests using large moving boxes on wheeled conveyances for
moving WSU items other than the crates and file boxes. While strongly suggested, the CPUC
will leave to the Contractor’s expertise how they will accomplish the requirements in the Scope
of Work.
For each WSU, CPUC is responsible for:
Providing the file boxes necessary for packing.
Packing, securing, unpacking, and labeling of plastic crates, plastic dollies, and file
boxes
Packing and labeling of wastebaskets to be moved
The Contractor is responsible for:
Providing labels in advance of each scheduled move
Providing (including delivery and pick-up) plastic crates (3) and dolly (1) for each
corresponding WSU and of size specified in this Scope of Work, section A.10.
Delivery and pickup shall be to building and floor and in quantities specified by MC-
CPUC or designee. Delivery and pickup schedule shall generally be for delivery on
the Monday prior to the scheduled move (as specified in the “Cost Sheet for Moving
WSUs”, Attachment 19a) and pick-up on the following Friday (roughly 12 days).
Note that attachments 18 and 19a are tentative dates and subject to change in
adherence to scheduling as specified in section E, “Services and Requirements”,
above.
Providing movers who are trained and specialized in packing, loading, and hauling
electronics
Providing all necessary supplies and materials for the packing of PCs, phones and any
Personal Electronics
Disconnecting and packing PCs, phones, and Personal Electronics for the moves
54
Transporting PCs, phones, and Personal Electronics to locations designated by the
CPUC
Unpacking and reconnecting PCs, phones, and Personal Electronics and ensuring they
are powered on properly
Removing packing materials, rubbish and debris after reconnection
Reporting to the MC-CPUC for any PCs and/or Personal Electronics not powering on
properly, within one (1) business day after each job is completed
Taking necessary measures and provide required supplies and materials to ensure
chairs are property protected from damage during moves
3. MANDATORY OPTIONALS
Mandatory Optionals shall be performed by Contractor as directed by the CPUC and shall have
two (2) primary formats:
a. Items moved the same day as the scheduled WSUs
For each scheduled move for Phases one (1) through nine (9), Contractor shall move all of
the identified WSUs as specified in Attachment 19a and previously verified at the move
coordination meeting. These quantities and associated cost (cost specified in bid) shall all be
completed and MC- Contractor and MC-CPUC shall both begin monitoring time spent
moving Mandatory Optional items. Aggregate person-hours shall be calculated and
subtracted from the contract Mandatory Optional hours. This shall be a distinct accounting
of time separate from the time spent moving WSUs.
b. Items moved on another day as scheduled at the request of the MC-CPUC
As necessary, the MC-CPUC will request Contractor to provide a specified number of
personnel for miscellaneous moves of Mandatory Optional items, as detailed in A.11.,
above. MC-CPUC shall specify at time of request for services as to the need for a truck(s)
and other specialized equipment. General moving equipment such as four-wheelers, hand
trucks, packing materials, padding, and floor/wall protection shall be assumed to be part of
the necessary equipment to complete the work.
On an hour-for-hour basis, Contractor shall subtract Mandatory Optional hours from the total
specified in the contract and provide all paperwork associated with said work. Time sheets detailing
hours worked shall be provided at the completion of each day.
4. Ergonomic Equipment
The CPUC has a number of ergonomic equipment to be moved under the Mandatory Optionals
hours. Sample pictures of this equipment are included in Attachment 17. The Contractor is
responsible for dismounting, packing, delivering and remounting this ergonomic equipment to the
workstations or desks as directed by the CPUC.
55
5. Disassembling and Reconfiguring Modular Work
The CPUC will need to have existing modular furniture disassembled and either reassembled in a
specified location or delivered to a specified location for further disposition. Haworth and PIA are
the manufacturers of the workstations. The Contractor must provide experienced movers that are
able to disassemble and reinstall these workstations. As this work falls under the Mandatory
Optionals, the accounting for and charging of hours shall be as specified in 3.b., above.
6. OTHER RESPONSIBILITIES
The CPUC is responsible for:
a. Reserving ESS’s loading dock and freight elevator with the ESS building manager
b. Reserving ISS’s loading dock and freight elevator with the ISS building manager
c. Having at least one (1) guardian at each location for the entire duration of the job
d. Powering off all PCs, Personal Electronics, and Shared Printers
e. Removing toner and ink cartridge from printers/copiers, if required by the manufacturers
The contractor is responsible for:
a. Obtaining all necessary clearances or permits that may be required for parking and
unloading
b. Restricting workers from wondering to other areas at the ISS and ESS that are outside of
the scope of the move
7. VALUATION OF ARTICLES
The Contractor’s rates shall include full replacement value protection against possible loss or
damage while property is under the protection of the Contractor as well as for damage to any fixed
property referenced in the contract. Contractor shall be responsible for the satisfactory repair, or
replacement (at the option of the CPUC) of any CPUC property that is lost, damaged or stolen while
in Contractor’s custody and for the satisfactory repair of any damage to buildings or grounds.
8. CLAIM FOR LOSS OR DAMAGED PROPERTIES
If the CPUC has determined that damage or loss to property has occurred, the CPUC shall notify the
Contractor by:
1. Sending a written notice to the CM-Contractor describing the loss or damage.
2. Listing each of the damaged articles.
3. Including the valuation for each item.
4. Providing the date of move, origin and destination.
5. Storing any damaged packing material or other evidence of damage.
6. Retaining copies of all receipts, correspondence, repair estimates, etc.
56
Claims should be filed within thirty (30) days after delivery or after loss has been reasonably
established. Contractor shall acknowledge claim in writing within thirty (30) days, and commit to
action within sixty (60) days from the day of the CPUC’s claim (i.e. pay, identify a compromise or
decline to pay).
57
ATTACHMENT 13 – BUDGET DETAIL AND PAYMENT PROVISIONS
1. Funding
The procurement for the Moving Services for CPUC Restack Project, 13BS5009, is entirely
funded by the Public Utilities Commission Utilities Reimbursement Account, item 8600-001-
0462, in the State’s Annual Budget.
2. Invoicing and Payment
A. For services satisfactorily rendered, and upon receipt and approval of the invoices, the CPUC
agrees to compensate the Contractor for actual expenditures incurred in accordance with the
rates specified in the Cost Bid, which is attached hereto and made an integral part of this
Exhibit.
B. Compensation
As compensation for the satisfactory completion of the services as specified in Attachment
12, Contractor shall be entitled to a sum not to exceed the agreed upon contract amount by
both CPUC and Contractor unless the amount is increased by amendment hereto as provided
in Attachment 14. Payments not to exceed this total sum shall be made as set forth in the
approved cost sheets (Attachments 19a, 19b, and 19c). Billing rates shall be as specified in
the cost sheets and made an integral part of the contract.
C. Invoices
Invoices shall include the Agreement Number and shall be signed and submitted in
quadruplicate (including original invoice) not more frequently than monthly in arrears to:
California Public Utilities Commission
Contracts Office, Room 2005
505 Van Ness Avenue
San Francisco, CA 94102
Each invoice shall be supported by Inventory List(s) for Mandatory Services and/or
Inventory List(s) for Mandatory Opitonals signed by both the MC-CPUC and MC-
Contractor.
Said invoices will be subject to verification and approval by the CPUC’s Contract Manager,
and shall include the name, address, contract number and Federal tax identification number
of the Contractor.
Any invoiced items of the awarded bidder (Contractor), which are not included in the
accepted Cost Sheet, will be rejected and denied for invoice payment.
58
Ten percent (10%) retention shall be withheld from each invoice. The retention shall become
payable upon the satisfactory completion of the Agreement or at the completion of each
separate task if the specific task is not a foundation for succeeding tasks leading to the
completion of a finished project, report or plan.
The contractor’s invoices will be subject to an audit by CPUC at any time within three (3)
years of completion of the work.
D. Reporting Requirement of Small Business and DVBE
Contractor invoices shall include a subtotal that enumerates the amounts spent on DGS
certified Small Business compliant activities/subcontractors for the period of the invoice, and
a total-to-date for Small Business spending. This requirement is in addition to reporting
requirement of Section 19 of Exhibit C, General Terms and Conditions.
Contractor invoices shall include a subtotal that enumerates the amounts spent on DGS
certified DVBE compliant activities/subcontractors for the period of the invoice, and a total-
to-date for DVBE spending. This requirement is in addition to the reporting requirement of
Section 19 of Exhibit C, General Terms and Conditions.
3. Budget Contingency Clause
A. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years
covered under this Agreement does not appropriate sufficient funds for the services specified
in Exhibit A, this Agreement shall be of no further force and effect. In that event, the State
shall have no liability to pay any funds whatsoever to Contractor or to furnish any other
considerations under this Agreement and Contractor shall not be obligated to perform any
provisions of this Agreement.
B. If funding for any fiscal year is reduced or deleted by the Budget Act, which impacts the
services indicated in Exhibit A, CPUC shall have the option to either cancel this Agreement
with no liability occurring to the State, or offer an agreement amendment to Contractor to
reflect the reduced amount.
4. Prompt Payment Clause
Payment will be made in accordance with, and within the time specified in, Government
Code Chapter 4.5, commencing with Section 927.
59
ATTACHMENT 14 – GENERAL TERMS AND CONDITIONS – GTC-610
PLEASE NOTE: The General Terms and Conditions (GTC-610) is normally incorporated by
reference to Internet site: http://www.documents.dgs.ca.gov/ols/GTC-610.doc. However, for your
convenience, the GTC-610 language is incorporated below.
1. APPROVAL: This Agreement is of no force or effect until signed by both parties and approved
by the Department of General Services, if required. Contractor may not commence performance
until such approval has been obtained.
2. AMENDMENT: No amendment or variation of the terms of this Agreement shall be valid
unless made in writing, signed by the parties and approved as required. No oral understanding or
Agreement not incorporated in the Agreement is binding on any of the parties.
3. ASSIGNMENT: This Agreement is not assignable by the Contractor, either in whole or in part,
without the consent of the State in the form of a formal written amendment.
4. AUDIT: Contractor agrees that the awarding department, the Department of General Services,
the Bureau of State Audits, or their designated representative shall have the right to review and to
copy any records and supporting documentation pertaining to the performance of this Agreement.
Contractor agrees to maintain such records for possible audit for a minimum of three (3) years
after final payment, unless a longer period of records retention is stipulated. Contractor agrees to
allow the auditor(s) access to such records during normal business hours and to allow interviews
of any employees who might reasonably have information related to such records. Further,
Contractor agrees to include a similar right of the State to audit records and interview staff in any
subcontract related to performance of this Agreement. (Gov. Code §8546.7, Pub. Contract Code
§10115 et seq., CCR Title 2, Section 1896).
5. INDEMNIFICATION: Contractor agrees to indemnify, defend and save harmless the State, its
officers, agents and employees from any and all claims and losses accruing or resulting to any and
all contractors, subcontractors, suppliers, laborers, and any other person, firm or corporation
furnishing or supplying work services, materials, or supplies 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. DISPUTES: Contractor shall continue with the responsibilities under this Agreement during any
dispute.
7. TERMINATION FOR CAUSE: The State may terminate this Agreement and be relieved of any
payments should the Contractor fail to perform the requirements of this Agreement at the time and
in the manner herein provided. In the event of such termination the State may proceed with the
work in any manner deemed proper by the State. All costs to the State shall be deducted from any
sum due the Contractor under this Agreement and the balance, if any, shall be paid to the
Contractor upon demand.
60
8. INDEPENDENT CONTRACTOR: Contractor, and the agents and employees of Contractor, in
the performance of this Agreement, shall act in an independent capacity and not as officers or
employees or agents of the State.
9. RECYCLING CERTIFICATION: The Contractor shall certify in writing under penalty of
perjury, the minimum, if not exact, percentage of post consumer material as defined in the Public
Contract Code Section 12200, in products, materials, goods, or supplies offered or sold to the State
regardless of whether the product meets the requirements of Public Contract Code Section 12209.
With respect to printer or duplication cartridges that comply with the requirements of Section
12156(e), the certification required by this subdivision shall specify that the cartridges so comply
(Pub. Contract Code §12205).
10. NON-DISCRIMINATION CLAUSE: During the performance of this Agreement, Contractor
and its subcontractors shall not unlawfully discriminate, harass, or allow harassment against any
employee or applicant for employment because of sex, race, color, ancestry, religious creed,
national origin, physical disability (including HIV and AIDS), mental disability, medical condition
(e.g., cancer), age (over 40), marital status, and denial of family care leave. Contractor and
subcontractors shall insure that the evaluation and treatment of their employees and applicants for
employment are free from such discrimination and harassment. Contractor and subcontractors
shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a-
f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations,
Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing
Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of
Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement
by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall
give written notice of their obligations under this clause to labor organizations with which they
have a collective bargaining or other Agreement.
Contractor shall include the nondiscrimination and compliance provisions of this clause in all
subcontracts to perform work under the Agreement.
11. CERTIFICATION CLAUSES: The CONTRACTOR CERTIFICATION CLAUSES contained
in the document CCC 307 are hereby incorporated by reference and made a part of this Agreement
by this reference as if attached hereto.
12. TIMELINESS: Time is of the essence in this Agreement.
13. COMPENSATION: The consideration to be paid Contractor, as provided herein, shall be in
compensation for all of Contractor's expenses incurred in the performance hereof, including travel,
per diem, and taxes, unless otherwise expressly so provided.
14. GOVERNING LAW: This contract is governed by and shall be interpreted in accordance with
the laws of the State of California.
61
15. ANTITRUST CLAIMS: The Contractor by signing this agreement hereby certifies that if
these services or goods are obtained by means of a competitive bid, the Contractor shall comply
with the requirements of the Government Codes Sections set out below.
a. The Government Code Chapter on Antitrust claims contains the following definitions:
1) "Public purchase" means a purchase by means of competitive bids of goods, services, or
materials by the State or any of its political subdivisions or public agencies on whose behalf the
Attorney General may bring an action pursuant to subdivision (c) of Section 16750 of the Business
and Professions Code.
2) "Public purchasing body" means the State or the subdivision or agency making a public
purchase. Government Code Section 4550.
b. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is
accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright
Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and
Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to
the purchasing body pursuant to the bid. Such assignment shall be made and become effective at
the time the purchasing body tenders final payment to the bidder. Government Code Section 4552.
c. If an awarding body or public purchasing body receives, either through judgment or settlement,
a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled
to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the
public body any portion of the recovery, including treble damages, attributable to overcharges that
were paid by the assignor but were not paid by the public body as part of the bid price, less the
expenses incurred in obtaining that portion of the recovery. Government Code Section 4553.
d. Upon demand in writing by the assignor, the assignee shall, within one year from such demand,
reassign the cause of action assigned under this part if the assignor has been or may have been
injured by the violation of law for which the cause of action arose and (a) the assignee has not
been injured thereby, or (b) the assignee declines to file a court action for the cause of action. See
Government Code Section 4554.
16. CHILD SUPPORT COMPLIANCE ACT: For any Agreement in excess of $100,000.00 the
contractor acknowledges in accordance with Public Contract Code 7110, that:
a. The contractor recognizes the importance of child and family support obligations and shall fully
comply with all applicable state and federal laws relating to child and family support enforcement,
including, but not limited to, disclosure of information and compliance with earnings assignment
orders, as provided in Chapter 8 (commencing with section 5200) of Part 5 of Division 9 of the
Family Code; and
b. The contractor, to the best of its knowledge is fully complying with the earnings assignment
orders of all employees and is providing the names of all new employees to the New Hire Registry
maintained by the California Employment Development Department.
62
17. UNENFORCEABLE PROVISION: In the event that any provision of this Agreement is
unenforceable or held to be unenforceable, then the parties agree that all other provisions of this
Agreement have force and effect and shall not be affected thereby.
18. PRIORITY HIRING CONSIDERATIONS: If this Contract includes services in excess of
$200,000, the Contractor shall give priority consideration in filling vacancies in positions funded
by the Contract to qualified recipients of aid under Welfare and Institutions Code Section 11200 in
accordance with Pub. Contract Code §10353.
19. SMALL BUSINESS PARTICIPATION AND DVBE PARTICIPATION REPORTING
REQUIREMENTS:
a. If for this Contract Contractor made a commitment to achieve small business participation, then
Contractor must within 60 days of receiving final payment under this Contract (or within such
other time period as may be specified elsewhere in this Contract) report to the awarding
department the actual percentage of small business participation that was achieved. (Govt. Code §
14841.)
b. If for this Contract Contractor made a commitment to achieve disabled veteran business
enterprise (DVBE) participation, then Contractor must within 60 days of receiving final payment
under this Contract (or within such other time period as may be specified elsewhere in this
Contract) certify in a report to the awarding department: (1) the total amount the prime Contractor
received under the Contract; (2) the name and address of the DVBE(s) that participated in the
performance of the Contract; (3) the amount each DVBE received from the prime Contractor; (4)
that all payments under the Contract have been made to the DVBE; and (5) the actual percentage
of DVBE participation that was achieved. A person or entity that knowingly provides false
information shall be subject to a civil penalty for each violation. (Mil. & Vets. Code § 999.5(d);
Govt. Code § 14841.)
20. LOSS LEADER:
If this contract involves the furnishing of equipment, materials, or supplies then the following
statement is incorporated: It is unlawful for any person engaged in business within this state to sell
or use any article or product as a “loss leader” as defined in Section 17030 of the Business and
Professions Code. (PCC 10344(e).)
63
ATTACHMENT 15 - SPECIAL TERMS AND CONDITIONS
1. Excise Tax
The State of California is exempt from federal excise taxes, and no payment will be made for
any taxes levied on employees' wages. The State will pay for any applicable State of
California or local sales or use taxes on the services rendered or equipment or parts supplied
pursuant to this Agreement. California may pay any applicable sales and use tax imposed by
another state.
2. Settlement of Disputes
In the event of a dispute, Contractor shall file a "Notice of Dispute" with CPUC within ten (10)
days of discovery of the problem. Within ten (10) days, the (Agency Director or Designee)
shall meet with the Contractor and Project Manager for purposes of resolving the dispute. The
decision of the CPUC shall be final.
In the event of a dispute, the language contained within this Agreement shall prevail over any
other language including that of the bid.
3. Evaluation of Contractor
Performance of the Contractor under this Agreement will be evaluated. The evaluation shall
be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the
Agreement file. For consultant agreements, a copy of the evaluation will be sent to the
Department of General Services, Office of Legal Services, if it is negative and over $5,000.
4. Agency Liability
The Contractor warrants by execution of this Agreement, that no person or selling agency has
been employed or retained to solicit or secure this Agreement upon agreement or
understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide
employees or bona fide established commercial or selling agencies maintained by the
Contractor for the purpose of securing business. For breach or violation of this warranty, the
State shall, in addition to other remedies provided by law, have the right to annul this
Agreement without liability, paying only for the value of the work actually performed, or
otherwise recover the full amount of such commission, percentage, brokerage, or contingent
fee.
5. Subcontractors
Nothing contained in this Agreement or otherwise, shall create any contractual relation
between the State and any subcontractors, and no subcontract shall relieve the Contractor of
his responsibilities and obligations hereunder.
64
Subcontractor Actions – Contractor shall solely be responsible for all actions of
subcontractors, including acts and omissions by subcontractors and persons either directly or
indirectly employed by said subcontractors. Failure of a subcontractor to perform for any
reason shall not relieve Contractor of the responsibility for competent and timely performance
of duties under this Agreement.
Subcontractor Payment – Contractor shall solely be responsible for all payments to
subcontractors. The Contractor’s obligation to pay its subcontractors is an independent
obligation from the State’s obligation to make payments to the Contractor. As a result, the
State shall have no obligation to pay or to enforce the payment of any moneys to any
subcontractor retained by the Contractor.
Communication – The Contractor’s Contract Manager shall act as the primary point of contact
to the CPUC for all aspects of any subcontractors, such that CPUC staff will not need to
communicate directly with subcontractors.
Approval of Subcontract – No work shall be subcontracted without the prior written approval
of the CPUC. In the event the Contractor desires to subcontract any portion of work
associated with this engagement, or in the event of a change to existing subcontracted
relationship, Contractor shall submit to the CPUC a written description of the proposed
subcontracted activities, including identification of proposed subcontracted parties.
Termination of Subcontract – Upon termination of any subcontract, the Contractor shall
immediately notify the CPUC.
Subcontract DVBE Consideration – If a terminated subcontractor is a DVBE, the Contractor
must replace the subcontractor within the same participation category and such replacement
must be approved by the CPUC. Failure to adhere to DVBE Participation may be grounds for
contract termination and recovery of damages under the rights and remedies due the State
under the default section of the contract. The Agreement shall permit the State to audit the
Contractor to verify compliance with DVBE regulations.
6. CPUC Staff
CPUC staff will be permitted to work side by side with Contractor’s staff to the extent and
under conditions directed by the CPUC’s Contract Manager. In this connection, CPUC staff
will be given access to all data, working papers, etc., which Contractor may seek to utilize.
7. Use of State Personnel
Contractor will not be permitted to use State personnel for the performance of services which
are the responsibility of Contractor unless such use is previously agreed to in writing by the
CPUC’s Contract Manager, and an appropriate adjustment in price is made. No charge will be
made to contractor for the services of State employees performing coordination or monitoring
functions.
65
8. Contractor Staff Expenses
The Contractor represents that it has or shall secure at its own expense, all staff required to
perform the services described in this Agreement. Such personnel shall not be employees of or
have any contractual relationship with any governmental entity.
9. Changes in Time for Performance of Tasks
The time for performance of tasks and items within the budget, but not the total contract price,
may be changed by written approval of the Commission’s Contract Manager. However, the
date for completion, the total contract price, and scope, as well as, all other terms may be
altered only by formal amendment of this contract.
10. Change of Personnel
Contractor and Subcontractor’s key personnel as indicated in the attached resumes may not be
substituted without the Commission’s Contract Manager’s prior written approval.
11. Ownership of Data
Data developed for this contract shall become the property of the State. It shall not be
disclosed without the permission of the CPUC Contract Manager. Each report shall also
become the property of the State and shall not be disclosed except in such manner and such
time as the CPUC Contract Manager may direct, with the exception of data which have
become part of the public records of the State, as discussed in Paragraph 10.
12. Termination-Bankruptcy
In the event proceedings in bankruptcy are commenced against the Contractor, it is adjudged
bankrupt, or a receiver is appointed and qualifies, the State may terminate this agreement by
giving five days’ notice in writing to the Contractor.
13. Termination at State’s Option
State may at its option terminate this contract, with or without cause, at any time upon giving a
30-day advance notice in writing to Contractor. In such event, Contractor agrees to use all
reasonable efforts to mitigate its expenses and obligations hereunder. In such event, State shall
pay Contractor for all satisfactory services rendered prior to such notice of termination and for
all expenses incurred by Contractor prior to said termination which are not included in charges
for service rendered prior to termination and which could not by reasonable efforts of
Contractor have been avoided.
14. Termination in Event of Breach
In the event of any breach of this contract, the State may without any prejudices to any of its
other legal remedies terminate this contract upon five days’ written notice to the Contractor.
66
15. Waiver
No waiver of any breach of this contract shall be held to be a waiver of any other or
subsequent breach. All remedies afforded in this contract shall be taken and construed as
cumulative: that is, in addition to every other remedy provided herein or by law. The failure of
State to enforce at any time any of the provisions of this agreement, or to require at any time
performance by Contractor of any of the provisions thereof, shall in no way be construed to be
a waiver of such provision nor in any way to affect the validity of this agreement or any part
thereof or the right of State to thereafter enforce each and every such provision.
16. Gratuities
The State may, by written notice to the Contractor, terminate the right of Contractor to proceed
under this contract if it is found, after notice and hearing by the State or by Executive Director
of the Public Utilities Commission or duly authorized representative, that gratuities were
offered or given by the Contractor, or any agent or representative of the Contractor, to any
officer or employee of the State with a view toward securing a contract, securing favorable
treatment with respect to award amendment, or the evaluation of performance of such contract,
provided that the facts upon which either the Commission or the Executive Director makes
such findings may be reviewed in any competent court.
In the event this contract is terminated, State shall be entitled (i) to pursue the same remedies
against Contractor as it could pursue in the event of the breach of the contract by the
Contractor, and (ii) to a penalty in addition to any other damages to which it may be entitled
by law, and to exemplary damages in an amount which shall be not less than three nor more
than ten times the cost incurred by the Contractor in providing any such gratuities to any such
officer or employee.
The rights and remedies of State provided in this clause shall not be exclusive and are in
addition to any other rights and remedies provided by law or under this contract.
17. Conflict of Interest
Contractor agrees to refrain from entering into any relationship which could result in a conflict
of interest in the performance of this Agreement; and to notify the Commission’s Project
Manager promptly of any potential conflict of interest, including subcontractors. The
Commission may exercise its option to terminate this Agreement if a conflict is found.
18. Agreement is Complete
Other than as specified herein, no document or communication passing between the parties
hereto shall be deemed a part of this Agreement.
67
19. Captions
The clause headings appearing in this agreement have been inserted for the purpose of
convenience and ready reference. They do not purport to and shall not be deemed to define,
limit, or extend the scope or intent to the clauses to which they appertain.
20. Force Majeure
Neither party shall be liable to the other for any delay in or failure of performance, nor shall
any such delay in or failure of performance constitute default, if such delay or failure is caused
by “Force Majeure.” As used in this section, “Force Majeure” is defined as follows: Acts of
war and acts of god such as earthquakes, floods and other natural disasters such that
performance is impossible.
21. Counterparts
For the convenience of the parties, any number of counterparts of this Agreement may be
executed by the parties hereto. Each such counterpart shall, and shall be deemed to be, an
original instrument, but all such counterparts taken together shall constitute one and the same
agreement.
22. Public Works - Rules/Regulations
Contractor shall observe and comply with all federal, state, city, and county laws, rules or
regulations affecting the work. Any work done that does not comply with any laws, rules, or
regulations will be remedied at the Contractor's expense.
68
ATTACHMENT 16 – Shared Printers
Shared Printers Samples of small, medium, large, and extra-large Printers:
SMALL
LARGE
MEDIUM
EXTRA-
LARGE
69
Current Printer Models and Classification
Model X- LARGE LARGE MEDIUM SMALL
HP-4345 x
HP-4350
x
HP-4540 x
HP-4700
x
HP-4730 x
HP-5035
x
HP-6040 x
HP-9050 x
HP-9500 x
HP-8150N
x
HP-M4555
x
HP-P4515
x
V2045 x
V2090 x
70
ATTACHMENT 17 – ADDITIONAL PROVISIONS
71
ATTACHMENT 18 – SCHEDULE OF RESTACK MOVES 2014-15
PHASE DATE GROUP(S) # OF PERSONNEL FROM TO
1 March 24, 2014 IT 44 4th 3rd
2 March 28, 2014 HR 27 4th 3rd
March 28, 2014 DWA 54 4th 3rd
March 28, 2014 DRA-Water 24 4th 3rd
March 28, 2014 FISCAL 22 2nd 3rd
March 28, 2014 LEGAL-SUPPORT 16 2nd 5th
March 28, 2014 ALJ-ADMIN 14 2nd 5th
March 28, 2014 EXEC-MEDIA 3 2nd 5th
March 28, 2014 EXEC-EEO 2 2nd 3rd
March 28, 2014 PPD 9 2nd 5th
March 28, 2014 CD 71 2nd 3rd
3 April 4, 2014 ED-22 22 455GG 3rd
April 4, 2014 DRA 114 4th 2nd
4 April 11, 2014 AS-1FL 5 1st 2nd
April 11, 2014 LEGAL-4107 15 4th 455GG
Phase 2 Construction 1st and 4th Floors 5/8/14 10/21/14
5 October 24, 2014 ED 113 455GG 4th
6 October 31, 2014 DRA 114 2nd 4th
October 31, 2014 AS-1FL 5 2nd 1st
October 31, 2014 ALJ-2FL 14 2nd 4107/4300
7 November 7, 2014 CSID 61 2nd 455GG
November 7, 2014 BS 15 2nd 455GG
November 7, 2014 EXEC-GRAPHIC 2 2nd 455GG
November 7, 2014 EXEC-SB 7 2nd 455GG
Phase 3 Construction 2nd Floor 12/8/14 5/23/15
8 May 24, 2015 ALJ-2FL 14 4107/4300 2nd
May 24, 2015 CSID 61 455GG 2nd
May 24, 2015 BS 15 455GG 2nd
May 24, 2015 EXEC-GRAPHIC 2 455GG 2nd
May 24, 2015 EXEC-SB 7 455GG 2nd
9 June 5, 2015 SED 115 455GG 2nd
June 5, 2015 LEGAL-4300 15 455GG 4th
June 5, 2015 LEGAL-4107 15 455GG 4th
72
ATTACHMENT 19 – COST SHEETS AND INSTRUCTIONS
(IFB section 9.8)
Cost development shall be separate and distinct for the two cost sections and totaled in a third sheet,
“Total Cost Sheet” (Attachment 19c).
e. WSUs (Attachment 19a, “Cost Sheet for Moving WSUs”)
Cost development for the WSUs shall be priced on a per unit basis (column C on the “Cost
Sheet for Moving WSUs) for each group (column A on the “Cost Sheet for Moving WSUs)
moving within the phase. The number in column B, provided by the CPUC, shall be
multiplied by the contractor “Cost per WSU” (column C) for a sum dollar amount for the
“Cost of Moving Group” (column D).
The total for entries for each group in Column D shall be entered in the box labeled “Total
Cost of WSU Moves – Sum of Column D Entries Both Pages.”
The “From” and “To” columns on the “Cost Sheet for Moving WSUs” indicate the origin and
destination locations. The pricing for each group shall include in the “Cost per WSU” any fuel
charges/surcharges, materials, or other costs. Billing shall be based on the actual number of
WSUs moved for each group and agreed upon by both Move Coordinators (CPUC and
Contractor) present on the day of the applicable move. The number of WSUs provided in the
“Cost Sheet for Moving WSUs” are the best estimates of the CPUC and have been increased
to allow for unforeseen circumstances. If for some unforeseen reason the actual number is
greater than that estimated on the sheet, Contractor shall charge at the stated rate (column C)
for the group to which the additional WSU(s) is/are assigned.
The “Cost Sheet for Moving WSUs” shall be completed in its entirety and included in
Envelope 2, Bid-Cost. See section 9.1 for submission details.
f. Mandatory Optionals (Attachment 19b, “Cost Sheet for Mandatory Optionals”)
Cost development for Mandatory Optionals are for services in addition to those identified as
WSUs and are as described in Attachment 12, section A.11. Mandatory Optionals cost
development shall be based on a “person hour” rate provided by the Contractor, shall be
inclusive to cover the cost of specialty workers (such as installers, drivers, movers, etc.) and
shall include any additional charges such as fuel charges/surcharges, truck(s), materials, and
any other applicable charges. The “Cost Sheet for Mandatory Optionals” shall be completed
and be based on a total of two-thousand (2,000) person hours performing the moving and
related services as described in Attachment 12, Scope of Work. To complete the cost sheet,
Contractor shall enter a “Cost per Hour” in column A of the sheet and multiply that number to
obtain the “Total Cost of Mandatory Optional Hours” and enter the number in column C of
the cost sheet.
The “Cost Sheet for Mandatory Optionals” shall be completed and included in Envelope
2, Bid-Cost. See section 9.1 for submission details.
g. Total Cost Sheet (Attachment 19c)
The “Total Cost Sheet” shall be completed by filling in the amounts for moving WSUs from
Attachment 13, “Cost Sheet for Moving WSUs” and Attachment 14, “Cost Sheet for
Mandatory Optionals” and totaling in the row “Grand Total for Restack Moving Services.”
73
The “Total Cost Sheet” shall be completed and included in Envelope 2, Bid-Cost. See
section 9.1 for submission details.
h. In submitting the cost sheets (a, b, and c, above), bidders must adhere to the format of
the Attachments (19a, 19b, 19c) or use a copy thereof. For electronic copies of these
Cost Sheets which may be edited for cost entries, please request them through Mark
Ferrara at:
74
ATTACHMENT 19a – COST SHEET FOR MOVING WSUs PHASE DATE GROUP(S) FROM TO # of WSUs Cost per WSU Cost of Moving Group
A B X C > D
1 March 24, 2014 IT 4th 3rd 44
2 March 28, 2014 HR 4th 3rd 27
March 28, 2014 DWA 4th 3rd 54
March 28, 2014 DRA-Water 4th 3rd 24
March 28, 2014 FISCAL 2nd 3rd 22
March 28, 2014 LEGAL-SUPPORT 2nd 5th 16
March 28, 2014 ALJ-ADMIN 2nd 5th 14
March 28, 2014 EXEC-MEDIA 2nd 5th 3
March 28, 2014 EXEC-EEO 2nd 3rd 2
March 28, 2014 PPD 2nd 5th 9
March 28, 2014 CD 2nd 3rd 71
3 April 4, 2014 ED-22 455GG 3rd 22
April 4, 2014 DRA 4th 2nd 114
4 April 11, 2014 AS-1FL 1st 2nd 5
April 11, 2014 LEGAL-4107 4th 455GG 15
Phase 2 Construction1st and 4th Floors 5/8/14 10/21/14
5 October 24, 2014 ED 455GG 4th
6 October 31, 2014 DRA 2nd 4th 114
October 31, 2014 AS-1FL 2nd 1st 5
October 31, 2014 ALJ-2FL 2nd 4107/4300 14
7 November 7, 2014 CSID 2nd 455GG 61
November 7, 2014 BS 2nd 455GG 15
November 7, 2014 EXEC-GRAPHIC 2nd 455GG 2
November 7, 2014 EXEC-SB 2nd 455GG 7
Phase 3 Construction 2nd Floor 12/8/14 5/23/15
8 May 24, 2015 ALJ-2FL 4107/4300 2nd 14
May 24, 2015 CSID 455GG 2nd 61
May 24, 2015 BS 455GG 2nd 15
May 24, 2015 EXEC-GRAPHIC 455GG 2nd 2
May 24, 2015 EXEC-SB 455GG 2nd 7
9 June 5, 2015 SED 455GG 2nd 110+
June 5, 2015 LEGAL-4300 455GG 4th 15
June 5, 2015 LEGAL-4107 455GG 4th 15
TOTAL COST OF WSU MOVES - SUM OF COLUMN D ENTRIES
75
ATTACHMENT 19b – COST SHEET FOR MANDATORY OPTIONALS
COST PER HOUR NUMBER OF PERSON HOURS TOTAL COST MANDATORY OPTIONAL HOURS
A B C
2,000X
76
ATTACHMENT 19c – TOTAL COST SHEET
GRAND TOTAL FOR RESTACK
MOVING SERVICES
TOTAL COST OF WSU MOVES -
SUM OF COLUMN D ENTRIES
TOTAL COST MANDATORY
OPTIONAL HOURS