File #: 10-421    Name:
Type: Minutes Status: Passed
File created: 4/13/2010 In control: Board of Supervisors
On agenda: 4/13/2010 Final action: 4/13/2010
Title: a. Approve specifications for concrete multi-use improvements at Laguna Seca Recreation Area, Bid No. a. Approve specifications for concrete multi-use improvements at Laguna Seca Recreation Area, Bid No.
Attachments: 1. Completed Board Order, 2. Signed Board Report, 3. Notice to Contractors (1), 4. Bid Packet

 

 

 

 

 

 

 

 

COMPLETED BOARD ORDER�"x��31

Before the Boa d of Supervisors in and for the

County of onterey, State of California

Construction No: 2010  004

a. Approve specifications for concret multi-use improvements at

Laguna Seca Recreation Area, Bid No. 10239;

b. Authorize and direct the Clerk of the Board to advertise the

Notice to Bidders" in the Salinas alifornian on April 16 and

April 23, 2010; and

c. Set May 6, 2010 at 1:00 pm for the pening of the bids.

Upon motion of Supervisor Parker, s conded by Supervisor Armenta, and carried by those

members present, the Board hereby:

a. Approved specifications for concr to multi-use improvements at Laguna Seca Recreation

Area, Bid No. 10239;

b. Authorized and directed the Clerk f the Board to advertise the Notice to Bidders" in the

Salinas Californian on April 16 and April 23, 2010; and

c. Set May 6, 2010 at 1:00 pm for the pening of the bids.

PASSED AND ADOPTED this 13th day of April, 2010, by the following vote, to wit:

AYES: Supervisors Armenta, C cagno, Salinas, Parker, Potter

NOES: None

ABSENT: None

I, Gail T. Borkowski, Clerk of the Board of upervisors of the County of Monterey, State of California, hereby

certify that the foregoing is a true copy of an o iginal order of said Board of Supervisors duly made and entered in

the minutes thereof of Minute Book 75 for the eeting on April 13, 2010.

Dated: April 14, 2010 Gail T. Borkowski, Clerk of the Board of Supervisors

County of Monterey, State of California

By

Deputy

 

 

BIB]

 

40284-U01

COMPLETED-U02

BOARD-U02

ORDER-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90637-U03

C15-U03

COMPLETED-U03

BOARD-U03

ORDER-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

 

 

SIGNED BOARD REPORTX��"y�to

MONTEREY CO NTY BOARD OF SUPERVISORS

MEETING: April 13,2010-Co sent AGENDA NO:

 Approve

SUBJECT:

specificat ions for concrete multi-use improvements at

Laguna Seca Recre ation Area Bid No. 10239� and

Authorize and

b. the Clerk of the Board to advertise the Notice to

Bidders" in The Ca ifornian on April 16 and April 23, 2010; and

c. Set Ma 6, 2010 at 00 p.m for the opening of the bids

DEPARTMENT: Parks

RECOMMENDATION

It is recommended that the Board of Supervisors:

a. Approve specifications for concrete multiuse improvements at Laguna Seca

Recreation Area, Bid No. 10 39; and

b. Authorize and direct the Clerk of the Board to advertise the Notice to

Bidders" in The Californian n April 16 and April 23, 2010; and

c. Set May 6, 2010 at 1:00 p.m for the opening of the bids.

SUMMARY/DISCUSSION

The current multi-use concrete pad on the Island Group Area, Laguna Seca Recreation

Area, is at the end of its serviceabl life. The multi-use pad was installed 29 years ago

and is in an unusable condition with many cracks and an irregular surface. The multi-use

pad is used for many special evens at the facility as a hospitality venue, dance floor,

music stage and vending area. The replacement pad will be upgraded to a slightly larger

size to accommodate hospitality tens that are currently being used by promoters.

OTHER AGENCY INVOLVEMENT

Bid forms and specifications have boen approved as to form and content by County

Counsel, Auditor, Contracts and Putchasing, Risk Management and County Budget.

FINANCING

Appropriations for this project are b dgeted in the Laguna Seca Track Rental Park Unit

001-7500-8146 in Fiscal Year 2009-10 Approved Parks Budget. This Park Unit has a

zero Net County Contribution and any associated expenses are offset by track rental

revenue. There will be no effect to budgeted Net County Contribution due to this action.

Prepared by:

Deputy Chief Ranger, Parks Chief Ranger and Director of Parks

Operation Manager, North County

Date: Date: /off l O

Richard Higgins, 831-758-3604 John J. Pinio

Attachments: Board Order

Specifications for solcitation of bids for multi-use concrete pad at Laguna

Seca Recreation Area on file with the Clerk of the Board

 

 

BIB]

 

40284-U01

SIGNED-U02

BOARD-U02

REPORT-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90638-U03

C10-U03

BOARD-U03

REPORTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

SIGNED BOARD REPORTX��"y�03/202010 12:36 8317586818

Monterey County Parks Fax:83175$d91d

RECOMMErwDA.TION

PAGE 01/01

 

MEEUNG: April 13, 2010  Co sent AGENDA NO:

SUBJECT: a. Approve specifics ons for concrete multi-use improvements at

Laguna Seca Recrc Lion Area, Bid No. 10239; and

b. Authorize and dire the Clerk of the Board to advertise the Notice to

Bidders" in The C forn ian on April 16 and April 23, 2010; and

c. Set Ma 6 2010 at 00 p.m fbr the opening of the bids

DEPARTMENT: Parks

MONTEREY CO

It is recommended that the Board. ofl Supervisors;

a. Approve specifications for concrete multiuse improvements at Laguna Seca

 Recreation Area, Bid No. 10 39; and

b. Authorize and direct the Cle k of the Board to advertise the Notice to

 Bidders" in The Californian m April 16 and April 23, 2010; and

c. Set May 6, 2010 at 1:00 p.m for the opening of the bids.

SUM CA YIDISCUSSION

The current multi-usc concrete pad

Area, is at the end of its serviceable

and is in an unusable condition with

pad is used for many special event,

music stage and vending area. The i

size to accommodate hospitality tent!

LAGUNA SECA PARK

Mar 24 2010 10:08 P.02

TY BOARD OF SUPERVISORS

on the Island Group Area, Laguna Seca Recreation

life. The multi-use pad was installed 29 years ago

Ai,-:1y Cracks and an irregular surface. The multi-use

at the facility as a hospitality venue, dance floor,

aplacement pad will be upgraded to a slightly larger

that are currently being used by promoters.

OTHER AGE CY INVOLVEMENT

Bid forms and specifications have been approved as to form, and content by County

Counsel, Auditor, Contracts and Pu

FINANCING

Appropriations for this project are bi

001-7500-8146 in Fiscal Year 2009-

zero Net County Contribution and'ar

revenue. There will be no effect to t

Uckt. ty C1 it:l. L AL %-4, L yi�

Opcratiorj Man4ger, North County

ichard Higgins, 831-758-3604

hasing, Risk Management and County Budget.

fidgeted in the Laguna Seca Track Rental Park Unit

10 Approved arks Budget. This Park Unit has a

y associated expenses are off�et by track rental

udgeted Net County contribution due to this action.

Attachments: Board Order

Specifications for sal citation of bids for multi-use concrete pad at Laguna

Seca Recreation Area, on We with the Clerk of the Board

 

 

BIB]

 

40284-U01

SIGNED-U02

BOARD-U02

REPORT-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90638-U03

C10-U03

BOARD-U03

REPORTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

 

 

NOTICE TO CONTRACTORS (1)"y�NOTIC~ TO CONTRACTORS

The County of Monterey will accept ealed Request for Proposals to provide:

Multi-Use Concrete at Laguna Sec

Parks Department. Reference

SEALED PROPOSALS MUST BE

2010, AT THE FOLLOWING LOC

Recreation Area, for the County of Monterey

P #10239)

CEIVED BY 1:00 P.M., THURSDAY, MAY 6,

TION:

Clerk to

Administr

168 W. Alisal S

Included the following on the outsid

A mandatory pre-bid meeting will

Laguna Seca, Island Group Area,

Each bid must conform, comply, an

provisions, and bid forms, copies o

Board of Supervisors and may be ex

Department, 855 E. Laurel Drive,

he Board of Supervisors

tion Building First Floor),

reet, Salinas, California 93901

of the envelope: REFERENCE RFP #10239)

e held on Tuesday, April 27, 2010 at 9:00 a.m. at

akebed Area. For details call 831) 758-3604.

be responsive to the plans, specifications, special

which are on file in the Office of the Clerk to the

mined or obtained at the Office of the County Parks

P.O. Box 5249, Salinas, California, 93915-5249,

telephone 831) 755-4895. No bid will be accepted from a Contractor who is not licensed

with classification A", C-9" or C 12" license in accordance with the provisions of the

California Contractors License Law. The County reserves the right to reject any and all

proposals, to waive irregularities an make an award deemed in the best interest of the

County. Postmarks and facsimiles are not acceptable. Proposals received after the

deadline shall be rejected and will be returned unopened.

Publication Dates:

April 16, 2010

April 23, 2010

 

 

BIB]

 

40284-U01

NOTICE-U02

TO-U02

CONTRACTORS-U02

1)-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90640-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

 

 

BID PACKET�X��"y �BID NO. 10239

BOARD OF SUPERVISORS

CO

TY OF MONTEREY

SAL,INAS, CALIFORNIA

GEN RAL PROVISIONS

SPE IAL PROVISIONS

ND BID FOR

Multi Use Concrete Pad

AT

LAGUNA S CA RECREATION AREA

1025 MONTEREY/SALIN S HIGHWAY 68, SALINAS, CA 93908

BID NO. 10239

April 2010

NT

r-y

 O 1P,!D': MNI-iY:'

 

FOR USE IN CONNECTION WITH THE UN FORM PLUMBING CODE, LATEST EDITION; STANDARD

SPECIFICATIONS DATED JULY, 1992 F THE STATE OF CALIFORNIA, DEPARTMENT OF

TRANSPORTATION, BUSINESS AND T NSPORTATION AGENCY LATEST EDITION; AND THE

CURRENT LABOR SURCHARGES AND EQUIPMENT RENTAL RATES AND THE GENERAL

PREVAILING WAGE RATES ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS AT THE

DATE BIDS ARE RECEIVED.

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �PROJECT: Multi use Concrete Pad

 

Laguna Seca Recreation Area

TA 3L

E OF CONTENTS

NOTICE OF CONTRACTORS

ENGINEER'S ESTIMATES OF THE

SPECIAL PROVISIONS

C

BID NO. 10239

Page

1

UANTITIES 2

ERMS 3

of Standard Specifications 3

JTS AND CONDITIONS

f Bidders 4

fort to Hire Residents of Monterey County 4

f Bids 4

is 4

d Meeting 5

CUTION OF CONTRACT

rity 5

Section 1  DEFINITION OF T

1-1 Interpretation

1-2 Definitions...

Section 2  BID REQUIREME

2-1 Competency

2-2 Good Faith E

0

2-3 Comparison o

2-4 Bid Instructio

2-5 Mandatory Bi

Section 3  AWARD AND EX

3-1 Contract Secu

Section 4  SCOPE OF WORK

4-1 Description of Work 5

Section 5  CONTROL OF W

0

5-1 Payment

5-2 Hours of Wor

5-3 Progression o

Section 7  LEGAL RELATIO

7-1 General Prev

7-2 Payroll Recor

7-3 Indemnificati

7-4 Permits and L

7-5 Compliance

7-6 Compliance

7-7 Employment

7-8 Nondiscrimin

Section 8  PROSECUTION A

8-1 Identification

8-2 Beginning of

8-3 Time of Com

8-4 Liquidation D

Section 9  MEASUREMENT

9-1 Partial Payme

9-2 Payment of

9-3 Consistency

RK

5

k 5

Work 6

JS AND RESPONSIBILITY

iling Wage Rates 6

Is 6

n and Insurance 7

censes 9

ith Clean Air Act of 1970 9

ith the Copeland Anti-Kickback" Act 9

mf Apprentices 9

ation 9

vD PROGRESS

of Subcontractors by Bidders 10

Work 10

mletion 10

amages 10

AND PAYMENT

nt 11

ithheld Funds 11

pith Public Contract Code Sections 20104, et esq...........11

i

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �PROJECT: Multi Use Concrete Pad

Laguna Seca Recreation Are

Bid No. 10239

TABLE OF CONTENTS

Section 10 CONSTRUCTION DETAILS

10-1.01

10-1.02

10-1.03

10-1.04

10-1.05

Page

Project A pearance 12

Damage epair 12

Clearing and Grubbing 12

Sub Grad 13

Concrete ad 13

BID TO THE BOARD OF SUPERVISOR 14

BID FORM 15

AFFIDAVIT CONCERNING EMPLOYM NT OF UNDOCUMENTED ALIENS 17

DESIGNATION OF SUBCONTRACTOR 18

NONCOLLUSION AFFIDAVIT 20

CONTRACTOR'S CERTICATION OF GOOD FAITH EFFORT TO HIRE

MONTEREY BAY AREA RESIDENTS 21

BID BOND 23

CONTRACT FOR PUBLIC WORK 24

CONTRACTOR'S CERTIFICATE REGARDING WORKERS' COMPENSATION 26

PERFORMANCE BOND 27

PAYMENT BOND FOR PUBLIC WORK 28

ii

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �BOARD OF SUPERVISORS

COUNTY OF MONTEREY

SATI INAS, CALIFORNIA

NOTICE TO CONTRACTORS

NOTICE IS HEREBY GIVEN that seal'

Supervisors, Administration Building First Floor),

for the Multi-Use Concrete Pad at Laguna Seca

specifications and other requirements therefore, at

Purchasing Agent. All bids shall be submitted on a

d bids will be received at

the Office of the Clerk to the Board of

168 W. Alisal Street, Salinas, California, until 1:00 p.m., May 6, 2010

ecreation Area, as shown on the plans and in accordance with the

hich time they will be publicly opened and read aloud by the County

orm furnished by the Monterey County Parks Department.

Bids are required for the entire work descr bed herein. Prices on alternate construction methods or materials will

be considered only when specifically called for.

No bid will be accepted from a Contractor who is not licensed in accordance with the provisions of the California

Contractors License Law. The Contractor's license number shall appear on the bid. The Classification of the Contractor's

license required for this project is A"  C-9" or T-12".

Each bid must conform and be responsive t

which are on file in the Office of the Clerk to the E

the County Parks Department, 855 E. Laurel Driv

755-4895. The Standard Specifications of the Cali

be examined at said Office of the County Parks DeI

o the plans, specifications, special provisions, and bid forms, copies of

Board of Supervisors and may be examined or obtained at the Office of

e, P. O. Box 5249, Salinas, California, 93915-5249, telephone 831)

fornia Department of Transportation, which apply to this project, may

iartment.

Special attention of the prospective bidde~s is called to the Bid Requirements and Conditions" of the Special

Provisions. A bid bond, cash, or certified check in

must accompany the bid.

El

n amount not less than ten percent of the maximum amount of the bid

A mandatory pre-bid meeting will be held on Tuesday, April 27, 2010 at 9:00 a.m. at Laguna Seca,

Island Group Area, Lakebed Area. For det

its call 831) 758-3604.

Special attention is also called to Monter~y County's requirement that the contractor must promise to make a

good faith effort to hire residents of the Montere

bid.

The Director of the Department of Industi

wages and the general prevailing rate for holiday a

of worker needed to execute the contract; copies the

Administration Building First Floor), 168 W. Alis

interested party on request. There is no trenching d

of Sections 6706 and 6707 of the Labor Code and S

safety plans.

The Board of Supervisors reserves the righ

in any bids or in the bidding.

Bay Area" and the required form which must be submitted with the

ial Relations has determined the general prevailing rate of per diem

nd overtime work in this locality for each craft, classification, or type

reof are on file in the Office of the Clerk to the Board of Supervisors,

al Street, Salinas, California and are available for inspection by any

eper than five feet that would affect this project under the provisions

ection 7104 of the Public Contract Code concerning trench excavation

to reject any or all bids or to waive any irregularities or informalities

1

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �PROJECT: Multi-Use Concrete Pad

Laguna Seca Recreation Area BID NO. 10239

ITEM ESTIMATED UNIT OF TOTAL PRICE

NO. QUANTITY MEASURE In Figures)

1. Lump Sum Lump Sum

  Total Base Bid

The foregoing quantities are approximate only,

Supervisors does not, expressly or by implication,

reserves the right to increase or decrease the amou

expedient by the Engineer. All bids are to be con

County may reduce the total authorized amount at i

being given as a basis for the comparison bids; and the Board of

agree that the actual amounts of work will correspond therewith but

nt of any class or portion of the work as may be deemed necessary or

ipared on the basis of the Estimate of the quantities to be done. The

is discretion.

No bidder may withdraw his/her bid for a period of thirty 30) days after the date set for the opening of bids.

Date:  20

Publication Dates:

BOARD OF SUPERVISORS

COUNTY OF MONTEREY

STATE OF CALIFORNIA

2

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �BOA OF SUPERVISORS

COUNTY OF MONTEREY

STATE OF CALIFORNIA

SPECIAL PROVISIONS

For

MUL USE CONCRETE PAD

LAGUNA-ECA RECREATION AREA

BID NO. 10239

The work embraced herein shall be done in accordance with the 1992 Standard Specifications of the State of

California, Department of Transportation latest edi ion.

In case of conflict between the Standard S ecifications, and these Special Provisions, the Special Provisions shall

take precedence over and be used in lieu of such co flicting portions.

SECTION I  DEFINITION OF TERMS

1-1 Interpretation of Standard Specifications:

For the purpose of this contract certain

Specifications, shall be interpreted as follows: Att

Specifications and these Special Provisions:

1-1.1 Definitions:

The following terms defined in Section

terms or pronouns in place of those used throughout the Standard

ntion is directed to Section 1, Definitions and Terms" of the Standard

1, Definitions and Terms" of the Standard Specifications shall be

interpreted to have the following meaning and inte t:

l  l  l A State:

County of Monterey.

1-1.113 Director:

Chair of the Board of Supervisors.

1-1.1 C Engineer:

The Director of Parks, Monterey County, cting either directly or through properly authorized agents, such agents

acting within the scope of the particular duties ent sted to them.

1-1.1 D Laboratory:

Any established laboratory designated by the Engineer to test materials and work involved in the contract.

1-1.2 Terms:

The term Attorney General" or pronouns in its place, as used throughout the Standard Specifications, shall be

interpreted to mean the County Counsel of Monter y County.

3

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �1-2 Definitions:

Whenever in the Special Provisions and o her contract documents the following terms, or pronouns in place of

them are used, the intent and meaning shall be interpreted as follows:

1-2.1 Clerk of the Board:

The Clerk of the Monterey County Boat] I of Supervisors, who is also the Monterey County Administrative

Officer.

1-2.2 Public Works Director:

The Director of Parks of Monterey County.

SECTION 2  BID REQUIREMENTS AND CONDITIONS

Attention is directed to Section 2 of the Standard Specifications and these Special Provisions:

2-1 Competency of Bidders:

In lieu of the portions of Section 2-1.11, Competency of Bidders" of the Standard Specifications relating to

prequalification, prospective bidders on contract are not required to be pre-qualified and need not conform to the

requirements for prequalification. The classification of the Contractor's license required for this project is A", C-9 or

C-12".

2-2 Good Faith Effort to Hire Resident; of Monterey Bay Area:

In accordance with section 5.08.120 of the Monterey County Code, all bidders must promise to make a good faith

effort to hire qualified individuals who are, and have been for one 1) year prior to the opening of bids, residents of the

Monterey Bay Area in sufficient numbers so that no less than fifty percent 50%) of the contractor's total construction

work force on the project, including any subcontractor work force, measured in labor work hours, is comprised of

Monterey Bay Area residents. A certification fo relating to compliance with section 5.08.120 is furnished with the bid

documents. Each bidder must complete the certifi ation form and submit the certification form with the sealed bid. The

County Purchasing Agent may deem a bid non-res onsive for failure to abide by the good faith local hiring provisions of

section 5.08.120.

2-3 Comparison of Bids:

bid.

Bids are required for the entire work. The amount of the bid for comparison purposes will be the total of the base

2-4 Bid Instructions:

The bidder shall set forth for each item of

the respective spaces provided for this purpose.

column shall be the extension of the item price bid

In case of discrepancy between the item

provided, however, if the amount set forth as an i

omitted, the amount set forth in the total" column

vork, in clearly legible figures, an item price and a total for the item in

n the case of unit basis items, the amount set forth under the total"

n the basis of the estimated quantity for the item.

rice and the total set forth for the item, the item price shall prevail;

em price is ambiguous, unintelligible or uncertain for any cause, or is

for the item shall prevail in accordance with the following:

1) As to lump sum items, the amount Iset forth in the total" column shall be the item price.

2) As to unit basis items, the amoi

quantity for the item, and the price thus obtained s

it set forth in the total" column shall be divided by the estimated

all be the item price.

4

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �2-5 Mandatory Pre-Bid Meeting:

A Mandatory Pre-Bid Meeting will be held on T1iesday, April 27, 2010 at 9:00 a.m. at the job site. It is required that

prospective bidders attend the Pre-Bid Meeting. All specification changes and questions will be sent via e mail. The

deadline to submit questions is Monday, May 3 a 2:00 p.m. Due to soft subgrade adjacent to and throughout the work

site, delivery of the concrete material will need t be located a distance from the project site. Bidders should consider

utilizing a concrete pumper or alternative delivery mechanism of the concrete to the project site.

SECTION 3  AWARD AND EXECUTION OF CONTRACT

Attention is directed to all of Section 3 of the Standard Specifications and these Special Provisions:

3-1 Contract Security:

The Contractor shall furnish a performance bond in an amount at least equal to one hundred percent 100%) of the

contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one

hundred percent 100%) of the contract price as security for the payment of all persons performing labor on the project

under this contract and furnishing materials in con ection with this contract. The contract price for this contract shall be

the authorized amount. Performance and Payment Bonds shall remain in affect throughout the life of the contract.

SECTION 4  SCOPE OF WORK

Attention is directed to Section 4, Scope o Work" of the Standard Specifications and these Special Provisions:

4-1 Description of Work:

The work to be performed under this cont act shall consist of furnishing everything necessary for the fulfillment

of the contract in strict accordance with the requirements of the contract documents. The work shall be complete, and

anything not expressly shown or called for in the contract documents which may be necessary for the complete and proper

construction of the work in good faith shall be ac omplished by the Contractor as though originally so indicated in the

contract documents at no increase in cost to the O ner.

The scope of work shall include but not be limited to the following:

The work to be performed under this con ract includes all work shown on the Project Plans and Specifications

entitled Laguna Seca Recreation Area Multi-Use Concrete Pad", prepared by Monterey County Parks Department. Work

items include all workmanship and materials to demolish and remove existing concrete pad, remove and palletize existing

pavers, excavate and compact sub grade, place sand, form new pad, placing reinforcement bar on wired dolbies, pouring,

finishing concrete saw cut control joints, placement of pavers up to the concrete pad, finish grade slopes around the north

and east side of the concrete pad and related work.

SECTION 5  CONTROL OF WORK

Attention is directed to Section 5 of the Standard Specifications and these Special Provisions:

5-1 Payment:

Full compensation conforming to the provi ions in this Section and not otherwise provided for shall be considered

as included in prices paid for the various contract it ms of work involved; and no additional compensation will be allowed

therefore.

5

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y                      �I

5-2 Hours of Work:

In the performance of this Contract, not more than eight 8) hours shall constitute a day's work, and the Contractor

shall not require more than eight 8) hours of la or in a day from any person employed by him hereunder, except as

provided in the Labor Code of the State of California. The Contractor shall conform to Article 3, Chapter 1, Part 7

Sections 1810 et seq) of the Labor Code of the State of California, and it is agreed that the Contractor shall forfeit to the

County as a penalty the sum of TWENTY-FIVE $25.00) for each worker employed in the executing of this contract by

the Contractor or subcontractor for each calendar day during which any worker is required or permitted to labor more than

eight 8) hours in violation of said Article.

The hours to be allowed will be daylight h urs. The Contractor shall schedule its work as not to interfere with the

park use and operation. If a conflict seems unavoidable, the Contractor shall notify the Engineer at least five 5) days in

advance so that scheduling changes can be made.

5-3 Progression of Work:

Due to special events and track rental programs at Laguna Seca, CONTRACTOR shall coordinate the work in

such a manner as to not interfere with such use. The Parks Department shall supply the Contractor with a schedule of

conflicting dates after award of bid.

It is the intent of Monterey County to award the contract on or before May 18, 2010. The Contractor shall submit

bonds or alternative security, project schedule and evidence of insurance within seven 7) calendar days after award of the

contract by the Board of Supervisors. A Notice t Proceed shall be issued by the Monterey County Parks Department,

upon receipt of the foregoing documents. It is anticipated to start construction of this project on or before June 1, 2010.

5-3.2 Construction and Staking:

Monterey County shall provide necessary stakes and markers as deemed necessary by the Engineer.

SECTION 7 LEGAL I RELATIONS AND RESPONSIBILITY

The Contractor shall comply with the p ovisions of Section 7, Legal Relations and Responsibility" of the

Standard Specifications and these Special Provisio s:

7-1 General Prevailing Wage Rates:

The general prevailing rates of per diem, holiday, and overtime wages for each craft, classification, or type of

worker needed to execute the contract are determi ed in accordance with Section 1770 et seq of the Labor Code and the

Contractor shall comply with all applicable section thereof.

The Director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in the

locality in which said public work is to be performed for each craft, classification or type of worker needed to execute the

contract in accordance with Sections 1770 and 1 73 of the Labor Code. A copy of said determination is on file and is

available for inspection in the Office of the Clerk o the Board of Supervisors, Administration Building First Floor), 168

W. Alisal Street, Salinas, California.

7-2 Payroll Records:

The Contractor's attention is directed to th following provisions of Labor Code section 1776. The Contractor

shall be responsible for the compliance with these provisions by its subcontractors.

a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social

security number, work classification, straight time, and overtime hours worked each day and week, and the actual per

diem wages paid to each journeyman, apprentice worker, or other employee employed by him or her in connection with

the public work.

6

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y

 �b) The payroll records enumerated nder subdivision a) shall be certified and shall be available for

inspection at all reasonable hours at the principal o fice of the contractor on the following basis:

1) A certified copy of an e ployee's payroll records shall be made available for inspection or

furnished to such employee or his or her authorized representative on request.

2) A certified copy of all payroll records enumerated in subdivision a) shall be made available for

inspection or furnished upon request to a repre entative of the body awarding the contract, the Division of Labor

Standards Enforcement and the Division of Appren iceship Standards of the Department of Industrial Relations.

3) A certified copy of all pay oll records enumerated in subdivision a) shall be made available upon

request to the public for inspection or copies thereof made; provided, however, that a request by the public shall be made

through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor

Standards Enforcement. The public shall not be gi en access to such records at the principal office of the Contractor.

c) Each contractor shall file a certifie4copy of the records enumerated in subdivision a) with the entity that

requested such records within 10 days after receipt Of a written request.

d) Any copy of records made availab e for inspection as copies and furnished upon request to the public or

any public agency by the awarding body, the Division of Apprenticeship Standards or the Division of Labor Standards

Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and

social security number. The name and address of the contractor awarded the contract or performing the contract shall not

be marked or obliterated.

e) The contractor shall inform the b dy awarding the contract of the location of the records enumerated

under subdivision a), including the street address, city and county, and shall, within five working days, provide a notice

of change of locations and addresses.

f) In the event of noncompliance with the requirements of this section, the contractor shall have 10 days in

which to comply subsequent to receipt of written notice specifying in what respects such contractor must comply with this

section. Should noncompliance still be evident after such 10 day period, the contractor shall, as a penalty to the state or

political subdivision on whose behalf the contract i made or awarded, forfeit fifty dollars $50) for each calendar day, or

portion thereof, for each worker, until strict c mpliance is effectuated. Upon the request of the Division of

Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress

payments then due.

7-3 Indemnification and Insurance:

7-3.1 Hold Harmless/Indemnification:

Contractor shall indemnify, defend, and h Id harmless the County, its officers, agents and employees from and

against any and all claims, liabilities, and losses whatsoever including damages to property and injuries to or death of

persons, court costs, and reasonable attorney's fee) occurring or resulting to any and all persons, firms or corporations

furnishing or supplying work, services, materials, r supplies in connection with the performance of this Agreement, and

form any and all claims, liabilities, and losses oc urring or resulting to any person, firm, or corporation for damage,

injury, or death arising out of or connected with he CONTRACTORS's performance of this Agreement, unless such

claims, liabilities, or losses arise out of the sole n gligence or willful misconduct of the County. CONTRACTOR's"

performance" includes CONTRACTROR's action or inaction and the action or inaction of CONTRACTOR's officers,

employees, agents and subcontractors.

Insurance Coverage Requirements: With ut limiting CONTRACTOR's duty to indemnify, CONTRACTOR

shall maintain in effect throughout the term of t is Agreement a policy or policies of insurance with the following

minimum limits of liability:

Commercial general liability insurance, inc uding but not limited to premises and operations, including coverage

f'or Bodily Injury and Property Damage, Personal I ury, Contractual Liability, Broadform Property Damage, Independent

7

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y
�Contractors, Products and Completed Operations, with a combined single limit for Bodily Injury and Property Damage o

not less than $1,000,000 per occurrence.

Business automobile liability insurance, c veri

ng all motor vehicles, including owned

leased

non-owned

and

hired vehicles, used in providing services under

 

 

 

his

Agreement, with a combined single limit for Bodily Injury and

Property Damage of not less than $1,000,000 per o

cunence

Professional liability insurance, if requir ed for the professional services being provided e.g.

those person

authorized by a license to engage in a business or p

rofession regulated by the California Business and Professional Code),

in the amount of not less than $1,000,000 per clai m and $2,000,000 in the aggregate, to cover liability for malpractice of

errors or omissions made in the course of rendering professional services. If professional liability insurance is written on a

claims-made" basis rather than an occurrence basi s, the CONTRACTOR shall, upon the expiration or earlier termination

of this Agreement, obtain extended reporting cov erage tail coverage") with the same liability limits. Any such tail

coverage shall continue for at least three years foll wing the expiration or earlier termination of this Agreement.

7-3.2 Workers' Compensation Insurance:

If CONTRACTOR employs others in the performance of this Agreement, in accordance with California Labor

Code section 3700 and with Employer's Liability l imits not less than $1,000,000 each person, $1,000,000 each accident

and $1,000,000 each disease.

7-3.3 Other Insurance Requirements and Commercial General Liabili

All insurance required by this Agreemen shall be with a company acceptable to the County and issued and

executed by an admitted insurer authorized to tra nsact Insurance business in the State of California. Unless otherwise

specified by this Agreement, all such insurances all be written on an occurrence basis, or, if the policy is not written

on an occurrence basis, such policy with the cover age required herein shall continue in effect for a period of three years

following the date CONTRACTOR completes its erformance of services under this Agreement.

Each liability policy shall provide that the County shall be given notice in writing at least thirty days in advance

of any endorsed reduction in coverage or limit, cancellation, or intended non-renewal thereof. Each policy shall

provide coverage for Contractor and additional in ureds with respect to claims arising from each subcontractor, if any,

performing work under this Agreement, or be accompanied by a certificate of insurance from each subcontractor

showing each subcontractor has identical insurance coverage to the above requirements.

Commercial general liability and automob le liability policies shall provide an endorsement naming the County

of Monterey, its officers, agents, and employee as Additional Insureds with respect to liability arising out of the

CONTRACTOR's work, including ongoing and m leted operations, and shall further provide that such insurance it

primary insurance to any insurance or self-insur a maintained by the County and that the insurance of the Additional

Insureds shall not be called upon to contribute t a loss covered by the CONTRACTOR's insurance. The require d

endorsement form for Commercial General Liabili ty Additional Insured is ISO Form CG 20 10 11-85 or CG 20 10 10

01 in tandem with CG 20 37 10 01 2000). he required endorsement form for Automobile Additional Insured

endorsement is ISO Form CA 20 48 02 99.

Prior to the execution of this Agreement by the County, CONTRACTOR shall file certificate s of insurance

with the County's contract administrator ari d County's Contracts/Purchasing Division, showing that the

CONTRACTOR has in effect the insurance requ ired by this Agreement. The CONTRACTOR shall file a new or

amended certificate of insurance within five Cale dar days after any change is made in any insurance policy which

would alter the information on the certificate then n file. Acceptance or approval of insurance shall in no way modify

or change the indemnification clause in this Agree ment, which shall continue in full force and effect.

CONTRACTOR shall at all times during t he term of this Agreement maintain in force the insurance coverage

required under this Agreement and shall send, w ithout demand by County, annual certificates to County's Contract

Administrator and County's Contracts/Purchasing Division. If the certificate is not received by the expiration date,

County shall notify CONTRACTOR and CONT RACTOR shall have five calendar days to send in the certificate,

 8

 

 

 

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y

 �evidencing no lapse in coverage during the interim. Failure by CONTRACTOR to maintain such insurance is a default

of this Agreement which entitles County, at its sole discretion, to terminate this Agreement immediately.

7-4 Permits and Licenses:

The Contractor shall procure all permits and licenses required to perform the contract, in conformance with

Section 7-1.04, Permits and Licenses" of the Standard Specifications.

7-5 Compliance with Clean Air Act of 11970:

The Contractor agrees to comply with the Clean Air Act of 1970 and with all applicable federal water pollution

control rules and regulations.

7-6

Compliance with the Copeland AAti-Kickback" Act:

The Contractor shall comply with all rules, regulations and provisions as described in the Copeland Anti-

Kickback" Act.

7-7 Employment of Apprentices:

The prime contractor is responsible for co pliance with Labor Code Section 1777.5 concerning the employment

of properly registered apprentices upon public wor s.

7-8 Nondiscrimination:

7-8.1 Nondiscrimination Clause:

During the performance of this contract, C retractor shall not unlawfully discriminate against any person because

of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, age over 40), sex,

or sexual preference, either in Contractor's employment practices or in the furnishing of services to recipients. Contractor

shall ensure that the evaluation and treatment of it employees and applicants for employment and all persons requesting

services are free of such discrimination. The provision of services primarily or exclusively to such target population as

may be designated in this Agreement shall not bed emed to be unlawful discrimination.

7-8.2 Compliance with Nondiscriminatiol Clause:

During the performance of this Agreement, Contractor shall comply with the provisions of the following laws:

a. California Fair Employment and H ousing Act, Government Code Section 12900, et seq.;

b. Title 2, California Code of Regu

Housing Commission); ations, Section 7285.0 et seq. Division 4 Fair Employment and

c. Government Code Sections 11135

applicable administrative rules and  11139.5 Title 2, Division 3, Part 1, Chapter 1, Article 9.5) and any

regulations issued under these sections;

d. Federal Civil Rights Act of 1964, 4 USC Section 1981 et seq., as amended;

e. All administrative rules and regulat ions issued under the Federal Civil Rights Act of 1984;

 f. Unruh Civil Rights Act, California Civil Code Section 51 et seq.

7-8.3  Written Notice:

Contractor shall give written notice of its obligations under this nondiscrimination paragraph to labor

organizations with which it has a collective bargaining or other agreement.

7-8.4 Access to Records:

Contractor shall permit access by County and by representatives of the State Department of Fair Employment and

Housing and any state agency providing funds fort is contract upon reasonable notice at any time during normal business

9

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y

 �I

hours, but in no case less than 24-hour notice, to such of its books, records, and accounts as relate to the project covered in

this contract. Contractor shall retain all such records for three years after the conclusion of work under this contract or

until the conclusion of any litigation related to this contract or the work, whichever is later.

SECTION 8  PROSECUTION AND PROGRESS

Attention is directed to Section 8 of the Sta4ndard Specifications and These Special Provisions:

8-1 Identification of Subcontractors by Bidders

In accordance with Section 4104 of the Public Contract Code, any person making a bid or offer to perform work

shall, in its bid or offer, set forth:

a) The name and location of the plac of business of each subcontractor who will perform work or labor or

render service to the prime contractor in or about t e construction of the work or improvement, or a subcontractor licensed

by the State of California who, under subcontract the prime contractor, specially fabricates and installs a portion of the

work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of

one-half of 1 percent of the prime contractor's total bid.

b) The portion of the work that will be done by each such subcontractor under this contract. The prime

contractor shall list only one subcontractor for eac such portion as is defined by the prime contractor in its bid.

8-1.1 Assignment by Contractor to Awa in Body of Rights under Federal Law:

In entering into a public works contract or a subcontract to supply goods, services or materials pursuant to a

public works contract, the contractor or subcontractor offers and agrees to assign to the awarding 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, services, or materials pursuant to the public works contract or the subcontract.

This assignment shall be made and become eff ctive at the time the awarding body tenders final payment to the

contractor, without further acknowledgement by parties.

8-2 Beginning of Work:

In accordance with Section 8-1.03, Begin ing of Work" of the Standard Specifications, the Engineer will give

notice to proceed to the Contractor. It is the intent f Monterey County to issue the Notice to Proceed on or before June 1,

2010.

8-3 Time of Completion:

The Contractor shall complete the work c lled for under the contract in all parts and requirements provided in

Section 8-1.04 of the Standard Specifications withi nine 9) WORKING DAYS from the date of the notice to proceed.

8-4

Liquidated Damages:

As provided in Section 8-1.07 of the Stand rd Specifications, the Contractor shall pay the County of Monterey the

sum of $500.00 per day for each and every calenda day's delay in finishing the work in excess of the number of working

lays prescribed above.

10

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �SECTION 9  MEASUREMENT AND PAYMENT

Attention is directed to Section 9 of the Standard Specifications and these Special Provisions:

9-1 Partial Payment:

In lieu of the third paragraph of Section 9 1.06, Partial Payments" of the Standard Specifications pertaining to

the 10 percent retention, the following shall prevai  The County of Monterey shall retain ten percent 10%) of the value

of work done.

9-2 Payment of Withheld Funds:

The second paragraph of Section 9-1.061, Payment of Withheld Funds," of the Standard Specifications is

amended to read:

Alternatives to Retention:

This contract requires 10% retention from rogress payments. At the Contractor's request, Monterey County shall

make payment of these funds withheld from progre s payments as provided in Public Contract Code Section 22300.

9-3 Consistency with Public Contract ode Section 20104 et se

Section 9-107B is amended to include the llowing:

A. Consistency with Public Contract ode Section 20104 et se

If any claim arising under this contract is subject to the provisions of Public Contract Code Section 20104 et seq.,

and if the provisions of that Article require a pr cedure or procedural element different from that established in this

contract, then the provisions of that Article shat apply in place of the conflicting procedure or procedural element

established herein.

B. Response to Contractor's Claims:

1) Claims under $50,000.00

For claims of less than fifty tho sand dollars $50,000), the engineer shall respond in writing to any

written claim within 45 days of receipt of the claim, or may request, in writing within 30 days of receipt of the claim, any

additional documentation supporting the claim o relating to defenses or claims the engineer may have against the

claimant.

If additional information is there

subdivision, upon mutual agreement of the enginee

The engineer's written response t,

within 30 days after receipt of the further docum

contractor in producing the additional information

2) Claims over $50,000.00

For claims of over fifty thousand

thousand dollars $375,000), the engineer shall re;

claim, or may request, in writing, within 30 days

claim or relating to defenses or claims the engineer

after required, it shall be requested and provided pursuant to this

and the contractor.

the claim, as further documented, shall be submitted to contractor

ntation, or within a period of time no greater than that taken by the

r requested documentation, whichever is greater.

collars $50,000) and less than or equal to three hundred seventy-five

pond in writing to all written claims within 60 days of receipt of the

of receipt of the claim, any additional documentation supporting the

may have against the contractor.

If additional information is thereafter required, it shall be requested and provided pursuant to this

subdivision, upon mutual agreement of the enginee

and the contractor.

11

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �I

The engineer's written response to the claim, as further documented, shall be submitted to the contractor

with 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the

contractor in producing the additional information or requested documentation, whichever is greater.

3) Further disputes

If the contractor disputes the engineer's written response, or the engineer fails to respond within the time

prescribed, the contractor may so notify the engine r, in writing, either within 15 days of receipt of the engineer's response

or within 15 days of the engineer's failure to respond within the time prescribed, respectively, and demand an informal

conference to meet and confer for settlement of the issues in dispute. Upon a demand, the engineer shall schedule a meet

and confer conference within 30 days for settlement of the dispute.

If the contractor still remains unsat sfied and desires to preserve its right to pursue the matter further, he

must then file a claim with the County of Monterey pursuant to Government Code Section 900 et seq.

If the Government Code claim is denied, the claimant may file an action in court. Such action shall be

subject to Public Contract Code Section 20104.4. This paragraph applies only to claims subject to Public Contract Code

Section 20104. If a claim is not subject to Public Contract Code Sec. 20104, the claimant's right to file a civil action shall

be as otherwise provided by law.

Should either party to the contract suffer injury or damage to person or property because of any act or

omission of the other party or of any of its employ es, agents, or others for whose acts he is legally liable, claim shall be

made in writing to such other party within a reasonable time after the first observance of such injury or damage, provided

that in no case may such a claim be filed after expiration of any applicable statute of limitations for filing such a claim.

Claims against the County of Monterey that are subject to this paragraph shall comply with all procedures set forth in the

California Government Code concerning claims ag inst public entities.

SECTION 10- CONSTRUCTION DETAILS

10-1.01 Project Appearance

apply:

The Contractor shall maintain a neat appearance to the work. In any area visible to the public, the following shall

When practical, broken concrete, soil an other construction debris shall be disposed of concurrently with its

removal. If stockpiling is necessary, the material s all be removed or disposed of weekly.

Full compensation for conforming to the p ovisions in this section not otherwise provided for, shall be considered

included in the prices paid for the various items of work involved and no additional compensation will be allowed

therefore.

10-1.02 Damage Repair

Contractor shall pay particular attention to

All damage which results, in the opinion of th

Contractor at his or her expense.

10-1.03 Clearing and Grubbing

Clearing and grubbing shall conform to th

Standard Specifications and these Special Provisio

soil, vegetation, concrete and other material within

Existing pavers shall be removed for the area are

Contractor will stack unused pavers onto pallets a

project. Contractor will be responsible to reinstall

rotection of existing facilities, including existing pavers and planters.

Engineer, from Contractor's operations, shall be repaired by the

provisions in Section 16, Clearing and Grubbing," of the Cal Trans

is. Clearing and grubbing shall include the removal and disposal of all

the work area, as required to complete the work shown on the plans.

and the concrete pad for the installation of the form materials. The

id County staff will haul away unused pavers at the conclusion of the

pavers up to the concrete pad after forms are removed and to finish

12

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �I

groom the slope from the concrete pad to the existing decomposed granite surfaces on the north and west sides.

Full compensation for clearing and grubbing will be included in the contract lump sum and no other payment will

be made therefore.

10-1.04 Sub Grade

After demolition of the existing concrete p d and excavation of 2" of native material, the sub grade shall be

compacted roll proofed) and a 2" layer of sand shall be placed over the compacted native material.

10-1.05 Concrete Pad

The pad shall be constructed from cas in-place concrete, as shown on the plans, as required by these

Specifications and as directed by the Engineer. The concrete pad shall be placed and finished the same day.

Portland Cement Concrete for concrete pa shall comply with Section 90 of the Standard Specifications. Portland

Cement Concrete shall be 5 /2  sack with  /2" aggregate and attain a compressive strength of 3,500 psi by the end of 28

days after the concrete is placed. Contractor shall submit his proposed concrete mix design to the Engineer for approval,

not less than 10 days prior to the start of work.

The concrete pad shall be 6" in thick, color d to Davis Colors Inc., San Diego Buff # 5237 or approved equal, # 4

bar, /2" rebar steel reinforcement, on 18" center each way, placed on 2" wired dolbies, light broom finish, saw cut control

joints in three equal sections on the width and eve 10' on the length, as shown on the plans.

Payment for concrete pad shall be at the lump sum contract price which shall include full compensation for

furnishing of material, excavation, forming, bac fill, reinforcement, pour and finishing, saw cutting control joints,

replacing pavers up to the new pad, disposal of excess spoil, and all other items of work necessary to construct the

concrete pad, complete, as shown on the plans, specifications and as directed by the Engineer, and no additional payment

will be made therefore.

13

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �BID TO THE BOARD OF SUPERVISORS

NTY OF MONTEREY

STATE OF CALIFORNIA

For

MULTI-USE CONCRETE PAD

At

NAME OF BIDDER:

BUSINESS ADDRESS:

TELEPHONE NUMBER:

PLACE OF RESIDENCE:

DATED:

COLT

LAGUNA SECA RECREATION AREA

BID NO. 10239

14

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �BID NO. 10239

BID FORM

TO: Monterey County Board of Supervisor, Administration Building First Floor), 168 W. Alisal Street, Salinas,

93901

Pursuant to and in compliance with yo r Notice to Contractors and the other documents relating thereto,

the undersigned bidder, having familia ized himself with the terms of the contract, the local conditions

affecting the performance of the contr et and the cost of the work at the place where the work is to be

done, and with the drawings and spe ifications and other contract documents, hereby proposes and

agrees to perform, within the time sti ulated, the contract, including all of its component parts, and

everything required to be performed, arid to provide and furnish any and all of the labor, materials, tools,

expendable equipment, and all utility end transportation services necessary to perform the contract and

complete in a workmanlike manner all of the work required in connection with

Multi-Use Concrete Pad at Laguna Seca Recreation Area Bid No. 9800

All in strict conformity with the draw ngs and specifications and other contract documents, including

addenda nos.   and  on file at the Office of the Monterey County

Department of Parks for the unit prices listed below:

ITEM ESTIMATED UNIT OF

NO. QUANTITY MEASURE

1. Lump Sum Lump Sum

  Total Base Bid

TOTAL PRICE

In Figures)

$

2. It is understood that the County reserves the right to reject this bid and to waive any irregularities or

informalities in any other bids or in the bidding, and that this bids shall remain open and not be

withdrawn for the period specified in t Notice to Contractors.

3. Attached hereto are:

A. Affidavit Concerning Employment of Undocumented Aliens

B. Designation of Sub-Contractors

C. Noncollusion Affidavit

D. Contractor's Certification of Good aith Effort to Hire Monterey County Residents

E. The Required Bid Security

4. It is understood and agreed that if writ

b

delivered to the undersigned after the

remain open, or at any time thereafter b

deliver to the County a contract in the i

that he will also furnish and deliver to

Works as specified, all with ten 10) N

work under the contract shall be comm

date to be stated in the County's notic

en notice of the acceptance of this bid is mailed, telegraphed, or

opening of the bid, and within the time this bid is required to

fore this bid is withdrawn, the undersigned will execute and

orm attached hereto in accordance with the bid as accepted, and

he County the Performance Bond and Payment Bond for Public

/orking days after receipt of notification of award, and that the

need by the undersigned bidder, if awarded the contract, on the

e to the Contractor to proceed, and shall be completed by the

15

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �r

Contractor in the time specified in the contract documents.

5. Notice of acceptance or requests for additional information should be addressed to the undersigned at

the following address:

6. The names of all persons interested in the foregoing proposal as principals are as follows:

IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of

corporation, also names of the president, se retary, treasurer, and manager thereof; if a co-partnership,

state true name of firm, also names of all individual co-partners composing firm; if bidder or other

interested person is an individual, state first and last names in full.)

7. Contractor declares that he is licensed n accordance with the State Contractors' License Law providing

for the registration of contractors, licen e classification A", C-9" or C-12".

License No.:  Ex iration Date.

8. In the event the bidder to whom Notice of Intent to Award Contract is given fails or refuses to post the

required bonds and return executed copies of the agreement form within ten 10) calendar days from the

date of receiving the Notice of Intent to Award Contract, the County may declare the Bidder's bid

deposit or bond forfeited as damages.

9. Pursuant to Section 7103(b) of the Public Contract Code, in submitting a bid to the County, the bidder

offers and agrees that if the bid is accepted, it will assign to the County 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. Section 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.

Dated:

Proper Name of Bidder

By

Signature of Bidder

NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the

signatures of authorized officers or agents and the document shall bear the corporate seal; if bidder is a

partnership, the true name of the firm shall best forth above together with the signature of the partner or

partners authorized to sign contracts on behalf f the partnership; and if bidder is an individual, his/her signature

shall be placed above.

Business Address:

Place of Residence:

Telephone:

16

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �I

AFFIDAVIT CONCERNING IMPLOYMENT OF UNDOCUMENTED ALIENS

TO BESUBMITTED WITH BID

State of California

ss.

County of

Public Contract Code Section 6101)

Public Contract Code Section 6101 provides that,

No state agency or department, as defined in Public Contract Code] Section 10357, that is

subject to this code, shall award a public works or purchase contract to a bidder or contractor, nor shall a

bidder or contractor be eligible to bid for or receive a public works or purchase contract, who has, in the

preceding five years, been convicted of violating a state or federal law respecting the employment of

undocumented aliens."

being first duly sworn, deposes and says 1) that he or she is the

of  the party making the foreg ing bid; and 2) that the party making the foregoing bid has not, within

the preceding five years, been convicted of violati g a state or federal law respecting the employment of undocumented

aliens.

Dated:

Bidder's Business Name

3Y:

Print Name:

Title:

Subscribed and sworn to me this day of  201_

Notary Public in and for the County of

 State of California

My commission expires on

Notary Stamp]

Rev: 11/94

17

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �DESIGNATION OF SUBCONTRACTORS

BID NO. 10239

h Subletting the and Subcontracting Fair Practices Act apter 4 commencing at Section 1],

Part 1, Division 2 of the Public Contract Code of he State of California) and any amendments thereof, each bidder shall

set forth below: a) The name and the location o the place of business of each subcontractor who will perform work or

labor or render service to the prime contractor in Or about the construction of the work or improvement to be performed

under this contract or a subcontractor licensed by he State of California who, under subcontract to the prime contractor,

specially fabricates and installs a portion of the ork or improvement according to detailed drawings contained in the

plans and specifications in an amount in excess o one-half of one percent of the prime contractor's total bid and b) the

portion of the work which will be done by each ubcontractor under this act. The prime contractor shall list only one

subcontractor for each such portion as is defined b the prime contractor in this bid.

 

 

 

 

 

 

 

 

 

If a prime contractor fails to specify a subs ntractor or if a prime contractor specifies more than one subcontractor

or the same portion of work to be performed u der the contract in excess of one-half of one percent of the prime

ontractor's total bid, he shall be deemed to have a reed that he is fully qualified to perform that portion himself, and that

he shall perform that portion himself.

No prime contractor whose bid is accepted shall a) substitute any subcontractor, b) permit any subcontract to

e voluntarily assigned or transferred or allow it to e performed by any one other than the original subcontractor listed in

he original bid, or c) sublet or subcontract any ortion of the work in excess of one-half of one percent of the prime

ontractor's total bid as to which its original bid di not designate a subcontractor, except as authorized in the subletting

nd subcontracting Fair Practices Act. Subletting r subcontracting of any portion of the work in excess of one-half of

one percent of the prime contractor's total bid as to hich no subcontractor was designated in the original bid shall only be

ermitted in cases of public emergency of necessit  and then only after a finding reduced to writing as a public record of

he authority awarding this contract setting forth th facts constituting the emergency or necessity.

 Location and Place

Portion of Work ubcontractor of Business

 

 

 

 

 

 

 

 

 

 

 

 Location and Place

Portion of Work S bcontractor of Business

 f

18

1

t

c

a

c

1

t

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y � No Subcontractor

Proper Name of Bidder

By:

19

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND

SUBMITTED WITH BID

State of California  ss.

County of Monterey

being fi st duly sworn, deposes and says that he or she is

of the party making the foregoing bid that the

bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association,

organization, or corporation; that the bid is ge uine and not collusive or sham; that the bidder has not directly or

indirectly induced or solicited any other bidd r to put in a false or sham bid, and has not directly or indirectly

colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone

shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,

communication or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any

overhead, profit, or cost element of the bid p ice, or of that of any other bidder, or to secure any advantage

against the public body awarding the contract f anyone interested in the proposed contract; that all statements

contained in the bid are true; and, further, that he bidder has not, directly or indirectly, submitted his or her bid

price or any breakdown thereof, or the content thereof, or divulged information or data relative thereto, or paid,

and will not pay, any fee to any corporation, p nership, company association, organization, bid depository, or

to any member or agent thereof to effectuate a ollusive or sham bid.

Dated:

Bidder's business name

By:

Pr nt Name:

Title:

Subscribed and sworn to me this day of   201_

Notary Public in and for the County of

 State of California

My commission expires

Notary Stamp]

20

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �CONTRACTOR'S CERTIFICATION OF GOOD-FAITH EFFORT TO HIRE

MONTEREY BAY AREA RESIDENTS

Monterey ounty Code section 5.08.120)

TO BE EXECUTED AND SUBMITTED WI H BID

I certify that I am aware of the provisions of Monterey County Code section 5.08.120. Monterey

County Code section 5.08.120 provides, in rele 7ant part:

B. General Provisions. U

or regulation applicable to a particular contra

public works or improvement shall contain p

good-faith effort to hire qualified individuals

bids, residents of the Monterey Bay Area in s

contractor's total construction work force, in(

hours, is comprised of Monterey Bay Area resi

zless such a provision would conflict with a state or federal law

ct for public works of improvements, all County contracts for

ovisions pursuant to which the contractor promises to make a

vho are, and have been for one 1) year prior to the opening of

zfficient numbers so that no less than fifty percent 50%) of the

luding any subcontractor work force, measured in labor work

cents.

C. Non-Responsive Bidder Declaration Enforcement. If any contractor submitting a bid

for a contract for public works of improveme is fails to abide by the good-faith local hiring provisions of this

Section, the contractor may be declared by the Board to be a non-responsive bidder for purposes of this Chapter.

If a contractor lists in his or her bid a subcontra for who is currently disqualified under the terms of this Section,

the Board may declare said contractor to be a on-responsive bidder for purposes of this Chapter. If the Board

finds that a contractor to whom a contract for p blic works of improvement has been awarded has been awarded

has failed to comply with the good-faith hi ng provisions of this Section during the performance of the

contract, the Board may disqualify the contra for from bidding on any County contract for public works of

improvement for a period of one 1) year from the date of the Board's disqualification. A subsequent violation

of this Section by a contractor may result in d squalification by the Board for a period of three 3) years from

the date of the subsequent disqualification.

D. Binding on Subcontrac ors. Every contractor entering into a contract for public works

of improvement subject to the provisions of th s Section shall include in each and every subcontract for work,

laborers, or material men relating to the project the requirement that the subcontractor promises to make a good-

faith effort to hire qualified individuals who ar, and have been for a least one 1) year prior to the opening of

bids, residents of the Monterey Bay Area. I the Board finds that any subcontractor has failed during the

performance of the subcontract to comply ith its promise to contractor, the Board may disqualify said

subcontractor from submitting or being list d in any bid for any County contract for public works of

improvement for a period of one 1) year from the date of the Board's disqualification. A subsequent violation

by a subcontractor may result in disqualificatio by the Board for a period of three 3) years from the date of the

subsequent disqualification."

I FURTHER CERTIFY AS FOLLOWS check the box that applies):

 I CERTIFY that at least 50% of the

subcontractor work force, measured in l;

to the best of my knowledge are, and ha

opening of bids, Monterey Bay Area i

follows please use additional pages

necessary):

 CERTIFY that I will make a good-fai

total construction work force on the project, including any

bor work hours, will be comprised of qualified individuals who

ie been for at least one 1) year prior to the effective date of the

sidents. Evidence that I comply with this requirement is as

to provide supporting evidence and/or documentation, as

h effort to hire qualified individuals who, to the best of my

21

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �knowledge, are and have been for one 1) year prior to the effective date of the opening of bids,

residents of the Monterey Bay Area inj sufficient numbers such that no less than fifty percent 50%) of

the total construction work force on the project, including any subcontractor work force, measured in

labor work hours, will be comprised o Monterey Bay Area residents. Evidence of my good-faith effort

will be as follows please use addition l pages to provide supporting evidence and/or documentation, as

necessary):

 CERTIFY that I do not comply with and am unable to make a good-faith effort to comply with the

good-faith local hiring provisions set f h in Monterey County Code section 5.08.120.

Dated:

By

rint Name

rint Title

Bidder's business name

22

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �BID BOND

KNOW ALL MEN BY THESE PRESENTS, we:

as Principal, an

as Surety, are held and firmly bound unto the CO

of TEN PERCENT 10% OF THE TOTAL A

the work described below for the payment of whicl

we bind ourselves, our heirs, executors, administ

presents.

THE CONDITION OF THIS OBLIGATION IS

dated  201_, for

4TY OF MONTEREY, hereinafter called the County, in the penal sum

OUNT OF THE BID of the Principal submitted to the said County for

sum in lawful money of the United States, well and truly to be made,

ators, successors and assigns, jointly and severally, firmly by these

UCH that whereas the Principal has submitted the accompanying bid

Multi-Use Concrete Pad at Laguna Seca Recreation Area Bid No. 9800

NOW THEREFOR, if the Principal shall not withdi

same, or, if no period be specified, within sixty 6(

and shall within the period specified therefore, or i

are presented to him for signature, enter into a wri

and give bond with good and sufficient surety or

fulfillment of such contract and for the payment fo:

event of the withdrawal of said bid within the pe

bonds within the time specified, if the Principal sh

said bid and the amount for which the County ma:

excess of the former, together with all costs incur

shall be void and of no effect, otherwise to remain i

aw said bid within the period specified therein after the opening of the

1) days after said opening; and if the Principal is awarded the contract,

f no period be specified, with five 5) days after the prescribed forms

tten contract with the County, in accordance with the bid as accepted

sureties, as may be required, for the faithful performance and proper

labor and materials used for the performance of the contract, or in the

iod specified or the failure to enter into such contract and give such

11 pay the County the difference between the amount specified in the

procure the required work and/or supplies, if the latter amount be in

ed by the County in again calling for bids, then the above obligation

full force and virtue.

Surety, for value received, hereby stipulates and

a

terms of the contract on the call for bids, or to the

the same, shall in anywise affect its obligation un

extension of time, alteration or addition to the to

specifications.

In the event suit is brought upon this bond by the

expenses incurred by the County in such suit, inclui

IN WITNESS WHEREOF the above-bounden parti

day of  200_, the name and

presents duly signed by its undersigned representati`

Corporate Seal)

By

Title

Corporate Seal)

By

Attach Attorney-in-Fact Certificate) Title

grees that no change, extension of time, alteration or addition to the

work to be performed there under, or the specifications accompanying

der this bond, and it does hereby waive notice of any such change,

rms of said contract or the call for bids, or to the work, or to the

County and judgment is recovered, the Surety shall pay all litigation

ing court costs, expert witness fees and investigation expenses.

s have executed this instrument under their several seals this

orporate seal of each corporate party being hereto affixed and these

e, pursuant to authority of its governing body.

Principal

Surety

23

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �BID NO. 10239

CONTRACT FOR PUBLIC WORK

COUNTY OF MONTEREY

STATE OF CALIFORNIA

THIS AGREEMENT, made in the County of IMonterey, State of California, by and between the COUNTY OF

MONTEREY, hereinafter called the County, and

 hereinafter called the Contractor,

WITNESSETH that the County and the Contracto0or the considerations stated herein agree as follows:

ARTICLE I  SCOPE OF WORK. The Contractor

and shall provide all labor, materials, tools, utility

the work required in connection with the following

Multi-Use Concrete Pad

in strict compliance with the contract documents as

ARTICLE 2  TIME FOR COMPLETION. The v

proceed, and shall be completed within 9 WORKII,

ARTICLE 3  CONTRACT PRICE. The Coun

performance of the contract, subject to any additi

 

amounts stipulated in the proposal:

shall perform within the time stipulated the contract as herein defined,

ervices, and transportation to complete in a workmanlike manner all of

titled project:

t Laguna Seca Recreation Area Bid No. 9800

specified in Article 4 below.

ork shall be commenced on the date stated in the County's notice to

G DAYS from and after the date stated in such notice.

y shall pay to the Contractor as full consideration for the faithful

mns or deductions as provided in the contract documents, the sum of

 said sum being the total amount of the following

ITEM ESTIMATED UNIT OF TOTAL PRICE

NO. QUANTITY MEASURE In Figures)

1. Lump Sum Lump Sum

  Total Base Bid

5

ARTICLE 4  COMPONENT PARTS OF THE CONTRACT. The contract entered into by this Agreement consists of

the following contract documents, all of which are omponent parts of the contract as if herein set out in full or attached

hereto: Notice to Contractors

Bid, as accepted

Designation of Subcontractors

Contractor's Certificate Regarding Workers' Compensation

Bid Bond

Agreement

Performance Bond

Payment Bond for Public Works

Standard Specifications of the State of Calif rnia

Special Provisions

Addenda No. 0

Drawings

Affidavit Concerning Employment of Undo umented Aliens

Non-collusion Affidavit

ALL of the above-named contract documents are intended to be complementary. Work required by one of the above-

named contract documents and not by other shall be one as if required by all.

24

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �ARTICLE 5  PRECONDITION BONDS. Wi hin 7 working days of notification of award by County, and as a

precondition to the issuance of a Notice to Procee  Contractor shall submit to County a Performance Bond and Payment

Bond for Public Works as specified in the bid, said bonds being required components of this contract.

ARTICLE 6  NOTICE. Notice under this contrac shall be sent to the parties at the addresses as set forth below. Notice

shall be deemed effective upon delivery if person lly delivered, upon transmission if sent by facsimile, and on the third

day after mailing.

County:

Contractor:

Monterey County Parks Department

P. O. Box 5249

Salinas, CA 93915

Phone: 831) 755-4895 Phone:

Fax: 831) 755-4914 Fax:

IN WITNESS WHEREOF, this Agreement has bee duly executed by the above-named parties.

CONTRACTOR: COUNTY:

Contractor's Business Name

By

Name and Title

Dated:

By:

Name and Title

Dated:

Instructions: If Contractor is an artificial legal

corporation, non-profit corporation, or other compar

signatures and titles of the to statutorily specified o

and b] Secretary/Treasurer or Financial Officer).

trust shall be set forth together with the signature any

to execute the Agreement on behalf of the Partnersh

substantiate authority of the signing party. If Conti

forth his d.b.a. name, if any, and shall personally sig

Contractors are required by law to be licensed and

concerning a contractor may be referred to the Regisi

Contractors' State License B

P.O. Box 26000

Sacramento, CA 95826

Business and Professions C

By:

Chair, Monterey County Board of Supervisors

Dated:

APPROVED AS TO FORM:

Charles McKee, County Counsel

Deputy County Counsel

ntity, including but not limited to a corporation, limited liability

y, the full legal name of the entity shall be set forth together with the

ficers i.e., one of each: a] President/Vice President or Chairman,

f Contractor is a partnership or trust, the name of the partnership or

capacity of the signer i.e., Partner/Trustee) who has actual authority

p or Trust. In all cases, additional documentation may be required to

actor is contracting in an individual capacity, the individual shall set

r the Agreement.

regulated by the Contractors' State License Board. Any questions

rar of the Board whose address is:

Dard

de, Section 7030)

25

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �BID NO. 10239

CONTRACTO

WOR

S CERTIFICATE REGARDING

ERS' COMPENSATION

Labor Code Section 3700 in relevant part provides:

Every employer except the State shall s cure the payment of compensation in one or more of the

following ways:

a) By being insured against liability t pay compensation in one or more insurers duly authorized to

write compensation insurance in this State.

b) By securing from the Director of I dustrial Relations a certificate of consent to self-insure, which

may be given upon furnishing proof satisf ctory to the Director of Industrial Relations of ability to self-

insure and to pay any compensation that may become due to its employees.

I am aware of the provisions of Section 700 of the Labor Code which require every employer to be

insured against liability for workers' comp nsation or to undertake self-insurance in accordance with the

provisions of that code, and I will comply with such provisions before commencing the performance of

the work of this contract.

In accordance with Article 5 commencing at Secti n 1860), Chapter 1, Part 7, Division 2 of the Labor Code, the

above certificate must be signed and filed with t e awarding body prior to performing any work under this

contract.)

26

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the County of Monterey, hereinafter designated as

Public Entity") on  701_, has awarded to

Hereinafter designated as the Principal," a contract

Multi-Use Concrete Pad a

WHEREAS, said Principal is required under the to

said contract,

NOW THEREFORE, we, the Principal and

for the work described as follows:

Laguna Seca Recreation Area, Bid No. 9800

rms of said contract to furnish a bond for the faithful performance of

as Surety, are held and firmly bound unto th Public Entity in the penal sum of

Dollars $  lawful money of the United

States of America, for the payment of which su well and truly to be made, we bind ourselves, our heirs, executors,

administrators, successors and assigns, jointly and s verally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS S

administrators, successors or assigns, shall in all t

covenants conditions and agreements in the said c. their part, to be kept and performed at the time and

true intent and meaning, and shall indemnify and

stipulated, then this obligation shall become null an(

And the said Surety, for value received, hereby si

addition to the terms of the contract or to the work

same, shall in anywise affect its obligation on this b

time, alteration or addition to the terms of the contra

In the event suit is brought upon this bond by the

UCH that if the above bounded Principal, his or its heirs, executors,

ings strand to and abide by and well and truly keep and perform, the

ntract and any alteration thereof made as therein provided, on his or

in the manner therein specified, and in all respects according to their

save harmless the Public Entity, its officers and agents, as therein

I void, otherwise, it shall be and remain in full force and virtue.

ipulates and agrees that no change, extension of time, alteration or

to be performed there under, or the specifications accompanying the

nd, and it does hereby waive notice of any such change, extension of

t, or to the work, or to the specifications.

ounty and judgment is recovered, the Surety shall pay all litigation

expenses incurred by the County in such suit, includ~ng court costs, expert witness fees and investigation expenses.

IN WITNESS WHEREOF, this instrument has ben duly executed by the Principal and Surety above named, on the

day of 11 20_.

Principal

By

Attach required

acknowledgments)

By

Surety

By

Attorney-in-Fact

27

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y �PAYMENT BOND FOR PUBLIC WORKS

KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the County of Monterey, hereinafter designated as

Public Entity") on X201_, has awarded to

Hereinafter designated as the Principal") a contract for the work described as follows:

Multi-Use Concrete Pad Laguna Seca Recreation Area, Bid No. 9800

WHEREAS, said Principal is required by Chapt r 5 commencing at Section 3225) and Chapter 7 commencing at

Section 3247), Title 15, Part 4, Division 3 of the C ifornia Civil Code to furnish a bond in connection with said contract;

NOW THEREFOR, we, the Principal and

As Surety, are held and firmly bound unto the

States of America, for the payment of which sum

administrators, successors and assigns, jointly and s

THE CONDITION OF THIS OBLIGATION IS SU

administrators, successors or assigns, shall fail to I

Code, or amounts due under the Unemployment

contract, or for any amounts required to be deducte

of employees of the contractor and his subcontract(

Code, with respect to such work and labor the sur

sum hereinabove specified, and also, in case sui

investigation expenses.

This bond shall insure to the benefit of any of the

give a right of action to such persons or their assign

It is further stipulated and agreed that the Surety o

ublic Entity in the penal sum of

 Dollars $  lawful money of the United

well and truly to be made, we bind ourselves, our heirs, executors,

verally, firmly by these presents.

CH that if the said Principal, his or its subcontractors, heirs, executors,

ay any of the persons named in Section 3181 of the California Civil

nsurance Code with respect to work or labor performed under the

withheld, and paid over to the Franchise Tax Board from the wages

rs pursuant to Section 18806 of the California Revenue and Taxation

ey or sureties will pay for the same, in an amount not exceeding the

is brought upon this bond, court costs, expert witness fees and

ersons named in Section 3181 of the California Civil Code, so as to

in any suit brought upon this bond.

this bond shall not be exonerated or released from the obligation of

this bond by any change, extension of time for per

plans, specifications, or agreement pertaining or rel

pertaining or relating to the furnishing of labor, ma

any terms of payment or extension of the time

improvement hereinabove described, nor by any res

by any conditions precedent or subsequent in the

entitled to recover under any such contract or agree

against the Surety be released from liability to those

of contract between the owner or Public Entity and

ormance, addition, alteration or modification, to, or of any contract,

ting to any scheme or work of improvement hereinabove described or

erials, or equipment therefore, nor by any change or modification of

or any payment pertaining or relating to any scheme or work of

ission or attempted rescission of the contract, agreement or bond, nor

and attempting to limit the right of recovery of claimants otherwise

M

ent or under the bond and that this bond be construed most strongly

for whose benefit such bond has been given, by reason of any breach

original contractor or on the part of any oblige named in such bond,

ant is a person described in Section 3110 or 3112 of the California

but the sole conditions of recovery shall be that clai

Civil Code, and has not been paid the full amount

change, extension of time, addition, alteration or mo

of his claim and that Surety does hereby waive notice of any such

ification herein mentioned.

IN WITNESS WHEREOF, this instrument has ben duly executed by the Principal and Surety above named, on the

day of  20

Principal

By

Attach required

acknowledgments)

Surety

By

Attorney-in-Fact

28

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012

 

 

BID PACKET�X��"y  �NOTIC~ TO CONTRACTORS

The County of Monterey will accept sealed Request for Proposals to provide:

Multi-Use Concrete at Laguna Se

Parks Department. Reference

SEALED PROPOSALS MUST BE

2010, AT THE FOLLOWING LOC

Clerk to

Administr

168 W. Alisal

Included the following on the outsid

a Recreation Area, for the County of Monterey

P #10239)

CEIVED BY 1:00 P.M., THURSDAY, MAY 6,

TION:

the Board of Supervisors

tion Building First Floor),

treet, Salinas, California 93901

of the envelope: REFERENCE RFP #10239)

A mandatory pre-bid meeting will be held on Tuesday, April 27, 2010 at 9:00 a.m. at

akebed Area. For details call 831) 758-3604.

Each bid must conform, comply, a

provisions, and bid forms, copies o

Board of Supervisors and may be ex

Department, 855 E. Laurel Drive,

d be responsive to the plans, specifications, special

which are on file in the Office of the Clerk to the

mined or obtained at the Office of the County Parks

P.O. Box 5249, Salinas, California, 93915-5249,

telephone 831) 755-4895. No bid w'11 be accepted from a Contractor who is not licensed

with classification A". C-9" or C 12" license in accordance with the provisions of the

California Contractors License Law. The County reserves the right to reject any and all

proposals, to waive irregularities an make an award deemed in the best interest of the

County. Postmarks and facsimiles are not acceptable. Proposals received after the

deadline shall be rejected and will be returned unopened.

Publication Dates:

April 16, 2010

April 23, 2010

 

 

BIB]

 

40284-U01

BID-U02

PACKET-U02

LI21329-U03

FO21330-U03

FO85769-U03

FO86069-U03

MG86107-U03

AS86133-U03

AS86137-U03

AI90165-U03

DO90641-U03

C1-U03

GENERAL-U03

DOCUMENTS-U03

4/16/2010-U04

RIVASR-U04

14813-U05

3-U06

A.-U07

APPROVE-U07

SPECIFICATIONS-U07

CONCRETE-U07

MULTI-USE-U07

IMPROVEMENTS-U07

AT-U07

LAGUNA-U07

SECA-U07

RECREATION-U07

AREA,-U07

BID-U07

NO.-U07

750-PARKS-U08

LEARCH-U09

LYNN-U09

LEARCHL-U10

4/1/2010-U011

10239;-U012

B.-U012

AUTHORIZE-U012

DIRECT-U012

CLERK-U012

OF-U012

BOARD-U012

TO-U012

ADVERTISE-U012

NOTICE-U012

TO-U012

BIDDERS"-U012

IN-U012

SALINAS-U012

CALIFORNIAN-U012

ON-U012

APRIL-U012

16-U012

APRIL-U012

23,-U012

2010;-U012

C.-U012

SET-U012

MAY-U012

6,-U012

2010-U012

AT-U012

1:00-U012

P.M-U012

OPENING-U012

OF-U012

BIDS.-U012