county of riverside purchasing and fleet services …

24
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000) Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time Form #116-122 County Counsel Approved as to Form 03/04/2015 1 of 18 PUBLIC WORKS NOTICE INVITING BIDS 1.0 The COUNTY OF RIVERSIDE, herein called County, invites sealed quotations for: Temporary relocation, storage and reset of an existing double-wide manufactured home to another location on the subject property; protection of the home from inclement weather and animal, bird, reptile infestation; resetting the home at its original location once the County completes an excavation-and-backfill earthwork project within the existing area of this structure; and satisfying County permitting requirements for this work and subsequent occupancy. 1.1 The Contractor shall furnish all travel, parts, labor, materials, rentals, equipment, disposal, transportation and supervision necessary to relocate, store and reset the existing manufactured home in strict accordance with the details listed in Appendix A and drawing in Exhibit A. SITE: 25575 Leon Road Homeland, CA 92548 GPS COORDINATES: -117.119759, 33.749552 See Exhibit B for Vicinity Map ESTIMATED PROJECT COST: $39,000 ITEMS BELOW APPLY TO ALL QUOTATIONS IN RESPONSE TO THIS BID 2.0 QUOTATIONS - Each quotation shall be in accordance with the following instructions, including the County’s terms and conditions, scope of work in Appendix A, and approved drawings in Exhibits A and B. The terms and conditions checked on page 2 may be obtained from Riverside County Purchasing & Fleet Service’s website, free of charge at www.purchasing.co.riverside.ca.us 3.0 TIME LINES 1. Release of Request for Quotation Date: Thursday, June 24, 2015 2. Drawings: Are included as Exhibits A and B. 3. Mandatory Bidders Conference: Attendees that are later than 10 minutes (extreme circumstances shall review) will not be accepted. Bids will not be accepted by bidders that did not attend the Mandatory conference; the County will reject the submissions. No exceptions. Date: Wednesday, July 8, 2015 Time: 10:00 a.m. Location: Site Address, 25575 Leon Rd, Homeland, CA 92548 4. Deadline For Submission Of Questions: Email: Patti Guerrero at [email protected] (E-mail preferred) It is the responsibility of the Bidder to confirm transmission of correspondence. Date: Monday, July 15, 2015 Time: No later than 5:00 p.m. Must be in the form of an Email 5. Deadline For Quotations: Date: Monday, July 22, 2015 on or before 1:30 PM Pacific time 6. Contractor License Type Required: General Engineering Contractor License A issued by the State of California. Contractor shall obtain, maintain and pay all licenses associated with construction activities, such as business licenses, contractors' licenses and vehicle and equipment licenses. All costs for licenses shall be included in the Contract Sum

Upload: others

Post on 29-Mar-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

PUBLIC WORKSCOUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 03/04/2015 1 of 18
PUBLIC WORKS NOTICE INVITING BIDS
1.0 The COUNTY OF RIVERSIDE, herein called County, invites sealed quotations for:
Temporary relocation, storage and reset of an existing double-wide manufactured home to another location on the subject property; protection of the home from inclement weather and animal, bird, reptile infestation; resetting the home at its original location once the County completes an excavation-and-backfill earthwork project within the existing area of this structure; and satisfying County permitting requirements for this work and subsequent occupancy.
1.1 The Contractor shall furnish all travel, parts, labor, materials, rentals, equipment, disposal, transportation and
supervision necessary to relocate, store and reset the existing manufactured home in strict accordance with the details listed in Appendix A and drawing in Exhibit A.
SITE: 25575 Leon Road Homeland, CA 92548 GPS COORDINATES: -117.119759, 33.749552 See Exhibit B for Vicinity Map
ESTIMATED PROJECT COST: $39,000
ITEMS BELOW APPLY TO ALL QUOTATIONS IN RESPONSE TO THIS BID
2.0 QUOTATIONS - Each quotation shall be in accordance with the following instructions, including the County’s terms and conditions, scope of work in Appendix A, and approved drawings in Exhibits A and B. The terms and conditions checked on page 2 may be obtained from Riverside County Purchasing & Fleet Service’s website, free of charge at www.purchasing.co.riverside.ca.us
3.0 TIME LINES
1. Release of Request for Quotation Date: Thursday, June 24, 2015
2. Drawings: Are included as Exhibits A and B.
3. Mandatory Bidders Conference: Attendees that are later than 10 minutes (extreme circumstances shall review) will not be accepted. Bids will not be accepted by bidders that did not attend the Mandatory conference; the County will reject the submissions. No exceptions.
Date: Wednesday, July 8, 2015 Time: 10:00 a.m. Location: Site Address, 25575 Leon Rd, Homeland, CA 92548
4. Deadline For Submission Of Questions: Email: Patti Guerrero at [email protected] (E-mail preferred) It is the responsibility of the Bidder to confirm transmission of correspondence.
Date: Monday, July 15, 2015 Time: No later than 5:00 p.m. Must be in the form of an Email
5. Deadline For Quotations: Date: Monday, July 22, 2015 on or before 1:30 PM Pacific time
6. Contractor License Type Required: General Engineering Contractor License A issued by the State of California. Contractor shall obtain, maintain and pay all licenses associated with construction activities, such as business licenses, contractors' licenses and vehicle and equipment licenses. All costs for licenses shall be included in the Contract Sum
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 03/04/2015 2 of 18
NOTICE INVITING BIDS
4.0 PREVAILING WAGES - Pursuant to the California Labor Code, the governing board of the Owner has obtained from the director of the Department of Industrial Relations determination of general prevailing rates of per diem wages applicable to the work, and for holiday and overtime work, including employer payments for health and welfare, pension, vacation, and similar purposes, as set forth on the schedule which is on file at the principal office of the Owner, and which will be made available to any interested person upon request. The Contractor shall comply with all applicable provisions of the California State Labor Code prevailing wages and Compliance of State of California Department of Industrial Relations division of Apprenticeship Standards Labor.
5.0 LIQUIDATED DAMAGES - It is agreed by the parties to the contract that time is of the essence and that the
contractor shall be responsible to acknowledge and demonstrate diligent and continuous progression of work through project completion. In the event each bid item is not completed within the duration set forth pursuant to this specification, damage will be sustained by the County and that it is and will be impractical and extremely difficult to ascertain and determine the actual damage which the County will sustain in the event of and by reason of such delay. Therefore, it is agreed the successful bidder shall pay to the County, as fixed and liquidated damages, and not as penalty, a dollar sum in the amount of $500.00 per calendar day, for each and every calendar day the delay in making delivery in excess of the time or times specified. It is further agreed that in the event such damages are sustained by the County, the County shall deduct the amount thereof from any moneys due or that may become due the vendor under the contract.
6.0 QUOTE SUBMITTAL - All quotes must be submitted on the four (4) page Contractor’s quote forms (pages 5
through 8) including completed Designation of Subcontractors, Non-Collusion Affidavit, and a Bid Guarantee pages (pages 11 & 12). Quotes received without these completed pages and Bid Guarantee bond or check will be rejected as non-responsive. Signed copies of each quote shall be sealed in an envelope labeled with the RFQ number, title of bid, and opening date and time. The bid response shall be delivered (no e-mail delivery) to Purchasing and Fleet Services at the address noted on page 2 on or before 1:30 p.m. on the closing date listed above. The RFQ number, title, and closing date and time shall appear on the bid cover sheet. Under no circumstances will a quote be accepted after the exact closing date and time. The County is not responsible for late or lost mail, or erroneous errors.
Contact with County personnel, other than the Procurement Contract Specialist identified in this RFQ, regarding this procurement may result in disqualification of your bid submittal.
BID QUOTES SHALL BE RETURNED TO: COUNTY OF RIVERSIDE
PURCHASING AND FLEET SERVICES 2980 Washington Street
Riverside, CA 92504-4947
ALL INSURANCES AND BONDS MUST BE FROM CALIFORNIA ADMITTED COMPANIES BID QUOTES WILL BE PUBLICLY OPENED AT THE CLOSING DATE AND TIME INDICATED ABOVE
NO QUOTES WILL BE ACCEPTED AFTER THE CLOSING DATE AND TIME.
_____________________________________________________________________________________ IF CHECKED, THE FOLLOWING GENERAL CONDITIONS ARE INCLUDED WITH FULL FORCE AND LIKE EFFECT AS IF SET FORTH HEREIN
X APPENDIX "A” X PLANS/DRAWINGS SAMPLES X EXHIBITS A and B
X INSTRUCTIONS TO BIDDERS X CONTRACTOR’S QUOTE FORM X BID BOND FORM X PAYMENT BOND FORM X PERFORMANCE BOND FORM AGREEMENT FORM X 116-222 GENERAL CONDITIONS-PUBLIC WORKS OTHER TERMS AND CONDITIONS The terms and conditions as indicated in this document and/or attached are hereby included with full force and like effect as if set forth herein. To access any of these General Conditions go to www.purchasing.co.riverside.ca.us, located in Vendors / Standard Terms & Conditions.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 03/04/2015 3 of 18
INSTRUCTIONS TO BIDDERS 1. THIS IS A PUBLIC WORKS PROJECT AND SUBJECT TO COMPLIANCE MONTORING (per SB-854)
AND ENFORCEMENT BY THE DEPARTMENT OF INDUSTRIAL RELATIONS.
a. The awarded prime contractor shall post job site notices as prescribed by regulation starting January 1, 2015. Contractor or subcontractor shall furnish records specified in Labor Code section 1776 to the Labor Commissioner.
b. Registration with the Department of Industrial Relations: Pursuant to Labor Code section 1771.1, any contractor bidding or subcontractor to be listed on a bid proposal subject to Public Contract Code section 4104, shall not be qualified to bid after March 1, 2015 unless currently registered and qualified to perform public works pursuant to Labor Code section 1725.5. No contractor or subcontractor may enter into a contract after April 1, 2015, without proof of current registration to perform public works.
c. Department of Industrial Relations web link: http://www.dir.ca.gov
2. CONTRACTOR REGISTRATION – Contractor shall register online at www.Purchasing.co.riverside.ca.us with all current (if previously registered, please log-in and update) information, to be registered on the County’s database. This shall include the W-9 and IRS 147C forms as instructed on the web site.
3. PRICES/NOTATIONS - All prices/notations must be typewritten or written in ink. No erasures permitted. Mistakes shall be crossed out, corrections made adjacent and initialed by person signing document. Each item shall be bid separately. Signature must be of authorized representative/agent of bidding company.
4. FORMAT – Complete the Contractor’s quote forms (pages 5 through 8) including completed Designation of Subcontractors, Non-Collusion Affidavit, and a Bid Guarantee pages (pages 11 & 12), filled out completely, dated and signed by the bidder or duly authorized representative/agent in accordance with the directions on the quote form. Each quote shall include a complete list of the Sub-Contractors proposed for every portion of the work, in accordance with Public Contract Code, Section 4100-4108, inclusive.
5. PRICING/TERMS/TAX - Prices shall be firm for 60 calendar days after the closing date. All pricing shall be quoted F.O.B. destination, (e.g., cash terms less than 30 days should be considered net) including applicable tax, permits, and licenses. The County pays California Sales Tax and is exempt from Federal excise tax. In the event of an extension error, the unit price shall prevail.
6. COUNTY’S RESERVATION OF RIGHTS - The County reserves the right to reject any or all offers, to waive any discrepancy or technicality or informalities in a bid or in the bidding, and to make the award in any manner determined by the County to be most advantageous to the County. The County recognizes that prices are only one of several criteria to be used in judging an offer and the County is not legally bound to accept the lowest offer.
7. WITHDRAWAL OF SUBMITTAL - A quote may be withdrawn only prior to the closing date and time. Withdrawal of a quote must be made in person by the bidder or someone authorized by him or her in writing. Proof of identification will be required for quote withdrawal. No bidder may withdraw his or her bid for a period of sixty (60) days after the time set for opening thereof.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 03/04/2015 4 of 18
INSTRUCTIONS TO BIDDERS (cont.) 8. DRAWINGS AND SPECIFICATIONS - All drawings and specifications, herein enclosed, become part of
the bid documents. Additional sets may be provided if requested by bidders and deemed necessary and if there is sufficient time, (see Page 1 of “Public Works Notice Inviting Bid” Section 3.0 Timeline, Item 2 Drawings) for details.
9. INTERPRETATION OF THE BID DOCUMENTS - Discrepancies in and omissions from the plans, specifications or other bid documents or questions as to their meaning shall, at once, be brought to the attention of the County. Any interpretation of the documents will be made only by written addenda duly issued and a copy of such addenda will be mailed or delivered to each person or firm receiving a set of such documents. The County will not be responsible for any other explanations or interpretations. Should anything in the scope of the work or any section of the bid documentation specifications be of such nature as to be apt to cause disputes between the various trades involved, such information shall be promptly called to the attention of the County.
10. ADDENDA TO THE DOCUMENTS - The County reserves the right to issue such Addenda to the documents as it may desire at any time prior to the time fixed for receiving quotes. A copy of all such addenda will be made available by the County. The number and date of each addendum shall be listed on the Contractor’s quote in the space provided.
11. BIDDER’S CHECK OR BOND - Each quote must be accompanied by a certified or cashier’s check or by a bid bond on the form supplied by the County, drawn in favor of the County in an amount not less than ten percent (10%) of the total quote. This check or bond shall be given as guarantee that the bidder, if awarded the bid, will execute and deliver the Contract documents and the required Payment and Performance Bonds in accordance with his quote accepted by the County. In default of execution of the Contract upon award and/or delivery of said Payment and Performance Bonds, such proposal, bond or check shall be held subject to payment to the County of the difference in money between the amount of the bidder’s quote and the amount for which the County may legally contract with another party to perform the said work, together with the costs to the County of redrafting, redrawing, and publishing documents and papers shall, in addition, be held subject to all other actual damages suffered by the County, as set forth on the Contract documents. Said check or bond will be returned upon the close of the period mentioned in Paragraph VII., above, and to the successful bidder upon execution of the bid documents. No bonds will be accepted unless submitted on the form supplied by the County.
12. AWARD OF CONTRACT - The bid documents shall be awarded upon issuance of a purchase order including the bid documents.
13. ADDITIONAL INFORMATION - The County reserves the right to require of a bidder, information regarding financial responsibility or such other information as the County determines is necessary to ascertain whether a bid is in fact the lowest responsible and responsive bid submitted, all references to an architect shall be deemed to refer to the County where no architect has been employed by the County.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 5 of 18
CONTRACTOR’S QUOTE Page 1 of 4
The undersigned having carefully examined the proposed site, the drawings and specifications, the Notice Inviting bids, the Instructions to Bidders, the Agreement form, the Bond Forms, the General Conditions and the Supplementary General Conditions for this RFQ hereby proposes and agrees to furnish all tools, equipment, services, apparatus, facilities, transportation, labor and materials necessary to complete the project as outlined in this RFQ in strict conformity with the plans and specifications, including all work specified in Addenda numbered and dated:
Addendum No Date:
Addendum No Date:
Addendum No Date:
BID ITEM NO. 1 – Manufactured Home Relocation $
BID ITEM NO. 2 – Manufactured Home Storage $
BID ITEM NO. 3 – Manufactured Home Reset $
BASE BID - The undersigned proposes to perform all work of said project for the sum of $ Sum quoted includes all applicable taxes, permits, licenses, insurance and bond costs, if any, and all other costs incidental to the resultant contract. PAYMENT TERMS: METHOD Lump Sum at Completion
(Prompt Pay Discount) Progress Payments EXECUTION HEREON IS CERTIFICATION THAT THE UNDERSIGNED HAS READ AND UNDERSTOOD THE INSTRUCTIONS, GENERAL CONDITIONS AND SPECIFICATIONS INCLUDED IN THIS REQUEST FOR QUOTATION AND THAT THE UNDERSIGNED’S PRINCIPAL IS FULLY BOUND AND COMMITTED.
Prior to issuance of a Purchase Order, a Certificate of Liability Insurance, including Endorsements, Waiver of Subrogation and required bonds must be on file with the County Purchasing Office. Bidder agrees to commence work within ten (10) calendar days after receipt of purchase order and will complete work within fifty-three (53) contract working days thereafter.
Company:
Address: City: State: Zip:
I hereby swear under penalty that the information provided is true and correct.
Print name: Signed by: Date:
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 6 of 18
CONTRACTOR’S QUOTE Page 2 of 4
DESIGNATION OF SUBCONTRACTORS
In compliance with Section 4104 of the California Public Contract Code, the undersigned submits the following
complete typed list of each Sub-Contractor who will perform work or labor or render service in or about the
construction/installation in an amount in excess of ½ of 1% of said total bid.
PORTION OF THE WORK SUBCONTRACTOR LICENSE NUMBER % AMOUNT
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 7 of 18
CONTRACTOR’S QUOTE Page 3 of 4
AWARD OF BID The undersigned fully understands that a contract is formed upon the acceptance of this quote by the County and the undersigned further agrees that upon request he or she will promptly execute and deliver to County a written memorial of the contract together with the required Payment and Performance Bonds. BID GUARANTEE The enclosed certified or cashier’s check or bidder’s bond on approved form, made payable to the County in the amount of ten percent (10%) of the total bid submitted herewith, is hereby given as a guarantee that the bidder will execute and deliver the above mentioned written memorial and required bonds if awarded the contract, and in the event that the undersigned fails or refuses to execute and deliver said documents, such check or bond is to be charged with the costs of the damages experienced by the County as a result of such failure or refusal, including but not limited to publication costs, the difference in money between the amount of the bid of the said principal and the amount for which oblige may legally contract with another party to perform the said work if such amount be in excess of the former, building lease or rental costs, transportation costs and additional salary costs that result from the delay due to the principal’s default on the awarded contract. In no event, however shall the Surety’s liability exceed the penal sums hereof.
Name of Bidder: __________________________________________________________
Type of Organization: __________________________________________________________
DIR Registration No: ______________ Expires: _______________
LICENSURE STATEMENTS ARE MADE UNDER PENALTY OF PERJURY If bidder is a corporation, and signer is not president or secretary, attach certified copy of by-laws or resolution authorizing execution. If bidder is a corporation, affix corporate seal. If signer is an agent, attach power-of- attorney. If bidder is not an individual, list names of other persons authorized to bind the organization.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 8 of 18
CONTRACTOR’S QUOTE Page 4 of 4
NON-COLLUSION AFFIDAVIT To Be Executed by Bidder and Submitted with Bid
State of California)
ss. County of Riverside) _____________________________, being first 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 genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or a 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 price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. _________________________________________________ (Authorized Company Representative) Subscribed and sworn to before me Insert NP stamp or seal below This _________ day of ______________, 2015 _______________________________________________ Signature of Notary Public officer administering oath
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 9 of 18
AGREEMENT FORM Page 1 of 2
THIS AGREEMENT, entered into this _____________day of ________________, 2015, by and between
____________________________________, hereinafter called the “Contractor,” and the County of Riverside,
hereinafter called “County.”
WITNESSETH: That the parties hereto have mutually covenanted and agreed as follows: CONTRACT: The complete contract includes all of the Contract documents, to wit: The Notice Inviting Bids, Instructions to Bidders, Contractor’s Quote, Wage Schedule according to the State of California, Payment and Performance Bonds, Plans and Specifications plus any Addenda thereto, General Conditions, including all terms and conditions to the Agreement. All Contract documents are intended to cooperate and become complimentary so that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all Contract Documents. STATEMENT OF WORK: The Contractor hereby agrees to furnish all tools, equipment, services, apparatus, facilities, transportation, labor, and materials necessary to relocate, store and reset the existing manufactured home, in strict accordance with the plans and specifications as prepared by the Riverside County Department of Waste Resources, hereinafter called the “County”, including addenda thereto as listed in the Contractor’s Quote, all of which are made part hereof. TIME FOR COMPLETION: The work shall be commenced on a date to be specified in a written order of the Architect and shall be completed within fifty-three (53) contract working days from and after said date. It is expressly agreed that except for extensions of time duly granted in the manner and for the reasons specified in the General Conditions, time shall be of the essence. COMPENSATION TO BE PAID TO CONTRACTOR: The County agrees to pay and the Contractor agrees to
accept in full consideration for the performance of the Contract, subject to additions and deductions as
provided in the General Conditions, the sum of___________________________________________________
$(_________________) being the total of the base bid plus the following addendums:
Addendum No’s: _____________________ The sum is to be paid according to the schedule as provided in the General Conditions. Pursuant to Labor Code Section 1861, the Contractor gives the following certification: “I am aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for Worker’s Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of work of this contract.”
IN WITNESS WHEREOF, the parties hereto on the day and year first above written have executed this agreement.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 10 of 18
AGREEMENT FORM Page 2 of 2
Type of Contractor’s organization: _________________________________________________ If other than individual or Corporation, list names of all members who have authority to bind firm:
IF OTHER THAN CORPORATION EXECUTE HERE:
Firm Name:
Name of President of Corporation:
Name of Secretary of Corporation:
Corporation organized under the laws of the State of
Firm Name:
DIR Registration No: #: Expires:
Attest: _________________________
_________________________ (Official Title)
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 11 of 18
BID BOND Page 1 of 2
KNOWN TO ALL PERSONS BY THESE PRESENTS, that we the undersigned _______________________,
as Principals; and______________________________, as Surety, are hereby held and firmly bound unto the
County of Riverside, hereinafter called the “County,” in the sum of ____________________________Dollars
($________________) for payment of such sum, well and truly to be made, do hereby jointly and severally
bind ourselves, our heirs, executors, administrators, successors and assignees.
WHEREAS, the said Principal is herewith submitting its quote to relocate, store and reset the existing
manufactured home within the subject property at 25575 Leon Road, Homeland, CA 92548.
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid Principal shall be awarded the
Contract upon said quote and shall, within the required number of days after the notice of such award, execute
a written memorial of the awarded Contract and submit the required labor and material payment and faithful
Performance Bond, then this obligation shall be null and void; and in the event that the Principal fails and/or
refuses to execute and deliver said documents this bond will be charged with the costs of the damages
experienced by the County as a result of such refusal, including but not limited to, publication cost, the
difference in money between the amount of the bid of the said Principal and the amount for which the oblige
may legally contract with another party to perform the said work if such amount be in excess of the former;
building lease or rental costs, transportation costs, and additional salary costs that result from the delay due to
the Principal’s default on the awarded Contract. In no event however, shall the Surety’s liability exceed the
penal sum hereof.
The Surety for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the County may accept such
bid; and said Surety does hereby waive notice of any such extension.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 12 of 18
BID BOND Page 2 of 2
IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their separate seals
this ________________________day of _________________________, 2015, the name and corporate seal
of each corporate party being hereto affixed and those present dully signed by its undersigned representative,
pursuant to authority of its governing body.
(Firm Name – Principal)
========================================================================
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 13 of 18
PAYMENT BOND Page 1 of 1
(Public Work - Civil Code Section 3247 et seq.)
The makers of this Bond are ________________________________________, as principal and Original Contractor and
_________________________________, a corporation, authorized to issue Surety Bonds in California, as Surety, and
this Bond is issued in conjunction with that certain public works contract dated ______________________Between
Principal and County of Riverside, a public entity, as County, for $ _____________________, the total amount payable.
THE AMOUNT OF THIS BOND IS FOR 100% OF SAID SUM. Said Contract is for public work generally consisting to
relocate, store and reset the existing manufactured home within the subject property at 25575 Leon Road, Homeland, CA
92548.
The beneficiaries of this Bond are as stated in 8020 of the Civil Code and the requirements and conditions of this bond
are as set forth in Sections 800 through 8154 of said Code. Without notice, Surety consents to extension of time for
performance, change in requirements, amount of compensation, or prepayment under said contract.
Signed and Sealed this _____________________Day of __________________, 2015
(Firm Name – Principal)
By
(Title)
(Title – Attach Power of Attorney)
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 14 of 18
PERFORMANCE BOND Page 1 of 1
The makers of this Bond, as Principal and ______________________________________as Surety, are held and firmly
bound unto County of Riverside, hereinafter called the County, in the sum of ___________________________ Dollars
$(___________________) for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrator, and successors, jointly and severally, firm by these presents.
The condition of this obligation is such that whereas the Principal entered into a certain contract, hereto attached, with the
County, dated: ____________________ for: ______________________________________________. Now therefore, if
the Principal shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of
said Contract during the original term of said Contract and any extension thereof that may be granted by the County, with
or without notice to the Surety, and during the life of any guarantee required under the Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized
modifications of said Contract that may thereafter be made, then this obligation to be void, otherwise to remain in full force
and virtue. Without notice, Surety consents to extension of time for performance, change in requirements, change in
compensation or prepayment under said Contract.
Signed and Sealed this ____________________Day of ________________, 2015
(Firm Name – Principal)
By
(Title)
(Title – Attach Power of Attorney)
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 15 of 18
APPENDIX A Homeland Manufactured Home Relocation and Reset
25575 Leon Road
Homeland, CA 92548
1. SCOPE OF WORK: The Contractor shall furnish all travel, parts, labor, materials, rentals, equipment,
disposal, transportation and supervision necessary for the temporary relocation of this double-wide manufactured home to another location on the subject property; protection of the home from inclement weather conditions and animal, bird, reptile infestation; resetting the home at its original location once the Riverside County Department of Waste Resources (RCDWR) completes an excavation-and-backfill earthwork project within the existing area of this structure; and satisfying County permitting requirements for this work and subsequent occupancy. All work is to be performed in strict accordance with these specifications and the approved drawings included as Exhibits A and B (drawing numbers noted in 3.0 TIMELINES, Item 2 Drawings) by RCDWR, Appendix A and all items discussed at the mandatory bidders conference.
1.2 REQUIRED PERMITS/CERTIFICATIONS – Contractor(s) shall obtain any required permits and comply
with all applicable Federal, State, and local regulations, including South Coast Air Quality Management District (SCAQMD) requirements for idling and fugitive dust control. Grading plans for this project have been approved for permit issuance pending all project clearances by County Building & Safety Department. The Contractor shall obtain, and RCDWR shall cover costs for, required County Building and Safety permits. RCDWR understands these permits to include (1) site preparation/utilities, (2) permanent foundation, and (3) install home.
1.2.1 Fire or Demolition Permits – These permits and any others not listed in this RFQ are to be
secured by the County at its expense. 1.2.2 Make, Model, Year, and Square Footage – Palm Harbor Homes Casa Grande (Model No.
CG456C2), Built in 2003; 1,500 sf. 3 bedrooms, 2 bath.
1.3 SCHEDULING AND WORK PLAN – Within five (5) days after notification of award and prior to the start of work, the Contractor(s) shall provide a written construction schedule and a work plan including but not limited to the following: start date, end date, work hours, the type and amount of equipment proposed to be used to (1) temporarily relocate this double-wide manufactured home to another location on the subject property; (2) protect the home from inclement weather conditions and animal, bird, reptile infestation; (3) reset home at its original location once RCDWR completes an excavation- and-backfill earthwork project within the existing area of this structure, and (4) satisfy County permitting requirements for this work and subsequent occupancy as outlined in this RFQ. A contract working day is hereby defined as any day (except Saturdays, Sundays, and legal holidays) on which the Contractor is not prevented by inclement weather or resulting conditions from proceeding with at least 60 percent of the normal labor and equipment force engaged in the controlling operation or operations for at least five hours. RCDWR anticipates between two (2) and ten (10) working days to complete this excavation-and-backfill earthwork project, during which no working days will be charged to the Contractor. The length of each working day shall be from 7:00 AM to 3:30 PM, including half-hour for lunch break, unless otherwise approved in writing by RCDWR. Work Plan shall include track-out prevention measures, dust control, labor information, and superintendent contact information.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 16 of 18
1.4 TIME OF COMPLETION – The Contractor shall diligently and continuously prosecute all project work
to final completion before the expiration of fifty-three (53) contract working days from the start date stated in the Notice to Proceed. Contractor shall relocate this double-wide manufactured home to another location on the subject property while protecting the home from inclement weather conditions and animal, bird, reptile infestation as outlined in this RFQ before the expiration of five (5) contract working days from the start date stated in the Notice to Proceed. The Contractor shall also diligently and continuously prosecute the work to reset home at its original location as outlined in this RFQ before the expiration of thirty-eight (38) additional contract working days. This portion of work shall be done once RCDWR completes an excavation-and-backfill earthwork project within the existing area of this structure, and as the Contractor continues to protect the home from inclement weather conditions and animal, bird, reptile infestation. Contractor shall also satisfy all conditions for sign-off of all County project permits, including and not limited to site preparation/utilities, permanent foundation, install home, and occupancy release before the expiration of another ten (10) additional contract working days. If necessary, Engineer may grant additional work days due to weather delays but any additional work days must be requested in writing by Contractor. In case all the work called for and all the conditions and requirements of the RFQ are not completed within the number of working days specified above, liquidated damages of Five Hundred Dollars ($500) per day for each additional working day required to properly complete the Project in excess of the allowed number of working days shall be paid to RCDWR by the Contractor. RCDWR may instead deduct this amount from payments due to the Contractor at the sole discretion of RCDWR..
1.5 SAFETY – Contractor(s) shall be solely and completely responsible for work performed and the safety
of all persons and property on the job sites during performance of service. Contractor(s) shall conform to all governing safety regulations including those of RCDWR. Within five (5) days after notification of award, and prior to performing work, the Contractor must submit a job-specific safety plan to the RCDWR for review and acceptance. This job-specific safety plan shall address Contractor responsibility for temporary relocation, storage and reset of the existing manufactured home as indicated in this RFQ.
1.5.1 Full cooperation of the Contractor and its forces is required to assure safe working conditions.
Therefore, it is necessary to emphasize that RCDWR will have full authority to eject any of the Contractor’s employees or subcontractors who do not immediately abide by directions of RCDWR.
1.6 MOBILIZATION & DEMOBILIZATION – The work shall include all activities related to the movement of
personnel, equipment, supplies, and incidentals to the project site at 25575 Leon Road, Homeland, CA. a. General
i. This Bid Item (Bid Item No. 1) shall include all preparatory work and operations, including but not limited to: those costs necessary for the movement of personnel, equipment, supplies, and incidentals to the project site (25575 Leon Road, Homeland, CA); and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items at the project site as well as the related demobilization costs at the completion of the project. Demobilization shall include but not be limited to cleaning installations and the removal of temporary structures as required by RCDWR. Throughout all phases of construction, including suspension of work and until final acceptance of the project, the Contractor shall keep the work
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 17 of 18
areas clean and free of refuse generated as a result of the Contractor’s operations. Any such refuse shall be removed from the property no later than the end of each work day.
b. Execution
i. Upon receipt of the Notice to Proceed, the Contractor shall furnish, mobilize, and install such temporary works, materials, equipment, supplies, and personnel as necessary for the successful completion of the work. The Contractor shall also operate and maintain temporary works and equipment throughout the duration of construction. All temporary works, such as equipment staging area, shall fully comply with applicable rules and regulations of governing authorities.
ii. The Contractor shall remove and properly dispose of all refuse from the construction site. The
County shall have the right to determine what materials are refuse, and to determine the manner and placement of on-site disposal.
iii. The Contractor shall obtain all necessary permits and permission to utilize public roads for
mobilization, demobilization, access to the site. Access to the site is available through existing public roads.
c. Measurement and Payment
i. There shall be no additional payment to the Contractor for complying with all requirements and work listed in this section. Compensation for these requirements and work shall be considered as included in the various other contract bid items of work.
1.7 MANUFACTURED HOME RELOCATION – The work covered in this section (Bid Item No. 1) shall
consist of furnishing all necessary labor, materials, equipment, tools, and supervision for the temporary relocation of this double-wide manufactured home to another location on the subject property. The work consists of clear & grub adjacent to the home, disconnect utilities, temporary relocation of the propane gas tank and air conditioning unit, removal of a utility pole with attached riser adjacent to the home, deconstruction and stockpiling of the masonry foundation and concrete footing, and relocating the home to another location on the property. a. Execution
i. Clear & Grub – Contractor shall remove all vegetation, decorative planter blocks, steps & landings, crawl space cover, and debris within thirty-five (35) feet of the home. Clear and grub materials shall be stockpiled at a location designated by the County representative in the field.
ii. Disconnect Utilities – Contractor shall locate and disconnect all utilities to the home.
(a) Prior to beginning this work, Contractor shall contact Dig-Alert to locate all underground utilities within the work area illustrated on Exhibit B. Known utilities include but may not be limited to: electric, phone, gas, water, propane, and septic. Contractor shall have all utilities removed within thirty-five (35) feet from the home with the exception of the buried septic system tank and leach lines. All work shall be performed in accordance with established protocol/procedure for each utility entity.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 18 of 18
(b) Contractor shall relocate the above-ground propane gas tank and air conditioning unit adjacent to the relocated home at a location determined by the County representative in the field.
(c) Contractor shall remove and stockpile the utility pole with attached riser adjacent to the southeast corner of the home to a location determined by the County representative in the field.
iii. Block Foundation and Footing Removal - Contractor shall demolish the block foundation and
footing, and stockpile these materials at an onsite location determined by the County representative in the field.
iv. Contractor shall procure use of water throughout the project for demolition, dust-control, utility
backfill, and other project-related purposes. Contractor shall make this water supply available for RCDWR use during RCDWR work to complete the onsite earthwork project described in Section 1.4. RCDWR and Contractor shall track water use by RCDWR for this earthwork project, and RCDWR shall compensate the Contractor for this water use at the utility rate arranged by the Contractor for this project..
b. Measurement and Payment
i. Payment for all work associated with Manufactured Home Relocation shall be based upon the lump sum price stated in Bid Item No.1 - Manufactured Home Relocation. Payments shall constitute full compensation for all labor, material, equipment, and all other items necessary and incidental to completion of this item of work.
1.8 MANUFACTURED HOME STORAGE – The work covered in this section (Bid Item No. 2) shall consist
of furnishing all necessary labor, materials, equipment, tools, and supervision for protection and storage of the double-wide manufactured home, propane tank and air conditioning unit for the project duration. The work consists of protecting home from inclement weather conditions and animal, bird, reptile infestation for the project duration. a. Execution
i. Prior to beginning this work, Contractor shall submit and RCDWR shall accept a written work plan that includes discussion of how the home will be protected while being disassembled, moved, stored, relocated, and reassembled. Work plan shall include discussion of materials, installation(s) and maintenance aspects of this storage.
ii. Acceptability of materials, installation and maintenance work plan shall be at the discretion of
RCDWR. iii. The Contractor will need to consider in this bid item that there is a section of the manufactured
home’s roof with missing shingles that may need to be covered with a tarp or other method of protection acceptable to RCDWR.
b. Measurement and Payment
i. Payment for all work associated with Manufactured Home Storage shall be based upon the lump sum price stated in Bid Item No.2 - Manufactured Home Storage. Payments shall constitute full
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 19 of 18
compensation for all labor, material, equipment, and all other items necessary and incidental to completion of this item of work.
1.9 MANUFACTURED HOME RESET – The work covered in this section (Bid Item No. 3) shall consist of furnishing all necessary labor, materials, equipment, tools, and supervision for resetting the manufactured home to its original location once RCWMD completes the excavation-and-backfill earthwork project. The work consists of: site preparation & utilities installation, constructing a new masonry foundation and concrete footing within the original structure footprint; resetting the home on the new foundation, resetting propane tank and air conditioning unit; reconnecting existing utilities; installing appurtenances to satisfy requirement for County permits/inspections and final occupancy release. a. Execution
i. Site preparation & utilities installation including new 100 amp subpanel and pedestal or approved equal
ii. Masonry foundation and concrete footing iii. Reset the home on the new foundation iv. Reset propane tank and air conditioning unit v. Reconnect existing utilities vi. Replace the damaged electrical pedestal near the southeast property corner adjacent to Leon
Road in accordance with, and to the satisfaction of, the governing utility company. vii. Replace the damaged 80-foot± section of chain-link fence fabric and fence posts near the
southeast property corner adjacent to Leon Road in accordance with 2012 Greenbook Sections 206-6 and 304-3.
viii. Install associated appurtenances including but not limited to: crawl space cover, belly band, plate nailing, mud sill, dig out for low profile, finish grading
ix. Drywall close-off x. Prep and paint interior and exterior of home to match existing xi. Install new interior floorings to match existing xii. Compliance with County Building & Safety project permits and associated inspection
requirements xiii. Final occupancy release
d. Measurement and Payment
i. Payment for all work associated with Manufactured Home Reset shall be based upon the lump sum price stated in Bid Item No.3 - Manufactured Home Reset. Payments shall constitute full compensation for all labor, material, equipment, and all other items necessary and incidental to completion of this item of work.
1.9.1 Foundation Plan – CAVCO, which acquired Palm Harbor Homes four years ago, states the
foundation/ footing plans specific to this make and model are no longer available. CAVCO provided to RCDWR with a generic set-up manual which a copy will be provided to the awarded Contractor.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 20 of 18
Notes: a. Certified Payroll is required on this project. See Form 116-222 General Conditions-Public
Works, Over $25k downloaded on the County of Riverside Purchasing webpage at www.purchasing.co.riverside.ca.us .
b. Contractor shall comply with all Federal, State and Local, rules and regulations that in any manner affect the work. Special attention is called, but not limited to, the Local environmental ordinances. Ignorance on the part of the bidder will in no way relieve him/her from responsibility of compliance with all said laws, ordinances, rules and regulations.
2. QUALITY ASSURANCE:
a. The Contractor shall use an adequate number of skilled workmen who are thoroughly trained and experienced in the necessary craft and who are completely familiar with the specified requirements and the methods needed for proper performance of all work contained in these specifications.
b. The Contractor shall provide new materials consisting of the highest quality and workmanship in every detail.
c. The Contractor shall be solely and completely responsible for the condition of the premises on which the work is performed, and for safety of all persons and property on the site during performance of the contract. This requirement shall not be limited to normal working hours, but shall apply continuously throughout the project.
3. SCHEDULING:
a. Work to be performed during regular business hours, Monday – Saturday 6:00 AM to 4:30 PM. b. The Contractor is advised that certain inconveniences may be encountered. Complete
cooperation between the Contractor and the on-site County Project Manager will be necessary to expedite the work with the least amount of interference or delay.
c. The awarded Contractor is to provide the County Project Manager with daily schedule of activities so that the necessary arrangements and precautions can be made with the patients in the construction areas.
d. Upon Notice to Proceed, the project shall be completed within fifty-three (53) contract working unless otherwise specified in writing and accepted by the County Project Manager.
4. SAFETY AND SPECIAL REQUIREMENTS: a. The successful contractor will be required to provide the names, driver license numbers of all
employees who will be working in this facility to allow the County to conduct a local background check.
5. CLEAN-UP:
a. The work area shall be kept clean at all times during construction. Protect floors and all adjacent surfaces by use of drop cloths and other means. All cutting, dust, and other debris shall be removed periodically during the workday so as not to be tracked into other areas of the building or create a hazard to foot traffic. At the end of the workday all unused materials shall be stacked in a neat and orderly manner and located in an area designated by the County Project Manager out of the path of others, unless otherwise specified in writing. All indoor areas of construction shall be vacuumed clean of all dust at the completion of each workday. The County Project Manager or his onsite representative can at any time stop the job for any condition that he/ she may deem unsafe.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 21 of 18
b. The County of Riverside dumpster(s) shall not be used by the Contractor. Contractors shall supply their own dumpster(s) and lawfully transport all trash and debris generated by the project off the project site to an appropriate dumpsite.
6. WARRANTIES:
a. All warranty work shall be completed within two (2) weeks of written notice by the County. b. Workmanship: A one-year unconditional warranty shall be in effect from the Contractor.
7. INSURANCE
7.1 Without limiting or diminishing the CONTRACTOR’S obligation to indemnify or hold the COUNTY harmless, CONTRACTOR shall procure and maintain or cause to be maintained, at its sole cost and expense, the following insurance coverage’s during the term of this Agreement. As respects to the insurance section only, the COUNTY herein refers to the County of Riverside, its Agencies, Districts, Special Districts, and Departments, their respective directors, officers, Board of Supervisors, employees, elected or appointed officials, agents, or representatives as Additional Insureds.
A. Workers’ Compensation:
If the CONTRACTOR has employees as defined by the State of California, the CONTRACTOR shall maintain statutory Workers' Compensation Insurance (Coverage A) as prescribed by the laws of the State of California. Policy shall include Employers’ Liability (Coverage B) including Occupational Disease with limits not less than $1,000,000 per person per accident. The policy shall be endorsed to waive subrogation in favor of The County of Riverside.
B. Commercial General Liability: Commercial General Liability insurance coverage, including but not limited to, premises liability, unmodified contractual liability, products and completed operations liability, personal and advertising injury, and cross liability coverage, covering claims which may arise from or out of CONTRACTOR’S performance of its obligations hereunder. Policy shall name the COUNTY as Additional Insured. Policy’s limit of liability shall not be less than $1,000,000 per occurrence combined single limit. If such insurance contains a general aggregate limit, it shall apply separately to this agreement or be no less than two (2) times the occurrence limit.
C. Vehicle Liability: If vehicles or mobile equipment are used in the performance of the obligations under this Agreement, then CONTRACTOR shall maintain liability insurance for all owned, non-owned, or hired vehicles so used in an amount not less than $1,000,000 per occurrence combined single limit. If such insurance contains a general aggregate limit, it shall apply separately to this agreement or be no less than two (2) times the occurrence limit. Policy shall name the COUNTY as Additional Insureds.
D. General Insurance Provisions - All lines: 1) Any insurance carrier providing insurance coverage hereunder shall be admitted to the State of California and have an A M BEST rating of not less than A: VIII (A:8) unless such requirements are waived, in writing, by the County Risk Manager. If the County’s Risk Manager waives a requirement for a particular insurer such waiver is only valid for that specific insurer and only for one policy term.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 22 of 18
2) The CONTRACTOR must declare its insurance self-insured retention for each coverage required herein. If any such self-insured retention exceeds $500,000 per occurrence each such retention shall have the prior written consent of the County Risk Manager before the commencement of operations under this Agreement. Upon notification of self-insured retention unacceptable to the COUNTY, and at the election of the Country’s Risk Manager, CONTRACTOR’S carriers shall either; 1) reduce or eliminate such self-insured retention as respects this Agreement with the COUNTY, or 2) procure a bond which guarantees payment of losses and related investigations, claims administration, and defense costs and expenses. 3) CONTRACTOR shall cause CONTRACTOR’S insurance carrier(s) to furnish the County of Riverside with either 1) a properly executed original Certificate(s) of Insurance and certified original copies of Endorsements effecting coverage as required herein, and 2) if requested to do so orally or in writing by the County Risk Manager, provide original Certified copies of policies including all Endorsements and all attachments thereto, showing such insurance is in full force and effect. Further, said Certificate(s) and policies of insurance shall contain the covenant of the insurance carrier(s) that thirty (30) days written notice shall be given to the County of Riverside prior to any material modification, cancellation, expiration or reduction in coverage of such insurance. In the event of a material modification, cancellation, expiration, or reduction in coverage, this Agreement shall terminate forthwith, unless the County of Riverside receives, prior to such effective date, another properly executed original Certificate of Insurance and original copies of endorsements or certified original policies, including all endorsements and attachments thereto evidencing coverage’s set forth herein and the insurance required herein is in full force and effect. CONTRACTOR shall not commence operations until the COUNTY has been furnished original Certificate (s) of Insurance and certified original copies of endorsements and if requested, certified original policies of insurance including all endorsements and any and all other attachments as required in this Section. An individual authorized by the insurance carrier to do so on its behalf shall sign the original endorsements for each policy and the Certificate of Insurance. 4) It is understood and agreed to by the parties hereto that the CONTRACTOR’S insurance shall be construed as primary insurance, and the COUNTY'S insurance and/or deductibles and/or self-insured retention’s or self-insured programs shall not be construed as contributory. 5) If, during the term of this Agreement or any extension thereof, there is a material change in the scope of services; or, there is a material change in the equipment to be used in the performance of the scope of work; or, the term of this Agreement, including any extensions thereof, exceeds five (5) years; the COUNTY reserves the right to adjust the types of insurance and the monetary limits of liability required under this Agreement, if in the County Risk Manager's reasonable judgment, the amount or type of insurance carried by the CONTRACTOR has become inadequate. 6) CONTRACTOR shall pass down the insurance obligations contained herein to all tiers of subcontractors working under this Agreement. 7) The insurance requirements contained in this Agreement may be met with a program(s) of self-insurance acceptable to the COUNTY. 8) CONTRACTOR agrees to notify COUNTY of any claim by a third party or any incident or event that may give rise to a claim arising from the performance of this Agreement.
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 23 of 18
EXHIBIT A
COUNTY OF RIVERSIDE PURCHASING AND FLEET SERVICES PUBLIC WORKS (for projects Over $25,000)
Bid Submission Address: Request for Quotation # WMARC-237B Purchasing and Fleet Services Homeland Manufactured Home Relocation and Reset 2980 Washington Street Bid Issue Date: Thursday, June 24, 2015 Riverside, CA 92504-4647 Job Walk Date: Wednesday, July 8, 2015 Telephone: (951) 955-4937 Bid Closing Date: Monday, July 22, 2015 Return bid to address above. at or before 1:30 P.M. Pacific Time
Form #116-122 County Counsel Approved as to Form 01/01/2015 24 of 18
EXHIBIT B