07-17-25

www.montereycountynow.com JULY 17-23, 2025 MONTEREY COUNTY WEEKLY 49 classifieds Legal Notices COUNTY OF MONTEREY PUBLIC WORKS, FACILITIES, AND PARKS PROJECT: JOC 2025 NOTICE TO BIDDERS Sealed bids will be received at the Office of Clerk of the Board of Supervisors, County of Monterey, County Administration Building, 168 W. Alisal Street, First Floor, Salinas, California 93901 (Mailing Address: P O Box 1728, Salinas, California 93902‑1728) until submission deadlines specified below for the NINETEEN (19) projects, at which time they will be publicly opened and read in the Board of Supervisors’ Chambers located at 168 W. Alisal Street, First Floor, Salinas, California 93901. * Striping and Signage Work Bids Below Are Due: Thursday, August 21, 2025 at 10:30am Roads & Bridges Bids Below Are Due: Thursday, August 21, 2025 at 1:00pm Emergency Response Work Bids Below Are Due: Thursday, August 21, 2025 at 3:30pm Bid #: Signage and Striping 2025-01 Bid #: Signage and Striping 2025-02 Bid #: Roads & Bridges 2025-01 Bid #: Roads & Bridges 2025-02 Bid #: Roads & Bridges 2025-03 Bid #: Roads & Bridges 2025-04 Bid #: Roads & Bridges 2025-05 Bid #: Roads & Bridges 2025-06 Bid #: Emergency Response Work 2025-01 Bid #: Emergency Response Work 2025-02 Bid #: Emergency Response Work 2025-03 Facilities-Large Capacity (Up to $6,210,093) Bids Below Are Due: Friday, August 22, 2025 at 1:00pm Facilities-Small Capacity (Under $1,000,0000) Bids Below Are Due: Friday, August 22, 2025 at 3:30pm Bid #: Facilities-L 2025-01 Bid #: Facilities-L 2025-02 Bid #: Facilities-L 2025-03 Bid #: Facilities-L 2025-04 Bid #: Facilities-L 2025-05 Bid #: Facilities-S 2025-01 Bid #: Facilities-S 2025-02 Bid #: Facilities-S 2025-03 MANDATORY BIDDERS’ MEETINGS* are scheduled for Thursday, July 24, 2025 at the following times: JOC Facilities (Large and Small Capacity) Bidders at 9:00 am JOC Roads & Bridges, Emergency Response Work, and Traffic Striping and Signage Bidders at 11:00 am MEETING LOCATION: County of Monterey, Department of Public Works, Facilities, and Parks (PWFP) will hold the Mandatory Bidders’ Meetings virtually via Zoom. Prospective bidders must register to attend the Mandatory Bidders’ Meetings. This infor‑ mation will be used to establish a sign‑in sheet and record for attendees. Copies of the sign‑in sheet will be emailed to all registered attendees. In addition, registration is required in order to receive the Zoom meeting invitation and details. To register for the Mandatory Bidders’ Meeting, please complete the registration form using the link below, or send an E‑mail to JOC Bid Processing Coordinators: Registration Link: https://app.smartsheet.‌com/b/form/0197843752c2706b94a82133bbc3024c E‑mail to JOC Bid Coordinators: John Snively Email: snivelyjm@countyofmonterey.gov Dalia Mariscal‑Martinez Email: mariscaldm@countyofmonterey.gov E‑mail to register for the Mandatory Bidders’ Meeting must include: 1. Mandatory Bidders’ Meeting Title & Time 2. First and Last name 3. E‑mail Address 4. Phone Number 5. Organization/Company GENERAL INFORMATION: Job Order Contract(s) 2025 (JOC) is an indefinite quantity contract(s) with a set not to exceed amount (MxCV) pursuant to which Contractor performs a variety of projects, consisting of specific construction tasks. Scope is for general construction, repair, remodel, and other repetitive related work. County has published a Construction Task Catalog® (CTC) containing a series of construction tasks with preset Unit Prices (UP) developed using experienced labor and high‑quality materials. All UPs are based on local labor/materials/equipment prices, including current prevailing wages. Contractor is to bid Adjustment Factors (AF) to be applied to UPs. Price of an individual project is determined by multiplying preset UPs and appropriate quantities by the appropriate AFs. Term of each JOC is one (1) year. The JOC 2025 Contract Documents include a Material Price Spike Adjustment clause. Awarded contracts for Facilities will require the successful bidders to furnish initial payment and performance bonds for approximately Fifty Percent (50%) of the Maximum Contract Value (MxCV) listed below. Minimum Contract Value for each JOC is $25,000. Contractor will have the opportunity to receive aggregate Job Orders totaling at least $25,000 during contract term. MxCV for Facilities Large Capacity, Roads & Bridges and Emergency Response Work JOC contracts is $6,210,093. MxVC for Facilities Small Capacity contracts is $3,000,000 with a $1,000,000 maximum value per Job Order. MxCV for Signage and Striping is $2,000,000. County does not guarantee Contractor will receive this volume of Work. County may award contracts to other contractors for same or similar work during JOC term. At time of bid submission, Bidders shall possess a valid Class B Contractor’s license for Facilities Large and Small Capacity JOC; a valid Class A Contractor’s license for Roads & Bridges JOC and Emergency Response Work JOC; Class C32 or Class A license for Signage and Striping Work. Each bid shall be submitted separately using forms furnished in Project Specifications Manual and in accordance with Instructions to Bidders. Security in an amount of $25,000 per bid in form of cash, cashier’s check, or certified check payable to County, or a bidder’s bond executed by an admitted corporate surety company must accompany bid. For Facilities Large Capacity Bids, successful bidder shall furnish payment bond and a performance bond each in the amount of $3,105,047 which bond shall remain in force for the duration and until completion of any outstanding Job Order(s). For Facilities Small Capacity Bids, successful bidder shall furnish payment bond and a performance bond each in the amount of $1,000,000 which bond shall remain in force for the duration and until completion of any outstanding Job Order(s). For Roads and Bridges Bids, successful bidder shall furnish payment bond and performance bond, each in the amount of the MxCV of $6,210,093 which bonds shall remain in force for the duration and until com‑ pletion of all outstanding Job Order(s). For Emergency Response Work Bids, successful bidder shall furnish payment bond and performance bond, each in the amount of the MxCV of $6,210,093 which bonds shall remain in force for the duration and until completion of all outstanding Job Order(s). Contractor shall provide a letter from bonding company stating their ability to obtain Payment and Performance Bonds for MxCV. For Signage and Striping Bids, successful bidder shall furnish payment bond and a performance bond each in the amount of $2,000,000 which bond shall remain in force for the duration and until completion of any outstanding Job Order(s). Determination of lowest bidder will be based upon lowest Award Criteria Figure. Bidders may bid separately on any Facilities (Large and Small Capacity), Roads & Bridges, Emergency Response Work, or Signage and Striping contracts. However, only one (1) contract in each category may be awarded to any bidder. Apparent lowest responsive, respon‑ sible bidder on each JOC contract will be excluded from consideration for each successive contract in the respective category. County may award up to nineteen (19) individual contracts but reserves the right to reject any/all bids and waive any irregularities or informality in any bid received. No bidder may withdraw his/her/its bid for a period of sixty (60) days after the bid opening. Electronic Contract Documents are available to download free at the County of Monterey, Contracts/Purchasing Solicitation Center – Active RFP/RFQs page: www.countyofmonterey.gov/government/departments‑a‑h/ administrative‑office/contracts‑purchasing/solicitation‑center (Select project “Title”). Alternately, contact Public Works, Facilities, and Parks (PWFP) 1441 Schilling Place‑South, Second Floor, Salinas, California 93901‑4527 to obtain files on a flash drive for a nonrefundable fee of $5. All questions during bidding period must be submitted in writing as follows: via E‑mail to JOC Bid Coordinators listed above and on PWFP‑PW & Facilities project page or via postal mail to: JOC Bids Project Manager, Public Works, Facilities, and Parks, 1441 Schilling Place‑South, Second Floor, Salinas, California 93901‑4527. Deadline for receipt of written questions is 2:00 pm, pst, July 31, 2025 Answers to all questions and project addenda will be posted to the Contracts/Purchasing Solicitation Center – Active RFP/RFQs page listed above. Pursuant to: • Monterey County Code Section 5.08.120, all contractors and subcontractors providing work, laborers, or material providers on projects and each Job Order shall make a good faith effort to employ qualified individuals who are, and have been for at least one (1) year out of the past three (3) years prior to the opening of bids, residents of Monterey Bay Area in sufficient numbers so that no less than fifty percent (50%) of contractor’s total construc‑ tion work force, on projects, including any subcontractor work force (with exception of specialty subcontractor items identified in the bid items) measured in labor work hours, is comprised of Monterey Bay Area residents. • A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to requirements of Section 4104 of the Public Contract Code or engaged in performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. It is not a violation of this Labor Code Section 1725.5 for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided contractor is registered to perform public work pursuant to Labor Code Section 1725.5 at the time the contract is awarded. • S ection 1773 of the Labor Code, general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of California Department of Industrial Relations (DIR) and are available at the Department of Public Works, Facilities, & Parks, 1441 Schilling Place‑South, Second Floor, Salinas, California 93901‑4527 and from CA DIR Internet website: www.dir.ca.gov/OPRL/ DPreWageDetermination.htm . The awarding body shall also cause a copy of the determination of the director of the prevailing rate of per diem wages to be posted at each job site. (Labor Code Section 1773.2) • P ublic Contract Code Section 22300, Contractor may substitute securities for any monies withheld by County to ensure performance under the contract. Date: July 10, 2025, RANDELL ISHII, MS, PE, TE, PTOE PUBLIC WORKS, FACILITIES, & PARKS (PWFP) DIRECTOR

RkJQdWJsaXNoZXIy MjAzNjQ1NQ==