You are on page 1of 23

City ofCarmel-by-the-Sea

PUBLIC WORKS DEPARTMENT


POST OFFICE BOX CC
CARMEL-BY-THE-SEA, CA 93921
(831) 620-2070 OFFICE
(831) 624-2132 FAX

SENT VIA E-MAIL


March 3, 2015
ADDENDUM NO. 1
Forest Theater Renovation

NOTICE TO ALL BIDDERS:


This Addendum is attached to and made a part of the above project entitled Forest Theater Renovation
for the City of Carmel-by-the-Sea , with a scheduled bid opening of 10:00 AM. March 30, 2015.
All changes and/or clarifications will appear in italic and Bold type and deletions struck out.

1. Add to the Technical Specifications, SUBMITTALS AFTER BID OPENING:


a. Within three (3) working days after bid opening the three (3) lowest Bidders shall
submit Contractor Qualifications Information using supplied forms as found within
the attachments.

City of Carmel-by-the-Sea

~-f
Project Manager
559-620-2078

March 3, 2015

Attachments:

Page 1 of6

Certification For Prime Contractor Self Performance Form


General Contractor's Qualification Statement Form

Addendum No. 1

March 3, 2015

Bidder Name:

-------------------------

CERTIFICATION FOR PRIME CONTRACTOR SELF PERFORMANCE


(To be submitted by the three lowest Bidders within
three working days from the date of the bid opening)

FOR: Forest Theater Renovation


Pursuant to required contract provisions, the Contractor shall perform with its own organization Contract
Work amounting to not less than 40% of the original total Contract Price. Accordingly, the three lowest
bidders shall provide, within three working days from the date of the bid opening, this Certification that the
bidder will perform not less than 40% of the Total Net Bid Amount. The Bidder certifies that he/she will
perform with the Bidder's own organization not less than FORTY PERCENT (40%) of the Contract Amount
(i.e., the Total Net Bid Amount) .
WORK TO BE PERFORMED BY THE BIDDER AS PRIME CONTRACTOR INCLUDES:
Bid Item
No.

Full (F) or
Partial (P)*

Description of Work

Dollar Amount

$
$
$
$

$
$
$
TOTAL TO BE DONE BY PRIME CONTRACTOR

*If work to be performed by the Prime Contractor is indicated to be "Partial" for any item, a brief explanation
of the specific percentage of work to be performed by the Prime Contractor for each designated item must
accompany this Certification. Attach as many additional sheets of paper as necessary to submit
explanations.
Name of Bidder: ------------------------------------------------- - - - 1 certify under penalty of perjury under the laws of the State of California that the foregoing is true and
correct:

Signature: ---------------------------------------------

Name of Authorized Official: ---------------------------------------------

Date: -------------NOTE: Use additional copies of this page if needed, including signature, under penalty of perjury.
Page 2 of6

Addendum No. 1

March 3, 2015

SUBLETTING OR ASSIGNING THE CONTRACT


1. The contractor shall perform with its own organization contract work amounting to not less than 40
percent (or a greater percentage if specified elsewhere in the contract) of the total original contract
price, excluding the following specialty items as designated by the City:
1)
Temporary Storm Water Pollution Control
2)
Electrical & Lighting
3)
Plumbing
4)
Painting and Marking Site Surfaces
5)
Masonry
6)
Membrane roofing
7)
Asphalt Paving
8)
Fire Suppression
9)
Heating, Ventilating, and Air Conditioning
10)
Fire Detection and Alarm
11)
Termite Control
12)
Asbestos, Lead Paint, Mold, or other hazardous building materials remediation
Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount of work
required to be performed by the contractor's own organization.
a. The term "perform work with its own organization" refers to workers employed or leased by the
prime contractor, and equipment owned or rented by the prime contractor, with or without operators.
Such term does not include employees or equipment of a subcontractor or lower tier subcontractor,
agents of the prime contractor, or any other assignees. The term may include payments for the
costs of hiring leased employees from an employee leasing firm meeting all relevant regulatory
requirements. Leased employees may only be included in this term if the prime contractor meets all
of the following conditions:
( 1) The prime contractor maintains control over the supervision of the day-to-day activities of
the leased employees;
(2) The prime contractor remains responsible for the quality of the work of the leased
employees;
(3) The prime contractor retains all power to accept or exclude individual employees from work
on the project; and
(4) The prime contractor remains ultimately responsible for the payment of predetermined
minimum wages, the submission of payrolls, statements of compliance and all other regulatory
requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations
qualified and expected to bid or propose on the contract as a whole and in general are to be limited
to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) is computed includes the
cost of material and manufactured products which are to be purchased or produced by the contractor under
the contract provisions.
3. The contractor shall furnish: (a) a competent superintendent or supervisor who is employed by the firm,
has full authority to direct performance of the work in accordance with the contract requirements, and is in
charge of all construction operations (regardless of who performs the work) and (b) such other of its own
organizational resources (supervision, management, and engineering services) as the City determines is
necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written
consent of the City, and such consent when given shall not be construed to relieve the contractor of any
responsibility for the fulfillment of the contract. Written consent will be given only after the contracting
agency has assured that each subcontract is evidenced in writing and that it contains all pertinent
provisions and requirements of the prime contract.

Page 3 of6

Addendum No. 1

March 3, 2015

BIDDER NAME:_ _ _ _ _ _ _ _ _ _ _ __

GENERAL CONTRACTOR'S QUALIFICATION STATEMENT


(TO BE SUBMITTED WITHIN THREE (3) DAYS AFTER BID OPENING)

The General Contractor shall have successfully completed two projects within the last five (5)
years with a minimum similar size and scope as that of Forest Theater Renovation.
The Undersigned certifies under oath that the information provided herein is true and sufficiently complete
as not to be misleading.
SUBMITTED BY:
Person
COMPANY NAME:

Corporation
Partnership
Individual
Joint Venture
Other

COMPANY ADDRESS: ----------------- - - -- - - - - - - - - -- -------

1.

ORGANIZATION
1.1

How many years has your organization been in business as a General Contractor?

1.2

How many years has your organization been in business under its present business name:

1.2.1

Under what other or former names has your organization operated?

1.3

If your organization is a corporation, answer the following :


1.3.1

Date of incorporation:

1.3.2

State of incorporation:

1.3.3

President's name:

1.3.4

Vice-president's name(s): - - - - - - - - - - - -- - -

1.3.5 Secretary's name:


1.3.6
1.4

Page 4 of6

Treasurer's name:

If your organization is a partnership, answer the following:


1.4.1

Date of organ ization:

1.4.2

Type of partnership (if applicable) : - - - - - - - - - - - - - - - -

1.4.3

Name(s) of general partner(s) : - - - - - - - - - - - -- - - -- - -

Addendum No. 1

March 3, 2015

Bidder Name:

--------------------------

1.5

1.6

If your organization is individually owned, answer the following:


1.5.1

Date of organization:

1.5.2

Name of owner: -----------------------------------------------

If the form of your organization is other than those listed above, describe it and name the
principals: -------------------------------------------------------

2.

EXPERIENCE
2.1

On page 6 list two (2) similar projects of a minimum size and scope as that of the Forest
Theater Renovation which your organization have successfully completed within the last
five (5) years, giving the name of project, completion date, owner, owner's project
representative (phone & e-mail) , and architect. Also state total worth of work for the two
contracts, and percentage of the cost of the work performed with your own forces .

2.2

Claims and Suits. (If the answer to any of the questions below is yes, please attach
details.)

2.3

3.0

2.2.1

Has your organization ever failed to complete any work awarded to it?

2.2.2

Are there any judgments, claims, arbitration proceedings or suits pending or


outstanding against your organization or its officers?

2.2.3

Has your organization filed any lawsuits or requested arbitration with regard to
construction contracts within the last five years?

Within the last five years, has any officer or principal of your organization ever been an
officer or principal of another organization when it failed to complete a construction
contract? (If the answer is yes, please attach details.)

SIGNATURE
3.1

Dated at ____ __ __ (city), California this _ _ day of _ _ _ _ _, 2015.


Name of Organization:
By: _ _ _ _ _ _ _ _ _ _ _ _ _ ____
Title: ---------------------------------

3.2

Page 5 of6

says that the information provided herein is true and


sufficiently complete so as not to be misleading.

Addendum No. 1

March 3, 2015

Bidder Name:._ _ _ _ _ _ _ _ _ _ _ __

PROJECT 1

PROJECT 2

Name of project

Completion date

Owner

Owner's project
representative
phone & e-mail
Total worth of
Work
Percentage of the
cost of the work
performed with
your own forces

Page 6 of6

Addendum No. 1

March 3, 2015

City ofCarmel-by-the-Sea
PUBLIC WORKS DEPARTMENT
POST OFFICE BOX CC
CARMEL-BY-THE-SEA, CA 93921
(831) 620-2070 OFFICE
(831) 624-2132 FAX

SENT VIA E-MAIL


March 17, 2015
ADDENDUM NO. 2
Forest Theater Renovation

NOTICE TO ALL BIDDERS:


This Addendum is attached to and made a part of the above project entitled Forest Theater Renovation
for the City of Carmel-by-the-Sea , with a scheduled bid opening of 2:00PM, March 30, 2015.
All changes and/or clarifications will appear in italic and Bold type and deletions struck out.
1. The scheduled bid opening time has been changed to 2:00PM, March 30, 2015. Bidders
have until 2:00 PM, on Monday, March 30, 2015 to submit their bid, at which time bids will
be opened for the Forest Theater Renovation project.

2. Attached is the pre-bid meeting sign-in sheet for bidder's information.


3. Reference page 2 Notice to Bidders, and page 30 of the specifications:
a. Change:
i. From: The Construction Allocation for this project is $1,200,000.
ii. To: The Construction Allocation for this project is $1,450,000.
4. Reference page 30 of the specifications:
a. Clarification: The list of plan sheets contains a sheet titled: A 1.1 EXISTING PLAN.
This sheet was does not exist. Disregard the existence of this sheet.
5. Reference Sheet AO.O of the plans, sheet Index:
a. Clarification: The index lists contains a sheet titled: A1.1 EXISTING PLAN. This
sheet was does not exist. Disregard the existence of this sheet.
6. Reference Sheet A2.2 of the plans:
a. Clarification & deletion: Delete Sheet A2.2. There will not be an alternate design
for handrails.
7. A second non-mandatory pre-bid job site walk through will be conducted at 10 AM, March
24, 2015. Bidders are to meet at the project site. This will be the last pre-bid job site walk
through.

Page 1 of2

Addendum No. 2

March 17, 2015

8. Reference Sheet AO.O of plans, " ALTERNATES" : Delete the four (4) items listed within
the contents of this alternates Jist. Reference Sheet A2. 5 for the correct Jist of AddAlternates.
9. Replace specification pages 8 through 14 (Bid Proposal Pages, etc.) with revised pages 8
through 14 as attached to this Addendum No.2. Attention to Bidders: Revised pages 8
through 14 now reflect Add-Alternate bid items as described on Sheet A2.5 of the plans.
10. Bid Questions #1, #2, #3, #4, #5, #6, #7 and answers are attached.

March 17, 2015


Attachments:

Page 2 of2

Bid Questions #1, #2, #3, #4, #5, #6, #7 and answers
Revised Specification pages 8 through 4
Pre-bid meeting sign in sheet

Addendum No. 2

March 17, 201 5

PUBLIC WORKS DEPARTMENT


Attention: Andy Vanderford
Email to: Avanderford@ci.carme l. ca.us
Phone#(831} 620-2078

~ ::,,o QUESTIONS

FOR: Forest Theater Renovation

(FOR CITY USE ONLY}


QUESTION NO:._ _ _ _
O_N_E
______
DATE : 3-17-15

I;

REV IEWED BY :

AV

-----

RESPONSIBLE FOR RESPONSE:

[_j CITY STAFF


' _
;.. TT Et,lTION : Andy Vanderford, Project Manager

A0 I V\ _ _ _ _ __
FROt-.1\ :__..J~~t'\:.:_:_
j -:::OMPANY:

fon.1 b (e .5c.J n

l CONTAC T PERSON: ~+-1/<t.

[){.] CONSULTANT

_ _ __

-:r:.Ylc. ,

L..od<.<....

_vt> t(ll''-\ ~e. cg d.- ?


[ _c_ lAr 1'1 Ioc. ~\+to 1' o+ S t11d

0 -t.l15~

r -e..f-er--e nc. <f c.f ~

I
!

: ------------- - --------------------- ------ - - - -----

IA''S~ER .~~D_e_t_ai_l~sh~o_u_ld_re_f_er_t_o_B_.2_~

_ _ _______ _ _ _ _ _ _ _ _ _ _ _~

I
j

I
I

l-------------------------------------------------\ RESPONSE BY:

i :'.C~UDED

Lars Lee, RPSE

IN ADDENDUM NO._ _ T
. . :. .W
. .:. -=-0=---

DA TE :._ _3_11_6_11
_5_

- - - - - - - --

DATE :. ~3
~-~
1~
7~
-~
17
L__ _

l~=====-========~========-====-==~====~======~~===-============
One question per page - Duplicate this form as necessary

PUBLIC WORKS DEPARTMENT


Attention: Andy Vanderford
Email to : Avanderford@ci.carmel.ca.us
Phone# (831) 620-2078

I 3JD QU ESTIONS FOR:


i

'

Forest Theater Renovation

(FOR CITY USE ONL Y'W


QUESTION NO:_ _T
__O_ _ _ _-:-:---

Ii

3-17-15

DATE :

REVIEWED BY:

AV

[_j CITY STAFF


: .;.., TiENTION: Andy Vanderford, Project Manager

jo\u"
I C:O~APANY: !O f\\ b!e .so I' -:r::~1(

[~ CONSULTANT

FROM:

I c;orHACT PERSON:
I

I
1

'

~+tve l-~"-ke.

ou ESTION (One question per sheet.) 'P 1-t~{\!,'f Q. l A r I {


_2~'<14'r w At\ c.:,e h~d ul-e. c; n 1t. How~ v-.ov-

r : s h-e".:t:C..

_ Loc.l'l+~ w ~l.f>I"L +~~--e dt tf-evf~r~ +1p'f!'s


bel 11g ~.'Jl u~cf -ft-Y" f t\-e 4l\ se M VISe

s ~ I itt lflS
I

~IA-Vt"''f lot~en

e>-t

s ~~~r-

wl4

{-tl-e..
P.,.- 0 I.e =\o

It Art:

!'
i.

; ..::S'NER:

I --

Since there are no new plywood shearwalls but instead patching and
repair of existing walls, the nail spacing is called out on the plan (or
deta1l), detail 8. 1H is to be used as a typical detail fo1 each of thege

------------------~--------------------------------

l -----------------------------------------------------

Lee, RPSE
Ii RESPONSE BY:_ _Lars
_ _ _ _ _ _ _ _ _ _ _ _ _ __

L'

.C!..UDED IN ADDENDUM NO.__


T_W
_O__________

DATE:. _ _3_1_
1 6_1_
15___
DATE :.---=3=---_,_
1_,_
7_-1:. .5.: =-----

One question per page - Duplicate this form as necessary

~
~

RESPONSIBLE FOR RESPONSE:

'

PUBLIC WORKS DEPARTMENT

Attention: Andy Vanderford


Email to : Avanderford@ci.carmel.ca.us

Phone#{831) 620-2078

I
i

310 QUEST IONS FOR : Forest Theater Renovation

(FOR CITY USE ONLY)

QUESTION NO:

DATE: 3-17- 15

THREE
REV IEWEDBY :-AV
----

RESPONSIBLE FOR RESPONSE:

[:xJ CITY STAFF


: ..:..TT H JTION: Andy Vanderford, Project Manager

[_j CONSULT ANT

;_

FROM:

johV'I
lofl.lb !e~c.l''

COMPANY:

corn ACT PERSON :_~_+_ev_oe.__l-_::_()_b._V.._e_ __

-:r=.Ylc,

.~

f.~

The Contractor shall remove and dispose of the costumes, props, etc. iet

:SV/ER:---- -- - - - -- - --

----------------------------

all contents stored '"'ithin the room ti tled "Cost ' 1me Storage" as identified
.

'

~
~

within Appendix A - 'the asbestos, lead paint, and mold report' . See pag~e
203 of A pper rdix A . C or 1tl actor to assU1 11e all contents contain mold.

RESPONSE BY:

Andy Vanderford

L~-L UDED IN ADDENDUM NO.

DATE: 3-17-15

TVVO

DAT@:-17 -15
One question per page - Duplicate this form as necessary.

PUBLIC WORKS DEPART MENT


Attention: Andy Vanderford
Email to : Avanderford@ci.carme l.ca.us
Phone# (831) 620-2078

I 3 J0 QUEST IONS FOR: Forest Theater Renovation


i

(FOR CITY USE ONLY)

Four
--------------------

QUESTION NO:

3-17-15

DATE:

- AV
- - -- -

REVIEWED BY:

RESPONS IBLE FOR RESPONSE:


~ CITY

: :... TI ENT ION : Andy Vanderford , Project Manager

Jo\\n

FROM :__-=-.;:....__ __
CO MPANY :

_ _ __

lofl.lb f.e5o'1

CONTACT PERSON :

[_j CONSULT ANT

_ __ __

.l-Yle..

S+eve

L.oc...~f._

OU ESTIOI'J (O ne question per sheet.)______ _ __

Would t-1- kre

STAFF

_______ _ _ __

poss 1hf.e -Jo r<e vrstf

______

-f-l,...e..

i - ----------- - ---- - - -- ----------- - - -----------------------

I -- -------------------------------------------------------------

i ----------------------- - ------ - - -- - --- - -- - - - - - - - - - -- - -

l
II :-.:~

~========~==================-=====--~~~~~==~~~====~

s 'N ER

:._~A.....s;le;~c.....o..u.n.u.d..._._._nou.L-Ln-_._m-'--LU.-a,o___,_d,.,._a.. _tuo.LLr7y----f-pLL-r"""'e_.--b"'-i'-d- -+jo""-'b"'--"'s..jt""'


_,e__,v'-'i-s',_,i_,_
t _,w_,'-!.!i1__,1_=
b=
e_,c=o:. n
:__=d=u=c=te=d==--==a:.t=. ._

1o AM , March 24, 2015. Bidders are to meet at the proJect s1te.

I --------1T~I-~ris~v~v~i1Hb~e~t~h~e~l~as~t~pwr~e=~b~id~jo~b~s~ite~~~Mva~l~l<~th~r~o~uBgHh-.------------1

~ -

.3-17-15

Andy Vanderford
RESPO NSE BY :_
1 .' , C '- UDE D

_ _ _ _ _ _ __

___

IN ADD ENDUM NO .___T_W


_O
_ _ _ _ __ _ __ _ .:_____

DATE : -.,...,---;r--.,--;;n,.---DAT E:_

3-17-1 5

___ _ ___

L.!-=---~=~~=~~~~=~=~===::====:""'~=~==::===.==========
One question per page - Duplicate this form as necessary

PUBLIC WORKS DEPARTMENT


Attention: Andy Vanderford
Email to: Avanderlord@ci.carmel.ca.us
Phone# (831} 620-2078

; 10 QUESTIONS FOR: Forest Theater Renovation

(FOR CITY USE ONLY}


QUESTION NO:_ _
F_iv_e_ _ _ _ _ _ __
DATE:

3-17-15

REVIEWED BY:._~A
....._,_,._
V_ _

RESPONSIBLE FOR RESPONSE :

[~ C ITY STAFF
.:..TfEhTiON : Andy Vandedord, Project Manager

FROM:

.John

I COtAPANY:
1

[_] CONSULT ANT

lDn.l b!e .su 11

cor;TACT PERSON:

J;:y1(. '

Sf-eve f...oc.ke

0 u Es Tl 0 N (0 ne question per sheet. }~~V1-=--'-t--"ltt_-e..


_-'b'--tct__+-=----\n-_,_..e_-'b=.e..
_

_j_O

AWl

-\-o ~ 'PW1

-tpr-t b1d Jblo

u ..) 14

Ik

an 4--h-e.

_,C~h;._:_14-=r1C--=+_,J"----{--'-'-v-'-o_m_
s~m -e oi-ld.y ;4 s c.l1 Sc.uSSt"cf
-+~--c:..

~========~====~~~==================~====~========~~~

j
I

:-.~ 1S'N ER :_ _ _. .N._,._,.ou_._T.. . ,h'-'-'e~b.id"-'


. . , oX-Jpf'<-e'......n..!. i!.ng
. .!,~ti.!m_,_,
. .!. e"-h'-'-'a=s"'-=b=ee=-n:.. :. .c.. :.h=
: . :.a =ng
-. :. =e=d=:-.:to
. : =---=-2.. .:P.. . . .M:. :;. :. ;_ _

_ _

I
I

Re ference Addend um

!l ------ - - - - - -- - -----

2 for de ta1 ls .

---------------------------3-17-15

Andy Vanderford

RESPONSE BY: __________________________

DATE:___~--~-

:,C;..UDED IN ADDENDUM NO._T.:.._W


::...:...=
O_ _ _ _ _ _ _ _ _ _ _

DATE:_ _3_
-_
17
_-_1_5___

[==-========~==~===-~==~===.=~~~~===-====~~One question per page - Duplicate this form as necessary

PUBLIC WORKS DEPARTMENT


Attention : Andy Vanderford
Email to: Avanderford@ci.carmel.ca.us
Phone#(83 1) 620-2078
StO QUESTIONS FOR: Forest Theater Renovation

(FOR CITY USE ONLY)


OUEST ION NO: _
DATE :

___.,S.J.Ii.X
A- - - -- -- -

3-17 15

REVIEWED

BY :____,A
R.~
\1_ __

RESPONSIBLE FOR RESPONSE :

[_j CITY STAFF


: .:. . . i!ENTJON: Andy Vanderford. Project Manager

hJI\
! '.::0~/iPANY : To HI b f.e .soIl
FROM:

Lx.J CONSULTANT

JD

j CONTACT PERSON:

-.:r.Yl('. '

"S+t\J-t

l.-- DC k e.,

QUESTION (One question per sheet.)


1 l .& A l
I---

I!

{ov- J-oel\. \All (s

i J-\-_pl)JI?WY ~..t. -~.ltllfnA+e

I yl;wlltJ~ ::

'f'l-eu.\Se Cl A r1-f1

Yl"t'l-'\~

s~\rl~clol~

AJvi..Sr."

3/.

11

Ch

w~~~+ t~

A ?,.5

\11dit.l

'f)(pt'.::+<"c.l :;'

'i
I

. -- - ----- ----------- ------------ ---- ---- --------r-----1

j :-.: 1S'// E R :__R


__
ef_e_r _to_ A_Ite
_ r_n_a_te_ S
_ ch_e_d_u_le__
o_n _A_2_.5_ fo_r_c_o_rr_e_ct_ s_t_a..::..
g_
e _fl_o_
o r_ a
_ s_s_e_m_b_IY
=---- - --

I
I

I
I

!
i

L===~~
' ==~===--======-=====-===--=====-=-======-~==-===============~
) /RESPONSE BY: ~,-;,.Jilian Cadouri, CAW Architects

I : ',C~UDED IN ADDENDUM NO ---TH\N"'~O------------

DATE :_ 3_11_6_11_5_
DATE:

3-17-15

:~ ==~========-===~=o::====~============-==~

One question per page - Duplicate this form as necessary

PUBLIC WORKS DEPARTMENT


Attention: Andy Vanderford
Email to : Avanderford@ci.carmel.ca.us
Phone# (831) 620-2078
l

BID QUESTIONS FOR : Foresl Theater Renovation

(FOR CITY USE ONLY)


QUESTION NO:
DATE:

se~ten

3-j z-j 5

REVIEWED BY:

AV

RESPONSIBLE FOR RESPONSE:

[-X] CITY STAFF


,1.\TTENTION: Andy Vanderford, Project Manager

FROM:

Jol1-V\

COMPANY:

lo h-1. \o/I!'.SOh

CONTACT PERSON:

~+ev-e.

LJ CONSULTANT

3 /1 3 I L't"
PHONE#: T ~~~ L '-f~'). - 'j/et'J"(.;7
E-mail: 54-eV-L L d "To'"' hlvso111 ('1(.,; ;.-<;.
DATE:

............
.Jr.f/1(

lo ~ k<...

'[)...I,.,

QUESTION (One question per sheet.)

CoV\ ~r 1v ~-v,

:r~.,
.-::-..,Itt:
..kJ I><' 1)1~)fl

seL'..+to\\

IP J 5 tn>tJ - I'L

.,

I '

:3. ~I.&. t
~ l..e lA .s e_
ltt;L fuel r.
cas45

Q_'f'Gt<!'4 d(J
~ !!t!u rd~ of a4- hD\J V 5 1\"1 i+W. bEA~--e \,,d A (f\4 ()1)! +
Se'" J!fl {-~., t tc.. ut1/'v J e;lh W-e_ .e \d \f!V) Jr.. ~ hlJ IJ d t1u<
11~ w-ell~
l
Co vd V~ Lt S

..4-~w~+

..f0'1 S I{'(

..-f?e y-

hi,., 1.!1 (l

4v<.

tJ'/

I .

I'~Q

1\ ..,, ~ 'f .i-1"1

i~

~\k.~~s1 L!ltf:'
H

l
j

I
I

'
II

From the date of the Notice to Proceed through the date of acceptan,ce
ANSWEBf tl:1e ~lltork tl:1e site is ut:Jder: tbe cot:Jtr:ol of tbe contractor: and bence
sectJr:ing tbe site Ibe contractor is responsible for sec1Iriog the
site from trespas$ing dlJ[iog off-bours If it becomes an issue, tbeo tbe
Contractor may submit to the City options for approval to mitigate the issue. '
If the Contractor's mitigation efforts (other than site security) aren't working t en
the City may require the Contractor to employ a bondable Security firm .
DATE:~3:__
-1..:....:7_-_:_
15
=--
DATE:._ _3_ -_1_7_- 1_5_ _
One question per page- Duplicate this form as necessary.

Bid Proposal

BIDDER'S NAME: - - - - - - - - - (Submit with Bid Proposal)


BIDDER'S CHECKLIST
FOREST THEATER RENOVATION
SUBMIT THIS BIDDER'S CHECKLIST WITH YOUR BID DOCUMENTS. Bidders shall complete and submit all
documents marked with an "X" in the "REQUIRED" column. Documents required on the checklist but not included may
render your bid nonresponsive and ineligible for award. Bids received by the City by the scheduled bid opening time
will be opened and publicly read but are subject to verification that all the required documents have been submitted.
REQUIRED
[2g 1.
[X] 2.
[2g 3.
[2g 4.

[2g 5.
[2g 6.

BIDDER'S CHECKLIST, page 8.


BID PROPOSAL FORM, pages 9 and 10.
CONTRACTOR'S LICENSE INFORMATION, page 10.
BID DEPOSIT attached to front of Proposal in the form of:
[ ] Certified Check
[ ] Bidder's Bond
[ ] Cashier's Check
[ ] Irrevocable Ltr of Credit
[ ] Certificate of Deposit
[ ] Annual Bidder's Bond
LIST OF SUBCONTRACTORS, page 11 .
ADDENDA - The Signature page of all Addenda issued, Addenda No. __ to __. (Enter numbers)

SUBMITTED BY:
Name of Company _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _Contact Name_ _ __ _ _ _ __ _
Address

State_ _Zip_ _ __

City

PhoneNo. _ _ _ ____________ Fax No. _ _ _ __ _ _ __ __ _ _


E-Mail address: - - - - - - - - - - -- - - - - -- -- - - -- Completion of Bid Proposal Form to be Eligible for Award. Bidders must bid all bid items (including any
Alternates). The Bidder is non-responsive and ineligible for award in the event Bidder fails to initial this paragraph on
th e line provided and completely fill in this Bid Proposal Form including , without limitation, all dollar amounts and
information called for on this Bid Proposal Form. By his/her initials to the right hereof, Bidder represents he/she has
read and understands the consequences of not completely filling in this Bid Proposal Form.
(Initial here) :_ _ __ _ __
The City Council may award a contract to the lowest responsive and responsible Bidder. The lowest bid shall be
determined by the lowest responsive and responsible Bid for the Total Amount of th e BASE BID plus th e ADDITIVE
ALTERNATES, whether or not the Additive Alternates is included in the award, subject to the right to reject any and all
bids. The bidder must bid all items, including the Additive Alternates to be eligible for award. The City reserves the
right to award a contract for the Base Bid only or the Base Bid plus the Additive Alternates as listed in order shown in
the bid proposal page subject to available funds at the time of award, whichever the City deems to be in its own best
interest. The Bid Prices set forth herein shall include any and all applicable taxes.
The undersigned has thoroughly read the contractual documents and understands them . The undersigned agrees to
do all work required by the contractual documents for the contract prices listed within the bid proposal pages. The
undersigned declares under penalty of perjury that the above total contract price is bid in accordance with the
prevailing hourly rate of the per diem wages for this locality (Area 2) pursuant to Labor Code Section 1771.
CALIFORNIA LABOR CODE SECTION 1777.5
PLEASE ANSWER YES OR NO: W as the undersigned Bidder in the last six months determined to have willfully failed
to comply with the provisions of California Labor Code Section 1777.5 relating to apprentices on Public Works?
YES
NO__________

BIDDER'S NAME:_ _ _ _ __ _ __ _
(Submit with Bid Proposal)
BID PROPOSAL FORM
FOREST THEATER RENOVATION
Sealed bid will be received unti/2:00 PM., on Monday, March 30, 2015, at City Hall, located on the east
side of Monte Verde Street between Ocean and Seventh Avenues, Carmel-by-the-Sea, California 93921.
Sealed bids shall be submitted to the attention of the City Clerk located at Camel-by-the-Sea City Hall. All
blanks shall be filled in and no bidder shall qualify its bid. The outside of the envelope shall be clearly
marked: Bid for Forest Theater Renovation, Attention: City Clerk
PROPOSAL

Name of Bid: "Forest Theater Renovation"

City of Carmel-by-the-Sea
Post Office Box CC
Carmel-by-the-Sea, CA 93921
(Name of Bidder)

TO:

City of Carmel-by-the-Sea
Post Office Box CC
Carmel-by-the-Sea, CA 93921

Sir:

The undersigned hereby proposes and agrees to furnish all labor, materials, equipment and services
necessary to complete the project as described in the contractual documents for the Forest Theater
Renovation. (Reference page 14 for Explanation of Bid Items).

BID PART I, BASE BID ITEM:

ITEM

1.

UNIT
Lump Sum

DESCRIPTION OF WORK
Forest Theater Renovation

$ _ _ _ _ _ __

TOTAL NET BASE BID AMOUNT$._ _ _ _ _ _ _ _ __


The Total Net Base Bid Amount i s - - -- - - - - - - - - - - - -- - -- - - - - - - - - - - - - - - - - - - - - - - - D o l l a r s and _ _ _ _ _ _ _Cents.
BID PART II, ADD ALTERNATE BID ITEMS:

ITEM UNIT
1.

Lump Sum

ADD ALTERNATE No. 1


DESCRIPTION OF WORK

$._ _ _ _ _ __

Stage Flooring Option A

TOTAL NET BID AMOUNT ADD ALTERNATE No. 1

ITEM UNIT
1.

$_ _ _ _ _ __

ADD ALTERNATE No.2


DESCRIPTION OF WORK

Stage Flooring Option 8

$_ _ _ _ __ _

TOTAL NET BID AMOUNT ADD ALTERNATE No.2

$._ _ _ _ _ __

Lump Sum

ITEM UNIT

1.

BIDDER'S NAME:_ _ __ _ __ _ __
(Submit with Bid Proposal)
ADD ALTERNATE No. 3
DESCRIPTION OF WORK

Lump Sum Stage Flooring Option C

$_ _ __ _ __

TOTAL NET BID AMOUNT ADD ALTERNATE No.3

$_______________

BID SUMMARY
TOTAL NET BID AMOUNT (BASE BID PLUS ALL ADD ALTERNATES)$_ _ _ _ _ _ _ __

The Total Net Bid Amount (Base Bid plus All Add Alternates) i s - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - D o l l a r s and
________ Cents.

(Signature)

(Date)

CONTRACTOR'S LICENSE
The undersigned, as bidder, declares that its valid California Contractors' license number is
and that the license expiration date is
Bid are made under penalty of perjury.

and that the representations made in this

Signed this._ _ _ _ day of - - - - - - - - - - - - - - 20_.

Name of Bidder (typed or printed)

Signature of Bidder

Title of Signer (typed or printed)

LIST OF SUBCONTRACTORS
Pursuant to the provisions of California Public Contract Code sections 4100 to 4113 inclusive, the
undersigned hereby designates below, for the Project, opposite various portions of work, the names and locations of
the places of business of each Subcontractor who will perform work or labor or render service to the Contractor in or
about the construction of the Work or improvement, or a subcontractor licensed by the State of California who, under
subcontract to 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 or, in the case of bids or offers for the construction of streets or highways, including bridges,
in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($1 0,000), whichever is
greater. All work not listed below shall be performed by the undersigned Bidder. It is understood that the Bidder, if
awarded the Contract, shall not substitute any Subcontractor in place of the Subcontractors herein designated , or
sublet or subcontract any of the work as to which a Subcontractor is not herein designated, without the written consent
of the City. The subletting or subcontracting of any work for which there was no Subcontractor designated in the
original bid may be permitted only in case of public emergency or necessity, and only after the City Council makes
findings in a Resolution setting forth facts constituting the emergency or necessity.

10

BIDDER'S NAME:_ __ __ _ _ _ __
(Submit with Bid Proposal)
LIST OF SUBCONTRACTORS: List one firm only for each portion of work.
NAME

LOCATION

WORK TO BE SUBLET

(Attach additional sheets if necessary)


BIDDER: Name and Address:

Authorized Representative:
Phone Number:
E-mail Address:
Description of & License(s)
number(s)
Workers' Compensation Carrier
Name and Address:
Liability Insurance Carrier
Name and Address:
Policy Number:
Coverage Limit:

11

1. WORK TO BE PERFORMED
Refer to Plans and Specifications.

2. TIME OF COMPLETION TO SIGN CONTRACT


If awarded the Contract, the undersigned hereby agrees to sign the Contract within ten (10) working
days after notice of award of said Contract.

3. TIME OF COMPLETION TO PERFORM THE WORK


The Contractor shall diligently prosecute the work to completion before the expiration of one-hundred
(1 00) working days from the date of the Notice to Proceed.

4. LIQUIDATED DAMAGES
It is agreed that the Contractor shall be liable for and pay to the City of Carmel-by-the-Sea, as fixed,
and agreed, liquidated damages, and not as a penalty, the sum of One Thousand Dollars ($1 ,000)
per day for each calendar day of delay in completion of the work from the date for completion as
specified herein or in any written extension of time granted by the City. TIME OF COMPLETION AS
SPECIFIED WILL BE ENFORCED. LIQUIDATED DAMAGES WILL BE DEDUCTED FROM
PAYMENTS.

5. CAREFUL PREPARATION
The undersigned has carefully checked all figures used in calculating the bid and understands that
the City will not be responsible for any errors or omissions on the part of the undersigned in making
this bid . The undersigned hereby warrants and unconditionally guarantees these figures to be firm
and constant for a minimum period of ninety (90) days.

6. CONTRACT QUANTITIES
The City reserves the right to increase or decrease Contract quantities in accordance with available
funds. If the City Council has not appropriated funds, or if sufficient funds are not available to
complete the purchase, the City reserves the right to decrease quantities to stay within the budget
limitations.

7. ADDENDA
The City makes a concentrated effort to ensure any addenda issued relating to these Specifications
are distributed to all interested parties. It shall be the Bidder's responsibility to inquire as to whether
any addenda to the Plans and/or Specifications have been issued. Upon issuance by the City, all
Addenda are part of the Bid Proposal. Signing the Bid Proposal on the signature page thereof shall
also constitute signature on all Addenda.

8. AWARD OF CONTRACT
When bids are submitted to the Council, the award will be made to the lowest responsive and
responsible Bidder, subject to the right to reject any and all bids.

12

9. MINOR IRREGULARITIES
The City reserves the right to waive any informality or minor irregularity that does not have a
monetary consideration when it is in the best interest of the public and of the City to do so. A
discrepancy that offers a Bidder an unfair advantage will cause the bid to be nonresponsive.
10. CITY ENGINEER'S QUANTITY ESTIMATE
All bids will be compared with the City Engineer's Estimate of the quantities of work to be done.
11. TIEBREAKER
In the event a tiebreaker is needed to establish the lowest responsive and responsible Bidder, the
City shall, unless otherwise agreed upon by all participating parties, utilize a coin toss as a tiebreaker
to be administered by a third party chosen by mutual consent of the participants . Such coin toss shall
take place within 7 working days from the date of bid opening. If the City determines that a tiebreaker
is necessary, each applicable Bidder agrees to participate or to indemnify the City in any litigation
resulting from the utilization of the tiebreaker. If a Bidder refuses to timely participate, the City shall
conduct the coin toss in a manner determined by the City to be fair to all and the results of such coin
toss shall be final.
12. LICENSING AND INSURANCE
The undersigned, if the successful bidder, agrees to obtain a City Business License and comply with
Municipal Code and the terms of the attached Contract relating to Public Liability and Workers'
Compensation Insurance. The fee for such City License, which expires on June 30 of each year,
can be obtained by telephoning City Hall at (831) 620-2000.
13. BONDS
The undersigned SHALL provide a BID BOND of ten percent (10%) of the BID or the undersigned
SHALL substitute securities, certified check, cashier's check, cash , or a corporate bond.

14. LIST OF SUBCONTRACTORS


Each bidder shall list herein the name and place of business of each subcontractor, if any, who shall
perform work or render services in or about the work which shall not be performed by the
undersigned's own force. The undersigned agrees that it shall employ no other subcontractors on
the work without the written permission of the City and that all work not specifically listed herein shall
be performed by its own force. Failure to complete this list may result in rejection of the bid.
The undersigned warrants and agrees that each subcontractor shall, if required by City ordinance or
State law, obtain any required permits or licenses.
The successful bidder shall provide proof of valid insurance coverages for Workers' Compensation
Insurance, public liability and property insurance and all other required insurance coverages for each
subcontractor as required by the State of California or the City of Carmel-by-the-Sea. Valid
Certificate of Insurance guaranteeing that the issuing company shall provide, to the named
Additional Insured, ten (10) days prior written notification of cancellation of policies, proof of which
must be placed on file with the City Clerk prior to commencement of work.

13

15. EXPLANATION OF BID ITEMS


The unit price bid per unit measure of work shall include all costs of labor, equipment, and materials
necessary for the furnishing and constructing complete in place and operating in accordance with the
Plans and Specifications for the Forest Theater Renovation for all work listed in the bid items.
BID PART I, BASE BID ITEM:
Item No. 1: Forest Theater Renovation
This item shall be bid lump sum and shall include all work as shown on the plans and within
these specifications for the Forest Theater Renovation, which includes but not limited to :
demolition of various components; mitigation of hazardous building materials; site grading;
new asphalt access road; new concrete and asphalt pedestrian walkways- incorporating
ramps, landings, stairs, handrails, etc.; structural improvements; new electrical lighting;
restrooms remodeling; masonry; painting; etc. Work that is not included in this bid item is
thoroughly and specifically identified elsewhere, and as follows:
BID PART II, ADD ALTERNATE BID ITEMS:
ADD ALTERNATE NO.1
Bid Item No. 1 - Stage Flooring Option A
This item shall be bid lump sum and shall conform to the provisions of the Plans and
Specifications. The items shall consist of furnishing and installing stage flooring pursuant to
"Item A" as listed on within the "Add Alternate for Replacement of Entire Stage Flooring"
legend, as shown and described on Sheet A2.5 of the plans. All costs associated with this
item shall be included in the lump sum price and no additional payment will be made.
ADD ALTERNATE NO. 2
Bid Item No. 1: Stage Flooring Option B
This item shall be bid lump sum and shall conform to the provisions of the Plans and
Specifications. The items shall consist of furnishing and installing stage flooring pursuant to
"Item A" as listed on within the "Add Alternate for Replacement of Entire Stage Flooring"
legend, as shown and described on Sheet A2.5 of the plans. All costs associated with this
item shall be included in the lump sum price and no additional payment will be made.
ADD ALTERNATE NO.3
Bid Item No. 1: Stage Flooring Option C
This item shall be bid lump sum and shall conform to the provisions of the Plans and
Specifications. The items shall consist of furnishing and installing stage flooring pursuant to
"Item A" as listed on within the "Add Alternate for Replacement of Entire Stage Flooring"
legend, as shown and described on Sheet A2.5 of the plans. All costs associated with this
item shall be included in the lump sum price and no additional payment will be made.

14

'

V>

-.)

-2

You might also like