Professional Documents
Culture Documents
City of Carmel-by-the-Sea
~-f
Project Manager
559-620-2078
March 3, 2015
Attachments:
Page 1 of6
Addendum No. 1
March 3, 2015
Bidder Name:
-------------------------
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: ---------------------------------------------
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
Page 3 of6
Addendum No. 1
March 3, 2015
BIDDER NAME:_ _ _ _ _ _ _ _ _ _ _ __
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
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
1.3
Date of incorporation:
1.3.2
State of incorporation:
1.3.3
President's name:
1.3.4
Vice-president's name(s): - - - - - - - - - - - -- - -
Page 4 of6
Treasurer's name:
1.4.2
1.4.3
Addendum No. 1
March 3, 2015
Bidder Name:
--------------------------
1.5
1.6
Date of organization:
1.5.2
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
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
3.2
Page 5 of6
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
Page 1 of2
Addendum No. 2
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.
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
~ ::,,o QUESTIONS
I;
REV IEWED BY :
AV
-----
A0 I V\ _ _ _ _ __
FROt-.1\ :__..J~~t'\:.:_:_
j -:::OMPANY:
fon.1 b (e .5c.J n
[){.] CONSULTANT
_ _ __
-:r:.Ylc. ,
L..od<.<....
0 -t.l15~
I
!
IA''S~ER .~~D_e_t_ai_l~sh~o_u_ld_re_f_er_t_o_B_.2_~
_ _ _______ _ _ _ _ _ _ _ _ _ _ _~
I
j
I
I
i :'.C~UDED
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
'
Ii
3-17-15
DATE :
REVIEWED BY:
AV
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.
r : s h-e".:t:C..
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'
DATE:. _ _3_1_
1 6_1_
15___
DATE :.---=3=---_,_
1_,_
7_-1:. .5.: =-----
~
~
'
Phone#{831) 620-2078
I
i
QUESTION NO:
DATE: 3-17- 15
THREE
REV IEWEDBY :-AV
----
;_
FROM:
johV'I
lofl.lb !e~c.l''
COMPANY:
-: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
DATE: 3-17-15
TVVO
DAT@:-17 -15
One question per page - Duplicate this form as necessary.
Four
--------------------
QUESTION NO:
3-17-15
DATE:
- AV
- - -- -
REVIEWED BY:
Jo\\n
FROM :__-=-.;:....__ __
CO MPANY :
_ _ __
lofl.lb f.e5o'1
CONTACT PERSON :
_ __ __
.l-Yle..
S+eve
L.oc...~f._
STAFF
_______ _ _ __
______
-f-l,...e..
I -- -------------------------------------------------------------
l
II :-.:~
~========~==================-=====--~~~~~==~~~====~
s 'N ER
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
_ _ _ _ _ _ __
___
3-17-1 5
___ _ ___
L.!-=---~=~~=~~~~=~=~===::====:""'~=~==::===.==========
One question per page - Duplicate this form as necessary
3-17-15
REVIEWED BY:._~A
....._,_,._
V_ _
[~ C ITY STAFF
.:..TfEhTiON : Andy Vandedord, Project Manager
FROM:
.John
I COtAPANY:
1
cor;TACT PERSON:
J;:y1(. '
Sf-eve f...oc.ke
_j_O
AWl
-\-o ~ 'PW1
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
_ _
I
I
Re ference Addend um
!l ------ - - - - - -- - -----
2 for de ta1 ls .
---------------------------3-17-15
Andy Vanderford
DATE:___~--~-
DATE:_ _3_
-_
17
_-_1_5___
___.,S.J.Ii.X
A- - - -- -- -
3-17 15
REVIEWED
BY :____,A
R.~
\1_ __
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.,
I!
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
I
I
I
I
!
i
L===~~
' ==~===--======-=====-===--=====-=-======-~==-===============~
) /RESPONSE BY: ~,-;,.Jilian Cadouri, CAW Architects
DATE :_ 3_11_6_11_5_
DATE:
3-17-15
:~ ==~========-===~=o::====~============-==~
se~ten
3-j z-j 5
REVIEWED BY:
AV
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,.,
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
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
[2g 5.
[2g 6.
SUBMITTED BY:
Name of Company _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _Contact Name_ _ __ _ _ _ __ _
Address
State_ _Zip_ _ __
City
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
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).
ITEM
1.
UNIT
Lump Sum
DESCRIPTION OF WORK
Forest Theater Renovation
$ _ _ _ _ _ __
ITEM UNIT
1.
Lump Sum
$._ _ _ _ _ __
ITEM UNIT
1.
$_ _ _ _ _ __
$_ _ _ _ __ _
$._ _ _ _ _ __
Lump Sum
ITEM UNIT
1.
BIDDER'S NAME:_ _ __ _ __ _ __
(Submit with Bid Proposal)
ADD ALTERNATE No. 3
DESCRIPTION OF WORK
$_ _ __ _ __
$_______________
BID SUMMARY
TOTAL NET BID AMOUNT (BASE BID PLUS ALL ADD ALTERNATES)$_ _ _ _ _ _ _ __
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.
Signature of Bidder
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
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.
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.
13
14
'
V>
-.)
-2