addendum no. 1 & no. 2.pdf

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 F AX 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 Project Manager 559-620-2078 March 3, 2015 Attachments: Certification For Prime Contractor Self Performance Form General Contractor's Qualification Statement Form Page 1 of6 Addendum No. 1 March 3, 2015

Upload: l-a-paterson

Post on 17-Jul-2016

223 views

Category:

Documents


5 download

DESCRIPTION

Forest Theater Renovation, City of Carmel-by-the-Sea

TRANSCRIPT

Page 1: Addendum No. 1 & No. 2.pdf

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: Certification For Prime Contractor Self Performance Form General Contractor's Qualification Statement Form

Page 1 of6 Addendum No. 1 March 3, 2015

Page 2: Addendum No. 1 & No. 2.pdf

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 Description of Work Full (F) or Dollar Amount No. Partial (P)*

$

$

$

$

$

$

$

$

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

Page 3: Addendum No. 1 & No. 2.pdf

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 1 0) 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

Page 4: Addendum No. 1 & No. 2.pdf

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:

COMPANY NAME:

Person 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 Treasurer's name:

1.4 If your organization is a partnership, answer the following:

Page 4 of6

1.4.1 Date of organization:

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

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

Addendum No. 1 March 3, 2015

Page 5: Addendum No. 1 & No. 2.pdf

Bidder Name: --------------------------1.5 If your organization is individually owned, answer the following:

1.5.1 Date of organization:

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

1.6 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.)

2.2.1 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?

2.3 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.)

3.0 SIGNATURE

3.1 Dated at ______ __ (city), California this __ day of _____ , 2015.

Name of Organization:

By: ______________ ___

Title: ---------------------------------

3.2 says that the information provided herein is true and sufficiently complete so as not to be misleading.

Page 5 of6 Addendum No. 1 March 3, 2015

Page 6: Addendum No. 1 & No. 2.pdf

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

Page 7: Addendum No. 1 & No. 2.pdf

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

Page 8: Addendum No. 1 & No. 2.pdf

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

Page 2 of2 Addendum No. 2 March 17, 201 5

Page 9: Addendum No. 1 & No. 2.pdf

PUBLIC WORKS DEPARTMENT Attention: Andy Vanderford

Email to: [email protected] l.ca.us Phone#(831} 620-2078

~ ::,,o QUESTIONS FOR: Forest Theater Renovation I

I ;

' _;.. TTEt,lTION: Andy Vanderford, Project Manager

A0 I V\ FROt-.1\ : __ ..J~~t'\:.:_:_ ______ ___ _

lj -:::OMPANY: fon.1 b (e .5c.J n -:r:.Ylc. ,

CONTACT PERSON: ~+-€1/<t. L..od<.<....

_±vt> t(ll''-\ [ _c_ lAr 1£'1 I ! i

~e. cg I d.- ? I oc. ~\+to 1' o+ S t11d

(FOR CITY USE ONLY}

QUESTION NO:. ____ O_N_E _____ _ DATE : 3-17-15 REVIEWED BY : AV -----RESPONSIBLE FOR RESPONSE:

[_j CITY STAFF

[){.] CONSULT ANT

0 -t.l15~

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

: -·------------ ---------------------- --------------

I A''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: Lars Lee, RPSE

i :' .C~UDED IN ADDENDUM NO. _ _ T....:.......:..W-=-0=--- ---------DA TE :. __ 3_11_6_11_5 _ _

DATE :.~3~-~1~7~-~17L_ __

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

7

Page 10: Addendum No. 1 & No. 2.pdf

PUBLIC WORKS DEPARTMENT Attention: Andy Vanderford

Email to : [email protected] Phone# (831) 620-2078

' i I 3JD QU ESTIONS FOR:

I

Forest Theater Renovation (FOR CITY USE ONL Y'W ~ QUESTION NO: __ T __ O ____ -:-:--- ~

i '

DATE: 3-17-15 REVIEWED BY: AV ~ RESPONSIBLE FOR RESPONSE: ~

: .;.., TiENTION: Andy Vanderford, Project Manager [_j CITY STAFF

[~ CONSULT ANT

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

I c;orHACT PERSON: ~+tve l-~"-ke.

ou ESTION (One question per sheet.) 'P 1-t~{\!,'f Q. l A r I { r : s h-e".:t- s ~ I I itt lflS {-tl-e.. I _2~'<14'r w At\ c.:,e h~d u l-e. c; n 1 t. How~ v-.ov- :C.. ~IA-Vt"''f lot~en P.,.-0 I.e =\o

1 _ Loc.l'l+~ w ~l.f>I"L +~~--e dt tf-evf~r~ +1p'f!'s e>-t s ~~~r- wl4 It Art:

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

! ' i .

; .. :·:S'NER: 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. 1 H is to be used as a typical detail fo1 each of thege

I -- ------------------~--------------------------------1 l -----------------------------------------------------i Lars Lee, RPSE I RESPONSE BY: ________________ _

L' .C!..UDED IN ADDENDUM NO. __ T_W_O _________ _ DATE:. __ 3_1_16_1_15 ___

DATE :.---=3=---_,_1_,_7_-1:.....::5=-----

One question per page - Duplicate this form as necessary

7

Page 11: Addendum No. 1 & No. 2.pdf

i

PUBLIC WORKS DEPARTMENT Attention: Andy Vanderford

Email to : [email protected] Phone#{831) 620-2078

(FOR CITY USE ONLY)

QUESTION NO: THREE I 310 QUESTIONS FOR: Forest Theater Renovation

DATE: 3-17- 15 REVIEWEDBY: AV -----! j I

RESPONSIBLE FOR RESPONSE:

: . .:..TT H JTION: Andy Vanderford, Project Manager [:xJ CITY STAFF

[_j CONSULT ANT ;_

FROM: johV'I j COMPANY: lofl.lb !e~c.l'' -:r=.Ylc,

1 corn ACT PERSON :_~_+_ev_oe. __ l-_::_()_b._V.._e __ _

.~ I

p

The Contractor shall remove and dispose of the costumes, props, etc. iet l ) f·.~ :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 Apper rdix A . Cor 1tl actor to assU1 11e all contents contain mold.

RESPONSE BY: Andy Vanderford DATE: 3-17-15

DAT@:-17 -15 L~-LUDED IN ADDENDUM NO. TVVO

One question per page - Duplicate this form as necessary.·

7

Page 12: Addendum No. 1 & No. 2.pdf

i

PUBLIC WORKS DEPARTMENT Attention: Andy Vanderford

Email to : [email protected] l.ca.us Phone# (831) 620-2078

I 3 J0 QUEST IONS FOR: Forest Theater Renovation (FOR CITY USE ONLY)

QUESTION NO: Four j

I

I !

: :... TI ENTION : Andy Vanderford , Project Manager

Jo\\n FROM: __ -=-.;:...._ ___ ____ _ ____ _

COMPANY: lofl.lb f.e5o'1 .l-Yle..

CONTACT PERSON : S+eve L.oc...~f._

--------------------DATE: 3-17-15 REVIEWED BY: AV RESPONSIBLE FOR RESPONSE:

~ CITY STAFF

[_j CONSULT ANT

------

OU ESTIOI'J (One question per sheet.) _________ ___________ _ _____ _

1 Would t-1- kre 1poss 1hf.e -Jo r<e vrstf -f-l,...e..

i - -------------------- ----------- -------------------------1

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

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

l ~========~==================-=====--~~~~~==~~~====~

I :-.: ~ s 'N E R :._~A ..... s;;ll;e~c ..... o..u.n.u.d..._._._n ou.L-Ln -_._m-'--LU.-a ,___,_o d,.,.._a...._tu.oLLry7----f-pLL-r"""'-e_.-b"'-'-i-d -+j o""-'b"'--"'s..._,jt""'e__,v'-'-'i s,_,i_,_t _,_,w'-!.!i 1__,_1 =b=e_,c=o::..:__n=d=u=c=te=·d==--==a:..=...t _ I 1 1 o AM, March 24, 2015. Bidders are to meet at the proJect s1te.

I --------1T~I-~ri s~v~v~ii 1Hb~e~t~h~e~l~as~t~pwr~e=~b~id~jo~b~s~it~e~~Mva~l~l<~th~r~o~uBgHh-. -------------

1 ~ -

Andy Vanderford .3-17-15 RESPONSE BY : _ _ ________ _ _ _ _ _ __ _

1 .' , C '-UDE D IN ADD ENDUM NO . ___ T_W_O _________ _ .:_____ I

DATE :-.,...,---;r--.,--;;n,.----3-17-1 5

DATE: _ _____ __

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

7

Page 13: Addendum No. 1 & No. 2.pdf

PUBLIC WORKS DEPARTMENT Attention: Andy Vanderford

Email to: [email protected] 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

[_] CONSULT ANT

FROM: .John I COtAPANY: lDn.l b !e .su 11 J;:y1(. '

1 cor;TACT PERSON: Sf-eve f...oc.ke

0 u E s Tl 0 N ( 0 n e question per sheet. }~~V1-=--'-t--"ltt_-e.._-'b'--t ct __ +-=----\ n-_,_..e_-'b=.e.. _ _,C~h;._:_14-=r1C--=+_,J"----{--'-'-v-'--o_m _

_j_O AWl -\-o ~ 'PW1 an 4--h-e. s~m -e oi-ld.y ;4 s c.l1 Sc.uSSt"cf -+~--c:..

-tpr-t b1d Jblo u . .) 14 I k ?

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

j :-.~ 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

I Re ference Addend um 2 for de ta1 ls . I

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

Andy Vanderford 3-17-15 RESPONSE BY: _________________________ _

DATE: ___ ~--~-

1 :,C;..UDED IN ADDENDUM NO._T.:.._W::...:...=O___________ DATE: _ _ 3_-_17_-_1_5 ___

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

7

Page 14: Addendum No. 1 & No. 2.pdf

PUBLIC WORKS DEPARTMENT Attention: Andy Vanderford

Email to: [email protected] Phone#(831) 620-2078

StO QUESTIONS FOR: Forest Theater Renovation (FOR CITY USE ONLY)

OUEST ION NO: _ ___.,S.J.Ii.AX--------DATE : 3-17 15 REVIEWED BY :____,AR.~\1 __ _

RESPONSIBLE FOR RESPONSE:

: .:..... i!ENTJON: Andy Vanderford. Project Manager [_j CITY STAFF

Lx.J CONSULTANT

FROM: JD hJI\ ! '.::0~/iPANY : To HI b f.e .soIl -.:r.Yl('. '

j CONTACT PERSON: "S+t\J-t l.-- DC k e.,

QUESTION (One question per sheet.) 'f'l-eu.\Se Cl A r1-f•1 :

1 l . & A l I! {ov- J-oel\. \All · ·(s 3/. 11 I I---i J-\-_pl)JI?WY ±~..t. -~.ltllfnA+e s~\rl~clol~ Ch A ?,.5 \11dit.l

I yl;wlltJ~ ·:: Yl"t'l-'\~ AJvi..Sr." w~~~+ t~ 'f)(pt'.::+<"c.l :;'

' -i I

. ·-------- ----------- ---------------- ---- ---------

r------1 j :-. : 1 S'/·/ 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

! i L===~~' ==~===--======-=====-===--=====-=-======-~==-===============~ ) /-

RESPONSE BY: ~,-;,.Jilian Cadouri, CAW Architects DATE:_ 3_11_6_11_5 _ _ _

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

:~·==~========-===~=o::====~============-==~ One question per page - Duplicate this form as necessary

DATE: 3-17-15

7

Page 15: Addendum No. 1 & No. 2.pdf

l

PUBLIC WORKS DEPARTMENT Attention: Andy Vanderford

Email to : [email protected] Phone# (831) 620-2078

j BID QUESTIONS FOR : Foresl Theater Renovation (FOR CITY USE ONLY)

QUESTION NO: se~ten

I l j

I I

I

' I I l

DATE: 3-j z-j 5 REVIEWED BY: AV RESPONSIBLE FOR RESPONSE:

[-X] CITY STAFF ,1.\TTENTION: Andy Vanderford, Project Manager LJ CONSULTANT

FROM: Jol1-V\ DATE: 3 /1 3 I L't" lo h-1. \o/I!'.SOh

............ PHONE#: T ~~~ L '-f~'). -· 'j/et'J"(.;7 COMPANY: .Jr.f/1( r

CONTACT PERSON: ~+ev-e. lo ~ k<... E-mail: 54-eV-L L d "To'"' hlvso111 ('1(.,«; ¥;.-<;. '[)...I,., hi,., 1.!1 (l ., .

I '

QUESTION (One question per sheet.) ..-f?e y- seL'..+to\\ IP J 5 tn>tJ - I'L :3. ~I.&. t ~ l..e lA .s e_

CoV\~r 1 v ~-v, ..4-·~w~+ Co vd V ~ Lt« S 4v<. tJ'/ Q_'f'Gt<!'4 d(J ltt;L fuel r. cas45 ..f0'1 S I{'( ~ !!t!u rd~ of a4- hD\J V 5 1\"1 i+W. bEA~--e \,,d A (f\4 ()1)¥! + I

:r~., .-::-..,I tt: Se'"1J!fl {-~., •t ·tc.. ut1/'v J e;lh W-e_ .e \d \f!V) Jr.. ~ hlJ IJ d t1u< 11~ w-ell~ · .. kJ I><' 1)1 ~)·fl

I . l Q ~\k.~~s1 L!ltf:' I

I'~Q 1\ .. ,, ~ 'f .i-1"1 i~· ·H

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.

7

Page 16: Addendum No. 1 & No. 2.pdf

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 __ .

SUBMITTED BY:

(Enter numbers)

Name of Company _________________ Contact Name _ ________ _

Address City State __ Zip ___ _

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 the 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: Was 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 _________ _

8

Page 17: Addendum No. 1 & No. 2.pdf

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

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

(Name of Bidder)

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 UNIT DESCRIPTION OF WORK 1. Lump Sum Forest Theater Renovation $ ______ _

TOTAL NET BASE BID AMOUNT$. _________ _

The Total Net Base Bid Amount is-----------------------

---------------------Dollars and _______ Cents.

BID PART II, ADD ALTERNATE BID ITEMS:

ITEM UNIT ADD ALTERNATE No. 1

DESCRIPTION OF WORK

1. Lump Sum Stage Flooring Option A

TOTAL NET BID AMOUNT ADD ALTERNATE No. 1

ITEM UNIT ADD ALTERNATE No.2

DESCRIPTION OF WORK

1 . Lump Sum Stage Flooring Option 8

TOTAL NET BID AMOUNT ADD ALTERNATE No.2

9

$. _ _ _ ___ _

$ _ _____ _

$ _ _ ____ _

$. _ _____ _

Page 18: Addendum No. 1 & No. 2.pdf

BIDDER'S NAME: _________ _

ITEM UNIT ADD ALTERNATE No. 3

DESCRIPTION OF WORK

1. Lump Sum Stage Flooring Option C

TOTAL NET BID AMOUNT ADD ALTERNATE No.3

BID SUMMARY

(Submit with Bid Proposal)

$ _ _____ _

$ ______________ _

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

The Total Net Bid Amount (Base Bid plus All Add Alternates) is-------------

---------------------------------Dollars 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 and that the representations made in this

Bid are made under penalty of perjury.

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

Page 19: Addendum No. 1 & No. 2.pdf

BIDDER'S NAME: _________ _

(Submit with Bid Proposal) LIST OF SUBCONTRACTORS: List one firm only for each portion of work.

NAME LOCATION

(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:

WORK TO BE SUBLET

11

Page 20: Addendum No. 1 & No. 2.pdf

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

Page 21: Addendum No. 1 & No. 2.pdf

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

Page 22: Addendum No. 1 & No. 2.pdf

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

Page 23: Addendum No. 1 & No. 2.pdf

' -V>

v c

~

L

~ . •-.) -2