Professional Documents
Culture Documents
Section2
1/4" = 1'-0"
~ 2 1'0
Crver + Schlcketnz
" "CH!TICTS. fl'1.ot.l'l"' l"t ti'ITI,:I;tOfll OISIOfol"
---
f'O 80)( 2 3 ~ C.._"Mt:l C.._ !UIU1 USA
PHONE 1131. 6 24. 2304 f'.._t: Stt.41lE f\2 . 0384.
CAAVERSCHICIUi'TANl COM
5
_j
I
i
i
l
.
f
I
l
I
I
l
!
1
i
i
t
I
J
i
l
I
' t
I
I
i
I
I
!
l
i
'
i
I
I
r
&
I
j
!
View looking South
CARMEL -BY-THE-SEA
BEACH HEAD- SOUTH RESTROOMS
,. 0 110:11 CAJIIIMII:L CA USA
carver + Schlcketna PI-to"'" u1 aH.uo au on
A"CI1IftCf6 "LANilol la t I NTtfl l 0" DI610 NIFI I CAFIVEFISC .. ICKE'T AI"'ZCOM
4
I
'
i
.
s
I
I
I
{
!
i
1
1
I
J
I
I
I
J
t
I
I
i
' l
J
!
I
.
J
t
.
?'
I
I
' \
'
l /1 _/)
/ ~
"
I
I '
/
/
'
./
I
/ '
!
/
/v
)
5 I
(;
PROPOSED FLOOR PLAN
I
CARMEL -BY-THE-SEA
BEACH HEAD- SOUTH RESTROOMS
.,
o
/
'
7_,>
'
":9
'e
'
'
"
'
...
',
/
'
13
- -
Cerver + Schl cketana
R
0' 2'
1"0 801l 2114 CA,.Ioii! L CA .,921 USA
PHO"' C 1'1 624.2:S04 'ACtltMILi 024. 0)14
CAI'l V&"IIICtHC,.;f:TANl COM
4' 6' 16'
3
I
'
i
.
f
'
I
i
j
'
j
Date: Novembet 5, 2012
Scale: 1/8" 1'.()"
24" x36"
D....., By: Pl
Job: 0912
(____:] ,
I' I I I
( I I
( j Erii5E c'f
I
I
"'
(E)SHRUBS
.,...,
/j
II
,#
SITE PLAN
CARMEL -BY-THE-SEA
BEACH HEAD- SOUTH RESTROOMS
MEMORIAL
ROCK
8
"'
I
I
I
I
I
/
iJ
.$ .,
.I
I
.. I
i
I
3 I
i
l
I
;{
I
' /
I
I
!
\
\
{El rR.ees ro :
i18" CYPRESS
I :/3
\'.'
I
I
-!. (E) TREE TO
' ......,""
SCENIC ROAD
\
""
'\
,,
\_
I
I
I
I
I
/
/
;
I
I
C a r v er + S chlcketana
I
I
I
I '
I
/
I
A A CH ITI C fS. PI.A NN ifRI . I N f i: A t OA OI. S! OMe. llla
1
\
\
'
'
PO 80)C 20-8<1 CAA""fl CA 83U1 USA
FACSIMIL 0: 82 . 036.1
CAA\IEA$CHIC I<Ifl' ANl C OM
NOTE:
NO TREES TO BE REMOVED
2
i
I
i
z
i
f
j
!
l
t
t
!
!
I
'
f
'
i
i
I
i
t
1
I
i
f
i
;
!
l
z
i
G)
PROPOSAL- PHASE 1
AREA OF
D
DISTURBANCE
FLOOR AREA
D
0
PROPOSAL - PHASE 2
AREA OF
DISTURBANCE
1538 SQ. FT.
D
1592 sa. FT.
376 sa. FT. FLOOR AREA
D
304 sa. FT.
AREA OF
DISTURBANCE
FLOOR AREA
"
D
121 sa. FT.
D
188SQ. FT.
E9
Fl
0' 4'
I
'
"
8'
"
"
'
'
' -r-,
(E) STAI RS TO
EMAIN,
I
16'
. : (',, ,
I i (E) FOOrWA!iH
TO REMAlN
I
32'
SHEET:
I
i
l
t
i
Date:
Scale:
Drawn By:
November 5. 2012
118"= 1'.q'
24'' x36"
PL
AREA COMPARISON
CARMEL -BY-THE-SEA
BEACH HEAD - SOUTH RESTROOMS
Carver+ Schlcketana
4 111C .... ITICft " '- ""''-H!III. IN ' IIIIIOA O IIIOH&IIII
,.0 IOit 2614 CA.I'M!:L CA UU1 US ...
PHO NE 131 024 . 23Q4 FACiit.l lll! fi :U .Q3$ 4
CAfW(I"'ICI-IICKfTANZ COM
1
Job: 0912 SCEIICRD. AT SANTALUCIAAVE
PUBLIC RECORDS REQUEST LOG 2014
Request No. 2014-78
Information Requested: Bath bid Scenic Restrooms, breakdown on prevailing
wage schedule of construction
July 10, 2014
City of Carmel-by-the-Sea
POST OFFICE BOX CC
CARMEL-BY-THE-SEA, CA 93921
(831) 620-2000
VIA ELECTRONIC MAIL to: gelffmack@gmail.com
Chris Mack
Re: Response to Public Records Request (No. 2014-078)
Dear Mr. Mack:
The City of Carmel-By-The-Sea ("City") received your emailed California Public
Records Act request on June 30, 2014 ("Records Request"). This response is sent on my
authority as City Clerk.
In accordance with the requirements of the California Public Records Act
("CPRA"), the City has determined that your Records Request seeks disclosable public
records and will make these records promptly available. Attached to this email is an
electronic copy of responsive non-exempt records. Please be advised that in the event the
City has redacted certain responsive records pursuant to the CPRA exemptions they are
listed on the accompanying redaction log.
Please be advised that every effort has been made to search for all of the records
which might fall within the scope of your records request, and, as such, we believe our
search is quite thorough. However, if you have knowledge of a specific document which
has not been provided in response to your request, please notify us and we will be happy to
provide the document(s) to you unless, of course, it is exempt from disclosure pursuant to
Government Code 6254. If you are aware of any legal authority that would require
disclosure of records in addition to those identified above, please advise the undersigned
and the City will reconsider its position accordingly.
Thank you for your attention to this matter. If you have questions about the
foregoing response, please contact me at 831-620-2000.
Very truly yours,
Catherine A. Raynor
City Clerk
' . .
Mit::-t7k o
1714: {$ce.nd;
$1t.;;..k P-",.;..11"\ 'P'"<\,Jcl..t t
<;...L d . C 4'"'
/
f. u. L
I
CITY OF CARMEL-BY-THE-SEA
BID FORM
"BEACH RESTROOMS PROJECT"
Sealed bids will be received untilll :00 A.M. on March 26,2014, at City Hall , located
on the east side of Monte Verde Street between Ocean and Seventh A venues, Carmel-by-the-
Sea, California 93921 . Sealed bids shall be submitted to the attention ofthe City Clerk.
All blanks shall be filled in and no bidder shall qualify its bid. The outside of the sealed
envelope shall be clearly marked:
Bid for Beach Restrooms Project
City of Carmel-by-the-Sea, California.
TO: City of Carmel-by-the-Sea
Post Office Box CC
Carmel-by-the-Sea, CA 93921
FROM Tombleson Incorporated
(Name of Bidder)
Sir/Madam:
PROPOSAL
The undersigned hereby proposes and agrees to furnish all labor, materials,
equipment and services necessary to complete the Project as described in the Contract
Documents for the Beach Restrooms Project. The Contract documents consist of the
attached: Notice To Bidders; Bid Form Proposal; Special Provisions; the Agreement
(Contract); Bidder's Bond; Faithful Performance Bond; Material and Labor Bond; Technical
Specifications; and Drawingss. As well as any Bid Addendum issued during the Bid Period.
ADDENDA
Bidder shall insert, in the blank lines below (or additional pages, if needed), each Addenda
received by the Bidder, and incorporated herein by reference into this Bid. Bidder hereby
acknowledges receipt of the following Addenda (number and date issued):
City of Carmel by the Sea
Beach Restrooms Project
Addendum No.
1
Date Issued
March 21, 2014
Bid Form
Page I of6
The undersigned has thoroughly read the Contract Documents for this contract, understands them
and, agrees to do all required work for the total base bid price of:
No. Dcsctiption Quantity Unit Total u1ended Price
2
. General Conditions and all Project work
not specifically li sted in items 2 & 3 below
All stone work per specificat ion section
04 43 16 "Anchored Stone Veneer"
Lump
Sum
Lump
Sum
$ ILt I OCXJ . (.){;)
: All rooting work, including stone ballast
. and growth medium per specification
3 : section 07 55 56 "Fluid Applied Protected
Lump I l
Sum : $ '\ '-' J t.:J(J(J
i Membrane Roofing" !
Total Base Bid Price (shown numerically) (sumofarove)= ${Q I C\
1
{p..5L-I
Total, Base Bid Price (written out) . ..... .....
\6.(./''- ch"_d OC:!Jk:r-
The determination of the Project's lowest responsive bidder will be made solely on a comparison of
each bidder's Total Base Bid Price as shown on this form. After determination of the lowest
responsible bidder and prior to Award of Contract the City may, at their sole discretion, choose to
apply any or all of the following Alternates and adjust the Awarded Contract value accordingly.
NOTE: ALL BIDDERS ARE REQUIRED TO BID ON ALL BELOW ALTERNATES.
D d
AI D U Amount of
No e uct1ve temate escnpt10n mt
0
d .
e UCliOil
Alt. 1 Provide 2" PVC in lieu of2" copper water service piping. Lump (;f.;J
Sum $ I
1
5 <.;:X:)
BID SECURJTY: Bidder shall attach Bid Security in the amount often percent (10%) ofthe
Bid Amount. Accompanying this proposal is:
0 cash
0 cashier's check 0 certified check :a bidder's bond
for: Ten Percent dollars($ 10% ),
which is an amount equal to not less than ten percent (1 0%) ofthe amount actually bid.
declares under penalty of perjury that all above listed prices are bid in
prevailing hourly rate of the per diem wages for this locality (Area 2)
C de Section 1773.2.
City of Carmel by the Sea
Beach Restrooms Project Addendum No. J
March 26, 2014
(Date)
Bid Form
Page 2 of 6
WORK TO BE PERFORMED
Refer to all Contract Documents for the Beach Restrooms Project , including but not
limited to, the Special Provisions, Technical Specifications and Plans.
TIME OF COMPLETION
Contractor further agrees to plan and prosecute the work with such diligence that said
work and all of it, shall be completed as identified in the contract documents.
EXAMINATION OF SITE
The undersigned has personally examined the site for the Beach Restrooms Project and
the area in which the work is to be done and has evaluated the proposed work and is familiar
with the specifications and plans and the local conditions where the work is to be done.
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 omission 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 60 calendar days.
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 the City Hall at (83 J) 620-2000.
BONDS
The undersigned SHALL provide a BlD BOND often-percent (1 0%) of the BlD or the
undersigned SHALL substitute securities, certified check, cashier's check, cash, or a corporate
bond.
SUBCONTRACTORS
Each bidder shall li st 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 Jaw, obtain any required permits or licenses.
The successful bidder shall provide proof of valid insurance coverage for Workers'
Compensation Insurance, public liability and property insurance and all other required insurance
coverage for each subcontractor as required by the State of California or the City of Carmel-by-
the-Sea. Valid Certificates of Insurance guaranteeing that the issuing company shall provide, to
the Named Additional Insured, ten (I 0) 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.
City of Carmel by the Sea
Beach Restrooms Project
Bid Form
Page 3 of6
Su be on tracted
Work Activity
1.
SURVEYING
2.
EARTHWORK
3 .
SITE UTILITIES
DECOMPOSED GRANITE
4 .
PAVING
ASPHALT CONCRETE
5 .
PAVEMENT
6=.
eetveRE'.PE dv--
LIVING ROOF GROWING
7 . MEDIUM,
PLANTING &
IRRIGATION
8. CONCRETE
REINFORCEMENT
STONE VENEER
9. MASONRY
10.
11.
FLUID-APPLIED
WATERPROOFING
FLUID-APPLIED
MEMBRANCE ROOFING
SHEETMETAL FLASHING
12
AND TRIM
13. GLAZING
14. TILE
15. PAINTING
16. GRAFFITI-RESISTANT
COATING
18. PLUMBING
Notes:
LJST OF SUBCONTRACTORS
Subcontractor Name Contractor
& State),_ . ..J , License No.
""PD .\\'1:V, ,OA
t.o\ C- Lo-(1d L::,{Z.?:;(olP
PAtY1ut ..... .
7 o .y)<:ry; II liS CA G) \J...! I s-J
"PA-Tr-u1t- .. IJL(.r-a
p .u -?-tct \)uS, ..... ,uJ..OA q
iin\.t"'-Jl.J./, ... ( . 0\ \ '--\ SL/
'\:> . o . 'P.>v):: . 1\ v<s
1
6f\_ 10(\. .
I=' ATYu '+ 0 I L\ I SLI
K\) _ l-
.
7 o P:xN. ;;; 1 Y J fre-e 0<,
1
-..,Y'-. 0A
..... .. (r' c ... lil'IY
dYS me--ct-.e.d ST
1. Provide additional sheets if required. (copies of this sheet are acceptable)
2. Bids will not be disqualified for omission of subcontractor's license on this sheet at time of
bid, but all bidders are admonished the listed subcontractors must be properly licensed to
practice in their areas of work, and proof of current licensing will be required of the successful
bidder's listed subcontractors after the bid opening.
City of Carmel by the Sea
Beach Restrooms Project
Bid Form
Page 4 of6
Subcontracted
Work Activity
19. ELECTRICAL
Notes:
LIST OF SUBCONTRACTORS
Subcontractor Name
Address (City & State). .
OA<TVJ. .: \
l...<.';A:l=-:1 tN-1; lie
1
I. Provide additional sheets if required. (copies of thi s sheet are acceptable)
Contractor
License No.
2. Bids will not be disqualified for omission of subcontractor's li cense on this sheet at time of
bid, but all bidders are admonished the listed subcontractors must be properly licensed to
practice in their areas of work, and proof of current licensing will be required of the successful
bidder's listed subcontractors after the bid opening.
City of Carmel by the Sea
Beach Restrooms Project
Bid Form
Page 4 of 6
BIDDER
Bidder:
Name
Tombleson Incorporated
Address
P. O. Box 1388, Salinas , CA 93901
Authorized Representative: Steve Locke
Phone: 831 422-9696 Email : stevel@tombl esoninc .com
Workers' Compensation Carrier:
Name State Compensation Insurance Fund
Address
1275 Market Street, San Francisco, CA 94103
Liability Insurance Carrier:
Name
Westchester Fire Insurance Group
Address c/o Ar thur J Gallagher Insurance, 321 Fifth Street , Holli s ter, CA
Policy Number: G2710082A001 Coverage Limit: $2 , 000 , 000.00
BIDDER'S STATEMENT OF RELEVANT EXPERIENCE
The undersigned submits herewith a li st of construction projects similar to this project in which it
participated as a prime or subcontractor.
Tres Pi nos Schoo] Distri ct New Toi ] et Room BuiJding Alterations to
Project Name Classroom/Kindergarten Building A
5635 Airline Highway, Tres Pinos , CA
Location
Modernization
Nature of Project
Luciano Medeiros
Client Contact
$800,515.00
831 637-0503
Phone No.
2 %
Total Cost Percentage of Cost by Own Firm
Mission School Construction Modernization and . New Construction #2
Project Name
36825 Foothill Road, Sol edad , CA
Location
New Construction and Modernization
Nature of Project
Jerry Tollefson
Client Contact
$2 , 331' 773.00
Total Cost
City of Carmel by the Sea
Beach Restrooms Project
831 378-3524
Phone No.
Percentage of Cost by Own Firm
Bid Form
Page 5 of6
Improvements to the Otter Express Food Service Facility
Project Name
3114 InterGarrison Road, Seaside, CA 93955
Location
Modernization
Nat ure of Project
Michael Tebo
Client Contact
$1 675 379.20
831 582-4262
Phone No.
16%
Total Cost Percentage of Cost by Own Firm
CONTRACTOR'S LICENSE
The undersigned, as bidder, declares that its valid California Contractors' license number is
126454
and, that the license expiration date is October 31, 2015
and, that the representat ions made in this Bid are made under penalty of perjury.
Signed this --=2=-=6-=t.:...:h ____ day of March
Steve Locke
President
Title of Signer (typed or printed)
City of Carmel by the Sea
Beach Restrooms Project
,2014.
Bid Form
Page 6 of6
CITY OF CARMEL-BY-THE-SEA
BID FORM
"BEACH RESTROOMS PROJECT"
Sealed bids will be received until 11:00 A.M. on March 26, 2014, at City Hall, located
on the east side of Monte Verde Street between Ocean and Seventh A venues, Carmel-by-the-
Sea, California 93921. Sealed bids shall be submitted to the attention of the City Clerk.
All blanks shall be filled in and no bidder shall qualify its bid. The outside of the sealed
envelope shall be clearly marked:
Bid for Beach Restrooms Project
City of Carmel-by-the-Sea, California.
TO: City of Cannel-by-the-Sea
Post Office Box CC
Carmel-by-the-Sea, CA 93921
FROM Pueblo Construction Inc.
(Name of Bidder)
Sir/Madam:
PROPOSAL
The undersigned hereby proposes and agrees to furnish all labor, materials,
equipment and services necessary to complete the Project as described in the Contract
Documents for the Beach Restrooms Project. The Contract documents consist of the
attached: Notice To Bidders; Bid Form Proposal; Special Provisions; the Agreement
(Contract); Bidder's Bond; Faithful Performance Bond; Material and Labor Bond; Technical
Specifications; and Drawingss. As well as any Bid Addendum issued during the Bid Period.
ADDENDA
Bidder shall insert, in the blank lines below (or additional pages, if needed), each Addenda
received by the Bidder, and incorporated herein by reference into this Bid. Bidder hereby
acknowledges receipt of the following Addenda (number and date issued):
City of Carmel by the Sea
Beach Restrooms Project
Addendum No.
1
Date Issued
3/21/2014
Bid Form
Page 1 of6
The undersigned has thoroughly read the Contract Documents for this contract, understands them
and, agrees to do all required work for the total base bid price of:
No. Description Quantity Unit Total Extended Price
2
3
General Conditions and all Project work
not specifically listed in items 2 & 3 below
All stone work per specification section
04 43 16 "Anchored Stone Veneer"
1
All roofing work, including stone ballast
and growth medium per specification
section 07 55 56 "Fluid Applied Protected
Membrane Roofing"
Lump
SW11
Lump
SW11
$ i I 2.. C\3te.oo
$
Total Base Bid Price (shown numerically) (sumofaix>ve) = $ '6 4- <6 I 3 2.00
Total, Base Bid Price (written out) k.ntivr-e.J. .fkrhj eAS'I.t 6h<
-\w o.
The determination of the Project' s lowest responsive bidder will be made solely on a comparison of
each bidder' s Total Base Bid Price as shown on this form. After determination of the lowest
responsible bidder and prior to A ward of Contract the City may, at their sole discretion, choose to
apply any or all of the following Alternates and adjust the Awarded Contract value accordingly.
NOTE: ALL BIDDERS ARE REQUIRED TO BID ON ALL BELOW ALTERNATES.
N 0 d
AI D U . Amount of
o e uct1ve tcrnate escnptlon n1t
0
d .
Alt. I Provide 2" PVC in lieu of 2" copper water service piping. Lump
Sum
e uctJOn
BID SECURITY: Bidder shall attach Bid Security in the amount often percent (10%) of the
Bid Amount. Accompanying this proposal is:
0 cash 0 cashier's check 0 certified check !XI bidder's bond
for: I 0'/. b(- o..dvf..R \o,c..l ()!rhw f\-r dollars($ _ ______ ___,
which is an amount equal to not Jess than ten percent (1 0%) of the amount actually bid.
The undersigned declares under penalty of perjury that all above listed prices are bid in
accordance with the prevailing hourly rate of the per diem wages for this locality (Area 2)
n to Labor (')de Section 1773.2.
City of Carmel by the Sea
Beach Restrooms Project Addendum No.I
3/26/2014
(Date)
Bid Form
Page 2 of6
WORK TO BE PERFORMED
Refer to all Contract Documents for the Beach Restrooms Project, including but not
limited to, the Special Provisions, Technical Specifications and Plans.
TIME OF COMPLETION
Contractor further agrees to plan and prosecute the work with such diligence that said
work and all of it, shall be completed as identified in the contract documents.
EXAMINATION OF SITE
The undersigned has personally examined the site for the Beach Restrooms Project and
the area in which the work is to be done and has evaluated the proposed work and is familiar
with the specifications and plans and the local conditions where the work is to be done.
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 omission 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 60 calendar days.
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 the City Hall at (831) 620-2000.
BONDS
The undersigned SHALL provide a BID BOND of ten-percent (1 0%) of the BID or the
undersigned SHALL substitute securities, certified check, cashier' s check, cash, or a corporate
bond.
SUBCONTRACTORS
Each bidder shall list herein the name and place ofbusiness 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 shal l 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 ofthe 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 coverage for Workers'
Compensation Insurance, public liability and property insurance and all other required insurance
coverage for each subcontractor as required by the State of California or the City of Carmel-by-
the-Sea. Valid Certificates of Insurance guaranteeing that the issuing company shall provide, to
the Named Additional Insured, ten (I 0) 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.
City of Carmel by the Sea
Beach Restrooms Project
Bid Form
Page 3 of 6
Subcontracted
Work Activity
..
-nu
(
Notes:
LIST OF SUBCONTRACTORS
Subcontractor Name
Address (City & State)
PC<+o..ni t<. \'Y1Ct>CY\ ..- '-}---
1
So..eAI145
1
{4J.
0\vrpb..s.. S?<tit& Vtr..CA v. tie, cA
I '
h.><JU(J-u( c'<tb:v..- } sa..e;,I\OLS, G4
{M,.., 13. 54/o\ /'r1a r/11'< c.A
) 7
J. fh /Ia/)'/ l.5ms, FYesno, C41
I
fa/nu +- &j )1 Flbl/isly, G-A-
1\ru pt f<.e <-hr i Uol.-(1
1
I Yb b.. LA
f(;a.;n.dq A1 r J:hc., CA
I
tv\t kA lot? Ia Plttm
Contractor
License No.
574-32/
SJDJ 33
3S C14 3
Coos+- 4lttss, GA- \ lO SLQO
cA-
I. Provide additional sheets if required. (copies ofthis sheet are acceptable)
2. Bids will not be disqualified for omission of subcontractor's license on thi s sheet at time of
bid, but all bidders are admoni shed the listed s ubcontractors must be properly licensed to
practice in their areas of work, and proof of current licensing will be required of the successful
bidder's li sted subcontractors after the bid opening.
City of Carmel by the Sea
Beach Restrooms Project
Bid Form
Page 4 of6
BIDDER
Bidder:
Name
Pueblo Construction Inc.
Address
232 Anacapa Street, Suite 2-D, Santa Barbara, CA 93101
Authorized Representative: _P...:.e...:. d_ro-----"C--'- u_e_v_ as_..,'-P_r_e_s_i d_e_n_t ___________ _
Phone: (805) 564-1313 Email: pedropuebloconstruction. net
Workers' Compensation Carrier:
Name
Travelers Property Casualty Co of America
Address Brown & Brown Insurance Services of California, Inc. (Broker)
P.O. Box 61010, Goleta, CA 93160-1010
Liability Insurance Carrier:
Travelers Indemnity Company of Connecticut
Name Brown & Brown Insurance Services of California. Inc. (Broker)
Address P.O. Box 61010, Goleta, CA 93160-1010
Policy Number: DT22C07C044514TCT13 Coverage Limit: _$'-2-'- ,_00 _0-'- ,_00_0 _____ _
BIDDER' S STATEMENT OF RELEVANT EXPERIENCE
The undersigned submits herewith a li st of construction projects similar to thi s project in which it
participated as a prime or subcontractor.
Make Repairs to Failing Retaining Wall, Building 450, Presidio of Monterey
Project Name
Monterey, CA
LocationDemo existing retaining wall, and reconstruct per customer design; make repairs to
adjacent basement wall and install new drain lines in concrete pad between these two walls
Nature of Project
Anthony Barcinas _.(_83_1-'-)_2_4_2 -_7_7_79 _______ _
Client Contact
$228,740.00
Total Cost
SJER Barracks Seismic Upgrades
Project Name
Coarsegold, CA
Phone No.
25%
Percentage of Cost by Own Firm
Location Seismic reinforcement of existing adobe structures, renovation of rooms; new paint
cabinets, restrooms fixtures, flooring, tile; new roof systems.
Nature of Project
Antonio Cabrera
Client Contact
$994,143.41
Total Cost
City of Carmel by the Sea
Beach Restrooms Project
(559) 297-0706 ext. 4842
Phone No.
50%
Percentage of Cost by Own Firm
Bid Form
Page 5 of6
Gilroy High School Modernization Phase 2
Project Name
Gilroy, CA
Updated finishes including flooring, pa1nt1ng, gym
flooring, telecom, lighting lenses; installed south canopy
Nature of Project
James Bombaci (408) 842-5317
Client Contact
$1,933,785.74
Phone No.
30%
Total Cost Percentage of Cost by Own Firm
CONTRACTOR'S LICENSE
The undersigned, as bidder, declares that its valid California Contractors' license number is
538295
and, that the license expiration date is _0_9_/_3:__0_/_2_0_1_5 _______ _
and, that the representations made in this Bid are made under penalty of perjury.
Signed this _ 2_6 ______ day of _ _ ______ ,20 14.
City of Carmel by the Sea
Beach Restrooms Project
Pueblo Construction Inc.
Name of Bidder (typed or printed)
President
Title of Signer (typed or printed)
Bid Form
Page 6 of6
NOTICE: Bids Opened
March 26, 2014 at l l :OOAM
At Carmel-by-the-Sea City Hall
Located on Monte Verde Street
Between Ocean and 7th Avenues
Carmel-by-the-Sea, CA 9392 I
BEACH RESTROOMS PROJECT
PROJECT MANUAL- PART 1 of 2
CONTRACT DOCUMENTS CONTENTS
Project Manual- Part 1
Notice to Bidders
Special Provisions
Bid Form/Proposal
Sample Contract
Sample Bonds
Project Manual- Part 2
Technical Specifications
Project Drawings
CITY COUNCIL
Jason Burnett, Mayor
Kenneth Talmage, Victoria Beach, Carrie Theis, Steve Hilyard
CITY STAFF
Jason Stilwell, City Administrator
Sharon Friedrichsen, Public Services Director
City of Carmel-by-the-Sea
Beach Restrooms Project
March 2014
CITY OF CARMEL-BY-THE-SEA
NOTICE TO BIDBERS
PUBLIC NOTICE IS HEREBY GIVEN THAT the City of Carmel-by-the-Sea invites sealed
bids for a Construction Contract for the Project entitled:
Beach Restrooms Project
Located on ocean side of Scenic Road at the intersection with Santa Lucia A venue
Bids: Sealed bids wiJJ be received until 11:00 a.m. on Wednesday, March 26, 2014 by the Ci ty
Clerk at Carmel-by-the-Sea City Hall, located on the east side of Monte Verde Street between
Ocean and Seventh A venues, at which time bids will be publicly opened and read aloud. Bids
must be submitted on forn1s furnished by the City. Bids received after the designated deadline
will not be accepted. No Bidder may withdraw its Bid for a period of sixty (60) days after the
bid opening. The City reserves the right to reject any or all bids and waive any irregularities.
Project Description: The Project entails construction of new restrooms and associated
mechanical room, screening and seat walls, decomposed granite plaza and accessible pathways.
The Project is primarily comprised of, concrete and stone veneer work, but also includes
electrical, plumbing, til ing, metal fabrications, waterproofing, roofing, decomposed granite
paving and landscaping.
Cost Estimate: The City's estimated total construction cost for the Project is $324,144.00. This
esti mate is intended to serve merely as a guideline of the magnitude of the work. Neither the
bidders nor the contactor shall be entitled to claims because of an inaccuracy in the estimated
cost.
Contract Documents: Digital copies of the Contract Documents, which include the Bid Form,
may be obtained on CD, at no cost to the Bidder, from the City Clerk at Cannel-by-the-Sea City
Hall between the hours of 8:00a.m. and 5:00p.m. City Hall is located on the east side of Monte
Verde Street between Ocean and Seventh Avenues.
Mandatory Pre-Bid Conference: A Mandatory pre-bid conference and site visit is scheduled
for 1:30 p.m. on Thursday, March 13,2014, at the Project site, on ocean side of Scenic Road at
the intersection Santa Lucia A venue.
Contract Time: The Work for this Contract shall be performed and substantiall y completed
within 150 calendar days starting on the first day of the Contract Time as set forth in the City's
Notice to Proceed
Contractor's License: Pursuant to California Public Contract Code, section 3300, the successful
bidder will be required to possess a current and active State of California Class A or Class B
contractor's license at the time the contract is awarded. The Contractor and/or their designated
subcontractor shall be required to possess appropriate hazardous materials certifications, and
each subcontractor shall possess a valid Class C license for their area of work.
Prevailing Wage: Bids shal l be in accordance with the prevailing hourly rate of per diem wages
for this locality and project as determined by the State of California Director of Industrial
Relations pursuant to California Labor Code Section 1773.2, which prevailing hourly rate of
wage is made a part of thi s Notice to Bidders by reference as though fully set forth herein.
City of Carmel-by-the-Sea
Beach Restrooms Project
Notice To Bidders
Page J of2
Subcontractors: Bidders shall submit with their Bid on the fom1 supplied, a list of the names
and addresses of each subcontractor and the portions of the work which each subcontractor will
do. If no such list is submitted, it will be assumed that the contractor will do all the work herein
specified.
Bonds and Insurance: Bids must be accompanied by a I 0% bid bond payment in the form of
securities, certified check, cash, cashier's check, or corporate bond. Contractor shall have the
right to substitute securities for any monies withheld by the City to insure performance under the
contract pursuant to Government Code Section 4590.
Upon award of contract, the Contractor must obtain a City of Carmel-by-the-Sea Business
License.
Proof of valid Workers Compensation Insurance and General Liability and Property Insurance,
with limits as specified under the Public Liability and Property Damage Insurance Section of this
document, shall be submitted to the City. The City of Carmel-by-the-Sea, its agents, officers and
employees shall be specificall y named, by written endorsement to the Certificate of Insurance, as
additionally insured's under such insurance policy and Contractor shall provide the certificate of
such insurance for the term of this contract. The amount of such insurance shall be as follows:
Combined single limit of not Jess than One Million Dollars ($1,000,000.00) per occurrence and
Two Million Dollars ($2,000,000.00) in aggregate. The Certificate of Insurance shall guarantee
that the issuing company shall provide to the City of Carmel-by-the-Sea no less than ten (1 0)
days prior written notice of any cancellation of the Public Liabil ity and Property Damage Policy.
All required documents, licenses, and permits to include proof of all applicable insurance
coverage as required by the State of California or by the City of Carmel-by-the-Sea shall be
placed on file with the City Clerk before work shall commence and no later than seven (7)
working days after acceptance and award of the bid.
Apprenticeships: If the project requires the employment of workers in any apprenticeable craft
or trade, once awarded, the contractor or subcontractors must apply to the Joint Apprenticeship
Council unless already covered by local apprentice standards (California Labor Code Section
1777.5).
Liquidated Damages: The City will assess liquidated damages in the amount of $750 per
calendar day for each day the Contractor fails to complete the Work within the Contract Time.
Inquiries: Bid related questions should be directed to the Owner's Representative, Harris &
Associates, via Keith Anderson at kanderson@harris-assoc. com or (650)-224-71 J 9.
City of Carmel-by-the-Sea
Beach Restrooms Project
Notice To Bidders
Page 2 of2
CITY OF CARMEL-BY-THE-SEA
SPECIAL PROVISIONS
The work embraced herein is shown on and defined in a set ofDrawings and Technical
Specifications (Project Manual- Part 1) entitled "City of Carmel Beach Restrooms", dated
February 20 I 4, prepared for the City of Carmel-by-the-Sea by Carver Studios.
The work, as indicated by the Drawings and Technical Specifications shall be done in
accordance with the Special Provi sions, and Contract annexed hereto, and also in accordance
with the Standard Specifications 201 0 of the State of California, Department of Transportation,
referred to herein as the "Standard Specifications", which are hereby incorporated by reference.
ln case of conflict between any portion of the Standard Specifications and the Special
Provisions, Technical Specifications and/or the Plans, precedence shall be given first to the
Plans, second to the Technical Specifications, and third the Special Provisions.
SECTION 1. - GENERAL
l-1.07B- Glossary- Wherever State, Department of Public Works, City Administrator,
Department of Transportation, Owner, City, District, or words of like portent or meaning are
used in the Standard Specifications or other contract documents they shall have the meaning of
the City of Carmel-by-the-Sea, Monterey County, California, or its designated officials acting for
the said City, within the scope of such duties entrusted to them.
Wherever the words of State Highway Engineer, Chief Engineer of Department of
Transportation, Division of Highways, or words of like portent or meaning appear in the
Standard Specifications, they shall have the meaning of Engineer for the City of Carmel-by-the-
Sea acting either directly or through properly authorized agents, such agent s acting within the
scope of such duties entrusted to them.
Sharon Friedrichsen, Public Services Director at sfriedrichsen@ci. carmel. ca. us or (831)
620-2021 is designated as the City Representative to act on behalf of the City in all matters
pertaining to thi s contract.
SECTION 2. - BIDDING
The bidder's attention is directed to all of the provisions of Section 2 of the Standard
Specifications for proposal requirements and conditions.
A Mandatory pre-bid conference and site visit is scheduled for l :30 p.m. on Thursday
March 13, 2014, at the Project site, on ocean side of Scenic Road at the intersection Santa Lucia
Avenue.
SECTION 3. - CONTRACT AWARD AND EXECUTION
The bidder' s attention is directed to all of the provisions of Section 3 of the Standard
Specifications for the requirements and conditions concerning the award of and execution of
contract.
City of Carmel-by-the-Sea
Beach Restrooms Project
Special Provisions
P ag e 1 of 9
3-1.18- Contract Execution- Award of contract is anticipated for the April I , 2014 City
Council meeting. The project is expected to commence construction at an agreed upon date later
in the month, April 2014.
SECTION 4. - SCOPE OF WORK
The bidder's attention is directed to all of the provisions of Section 4 of the Standard
Specifications for the requirements and conditions concerning the scope of work.
4-1.05- Changes and Extra Work- Changes and extra work shall not be in effect until
an agreed change order is signed by the City. In lieu of a signed change order, the City shall not
share or accept the burden of cost or expense for any item other than those items set forth in the
bidding schedule.
All costs incidental to the construction of the project are considered as included in the
items for which payment is to be made.
SECTION 5. - CONTROL OF WORK
The bidder's attention is directed to all of the provisions of Section 5 of the Standard
Specifications for the requirements and conditions concerning the control of work. The Engineer
shall be notified in writing at once should the Contractor find discrepancies in, or omissions from
the plans and specifications, or be in doubt as to their meaning.
Other construction may be underway by other forces or by other Contractors within or
adjacent to the project work area. Contractor shall cooperate with all other Contractors to avoid
delays or hindrance to each others' work.
5-1.07- Lines and Grades- The Contractor shall be responsible for establishing the
lines and grades required for completion of the work.
5-1.20- Coordination with Other Entities- The Contractor shall co-operate with all
other Contractors or forces working within or adjacent to project site.
5-1.36- Property and Facility Preservation -The Contractor's attention is directed to
this section. The Contractor shall preserve or replace in kind all fences, landscaping, trees, mail
boxes, sign posts, sidewalks, etc. , in the construction area unless otherwise noted in the plans or
directed by the Engineer. The construction area including adjacent private property shall be
restored to as good or better condition than found.
5-1.36E -Tree Protection -For the purpose of safeguarding trees during construction,
demolition or tree removal, the following conditions shall apply to all trees other than trees for
which removal pem1it has been issued:
(a) Prior to the commencement of construction, all trees on the work area shall be
inventoried by the Contractor, Engineer, and City Forester to size, species,
location and condition.
Ci ty of Cannel-by-the-Sea
Beach Restrooms Project
Special Provisions
Pa ge 2 of 9
(b) Damage to any tree during construction shall be immediately reported by the
Contractor to the Engineer and the Contractor shall treat the tree for damage in the
manner specified by the City Forester.
(c) Oil , gasoline, chemicals or other construction materials shall not be stored within
the dripline of any tree.
(d) Drains shall be installed according to City Specifications so as to avoid ham1 to
trees due to excess watering.
(e) Wires, signs and other similar items shall not be attached to trees.
(f) Cutting and filling around the base of trees shall be done only after consultation
with the City Forester, and then only to the extent authorized by the City Forester.
(g) No paint thinner, paint, plaster or other liquid or solid excess or waste
construction materials or wastewater shall be dumped on the ground or into any
grate between the dripline and the base of the tree, or uphill from any tree where
such substance might reach the roots through a leaching process.
(h) The Contractor shall be required to erect protective barricades around all trees on
public property and to trees adjacent to work sites as determined by the City
Forester. These barricades must be in place prior to the start of any construction
or demolition activities. Barricades shall be upright 2x4 planks standing a
minimum of eight (8) feet vertically, conforming to the tree, tied with wire or rope
forming a maximum of one ( 1) inch space between the planks. If the tree's
configuration or site conditions do not lend themselves to the installation of this
type barricade, the City Forester will designate alternate tree protection methods.
Under certain conditions where soil compaction is probable, fences may also be
required around a tree or grouping of trees.
(i) Wherever cuts are made in the ground near the roots of trees, appropriate
measures shall be taken to prevent exposed soil from drying out and causing
damage to tree roots.
U) Trimming cuts shall conform to arboricultural standards and shall be made along
the branch bark ridge.
(k) Earth surfaces within the drip line of any tree shall not be changed or compacted
unless required by the construction specifications and only then in coordination
with the City Forester. Keep all equipment and material and soil storage beyond
the dripline of trees.
(I) Failure to protect or maintain trees on the construction sites is a violation of
Municipal Code, Section#] 2.28.340. Violation of these special provisions may
result in contract tem1ination and a claim for damage.
Full compensation for providing tree protection shall be included in the bid items.
City of Carmel-by-the-Sea
Beach Restrooms Project
Special Provisions
Pa g e 3 of 9
SECTION 6. - CONTROL OF MATERIALS
The bidder's attention is directed to all of the provisions of Section 6 of the Standard
Specifications for the requirements and conditions concerning the Control of Material s.
The City will furnish no materials unless specifically called for on the plans or specified
in the specifications.
Materials and work shall be tested in accordance with the methods in use by the State of
California, Department of Transportation and shall be performed by a recognized testing firm.
Testing for quality and acceptability of materials, including compaction tests shall be the
responsibility of the Contractor and performed at his expense. Contractor's testing firm shall
have prior approval of the City. All tests not meeting the requirements will be retested with the
written test result and report submitted to the Engineer. Field reports shall be provided to the
Engineer during construction. A final report shall be submitted to the City for final acceptance.
Compaction tests shall be performed for the subgrade in the pavement reconstruction
areas, Class 2 aggregate base course, and asphalt concrete surface course.
6-3.06- Guarantee- The work in this contract shall be guaranteed from defects in
materials, workmanship, and installation for a period of one (1) year from the date of
acceptance. The Contractor shall bear the cost of items proven defective
SECTION 7. - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
The provisions of Section 7, Legal Relations and Responsibility to the Public, of the
Standard Specifications shall apply.
7-1.02K(6) - Occupational Safety and Health Standards - The Contractor shall
conform to the rules and regulations pertaining to safety established by the California Division of
Industrial Safety.
7-1.02R- Environmental Stewardship - Contractor shall comply with all air pollution
and environmental control rules, regulations, ordinances and statutes that apply to the project and
any work performed pursuant to the contract. City Municipal Code Chapter 17.42 states, "No
person shall discharge or cause to be discharged into the municipal storm drain system or
watercourses any materials, including but not limited to pollutants or waters containing any
pollutants that cause or contribute to a violation of applicable water quality standards, other than
storm water."
Contractor shall employ erosion prevention and sediment control construction site
management practices that result in the following outcomes:
A. No deposit or discharge of sediment from the construction area onto adjacent
properties or into waterways and related natural resources in excess of those that occur
through natural processes;
City of Carmel-by-the-Sea
Beach Restrooms Project
Special Provisions
Pag e 4 of 9
B. No deposit of mud, soil , sediment, concrete washout, trash, or other simi lar
construction-related material onto public rights of way and private streets, and into the
City's stonn water sys tem and related natural resources, either by direct deposit,
dropping, di scharge, erosion, or tracking by constructi on vehicles, in excess of those that
occur through natural processes. Any such discharge shall be cleaned-up at the end of the
current Vvork shift in which the deposit occurred, or at the end of the current workday,
whichever comes first. As a part of complying with thi s requirement private streets and
driveways and nearby public rights of way will be swept by the Contractor at the end of
each work day, or more often if circumstances warrant it, and the sweepings properly
di sposed of to ensure that such material s from the constructi on site do not enter the City's
storm drainage system.
C. No exposure of graded areas and stockpile areas to storm water run-on. Run-on
shall be controlled by diversion structures such as dikes, secondary containment or
covers.
D. No runoff from graded areas or stockpile areas containing sediment s. Runoff
containing sediments shall be captured in secondary containment structures and either
treated to remove sediments pri or to di scharge or infiltrated on-site. ; and
E. From October 15 to April 15, soil stabilization of graded areas shall be in place in
any portion of the si te where constructi on activities have temporaril y or permanentl y
ceased.
F. No release of hazardous substances, such as oils, paints, thinners, fuels and other
chemicals.
Best Management Practices (BMPs) for construction sites include, but are not limited to:
spill prevention and control measures; solid waste containment; concrete waste
management; proper vehicle and equipment cleaning, fueling, and maintenance; erosion control
measures. Detailed procedures for each of these activities can be found in the California Storm
Water Best Management Practice Handbooks
(http: //wwv.,. cabmphandbooks.org/constructi on.asp), the Caltrans Storm Water Quality
Handbooks, BMP Guidance Series by Monterey Regional Stom1 Water Management Program,
and the Erosion and Sediment Control , Field Manual by San Francisco Bay Regional Water
Quality Control Board.
Activities to be perfom1ed by Contractor from October ] 5 to April 15 include, but are not
limited to:
A. Contractor shall maintain the temporary and permanent vegetati on (if any) , erosion
and sediment control measures, and other protecti ve measures in good and effective
operating condition by performing routine inspections to determine condition and
effectiveness, by restoration of destroyed vegetative cover, and by repair of erosion and
sediment control measures and other protective measures.
B. Contractor shall inspect the foll owing areas at least once every seven (7) calendar
days and within 24 hours of the end of any stomJ that produces measurable rainfall at the
site:
City of Carmel-by-the-Sea
Beach Restrooms Project
Special Provisions
Pa ge 5 of9
B.l. Disturbed areas of the construction site,
B.2. Areas that have not been finally stabilized,
B.3. Areas used for storage of materials exposed to precipitation, and
B.4. Areas where vehicles exit the site
Where sites have been finally stabilized, such inspection shall be conducted at least
once every month.
C. Areas noted above shall be inspected for evidence of, or the potential for,
C. I. Erosion, or
C.2. Sediments entering waterways or the drainage system, or
C.3. Pollutants entering waterways or the drainage system.
Erosion and sediment control measures shall be observed to ensure that they are
operating correctly. Discharge locations or points shall be inspected to ascertain
whether erosion control measures are effective in preventing degradation of receiving
water quality in violation of receiving water quality standards. Locations where vehicles
exit the site shal l be inspected for evidence of offsite sediment tracking.
D. Deficiencies observed during inspections shall be noted and rectified before the end
ofthe workday.
7-1.03- Public Convenience- The Contractor's attention is called to the rules and
guidelines listed under this section of the Standard Specifications. It is important to keep good
public relations with the local townspeople. The Contractor shall provide the City
Representative with advance notice of his construction scheduling sufficient for public
notification. The City Representative will assist the Contractor by providing notices to the local
newspaper, and obtaining the cooperation of police and City staff. The Contractor shall be
responsible to provide individual notices (hand-delivered) to the affected residences and
businesses at least 7 days prior to construction.
The Contractor shall submit a traffic control plan for approval.
The Contractor shall provide for the necessary vehicular and pedestrian traffic control,
barricades, or flagmen for street closures and/or the rerouting of traffic. The Public Works
Department, Police Department and Fire Departments shall be contacted for detour changes prior
to their implementation.
The paving work portion of the project may be closed during construction. Access shall
be provided to local residences during construction at the end of each work day and on
weekends.
The Contractor shall provide all signs, lights, barricades, flagmen, etc., required to
adequately warn, guide and protect the traveling public. All signing shall meet the requirements
of the California State "Manual of Warning Signs, Lights and Devices for Use in Performance of
Work Upon Highways." Signing shall also meet the requirements of the City Vehicle Code, and
the requirements of the Carmel Public Works Department.
The City shall not share costs for traffic control, including signing of detour routes, and
full compensation thereof shall be included in other bid items.
City of Carmel-by-the-Sea
Beach Restrooms Project
Special Provisions
Page 6 of 9
7-1.05- Indemnification- The Contractor's requirements regarding indemnification of
the City ofCam1el shall conform to the provisions in Sections 7-1 .05, "Indemnification", set
forth in the Standard Specifications.
7-1.06- Insurance- The Contractor ' s requirements regarding insurance shall conform to
the provisions of Section 7-l .06,"lnsurance" as set forth in the Standard Specifications.
7-1.06C- Workers' Compensation and Employer's Liability Insurance- The
Contractor shall maintain adequate workers ' compensation insurance under the Jaws of the State
of California, for all labor employed by the Contractor or by any subcontractor under them, who
may come within the protection of such workers' compensation Jaws for the State of California,
and shall provide, where practicable, employees general liability insurance for the benefit of their
employees and the employee of any subcontractor under them, not protected by such
compensation laws, and proof of such insurance, satisfactory to the City shall be given by filing
certificates of such insurance with the City, in form satisfactory to said City. If such insurance is
underwritten by any agency other than the State Compensation Insurance Fund, such agency
shall be a company authorized to do business in the State of California.
7-1.060- Liability Insurance- The Contractor shall take out and maintain during the
life of this contract such public liability and property damage insurance as shall protect oneself
and any subcontractor performing work covered by the Contractor's contract from claims for
property damages, which may arise because of the nature ofthe work or from operations under
this contract, whether such operations be by oneself or by any subcontractor or anyone directly
or indirectly employed by either of them.
The submission by the Contractor of payrolls, or copies thereof, is not required.
However, in accordance with the regulations of the Department of Labor, each Contractor, or
subcontractor shall preserve hi s weekly payroll records for a period of three years from the date
of completion of this contract. Such payroll records shall be made available at all times for
inspection by the contracting officer or his authorized representative.
7-1.060(2)- Liability Limits/Additional Insureds- Contractor's liability insurance
must provide liability limits of not less than $1 ,000,000 combined single limit for bodily injury
and property damage for each accident arising from the operation of the Contractor and/or his
subcontractors in the performance of the work provided for herein and $2,000,000 aggregate for
products/completed operation.
The publ ic liability and property damage insurance shall also directly protect the
subcontractors, and all insurance policies issued hereunder shall so state. The Contractor must
provide an endorsement page naming the City of Carmel , its employees, officers or agents as
additional insureds.
7-106E- Automobile Liability Insurance- Automobile liability insurance covering all
vehicles used in the performance of the contract must provide liability limits of not less than
$) ,000,000 combined single limit for bodi ly injury and property damage for each accident or
occurrence which may arise from the operations of the Contractor and/or his subcontractor in
performing the work provided for herein.
City of Carn1el-by-the-Sea
Beach Restrooms Project
Special Provisions
Pa g e 7 of 9
SECTION 8. - PROSECUTION AND PROGRESS
The provisions of Section 8, Prosecution and Progress, of the Standard Specifications
shall apply to the work to be done.
8-1.02- Schedule- The Contractor shall submit to the City Representative a progress
schedule prior to the start of construction.
8-1.04- Start of Job Site Activities- The Contractor shall begin work on the date
specified in the Notice to Proceed.
The Contractor shall notify the City Representative and any applicable public agencies at
least three working days prior to mobilization or beginning of work.
Contractor's working hours will be within the hours of 8:00a.m. to 5:00p.m. , Monday
through Friday. No work will be permitted on weekends or holidays. Work outsi de these
working hours shall have prior approval of the City Representative.
8-1.05- Time- The work shall be completed within 150 calendar days from the date of
the Notice to Proceed.
8-1.10- Liquidated Damages- The Contractor shall pay to the City of Carmel the sum
of Seven Hundred and Fifty dollars ($750) for each and every calendar day's delay in finishing
the work, or portion of work, in excess of the number of calendar days prescribed, the sum of
liquidated damages to be deducted from the amount due to the Contractor for work completed.
8-1.11 -Utility and Non-Highway Facilities- Known utiliti es and structures expected to
be adjacent to or encountered in the work are not all shown on the plans attached hereto.
The Contractor shall determine the exact location of all existing utilities before commencing
work. The Contractor shall be required to notify the Underground Utility Location Service (800-
642-2444) one week prior to start of construction. The Contractor is fully responsible for any
and all damages which might be occasioned by his failure to exactly locate and preserve any and
all underground utilities.
Any delays to the Contractor's operations as a direct result ofunderground mains or
facilities which were not indicated on the plans, or were located in a position substantially
different from that indicated on the plans will not be considered as a right of way delay, and the
Contractor shall not be entitled to any compensation for any such delay.
The Contractor will be granted an extension of time equal to the number of working days
lost as a result of any conflicts with underground utilities that were not shown on the plans or
were in a position substantially different from that indicated on the plans.
Jn the event the utility companies need to relocate, upgrade, or work on any of their
facilities during the construction period, the Contractor will be granted an appropriate time
extension for completion of the project.
City of Carmel-by-the-Sea
Beach Restrooms Project
Special Provisions
Page 8 of 9
SECTION 9. - PAYMENT
9-1.02- Measurement- All work to be paid for at contract unit prices will be measured
in accordance with units specified in the Bid Schedule.
9-1.03- Payment Scope- The Contractor shall accept the compensation provided in the
contract as full payment for furnishing all labor, materials, tools, equipment, and incidentals
necessary to perform the work shown on the plans and to construct a complete and usable
facility.
City of Carmel-by-the-Sea
Beach Restrooms Project
Special Provisions
Page 9 of 9
CITY OF CARMEL-BY-THE-SEA
BID FORM
"BEACH RESTROOMS PROJECT"
Sealed bids will be received until 11:00 A.M. on March 26, 2014, at City Hall, located
on the east side of Monte Verde Street between Ocean and Seventh A venues, Carmel-by-the-
Sea, California 93921. Sealed bids shall be submitted to the attention of the City Clerk.
All blanks shall be filled in and no bidder shall qualify its bid. The outside ofthe sealed
envelope shall be clearly marked :
Bid for Beach Restrooms Project
City of Carmel-by-the-Sea, California.
TO: City of Carmel-by-the-Sea
Post Office Box CC
Carmel-by-the-Sea, CA 93921
FROM
(Name of Bidder)
Sir/Madam:
PROPOSAL
The undersigned hereby proposes and agrees to furnish all labor, materials,
equipment and services necessary to complete the Project as described in the Contract
Documents for the Beach Restrooms Project. The Contract documents consist of the
attached: Notice To Bidders; Bid Form Proposal; Special Provisions; the Agreement
(Contract); Bidder' s Bond; Faithful Performance Bond; Material and Labor Bond; Technical
Specifications; and Drawingss. As well as any Bid Addendum issued during the Bid Period.
ADDENDA
Bidder shall insert, in the blank lines below (or additional pages, if needed), each Addenda
received by the Bidder, and incorporated herein by reference into this Bid. Bidder hereby
acknowledges receipt of the following Addenda (number and date issued):
City of Carmel by the Sea
Beach Restrooms Project
Addendum No. Date Issued
Bid Form
Page I of6
The undersigned has thoroughl y read the Contract Documents for thi s contract , understands them
and, agrees to do all required work for the total base bid price of:
General Conditions and all Project work _
not specifically listed in items 2 & 3
-----+----- --------------- -----------------
2
All stone work per specification section Lump
04 43 J 6 "Anchored Stone Veneer" Sum $
----------1----------------------- ------
3
All roofing work, including stone ballast
and growth medium per specification
section 07 55 56 "Fluid Applied Protected
Membrane Roofing"
Lump
Sum $ _______ _
Total Base Bid Price (shown numerically)
(sum ofalx>ve)= $--------
Total, Base Bid Price (written out) ----- - --- --- ----- ----- -
The determination of the Project ' s lowest responsive bidder will be made solely on a comparison of
each bidder 's Total Base Bid Price as shown on this fom1. After determination of the lowest
responsible bidder and prior to Award of Contract the City may, at their sole discretion, choose to
apply any or all ofthe following Alternates and adjust the Awarded Contract value accordingly.
NOTE: ALL BIDDERS ARE REQUIRED TO BID ON ALL BELOW ALTERNATES.
N 0 d
AI 0 U . Amount of
o e uct1vc ternate escnpt10n mt
0
d .
Alt. J Delete the drink fountain and all associated plumbing
work. Concrete, stone and paving unchanged.
Alt. 2 Delete all work required to construct the new waste and
recycling area northeast of the existing path and stairs.
Alt. 3 Provide 2" PVC in lieu of 2" copper water service piping.
e UCliOil
Lump
Sum $ ____ _ _
Lump
Sum
Lump
Sum
$ _ ___ _
$
BID SECURITY: Bidder shall attach Bid Security in the amount often percent (I 0%) of the
Bid Amount. Accompanying this proposal is:
0 cash 0 cashier's check 0 certified check 0 bidder's bond
for: dollars ($
- --- --- --- --- ------
which is an amount equal to not Jess than ten percent (1 0%) of the amount actually bid.
The undersigned declares under penalty of perjury that all above listed prices are bid in
accordance with the prevailing hourl y rate of the per diem wages for this locality (Area 2)
pursuant to Labor Code Section l 773.2.
(Signature)
City of Cam1el by the Sea
Beach Restrooms Project
(Date)
Bid Form
Page 2 of6
WORK TO BE PERFORMED
Refer to all Contract Documents for the Beach Restrooms Project, including but not
limited to, the Special Provisions, Technical Specifications and Plans.
TIME OF COMPLETION
Contractor further agrees to plan and prosecute the work with such diligence that said
work and al l of it, shall be completed as identified in the contract documents.
EXAMINATION OF SITE
The undersigned has personally examined the site for the Beach Restrooms Project and
the area in which the work is to be done and has evaluated the proposed work and is familiar
with the specifications and plans and the local conditions where the work is to be done.
CAREFUL PREPARATION
The undersigned has carefully checked all figures used in calculating the bid and
understands that the City will not be responsibl e for any errors or omission 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 60 calendar days.
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 Compensati on Insurance. The fee for such City License, which expires on June 30
of each year, can be obtained by telephoning the City Hall at (831) 620-2000.
BONDS
The undersigned SHALL provide a BID BOND of ten-percent (1 0%) of the BID or the
undersigned SHALL substitute securities, certified check, cashier's check, cash, or a corporate
bond.
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 thi s list may
result in rejection ofthe bid.
The undersigned warrants and agrees that each subcontractor shal I, if required by City
ordinance or State Jaw, obtain any required permits or licenses.
The successful bidder shall provide proof of valid insurance coverage for Workers'
Compensation Insurance, public liabili ty and property insurance and all other required insurance
coverage for each subcontractor as required by the State of California or the City of Carmel-by-
the-Sea. Valid Certificates of Insurance guaranteeing that the issuing company shall provide, to
the Named Additional Insured, ten ( 1 0) 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.
City of Carmel by the Sea
Beach Restrooms Project
Bid Form
Page 3 of6
BIDDER
Bidder:
Name
Address
Authorized Representative:
Phone: ________________ __
Emai I: --------------------------------
Workers' Compensation Carrier:
Name
Address
Liability Insurance Carrier:
Name
Address
Policy Number:--------------- Coverage Lim it: --------------------
BIDDER'S STATEMENT OF RELEVANT EXPERIENCE
The undersigned submits herewith a list of construction projects similar to this project in which it
participated as a prime or subcontractor.
Project Name
Location
Nature of Project
Client Contact
Total Cost
Project Name
Location
Nature ofProject
Client Contact
Total Cost
City of Carmel by the Sea
Beach Restrooms Project
Phone No.
Percentage of Cost by Own Firm
Phone No.
Percentage of Cost by Own Firm
Bid Form
Page 5 of 6
Project Name
Location
Nature of Project
Client Contact Phone No.
Total Cost Percentage of Cost by Own Firm
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 _ ___ ___ _ ____ ,201 4.
City of Carmel by the Sea
Beach Restrooms Project
Name of Bidder (typed or printed)
Signature of Bidder
Title of Signer (typed or printed)
Bid Form
Page 6 of6
SAMPLE BIDDER'S BOND
For: City of
Monterey County, California
KNOW ALL MEN BY THESE PRESENTS,
Bond No.
THAT WE ______________________________________________ _
AS PRJNCJPAL, and
AS SURETY
are held and firmly bound unto the City of hereinafter cal led the City, in the
penal sum ofTEN PERCENT (10%) of the TOTAL AMOUNT OF THE BID ofthe Principal
above named, submitted by said principal to the City of Monterey County,
California, for the work described below, for the payment of which sum in lawful money of the
Uni ted States, as well and truly to be made, we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly to these presents. In no case shal l the
liability of the surety hereunder exceed the sum often percent (1 0%) of the total amount of the
bid.
THE CONDITION OF THIS OBLIGATION IS SUCH:
That whereas the Principal has submitted the bid to the City of
for certain construction specifically described as fol lows, for which the bids are to be
opened at California,
_____________________________ , for ______________
(Jnsert date of bid opening)
(COPY HERE THE EXACT DESCRIPTION OF THE WORK INCLUDING LOCATION, AS
IT APPEARS ON THE PROPOSAL.)
City of Carmel by the Sea
Beach Restrooms Project
Bidders' Bond
Page 1 of 2
NOW, THEREFORE, if the aforesaid principal is awarded the contract and, within the time and
manner required under the specifications, after the prescribed forms are presented to him for
signature, enters into a written contract in the prescribed form, in accordance with the bid, and
files the two bonds with the City of Carmel-by-the-Sea, one to guarantee Faithful Performance
and the other to guarantee payment for labor and materials, as requi red by law, then thi s
obligation shall be null and void; otherwise, it shall be and remain in full force and virtue.
In the event suit is brought upon thi s bond by the Obligee and j udgement is recovered,
the surety shall pay all cost incurred by the Obligee in such suit, including a reasonable
attorney's fee to be fixed by the court.
fN WITNESS WHEREOF, we have hereunto set our hands and seals on this
______ day of A.D.
City of Carmel by the Sea
Beach Restrooms Project
By:
Bidders' Bond
Page 2 of 2
CITY OF CARMEL-BY-THE-SEA
SAMPLE CONTRACT
(Contract for proj ect wi ll be in substantially this form)
FOR THE
BEACH RESTROOMS PROJECT
THIS CONTRACT is made and entered into on the day of
------' 2014, by and between the City of Carmel-by-the-Sea, Monterey County, State
of California, hereinafter caJied City, hereinafter called
"Contractor".
WITNESSETH: That City and Contractor have mutually covenanted and agreed, and
by these presents do covenant and agree with each other as follows :
I . That for and in consideration of the covenants and agreements hereinafter
contained on the part of City, and the sums of money hereinafter designated to be paid to
Contractor by City in the manner and form as shown in the attached specifications, Contractor
hereby covenants and agrees to and with City, to furnish aJI labor, tools , appliances, equipment,
plant and transportation, and any and all other expenses necessary or incidental to the
performance of certain work hereinafter specified and to complete the public work herein
referred to for City, for the schedule and items awarded, all as more particularly and in detail set
forth in those certain specifications filed in the office of the City Administrator, and identified by
the signatures of the parties to this agreement. True copies of the contract documents together
with all modifications incorporated in those documents before their execution, are hereunto
annexed by and reference thereto incorporated herein and made a part hereof as though in this
document fully set forth. The contract documents shall consist of this Contract, (5 pages);
Notice to Bidders (2 pages), Bid Form Proposal (5 pages), Bid Sheets (2 pages), Sample Bidders
Bond (2 pages), Specifications (1 0 pages) .
2. Contract Price: Contractor agrees to receive and accept and City agrees to pay
the proposal prices as full compensation for furnishing all materials and for doing all the work
embraced and contemplated in this agreements and as set forth in the Contractors proposal
submitted to the City of Carmel-by-the-Sea, on the 2014 and the
true copy thereof attached, and for all loss or damage arising out of the nature of said work, or
from the action of the elements of from any unforeseen difficulties or obstructions which may
arise or be encountered in the prosecution of the risk connected with the work, and for well and
faithfully completing the work and the whole thereof, in the manner and according to the said
specifications and the requirements of the Building Official (City representative) under them, to
wit: the Contract price of $ as set forth in the Contractor' s Proposal of
Bidder for the work awarded under this agreement.
Contractor further agrees to plan the work and to prosecute it with such diligence that
said work and all of it, shall be completed as identified in the Contract Documents for the Beach
Restrooms Project.
Upon completion, the Contractor shall present a Statement of Compliance, if applicable.
Attached thereto there shall be copies of payroll certification records indicating the prevailing
hourly rate of per diem wages for this locality (Area 2) pursuant to Labor Code Section 1773.2.
City of Carn1el by the Sea
Beach Restrooms Project
Contract
P a g e 1 of 5
Pursuant to SB222, City is required to withhold from any progress payments owed to a
contractor any amount that has been forfeited as penalties, or as wages owed to employees who
have not been paid the prevailing wage for work performed. This allows the intervention by the
Divi sion of Labor Standards Enforcement, which is headed by the State Labor Commission, in a
contractor ' s lawsuit for recovery of amounts withheld by an awarding body. All withheld wages
and penalties will be transferred to the Labor Commissioner for disbursement in those cases
where a contractor fails to bring a lawsuit for amounts withheld within ninety (90) days after
completion of the public works contract and formal acceptance of the job by the awarding body.
The Labor Commissioner is then pem1itted to intervene in any lawsuit brought by the contractor
against an awarding body for recovery of amounts withheld.
Certified payroll records must be on the forms provided by the Division of Labor or
contain the same information required on the Division ' s fom1.
3. Payment. Contractor shall be paid for the work within thirty (30) days of
satisfactory completion. Notice of Completion shall be given to City in writing. lf any work is
not satisfactorily completed, City shall have the right to withhold from the payment a sum equal
to one and one-half times the estimated costs of satisfactorily completing the work. City shall
have the right to use said sum to pay Contractor for satisfactorily completing the work, or upon
refusal of Contractor to satisfactorily complete the work, to pay another contractor to do so. Any
money remaining after satisfactory completion shall be paid to Contractor, less any sums owed
City by Contractor. Contractor shall have the right to substitute securities for any monies
withheld by City to ensure performance under this agreement pursuant to Government Code
Section 4590.
4. The parties agree that this Contract shall be binding upon themselves, their heirs,
executors, administrators, successors and assignees and hereby agree to the full performance of
the covenants herein contained.
5. No interest in thi s Contract shall be transferred by Contractor to any other party,
and any such transfer shall cause annulment of this Contract, so far as City is concerned. All
rights of action, however, for any breach of this contract are reserved to City.
6. Supplies. Contractor shall keep harmless, indemnify and defend City, its
officers and agents, on account of articles supplied by Contractor under this Contract, of which it
is not patentee or which it is not entitled to use or sell.
7. Hold Harmless. Contractor agrees to hold harmless, indemnify and defend
City, its elected officials, agents, officers, and employees thereof, including the Building
Services Specialist (City' s representative), while acting within the scope of their duties from and
against any and all liability, claims, damages and cost of defense arising out of Contractor' s
performance of the work described herein including injuries and damages arising from
negligence of City or others except for injuries and damages arising from sole negligence of
City. Contractor will require any and all subcontractors to confom1 with the provisions of this
clause and provide proof of all required insurance prior to commencing any work.
8. Warranties. Contractor agrees that it will warrant all work performed and
equipment supplied hereunder for a period of one year or, in the case of equipment, for the
period of the manufacturer's warranty if such warranty be for a period longer than one year.
Contract or shall immediately correct all defective workmanship discovered within one year after
City of Carmel by the Sea Contract
Beach Restrooms Project P a g e 2 of 5
acceptance of final payment by it and shall indemnify and defend City against all loss and
damage occasioned by any such defect, discovered within said year, even though the damage or
loss may not be ascertained until after the expiration thereof. Nothing herein constitutes a waiver
of City's rights or any statute of limitations.
9. Independent Contractor. While engaged in carrying out the terms and
conditions of this Agreement, Contractor is an independent contractor and not an officer,
employee or agent of City. Contractor shall not at any time or in any manner represent that it or
any of its agents or employees is in any manner, an agent or employee of City.
I 0. Contractor shall provide:
A. Compensation Insurance under the laws of the State of California, for all labor
employed by it or by any subcontractor under it, who may come within the protection of
such Workers' Compensation laws of the State A. Workers' Compensation
Insurance. Contractor shall maintain adequate Workers' of California, and shall provide
employers general liability insurance for the benefit of its employees and the employees
of any subcontractor under it, not protected by such compensation laws, and proof of
such insurance, satisfactory to City, shall be given by filing certificates of such insurance
with City, in a form satisfactory to City. If such insurance is underwritten by any agency
other than the State Compensation Fund, such agency shall be a company authorized to
do business in the State of California. Contractor shall not commence work until
certified proof of insurance has been provided to City.
B. Public Liability and Property Damage Insurance. Contractor shall take out
and maintain during the life of this Contract such public liability and property damage
insurance as shall protect it and any subcontractor performing work covered by this
contract from claims for personal injury or property damages which may arise because of
the nature of the work or from operations under this contract, whether such operations be
by Contractor or by any subcontractor or anyone directly or indirectly employed by either
of them. The Public Liability, Personal Injury and Property Damage Insurance shall also
directly protect the City, its officers, agents and employees, as well as the Contractor and
its subcontractors, and all insurance policies issued hereunder shall so state. The City of
Carmel-by-the-Sea, its elected officials, officers, agents and employees shall be
specifically named, by written endorsement to the Certificate of Insurance, as additional
insured for this project under such insurance policy and Contractor shall provide City
with a certificate of such insurance for the term of this contract. The amounts of such
insurance shall be as follows: Combined single limit of not Jess than One Million Dollars
($1 , 000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) in aggregate.
Said insurance shall be with a company acceptable to City and shall be primary over any
other valid or collectible insurance City may have. The insurance carrier shall provide
City with a certificate evincing the existence of the insurance and specifying compliance
with these terms and the issuing company shall agree to provide City with thirty (30)
days prior written notice of cancellation or non-renewal of the policy.
Contractors liability insurance and automobile liability insurance covering all vehicles
used in the performance of the Contract providing for public liabil ity, personal injury and
property damage insurance with limits of the not less than one million dollars
($1 ,000,000) combined single limit.
City of Carmel by the Sea
Beach Restrooms Project
Contract
Page 3 of 5
11. Safetv. Contractor shall conform to the rules and regulations pertaining to
safety established by the California Division of Industrial Safety.
12. Liquidated Damages. In consideration of liquidated damages to Ci ty,
occasioned by Contractor not completing the work within the time set for Contractors
perfom1ance, City having to prepare tem1ination notices, prepare specifications to complete the
work, relet bids, and experience the general delay of not having the work completed in a timely
fashion, the parties agree that it would be extremely difficult and impractical to fix actual
damages and that Contractor agrees if the Contract is not completed within the time period
specified in the Contract, it will pay to City the sum of seven hundred fifty dollars ($750.00)
each and every calendar days delay in fi ni shing the work in excess of the number of working
days prescribed in the Contract , said sum of liquidated damages to be deducted from the amount
due the Contractor for work completed.
J 3. Conflicts in Documents. This Contract and the contract documents are
intended to constitute one complete and consistent contract. Should any conflict exist,
Contractor shall secure written instructions from Sharon Friedrichsen, Public Services Director
(City Representative) before proceeding.
I 4. Protecting Trees. Contractor acknowledges that it is familiar with City' s
policies for the protection of trees and agrees to take all reasonable precautions to protect trees
not subject to trimming or removal from damage which might be caused during the work. (Refer
to the Municipal Code ofthe City of Carmel-by-the-Sea, Chapter 12.28)
15. Inspection. City shall at all times have the right to inspect the work and
materials. Contractor shall furnish all reasonable aid and assistance required by City for
examination of the work and all parts thereof. Such inspection shall not relieve Contractor from
any obligation to perform said work strictly in accordance with the specifications or any
modifications thereof and in compliance with the law.
16. Conflict of Interest. Contractor covenants that neither it nor any person working
for it or with it to provide the services called for by this Contract has any interest, nor shall any
person acquire any interest, directly or indirectl y, which would conflict in any manner or degree
with the performance of the services hereunder. Contractor further covenants that in the
performance of this Contract, no person having such interest shall be employed by Contractor.
17. Nondiscrimination. Contractor agrees that in the performance of this Contract
or any subagreement hereunder, neither Contractor nor any person acting on Contractors behalf
shall refuse to employ or refuse to continue in any employment any person on the basis of race,
religious creed, color, national origin, ancestry, physical handicap, medical condition, marital
status, sexual preference, sex or age. Harassment in the workplace is not permitted in any form.
Contractor further agrees to comply with all laws with respect to employment when performing
this Contract.
18. Suspension or Abandonment of Work. It is mutually agreed that City may
suspend or abandon, in whole or in part, thi s Contract upon five (5) days wri tten notice to
Contractor, in which case City shall pay Contractor for services rendered and work completed at
the time of such suspension.
City of Carmel by the Sea
Beach Restrooms Project
Contract
Pa ge 4 of 5
19. Changes. Any changes or amendments to this Contract shall be written,
consecutively numbered, change orders. City may, from time to time, amend or modify the
scope of the work to be perfom1ed hereunder.
20. Disputes. Disputes and other matters in questi on between Contractor and
City's representative relating to this Contract shall be referred to the City Administrator or hi s
duly authorized representative, who will render a decision within a reasonable period of time.
2 1. Claims. Claims for time extensions or cost increases from Contractor shall
be considered valid only if Contractor notifies the City Representative of any such claim in
writing within five (5) working days from the date of the circumstances allegedly justifying the
claim, unless otherwise stated in the Contract specifications. The formal , written claim shall be
submitted to the City representative within ten ( 1 0) working days of the notification date, or no
later than fifteen ( 15) days from the date of the circumstances allegedl y justifying the claim. The
City representative may negotiate the claim with Contractor and render a decision in writing.
Claims not resolved by the City representative may be appealed to the City Administrator. An
appeal to the City Administrator shall be submitted, in writing, within five (5) working days
from Contractor's receipt of written notice from the City representative that the claim has been
rejected. The City Admini strator's deci sion shall be final. Acceptance of a final contract
payment by Contractor shall constitute a waiver of any further claims by it, except those
previously made in writing and identified by Contractor as unsettled at the time of application for
payment.
22. Notice. Any notice or notices required or permitted to be given pursuant to thi s
Contract may be personally served on the other party giving such notice or may be served by
Certified Mail , Return Receipt Requested, to the foll owing addresses:
Q!y
Daryl Betancur, City Clerk
City of Carmel-by-the-Sea
Post Office Box CC
Carmel-by-the-Sea, CA 93921
Contractor
23. Contractor's License. Contractor warrants and declares that its California
Contractor's license number is valid, and that its expiration date is
24. Business License. The Contractor' s Carmel-by-the-Sea business license
number is _ ______ ; with an expiration date of ___________ _
25. Attorneys Fees. If either party hereto should bring any suit against the other
party hereto (forn1al judicial proceeding, mediation or arbitration), for the breach of any term,
covenant, condition or obligation herein contained to be kept , by such other party, for the
recovery of any sum due hereunder, or to recover possession of the premises, or for any
summary action for forfeiture of the Lease or to prevent further violations of any of the terms,
covenants, conditions or obligation, or for any other relief then, and in that event, the case shall
be handled in Monterey County, California, and the prevailing part in such suit or summary
action shall be entitled to a reasonable attorneys fee to be fixed by the judge, mediator or
arbitrator hearing the case and such fee shall be included in the judgment, together with all costs.
City of Carmel by the Sea
Beach Restrooms Project
Contract
Page 5 of 5
Dated: _______ , 2014
(Typed or Printed Name)
Dated: _________ , 2014
ATTEST: ____________ _
Daryl Betancur, City Clerk
City of Carmel by the Sea
Beach Restrooms Proj ect
CONTRACTOR
By: _____________________ _
(Signature)
(Title)
Recommended By:
City of Carmel-by-the-Sea Dept. Manager
CITY OF CARMEL-BY-THE-SEA,
a Municipal Corporation,
By: _______________________ _
Jason Stilwell, City Administrator
Contract
Page 6 of 5
Bond No.
Premium:
SAMPLE FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That, WHEREAS, the City Council of the
City of Cam1el-by-the-Sea, Monterey County, State of California, by Order of Council passed
as awarded to
------------------------------------------------
------------------------------hereinafter designated as the Principal, a
contract for constructing improvements for said City, and
WHEREAS, said Principal is required under the terms of said contract to furnish a Bond
for Faithful Performance of said contract;
NOW, THEREFORE, We, the Principal and are surety, as held and
firmly bound unto the City of Carmel-by-the-Sea, California, in the penal sum of
---------------=--------:-:-:---:----lawful money of the United States,
being not less than one hundred percent (1 00%) of the estimated contract cost, for the payment
of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators
and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden
Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand
to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and
agreements in the said contract and any alterations made as therein provided, on his or their part,
to be kept and performed at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and save harmless the City of
Carmel-by-the-Sea, its officers and agents, as therein stipulated, then thi s obligation shall
become null and void; otherwise it shall be and remain in full force and virtue.
As a condition precedent to the satisfactory completion of the said contract, the above
obligation to the amount of Dollars ($ being not less
than ten percent (l 0%) of the estimated contract cost, shalJ hold good for a period of one (I) year
after the completion and acceptance of the said work, during which time if the above bounden
Principal, his or its heirs, executors, administrators, successors or assigns shall fail to make full,
complete and satisfactory repair and replacements or totally protects the said City of Carmel-by-
the-Sea from Joss or damage made evident during said period of (I) one year from the date of
acceptance of said works, and resulting from or caused by defective materials or faulty
workmanship in the prosecution of the work done, the above obligation in the said sum of
______________ Dollars($ ), shall remain in full force
and virtue, otherwise the above obl igation shall be void.
City of Carmel by the Sea
Beach Restrooms Project
Faithful Performance Bond
Page 1 of2
STATE OF CALIFORNJA
On thi s ____ __ day of _______ , 20 l 4, before me _ _ _ _ _ , a
notary public in and for the State of Cal ifornia, personally appeared-- ------- -
known to be the person whose name is subscribed to the within instrument as the Attorney in
Fact of
----------------------------------------
and acknowledged to me that he subscribed the name of _______________ _
- -------- --------------------------thereto as surety, and
his own name as Attorney in Fact.
TN WITNESS WHEREOF J have hereunto set my hand and affixed my official
seal the day and year in this certificate first above written.
City of Carmel by the Sea
Beach Restrooms Project
Notary Public in and for said State of California
Material and Labor Bond
P age 2 of 2
Bond No.
Premium:
SAMPLE MATERIAL AND LABOR BOND
PUBLIC WORKS
KNOW ALL MEN BY THESE PRESENTS:
That we
------------------------------------------------------------
________________________
------------as Principal, are held and firmly bound unto the CJTY OF
CARMEL-BY-THE-SEA, in the sum of ($ ), said sum
being one hundred percent (100%) ofthe estimated amount ofthe foregoing and annexed
contract, to be paid to said City, for which payment, well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally,
firmly and by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH:
That if the above bounden Principal, as Contractor in the annexed contract or his
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for
or about the performance of the work contracted to be done, or shall fail to pay any person,
company or corporation renting implements or machinery for or contributing to said work to be
done, or any person who has performed work or labor upon the amounts due under the
Employment Insurance Act with respect to such work or labor, the surety will pay for the same,
in an amount not exceeding the above obligation, and also, in case suit is brought upon such
bond, the above bounden Principal and the said surety will pay a reasonable attorney's fee to be
fixed by the court. This obligation and bond shall inure to the benefit of any and all persons
entitled to serve a notice under Section 31 8 I of the Civil Code and said persons or any of them,
or their assigns shall have right of action thereunder.
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this
dayof ,2014.
City of Carmel by the Sea
Beach Restrooms Project
BY
BY
Principal
Surety
Attorney in Fact
--- -----
(Seal)
(Seal)
Material and Labor Bond
Page 1 of 2
And the said surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterati on or addition to the tenns of the contract or to the work to be
performed thereunder or the specifications accompanying the same shall in any way affect its
obligations on this bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the contract or to the work or to the specifications.
IN WITNESS WHEREOF the above bounden part ies have executed this instrument
under their seals thi s day of , the name and corporate seal of
each corporate party being hereto affixed and presents duly signed by its undersigned
representatives, pursuant to authority of its governing body.
(SEAL)
Principal
By:
------------------------
Surety
By: ____________________ __
STATE OF CALIFORNIA
On this day of , before me
-------------------
----------------'a notary public in and for the State of California, personally appeared
----------------known to be the person whose name is subscribed to the within instrument
as the Attorney in Fact of and
acknowledged to me that he subscribed the name of ______________ thereto as surety, and his
own name as At1omey in Fact.
IN WTTNESS WHEREOF l have hereunto set my hand and affixed my official seal the
day and year in thi s certificate first above written.
City of Carmel by the Sea
Beach Restrooms Project
Notary Public in and for said State of California
Faithful Perfonnance Bond
P age 2 of 2