HomeMy WebLinkAboutE.16 - Staff Report - Veterans Freedom Park Restroom Replacement CONSENT ITEM
E-16
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
VIA: SERGIO GONZALEZ, CITY MANAGER
FROM: ROBERT DELGADILLO, P.E., DIRECTOR OF PUBLIC WORKS/ CITY ENGINEER
DATE: JULY 21, 2025
SUBJECT: AWARD OF CONTRACT TO PUBLIC RESTROOM COMPANY FOR VETERANS
FREEDOM PARK RESTOOM REPLACEMENT
BACKGROUND:
Veterans Freedom Park currently houses Azusa City Hall, the City Library, Barnes House, Durrell
House, and a playground area. The park has restrooms that are in very poor condition and need to be
replaced. The city is planning to install a turnkey prefabricated restroom building.
This action approves the purchase and installation of a new prefabricated restroom building at Veterans
Freedom Park from the Public Restroom Company.
RECOMMENDATION:
Staff recommends the City Council take the following actions:
1)Waive purchasing procedures as authorized under Azusa Municipal Code Section 2-520 – Sole
Source Purchases and approve the purchase and installation of a prefabricated restroom building
from the Public Restroom Company in an amount of $491,928, plus a contingency for the
remaining available project budget of $8,072 for potential change orders, for a total not-to-
exceed $500,000; and
2)Authorize the City Manager to execute the Construction Agreement, in a form acceptable to the
City Attorney, on behalf of the city.
ANALYSIS:
Veterans Freedom Parks needs to replace its current restrooms due to significant wear and tear. The new
restrooms are designed for high quality, durability, and longevity, accommodating a variety of events.
Approved
City Council
July 21, 2025
Veterans Freedom Park Restroom Replacement
July 21, 2025
Page 2
The City’s purchasing procedures allow for the purchase and installation of the new prefabricated
restrooms using the cooperative agreement provision outlined in the municipal code. The Public
Restroom Company has provided the City with a cooperative agreement through Sourcewell (Contract
#081721-PRM), enabling the City to benefit from competitive pricing without incurring the costs
associated with standard procurement processes.
ENVIRONMENTAL CLEARANCE:
This action is exempt from the requirements of the California Environmental Quality Act (CEQA)
according to Section 15302, Class 2 (c) – Replacement or Reconstruction of Existing Utility Systems or
Facilities, which involve negligible or no expansion of capacity. Staff will file a Notice of Exemption
with the Los Angeles County Clerk’s Office.
FISCAL IMPACT:
The recommended actions award contracts to Public Restroom Company in an amount of $491,928, plus
a contingency for the remaining available project budget of $8,072 for potential change orders, for a
total not-to-exceed $500,000. The Veterans Freedom Park Restroom Replacement project has been budgeted
for $500,000 in the FY 25-26 CIP budget (acct # 13-80-000-661-7120/66626E-7120).
Prepared by: Reviewed by:
Natalie Reagan Robert Delgadillo, P.E.
Management Analyst Director of Public Works/ City Engineer
Reviewed and Approved:
Sergio Gonzalez
City Manager
Attachments:
1) The Public Restroom Company Sourcewell Quote
2) The Public Restroom Company Rendering
3) Construction Agreement
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
1 of 10
Price Proposal: Veterans Freedom Park - Azusa CA
Date: 05/28/2025
Reference: 13123-5/19/2025-2
Sourcewell: Contract # 081721-PRM
Our Offer to Sell:
1. Prefabricated Restroom Building delivered to site @ $ 445,320
Public Restroom Company (PRC) herein bids to furnish (building only per plans and specifications,
delivered to site with all costs except installation including applicable taxes excluding retention.
(Retention is not allowed as this is materials or a product fully assembled before shipment to the site
and therefore not subject to retention.)
2. Installation: Turnkey Installation of the Building above @ $ 46,608 with retention allowed.
Public Restroom Company also includes in this two-part quotation our turnkey installation package
for this building. Our national factory authorized installation team will:
a. Arrive onsite to confirm and verify the Owner/General Contractor provided scope of work in
preparation for installation including access to the site.
b. Verify the building pad size, building corners, finished slab elevation, utility depth and
location, meter size and distance from building, and compaction compliance.
c. Excavate the utility trenches for placement of our prefabricated underground piping tree for
the buildings plumbing and electrical, set the kit in place, provide the water test for
inspection before backfilling, and then place the site adjacent coarse sand that
Owner/Contractor provided alongside the building pad and screed it level for final building
placement. PRC will need onsite water availability for wetting the sand bed before building
placement to consolidate the pad.
d. Set the building on the site pad.
e. Connect the utility piping stub ups to the building piping stub down building points of
connection for water, sewer, and electrical conduit to the building internal electrical panel.
** Please note: If there is a Community Workforce Agreement or other regulation requiring local
labor for installation, Public Restroom Company will not offer this full installation package. The
building will be delivered to the site and offset with a crane only. The Owner or General Contractor
will be responsible for installation, and a separate price will be issued for the crane and site
supervision. Please see “Optional Building Installation Steps – By Others” on page 9.**
3. Owner/General Contractor Final Tie In of Utilities and other site work:
a. The Owner/Contractor is responsible for making all final plumbing connections at the
POC location approximately 4’-6’ outside of the building footprint.
b. The Owner/Contractor is responsible for pulling wire and completing all final tie-ins to
the electrical panel from the POC location approximately 4’-6’ outside of the building
footprint.
c. The Owner/Contractor is responsible for preparing the pad/foundation. PRC will trench
through provided pad/foundation to the POC locations provided by the GC between 4’-
6’ outside of the building footprint.
4. Total Cost of Building and Installation @ $ 491,928
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
2 of 10
OWNER/GENERAL CONTRACTOR SCOPE OF WORK WITH/WITHOUT FOOTINGS:
Scope of Work Background:
Owner/General Contractor shall survey the site, establish survey for the building pad and prefabricated
building slab elevation and front corners, excavate for building footings (if required), locate footing
sleeves for electrical, waste, and water, pour the footings (if required), furnish sand base adjacent to
subgrade pad, and provide location for utility POC’s nominally 4’-6’ outside the building’s subgrade.
Preparation of Building Pad:
Owner/General Contractor is responsible for providing the building subgrade pad or when required
footings to frost depth. Determination of subgrade type is outside of Public Restroom Company’s scope.
Pad/Footing specifications are to be provided by the Owner/General Contractor based on site-specific
requirements as determined by AHJ and local soil conditions. Final subgrade design must meet or
exceed the minimum design criteria provided for reference by Public Restroom Company.
Subgrade Pad/Foundation Requirements:
1. Owner/General Contractor shall survey the building site and provide a finished slab elevation for
the prefabricated building. The building pad size required is larger than the final actual building
footprint. Provide building front corner stakes with 10’ offsets.
2. Excavate the existing site to the depth of the required footings to local code if required.
3. Furnish coarse concrete sand adjacent to subgrade pad so PRC can cut the utility trenches,
install underground utilities, and screed sand.
4. If determined that under slab vapor barrier and or insulation is required, Owner/General
Contractor shall provide materials and installation.
Owner/General Contractor verification of site access to allow Building Delivery:
1. You certify to PRC that suitable delivery access to the proposed building site is available. Suitable
access is defined as 14’ minimum width, 16’ minimum height, and sufficient turning radius for a
crane and 70’ tractor-trailer.
2. PRC cost is based upon the provided crane being able to get within 35’ of the building’s center
and for the delivery truck to be no more than 35’ from the crane center picking point.
3. If the path to the building site traverses curbs, underground utilities, landscaping, sidewalks, or
other obstacles that could be damaged, it is the Owner/General Contractor ‘s responsibility for
repair and all costs, if damage occurs.
4. If trench plating is required, it shall be the cost responsibility of the Owner/General Contractor.
5. If unseen obstacles are present when site installation begins, it is the Owner/General Contractor
responsibility to properly mark them and verbally notify PRC before installation.
6. If weather becomes an issue for safety or site installation delays due to weather,
Owner/General Contractor or PRC with General Contractor’s confirmation may call-off set. If
building set is stopped, relocation of the building modules to an onsite or offsite location may
incur additional costs to Owner/General Contractor.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
3 of 10
Installation Notice and Site Availability:
PRC will provide sufficient notice of delivery of the prefabricated building. The Owner/General
Contractor shall make the site available during the delivery period. During the delivery period, on an
improved site, Owner should stop site watering several days before delivery to minimize the impact on
the soils for the heavy equipment needed for installation.
Caution: If site is not ready for our field crew to perform their installation and if no notice of delay in
readiness from Owner/General Contractor is received, PRC will provide a change order for re-
mobilization on a daily basis until the site is ready for us. Ready means that the site pad is completed,
the corner required survey stakes are in place, the slab elevation stakes are in place, the location of
the front of the building is confirmed on site, and access to the site is available from an improved
roadway. Owner/General Contractor shall sign the change order before PRC will continue delivery.
Public Restroom Company will turnkey set the buildings including the hook up of utilities inside the
building (only) when they are available. PRC will use its own factory trained staff for the installation.
Utility Connections:
1. PRC to complete all internal building plumbing connections and connections from the electrical
panel to building’s fixtures. The Owner/ Contractor is responsible for making the final plumbing
connections at the POC location approximately 4’-6’ outside of the building footprint.
2. The Owner/Contractor is responsible for pulling the wire and completing the final tie-in to the
electrical panel from the POC location approximately 4’-6’ outside of the building footprint.
3. The Owner/Contractor is responsible for commissioning the building once final utility
connections are made. This includes flushing & testing all water service lines before final
startup.
Special Conditions, Permits, and Inspection Fees:
Follow any published specifications governing local building procedures for applicable building permit
fees, health department fees, all inspection fees, site concrete testing fees, and compaction tests, if
required by Owner. PRC is responsible for all required State inspections and final State insignia
certification of the building, if applicable.
Jurisdiction for Off-site Work:
Jurisdiction, for permitting and inspection of this building shall be either the State agency who manages
prefabricated building compliance in the state or the local CBO (when the State does not provide
certification.) If the responsibility for building inspection is the local CBO, PRC will provide a certified
plan set, calculations, and a third-party engineer inspection report for any and all closed work the local
official cannot see.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
4 of 10
PUBLIC RESTROOM COMPANY SCOPE OF WORK:
Our In Plant/Off-Site Construction Scheduling System:
PRC has several off-site manufacturing centers in the United States, strategically located, with the
proper equipment and trained staff to fabricate our custom buildings to our high-quality fit and finish
standards. PRC manages quality control in our off-site production facility to comply with the approved
drawings and provides an inspection certification and photos as required. When PRC proprietary
designed and fabricated material are part of the project, PRC supplies the manufacturing centers with
these proprietary components. The in-plant construction process is then scheduled to coordinate with
your delivery date through our Operations Division field staff. PRC guaranties on time, at cost delivery
weather permitting.
Special Payment and Progress Billing Terms:
Invoicing begins on the 30th of the month following an order and/or the acceptance of the proposal/contract.
The first progress billing invoice will be issued for the commencement of design and engineering of
architectural plans. This will be 10% of the contracted amount. Once construction begins invoicing will
commence monthly based on plant percentage of completion, supported by photographs.
In the event of project stoppage, additional fees may be assessed for re-mobilization, storage, crane
costs, etc. Our discounted project costs are based upon timely payments. Delays in payment could
change delivery schedules and project costs.
Delivery and Installation:
Site Inspection:
PRC staff, upon site arrival, will verify the required dimensions of the building pad and the corner
locations/elevation. PRC will also verify the delivery path from an accessible road or street and install
the underground utilities to the point of connection nominally 6’ from the exterior of the building.
Installation:
PRC will install the building turnkey, except for any exclusion (listed under “Exclusions,” herein.)
Installation of Utilities under the Prefabricated Building:
Off-site, PRC fabricates underground utilities (water, and DWV piping and fittings) preassembled
plumbing and electrical tree. Our site staff will set the underground tree into code depth excavated
trenches and our staff will install the coarse concrete sand to bed the piping per our submitted drawing.
PRC provides all the building’s under-slab piping including the driven electrical ground rod. The
Owner/General Contractor brings utility services to between 4’-6’ outside of the building footprint and
are responsible for final connections at that point.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
5 of 10
Connection of Utilities Post Building Placement:
After placement of the building on the pad by PRC, our field staff will tie in the water and sewer
connection “inside” the building only and terminate at a point of connection (POC) outside the building
clearly marked for each utility service. The Owner/General Contractor is responsible for final utility point
of service connections at the nominal 4’-6’ from building locations.
Electrical:
PRC provides the electrical conduit to the POC 4’-6’ from the building. The Owner/General Contractor
pulls the wire and ties it off on the electrical panel.
Plumbing:
PRC provides the POC between 4’- 6’ from the building footprint and the Owner/General Contractor
connects the water to our stub out location.
Sewer:
Some sites depending on the local jurisdiction will require an outside house trap which Owner/General
Contractor shall install if needed. PRC will provide you with a sewer point of connection including a clean
out to which Owner/General Contractor will terminate the site sewer service.
Testing of Water, Sewer, and Electrical in Plant and Final Site Utility Connection:
Before the building leaves the manufacturing center, PRC certifies a pressure water piping test, DWV,
and the electrical connections for compliance with code. While the building is fully tested for leaks at
the plant before shipment, road vibration may loosen some plumbing slip fittings and require tightening
once the building services (water) is completed. Owner/General Contractor is responsible for minor
fitting tightening to handle small slip fitting leaks caused by transportation.
Time of Completion:
PRC estimates a 240 calendar day schedule to complete our scope of work from receipt of written notice
to proceed together with signed approved architectural submittals; including final construction
documents and structural calculations from all authorities required to approve them.
Exclusions/Exceptions:
1. Access issues for delivery of the building by a clear unobstructed path of travel from an
improved roadway to the final installation pad or foundation may cause site delays and
extra cost at each site. This exclusion covers sites whose access is limited by trees,
inaccessible roadways, overhead power lines at location where crane will lift building,
grade changes disallowing our delivery trailers with only 4” of clearance to grade, berms,
or uneven site grades, or when the path of travel is over improvements such as sidewalks,
all of which are not within the scope of work by PRC. On some sites without on-site
storage availability for buildings that cannot be set, relocation to a proximal crane yard
and later relocated to the site for installation, will incur additional fees at rates that vary
depending on local rates. PRC will provide written costs for this additional work by change
order.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
6 of 10
2. If weather on site causes site delivery issues, the delivery may have to be diverted to an
off-site location and the additional costs will be a change order to the bid. Our staff works
with the Owner/General Contractor in advance to make sure sound decisions for delivery
are made to avoid this issue. But sometimes Owner/General Contractor take risks for
weather, but this risk is clearly at the Owner/General Contractor risk, not PRC.
3. Sidewalks outside the building footprint.
4. Trench plates or matting needed for protection of site soils, sidewalks, hardscaping, or site
utilities shall be the responsibility of the Owner/General Contractor. Any site soils damage
or other site improvements if damaged during installation shall be the responsibility of
the Owner/General Contractor.
5. Not responsible for removing any soil, sand, or other debris as a result of trenching or
installation.
6. Survey, location of building corners, finish floor elevation, excavation, and construction of
subgrade building pad and footings (if required) per PRC plans.
7. Soil conditions not suitable for bearing a minimum of 1500 PSF with compaction to 90%
maximum dry density shall require Owner/General Contractor correction before building
placement. If no soils testing report is available before bid, Owner/General Contractor
must verify site supporting soils at a minimum of 1500 PSF because that is the least we
can place our structures on or Owner/General Contractor or engineer of record must
design a foundation system to meet the imposed loads of site placement.
8. Improper water pressure, an undersized meter, or improper water volume flow to the
building may necessitate a change order for installation of a building internal diaphragm
tank to provide the minimum flow rate and static pressure of up to 60 PSI and a minimum
of 40 PSI to properly flush the fixtures. Building water service chlorination, post
installation, shall be by Owner/General Contractor.
9. Our bid included crane costs are based on a maximum 35’ radius from the center pin of
the crane (10’ back from the rear of the crane) to the building center point of the furthest
building module roof. If additional distance requires a larger crane, additional costs will be
assessed by change order to the Owner/General Contractor.
10. Bonds, building permits, a site survey, special inspection fees, minor trash removal
(nominally one pickup truck of shipping materials), final utility connections to the on-site
water, sewer and electrical are by the Owner/General Contractor. Since the building is
fully inspected and tested in plant, minor plumbing leaks (if water is not available when
building site work installation is completed) is by the Owner/ General Contractor.
11. Site Traffic Control, if applicable, shall be by Owner/ General Contractor, not PRC.
12. Any equipment installation, site work or special inspections other than described within
this proposal, shall be by Owner/General Contractor.
13. Backflow certification if applicable by Owner/ General Contractor.
14. Any Fire Suppression Systems by others, not by PRC.
15. Any future transformers, related shut offs, and disconnects for electrical is by others, not
by PRC.
16. If determined that under slab vapor barrier and or insulation is required, Owner/General
Contractor shall provide materials and installation.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
7 of 10
17. If required any gutter and downspout materials and installation will be procured and
installed by others.
Insurance and Prevailing Wage Certification:
PRC shall comply with the required insurance requirements, wage reports, and safety requirements for
the project, including OSHA regulations.
Special Insurance to Protect the Building Before Acceptance:
As PRC requires payment for each month of off-site construction, and since the building is not on owner
property where their insurance will cover the building, PRC maintains a special policy that insures the
property even when paid for off-site until the building is finally accepted by the owner. This special
policy protects the Owner’s custom ordered materials to be used in the fabrication of the building
during this period. PRC provides this Stock Throughput Policy to cover the building materials from
supplier to manufacturer, while it is being built off-site, while in transit to the job site, during and after it
is installed on-site until final acceptance. This special policy has a $1,000,000 coverage limit. This
exceeds the cost of any single building offered for sale herein.
Errors and Omissions Insurance:
Our firm employs licensed architects, engineers, and drafting staff to provide design of our buildings.
Since these buildings are required to meet accessibility standards and building codes on site, and since
PRC is the designer, PRC carries Errors and Omissions Insurance (E & O) to protect our clients from any
errors. The policy covers a limit of up to $2,000,000 per occurrence and is more clearly explained in the
insurance certificates provided after receipt of a purchase order.
WARRANTY:
All work performed by PUBLIC RESTROOM COMPANY (called “Company”) shall be warranted to the
Owner to be of good quality, free of faults and defects in material, workmanship, and title for 5 years
from last date of installation if building is installed by Company or 1 year if building is installed by Owner
or Owner’s agent without on-site supervision by Company. Company warranty on building shell
including exterior walls, concrete 8” slab/foundation, and roof system is warranted for 20 years
structurally. The Company will repair or replace at their sole option any defects in work upon proper
notice to the below stated address below.
Owner/General Contractor selected parts and materials that are not PRC approved will not be covered
under PRC’s 5 year component warranty. These selections will be covered only by any available
manufacturer warranty.
Our Company extended warranties shall be Company only and shall have no effect on any required
Performance, Payment, or Warranty Bonds where Surety shall assume no liability to the Company, the
Owner, or any third parties should the Company fail for any reason to deliver acceptable maintenance
warranties beyond the one year period. The warranty extension is solely between the owner and PRC
and not the general contractor, bonding company, or architect/engineer of record.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
8 of 10
This warranty applies only if all work performed by Company has been fully paid for, including change
orders if applicable. Company has no responsibility for any neglect, abuse, or improper handling of
building product.
The warranties expressed herein are exclusive, and are in lieu of all other warranties expressed or
implied, including those of merchantability and fitness.
There are no warranties which extend beyond those described on the face of this Warranty. The
foregoing shall constitute the full liability of the Company and be the sole remedy to the Owner.
Term of Offer to Sell and Owner/General Contractor Acceptance:
This offer is valid for acceptance within 90 days or when a part of a public bid for the applicable duration
imposed within the Owner’s bid documents. Acceptance is by approving our post bid preliminary notice
to begin drawings subject to final Owner/General Contractor approval of our submittals and receipt of a
contract or a purchase order/contract.
Special Notice of Possible Project Cost Increases as a Result of Late Payments:
In the event of delayed or late payment, PRC shall have the right to remedies including late charges,
overall project total cost increases, and other damages as allowed by applicable law. The contract price
quoted herein is a discounted price based upon our receipt of progress payments as invoiced on the
agreed billing schedule of PRC. In the event of non-payment, PRC will provide a 5 day written notice to
cure and if payment is still not received, the discounted price for the payment due may increase, to an
undetermined amount, to cover work stoppage, remobilization, cancellation of materials and
subsequent restocking charges, resale of the contracted building to another party, storage fees,
additional crane fees, travel and per diem costs for field crews, and any other cost applicable to the
project, as allowed by law. Interest if applicable to non-payment will be assessed at the maximum
amount allowed by law or 18% whichever is greater.
Termination:
Upon Termination for any reason, Owner/General Contractor shall be liable for the cost of all work
performed up to the date of termination. Additionally, Owner/General Contractor shall pay for off-site
demolition and disposal of the partially or fully fabricated building as well as any non-returnable
materials which were custom-ordered to complete fabrication in PRC’s factory location. Any returned
materials are subject to return and restocking fees at the Owner/General Contractor expense.
Venue for Contract Jurisdiction:
Public Restroom Company requires all contracts accepted by our firm to hold that the venue for legal
jurisdiction for this contract offer and acceptance shall be Douglas County, Nevada. In the event of your
default, PRC shall be entitled to the full amount due including reasonable attorney fees, costs, storage,
expenses of physical recovery, and statutory interest, as allowed by law.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
9 of 10
Optional Building Installation Steps – By Others:
If a Community Workforce Agreement or other labor regulation requires the use of local labor for site
work, our trained installation staff will not be able to complete the installation work on site. In these
cases, Public Restroom Company shall provide one staff member for supervision of installation work
being performed by others for warranty to be valid. Below is a general guide for the installation and
may not constitute a full installation process depending on the unique features of the site, building, and
utilities needed.
1. Underground Utility Prep: *Reminder - 8” slab arrives with the building*
a. Owner/ General Contractor to stringline outside of building slab and mark the utility drop
locations per the plumbing drop plan provided with submittal drawings.
b. Owner/ General Contractor to trench utility lines to meet the drop locations.
c. Owner/ General Contractor to assemble the underground sewer piping, electrical conduit,
and install underground water line.
d. Trench and install building utilities.
e. Slope the sewer to code (minimum 2%).
f. Shade pipes with sand while waiting for the underground inspection.
g. Pass local building underground inspection.
h. Backfill with course mason sand around all the plumbing risers.
i. Pad should be laser level 8” below the finish floor elevation. Place course mason sand and
screed sand flush using 2x4’s.
2. Building Off-Load and Set:
a. Remove plastic shrink wrap.
b. Remove steel tie-down plates from building slab and install provided pick plates.
c. Remove the electrical conduit from the main panel, clear all block out grates.
d. Hook up the rigging and install protection from rigging at the fascia.
e. Pick the building slowly, lift the building up 1 inch off the trailer to make sure building is
secure. Check the level of the building and adjust with shackles.
f. Set the building on the sub-grade at marked location.
g. Repeat for any additional building modules.
3. Final Install Steps:
a. Make sure the building is level and aligned properly (block joints, cap beam, concrete slab,
plumbing, fascia, ridge, etc.)
b. Dry in the roof including caulking joints at the fascia.
c. Connect all interior plumbing, including clean outs before the exterior sewer POC.
d. Connect the 2” electrical conduit to the main panel in the chase, install 10’ ground and
connect it to the Ufer ground that is located under the panel.
e. Touch up paint, as needed.
f. Sweep out all the rooms, wipe all fixtures and doors, etc.
g. Install backer rod where the building modules join.
h. Install self-leveling caulking on the floor slab joints where the building modules meet.
Veterans Freedom Park – Azusa, CA | 05/28/2025| Reference # 131235/19/2025-2
2587 Business Parkway | Minden, NV 89423 | www.PublicRestroomCompany.com | p: 888-888-2060 | f: 888-888-1448
10 of 10
No modifications to this offer shall be authorized unless confirmed in writing by the President
of Public Restroom Company.
Offered by: Public Restroom Company by _________________________________
Charles E. Kaufman IV, President
This provides conditional acceptance of this preliminary purchase order for this building
subject to acceptance of the submittals, furnished by Public Restroom Company. Once you
accept the preliminary submittals, this shall become a final purchase agreement or at your
discretion the final purchase order or a contract may be substituted with this attached.
Accepted by:
_______________________________ _______________________________
Authorized Signature Date Signed
_______________________________ _______________________________
Printed Name Legal Entity Name and Address
PROJECT REF#: 13123-5/19/2025-2
COPYRIGHT 2025,
PUBLIC RESTROOM
COMPANY THIS
MATERIAL IS THE
EXCLUSIVE PROPERTY
OF PUBLIC RESTROOM
COMPANY AND SHALL
NOT BE REPRODUCED,
USED OR DISCLOSED
TO OTHERS EXCEPT AS
AUTHORIZED BY THE
WRITTEN PERMISSION
OF PUBLIC RESTROOM
COMPANY.
AZUSA,
CALIFORNIA
RESTROOM
BUILDING
2587 BUSINESS PARKWAY
MINDEN NEVADA 89423
P: 888-888-2060 F: 888-888-1448
www.PublicRestroomCompany.com
VETERANS FREEDOM PARK
FLOOR PLAN
SCALE: NOT TO SCALE
THIS CONCEPTUAL/ PRELIMINARY DESIGN AND THE
3D RENDERING IS AN ARTISTIC INTERPRETATION OF
THE DESIGN. IT IS NOT MEANT TO BE AN EXACT
RENDITION OF THE FINISH PRODUCT. SOME ITEMS
MAY NOT BE STANDARD AND/OR SUBJECT TO
CHANGE DURING PROJECT DEVELOPMENT
HD
UTILITY
CHASE/
STORAGE
ELEC.
PANEL
ACC/
RR #1
2"
12
'
-
8
"
(
R
O
O
F
O
V
E
R
A
L
L
)
2"
10'-0"
30'-0" ROOF OVERALL
8"8"28'-8" BUILDING OVERALL
8'-8"10'-0"
OUTSIDE
LAVATORIES
BC
12
'
-
4
"
(
B
U
I
L
D
I
N
G
O
V
E
R
A
L
L
)
BC
DRINKING
FOUNTAIN
W/ BOTTLE
FILLER
HD
RR #2
ACC/
RR #4
RR #3
EXHAUST
FAN ABV.
EXHAUST
FAN ABV.
1
-
2
-
FLOOR PLAN
SCALE: 3/16"=1'0"
A-1
MAX. PERSON / HOUR:PROJECT #:
REVISION #
180
SHEET#
START
DATE:
DRAWN BY:
REVISION
DATE:
DRAWN BY:
C O P Y R I G H T 2 0 2 5 P U B L I C
R E S T R O O M C O M P A N Y T H I S
M A T E R I A L I S T H E E X C L US I V E
P R O P E R T Y O F P U B L I C
R E S T R O O M C O M P A N Y A N D
S H AL L N O T B E RE P R O D U C E D ,
U S E D , O R D I S C L O S E D T O
O T H E R S E X C E P T A S
AU TH OR IZ ED B Y T HE WR ITT EN
P E R M I S S I O N O F P U B L I C
R E S T R O O M C O M P A N Y .
~NOT FOR CONSTRUCTION ~ PRELIMINARY DESIGN DRAWING ONLY ~ DO NOT SCALE, DIMENSIONS PRESIDE
PROJECT:
BUILDING TYPE:
S
PROJECT REF#: 13123-5/19/2025-2
RESTROOM BUILDING
VETERANS FREEDOM PARK
AZUSA, CA
THIS CONCEPTUAL/ PRELIMINARY DESIGN AND THE 3D RENDERING IS AN ARTISTIC INTERPRETATION OF THE DESIGN. IT IS NOT MEANT TO BE AN
EXACT RENDITION OF THE FINISH PRODUCT. SOME ITEMS MAY NOT BE STANDARD AND / OR SUBJECT TO CHANGE DURING PROJECT DEVELOPMENT
13123
5/14/2025
EOR
2 RESTROOM BUILDING 5/19/2025
EOR
HD
T.O. SLAB
0'-0"
T.O. WALL
7'-4"
12
3
12
'
-
8
"
OUTSIDE
LAVATORIES
DRINKING FOUNTAIN W/
BOTTLE FILLER
HD
RESTROOMALL GENDER RESTROOMALL GENDER
STATION
CHANGING
RESTROOMALL GENDER
STATION
CHANGING
TILE WALL
VILLA DECRA
METAL ROOF
STUCCO
LIGHT
FIXTURE,
TYP.
RESTROOMALL GENDER
SCALLOP
WALL
FEATURE
T.O. SLAB
0'-0"
T.O. WALL
7'-4"
12
'
-
8
"
VILLA DECRA
METAL ROOF
STUCCO
A-2
ELEVATION 1
SCALE:3/16"=1'-0"
ELEVATION 2
SCALE:3/16"=1'-0"
MAX. PERSON / HOUR:PROJECT #:
REVISION #
180
SHEET#
START
DATE:
DRAWN BY:
REVISION
DATE:
DRAWN BY:
C O P Y R I G H T 2 0 2 5 P U B L I C
R E S T R O O M C O M P A N Y T H I S
M A T E R I A L I S T H E E X C L US I V E
P R O P E R T Y O F P U B L I C
R E S T R O O M C O M P A N Y A N D
S H AL L N O T B E RE P R O D U C E D ,
U S E D , O R D I S C L O S E D T O
O T H E R S E X C E P T A S
AU TH OR IZ ED B Y T HE WR ITT EN
P E R M I S S I O N O F P U B L I C
R E S T R O O M C O M P A N Y .
~NOT FOR CONSTRUCTION ~ PRELIMINARY DESIGN DRAWING ONLY ~ DO NOT SCALE, DIMENSIONS PRESIDE
PROJECT:
BUILDING TYPE:
S
PROJECT REF#: 13123-5/19/2025-2
RESTROOM BUILDING
VETERANS FREEDOM PARK
AZUSA, CA
THIS CONCEPTUAL/ PRELIMINARY DESIGN AND THE 3D RENDERING IS AN ARTISTIC INTERPRETATION OF THE DESIGN. IT IS NOT MEANT TO BE AN
EXACT RENDITION OF THE FINISH PRODUCT. SOME ITEMS MAY NOT BE STANDARD AND / OR SUBJECT TO CHANGE DURING PROJECT DEVELOPMENT
13123
5/14/2025
EOR
2 RESTROOM BUILDING 5/19/2025
EOR
CONTRACT
- 1 -
CITY OF AZUSA STANDARD CONTRACT
VETERANS FREEDOM PARK RESTROOM REPLACEMENT PROJECT
PROJECT NO. 66626E-7120
THIS CONTRACT is made this____day of [JULY, 2025], in the County of Los
Angeles, State of California, by and between the City of Azusa, hereinafter called City, an d
[Public Restroom Company], hereinafter called Contractor. The City and the Contractor for the
considerations stated herein agree as follows:
ARTICLE 1. SCOPE OF WORK. The Contractor shall perform all Work within the time
stipulated in the Contract and shall provide all labor, materials, equipment, tools, utility services,
and transportation to complete all of the Work required in strict compliance with the Contract
Documents as specified in Article 5 below for the following Project:
VETERANS FREEDOM PARK RESTROOM REPLACEMENT PROJECT
PROJECT NO. 66626E-7120
The Contractor and its surety shall be liable to the City for any damages arising as a result of the
Contractor’s failure to comply with this obligation.
ARTICLE 2. TIME FOR COMPLETION. The Work shall be commenced on the date stated
in the City’s Notice to Proceed. The Contractor shall complete all Work required by the Contract
Documents within XX working days from the commencement date stated in the Notice to
Proceed. By its signature hereunder, Contractor agrees the time for completion set forth above is
adequate and reasonable to complete the Work.
ARTICLE 3. CONTRACT PRICE. The City shall pay to the Contractor as full compensation
for the performance of the Contract, subject to any additions or deductions as provided in the
Contract Documents, and including all applicable taxes and costs, the sum of [four hundred
ninety-one thousand, nine hundred twenty-eight] ([$491,928]). Payment shall be made as set
forth in the General Conditions.
ARTICLE 4. LIQUIDATED DAMAGES. In accordance with Government Code section
53069.85, it is agreed that the Contractor will pay the City the sum of $300 for each and every
calendar day of delay beyond the time prescribed in the Contract Documents for finishing the
Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this is not paid, the
Contractor agrees the City may deduct that amount from any money due or that may become due
the Contractor under the Contract. This Article does not exclude recovery of other damages
specified in the Contract Documents.
ARTICLE 5. COMPONENT PARTS OF THE CONTRACT. The “Contract Documents”
include the following:
CONTRACT
- 2 -
Notice Inviting Bids
Instructions to Bidders
Bid Form
Contractor’s Certificate Regarding Workers’ Compensation
Bid Bond
Designation of Subcontractors
Information Required of Bidders
Non-Collusion Affidavit form
Contract
Performance Bond
Payment Bond
General Conditions
Special Conditions
Technical Specifications
Addenda
Plans and Drawings
Approved and fully executed change orders
Any other documents contained in or incorporated into the Contract
The Contactor shall complete the Work in strict accordance with all of the Contract Documents.
All of the Contract Documents are intended to be complementary. Work required by one of the
Contract Documents and not by others shall be done as if required by all. This Contract shall
supersede any prior agreement of the parties.
ARTICLE 6. PROVISIONS REQUIRED BY LAW. Each and every provision of law
required to be included in these Contract Documents shall be deemed to be included in these
Contract Documents. The Contractor shall comply with all requirements of the California Labor
Code applicable to this Project.
ARTICLE 7. INDEMNIFICATION. Contractor shall provide indemnification as set forth in
the General Conditions.
ARTICLE 8. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate
of wages in accordance with the Labor Code which such rates shall be made available at Azusa
City Hall or may be obtained online at http//www.dir.ca.gov/dlsr and which must be posted at the
job site.
ARTICLE 9. DECLARATION OF POLITICAL CONTRIBUTIONS. Consultant shall,
throughout the term of this Agreement, submit to City an annual statement in writing declaring
any political contributions of money, in-kind services, or loan made to any member of the city
council within the previous twelve-month period by the Consultant and all of Consultant's
employees, including any employee(s) that Consultant intends to assign to perform the Services
described in this Agreement.
ARTICLE 10. CONFLICT OF INTEREST. In the procurement of supplies, equipment,
construction, and services by sub-recipients, the conflict of interest provisions in (State LCA –
CONTRACT
- 3 -
24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and 24 CFR
570.611, respectively, shall apply. No employee, officer or agent of the sub-recipient shall
participate in selection, or in the award or administration of a contract supported by Federal
funds if a conflict of interest, real or apparent, would be involved.
IN WITNESS WHEREOF, this Contract has been duly executed by the above-named
parties, on the day and year above written.
[PUBLIC RESTROOM COMPANY]
________________________________
Name and Title
________________________________
Signature of Contractor
License No. ______________________
CITY OF AZUSA
_______________________________
Sergio Gonzalez
City Manager
________________________________
Jeffrey Lawrence Cornejo Jr.
City Clerk
Approved as to Form:
______________________________
Best Best & Krieger LLP
City Attorney
BONDS
- 4 -
PERFORMANCE BOND
FOR
VETERANS FREEDOM PARK RESTROOM REPLACEMENT PROJECT
PROJECT NO. 66626E-7120
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, City of Azusa (hereinafter referred to as “City”) has awarded to [Public
Restroom Company], (hereinafter referred to as the “Contractor”) an agreement for Project No.
66626E (hereinafter referred to as the “Project”).
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the
Contract Documents for the Project, (hereinafter referred to as “Contract Documents”), the terms
and conditions of which are expressly incorporated herein by reference; and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof
and to furnish a bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, [Public Restroom Company], the undersigned Contractor and
_____________________________________________ as Surety, a corporation organized and
duly authorized to transact business under the laws of the State of California, are held and firmly
bound unto the City in the sum of [four hundred ninety-one thousand, nine hundred twenty-
eight] ([$491,928]), said sum being not less than one hundred percent (100%) of the total amount
of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and agreements in the Contract
Documents and any alteration thereof made as therein provided, on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill all obligations including the one-year guarantee of
all materials and workmanship; and shall indemnify and save harmless the City, its officers and
agents, as stipulated in said Contract Documents, then this obligation shall become null and void;
otherwise it shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefore,
there shall be included costs and reasonable expenses and fees including reasonable attorney’s
fees, incurred by City in enforcing such obligation.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a
period of one (1) year after the acceptance of the work by City, during which time if Contractor
shall fail to make full, complete, and satisfactory repair and replacements and totally protect the
City from loss or damage resulting from or caused by defective materials or faulty workmanship.
BONDS
- 5 -
The obligations of Surety hereunder shall continue so long as any obligation of Contractor
remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations
under the Contract, law or equity, including, but not limited to, California Code of Civil
Procedure section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the Contract
Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall
promptly, at the City’s option:
(1) Take over and complete the Project in accordance with all terms and conditions in
the Contract Documents; or
(2) Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The
term “balance of the contract price” as used in this paragraph shall mean the total
amount payable to Contractor by the City under the Contract and any
modification thereto, less any amount previously paid by the City to the
Contractor and any other set offs pursuant to the Contract Documents.
(3) Permit the City to complete the Project in any manner consistent with California
law and make available as work progresses sufficient funds to pay the cost of
completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which may be
proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from
Contractor for completion of the Project if the CITY, when declaring the Contractor in default,
notifies Surety of the City’s objection to Contractor’s further participation in the completion of
the Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Project to be performed
thereunder 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 terms of the Contract Documents
or to the Project.
BONDS
- 6 -
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________________, 2025.
_________________________________________
CONTRACTOR/PRINCIPAL
_________________________________________
Name
By_______________________________________
SURETY:
By: ______________________________________
Attorney-In-Fact
The rate of premium on this bond is ____________ per thousand. The total amount of premium
charges, $_______________________________.
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
(Name and Address of Surety) ___________________________________________
___________________________________________
___________________________________________
(Name and Address of Agent or ___________________________________________
Representative for service of
process in California, if different ___________________________________________
from above)
___________________________________________
(Telephone number of Surety and ___________________________________________
Agent or Representative for service
of process in California
BONDS
- 7 -
STATE OF CALIFORNIA
COUNTY OF
On before me, (here insert
name and title of the officer), personally appeared , who proved
to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under penalty of perjury under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature __________________________________
(Seal)
NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must
be attached hereto.
BONDS
- 8 -
PAYMENT BOND
FOR
VETERANS FREEDOM PARK RESTROOM REPLACEMENT PROJECT
PROJECT NO. 66626E-7120
KNOW ALL MEN BY THESE PRESENTS That
WHEREAS, the City of Azusa (hereinafter designated as the “City”) has awarded to
[Public Restroom Company], hereinafter designated as the “Principal,” a contract for the
work described as follows: Project No.66626E (the “Project”); and
WHEREAS, said Principal is required to furnish a bond in connection with said contract;
providing that if said Principal or any of its Subcontractors shall fail to pay for any
materials, provisions, provender, equipment, or other supplies used in, upon, for or about
the performance of the work contracted to be done, or for any work or labor done thereon
of any kind, or for amounts due under the Unemployment Insurance Code or for any
amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of said Principal and its
Subcontractors with respect to such work or labor the Surety on this bond will pay for the
same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and __________________________ as Surety,
are held and firmly bound unto the City in the penal sum of [four hundred ninety-one
thousand, nine hundred twenty-eight] ([$491,928]) lawful money of the United States of
America, for the payment of which sum well and truly to be made, we bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay
any of the persons named in Section 3181 of the Civil Code, 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 for any work or labor thereon of any kind, or amounts due under
the Unemployment Insurance Code with respect to work or labor performed under the
contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department or Franchise Tax Board from the wages of
employees of the contractor and his subcontractors pursuant to Section 18663 of the
Revenue and Taxation Code, with respect to such work and labor the Surety or Sureties
will pay for the same, in an amount not exceeding the sum herein above specified, and
also, in case suit is brought upon this bond, all litigation expenses incurred by the City in
such suit, including reasonable attorneys’ fees, court costs, expert witness fees and
investigation expenses.
This bond shall inure to the benefit of any of the persons named in Section 3181 of the
Civil Code so as to give a right of action to such persons or their assigns in any suit
brought upon this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or
released from the obligation of this bond by any change, extension of time for
performance, addition, alteration or modification in, to, or of any contract, plans,
specifications, or agreement pertaining or relating to any scheme or work of improvement
BONDS
- 9 -
herein above described, or pertaining or relating to the furnishing of labor, materials, or
equipment therefore, nor by any change or modification of any terms of payment or
extension of the time for any payment pertaining or relating to any scheme or work of
improvement herein above described, nor by any rescission or attempted rescission or
attempted rescission of the contract, agreement or bond, nor by any conditions precedent
or subsequent in the bond attempting to limit the right of recovery of claimants otherwise
entitled to recover under any such contract or agreement or under the bond, nor by any
fraud practiced by any person other than the claimant seeking to recover on the bond and
that this bond be construed most strongly against the Surety and in favor of all persons
for whose benefit such bond is given, and under no circumstances shall Surety be
released from liability to those for whose benefit such bond has been given, by reason of
any breach of contract between the owner or City and original contractor or on the part of
any obligee named in such bond, but the sole conditions of recovery shall be that
claimant is a person described in Section 3110 or 3112 of the Civil Code, and has not
been paid the full amount of his claim and that Surety does hereby waive notice of any
such change, extension of time, addition, alteration or modification herein mentioned.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of
which shall for all purposes be deemed unoriginal thereof, have been duly executed by
the Principal and Surety above named, on the _____ day of ______________________
2025 the name and corporate seal of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative pursuant to authority of its
governing body.
(Corporate Seal of Principal,
if corporation) Principal (Property Name of
Contractor)
By
(Signature of Contractor)
(Seal of Surety)
Surety
By
Attorney in Fact
(Attached Attorney-In-Fact
Certificate and Required
Acknowledgements)
*Note: Appropriate Notarial Acknowledgments of Execution by
Contractor and +surety and a power of Attorney MUST BE ATTACHED.