FIRE STATION 44 – INSTALLATION OF NEW COMMUNICATION TOWER

FIRE STATION 44 – INSTALLATION OF NEW COMMUNICATION TOWER

Status

Bidding Closed

Bid Date5/6/21 1:00pm

Company & Contacts

Ventura County Fire Protection District
Contact 1 David Kirby: 805/ 910-0256
Contact 2 – Teresa Barton: 805/ 389-9742  

Location

Fire Station 44 - 1050 Country Club Drive, Simi Valley, CA 93065

VENTURA COUNTY FIRE PROTECTION DISTRICT
FIRE STATION 44 – INSTALLATION OF NEW COMMUNICATION TOWER,
FOUNDATION & TRASH ENCLOSURE

NOTICE INVITING BIDS – Issue Date: April 22, 2021

REMINDER:
Non-mandatory Pre-Bid Meeting:
A non-mandatory pre-bid meeting is scheduled on April 27, 2021 @ 9:00 AM at Fire Station 44. The meeting will be held for the purpose of answering any questions concerning the project. None of the information transmitted at the pre-bid meeting shall be construed in any way to modify, correct or change the Plans and Specifications. All corrections and changes deemed necessary based on discussions held at the pre-bid meeting shall be forwarded to all Plan Holders as an addendum or RFI clarification, as applicable.

Sealed bids will be received in the bid box at the Ventura County Fire Protection District’s (herein Owner, VCFPD,
District or Agency) main office located at 165 Durley Avenue, Camarillo, CA 93010 not later than 1:00 PM (PST)
May 6, 2021 for VCFPD’s Installation of New Communication Tower, Foundation & Trash Enclosure at Fire Station
44 located at 1050 Country Club Drive, Simi Valley, CA 93065.

Time of Bid Closure: The bid box will be closed promptly at the time specified above. The person opening bids will not accept bids that are not in the bid box at closing time. Note that clocks in the building may not be set to the correct time and should not be relied upon. Provisions when government offices are closed to the public are in the Bid Documents.

General Description of the Work: In general, the Work to be performed for the Installation of New Communication Tower, Foundation & Trash Enclosure at Fire Station 44 Project is defined by the Contract Documents and consists of the items of Work listed below including all Work shown upon the Construction Drawings, Technical Specifications and all other Trade Contract Documents concerning this Work as required for the complete installation of all Work in accordance with the Specifications, or in Change Order, inclusive of all labor, tools, materials, incidentals, equipment, supervision, management, administration, testing, and all other necessary services, as defined by the Contract Documents. The Work to be performed by the Contractor is further delineated, but not limited to all items below. All items referenced below shall be considered by the Contractor and shall be included in the Total Lump Sum Bid

The Work at Fire Station 44 includes demolition of existing trash enclosure to make room for a new communication tower. Demolition activities also include concrete sawcutting, excavation, minor vegetation removal and as-needed irrigation removal/relocation as depicted on the plans. New construction consists of a reinforced concrete drilled pier foundation, installation of one, new, 60-foot high, Owner-furnished Contractor-installed (OFCI) Magnum SSM Self-Supporting Antenna Tower (herein Magnum Tower or Tower), associated anchoring, grounding, cabling and conduit, for connection within the existing communications electrical room of the Fire Station and associated interior improvements such as new cable tray, interior grounding and bus bars. The Work also includes full outfitting of the tower as shown on the plans, including but not limited to, rigging, mounts, antennas, dishes, ground bars, connectors, junction boxes, hangers and boots, unless otherwise authorized. Lastly, the Work includes improvements associated with a new trash enclosure depicted on the final sheet of the plans. This Work includes soils compaction, concrete footings, minor concrete curbing, CMU walls and gates with finishes to match existing adjacent site improvements, protective bollards, doweling, and gravel placed over weed barrier

Outfitting of the tower with mounts, antennas, dishes, connectors, hangars, and other items associated with post-tower erection activities shall be completed under separate contract.

Awarded Contractor shall be solely responsible for the means and methods, procedures and all requirements to complete the Work for this Project. Contractor shall perform all Work in conformance with every law, statute, ordinance, building code, rule, or regulation and requirements of all City, County, State and Federal Agencies and Authorities having jurisdiction over this Project, including the demolition, removal, transportation and disposal of all removed materials.

The Contractor shall furnish, provide, install, and maintain all required protective materials and coverings, medium, and services to adequately protect all areas of work during course of construction including maintenance of adequate dust control at all times, and thoroughly clean all areas of work at the end of each workday. Coordination of work with other trades shall be included as necessary.

The site of this Project is within the incorporated City of Simi Valley. Contractor shall comply with City of Simi Valley’s Construction and Demolition Waste Management Plan and shall perform all Work in conformance with every law, statute, ordinance, building code, rule, or regulation and requirements of all City, County, State and Federal Agencies and Authorities having jurisdiction over this Project, including the demolition, removal, transportation and disposal of all removed materials.

The provisions of the Contract Documents, including County of Ventura Standard Specifications, Agency’s Supplementary Standard Specifications and Division 1, Section 01010 shall apply to all Construction Drawings and Technical Specifications of this Project.

Competency of Bidders: All bidders must meet all of the following minimum bid qualification requirements.

1. The bidding entity must have been established for a minimum of twelve consecutive months. Bidders shall possess a valid Class B California Contractor’s License, as defined by state law and must maintain said license for the duration of the Project.

2. The bidding entity, its Responsible Managing Owner (RMO) or its Responsible Managing Employee (RME), must have successfully completed a minimum of five similar construction projects and miscellaneous work as necessary for complete installation.

3. The bidding entity, its RMO, or its RME shall not have been removed from construction projects for failure to perform or default on contract within the past five (5) years. Successful removal from any project shall be considered possible cause for disqualification from this Project.

4. All bidders shall submit documentation including a detailed description of at least three (3) similar projects as defined in Item 2 above. Bidder shall provide contact names and phone numbers as they relate to said projects.

5. Misrepresentation of submitted documentation by bidder shall constitute grounds for disqualification of its bid for this Project.

Registration with Department of Industrial Relations (DIR): This project is subject to compliance monitoring and
enforcement by DIR. Contractor and all subcontractors must comply with the requirements of Labor Code section
1771.1(a), pertaining to registration of contractors. Pursuant to 1771.1(a), a contractor or subcontractor shall not be
qualified to bid on, be listed in a bid proposal or engage in the performance of any contract for public work unless
currently registered with the DIR pursuant to section 1725.5, with limited exceptions for bid purposes only. Contractor
shall agree to comply with these sections and all remaining provisions of the Labor Code. For more information,
please go to the following websites: http://www.dir.ca.gov/Public-Works/PublicWorks.html

Pre-Bid Meeting: A non-mandatory pre-bid meeting is scheduled on April 27, 2021 @ 9:00 AM at Fire Station 44.
The meeting will be held for the purpose of answering any questions concerning the project. None of the information
transmitted at the pre-bid meeting shall be construed in any way to modify, correct or change the Plans and
Specifications. All corrections and changes deemed necessary based on discussions held at the pre-bid meeting
shall be forwarded to all Plan Holders as an addendum or RFI clarification, as applicable.

Liquidated Damages: Liquidated damages for delay are $1,000.00 per calendar day.

Bid Documents are available to bidders starting April 22, 2021 and will be issued at:

Coast Reprographics
1710 Donlon Street, Suite 2, Ventura, CA 93003
Contact Name: Brian Ehler Phone: (805) 642-5898 Email: ventura@coast-repro.com

Each bidder is responsible for the cost of electronic downloads. Bidders may purchase hard copies of Plans and Specifications for a non-refundable amount of $15.00 per set, if picked up from Coast Reprographics at the above address. Any shipping and handling costs shall be the responsibility of the bidder. All payments shall be made directly to Coast Reprographics. Arrangements for receipt and payment for the Bid Documents shall be made directly with Coast Reprographics.

Each bidder must call Coast Reprographics at the number above to place an order prior to pick up or access their Plan Room at: coastplanroom.com/public.php for electronic download.

Bid Documents are also available for viewing at the trade organizations listed below.
1. Builder’s Notebook – planroom@buildersnotebook.com
2. Construction Bidboard – planroom@ebidboard.com
3. Cyber Copy – dfssupport@cybercopyusa.com
4. Ventura County Contractor’s Association – plan.room@vccainc.com

For Technical Questions and Requests for Clarifications concerning Bid Documents, fax to 805/ 383-4780, attention David Kirby, or email to david.kirby@ventura.org and teresa.barton@ventura.org.

Bids must be submitted on the proposal form furnished with the Bid Documents. Each bid must be accompanied by a bid guarantee in the amount of not less than 10% of the amount bid, PAYABLE TO THE VENTURA COUNTY FIRE PROTECTION DISTRICT and guaranteeing that the bidder will enter into a contract in accordance with the terms of the Bid Documents if award is made. The bid guarantee shall be in one of the following forms: a bid bond written by an admitted surety insurer on the form included with the proposal form, a cashier’s check drawn by a National bank, a check certified by a National bank or cash. An electronically transmitted copy (FAX) of the bid bond form included in the proposal form may be used, but the form must have the original signatures of the principal and surety. A FAX of the completed bond will not be accepted.

Bidders must have a Class B California Contractors license, and will be required to furnish a Performance Bond and a Payment Bond, each in the amount of 100% of the contract price. In accordance with Section 22300 of the Public Contract Code, securities may be substituted for funds withheld. This is a prevailing wage project. Prevailing wage rates apply. California general prevailing wage rates for construction can be obtained from the following Website: http://www.dir.ca.gov/DLSR/PWD/index.htm.