FIRE COMMUNICATIONS CENTER

VENTURA COUNTY FIRE PROTECTION DISTRICT

Status

Bidding Closed

Bid Date8/11/21 1:00pm

Company & Contacts

Ventura County Fire Protection District
Contact 1 - David Kirby - 805/ 914-4568
Contact 2 - Teresa Barton - 805/ 389-9742  

Location

165 Durley Ave, Camarillo, CA 93010

Hard Copy Price: $50
Digital Download: $10

VENTURA COUNTY FIRE PROTECTION DISTRICT
FIRE COMMUNICATIONS CENTER
REMODEL & AUDIOVISUAL UPGRADES PROJECT
NOTICE INVITING BIDSISSUE DATE: July 12, 2021

Notice is hereby given that sealed bids will be received in the bid box at the Ventura County Fire Protection District’s
(herein VCFPD, District) main office at 165 Durley Avenue, Camarillo, CA 93010 not later than 1:00 PM (PST)
August 11, 2021 for the Remodel & Audiovisual Upgrades at the Fire Communications Center located at 160 Durley
Avenue, Camarillo, CA 93010 (hereafter ‘Project”). The District may refuse to consider proposals received after this
deadline.

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.

General Description of the Work:
The Work consists of the supply, installation and support of a new Planar Clarity Matrix G3 & RGB Galileo video wall system or a functionally equivalent system for the Project, as described in the Bid Documents, including the demolition, removal of the existing projector system, rebuilding the wall with backing to support the video wall, low voltage cabling, supply and installation of the new audiovisual system, testing and maintenance. All design, labor, tools, materials, incidentals, equipment, supervision, management, administration, testing and services necessary for the Work shall be included in the Total Lump Sum Bid.

Project Phasing and Scheduling: This Project is comprised of 3 sequential phases. All Work for Phase1 and Phase
2 must be completed within 21 calendar days. The start and completion dates for each phase shall be defined in the

Notice to Proceed for each phase. The 3 sequential phases are as follows:

1. Phase 1 – Demolition, construction, and installation.
Completion time for Phase 1 is 10 calendar days from Notice to Proceed for Phase 1.

2. Phase 2 – System configuration, optimization, test, and acceptance.
Completion Time for Phase 2 is 11 calendar days from Notice to Proceed for Phase 2.

3. Phase 3 – System Support, Maintenance and Warranty

The District reserves the right to postpone the Contractor’s Work due to an actual or anticipated major emergency that the District must address for public safety.

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. Coordination of work with other trades shall be included as necessary.

Qualifications of Proposers: All proposers must meet all the proposal qualification requirements detailed in the Bid Documents. Failure to comply with those requirements may be cause for rejection.

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

Mandatory In-Person Pre-proposal Meeting is scheduled on July 21, 2021 @ 8:00 AM, PST.
The meeting will be held at District’s Headquarters building, 1st floor conference room, 165 Durley Avenue,
Camarillo, CA 93010. The meeting will be held for the purpose of answering any questions concerning the
Project.

Liquidated Damages: Liquidated damages for delay are $3,600.00 per calendar day.
Bid Documents are available to bidders starting July 12, 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
The cost of one electronic download is free. Access their Plan Room at: coastplanroom.com/public.php for electronic download. Proposers may purchase hard copies of Plans and Specifications for a non-refundable amount of $10.00 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 payment arrangements shall be made directly to Coast Reprographics.

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 this NIB, fax to 805/ 383-4780, attention David Kirby, or email to david.kirby@ventura.org .

Contractor’s License: Contractor’s License: Contractor shall possess and provide proof of a valid California
Contractor’s License(s), including Classes B, C7 (video) and/or C10 (electrical), as defined by California State law.
Additional qualifications to be met are outlined in the Bid documents. The awarded Contractor shall maintain said
license(s) for the duration of the Project.

Payment and Performance Bonds: The California Civil Code §3247 requires a Payment Bond for all public works
contracts exceeding $25,000. Public Contract Code PCC §20129, requires a faithful Performance Bond on all
contracts that are Bid. Payment and Performance Bonds are required for all contracts over $25,000.00. The awarded
Contractor shall furnish a satisfactory Payment Bond and Performance Bond each in the amount of 100% of the
Contract Price. Cost of the bonds shall be included in the Contract Price. The Bonds shall remain in effect for one
year after the date of Notice of Completion, except as provided by law or as otherwise agreed in writing by the Agency.

Prevailing Wage: Contractors shall pay prevailing wage rates on this