REGIONAL TRAINING CENTER APPARATUS BUILDING UPGRADES PROJECT

REGIONAL TRAINING CENTER APPARATUS BUILDING UPGRADES PROJECT

Status

Bidding Closed

Bid Date10/14/21 1:00pm

Company & Contacts

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

Location

100 “D” Durley Avenue, Camarillo, CA 93010.

VENTURA COUNTY FIRE PROTECTION DISTRICT
REGIONAL TRAINING CENTER APPARATUS BUILDING UPGRADES PROJECT

NOTICE INVITING BIDS – Issue Date: September 23, 2021

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)
October 14, 2021 for VCFPD’s Regional Training Center Apparatus Building Upgrades Project, located at
100 “D” Durley Avenue, Camarillo, CA 93010.

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 “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. All items referenced below shall be considered by the Contractor and shall be included in the Total Lump Sum Bid.

The Work at the Regional Training Center (hereafter “Work”) is separated into PRIMARY and OPTIONAL Work as described below. The intent of the Agency is to complete both the PRIMARY and OPTIONAL Work. However, with costs of construction trending higher, the Agency may choose not to complete the less important OPTIONAL Work following review of bids received. Further clarification on bid pricing is provided on page 15 of 21 of the Bid Schedule.

PRIMARY Work:
The Work includes upgrades to the existing 6,000 SF Apparatus Building. The Work includes installation of a new exterior man door as well as two new metal roll-up doors and the associated structural modifications, such as new steel x-braces and steel columns. A new turnout room will be constructed along with an IT/data closet and a workshop along with associated interior doors. Above the turnout room will be a general storage area equipped with perimeter railings, access ladder, and an opening with edge protection for forklift loading access. On the south side exterior of the building a 20-ft long horizontal ladder throw will be installed for firefighter ladder technique training purposes.

The Work includes all identified electrical improvements such as new subpanels, lighting, switches, receptacles, ceiling fans and exhaust fans, as well as conduit, cabling, and connections for cable, data, internet and phone.

Fire sprinkler and suppression system for the new building shall be completed by the contractor through a deferred permit as noted on the plans. Contractor is responsible for the design, permitting, furnishing and installation of the complete system with appropriately licensed contractor(s).
Several items on the plans will be owner-furnished-owner-installed, through separate contract following the completion of the Work. These items are the benches in the workshop, all turnout lockers, TVs, Plymovent exhaust extraction rails and hose drops. The only owner-furnished-contractor-installed items are the two ceiling fans and associated drop rods for the apparatus room.

OPTIONAL Work:
The Work includes upgrades to the north side exterior of the building. This includes extension of the existing metal roof carport, two new support posts as well as replacement of one damaged post. Installation of an 8-foot high chain link fence with privacy slats, gates on both ends, plunger rods and protective bollards.

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.

Recyclable Construction & Demolition Wastes: The site of this Project is within the incorporated City of Camarillo. Contractor shall comply with City of Camarillo’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. Bidder shall provide contact names and phone numbers as they relate to three (3) similar 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

Non-mandatory Pre-Bid Meeting is scheduled on September 29, 2021 9:00 AM at the “Project” site. The meeting will be held for the purpose of answering any questions concerning the “Project”. Although not mandatory, attendance is recommended. 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. For Technical Questions and Requests for Clarifications concerning Bid Documents, fax to 805/ 383-4780, attention David Kirby, or email to david.kirbyventura.org.

Liquidated Damages: Liquidated damages for delay are $1,000 per calendar day.

Bid Documents are available to bidders starting September 23, 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

Downloads are availible for free. Bidders may purchase hard copies of Plans and Specifications for a non-refundable amount of $15.00 per set. Any shipping and handling costs shall be the responsibility of the bidder. Arrangements for receipt and payment for the Bid Documents shall be made directly with Coast Reprographics or access their Plan Room at: https://www.coastplanroom.com/jobs/public for electronic download. VENTURA COUNTY FIRE PROTECTION DISTRICT REGIONAL TRAINING CENTER APPARATUS BUILDING UPGRADES PROJECT NOTICE INVITING BIDS – Issue Date: September 23, 2021

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.