FIRE STATION 21 – ROOF REPLACEMENT PROJECT

REGIONAL TRAINING CENTER APPARATUS BUILDING UPGRADES PROJECT

Status

Bidding Closed

Bid Date11/5/21 1:00pm

Company & Contacts

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

Location

1201 East Ojai Avenue, Ojai, CA 93023.

VENTURA COUNTY FIRE PROTECTION DISTRICT
FIRE STATION 21 – ROOF REPLACEMENT PROJECT
NOTICE INVITING BIDSISSUE DATE: OCTOBER 14, 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)
November 5, 2021 for VCFPD’s Fire Station 21 Roof Replacement Project, located at
1201 East Ojai Avenue, Ojai, CA 93023.

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: 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 for this project includes but not limited to the following Scope of Work and Services. Please see the Drawings for further details. All applicable specifications are on the Drawings and Division 7 Technical Specifications of the Bid Documents.

1. Remove and replace the existing built-up roofing on ¼:12 Slope (Align timing with asbestos abatement work, completed by others)

2. The roofing shall be Sika© Sarnafil G-410, or approved equal.

3. Furnish and install PVC Thermoplastic Membrane, 20 Year, Class A, ICC-ES Certified

4. Remove and replace the existing Aluminum Skylight Roof Access Hatch.

5. Coordinate the new HVAC equipment that is to be installed by others.

6. Maintain and protect in place the Communication Tower & Guy Wires.

7. 20-Year Roof Warranty must include materials and labor.

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 Ojai. Contractor shall comply with City of Ojai’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 and Division 7, Section 075420 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 or C-39 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. 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 October 20, 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.kirby@ventura.org.

Engineer’s Estimate: $73,300

Liquidated Damages: Liquidated damages for delay are $800 per calendar day.

Bid Documents are available to bidders starting November 5, 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

Electronic download is free. One hard copy set of Plans and Specifications shall be at no cost to the prospective bidder 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.

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

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 or C-39 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.