FS 56 New CAT Generator Install

FS 56 New CAT Generator Install

Status

Bidding Closed

Prebid Date2/2/22 9:00am

Bid Date2/15/22 5:00pm

Company & Contacts

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

Location

11855 Pacific Coast Highway, Malibu, California 90265

VENTURA COUNTY FIRE PROTECTION DISTRICT
NEW CAT GENERATOR INSTALLATION PROJECT AT FIRE STATION 56
NOTICE INVITING BIDS – Issue Date: January 25, 2022

Issue date of this Notice Inviting Bids is January 25, 2022.

Due to current COVID restriction requirements, Ventura County Agencies, including the Headquarters Administration office of the Ventura County Fire Protection District (herein VCFPD, Owner, Fire District, or Agency) located in Camarillo is closed to the public at the time of this invitation to bid. Given that, only electronic bids will be received, not later than end of business day on February 15, 2022 for VCFPD’s Fire Station 56 Project for the Installation of Owner-furnished 100KW CATERPILLAR Diesel Emergency Standby Generator, ASCO Automatic Transfer Switch, and Related Site Work (herein “Project”). Station 56 (herein “Project Site”) is located at 11855 Pacific Coast Highway, Malibu, California 90265.
Submit electronic bids to:
David Kirby Email: david.kirby@ventura.org
Teresa Barton Email: Teresa.barton@ventura.org
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 the “Project” includes but not limited to the following. Awarded Contractor shall:

• Coordinate power shutdown with (Southern California Edison) SCE and provide minimum size temporary 100 KW generator. Schedule all new work with SCE and Ventura County Inspector.

• Remove existing 30KW Genset from Ventura County Fire Station 56 (Malibu). Maintain integrity of genset for future use at a different location. Transportation of removed existing generator for storage at the VCFD Fleet Maintenance Yard in Oxnard shall be completed by contractor.

• Prepare site for installation of new genset to include saw cutting and removal of existing foundation and associated excavation and recompaction, as necessary.

• Remove and dispose of existing service board, annunciator, and distribution panels.

• Trenching, cabling, and grounding as well as removal of existing concrete pad outside electrical room are included. Restore ground surface of the trench to match existing.

• Construct new generator foundation as well as reinforced concrete pad outside electrical room, epoxied and doweled into existing adjacent concrete.

• Install new Owner-furnished 100KW CATERPILLAR Diesel Emergency Standby Generator, ASCO Automatic Transfer Switch. Anchor to new 8” thick concrete pad. Connect generator to adjacent fuel tank.

• Furnish, install, and connect to new SCE service board at 400A, 120/208VAC as well as new distribution and annunciator panels.

• During the power shut down to the facility, contractor shall provide a minimum size 100 KW genset. Schedule all new work with SCE and Ventura County Inspector.


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 (C & D): The site of this Project is within the unincorporated City of Malibu. Pursuant to Section 7-15 of the VCSS, Recyclable Construction & Demolition Wastes (C & D), Ventura County Ordinance Code Section, 4421 et seq, requires that if any recyclable solid wastes or marketable reusable materials will be generated on the site of the Work within the unincorporated areas of Ventura County, the Contractor shall prepare a Construction & Demolition Debris Waste Diversion Plan and submit it to the Ventura County Public Works Agency, Water & Sanitation Department – Integrated Waste Management Division (IWMD) for approval before Notice to Proceed and final payment.

The Contractor shall prepare, and file Construction & Demolition Debris Waste Diversion Reporting Forms as required by IWMD. Contact person at IWMD is Howard E. Hope at Howard.Hope@ventura.org or (805) 658-4322.
Required C&D Forms can be located at the following website:

https://www.vcpublicworks.org/wsd/iwmd/construction/#Debris-Management
Contractor can either email the forms to PWA.IWMD-CD@ventura.org or submit in person to IWMD office at the Government Center, 800 S. Victoria in Ventura.

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 or C-10 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

Non-mandatory Pre-Bid Meeting is scheduled on February 2, 2022 @ 9:00 AM at the “Project” site. The
meeting will be held for the purpose of answering any questions concerning the “Project”. 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/ 914-4568, attention David Kirby, or email to david.kirby@ventura.org.

Engineer’s Estimate is: $138,400.00
Liquidated Damages: Liquidated damages for delay are $1,200.00 per calendar day.

Bid Documents are available to bidders starting January 25, 2022, 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

One electronic download of the Bid Documents/Plans and Specifications shall be made available to each bidder at Fire District’s cost. 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.

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-10 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.