Paving & Utility Install Project for Temp FS 29

In general, the Work includes demolition, paving and minor utility work. The specific work descriptions are detailed in N-4 of the Bid Documents and illustrated in Drawing P-1.

Status

Bidding Closed

Bid Date9/12/23 1:00pm

Company & Contacts

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

Location

Ventura County Fire Protection District’s Temporary Fire Station 29 located at 1033 East Main Street, Santa Paula, CA 93060

VENTURA COUNTY FIRE PROTECTION DISTRICT PAVING & UTILITY INSTALLATION PROJECT FOR TEMPORARY FIRE STATION 29

NOTICE INVITING BIDS – AUGUST 24, 2023

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, Owner or Agency) main office located at 165 Durley Avenue, Camarillo, CA 93010 not later than 1:00 PM (PST) September 12, 2023 for a contract for the Paving & Utility Installation Project for Ventura County Fire Protection District’s Temporary Fire Station 29 located at 1033 East Main Street, Santa Paula, CA 93060. Issue date of Notice Inviting Bids is August 24, 2023.

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.

Estimated cost of construction is: $105,000

General Description of the Work: The Work is defined by the Contract Documents. Contractor’s lump sum bid is inclusive of all labor, tools, materials, incidentals, equipment, supervision, management, administration, testing and all other services and things necessary to complete the Work.

In general, the Work includes demolition, paving and minor utility work. The specific work descriptions are detailed in N-4 of the Bid Documents and illustrated in Drawing P-1.

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 incorporated City of Santa Paula. Contractor shall comply with City of Santa Paula’s Construction and Demolition Waste Management Plan requirements.

Qualifications and Competency of Bidders: It is the policy of Ventura County Fire Protection District to conduct business only with responsible contractors who possess trustworthiness, quality, and fitness to satisfactorily perform Fire District contracts. Fire District will investigate with reasonable diligence the responsibility of contractors submitting proposals before awarding, or recommending the award of, contracts. Complete the Questionnaire included in the Bid Documents package for Contractor/Bidder and submit with your bid.

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 at least three (3) projects that are of similar nature and complexity in accordance with accepted practices and standards. Provide a list of references by completing the List of Contractor’s Reference page of the bid documents.

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 August 30, 2023 @ 9:00 AM at 1033 East Main Street, Santa Paula, CA 93060. 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.

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

Bid Documents are available to bidders starting August 24, 2023 and will be issued at:

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

One electronic download and one hard copy set of the Bid Documents/Plans and Specifications shall be made available to each bidder at Fire District’s cost. Any shipping and handling costs for hard copy sets 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: https://www.coastplanroom.com/jobs/public 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

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.