FS 42 Roof Replacement

Ventura County Fire Protection District is soliciting bids to remove and replace the existing built-up roofing on both the existing Fire Station 42 building as well as the detached back-up dispatch building on-site. See Notice Inviting Bids (NIB) below and the Bid Documents for additional information. Fire Station 42 is located at: 295 East High Street, Moorpark, Ca 93021

Status

Bidding Closed

Bid Date3/18/24 1:00pm

Company & Contacts

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

Location

Fire Station 42 is located at: 295 East High Street, Moorpark, Ca 93021

VENTURA COUNTY FIRE PROTECTION DISTRICT

FIRE STATION 42 – ROOF REPLACEMENT PROJECT

NOTICE INVITING BIDS – February 20, 2024

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) March 18, 2024, 2024 for a contract for Fire Station 42 Roof Replacement Project located at 295 East High Street, Moorpark, CA 93021. Issue date of Notice Inviting Bids is February 20, 2024.

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: $356,000

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.

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 Section 07550 in the Bid Documents.

  1. Remove and replace the existing built-up roofing on both the existing fire station building as well as the detached back-up dispatch building on-site.

  2. Protect in place items identified on plans including but not limited to; HVAC equipment and associated curbing, communication antenna and any associated supports, crickets and cant strips.

  3. Relocate, reuse and/or reseal items identified on the plans including but not limited to: crickets, sheet metal coping laps, condensate reservoirs, exhaust fan on/off switch and unistrut frames/flanges

  4. The roofing shall be Garland HPR Modified Bituminous Membrane Roofing per design, specification and detail, or approved equal.

  5. Furnish and install Bituminous Membrane Roofing 30 Year, Class A, ICC-ES Certified.

  6. 30-Year roof warranty must include materials and labor.

Scheduling is an important part of this project. The following items should be considered within bids:

  1. The Owner understands that many roofing contractors that may bid on this project are extremely busy during the summer months assisting schools during their summer breaks. As such, our schedule goals are as follows:

a. Award the project to the lowest responsible bidder in accordance with the bid timeline identified herein,

b. Have the Contractor submit all material submittals as quickly as possible for review,

c. Upon approval of submittals, Owner will issue a Notice-To-Proceed (NTP) for material purchases ONLY.

d. Contract working days will not start until an NTP is issued for mobilization. That will not occur until the contractor has received the necessary materials to begin work.

e. The owner expects NTP for mobilization to occur immediately after the summer school break, coinciding with the first week of September or earlier.

f. The contract Working Days allotted for this project anticipate project completion prior to the Thanksgiving holiday.

  1. Roof HVAC units are planned to be replaced by Owner prior to the scope of work for this bid defined above. This will be done by others through a separate contract. However, some items such as curb heights may differ upon start of roofing construction. These, if any, will be addressed during the pre-construction meeting prior to mobilization.

  2. The fire station will remain in operation during construction. Means, methods and sequencing shall keep that as a priority throughout construction. The detached back-up dispatch building is equally as important to keep operational throughout construction. It is not operational on a daily basis but in the event of a wildfire, significant power outage or other unforeseen circumstances, it could be a manned facility that must remain operational.

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 Moorpark. Contractor shall comply with City of Moorpark’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 February 28, 2024 @ 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 Information/Clarification concerning Bid Documents, send electronically to david.kirby@ventura.org and/or garett.salzer@ventura.org.

Liquidated Damages: Liquidated damages for delay are $900 per calendar day.

Bid Documents are available to bidders starting February 20, 2024 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 is also free 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.

Bid Documents are also available for viewing at the trade organizations named in the bid documents.

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.