FCC Tower Install

Notice is hereby given that sealed bids will be received in the bid box at the Ventura County Fire Protection District’s main office located at 165 Durley Avenue, Camarillo, CA 93010 not later than 1:00 PM, April 24, 2024 for a contract to construct VCFPD’s Phase I – New Communication Tower Installation at Fire Communications Center (herein FCC), located at 160 Durley Avenue, Camarillo, CA 93010. Issue date of Notice Inviting Bids is April 3, 2024.

Status

Bidding Closed

Bid Date5/1/24 1:00pm

Company & Contacts

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

Location

Fire Communication Center is located at: located at 160 Durley Avenue, Camarillo, CA 93010.

VENTURA COUNTY FIRE PROTECTION DISTRICT

PHASE I – NEW COMMUNICATION TOWER INSTALLATION

AT FIRE COMMUNICATIONS CENTER

NOTICE INVITING BIDS – April 3, 2024

Notice is hereby given that sealed bids will be received in the bid box at the Ventura County Fire Protection District’s main office located at 165 Durley Avenue, Camarillo, CA 93010 not later than 1:00 PM, MAY 1st (updated), 2024 for a contract to construct VCFPD’s Phase I – New Communication Tower Installation at Fire Communications Center (herein FCC), located at 160 Durley Avenue, Camarillo, CA 93010. Issue date of Notice Inviting Bids is April 3, 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.

Estimated cost of construction is: $331,375

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.

This request for bid is only for the work being performed in Phase I of this project. The information shown on the plans beyond the scope of work defined below are included for informational and reference purposes only.

Phase I – New Communication Tower Installation

The Work for the communication tower is described herein and detailed in the Drawings approved by Ventura County Building & Safety (VCBS) which are made part of the Bid Documents. In general, the Work includes the construction of a reinforced concrete foundation, associated minor earthwork, crushed rock foundation perimeter, protective bollards, installation of one, new, 100-foot high, Owner-furnished Contractor-installed (OFCI) Tashjian SSM Self-Supporting Antenna Tower, associated anchoring, grounding, cabling, and conduit, for future connection to the existing building. The work also includes construction of new overhead cable bridges from the new tower to the existing communications building, with vertical support posts, associated footings, including installation of grounding, and bus bars.

Permit Requirements

The three separate permits for this project are listed below. All permit fees shall be paid by Ventura County Fire Protection District. The awarded contractor is responsible for pulling the appropriate permits, unless otherwise approved.

  1. Permit 1: Airport ASN: 2024-AWP-2115-OE (Approved), see Appendix 4

  1. Permit 2: Crane Permit: The awarded contractor shall apply for, and obtain the Crane Permit. Awarded contractor shall be responsible for providing all necessary information to successfully obtain said permit. This permit must be obtained before the Owner allows mobilization of the crane for tower erection. This is a requirement of the Federal Aviation Administration (FAA) since the work is occurring near active airport operations.

  1. Permit 3: VCBS Permit #C23-000798 (Approved)

Appendix 3 contains record #SR23-0098 associated with VCBS Permit #C23-000798. This identifies that a grading permit is not required for this project even though there is minor earthwork required to complete the construction on the plans.

Information shown on the plans that are beyond the Scope of Work defined above are included for informational and reference purposes only. This additional information is part of future work (Phases II and III) to be contracted separately outside of this request for bid.

Phase II: Post-erection activities, outfitting of the tower with mounts, antennas, dishes, connectors, and hangars are to be performed by others under a separate contract.

Phase III: Removal of the existing communications tower, including all associated connections to the existing building to be performed by others under a separate contract.

The Fire Communications Center (herein FCC) will be in full service during construction. Contractor shall not interfere with any FCC operations or staff and shall immediately stop work, which is determined to be interfering with FCC operations by either the Ventura County Fire Protection District Command or the FCC staff. Coordination of work with other trades shall be included as necessary. The Owner reserves the right to postpone the Contractor’s Work due to an actual or anticipated major emergency that the District must address for public safety.

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. As above, FCC will remain operational at all times during construction. The Contractor shall not hinder emergency response in any way.

Recyclable Construction & Demolition Wastes (C & D): The site of this Project is within the incorporated City of Camarillo. Contractor shall comply with City of City of Camarillo’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.

  1. 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.

  1. 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.

  1. 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. Contracto

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 April 10, 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 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 $1,200 per calendar day.

--Liquidated damages for inadequate or lack of supervision by Contractor are $1,035.68 per calendar day.

Bid Documents are available to bidders starting April 3, 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

One electronic download of the Bid Documents shall be made available to each bidder at Fire District’s cost. Bidders may purchase hard copies of the Bid Documents/Plans and Specifications for a non-refundable amount of $25.00 per set, if picked up from Coast Reprographics at the above address. 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.

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.