FS 41 Interior Renovations

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) April 25, 2024 for a contract for the Interior Renovation at Fire Station 41 – Battalion Chief Quarters & Crew Bathroom Remodel Project located at 1910 Church Street, Simi Valley, CA 93065. Issue date of Notice Inviting Bids is April 4, 2024.

Status

Bidding Closed

Bid Date4/25/24 1:00pm

Company & Contacts

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

Location

Interior Renovation at Fire Station 41 – Battalion Chief Quarters & Crew Bathroom Remodel Project located at 1910 Church Street, Simi Valley, CA 93065

VENTURA COUNTY FIRE PROTECTION DISTRICT

INTERIOR RENOVATION AT FIRE STATION 41

BATTALION CHIEF QUARTERS & CREW BATHROOM REMODEL PROJECT

NOTICE INVITING BIDS – April 4, 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) April 25, 2024 for a contract for the Interior Renovation at Fire Station 41 – Battalion Chief Quarters & Crew Bathroom Remodel Project located at 1910 Church Street, Simi Valley, CA 93065. Issue date of Notice Inviting Bids is April 4, 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: $203,500

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. See the Drawings

for further details. All applicable specifications are on the Drawings. Structural Engineering Calculations are in APPENDIX 1

In general, the Work to be performed for Fire Station 41 Remodel 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 as required for the complete installation of all Work in accordance with the Specifications, or in Change Order, inclusive of all labor, tools, materials, incidentals, equipment, supervision, management, administration, testing, inspection, transport and all other necessary services, as defined by the Contract Documents.

Scheduling and Fire Station Continued Operations is an important part of this project. The following items should be considered within bids:

  1. Contractor shall perform Work in 2 separate phases under the same project contract and timeline as described below, unless otherwise approved.

  1. The fire station will remain in operation during construction, and as such contractor’s means, methods, and sequencing shall keep that as a priority throughout construction.

The Work to be performed by the Contractor is further delineated, but not limited to all items below. 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. See the Drawings for further details. All applicable specifications are on the Drawings. Structural Engineering Calculations are in APPENDIX 1.

PROJECT SCOPE OF WORK:

A. PHASE 1: The 1st phase is the remodel and reconfiguration of the crew bathroom (Room 113) and the new ADA compliant crew bathroom (Room 120) that is adjacent to the main crew bathroom. This work will need to be completed to usable point before the start of 2nd phase. Contractor’s work includes but not limited to the following scope of work and services:

  1. Demolition of all partitions, cabinets, fixtures, tile.

  2. Demolition and reconfiguration of floor drains and all associated saw cutting and patch back/testing of self-priming floor drains. Demolition/reconfiguration and installation of all new plumbing sewer and supply lines.

  1. Reconfigure wall framing, plumbing, mechanical, electrical etc. between rooms 120 and room 113 to allow for ADA accessibility.

  1. Furnish and install new mechanical, electrical, plumbing, fixtures and/or equipment per plan.

  1. Furnish and install new waterproofing, tile, fixtures, partitions, shower doors, cabinets, doors, signage.

  1. Furnish and install new drywall installation and finishing per plan specifications.

  1. Furnish and install new primer and paint per plan specifications

B. PHASE 2: Phase 2 is the remodel of the Battalion Chief dormitory and office area. Contractor’s Work includes but not limited to the following scope of work and services:

  1. Demolition of all ceiling fixtures, lights, mechanical, electrical, plumbing, framing, concrete, associated with reconfiguration of dormitory, office, kitchenette and/or hallways.

  1. Furnish and install new footings, hold downs, framing, shear panel, rebar and concrete.

  1. Furnish and install new mechanical, electrical, plumbing and fire sprinklers.

  1. Furnish and install new drywall, paint, drop ceiling system, bracing, fixtures, flooring, cabinets, and countertops.

  1. Demolition and removal of window in existing dormitory. All framing, waterproofing, stucco patch, drywall, paint associated with removal and infill of window into new closet area.

  1. Kitchenette appliances that are noted and listed in the Plumbing Schedule on plan Sheet A-202, shall be Owner-furnished and Contractor-installed (OFCI).

PLAN CLARIFICATIONS:

-

Sheet A-202: The Plumbing Schedule correctly lists the cooktop as electric. However, contradictory note in the Electrical Floor Plan “SAMSUNG 24” 4-BURNER COOKTOP: #NA24T4230FS/AA EXTEND (E) GAS LINE” is hereby deleted along with associated incorrect visual extension of the gas line in the Plumbing Floor Plan from the utility room across the existing bathroom to the kitchenette. The bathroom shall remain untouched in Phase 2 of this project

-

Sheet A-203: Keynote 07 refers to a C-16 Contractor Plan for sprinkler head locations based on the adjusted configuration of the Battalion Chief Quarters. This is a deferred permit that the Contractor will need to obtain utilizing appropriately licensed individuals submitted for approval to Ventura County Fire Prevention, unless otherwise approved.

-

Sheet A-204: A missed item on the demolition plan for bathrooms 120 & 113 is addressing the existing mirrors. They shall be removed and provided to the Owner for reinstallation later at this location or another facility.

Fire Station 41 will be in full service during construction. Contractor shall not interfere with any Fire Station operations or staff and shall immediately stop work, which is determined to be interfering with Fire Station operations by either the Ventura County Fire Protection District Command or the Fire District staff. Coordination of work with other trades shall be included as necessary.

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.

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”.

Recyclable Construction & Demolition Wastes (C & D): The site of this Project is within the incorporated City of Simi Valley. Contractor shall comply with City of Simi Valley’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. 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 April 11, 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 garret.salzer@ventura.org.

Liquidated Damages:

--Liquidated damages for delay are $1,300 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 4, 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 is free at https://www.coastplanroom.com/jobs/public. Hard copy set of Plans and Specifications may be purchased for a non-refundable amount of $20.00 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 shall be made directly with Coast Reprographics.

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 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.