City of Ventura - Fire Stations 3 and 4 HVAC Improvement Project
Status
Accepting Bids
Bid Date10/19/23 2:00pm
Company & Contacts
City of Ventura
Barbara McCormack, Project Manager (805) 652-4545
Location
Ventura, CA
NOTICE IS HEREBY GIVEN that sealed bids are invited to be received as described herein before 2:00 p.m. on Thursday, October 19, 2023, for the Fire Stations 3 and 4 HVAC Improvement Project at which time they will be publicly opened and read. Only bids that comply with all the requirements in this Notice and the accompanying “Instructions to Bidders” will be accepted. Bids shall be valid for a period of 60 calendar days after the bid opening date.
Bids shall be received by the City of San Buenaventura, California, at the Office of the City Clerk in the City Hall, 501 Poli Street (Post Office Box 99), Ventura California, before 2:00 p.m., on Thursday the 19th day of October 2023. Bids shall be hand delivered to the City Clerk’s Office (Room 204 at City Hall) between 1:30 p.m. and 2:00 p.m. Mailed bids shall be by Certified Mail, received by the City Clerk by the date and time of the scheduled bid opening or before. Non-certified mailed bids shall be rejected.
Project Description. The project consists of improvements to the HVAC systems in Fire Stations 3 and 4 in the City of Ventura. The new equipment will replace inadequate air conditioning or heating systems. The new systems will provide clean, allergen-free air, and will also offer individual zone controls for different occupied spaces. The improvements include the installation of central air handler(s) equipped with air purification section and HEPA filtration, as well as variable flow fans and variable flow heat-pumps. The project also includes the installation of ductwork and variable air volume boxes, along with the control system to manage the overall mechanical system. Structural modifications to existing framing will be made to accommodate the installation of the mechanical equipment on the roof. Moreover, the project includes all necessary roof patching, waterproofing, and fall protection measures to ensure compliance with code requirements, and appurtenant work as shown on the project plans (Drawing No. 2023-D-041) and in accordance with the project specifications. The Engineer’s Estimate of cost is $468,950.
Obtaining Bid Documents. Bid documents are only available through the online service.
CyberCopy USA (CyberCopy). For additional information, contact CyberCopy at (805) 642-3292 or by clicking the link below.
https://www.cybercopyplanroom.com/jobs/public?search=city+of+ventura
Bid Guarantee Required. No bid will be accepted that does not include a bid guarantee of not less than 10% of the bid amount. Additional information can be found in paragraph 18 in the “Instructions to Bidders.”
Payment and Performance Bonds. The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond each in an amount equal to one hundred percent (100%) of the Contract Price. Each bond shall be in the forms set forth herein, shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer.
Contractor Licensing Required. No bid will be accepted from a contractor who is not licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. A Class B Contractor’s License is required for this project. Bids will not be accepted from contractors who do not have a Class B license.
Prevailing Wages. Pursuant to Labor Code Section 1773, City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in Ventura County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this contract. A copy of these prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr. A copy of the prevailing rate of per diem wages is also available at the City’s Public Works Department and shall be made available to interested parties upon request.
The successful bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors.
Contractor Registration. Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted, nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1.
Labor Compliance. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its Bid.
Substitution of Securities. Pursuant to Section 22300 of the Public Contract Code of the State of California, the successful Bidder may substitute certain securities for funds withheld by City to ensure its performance under the contract.
Contract Award. City shall award the contract for the Project to the lowest responsive, responsible Bidder as determined by the City from the BASE BID ALONE. City reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process. The contract is estimated to be awarded on 11/20/2023. Additional information can be found in the “Instructions to Bidders”.
Contact the Project Manager, Barbara McCormack at (805) 652-4545 with technical questions or Kristie Frederickson at (805) 652-4504 for administrative questions.