Similar Projects
Lilac Tank Repair - CP76300020 - City of Simi Valley
Alteration
Conception
$1,500,000 est. value
Simi Valley, CA

Stow Tanks 1-4 Repairs and Recoat - CP76300028 - City of Simi Valley
Infrastructure
Conception
$3,250,000 est. value
Simi Valley, CA

AutoZone #6032 / Oak View
New Construction, Infrastructure - 6,000 SF
Design
$1,500,000 CJ est. value
Ventura, CA 93001

Camarillo Hills Drain Replacement at Ventura Boulevard - SD-5052 - City of Camarillo
Infrastructure
Design
Less than $12,760,000 est. value
Camarillo, CA 93011

Rebuild Paramount Ranch & Rocky Oaks Administrative Area, Santa Monica Mountain
Renovation, Infrastructure - 20,060 SF
Bidding
$10,000,000 CJ est. value
Thousand Oaks, CA 91362

Oxnard Beautification Project Volunteer Coordinator - Rebid
Infrastructure
Bidding
$300,000 CJ est. value
Oxnard, CA 93033

Utilities Upgrade, and Interior Quad Renovation, Las Posas Elementary School
Renovation, Infrastructure
Post-Bid
$1,750,000 CJ est. value
Camarillo, CA 93010

Community Center Park East Playground Improvement Project- Rebid 2
Infrastructure
Post-Bid
$213,800 CJ est. value
Oxnard, CA 93030

Water Recycling Facility Advanced Water Treatment Facility Project
New Construction, Renovation
Results
$15,000,000 est. value
Santa Paula, CA 93060

Channel Islands Harbor Peninsula Revetment Repair Project
Infrastructure
Results
$2,349,779 CJ est. value
Oxnard, CA 93035

Wendy Drive Mixed Use Development
New Construction, Infrastructure - 11,790 SF
Pending Verification
$2,500,000 CJ est. value
Thousand Oaks, CA 91320

Rancho Conejo Boulevard
Addition, Demolition, Infrastructure, Build-out - 7,700 SF
Pending Verification
$2,000,000 CJ est. value
Thousand Oaks, CA 91320

Stearns Tank 1 and 2 Repairs - CP76300021 - City of Simi Valley
Alteration
Conception
$450,000 est. value
Simi Valley, CA

Auto Mall Drive Auto Dealership
Addition, Demolition, Infrastructure, Renovation
Design
$800,000 CJ est. value
Westlake Village, CA 91362

Tico Road Sewer Main Rehabilitation Project
Infrastructure
Bidding
$72,000 CJ est. value
Ojai, CA 93023

Last Updated 09/28/2022 01:53 AM
Project Title

Anoxic Tanks 1 and 2 and Aerobic Tanks 1 and 2 Rehabilitation Project

Physical Address View project details and contacts
City, State (County) Santa Paula, CA 93060   (Ventura County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Sewage Treatment Plant, Site Development, Storage/Water Tanks
Contracting Method Competitive Bids
Project Status All Bids Received, Results Expected, Construction start expected July 2022
Bids Due View project details and contacts
Estimated Value $570,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As described in the Bidding Documents, the bids are for a public works project which consists of cleaning and inspection of Anoxic Tanks #1 & 2 and Aerobic Tanks #1 & 2, the removal of 138 and replacement of up to 130 ultrafine bubble diffusers, the inspection of two Anoxic Tank mixers and 3 mud valves, and the refurbishment of two weir gates and three mud valves at the City of Santa Paula (City) Water Recycling Facility (WRF). The Anoxic Tanks #1 & 2 (each tank is 27-feet long by 25-feet wide and 24-feet in depth) and Aerobic Tanks #1 & 2 (each tank is 59-feet by 25-feet wide and 24-feet in depth) will contain accumulated solids consisting of sludge, sand, and other debris normally found in wastewater treatment tanks. The work under this contract is to furnish all necessary labor, materials, and equipment for the removal of access hatches and cleaning of the tanks; this generally includes, but is not limited to, removal of all accumulated solids, screening of pumped solids (removing particles 1/4 " and larger), disposal of screenings, and transfer of screened solids to the influent pumps. Once emptied, any solids remaining on the ceiling, walls, floors, and equipment must be water blasted until clean. Associated work may require bypass pumping. The Contractor shall furnish all labor, materials, and equipment necessary for this work. The terms and conditions for bidding on the project are described in the Bidding Instructions herein these Bidding Documents. This project requires payment of State of California prevailing rates of wages for Ventura County. The Contractor must post copies of the prevailing schedule at each job site. Copies of these rates of wages are available from the State of California Department of Industrial Relations Prevailing Wage Unit, Telephone No. (415) 703-4774. The website for this agency is currently located at website. Sample determinations for relevant labor classifications can be found in Appendix A. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by 7029.1 of the Business and Professions Code or by 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to 1725.5 at the time the contract is awarded. The Contractor shall comply with all applicable provisions of 16100 of Title 8 of the California Code of Regulations, which require the contractor to keep accurate records of Work performed as provided in Labor Code 1812, to allow the City to inspect Contractor's certified payroll records pursuant to Labor Code 1776 and 16400(e) of Title 8 of the California Code of Regulations, and to comply with all requirements imposed by law. All certified payroll records shall be submitted at least bi-weekly to the Department of Labor Standards Enforcement website. The Contractor shall register at the website to submit certified payroll records. The City reserves the right to withhold progress payments until all proper certified payroll records have been entered and verified. The Contractor shall be subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Contractor must possess Class A- General Engineering Contractor license in good standing, issued by the Contractors State License Board, at the time the contract is awarded. The Contractor must submit with its bid for evaluation five (5) project references for projects of similar scope to this Contract on the Information Required of Bidder form herein these Bidding Documents. The City requires the Contractor to provide a waste management plan and recycle and/or salvage for reuse a minimum 65% of the nonhazardous construction and demolition waste. See the following link for additional information. The work shall conform to all applicable City, County, State, and federal guidelines regarding COVID-19. In the event that an employee of the Contractor who has been onsite tests positive for COVID-19, all employees shall selfquarantine for 14 days and receive a negative test result before returning to the site. It is the intention of the City to award a contract to a bidder who furnishes satisfactory evidence that the bidder has the requisite experience, ability, sufficient capital, facilities, and plant to enable the bidder to prosecute the Work successfully and properly, and to complete it within the time specified in the contract. To determine the degree of responsibility to be credited to the bidder, the City will weigh any evidence that the bidder has performed satisfactorily on other contracts of like nature, magnitude and comparable difficulty and comparable rates of progress. The project is located at the City's WRF along Calpipe Road in Santa Paula, CA 93060. It can be accessed by Corporation Street. Project scope includes furnishing all necessary labor, materials, and equipment for the removal of access hatches, cleaning and inspection of the tanks, remove and replace 5/9/22, 6:54 PM. Inspect tank mixers, and provide inspection and refurbishments on multiple weir and mud valves. Contract Time Contract time for completion of the Work shown in the Bidding Documents is 100 calendar days. Once the work is started, it must be continuously performed until completion. Liquidated Damages Liquidated damages for avoidable delays shall be $1,000.00 per consecutive day in excess of the Contract Time for the completion of the Work. See General Provisions Section 6-9.1 for additional information. Engineer's Estimate: The Engineer's Estimate for this project is $570,000. The Bid Bond will be forfeited should the bidder to whom the Contract is awarded fail to enter into the Contract and provide the required Performance and Payment Bonds and Certificate(s) of Insurance within ten (10) calendar days after the date of receipt of Notice of Award of the Contract pursuant to the terms of said Bid Bond. Bidders are encouraged to visit the project site (which is within the public right-of-way) to perform their own investigations prior to the pre-bid meeting. The City requires all Pre-Bid Conference attendees to arrive for the meeting on time and to sign an attendance list which is used to determine if Bidders meet this requirement. In order for a Bid to qualify for consideration in making an award, the Bidder shall have a responsible representative present for the entire duration of the Mandatory Pre-Bid Meeting.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Decking, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, Facility Fuel Piping, Facility Fuel-Storage Tanks, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents