Similar Projects
Tulare Complete Streets 6th to Cedar: Street Lights
Term Contract
Sub-Bidding
$158,000 CJ est. value
Fresno, CA 93721

Slurry Seal and Modify Electrical Systems
Infrastructure, Alteration
Post-Bid
$760,000 est. value
Mendota, CA

Electrical Upgrades
Alteration
Post-Bid
Fresno, CA 93706

General Engineering (A License) Construction, San Joaquin, Stanislaus, and Tuolumne Counties, Hetch Hetchy
Infrastructure, Alteration
Results
$5,000,000 est. value
San Joaquin, CA 93660

Energy Management System (EMS) Upgrade
Term Contract
Results
Fresno, CA 93721

Semi Annual Generator Maintenance
Term Contract
Post-Bid
Friant, CA

City Wide Countdown Pedestrian Head Project
Infrastructure
Results
$214,934 CJ est. value
Fresno, CA 93721

UPS and AC System Maintenance and Support - Frenso
Term Contract
Post-Bid
Fresno, CA 93706

Duncan Polytechnical High School Feeder Panel Replacement
Renovation
Results
$326,297 CJ est. value
Fresno, CA 93726

PG and E Standard 35-7274 Direct Embedded Streetlight Poles
Term Contract
Post-Bid
$158,000 CJ est. value
Fresno, CA 93721

Ornamental Streetlight Poles and Capitals
Term Contract
Post-Bid
$158,000 CJ est. value
Fresno, CA 93721

Interior Construction and Electrical Services
Renovation
Post-Bid
$200,000 CJ est. value
Fresno, CA 93706

Fresno and Browning Traffic Signal Poles
Term Contract
Post-Bid
Fresno, CA 93710

Cedar and Teague Traffic Signal Poles
Term Contract
Post-Bid
Fresno, CA 93720

Fowler Mckinley Elementary School - Phase 2 Electrical
Term Contract
Post-Bid
Fresno, CA 93711

Last Updated 06/21/2023 12:33 AM
Project Title

Transformer Replacement - AVCRAD

Physical Address View project details and contacts
City, State (County) Fresno, CA 93727   (Fresno County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $324,580 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

All questions regarding this IFB MUST be submitted to Mr. Alvarado, Sammy at sammy.alvarado@cmd.ca.gov and MSG Kendall, Bill at herbert.w.kendall.nfg@army.mil no later than 4:00 PM on 5/17/2023 The Contractor shall furnish all labor, equipment, materials, permits and fees necessary for the Transformer Replacement - AVCRAD located at AVCRAD, 5168 E. Dakota Ave., Fresno, California. Work to include: Replace 15 inefficient transformers in and around the Fresno AVCRAD Facilities to ensure critical electrical loads are met, per Scope of Work. All work shall be in accordance with the terms, conditions, and requirements of this Invitation for Bid (IFB). Possess a type C-10 Electrical Contractor License or subcontract to one. Contractor will be allowed 180 Calendar Days to complete this project The State of California Military Department will accept bids from qualified bidders, who attended the Job Walk offering to provide equipment, materials, labor, licenses, bonds and insurance required for the Transformer Replacement - AVCRAD located at AVCRAD, 5168 E. Dakota Ave., Fresno, California. Work to include: Replace 15 inefficient transformers in and around the Fresno AVCRAD Facilities to ensure critical electrical loads are met, per Scope of Work. All work shall be in accordance with the terms, conditions, and requirements of this Invitation for Bid (IFB). The Project Manager (PM) for this project is Mr. Alvarado, Sammy, at sammy.alvarado@cmd.ca.gov or the Assistant PM, MSG Kendall, Bill, at herbert.w.kendall.nfg@army.mil All questions regarding this IFB MUST be submitted to Mr. Alvarado, Sammy at sammy.alvarado@cmd.ca.gov and MSG Kendall, Bill at herbert.w.kendall.nfg@army.mil no later than 4:00 PM on 5/17/2023. PPE may include (but not limited to) the following items: N95 Mask (depending on current county requirements or TAG directed guidance), hard hat, safety vest, closed toed shoes & long pants. PM or DPW will enforce any PPE requirements. In fairness to all bidders in the competitive process, contractors shall not have the opportunity to adjust their price after proposal submission. Contractors must account for cost fluctuation and material logistics in the market when bidding. A. Basis of award of this contract will be to the lowest responsive bid from a qualified, responsible bidder, considering the Small Business (SB) and Disabled Veterans Business Enterprise Preference (DVBE). Responsiveness is based on the bidder providing all of the required documentation. Being considered responsible is based on past performance and financial capability. The contracting officer shall make the final determination. B. Bidders certified as a Disabled Veterans Enterprise Businesses in accordance with Government Code 14600, 14615, 14838, California Military and Veterans Code 999 and California Code of Regulations 1896.98 et seq. shall be granted up to five percent (5%) bid preference when a responsible non-Disabled Veterans Enterprise Business has submitted the lowest-priced, responsive bid. C. Disabled Veteran Business Enterprise Participation: Preference will be granted to bidders properly approved as a Disabled Veterans Enterprise Businesses (DVBE) in accordance with Government Code 14600, 14615, 14838, California Military and Veterans Code 999 and California Code of Regulations 1896.98 ET SEQ. The rules and regulations of this law, and applications for preference, should be obtained from Department of General Services, Small Business and DVBE Services, telephone number (916) 375-4339. D. Bidders are required to submit proposals based solely on the contract documents i.e. (drawings, specifications, and any addendums applicable). Any additions, deletions or changes to the contract documents must be incorporated in an addendum to be applicable. Any information provided on a job walk that conflicts or is an addition/deletion to the contract documents is only applicable if an addendum is issued. E. The Prime Contractor shall self-perform on the site (trade work) with its own organization, work equivalent to at least twenty percent (20%) of the total amount of work to be performed under the contract. The Prime Contractor shall provide at all times sufficient competent labor, materials, and equipment to properly carry on the work and to ensure completion within the time agreed. F. During the bid opening in the event of a tie, the Military Department Contracting Officer shall conduct a coin toss to determine award. The coin toss shall be witnessed by a minimum of two personnel whose signatures and titles shall be posted to the bid results. G. Bidder will be required to certify that his firm will comply with the Drug-Free Workplace Act of 1990 (Government Code Section 8350 et seq.), which will be included in any contract. (See paragraph 1-11). H. Bidders must also complete the Non-collusion Affidavit (Attachment 4) and return with the bid documents. Bids received without the Non-collusion Affidavit may be rejected as non-responsive. I. 20-DAY PRELIMINARY NOTICE: In the event a 20-Day Preliminary Notice is filed on behalf of any subcontractors, material men/suppliers, or other non-contractor claimants providing services and/or materials for the primary contractor in conjunction with this project, a signed release by the person or firm filing said notice must be furnished the Military Department before final payment will be made. J. Bidders must comply with the Buy Clean California Act (BCCA) (Public Contract Code Sections 3500-3505), which states the Department of General Services (DGS), in consultation with the California Air Resources Board (CARB), is required to establish and publish the maximum acceptable Global Warming Potential (GWP) limit for four eligible materials. The BCCA targets carbon emissions associated with the production of structural steel (hot-rolled sections, hollow structural sections, and plate), concrete reinforcing steel, flat glass, and mineral wool board insulation. When used in public works projects, these eligible materials must have a GWP that does not exceed the limit set by DGS. Contractor agrees to recognize the mandatory standards and policies relating to BCCA and will provide GWP limit compliance of eligible materials using Environmental Products Declarations (EPDs). Maximum acceptable GWP limits were established on January 1, 2022 and can be found in the GWP Limits section Buy Clean California Act. Please see attached table and requirements as specified on the proposal form. If awarded the contract, contractor agrees to sign the contract, to furnish the bonds called for herein, and to commence work within ten (10) days of notification by the Military Department Contracting Officers Representative. A. A PAYMENT BOND, Standard Form 807, in the amount of 100% of the contract amount must be submitted by the successful bidder at the time signed contracts are returned to the Military Department if the contract exceeds $25,000.00. B. A PERFORMANCE BOND, in the amount of 100% of the contract amount must be submitted by the successful bidder at the time signed contracts are returned to the Military Department if the contract exceeds $25,000.00. C. A BID BOND, in the amount of at least 10% of the bid amount must be submitted by the contractor with the Proposal Form if the contract exceeds $25,000.00 utilizing a bond form provided by the Surety Questions regarding this IFB should be directed as follows: Technical Specifications, worksite conditions and contractor responsibilities, please contact Mr. Alvarado, Sammy, at sammy.alvarado@cmd.ca.gov or MSG Kendall, Bill, at herbert.w.kendall.nfg@army.mil. Contract administration, contractor qualifications and rules of bidding, please contact the Contract Administrator, Brandon Hamilton at brandon.hamilton@cmd.ca.gov.

Details

Division 26 - Electrical.

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