Project details

CONTRACT NUMBER: 24-248775; LA FIELD OFFICE SECURITY UPGRADES; FRANCHISE TAX BOARD; LOS ANGELES, LOS ANGELES COUNTY, CALIFORNIA; PROJECT NUMBER: 9597

ID: 0000035430Published: 05/02/2025
not favoriteFavorite
share

Your decision:

Project details

Project ID
Published
05/02/2025
End date
05/29/2025
County
Los Angeles County, CA
Jobsite city
Los Angeles, CA
Jobsite description
Los Angeles, CA
Description
STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION PROJECT MANAGEMENT AND DEVELOPMENT BRANCH ADVERTISEMENT FOR BIDS LA FIELD OFFICE SECURITY UPGRADES FRANCHISE TAX BOARD LOS ANGELES, LOS ANGELES COUNTY, CALIFORNIA CONTRACT NUMBER: 24-248775, PROJECT NUMBER: 9597 SEALED BIDS: The Office of Business and Acquisition Services will receive Sealed Bids at 707 Third Street, West Sacramento, California 95605 before 2:00 P.M., May 29, 2025. Hand delivered bids shall be placed in the DGS/OBAS Bid/Proposal Drop Box located in the lobby. Project comprises labor, material and services necessary for: upgrades to security and supporting items for the 5th floor South Tower. Replacement of card readers at all doors where they currently exist, and addition of card readers where they do not exist. Replacement of door hardware at all included doors to accommodate the request-to-exit devices in the door handles and electrified strikes. Also included is a CCTV monitoring system, with ceiling and wall mounted camera¿s, 55¿ TV mounted on the wall inside the suite and spot air conditioner for the IT server. The spot air conditioner power is to be connected to emergency power on the 7th floor. Accessibility upgrades: Accessibility upgrades to the building common path of travel have been completed through the access barrier removal program through Department of General Services. The DSA project numbers for the access barrier removal projects are DSA # 001-*11427 and DSA # 03-119496. The following items have been identified as non-compliant with eh 2022 CBC or 2010 ADA standards and correction items are included as part of the project scope: ¿ Signage License required to bid the project: B Certificate of Reported Compliance (CRC) ¿ Fleet Vehicles: As a condition of Contract award, prior to Contract execution, Contractor shall submit copies of the valid CRCs for any fleet retained by the Contractor or any listed Subcontractor, for which any vehicles subject to the California Air Resources Board In-Use Off-Road Diesel Fueled Fleet Regulations, Section 2449(i), Title 12, California Code of Regulations, are used in the completion of the work included in the Contract. More information on the In-Use Off-Road Diesel-Fueled Fleets Regulation can be found at the following link: https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Health and Safety Provisions: Contractor and all subcontractors shall abide by all health and safety mandates issued by federal, state, and local governments and/or public health officers as well as those issued by DGS, and worksite specific mandates. If multiple mandates exist, the Contractor and subcontractors shall abide by the most restrictive mandate. The term ¿employee¿, ¿worker¿, ¿state worker¿ or ¿state employee¿ in health and safety mandates includes contractor and subcontractor personnel. Costs associated with adhering to health and safety mandates are the responsibility of the Contractor. Contractor is responsible for the tracking and compliance of health and safety mandates and may be audited upon request. Successful bidder shall furnish payment and performance bonds, each in the amount of 100 percent of the Contract price. Prospective bidders must attend the mandatory pre-bid site inspection tour on May 14, 2025 at 10:00 A.M., at which time representatives of the State and prospective bidders shall meet at the 5th Floor, Rosebowl Room, Ronald Reagan Building, 300 South Spring Street, Los Angeles CA 90013. The State¿s requirements for Disabled Veteran Business Enterprise (DVBE) participation and other Contract requirements will be presented. Prime Contractors are encouraged to have their Key Administrator and DVBE office coordinator attend to receive this information and to have their questions answered. No photography of any kind will be allowed at the pre-bid site inspection. Attendance for the entire inspection is required in order for bidders to be eligible to submit a bid. Bid forms, plans, specifications, and addenda will be available for download at http://www.caleprocure.ca.gov/. Click on ¿Start Search.¿ In the Event name field, enter the project number and click search. While viewing the Event Details, click on ¿View Event Package¿ to view bid forms. It is recommended that all vendors register as a bidder through the Cal eProcure website at https://www.caleprocure.ca.gov/pages/bidder-vendor.aspx. This will allow for automatic notifications if there is any modification to the Event such as the posting of an addendum or additional documentation. Drawings and Project Manual may also be viewed through Builders' Exchanges. A public bid opening will be held on May 30, 2025 at 10:00 A.M. at 707 Third Street, West Sacramento, CA 95605. Bidders may attend virtually or in person. Bidders attending the bid opening in-person will need to meet and sign in at the security guard station in the lobby at the mailing address below. At the public bid opening, all bids received before 2:00 P.M., May 29, 2025, will be opened and recorded onto a Preliminary Bid Tabulation. Bidders do not need to attend the bid opening as the Preliminary Bid Tabulation will be made available immediately after the bid opening is completed and it will be emailed to invited bidders. States estimated cost: $995,200.00. The term of this project is 190 calendar days. The States Project Director is Richard Kuyper at (279) 946-8389.

Resources