STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION PROJECT MANAGEMENT AND DEVELOPMENT BRANCH ADVERTISEMENT FOR BIDS Porterville Developmental Center Upgrade Fire System in Buildings 10, 11, & 12. DEPARTMENT OF DEVELOPMENTAL SERVICES PORTERVILLE DEVELOPMENTAL CENTER PORTERVILLE, TULARE COUNTY, CALIFORNIA CONTRACT: 25-269696; PROJECT:10461 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., September 17, 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: Major components of Project Work consist of upgrading the existing fire alarm system to a new fully automatic Siemens Fire Alarm System with integrated emergency communication system; demolition of the existing fire alarm panel, booster panels, horns, strobes, detectors, pull station, and all associated cable; upgrade of the site ug conduit; install new fire alarm control panel with emergency voice annunciation; install local and remote fireman s microphone for manual announcing through the fire alarm speakers; install remote booster and audio amplifier panels; install smoke, heat and carbon monoxide detectors; install speaker and strobe notification devices; install FA system connection to existing fire smoke dampers; install duct some detectors for existing air handler units; and power circuits for booster and audio amplifier panels and related work License required to bid the project: B or C-10 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 AUGUST 20, 2025, at 10:00 A.M at which time representatives of the State and prospective bidders shall meet at the Porterville Developmental Center s Plant Operations Modular Building, located at Porterville Developmental Center 26501 Avenue 140  Porterville, CA 93257, Tulare County.The States requirements for Disabled Veteran Business Enterprise (DVBE) participation will be presented along with other contract requirements. Bidders are required to sign in upon arrival and sign out at the conclusion of the pre-bid site inspection. Attendance for the entire inspection is required in order for bidders to be eligible to submit a bid. Security Clearance:  Bidders  attention is directed to the deadline to contact Jose Enriquez, DGS Project Director, via email at jose.enriquez@dgs.ca.gov no later than 5:00 P.M, August 13, 2025; and provide via email the Contractor s ID Request Form, Appendix B (located in the Reference Documents attachment) which will require the following to be filled out: (1) full name of attendee, (2) company name, (3), prime or subcontractor confirmation of company, and (4) telephone number of all those who will be attending the pre-bid site inspection. A current (non-expired) California Drivers License Number/Real ID for all those attending the pre-bid site inspection will be required prior to entering the security clearance portion of the institution. Attire is not restricted, however cameras and recording devices will not be allowed. 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 September 18, 2025 at 2:00 P.M. at 707 Third Street, West Sacramento, CA 95605. Bidders that choose to attend the bid opening shall check in with security in the lobby. A DGS representative will meet attendees in the lobby and escort all parties to the bid opening location. At the public bid opening, all bids received before 2:00 P.M., September 17, 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 emailed to participating contractors immediately after the bid opening. States estimated cost: $673,600.00. The term of this project is 254 calendar days.  The States Project Director is Jose Enriquez at 916-597-8847.
                    
                  
                  
                  
                      
                    Background
 The Porterville Developmental Center, operated by the Department of Developmental Services in California, is seeking to upgrade the fire alarm system in Buildings 10, 11, and 12. This project aims to enhance safety measures within the facility, ensuring compliance with modern fire safety standards.
Work Details
 The project includes labor, materials, and services necessary for upgrading the existing fire alarm system to a new fully automatic Siemens Fire Alarm System with an integrated emergency communication system. Key components of the work include:
- Demolition of the existing fire alarm panel, booster panels, horns, strobes, detectors, pull stations, and all associated cables.
- Upgrading the site underground conduit.
- Installing a new fire alarm control panel with emergency voice annunciation.
- Installing local and remote fireman’s microphone for manual announcements through fire alarm speakers.
- Installing remote booster and audio amplifier panels.
- Installing smoke, heat, and carbon monoxide detectors.
- Installing speaker and strobe notification devices.
- Connecting the fire alarm system to existing fire smoke dampers.
- Installing duct smoke detectors for existing air handler units.
- Providing power circuits for booster and audio amplifier panels.
Period of Performance
 The contract will be performed over a period of 254 calendar days from the date of award.
Place of Performance
 Porterville Developmental Center, located at 26501 Avenue 140, Porterville, Tulare County, California.
Bidder Requirements
 Bidders must possess a valid California Contractor's License classified as B or C-10. Additionally, bidders are required to submit copies of valid Certificates of Reported Compliance (CRC) for any fleet vehicles used in completing the work. Bidders must also comply with health and safety mandates issued by federal, state, and local governments. A mandatory pre-bid site inspection is required on August 20, 2025. The successful bidder must furnish payment and performance bonds each in the amount of 100 percent of the contract price.