PW 23-81 On-call Fire Alarm Panels Maintenance and Repairs
Status
Bidding Closed
Bid Date3/14/23 2:00pm
Company & Contacts
City of Oxnard
Renee Hatcher (805) 200-5289
Location
300 West Third Street, Fourth
NOTICE IS HEREBY GIVEN that the City of Oxnard, California (“City”) invites sealed Bids for
On-Call Fire Alarm Panels Maintenance and Repairs, Specification No. PW 23-81 (the
“Project”). The City will receive such Bids at Oxnard City Hall, 300 West Third Street, Fourth
Floor, Oxnard, California 93030 (“City Hall”), Attn: City Clerk until 2:00 p.m. on March 14, 2023.
There will be a public bid opening immediately afterwards at 305 W. Third Street, First Floor,
Oxnard, California in the City Council Chambers.
SCOPE OF WORK.
The 2018 edition of the Standard Specifications for Public Works Construction and the 2019 Errata No. 1 to the Standard Specification for Public Works
Construction 2018 Edition (collectively the “Greenbook”) is incorporated by this reference. As more specifically described in the Contract Documents, the Project includes furnishing all
necessary labor, materials, equipment and other incidental and appurtenant Work to provide oncall
maintenance and repair services to fire alarm panels at locations throughout the City of
Oxnard as identified in the Contract Documents. The not to exceed Contract amount will be
$195,000 for a two year term.
OBTAINING BID DOCUMENTS.
All Bidders must be plan holders of record to submit a Bid to the City, which entails purchasing copies of all Contract Documents at CyberCopy’s Plan Room,
located at CyberCopy Plan Room. Printed copies will also be available at City Hall for the same price.
PREVAILING WAGES.
The on-call Tasks comprising the Project are “public works” subject to
the requirements of Division 2, Part 7, Chapter 1 of the Labor Code and Title 8, Division 1,
Chapter 8 of the California Code of Regulations (“CCR”). The Contractor and all Subcontractors
shall pay wages in accordance with the determination of the Director of the DIR. Copies of these rates are on file with the Project Coordinator at City Hall and will be made available to any
interested party on request. They are also available at http://www.dir.ca.gov/Public-
Works/Prevailing-Wage.html. The Contractor shall post a copy of the DIR’s rates at each Task
site. The Tasks comprising the Project are subject to compliance monitoring and enforcement
by the DIR. The Contractor shall furnish certified payroll records directly to the Labor
Commissioner. Contractor and all Subcontractors are not qualified to bid on, be listed in a Bid
proposal, or engage in the performance of any contract for public work, as defined in Labor
Code Sections 1720 through 1861, unless registered and qualified to perform public work
pursuant to Labor Code Section 1725.5 at the time
of Bid submission.
BONDS.
Each Bid must be accompanied by Bid security as described in the Instructions to
Bidders in the Contract Documents. Upon Contract award, the successful Bidder shall provide
both Payment and Performance Bonds—each at 100% of the Contract Price—to the City Clerk
or his or her designee in accordance with Greenbook Section 1-7.2 and the Contract
Documents. Bonds must be on the forms in the Contract Documents, unless other forms meet
all of the City’s requirements, including that the Bond limit be automatically increased if the
Contract amount is increased after execution of the Contract, and the City Attorney at his or her
discretion approves the Surety’s form. Whenever Bonds are submitted for this Project, Bidder
must also submit a photocopy of each Bond.
NIB 2
LICENSES.
Each Bidder shall possess a valid Class C-16 Contractor’s license issued by
California Contractors State License Board at the time of Bid submission and a current City
business license at the time of Contract award.
TRADE NAMES OR EQUALS.
Task Orders may list brand or trade names, in which case the phrase “or equal” shall be assumed unless otherwise stated in writing, along with one or more of the purposes listed in Public Contract Code Section 3400. Requests to substitute an equivalent
material, product, thing or service for a brand or trade name material, product, thing or service
must be made by written request submitted no later than three (3) Calendar Days following the
issuance of a Task Order, unless a different deadline is listed in the Special Provisions.
Requests received after this time shall not be considered. Requests must clearly describe the
product for which approval is requested, including all data necessary to demonstrate
acceptability.
LIQUIDATED DAMAGES.
Contractor must complete all Work for a Task by the date listed in
that Task Order. There will be an assessment for each Calendar Day that Work remains
incomplete beyond the Task completion deadline specified in the Task Order, and the specific
amount of the liquidated damages per Calendar Day, if any, shall be calculated for each Task
and listed in each Task Order, which in any case shall not exceed $500 per Calendar Day.
Inquiries regarding this Notice Inviting bids may be directed to renee.hatcher@oxnard.org.