Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published September 3, 2025 at 8:00 PM
Updated September 4, 2025
Renovation of a medical facility in San Jacinto, California. Completed plans call for the renovation of a medical facility.
RUHS - Behavioral Health San Jacinto Telecommunications Technology Project The Contractor shall furnish all labor, materials, parts, equipment, tools, supervision, services, transportation, waste disposal, facilities and other required items necessary to complete the following work in strict accordance with all of the Attached Bid Documents (including Documents A-G). Deadline For Submission of Questions: Email: erwoods@rivco.org (E-mail required). It is the responsibility of the bidder to confirm transmission of correspondence. Date: Tuesday July 22, 2025 Time: No later than 1:30 p.m. PT Must be in the form of an Email PROJECT OVERVIEW/SCOPE OF WORK: a. The general scope of this project includes the installation of telecommunications cabling infrastructure for the RUHS Behavioral Health - Substance Abuse Program at 701 W. Esplanade Ave., San Jacinto, CA 92582. The project shall consist of the provision, installation, termination, testing and documentation of a complete fully functional Lencore Sound Masking and A/V systems. It also includes provisions and installation of cabling and installation of Access Control, and CCTV systems. b. All work must adhere to all Riverside County Information Technology (RCIT) specifications and standards. Therefore, the Contractor must ensure that all labor and materials needed to deliver a complete, complies with applicable codes, industry standards, and industry best practices are accounted for in the cost proposal. c. Other trades may be working in the facility concurrently, and it is the Contractor's Superintendent/Foreman responsibility to coordinate work with other trades during the course of this project to prevent conflicts and to adhere to the construction schedule. All Contractor personnel performing work associated with this project shall wear shirts and/or badges clearly identifying their company. d. The Contractor shall provide safety equipment to each employee to be used as appropriate or required for the work. (e.g., as needed for eye protection, sound suppressors, hard hats, gloves, respirators, etc., as required). e. Further details of the scope of work, reference Document A, Detailed Scope of Work, as one of the Attached Documents included in this RFB. The project will in general include the following: _ _ _ _ _ _ Installation of a Lencore Sound Masking Solution to mitigate speech and enhance privacy and (18) speakers to be installed within the two conference rooms and common areas throughout the faciility. Installation of a total of (4) LG Commercial Displays (2) 65" Displays within Larger Conference room, (1) 55" Display in the Small Conference room and (1) 55" Display in the Lobby area. Installation of (5) Exterior Security Camera cabling locations, using 1 Category 6 cable at each location. Installation of (14) Access Control door locations, (6) of which will be exterior and (8) of which will be interior. . Installation of (1) Door release button to be located within the reception area. Installation of (1) Lockdown button to be located within the reception area A/V Systems: 1.1. Large Conference Room: 1.1.1. Commercial Displays: 1.1.1.1. 1.1.1.2. 1.1.1.3. 1.1.1.4. Provide and install (2) Wall Mount and (2) LG 65" Commercial Displays . Display locations are identified on the jack plan drawings. Provide and install (2) Category 6 - 5 foot patch cords at Display location. Provide and install (2) Category 6 - 7 foot patch cords at Patch panel location. 1.1.2. Small Conference Room: 1.1.2.1. Provide and install (1) Wall Mount and (1) LG 55" Commercial Displays . 1.1.2.2. 1.1.2.3. 1.1.2.4. Display locations are identified on the jack plan drawings. Provide and install (1) Category 6 - 5 foot patch cords at Display location. Provide and install (1) Category 6 - 7 foot patch cords at Patch panel location. 1.1.3. Lobby Area: 1.1.3.1. Provide and install (1) Wall Mount and (1) LG 55" Commercial Displays . 1.1.3.2. 1.1.3.3. 1.1.3.4. Display locations are identified on the jack plan drawings. Provide and install (1) Category 6 - 5 foot patch cords at Display location. Provide and install (1) Category 6 - 7 foot patch cords at Patch panel location. 1.1.4. HDMI over Cat 6 Sender/Receiver: 1.1.4.1. Provide and install (4) C2G 4K HDMI HDBaseT Extender: 1.1.4.1.1. Provide and install (4) 5 foot 4K HDMI cord from Extender at each display location defined in jack plan. 1.1.4.1.2. Provide and install (4) 7 foot 4K HDMI cord from Extender at source location to be defined at a future time. Provide and install (4) Category 6 - 7 foot patch cable at source location to be defined at a future time.. End of A/V Scope of Work ============================== Begin of Surveillance Scope of Work Sound Masking: 2.1. Telecommunications Room 1A: 2.1.1. Head End Equipment: 2.1.1.1. Provide and install (1) Lencore Acoustics Gold Combo Pack Unit (A1U) 2.1.1.2. Provide and install manufacturer recommended patch cables at head end unit to speaker chain. 2.1.2. Speaker equipment: 2.1.2.1. Provide and install (18) Lencore G545-U i.Net Speaker upward facing brushed aluminum housing, RJ45 universal chain cabling at location identified in provided manufacturer designed plan . 2.1.2.1.1. All speakers to be installed, mounted, and tested per manufacturer installation recommendations and guidelines. 3 Detailed Scope of Work 2.1.3. Touch IR Pad: 2.1.3.1. Provide and install (2) Lencore G41 IR Touch Pad Controller, Wall Plate, RJ45 located within split Large Conference room, one on each side of split divider as shown in manufacturer provided design plan. 2.1.3.2. Provide and install cabling for IR Touch Pad Controllers and test controllers to ensure working per manufacturer specifications. 2.1.4. Sound Masking Cabling and Patch Cords: 2.1.4.1. Provide and install cabling and patch cables for sound masking speakers: 2.1.4.1.1. Provide and install cabling for (4) separate zone locations per manufacturer design, with each channel not to exceed 8 speakers per zone and first speaker not to exceed 150' from the Head end unit. 2.1.4.1.2. Provide all patch cables needed as in speaker chain and ensure all speakers are tested and working properly per manufacturer specifications and guidelines. It is the responsibility of the awarded contractor to measure all cabling distances for speaker locations. Change orders will not be accepted for improper distances or incorrect parts being ordered. End of Infrastructure Scope of Work ============================== Begin of Surveillance Scope of Work 3. Camera Scope of Work: Provide labor and materials to install an IP camera system. Project shall include labor and materials to upgrade and hand over complete turnkey systems ready for normal day operations. Note: All work must adhere to all Riverside County Information Technology (RCIT) specifications and standards. It is the contractor's responsibility to ensure all labor and materials is provided to deliver a complete, fully functional system that complies with all applicable codes, RCIT and industry standards/best practices is accounted for in their cost proposal. The following is not intended to be a complete material list, but a clarification on certain items specified within scope of work. The contractor shall provide safety equipment to each employee to be used as appropriate or required for the work. (e.g. eye protection, sound suppressors, hard hats, gloves, respirators, etc. as required). 3.1. Submittals: 3.1.1. Contractor shall have a submittal packet attached to quote including all data sheets and installation manuals of all devices provided for this project. 4 3.2. Certifications: Detailed Scope of Work 3.2.1. Any contractor who provides, installs, wires, connects, or programs any Milestone equipment shall maintain proper dealer and technical certifications. 3.2.1.1. All Milestone System certifications must be included in the submittal packet listed in section 3.3. 3.4. 3.5. 3.6. Reference Documents: 3.3.1. Document A- Detailed Scope of Work. 3.3.2. Document B- Floor Plan. 3.3.3. Document C- Camera Equipment List. 3.3.4. Document D- Contractor Pricing Spreadsheet 3.3.5. Document E- General Terms Conditions 3.3.6. Document F- Cabling Installation Instructions. 3.3.7. Document G- Cable Certification. 3.3.8. Document H- Materials List. CCTV IP Cameras and Equipment: 3.4.1. Provide labor and materials to install (5) ip cameras, (1) monitor, and (1) BCD Server throughout the facility. All camera locations are listed on document B- camera floor plan. CCTV IP Camera Equipment: 3.5.1. Camera and mounting hardware needed for each location is identified on document listed on document C- camera equipment list. 3.5.2. All materials substituted for an equivalent for this project must be approved by RCIT project manager prior to acceptance of proposal. 3.5.3. Provide and install all mounting materials needed to properly mount all cameras. 3.5.4. Itemized material list must be included in quote submittal. 3.5.5. Acceptance camera equipment include: 3.5.5.1. Axis Camera part # P3265-LVE 3.5.5.1.1. Cameras 1, 2, 3, 4 and 5. Software: 3.6.1. Provide the most current version of Milestone XProtect Expert Edition including but not limited to the following licenses: 3.6.1.1. Milestone XProtect Expert Base License for (1) base license. 3.6.1.2. 3.6.1.3. 3.6.1.4. 3.6.1.5. 3.6.1.6. 3.6.1.7. 3.7. Server: Milestone XProtect Expert Base License Care Plus for (1) base license. Milestone XProtect Expert Base License Care Premium (1) base license. Milestone XProtect Expert Device License for (5) ip cameras. Milestone XProtect Expert Care Plus for (5) ip cameras. Milestone XProtect Expert Care Premium (5) ip cameras. Boring Lab License for (5) ip cameras. 3.7.1. Provide and install Server in the communication room on data rack. 3.7.1.1. Provide all mounting hardware to mount the BCD server properly. 3.7.1.1.1. Coordinate with RCIT project manager on location of the server on rack. 3.7.1.2. 3.7.1.3. Provide labor to connect server to network switch. Acceptable BCD Video Server equipment include: 3.7.1.3.1. BCD Video: BCD-QUO134438377375-JACINTO 5 3.7.1.4. Detailed Scope of Work 3.7.1.5. 3.8. Provide labor and materials to install a monitor above the Server on data rack. 3.7.1.4.1. Provide shelf above BCD server to properly mount monitor above Server. Acceptable Monitor equipment include: 3.7.1.5.1. Capture 19-inch monitor: OE-19VGHDMI2 3.7.1.5.2. Provide VGA Cable to connect monitor to server. Camera Cabling: 3.8.1. Camera cabling is to be provided by others. 3.8.2. Patch cables will be provided by others for camera side and switch side. 3.8.2.1. Provide labor to install patch cables from patch panel to the RCIT provided network switch in communication room. 3.8.2.2. 3.9. Provide labor to install patch cable from network biscuit to the installed camera. 3.8.2.2.1. Provide labor and materials for any penetration from inside the building to outside the building where the cameras are to be installed. Programming: 3.9.1. Provide labor to upgrade each camera to the latest firmware support by Milestone. 3.9.2. Program each camera with IP, Subnet mask, Gateway, and DNS. 3.9.2.1. Information will be provided by RCIT project manager. 3.10. Camera Focusing: 3.10.1. Provide labor and materials to focus all cameras that must be approved by RCIT project manager. 3.10.2. RCIT will work with contractor to focus and approve each camera view. 3.11. Camera Labeling: 3.11.1. Camera labels are to start with CAM01. For reference, the label CAM01 will correspond to camera 1 and label CAM02 will correspond to camera 2. 3.11.2. The labels shall be black lettering on WHITE background. 3.11.3. Outdoor labels will be UV rated to prevent degradation. 3.12. Lift for Project: 3.12.1. Provide lift necessary to install any cameras if needed. 3.13. Network Switches: 3.13.1. Network switches for this project are provided by RCIT. 3.14. Patch Cords: 3.14.1. All patch cords for this project are provided by others. 3.14.2. Provide labor to install patch cords from patch panel to network switch. 3.14.3. Provide labor to install patch cords from cable jack to camera. 3.15. Contingency: 6 Detailed Scope of Work 3.15.1. Include a project contingency equivalent to 10% of the total labor and material cost of the project. 3.15.1.1. This is to be used for any changes for out-of-scope work or equipment. 3.15.1.2. Work and equipment must be approved by the RCIT project manager before installing. 3.16. Bonding: 3.16.1. Include project bonding for the total estimated cost of the project. 3.17. Work Hours: 3.17.1. Work hours shall be Monday - Friday 7:00 am to 4:30 pm. 3.18. Training: 3.18.1. Training for this project will be provided by others. 3.19. Warranty: 3.19.1. Provide (1) year parts and labor warranty for this project. 3.19.2. Warranty period shall start on the project completion notification date. 3.19.3. Qualified personnel shall be onsite within 4 hours after receiving an emergency service request. The system shall be restored to normal operating condition within 8 hours of arriving onsite. 3.20. Project Billing: 3.20.1. Any invoice submitted into RCIT will need to be itemized per item. 3.20.2. Any change order will need to be itemized. 3.21. Closeout Documentation: 3.21.1. Provide a digital copy of the following documentation to the RCIT project manager. 3.21.1.1. As-built drawing including camera model number and IP address for each camera location. End of Surveillance Scope of Work ============================== Begin of Access Control Scope of Work 4. Access Control Scope of Work: To provide labor and materials to install a County of Riverside's approved Honeywell Pro Watch access control system. The access control system is to be all hardwired. The site must connect to the County of Riverside's enterprise system. Project shall include labor and materials to install a Honeywell Pro Watch access control system. All labor and material provide shall furnish a complete turnkey system ready for normal day to day operation. 7 Detailed Scope of Work Note: All work must adhere to all Riverside's County Information Technology (RCIT) specifications and standards. It is the contractor's responsibility to ensure all labor and materials needed to deliver a complete, fully functional system that complies with all applicable codes, RCIT and industry standards/best practices is accounted for in their cost proposal. The following is not intended to be a completed material list, but a clarification on certain items specified within the scope of work. The contractor shall provide safety equipment to each employee to be used as an appropriate or required for the work. (e.g., eye protection, sound suppressors, hard hats, gloves, respirators, etc. as required). 4.1. Submittals:. 4.1.1. Contractor shall have a submittal packet attached to quote including all data sheets, required certifications, document b contractors pricing spreadsheet, and installation manuals of all devices provided for this project. 4.2. Certifications: 4.2.1. Any contractor who provided a bid or a quote, install, wires, connects, or programs any Honeywell ProWatch equipment shall retain a current Honeywell Pro Watch Dealer and Technical Certification. 4.2.1.1. 4.3. Honeywell Pro Watch Certifications must be included in the submittal packet listed in section 4.1.1. Reference Documentation: 4.3.1. Document A - Detailed Scope of Work. 4.3.2. Document B - Floor Plans. 4.3.3. Document C - Contractor Pricing Spreadsheet. 4.3.4. Document D - General Terms Conditions. 4.3.5. Document E - Cabling Installation Instructions. 4.3.6. Document F - Cable Certification. 4.3.7. Document G - Materials List. 4.4. Access Control Software/Licenses: 4.4.1. Provide Pro Watch 5.5 Corporate Edition Licenses: 4.4.1.1. Honeywell Pro Watch reader license for (32) proximity readers. 4.5. Access Control Panel and Boards: 4.5.1. Provide, install, and program new Honeywell Pro Watch PW7K panels and boards to work seamlessly with Honeywell Pro Watch 5.5 Corporate Edition and newer. 4.5.2. All card access boards must be compatible with 26-bit Wiegand, 35-bit Wiegand, 37-bit Wiegand and I Class/seos 48-bit corporate 1000 cards. 4.5.3. All access control panels and boards shall be installed in the communication room. 4.5.3.1. All readers are to go into the communication room. 8 4.6. Acceptable Honeywell Pro-Watch Part Numbes: Detailed Scope of Work 4.6.1. PK5K2ENC1 4.6.2. PW7KPSU120 Power Supply 4.6.3. PW5K1DCC Daisy Chain Cable 4.6.4. PE7K1IC Intelligent Control Module 4.6.5. PW7K1R2 Reader Board 4.6.6. PW7K1IN Input Board 4.6.7. PW7K1OUT Output Board 4.6.7.1. All Panels (PW5K2ENC1) is to have its own Honeywell intelligent Control Module (PW7K1IC) and no more than 8 dual boards or 16 readers in each panel. 4.7. Access Control Power Supplies: 4.7.1. Provide, install, and wire new low voltage access control power supplies in the telecommunication rooms to support all new electric hardware being installed. 4.7.1.1. Coordinate with the County of Riverside Project Manager on installation location before any install. 4.7.1.2. Install power supplies next to Pro Watch access control panels in communication rooms. 4.7.2. Provide labor and materials to wire any existing power supply used by existing hardware needed for the new access control system. 4.8. Access Control Power Supply Equipment: 4.8.1. Acceptable power supply includes. 4.8.1.1. Altronix Part# AL600ULACM 4.8.1.1.1. Provide and install all parts needed to plug into receptacle in Communication Room. 4.8.1.1.2. Provide and install back up batteries in each AI600ulacm. 4.9. Access Control Wiring: 4.9.1. All access control wiring shall be plenum rated. 4.9.2. Security vendor is responsible for all cabling of readers, panel connections, power supplies, lock down button, door release buttons, connection of existing and new door hardware. 4.9.3. Provide labor and materials as needed to have all cables connect new/existing door hardware. 4.9.4. Provide cat6 cable from the location of the Honeywell 7K IC board in the Honeywell access control panel to the provided network switch port in each of the communication rooms where the access control panels will be installed. 4.10. Door Release Buttons: 4.10.1. Provide labor and materials to install 2 door release buttons under the reception desk for readers 9 and 11. 4.10.1.1. Reference document B access control floor plan for readers 9 and 11. 4.11. Door Release Button Hardware: 4.11.1. Acceptable door release button hardware: 4.11.1.1. Alarm Controls TS-18 Button 9 4.12. Lock Down Button: Detailed Scope of Work 4.12.1. Provide labor and materials to install a lock down button in the receptionist area. 4.12.1.1. When active will lock down all exterior door readers: 1, 2, 3, 4, 12 and 13. 4.12.2. Location of the lock down button will be determined at a later day by the RCIT project manager and will be in the reception area. 4.13. Lock Down Button Hardware: 4.13.1. Acceptable lock down button hardware: 4.13.1.1. Alarm Controls RP-44 4.13.1.2. Boxing for button. 4.14. Access Control Hardware: 4.14.1. Provide labor and equipment for any drilling, coring, or anything necessary to have the access control electric hardware/system to properly operate. 4.14.2. Provide, labor and materials as needed to work with door vendor/general contractor to properly route the cables as needed to connect to any power supply or electric door hardware. 4.14.3. Provide labor and materials to wire all doors in the case location uses existing doors on site. 4.14.3.1. Provide labor and materials if existing doors are used to core a door, run cables down door frames, or anything possible to connect to electric hardware for access control to work properly. 4.15. Card Readers: 4.15.1. Provide labor and materials to install HID multiclass SE readers that support 26-bit Wiegand, 35-bit Wiegand and 48-bit corporate 1000 cards iClass/Seos 4.15.1.1. Install HID 40NKS-00-01CF1M or 20NKS-00-01CF1M readers at location. 4.15.1.1.1. Once new or existing doors are determined what reader will go to each door. 4.15.1.2. Provide all labor and materials needed for the reader and door hardware to operate properly on each door. 4.16. Card Reader Equipment: 4.16.1. Acceptable HID card readers shall include: 4.16.1.1. 40NKS-00-01CF1M 4.16.1.2. 20NKS-00-01CF1M 4.17. Batteries: 4.17.1. Provide and install backup batteries for each Pro-Watch Panel and access control power supply installed. 4.17.2. Contractor shall be responsible for the correct battery sizing for each battery needed. 4.18. Battery Equipment: 4.18.1. Acceptable batteries include: 4.18.1.1. YUSA 12V7AH or equivalent 10 4.19. Programming: Detailed Scope of Work 4.19.1. All programming of Pro Watch will be completed by others. 4.20. Testing 4.20.1. Provide labor to test every access control door and device with RCIT project manager. 4.20.1.1. Coordinate with RCIT Project Manager and provide 24 Hrs Notice. 4.21. Labeling: 4.21.1. Provide labor and materials to label all reader, power supplies and panels. 4.21.1.1. Please P-touch with label maker all readers and panels with the number sequence that RCIT will provide. 4.22. Equivalent Material: 4.22.1. Any items substituted as an equivalent and not listed in the document must be approved by the RCIT project manager prior to acceptance of proposal. 4.23. Work Hours: 4.23.1. Work Hours shall be Monday - Friday 7am to 430 pm. 4.24. Contingency: 4.24.1. Include a project contingency equivalent to 10% of your total estimated labor and material cost. 4.24.1.1. This is to be used for any changes for out-of-scope work or equipment. 4.24.1.2. Work and equipment must be approved by the RCIT project manager before installing. 4.25. Project Billing: 4.25.1. Any invoices submitted into RCIT will need to be itemized per item. 4.25.2. Any change order will need to be itemized. 4.26. Warranty: 4.26.1. Provide a minimum (1) year warranty on all parts and labor provided from the written final acceptance date. 4.26.2. Qualified personnel shall be onsite within 4 hours after receiving an emergency service request. The system shall be restored to normal operating condition within 8 hours of arriving onsite. 4.26.3. Warranty period shall start on the project completion notification date. 4.27. Closeout Documentation: 4.27.1. Provide a USB of all closeout documentation including: 4.27.1.1. A complete backup of the Pro Watch Access control system programming. 4.27.1.2. As Build Drawings including details of all materials provided.
Award
Medical
$105,193.00
Public - County
Renovation
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
