Similar Projects
Heating, Ventilation and Air Conditioning Services
Term Contract
Sub-Bidding
Irvine, CA 92606

Boiler Maintenance and Repair
Term Contract
Sub-Bidding
Santa Ana, CA 92703

Pollak Library South HVAC Duct Cleaning
Alteration
Post-Bid
Fullerton, CA 92831

Heating, Ventilation, and Air Conditioning (HVAC) Duct System Maintenance Services (Fullerton DMV Field Office)
Term Contract, Alteration
Post-Bid
$15,000 est. value
Fullerton, CA 92832

Golden West College LRC Duct Work Replacement
Renovation, Alteration
Results
$400,000 est. value
Huntington Beach, CA 92647

Heating, Ventilation and Air-Conditioning (HVAC) Preventative Maintenance and Repair Services
Alteration
Results
CA

Huntington Beach HVAC (Bidding & Construction)
Renovation
Sub-Bidding
$50,000 CJ est. value
Huntington Beach, CA 92648

Police Headquarters Lobby Roof and HVAC Rehabilitation
Term Contract
Post-Bid
Orange, CA 92867

Various Facilities HVAC Replacement
Alteration
Results
$138,000 est. value
Costa Mesa, CA 92626

Heating, Ventilation, Air Conditioning and Refrigeration Parts and Equipment
Term Contract
Post-Bid
Tustin, CA

Anaheim West Tower HVAC Rehabilitation and Related Work
Term Contract
Results
$6,000,000 est. value
Anaheim, CA 92805

Eastbluff HVAC Replacement
Alteration
Post-Bid
$1,900,000 est. value
Newport Beach, CA 92660

Heating Ventilation and Air Conditioning Related Services
Term Contract, Alteration
Results
Stanton, CA 80680

Heating, Ventilation, and Air Conditioning Services
Term Contract
Post-Bid
Orange, CA

HVAC Unit Replacement at Anaheim Bus Base Operations Building
Term Contract
Results
Anaheim, CA

Last Updated 03/06/2023 08:37 AM
Project Title

SM22 Building A & B Air Handler Project

Physical Address View project details and contacts
City, State (County) Orange, CA 92869   (Orange County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $125,795 [brand] Estimate
Plans Available from County Agency
Owner View project details and contacts
Architect View project details and contacts
Description

Buildings A and B Air Handler Project at Santiago Canyon College Contractors License Classification. Bidders must possess the following classification(s) of California Contractors License at the time that the Bid Proposal is submitted and at time the Contract for the Work is awarded: C-20 Warm-Air Heating, Ventilating and Air-Conditioning . The Bid Proposal of a Bidder who does not possess a valid and in good standing Contractors License in the classification(s) set forth above will be rejected for non-responsiveness. Any Bidder not duly and properly licensed is subject to all penalties imposed by law. No payment shall be made for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed for the Work. Contract Time. The Contract Time is 165 calendar days from date of Notice to Proceed to Final Completion. Failure to achieve the Contract Time will result in the assessment of Liquidated Damages as set forth in the Contract. A Bid Proposal submitted by a Bidder whose representative(s) did not attend the entirety of the Mandatory Job Walk will be rejected by the District as being non-responsive. Visitor parking stalls may be utilized for the duration of the job walk, if available (Lot 6 at Santiago Canyon College). No day parking permit is required for the job walk. This Project is being let in accordance with the California Uniform Public Construction Cost Accounting Act ( CUPCCAA ) set forth in Public Contract Code section 22000 et seq. The District s Project Plan Holder List will be compiled exclusively from the sign-in sheet at the Mandatory Job Walk. Any Bidder failing to sign-in at the Mandatory Job Walk will be excluded from Project Plan Holder List and their Bid Proposal will be rejected by the District as being non-responsive. The District will not have a third party maintain a bid registry/plan holder list and will not distribute addenda directly to bidders/plan holders. Prevailing Wage Rates. Pursuant to California Labor Code 1773, the Director of the Department of Industrial Relations of the State of California ( DIR ) has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of the prevailing wage rates in the locality where the Work is to be performed Bidder and Subcontractors DIR Registered Contractor Status. Each Bidder must be a DIR Registered Contractor when submitting a Bid Proposal. The Bid Proposal of a Bidder who is not a DIR Registered Contractor when the Bid Proposal is submitted will be rejected for non-responsiveness. All Subcontractors identified in a Bidder s Designated Subcontractors List must be DIR Registered contractors at the time the Bid Proposal is submitted. The Contractor may be subject to penalties by DIR of up to $10,000 for contracting with any subcontractor that is not DIR registered. The foregoing notwithstanding, a Bid Proposal is not subject to rejection for non-responsiveness for listing Subcontractor the Subcontractors List who is/are not DIR Registered contractors if such Subcontractor(s) complete DIR Registration pursuant to Labor Code 1771.1(c)(1) or (2). Further, a Bid Proposal is not subject to rejection if the Bidder submitting the Bid Proposal listed any Subcontractor(s) who is/are not DIR Registered contractors and such Subcontractor(s) do not become DIR Registered pursuant to Labor Code 1771.1(c)(1) or (2), but the Bidder, if awarded the Contract, must request consent of the District to substitute a DIR Registered Subcontractor for the non-DIR Registered Subcontractor pursuant to Labor Code 1771.1(c)(3), without adjustment of the Contract Price or the Contract Time. Each Bid Proposal shall be accompanied by Bid Security in an amount equal to Ten Percent (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District. Labor & Materials Payment Bond; Performance Bond. Prior to commencement of the Work, the Bidder awarded the Contract shall deliver to the District two (2) each of Labor & Material Payment Bond and a Performance Bond issued by a California Admitted Surety in the form and content included in the Contract Documents each of which shall be in a penal sum equal to One Hundred Percent (100%) of the Contract Price. *Visitor parking stalls may be utilized for the duration of the job walk, if available (Lot 6 at Santiago Canyon College). No day parking permit is required for the job walk. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of 90 calendar days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals. Award of Contract. The Contract for the Work, if awarded, will be by action of the District s Board of Trustees to the responsible Bidder submitting the lowest priced responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with the Instructions to Bidders. The District reserves the right to waive immaterial irregularities or informalities in any Bid Proposal or in the bidding process. Additionally, the District reserves the right to reject all Bid Proposals. The lowest responsive bid for the Work shall be determined as follows: Base Bid Amount, plus Allowance. Disabled Veteran Business Enterprises ( DVBE ) Participation Goal. Pursuant to Military & Veterans Code 999.2 and the District s Board Policy, the District has established a Good Faith Participation Goal for DVBEs of Three Percent (3%) of the value of the Work. American Disabilities Act (ADA). It is the intention of the Rancho Santiago Community College District to comply with the Americans with Disabilities Acts (ADA) in all respects. If, as an attendee or a participant at this meeting, you will need special assistance, the Rancho Santiago Community College District will attempt to accommodate you in every reasonable manner. Please contact the Rancho Santiago Community College District, Facility Planning, District Construction and Support Services at 2323 N. Broadway, Suite 112, Santa Ana, California, 714-480-7510, three business days prior to the meeting to inform us of your particular needs so that appropriate accommodations may be made. The furnishing of all labor, materials, equipment, services, and incidentals necessary for Work to complete the SM22 Building A & B Air Handler Project at Santiago Canyon College, 8045 East Chapman Avenue, Orange, CA 9270 Contract Time is 165 calendar days Building A Scope of Work 1. Replace existing compressors with equivalent compressors in the rooftop condenser unit. a. Install two (2) remanufactured (Sigler) Carrier 06E compressors with new crankcase heaters, an angle valve for the oil sump, electronic unloaders for both compressors, and all miscellaneous materials. b. Install new contactors for each compressor. c. Remove and store existing R-22 refrigerant in owner-provided storage cylinders and return it to the owner. d. Flush all evaporator, condenser, and refrigerant piping. (Include acidic driers per circuit in existing liquid line canisters) e. Provide flushing details for approval prior to work. f. Replace liquid line filter driers with acid cleanup filters. g. Provide complete circuits No. 1 and 2 refrigerants with RS-44B drop-in refrigerant. h. Provide and install two (2) relays, including running wiring from the compressors to the control cabinet. 2. Programming/Commissioning (See Staging and Sequencing on Attachment D) a. Program to change to 5 stages of temperature control between the compressor and unloader combinations. (Existing 2 stages and adding two for a total of 4 points) b. Perform all start-up functions and calibrate all expansion valves per manufacturer's specifications. c. Program graphic changes to Tridium Niagara system to control AC compressor unloaders. d. Programming to reside in existing or new Alerton controllers. e. Add Current Transformer (CT) to each compressor and program status into EMS System. f. Modify Direct Digital Control (DDC) to implement two (2) new relays. g. Perform all required startup functions and calibrate all expansion valves to the manufacturer's specifications. h. Commissioning and testing the AC unit. Include 8 hours of commissioning with the owner and/or agent. 3. Maintenance of air handler unit and its components. a. Clean, calibrate, and adjust all dampers. b. Clean and calibrate actuators. c. Clean and calibrate control linkages. d. Clean and lubricate motors. e. Clean and lubricate existing conical inlet vanes. f. Clean all accessible interior plenum spaces in the AHU 4. Replace the existing supply fan motor and install a new 30 HP open drip proof and belt drive motor. 5. Perform a megger test on the return fan motor and submit the result report to the PM. 6. Replace supply and return fan bearings. 7. Replace the existing V bank filter rack and install a new V bank filter rack with gaskets. 8. Install owner-provided filters. Building B Scope of Work 1. Maintenance of air handler unit and its components. a. Clean, calibrate, and adjust all dampers. b. Clean and calibrate actuators. c. Clean and calibrate control linkages. d. Clean and lubricate motors. e. Clean and lubricate existing conical inlet vanes. f. Clean all accessible interior plenum spaces in the AHU. 2. Perform all start-up functions and calibrate all expansion valves per manufacturer's specifications. 3. Calibrate airflow monitoring stations. 4. Replace the existing supply fan motor and install a new 30 HP open drip proof and belt drive motor. 5. Perform a megger test on the return fan motor and submit the result report to the PM. 6. Replace liquid line filter driers. 7. Replace the existing V bank filter rack and install a new V bank filter rack with gaskets. 8. Install owner-provided filters. The Substantial Completion Date - July 21, 2023 The Final Completion Date - September 4, 2023

Details

Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.

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