Similar Projects
Diamond Valley Estates
New Construction, Infrastructure
Conception
$300,000,000 CJ est. value
Hemet, CA 92544

Palm Springs USD - Sunny Sands Elementary School (SSES) Modernization
Renovation
Design
$32,000,000 CJ est. value
Cathedral City, CA 92234

Palm Springs USD - James Workman Middle School Modernization
Renovation
Design
$35,500,000 CJ est. value
Cathedral City, CA 92234

North HS Transformation Phase 2
Demolition, Infrastructure
Bidding
$273,000 CJ est. value
Riverside, CA 92507

Chaparral HS New Gymnasium Increment 2
New Construction, Infrastructure - 27,169 SF
Bidding
$21,789,792 CJ est. value
Temecula, CA 92591

Desert Learning Academy Building 500 Rebuild - Increment 1
Renovation
Post-Bid
$4,540,000 est. value
Palm Springs, CA 92264

RFQ Design - Commercial Kitchen Design Services
Renovation
Post-Bid
$800,000 CJ est. value
San Jacinto, CA 92583

Jurupa Middle School Modernization
Renovation
Results
$16,934,577 CJ est. value
Jurupa Valley, CA 92509

RUSD - North High School (HS) HVAC and Lighting Upgrades
Renovation
Results
$6,119,375 CJ est. value
Riverside, CA 92507

Hillcrest HS Portables
New Construction, Infrastructure
Construction
$587,000 CJ est. value
Riverside, CA 92503

Chiller Replacement at Hemet High School
Renovation
Construction
$1,639,850 CJ est. value
Hemet, CA 92544

Restroom & Finishes for Bldg 700 & 1200
Renovation
Bidding
$140,000 CJ est. value
Temecula, CA 92592

Renovation and Installation of Modular Building
Renovation
Post-Bid
$234,000 est. value
San Jacinto, CA

Corona High School Student Store and Library Project
Renovation
Results
$1,264,000 CJ est. value
Corona, CA 92882

RFQ Contractor - Menifee Valley Middle School Reconstruction, Phase 3B Sheet Metal, Roofing and Flooring
Renovation
Construction
$3,500,000 CJ est. value
Menifee, CA 92584

Last Updated 02/19/2024 05:08 PM
Project Title

RFQ Contractor - Moreno Valley High School Modification Phase 5

Physical Address View project details and contacts
City, State (County) Moreno Valley, CA 92553   (Riverside County)
Category(s) Education
Sub-Category(s) Middle/Senior High School
Contracting Method Construction Management - CM at Risk, Competitive Bids
Project Status Results, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $18,222,581 [brand] Estimate
Plans Available from Construction Manager
Owner View project details and contacts
Architect View project details and contacts
Description

All bids shall be made and presented only on the forms presented by the District and Construction Manager. Request for Clarification deadline is: 03/27/2023 at 5:00 PM PT Requests for Clarification must be e-mailed to: Tom Wertanen, tomw@neffcon.com , Carmen M. Ochoa, cmochoa@mvusd.net and Tanisha Grattan tgrattan@mvusd.net For a more detailed discussion on Contract Time, Trade Contractor must refer to the General Conditions, Supplementary Conditions, Trade Contractor Scope of Work and General Requirements regarding Milestones and Liquidated Damages. This Project is being let in accordance with the Uniform Public Construction Cost Accounting Act ( UPCCAA ) set forth in Public Contract Code section 22000 et seq. Bidders shall comply with any requirements set forth in the UPCCAA including all guidelines and requirements in the current California Uniform Construction Cost Accounting Commission Cost Accounting Policies and Procedures Manual. Bids shall be received for the following Bid Categories and the required specialty contractor s licenses are noted accordingly: Category/Description License 02 - Landscaping C-27 03 - Concrete B or C-8 07 - Gypsum & Plaster C-9 & C-35 08 - Casework C-6 13 - Acoustical C-2 14 - Flooring C-15 15 Painting C-33 16 - Specialties B 17 - HVAC C-20 18 - Plumbing C-36 19 - Electrical C-10 32 - Relocatables/Modulars B Prequalification of Bidders As a condition of bidding for this Project, and in accordance with California Public Contract Code Section 20111.6, prospective bidders are required to submit to the District a completed set of prequalification documents on forms provided by the District. These documents will be the basis for determining which bidders are qualified to bid on this Project. Prequalifaction applications must be submitted through PQ Bids: >https://pqbids.com/ no less than 10 days prior to the bid submission deadline. If this Project includes work that will be performed by mechanical, electrical or plumbing ( MEP ) subcontractors (contractors that hold C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 or C-46 licenses), such MEP subcontractors must also be prequalified. A list of prequalified MEP subcontractors will be made available by the District to all bidders at least five business days prior to the bid opening date. It is the responsibility of the bidder to ensure that all MEP subcontractors holding any of the licenses listed above are properly prequalified before submitting a bid. This prequalification requirement applies even if the subcontractor will perform, or is designated to perform work that does not require one of the licenses listed above, but the subcontractor holds one of the licenses listed above. Visit the following link to view the most up to date list of prequalified bidders Each bidder shall be a licensed contractor pursuant to the California Business and Professions Code, and be licensed to perform the work called for in the Contract Documents. The successful bidder must possess a valid and active license in the Trade of Work as designated in the Trade Contractor Scope of Work and must be properly licensed at the time of bid and throughout the duration of this Contract. The Contractor s California State License number shall be clearly stated on the bidder s proposal Trade Contractor s Subcontractors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the Contract Documents. Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions. The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding. Each bidder shall submit with its bid on the form furnished with the Contract Documents a list of the designated subcontractors on this Project as required by the Subletting and Subcontracting Fair Practices Act, California Public Contract Code Sections 4100 et seq. In accordance with California Public Contract Code Section 22300, the District will permit the substitution of securities for any moneys withheld by the District to ensure performance under the Contract. At the request and expense of the Trade Contractor, securities equivalent to the amount withheld shall be deposited with the District, or with a state or federally chartered bank as the escrow agent, who shall then pay such moneys to the Trade Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to the Trade Contractor. Each bidder s bid must be accompanied by one of the following forms of bidder s security: (1) cash; (2) a cashier s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder s bond executed by a California admitted surety as defined in Code of Civil Procedure Section 995.120, made payable to the District in the form set forth in the Contract Documents. Such bidder s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed Contract, if the same is awarded to such bidder, and will provide the required Performance and Payment Bonds, insurance certificates, and any other required documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be forfeited. The Contractor and all subcontractors shall comply with the requirements set forth in Division 2, Part 7, Chapter 1 of the Labor Code. The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the Contract. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the Trade Contractor to whom the Contract is awarded, and upon any subcontractor under such Trade Contractor, to pay not less than the said specified rates to all workers employed by them in the execution of the Contract. A Contractor or Subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in the Labor Code, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. The Contractor and all Subcontractors shall furnish certified payroll records as required pursuant Labor Code section 1776 directly to the Labor Commissioner in accordance with Labor Code section 1771.4 on at least on a monthly basis (or more frequently if required by the District or the Labor Commissioner) and in a format prescribed by the Labor Commissioner. Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE). No bidder may withdraw any bid for a period of ninety (90) calendar days after the date set for the opening of bids. Separate payment and performance bonds, each in an amount equal to 100% of the total Contract amount, are required, and shall be provided to the District prior to execution of the Contract and shall be in the form set forth in the Contract Documents. All bonds (Bid, Performance, and Payment) must be issued by a California admitted surety as defined in California Code of Civil Procedure Section 995.120. Where applicable, bidders must meet the requirements set forth in Public Contract Code Section 10115 et seq., Military and Veterans Code Section 999 et seq. and California Code of Regulations, Title 2, Section 1896.60 et seq. regarding Disabled Veteran Business Enterprise ( DVBE ) Programs. Forms are included in this Bid Package. Any request for substitutions pursuant to Public Contracts Code Section 3400 must be made at the time of Bid on the Substitution Request form set forth in the Contract Documents and included with the bid. No telephone or facsimile machine will be available to bidders on the District premises at any time. It is each bidder s sole responsibility to ensure its bid is timely delivered and received at the location designated as specified above. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. Bid Results Landscaping Pierre Landscape, Inc 892525 Concrete Spec Construction Co., Inc 5291500 Gypsum & Plaster Caston, Inc. 1358585 Casework David M. Bertino Mfg., Inc. 103330 Acoustical CG Acoustics, Inc 75600 Flooring Donald M. Hoover Co 159000 Painting A.J. Fistes Corporation 427400 Specialties W.D. Gott Construction Co 2127000 HVAC Desert Air Conditioning, Inc 619600 Plumbing Valley Pipeline Services, Inc. 1355000 Electrical Rancho Pacific Electric Construction, Inc 4498700 Relocatables / Modulars Bogh Engineering, Inc 1314341

Details

Division 03 - Concrete, Concrete Forming, Concrete Reinforcing, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Steel Joist Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Specialty Doors and Frames, Entrances and Storefronts, Windows, Mirrors, Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Painting.
Division 10 - Specialties, Visual Display Units, Chalkboards, Markerboards, Tackboards, Signage, Compartments and Cubicles, Toilet Compartments, Shower and Dressing Compartments, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Flagpoles.
Division 11 - Equipment, Foodservice Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Service Line Equipment, Cleaning and Disposal Equipment, Educational and Scientific Equipment, Library Equipment, Audio-Visual Equipment, Laboratory Equipment, Athletic and Recreational Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Furniture, Multiple Seating.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Commercial Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), HVAC Insulation, Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Athletic and Recreational Surfacing, Fences and Gates, Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities.

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