Similar Projects
7th Street Fencing Upgrade and Activation Project
Infrastructure
Sub-Bidding
$1,500,000 CJ est. value
Santa Monica, CA 90401

River Center Fence Enclosure Project
Infrastructure
Sub-Bidding
$300,000 CJ est. value
Los Angeles, CA 90065

Outdoor Gym Fencing
Alteration
Post-Bid
$70,000 est. value
Lancaster, CA 93536

Portable Mesh Fencing
Alteration
Post-Bid
$6,000 est. value
Pasadena, CA 91103

Fencing Maintenance Repair and Replacement Services
Alteration
Results

Fencing Services In Los Angeles County
Alteration
Results
CA

Fencing Project
Alteration
Post-Bid
$200,000 est. value
Azusa, CA

New Iron Steel Fence Installation at Fire Station 171
Term Contract
Results
$150,000 est. value
Inglewood, CA 90301

Fence, Dust Tamer Sand
Infrastructure, Alteration
Post-Bid
Los Angeles, CA

New Iron Steel Fence Installation at Fire Station 171
Alteration
Results
$150,000 est. value
Inglewood, CA 90301

Fencing Materials - Northern Aqueduct
Term Contract
Post-Bid
Los Angeles, CA

Fourteen (14) Various Sites Gate Replacements for EVSS System
Alteration
Results
$165,000 est. value
Long Beach, CA

As-Needed Fencing
Term Contract
Post-Bid
Long Beach, CA 90802

Construct Fence, Place Highway Planting, and Modify Lighting
Alteration
Results
$2,100,000 est. value
CA

Sports Complex Fence Rehabilitation
Infrastructure
Post-Bid
$40,000 CJ est. value
Cerritos, CA 90703

Last Updated 05/03/2023 01:08 PM
Project Title

Fencing & Gates, Remove & Replace

Physical Address View project details and contacts
City, State (County) Calabasas, CA 91302   (Los Angeles County)
Category(s) Single Trades
Sub-Category(s) Fencing
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $350,000 [brand] Estimate
Plans Available from County Agency
Owner View project details and contacts
Architect View project details and contacts
Description

FENCING & GATES, REMOVE & REPLACE AT VARIOUS SITES LUPIN HILL ELEMENTARY - 26210 Adamor Rd., Calabasas, CA 91302 ROUND MEADOW ELEMENTARY - 5151 Round Meadow Rd., Hidden Hills, CA 91302 SUMAC ELEMENTARY - 6050 Calmfield Ave., Agoura Hills, CA 91301 WHITE OAK ELEMENTARY - 31761 W. Village School Rd., Westlake Village, CA 91301 WILLOW ELEMENTARY - 29026 Laro Dr., Agoura Hills, CA 91301 YERBA BUENA ELEMENTARY - 6098 Reyes Adore Rd., Agoura Hills, CA 91301 AC STELLE MIDDLE SCHOOL - 22450 Mulholland Hwy., Calabasas, CA 91302 AE WRIGHT MIDDLE SCHOOL - 4029 Las Virgenes Rd., Calabasas, CA 91302 LINDERO CANYON MIDDLE SCHOOL - 5844 Larboard Ln., Agoura Hills, CA 91301 AGOURA HIGH SCHOOL - 28545 W. Driver Ave., Agoura Hills, CA 91301 CALABASAS HIGH SCHOOL - 22855 Mulholland Hwy., Calabasas, CA 91302 Mandatory Prequalification Questionnaire Deadline: April 25, 2023 at 11:00 am CONTRACTOR should consult the General Conditions, Supplementary Conditions, and General Requirements regarding Milestones and Liquidated Damages. 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. (specifically, the formal bidding procedures in Section 22032(c)). Bidders shall comply with any requirements set forth in the CUPCCAA including all guidelines and requirements in the current California Uniform Public Construction Cost Accounting Commission Cost Accounting Policies and Procedures Manual. Prequalification of Bidders For Projects using funds received pursuant to the Leroy F, Greene School Facilities Act or any funds from any state bond fund that involves an projected expenditure of $1,000,000 or more] As a condition of submitting a bid for this Project, and in accordance with California Public Contract Code section 20111.6, prospective prime bidders, which hold any of the following licenses, 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. Prime bidders that hold any of the following licenses must be prequalified: A, B, C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 or C-46 Prequalification documents must be submitted April 25, 2023 by 11:00am. Contractors will be notified by telephone or by email of their prequalification rating within a reasonable period of time after submission of their prequalification documents, but not less than five business days prior to the bid opening date. 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. . Any Contractor bidding on the Project who fails to attend and sign in at the entire mandatory job walk and conference will be deemed a non-responsive bidder and will have its bid returned unopened. The attendance by representatives of the Bidder's subcontractors at the mandatory Pre-Bid Conference without attendance by a representative of the Bidder shall not be sufficient to meet the Bidder's obligations hereunder and will render the Bid Proposal of such Bidder to be non-responsive. 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 Class C-13 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. Subcontractors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the Contract Documents. Before the public opening and reading of Bid Proposals, the District may modify the Project, the Contract Documents, or any portion(s) thereof by the issuance of written addenda disseminated via the District's website and/or to all Bidders who have obtained a copy of the Specifications, Drawings and Contract Documents pursuant to the Call for Bids at the mandatory Pre-Bid Conference. If the District issues any addenda during the bidding, the failure of any Bidder to acknowledge such addenda in its Bid Proposal may render the Bid Proposal non-responsible and rejected. 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 section 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 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 Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to the 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. 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. The award of a contract for the Project, if awarded, will by action of the District's Board of Education to the responsible Bidder submitting the lowest for each job site, or lowest overall priced responsive Bid Proposal.

Details

Division 32 - Exterior Improvements, Fences and Gates.

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