Similar Projects
2020 Bond - Education Technology Proposition - Pasadena Unified School District
Renovation
Conception
$60,000,000 est. value
Pasadena, CA

Tetzlaff Middle School Renovation
Renovation
Conception
$200,000 CJ est. value
Cerritos, CA 90703

Harkham Hillel Hebrew Academy Expansion
Addition, Demolition, Renovation, Infrastructure
Design
$5,000,000 CJ est. value
Beverly Hills, CA 90212

Angel's Landing Redevelopment - Bunker Hill
New Construction, Infrastructure - 75,000 SF
Design
$1,200,000,000 CJ est. value
Los Angeles, CA 90013

RFQ Contractor - Eagle Rock Elementary School ADA Barrier Removal
Term Contract, Demolition, Infrastructure, Renovation
Bidding
$2,835,000 CJ est. value
Los Angeles, CA 90041

Verdugo Hills High School - New Science Labs
Demolition, New Construction, Infrastructure - 5,000 SF
Bidding
$7,026,000 CJ est. value
Los Angeles, CA 91042

Jefferson High School
New Construction
Post-Bid
$104,574,000 est. value
CA

Construction of Vista Verde Middle School Modernization
Renovation
Post-Bid
Val Verde, CA

Suzanne Middle School New Two Story 10 Classroom Science and Technology Building and New Gymnasium
New Construction - 16,672 SF
Results
$17,000,000 est. value
Walnut, CA 91789

Doty Middle School and Sussman Middle School - Culinary Arts Classroom Renovation
Renovation
Results
$1,500,000 est. value
Downey, CA 90241

Dixie Canyon Community Charter Elementary School
Renovation
Construction
$39,398,000 CJ est. value
Los Angeles, CA 91423

Phase 1 Esser Shade Structures - Group 2 Various Sites
Infrastructure
Construction
$695,000 CJ est. value
Lakewood, CA 90712

Vermont Manchester
New Construction, Infrastructure
Pending Verification
$80,000,000 CJ est. value
Los Angeles, CA 90044

Mirman School
Addition, Demolition, Infrastructure - 40,263 SF
Pending Verification
$21,000,000 CJ est. value
Woodland Hills, CA 91364

Colburn School Expansion
Demolition, New Construction, Infrastructure - 76,117 SF
Design
$310,000,000 CJ est. value
Los Angeles, CA 90012

Last Updated 05/02/2023 03:31 PM
Project Title

Palmdale School District HVAC Replacements at Yellen Learning Center

Physical Address View project details and contacts
City, State (County) Palmdale, CA 93552   (Los Angeles County)
Category(s) Education
Sub-Category(s) Elementary School, Middle/Senior High School
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $300,000 [brand] Estimate
Plans Available from Copy Center
Owner View project details and contacts
Architect View project details and contacts
Description

ALTERNATES: If alternate bids are called for, the contract will be awarded to the lowest responsive and responsible bidder on the basis indicated below: The lowest bid shall be the lowest bid price on the base contract without consideration of the prices on the additive or deductive items. The lowest bid shall be the lowest total of the combined bid prices on the base contract and alternates (specify). The lowest bid shall be the lowest total of the bid prices on the base contract and alternates, taken in order, up to a maximum amount to be publicly disclosed before the first bid is opened. The lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders or proposed subcontractors or suppliers from being revealed to the public entity before the ranking of all bidders from lowest to highest has been determined All bidders and final successful awarded Contractor shall be fully responsible for understanding the complete scope of work including all existing conditions whether discussed at Mandatory Job Walk/Pre-Bid Meeting or not. Bidders that satisfactorily attend the mandatory Job-Walk/Pre-Bid Meeting are strongly encouraged to schedule and self-inspect all affected schools and spaces as may be needed such to insure they are fully aware of the conditions that may impact the construction/implementation of the Project Scope. Access for inspections shall be provided through coordination with the Construction Management Firm within a maximum of 48 hours advance notice from bidders request. Access Times may be limited dependent upon Program use. No discussion or comments of the project shall be entertained at these inspections, bidders must formally RFI any questions as a result of said inspections. Period of allowable independent inspections shall be defined subsequent to Job Walk/Pre-Bid Meeting All bidders and final successful awarded Contractor shall be fully responsible for understanding the complete scope of work including all existing conditions whether discussed at Mandatory Job Walk/Pre-Bid Meeting or not. Bidders that satisfactorily attend the mandatory Job-Walk/Pre-Bid Meeting are strongly encouraged to schedule and self-inspect all affected schools and spaces as may be needed such to insure they are fully aware of the conditions that may impact the construction/implementation of the Project Scope. Access for inspections shall be provided through coordination with the Construction Management Firm within a maximum of 48 hours advance notice from bidders request. Access Times may be limited dependent upon Program use. No discussion or comments of the project shall be entertained at these inspections, bidders must formally RFI any questions as a result of said inspections. Period of allowable independent inspections shall be defined subsequent to Job Walk/Pre-Bid Meeting PER SB 96, ALL PROJECTS ARE SUBJECT TO PREVAILING WAGE MONITORING AND ENFORCEMENT BY THE LABOR COMMISSIONER. It shall be mandatory upon the contractor to whom the contract is awarded (CONTRACTOR), and upon any SUBCONTRACTOR, to pay not less than the specified rates to all workers employed by them in the execution of the contract. A Payment Bond for contracts over $25,000 and a Performance Bond for all contracts will be required prior to commencement of work. These bonds shall be in the amounts and form called for in the Contract Documents. 15. Pursuant to the provisions of Public Contract Code Section 22300, CONTRACTOR may substitute certain securities for any funds withheld by OWNER to ensure CONTRACTOR's performance under the contract. At the request and expense of CONTRACTOR, securities equivalent to any amount withheld shall be deposited, at the discretion of OWNER, with either OWNER or a state or federally chartered bank as the escrow agent, who shall then pay any funds otherwise subject to retention to CONTRACTOR. Upon satisfactory completion of the contract, the securities shall be returned to CONTRACTOR. Securities eligible for investment shall include those listed in Government Code Section 16430, bank and savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by CONTRACTOR and OWNER. CONTRACTOR shall be the beneficial owner of any securities substituted for funds withheld and shall receive any interest on them. The escrow agreement shall be in the form indicated in the Contract Documents. To bid on or perform the work stated in this Notice, CONTRACTOR must possess a valid and active contractor's license of the following classification(s) B. No CONTRACTOR or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of 4104 of the Public Contract Code, for a public works project (submitted on or after March 1, 2015) unless currently registered with the Department of Industrial Relations (DIR) and qualified to perform public work pursuant to Labor Code 1725.5. No CONTRACTOR or subcontractor may be awarded a contract for public work on a public works project (awarded after April 1, 2015) unless registered with the DIR DIR's web registration portal online CONTRACTOR and any subcontractors are required to review and comply with the provisions of the California Labor Code, Part 7, Chapter 1, beginning with Section 1720, as more fully discussed in the Contract Documents. These sections contain specific requirements concerning, for example, determination and payment of prevailing wages, retention, inspection, and auditing payroll records, use of apprentices, payment of overtime compensation, securing workers' compensation insurance, and various criminal penalties or fines which may be imposed for violations of the requirements of the chapter. Submission of a bid constitutes CONTRACTOR's representation that CONTRACTOR has thoroughly reviewed these requirement OWNER will retain 5% of the amount of any progress payments. OWNER will retain 10% of the amount of any progress payments because the project has been found to be substantially complex on the basis of. 19. This Project requires does not require prequalification pursuant to AB 2031 of all general contractors and all mechanical, electrical and plumbing subcontractors. If required, a Prequalification package may be obtained by downloading the necessary forms from https.//pqbids.com . A bid package will not be accepted from any bidder that is required to submit a completed questionnaire and supporting documents pursuant to AB 2031 but has not done so at least ten (10) business days prior to the date fixed for the public opening of sealed bids or that has not been prequalified for at least five (5) business days prior to that date. Remove / demolish and dispose of existing roof materials and install new specified PVC roofing. This project is anticipated to start on May 30, 2023 with a 230 Calendar Day duration. Project requires a $50,000.00 (Fifty Thousand Dollar) contingency value included in base bid.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Concrete Forming, Concrete Reinforcing, Cast-in-Place Concrete, Precast 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, Storefronts, and Curtain Walls, Entrances and Storefronts, Windows, Hardware, Mirrors, Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, 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, Toilet, Bath, and Laundry Accessories, Toilet Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Flagpoles.
Division 11 - Equipment, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Delivery Carts and Conveyors, Food Cooking Equipment, Food Dispensing Equipment, Service Line Equipment, Ice Machines, Cleaning and Disposal Equipment, Educational and Scientific Equipment, Library Equipment, Audio-Visual Equipment, Laboratory Equipment, Athletic and Recreational Equipment, Play Field Equipment and Structures.
Division 12 - Furnishings, Window Treatments, Casework, Countertops, Furniture, Office Furniture, Institutional Furniture, Classroom Furniture, Multiple Seating.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Common Work Results for 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), Common Work Results for HVAC, HVAC Insulation, Instrumentation and Control for HVAC, HVAC Air Distribution, Ventilation Hoods, Commercial-Kitchen Hoods.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Common Work Results for Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Audio-Video Systems, Integrated Audio-Video Systems and Equipment, Integrated Audio-Video Systems and Equipment for Classrooms, Distributed Communications and Monitoring Systems, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems.
Division 28 - Electronic Safety and Security, Common Work Results for Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Common Work Results for Earthwork, Site Clearing, Grading, Excavation and Fill, Earthwork Methods, 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, Communications 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