Trade Journal

Kemp Bros. Construction, Inc.

is seeking certified and qualified DVBE, MBE and WBE subcontractors and/or suppliers to provide Movers, SWPPP, GPR and Potholing, Surveying, Abatement, Demolition, Rebar, Structural Concrete, Masonry, Structural Steel, Metal Decking, Miscellaneous Metals, Rough Carpentry, Casework, Waterproofing, Insulation, Roofing, Sheet Metal, Doors / Frames/ Hardware, Overhead Coiling Doors, Storefront, Curtainwalls & Windows, Drywall & Stucco, Ceramic Tile, Ceilings, Flooring, Painting, Markerboards & Tackboards, Signage, Toilet Partitions & Bathroom Accessories, Operable Partitions, Lockers & Benches, Shelving, Projection Screens, Theatrical Rigging, Blinds, Fire Sprinkler, Plumbing, HVAC, Electrical, Low Voltage, Earthwork, Paving, Fence & Gates, Landscaping, Site Concrete, and Site Utilities


PROJECT NAME:

Sylmar Charter High School

BID CONTRACT #:

4400013143

AWARDING AGENCY:

Los Angeles Unified School District

PROJECT LOCATION:

13050 Borden Avenue, Sylmar, CA, 91342

BID DUE DATE:

04-30-2026 at 02:00 PM

OUTREACH COORDINATOR:

Sally Truong

TELEPHONE:

562-236-5000

FAX:

Not Available

ADDRESS:

10135 Geary Avenue, Santa Fe Springs, CA, 90670

PROJECT DETAILS:

Summary of Work

  1. Lunch Shelter
  • Addition of (1) permanent 40’ X 100’ lunch shelter and associated paving
  • Associated site improvements and utility work, including but no limited to fire lane extension, new fire hydrant, fencing, gates, and switch gear
  • Addition of a path to safe dispersal area and lighting
  • Accessibility upgrades to existing student restrooms in Building 4

 

     2. Interim Housing

  • Demo of (2) existing 24’ X 40’ modular classrooms
  • Place Relocation of (2) 24’ X 40’ modular food service building and scramble building moved to the site from Lincoln High School to existing campus 
  • Relocation of (1) 12’ X 40’ modular restroom building from stockpile to existing campus
  • Relocation of (4) 24’ X 40’ modular classroom buildings from stockpile to existing campus
  • Relocation of (1) 8’-6” X 16’-’7” modular restroom building from stockpile to existing campus
  • Alteration in plant to existing (4) classroom building ramp
  • Construction of (4) ramps and (3) stairs
  • Construction of (1) interim trash enclosure
  • Place leased (1) refrigerator and (1) freezer containers
  • Associated with site improvements and utility work, including but not limited to fencing
  • Installation of manual fire alarm system for all buildings in scope

 

     3. Music Addition (added to the interim housing project with a separate DSA A#)

  • Relocation of (1) 48’ X 40’ modular classroom building from stockpile to existing campus
  • Relocation of (1) 12’ X 40’ modular classroom building from stockpile to existing campus

 

     4. Make Ready Package 

  • Cap and relocate existing utilities on canopies to ensure utilities remain active during new construction
  • Trench and underground electrical utilities installation in preparation for new construction work
  • LADWP yard and installation of new equipment
  • LAUSD yard and installation of new equipment
  • Chiller yard and installation of new equipment
  • Feeders to existing substations 
  • Demolition of UG fire alarm cables and installation of new fire alarm cables. Upgrade of € FACP and annunciator panel at Building 16
  • Sitework includes new concrete paving, fencing and new switch gear
  • New substations, A, A1, C1, D and new distribution boards HD-1, HD-2, HE-2 and HE-3
  • Demolition of existing buildings and canopies: student store, building 19, Building 20, and Multi-Purpose building with food services and lunch shelter
  • Grading and site preparation for new construction

     5. New Construction

  • Increment 1:
    • Construction of trash, transformer, and battery storage enclosure

    6. New Construction

  • Increment 2: 
    • Construction of a new two-story building with an MPR, music classrooms, student store, special ed and general classrooms, and a lunch shelter
    • Associated site and utility improvements related to the new building

    7. Barrier Removal

  • The project is a Category 2 school as defined in Appendix H: Details of accessibility categories and technical and scoping criteria campus to receive accessibility upgrades in compliance with the Americans with Disabilities Act to include existing classrooms, restrooms, locker rooms, showers, drinking fountains, sinks, signage, doors, casework without low counters at Buildings 1, 2, 3, 4, 5, 16, 21, 22. 23, 25, 29, 31 and 32. Building locations further defined under Project Overview and Scope of Work

    8. Exterior Painting

  • Painting of all existing buildings


The contract documents available to Subcontractors for bidding and establishment of Subcontractor’s total sum do not indicate or describe in detail all work required for the full performance and completion of Subcontractor’s work. 

Liquidated Damages: $5,000 Per Calendar Day

Prequalification: All Mechanical, Electrical, Plumbing, Fire Protection, and Abatement subcontractors must be prequalified with LAUSD. Subcontractors that intend to bid as a first-tier subcontractor with the following license classifications 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, and/or C-46. 

Insurance Requirements: OCIP

Project Labor Specifics: PSA, CA State Prevailing Wage, Certified Payroll and Local Hire

For trades utilizing carpenters for field installation- Union Wage rate will apply (Kemp is signatory to Carpenter’s Union Only).

Local Hire Participation 50%

DVBE Participation: 5%

SBE Participation: 25 %


RFI Questions and Bid Proposals can be emailed to bid@kempbros.com by April 16, 2026.

Kemp Bros, Construction Inc. is signatory to the Carpenters Union. Subcontractors who utilize Carpenters must also be signatory to the Carpenters Union.

Subcontractors are required to review and acknowledge KBCI Subcontractor Agreement prior to bid.

++++++++++++++++++++++++++++++++++++++++++++++++++++++++++

SUBCONTRACT BOND REQUIREMENTS

KEMP BROS. CONSTRUCTION, INC. (KBCI) may require all subcontractors bidding on projects to provide payment and performance bonds in the amount of 100% of the subcontract value. KBCI will assist with the bond premium up to 1.5% of the original contract amount for the duration of the project. KBCI may waive the bond requirement at its sole discretion. The payment and performance bonds must be issued by an admitted surety within ten (10) business days of the receipt of the Subcontract Agreement from KBCI. KBCI shall be named the obligee and shall guarantee prompt and faithful performance of the subcontract scope of work and the payment of all claims for labor and materials furnished or used in and about the work to be done and performed under the subcontract agreement. When so requested, failure by the Subcontractor to provide the requested 100% payment and performance bonds within the time allowed may be reason for KBCI to request substitution of the Subcontractor in accordance with Section 4107 of the Public Contracting Code.

GENERAL SUBCONTRACTING REQUIREMENTS

KEMP BROS. CONSTRUCTION, INC.’s listing of a subcontractor is not an acceptance of any or all of that subcontractor’s conditions, qualifications, exclusions or exceptions included in the subcontractor’s bid proposal. The subcontractor agrees that its bid will remain valid for the same period of time that KBCI’s bid must remain valid with the owner, as specified in the project’s specifications. Each listed subcontractor must execute KBCI’s standard subcontract agreement if KBCI is awarded the project; the standard subcontract is available for review on KBCI’s website. KBCI is currently using Textura® as its internet based construction invoicing and payment solution. With Textura® subcontractors can electronically sign and submit pay applications - including invoices, sworn statements, and conditional and/or unconditional lien waivers. It is assumed that any costs for the use of Textura® incurred by the subcontractor(s) are included in the subcontractor’s bid proposal at the time of the bid.

If the project is subject to a Project Labor Agreement or Project Stabilization Agreement, Subcontractor, by submitting a bid proposal, acknowledges the requirements of such agreements and further agrees to adhere to all of the requirements therein as provided in the bid documents’ General Conditions and Supplemental Conditions.

As of June 20, 2014 the State of California passed a law that requires all contractors bidding or working on ANY public works project to register with the State Department of Industrial Relations (DIR) and pay an annual registration fee. Starting March 1, 2015, any contractor bidding on a public works project must be registered with the DIR in order for their bid to be deemed responsive. As of April 1, 2015, all contractors awarded a public works contract must be registered with the DIR. Subcontractors providing bids or work without DIR registration will result in a DIR penalty.

SPECIAL NOTICE TO ALL SUBCONTRACTORS

Non-price terms included in competitive bids at bid time, may cause your bid to be rejected as non-responsive. Kemp Bros Construction, Inc. will not accept any provisions or qualifications in subcontractor bids that are not in the bid documents. By submitting a bid on this project, Subcontractor acknowledges that Kemp Bros Construction, Inc. is relying on the price terms of your bid and that any non-price terms contrary to or in addition to the provisions in the bid documents are null and void. 

Social Media

Facebook Compliance News Twitter Compliance News LinkedIn Compliance News YouTube Compliance News

Copyright © 2026 Compliance News All rights reserved.