is seeking certified and qualified DVBE and SBE subcontractors and/or suppliers to provide Demolition, utilities, concrete, asphalt, landscape, irrigation, planting, lawns and grasses, synthetic track surfacing, electrical, low voltage, abatement, metal fabrications, fencing, rough carpentry, gypsum board, ceramic tiling, painting, signage, toilet partitions and accessories, flagpoles, athletic equipment, scoreboards, pavement markings
Reseda Charter HS - Synthetic Track & Natural Turf Football/Soccer Field Upgrade
2610055
Los Angeles Unified School Sistrict (LAUSD)
18230 Kittridge Street, Reseda, CA, 91335
05-05-2026 at 12:01 PM
Raquel Tomas
619-278-8824
619-278-8761
8884 Jurupa Road, Jurupa Valley, CA, 92509
PROJECT DETAILS:
Synthetic Track & Natural Turf Football/Soccer Field Upgrade
Los Angeles Unified School District
Project Description: Synthetic Track and Natural Turf Football and Soccer Fields.
Upgrade items, including: new synthetic track, new natural turf football & soccer field, path of travel from existing Home Bleacher to public right-of-way, path of travel from existing Visitor Bleacher to public right-of-way, accessibility upgrades to Sanitary Building #1, accessibility upgrades to Sanitary Building #2, Path of travel to connect campus to new track, reconnect existing stadium sound system speakers on visitors side of field, scoreboard. Sanitary Building #s 1 and 2 improvements/renovation.
Location: 18230 Kittridge Street, Reseda, CA 91335
District’s Contract Bond Estimate: $9,605,000.00
Contract Time: 600 Calendar Days (See attached Appendix B)
NTP – May 2026
Construction Duration – 18months including rain days
Substantial Completion – November 2027
Contract Closeout – January 2028
Wage/Labor: Project Stabilization Agreement (PSA)
MEP Subcontractors holding the following licenses shall be Pre-qualified by LAUSD in order to bid this project: C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 or C-46 licenses
Asbestos Abatement Subcontractors with C-22 license shall be Pre-qualified by LAUSD to perform abatement and demolition work; this includes removal of roofing materials
Due date for Subcontractors Pre-qual application is April 28, 2026 or 5 business days prior to bid opening date
The project has an Owner Controlled Insurance Program (OCIP)
Small Business Enterprise (SBE) participation goal of 25%
Veteran Business Enterprises (VBE) participation goal of 5%
BID DUE DATE & TIME: Monday, May 04, 2026 at 2pm
**The actual bid date is Tuesday, May 05 @ 2:00pm. We request subcontractors and vendors to submit proposals a day early to qualify bids and allow for clarification and data entry before the official deadline.
Proposals may be emailed to the Estimating Department at estimating@ohnoconstruction.com or faxed to 619-278-8761.
BID DOCUMENTS:
Bid documents are available for download from our website. To access these documents:
https://ohno.sharefile.com/home/shared/fo3376ed-51a7-4a93-a2ff-d4a5def691ea
Enter Email : ohnocc.ca@gmail.com
Enter Password : Yosh1966*
Bid documents are provided for your reference only. All takeoff quantities provided by Ohno Construction are for your convenience only. Subcontractors and suppliers are responsible for obtaining all of the information necessary to provide a responsible and accurate quote.
STANDARD REQUIREMENTS:
By submitting a proposal, the bidder acknowledges and agrees to all of the following terms: Proposer has carefully examined ALL the bidding documents/Addenda and that, from his/her own investigation, they have satisfied themselves as to the nature and location of the work. Ohno’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. Ohno is relying on the price submitted in the subcontractor’s proposal as an all-inclusive price for its trade scope found in the plans and specifications regardless of qualifying language in the proposal. Inconsistent bid terms and conditions shall be void. Break outs of any portion of work is permitted as long as specifically and conspicuously called out on proposal. If selected, proposer is prepared to sign a subcontract with Ohno per Ohno’s standard subcontract agreement. A copy of Ohno’s standard subcontract agreement is available at its office locations or upon written request. Ohno Construction reserves the right to request that performance and payment bonds assuring subcontractor’s obligations to Ohno in the amount of 100 percent of the bid to Ohno. Ohno will reimburse the bond premium at actual cost not to exceed 2%. The surety must be a California admitted surety. Insurance must name Ohno as additionally insured and be in an amount required by the specifications.
BID RESPONSE:

Please return your Bid Response to the Estimating Department by email at estimating@ohnoconstruction.com or by fax to 619-278-8761. Ohno Construction Company is an equal opportunity employer and encourages minority, women, veteran, small, and disadvantaged businesses to submit proposals.
Our firm will be providing a bid for this project: YES NO
CONTACT: PHONE:
COMPANY: FAX:
SCOPE COVERED: EMAIL:
PDF ATTACHMENTS: