Active SLED Opportunity · CALIFORNIA · MT. SAN ANTONIO COLLEGE
AI Summary
Mt. San Antonio College seeks bids for exterior painting, patio repair, and patio cover replacement at the Child Development Center. The project includes removal and installation of polycarbonate patio covers and painting of four buildings and outbuildings. Bids due May 15, 2026, with construction starting August 1, 2026.
CDC - Repair of patio structure, replace polycarbonate patio covers and paint 4 buildings and 4 small outbuildings. Project includes removal of existing polycarbonate patio covers and minimal repair of patio structures. GC to purchase and install new polycarbonate patio covers and EXTERIOR paint of complex.
Responses must be submitted via Mt. SAC's eProcurement Portal, located on Mt. SAC’s Purchasing Website prior to 2:00 pm on Friday, May 15, 2026. The District will only accept responses submitted electronically via Mt. SAC's eProcurement Portal. Bid tabulations will be available immediately after the closing via the portal.
The project is being completed in the Child Development Center. The existing polycarbonate patio covers will be removed and new installed in order to properly paint the buildings and the patio cover structures. Patio structures require minimal repair. The existing polycarbonate covers are past their warranty and it is the contractor's responsibility to demo existing patio covers, dispose of them and provide and install new polycarbonate system to match existing (or equal). The 4 Building Complex, and four small out buildings, to be painted - Exterior only.
Plans, elevations, details within the drawing set are for the General Contractor's use for estimating costs. It is the General Contractor's responsibility to confirm data during Bid Walk.
Engineer's Base Bid Estimate: $350,000
Allowance: 35,000
Total with Allowance: 385,000
that the above-named California Community College District, acting by and through its Board of Trustees, hereinafter "the District,” will receive up to, but no later than the above-stated date and time, electronic bid proposals for the contracted work of the Project.
Project : Bldgs. 572, 574, 576 & 578 - Child Development Center (CDC) - Exterior Paint, Patio Repair and Patio Cover Replacement
1. Submittal of Bid Proposals. All Bids shall be submitted electronically via Mt. SAC's eProcurement Portal located on the District Website at https://procurement.opengov.com/portal/mtsac. Bids must include all forms furnished by the District and all forms must be submitted prior to the bid closing date and time. Bid results will be available immediately upon the close of bids through the eProcurement Portal.
2. Documents Accompanying Bid Proposal. The following documents must be completed and uploaded with the Bid response.
a) Bid Security
b) Non-Collusion Declaration
c) Iran Contracting Act Certification Form
d) Verification of Contractor and Subcontractor DIR Registration
e) Vendor W-9 form
f) DVBE Participation Goal Statement
g) Statement of Qualification or Formal Approval Letter
All information or responses of a Bidder in its Bid Submittal and other documents accompanying the Bid shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder shall be grounds for the District to reject such Bidder's Bid Proposal for non-responsiveness.
3. Mandatory Job-Walk. The District will conduct a Job Walk at 1100 N. Grand Ave, Walnut, CA 91789 Building 572, Saturday, April 25, 2026 at 9:00 am.
4. Additional Job Walk. District will make staff available to conduct additional job walks to allow contractors further opportunity to gather information for those that attended the first job walk. Accommodations will be made upon request.
5. Prevailing Wage Rates. The Contractor and all Subcontractors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classification of labor provide by their respective workers in prosecution and execution of the Work (see Section 00700 – General Conditions, Article 4.12.4). Pursuant to California Labor Code §1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinations, entitled “PREVAILING WAGE SCALE” are available on the Internet at http://www.dir.ca.gov/dlsr/statistics_research.html. Otherwise, contact the District’s Purchasing Office, located at 1100 North Grand Avenue, Walnut, California 91789, for assistance in obtaining a rate schedule. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work.
6. Prevailing Wage Rate (“PWR”) Monitoring and Enforcement. The Work is subject to payment of PWRs. The Contractor and all Subcontractors of every tier shall pay laborers performing any portion of the Work not less than the PWR established for the labor provided. Pursuant to Labor Code §1771.4(a)(4), PWR monitoring and enforcement shall be by the Department of Industrial Relations.
7. Contractor’s License Classification. In accordance with the provisions of California Public Contract Code §3300, the District requires that Bidders possess, at the time of submission of a Bid Proposal, at the time of award of a Contract for a Bid Package and at all times during the Work, the following classification(s) of California Contractors Licenses: B .
No payment shall be made for work, labor, materials or services provided under the Contract for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed to perform the Work. Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law.
8. DIR Registration. Each Bidder submitting a proposal to complete the work, labor, materials, and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code §1725.5. A Bidder who is not a DIR Registered Contractor when submitting a proposal for the Work is deemed “not qualified” and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code §1725.5, all Subcontractors identified in a Bidder’s Subcontractors’ list shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.
9. Bidder's Qualifications. Bidders are to submit a completed Section 00340 - Statement of Qualification, which must be uploaded with the project.
10. Contract Time. The date(s) for completion of Interim Milestones and for achieving Final Completion of the Work of each Bid Package shall be as set forth in the Supplemental Conditions. Failure to complete designated portions of the Work, including Interim Milestones, within the time(s) established in the Supplemental Conditions for each Bid Package and/or failure to achieve Final Completion of the Work within the Contract Time established in the Supplemental Conditions for each Bid Package shall subject the Contractor to assessment of Liquidated Damages as set forth in the Supplemental Conditions.
11. Bid Package Construction Budget. For purposes of the District’s determination of the lowest priced Bid Proposal and for inclusion in the scope of a contract for a Bid Package, the Construction Budget established by the District for this Bid Package is listed in the Scope of Work.
12. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount not less than ten percent (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). A copy of the Bid Security must be uploaded with the bid submittal via Mt. SAC's eProcurement Portal before the date and time of bid closing.
13. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.
14. Substitute Security. In accordance with the provisions of California Public Contract Code §22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor's performance under the Contract will be permitted at the request and expense of the Contractor and in conformity with California Public Contract Code §22300. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have ten (10) days following action by the District's Board of Trustees to award the Contract to such Bidder to submit its written request to the District to permit the substitution of securities for retention under California Public Contract Code §22300. The failure of such Bidder to make such written request to the District within said ten (10) day period shall be deemed a waiver of the Bidder's rights under California Public Contract Code §22300.
15. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding.
16. Award of Contract. The Contract for the Work, if awarded, will be by action of the District's Board of Trustees to the responsible Bidder submitting the lowest responsive Bid Proposal. If Alternate Bid Items are included in the bidding, the lowest priced Bid Proposal will be determined on the basis of the Base Bid Proposal or on the Base Bid Proposal and the combination of Alternate Bid Items selected in accordance with the applicable provisions of the Instructions for Bidders.
17. Disabled Veteran Business Enterprises (“DVBE”) Participation Goal. Pursuant to Military & Veterans Code § 999.2, the District has established a Good Faith Participation Goal for DVBEs of three percent (3%) of the value of the Work. The District’s DVBE Participation Policy (“DVBE Policy”) is set forth in the Contract Documents. The responsible Bidders submitting the three (3) lowest priced responsive Bid Proposals shall submit to the District, within the time established in the DVBE Policy, DVBE Worksheets establishing achievement of the DVBE Participation Goal or Good Faith Efforts to achieve the DVBE Participation Goal. Failure of any such Bidders to comply with the DVBE Worksheet submission requirements will result in rejection of the Bidder’s Bid Proposal for non-responsiveness.
18. Inquiries and Clarifications. This document is for informational purposes and shall not relieve the Bidder of the requirements to fully familiarize itself with all the factors affecting the Project and its Bid. The Bidder is advised that all inquiries and clarifications about the Bid Documents, Drawings, Specifications, etc. shall be submitted to the District via Mt. SAC's eProcurement Portal on or before the above stated date. The District will respond at its earliest possible opportunity.
Morris Rodrigue
Vice President, Administrative Services
MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT
Los Angeles County, State of California
that the above-named California Community College District, acting by and through its Board of Trustees, hereinafter "the District,” will receive up to, but no later than the above-stated date and time, electronic bid proposals for the contracted work of the Project.
Project : Bldgs. 572, 574, 576 & 578 - Child Development Center (CDC) - Exterior Paint, Patio Repair and Patio Cover Replacement
1. Submittal of Bid Proposals. All Bids shall be submitted electronically via Mt. SAC's eProcurement Portal located on the District Website at https://procurement.opengov.com/portal/mtsac. Bids must include all forms furnished by the District and all forms must be submitted prior to the bid closing date and time. Bid results will be available immediately upon the close of bids through the eProcurement Portal.
2. Documents Accompanying Bid Proposal. The following documents must be completed and uploaded with the Bid response.
a) Bid Security
b) Non-Collusion Declaration
c) Iran Contracting Act Certification Form
d) Verification of Contractor and Subcontractor DIR Registration
e) Vendor W-9 form
f) DVBE Participation Goal Statement
g) Statement of Qualification or Formal Approval Letter
In addition to the foregoing, the Bidders submitting the three (3) lowest priced Bid Proposals shall submit DVBE Worksheets within the time established in the DVBE Program Policy. These documents may be uploaded at the time of Bid submission.
All information or responses of a Bidder in its Bid Submittal and other documents accompanying the Bid shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder shall be grounds for the District to reject such Bidder's Bid Proposal for non-responsiveness.
3. Mandatory Job-Walk. The District will conduct a Job Walk at 1100 N. Grand Ave, Walnut, CA 91789 Building 572, Saturday, April 25, 2026 at 9:00 am.
4. Additional Job Walk. District will make staff available to conduct additional job walks to allow contractors further opportunity to gather information for those that attended the first job walk. Accommodations will be made upon request.
5. Prevailing Wage Rates. The Contractor and all Subcontractors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classification of labor provide by their respective workers in prosecution and execution of the Work (see Section 00700 – General Conditions, Article 4.12.4). Pursuant to California Labor Code §1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinations, entitled “PREVAILING WAGE SCALE” are available on the Internet at http://www.dir.ca.gov/dlsr/statistics_research.html. Otherwise, contact the District’s Purchasing Office, located at 1100 North Grand Avenue, Walnut, California 91789, for assistance in obtaining a rate schedule. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work.
6. Prevailing Wage Rate (“PWR”) Monitoring and Enforcement. The Work is subject to payment of PWRs. The Contractor and all Subcontractors of every tier shall pay laborers performing any portion of the Work not less than the PWR established for the labor provided. Pursuant to Labor Code §1771.4(a)(4), PWR monitoring and enforcement shall be by the Department of Industrial Relations.
7. Contractor’s License Classification. In accordance with the provisions of California Public Contract Code §3300, the District requires that Bidders possess, at the time of submission of a Bid Proposal, at the time of award of a Contract for a Bid Package and at all times during the Work, the following classification(s) of California Contractors Licenses: B .
No payment shall be made for work, labor, materials or services provided under the Contract for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed to perform the Work. Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law.
8. CWA Letter of Assent. The Project and the Work is subject to the Community Workforce Agreement (“CWA”) currently in place between the District and the Los Angeles/Orange Counties Building and Trades Department. The CWA and CWA Letter of Assent are incorporated into the Contract Documents in the Supplemental Conditions. Each Bidder must submit the completed and executed CWA Letter of Assent concurrently with submitting its Bid Proposal. Failure of any Bidders to submit the completed Letter of Assent form with its Bid Proposal will result in rejection of the Bidder’s Bid Proposal for non-responsiveness. When the project is awarded, all Subcontractors must complete and execute the CWA Letter of Assent as a condition to performing any Work on the Project.
9. DIR Registration. Each Bidder submitting a proposal to complete the work, labor, materials, and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code §1725.5. A Bidder who is not a DIR Registered Contractor when submitting a proposal for the Work is deemed “not qualified” and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code §1725.5, all Subcontractors identified in a Bidder’s Subcontractors’ list shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.
10. Bidder's Qualifications. Bidders are to submit a completed Section 00340 - Statement of Qualification, which must be uploaded with the project.
11. Contract Time. The date(s) for completion of Interim Milestones and for achieving Final Completion of the Work of each Bid Package shall be as set forth in the Supplemental Conditions. Failure to complete designated portions of the Work, including Interim Milestones, within the time(s) established in the Supplemental Conditions for each Bid Package and/or failure to achieve Final Completion of the Work within the Contract Time established in the Supplemental Conditions for each Bid Package shall subject the Contractor to assessment of Liquidated Damages as set forth in the Supplemental Conditions.
12. Bid Package Construction Budget. For purposes of the District’s determination of the lowest priced Bid Proposal and for inclusion in the scope of a contract for a Bid Package, the Construction Budget established by the District for this Bid Package is listed in the Scope of Work.
13. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount not less than ten percent (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). A copy of the Bid Security must be uploaded with the bid submittal via Mt. SAC's eProcurement Portal before the date and time of bid closing.
14. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.
15. Substitute Security. In accordance with the provisions of California Public Contract Code §22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor's performance under the Contract will be permitted at the request and expense of the Contractor and in conformity with California Public Contract Code §22300. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have ten (10) days following action by the District's Board of Trustees to award the Contract to such Bidder to submit its written request to the District to permit the substitution of securities for retention under California Public Contract Code §22300. The failure of such Bidder to make such written request to the District within said ten (10) day period shall be deemed a waiver of the Bidder's rights under California Public Contract Code §22300.
16. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding.
17. Award of Contract. The Contract for the Work, if awarded, will be by action of the District's Board of Trustees to the responsible Bidder submitting the lowest responsive Bid Proposal. If Alternate Bid Items are included in the bidding, the lowest priced Bid Proposal will be determined on the basis of the Base Bid Proposal or on the Base Bid Proposal and the combination of Alternate Bid Items selected in accordance with the applicable provisions of the Instructions for Bidders.
18. Disabled Veteran Business Enterprises (“DVBE”) Participation Goal. Pursuant to Military & Veterans Code § 999.2, the District has established a Good Faith Participation Goal for DVBEs of three percent (3%) of the value of the Work. The District’s DVBE Participation Policy (“DVBE Policy”) is set forth in the Contract Documents. The responsible Bidders submitting the three (3) lowest priced responsive Bid Proposals shall submit to the District, within the time established in the DVBE Policy, DVBE Worksheets establishing achievement of the DVBE Participation Goal or Good Faith Efforts to achieve the DVBE Participation Goal. Failure of any such Bidders to comply with the DVBE Worksheet submission requirements will result in rejection of the Bidder’s Bid Proposal for non-responsiveness.
19. Inquiries and Clarifications. This document is for informational purposes and shall not relieve the Bidder of the requirements to fully familiarize itself with all the factors affecting the Project and its Bid. The Bidder is advised that all inquiries and clarifications about the Bid Documents, Drawings, Specifications, etc. shall be submitted to the District via Mt. SAC's eProcurement Portal on or before the above stated date. The District will respond at its earliest possible opportunity.
Morris Rodrigue
Vice President, Administrative Services
MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT
Los Angeles County, State of California
These Supplemental Conditions form a part of the Contract Documents for the Work generally described as: Bldgs. 572, 574, 576 & 578 - Child Development Center (CDC) - Exterior Paint, Patio Repair and Patio Cover Replacement. Unless otherwise noted, all provisions of these Supplemental Conditions apply to the Work and obligations of the Bid Package.
that the above-named California Community College District, acting by and through its Board of Trustees, hereinafter "the District,” will receive up to, but no later than the above-stated date and time, electronic bid proposals for the contracted work of the Project.
Project : Bldgs. 572, 574, 576 & 578 - Child Development Center (CDC) - Exterior Paint, Patio Repair and Patio Cover Replacement
1. Submittal of Bid Proposals. All Bids shall be submitted electronically via Mt. SAC's eProcurement Portal located on the District Website at https://procurement.opengov.com/portal/mtsac. Bids must include all forms furnished by the District and all forms must be submitted prior to the bid closing date and time. Bid results will be available immediately upon the close of bids through the eProcurement Portal.
2. Documents Accompanying Bid Proposal. The following documents must be completed and uploaded with the Bid response.
a) Bid Security
b) Non-Collusion Declaration
c) Iran Contracting Act Certification Form
d) Verification of Contractor and Subcontractor DIR Registration
e) Vendor W-9 form
f) DVBE Participation Goal Statement
g) Prequalification Approval Letter
In addition to the foregoing, the Bidders submitting the three (3) lowest priced Bid Proposals shall submit DVBE Worksheets within the time established in the DVBE Program Policy. These documents may be uploaded at the time of Bid submission.
All information or responses of a Bidder in its Bid Submittal and other documents accompanying the Bid shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder shall be grounds for the District to reject such Bidder's Bid Proposal for non-responsiveness.
3. MandatoryJob-Walk. The District will conduct a Job Walk at 1100 N. Grand Ave, Walnut, CA 91789 Building 572, Saturday, April 25, 2026at 9:00 am.
4. Additional Job Walk. District will make staff available to conduct additional job walks to allow contractors further opportunity to gather information for those that attended the first job walk. Accommodations will be made upon request.
5. Prevailing Wage Rates. The Contractor and all Subcontractors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classification of labor provide by their respective workers in prosecution and execution of the Work (see Section 00700 – General Conditions, Article 4.12.4). Pursuant to California Labor Code §1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinations, entitled “PREVAILING WAGE SCALE” are available on the Internet at http://www.dir.ca.gov/dlsr/statistics_research.html. Otherwise, contact the District’s Purchasing Office, located at 1100 North Grand Avenue, Walnut, California 91789, for assistance in obtaining a rate schedule. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work.
6. Prevailing Wage Rate (“PWR”) Monitoring and Enforcement. The Work is subject to payment of PWRs. The Contractor and all Subcontractors of every tier shall pay laborers performing any portion of the Work not less than the PWR established for the labor provided. Pursuant to Labor Code §1771.4(a)(4), PWR monitoring and enforcement shall be by the Department of Industrial Relations.
7. Contractor’s License Classification. In accordance with the provisions of California Public Contract Code §3300, the District requires that Bidders possess, at the time of submission of a Bid Proposal, at the time of award of a Contract for a Bid Package and at all times during the Work, the following classification(s) of California Contractors Licenses: B .
No payment shall be made for work, labor, materials or services provided under the Contract for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed to perform the Work. Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law.
8. CWA Letter of Assent. The Project and the Work is subject to the Community Workforce Agreement (“CWA”) currently in place between the District and the Los Angeles/Orange Counties Building and Trades Department. The CWA and CWA Letter of Assent are incorporated into the Contract Documents in the Supplemental Conditions. Each Bidder must submit the completed and executed CWA Letter of Assent concurrently with submitting its Bid Proposal. Failure of any Bidders to submit the completed Letter of Assent form with its Bid Proposal will result in rejection of the Bidder’s Bid Proposal for non-responsiveness. When the project is awarded, all Subcontractors must complete and execute the CWA Letter of Assent as a condition to performing any Work on the Project.
9. DIR Registration. Each Bidder submitting a proposal to complete the work, labor, materials, and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code §1725.5. A Bidder who is not a DIR Registered Contractor when submitting a proposal for the Work is deemed “not qualified” and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code §1725.5, all Subcontractors identified in a Bidder’s Subcontractors’ list shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.
10. Bidder Prequalification. Contractors wishing to bid as prime contractor on this project must be prequalified by the District 24 hours prior to the Bid Opening. Prequalification application forms are available for download through the project via Mt. SAC's eProcurement portal. Completed Prequalification packages must be submitted with all required documentation to the District’s Purchasing Office, at the address noted above, or via email to purconstruction@mtsac.edu on or before 05/01/2026
11. Contract Time. The date(s) for completion of Interim Milestones and for achieving Final Completion of the Work of each Bid Package shall be as set forth in the Supplemental Conditions. Failure to complete designated portions of the Work, including Interim Milestones, within the time(s) established in the Supplemental Conditions for each Bid Package and/or failure to achieve Final Completion of the Work within the Contract Time established in the Supplemental Conditions for each Bid Package shall subject the Contractor to assessment of Liquidated Damages as set forth in the Supplemental Conditions.
12. Bid Package Construction Budget. For purposes of the District’s determination of the lowest priced Bid Proposal and for inclusion in the scope of a contract for a Bid Package, the Construction Budget established by the District for this Bid Package is listed in the Scope of Work.
13. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount not less than ten percent (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). A copy of the Bid Security must be uploaded with the bid submittal via Mt. SAC's eProcurement Portal before the date and time of bid closing.
14. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.
15. Substitute Security. In accordance with the provisions of California Public Contract Code §22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor's performance under the Contract will be permitted at the request and expense of the Contractor and in conformity with California Public Contract Code §22300. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have ten (10) days following action by the District's Board of Trustees to award the Contract to such Bidder to submit its written request to the District to permit the substitution of securities for retention under California Public Contract Code §22300. The failure of such Bidder to make such written request to the District within said ten (10) day period shall be deemed a waiver of the Bidder's rights under California Public Contract Code §22300.
16. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding.
17. Award of Contract. The Contract for the Work, if awarded, will be by action of the District's Board of Trustees to the responsible Bidder submitting the lowest responsive Bid Proposal. If Alternate Bid Items are included in the bidding, the lowest priced Bid Proposal will be determined on the basis of the Base Bid Proposal or on the Base Bid Proposal and the combination of Alternate Bid Items selected in accordance with the applicable provisions of the Instructions for Bidders.
18. Disabled Veteran Business Enterprises (“DVBE”) Participation Goal. Pursuant to Military & Veterans Code § 999.2, the District has established a Good Faith Participation Goal for DVBEs of three percent (3%) of the value of the Work. The District’s DVBE Participation Policy (“DVBE Policy”) is set forth in the Contract Documents. The responsible Bidders submitting the three (3) lowest priced responsive Bid Proposals shall submit to the District, within the time established in the DVBE Policy, DVBE Worksheets establishing achievement of the DVBE Participation Goal or Good Faith Efforts to achieve the DVBE Participation Goal. Failure of any such Bidders to comply with the DVBE Worksheet submission requirements will result in rejection of the Bidder’s Bid Proposal for non-responsiveness.
19. Inquiries and Clarifications. This document is for informational purposes and shall not relieve the Bidder of the requirements to fully familiarize itself with all the factors affecting the Project and its Bid. The Bidder is advised that all inquiries and clarifications about the Bid Documents, Drawings, Specifications, etc. shall be submitted to the District via Mt. SAC's eProcurement Portal on or before the above stated date. The District will respond at its earliest possible opportunity.
Morris Rodrigue
Vice President, Administrative Services
MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT
Los Angeles County, State of California
Publication Dates: April 16, 2026
that the above-named California Community College District, acting by and through its Board of Trustees, hereinafter "the District,” will receive up to, but no later than the above-stated date and time, electronic bid proposals for the contracted work of the Project.
Project : Bldgs. 572, 574, 576 & 578 - Child Development Center (CDC) - Exterior Paint, Patio Repair and Patio Cover Replacement
1. Submittal of Bid Proposals. All Bids shall be submitted electronically via Mt. SAC's eProcurement Portal located on the District Website at https://procurement.opengov.com/portal/mtsac. Bids must include all forms furnished by the District and all forms must be submitted prior to the bid closing date and time. Bid results will be available immediately upon the close of bids through the eProcurement Portal.
2. Documents Accompanying Bid Proposal. The following documents must be completed and uploaded with the Bid response.
a) Bid Security
b) Non-Collusion Declaration
c) Iran Contracting Act Certification Form
d) Verification of Contractor and Subcontractor DIR Registration
e) Vendor W-9 form
f) DVBE Participation Goal Statement
g) Prequalification Approval Letter
All information or responses of a Bidder in its Bid Submittal and other documents accompanying the Bid shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder shall be grounds for the District to reject such Bidder's Bid Proposal for non-responsiveness.
3. MandatoryJob-Walk. The District will conduct a Job Walk at 1100 N. Grand Ave, Walnut, CA 91789 Building 572, Saturday, April 25, 2026 at 9:00 am.
4. Additional Job Walk. District will make staff available to conduct additional job walks to allow contractors further opportunity to gather information for those that attended the first job walk. Accommodations will be made upon request.
5. Prevailing Wage Rates. The Contractor and all Subcontractors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classification of labor provide by their respective workers in prosecution and execution of the Work (see Section 00700 – General Conditions, Article 4.12.4). Pursuant to California Labor Code §1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinations, entitled “PREVAILING WAGE SCALE” are available on the Internet at http://www.dir.ca.gov/dlsr/statistics_research.html. Otherwise, contact the District’s Purchasing Office, located at 1100 North Grand Avenue, Walnut, California 91789, for assistance in obtaining a rate schedule. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work.
6. Prevailing Wage Rate (“PWR”) Monitoring and Enforcement. The Work is subject to payment of PWRs. The Contractor and all Subcontractors of every tier shall pay laborers performing any portion of the Work not less than the PWR established for the labor provided. Pursuant to Labor Code §1771.4(a)(4), PWR monitoring and enforcement shall be by the Department of Industrial Relations.
7. Contractor’s License Classification. In accordance with the provisions of California Public Contract Code §3300, the District requires that Bidders possess, at the time of submission of a Bid Proposal, at the time of award of a Contract for a Bid Package and at all times during the Work, the following classification(s) of California Contractors Licenses: B .
No payment shall be made for work, labor, materials or services provided under the Contract for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed to perform the Work. Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law.
8. DIR Registration. Each Bidder submitting a proposal to complete the work, labor, materials, and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code §1725.5. A Bidder who is not a DIR Registered Contractor when submitting a proposal for the Work is deemed “not qualified” and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code §1725.5, all Subcontractors identified in a Bidder’s Subcontractors’ list shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.
9. Bidder Prequalification. Contractors wishing to bid as prime contractor on this project must be prequalified by the District 24 hours prior to the Bid Opening. Prequalification application forms are available for download through the project via Mt. SAC's eProcurement portal. Completed Prequalification packages must be submitted with all required documentation to the District’s Purchasing Office, at the address noted above, or via email to purconstruction@mtsac.edu on or before 05/01/2026
10. Contract Time. The date(s) for completion of Interim Milestones and for achieving Final Completion of the Work of each Bid Package shall be as set forth in the Supplemental Conditions. Failure to complete designated portions of the Work, including Interim Milestones, within the time(s) established in the Supplemental Conditions for each Bid Package and/or failure to achieve Final Completion of the Work within the Contract Time established in the Supplemental Conditions for each Bid Package shall subject the Contractor to assessment of Liquidated Damages as set forth in the Supplemental Conditions.
11. Bid Package Construction Budget. For purposes of the District’s determination of the lowest priced Bid Proposal and for inclusion in the scope of a contract for a Bid Package, the Construction Budget established by the District for this Bid Package is listed in the Scope of Work.
12. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount not less than ten percent (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). A copy of the Bid Security must be uploaded with the bid submittal via Mt. SAC's eProcurement Portal before the date and time of bid closing.
13. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.
14. Substitute Security. In accordance with the provisions of California Public Contract Code §22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor's performance under the Contract will be permitted at the request and expense of the Contractor and in conformity with California Public Contract Code §22300. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have ten (10) days following action by the District's Board of Trustees to award the Contract to such Bidder to submit its written request to the District to permit the substitution of securities for retention under California Public Contract Code §22300. The failure of such Bidder to make such written request to the District within said ten (10) day period shall be deemed a waiver of the Bidder's rights under California Public Contract Code §22300.
15. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding.
16. Award of Contract. The Contract for the Work, if awarded, will be by action of the District's Board of Trustees to the responsible Bidder submitting the lowest responsive Bid Proposal. If Alternate Bid Items are included in the bidding, the lowest priced Bid Proposal will be determined on the basis of the Base Bid Proposal or on the Base Bid Proposal and the combination of Alternate Bid Items selected in accordance with the applicable provisions of the Instructions for Bidders.
17. Disabled Veteran Business Enterprises (“DVBE”) Participation Goal. Pursuant to Military & Veterans Code § 999.2, the District has established a Good Faith Participation Goal for DVBEs of three percent (3%) of the value of the Work. The District’s DVBE Participation Policy (“DVBE Policy”) is set forth in the Contract Documents. The responsible Bidders submitting the three (3) lowest priced responsive Bid Proposals shall submit to the District, within the time established in the DVBE Policy, DVBE Worksheets establishing achievement of the DVBE Participation Goal or Good Faith Efforts to achieve the DVBE Participation Goal. Failure of any such Bidders to comply with the DVBE Worksheet submission requirements will result in rejection of the Bidder’s Bid Proposal for non-responsiveness.
18. Inquiries and Clarifications. This document is for informational purposes and shall not relieve the Bidder of the requirements to fully familiarize itself with all the factors affecting the Project and its Bid. The Bidder is advised that all inquiries and clarifications about the Bid Documents, Drawings, Specifications, etc. shall be submitted to the District via Mt. SAC's eProcurement Portal on or before the above stated date. The District will respond at its earliest possible opportunity.
MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT
Los Angeles County, State of California
Publication Dates: April 16, 2026
Bid Proposal Preparation. Bids shall only be submitted electronically via the Mt. SAC eProcurement Portal. No other forms of bid will be accepted. All bid items and statements shall be accurately and thoroughly completed. Partially completed Bid Proposals or Bid Proposals submitted on other than the bid forms included herein may be deemed non-responsive and may be rejected. Bid Proposals not conforming to these Instructions for Bidders and the Notice to Contractors Calling for Bids ("Call for Bids") may be deemed non-responsive and rejected.
Bid Proposal Submittal. The bid must conform and be responsive to all Project documents and shall be submitted electronically via the Mt. SAC eProcurement Portal, and the complete bid, together with any and all additional materials as required, must be electronically submitted to the DISTRCT via the eProcurement Portal and must be electronically submitted on or before the bid deadline. It is the bidder’s sole responsibility to ensure that their bid is received prior to the bid deadline. Any bid received after the scheduled closing time for the receipt of bids shall be refused. Bid tabulations will be available immediately after the bid closing within the portal. If prequalification of bidders is required, only those bids received from prequalified bidders will be accepted.
Submission of Bid Proposals for More Than One Bid Package. A Bidder may submit a Bid Proposal for more than one Bid Package (multi-prime). If a Bidder elects to submit Bid Proposals for multiple Bid Packages, the following requirements shall apply: (a) the Bidder must submit a separate Bid Proposal for each Bid Package along with any other documents as required for each bid package to the Mt. SAC eProcurement Portal; and (b) each Bid Proposal for a Bid Package must be accompanied by the required Bid Security for the Bid Package, a completed and executed Statement of Bidder’s Qualifications (if required), Subcontractors List, and executed Non-Collusion Declaration.
Each Bid Proposal shall be accompanied by Bid Security in the form of: (a) cash, (b) a certified or cashier's check made payable to the District or (c) a Bid Bond, in the form and content attached hereto in the amount of not less than Ten percent (10%) of the total bid price, inclusive of any additive Alternate Bid Item(s) and shall be given as a guarantee that the bidder, if awarded the contract, will execute the agreement within Five (5) working days after notice of award of the contract.
Any Bid Proposal submitted without the required Bid Security is non-responsive and will be rejected. If the Bid Security is in the form of a Bid Bond, the Bidder's Bid Proposal shall be deemed responsive only if the Bid Bond is in the form and content included herein and the Surety is an Admitted Surety Insurer under Code of Civil Procedure §995.120. If the Bid Security is a Bid Bond, the Bidder submitting the Bid Proposal and/or its Surety must complete the portion of the form of Bid Bond indicating the Bid Package and description of Bid Package; failure to do so will render the Bid Proposal non-responsive.
An electronic copy of the completed bid bond must be included with the electronic bid submission. The original must be retained by contractor and available to the purchasing office upon request. DO NOT mail original bid bonds unless requested to do so.
A. In resolving disputes resulting from conflicts, errors, or discrepancies between any of the Contract Documents, the order of precedence shall be as follows:
1. Change Orders/Work Directive Changes
2. Agreement
3. Addenda
4. Contractor’s Bid (Bid Forms)
5. Supplementary General Conditions
6. Notice Inviting Bids
7. Instructions to Bidders
8. General Requirements (Division 1) for the Technical Specifications
9. General Conditions of the Contract
10. Technical Specifications
11. Referenced Standard Specifications
12. Contract Drawings
13. Referenced Standard Drawings
B. In resolving disputes resulting from conflicts or errors with the Contract Documents as listed above, the stricter, more stringent standard and requirement shall be followed at no additional cost to the District.
Completion of the entire work: The work shall be commenced on the date stated in the District’s notice to the Contractor to proceed (which date will not be less than five (5) consecutive calendar days from and after the date of execution of the contract) and shall be completed (Final Completion) within Contractor will have two weeks with the CDC complex clear of occupants. The contractor can work hours as they deem necessary to complete the project. Any work that is not completed with the two-week period will be required to take place after hours/weekends. calendar days from and after the date stated in such notice (Reference Article 7 of the General Conditions).
Estimated Construction Start date: August 1, 2026
Estimated Construction End date: August 15, 2026
Delayed Completion of the Work. The Contractor shall be subject to the assessment of Liquidated Damages for failure to achieve Final Completion of the Work within the Contract Time as indicated in item 1a, above. Liquidated Damages shall be at the rate of $750/Day per day until Final Completion of the work is achieved.
Changes to the bid forms, which are not specifically called for or permitted by the District, may result in the District's rejection of the Bid Proposal as being non-responsive. No oral, telephonic, facsimile, or electronic modification of any of the bid documents will be considered.
Delayed Completion of the Work. The Contractor shall be subject to the assessment of Liquidated Damages for failure to achieve Final Completion of the Work within the Contract Time as indicated in item 1a, above. Liquidated Damages shall be at the rate of $1,000/Day per day until Final Completion of the work is achieved.
Bid Proposals must not contain any erasures, interlineations or other corrections unless the same are suitably authenticated by affixing in the margin immediately opposite such erasure, interlineation or correction the surname(s) of the person(s) signing the Bid Proposal. Any Bid Proposal not conforming with the foregoing may be deemed by the District to be non-responsive. If any Bid Proposal or portions thereof, is determined by the District to be illegible, ambiguous or inconsistent, whether by virtue of any erasures, interlineations, corrections or otherwise, the District may reject such a Bid Proposal as being non-responsive.
Delayed Completion of the Work. The Contractor shall be subject to the assessment of Liquidated Damages for failure to achieve Final Completion of the Work within the Contract Time as indicated in item 1a, above. Liquidated Damages shall be at the rate of $1,500/Day per day until Final Completion of the work is achieved.
Delayed Completion of the Work. The Contractor shall be subject to the assessment of Liquidated Damages for failure to achieve Final Completion of the Work within the Contract Time as indicated in item 1a, above. Liquidated Damages shall be at the rate of $2,000/Day per day until Final Completion of the work is achieved.
Each Bidder shall, at its sole cost and expense, inspect the Site and become fully acquainted with the Contract Documents and conditions affecting the Work. The failure of a Bidder to receive or examine any of the Contract Documents or to inspect the Site shall not relieve such Bidder from any obligation with respect to the Bid Proposal, or the Work required under the Contract Documents. The District assumes no responsibility or liability to any Bidder for, nor shall the District be bound by, any understandings, representations or agreements of the District's agents, employees or officers concerning the Contract Documents or the Work made prior to execution of the Contract which are not in the form of Bid Addenda duly issued by the District. The submission of a Bid Proposal shall be deemed prima facie evidence of the Bidder's full compliance with the requirements of this section.
Delayed Completion of the Work. The Contractor shall be subject to the assessment of Liquidated Damages for failure to achieve Final Completion of the Work within the Contract Time as indicated in item 1a, above. Liquidated Damages shall be at the rate of TBD per day until Final Completion of the work is achieved.
Any electronic bid may be withdrawn via the vendor portal at any time prior to the scheduled closing time for receipt of bids. The bid security for a bid withdrawn prior to the scheduled closing time for receipt of bids, in accordance with this paragraph, shall be returned.
1 Contractor’s Insurance. Pursuant to Article 6 of the General Conditions, the Contractor shall obtain and maintain the following insurance coverage, with minimum overage amounts as set forth below:
Employers Liability Insurance $1,000,000
Commercial General Liability Insurance:
Per Occurrence $1,000,000
Aggregate $2,000,000
Automobile Liability Insurance: $1,000,000
(If not included in General Liability coverage)
Workers Compensation Insurance Statutory Limits
1.1 Automobile Liability Insurance. Contractor shall provide coverage for any auto, including owned, non-owned, and hired automobiles and covering all operations by or on behalf of the Contractor.
2 Subcontractors’ Insurance. Contractor is required to have his subcontractors insured to the minimum coverage amounts set forth in Item 5.1, above. Upon request, the Contractor shall furnish the District with satisfactory proof of such coverage.
3 Certificates of insurance shall clearly state that the District is named as additional insured under the policy described and that such insurance policy shall be primary to any insurance or self-insurance maintained by the District.
4 Subcontractors’ Bonding. In addition to the Performance and Payment Bonds required of the Contractor per Article 6.9 of the General Conditions, Contractor shall require Performance and Payment Bonds of all subcontractors performing work in excess of $25,000.
The Agreement, which the successful Bidder, as Contractor, will be required to execute along with the forms and amounts of the Labor and Material Payment Bond, Performance Bond and other documents and instruments which will be required to be furnished are included in the Contract Documents and shall be carefully examined by the Bidder. The required number of executed copies of the Agreement and the form and content of the Performance Bond and the Labor and Material Payment Bond and other documents or instruments required at the time of execution of the Agreement are specified in the Supplemental Conditions.
Any Bidder in doubt as to the true meaning of any part of the Contract Documents; who finds discrepancies, errors or omissions therein; or who finds variances in any of the Contract Documents with applicable rules, regulations, ordinances and/or laws, may submit to the District a written request for an interpretation or correction thereof. It is the sole and exclusive responsibility of the Bidder to submit such request not less than fourteen (14) days prior to the scheduled closing date for the receipt of Bid Proposals. Interpretations or corrections of the Contract Documents will be by written addendum issued by the District or the Architect. A copy of any such addendum will be issued each Bidder following the project through Mt. SAC's eProcurement Portal. No person is authorized to render an oral interpretation or correction of any portion of the Contract Documents to any Bidder, and no Bidder is authorized to rely on any such oral interpretation or correction. Failure to request interpretation or clarification of any portion of the Contract Documents pursuant to the foregoing is a waiver of any discrepancy, defect or conflict therein.
The number of sets of the Drawings and Specifications, which the District will provide to the Contractor, pursuant to Article 2.1.3 of the General Conditions, is three (3) sets of specifications with plans.
Any Bidder may submit Request(s) for Substitution on the form provided herein, together with all substantiating data, no later than fourteen (14) days prior to the scheduled closing time for receipt of the Bid Proposals, in accordance with Public Contract Code §3400. The District shall use its best efforts to consider and act upon such Request for Substitution in a timely manner. Action taken, if any, will be by written addendum issued by the District, via Mt. SAC's eProcurement Portal. In the absence of a written addendum, the Request for Substitution shall be deemed denied for purposes of the District’s evaluation of the Bid Proposals.
The number of executed digital copies (will be sent via Adobe Sign) of the Agreement is one (1).
The number of original (hard) copies for Performance Bonds and Payment Bonds required is one (1) each.
Before the closing date and time for receiving of bids, the District may modify the Work, the Contract Documents, or any portion(s) thereof by the issuance of written addenda, via Mt. SAC's eProcurement Portal. If the District issues any addenda during the bidding, the failure of any Bidder to acknowledge such addenda in its Bid Proposal will render the Bid Proposal non-responsive and rejected.
In addition to the security requirements set forth elsewhere in the Contract Documents, the Contractor must adhere to the following:
a) Keys. The Contractor’s site supervisor of the Work will be issued a key for that site at the beginning of the Work. The key must not be duplicated, and the Contractor is responsible for returning the key to the District when the Work at the site is complete. The Contractor may be charged $1,000.00 per key, for any key not returned to the District at the completion of the work.
b) Locked Door Policy. No building, room or site gate shall be left unsecured for any period of time when not occupied by the Contractor and/or after the Contractor’s daily work hours.
No person, firm, corporation or other entity shall submit or be interested in more than one Bid Proposal for the same Work; provided, however, that a person, firm or corporation that has submitted a sub-proposal to a Bidder or who has quoted prices for materials to a Bidder is not thereby disqualified from submitting a sub-proposal, quoting prices to other Bidders or submitting a Bid Proposal for the proposed Work to the District.
a) All construction and general maintenance activities, except in emergencies and special circumstances, shall be limited to the hours of 7 am to 4 pm Monday-Friday.
b) The working hours for this Contract:Contractor will have two weeks with the CDC complex clear of occupants. The contractor can work hours as they deem necessary to complete the project. Any work that is not completed with the two-week period will be required to take place after hours/weekends.
c) If Project includes work which would be disruptive to normal school operations, or which would be dangerous to building occupants, the Contractor will be required to re-schedule subject work to occur during hours as directed by the Project Manager without any additional cost to the District.
d) All work performed outside of normal working hours must be scheduled in advance with the approval of the Project Manager and Contractor may be subject to over-time costs for District staff, Project Manager and Project Inspector to be available after normal working hours.
In the event of Changes to the Work, pursuant to Article 9 of the General Conditions, the mark-ups allowed on the direct cost of changed work include all incidental overhead support costs and profit. No mark-up on mark-ups are permitted. The allowable mark-ups for this Project are as follows:
A. Net Amount of Each Change Order > $0: Entire Change Order is additive or the net result of the Change Order is additive.
1) For any portion of the Change performed by Contractor’s direct forces, Contractor may mark-up the allowable actual costs as follows:
a. Direct labor: 10%
b. Direct Material 6%
c. Bonds 1%
2) For the portion of the Change performed by Subcontractors of any tier, the percentage mark-up on allowable actual labor and material costs incurred by all Subcontractors of any tier is Twelve Percent (12%).
3) For the portion of the Change performed by Subcontractors of any tier, the Contractor may add an amount equal to Five Percent (5%) of the allowable actual direct labor and materials costs of the Subcontractors performing the change.
B. Net Amount of Each Change Order < $0: Entire Change Order is deductive or the net result of the Change Order is deductive.
1) Where an entire item or section of work is deleted from the Contract, the entire subcontract value or bid value shall be considered the appropriate deduction less the value of work performed, and shall have Five Percent (5) mark-up added thereto for the Contractor’s saved overhead, bonds and insurance.
2) If the subcontract value or bid value is not identifiable, then the amount to be deducted from the Contract Amount shall be the estimated value of the deducted work plus Five Percent (5%) for saved overhead, bonds and insurance.
3) The value submitted on the Schedule of Values shall be used to calculate the credit amount, and may not be further marked up if it includes the value for general conditions (overhead, bonds, insurance, etc.).
ALTERNATE METHODOLGY:
1) For the portion of the Work actually performed by the contractor and/or Subcontractor of any tier, the combined percentage mark-up on allowable actual labor and material costs incurred is Five Percent (5%).
The form of Non-Collusion Declaration included in the Contract Documents must be completed and submitted electronically. Failure of a Bidder to submit a completed and executed Non-Collusion Declaration with its Bid Proposal will render the Bid Proposal non-responsive.
No Bid Proposal will be considered from a Bidder who, at the time Bid Proposals are opened, is not licensed to perform the Work of the Bid Package for which the Bid Proposal is submitted, in accordance with the Contractor’s License Law, California Business & Professions Code §§7000 et seq. This requirement is not a mere formality and will not be waived by the District or its Board of Trustees. The required California Contractor's License classification(s) for each Bid Package is set forth in the Call for Bids. The Contractor will be required to maintain the license(s) through the duration of the Contract. Any questions concerning licensing may be referred to the Registrar, Contractors’ State License Board, P.O. Box 2600, Sacramento, CA 95826.
Refer to each bid category scope of work summary for allowance values. Allowances are in addition to the scope of the Work as defined in the Contract Documents.
Allowances shall be used at the discretion of the Construction Manager and/or District. The allowances shall not be used for poor workmanship, contractor’s missing scope, or delays imposed due to this Bid Category. All labor rates and material cost shall be determined in accordance with the General Conditions.
The Construction Manager and/or District may utilize the allowances up to the total amount during the course of construction by issuing a Work Directive(s) to the Contractor. Allowance values utilized for additive scope of work shall not include any Contractor mark-ups to the bare cost. A final or deductive Change Order will be issued at the completion of the Work to return any balance of the unused allowances to the District.
Upon incorporation of the Work described in each Work Directive, the Contractor will be paid out of the Allowance fund as a line Item included in the Contractor’s payment application.
The District will conduct a Mandatory Job-Walk at the time(s) and place(s) designated in the Call for Bids. The District may, in its sole and exclusive discretion, elect to conduct one or more Job-Walk(s) in addition to that set forth in the Call for Bids, in which event the District shall notify all Bidders who have theretofore obtained the Contract Documents pursuant to the Call for Bids of any such additional Job-Walk. If the District elects to conduct any Job-Walk in addition to that set forth in the Call for Bids, the District shall, in its notice of any such additional Job-Walk(s), indicate whether Bidders' attendance at such additional Job-Walk(s) is/are mandatory. The failure of any Bidder to have its authorized representative present at the entirety of the Mandatory Job-Walk will render the Bid Proposal of such Bidder to be non-responsive. Attendance by representatives of the Bidder's Subcontractors at the Mandatory Job Walk 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. The District will reject the Bid Proposal of a Bidder who obtains the Bid and Contract Documents without having attended the Mandatory Job-Walk.
The District will conduct an Optional Job-Walk at the time(s) and place(s) designated in the Call for Bids. The District may, in its sole and exclusive discretion, elect to conduct one or more Job-Walk(s) in addition to that set forth in the Call for Bids.
Each Bidder must be prequalified by the District prior to Bid Closing, or the District shall reject the Bid Proposal submitted by such Bidder as being non-responsive. The required forms and documentation must be fully completed and submitted to the District 05/01/2026, or as specified in the Call for Bids, and the District shall advise the Bidder of its qualification status 24 hours in advance of the Bid Opening, in accordance with Public Contract Code §20651.5.
Bidder’s Prequalification forms are available for download via Mt. SAC's eProcurement Portal under the documents & attachments and are fillable .pdf files. Qualification packages must be submitted via email to purconstruction@mtsac.edu.
Each Bidder must be prequalified by the District prior to Bid Closing, or the District shall reject the Bid Proposal submitted by such Bidder as being non-responsive. The required forms and documentation must be fully completed and submitted to the District 05/01/2026, or as specified in the Call for Bids, and the District shall advise the Bidder of its qualification status 24 hours in advance of the Bid Opening, in accordance with Public Contract Code §20651.5.
Bidder’s Prequalification forms are available for download via Mt. SAC's eProcurement Portal under the documents & attachments and are fillable .pdf files. Qualification packages must be submitted via email to purconstruction@mtsac.edu.
Bidders are to submit a completed Statement of Qualifications in the Vendor Questionnaire
Bidders are to submit a completed Statement of Qualifications in the Vendor Questionnaire
1 Listing Subcontractors. Each Bidder shall submit with their electronic bid, a list of its proposed Subcontractors for the proposed Work as required by the Subletting and Subcontracting Fair Practices Act (California Public Contract Code §§4100 et seq.). Pursuant to Labor Code §1725.5, all subcontractors identified in the Bidder’s subcontractors’ list shall be DIR Registered Contractors. The foregoing notwithstanding, a proposal is not subject to rejection for non-responsiveness when the subcontractors list accompanying the proposal lists any subcontractor(s) who is/are not DIR registered contractors if the listed subcontractor(s) who are not DIR registered become DIR registered within twenty-four (24) hours of the opening of proposals pursuant to Labor Code §1771.1(c)(1) or (2). If the subcontractors list accompanying the proposal lists any subcontractor(s) who is/are not DIR registered contractors and the listed subcontractor(s) who are not DIR registered do not become DIR registered prior to the opening of proposals or become DIR registered within twenty-four(24) hours of the opening of proposals pursuant to Labor Code §1771.1(c)(1) or (2), such proposal is not subject to rejection for non-responsiveness, provided that if the Bidder submitting the subcontractors list with non-DIR registered subcontractors is awarded the contract for the work, the bidder shall request consent of the DISTRCT to substitute another subcontractor for the non-DIR registered subcontractor pursuant to Labor Code §1771.1(c)(3), without adjustment of the contract price or the contract time within twenty-four (24) hours of the opening of proposals.
If the bidder fails to specify a subcontractor for any portion of the work in excess of one half (1/2) of one percent (1%) of the bidder’s total bid, the bidder agrees that he/she is fully qualified to perform that work and agrees to perform that portion of the work. Violation of this requirement (including the procurement of a subcontractor for the Project if no subcontractor is specified) can result in the District invoking the remedies of Public Contract Code Sections 4110 and 4111.
2 Work of Subcontractors. All Bidders are encouraged to disseminate all of the Specifications, Drawings, and other Contract Documents to all persons or entities submitting sub-bids to the Bidder. The omission of any portion or item of Work from the Bid Proposal or from the sub-bidders' sub-bids which is/are necessary to produce the intended results and/or which are reasonably inferable from the Contract Documents is not a basis for adjustment of the Contract Price or the Contract Time. Dissemination of the Contract Documents to sub-bidders and dissemination of addenda issued during the bidding process is solely the responsibility of each Bidder.
3 Subcontractor Bonds. In accordance with California Public Contract Code §4108, if a Bidder requires a bond or bonds of its Subcontractor(s), whether the expense of procuring such bond or bonds are to be borne by the Bidder or the Subcontractor(s), such requirements shall be specified in the Bidder's written or published request for sub-bids. Failure of the Bidder to comply with these requirements shall preclude the Bidder from imposing bonding requirements upon its Subcontractor(s) or rejection of a Subcontractor's bid under California Public Contract Code §4108(b).
1 Waiver of Irregularities or Informalities. The District reserves the right to reject any and all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding.
2 Award to Lowest Responsive Responsible Bidder. The award of the Contract, if made by the District through action of its Board of Trustees, will be to the responsible Bidder submitting the lowest responsive Bid Proposal on the basis of the Base Bid Proposal or the Base Bid Proposal and Alternate Bid Items, if any, selected in accordance with these Instructions for Bidders.
3 ELECTION METHOD.The District reserves the right to select the lowest bid based on either method as outlined below:
BY BASE BID ONLY (a)
The lowest bid shall be the lowest Base Bid Proposal without consideration of the prices on the additive or deductive Alternate Bid Items. Alternate Bid Items Not Included in Award of Contract. Bidders are referred to the provisions of the Contract Documents permitting the District, during performance of the Work, to add or delete from the scope of the Work any or all of the Alternate Bid Items with the cost or credit of the same being the amount(s) set forth in the Alternate Bid Items Proposal.
BASED ON PRIORITY (b)
The lowest bid shall be the lowest total of the bid price on the base contract and those additive or deductive items that were specifically identified in the bid solicitation listed in order of precedence as being used for determining the lowest bid price.
4 Responsive Bid Proposal. A responsive Bid Proposal shall mean a Bid Proposal which conforms, in all material respects, with the Bid and Contract Documents.
5 Responsible Bidder,A responsible Bidder is a Bidder who has the capability in all respects, to perform fully the requirements of the Contract Documents and the moral and business integrity and reliability which will assure good faith performance. In determining responsibility, the following criteria will be considered: (i) the ability, capacity and skill of the Bidder to perform the Work of the Contract Documents; (ii) whether the Bidder can perform the Work promptly and within the time specified, without delay or interference; (iii) the character, integrity, reputation, judgment, experience and efficiency of the Bidder; (iv) the quality of performance of the Bidder on previous contracts, by way of example only, the following information will be considered: (a) the administrative, consultant or other cost overruns incurred by the District on previous contracts with the Bidder; (b) the Bidder's compliance record with contract general conditions on other projects; (c) the submittal by the Bidder of excessive and/or unsubstantiated extra cost proposals and claims on other projects; (d) the Bidder's record for completion of work within the contract time and the Bidder's compliance with the scheduling and coordination requirements on other projects; (e) the Bidder's demonstrated cooperation with the District and other contractors on previous contracts; (f) whether the work performed and materials furnished on previous contracts was in accordance with the Contract Documents; (v) the previous and existing compliance by the Bidder with laws and ordinances relating to contracts; (vi) the sufficiency of the financial resources and ability of the Bidder to perform the work of the Contract Documents; (vii) the quality, availability and adaptability of the goods or services to the particular use required; (viii) the ability of the Bidder to provide future maintenance and service for the warranty period of the Contract; (ix) whether the Bidder is in arrears on debt or contract or is a defaulter on any surety bond; (x) such other information as may be secured by the District having a bearing on the decision to award the Contract, to include without limitation the ability, experience and commitment of the Bidder to properly and reasonably plan, schedule, coordinate and execute the Work of the Contract Documents and whether the Bidder has ever been debarred from bidding or found ineligible for bidding on any other projects. The ability of a Bidder to provide the required bonds will not of itself demonstrate responsibility of the Bidder. Upon request of the District, Bidder must promptly submit satisfactory evidence of any of the items listed above.
The Bid Security of three or more low Bidders, the number being solely at the discretion of the District, will be held by the District for ten (10) days after the period for which Bid Proposals must be held open (which is set forth in the Call for Bids) or until posting by the successful Bidder(s) of the bonds, certificates of insurance required and return of executed copies of the Agreement, whichever first occurs, at which time the Bid Security of such other Bidders will be returned to them.
If the Bidder awarded the Contract fails or refuses to execute the Agreement within ten (10) days from the date of receiving notification that it is the Bidder to whom the Contract has been awarded, the District may declare the Bidder's Bid Security forfeited as damages caused by the failure of the Bidder to enter into the Contract and may thereupon award the Contract for the Work to the responsible Bidder submitting the next lowest Bid Proposal or may call for new bids, in its sole and exclusive discretion.
It is the policy of the District that there be no discrimination against any prospective or active employee engaged in the Work because of race, color, ancestry, national origin, religious creed, sex, age or marital status. All Bidders agree to comply with the District's anti-discrimination policy and all applicable Federal and California anti-discrimination laws including but not limited to the California Fair Employment & Housing Act beginning with California Government Code §§12940 et seq. and California Labor Code §1735. In addition, all Bidders agree to require like compliance by any Subcontractor employed by them on the Work of the Contract.
Pursuant to California Labor Code §3700, the successful Bidder shall secure Workers’ Compensation Insurance for its employees engaged in the Work of the Contract. The successful Bidder shall sign and deliver to the District the following certificate, included as part of the Contract Documents, prior to performing any of the Work under the Contract:
"I am aware of the provisions of §3700 of the California Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code and I will comply with such provisions before commencing the performance of the Work of the Contract."
In accordance with California Government Code §§8350 et seq., the Drug Free Workplace Act of 1990, the successful Bidder will be required to execute a Drug Free Workplace Certificate concurrently with execution of the Agreement. The successful Bidder will be required to implement and take the affirmative measures outlined in the Drug Free Workplace Certificate and in California Government Code §§8350 et seq. Failure of the successful Bidder to comply with the measures outlined in the Drug Free Workplace Certificate and in California Government Code §§8350 et seq. may result in penalties, including without limitation, the termination of the Agreement, the suspension of any payment of the Contract Price otherwise due under the Contract Documents and/or debarment of the successful Bidder.
The Bidder is solely and exclusively responsible for employment of individuals for the Work of the Contract in conformity with the Immigration Reform and Control Act of 1986, 8 USC §§1101 et seq. (the “IRCA”); the successful Bidder shall also require that any person or entity employing labor in connection with any of the Work of the Contract shall so similarly comply with the IRCA.
In accordance with Education Code Section 17076.11, the District has a participation goal for disabled veteran business enterprises (DVBE) of at least three percent (3%) per year of the overall dollar amount of funds allocated to the District by the State Allocation Board pursuant to the Leroy F. Greene School Facilities Act of 1998.
District may conduct a meeting with the apparent low bidder for purposes of expediting the Project. If requested by the District, a duly authorized representative of the apparent low Bidder is required to attend the meeting in person, and must have signatory authority on behalf of the Bidder. Failure to attend the meeting will be considered just cause for the District to reject the apparent low Bidder’s bid. Such meeting does not change or modify the Work that the Bidder will be required to perform under the Contract Documents.
A summary of bids will be available immediately following the bid closing. The District will issue a Notice of Intent to Award the Contract, identifying the Bidder to whom the District intends to award the Contract and the date time/place of the District's Board of Trustees meeting at which award of the Contract will be considered.
Any Bidder submitting a Bid Proposal to the District may file a protest of the District's intent to award the Contract provided that each and all of the following are complied with:
(i) The bid protest is filed and received by the District’s Purchasing Manager not more than three (3) business days following bid opening, provided that each and all of the following are complied with
(ii) The bid protest is in writing;
(iii) The written bid protest sets forth, in detail, all grounds for the bid protest, including without limitation all facts, supporting documentation, legal authorities and argument in support of the grounds for the bid protest; any matters not set forth in the written bid protest shall be deemed waived. All factual contentions must be supported by competent, admissible and creditable evidence.
(iv) The party filing the protest must concurrently transmit a copy of the protest and any attached documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the bidder’s protest. Such parties shall include all other bidders or proposers who appear to have a reasonable prospect of receiving an award of contract depending upon the outcome of the protest.
Any bid protest not conforming with the foregoing shall be rejected by the District as invalid. Provided that a bid protest is filed in strict conformity with the foregoing, the District’s Purchasing Director or designee shall review and evaluate the basis of the bid protest. Either the District’s Purchasing Director or designee shall provide the Bidder submitting the bid protest with a written statement concurring with or denying the bid protest. The District's Board of Trustees will render a final determination and disposition of a bid protest by taking action to adopt, modify or reject the disposition of a bid protest as reflected in the written statement of the District’s Purchasing Manager or designee. Action by the District's Board of Trustees relative to a bid protest shall be final and not subject to appeal or reconsideration by the District, any employee or officer of the District or the District's Board of Trustees. The rendition of a written statement by the District’s Purchasing Director (or designee) and action by the District's Board of Trustees to adopt, modify or reject the disposition of the bid protest reflected in such written statement shall be express conditions precedent to the institution of any legal or equitable proceedings relative to the bidding process, the District's intent to award the Contract, the District's disposition of any bid protest or the District's decision to reject all Bid Proposals. In the event that any such legal or equitable proceedings are instituted and the District is named as a party thereto, the prevailing party(ies) shall recover from the other party(ies), as costs, all attorneys' fees and costs incurred in connection with any such proceeding, including any appeal arising therefrom.
Bid Proposals and other documents responding to the Call for Bids become the exclusive property of the District upon submittal to the District. At such time as the District issues the Notice of Intent to award the Contract pursuant to these Instructions for Bidders, all Bid Proposals and other documents submitted in response to the Call for Bids become a matter of public record and shall be thereupon be considered public records, except for information contained in such Bid Proposals deemed to be Trade Secrets (as defined in California Civil Code §3426.1) and information provided in response to the Statement of Qualifications. A Bidder that indiscriminately marks all or most of its Bid Proposal as exempt from disclosure as a public record, whether by the notations of "Trade Secret," "Confidential," "Proprietary," or otherwise, may result render the Bid Proposal non-responsive and rejected. The District is not liable or responsible for the disclosure of such records, including those exempt from disclosure if disclosure is deemed required by law, by an order of Court, or which occurs through inadvertence, mistake or negligence on the part of the District or its officers, employees or agents. At such time as Bid Proposals are deemed a matter of public record, pursuant to the above, any Bidder or other party shall be afforded access for inspection and/or copying of such Bid Proposals, by request made to the District in conformity with the California Access to Public Records Act, California Government Code §§6250, et. seq. If the District is required to defend or otherwise respond to any action or proceeding wherein request is made for the disclosure of the contents of any portion of a Bid Proposal deemed exempt from disclosure hereunder, the Bidder submitting the materials sought by such action or proceeding agrees to defend, indemnify and hold harmless the District in any action or proceeding from and against any liability, including without limitation attorneys' fees arising therefrom. The party submitting materials sought by any other party shall be solely responsible for the cost and defense in any action or proceeding seeking to compel disclosure of such materials; the District's sole involvement in any such action shall be that of a stakeholder, retaining the requested materials until otherwise ordered by a court of competent jurisdiction.
In accordance with PCC 20103.7, the District provides requesting contractor planrooms with project bid information and bid documents; this information is provided for accommodation purposes only. The contractor is responsible for verifying a project’s bid information with the District.
If you do not have a prequalified approval letter, please download the Statement of Qualifications form below, complete, and upload.
Please download the below documents, complete, and upload.
Contractors wishing to bid as a prime contractor for this project must be prequalified by the District 24 hours prior to the Bid Closing. Contractors must submit their completed prequalification packages and all required documentation to purconstruction@mtsac.edu on or before 05/01/2026. Once application is approved, you will receive the letter of approval. You must upload the prequalification approval letter with your bid.
Please note: Be sure the reference contact information is up to date. References will be contacted. If we are unable to verify your references, your prequalification will be deemed incomplete, and an approval letter will not be issued.
Contractors wishing to bid as a prime contractor for this project must be pre-qualified by the District 24 hours prior to the Bid Closing. Contractors must submit their completed pre-qualification packages and all required documentation to purconstruction@mtsac.edu on or before 05/01/2026. Once application is approved, you will receive the letter of approval. You must upload the pre qualification approval letter with bid.
Each Bid Proposal shall be accompanied by Bid Security in the form of: (a) cash, (b) a certified or cashier's check made payable to the District or (c) a Bid Bond, in the form and content attached hereto in the amount of not less than ten percent (10%) of the total bid price, inclusive of any additive Alternate Bid Item(s) and shall be given as a guarantee that the bidder, if awarded the contract, will execute the agreement within Five (5) working days after notice of award of the contract.
Any Bid Proposal submitted without the required Bid Security is non-responsive and will be rejected. If the Bid Security is in the form of a Bid Bond, the Bidder's Bid Proposal shall be deemed responsive only if the Bid Bond is in the form and content included herein and the Surety is an Admitted Surety Insurer under Code of Civil Procedure §995.120. If the Bid Security is a Bid Bond, the Bidder submitting the Bid Proposal and/or its Surety must complete the portion of the form of Bid Bond indicating the Bid Package and description of Bid Package; failure to do so will render the Bid Proposal non-responsive.
An electronic copy of the completed bid bond must be included with the electronic bid submission. The original must be retained by contractor and available to the purchasing office upon request. DO NOT mail original bid bonds unless requested to do so.
Please download the below document(s), complete, and upload.
The undersigned declares, states and certifies that:
I am aware of the provisions and requirements of California Government Code §§8350 et seq., the Drug Free Workplace Act of 1990.
I am authorized to certify, and do certify, on behalf of Contractor that a drug free workplace will be provided by Contractor by doing all of the following:
Contractor and I understand that if the District determines that Contractor has either: (a) made a false certification herein, or (b) violated this certification by failing to carry out and to implement the requirements of California Government Code §§8355, the Contract awarded herein is subject to termination, suspension of payments, or both. Contractor and I further understand that, should Contractor violate the terms of the Drug-Free Workplace Act of 1990, Contractor may be subject to debarment in accordance with the provisions of California Government Code §§8350, et seq.
Contractor and I are aware of the provisions of California Government Code §§8350, et seq. and hereby certify that Contractor and I will adhere to, fulfill, satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of 1990.
I declare under penalty of perjury under the laws of the State of California that all of the foregoing is true and correct.
Pursuant to Public Contract Code (PCC) section 2204, an Iran Contracting Act certification is required for solicitations of goods or services of one million dollars ($1,000,000) or more.
I certify that I am duly authorized to legally bind the Vendor/Contractor to this certification, that the contents of this certification are true, and that this certification is made under the laws of the State of California.
Pursuant to Public Contract Code (PCC) section 2204, an Iran Contracting Act certification is required for solicitations of goods or services of one million dollars ($1,000,000) or more.
I certify that I am duly authorized to legally bind the Vendor/Contractor to this certification, that the contents of this certification are true, and that this certification is made under the laws of the State of California.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Who will be executing contract documents? Provide address, full name, email address, phone number, and title
Provide license type, number, and expiration date (Example: B, 11111, exp. 6/30/23)
Enter number and expiration date (Example: 100000111, exp. 6/30/23)
Prime Contractors shall be governed by the provisions of the Subletting and Subcontracting Fair Practice Act (California Public Contract Code §4100 et seq.), and any amendments thereof, and shall set forth below the name, business location, trade, and license number of each subcontractor who will perform work or render services to the Prime Contractor on this project in excess of one-half (1/2) of one percent (1%) of the Prime Contractor’s total bid. Subcontractors listed must be properly licensed for the type of work they are to perform.
Do not list alternate subcontractors for the same work. If a Prime Contractor fails to specify a subcontractor or lists more than one subcontractor for any portion of the work in excess of one-half (1/2) of one percent (1%), Prime Contractor shall be deemed to have agreed that it is fully qualified to perform and will perform that portion of the work itself. No Prime Contractor shall substitute any person as subcontractor in place of the subcontractor listed nor shall any subcontract be assigned or transferred except as provided for in the Subletting and Subcontracting Fair Practice Act.
Prime Contractors in violation of any of the provisions of the Subletting and Subcontracting Fair Practice Act are subject to possible cancellation of the contract and monetary penalties as well as disciplinary action by the Contractors’ State License Board.
Bidders must designate the name, address, trade, license number and DIR number of ALL listed Subcontractors and submit with their bid.
**Special Instructions: Copy and paste the table in your response to fill in the table information. If you do not have any subcontractors, write N/A**
Bid No. or Bid Category No. for Multi-prime bids | Licensed Name of Subcontractor | Place of Business (City, State) | Description & Portion of Work | License No. and Exp. Date | DIR No. and Exp. Date | $$ Value of Work |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
I certify that I have downloaded, read, understood and agreed to all of the solicitation and contract documents herein
**THE CWA WILL APPLY TO SINGLE TRADE PROJECTS ESTIMATED OVER $100K OR MULTI-TRADE PROJECTS ESTIMATED OVER $500K FUNDED IN WHOLE OR IN PART BY MEASURE GO OR MEASURE RR**
Please identify the type of Construction Project below.
Formal Projects are considered over $220K
Informal Projects are considered between $75K - $220K
CWA is applicable when Project is bond funded and:
- requires a single trade estimated over $100K or
- requires multiple trades estimated over $500K
Non-CWA Project where the above CWA criteria is not met
Applies to Formal Projects only:
Please provide the due date for Prequal documents:
MM/DD/YYYY
Additional Job Walk. District will make staff available to conduct additional job walks to allow contractors further opportunity to gather information. Interested bidders must request and coordinate this through [contact name], at [contact email].
Name of person to contact for additional job walk
Provide email for Job Walk Contact
Please use the following format: C20-HVAC
MM/DD/YYYY
Please enter number of construction days. If not applicable, enter N/A
Enter the workings hours and days for this project if different than the example.
EXAMPLE:
7:00 AM to 4:00 PM, MONDAY - FRIDAY
If there will be multiple meetings, more then one date/ time/ and location can be provided in the field below
Enter in base bid estimate without allowance
If there is no allowance, then type NA
Q (Pre-Qual Package): Will we need to submit the pre-qual package separately in advance for this project, or will the info submitted with the bid suffice?
A: The prequalification will need to be submitted by the due date established in the Invitation to Bid.
Q (Job Walk): You are showing the job walk on April 25th at 9:00 a.m. - April 25th is a Saturday. Are you doing the job walk on a Saturday?
A: Yes, the job walk is scheduled for a Saturday.
Q (Job walk): Are there going to be other job walks besides Saturday the 25th?
A: No. Saturday, April 25th is the only job walk.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.