The project requires manufacturer-certified systems (Sika/Sarnafil basis of design) with a 20-year full system warranty and contractor workmanship warranty. Work also includes cover board installation where required, parapet and metal edge detailing, drain improvements, equipment curb encapsulation, walkway pads, and strict quality control measures including pre-installation coordination, manufacturer inspections, and protection protocols to ensure long-term watertight performance.
The existing roofing systems at Buildings 2M, 2T, 9A, and 69 have exceeded their original warranty periods and have progressively lost their watertight integrity. Ongoing leaks and moisture intrusion have disrupted building operations, increased maintenance demands, and created risk to interior finishes, equipment, and instructional spaces, necessitating full and partial roof replacement to restore reliable building envelope performance.
- NOTICE IS HEREBY GIVEN —
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 : Prequalification for Buildings 2M, 2T, 9A and 69 Roofing Project
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
Bldg. 2M - Parking Lot B, Wednesday, March 18, 2026 at 8:30 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: C-39 Roofing.
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
- Preparation and Submittal of Bid Proposal —
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.
- Engineer's Estimate —
Engineer's Base Bid Estimate: $1,400,000
Allowance: $140,000
Total with Allowance: $1,540,000
- NOTICE IS HEREBY GIVEN —
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 : Prequalification for Buildings 2M, 2T, 9A and 69 Roofing Project
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
Bldg. 2M - Parking Lot B, Wednesday, March 18, 2026at 8:30 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: C-39 Roofing.
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 04/01/2026
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: 03/06/2026
- NOTICE IS HEREBY GIVEN —
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 : Prequalification for Buildings 2M, 2T, 9A and 69 Roofing Project
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
Bldg. 2M - Parking Lot B, Wednesday, March 18, 2026 at 8:30 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: C-39 Roofing.
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 04/01/2026
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.
Morris Rodrigue
Vice President, Administrative Services
MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT
Los Angeles County, State of California
Publication Dates: 03/06/2026
- Application of Supplemental Conditions —
These Supplemental Conditions form a part of the Contract Documents for the Work generally described as: Prequalification for Buildings 2M, 2T, 9A and 69 Roofing Project. Unless otherwise noted, all provisions of these Supplemental Conditions apply to the Work and obligations of the Bid Package.
- NOTICE IS HEREBY GIVEN —
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 : Prequalification for Buildings 2M, 2T, 9A and 69 Roofing Project
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
Bldg. 2M - Parking Lot B, Wednesday, March 18, 2026 at 8:30 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: C-39 Roofing.
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
- Bid Security —
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.
- Order of Precedence —
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.
- General Requirements & Site Preparation —
Below is a brief summary of the work requested under this RFP. The detailed technical specifications included with this solicitation define the full scope, performance requirements, and bidding parameters necessary to provide complete and accurate pricing for all identified buildings.
Mobilization and Coordination:Coordinate all work with the College Project Manager (CPM), Facilities Maintenance & Operations. Provide a minimum of 48-hour notice for any planned building access interruptions, roofing tear-off activities, crane lifts, equipment staging, or utility shutdowns (including HVAC or electrical disconnects serving rooftop equipment).
Pre-Installation Investigation & Verification:
Field verify existing roof system type, thickness, number of layers, insulation composition, deck type (wood, concrete, metal), and condition prior to fabrication or installation of new materials. Identify and document all roof penetrations, drains, scuppers, overflow assemblies, expansion joints, and edge conditions. Notify CPM immediately of any concealed damage, moisture intrusion, or structural deficiencies discovered during demolition.
Erosion, Debris & Pollution Control:
Implement and maintain Best Management Practices (BMPs) for stormwater, dust, and debris control throughout the duration of the project. Prevent roofing debris, fasteners, adhesives, and demolition materials from entering adjacent landscaping, storm drain systems, or pedestrian pathways. Protect downstream drainage systems from contamination related to tear-off or installation activities.
Site and Building Protection:
Protect all adjacent structures, rooftop equipment, skylights, solar arrays, mechanical units, landscaping, and pedestrian areas from damage during construction. Provide temporary walk pads, protective coverings, and barriers as required. Maintain continuous watertight integrity of the building at all times. Provide temporary weatherproofing in the event of inclement weather or phased demolition activities.
- Contract Time —
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 75 calendar days from and after the date stated in such notice (Reference Article 7 of the General Conditions).
Estimated Construction Start date: June 15, 2026
Estimated Construction End date: August 30, 2026
- Liquidated Damages —
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.
- General Requirements for all PVC membrane roof systems —
1. All roof drains and drainage components (scuppers, etc.) must be tested prior to roof construction. Any defects are to be brought to the district’s attention.
2. All clamping rings and strainers are to be replaced if cracked or damaged with new cast iron components. If no damage exists, clean and replace at the end of project.
3. All conduit and roof top plumbing is to be placed on new durablocks and protection pads.
4. Wrinkles and voids will not be accepted for this project. This requirement supersedes manufacturer minimum requirements.
5. All new roofing must be protected by means of polyester felt and approved rigid boards when the new roofing must be used as an area to store materials or regular foot traffic will occur during construction. All storage and foot traffic over new roofing must be avoided at all costs.
6. Perform all flashing and detail work in strict accordance with the roof system manufacturer’s standard written and detail requirements. As indicated within the project detail drawings and/or specification requirements, those specific project requirements shall supersede any corresponding minimum/standard requirements. Note: Manufacturer Letters of Convenience intended for deviation from the specified installation and/or detail requirements will not be accepted.
- Liquidated Damages —
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.
- General Requirements for Fluid-Applied Membrane Waterproofing —
1. Mechanical Well Building 2T: Demolish existing roofing down to structural substrate. Work includes substrate preparation.
2. Mechanical Well Building 2M: Clean and prepare existing roof surface per manufacturer’s requirements. Existing roofing to remain.
3. Prime substrate per manufacturer requirements.
4. Install fluid applied membrane.
5. Broadcast aggregate protection layer for pedestrian traffic applications in mechanical well of building 2T & 2M.
6. Work includes bridging and sealing air leakage and water intrusion pathways and gaps including connections of the walls to the roof air barrier, and penetrations of the building
envelope including piping, conduit, ducts and similar items.
- Modifications —
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.
- Inconsistent or Illegible Bid Proposals —
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.
- Liquidated Damages —
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.
- Building 2M System Description —
1. Remove walk pads, roof-mounted expansion joints, pitch pockets, one-way vents, and all roof flashing materials down to substrate. Field of roof to remain. Remove all existing contaminants, dust, dirt, and debris from existing roof system. Repair any blisters or deficiencies in existing roof prior to roof construction.
a. Remove existing counter-flashing and set aside for re-installation. Provide line item for lower counter flashing replacement on a linear foot basis.
2. Adhere 72-mil PVC feltback membrane over existing granulated cap sheet roof system per manufacturer requirements.
3. Install new 96-mil PVC walk pads to and from rooftop access points and mechanical equipment.
- Building 2T System Description —
1 Remove walk pads, metal coping caps, roof-mounted expansion joints, one-way vents, and all roof flashing materials down to substrate. Field of roof to remain. Remove all existing contaminants, dust, dirt, and debris from existing roof system. Repair any blisters or deficiencies in existing roof prior to roof construction.22. Locations with tile and/or coping stone.
2 Remove existing counter-flashing and set aside for re-installation. Provide line item for lower counter flashing replacement on a linear foot basis. Clean interior parapet walls and prepare for restoration coating. Coating shall be applied at 3.0 gallons per square and applied in two, even, cross-hatched coats.
3. Adhere 72-mil PVC feltback membrane over existing granulated cap sheet roof system per manufacturer requirements.
4. Locations with metal coping cap: mechanically attach 3/8” gypsum coverboard so as to produce a smooth flashing substrate. The gypsum board is to be attached using
manufacturer approved fasteners and plates, secured to the metal stud framing. Adhere PVC flashing membrane up and over wall. Install PVC clad metal flashing per detail. All edge metal must comply with ES-1 requirements.
5. Drip edge conditions: Install PVC clad metal drip edge per detail.
6. Install new-field fabricated expansion joint at all locations where roof mounted expansion joints are located.
7. Install new 96-mil PVC walk pads to and from rooftop access points and mechanical equipment.
- Liquidated Damages —
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.
- Examination of Site and Contract Documents —
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.
- Liquidated Damages —
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.
- Withdrawal of Bid Proposal —
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.
- Building 9A System Description —
1. Remove all roof flashing materials and metal coping down to substrate. Field of roof to remain. Remove all existing contaminants, dust, dirt, and debris from existing roof system.
Repair any blisters or deficiencies in existing roof prior to roof construction.
2. Over the prepared existing roof surface, mechanically fasten 3/8” gypsum coverboard using manufacturer approved fasteners and plates, to the structural metal deck.
3. Adhere 72-mil PVC felt back membrane over the gypsum coverboard.
4. Clean existing concrete parapet wall to remove dust, dirt, debris, friable material, and other contaminants. Adhere asphalt and oil-resistant PVC flashing membrane up and over concrete parapet wall. Install PVC clad perimeter metal per detail 1-1a using ES-1 tested perimeter profiles.
5. Install new treated wood sleepers over PVC membrane slip sheets.
6. Overflow drains are to be flashed with manufacturer approved liquid flashing detail
- Building 69 System Description —
1. Remove walk pads, pitch pockets, and all roof flashing materials down to substrate. Field of roof to remain. Remove all existing contaminants, dust, dirt, and debris from existing roof
system. Repair any blisters or deficiencies in existing roof prior to roof construction.
2. Remove existing counter-flashing and set aside for re-installation. Provide line item for lower counter flashing replacement on a linear foot basis.
3. Adhere 72-mil PVC feltback membrane over existing granulated cap sheet roof system per manufacturer requirements.
4. Install new 96-mil PVC walk pads to and from rooftop access points and mechanical equipment.
5. All insulated pipes must have insulation removed in order to flash directly to the substrate. Replace with new pipe insulation to return to original condition.
6. Encapsulate equipment curbs with roofing membrane, lift units as needed. Units are to be set back down on top of hot air welded protection sheet and wet set in sealant per manufacturer recommendations.
a. Provide add alternate to encapsulate isolator mounts in manufacturer approved liquid flashing.
7. Provide new pelican hood pre-fabricated out of manufacturer’s PVC clad metal where multiple flex line conduits are present. The clad metal pelican hood is to be stripped in and
hot air welded per manufacturer guidance.
- Agreement and Bonds —
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.
- Insurance and Bonds —
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.
- Interpretation of Drawings, Specifications or Contract Documents —
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.
- Drawings and Specifications —
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.
- Number of Contract Documents —
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.
- Request for Substitution Prior to Bid Opening —
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.
- Security —
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.
- District's Right to Modify Contract Documents —
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.
- Bidders Interested in More Than One Bid Proposal —
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.
- Working Hours —
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:7:00 AM to 4:00 PM, MONDAY - FRIDAY
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.
- Non-Collusion Declaration —
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.
- Mark-ups on Changes to the Work —
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%).
- Contractor's License —
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.
- Allowances —
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.
- Mandatory Job-Walk —
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.
- Optional 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.
- Bidder's Qualifications —
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 04/01/2026, 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.
- Bidder's Qualifications —
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 04/01/2026, 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.
- Bidder's Qualifications —
Bidders are to submit a completed Statement of Qualifications in the Vendor Questionnaire
- Bidder's Qualifications —
Bidders are to submit a completed Statement of Qualifications in the Vendor Questionnaire
- Subcontractors —
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).
- Award of Contract —
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.
- Bid Security Return —
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.
- Forfeiture of Bid Security —
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.
- Anti-Discrimination —
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.
- Certification of Workers’ Compensation Insurance —
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."
- Drug Free Workplace Certificate —
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.
- Compliance with Immigration Reform and Control Act of 1986 —
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.
- DVBE Compliance —
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.
- Pre-Award Conference —
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.
- Notice of Intent to Award Contract —
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.
- Bid Protest —
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.
- Public Records —
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.
- PCC 20103.7 —
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.