NOTICE OF REQUEST FOR PROPOSALS AND QUALIFICATIONS
FOR LEASE-LEASEBACK CONTRACT
Notice is hereby given that the Sanger Unified School District (hereinafter referred to as "Owner") will receive sealed proposals prior to the date and time stated below for the
Washington Academic Middle School Cafeteria Remodel lease-leaseback contract (the "Contract"),
as per the Request for Sealed Proposals ("RFP"), drawings, specifications, and other Contract Documents which may now be obtained from the Architect, who is
Darden Architects, Inc.,
6790 N. West Ave., Fresno, CA 93711, (559) 448-8051, Fax: (559) 446-1765.
Proposals will be sealed and filed at:
Sanger Unified School District
District Office
1905 7th Street
Sanger, CA 993657
Attention: Deborah Flores, Purchasing Agent
on September 3, 2025, before 3:00 p.m. on the clock designated by the Owner or its representative as the bid clock. No proposal will be accepted by the Owner after this time. Facsimile (FAX) copies of the proposal will not be accepted. Proposals may be opened immediately after the above deadline for submittal, or at a later time, within the Owner's discretion.
The District reserves the right to add or deduct any of the alternate items in the proposal form (Exhibit G) after the lowest responsive and responsible lump sum proposal is determined. The lowest lump sum proposal shall be determined on the total of the proposed prices on the base proposal and the following alternate items[A1] [A2] [A3] :
ALTERNATE ITEM NO. 1: Additive Alternate for all associated work including a furred wall, soffit and column framing and finishes, ceiling changes in the lower southern area of Student Dining as indicated in sheets H/A200, H/A101, H/A200, and H/A201. Ceiling changes in the lower southern area are in lieu of Base Bid painting of the existing ceiling in area affected for the sum of ______________ Dollars ($______).
ALTERNATE ITEM NO. 2: Additive Alternate for all associated work with alternate 2 including furred walls, new ceilings in main student dining area, soffit above server, and finishes as indicated in sheets H/A200, H/A101, H/A200, and H/A201. Ceiling changes in the main student dining area are in lieu of Base Bid painting of the existing ceiling in area affected for the sum of ______________ Dollars ($______).
ALTERNATE ITEM NO. 3: Additive Alternate 3 for all associated alternate 3 to provide new electrical pathway for the fire alarm system, back to the main F.A.C.P. Refer to the Electrical Drawings and Overall Site Plan SD/A101.3 for sum of ______________ Dollars ($______).
The Owner reserves the right to add or deduct any of the additive or deductive items after the highest-ranked best value proposal from the responsible and responsive contractors is determined.
Mandatory pre-proposal conferences will be held on July 8 and 10, 2025, at 7:30 a.m., at 1705 10th Street, Sanger, California. Contractors not attending at least one of the conferences will be disqualified from submitting proposals.
This Contract is subject to prequalification. See the Request for Sealed Proposals and Qualifications for details.
Public works projects shall be subject to compliance monitoring and enforcement by the Department of Industrial Relations. For all projects over Twenty-Five Thousand Dollars ($25,000), a contractor or subcontractor shall not be qualified to submit a proposal or to be listed in a proposal subject to the requirements of Public Contract Code section 4104, or to enter into, or engage in the performance of, any contract of such public work, unless the contractor or subcontractor is currently registered and qualified under Labor Code section 1725.5 to perform public work (as defined by Division 2, Part 7, Chapter 1 (§§1720 et seq.) of the Labor Code).
As detailed in the Contract Documents, the successful proposing entity will be required to furnish a Payment (Labor and Material) Bond in the amount of one hundred percent (100%) of the Total Sublease Amount, and a Faithful Performance Bond in the amount of one hundred percent (100%) of the Total Sublease Amount.
The successful proposing entity will be allowed to substitute securities or establish an escrow in lieu of retainage, pursuant to Public Contract Code Section 22300, and as described in the Contract Documents.
The Owner will not consider or accept any proposals from contractors who are not licensed to do business in the State of California, in accordance with the California Public Contract Code, providing for the licensing of contractors. In accordance with Section 3300 of said Code, the proposing entity shall have a Class "A" or "B" [A4] [A5] license at the time of award and shall maintain that license in good standing through Contract Completion and all applicable warranty periods.
The Director of Industrial Relations of the State of California, in the manner provided by law, has ascertained the general prevailing rate of per diem wages and rate for legal holidays and overtime work. The Contractor must pay for any labor therein described or classified in an amount not less than the rates specified. Copies of the required rates are on file at the Owner's business office and are available to any interested party on request.
The successful contractor will have to comply with skilled and trained workforce requirements pursuant to Public Contract Code sections 2600 et seq. and Education Code section 17407.5.
Proposals must be accompanied by a proposal bond, cashier's check, or certified check for at least ten percent (10%) of the amount of the base proposal and made payable to the Owner, as detailed in the Contract Documents.
Advertisement (Education Code §17406, and):
Newspaper of General Circulation:
- 1st Publication Date July 2, 2025
- 2nd Publication Date (one week later, and at
least 10 days before deadline for proposal) July 9, 2025
and
Trade Paper of General Circulation:
- 1st Publication Date (one week later, and at
least 10 days before deadline for proposal) July 2, 2025
IPL0250505
Jul 2,9 2025