ClassifiedsMarketplace
Logo
  • Classifieds
  • Contact Us
  • Sign In
  • Register
  • Place Ad
    • Obituary
    • Legal
    • Recruitment
    • Classified
    • Celebration
    • Retail

  1. Home
  2. Legals
  3. Legal Display

View original file
DOCUMENT 00 11 13 ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN that the Los Banos Unified School District (LBUSD) of Merced County, California, acting by and through its Governing Board, hereinafter referred to as the District, will receive up to, but not later than 2:00 p.m. of the 15th day of January 2026, sealed bids for the award of a contract for the construction of: LBUSD: Modernization of Los Banos High School REBID Category 7-Roofing and Repairs, Sheetmetal Flashing, Metal Siding Bids received after the time noted above shall be returned unopened. All bids shall be made on a bid form furnished by the District. Bids will be received at the District Office located at F.O.T. 646 W. Pacheco Blvd., Los Banos, CA 93635, on or before the time and date stated above. Bids will remain sealed until the time and date stated below. Bids will be publicly opened and read aloud at 2:00 p.m. of the 15th day of January, 2026 at the District Office. Each bid must conform and be responsive to all pertinent Bidding and Contract Documents. Copies of the Contract Documents are on file and open for public inspection at Los Banos Unified School District at FOT 646 West Pacheco Blvd. Los Banos CA, 93635 Pre-Qualification California Assembly Bill (AB) 1565 went into effect on January 1, 2014. AB 1565 requires ALL General Contractors and M/E/P Subcontractors be prequalified, if the project is valued at $1 million or more and funded whole or in part with State Facility Bond funds, per… Public Contract Code 20111.5 enables districts to require prime contractors to be prequalified prior to accepting bids. Public Contract Code 20111.6 requires the district to do so for certain projects. This applies to prime contractors and MEP sub- contrac•to rs with the following licenses: General Contractors (A and B), Mechanical, Electrical, and Plumbing subcontractors (C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, and C-46) All Prime Contractors to submit their prequalification application/forms. • Prequalification application/forms can be submitted anytime after advertisement, but they must be submitted by December 31, 2025 no later than 3:00 pm or the contractor will be deemed non-responsive. • The District must receive complete applications at least ten (10) business days prior to the scheduled bid opening on any advertised project in order for the candidate to qualify for a project in excess of $1,000,000 and partially funded by the State. Pre-qualification approval will remain valid for one (1) calendar year from the date of notice of qualification except as noted in the pre-qualification documents. Los Banos Unified School District has contracted with Colbi Technologies to provide a web-based process for submitting to their Prequa•lifi ed Contractor and CUPCCAA lists called Quality Bidders. To get started Click Here to Sign Up... For detailed instructions in completing your application, please navigate to the bottom of the page from this link Contractor Instructions Please contact Sherry Munday, Manager of Facilities & Special Projects with any questions at smunday@losbanosusd.net or (209) 826-1936. You may also contact qbsupport@colbitech.com with any questions about the use of the Quality Bidders web-based tool. Thank you for your interest in working with Los Banos Unified School District. CPM/225502 CATEGORY 7 REBID ADVERTISEMENT FOR BIDS 00 11 13 REV. 1/17 Bid documents are available from A&I Reprographics by logging on to: www.aandiplanroom.com or by calling 909-5140704 or by email: bid@aandirepro.com. There is a non-refundable fee for obtaining a printed set of documents. A digital download is available at no cost once you register. Any changes via addenda will be available on the A&I Reprographics site at www.aandiplanroom.com. Printed bid documents can be purchased from A&I Reprographics, Inc. for a non-refundable print fee of $150.00 plus a non-refundable shipping fee (costs vary on location). All registered plan holders with A&I Reprographics, Inc. will receive automatic notification of project addenda and other pertinent information.Bid documents are available for review without registration at the following plan rooms: Dodge Data & Analytics 830 Third Avenue, 6th Floor New York, NY 10022 877.784.6556 April.hamilton@construction.com www. construction.com Placer County Contractors Association & Builders Exchange 10656 Industrial Ave. Suite 160 Roseville, CA 95678 916.771.7229 www. pccamembers.com Placer County Contractors Association & Builders Exchange 10656 Industrial Ave. Suite 160 Roseville, CA 95678 916.771.7229 www. pccamembers.com Kern County Builders Exchange, Inc.4310 Ardmore Avenue, Ste. 100 Bakersfield, CA 93309 661.324.4921 www.kcbex.com Builders Exchange of Stockton 4561 Quail Lake Drive, Suite B2 Stockton, CA 95207 crobinson@besonline.com www.besonline. com Tulare & Kings Counties Builders Exchange 1223 S. Lovers Lane Visalia, CA 93292 559.732.4568 info@tkcbe.com www.tkcbe.com Construction Bidboard (eBidBoard) 11622 El Camino Real San Diego,CA 92130 800.424.3996 customercare@cmdgroup.com www.ebidboard.com Central California Builders Exchange 1244 N. Mariposa Street Fresno, CA 93703 559.237.1831 info@cencalbx.com www.cencalbx. com Builders exchange of Merced & Mariposa 646 CA-HWY 59 Merced, CA 95341 209.722.3612 www.bxmm.org CPM/225502 CATEGORY 7 REBID REV. 1/17ADVERTISEMENT FOR BIDS 00 11 13 For information regarding this project, prospective bidders are requested to contact Jason Miller, Project Manager at California Professional Management, cell (909) 560- 3534 or email jason@cpmcrew.com. Attention is directed to the requirements of the Information for Bidders regarding goals for Disabled Veteran Business Enterprise (DVBE) participation on this project. This project has a goal of 3 percent DVBE participation. Each bid shall be accompanied by Bidders Qualification Forms, Prequalification Approval Letter from LBUSD, Bid Bond,Verification of Contractor and Subcontractor DIR Registration, list of Designated Subcontractors, Non-Collusion Declaration, Iran Contracting Act Certification, Certificate of Recycled Content, Site Visit Certification, Employment Certification, and Acknowledgment of Bidding Practices Regarding Indemnity required by the Instructions to Bidders.Bidders are advised that this contract is a public work for purpose of the California Labor Code, which requires payment of prevailing wages. Wage rates can be obtained from the Director of the Department of Industrial Relations at http://www.dir.ca.gov/OPRL/dprewagedetermination.htm. No contractor or subcontractor may be listed on a bid proposal or awarded a contract for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. http://www.dir.ca.gov/Public-Works/PublicWorks.html. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. (Labor Code §1771.4). The Director of the Department of Industrial Relations shall determine the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the work is to be performed for each craft, classification or type of work needed to execute the contract. Holiday rates shall be paid as specified in the collective bargaining agreement applicable to each particular craft, classification or type of work employed on the project. Copies of schedules of rates so determined are available on the internet at: http://www.dir. ca.gov/dir/S&R/statistics_research.html. In accordance with Section 1773.2 of the California Labor Code, the Contractor shall post a copy of the determination of prevailing rate of wages at each job site. The schedule of per diem wages is based upon a working day of eight (8) hours. The rate for holiday and overtime work shall be at time and one-half. The Contractor and any subcontractor(s) shall pay not less than the specified prevailing rates of wages to all workers employed by them in the execution of the contract. The successful contractor and all of its subcontractors for the project will be required to attend a mandatory Pre Construction Conference before commencing work. During the Pre-Construction Conference, the District’s Labor Compliance Program (LCP) and the state labor law requirements applicable to this project will be discussed. The contractor and all subcontractors will be required to certify that they acknowledge and understand the District’s LCP and all of the state labor law requirements for this project. The successful contractor or any of its designated subcontractors shall not perform any work on the project prior to attending the Pre Construction Conference and executing the appropriate certification. A payment bond and performance bond will be required prior to the execution of the contract. The payment bond and performance bond shall be in the form and amount set forth in the Contract Documents. In accordance with provisions of Public Contract Code Section 22300, substitution of eligible and equivalent securities for any monies withheld to ensure performance under this contract will be permitted at the request and expense of the contractor. Pursuant to Public Contract Code Section 3300 and Business and Professions Code Section 7028.15, each bidder shall possess at the time of the bid the license classification as follows below. The successful bidder must maintain the license throughout the duration of this contract. License Classification CATEOGORY CONTRACTORS D 1 3 7 9 1 1 1 2 2 3 4 1 A – General Engineering X X X B – General Building X X X C-2 - Insulation and Acoustical X C-5 - Framing and Rough Carpentry X C-6 - Cabinet, Millwork and Finish Carpentry X C-7 - Low Voltage Systems X C-8 – Concrete X X C-9 – Drywall X C10 – Electrical X C12 - Earthwork and Paving X C13 – Fencing X C15 - Flooring and Floor Covering X C16 - Fire Protection X C17 - Glazing X C20 - Warm-Air Heating, Ventilating and Air-Conditioning X C21 – Building Moving/Demolition X C22 - Asbestos X C23 – Ornamental Metal x C27 – Landscaping X C28 - Lock and Security Equipment X C33 - Painting and Decorating X C34 – Pipeline X C35 - Lathing & Plastering X C36 - Plumbing X C39 - Roofing X C43 - Sheet Metal X X C45 - Sign X C50 - Reinforcing Steel X X General Building Contractor (B-1) may bid two or less trades providing they maintain listed specialty classification license(s). General Building Contractor (B-1) may bid two or more unrelated trades (not including framing or carpentry) provided listed subcontractors maintain appropriate listed specialty classification license(s). General requirements, Contract Documents, and General Conditions apply to each category: Contractor as noted below. For special conditions for each category, Contractor refers to Specification Section 01 11 15 - Special Conditions Schedule. PROCUREMENT REQUIREMENTS 00 11 13 Advertisement for Bids 00 21 13 Instructions to Bidders 00 24 13 Scope of Work Summary 00 31 32 Geotechnical Data 00 41 26 Bid Form – Construction Management (Multi-Prime Contract) 00 43 13 Bid Bond 00 43 35 Verification of Contractor and Subcontractor DIR Registration 00 43 36 Designation of Subcontractors (DIR Registration) 00 45 19 Non-Collusion Declaration 00 45 46 Iran Contracting Act Certification 00 45 47 Certification of Recycled Content 00 45 48 Site Visit Certification 00 45 49 Employment Certification 00 45 50 Acknowledgement of Bidding Practices Regarding Indemnity CONTRACTING REQUIREMENTS 00 52 24 Agreement Form 00 60 00 Project Standard Forms 00 61 13 Performance Bond Form 00 61 14 Payment Bond (Labor and Materials) Form 00 61 15 Guarantee 00 62 17 Contractor’s Certificate Regarding Worker’s Compensation 00 62 90 Contractor’s Certificate Regarding Drug Free Workplace 00 62 91 Certification of Asbestos-Free Materials 00 62 92 Certification of Employee Status 00 63 58 Claim Certification 00 63 59 Contractor’s Certificate Regarding Alcoholic Beverage and Tobacco-Free Campus Policy 00 65 73 DVBE Participation GENERAL CONDITIONS 00 72 26 General Conditions – Construction Management (Multi-Prime Contract) 00 73 00 Supplementary Conditions DIVISION I - GENERAL REQUIREMENT 01 11 10 Summary of Work 01 11 15 Special Conditions Schedule for all Category Scope of Work 01 20 00 Price and Payment Procedures 01 25 13 Product Substitution Procedures 01 31 00 Project Management and Coordination 01 32 17 Construction Schedule - Bar Chart 01 33 00 Submittal Procedures 01 35 16 Alteration Project Procedures 01 35 23 Safety Requirements 01 45 29 Testing Laboratory Services 01 42 19 Reference Standards 01 43 00 Quality Assurance 01 50 00 Temporary Facilities and Controls 01 61 00 Product Requirements 01 73 00 Execution Requirements 01 73 29 Cutting and Patching 01 74 19 Construction Waste Management and Disposal 01 77 00 Closeout Procedures Bid Package Categories are as follows: Category D Selective Demo and Abatement Category 1 General and Miscellaneous Construction and Specialties Category 3 Structural & Site Concrete, Earthwork and Grading Category 7 Roofing & Repairs, Sheetmetal Flashings & Metall Siding. Category 9 Lath & Plaster, Interiors, Painting, Framing Doors & Windows Hardware & Glazing. Category 12 HVAC and Controls Category 13 Site and Building Electrical / Communications Category 14 Wet Utilities, Building Plumbing and Fire Suppression Category 21 Site Hardscape, Landscape, Fencing and Gates Prime contractors may submit individual bids for more than one category under the provisions of Instructions to Bidders, Specification Section 00 21 13. No combination bid proposals will be accepted. No bidder may withdraw his bid for a period of Sixty (60) days after the date set for the opening thereof. Bidders may not combine more than one category in a bid proposal. Bidders must submit a separate bid proposal for each category the bidder is interested in bidding. Proposals for individual category proposal(s) must be submitted as separate proposals, in separate envelopes, complete with ALL bid documents required including separate bid bonds.For further information consult the Instructions to Bidders and the Contract Documents. First Publication: December 17, 2025, Second Publication: December 24, 2025 Pre-Bid RFI Deadline January 2, 2026, December 31, 2025 Prequalification Due Date: January 2, 2026 Bid Opening Date:
Post Date: 12/17 12:00 AM
Refcode: #IPL0298468 
Print
  • COPYRIGHT
  • PRIVACY POLICY
  • TERMS OF SERVICE
iPublish® Marketplace powered by iPublish® Media Solutions © Copyright 2025