GOVERNMENT

NOTICE INVITING BIDS

Lynwood Unified School District

NOTICE IS HEREBY GIVEN that the Lynwood Unified School District, acting by and through its Governing Board, hereinafter referred to as “District”, will receive prior to 10:00 a.m. on the 28th day of April of 2026, sealed Bids for the award of a Contract for the following;

BID No. 12MOT26,

Re-Roofing at Various Buildings at Mark Twain, Lindbergh, Roosevelt,

Will Rogers Elementary

and Vista High School

Scope of Work Overview

The Lynwood Unified School District is soliciting bids from licensed and qualified contractors in accordance with the specifications outlined herein. Contractors are requested to provide all management, labor, sub-contractors, equipment and all materials to perform all pre-installation tasks which shall include but not limited to the demolition of existing roof surfaces identified in the technical specifications. Removal and replacement of roofs at various school campuses and buildings.

The successful bidder must possess a valid and active Class C-39 contractor’s license at the time of bidding and throughout the duration of this Contract. The undersigned Bidder hereby certifies that it will perform, with its own organization and with workers under its own direct supervision and control, work amounting to not less than forty percent (40%) of the total original Contract Price.

The location description by sites follow: Lindbergh Elementary - 2-Story Building, Mark Twain Elementary - “J” Building, Roosevelt Elementary - 2 Story and Administration Buildings, Will Rogers Elementary - Administration, D & E Buildings, Vista High School - 2 Story Building.

The contract time is anticipated to be 53 (Fifty-Three) consecutive calendar days. There will be one contractor awarded for this project.

There will be a Mandatory Pre-Bid Site Walk on Friday, April 10, 2026 at 10:00 a.m. in front of the Vista High School main entrance located at 11300 Wright Rd., Lynwood CA 90262 (the four additional schools will follow). Any Bidder bidding on the Project who fails to attend the mandatory Pre-Bid site walk, for all five (5) sites will be deemed a non-responsive Bidder and will have its Bid returned unopened.

This Project is being let in accordance with the Uniform Public Construction Cost Accounting Act (“UPCCAA”) (specifically, the formal Bidding procedures in Section 22032(c)).

As part of the bidding process, the Work is subject to the Community Workforce Agreement (CWA) between the District and the Los Angeles/Orange Counties Building and Trades Council. All Bidders must submit a completed and signed CWA Letter of Assent with their Bid Proposal. Subcontractors must also submit the CWA Letter of Assent to perform any Work on this project.

Prequalification of Bidders

As a condition of bidding for this Project, and in accordance with California Public Contract Code section 20111.5, prospective bidders are required to submit online prequalification documents by registering with Quality Bidders. These documents will be the basis for determining which bidders are qualified to bid on this Project. Bids will not be accepted if a Contractor has not been prequalified. Prequalification is done online at https://www.qualitybidders.com.

Prequalification documents must be submitted by Tuesday, April 21, 2026 by 2:00 pm. Contractors will be notified by email of their prequalification rating within a reasonable period of time after submission of their prequalification documents, but not less than one day prior to the bid opening date.

No bidder may withdraw any bid for a period of ninety (90) calendar days after the date set for the opening of bids.

Each bidder’s bid must be accompanied by one of the following forms of bidder’s security: (1) cash; (2) a cashier’s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder’s bond executed by a California admitted surety as defined in Code of Civil Procedure section 995.120, made payable to the District in the form set forth in the Contract Documents. Such bidder’s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed Contract, if the same is awarded to such bidder, and will provide the required Performance and Payment Bonds, insurance certificates and any other required documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be forfeited.

The Contractor and all subcontractors shall comply with the requirements set forth in Division 2, Part 7, Chapter 1 of the Labor Code which are available from the Director of the State of CA Department of Industrial Relations.

A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in the Labor Code, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

The Contractor and all subcontractors shall furnish certified payroll records as required pursuant Labor Code section 1776. Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE).

Responses of the District to the notice of any errors or discrepancies herein, or clarifications will be issued by a written addendum posted on the district website Purchasing page under Active Bids & RFPs, BIDs Link. It is the responsibility of the Bidders to regularly check the aforementioned web page for current written BID modifications through an addendum prior to BID submittal.

It is each bidder’s sole responsibility to ensure its bid is timely delivered and received at the location designated as specified above. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened.

Inquiries shall be sent in writing by email to: Daniela Navarro, Sr. Buyer at; dnavarro@mylusd.org and Cc at; purchasingfinal@mylusd.org

No telephone or facsimile machine will be available to bidders on the District premises at any time

The Downey Patriot

4/2/26, 4/9/26

Jonathan Fox