GOVERNMENT
LYNWOOD UNIFIED SCHOOL DISTRICT
NOTICE INVITING FORMAL BIDS
Notice is hereby given that the Governing Board of the Lynwood Unified School District will receive sealed bids up to, but no later than 10:00 AM, Wednesday, May 14, 2025 and will then publicly open and read aloud at Lynwood Unified School District, 11321 Bullis Road, Lynwood, CA 90262 bids for the following project:
Bid# 01NUTRITION25: Walk -In Freezer and Refrigerator Replacement Project
Centralized Nutrition Warehouse (Site)
All bids shall be made and presented only on the forms presented by the District. Any bids received after the time specified above will be deemed non-responsive and will not be accepted and shall be
destroyed unopened.
A Mandatory Pre-Bid/Survey Meeting will be conducted on Wednesday, April 30, 2025, at 9:30 a.m. at the Centralized Nutrition Warehouse located at:11300 Wright Road, Lynwood, CA 90262 Bids will not be accepted if a Contractor does not attend the required Pre-Bid meeting. Any Contractor bidding on the Project who fails to arrive and sign in at the Mandatory Pre-Bid Meeting by 9:30 a.m. and attend the Pre-Bid Meeting in its entirety, will be deemed a non-responsive bidder and will have its bid destroyed unopened.
Prequalification is required for this project. 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 to the District a completed set of prequalification documents using our third-party partner “Quality Bidders” online prequalification platform.
Bids will not be accepted if a Bidder has not been prequalified. Prequalification documents are available on website https://www.qualitybidders.com/pages/how_it_works
Prequalification documents must be submitted by Wednesday, May 7th, 2025 at 10:00 am. [not less than five days prior to Bid opening date]. Contractor shall possess at the time of bid and throughout the duration of this Contract, the following classification(s) of Contractor’s California State license: Class B License.
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.
The Contract Time is Fifty - One (51) consecutive calendar days.
This Project is being let in accordance with the formal bid requirements of the California Uniform Public Construction Cost Accounting Act (“CUPCCAA”) set forth in Public Contract Code section 22000 et seq. (specifically, the formal bidding procedures in Section 22032(c)). Bidders shall comply with any requirements set forth in the CUPCCAA including all guidelines and requirements in the current California Uniform Public Construction Cost Accounting Commission Cost Accounting Policies and Procedures Manual.
CONTRACTOR should consult the General Conditions, Supplementary Conditions, and General Requirements regarding Milestones and Liquidated Damages.
Miscellaneous Information
Bids shall be received in the place identified above and shall be opened and publicly read aloud at the above- stated time and place.
The bid documents are available on the district link: htttps://www.mylusd.org/apps/pages/bids-and-rfps.
Each bidder shall be a licensed contractor pursuant to the California Business and Professions Code and be licensed to perform the work called for in the Contract Documents. The successful bidder must possess a valid and active Class B License at the time of bid and throughout the duration of this Contract. The Contractor’s California State License number shall be clearly stated on the bidder’s proposal.
Subcontractors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the Contract Documents.
Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions.
The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding.
Each bidder shall submit with its bid, on the form furnished with the Contract Documents, a list of the designated subcontractors on this Project as required by the Subletting and Subcontracting Fair Practices Act, California Public Contract Code section 4100 et seq.
In accordance with California Public Contract Code section 22300, Bidder security will be withheld by the District to ensure performance under the Contract. Each bidder’s bid must be accompanied by the following f bidder’s security: (1) 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. The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the Contract. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code section 1720 et seq., it shall be mandatory upon the Contractor to whom the Contract is awarded, and upon any subcontractor under such Contractor, to pay not less than the said specified rates to all workers employed by them in the execution of the Contract.
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.
The Contractor and all subcontractors shall furnish certified payroll records as required pursuant Labor Code section 1776 directly to the Labor Commissioner in accordance with Labor Code section 1771.4 on at least on a monthly basis (or more frequently if required by the District or the Labor Commissioner) and in a format prescribed by the Labor Commissioner. Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE).
No bidder may withdraw any bid for a period of ninety (90) calendar days after the date set for the opening of bids.
Separate payment and performance bonds, each in an amount equal to 100% of the total Contract amount, are required, and shall be provided to the District prior to execution of the Contract and shall be in the form set forth in the Contract Documents.
All bonds (Bid, Performance, and Payment) must be issued by a California admitted surety as defined in California Code of Civil Procedure section 995.120.
Where applicable, bidders must meet the requirements set forth in Public Contract Code section 10115 et seq., Military and Veterans Code section 999 et seq. and California Code of Regulations, Title 2, Section 1896.60 et seq. regarding Disabled Veteran Business Enterprise (“DVBE”) Programs. Forms are included in this Bid Package.
Any request for substitutions pursuant to Public Contract Code section 3400 must be made at the time of Bid on the Substitution Request Form set forth in the Contract Documents and included with the bid.
Inquiries shall be sent in writing by email to: Porfiria Mora, Buyer, at pmora@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.
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 destroyed unopened.
Governing Board of the Lynwood Unified School District
By: Ricardo Harris
Director of Purchasing & Contracts
The Downey Patriot
4/17/25, 4/24/25