SECTION 00010
NOTICE TO CONTRACTORS CALLING FOR BIDS
DISTRICT: OXNARD SCHOOL DISTRICT
PROJECT IDENTIFICATION: DISTRICT OFFICE ENHANCEMENT PROJECT
PROJECT NO: #25-02
BIDS DUE BY: Monday, December 8, 2025 @ 2:00pm
SUBMIT BIDS TO: Oxnard School District
Attn: Melissa Reyes, Director, Purchasing
1051 South A Street
Oxnard, CA 93030
(805)385-1501, x2414
BID AND CONTRACT DOCUMENTS AVAILABLE: www.oxnardsd.org
MANDATORY PRE-BID JOB WALK LOCATION: Oxnard School District, 1051 South A Street, Oxnard, CA 93030
JOB WALK DATE/TIME: Friday, November 21, 2025 @ 10:00am
• NOTICE IS HEREBY GIVEN that Oxnard School District, acting by and through its Board of Trustees, hereinafter the “District” will receive up to, but not later than the above-stated date and time, sealed Bid Proposals for the Contract for the Work generally described as: Bid #25-02 DISTRICT OFFICE ENHANCEMENT PROJECT. CONSTRUCTION SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING MAIN ITEMS OF WORK:
The scope of work shall include, but not be limited to, the following:
• Exterior Wall Systems:
o Remove all existing exterior wood siding in its entirety.
o Install new prefinished metal panel cladding system, complete with all necessary trim, flashings, fasteners, and weather barriers as specified in the contract documents.
• Concrete Surfaces:
o Prepare and repaint all existing exposed concrete wall surfaces as indicated on the drawings, including cleaning, surface repair, priming, and application of specified coating system.
• Fencing:
o Remove existing wood and chain-link fencing, including posts and footings.
o Furnish and install new tube steel fencing complete with posts, caps, base plates, anchors, and protective coatings as detailed.
• Site Work – Parking Areas:
o Perform crack filling of existing asphalt pavement and apply slurry seal coat to all designated parking areas in accordance with project specifications.
The contractor shall provide a 1-year warranty to start upon date of invoice.
NOTE: Any damage caused by the Contractor, or his contractors is to be made good at the Contractor’s expense.
1.01 Submittal of Bid Proposals. All Bid Proposals shall be submitted on forms furnished by the District. Bid Proposals must conform with, and be responsive to, the Bid and Contract Documents, copies of which may be obtained from the District as set forth above. Only Bid Proposals submitted to the District prior to the date and time set forth above for the public opening and reading of Bid Proposals shall be considered.
Pursuant to Labor Code §1771.1, commencing on March 1, 2015, all contractors or subcontractors listed on any Bid Proposal submitted to the District must be previously registered with the Department of Industrial Relations pursuant to Labor Code §1725.5.
This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
1.02 Bid and Contract Documents. Bid and Contract documents will be available on or before Sunday, November 9, 2025, and available ONLY from www.oxnardsd.org.
1.03 Bid Proposal. Each Bid Proposal shall consist of:
A. Bid Proposal
B. Bid Security
C. PWC-100 OSD Contractors Data Form-DIR Registration
D. List of Subcontractors
E. Non-Collusion Affidavit
F. Statement of Bidder’s Qualifications
G. Confirmation of Attendance at Mandatory Job Walk
H. DVBE
All information or responses of a Bidder in its Bid Proposal and other documents accompanying the Bid Proposal shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder may be grounds for the District to reject such Bidder’s Bid Proposal for non-responsiveness.
1.04 Job-Walk. The District may conduct more than one MANDATORY PRE-BID JOB WALK for the Work. The initial Pre-Bid Job Walk is to be held at the location, date and time stated above. Failure to attend will render the Bid Proposal of such bidder to be non-responsive.
1.05 Prevailing Wage Rates; Employment of Apprentices and Labor Compliance Program. The Project is subject to the provisions of Labor Code §§1720 et seq. and regulations set forth in Title 8 §§16000 et seq. of the California Code of Regulations which govern the payment of prevailing wages on public works projects. All bidders shall be governed by and required to comply with these statutes and regulations in connection with the Project. Pursuant to Labor Code §1771, the Contractor receiving award of the Contract and Subcontractors of any tier shall pay not less than the prevailing wage rates to all workers employed in the execution of the Contract. Bidders shall comply with applicable statutes and regulations, including but not limited to Labor Code §1771, 1775, 1777.5, 1813 and 1815.
Pursuant to Labor Code §1773, the Director of the Department of Industrial Relations has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Pursuant to Labor Code §1773.2, copies of these determinations, entitled “PREVAILING WAGE SCALE”, are maintained at the District’s offices located at 1051 South A Street, Oxnard, CA 93030 and are available to any interested party upon request. Copies of rate schedules are also available on the Internet at http://www.dir.ca.gov/DIR/S&R/statistics_research.html. The Contractor awarded the Contract for the Work shall post a copy of all applicable job site notices, including prevailing wage rates, for the Work at conspicuous locations at the Site of the Work.
In addition, to the extent applicable, the Contractor shall furnish the records specified in Labor Code §1776 directly to the Labor Commissioner, in a format prescribed by the Labor Commissioner.
Bidders are directed to Article 4.21 of Section 00700 (General Conditions) and to Section 00900 (Labor Compliance Program Manual and Forms) for detailed requirements concerning payment of prevailing wage rates, payroll records, hours of work, employment of apprentices, and the District’s LCP requirements and enforcement procedures.
1.06 Contractors License Classification. In accordance with the provisions of California Public Contract Code §3300, the District requires that Bidders possess the following classification(s) of California Contractors License at the time that the Contract for the Work is awarded: Class B
1.07 Contract Time.
A. Final Completion of the Work. The Work shall be commenced on the date stated in the initial Notice to Proceed issued by the District to the Contractor and shall be completed within one hundred (100) consecutive calendar days from the date stated in the initial Notice to Proceed. See General Conditions, Article 7.
B. Project Starting Date Completion Date
District Office January 12, 2026 April 22, 2026
TOTAL CONTRACT PERIOD:
Construction January 12, 2026 April 15, 2026
Closeout/Punch List items April 16, 2026 April 22, 2026
1.08 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). Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District.
1.09 No Withdrawal of Bid Proposals. No Bidder shall withdraw its Bid Proposal for a period of sixty (60) days after the award of the Contract by the District’s Board of Trustees. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.
1.10 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. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have thirty (30) 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. The failure of the Bidder to make such written request to the District within said thirty (30) day period shall be deemed a waiver of the Bidder’s rights under California Public Contract Code §22300.
1.11 Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive, in accordance with any applicable laws, any irregularities or informalities in any Bid Proposal or in the bidding.
1.12 Award of Contract. Contract, if awarded, will be by action of the District’s Board of Trustees to the responsible Bidder submitting the lowest responsive bid in its Bid Proposal.
If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with this Notice and the Instruction for Bidders.
Commencing on April 1, 2015, the District shall not award a contract to any contractor or subcontractor that is not registered with the Department of Industrial Relations pursuant to Labor Code §1725.5. Failure to provide adequate evidence of valid current registration constitutes grounds for rejection of the Bid Proposal as non-responsive, except as provided in Labor Code §1771.1(b).
1.13 Inquiries and Clarifications. This document is for informational purposes and shall not relieve the Bidder of the requirements to fully familiarize himself/herself with all the factors affecting the Project and his Bid. The District shall cease issuing any addenda no later than 72 hours before the time of the bid opening. The last RFI to be received by the District shall be 5:00pm, Wednesday, November 26, 2025. Verbal communication by either party with regard to this matter is invalid. Inquiries shall be sent to: The District’s Project Manager, Marcos Lopez – Senior Manager, Maintenance & Operations M6lopez@oxnardsd.org Emails shall use “District Office Enhancement Project RFI” in the subject line.
1.14 Alternate Bid Items. The selection of Bid Alternates for determination of the lowest Bid Proposal will be based upon the Base Bid Proposal alone or a combination of the Base Bid Proposal and one or more Bid Alternates as selected by the District in accordance with the following “blind bidding” procedures. After opening timely submitted Bid Proposals and before the public reading of the Bid Proposals, District staff who will not be engaged in the selection of Bid Alternates (“Clerical Staff”) will assign each Bidder an alphabetical letter for identification purposes. The Clerical Staff will mask all portions of the Bid Proposal and other documents submitted with Bid Proposals so that the identity of each Bidder and each listed subcontractor is not revealed. The Clerical Staff will maintain a list (“Bidders List”) which identifies each Bidder’s name and a corresponding alphabetical letter assigned to each Bidder. After completing the Bidders List, the Clerical Staff will publicly read the Bid Proposal amounts of each Bidder for the Base Bid as well as each Bid Alternate. In this public reading, Bidders will not be identified by name, only by alphabetical letter assigned to each Bidder. After the public reading of Bid Proposals, the Clerical Staff will provide the Project Manager, Architect and District staff responsible for selection of Bid Alternates (“Review Team”) copies of the Bid Proposals with the identities of Bidders and listed subcontractors masked. Bid Proposals reviewed by the Review Team will identify Bidders only by alphabetical letters. At such time as the Review Team has completed its review of the Bid Proposals, has selected Bid Alternates and has determined which Bidder (by the alphabetical letter designation assigned by Clerical Staff) has submitted the lowest Bid Proposal based upon the Base Bid and any combination of the Bid Alternates as determined by the Review Team, the Clerical Staff will make available to the Review Team the Bidders List so that the identity of the Bidder to be awarded the Contract can be identified. Until such time as the Review Team has completed review of Bid Proposals and determination of which Bidder has submitted the lowest responsive Bid Proposal, there will be no communication between members of the Clerical Staff and members of the Review Team regarding the identities of Bidders or listed subcontractors or any disclosure of any portion of the Bidders List.
1.15 Disabled Veteran Business Enterprise Participation Goals. The District has established a participation goal of three percent (3%) for Disabled Veteran Business Enterprises (“DVBE”) of the Work of the Contract. The District’s forms of DVBE Participation Program Policy and Report are included in the Contract Documents.
VCS-11822912; November 9 & 16, 2025