DESERT CENTER UNIFIED SCHOOL DISTRICT
INVITATION FOR BID
EAGLE MOUNTAIN SCHOOL
CALSHAPE HVAC REPLACEMENT/REPAIR GRANT PROJECT
B1D#01-25/26
DR. GREG SACKOS, Ed.D — DISTRICT SUPERINTENDENT/PRINCIPAL
RETURN BIDS TO:
By Mail:
SUBMIT BIDS TO:
DISTRICT SUPERINTENDENT
ADMISTRATIVE OFFICE
EAGLE MOUNTAIN SCHOOL
1434 KAISER ROAD, DESERT CENTER, CA 92239-0006
HAND CARRIED TO:
DISTRICT SUPERINTENDENT
ADMISTRATIVE OFFICE
EAGLE MOUNTAIN SCHOOL
1434 KAISER ROAD, DESERT CENTER, CA 92239-0006
Issue Date:
Mandatory Job Walk Date and Time: March 11, 2026
Wednesday, March 18, 2026 at 10:00 am and
Wednesday, March 25, 2026 at 10:00 am
*Note: Contractor must attend one of the two job walks to qualify to bid.
BID#01-25/26
Job Walk Location: Eagle Mountain School
1424 Kaiser Road
Desert Center, CA 92239
Request for Information Due: March 20, 2026, at 2:00 p.m.
Request for Substitution Due: March 18, 2026, at 2:00 p.m.
Bid Closing Date and Time: April 2, 2026, at 2:00 p.m. Bid Opening Date and Time: April 2, 2026, at 2:30 p.m.
Pursuant to section 22300 of the Public Contract Code of the State of California, the contract will contain
provisions permitting the successful CONTRACTOR to substitute securities for any money withheld by
DISTRICT to ensure performance under the contract.
DESERT CENTER UNIFIED SCHOOL DISTRICT
NOTICE INVITING BIDS
The Desert Center Unified School District, herein referred to as "DISTRICT" will receive sealed bids for the Ca1SHAPE HVAC Replacement/Repair Grant Project, Bid #01-25-26, herein referred to as "Project." This Project must be completed within 103 calendar days, herein referred to as "Contract Time," as provided in the Bid and Contract Documents, herein referred to as "Bid Documents." Prospective Bidders, herein referred to as "Contractor," must review the Bid Documents for more complete information regarding this Project and submission of bids.
To Obtain Bid Documents: All Project documents including, but not limited to the following: bid documents, specifications, plan holders list, mandatory job walk sign-in sheet, any addenda issued, and the abstract may be viewed online by through A&I Reprographics, a Crisp Company. Plans are available for purchase in the non-refundable amount of $275.00
Bid documents are available from A&I Reprographics by creating an account and logging on to: www.aandiplanroom.com or by email: bid@aandirepro.com. There is a non-refundable fee for obtaining a printed set. Digital download is offered at no charge. Any changes via addenda will be available on the A&I Reprographics site at www.aandiplanroom.com
Please email: bici(I)Laandirepro.coni or call (909) 390-4839 if this link is not functioning correctly.
Construction Estimate: The construction estimate for this project is $303,144.00.
Payment of Prevailing Wage Rates: Pursuant to California Labor Code section 1720 et seq. CONTRACTOR and Subcontractors are required to pay prevailing wage.
Job Walk: A mandatory Pre-Bid Job Walk will be held on Wednesday, March 18, 2026 and/or Wednesday, March 25, 2026 at 10:00 am at Eagle Mountain School, 1434 Kaiser Road, Desert Center, CA 92239. CONTRACTORS are required to attend the entire job walk. Any CONTRACTOR who fails to attend will be subject to disqualification. Any CONTRACTOR who arrives late will not be admitted. CONTRACTORS shall not visit this Project site outside of the job walk without making arrangements with Dr. Gregory J. Bowers, District Consultant as the Project Manager, with the DISTRICT. Contact information: (951) 240-0372 or gregoryjbowersconsultant@gmail.com
Submitting Sealed Bids: All Bids must be addressed, sealed in an envelope, and received by SUPERINTENDENT no later than 2:00 p.m. on Thursday, April 2, 2026.
Pre-Bid Request for Information: Questions and/or Requests for Information (RFI) concerning this Project must be made in writing and be sent via email Dr. Gregory J. Bowers at gregoryjbowersconsultant@gmail.com. The email subject line must state: "Pre-Bid RFI for Eagle Mountain School CaISHAPE HVAC Replacement/Repair Grant Project." The deadline for submitting all Pre-Bid RFI's shall be on March 20, 2026, at 2:00 p.m. The response to all questions and requests for information received, shall be via Addendum which shall be available at the following link: www.aandiplanroom.com or by email at bid@aandirepro.com
Bid Opening: Bids will be publicly opened at 2:30 p.m. on April 2, 2026.
License Classification: Pursuant to the Business and Professions Code § 7028.15 and Public Contract Code § 3300, CONTRACTOR shall possess the California contractor's license(s) classification B-General Building Contractor and/or C-20. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Failure to have the specified license or licenses shall render the bid non — responsive and shall act as a bar to the award of the contract to any contractor not possessing the specified license at the time of bid. This section in no way relieves CONTRACTOR from fulfillment of any legal requirement or licensing necessary for performance of their work.
INSTRUCTIONS AND CONDITIONS
1. DEFINITIONS: Terms used herein.
A. "IFB" refers to Invitation for Bids
B. "DISTRICT' refers to the Desert Center Unified School District.
C. "CONTRACTOR" refers to Bidder, successful CONTRACTOR, or primary CONTRACTOR.
a. If an architect is not used on the project, then every reference to architect refers to the DISTRICT.
2. COMMUNICATION: All questions and correspondence regarding this Project must be directed to Dr. Gregory J. Bowers, District Consultant as the Project Manager at (951) 240-0372 or via email to gregoryjbowers@gmail.com
3. MANDATORY JOB WALK: A job walk and site inspection will be held on date and time indicated below. Questions or clarifications regarding this bid and project will be addressed at the job walk. Attendance is MANDATORY and CONTRACTORS that arrive late will not be admitted.
Date: Wednesday, March 18, 2026 at 10:00 am and/or Wednesday, March 25, 2026 at 10:00 am
Project Location: Eagle Mountain School located at 1434 E. Kaiser Road, Desert Center, CA 92339
4. PREPARATION OF BIDS: Prior to submitting a bid each CONTRACTOR is responsible for examination of site conditions, specification, schedule, and all bid documents. Failure to complete or comply to bid instructions may result in bid being rejected as "Non-Responsive".
5. DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) NOTICE REQUIREMENTS:
A. No contractor or subcontractor may be listed on a bid proposal for public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [With limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1 (a)].
B. No contractor or subcontractor may be awarded a contract for public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.
C. CONTRACTOR must post job site notices prescribed by California Code of Regulations,
Chapter 8, §16451(d) for the notice that is required for projects monitored by CMU.
6. SUBMITTAL OF ELECTRONIC CERTIFIED PAYROLL RECORDS: Each CONTRACTOR and subcontractor shall keep an accurate payroll record showing the name, address, social security number, work week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him in connection with the public work.
A. ALL CERTIFIED PAYROLL RECORDS SHALL BE SUBMITTED AS FOLLOWS TO: 1. The Division of Labor Standards Enforcement (aka Labor Commission).
B. Submittal of electronic Certified Payroll Records to the Division of Labor Standards Enforcement
applies to all public works that are subject to the prevailing wage requirements of the Labor Code, without regard to funding source. Current wage determinations can be found at https://www.dir.ca.gov/OPRL/DPreWageDetermination.htm
7. SUBMITTAL OF SIGNED DOCUMENTS: The following documents must be signed and submitted with the bid:
Document Number and Title
Document Number 1:Solicitation, Offer, and Award
Document Number 2:Non-Collusion Declaration
Document Number 3:Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters
Document Number 4: List of Proposed Subcontractors
Document Number 5: CARB Compliance Certification
Document Number 6: Bid Bond
Document Number 7: Schedule and Statement of Work
The Following document must be signed and submitted by March 18, 2026, at 2:00 p.m, if requesting a substitution
Document Number 8: Request for Substitution
8. COST OF PREPARATION OF IFB: Cost for developing responses to this IFB is entirely the responsibility of CONTRACTOR and shall not be charged to DISTRICT.
9. EXPLANATION TO CONTRACTORS: If a CONTRACTOR requests clarification or explanation regarding provisions of this IFS, CONTRACTOR must make a written request. Response will be at the discretion of DISTRICT'S Representative if there is reasonable time to respond to CONTRACTOR'S request prior to the bid closing date. Written requests are to be sent to Dr. Gregory J. Bowers, District Consultant, at gregoryjbowersconsultant@gmail.com
10. ADDENDA: Contractors are advised that DISTRICT reserves the right to amend the requirements of this IFB prior to the date set for opening bids. Such revisions will be done formally by published addenda. If in the judgement of DISTRICT, the change is of such nature that additional time is required for CONTRACTORS to prepare their bids, the DISTRICT will change the date of the bid opening and notify all CONTRACTORS in writing of the new date.
A. CONTRACTORS must acknowledge receipt of addenda to an IFB. This may be done by the following means.
(1) By acknowledging receipt of addendum on Document Number I, Solicitation, Offer, and Award.