Bids are invited for relocating classroom buildings at Parkview Middle School.
Official courthouse record · Indexed in NoticeRegistry archive · AI-enriched for research
- Published
- Category
- Bid Notice
- City
- Armona
Research context
What to do next
- 1
Attend Pre-Bid Conference
Join the pre-bid conference on May 14, 2026, to gather essential project information.
- 2
Submit Your Bid
Prepare and submit your sealed bid by June 2, 2026, before 3:00 PM PST.
- 3
Contact for Questions
Reach out to Jose Delgadillo at jose@mangini.us for any inquiries regarding the project.
Frequently asked questions
- What is the deadline for bid submission?
- Bids must be submitted by June 2, 2026, before 3:00 PM PST.
- Where is the pre-bid conference held?
- The pre-bid conference is at Parkview Middle School on May 14, 2026, at 10:00 AM.
- How can I obtain contract documents?
- Contract documents can be obtained from Mangini Associates Inc. or various builders exchanges.
The suggestions and answers above are AI-generated for general information only. They can be wrong, and we don't take responsibility for their accuracy. Talk to a qualified professional before acting on them.
Full Notice Text
SECTION 00 1110 - INVITATION TO BID 1. NOTICE TO CONTRACTORS: The Armona Union Elementary Unified School District , acting by and through its Governing Board, hereinafter referred to as the Owner, will receive sealed bids for the award of contracts for the construction of the Relocation of (N) Relocatable Classroom Buildings at Parkview Middle School, 11075 C St., Armona CA 93202 . 2. SUBMITTAL OF BIDS: .1 Sealed Bids: Sealed envelopes containing bids with subcontractor’s list and other required attachments will be accepted by Armona Union Elementary Unified School District at its offices located at 11115 C St., Armona, California 93202 on June 2, 2026 before 3:00:00 pm PST on the clock designated by the Owner or its representative as the bid clock. .2 Completed DIR Information: Within 24 hours of the opening of the bids, the apparent low bidder shall submit completed DIR information on the Subcontractor List to the Armona Union Elementary Unified School District at its offices located at 11115 C St., Armona, California 93202. .3 DVBE Information: Within 24 hours of the opening of the bids, the apparent low bidder shall submit the Prime Bidder Good Faith Effort Worksheet and Prime Bidder Certification of Disabled Veteran Business Enterprise Participation forms to the Armona Union Elementary Unified School District at its offices located at District office located at 11115 C St., Armona, California 93202. 3. OPENING OF BIDS: Bids will be opened and read aloud after 3:00:00 pm PST, June 2, 2026. 4. MANDATORY PRE-BID CONFERENCE: A pre-bid conference has been scheduled for May 14, 2026 , at 10:00 am , at the project site, Parkview Middle School, 11075 C St., Armona CA 93202, and will include the opportunity to inspect the site and may include dissemination of additional information in response to questions or otherwise. All bidders will be deemed to have notice of all conditions and information which bidders could have obtained by attending the pre-bid conference, including but not limited to any conditions in, at, and about the site, the building or buildings, if any, and any work that may have been done thereon. Bids will not be accepted from bidders who did not attend the pre-bid conference. 5. DESCRIPTION OF WORK: The Work includes new site work preparations for the relocation of 2 new relocatable classroom buildings on concrete stem-wall foundations and on-site development including site plumbing, site electrical power and toilet room upgrade at existing building and associated improvements. 6. BASIS FOR BIDS: Bids shall be on a lump sum basis. 7. TIME OF COMPLETION: The Work shall be completed within 90 calendar days from the date of the Owner's Notice to Proceed. 8. EXAMINATION AND PROCUREMENT OF CONTRACT DOCUMENTS: Contract Documents have been prepared by Mangini Associates Inc. Documents may be examined and obtained at the Architect's office, 4320 West Mineral King Avenue, Visalia, CA 93291, (559) 627-0530, Monday through Thursday between 8 am and 5 pm and Friday between 8 am and 12 pm or at Dodge Data & Analytics, ConstructConnect, Tulare-Kings County Builders Exchange (Visalia), the Central California Builders Exchange (Fresno), Kern County Builders Exchange (Bakersfield), Builders Exchange of Stockton. The architect’s contact for questions or RFI’s is Jose Delgadillo at jose@mangini.us. Digital plan sets are available in .pdf format by contacting Bridgette Young at bridgette@mangini.us. Only bonafide general contract bidders may secure hard copies of the proposed Contract Documents from the Architect on the following basis:.1 Limited to 2 sets of specifications and drawings, upon payment of $220.00 deposit per set payable to Mangini Associates Inc., completely refundable if sets are returned to the Architect in good condition within 7 calendar days after bid opening..2A non-refundable charge of $20.00 , made by separate check, will be required for all sets requiring shipping and handling..3Additional complete sets may be purchased from the Architect at the price of 1.15 times the Architect's cost of reproduction and delivery..4 Specifications and drawings will also be issued to various Builders Exchanges for subcontractors' use or subcontractors may purchase complete sets from the Architect at the price of 1.15 times the Architect's cost of reproduction and delivery. Purchased sets are non-refundable..5No partial sets or individual sheets will be issued or sold..6Only plan holders and the listed exchanges will be notified of Addenda. 9. SUBSTITUTIONS: Pursuant to California Public Contract Code Section 3400, contractors and material suppliers shall submit requests to the Architect, not less than 10 days prior to bid (if material is to be included on final addendum), all data substantiating a request for substitution of materials. In order to be considered, substitutions of materials or equipment must comply with the requirements of specification Section 01 2500, including providing comparative data and samples. 10. BID SECURITY: Submit bid security with proposal, made payable to Owner, in amount of 10% of the Bid, in the form of certified check, bid bond, cashier's check or cash. Bid security will be retained until Agreement is signed and required bonds furnished. If any bidder refuses to sign the Agreement Form within 7 days after Award, the Owner will retain his bid security as liquidated damages. To enable compliance with California Code of Civil Procedure Section 995.311, each contractor shall provide, prior to Contract Award, a print-out of information from the Department of Insurance website http://www.insurance.ca.gov/ confirming the surety is an admitted surety insurer. 11. QUALIFICATION OF BIDDER: The Owner will not consider or accept any bids from contractors or subcontractors who are not licensed to do business in the State of California, in accordance with the California Public Contract Code of the State of California, providing for the licensing of contractors. In accordance with Section 3300 of said Code, the Contractor shall have a Class B license and shall maintain that license in good standing through Project completion and all applicable warranty periods. 12. AWARD: The Owner reserves the right to reject any and all bids and/or waive any informality in any bid received and/or determine in its discretion the responsibility of any bidder, and which bid is most advantageous to the Owner. Unless otherwise required by law, no bidder may withdraw his bid for a period of 60 days after the date set for the opening thereof, or any authorized postponement thereof. The Owner reserves the right to take more than 60 days to make a decision regarding the rejection of bids or the award of the Contract. 13. PREVAILING WAGES: The Project is a public work and under California Labor Code Section 1770 et seq., the Director of the California Department of Industrial Relations (“DIR”) has determined 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 worker needed to execute this Contract. Copies of the rates are on file at the Owner's principal office. It shall be mandatory upon the Contractor and on any subcontractor to pay not less than the said specified rates to all workers employed in the execution of this Agreement. 14. DIR REGISTRATION: The Owner will not accept any bid or enter into any contract without proof of the bidder’s current registration to perform public work under Labor Code Section 1725.5. Bidders shall not accept any subbid or enter into any subcontract without proof of the subcontractor’s current registration to perform public work under Labor Code Section 1725.5. 15. LABOR COMPLIANCE: Contractor and all subcontractors shall comply with Labor Code Section 1776. In accordance with Labor Code section 1771.4(a)(1), the Project is subject to compliance monitoring and enforcement by the DIR. The Contractor and each subcontractor shall furnish a certified copy of all payroll records directly to the Labor Commissioner on a monthly basis, unless directed by the Owner to furnish such records more often, and in the format prescribed by the Labor Commissioner. 16. RETENTION FUND: The successful bidder will be allowed to substitute securities or establish an escrow in lieu of retainage, pursuant to Public Contract Code Section 22300, and as described in the Agreement Between Owner and Contractor and General Conditions. 17.REQUIRED CERTIFICATIONS: Bids must be accompanied by the following forms, fully executed by each Bidder:.1Non-Collusion Affidavit.2Contractor’s Certificate Regarding Workers Compensation.3Fingerprinting Notice and Acknowledgment.4Sufficient Funds Declaration.5Acknowledgment regarding Drug Free Workplace.6Acknowledgment regarding Alcoholic Beverage and Tobacco-Free Campus Policy.7Acknowledgment regarding No Contracting with Sanctioned Entities.8Prime Bidder Good Faith Effort Worksheet and Prime Bidder Certification of Disabled Veteran Business Enterprise Participation. 18. DSA OVERSIGHT PROCESS: The Contractor shall comply with the applicable requirements of the Division of State Architect (“DSA”) Construction Oversight Process (“DSA Oversight Process”), including but not limited to (a) notifying the Project Inspector upon commencement and completion of each aspect of the work as required under DSA Form 156; (b) coordinating the Work with the Project Inspector’s inspection duties and requirements; (c) submitting verified reports under DSA Form 6-C; and (d) coordinating with the Owner, Owner’s Architect, any Construction Manager, any laboratories, and the Project Inspector to meet the DSA Oversight Process requirements without delay or added costs to the Project. 19. DVBE REQUIREMENTS: The Owner will require the successful Bidder to achieve the minimum goal of 3% DVBE (Disabled Veteran Business Enterprises) established in the bidding documents or to provide acceptable evidence of good faith efforts to do so. 20. PRE-QUALIFIED BIDDER LIST: Pursuant to Public Contract Code Section 20111.6, subsections (b) through (m), all general contractors and mechanical, electrical and plumbing subcontractors in license classifications A, B, C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C- 42, C- 43 and C- 46 who intend to bid on the project must be pre-qualified. No bid will be accepted for such projects from subcontractors in the listed license categories that are not on the Owner’s Qualified Bidder List. Prequalification application packages are available on the District’s website or at the Owner’s main office. Prequalification applications must be submitted to the Owner by 5:00pm, May 15, 2026. The Owner will publish a list of qualified bidders on or before May 22, 2026. DatesMay 6, 2026BY ORDER OF THE BOARD OF TRUSTEES OFAdvertised:May 13, 2026Armona Union Elementary Unified SchoolDISTRICT Ruby Johnson, Clerk of the BoardEND OF SECTION 00 1110Publish: May 6, 13, 2026 Ad# 589343