NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the Anaheim Elementary School District (“District”) is seeking sealed bids from qualified general contractors for work on the following public-works construction project, as described in more detail in the other Bid Documents (“Project”): Bid No. 2026-02-FAC-GC Loara MPR consisting of: The work under this bid includes construction of a new, approximately 18,330 square-foot, single-story Multi-Purpose Room (MPR) building located on the existing Loara Elementary School campus. The new facility includes: · MPR with platform · Two (2) classrooms · Kitchen and serving area · Restrooms · Utility and support rooms · Storage areas · Outdoor canopies The scope of work also includes, but is not limited to: · Associated site work · New parking areas · Required site utilities, fire alarm, electrical, and technology work CONTRACT TIME: 548 consecutive calendar days ESTIMATED CONSTRUCTION COST: $15,000,000 BONDING CAPACITY: Single bonding capacity must be 100% of the contract value PLACE FOR SUBMITTING BIDS: Bids must be submitted to the District at the following location (“Place for Submitting Bids”): District Purchasing Department , 1001 S. East Street, Building “B,” Anaheim, California 92805. Location for Receipt of Bids for the District’s Purchasing Department: Outside of Building B. Use any available parking space by small parking lot. District personnel will receive bids inside glass door under awning (this is also the entrance to the Board Room). Directional signage will be posted at the site. BID DEADLINE: Bids must be received at the Place for Submitting Bids not later than 2:00 p.m. on October 02, 2025 (“Bid Deadline”). BID DOCUMENTS: Bid documents for this Project will be available at no charge, on or after July 23, 2025, online with CRISP Imaging, 3180 Pullman Street, Costa Mesa, CA 92626, Phone: (866) 632-8329. To order Bid Documents from CRISP as a download visit: www.crispplanroom.com (https://www.crispplanroom.com/), then click on Planroom, then click on All Public Jobs, and search by typing Anaheim Elementary School District in the search bar. Or, call CRISP and request for orders desk. Downloads are available at no charge. Hardcopy/paper or CD cost will be available with Project information. The costs for all Bid Documents are non-refundable. Any mailing costs are direct with reprographic company. General bid information and how to access Bid Documents for this the Project on CRISP’s website will also be posted on the District’s website at: https://anaheimelementary.org/administrative-services/purchasing/bid-opportunities/ REQUIRED BID SECURITY: Each bid must be submitted with bid security as described in the Instructions for Bidders. CONTRACTOR LICENSE: The class or classes of California contractor licenses required to bid on and perform the Work are: a valid and active Class B License at the time of bid and throughout the duration of the Contract. CONTRACTOR AND MEP SUBCONTRACTOR PREQUALIFICATION: Prequalification pursuant to Public Contract Code Section 20111.6: X is required in connection with the Project; or ____ is not required in connection with the Project. If required, the Instructions for Bidders describes the prequalification requirement in more detail. Pursuant to Resolution No. 2022-23/18, adopted by the District’s Board of Education on October 12, 2022, the District requires that all public works projects that involve a projected expenditure of $1,000,000 or more, regardless of the source of funding, require each prospective bidder to be prequalified through Quality Bidders. Any bid submitted by a bidder who is not prequalified shall be non-responsive. Moreover, any bid listing subcontractors holding C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 or C-46 licenses, who have not been prequalified, shall be deemed nonresponsive and will not be considered. It is the responsibility of the bidder to ensure that all MEP subcontractors holding any of the licenses listed above are properly prequalified before submitting a bid. This prequalification requirement applies even if the subcontractor will perform, or is designated to perform, work that does not require one of the licenses listed above, but the subcontractor holds one of the licenses listed above. The District may require additional subcontractors beyond those enumerated in Public Contract Code sections 20111.5 or 20111.6 be prequalified for this Project. Any additional prequalification requirements will be set forth in the bid documents issued for this Project and/or an addendum issued in accordance with the bid documents. The District strongly recommends all bidders and all subcontractors (of all tiers) carefully review all prequalification requirements before submitting a bid. The District requires prequalification of bidders and contractors holding the above-mentioned licenses via Quality Bidders only. Approved prequalification status via Quality Bidders that are current and not expired at the date and time of bid are acceptable. The District’s prequalification package is available with Quality Bidders, website URL: https://www.qualitybidders.com . The deadline for submittal of prequalification documents to Quality Bidders for this Project is no later than August 13, 2025, 4:30 p.m. Prime Contractors and M/E/P Subcontractors will be notified by e-mail of their prequalification rating not less than twenty-six (26) business days prior to the bid opening date. A Master list of prequalified Prime Contractors and M/E/P Subcontractors will also be posted with the bid documents on CRISP’s website. It is and will be the bidders’ sole responsibility to stay updated and approved in the Quality Bidders system. The District has no responsibility to contact contractors to apply, renew or update information in the Quality Bidders system. Any questions or technical support inquiries in submitting the required documents may be directed to Quality Bidders at: Email: qbsupport@colbitech.com. PRE-BID CONFERENCE: The District will conduct a mandatory pre-bid conference and site visit on July 31, 2025, at 11:00 a.m. The conference initially will commence at the electronic marquee sign at Loara Elementary School, 1601 W Broadway, Anaheim, CA 9280. Attendance at the pre-bid conference and site visit is mandatory; any bidder that does not attend shall be deemed non-responsive. PRE-BID INQUIRIES: All pre-bid inquiries are due by 2:00 p.m. on September 12, 2025. Such inquiries must be submitted to Mr. James Youn, Supervisor of Construction Projects, Planning and Construction Department, and Gustavo Ibarra, Cumming Group, via e-mail only, at the e-mail address provided in this Notice. A Pre-Bid Request for Information Form is available in this bid package. District Contact for this Bid: Mr. James Youn, e-mail: syoun@aesd.org & Mr. Gustavo Ibarra, e-mail: gibarra@cumming-group.com. AWARD OF CONTRACT: The award of the Contract will be based on the following method of determining the lowest bid: The lowest bid shall be the lowest bid price on the base contract without consideration of the prices on the additive or deductive items. Note, however, that per Public Contract Code section 20103.8, the selection process selected does not preclude the District from using any of the additive or deductive alternates from the Contract after the lowest responsible responsive bidder has been determined. SUBSTITUTION OF SECURITIES AND BIDDER’S SECURITY: In accordance with California Public Contract Code section 22300, the District will permit the substitution of securities for any moneys withheld by the District to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the District, or with a state or federally chartered bank as the escrow agent, who shall then pay such moneys to the Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to the Contractor. 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 all other required documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be forfeited. 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. 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. LABOR LAW: The Project is a “public work” that is subject, among other provisions, to Labor Code Sections 1720 through 1861, inclusive. As described in the Instructions for Bidders, each contractor (including subcontractors) must be registered with the California Department of Industrial Relations (“DIR”) in accordance with Labor Code Section 1725.5, and bidders must provide evidence of registration for themselves and their subcontractors. Each worker on the Project must be paid not less than the applicable Prevailing Wages. A copy of the applicable rates of Prevailing Wages is on file and available for review at the Place for Submitting Bids, and a copy will be posted at the Project Site. The Project is subject to compliance monitoring and enforcement by the DIR. The successful bidder will be required to post all job-site notices required by DIR regulations and other applicable law. If so specified in the Special Provisions, the District will conduct a mandatory conference for the purpose of describing labor-law requirements. RETENTION: Substitution of securities in lieu of retention, pursuant to Public Contract Code Section 22300, will be permitted as provided in the General Provisions. DEFINED TERMS: Capitalized terms used, but not defined in this Notice Inviting Bids shall have the meanings ascribed to such terms in other of the Bid Documents. Laura Sosnowski Assistant Director Administrative Services Anaheim Elementary School District The Orange County RegisterPublished: 7/23, 7/30/25