For Primes & Gov't
For DBEs, VetBiz, etc.
100% US-based
Unidos MS Locker Rooms Modernization LLB
1
Napa Valley Unified School District
Napa, Napa County, CA
03/19/2026 at 12:00
FRC, Inc. is requesting subcontractor and suppliers' proposals for the following project:
Unidos MS Locker Rooms Modernization, LLB. This is a Lease-Leaseback project for Napa Valley Unified School District which consists of the following scope of work: Demo a portion of the wall separating the locker rooms and the hallway to allow both of the locker rooms to expand in size. Addition of a small work room and two single occupancy restrooms and the conversion of a restroom into a custodial room. The onsite construction duration is June 2026 to July 2026. FRC, Inc. is the awarded Lease-Leaseback General Contractor for this project. FRC Inc. will award the subcontract based on the "Best Value Subcontractor Selection" criteria permitted under Education Code §17406 and as authorized by the District's Governing Board.
ALL CORRESPONDENCE IS TO BE DIRECTED TO FRC, INC. Do not contact the owner or design team.
Bid Submissions: Interested subcontractors and suppliers must submit proposals on or before 12:00 PM, Thursday, March 19, 2026, via email at bids@frcinc.biz. In order for bids to be considered, they must be received by our office by email one hour prior to bid closing time. Each bidding subcontractor is responsible to ensure that the bid is received by FRC, Inc. Bid Documents will be available for review at the office of FRC, Inc. 9680 Old Redwood Hwy., Windsor, CA 95492 or email bids@frcinc.biz for access to bid documents. All bidders must review insurance and warranty requirements in the Bid Documents and include any additional cost in their cost proposals. Each bid shall be submitted per the Contract Documents and must conform and be fully responsive to this invitation, the plans and specifications and all other Contract Documents.
Requests for Information (RFI's): Requests for information for this project are due by 2:00 pm February 27, 2025. Submit all requests for information to Clark Kulack at bids@frcinc.biz.
Non-Mandatory Pre-Bid Site Visit: A non-mandatory pre-bid site visit is scheduled for February 25, 2026 at 2:30 PM. The address for the site visit is 1850 Salvador Avenue, Napa, CA. Meet in the front office and check in.
DIR Registration: This Project is a public works project as defined in Labor Code section 1720. All subcontractors (of any tier) bidding on this Project or performing any portion of the Work must comply with the Labor Code sections 1725.5 and 1771.1 and must be properly and currently registered with DIR and qualified to perform public works pursuant to Labor Code section 1725.5 throughout the duration of the Project. For more information and up to date requirements, contractors are recommended to periodically review the DIR's website at www.dir.ca.gov. Each Subcontractor license(s) must be active and in good standing at the time of the proposal and must remain so throughout the term of the Contract.
Prevailing Wage Requirements: The successful bidder shall comply with the provisions of the Labor Code pertaining to payment of the prevailing rate of wages and apprenticeships or other training programs. This project is subject to the requirements of Section 1770 et seq. of the California Labor Code requiring the payment of prevailing wages, the training of apprentices and compliance with other applicable requirements. Prevailing wage information may be obtained at http://www.dir.ca.gov. The schedule of per diem wages is based upon a working day of eight hours. The rate for holiday and overtime work shall be at least time and one half.
Skilled and Trained Workforce Requirements: All subcontractors of any tier must comply with the requirements set forth in Education Code section 17407.5, including providing an enforceable commitment that all subcontractors of any tier will use a "Skilled and Trained Workforce" as defined in Public Contract Code 2601(d). All Subcontractors are to carefully review all requirements set forth in California Public Contract Code section 2600, et seq. before bidding the project.
There is a DVBE (Disabled Veterans Business Enterprise) goal of 3%. Payment and Performance Bonds MAY be required. FRC, Inc will pay bond premiums up to 1.5%. Subcontractors & Suppliers are required to comply with FRC, Inc.'s standard subcontract(s) which can be found on our website. FRC Inc. is an Equal Opportunity Employer.
We are an equal opportunity employer.
We would like to invite you to provide pricing for the above-referenced project.
Below is a link to the plans and specs.
https://login.onlineplanservice.com/detail.aspx?idwebDB=False&BidPackageID=1331930&HOMEPR=NOPS&STATUS=BIDDING&DOCLOC=NOPS26-00455&PUNIQ=26-00455
If you have any questions please address them to our estimator Clark Kulack at bids@frcinc.biz
Thank you
Kerri Jensen
Clark Kulack
Telephone
(707) 837-5065
(707) 837-5623
Address
9680 Old Redwood Highway
Windsor, CA 95492
The U.S. Department of Transportation-supported Southwest Region SBTRC helps DBEs with Procurement, Capital Access, and Surety Bond Assistance - and much more - at no cost.
Learn more »