NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the Fontana Unified School District, acting by and through its Governing Board,
hereinafter referred to as “District.” is calling for and will receive sealed bids for the award of a contract for: BID NO.
23/24-1679 PALMETTO ELEMENTARY ADMINISTRATION EXPANSION. Place of Bid Receipt: Fontana Unified
School District, 9680 Citrus Avenue, Building No. 30, Fontana, California 92335.
All bids shall be made and presented only on the forms presented by the District. Bids are due no later than 2:00 p.m. on
the 26th day of April 2024 at Fontana Unified School District, Purchasing Department, 9680 Citrus Avenue, Building
#30, Fontana, CA 92335. CONTRACTOR should consult the General Conditions, Supplementary Conditions, and General
Requirements bid requirements.
The Bid Opening will be conducted via Microsoft Teams. In order to provide adequate time for all perspective bidders to
log-in, bids will be opened publicly and read aloud promptly on April 26, 2024, at 2:30 p.m., via Microsoft Teams. All
bidders interested in attending the bid opening via Microsoft Teams must email bidinquiries@fusd.net no later than 2:00
p.m. on April 26, 2024, to receive the link to the bid opening. Emails received after 2:00 p.m. will not receive a link to
participate in the bid opening.
Bid Documents are available online with ARC (American Reprographics Company), Phone: (714) 424-8525. To order Bid
Documents from ARC as a download or hardcopy/paper, visit: https://www.e-arc.com/location/costa-mesa/ under
Planrooms click on “Order from PlanWell”, click on the “Go” button under Public Planroom, and search Fontana Unified
School District in the dropdown list, or call ARC and request the Planwell Department for orders. Downloads are available
at no charge. Hardcopy/paper cost will be available with project information. The costs for all project documents are
nonrefundable. Any mailing costs are direct with reprographic company. Bidders shall be responsible for monitoring the
website to obtain information regarding any revisions for this solicitation. Failure to respond to required updates may result
in determination of a nonresponsive bid.
Prequalification of Bidders. As a condition of submitting a bid for this Project, and in accordance with California Public
Contract Code section 20111.6, prospective bidders are required to be prequalified. Bids will not be accepted if prospective
bidder has not been prequalified where prequalification is required. The District uses and will accept prequalification
applications through PQ Bids only. The link can be accessed by going to the Fontana Unified School District website at
www.fusd.net and visiting the Purchasing Department’s webpage. The link to PQ Bids will be under the electronic
prequalification tool field and you will be directed to the PQ Bids prequalification page, or you may enter the following link
in your search engine: https://pqbids.com/fontana/. Prequalification documents must be submitted to PQ Bids by April 5,
2024, at 4:00 p.m. The last day to be approved through PQ Bids is April 16, 2024, at 4:00 p.m. This prequalification is
mandatory for all prospective bidders to be considered; bidders that do not meet these deadlines will be deemed as non-
responsive. Once the bidder is final approved through PQ Bids, they will be approved for one (1) year from the final approval
date. It is and will be the bidders’ sole responsibility to stay updated and approved in the PQ Bids system. The District has
no responsibility to contact contractors to apply, renew or update information in the PQ Bids system. Any questions or
technical support inquiries in submitting the required documents may be directed to PQ BIDS at info@pqbids.com or by
calling 888-218-4173. (NOTE: Use the questionnaire type: AB2031-Projects, Agency Name: Fontana Unified to prequalify
on the PQ Bids website). The approved list of prequalified contractors will be posted on the ARC website at https://www.e-
arc.com/location/costa-mesa/ under the documents uploaded for Bid No. 23/24-1679.
A MANDATORY Job Walk will be conducted on April 3, 2024, promptly at 1:00 pm. Bidders, or their representatives,
are to meet at Palmetto Elementary School, in front of Administration Building, located at 9325 Palmetto Avenue,
Fontana, CA 92335. BIDDERS MUST CHECK IN AT THE SCHOOL ADMINISTRATION OFFICE. Only those
bidders who attend the entire job walk and sign-in, will be eligible to bid this project. Late arrivals will not be permitted to
participate; there will be a sign-in sheet at the job walk.
All requests for information must be submitted, in writing, to Norma Reyes Buyer, via email address bidinquiries@fusd.net
and received no later than 4:00 p.m. on April 11, 2024. Please direct all correspondence with the subject line, “Bid No.
23/24-1679 Palmetto Elementary Administration Expansion.” No other questions or requests for information will be
accepted after this date and time.
Each bidder shall be a licensed contractor pursuant to the California Business and Professions Code and be licensed to
perform the work called for in the contract documents. The Contractor’s California State License number shall be clearly
stated on the Bid Form and be valid through project completion. The successful bidder must possess a valid and active Class
B License at time of bid. In addition, successful bidder OR designated subcontractor performing the fire alarm portion
of this project, MUST possess a valid and active C10 license and be manufacturer authorized EST Strategic Partner
for Edwards Systems.
Subcontractors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the
Contract Documents.
Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions.
The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the
bidding.
Each bidder shall submit with its bid — on the form furnished with the Contract Documents — a list of the designated
subcontractors on this Project as required by the Subletting and Subcontracting Fair Practices Act, California Public Contract
Code section 4100 et seq.
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 the required Performance and Payment Bonds, insurance certificates and any other required
documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be
forfeited.
The Contractor and all subcontractors shall comply with the requirements set forth in Division 2, Part 7, Chapter 1 of the
Labor Code. The District has obtained from the Director of the Department of Industrial Relations the general prevailing
rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to
be performed for each craft, classification or type of worker needed to execute the Contract. These per diem rates, including
holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes,
can be obtained from the Director of the Department of Industrial Relations at
http://www.dir.ca.gov/OPRL/dprewagedetermination.htm. Pursuant to California Labor Code section 1720 et seq., it shall
be mandatory upon the Contractor to whom the Contract is awarded, and upon any subcontractor under such Contractor, to
pay not less than the said specified rates to all workers employed by them in the execution of the Contract. Contractor and
all subcontractors must also comply with the Davis-Bacon and related acts - see Supplementary Conditions.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of
Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, as defined in the
Labor Code, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. It is
not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the
Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is
registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.
The Contractor and all subcontractors shall furnish certified payroll records as required pursuant Labor Code section 1776
directly to the Labor Commissioner in accordance with Labor Code section 1771.4 on at least on a monthly basis (or more
frequently if required by the District or the Labor Commissioner) and in a format prescribed by the Labor Commissioner.
Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor
Commissioner/Department of Labor Standards Enforcement (DLSE).
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.
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. Pursuant to Public Contract Code
section 3400(c)(2), the Fontana Unified School District Board of Education has adopted Resolution No. 22-25 and approved
the specific use of direct digital control and HVAC systems manufactured by Carrier. Substitutions will not be accepted nor
considered.
No telephone or facsimile machine will be available to bidders on the District premises at any time.
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.
The engineer’s estimate is $3,500,000.
Fontana Unified School District
Board of Education
Ad Dates:3/22/24 and 3/29/24
Mandatory Job Walk: 4/3/24 – 1:00 pm
Prequalification Application Submittal Deadline: 4/5/24 – 4:00 p.m.
RFI/Question Submittal Deadline: 4/11/24 – 4:00 p.m.
Prequalification Must be Approved by 4/16/24 4:00 p.m.
Bids Due no later than: 4/26/24 – 2:00 p.m.