Bid No. 23.24-1669i Summit High School Drainage Improvements

Agency: Fontana Unified School District
State: California
Type of Government: State & Local
Category:
  • 99 - Miscellaneous
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Feb 7, 2024
Due: Feb 22, 2024
Publication URL: To access bid details, please log in.
  • Bid No. 23.24-1669i Summit High School Drainage Improvements

    Notice Inviting Bids
    23.24 - 1669i NIB

    TO OBTAIN BID DOCUMENTS, SPECIFICATIONS, PLANS AND/OR DRAWINGS, CLICK HERE

    SEALED BIDS ARE DUE NO LATER THAN 2:00 P.M. ON FEBRUARY 22, 2024.

  • Attachment Preview

    NOTICE INVITING INFORMAL BIDS
    FONTANA UNIFIED SCHOOL DISTRICT
    NOTICE IS HEREBY GIVEN that the Fontana Unified School District, acting by and through its
    Governing Board, hereinafter referred to as “District”, will receive prior to 2:00 P.M. on the 22nd day of
    February, 2024 sealed bids for the award of a Contract for the following:
    BID NO. 23/24-1669i Summit High School Drainage Improvements
    All bids shall be made and presented only on the forms presented by the District. Bids shall be
    received in the Office of the Senior Director of Purchasing, Warehouse, and Mail Services at 9680 Citrus
    Avenue, Building 30, Fontana, California 92335 and shall be opened and publicly read aloud at the above
    state time and place. Any bids received after the time specified above or after any extensions due to material
    changes shall be returned unopened.
    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 February 22, 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 February 22, 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.
    Request for Clarification deadline is February 15, 2024 at 2:00 P.M. Requests for
    Clarification must be emailed to Matthew Rudoll, Buyer, at bidinquiries@fusd.net.
    The Contract Time is 45 calendar days.
    CONTRACTOR should consult the General Conditions, Supplementary General Conditions, and
    General Requirements regarding Milestones and Liquidated Damages.
    This Project is being let in accordance with the California Uniform Public Construction Cost
    Accounting Act (“CUPCCAA”) set forth in Public Contract Code Section 22000 et seq. Bidders shall
    comply with any requirements set forth in the CUPCCAA including all guidelines and requirements in the
    current California Uniform Public Construction Cost Accounting Commission Cost Accounting Policies
    and Procedures Manual.
    Bids shall be received in the place identified above, and shall be opened and publicly read aloud at
    the above-stated time and place.
    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.
    A MANDATORY Job Walk will be conducted on February 8, 2024 promptly at 10:00 AM
    Bidders, or their representatives, are to meet in front of Summit High School Stadium, located at 15551
    Summit Ave, Fontana, CA 92336. Any Contractor bidding on the Project who fails to attend the entire
    mandatory job walk will be deemed a non-responsive bidder and will have its bid returned unopened. 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.
    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 successful bidder must
    possess a valid and active Class B or C34 or C36 or C42 License at the time of bid and throughout the
    duration of this Contract. The Contractor’s California State License number shall be clearly stated on the
    bidder’s proposal.
    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, are on file at
    the District, and are also available from the Director of the Department of Industrial Relations. 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.
    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 least
    7 business days prior to the bid opening date and submitted on the Substitution Request Form set forth in
    the Contract Documents and included with the bid.
    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. The District shall not be responsible for any delivery issues including, but
    not limited to, mis-directed mail, mailing delays, etc. Any bid received at the designated location after
    the scheduled closing time for receipt of bids shall be returned to the bidder unopened
    This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
    Daily notification on new contract opportunities

    With GovernmentContracts, you can:

    • Find more opportunities and win more business
    • Receive daily alerts for all new bid opportunities
    • Get contract opportunities matched to your business
    ONE WEEK FREE TRIAL

    See also

    Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

    Association of Bay Area Governments

    Bid Due: 12/31/2024

    Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

    Federal Agency

    Bid Due: 12/06/2024

    Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

    Federal Agency

    Bid Due: 12/28/2024

    Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

    Alameda County

    Bid Due: 11/29/2024

    * Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.