NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the Governing Board of the Fontana Unified School District, hereinafter
referred to as “DISTRICT”, is calling for and will receive sealed bids for the award of a contract for:
TENNIS COURT RESURFACING AT FONTANA A.B. MILLER AND SUMMIT HIGH SCHOOLS
(Bid No. 23/24-1680).
Time and Place of Bid Receipt: 2:00 p.m., March 13, 2024. Fontana Unified School District, Purchasing
Department, 9680 Citrus Avenue, Building No. 30, Fontana, California 92335.
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 at 2:30 p.m. on March 13, 2024.
All bidders interested in attending the bid opening (via Microsoft Teams) must email bidinquires@fusd.net
no later than 2:00 p.m. on March 13, 2024, to receive the link to the bid opening. Emails received after 2:00
p.m. will not receive a link to participate in bid opening.
All bids shall be made and presented only on the forms presented by the school district. Bids will be publicly
opened and read aloud at the date and time indicated above at the address indicated above. Any bids received
after the time specified or after any extensions due to material changes shall be returned unopened. Each bid
must strictly conform with and be responsive to the contract documents as defined in the General Conditions.
Bid Documents are available online with ARC/Planwell, Phone: (714) 424-8525, Fax: (714) 424-8526. To
order Bid Documents from ARC/Planwell as a download, CD or hardcopy/paper, visit www.e-
arc.com/location/costa-mesa (Quick Links-Public Planroom; search Fontana Unified); or call ARC/Planwell
and request the Planwell Department. Downloads are available at no charge. Hardcopy/paper or CD costs
will be available with project information. The costs for all project documents are nonrefundable. Any
mailing costs are direct with ARC/Planwell.
In accordance with State Senate Bill X2-9, this project is subject to monitoring by the State of California
Compliance Monitoring Unit (CMU). The successful contractor and all of its subcontractors for the Project
will be required to attend a mandatory Pre-Job Conference before commencing work. During the Pre-Job
Conference, the District’s Labor Compliance Program, and the state labor law requirements applicable to
this Project will be discussed. The contractor and all subcontractors will be required to certify that it
acknowledges and understands the District’s Labor Compliance Program and all of the state labor law
requirements for this Project. The successful contractor or any of its designated subcontractors shall not
perform any work on the Project prior to attending the Pre-Job Conference and executing the appropriate
certification. The District will not process any payment applications for any work by the contractor or any
subcontractor that does not attend the Pre-Job Conference and execute the certification.
A MANDATORY JOB WALK will be conducted on Wednesday, Ma rc h 6 , 2024, promptly at 1:30
p.m. Bidders, or their representatives, are to meet at Fontana A.B. Miller High School, 6821 Oleander
Avenue, Fontana, CA 92336; Job Walk will continue to Summit High School; all bidders must check in with
Administration Office at both sites. Only bidders who attend the entire job walk (both sites) will be eligible
to bid this project. Late arrivals will not be permitted to participate; there will be sign-in sheets at both sites.
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 A AND B License, or a Class B License with Subcontractor listed that has a
Class A or C-61/D-47 or C-12 License at time of bid and license must be valid through project completion.
The Contractor’s California State License number(s) shall be clearly stated on the Bid Form. Subcontractors
shall be licensed pursuant to California law for the trades necessary to perform the work called for in the
contract documents and license must be valid through project completion.
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 his 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 Sections 4100 et. seq.
In accordance with California Public Contract Code Section 22300, the DISTRICT will permit the
substitution of securities for any money 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 money 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 and insurance certificates. In the event of failure to enter into
said contract or provide the necessary documents, said security will be forfeited.
Bidders are advised that this contract is a public work for purposes of the California Labor Code, which
requires payment of prevailing wages. Wage rates can be obtained from the Director of the Department of
Industrial Relations at http://www.dir.ca.gov. These per diem rates, including holiday and overtime work, as
well as employer payments for health and welfare, pension, vacation, and similar purposes are available from
the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 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.
All contractors bidding on a public works project must be registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5. http://www.dir.ca.gov/Public-Works/PublicWorks.html
This project is subject to labor compliance monitoring and enforcement of prevailing wage requirements by
the Department of Industrial Relations. The successful bidder and any listed subcontractor(s) shall be required
to furnish electronic certified payroll records directly to the Labor Commissioner, Division of Labor
Standards Enforcement.
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. Bidders may contact the
District for details regarding the District's DVBE participation goals and requirements.
Any request for substitutions pursuant to Public Contracts Code Section 3400 must be made on the 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.
Fontana Unified School District Board of Education.
Advertisement Dates: February 23, and March 1, 2024
Job Walk: March 6, 2024 – 1:30 p.m.
RFI/Question Deadline: March 8, 2024 – 2:00 p.m.
Bid Opening: March 13, 2024 – 2:00 p.m.