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.
23/24-1671 KITCHEN REMODEL AT SOUTH TAMARIND ELEMENTARY SCHOOL. 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 27th day of February 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 February 27, 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 27, 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, Fax:
(714) 424-8526. To order Bid Documents from ARC as a download, CD or hardcopy/paper, visit www.e-
arc.com/location/costa-mesa under Quick Links/Public Planroom and search Fontana Unified School District, or call
ARC and request the Planwell Department for orders. 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 the reprographics 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 pre-qualification applications through PQ Bids only at https://pqbids.com/fontana/. Prequalification
documents must be submitted to PQ Bids by February 8, 2024, at 5:00 PM. The last day to be approved through PQ
Bids is February 20, 2024, at 5:00 PM. This pre-qualification is mandatory for all prospective bidders to be
considered; bidders that do not meet these deadlines will be deemed 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 pre-qualify on the PQ Bids
website). The approved list of prequalified contractors will be posted on the ARC website at www.e-
arc.com/location/costa-mesa under the documents uploaded for Bid No. 23/24-1671.
If this Project includes work that will be performed by mechanical, electrical or plumbing (“MEP”) subcontractors
(contractors that hold C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 or C-46 licenses), such MEP
subcontractors must also be prequalified. 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.
A MANDATORY Job Walk will be conducted on Wednesday, February 7, 2024, promptly at 1:30 p.m. Bidders,
or their representatives, are to meet at South Tamarind Elementary School, located at 8561 Tamarind Avenue,
Fontana, CA, 92335. BIDDERS MUST CHECK IN AT THE SCHOOL ADMINISTRATION OFFICE. Only those
bidders who attend the entire Job Walk will be eligible to bid on this project. Late arrivals will not be permitted to
participate; there will be a sign-in sheet at the Job Walk.
Bid No. 23/24-1671-Kitchen Remodel at South Tamarind Elementary
Fontana Unified School District
Table of Contents
Page 1
All requests for information must be submitted, in writing, via email to bidinquiries@fusd.net and received no later
than 4:00 p.m. on February 12, 2024. Please direct all correspondence with the subject line, “Bid 23/24-1671 Kitchen
Remodel-South Tamarind”. 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. Bidders must possess a valid and active B License and
have a C-10 subcontractor listed.
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 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 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 the amount of 10% of the total
contract price, 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 a monthly basis
Bid No. 23/24-1671-Kitchen Remodel at South Tamarind Elementary
Fontana Unified School District
Table of Contents
Page 2
(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).
This project will possibly use federal funding. Contractor and all subcontractors must comply with all applicable
federal requirements, including, but not limited to, Davis-Bacon and related acts.
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 price, 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 substitution 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).
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.
Engineer’s Estimate: $900,000.00
Fontana Unified School District
Board of Education
Ad Dates: 1/30/24 and 2/6/24
Mandatory Job Walk: 2/7/24 - 1:30 p.m.
Pre-Qualification Deadline: 2/8/24 – 5:00 p.m.
RFI/Question Deadline: 2/12/24 – 4:00 p.m.
Bid Opening: 2/27/24 – 2:00 p.m.
Bid No. 23/24-1671-Kitchen Remodel at South Tamarind Elementary
Fontana Unified School District
Table of Contents
Page 3