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.
23/24-1674 UNIT PRICE CONSTRUCTION RELATED SERVICES FOR ROOF SYSTEM REPLACEMENT
AND REPAIR – VARIOUS SITES.
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
April 9, 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 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 9, 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 9, 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.
A MANDATORY Pre-Bid Conference will be conducted on March 26, 2024, promptly at 10:00 a.m. Bidders, or their
representatives, are to meet at FUSD MOT Complex, Maintenance & Operations Department Conference Room, located at
9851 Catawba Avenue, Fontana, CA, 92335. Only those bidders who attend the entire pre-bid conference will be eligible
to bid this project. Late arrivals will not be permitted to participate; there will be a sign-in sheet at the pre-bid conference.
All requests for information must be submitted, in writing, via email to bidinquiries@fusd.net and received no later than
12:00 noon on March 29, 2024. Please direct all correspondence with the subject line, “Bid No. 23/24-1674 Roofing UPC
Bid”. 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 successful bidder must possess a valid and active C-39 license
and must be a Tremco Certified Installer throughout the contract period and any subsequent renewal periods.
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 of $40,000.00 (10% of $400,000.00 estimated contract value) 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.
Contractor and all subcontractors must also comply with the Davis-Bacon and related acts- see
Supplementary Conditions
Separate payment and performance bonds, each in an amount equal to 100% of the total Contract estimated
amount of $400,000.00, 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.
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.
Fontana Unified School District
Board of Education
Ad Dates: 3/15/24 and 3/22/24
Mandatory Pre-bid Conference: 3/26/24 - 10:00 a.m.
RFI/Question Deadline: 3/29/24 – 12:00 noon
Bids Due: 4/9/24 – 2:00 p.m.