NOTICE INVITING 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”, is calling for and will receive sealed bids for the award of a contract for:
BID NO. 23/24-1673 SOFTBALL FIELD ADDITIONS AT FONTANA HIGH SCHOOL
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 11th day of March 2024 at Fontana Unified School District, Purchasing Department, 9680 Citrus Avenue,
Building #30, Fontana, CA 92335. Any bids received after 2:00 p.m., the date specified or after any extensions due to
material changes shall be returned unopened. Bids received electronically will NOT be accepted.
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 March 11, 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 by 2:00
p.m. on March 11, 2024, to receive the link to the bid opening. Emails received after 2:00 p.m. may not participate.
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”, under Public Planroom click on the “Go” button, 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.
Request for Information (RFI) deadline is February 21, 2024 at 4:00 p.m. Requests for Information must be emailed to:
Tracie Reading, Buyer, bidinquiries@fusd.net. Please direct all correspondence with the subject line, “Bid No. 23/24-1673
Softball Field Additions At Fontana High School”. No other questions or requests for information will be accepted after
this date and time.
The Contract Time is 160 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.
Prequalification of Bidders: As a condition of bidding for this Project, and in accordance with California Public Contract
Code section 20111.5, prospective bidders are required to submit to the District a completed set of prequalification
documents on forms provided by the District. These documents will be the basis for determining which bidders are qualified
to bid on this Project.
Bids will not be accepted if a Contractor 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 February 19, 2024, at 5:00 PM. The last day to be approved
through PQ Bids is February 29, 2024, at 5:00 PM. 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 www.crplanwell.com under the documents uploaded
for Bid No. 23/24-1673.
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 February 15, 2024 promptly at 9:00 AM. Bidders, or their
representatives, are to meet at the South parking lot of Fontana High School, located at 9453 Citrus Avenue, Fontana,
CA 92335. 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
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.
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. Forms are included in this Bid Package.
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.
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.
Project Estimate: $3,200,000.00