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. 23/24-1672 ENERGY MANAGEMENT SYSTEM UPGRADE AT
TEN SCHOOL SITES AND EQUIPMENT REPLACEMENT AT TWO SCHOOL SITES. 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 28th day of February, 2024 at Fontana Unified School District, Purchasing
Department, 9680 Citrus Avenue, Building #30, Fontana, CA 92335.
This project may be funded in whole or part by federal funding. The awarded Contractor shall comply
with any and all federal statutory and regulatory provisions related to federal funds. See Supplementary
Conditions.
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 28, 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 28, 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. 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.
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 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 9, 2024 at 4:00 p.m. The last day to be approved through PQ Bids is February 20, 2024 at
4:00 p.m. 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 https://www.e-arc.com/location/costa-mesa/ under the documents uploaded for Bid
No. 23/24-1672.
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 Multi-Site Job Walk will be conducted on February 8, 2024 promptly at 10:00 a.m.
Bidders, or their representatives, are to meet at A.B. Miller High School, in front of Administration
Building, located at 6821 Oleander Avenue, Fontana, CA 92336. The Job Walk will continue
immediately thereafter to Fontana High School located at 9453 Citrus Avenue, Fontana, CA 92335. 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.
All requests for information must be submitted, in writing, to Brandy Cuttress, Sr. Buyer, via email address
bidinquiries@fusd.net and received no later than 4:00 p.m. on February 14, 2024. Please direct all
correspondence with the subject line, “Bid No. 23/24-1672 EMS Upgrade at 10 School Sites & Equip
Replacement at 2 School Sites.” 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 CSLB C-20 license and Carrier i~Vu Controls System Certification OR designate a
subcontractor that has a Carrier i~Vu Controls System Certification, a copy of the certification must be
included in bid response to be responsive.
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, 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.
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 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), the Fontana Unified School District Board of
Education has adopted Resolution No. 22-25 and approved the specific use of direct digital control and
HVAC systems manufactured by Carrier. Substitutions will not be accepted nor considered.
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.
The engineer’s estimate is $9,200,000.00.
Fontana Unified School District
Board of Education
Ad Dates: 1/30/24 and 2/6/24
Mandatory Multi-Site Job Walk: 2/8/24 – 10:00 a.m.
Prequalification Application Submittal Deadline: 2/9/24 – 4:00 p.m.
RFI/Question Submittal Deadline: 2/14/24 – 4:00 p.m.
Must be Prequalified Approved by 4:00 p.m., 2/20/24
Bids Due no later than 2:00 p.m., 2/28/24