Similar Projects
NOI- Brand Name or Equal- Andover HVAC Controls
Renovation
Design
$100,000 CJ est. value
Loma Linda, CA 92354

RFP Design - High School Gymnasium HVAC Project
Renovation
Bidding
$2,000,000 CJ est. value
Redlands, CA 92374

Front Country Ranger District HVAC Replacements
Renovation
Sub-Bidding
$100,000 CJ est. value
Lytle Creek, CA 92358

Grace Yokley Middle School Locker Room HVAC Addition
Alteration
Post-Bid
$200,000 est. value
Ontario, CA 91761

Recreation Center HVAC
Alteration
Post-Bid
Needles, CA 92363

AVUSD: HVAC Replacement at Five Various Sites - Phase 2 Project
Alteration
Results
$500,000 est. value
Apple Valley, CA

California Institution for Men Air Cooling, Facility A
Renovation
Results
$11,108,918 CJ est. value
Chino, CA 91710

General Services Air Conditioning Installation
Term Contract
Post-Bid
$400,000 est. value
Highland, CA 92346

Alta Loma High School Central Plant Chiller Replacement
Renovation
Results
$936,237 CJ est. value
Rancho Cucamonga, CA 91701

HVAC Units
Term Contract
Post-Bid
Rialto, CA

Civic Center HVAC Plant Replacement Project
Renovation
Results
$1,926,000 CJ est. value
Rancho Cucamonga, CA 91730

HVAC Systems Maintenance, Monitoring and Repair
Term Contract
Post-Bid
$75,000 CJ est. value
Highland, CA 92346

BL 10 Cooling Tower Replacement
Renovation
Results
$1,088,248 CJ est. value
Yucaipa, CA 92399

HVAC Replacement at 3 Various Sites - Phase 3
Renovation
Post-Bid
$500,000 CJ est. value
Apple Valley, CA 92307

Greenhouse HVAC Equip And DDC Controls
Renovation
Results
$4,400 CJ est. value
San Bernardino, CA 92407

Last Updated 08/18/2023 05:06 PM
Project Title

Hvac Replacement at Multiple Sites

Physical Address View project details and contacts
City, State (County) Fontana, CA 92335   (San Bernardino County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $3,829,600 [brand] Estimate
Plans Available from Copy Center
Owner View project details and contacts
Architect View project details and contacts
Description

The Contract Time is 396 days. The project shall be funded in whole or part by federal funding from a component of iteration of the Elementary and Secondary School Emergency Relief ("ESSER") program, and Contractor shall comply with any and all federal statutory and regulatory provisions related to the use of ESSER funds. See Supplementary General Conditions. CONTRACTOR should consult the General Conditions, Supplementary Conditions, and General Requirements regarding Milestones and Liquidated Damages. To order Bid Documents from ARC as a download, CD or hardcopy/paper, visit website then click on 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 or CD 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 and visiting the Purchasing Department's webpage. The link to PQ Bids will be under the electronic pre-qualification tool field and you will be directed to the PQ Bids pre-qualification page, or you may enter the following link in your search engine. Prequalification documents must be submitted to PQ Bids by July 11, 2023, at 5:00 PM. The last day to be approved through PQ Bids is July 19, 2023, 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 as nonresponsive. 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). If this Project includes work that will be performed by mechanical, electrical or plumbing ("MEP") subcontractors (contractorsthat 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. All requests for information must be submitted, in writing, to Tracie Reading, Buyer, via email at bidinquiries@fusd.net and received no later than 4:00 p.m. on July 13, 2023. Please direct all correspondence with the subject line, "Bid No. 23/24-1651 HVAC Replacement". 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 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 asrequired 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. 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 General 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. 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. Project Estimate: $1,420,812.00 Project No. 30.05.01, 65-22-03, 2022-019-00, 30.21.00, 30.20.00 Question Deadline 07/13/2023 at 4:00 PM PT

Details

Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents