Sealed bids invited for Fire Station No. 80 construction in Fontana.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Fontana
What You Should Do Next
- 1
Attend Pre-Bid Conference
Join the pre-bid conference on March 10, 2026, at 9:00 a.m. in DSO Conference Room 125.
- 2
Submit Bid Electronically
Ensure your bid is submitted electronically by 2:00 P.M. on March 26, 2026.
- 3
Prepare Required Documents
Gather all necessary documents including bid bond and proposal guarantee before submission.
Frequently Asked Questions
- What is the deadline for submitting bids for Fire Station No. 80?
- Bids must be submitted electronically by 2:00 P.M. on March 26, 2026.
- Where can I find the bid documents for the Fire Station project?
- Bid documents are available for free at www.fontanapurchasing.org.
- Who should I contact for questions about the bid?
- Contact Sid Lambert at (909) 350-7678 or slambert@fontanaca.gov.
- Is there a pre-bid conference for this project?
- Yes, a non-mandatory pre-bid conference is on March 10, 2026, at 9:00 a.m.
The above suggestions and answers are AI-generated for informational purposes only. They may contain errors. NoticeRegistry assumes no responsibility for their accuracy. Consult a qualified professional before taking action.
Full Notice Text
NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF FIRE STATION NO. 80 - TRAINING CENTER 6585 CHERRY AVENUE, FONTANA, CALIFORNIA BID NO.: DE-26-129-SB PUBLIC NOTICE IS HEREBY GIVEN that the City OF FONTANA, as City, invites sealed bids to be received only by submitting electronically at www.fontanapurchasing.org, for the above stated project and will receive such bids no later than the hour of 2:00 P.M. on the 26th day of March, 2026, at which time or thereafter said bids will be electronically opened and available online. Bids received after this time will not be able to submit electronically. A non-mandatory pre-bid conference will be held at the City of Fontana on March 10, 2026, at 9:00 a.m., in the DSO Conference Room 125. Bidders are encouraged to attend. The City reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of ninety (90) calendar days. The work of improvement consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications and Contract Documents for the above stated project. The general items of work to be done hereunder consist of on-site and off-site improvements required for the construction of the Fire Station 80- Training Center Project, located at 6585 Cherry Avenue; and all project related improvements as indicated in the project plans and specifications. Bid must be submitted electronically for the exact item(s) requested in the bid specifications. Copies of the plans, specifications, and contract documents are available for free from the City's Purchasing website www.fontanapurchasing.org. Each Bid submitted electronically is required to be accompanied by the Proposal Documents; Proposal, Bidder's Information, Contractor's Licensing Statement, List of Subcontractors (enter online), References, Designator of Sureties, Bid Bond, Non-Collusion affidavit, Certificate of Non-Discrimination by Contractors, Proposal Bid Sheet (enter online), Addendum Acknowledgement, and all additional documentation required by the Instructions to Bidders. Bids must be submitted on the City's bid forms. Any questions pertaining to this project should be directed to Sid Lambert at phone number (909) 350-7678 or email at slambert@fontanaca.gov. Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond available to the City in the amount of at least ten percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. A payment bond and a performance bond, each in an amount equal to 100% of the total contract amount, shall be required concurrently with the execution of the contract and shall be in the form set forth in the contract documents. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required. Pursuant to Section 1773.2 of the Labor Code, the current prevailing rate of per diem wages at the time of the Bid determined by the Director of the Department of Industrial Relations ("DIR") are on file at the office of the City Engineer. This project is subject to compliance monitoring and enforcement by the DIR. Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the DIR. No Bid will be accepted, nor any Contract entered into without proof of the contractor's and subcontractors' current registration with the Department of Industrial Relations to perform public work. Qualified To Bid Per Labor Code Section 1771.1. 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 unless currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. An unregistered contractor may only submit a bid if 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 at the time the contract is awarded. No bid will be accepted, nor any contract entered into without proof of the Bidder's and its subcontractors' current registration with the Department of Industrial Relations. If awarded a Contract, the Bidder and its subcontractors of every tier shall maintain active registration with the Department of Industrial Relations for the duration of the Project. It shall be the Bidder's sole responsibility to evaluate and include the cost of complying with all labor compliance requirements. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The City hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. The contract documents call for monthly progress payments based upon the engineer's estimate of the percentage of work completed. The City will retain 5 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the City will pay the amounts so retained upon compliance with the requirements of Public Contract Code Section 22300 and the provisions of the contract documents pertaining to Substitution of Securities. At the time of submitting a bid, the prime contractor shall possess a Class "A" or "B" contractor's license issued by the State of California and must maintain the license throughout the duration of the contract. Subcontractors can possess a Class "A" or "B" or Combinations of Class "C" specially contractor's license(s) sufficient to perform the work. It is recommended that all bidders utilize the services of WHP Trainingtowers (OFCI) manufacturer for the tower installation. The manufacturer (WHP) will also provide plans, footing design, and structural calculations to support the General Contractor (GC) during the permitting process; however, the GC will be responsible for obtaining deferred submittal approval from the appropriate agencies. Bidders that choose not to use WHP for the tower installation shall be a qualified contractor or contract with a qualified licensed subcontractor and will have the same allowance provided in the bid schedule for the installation cost. All bidders shall be a qualified contractor or contract with a qualified licensed subcontractor for the installation of FireBlast HD Interior Fire System and will have the same allowance provided in the bid schedule for the installation cost. BY ORDER OF City OF FONTANA City OF FONTANA 8353 Sierra Avenue Fontana, California 92335 (909) 350-7610 3/3/26 IVDB-4017324# INLAND VALLEY DAILY BULLETIN/ONTARIO