Bid No. 2024-23-FAC-GC Fencing Project - Package 2
Status
Bidding Closed
Prebid Date3/15/24 4:00pm
Bid Date4/5/24 3:00pm
NOTICE INVITING BIDS
ANAHEIM ELEMENTARY SCHOOL DISTRICT
NOTICE IS HEREBY GIVEN that the Anaheim Elementary School District, acting by and through its
Governing Board, hereinafter referred to as “District”, will receive prior to 2:00 p.m. on March 27, 2024
sealed bids for the award of a Contract for the following:
Bid No. 2024-23-FAC-GC Fencing Project – Package 2
Description of Project Shall Include but is not Limited to:
Replacement of chain link and ornamental fencing and gates at various school sites. Scope of work includes
but is not limited to demolition of fencing & gates, posts with footings and concrete as needed; fabrication
of new gates; installation of new chain link and ornamental fencing and gates; installation of new ball
netting, concrete mow strips as required.
The Contract Time is 52 consecutive calendar days
Estimated Construction Cost: $900,000
No Prequalification requirements needed for this project
All bids shall be made and presented only on the forms presented by the District. Bids shall be received
only at Anaheim Elementary School District, Purchasing Department, 1001 S. East Street, Building
“B”, Anaheim, CA 92805, and shall be opened and publicly read aloud at the above state time and place.
Any bids received after the time specified above or after any extensions due to material changes shall be
returned unopened.
Note: Location for Receipt of Bids for the District’s Purchasing Department: Drive through open gate
on the right side of the main/front building into small parking lot (not the long bus entrance drive). Use
any available parking space. District personnel will receive bids at glass door under awning (this is also
the entrance to the Board Room). Directional signage will be posted at the site.
The District has adopted the California Uniform Public Construction Cost Accounting Act (“CUPCCAA”
and “Act”). Bidders shall comply with any requirements set forth by CUPCCAA, including all guidelines
and requirements in the current CUPCCAA Policies and Procedures Manual. All contractors submitting
bids must be on the District’s current list of approved contractors pursuant to Public Contract Code section
22034.
If the District has included additive/deductive alternates which require all bidders to price as part of their
bid, the District will utilize the following method to determine the lowest bidder in accordance with Public
Contract Code section 20103.8: The lowest bid shall be the lowest bid price on the base contract
without consideration of the prices on the additive or deductive items.**
**Note: Pursuant to Public Contract Code section 20103.8, the selection process selected does not preclude
the District from using any of the additive or deductive alternates from the Contract after the lowest
responsible responsive bidder has been determined.
Bid Documents for this Project will be available at no charge, on or after February 29, 2024, online
with CRISP Imaging, 3180 Pullman Street, Costa Mesa, CA 92626, Phone: (866) 632-8329, To order Bid
Documents from CRISP as a download visit: www.crispplanroom.com (https://www.crispplanroom.com/)
then click on Planroom, then click on All Public Jobs, and search by typing Anaheim Elementary School
District in the search bar, or call CRISP and request for orders desk. Downloads are available at no charge.
Hardcopy/paper or CD cost will be available with Project information. The costs for all Bid Documents
are non-refundable. Any mailing costs are direct with reprographic company. General bid information and
how to access Bid Documents for this the Project on CRISP’s website will also be posted on the District’s
website at https://anaheimelementary.org/administrative-services/purchasing/bid-opportunities/
A MANDATORY pre-bid conference and site visit will be held on March 11, 2024, at 9:00 a.m. Bidders
shall meet at the FLAG POLE at Loara Elementary School, 1601 W. Broadway, Anaheim, CA 92802.
Following a site walk at the Loara Elementary, bidders will be provided with instructions to caravan
to the other locations to continue the site walk.
Failure to attend the site visit at all sites or tardiness will render bid ineligible.
Pre-bid Inquiries due by March 15, 2024 no later than 4:00 p.m., shall be submitted to Henry Castro,
Facilities Planner, Facilities Planning and Construction Department and Robert Erbe, Architect, Project
Manager, Ruhnau Clarke, via e-mail only, at the e-mail address provided in this Notice. A Pre-Bid Request
for Information Form is available in this bid package.
District Contact for this Bid: Henry Castro, E-Mail: hcastro@aesd.org And Robert Erbe, E-Mail: rerbe@ruhnauclarke.com
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 prime contractor
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.
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
all 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 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 the time of
Bid 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. Any bid received at the designated location after the scheduled closing time
for receipt of bids shall be returned to the bidder unopened.
Matt Slusser
Director of Fiscal and Administrative Services
Anaheim Elementary School District
Publication: Anaheim Bulletin
Publication Dates: February 29 and March 7, 2024