Bids are invited for property line fencing at Alta Loma High School.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Ontario
What You Should Do Next
- 1
Submit Your Bid
Ensure your bid proposal is submitted by May 5, 2026, at 2 PM.
- 2
Attend Job Walk
Join the pre-bid job walk on April 20th at Alta Loma High School.
- 3
Review Bid Documents
Obtain and review all bid and contract documents before submitting your proposal.
Frequently Asked Questions
- What is the deadline for bid submissions?
- Bids are due by Tuesday, May 5, 2026, at 2 PM.
- Where can I obtain bid documents?
- Bid documents are available at Tilden-Coil Constructors’ Management Office in Ontario.
- Is there a pre-bid job walk?
- Yes, a non-mandatory pre-bid job walk is scheduled for April 20th at 10 AM.
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 TO CONTRACTORS CALLING FOR BIDSDISTRICT:CHAFFEY JOINT UNION HIGH SCHOOL DISTRICT (CJUHSD) PROJECT IDENTIFICATION:Alta Loma High School Property Line Fencing PROJECT NO:25/26-022 BIDS DUE BY:Tuesday, May 5, 2026 @ 2pm SUBMIT BIDS TO:Chaffey Joint Union High School DistrictPurchasing Department, Room 250211 West Fifth StreetOntario, CA 91762(909) 988-8511 BID AND CONTRACTDOCUMENTS AVAILABLE AT:Tilden-Coil Constructors’ Management Office557 W. Fifth Street, Ontario CA 91762 (909) 460-5689 PRE-BID JOB WALK LOCATION:Alta Loma High School8880 Baseline RoadAlta Loma, CA 91701South End of the East Lot JOB WALK DATE/TIME:Monday, April 20th @ 10:00 am – non-mandatory NOTICE IS HEREBY GIVEN that Chaffey Joint Union High School District, acting by and through its Board of Trustees, hereinafter the “District” will receive up to, but not later than the above-stated date and time, sealed Bid Proposals for the Contracts for the Work generally described as: Property Line Fencing at Alta Loma High School . The Project will be constructed using a multi-prime delivery system. 1.01 Submittal of Bid Proposals. All Bid Proposals shall be submitted on forms furnished by the District. Bid Proposals must conform with, and be responsive to, the Bid and Contract Documents, copies of which may be obtained from the District as set forth above. The District may reject Bid Proposals submitted to the District after the date and time set forth above for the public opening and reading of Bid Proposals. Bid and Contract Documents. The Bid and Contract Documents are available at the location stated above. Electronic format of the Bid and Contract Documents are available on Smartbid https://bit.ly/4st68kM o r you may request a copy from Ontario Blueprint (909) 923-5878. All requests for hard copy documents will be the responsibility of the bidder. Each Bid Form shall be in accordance with the Contract Documents. Bidders viewing plans online are responsible for requesting to be included on the Plan holders List. Bid sets are also available for viewing in the Construction Manager’s office. Bidders are responsible for confirmation that they have viewed all addenda prior to the bid deadline and will be required to acknowledge addenda on their bid form. Further information is available at http://www.cjuhsd-ca.schoolloop.com/projects 1.03 Bid Proposal. Each Bid Proposal shall consist of at least the following components plus any other items identified in the Instructions for Bidders: A. Bid FormB. Bid SecurityC. List of SubcontractorsD. Non-Collusion Affidavit All information or responses of a Bidder in its Bid Proposal and other documents accompanying the Bid Proposal shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder may be grounds for the District to reject such Bidder’s Bid Proposal for non-responsiveness. 1.04 Job-Walk. The District will conduct a NON-MANDATORY ONE TIME ONLY PRE-BID JOB WALK for the Work to be held at the location, date and time stated above. 1.05 Contractors License Classification. In accordance with the provisions of California Public Contract Code §§ 3300 and 20111.6, Bidders with the following California license classifications who wish to bid on the Project described above are required to be pre-qualified as a condition of submitting a bid: A or B License, MEP, Solar and Sheet Metal License: C04, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 and or C-46 and such pre-qualified Bidders may submit bids in the categories below: · BC01 Fencing License C13 1.06 Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount not less than TEN PERCENT (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required may render such Bid Proposal to be deemed non-responsive and rejected by the District. 1.07 No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals. 1.08 Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding. 1.09 Award of Contract. The Contracts for the Work, if awarded, will be by action of the District’s Board of Trustees to the responsible Bidder submitting the lowest responsive Bid Proposal in each Category of Work. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with this Notice and the Instructions for Bidders. 1.10 Inquiries and Clarifications. This document is for informational purposes and shall not relieve the Bidder of the requirements to fully familiarize itself with all the factors affecting the Project and the Bid. The Bidder is advised that all inquiries and clarifications about the Bid Documents, Drawings, Specifications, etc., shall be submitted to the District in writing at least five (5) days before the bid opening date. The District will respond at its earliest possible opportunity. Oral communication by either party with regard to this matter is invalid. Further information is available at http://www.cjuhsd-ca.schoolloop.com/projects . Inquiries shall be sent to: Tilden-Coil Constructors, Inc., 557 West Fifth Street, Ontario, CA 91762, email precon@tilden-coil.com . 1.11 Alternate Bid Items . SELECTION BY PRIORITIZATIONThe Bid Alternates are listed in order of highest priority (i.e., Alternate No. 1 is the highest priority and so on). If the Base Bid amount is less than the Estimated Value for that Category in the Project Budget, additive Bid Alternate amounts will be added in priority order until another Alternate cannot be added without exceeding the Estimated Value for that Category in the Project Budget. The Contract for that Category will be awarded, if at all, on the basis of the Base Bid amount plus the largest possible number of additive Bid Alternates while remaining at or within the Estimated Value for that Category in the Project Budget. If the Base Bid amount exceeds the Estimated Value in the Project Budget for that Category, deductive Bid Alternate amounts will be deducted from the Base Bid amount in priority order (lowest numbered Alternate to highest) until the amount is less than or equal to the Estimated Value in the Project Budget for that Category. The Contract will be awarded, if at all, on the basis of the Base Bid amount minus the fewest possible number of deductive Bid Alternates while remaining at or within the Estimated Value in the Project Budget for that Category. The District may award the Contract on the basis of the Base Bid only if no combination of Base Bid amounts plus additive Bid Alternates can be accomplished within the Estimated Value in the Project Budget for that Category, provided that the Base Bid amount is less than or equal to the Estimated Value in the Project Budget for that Category. 1.12 Disabled Veteran Business Enterprises Participation Goals. The District has established a participation goal of three percent (3%) for Disabled Veteran Business Enterprises (“DVBE”) for the Work of the Project. The District’s forms of DVBE Participation Program Policy and Report are included in the Contract Documents. Pre-qualified licensed and experienced Minority, Women and Disabled Veteran Business Enterprises Contractors and Suppliers are encouraged to bid on the work and project. 1.13 Bidders are advised that this contract is public work for purposes of the California Labor Code, which requires payment of prevailing wages. Wage rates can be obtained from the Director of the Department of Industrial Relations at http://www.dir.ca.gov/OPRL/dprewagedetermination.htm As of March 1, 2015 all contractors bidding on a public works project must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. http://www.dir.ca.gov/Public-Works/PublicWorks.html By: Robert Slagle, Director of Operations and Planning, Chaffey Joint Union High School District, Ontario, California.PUBLISH: Friday 4/10/26 and Friday 4/17/26.Inland Valley Daily Bulletin - SBPublished: 4/10, 4/17/26
Related Notices
Notice
DateCategoryCity
Bids are invited for property line fencing at Alta Loma High School.
Apr 17, 2026Bid NoticeOntario
Bids for pool heater replacement due March 17, 2025.
Mar 2, 2026Bid NoticeOntario
Bids for pool heater replacement due March 17, 2025.
Feb 23, 2026Bid NoticeOntario