Bids for pool heater replacement due March 17, 2025.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Ontario
What You Should Do Next
- 1
Prepare Your Bid Proposal
Ensure your bid proposal includes all required components and is submitted on time.
- 2
Attend Pre-Bid Job Walk
Join the mandatory job walk on March 5, 2025, at Rancho Cucamonga High School.
- 3
Review Bid Documents
Obtain and review the bid and contract documents from the District's office.
Frequently Asked Questions
- What is the deadline for submitting bids?
- Bids are due by March 17, 2025, at 2:00 p.m.
- Where do I submit my bid?
- Submit bids to the Chaffey Joint Union High School District Purchasing Department.
- Is there a pre-bid job walk?
- Yes, a mandatory pre-bid job walk is on March 5, 2025, at 9:00 a.m.
- What is the project about?
- The project involves the replacement of pool heaters district-wide.
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 BIDS DISTRICT: CHAFFEY JOINT UNION HIGH SCHOOL DISTRICT PROJECT IDENTIFICATION: DISTRICTWIDE POOL HEATER REPLACEMENT PROJECT NO: Bid #25/26018 BIDS DUE BY: Tuesday, March 17, 2025 at 2:00 p.m. SUBMIT BIDS TO: Chaffey Joint Union High School DistrictPurchasing Department, Room 250211 West Fifth StreetOntario, CA 91762 (909) 9888511 BID AND CONTRACT DOCUMENTS AVAILABLE AT: Chaffey Joint Union High School District Operations and Planning, Room 280211 West Fifth Street, Ontario CA 91762 (909) 4605640 PRE BID JOB WALK LOCATION: To Begin At:Rancho Cucamonga High School: Front of School11801 Lark Drive Rancho Cucamonga, CA 91701 JOB WALK DATE/TIME: Thursday, March 5, 2025 at 9:00 a.m. 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 abovestated date and time, sealed Bid Proposals for the Contracts for the Work generally described as: DistrictWide Auditorium Projectors. 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. 1.02 Bid and Contract Documents. The Bid and Contract Documents are available at the location stated above. 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 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. 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 Form B. Bid Security C. List of Subcontractors D. NonCollusion Declaration E. Statement of Bidder's Qualifications 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 nonresponsiveness. 1.04 JobWalk. The District will conduct a MANDATORY [ONE TIME ONLY] PREBID JOB WALK for the Work to be held at the location, date and time stated above. 1.05 Prevailing Wage Rates, Employment of Apprentices and Labor Compliance Program. The Project is subject to the provisions of Labor Code ��1720 et seq and regulations set forth in Title 8 ��16000 et seq of the California Code of Regulations which govern the payment of prevailing wages on public works projects. All Bidders, and their subcontractors, shall be governed by and required to comply with these statutes and regulations in connection with the Project including, but not limited to, the requirement that all Bidders and their subcontractors be registered with the California Department of Industrial Relations ("DIR") pursuant to Labor Code � 1725.5 . Pursuant to Labor Code �1771, the Contractor receiving award of the Contract and Subcontractors of any tier shall pay not less than the prevailing wage rates to all workers employed in the execution of the Contract. Bidders shall comply with applicable statutes and regulations, including but not limited to Labor Code �� 1771, 1775, 1777.5, 1813 and 1815. Pursuant to Labor Code �1773, the Director of the DIR has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Pursuant to Labor Code �1773.2, copies of these determinations, entitled "PREVAILING WAGE SCALE", are maintained at the District's offices located at the above address and are available to any interested party upon request. Copies of rate schedules are also available on the Internet at: http://www.dir.ca.gov/DIR/S&R/ statistics_research.html The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work. The Project will be subject to labor compliance monitoring and enforcement by the Compliance Monitoring Unit within the Division of Labor Standards Enforcement and the contractors, and all subcontractors, shall be required to furnish certified payroll records directly to the Department of Industrial Relations Labor Commissioner/Compliance Monitoring Unit. 1.06 Contractor's License Classification. In accordance with the provisions of California Public Contract Code �� 3300, the District requires that Bidders possess the following classification(s) of California Contractors License at the time that the Contract for the Work is awarded: "C61" & "D35". 1.07 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 nonresponsive and rejected by the District. 1.08 Fingerprinting. The successful Bidder will be required to assure that its employees, subcontractors of any tier, material suppliers, and consultants do not have direct contact with the District's students during the performance of the Contract in compliance with Education Code ��45125.1 and 45125.2. To ensure these provisions, Bidder's supervisory personnel shall submit their fingerprints to the California Department of Justice in sufficient time to have the application(s) processed prior to start of onsite Work. The supervisor(s) will continuously monitor the workers' conduct while on school grounds. In addition, the successful Bidders shall barricade the Work area to separate its workers from the students. All costs associated with this process are the responsibility of the successful Bidders. 1.09 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. 1.10 Substitute Security. In accordance with the provisions of California Public Contract Code �22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor's performance under the Contract will be permitted at the request and expense of the Contractors. The foregoing notwithstanding, the Bidders to whom the Contracts are awarded shall have ten (10) days following action by the District's Board of Education to award the Contracts to such Bidders to submit their written requests to the District to permit the substitution of securities for retention. The failure of any Bidder to make such written request to the District within said ten (10) day period shall be deemed a waiver of the Bidder's rights under California Public Contract Code �22300. 1.11 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. 1.12 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. 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. 1.13 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 prior to the date and time of scheduled bid opening and receipt of proposals. The District will respond at its earliest possible opportunity. Oral communication by either party with regard to this matter is invalid. 1.14 Alternate Bid Items. SELECTION BY PRIORITIZATION The 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 Project Budget, additive Bid Alternate amounts will be added in priority order until another Alternate cannot be added without exceeding the Project Budget. The Contract 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 Project Budget. If the Base Bid amount exceeds the Project Budget, 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 Project Budget. 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 Project Budget. 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 Project Budget, provided that the Base Bid amount is less than or equal to the Project Budget. 1.15 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. By: Robert Slagle, Director of Operations and Planning, Chaffey Joint Union High School District, Ontario, California. PUBLISH: February 23 & March 2, 2026 Inland Valley Daily Bulletin SB Published: 2/23, 3/2/26Related Notices
Notice
DateCategoryCity
Bids are invited for property line fencing at Alta Loma High School.
Apr 17, 2026Bid NoticeOntario
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