Similar Projects
RFP Engineering - Design Services - Date Elementary School Street Improvements Project
Infrastructure
Bidding
$150,000 CJ est. value
Fontana, CA 92335

SELPA Building 31 and 32 Remodel
Build-out
Bidding
$180,000 CJ est. value
Fontana, CA 92335

Bear Gulch Elementary School Classrooms Addition
Addition, Demolition, Infrastructure
Sub-Bidding
$2,000,000 CJ est. value
Rancho Cucamonga, CA 91730

Mountain View School District Secured Entry Project
Renovation
Sub-Bidding
$500,000 CJ est. value
Ontario, CA 91761

Portable Classroom Building
New Construction
Post-Bid
Hesperia, CA 92345

Pre-Construction and Lease-Leaseback Services for Sierra Lakes Elementary School New Classroom Building and Kindergarten Renovation
New Construction
Post-Bid
$8,000,000 est. value
Fontana, CA 92336

Portable Additions to the Los Amigos Elementary School
Addition
Results
Rancho Cucamonga, CA 91701

ADA Front Entry Upgrades at Myers Elementary School
Renovation, Infrastructure
Results
Rialto, CA 92410

District Wide HVAC Replacements 6 Campuses
Renovation
Post-Bid
$300,000 CJ est. value
Hesperia, CA 92345

Playground Site Work at Riverside Preparatory Elementary School
New Construction
Results
$1,200,000 est. value
Oro Grande, CA 92368

Preserve II School New Construction
New Construction, Infrastructure
Post-Bid
$1,500,000 CJ est. value
Chino, CA 91710

RFQ Contractor - Hermosa Elementary School Modernization
Renovation
Results
$7,000,000 est. value
Rancho Cucamonga, CA 91737

RFQ D/B - Multi Building Complex
New Construction, Infrastructure
Post-Bid
$60,000,000 CJ est. value
Oro Grande, CA 92368

Exterior Paint - Cajon High School and Bonnie Oehl Elementary School
Renovation
Results
$177,000 CJ est. value
San Bernardino, CA 92401

RFQ/P Design - California Schools Healthy Air, Plumbing, and Efficiency Program (CalSHAPE) Grant Application and Energy Program Implementation Services
Renovation
Post-Bid
Fontana, CA 92335

Last Updated 02/24/2023 10:01 PM
Project Title

Moreno Elementary School HVAC & Roof Replacement Project

Physical Address View project details and contacts
City, State (County) Montclair, CA 91763   (San Bernardino County)
Category(s) Education
Sub-Category(s) Elementary School
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $2,275,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

EE Project No. 22-Z0151-0158 If you have any questions, please call Mr. Tim Galeana at 626-441 -7050. We are glad we could be of service to you. Sealed Prime bids for the award of a Contract for the following: Moreno Elementary School HVAC & Roof Replacement Project BID NO. C-223-430, PROJECT E004 All bids shall be made and presented only on the forms presented by the District and Construction Manager. Any bids received after the time specified above or after any extensions due to material changes shall be returned unopened. For a more detailed discussion on Contract Time, Trade Contractor must refer to the General Conditions, Supplementary Conditions, Trade Contractor Scope of Work and General Requirements regarding Milestones and Liquidated Damages. The District requires that bidders possess the following classification(s) of contractor s license at the time that the Contracts are awarded : B and/or C-20, C-39 License If the license classification specified herein is that of a specialty contractor, the specialty contractor awarded the contract for this work shall itself PERFORM a majority of the work. This project shall be completed within Three Hundred Seventy (370) consecutive calendar days from the date stated in the Notice of Award. Failure to complete the work within the specified time will result in the imposition of liquidated damages for each day of delay as specified in the Information for Bidders. Additive/ Deductive Bid Alternates (See Instruction to Bidders) 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. Miscellaneous Information Bids shall be received in the place identified above, and shall be opened and publicly read aloud at the above-stated time and place. 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 license in the Trade of Work as designated in the Trade Contractor Scope of Work and must be properly licensed 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 Trade Contractor s 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 as required by the Subletting and Subcontracting Fair Practices Act, California Public Contract Code Sections 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 Trade 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 Trade Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to the Trade 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, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the Trade Contractor to whom the Contract is awarded, and upon any subcontractor under such Trade 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 formaonds, 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 t 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 Contracts 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. Inland Valley Daily Bulletin - SB Published: 1/10, 1/17/23ined 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 Contracts 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. Inland Valley Daily Bulletin -

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Painting.
Division 10 - Specialties, Visual Display Units, Chalkboards, Markerboards, Tackboards, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Toilet Accessories, Emergency Aid Specialties, Fire Protection Specialties, Lockers, Flagpoles.
Division 11 - Equipment, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Delivery Carts and Conveyors, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Educational and Scientific Equipment, Audio-Visual Equipment, Play Field Equipment and Structures.
Division 12 - Furnishings, Casework, Countertops, Office Furniture, Institutional Furniture, Classroom Furniture.
Division 21 - Fire Suppression.
Division 22 - Plumbing, Common Work Results for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Common Work Results for HVAC, Instrumentation and Control for HVAC, HVAC Air Distribution, Ventilation Hoods, Commercial-Kitchen Hoods.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Common Work Results for Communications, Structured Cabling, Voice Communications, Audio-Video Communications, Audio-Video Systems, Integrated Audio-Video Systems and Equipment, Integrated Audio-Video Systems and Equipment for Classrooms, Distributed Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Common Work Results for Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Common Work Results for Earthwork, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Fences and Gates, Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

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