Similar Projects
Fullerton Transportation Center ADA Improvements - 55053
Infrastructure
Conception
$1,000,000 est. value
Fullerton, CA 92832

South Aircraft Parking Ramp Pavement Rehabilitation - City of Fullerton
Alteration
Conception
Less than $2,200,000 est. value
Fullerton, CA 92833

Center Greens - City of Anaheim
Infrastructure
Design
$3,520,000 CJ est. value
Anaheim, CA 92805

Grace Church Of Orange Sports Building
New Construction, Infrastructure - 8,662 SF
Design
$2,000,000 CJ est. value
Orange, CA 92869

Place RHMA-G and High Friction Surface Treatment
Infrastructure
Post-Bid
$1,570,000 est. value
CA

Glen Mar Frontage Road Beautification Project
Infrastructure
Post-Bid
Huntington Beach, CA 92646

Maintenance Services for Operating Railroad Right-of-Way
Alteration
Results
CA

Euclid Street Rehabilitation
Term Contract
Results
Anaheim, CA 92809

AutoZone #3001 / Anaheim
New Construction, Infrastructure - 7,000 SF
Construction
$1,500,000 CJ est. value
Anaheim, CA 92801

AutoZone #3001 / Anaheim
New Construction, Infrastructure - 7,000 SF
Construction
$1,500,000 CJ est. value
Anaheim, CA 92801

Fire Station No. 4 Replacement - City of Laguna Beach
Demolition, New Construction, Infrastructure - 9,975 SF
Pending Verification
$6,100,000 CJ est. value
Laguna Beach, CA 92651

Runway Precision Approach Path Indicator - 49015 - City of Fullerton
Renovation, Infrastructure, Alteration
Conception
$250,000 est. value
Fullerton, CA 92833

SR-55 Widening from I-405 and I-5 - Orange County Transportation Authority (OCTA)
Infrastructure
Design
$475,100,000 est. value
Costa Mesa, CA 92627

Cold Plane AC Pavement and Place RHMA-G
Infrastructure
Post-Bid
$2,370,000 est. value
Costa Mesa, Newport Beach, CA

Place Precast Concrete Pavement and Replace Concrete Slab
Infrastructure
Results
$21,200,000 est. value
CA

Last Updated 07/26/2023 09:43 AM
Project Title

Fullerton Kimberly Well 1A Well Rehabilitation

Physical Address View project details and contacts
City, State (County) Fountain Valley, CA 92708   (Orange County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Maintenance, Paving/Reconstruction, Sewage Treatment Plant, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $1,499,900 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The Fullerton Kimberly Well 1A Well Rehabilitation project generally consists of the following major components : 1. Rehabilitation (redevelopment) of City water supply well number 1A. 2. Furnish and install a new well pump and motor. 3. Well 1A Structural Concrete: Construct structural concrete at the Kimberly Well 1A site for the new Well 1A well base. 4. Connect to the existing Water Treatment Plant: Furnish and install epoxy lined and coated above ground piping. 5. Paving and Site Improvements: Grading and Asphalt Paving at the Well 1A site. 6. Electrical and Instrumentation: Electrical equipment and facilities, and instrumentation equipment and facilities at the Well 1A site. Instrumentation and control systems shall be coordinated with the City s Controls Integrator. 7. Provide all commissioning and start-up-services. The District Project Manager will also discuss the role and participation of potential bidders in the District s Contractor Safety Program. Also, as a part of this program, the OCWD Pre-Award Safety Review form (Appendix A of the Contractor Safety Procedures) will be discussed in greater detail. All Work must be substantially completed within Three Hundred Thirty (330) consecutive calendar days from the date of the Notice to Proceed issued by the District. Failure to complete the Work within the time set forth herein will result in the imposition of liquidated damages for each day of delay, in the amount set forth in the Information for Bidders. Each Bid shall be accompanied by one of the following: a certified or cashier's check, or bid bond in an amount not less than ten percent (10%) of the total bid price, payable to the Orange County Water District, as a guarantee that the Bidder, if its Bid is accepted, shall promptly execute the Agreement, furnish a satisfactory Faithful Performance Bond in an amount not less than one hundred percent (100%) of the total bid price, furnish a Labor and Material Bond in an amount not less than one hundred percent (100%) of the total bid price, and furnish certificates evidencing that the required insurance is in effect in the amounts set forth in the Insurance Conditions. The Faithful Performance Bond shall remain in full force and effect through the guarantee period as specified in the General Provisions. All surety companies shall be admitted surety insurers and shall comply with the provisions of Code of Civil Procedure Section 995.630. As required by Section 1773 of the California Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the general prevailing rates of wages in the locality in which the Work is to be performed. The prevailing wage determinations are available at the following web site:electronically The Contractor and any subcontractor under it shall not pay less than the specified prevailing rates of wages to all workers employed in the execution of the Contract. All questions relative to this project prior to the opening of bids shall be directed, in writing, to the Engineer for the project: At the request and expense of the successful bidder, the District will pay the amounts retained pursuant to the contract documents as security for the completion of the Work in compliance with the requirements of Public Contract Code Section 22300 and the provisions of the General Provisions pertaining to Substitution of Securities. The District has instituted a Contractor Safety Program to comply with Cal/OSHA s Multi-Employer Worksite Standards. A copy of the District s Contractor Health & Safety Handbook is appended as Exhibit B of these contract documents. Potential bidders are strongly encouraged to familiarize themselves with this handbook and complete and submit appropriate forms with their bid proposal as indicated. The Orange County Water District reserves the right to reject any or all bids, and to waive any informality in any bid. Addendum 1 has been released. please contact the owner for the information. Project no 200-09267-20001-02

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Extinguishers, Storage Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Systems, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Water Utilities, Water Utility Distribution Equipment, Water Utility Pumping Stations, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.
Division 40 - Process Integration, Water Process Piping.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater Equipment.

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