Similar Projects
Rathbun Creek Trailhead Restroom and Parking Lot - City of Big Bear Lake
Infrastructure
Conception
$660,000 est. value
Big Bear Lake, CA

Village Drive And Stocker Road Sidewalk Improvements - City Of Big Bear Lake
Infrastructure
Conception
$275,000 est. value
Big Bear Lake, CA 92315

Cape Seal Project (Measure N)
Term Contract
Design
Visalia, CA

North System North Trunk (NSNT) Sewer Siphon Replacement
Infrastructure
Design
$2,000,000 CJ est. value
Chino, CA 91710

Joslyn Senior Center Renovation
Renovation, Infrastructure
Bidding
$597,958 CJ est. value
Redlands, CA 92373

Runway 26R ILS Upgrade Project at Ontario Internatonal Airport
Infrastructure
Bidding
$3,250,000 CJ est. value
Ontario, CA 91762

Street Striping and Pavement Marking Services
Infrastructure
Sub-Bidding
$300,000 CJ est. value
San Bernardino, CA 92401

Street Striping and Pavement Marking Services
Infrastructure
Sub-Bidding
$300,000 CJ est. value
San Bernardino, CA 92401

Laurel Avenue at Randall Avenue
Alteration
Post-Bid
Fontana, CA 92331

Pavement Management Program Sector E Pavement Rehabilitation
Infrastructure
Post-Bid
Highland, CA 92346

3rd Street, Buena Mesa Drive, and Calimesa Boulevard 24" Recycled Water Pipeline
Infrastructure
Results
$4,000,000 to $6,000,000 est. value
Calimesa, Yucaipa, CA 92399

HMA (Type A), Roadway Excavation, and Class 2 Aggregate Base
Infrastructure
Results
$5,700,000 est. value
Los Angeles, CA

San Bernardino County Transportation Tunnel
New Construction, Infrastructure
Pending Verification
$492,000,000 CJ est. value
Rancho Cucamonga, CA 91730

San Bernardino County Transportation Tunnel
New Construction, Infrastructure
Pending Verification
$492,000,000 CJ est. value
Rancho Cucamonga, CA 91730

Muscatel Street Improvements - 7144 - City of Hesperia
Alteration
Conception
$2,480,000 est. value
Hesperia, CA 92344

Last Updated 08/05/2022 12:37 AM
Project Title

Burnt Mill Road Pipeline Extension

Physical Address View project details and contacts
City, State (County) Lake Arrowhead, CA 92352   (San Bernardino County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Paving/Reconstruction, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $61,366 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of August 3, 2022, this project has not yet been awarded. A timeline for award has not yet been established. Prospective bidders are hereby notified that Crestline-Lake Arrowhead Water Agency (Owner) of Crestline, California, is requesting sealed bid proposals for subject work in accordance with the Specifications and 24 x 36 Drawings. The contract work basically consists of installing approximately 200 LF of 6-inch diameter PVC piping in an existing paved County maintained road by connecting to an existing 6-inch diameter asbestos cement pipe, installation of a 2-inch potable water service and asphalt repair. The location of the project work is in Lake Arrowhead of San Bernardino County. Award, if made, will be made to one (I) bidder. Award, if made, will be made within Sixty (60) calendar days following the Notice to Proceed. The Owner reserves the right to make award, or not make award, to waive any irregularity, or to award to other than the lowest bidder. Prevailing wages are required to be paid on this project. The Engineers estimated construction cost is $70,000 for the Bid Schedule. All work under this contract shall be completed within Seventy-five (75) calendar days from the date the Owner gives written Notice to Proceed to the Contractor. Completion time in calendar days includes Saturdays, Sundays and holidays. The contract completion time includes contract processing time, submittals review and approval, etc. Each proposal must be accompanied by: (a) cash; (b) a certified or cashier's check made payable to the "Crestline Lake Arrowhead Water Agency"; (c) equivalent cash or securities pursuant to Section 995.710 of the Code of Civil Procedure, or (d) a bid bond payable to " Crestline Lake Arrowhead Water Agency" executed by the bidder as principal and surety as obligor in an amount equal to ten percent (10%) of the maximum amount of the bid. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be a California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. The cash, check, equivalent cash or securities, or bid bond shall be given as a guarantee that the bidder, if an award is made to the bidder in accordance with the terms of said bidder's proposal, shall provide the payment and performance bonds and insurance certificates and endorsements as required herein within ten (10) calendar days after notification of the award of the Contract to the bidder. Failure to provide the required documents may result in forfeiture of the bidder's bid deposit or bond to the Agency and the Agency may award the Contract to the next lowest responsive, responsible bidder, or may call for new bids; the bidder shall also: a. Execute a contract in the Agency's standard form together with the Labor Code certification thereon. Said contract shall incorporate by reference the Notice Inviting Bids; the Proposal; Bidder's Plan for Construction; Bidder's Statement of Experience, Financial Condition and References; Bidding Sheet; General Conditions; Special Requirements; Basic Specifications; Technical Specifications; and Drawings; b. Furnish a performance bond as required thereby with a corporate surety or sureties satisfactory to the Agency, or equivalent cash or securities for the faithful performance of the said contract. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be a California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. Said performance bond shall be for an amount of not less than one hundred percent (100%) of the total bid price; c. Furnish also a labor and materials payment bond with a corporate surety or sureties satisfactory to the Agency. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be a California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. Said bond shall be for an amount of not less than one hundred percent (100%) of the total bid price; d. Furnish certificates of insurance and endorsements, evidencing that all insurance coverage required by the Contract has been secured. All contract construction shall be by an organization which has had successful experience in the construction of facilities of the TYPE & SIZE SPECIFIED, OR COMPARABLE. Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following appropriate classification(s) of contractor's license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract: Class "A" (General Contractor) or "C-34" (Pipeline) License. If the bidder is a specialty contractor, the bidder is alerted to the requirements of Business and Professions Code Section 7059. The Agency requires the Contractor to self-perform fifty-five percent (55%) of the work bid upon. The Contractor shall obtain a copy of the prevailing rates of per diem wages from the website of the Division of Labor Statistics and Research of the Department of Industrial Relations located at www.dir.ca.govidlsr/. Please note that the prevailing wage for this project shall be based on those wages in effect at the time of bid opening. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to perform the work available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the job site. The successful bidder and all subcontractor(s) under him, shall comply with all applicable Labor Code provisions, which include, but are not limited to the payment of not less than the required prevailing rates to all workers employed by them in the execution of the Contract, the employment of apprentices, the hours of labor and the debarment of contractors and subcontractors. Contractor shall defend, indemnify and hold the Agency, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the prevailing wage laws. The Contractor shall forfeit, as a penalty to the Agency, $200.00 for each calendar day or portion thereof for each workman paid less than the said stipulated prevailing rates for any work done under the contract by him or by any subcontractor under him in violation of the California Labor Code. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the Bidder's and its subcontractors' current registration with the Department of Industrial Relations. If awarded a Contract, the Bidder and its subcontractors of every tier shall maintain active registration with the Department of Industrial Relations for the duration of the Project. It shall be the Bidder's sole responsibility to evaluate and include the cost of complying with all labor compliance requirements. Contractor shall pay to the Owner the amount of $500.00 per calendar day as fixed and agreed upon liquidated damages for each calendar days delay in the completion of all the contract work beyond the Contract Completion Schedule. Liquidated damages will not be assessed for delays caused without the fault or negligence of the Contractor, all of which shall be determined by the Engineer. The Contractor's submittal drawings, information and data, as approved by the Engineer, are hereby made a part of these Contract Documents. Refer to General Specifications herein. The Contractor shall determine and comply with all Federal, State and County rules and regulations applicable to the contract work, at no additional cost to the Owner. Any other required permits and/or licenses necessary to the prosecution of the contract work shall be secured by the Contractor at his own expense. In order to submit a bid, prospective bidders are required to be a registered "Plan Holder" by submitting a completed and signed Plan Holder's Information Form to Albert A. Webb Associates and receiving the plans and specifications. Only registered Plan Holders will be notified of addenda to the Contract Documents. Complete copies of all documents and specifications with which all bid items must comply shall be emailed to Albert A. Webb Associates. Partial payment requests for contract work completed shall be prepared and submitted monthly to the Owner for approval in the amount of 95% of the estimated value of such work, as approved by the Engineer. The Owner will make payment to the Contractor within fifteen (15) days after approval of the partial pay request. Please contact the project engineer Shane Bloomfield of Albert A. Webb Associates at 951-248-4293 or submit an email to shane.bloomfield@webbassociates.com for questions pertaining to the project. Question Deadline 07/20/2022 at 5:00 PM PT

Details

Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.
Division 34 - Transportation, Operation and Maintenance of Transportation.

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