Similar Projects
Fish Passage - Replace Culverts with Bridges
Infrastructure
Design
$4,878,000 CJ est. value
Yreka, CA 96097

Rehabilitate Pavement
Infrastructure
Design
$32,229,000 CJ est. value
Tulelake, CA 96134

Wastewater Collection System Improvements Project
Infrastructure
Bidding
$6,500,000 CJ est. value
Yreka, CA 96097

Place Hot Mix Asphalt (Type A) and Replace Asphalt Concrete Surfacing
Infrastructure
Bidding
$2,270,000 CJ est. value
Callahan, CA 96014

Newell Sewer Collection and Lagoon Improvements
Infrastructure
Post-Bid
$4,000,000 CJ est. value
Newell, CA 96134

RFQ Contractor - Forest Service - Klamath National Forest Vault, Vault Liner and Site Preparation and Installation
Infrastructure
Post-Bid
$500,000 CJ est. value
Yreka, CA 96097

Kitchen/Cafeteria Building (Increment 1) at Weed Elementary School - Earthwork
New Construction, Infrastructure
Results
Weed, CA 96094

EWWTP Well 3 Drilling
Infrastructure
Results
$587,085 CJ est. value
Elmira, CA 95625

Pavement Rehabilitation
Infrastructure
Design
$20,350,000 CJ est. value
Weed, CA 96094

Septic Pumping for Inland Hatcheries
Infrastructure
Bidding
$70,000 CJ est. value
Mount Shasta, CA 96067

Dollar Tree - Store #08645 (Rebid)
New Construction, Infrastructure - 10,080 SF
Post-Bid
$1,200,000 CJ est. value
Weed, CA 96094

Weed E.S. New Admin / Classroom Building Increment 2 Bid Package WES 2022.2.31.b Earthwork / Concrete
Renovation, Infrastructure
Results
$1,850,000 CJ est. value
Weed, CA 96094

CHP Mount Shasta Area office - Parking Lot Repairs Services
Infrastructure
Post-Bid
$200,000 CJ est. value
Mount Shasta, CA 96067

Weed Elementary School Construction of 1 Kitchen /Cafeteria Building Increment 1 Underground Utilities
Infrastructure
Post-Bid
$80,000 CJ est. value
Weed, CA 96094

Discovery Marsh Trail
Infrastructure
Post-Bid
$2,000,000 CJ est. value
Tulelake, CA 96134

Last Updated 02/09/2023 05:16 PM
Project Title

Municipal Water Well Project

Physical Address View project details and contacts
City, State (County) Dorris, CA 96023   (Siskiyou County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected July 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $700,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of February 09th, 2023, project received no bids. No timeline as to when the project will rebid. In accordance with the Contract Documents therefor and any addenda which may be issued prior to the Bid opening date. The project is located within the City of Dorris on the Library Parcel at the west end of Third Street. The Project includes the work of drilling, sealing, casing, and developing a new community water supply well having an estimated depth of 1,200 feet. Bidders are to be licensed in accordance with the provisions of the Contractor s License Law , Chapter 9 of Division 3 of the State Business and Professions Code. In addition, Bidder must have at the time the contract is awarded for this project, the following classification of contractor s license: California Contractor s License, Class C-57 (Well Drilling Contractor). Bids must be submitted for the entire work and must be in accordance with the Instructions to Bidders which are included in the Contract Documents. Bids must be accompanied by a Bid Bond or other Bidder's Security AS SET FORTH IN THE INSTRUCTIONS TO BIDDERS. Any Bid not so submitted will be considered as not responsive to this Invitation. Bidder's Security shall be in the amount of 10% of the amount of the Bid. The successful Bidder will be required to furnish a Labor and Material Bond and a Faithful Performance Bond, each in the Amount of 100% of the Contract Price, in the form and time set forth in the Contract Documents. The Contractor may elect to receive 100% of payments due under the Contract from time to time, without retention of any portion of the payment due by the Owner, by depositing securities of equal value with the Owner in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractor, shall be valued by an auditor retained by the Owner, whose decision on valuation of the securities shall be final. This is a public works project, and the Contractor shall be required comply fully with all Laws and Regulations of the State of California regarding Labor Standards and the payment of prevailing wages on Public Works. Pursuant to Section 1773, et.seq., of the Labor Code, the Owner has determined that the General Wage Determinations issued by the State of California Director of Industrial Relations shall apply to the work. The most current of such determinations received by the Owner for applicable trades are included in the Contract Documents. In addition, this project is funded by a Grant from the Safe Drinking Water State Revolving Fund (SDWSRF), through the State of California Department of Public Health, and the Contractor shall be required to pay not less than the minimum wages determined by the U.S. Department of Labor. In case of conflict between the Federal and State Wage rates, the higher rates must be paid. Bidders are responsible to inform themselves as to current and applicable wage rates, and as to any pending changes or adjustments of such rates. This project is funded in part by the State Revolving Fund (SRF), and as such a labor compliance program (LCP) in accordance with California Labor Compliance Code Section 1771.8 must be adopted and enforced. Additionally, SRF requires payment of federal prevailing wages, specifically, Davis-Bacon Act wage rules apply to all assistance agreements made in whole or in part with SRF funds. Section 1606 of the Act states as follows: WAGE RATE REQUIREMENTS: SEC. 1606. Notwithstanding any other provision of law and in a manner consistent with other provisions in this Act, all laborers and mechanics employed by Contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with Subchapter IV of Chapter 31 of Title 40, United States Code. With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C. App.) and Section 3145 of title 40, United States Code. The general prevailing wage rate of per diem wages, holidays, and over-time work for each craft, classification, or type of workman needed to execute the Contract are established by the Secretary of Labor in accordance with the Davis-Bacon Act. In addition, the general prevailing wage rate of per diem wages, holidays, and over-time work for each craft, classification, or type of workman needed to execute the Contract are established by the State of California, Department of Industrial Relations. If there is a difference between the minimum wage rate determined by the Secretary of Labor and the prevailing wage rates determined by the State of California for similar classifications of labor, the higher wage rate shall prevail. The Wage Decision, including modification, must be posted by the Contractor on the job site. The contents of this document do not necessarily reflect the views and policies of the State Water Resources Control Board (SWRCB), nor does mention of trade names or commercial products constitute endorsement or recommendation for use. (Government Code, 7550; 40 CFR 31.20). Bidders are notified that financing for this project is provided pursuant to SRF Program and the Division of Financial Assistance, and that as allowed in Public Contract Code Section 22300, this Contract does provide for substitution of securities for any monies withheld by the Owner to ensure performance under this contract. Bidders are further notified that this Contract does permit retainage to be placed in escrow and/or to be invested for the benefit of the Contractor. Additionally, projects funded with monies made available by SRF have statutory requirements commonly known as American Iron and Steel; that requires all of the iron and steel products used in the project to be produced in the United States ( American Iron and Steel Requirement (AIS)) including iron and steel products provided by the Contactor pursuant to this Agreement. Manufacturers and/or models listed herein may or may not provide materials meeting AIS. If listed manufacturers cannot provide AIS materials, it is still incumbent upon the Contractor to meet AIS requirements at no additional cost to the Owner. SRF funding for this project includes strict guidelines for Disadvantaged Business Enterprises (DBE). Good Faith Efforts (GFE) are required for all financial agreement Recipients and Bidders to ensure that all DBEs have the opportunity to compete for procurements funded by financial assistance dollars. Six Good Faith Efforts Include: 1. Ensure DBEs are made aware of contracting opportunities to the fullest extent practical through outreach and recruitment activities. For Bidders, Tribal, State and Local Government Recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. 2. Make information on forthcoming opportunities available to DBEs. Post solicitations for bids or proposals for a minimum of 30 calendar days before the bid opening date via internet, in trade journals, Building Exchange, emails, etc. The Recipients and Bidders shall post at least once in a local newspaper with the largest circulation for the area. 3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. 4. Encourage contracting with a group of DBEs when a contract is too large for one firm to handle individually. 5. Use the services and assistance of the Small Business Administration (SBA) and Minority Business Development Agency (MBDA) of the Department of Commerce. 6. If the prime contractor awards subcontracts, the prime contractor is required to take the above steps. The City of Dorris, at the sole discretion of the City Council, reserves the right to reject any or all bids or to waive any irregularity, except as forbidden by law, in any Bid received.

Details

Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties, Signage, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Extinguishers, Storage Specialties.
Division 11 - Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical.
Division 27 - Communications, Data Communications, Voice Communications, Audio-Video Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork.
Division 32 - Exterior Improvements, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Water Utility Distribution Equipment, Water Utility Pumping Stations, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains.
Division 40 - Process Integration, Water Process Piping.
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