Request for Quotes from Certified DBE/MBE/WBE Subcontractors and Suppliers
Project: Morena Pipeline
Bid No. K-23-2169-DBB-3-C
Owner: City of San Diego
Bid Date: June 15, 2023 at 2:00 p.m.
CASRF and EPA Funded Contract
SWRCB DBE Forms are REQUIRED
DBE Participation Encouraged
Flatiron West, Inc. is bidding the Morena Pipeline, Bid No. K-23-2169-DBB-3-C, as a Prime Contractor and is requesting quotes for the following, but not limited to, scopes of work:
Subcontractors - Asphalt Paving, Cold Plane AC, Color Stamped Concrete, Concrete Barrier, Dewatering, Electrical, Erosion Control, Fencing, Guardrail, Minor Concrete, Reinforcing Steel, Saw and Seal PCC, Shoring, Striping, Traffic Signs.
Suppliers – Aggregate Supply, Concrete Supply, PCC Material Supply, Pipe Supply, Ready Mix Concrete Supply, Traffic Control Materials.
Services – Hazardous Material Disposal, Ground Penetrating Radar, Potholing, QC Testing, Street Sweeping, Survey, Trucking, Video Documentation, Water Truck.
PLEASE SUBMIT QUOTES TO socalbids@flatironcorp.com or by fax to (858) 271-1330.
Plans and specifications are available to download, at no cost, from the City of San Diego PlanetBids website at the following link: https://pbsystem.planetbids.com/portal/17950/portal-home. The Bid Documents are also available, at no cost, from Flatiron in electronic format or can be viewed at our offices in San Diego or Chino. Please call to request access or to make an appointment to view the documents at one of our offices.
This is an American Iron and Steel project. Quotations must be valid for same duration as specified by Owner for contract award. Flatiron analyzes and considers each DBE quote, including those that are broken down into economically feasible units to facilitate bidding. Flatiron intends to work cooperatively with all DBEs for scopes of work firms you are licensed and qualified to perform. Assistance referrals in obtaining bonding, lines of credit, insurance, equipment, supplies and materials is available upon request. Additionally, please contact us if you require technical assistance.
Subcontractors are required to possess and maintain a current contractor’s license and must also be registered with the Department of Industrial Relations (DIR) as required by Public Contract Code Section 1725.5. Subcontractors will be required to execute Flatiron’s Standard Subcontract Terms and Conditions and meet insurance requirements. A copy of our Standard Subcontract Terms and Conditions is available in electronic format upon request.
Notwithstanding any contrary language in a bid to Flatiron West, Inc. (“Flatiron”) or any prior course of dealing between Flatiron and a bidder, and unless waived in writing by Flatiron, Flatiron reserves the right to require each bidder to provide payment and performance bonds assuring bidder’s obligations to Flatiron in the amount of 100 percent of the bid to Flatiron. Flatiron will reimburse the bond premium at actual cost not to exceed 3%.
Non-DBE Subs/Suppliers: Indicate lower tier DBE participation offered on your quotation as it will be evaluated with your price.
Bids should be received no later than 5:00pm on May 31, 2023.
Quotes received after the time listed may be considered non-responsive.
Shimmick Construction Company, Inc. is a Prime Contractor requesting bids from certified Community Business Enterprises (CBE) firms. Subcontractors/Suppliers/Professional Service for the following project:
Los Angeles County Public Works, Project Management Division
NAPLES ISLAND PUMP STATION REHABILITATION – PHASE 1
PROJECT ID NO. FCC0001392
REVISED BID DATE & TIME: June 1, 2023 at 11:00am
Bids should be received no later than 5:00pm on May 31, 2023.
Quotes received after the time listed may be considered non-responsive.
PROJECT OVERVIEW: Removal of existing pumps and electric motors; installation of submersible pumps and sump pumps; and the performance of other appurtenant work under Project ID No. FCC0001392, Naples Island Pump Stations Rehabilitation- Phase 1 Project, in the City of Long Beach.
Scopes of work and suppliers requested but not limited to the following: Asphalt Supplier, Concrete & Cement Supplier, Reinforcing Bar Supplier, Steel Supplier, Door & Frames Supplier, Roofing, Siding & Insulation Supplier, Pipe Supplier, Draining Systems Supplier, Storm Water Systems Supplier, Fencing Supplier, Guard Railings & Barriers Supplier, Construction Area & Roadside Signs, Traffic Control, Temporary Railing (Type K), Reset, Adjust Roadway Items, Remove Concrete, Roadway Excavation, Finishing Roadway, Pipeline-Drain Inspection & Cleaning, Concrete Pumping, Paving Asphalt Concrete & Dike, Portland Cement & Concrete Pavement, Clean & Seal Pavement Joints, Minor Concrete Structure, Concrete Surface, Reinforced Steel, Steel Structures, Corrugated Metal & Jacked Corrugated Steel Pipe, Welding Contractor, Drainage Pumping & Pumping Plant Electrical Equipment, Misc. Iron & Steel Frame (Cover & Grate), Misc. Bridge Metal Pumping Plant Metal, Saw Cutting, Paint & Stain Concrete, Fencing, Metal Beam Guard Railing, Signal & Lighting, Citizen Community Involvement, SWPPP Planning, Flat Bed Trucking, Water Truck, Street Sweeper, Small Structures, Crane Work, Plumbing, Low Voltage & Commercial Electrical Systems, Door Installation Services, Cutting & Coring, Construction Equipment Rental, Demolition, Painted Traffic Striping & Marking. Additional scopes of work may be found in the project documents.
Shimmick Construction has listed scopes of work that may be broken down into economically feasible packages to encourage CBE participation. Shimmick will conduct ourselves in good faith with all firms participating on this project.
Shimmick Construction Company, Inc. – 530 Technology Drive, Suite 300 - Irvine, CA 92618
Phone: (949) 333-1500, Fax: (949) 333-1510
For additional specific project information or to discuss obtaining bonds, lines of credit, or insurance requirements please contact Phillip Van Zale at phillip.vanzale@shimmick.com or (310) 261-0158.
Send all quotes for this project to estimating.southwest@shimmick.com
Contract documents are available: The contract documents for this project may be downloaded free of charge by visiting the Los Angeles County Public Works Business Opportunities website: http://pw.lacounty.gov/general/contracts/opportunities Shimmick Construction has also made the plans and specifications available through SmartBidNet https://securecc.smartinsight.co/#/PublicBidProject/700839 if you require assistance with access to plans/specs or contract requirements please contact Nicole Holliday at nicole.holliday@shimmick.com or at 949-704-2332.
CONTRACTOR REGISTRATION REQUIREMENTS: Labor Code Section 1771.1 (a) 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 this chapter, unless currently registered and qualified to perform public work pursuant to 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.
Bids submitted will confirm the acceptance of the terms and conditions of SCCI’s Standard Long Form Subcontract or Purchase Order, available upon request. A Subcontractor/Supplier providing a proposed bid/price will be viewed as accepting SCCI’s Standard Long Form Subcontract or Purchase Order-100% Performance and Payment bonds are required for subcontractors; material bonds are required from all suppliers. Shimmick Construction will pay bond premium up to 2%. Subcontractors/Suppliers will be required to abide by the terms and conditions of the AGC Master Labor Agreements. All proposers are bound by the prime contract terms and conditions, including payment provisions. Insurance coverage is required as set by the Prime Contract or Shimmick Construction – whichever is greatest. Minimum insurance requirements: General Liability $1M-Per Occurrence/$2M-Agg/$2M-Completed Operations; Excess Liability $5M; Auto Liability $1M; Workers Comp & Employer Liability $1M. The listing of a Subcontractor/Supplier is not to be construed as an acceptance of all of the conditions or exceptions included with the price quote. Shimmick requires that Subcontractor & Supplier price quotes be provided at a reasonable time prior to the bid deadline to enable a complete evaluation.
Shimmick Construction Company, Inc. is An Equal Opportunity Employer