Trade Journal

Shimmick Construction Company, Inc.

is seeking certified and qualified DBE, MBE, SBA 8(a), SBE, WBE and WOSB subcontractors and/or suppliers to provide General work description: The scope of work for this project primarily includes, but is not limited to, the following: Site Preparation including developing access routes, haul routes and staging areas, performing vegetation trimming, clearing and grubbing in defined areas (including all unsurveyed tress less than 12” DBH and vegetation), removal of tress per the tree survey schedule greater than 12” DBH, general removal of pedestrian trash/debris, traffic control (pedestrian and vehicle), and delineating work limits and protecting environmentally sensitive areas. Erosion Control including COIR mat and logs, dewatering and aquatic relocation plan (prior to grading), stormwater and general surface water flow management, and site BMPs (e.g. silt fencing). Grading including excavation, soil placement, and compaction. Earthwork spoils hauling and disposal. Import of materials such as boulders and ESM required by contractor. Export of excess fill. Construction Details including channel section improvements such as riffles, pools, transitions, overhanging rootwad pools, rock vanes and groins, rootwad groins, scattered boulder habitat placement, floodplain bench enhancements, and center and angle weirs. Temporary bridge and stream crossing plan and culvert replacement plan required by contractor. Implementation of, and adherence to, project specific mitigation and monitoring plan requirements. Scopes of work requested, but not limited to: Clearing & Grubbing, Excavation and Grading, SWPPP preparation, Traffic Control Signs, Water Trucks, Trucking, Street Sweeping, Erosion Control, Environmental Testing – Water Quality, Surveying, Fencing and Gates, Landscaping and Planting, Asphalt Paving. Additional scopes of work may be found in the project documents.


PROJECT NAME:

ANZA CREEK AND HIDDEN VALLEY CREEK RESTORATION PROJECT

BID CONTRACT #:

Spec No. 24-01

AWARDING AGENCY:

SAN BERNARDINO VALLEY MUNICIPAL WATER DISTRICT

PROJECT LOCATION:

Anza Creek - 5759 Jurupa Ave, Riverside, CA 92504, Hidden Valley Creek – 9085 Kennedy St, Riverside, CA 92509, Riverside, CA, CA, 92504

BID DUE DATE:

07-16-2024 at 10:00 AM

OUTREACH COORDINATOR:

Amy Roller

TELEPHONE:

(949) 333-1500

FAX:

(949) 333-1510

ADDRESS:

530 Technology Drive, Suite 300, Irvine, CA, 92618

PROJECT DETAILS:

Shimmick Construction will conduct itself in good faith with all firms participating on this project. Items of work may be broken down into economically feasible packages to encourage DBE/MBE/WBE participation.

For additional project information or to discuss delivery schedules, obtaining bonding, lines of credit, insurance, technical assistance, necessary equipment, supplies, and/or materials please contact the lead estimator, Brian Larsen @ blarsen@shimmick.com or (949) 333-1500.

Contract documents are available: * The contract documents, which include instructions to bidders, plans and specifications are available for review or for downloading in a PDF file format by email request to the San Bernardino Valley Municipal Water District to: BIDS@SBVMWD.com. The plans and specifications are also available through our SmartBidNet Program https://securecc.smartinsight.co/#/PublicBidProject/764372. If you require assistance with access to plans/specs or contract documents, please contact Amy Roller at amy.roller@shimmick.com or (949) 704-2342.

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 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 and/or Shimmick Construction – whichever is greatest. Minimum insurance requirements: General Liability $5M-Per Occurrence/$5M-Agg/$5M-Completed Operations; Excess Liability $5M; Auto Liability $5M; Workers Comp & Employer Liability $1M. Project specific insurance requirements are provided in detail the General Conditions (Article 12). The listing of a Subcontractor/Supplier is not to be construed as an acceptance of all 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.

PDF ATTACHMENTS:

Social Media

Copyright © 2024 Compliance News All rights reserved.