is seeking certified and qualified DBE subcontractors and/or suppliers to provide Scopes of work requested, but not limited to: Demo, Clear & Grub, Earthwork, Aggregate Supply, Pipe Supply, Rip Rap, Fencing, Ready Mix Concrete, Trucking, CIDH Piles, Concrete Flatwork, Cast-in-Place Concrete, Tree Trimming, Removal, and Protection, Metal Beam Guardrail, Video Inspection, Reinforcing Steel, MSE Walls, CIPP Liner, Formwork, Masonry, Structural Steel, Miscellaneous Metals, Metal Roof Decking, FRP Grating, Painting & Coating, Insulation, Sheet Metal, Joint Seal, Doors & Hardware, Valves & Gates, Davit Cranes, Electrical Instrumentation, HVAC, Generators, Surveillance Cameras, Noise Monitoring, Water Truck, SWPPP, QSD,QSP. Additional Scopes of Work may be found in the project documents.
Santa Anita Debris Dam Seismic Strengthening
FCC0001272
LOS ANGELES COUNTY PUBLIC WORKS, PROJECT MANAGEMENT DIVISION III
Santa Anita Debris Dam, Arcadia, CA
04-22-2025 at 11:00 AM
Amy Roller
(949) 333-1500
(949) 333-1510
530 Technology Drive, Suite 300, Irvine, CA, 92618
PROJECT DETAILS:
LOS ANGELES COUNTY PUBLIC WORKS, PROJECT MANAGEMENT DIVISION IIIFCC0001272, SANTA ANITA DEBRIS DAM SEISMIC STRENGTHENING PROJECT
BID DATE & TIME: TUESDAY, APRIL 22, 2025 @ 11:00 AM
Bids should be received no later than 2:00pm on April 21, 2025, quotes received after the time listed may be considered non-responsive.
Shimmick Construction will conduct itself in good faith with all firms participating in this project. Items of work may be broken down into economically feasible packages to encourage DBE participation.
Shimmick Construction requests that Non-DBE subcontractors provide lower-tier DBE participation. Bidders are requested to indicate any lower-tier participation information so it can be evaluated as part of their quote.
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, Mike Randall mike.randall@shimmick.com or (949) 333-1500.
The County of Los Angeles administers the Contractor Development and Bonding Program (CDABP). See page 5 of the NIB and Special Provisions Section 5-3.10.
General work description:
The scope of work of this project includes but is not limited to the following: the seismic strengthening of Santa Anita Debris Dam, rip rap, embankment construction, outlet tower reconstruction, access road construction, intake structure and control building construction, and the performance of other appurtenant work under Project ID No. FCC0001272, Santa Anita Debris Dam Seismic Strengthening Project, in the Cities of Arcadia and Monrovia.
Send all quotes and/or questions regarding to this project to email estimating.southwest@shimmick.com
Contract documents are available: * The contract documents, which include instructions to bidders, plans and specifications are available through the Los Angeles County Public Works Business Opportunities website: http://pw.lacounty.gov/general/contracts/opportunites or through our SmartBidNet Program:. https://securecc.smartinsight.co/#/PublicBidProject/802838. 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 $1M-Per Occurrence/$2M-Agg/$2M-Completed Operations; Excess Liability $5M; Auto Liability $1M; Workers Comp & Employer Liability $1M. Project specific insurance requirements are provided in detail the Special Conditions. 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.
Shimmick Construction Company, Inc. is An Equal Opportunity Employer