Search Results: Planholders

Listing for all primes seeking assistance with project 01-0H6504.

8 records found



Contractor: Wylatti Resource Management Contact: Charles Elliott
Address: 23601 Cemetery Lane Covelo, CA 95428
Phone: 707-983-8135 Fax: Email: celliott.wylatti@gmail.com
Services needed: Wylatti Resource Management, Inc. is requesting quotes from all qualified Subcontractors and Suppliers including certified DBE firms for the following items of work, including but not limited to: Lead Compliance Plan, Level 2 Critical Path Method Schedule, Time-Related Overhead (Wday), Dispute Resolution Board On-Site Meeting, Hourly Off-Site Dispute-Resolution-Board-Related Tasks, Develop Water Supply, Construction Area Signs, Traffic Control System, Stationary Impact Attenuator Vehicle, Channelizer (Surface Mounted), Portable Radar Speed Feedback Sign Systems (Ls), Temporary Barrier System, Temporary Pedestrian Access Route, Portable Changeable Message Sign (Ls), Alternative Temporary Crash Cushion Tl-3, Automated Flagger Assistance Device Day, Job Site Management, Water Pollution Control Program, Temporary Erosion Control Blanket, Temporary Mulch, Temporary Cover, Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temporary Gravel Bag Berm, Temporary Reinforced Silt Fence, Temporary Silt Fence, Temporary Construction Entrance, Temporary Construction Roadway, Street Sweeping, Temporary Concrete Washout, Water Quality Sampling And Analysis Day, Water Quality Monitoring Report, Water Quality Annual Report, Temporary Creek Diversion Systems, Contractor-Supplied Biologist (Ls), Natural Resource Protection Plan, Aquatic Species Protection And Relocation, Invasive Species Control, Remove Concrete (Structure), Temporary High-Visibility Fence, Clearing And Grubbing (Ls), Roadway Excavation (Topsoil), Imported Borrow (Cy), Plant (Group P), Plant Establishment Work, Wood Mulch, Move-In/Move-Out (Erosion Control), Hydraulic Biotic Growth Medium, Fiber Reinforced Matrix (Sqft), Rolled Erosion Control Product (Netting), Fiber Rolls, Compost (Cy), Incorporate Materials, Class 2 Aggregate Base (Cy), Hot Mix Asphalt (Type A), Place Hot Mix Asphalt Dike (Type A), Place Hot Mix Asphalt Dike (Type D), Place Hot Mix Asphalt Dike (Type E), Place Hot Mix Asphalt (Miscellaneous Area), Remove Asphalt Concrete Dike, (F) - Structural Concrete, Headwall, Structural Concrete, Drainage Inlet, Structural Concrete (Junction Structure), Concrete Backfill (Pipe Trench), Concrete Collar, 12" Plastic Pipe, 18" Reinforced Concrete Pipe, 24" Reinforced Concrete Pipe, 30" Reinforced Concrete Pipe, 36" Reinforced Concrete Pipe, 42" Reinforced Concrete Pipe, 54" Reinforced Concrete Pipe, 12" Corrugated Steel Pipe (.079" Thick), 14" X 24" Elliptical Corrugated Steel Pipe, 18" Corrugated Steel Pipe (.109" Thick), 24" X 48" Elliptical Corrugated Steel Pipe, 24" Corrugated Steel Pipe (.109" Thick), 30" Corrugated Steel Pipe (.138" Thick), 36" Corrugated Steel Pipe (.138" Thick), 12" Slotted Corrugated Steel Pipe (.109" Thick), 8" Non-Perforated Steel Pipe Underdrain (.079" Thick), 12" Corrugated Steel Pipe Downdrain (.079" Thick), 18" Corrugated Steel Pipe Downdrain (.079" Thick), 24" Corrugated Steel Pipe Downdrain (.109" Thick), 30" Corrugated Steel Pipe Downdrain (.109" Thick), 36" Corrugated Steel Pipe Downdrain (.109" Thick), 48" Corrugated Steel Pipe Downdrain (.109" Thick), 12" Entrance Taper, 24" Entrance Taper, 12" Anchor Assembly, 24" Anchor Assembly, 30" Anchor Assembly, 36" Anchor Assembly, Cable Anchorage System, 48" Anchor Assembly, Drainage Inlet Marker, 36" Corrugated Steel Pipe Inlet (.168" Thick), 24" Corrugated Steel Pipe Energy Dissipator (.064" Thick), 48" Welded Steel Pipe (.750" Thick) (Trenchless), 18" Steel Flared End Section, 24" Steel Flared End Section, 30" Steel Flared End Section, 24" Concrete Flared End Section, 36" Trenchless Welded Steel Pipe (0.625" Thick), 36" Precast Concrete Pipe Inlet, Inlet Depression, Abandon Culvert (Lf), Remove Overside Drain, Remove Culvert (Lf), Remove Slotted Corrugated Steel Pipe, Remove Downdrain (Ea), Remove Inlet, Remove Headwall, Remove Pcc Apron, Remove Concrete Flared End Section (Ea), Remove Flared End Section (Ea), Culvert Slurry-Cement Backfill, Concrete (Concrete Apron), Gravel Filter, Rock Slope Protection (3/8 T, Class Vi, Method B) (Cy), Rock Slope Protection (1/4 T, Class V, Method B) (Cy), Rock Slope Protection (300 Lb, Class Iv, Method B) (Cy), Rock Slope Protection (150 Lb, Class Iii, Method B) (Cy), Rock Slope Protection (60 Lb, Class Ii, Method B) (Cy), Rock Slope Protection (20 Lb, Class I, Method B) (Cy), (F) - Miscellaneous Iron And Steel, Temporary Fence (Type Bw), Marker (Culvert), Remove Marker, Reset Roadside Sign (One Post), (F) - Cable Railing, Maintaining Existing Traffic Management System Elements During Construction, Modifying Signal And Lighting Systems, Modifying Changeable Message Sign Systems, Mobilization
Requirements: Wylatti Resource Management, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages. Please email celliott.wylatti@gmail.com and sford.wylatti@gmail.com with quotes and/or any questions. Please provide valid DIR registration, CSLB, and any certifications (DVBE, SB, DBE) carried along with your quote. If your services will involve use of your off-road diesel fleet, please provide a current CARB DOORs certificate as well. Subcontractors must possess an active contractor’s license, insurance and worker’s compensation coverage meeting Caltrans’ requirements and will be required to sign the standard Wylatti Resource Management, Inc. Subcontract Agreement.
Date posted: 05/01/2025
Contractor: Granite Construction Company Contact: Bret McPhaul
Address: 1324 S State Street Ukiah
Phone: 707-489-4782 Fax: 707-467-4143 Email: elizabeth.mello@gcinc.com
Services needed: Lead compliance plan, level 2 critical path method schedule, develop water supply, construction area signs, traffic control system, stationary impact attenuator vehicle, channelizer (surface mounted), portable radar speed feedback sign systems (ls), temporary barrier system, temporary pedestrian access route, portable changeable message sign (ls), alternative temporary crash cushion tl-3, automated flagger assistance device day, water pollution control program, temporary erosion control blanket, temporary mulch, temporary cover, temporary drainage inlet protection, temporary fiber roll, temporary gravel bag berm, temporary reinforced silt fence, temporary silt fence, temporary construction entrance, temporary construction roadway, street sweeping, temporary concrete washout, water quality sampling and analysis day, water quality monitoring report, water quality annual report, temporary creek diversion systems, contractor-supplied biologist (ls), natural resource protection plan, aquatic species protection and relocation, invasive species control, remove concrete (structure), temporary high-visibility fence, clearing and grubbing (ls), roadway excavation (topsoil), imported borrow (cy), plant (group p), plant establishment work, wood mulch, move-in/move-out (erosion control), hydraulic biotic growth medium, fiber reinforced matrix (sqft), rolled erosion control product (netting), fiber rolls, compost (cy), incorporate materials, class 2 aggregate base (cy), hot mix asphalt (type a), place hot mix asphalt dike (type a), place hot mix asphalt dike (type d), place hot mix asphalt dike (type e), place hot mix asphalt (miscellaneous area), remove asphalt concrete dike, (f) - structural concrete, headwall, structural concrete, drainage inlet, structural concrete (junction structure), concrete backfill (pipe trench), concrete collar, 12" plastic pipe, 18" reinforced concrete pipe, 24" reinforced concrete pipe, 30" reinforced concrete pipe, 36" reinforced concrete pipe, 42" reinforced concrete pipe, 54" reinforced concrete pipe, 12" corrugated steel pipe (.079" thick), 14" x 24" elliptical corrugated steel pipe, 18" corrugated steel pipe (.109" thick), 24" x 48" elliptical corrugated steel pipe, 24" corrugated steel pipe (.109" thick), 30" corrugated steel pipe (.138" thick), 36" corrugated steel pipe (.138" thick), 12" slotted corrugated steel pipe (.109" thick), 8" non-perforated steel pipe underdrain (.079" thick), 12" corrugated steel pipe downdrain (.079" thick), 18" corrugated steel pipe downdrain (.079" thick), 24" corrugated steel pipe downdrain (.109" thick), 30" corrugated steel pipe downdrain (.109" thick), 36" corrugated steel pipe downdrain (.109" thick), 48" corrugated steel pipe downdrain (.109" thick), 12" entrance taper, 24" entrance taper, 12" anchor assembly, 24" anchor assembly, 30" anchor assembly, 36" anchor assembly, cable anchorage system, 48" anchor assembly, drainage inlet marker, 36" corrugated steel pipe inlet (.168" thick), 24" corrugated steel pipe energy dissipator (.064" thick), 48" welded steel pipe (.750" thick) (trenchless), 18" steel flared end section, 24" steel flared end section, 30" steel flared end section, 24" concrete flared end section, 36" trenchless welded steel pipe (0.625" thick), 36" precast concrete pipe inlet, inlet depression, abandon culvert (lf), remove overside drain, remove culvert (lf), remove slotted corrugated steel pipe, remove downdrain (ea), remove inlet, remove headwall, remove pcc apron, remove concrete flared end section (ea), remove flared end section (ea), culvert slurry-cement backfill, concrete (concrete apron), gravel filter, rock slope protection (3/8 t, class vi, method b) (cy), rock slope protection (1/4 t, class v, method b) (cy), rock slope protection (300 lb, class iv, method b) (cy), rock slope protection (150 lb, class iii, method b) (cy), rock slope protection (60 lb, class ii, method b) (cy), rock slope protection (20 lb, class i, method b) (cy), (f) - miscellaneous iron and steel, temporary fence (type bw), marker (culvert), remove marker, reset roadside sign (one post), (f) - cable railing, maintaining existing traffic management system elements during construction, modifying signal and lighting systems, modifying changeable message sign systems,
Requirements: Firms must possess & provide current contractor’s license number & DIR Registration number on the quote. No Contractor or Subcontractor shall be qualified to bid on, be listed in a bid proposal or engage in the performance of any contract for public work, unless currently registered to perform public work with the Dept of Industrial Relations https://efiling.dir.ca.gov/PWCR/Search.action Granite Construction Company (Granite) is signatory to Operating Engineers, Laborers, Teamsters, Cement Masons and Carpenters unions. 100% performance and payment bonds may be required for the full amount of subcontract price. Granite will pay for bond premium up to 1.5%. The US Small Business Administration may also assist you in obtaining bonding - please see the following site for information: http://www.sba.gov/content/contractors# California Access to Capital Program Financing Solutions for your small business! http://www.calbizfinance.org/cal_cert_biz_program.html Subcontractors must possess a current contractor’s license, insurance and worker’s compensation coverage meeting. All quotes are subject to the terms of Granite Construction Company’s applicable standard form agreement which is available through the following link: https://www.graniteconstruction.com/ca-resources/quote-solicitation . Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies. Granite intends to work cooperatively with all qualified firms seeking work on this project. Portions of work can be made available upon request prior to bid date. Please call if any assistance is needed. An Equal Opportunity Employer
Date posted: 05/06/2025
Contractor: CONTROLS SYSTEMS CONSULTING CORP Contact: ALBERT RUSSELL
Address: 5720 CALIFORNIA AVE UNIUT 200 IRVINE,CA, 92614
Phone: 949-849-7050 Fax: Email: ALBERTR@CONSYSCORP.COM
Services needed: To: Prime Contractors: We offer comprehensive expertise in Design, Drawing, Design review, Quality Control, Data Sheet, and Submittal Support for Full Electrical Systems—including: Power, Low Voltage, Controls, Network, Modify Traffic Monitoring Station/Electronic Toll, Modify Signal & Lighting, Modify Lighting, Ramp Metering System, Electrical, Fiber Optic Cable System, Roadside Signs, Drainage Pumping Equipment, Pumping Plant Electrical Equipment, Temporary Traffic Screen, are Traffic Control System. We are certified as a Small Business (SB), Microbusiness (MB), and Disadvantaged Business Enterprise (DBE), among others. Please Contact Us for any quote, request and information: ALBERT RUSSELL, phone: 949 849 7050 Email: ALBERTR@CONSYSCORP.COM
Requirements: To: Prime Contractors: We offer comprehensive expertise in Design, Drawing, Design review, Quality Control, Data Sheet, and Submittal Support for Full Electrical Systems—including: Power, Low Voltage, Controls, Network, Modify Traffic Monitoring Station/Electronic Toll, Modify Signal & Lighting, Modify Lighting, Ramp Metering System, Electrical, Fiber Optic Cable System, Roadside Signs, Drainage Pumping Equipment, Pumping Plant Electrical Equipment, Temporary Traffic Screen, are Traffic Control System. We are certified as a Small Business (SB), Microbusiness (MB), and Disadvantaged Business Enterprise (DBE), among others. Please Contact Us for any quote, request and information: ALBERT RUSSELL, phone: 949 849 7050 Email: ALBERTR@CONSYSCORP.COM
Date posted: 05/17/2025
Contractor: Stewart Engineering Inc. Contact: Keith Stewart
Address: 5323 Eastside Road Redding, Ca 96001
Phone: 530-244-8464 Fax: 530-244-8462 Email: kstewart@sebinc.net
Services needed: Stewart Engineering Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms Services needed: Lead compliance plan, level 2 critical path method schedule, develop water supply, construction area signs, traffic control system, stationary impact attenuator vehicle, channelizer (surface mounted), portable radar speed feedback sign systems (ls), temporary barrier system, temporary pedestrian access route, portable changeable message sign (ls), alternative temporary crash cushion tl-3, automated flagger assistance device day, water pollution control program, temporary erosion control blanket, temporary mulch, temporary cover, temporary drainage inlet protection, temporary fiber roll, temporary gravel bag berm, temporary reinforced silt fence, temporary silt fence, temporary construction entrance, temporary construction roadway, street sweeping, temporary concrete washout, water quality sampling and analysis day, water quality monitoring report, water quality annual report, temporary creek diversion systems, contractor-supplied biologist (ls), natural resource protection plan, aquatic species protection and relocation, invasive species control, remove concrete (structure), temporary high-visibility fence, clearing and grubbing (ls), roadway excavation (topsoil), imported borrow (cy), plant (group p), plant establishment work, wood mulch, move-in/move-out (erosion control), hydraulic biotic growth medium, fiber reinforced matrix (SFT), rolled erosion control product (netting), fiber rolls, compost (cy), incorporate materials, class 2 aggregate base (cy), hot mix asphalt (type a), place hot mix asphalt dike (type a), place hot mix asphalt dike (type d), place hot mix asphalt dike (type e), place hot mix asphalt (miscellaneous area), remove asphalt concrete dike, (f) - structural concrete, headwall, structural concrete, drainage inlet, structural concrete (junction structure), concrete backfill (pipe trench), concrete collar, 12" plastic pipe, 18" reinforced concrete pipe, 24" reinforced concrete pipe, 30" reinforced concrete pipe, 36" reinforced concrete pipe, 42" reinforced concrete pipe, 54" reinforced concrete pipe, 12" corrugated steel pipe (.079" thick), 14" x 24" elliptical corrugated steel pipe, 18" corrugated steel pipe (.109" thick), 24" x 48" elliptical corrugated steel pipe, 24" corrugated steel pipe (.109" thick), 30" corrugated steel pipe (.138" thick), 36" corrugated steel pipe (.138" thick), 12" slotted corrugated steel pipe (.109" thick), 8" non-perforated steel pipe underdrain (.079" thick), 12" corrugated steel pipe downdrain (.079" thick), 18" corrugated steel pipe downdrain (.079" thick), 24" corrugated steel pipe downdrain (.109" thick), 30" corrugated steel pipe downdrain (.109" thick), 36" corrugated steel pipe downdrain (.109" thick), 48" corrugated steel pipe downdrain (.109" thick), 12" entrance taper, 24" entrance taper, 12" anchor assembly, 24" anchor assembly, 30" anchor assembly, 36" anchor assembly, cable anchorage system, 48" anchor assembly, drainage inlet marker, 36" corrugated steel pipe inlet (.168" thick), 24" corrugated steel pipe energy dissipator (.064" thick), 48" welded steel pipe (.750" thick) (trenchless), 18" steel flared end section, 24" steel flared end section, 30" steel flared end section, 24" concrete flared end section, 36" trenchless welded steel pipe (0.625" thick), 36" precast concrete pipe inlet, inlet depression, abandon culvert (lf), remove overside drain, remove culvert (lf), remove slotted corrugated steel pipe, remove downdrain (ea), remove inlet, remove headwall, remove pcc apron, remove concrete flared end section (ea), remove flared end section (ea), culvert slurry-cement backfill, concrete (concrete apron), gravel filter, rock slope protection (3/8 t, class vi, method b) (cy), rock slope protection (1/4 t, class v, method b) (cy), rock slope protection (300 lb, class iv, method b) (cy), rock slope protection (150 lb, class iii, method b) (cy), rock slope protection (60 lb, class ii, method b) (cy), rock slope protection (20 lb, class i, method b) (cy), (f) - miscellaneous iron and steel, temporary fence (type bw), marker (culvert), remove marker, reset roadside sign (one post), (f) - cable railing, maintaining existing traffic management system elements during construction, modifying signal and lighting systems, modifying changeable message sign systems,
Requirements: Stewart Engineering Inc. is an Equal Opportunity Employer and will work with suppliers and subcontractors to identify opportunities and break down items into economically feasible units as reasonably necessary. Stewart Engineering Inc. will be bidding the referenced project as a prime contractor. Plans and specifications for this project may be viewed at your local builders exchange and are available for review in our office. If you require additional information regarding the requirements of the contract, please don’t hesitate to contact our office. In order that we may give your bid maximum consideration, please supply us with a fax or email letter prior to the bid describing the scope of your work. Stewart Engineering is signatory to the Labors Union Local 185, Pile Drivers and Operators Union Local 3. We encourage and actively solicit proposals from DBE subcontractors and suppliers on all our projects. All qualified DBE subcontractors must be registered and certified by the California Department of Transportation. Prior to the bid, upon request, you can contact our office if you require assistance in bonding, lines of credit, insurance, obtaining necessary equipment, supplies, materials or services etc., which may be required by the Owner. Subcontractors must possess a current contractor’s license, worker’s compensation and insurance coverage during the entire length of the prime contract. All Subcontractors will be required to sign our standard Subcontract Agreement (AGC Long Form Standard Subcontract). If you require an advance copy to of the subcontract to look over please contact our office. You must be registered and provide your Department of Industrial Relations number.
Date posted: 05/23/2025
Contractor: Wahlund Construction Inc. Contact: Bob Crittenden
Address: 690 Indianola Road Eureka, CA, 95501
Phone: 707-268-0150 Fax: 707-268-3701 Email: bids@wahlcon.com
Services needed: Wahlund Construction, Inc. is requesting quotes from certified DBE businesses for Caltrans Contract No. 01-0H6504 (HWY 101 in Humboldt County from Alton to Del Norte County Line), due 6/18/25 @ 2PM. We are seeking subs / suppliers of lead compliance plan, level 2 critical path method schedule, traffic control system, water pollution control program, street sweeping, contractor-supplied biologist, natural resource protection plan, aquatic species protection and relocation, invasive species control, plant establishment work, erosion control, class 2 aggregate base, hot mix asphalt (type a), place hot mix asphalt dike, structural concrete, plastic pipe, reinforced concrete pipe, corrugated steel pipe, anchor assembly, trenchless welded steel pipe, precast concrete, slurry-cement backfill, rock slope protection, cable railing, and trucking / hauling. Subs are encouraged to email bids@wahlcon.com for info / assistance with insurance reqs, bonding, lines of credit, equipment or instructions to obtain plans / specs at no cost.
Requirements:
Date posted: 05/23/2025
Contractor: Pacific Earthscape Contact: Lucas Vogt
Address: 1225 Central Ave. #11 Mckinleyville, CA, 95519
Phone: 707-498-7157 Fax: 707-840-9441 Email: lucas@pacificearthscape.com
Services needed: Pacific Eartshcape is requesting quotes from all DBE qualified Subcontractors and Suppliers for: Lead Compliance Plan, Level 2 Critical Path Method Schedule, Time-Related Overhead (Wday), Dispute Resolution Board On-Site Meeting, Hourly Off-Site Dispute-Resolution-Board-Related Tasks, Develop Water Supply, Construction Area Signs, Traffic Control System, Stationary Impact Attenuator Vehicle, Channelizer (Surface Mounted), Portable Radar Speed Feedback Sign Systems (LS), Temporary Barrier System, Temporary Pedestrian Access Route, Portable Changeable Message Sign (LS), Alternative Temporary Crash Cushion Tl-3, Automated Flagger Assistance Device Day, Water Pollution Control Program, Temporary Erosion Control Blanket, Temporary Mulch, Temporary Cover, Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temporary Gravel Bag Berm, Temporary Reinforced Silt Fence, Temporary Silt Fence, Temporary Construction Entrance, Temporary Construction Roadway, Street Sweeping, Temporary Concrete Washout, Water Quality Sampling And Analysis Day, Water Quality Monitoring Report, Water Quality Annual Report, Temporary Creek Diversion Systems, Contractor-Supplied Biologist (LS), Natural Resource Protection Plan, Aquatic Species Protection And Relocation, Invasive Species Control, Remove Concrete (Structure), Temporary High-Visibility Fence, Clearing And Grubbing (LS), Roadway Excavation (Topsoil), Imported Borrow (CY), Plant (Group P), Plant Establishment Work, Wood Mulch, Move-In/Move-Out (Erosion Control), Hydraulic Biotic Growth Medium, Fiber Reinforced Matrix (Sqft), Rolled Erosion Control Product (Netting), Fiber Rolls, Compost (CY), Incorporate Materials, Class 2 Aggregate Base (CY), Hot Mix Asphalt (Type A), Place Hot Mix Asphalt Dike (Type A), Place Hot Mix Asphalt Dike (Type D), Place Hot Mix Asphalt Dike (Type E), Place Hot Mix Asphalt (Miscellaneous Area), Remove Asphalt Concrete Dike, (F) - Structural Concrete, Headwall, Structural Concrete, Drainage Inlet, Structural Concrete (Junction Structure), Concrete Backfill (Pipe Trench), Concrete Collar, 12" Plastic Pipe, 18" Reinforced Concrete Pipe, 24" Reinforced Concrete Pipe, 30" Reinforced Concrete Pipe, 36" Reinforced Concrete Pipe, 42" Reinforced Concrete Pipe, 54" Reinforced Concrete Pipe, 12" Corrugated Steel Pipe (.079" Thick), 14" X 24" Elliptical Corrugated Steel Pipe, 18" Corrugated Steel Pipe (.109" Thick), 24" X 48" Elliptical Corrugated Steel Pipe, 24" Corrugated Steel Pipe (.109" Thick), 30" Corrugated Steel Pipe (.138" Thick), 36" Corrugated Steel Pipe (.138" Thick), 12" Slotted Corrugated Steel Pipe (.109" Thick), 8" Non-Perforated Steel Pipe Underdrain (.079" Thick), 12" Corrugated Steel Pipe Downdrain (.079" Thick), 18" Corrugated Steel Pipe Downdrain (.079" Thick), 24" Corrugated Steel Pipe Downdrain (.109" Thick), 30" Corrugated Steel Pipe Downdrain (.109" Thick), 36" Corrugated Steel Pipe Downdrain (.109" Thick), 48" Corrugated Steel Pipe Downdrain (.109" Thick), 12" Entrance Taper, 24" Entrance Taper, 12" Anchor Assembly, 24" Anchor Assembly, 30" Anchor Assembly, 36" Anchor Assembly, Cable Anchorage System, 48" Anchor Assembly, Drainage Inlet Marker, 36" Corrugated Steel Pipe Inlet (.168" Thick), 24" Corrugated Steel Pipe Energy Dissipator (.064" Thick), 48" Welded Steel Pipe (.750" Thick) (Trenchless), 18" Steel Flared End Section, 24" Steel Flared End Section, 30" Steel Flared End Section, 24" Concrete Flared End Section, 36" Trenchless Welded Steel Pipe (0.625" Thick), 36" Precast Concrete Pipe Inlet, Inlet Depression, Abandon Culvert (LF), Culvert Slurry-Cement Backfill, Concrete (Concrete Apron), Gravel Filter, (F) - Miscellaneous Iron And Steel, Temporary Fence (Type Bw), Marker (Culvert), Remove Marker, Reset Roadside Sign (One Post), (F) - Cable Railing, Maintaining Existing Traffic Management System Elements During Construction, Modifying Signal And Lighting Systems, and Modifying Changeable Message Sign Systems.
Requirements:
Date posted: 06/02/2025
Contractor: Mercer-Fraser Company Contact: Mark Benzinger
Address: PO Box 1006 Eureka, CA 95502
Phone: 707-443-6371 Fax: 707-443-0277 Email: bids@mercerfraser.com
Services needed: LEAD COMPLIANCE PLAN, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, DEVELOP WATER SUPPLY, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, STATIONARY IMPACT ATTENUATOR VEHICLE, CHANNELIZER, PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEMS, TEMP BARRIER SYSTEM, TEMP PEDESTRIAN ACCESS ROUTE, PORTABLE CHANGEABLE MESSAGE SIGN, ALTERNATIVE TEMPORARY CRASH CUSHION TL-3, AUTOMATED FLAGGER ASSISTANCE DEVICE DAY, JOB SITE MANAGEMENT, WATER POLLUTION CONTROL PROGRAM, TEMP EROSION CONTROL BLANKET, TEMP MULCH, TEMP COVER, TEMP DRAINAGE INLET PROTECTION, TEMP FIBER ROLL, TEMP GRAVEL BAG BERM, TEMP REINFORCED SILT FENCE, TEMP SILT FENCE, TEMP CONSTRUCTION ENTRANCE, TEMP CONSTRUCTION ROADWAY, STREET SWEEPING, TEMP CONCRETE WASHOUT, WATER QUALITY (SAMPLING, ANALYSIS, MONITORING, REPORTING), TEMP CREEK DIVERSION SYSTEMS, CONTRACTOR-SUPPLIED BIOLOGIST, NATURAL RESOURCE PROTECTION PLAN, AQUATIC SPECIES PROTECTION & RELOCATION, INVASIVE SPECIES CONTROL, REMOVE CONCRETE, TEMP HIGH-VISIBILITY FENCE, CLEAR & GRUB, ROADWAY EXCAVATION, IMPORTED BORROW, PLANT (GROUP P), PLANT ESTABLISHMENT WORK, WOOD MULCH, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDRAULIC BIOTIC GROWTH MEDIUM, FIBER REINFORCED MATRIX, ROLLED EROSION CONTROL PRODUCT, FIBER ROLLS, COMPOST, INCORPORATE MATERIALS, CLASS 2 AGGREGATE BASE, HOT MIX ASPHALT, PLACE HOT MIX ASPHALT DIKE, PLACE HOT MIX ASPHALT, REMOVE ASPHALT CONCRETE DIKE, STRUCTURAL CONCRETE, CONCRETE BACKFILL, CONCRETE COLLAR, PLASTIC PIPE, REINFORCED CONCRETE PIPE, CORRUGATED STEEL PIPE, ELLIPTICAL CORRUGATED STEEL PIPE, SLOTTED CORRUGATED STEEL PIPE, NON-PERFORATED STEEL PIPE UNDERDRAIN, CORRUGATED STEEL PIPE DOWNDRAIN, ENTRANCE TAPER, ANCHOR ASSEMBLY, CABLE ANCHORAGE SYSTEM, ANCHOR ASSEMBLY, DRAINAGE INLET MARKER, CORRUGATED STEEL PIPE INLET, CORRUGATED STEEL PIPE ENERGY DISSIPATOR, WELDED STEEL PIPE, STEEL FLARED END SECTION, CONCRETE FLARED END SECTION, TRENCHLESS WELDED STEEL PIPE, PRECAST CONCRETE PIPE INLET, INLET DEPRESSION, ABANDON CULVERT, REMOVE OVERSIDE DRAIN, REMOVE CULVERT, REMOVE SLOTTED CORRUGATED STEEL PIPE, REMOVE DOWNDRAIN, REMOVE INLET, REMOVE HEADWALL, REMOVE PCC APRON, REMOVE CONCRETE FLARED END SECTION, REMOVE FLARED END SECTION, CULVERT SLURRY-CEMENT BACKFILL, CONCRETE, GRAVEL FILTER, ROCK SLOPE PROTECTION, MISC IRON AND STEEL, TEMP FENCE, MARKER, REMOVE MARKER, RESET ROADSIDE SIGN, CABLE RAILING, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, MODIFYING SIGNAL AND LIGHTING SYSTEMS, MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS
Requirements: Mercer-Fraser Company is an Equal Opportunity Employer and is signatory with the Operating Engineers, Laborers, Carpenters and Teamsters Unions. Plans and specifications for this project are available to review upon request, or on the Caltrans Website. Mercer-Fraser Company will negotiate in Good Faith with all prospective subcontractors and suppliers for this project. Assistance may be provided to obtain bonding, lines of credit, insurance, necessary equipment, supplies and materials. Mercer-Fraser Company will break up items into economically feasible packages to encourage minority participation. Scope letters (including subcontractor conditions or exceptions) should be received 24 hours prior to bid time to allow for proper evaluation and review. If your company is subject to the Air Resources Board Off-Road Diesel Vehicle Regulation please include your Certificate of Compliance with your quote. 100% performance and payment bonds may be required for the full amount of subcontract price by an admitted surety and subject to approval by Mercer-Fraser Company. Mercer-Fraser Company will pay for bond premium up to 1.5%. Subcontractors must possess a current applicable Contractors license, DIR number, insurance and workers compensation coverage meeting Mercer-Fraser Company and Caltrans minimum requirements during the entire length on the contract, and will be required to sign the standard Mercer-Fraser Company Subcontract Agreement and provide a waiver of subrogation. A copy of the insurance requirements and subcontract agreement can be obtained by contacting our office.
Date posted: 06/03/2025
Contractor: Stimpel-Wiebelhaus Associates Contact: Cameron Harmon
Address: 1168 Industrial Street Redding, CA, 96002
Phone: 530-223-6605 Fax: 530-223-3879 Email: cameron@swainc.net
Services needed: STIMPEL WIEBELHAUS ASSOCIATES, INC. IS SEEKING QUALIFIED SUBCONTRACTRACTORS FOR THE FOLLOWING WORK, LEAD COMPLIANCE PLAN, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, TIME-RELATED OVERHEAD (WDAY), DISPUTE RESOLUTION BOARD ON-SITE MEETING, HOURLY OFF-SITE DISPUTE-RESOLUTION- BOARD-RELATED TASKS, DEVELOP WATER SUPPLY, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, STATIONARY IMPACT ATTENUATOR VEHICLE, CHANNELIZER (SURFACE MOUNTED), PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEMS (LS), TEMPORARY BARRIER SYSTEM, TEMPORARY PEDESTRIAN ACCESS ROUTE, PORTABLE CHANGEABLE MESSAGE SIGN (LS), ALTERNATIVE TEMPORARY CRASH CUSHION TL-3, AUTOMATED FLAGGER ASSISTANCE DEVICE DAY, JOB SITE MANAGEMENT, WATER POLLUTION CONTROL PROGRAM, TEMPORARY EROSION CONTROL BLANKET, TEMPORARY MULCH, TEMPORARY COVER, TEMPORARY DRAINAGE INLET PROTECTION, TEMPORARY FIBER ROLL, TEMPORARY GRAVEL BAG BERM, TEMPORARY REINFORCED SILT FENCE, TEMPORARY SILT FENCE, TEMPORARY CONSTRUCTION ENTRANCE, TEMPORARY CONSTRUCTION ROADWAY, STREET SWEEPING, TEMPORARY CONCRETE WASHOUT, WATER QUALITY SAMPLING AND ANALYSIS DAY, WATER QUALITY MONITORING REPORT, WATER QUALITY ANNUAL REPORT, TEMPORARY CREEK DIVERSION SYSTEMS, CONTRACTOR-SUPPLIED BIOLOGIST (LS), NATURAL RESOURCE PROTECTION PLAN, AQUATIC SPECIES PROTECTION AND RELOCATION, INVASIVE SPECIES CONTROL, REMOVE CONCRETE (STRUCTURE), TEMPORARY HIGH-VISIBILITY FENCE, CLEARING AND GRUBBING (LS), ROADWAY EXCAVATION (TOPSOIL), IMPORTED BORROW (CY), PLANT (GROUP P), PLANT ESTABLISHMENT WORK, WOOD MULCH, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDRAULIC BIOTIC GROWTH MEDIUM, FIBER REINFORCED MATRIX (SQFT), ROLLED EROSION CONTROL PRODUCT (NETTING), FIBER ROLLS, COMPOST (CY), INCORPORATE MATERIALS, CLASS 2 AGGREGATE BASE (CY), HOT MIX ASPHALT (TYPE A), PLACE HOT MIX ASPHALT DIKE (TYPE A), PLACE HOT MIX ASPHALT DIKE (TYPE D), PLACE HOT MIX ASPHALT DIKE (TYPE E), PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA), REMOVE ASPHALT CONCRETE DIKE, (F) - STRUCTURAL CONCRETE, HEADWALL, STRUCTURAL CONCRETE, DRAINAGE INLET, STRUCTURAL CONCRETE (JUNCTION STRUCTURE), CONCRETE BACKFILL (PIPE TRENCH), CONCRETE COLLAR, 12" PLASTIC PIPE, 18" REINFORCED CONCRETE PIPE, 24" REINFORCED CONCRETE PIPE, 30" REINFORCED CONCRETE PIPE, 36" REINFORCED CONCRETE PIPE, 42" REINFORCED CONCRETE PIPE, 54" REINFORCED CONCRETE PIPE, 12" CORRUGATED STEEL PIPE (.079" THICK), 14" X 24" ELLIPTICAL CORRUGATED STEEL PIPE, 18" CORRUGATED STEEL PIPE (.109" THICK), 24" X 48" ELLIPTICAL CORRUGATED STEEL PIPE, 24" CORRUGATED STEEL PIPE (.109" THICK), 30" CORRUGATED STEEL PIPE (.138" THICK), 36" CORRUGATED STEEL PIPE (.138" THICK), 12" SLOTTED CORRUGATED STEEL PIPE (.109" THICK), 8" NON-PERFORATED STEEL PIPE UNDERDRAIN (.079" THICK), 12" CORRUGATED STEEL PIPE DOWNDRAIN (.079" THICK), 18" CORRUGATED STEEL PIPE DOWNDRAIN (.079" THICK), 24" CORRUGATED STEEL PIPE DOWNDRAIN (.109" THICK), 30" CORRUGATED STEEL PIPE DOWNDRAIN (.109" THICK), 36" CORRUGATED STEEL PIPE DOWNDRAIN (.109" THICK), 48" CORRUGATED STEEL PIPE DOWNDRAIN (.109" THICK), 12" ENTRANCE TAPER, 24" ENTRANCE TAPER, 12" ANCHOR ASSEMBLY, 24" ANCHOR ASSEMBLY, 30" ANCHOR ASSEMBLY, 36" ANCHOR ASSEMBLY, CABLE ANCHORAGE SYSTEM, 48" ANCHOR ASSEMBLY, DRAINAGE INLET MARKER, 36" CORRUGATED STEEL PIPE INLET (.168" THICK), 24" CORRUGATED STEEL PIPE ENERGY DISSIPATOR (.064" THICK), 48" WELDED STEEL PIPE (.750" THICK) (TRENCHLESS), 18" STEEL FLARED END SECTION, 24" STEEL FLARED END SECTION, 30" STEEL FLARED END SECTION, 24" CONCRETE FLARED END SECTION, 36" TRENCHLESS WELDED STEEL PIPE (0.625" THICK), 36" PRECAST CONCRETE PIPE INLET, INLET DEPRESSION, ABANDON CULVERT (LF), REMOVE OVERSIDE DRAIN, REMOVE CULVERT (LF), REMOVE SLOTTED CORRUGATED STEEL PIPE, REMOVE DOWNDRAIN (EA), REMOVE INLET, REMOVE HEADWALL, REMOVE PCC APRON, REMOVE CONCRETE FLARED END SECTION (EA), REMOVE FLARED END SECTION (EA), CULVERT SLURRY-CEMENT BACKFILL, CONCRETE (CONCRETE APRON), GRAVEL FILTER, ROCK SLOPE PROTECTION (3/8 T, CLASS VI, METHOD B) (CY), ROCK SLOPE PROTECTION (1/4 T, CLASS V, METHOD B) (CY), ROCK SLOPE PROTECTION (300 LB, CLASS IV, METHOD B) (CY), ROCK SLOPE PROTECTION (150 LB, CLASS III, METHOD B) (CY), ROCK SLOPE PROTECTION (60 LB, CLASS II, METHOD B) (CY), ROCK SLOPE PROTECTION (20 LB, CLASS I, METHOD B) (CY), (F) - MISCELLANEOUS IRON AND STEEL, TEMPORARY FENCE (TYPE BW), MARKER (CULVERT), REMOVE MARKER, RESET ROADSIDE SIGN (ONE POST), (F) - CABLE RAILING, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, MODIFYING SIGNAL AND LIGHTING SYSTEMS, MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS, MOBILIZATION.
Requirements: STIMPEL-WIEBELHAUS ASSOCIATES, INC. (SWA) WILL WORK WITH INTERESTED SUBCONTRACTORS TO IDENTIFY OPPORTUNITIES TO BREAK DOWN ITEMS INTO ECONOMICALLY FEASIBLE PACKAGES TO ENCOURAGE MINORITY CONTRACTOR PARTICIPATION. SWA IS A UNION SIGNATORY CONTRACTOR AND SUBS SHALL BE REQUIRED TO BE OR TO SIGN AN APPROVED ONE TIME TERMS/CONDITIONS AGREEMENT. PLANS AND SPECIFICATIONS ARE AVAILABLE FOR VIEWING AT OUR OFFICE OR CAN BE DOWNLOADED FROM THE OWNERS WEBSITE. PLEASE CONTACT SWA FOR ANY FUTHER ASSISTANCE AND IF ANY HELP IS NEEDDED IN OBTAINING BONDING, INSURANCE, EQUIPMENT, MATERIALS, OR SUPPLIES. SWA INTENDS TO WORK COOPERATIVELY WITH ALL QUALIFIED FIRMS SEEKING TO WORK ON THIS PROJECT. WE ARE AN EQUAL OPPORTUNITY EMPLOYER AND WILL CONSIDER ANY AND ALL BIDS THAT MAY BE SUBMITTED.
Date posted: 06/03/2025