Search Results: Planholders
Listing for all primes seeking assistance with project 03-1H6304.
9 records found
Contractor: DeSilva Gates Construction Contact: Paul Brizuela
Address: 11555 Dublin Blvd., Dublin, CA 94568
Phone: 925-829-9220 Fax: 925-803-4263 Email: dgcestimating@desilvagates.com
Services needed: DeSilva Gates Construction is requesting quotes from all qualified subcontractors and suppliers including certified DBE/SBE/DVBE firms for the following types of work, including but not limited to: Lead Compliance Plan, Construction Area Signs, Traffic Control System, Type III Barricades, Plastic Traffic Drums, Portable Changeable Message Signs, End of Queue Warning Systems, Alternate Temporary Crash Cushion TL-3, Temporary Radar Speed Feedback Sign System, SWPPP & Related Items, Erosion Control (temporary and permanent), Street Sweeping, Treated Wood Waste, Contractor Supplied Biologist, Clearing and Grubbing, Remove Tree, Landscape & Irrigation, Cold Plane, Sign Structures, Minor Concrete Structure, Storm Drain Systems, Fencing, Delineators & Markers, Roadside Signs, Midwest Guardrail Systems & Related Items, Vegetation Control, Concrete Barrier, Striping & Markings, Maintaining Existing Traffic Management System Elements During Construction, Modifying Automatic Vehicle Classification System, Modifying Camera Systems, Modifying Signal and Lighting System, Modifying Ramp Metering Systems, Modifying Traffic Monitoring Stations, Modifying Changeable Message Systems, Trucking, Water Trucks, Erosion Control Materials, Aggregate Base Material, HMA Material, RHMA Material and Tack Coat Material.
Requirements: DeSilva Gates is signatory to Operating Engineers and Laborers unions. 100% performance and payment bonds may be required for the full amount of subcontract price. DeSilva Gates will pay for bond premium up to 2%. Subcontractors must possess current insurance and worker’s compensation coverage meeting DeSilva Gates Construction’s requirements. Subcontractor will be required to sign the standard DeSilva Gates Construction Subcontract Agreement. A copy of the agreement can be obtained from our estimator. Quotations must be valid for the same duration as specified by the Owner for Contract Award. Plans and specifications are available for viewing at our Dublin office. Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies. DeSilva Gates intends to work cooperatively with all qualified firms seeking work on this project. DeSilva Gates is an equal opportunity employer
Date posted: 09/11/2023
Contractor: Ghilotti Construction Company, Inc. Contact: Annette Conley
Address: 246 Ghilotti Avenue Santa Rosa, CA 95407
Phone: 707-585-1221 Fax: 707-585-1601 Email: annette@ghilotti.com
Services needed: INVITATION TO BID Owner: Department of Transportation (CALTRANS) Bid Date & Time: 11/01/23 @ 2:00 PM Project: #03-1H6304 – Hwy. 99 in Sacramento County in and near Elk Grove form 0.1 mile South of Elk Grove Boulevard Overcrossing to Calvine Road Overcrossing. Ghilotti Construction Company, Inc. is seeking certified DBE subcontractors, suppliers & truckers for construction (Construct two Aux lanes, conc barrier, & modify elect systems) on Hwy. 99 in Sacramento County in and near Elk Grove form 0.1 mile South of Elk Grove Boulevard Overcrossing to Calvine Road Overcrossing (03-Sac-99-12.7/16.3). Quotes requested include, but are not limited to, the following scopes of work: FABRIC & OILS, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL, TEMPORARY K-RAIL, COLD PLANE, CLEAR & GRUB, ROADWAY EXCAVATION, LANDSCAPE/ HIGHWAY PLANTING, HYDROSEED, EROSION CONTROL, IRRIGATION, ASPHALT PAVING, MINOR CONCRETE STRUCTURE, REINFORCING STEEL, SIGN STRUCTURE, ROADSIDE SIGNS, ALTERNATIVE PIPE CULVERT, FENCING, METAL BEAM GUARD RAILING, CONCRETE BARRIER, THERMOPLASTIC STRIPING & PAVEMENT MARKINGS, SIGNAL & LIGHTING, RAMP METERING SYSTEM, BIOLOGIST, SWEEPER, TRUCKER, STORM DRAIN (UNDERGROUND), AND MATERIAL SUPPLY. Engineer's Estimate: $21,100,000 / DBE Goal: 21% / 170 WD / $13,200 per day LD. Submit quotes by Noon on bid date. Contact our estimator for more information. GCC is available to discuss breaking out any portion of work to encourage minority participation.
Requirements: Mr. Mark Mahboubi (707/978-0067 or markm@ghilotti.com) is the Estimator for this project and is available to provide you with assistance to clarify any questions regarding the scope of work, including interpretation of plans, specifications and requirements, bid preparation and obtaining bonds, lines of credit, insurance and any technical assistance. GCC may also assist in obtaining any necessary equipment, supplies, materials or related services. (Please note: GCC may require Payment & Performance Bonds on all sub-contracts over $25,000 per Ca. Public Contract Code Sect. 4108. GCC will pay bond premiums up to 1 ½% of contract cost. GCC is a UNION CONTRACTOR. Any non-signatory subcontractors will be required to sign an agreement for trades covered under our agreements.) Plans, specifications and project requirements may be reviewed at our office in Santa Rosa. They may also be downloaded for free through the Department of Transportation via their website at https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=03-4H6004. Plans may also be viewed or purchased through local plan rooms, builder’s exchanges, or Dodge Scan. Ghilotti Construction Company encourages the use of minority and women subcontractors and suppliers and considers such to be an important aspect of the project. Project Requirements: By submitting a proposal, the bidder affirms that they have carefully examined ALL the bidding documents/Addenda and that from his/her own investigation, they have satisfied themselves as to the nature and location of the work. Subcontract Requirements: Subcontractors will be required to execute GCC’s written subcontract. A copy is available for inspection on GCC’s website: https://www.ghilotti.com/subcontractors/ and/or can be provided upon written request prior to bid submission. Inconsistent bid terms and conditions shall be void. Union: GCC is a UNION CONTRACTOR. Non-signatory subcontractors will be required to sign an agreement for trades covered under our agreements. Insurance: • All bids must include compliance with GCC’s Addendum A, located at: http://www.ghilotti.com/wp-content/uploads/2020/10/Addendum-A Revised-8-2020.pdf • CGL limits of $5,000,000/occurrence at a minimum (depending on scope) • GCC and Owner must be named as additional insured on CGL & Auto policies (form CG 20 10 11/85 or equivalent) • Completed operations coverage • Primary and non-contributory wording • Waiver of subrogation on both CGL & WC policies • Any additional costs to meet this requirement must be included in bid pricing. ***WE ARE AN EQUAL OPPORTUNITY EMPLOYER*** GHILOTTI CONSTRUCTION COMPANY, INC. 246 GHILOTTI AVENUE SANTA ROSA, CA 95407 PH: (707) 585-1221 * FX: (707) 585-1601
Date posted: 09/22/2023
Contractor: Bay Cities Paving & Grading, Inc. Contact: Robert Rosas
Address: 1450 Civic Court - BLDG B #400 Concord, CA, 94520
Phone: 925-687-6666 Fax: 925-687-2122 Email: estimating@baycities.us
Services needed: Sub-trades/suppliers/truckers needed for following work (but not limited to): LEAD COMPLIANCE PLAN, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, TYPE III BARRICADES, PLASTIC TRAFFIC DRUMS, PORTABLE CHANGEABLE MESSAGE SIGNS, END OF QUEUE WARNING SYSTEMS, ALTERNATE TEMPORARY CRASH CUSHION TL-3, TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM, SWPPP & RELATED ITEMS, EROSION CONTROL (TEMP & PERM), STREET SWEEPING, TREATED WOOD WASTE, CONTRACTOR SUPPLIED BIOLOGIST, CLEARING AND GRUBBING, REMOVE TREE, LANDSCAPE & IRRIGATION, COLD PLANE, SIGN STRUCTURES, MINOR CONCRETE STRUCTURE, STORM DRAIN SYSTEMS, FENCING, DELINEATORS & MARKERS, ROADSIDE SIGNS, MIDWEST GUARDRAIL SYSTEMS & RELATED ITEMS, VEGETATION CONTROL, CONCRETE BARRIER, STRIPING & MARKINGS, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, MODIFYING AUTOMATIC VEHICLE CLASSIFICATION SYSTEM, MODIFYING CAMERA SYSTEMS, MODIFYING SIGNAL AND LIGHTING SYSTEM, MODIFYING RAMP METERING SYSTEMS, MODIFYING TRAFFIC MONITORING STATIONS, MODIFYING CHANGEABLE MESSAGE SYSTEMS, TRUCKING, WATER TRUCKS, EROSION CONTROL MATERIALS, AGGREGATE BASE MATERIAL, HMA MATERIAL, RHMA MATERIAL AND TACK COAT MATERIAL.
Requirements: Plans and specifications for the Project are available for review at our office at 1450 Civic Court, Concord, CA 94520 or can be downloaded, please contact BCPG estimating department for assistance. 100% Performance, Payment Bonds by an admitted surety naming prime contractor as oblige, in the full amount of the subcontractors bid shall be required. Retention will be withheld if subcontractor fails to provide bonds. Bonding assistance is available, Bay Cities Paving & Grading, Inc., will pay bond premium up to 2%. Call Robert Rosas at (925) 687-6666 for assistance with credit line, bonding, insurance, equipment, supplies and materials. Subcontractors will be required to enter into our standard contract. Items of work can be broken down to facilitate DBE and SBE participation. BCPG will make every effort to work cooperatively with all qualified firms seeking work on this project. Please be advised, Contractors and Subcontractors must register with the D.I.R (Department of Industrial Relations) in order to bid on public works projects. Registration with the D.I.R. costs $300 and covers the fiscal year (July 1 to June 30th). To verify the status of your D.I.R. number, please visit: http://www,dir.ca.gov/Public-Works/Contractors.html. Bay Cities Paving & Grading is signatory to the following Unions: Operators, Laborers, Teamsters, & Cement Masons. Bay Cities Paving & Grading, Inc. is an Equal Opportunity Employer.
Date posted: 09/22/2023
Contractor: A. Teichert & Sons, Inc. dba Teichert Construction Contact: Sean Heraty
Address: 400 Sunrise Avenue, Suite 300 Roseville, CA 95661
Phone: 916-757-6400 Fax: 916-757-6499 Email: estimating@teichert.com
Services needed: Teichert Construction is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following items of work, including but not limited to: all materials, labor and equipment for CONSTRUCTION AREA SIGNS TRAFFIC CONTROL SYSTEM RESET, ADJUST ROADWAY ITEMS PLANE ASPHALT CONCRETE CLEARING & GRUBBING ROADWAY EXCAVATION GRADING HIGHWAY PLANTING SOIL AMENDMENTS EROSION CONTROL IRRIGATION SYSTEM TEMPORARY EROSION CONTROL FINISHING ROADWAY AGGREGATE BASE ASPHALT CONCRETE PAVING ASPHALT (ASPHALT CONCRETE) PLACE ASPHALT CONCRETE DIKE & MISC FURNISH & DRIVE PILING CAST-IN-DRILLED-HOLE CONCRETE PILING CONCRETE STRUCTURE MINOR CONCRETE STRUCTURE REINFORCING STEEL SIGN STRUCTURE ROADSIDE SIGN REINFORCED CONCRETE PIPE CORRUGATED METAL PIPE (CSP) MISC IRON & STEEL FRAME, COVER & GRATE SAW CUTTING FENCING TEMPORARY FENCING METAL BEAM GUARD RAILING CONCRETE BARRIER THERMOPLASTIC TRAFFIC STRIPING & MARKING PAVEMENT MARKING MESSAGE SIGNS, LIGHTING & SIGN ILLUMINATION DETECTOR TRAFFIC COUNT STATION SPEED MONITORING STATION RAMP METERING SYSTEM LAND SURVEYING DEMOLITION SAND & GRAVEL SUPPLIER (BULK ITEM) ASPHALT SUPPLIER(BULK ITEM) PIPE SUPPLIER DRAINAGE SYSTEMS SUPPLIER FENCING SUPPLIER GUARD RAILING & BARRIERS SUPPLIER ELECTRICAL & SIGNALS SUPPLIER ENVIRONMENTAL – BIOLOGICAL STUDIES LEAD COMPLIANCE SWPPP PLANNING BOTTOM DUMP TRUCK SUPER 10 DUMP TRUCK FLAT BED TRUCKING WATER TRUCK END DUMP TRUCK ASPHALT OIL TANKERS STREET SWEEPING TRUCK TRUCK RENTAL and TRUCKER.
Requirements: Teichert Construction intends to work cooperatively with all qualified firms seeking work on this project, including but not limited to breaking out contract work items into economically feasible units to increase overall DBE participation. Plans and specifications are available from the municipality listed above and the Teichert’s Roseville Estimating office. For assistance obtaining or regarding the plans and specifications, please contact the listed Estimator. 100% Payment and Performance Bonds for subcontractors are required. Teichert will pay bond premium up to 2%. Insurance Waiver of subrogation also required. However, certified DBE's are encouraged to contact Teichert and request assistance if they are unable to meet Teichert's standard bonding or insurance requirements. DBE's also are encouraged to contact Teichert for assistance in obtaining lines of credit, equipment, supplies, materials or related assistance or services. Subcontractor, Supplier and Trucker quotes must be valid, at minimum, for the award period stated in the contract documents. Please note that this is a prevailing wage project and Teichert Construction is Union signatory. Subcontractors will be subject to the terms and conditions of Teichert's subcontract and safety documents available at www.teichert.com/for-subcontractors.cfm. Submission of a bid to Teichert will confirm that you have reviewed and accepted Teichert's subcontract form. Conditions or exceptions in Subcontractor’s quote are expressly rejected unless accepted in writing prior to bid. Subcontractor scopes and supplier quotes are required 24 hours prior to bid.
Date posted: 09/25/2023
Contractor: O.C. Jones & Sons, Inc. Contact: Jean Sicard
Address: 1520 Fourth Street Berkeley, CA 94710
Phone: 510-526-3424 Fax: 510-526-0990 Email: jsicard@ocjones.com
Services needed: REQUEST FOR DBE SUBCONTRACTORS AND SUPPLIERS We are soliciting quotes for (including but not limited to): Trucking, Temporary and Permanent Hydroseed and Erosion Control Measures, QC/QA Testing, Lead Compliance Plan, Construction Area Signs, Develop Water Supply, Traffic Control System, Type III Barricade, Plastic Traffic Drums, Portable Changeable Message Sign, SWPPP, Storm Water Annual Report, Sweeping, Treated Wood Waste, Biologist, Fencing, Clearing & Grubbing, Planting & Irrigation, Tack Coat, Cold Plane AC, CIDH Concrete Pile, Structural Concrete, Minor Concrete, Drill and Bond Dowel, Bar Reinforcing Steel, Sign Structure, Trash Net, Underground, Misc. Iron & Steel, Pavement Marker, Roadside Signs, Guardrail Systems, Transition Railing, Concrete Barrier, Striping & Marking, Electrical, and Construction Materials
Requirements: O. C. Jones & Sons, Inc. - 1520 Fourth St., Berkeley, CA 94710 - 510/526-3424 FAX: 510/526-0990 Jean Sicard (510-809-3411 jsicard@ocjones.com) and Bill Jensen (510-809-3432 bjensen@ocjones.com) are the estimators on this project and are available to provide assistance or answer questions regarding the project scope of work including bid requirements, break out of bid items, plan or spec interpretation, bonding or insurance requirements, and other bid assistance. Plans and specs are available to review at our Berkeley office or can be sent out via Building Connected. Plans are also available under the Advertised Projects tab at the Caltrans website at: http://ppmoe.dot.ca.gov/des/oe/contract-awards-services.html. PDF format quotes should be emailed to the estimator or faxed to 510-526-0990 prior to 12:00 PM on the date of the bid. Quotes from DBE Subcontractors, Suppliers and Truckers are highly encouraged. OCJ is willing to breakout any portion of work to encourage DBE participation. Subcontractors must possess a current DIR, Contractors License, and insurance and workers compensation coverage including waiver of subrogation. OCJ may require Performance and Payment bonds on subcontracts. OCJ will pay the bond premium up to 2% of the contract value. Please contact OCJ for any assistance required by your firm in obtaining bonding or insurance. 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. Visit the California Access to Capital Program Financing Solutions website for additional resources for your small business - http://www.calbizfinance.org/cal_cert_biz_program.html. OCJ is available to help obtain necessary equipment, material and/or supplies. All subcontractors are required to execute OC Jones’ standard subcontract agreement, comply with all insurance requirements, and name OCJ as additional insured. Copies of our agreement and insurance requirements are available upon request. OCJ is a Union contractor, and we are signatory to the Operating Engineers, Laborers, Teamsters, and Carpenters. OCJ is an Equal Opportunity Employer.
Date posted: 09/27/2023
Contractor: Granite Construction Company Contact: Steve DeBlasio
Address: 4001 Bradshaw Avenue Sacramento, CA 95827
Phone: 916-855-4409 Fax: 916-369-0429 Email: Steven.DeBlasio@gcinc.com
Services needed: Granite is seeking certified and qualified subcontractors/suppliers including DBE firms for the following scopes of work (but not limited to): Safety Equipment Supplier, Petroleum, Oil, Lubricants Supplier, Sand & Gravel Supplier, Asphalt Supplier, Concrete & Cement Supplier, Reinforcing Bar Section Supplier, Pipe Supplier, Draining Systems Supplier, Fencing Supplier, Guard Railings & Barriers Supplier, Pavement Markers Supplier, Electrical & Signals Supplier, Construction Staking Supplier, Traffic Striping, Marking And Traffic Control, Construction Area Signs, Traffic Control System, Reset, Adjust Roadway Items, Plane Asphalt Concrete, Concrete Removal, Clearing & Grubbing, Roadway Excavation, Grading, Structure Excavation, Shaped Bedding, Structure Backfill, Ditches Excavation, Embankment Construction, Hydroseeding, Erosion Control, Irrigation System, Temporary Erosion Control, Finishing Roadway, Aggregate Base, Concrete Pumping, Asphalt Concrete, Paving Asphalt (Asphalt Concrete), Groove & Grind Pavement, Concrete Structure, Minor Concrete Structure, Concrete Surface Finish, Reinforcing Steel, Sign Structure, Roadside Sign, Fencing Contractor, Metal Beam Guard Railing, Metal Railing, Concrete Barrier, Thermoplastic Traffic Striping & Marking, Painted Traffic Striping & Marking, Lead Compliance, SWPPP Planning, Trucking, Water Truck, Asphalt Oil Tankers, Street Sweeping Truck, Demolition
Requirements: This project has a 21% DBE Goal. In addition to request for participation from DBE subcontractors and suppliers, Granite requests non-DBE subcontractors to provide lower-tier DBE participation. Bidders are required to indicate lower-tier DBE participation information to be evaluated as part of their quote. Granite will work with interested subcontractors to identify opportunities to break down items into economically feasible packages. Quotations will be broken down into comparable packages as reasonably necessary to increase overall DBE participation. If assistance is needed in obtaining bonds, lines of credit, insurance, necessary equipment, materials, supplies, technical assistance or with the bid submittal process in general, we encourage you to contact the Estimator. 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 may pay for bond premium up to 2%. This will be a prevailing wage job. Subcontractors must possess a current contractor’s license, DIR registration number, insurance and worker’s compensation coverage meeting Granite’s requirements and will be required to sign the standard Granite Subcontract Agreement. A copy of the insurance requirements and agreement can be obtained by contacting the Estimator. WE ARE AN EQUAL OPPORTUNITY EMPLOYER
Date posted: 09/28/2023
Contractor: Security Paving Company, Inc Contact: Kylee Dominguez
Address: 3075 Townsgate Road, Ste. 200 Westlake Village, CA 91361
Phone: 818-362-9200 Fax: 818-362-9300 Email: estimating@securitypaving.com
Services needed: Security Paving Company is looking for quotes from DBE Certified firms. All items including, but not limited to: Develop Water Supply, Construction Area Signs, Traffic Control Systems, PCMS Boards, Implement BMP's, SWPPP, Temporary Erosion Control, Street Sweeping, Temporary Concrete Washout, Treated Wood Waste, Contractor Supplied Biologist, Temporary High-Visibility Fence, Clear & Grub, Erosion Control, Roadway Excavation, Shoulder Backing, Irrigation Systems, Incorporate Materials, Finishing Roadway, Class 2 Aggregate Base, Supply HMA, Supply RHMA, Tack Coat, Cold Plane AC Pavement, CIDH Concrete Pile, Structural Concrete, Minor Concrete, Drill & Bond Dowel, Reinforcing Steel, Sign Structures, Underground, Misc. Iron & Steel, Fencing, Permanent Striping, Roadside Signs, Guardrail Systems, Concrete Barriers, Striping Removals, Electrical Systems, Trucking. PLEASE VISIT THE CALTRANS WEBSITE FOR THE MOST UP-TO-DATE BID ITEM LIST
Requirements: Plans and specifications are available at the CDOT website: http://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php . They can also be reviewed at our office located, 3075 Townsgate Rd, Suite 200, Westlake Village, CA 91361, by appointment only. Additional Information: Security Paving Company, Inc. is requesting pricing for all items of work on the project. Subcontractors and suppliers are required to submit price quotes to us within a reasonable time prior to the bid date, in order to fully evaluate quote. 100% performance bonds may be required for the full subcontracted amount. Security Paving will pay up to 2.5% of the bond premium. Subcontractors must possess a valid California Contractor’s license, DIR Registration Number, current insurance. Subcontractor’s will be required to sign a standard subcontract agreement. Security Paving is signatory to Laborers, Operating Engineers, Cement Masons, Carpenters, and Teamsters unions. This is a prevailing wage project. Please call if you will need assistance in obtaining bonding, lines of credit, insurance, equipment, materials, or delivery schedules. Please contact our office if you are interested in this project. Security Paving will work cooperatively with all qualified firms seeking to work on this project. All quotes must include DIR number. Estimator: Nick Ferndino
Date posted: 10/03/2023
Contractor: Martin Brothers Construction Contact: Estimating Team
Address: 8801 Folsom Blvd Suite 260 Sacramento CA 95826
Phone: 916-381-0911 Fax: 916-381-1447 Email: estimating@martinbrothers.net
Services needed: Martin Brothers Construction 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, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, TYPE III BARRICADES, PLASTIC TRAFFIC DRUMS, PORTABLE CHANGEABLE MESSAGE SIGNS, END OF QUEUE WARNING SYSTEMS, ALTERNATIVE TEMPORARY CRASH CUSHION TL-3, TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM, SWPPP & RELATED ITEMS, TEMP & PERMANENT EROSION CONTROL, STREET SWEEPING, TREATED WOOD WASTE, CONTRACTOR SUPPLIED BIOLOGIST, CLEARING AND GRUBBING, TREE REMOVAL, LANDSCAPE & IRRIGATION, AGGREGATE BASE MATERIAL, HOT MIX ASPHALT MATERIAL, RUBBERIZED HOT MIX ASPHALT MATERIAL, TACK COAT MATERIAL, COLD PLANE ASPHALT CONCRETE PAVEMENT, SIGN STRUCTURES, MINOR CONCRETE STRUCTURE, STORM DRAIN SYSTEMS, FENCING, DELINEATORS & MARKERS, ROADSIDE SIGNS, MIDWEST GUARDRAIL SYSTEMS & ASSOCIATED ITEMS, VEGETATION CONTROL, CONCRETE BARRIER, THERMOPLASTIC STRIPING & PAVEMENT MARKINGS, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, MODIFYING AUTOMATIC VEHICLE CLASSIFICATION SYSTEM, MODIFYING CAMERA SYSTEMS, MODIFYING SIGNAL AND LIGHTING SYSTEM, MODIFYING RAMP METERING SYSTEMS, MODIFYING TRAFFIC MONITORING STATIONS, MODIFYING CHANGEABLE MESSAGE SYSTEMS, TRUCKING, WATER TRUCKS, AND SUPPLIER QUOTES on all Required Materials per Project Plans & Specifications. Quotations will be broken down into comparable packages as reasonably necessary. Martin Brothers will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.
Requirements: Martin Brothers Construction is signatory to Operating Engineers, Cement Masons and Laborers. 100% performance and payment bonds may be required for the full amount of subcontract price. Martin Brothers Construction will pay for bond premium up to 1.5%. Subcontractors must possess a current contractor’s license, insurance and worker’s compensation coverage meeting Martin Brother’s requirements and will be required to sign the standard Martin Brothers Subcontract Agreement. A copy of the insurance requirements and agreement can be obtained by contacting the estimator. Plans and specifications are available for viewing at our office located at 8801 Folsom Blvd Suite 260, Sacramento, CA and on the CDOT website. Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies. Martin Brothers Construction intends to work cooperatively with all qualified firms seeking work on this project. Martin Brothers Construction is an equal opportunity employer
Date posted: 10/04/2023
Contractor: Mercer-Fraser Company Contact: Kody King
Address: PO Box 1006 Eureka, CA 95502
Phone: 707-443-6371 Fax: 707-443-0277 Email: ccoppini@mercerfraser.com
Services needed: LEAD COMPLIANCE PLAN, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, DEVELOP WATER SUPPLY, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, TYPE III BARRICADE, PLASTIC TRAFFIC DRUMS, TEMPORARY BARRIER SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN, ALT TEMP CRASH CUSHION, TEMP TRAFFIC SCREEN, TEMP RADAR SPEED FEEDBACK SIGN SYSTEM, SWPPP SERVICES, TEMP HYDRAULIC MULCH, TEMP COVER, TEMP CHECK DAM, TEMP DRAINAGE INLET PROTECTION, TEMP CONSTRUCTION ENTRANCE, STREET SWEEPING, TEMP CONCRETE WASHOUT, TREATED WOOD WASTE, CONTRACTOR-SUPPLIED BIOLOGIST, TEMP HIGH-VIZ FENCE, CLEAR & GRUB, REMOVE TREE, ROADWAY EXCAVATION, SHOULDER BACKING, PACKET FERTILIZER, PLANT (GROUP A&B), WOOD MULCH, OPERATE EXISTING IRRIGATION FACILITIES, REMOVE IRRIGATION FACILITY, REMOTE CONTROL VALVE, POP-UP SPRINKLER ASSEMBLY, PLASTIC PIPE, QUICK COUPLING VALVE, BONDED FIBER MATRIX, ROLLED EROSION CONTROL PRODUCT, FIBER ROLLS, COMPOST, INCORPORATE MATERIALS, FINISHING ROADWAY, CLASS 2 AGGREGATE BASE, HOT MIX ASPHALT, RUBBERIZED HOT MIX ASPHALT, TACK COAT, COLD PLANE ASPHALT CONCRETE PAVEMENT, CAST-IN-DRILLED-HOLE CONCRETE PILE, STRUCTURAL CONCRETE, MINOR CONCRETE, DRILL & BOND DOWEL, BAR REINFORCING STEEL, FURNISH & INSTALL SIGN STRUCTURE, ALUMINUM WALKWAY GRATING, REMOVE SIGN STRUCTURE, TRASH NET, REINFORCED CONCRETE PIPE REINFORCED CONCRETE PIPE, CORRUGATED STEEL PIPE, CONCRETE FLARED END SECTION, REMOVE CULVERT, REMOVE INLET, REMOVE DRAINAGE JUNCTION STRUCTURE, MISC IRON & STEEL, CHAIN LINK FENCE, PAVEMENT MARKERS, TREATMENT BEST MANAGEMENT PRACTICE MARKER, FURNISH REMOVE & INSTALL ROADSIDE SIGNS, MIDWEST GUARDRAIL SYSTEM, VEGETATION CONTROL, REMOVE VEGETATION CONTROL, TRANSITION RAILING, END ANCHOR ASSEMBLY, ALT IN-LINE TERMINAL, CONCRETE BARRIER, REMOVE GUARDRAIL, REMOVE DOUBLE METAL BEAM BARRIER, REMOVE CONCRETE BARRIER, THERMOPLASTIC PAVEMENT MARKING, THERMOPLASTIC TRAFFIC STRIPE, REMOVE TRAFFIC STRIPE, REMOVE PAVEMENT MARKING, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, MODIFYING AUTOMATIC VEHICLE CLASSIFICATION SYSTEM, MODIFYING CAMERA SYSTEMS, MODIFYING SIGNAL & LIGHTING SYSTEMS, MODIFYING RAMP METERING SYSTEMS, MODIFYING TRAFFIC MONITORING STATIONS, MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS, SOIL AMENDMENT
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. 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: 11/29/2023