Search Results: Planholders

Listing for all primes seeking assistance with project 04-0Q1004.

6 records found



Contractor: DeSilva Gates Construction Contact: Victor Le
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 & Related Items, Moveable Barrier System & Barrier Trailer, Temporary and Alternate Crash Cushions, SWPPP & Related Items, Erosion Control (temporary and permanent), Street Sweeping, Treated Wood Waste, Clearing & Grubbing, lace AC Dike, Tack Coat, Cold Plane, Individual Slab Replacement (RSC) & Related Items, Grind Existing Concrete Pavement, Grind Existing Bridge Deck, Approach Slabs & Related Items, Paving Notch Extension, Expansion Joints, Sign Structures & Related Items, Bridge Deck Resurfacing & Related Items, Minor Concrete, Fencing, Markers & Delineators, Roadside Signs, Midwest Guardrail & related Items, Vegetation Control, Striping & Markings (temporary and permanent), Camera Systems, Modifying Ramp Metering Systems, Electrical, 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: 04/01/2024
Contractor: Myers and Sons Construction, LLC Contact: Joe Goehring
Address: 45 Morrison Avenue Sacramento, CA 95838
Phone: 916-283-9950 Fax: 916-614-9520 Email: estimating@myers-sons.com
Services needed: MYERS & SONS CONSTRUCTION LLC IS REQUESTING CERTIFIED DBE SUBCONTRACTORS/SUPPLIERS/SERVICES **** ALL ITEMS ARE OPEN TO BID, INCLUDING THE FOLLOWING ITEMS OF WORK: LEAD COMPLIANCE PLAN, DEVELOP WATER SUPPLY, CONSTRUCTION AREA SIGNS TRAFFIC CONTROL SYSTEM, STATIONARY IMPACT ATTENUATOR VEHICLE, CHANNELIZER (SURFACE MOUNTED), PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM, TEMPORARY BARRIER SYSTEM, PORTABLE VARIABLE SPEED LIMIT SIGN SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN (EA), MOBILE BARRIER SYSTEM MOBILE BARRIER TRAILER, TEMPORARY CRASH CUSHION MODULE, ALTERNATIVE TEMPORARY CRASH CUSHION TL-3, JOB SITE MANAGEMENT, STORMWATER POLLUTION PREVENTION PLAN, STORM WATER SAMPLING AND ANALYSIS DAY STORM WATER ANNUAL REPORT, TEMPORARY DRAINAGE INLET PROTECTION, TEMPORARY REINFORCED SILT FENCE, TEMPORARY CONSTRUCTION ENTRANCE STREET SWEEPING, TEMPORARY CONCRETE WASHOUT, REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE), TREATED WOOD WASTE CLEARING AND GRUBBING (LS), ROADWAY EXCAVATION, ROADWAY EXCAVATION (TYPE Z-2) (AERIALLY DEPOSITED LEAD), SHOULDER BACKING, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDROMULCH, FIBER ROLLS, HYDROSEED, COMPOST (CY) INCORPORATE MATERIALS, CLASS 2 AGGREGATE BASE (CY), BASE BOND BREAKER REPLACE ASPHALT CONCRETE SURFACING, PRIME COAT, HOT MIX ASPHALT (TYPE A) RUBBERIZED HOT MIX ASPHALT (GAP GRADED), PLACE HOT MIX ASPHALT DIKE (TYPE A), PLACE HOT MIX ASPHALT DIKE (TYPE C), PLACE HOT MIX ASPHALT DIKE (TYPE F) TACK COAT, REMOVE ASPHALT CONCRETE DIKE, COLD PLANE ASPHALT CONCRETE PAVEMENT, DRILL AND BOND (DOWEL BAR), SPALL REPAIR (POLYESTER CONCRETE) INDIVIDUAL SLAB REPLACEMENT (RSC), REMOVE CONCRETE PAVEMENT AND BASE GRIND EXISTING CONCRETE PAVEMENT, GRIND EXISTING BRIDGE DECK AGGREGATE BASE (APPROACH SLAB), STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R), STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R MODIFIED) PAVING NOTCH EXTENSION, CLEAN EXPANSION JOINT, JOINT SEAL (MR 1/2") JOINT SEAL (MR 1"), JOINT SEAL (MR 2"), (F) - FURNISH SIGN STRUCTURE (TRUSS) (F) - INSTALL SIGN STRUCTURE (TRUSS), (F) - FURNISH SIGN STRUCTURE (BRIDGE MOUNTED WITHOUT WALKWAY) , (F) - INSTALL SIGN STRUCTURE (BRIDGE MOUNTED WITHOUT WALKWAY), PUBLIC SAFETY PLAN, RAPID SETTING CONCRETE (PATCH) REMOVE UNSOUND CONCRETE, PREPARE CONCRETE BRIDGE DECK SURFACE FURNISH POLYESTER CONCRETE OVERLAY, (F) - PLACE POLYESTER CONCRETE OVERLAY, TRASH NET (DOWNDRAIN), REMOVE FLARED END SECTION (EA) ADJUST FRAME AND GRATE TO GRADE, ADJUST PULLBOX TO GRADE, DETECTABLE WARNING SURFACE, MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION) MINOR CONCRETE (CURB AND GUTTER), MINOR CONCRETE (SIDEWALK), MINOR CONCRETE (TEXTURED PAVING), REMOVE CONCRETE SIDEWALK (SQYD), REMOVE CONCRETE SIDEWALK AND DRIVEWAY, REMOVE CONCRETE (CURB AND GUTTER) CHAIN LINK FENCE (TYPE CL-6), REMOVE CHAIN LINK FENCE, REMOVE PAVEMENT MARKER, GUARD RAILING DELINEATOR, PAVEMENT MARKER (RETROREFLECTIVE) TREATMENT BEST MANAGEMENT PRACTICE MARKER, OBJECT MARKER (TYPE P) OBJECT MARKER (TYPE L-1), REMOVE ROADSIDE SIGN, REMOVE ROADSIDE SIGN (STRAP AND SADDLE BRACKET METHOD), REMOVE ROADSIDE SIGN PANEL REMOVE SIGN PANEL AND REMOVABLE SIGN PANEL FRAME, REMOVE SIGN PANEL FURNISH FORMED PANEL SIGN (OVERHEAD), FURNISH LAMINATED PANEL SIGN (1"-TYPE A), FURNISH LAMINATED PANEL SIGN (1"-TYPE B), FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED) FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED), ROADSIDE SIGN - ONE POST, ROADSIDE SIGN - TWO POST, INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD), INSTALL SIGN PANEL ON EXISTING FRAME, INSTALL ROADSIDE SIGN PANEL ON EXISTING POST, MIDWEST GUARDRAIL SYSTEM (WOOD POST), MIDWEST GUARDRAIL SYSTEM (8' WOOD POST), VEGETATION CONTROL (MINOR CONCRETE) DOUBLE MIDWEST GUARDRAIL SYSTEM (WOOD POST), TRANSITION RAILING (TYPE AGT), RAIL TENSIONING ASSEMBLY, END CAP (TYPE A), END CAP (TYPE TC), END ANCHOR ASSEMBLY (TYPE SFT-M), ALTERNATIVE IN-LINE TERMINAL TL-3 (F) - CONCRETE BARRIER TRANSITION, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY) "6"" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 17-7)", REMOVE TRAFFIC STRIPE (TAPE), 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) 6" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 18-12), MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION CAMERA SYSTEMS, 1 1/2" CONDUIT (BRIDGE), MODIFYING RAMP METERING SYSTEMS 3" CONDUIT (BRIDGE), MOBILIZATION
Requirements: Quotations will be broken down into comparable packages as reasonably necessary. Myers & Sons Construction will work with interested DBE subcontractors to identify opportunities to break down items into economically feasible packages. Please also refer to Caltrans new Spec Section 2-1.11 IN-USE OFF-ROAD DIESEL-FUELED VEHICLE LIST. Requirements: 100% performance and payment bonds may be required for the full amount of the subcontract price. Subcontractors must possess a valid contractor's license, DIR registration number, and current insurance meeting Myers & Sons Construction's requirements. Subcontractors will be required to sign the standard Myers & Sons Construction, LLC Subcontract Agreement. Quotations must be valid for one hundred and twenty (120) days after the specified Contract Award Date by the Owner. Plans and Specifications are available for viewing at our Sacramento office, please contact (916) 283-9950 or estimating@myers-sons.com. Plans and Specs can also be downloaded through http://ppmoe.dot.ca.gov/des/oe/weekly-ads/plans.php?id=04-0Q1004 and http://ppmoe.dot.ca.gov/des/oe/weekly-ads/specs-ntb.php?c=04-0Q1004. Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies or visit our website at www.myers-sons.com for more information. Myers & Sons Construction, LLC will work cooperatively with all qualified firms seeking work on this project. Myers & Sons Construction is signatory to the Laborers, Carpenters, Cement Masons and Operating Engineers. Myers & Sons Construction, LLC is an equal opportunity employer.
Date posted: 04/01/2024
Contractor: FBD Vanguard Construction, Inc. Contact: Jason Muller
Address: 550 Greenville Road Livermore, CA 94550
Phone: 925-245-1300 Fax: 925-245-1244 Email: jmuller@vc-inc.net
Services needed: FBD Vanguard Construction, Inc. is requesting quotes from all certified DBE firms for the following scopes of work, including but not limited to: Lead Compliance Plan, Develop Water Supply, Construction Area Signs, Traffic Control System, Stationary Impact Attenuator Vehicle, Channelizer, Portable Radar Speed Feedback Sign System, Temporary Barrier System, Portable Variable Speed Limit Sign System, Portable Changeable Message Sign , Mobile Barrier System, Mobile Barrier Trailer, Temporary Crash Cushion Module, Alternative Temporary Crash Cushion Tl-3, SWPPP & Related Items, Temporary Drainage Inlet Protection, Temporary Reinforced Silt Fence, Temporary Construction Entrance, Street Sweeping, Temporary Concrete Washout, Remove Yellow Thermoplastic Traffic Stripe (Haz. Waste), Treated Wood Waste, Clear & Grub, Roadway Excavation, Roadway Excavation (Type Z-2) (ADL), Shoulder Backing, Move-In/Move-Out (Erosion Control), Hydromulch, Fiber Rolls, Hydroseed, Compost, Incorporate Materials, Class 2 Aggregate Base, Base Bond Breaker, Replace Asphalt Concrete Surfacing, Prime Coat, Hot Mix Asphalt (Type A), Rubberized Hot Mix Asphalt (Gap Graded), HMA Dike, Tack Coat, Remove Asphalt Concrete Dike, Cold Plane Asphalt Concrete Pavement, Drill And Bond (Dowel Bar), Spall Repair (Polyester Concrete), Individual Slab Replacement (RSC), Remove Concrete Pavement And Base, Grind Existing Concrete Pavement, Grind Existing Bridge Deck, Aggregate Base (Approach Slab), Structural Concrete (Approach Slab -Type R & R Modified), Paving Notch Extension, Clean Expansion Joint, Joint Seal, Furnish & Install Sign Structure (Truss), Furnish & Install Sign Structure (Bridge Mounted Without Walkway), Public Safety Plan, Rapid Setting Concrete (Patch), Remove Unsound Concrete, Prepare Concrete Bridge Deck Surface, Furnish & Place Polyester Concrete Overlay, Trash Net (Downdrain), Remove Flared End Section, Adjust Frame And Grate To Grade, Adjust Pullbox To Grade, Detectable Warning Surface, Minor Concrete (Curb & Gutter, Sidewalk, Textured Paving & Misc.), Remove Concrete , Chain Link Fence, Remove Chain Link Fence, Remove Pavement Marker, Guard Railing Delineator, Pavement Marker (Retroreflective), Treatment Best Management Practice Marker, Object Marker , Remove Roadside Signs & Sign Panels, Furnish Formed Panel Sign (Overhead), Furnish Laminated Panel Sign , Furnish Single Sheet Aluminum Sign, Roadside Signs, Install Sign (Strap & Saddle Bracket Method), Install Sign Panel On Existing Frame, Install Roadside Sign Panel On Existing Post, Midwest Guardrail System, Vegetation Control (Minor Concrete), Double Midwest Guardrail System (Wood Post), Transition Railing, Rail Tensioning Assembly, End Cap , End Anchor Assembly, Alternative In-Line Terminal , Concrete Barrier Transition, Remove Guardrail, Remove Concrete Barrier, Thermoplastic Pavement Marking, Thermoplastic Traffic Stripe , Remove Traffic Stripe (Tape), Traffic Stripe Tape , Maintaining Existing TMS Elements During Construction, Camera Systems, 1 1/2" Conduit (Bridge), Modifying Ramp Metering Systems, 3" Conduit (Bridge), Ready Mix Concrete.
Requirements: A 100% payment bond and performance bond will be required. Vanguard will pay bond premium up to 2%. If you have any questions, need assistance in obtaining bonding, lines of credit, insurance, equipment, supplies, materials or related assistance in services, please contact Jason Muller at our office. Please note that no contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. Subcontractors must possess a current contractors license, insurance and workers compensation coverage meeting the owners requirements and will be required to sign the standard FBD Vanguard Construction, Inc. subcontract agreement. Plans and specifications are available to be viewed in our office located at 550 Greenville Road, Livermore, Ca 94550 between 8:00 AM and 5:00 PM Monday through Friday by appointment or you can send a request for this project and we will send you the specs/plans. Plans and specifications are also available for download at the Caltrans website at the following link: https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=04-0Q1004. FBD Vanguard Construction, Inc. is an equal opportunity employer. We do not discriminate against any qualified employee, applicants for employment, subcontractors or vendors regardless of age, race color, creed, religion, sex, sexual orientation, marital status, national origin, military service disabilities, disable veterans or Vietnam era veteran status. If you need any assistance, please do not hesitate to call our office. Items of work may be broken down into economically feasible packages to encourage participation. FBD Vanguard Construction, Inc. intends to work cooperatively with all qualified firms seeking work on this project.
Date posted: 04/01/2024
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, 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 SYSTEM, TEMPORARY BARRIER SYSTEM, PORTABLE VARIABLE SPEED LIMIT SIGN SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN (EA), MOBILE BARRIER SYSTEM, MOBILE BARRIER TRAILER, TEMPORARY CRASH CUSHION MODULE, ALTERNATIVE TEMPORARY CRASH CUSHION TL-3, STORMWATER POLLUTION PREVENTION PLAN, STORM WATER SAMPLING AND ANALYSIS DAY, STORM WATER ANNUAL REPORT, EROSION CONTROL, REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE), TREATED WOOD WASTE, CLEARING AND GRUBBING (LS), ROADWAY EXCAVATION, ROADWAY EXCAVATION (TYPE Z-2) (AERIALLY DEPOSITED LEAD), HYDROSEED, COMPOST (CY), CLASS 2 AGGREGATE BASE (CY), BASE BOND BREAKER, REPLACE ASPHALT CONCRETE SURFACING, PRIME COAT, HOT MIX ASPHALT (TYPE A), RUBBERIZED HOT MIX ASPHALT (GAP GRADED), PLACE HOT MIX ASPHALT DIKE, TACK COAT, REMOVE ASPHALT CONCRETE DIKE, COLD PLANE ASPHALT CONCRETE PAVEMENT, DRILL AND BOND (DOWEL BAR), SPALL REPAIR (POLYESTER CONCRETE), INDIVIDUAL SLAB REPLACEMENT (RSC), REMOVE CONCRETE PAVEMENT AND BASE, GRIND EXISTING CONCRETE PAVEMENT, GRIND EXISTING BRIDGE DECK, AGGREGATE BASE (APPROACH SLAB), STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R), STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R MODIFIED), PAVING NOTCH EXTENSION, CLEAN EXPANSION JOINT, JOINT SEAL (MR 1/2"), JOINT SEAL (MR 1"), JOINT SEAL (MR 2"), SIGN STRUCTURE, PUBLIC SAFETY PLAN, RAPID SETTING CONCRETE (PATCH), CONCRETE BRIDGE DECK SURFACE, POLYESTER CONCRETE OVERLAY, TRASH NET (DOWNDRAIN), REMOVE FLARED END SECTION (EA), ADJUST IRON, DETECTABLE WARNING SURFACE, PAVEMENT MARKER, OBJECT MARKER, MINOR CONCRETE, FENCING, VEGETATION CONTROL (MINOR CONCRETE), TRANSITION RAILING (TYPE AGT), RAIL TENSIONING ASSEMBLY, END CAP (TYPE A), END CAP (TYPE TC), END ANCHOR ASSEMBLY (TYPE SFT-M), ALTERNATIVE IN-LINE TERMINAL TL-3, (F) - CONCRETE BARRIER TRANSITION, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY), THERMOPLASTIC TRAFFIC STRIPE, TRAFFIC STRIPE TAPE, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, CAMERA SYSTEMS, 1 1/2" CONDUIT (BRIDGE), MODIFYING RAMP METERING SYSTEMS, 3" CONDUIT (BRIDGE), MOBILIZATION, ROADSIDE SIGNS, GUARDRAIL, VEGETATION CONTROL, STRIPING & MARKINGS, CHANGEABLE MESSAGE SIGNS, CAMERA SYSTEMS, MODIFYING ELECTRICAL SYSTEMS, TRUCKING, SWEEPER, WATER TRUCK, EROSION CONTROL MATERIALS, AGGREGATE BASE MATERIAL, HMA MATERIAL, RHMA MATERIAL AND QCQA SERVICES.
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 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: 04/01/2024
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, Striping Removals, Treated Wood Waste, Clear & Grub, Roadway Excavation, Shoulder Backing, Erosion Control, Incorporate Materials, Class 2 Aggregate Base, Base Bond Breaker, Replace AC Surfacing, Prime Coat, Supply HMA, Supply RHMA, Place HMA Dike, Tack Coat, Remove AC Dike, Cold Plane AC Pavement, Drill & Bond, Spall Repair, ISR, Remove Concrete, Grind Existing Concrete Pavement, Grind Existing Bridge Deck, Aggregate Base, Structural Concrete, Paving Notch Extension, Clean Expansion Joint, Joint Seal, Sign Structures, Public Safety Plan, Rapid Setting Concrete, Prepare Concrete Bridge Deck Surface, Furnish & Place Polyester Concrete Overlay, Trash Net, Remove Flared End Section, Adjust Frame & Grate To Grade, Adjust Pullbox To Grade, Minor Concrete, Fencing, Pavement Markers, Guardrail Systems, Roadside Signs, Concrete Barrier, Permanent Striping, 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: Joe Ferndino
Date posted: 04/08/2024
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: 5/23/2024 @ 2:00 PM Project: #04-0Q1004 – Hwy. 580 In Alameda County In Pleasanton & Castro Valley from Rte. 680/580 Separation To Rte. 580/238 Separation Ghilotti Construction Company, Inc. is seeking certified DBE subcontractors, suppliers & truckers for construction (Individual slab replacement, HMA, RHMA, approach slab and electrical) on Hwy. 580 In Alameda County In Pleasanton & Castro Valley from Rte. 680/580 Separation To Rte. 580/238 Separation (04-Ala-580-20.7/R30.8). Quotes requested include, but are not limited to, the following scopes of work: FABRIC & OILS, MATERIAL SUPPLY, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL, TEMPORARY K RAIL, RESET-ADJ RDWY ITEMS, COLD PLANE, DEMOLITION / BRIDGE REMOVAL, CLEAR & GRUB, ROADWAY EXCAVATION, LANDSCAPE / HIGHWAY PLANTING, HYDROSEED, EROSION CONTROL, AGGREGATE BASE, ASPHALT PAVING, AC DIKE, PORTLAND CEMENT & CONCRETE PAVEMENT, GRINDING / GROOVE, STRUCTURAL CONCRETE, CONCRETE OVERLAY – DRILL & BOND, JOINT SEAL, SIGN STRUCTURE, ROADSIDE SIGNS, CONCRETE CURB & SIDEWALK, FENCING, METAL BEAM GUARD RAILING, THERMOPLASTIC STRIPING & PAVEMENT MARKINGS, SIGNAL & LIGHTING (ELECTRICAL), SWPPP PLANNING, SWEEPER, TRUCKER, MOBILE BARRIER SYSTEM, SHOULDER BACKING, BASE BOND BREAKER, DRILL AND BOND (DOWEL BAR), SPALL REPAIR (POLYESTER CONCRETE), REMOVE CONCRETE PAVEMENT AND BASE, PREPARE CONCRETE BRIDGE DECK SURFACE, FURNISH POLYESTER CONCRETE OVERLAY, (F) – PLACE POLYESTER CONCRETE OVERLAY. Engineer's Estimate: $47,000,000 / DBE Goal: 22% / 350/450 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 (510/331-0607, 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 Caltrans website at https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=04-0Q1004. 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. By submitting your bid, you agree that all Inconsistent Terms and Conditions contained in your bid shall be disregarded and the Terms and Conditions of the GCC standard subcontract shall control. “Inconsistent Terms and Conditions” is defined as any terms and conditions that may be attached to your bid other than the price and scope that are inconsistent or conflict with the Terms and Conditions of GCC’s standard subcontract. 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: https://www.ghilotti.com/wp-content/uploads/2022/12/Addendum-A-Revised-3-2022.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: 04/22/2024