Search Results: Planholders

Listing for all primes seeking assistance with project 04-0Q2104.

10 records found



Contractor: Granite Construction Company Contact: Venkatesh Jagarlamudi
Address: 715 Comstock St Santa Clara, CA 95054
Phone: 661-440-2362 Fax: 408-327-7090 Email: Coastal.Estimating@gcinc.com
Services needed: Lead Compliance Plan ; Level 2 Critical Path Method Schedule ; Construction Area Signs ; Traffic Control System ; Channelizer (Surface Mounted) ; Temporary Barrier System ; Portable Changeable Message Sign (Ea) ; Temporary Crash Cushion Tl-3 ; Job Site Management ; Stormwater Pollution Prevention Plan ; Storm Water Sampling And Analysis Day ; Storm Water Annual Report ; Temporary Cover ; Temporary Check Dam ; Temporary Drainage Inlet Protection ; Temporary Fiber Roll ; Temporary Construction Entrance ; Street Sweeping ; Temporary Concrete Washout ; Treated Wood Waste ; Roadway Excavation ; Roadway Excavation (Type Z-2) (Aerially Deposited Lead) ; Shoulder Backing ; Ditch Excavation ; Soil Amendment ; Packet Fertilizer ; Plant (Group A) ; Plant (Group B) ; Plant Establishment Work ; Wood Mulch ; Foliage Protector ; Check And Test Existing Irrigation Facilities ; Remove Irrigation Facility ; Salvage Irrigation Facility ; 1" Remote Control Valve ; 1 1/4" Remote Control Valve ; 1 1/2" Remote Control Valve ; 1" Wye Strainer Assembly ; 1 1/4" Wye Strainer Assembly ; 1 1/2" Wye Strainer Assembly ; 2" Wye Strainer Assembly ; Riser Sprinkler Assembly ; 2" Gate Valve ; (F) - 1" Plastic Pipe (Schedule 40) (Supply Line) ; (F) - 2" Plastic Pipe (Schedule 40) (Supply Line) ; (F) - 2 1/2" Plastic Pipe (Class 315) (Supply Line) ; (F) - 3" Plastic Pipe (Class 315) (Supply Line) ; Quick Coupling Valve ; Move-In/Move-Out (Erosion Control) ; Hydromulch ; Fiber Rolls ; Hydroseed ; Compost (Cy) ; Incorporate Materials ; Class 2 Aggregate Base (Cy) ; Prime Coat ; Hot Mix Asphalt (Type A) ; Place Hot Mix Asphalt (Miscellaneous Area) ; (F) - Structural Concrete, Drainage Inlet ; Gross Solids Removal Device Inclined Screen Type A ; Gross Solids Removal Device Inclined Screen Type D ; Gross Solids Removal Device Linear Radial Type Lr-2 (6) ; Gross Solids Removal Device Linear Radial Type Lr-2 (8) ; Gross Solids Removal Device Linear Radial Type Lr-3 (4) ; Gross Solids Removal Device Linear Radial Type Lr-3 (6) ; Gross Solids Removal Device Linear Radial Type Lr-3 (8) ; Gross Solids Removal Device Linear Radial Type Lr-4 (6) ; Gross Solids Removal Device Linear Radial Type Lr-4 (8) ; Gross Solids Removal Device Linear Radial Type Lr-5 (6) ; Gross Solids Removal Device Linear Radial Type Lr-5 (8) ; Trash Net (Open Channel) ; 18" Reinforced Concrete Pipe ; 24" Reinforced Concrete Pipe ; Abandon Pipeline ; Modify Inlet ; (F) - Miscellaneous Iron And Steel ; Chain Link Fence (Type Cl-6) ; 10' Chain Link Gate (Type Cl-6) ; 12' Chain Link Gate (Type Cl-6) ; Remove Chain Link Fence ; Reconstruct Chain Link Fence ; Treatment Best Management Practice Marker ; Object Marker (Type P) ; Remove Roadside Sign ; Furnish Single Sheet Aluminum Sign (0.080"-Framed) ; Roadside Sign - Two Post ; Maintaining Existing Traffic Management System Elements During Construction ; Mobilization;
Requirements: If you have any questions, please contact Venkatesh Jagarlamudi at 661-440-2362 or email at venkatesh.jagarlamudi@gcinc.com All quotes should be sent via fax to 408-327-7090 or Coastal.estimating@gcinc.com **Quotes not received by 11:00 AM on bid day may not be reviewed/evaluated** 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: 06/11/2024
Contractor: Serafix Engineering Contractors, Inc Contact: Estimating Dept
Address: 7 Crow Canyon Court, Suite 250 San Ramon, CA 94583
Phone: 925-552-8253 Fax: 925-552-8254 Email: estimating@secontractors.com
Services needed: Serafix Engineering Contractors, Inc. (SEC) is soliciting quotes from certified DBE Subcontractors and Suppliers for the following categories of work (including but not limited to): LEAD COMPLIANCE PLAN, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, DRA ON-SITE MEETING, OFF-SITE DRA, CAS, TRAFFIC CONTROL SYSTEM, CHANNELIZER (SURFACE MOUNTED), TEMP BARRIER SYSTEM, PCMS, TEMP CRASH CUSHION TL-3, SWPPP, STORM WATER SAMPLING AND ANALYSIS DAY, STORM WATER ANNUAL REPORT, TEMP COVER, TEMP CHECK DAM, TEMP DRAINAGE INLET PROTECTION, TEMP FIBER ROLL, TEMP CONSTRUCTION ENTRANCE, STREET SWEEPING, TEMP CONCRETE WASHOUT, TREATED WOOD WASTE, ROADWAY EXC, ROADWAY EXC (TYPE Z-2) (AERIALLY DEPOSITED LEAD), SHOULDER BACKING, DITCH EXCAVATION, SOIL AMENDMENT, PACKET FERTILIZER, PLANT (GROUP A), PLANT (GROUP B), PLANT ESTABLISHMENT WORK, WOOD MULCH, FOLIAGE PROTECTOR, CHECK AND TEST EXISTING IRRIGATION FACILITIES, REMOVE IRRIGATION FACILITY, SALVAGE IRRIGATION FACILITY, 1" REMOTE CONTROL VALVE, 1 1/4" REMOTE CONTROL VALVE,1 1/2" REMOTE CONTROL VALVE, 1" WYE STRAINER ASSEMBLY, 1 1/4" WYE STRAINER ASSEMBLY, 1 1/2" WYE STRAINER ASSEMBLY, 2" WYE STRAINER ASSEMBLY, RISER SPRINKLER ASSEMBLY, 2" GATE VALVE, (F) - 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 2 1/2" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), (F) - 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), QUICK COUPLING VALVE, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDROMULCH, FIBER ROLLS, HYDROSEED, COMPOST (CY), INCORPORATE MATERIALS, CLASS 2 AGGREGATE BASE (CY), PRIME COAT, HMA, PLACE HMA (MISC AREA), (F) - STRUCTURAL CONCRETE, DRAINAGE INLET, GROSS SOLIDS REMOVAL DEVICE INCLINED SCREEN TYPE A AND TYPE D, GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-2 (6), TYPE LR-2 (8), TYPE LR-4 (4),TYPE LR-3 (6), TYPE LR-3 (8), TYPE LR-4 (6), TYPE LR-4 (8), TYPE LR-5 (6), TYPE LR-5 (8),TRASH NET (OPEN CHANNEL), 18" REINFORCED CONCRETE PIPE, 24" REINFORCED CONCRETE PIPE, ABANDON PIPELINE, MODIFY INLET, MISC IRON AND STEEL, CHAIN LINK FENCE (TYPE CL-6), 10' CHAIN LINK GATE (TYPE CL-6), 12' CHAIN LINK GATE (TYPE CL-6), REMOVE CHAIN LINK FENCE, RECONSTRUCT CHAIN LINK FENCE, TREATMENT BEST MANAGEMENT PRACTICE MARKER, OBJECT MARKER (TYPE P), REMOVE ROADSIDE SIGN, FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED), ROADSIDE SIGN - TWO POST, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION. Work will be broken down to accommodate subcontractor quotes. PLEASE SUBMIT A COPY OF YOUR CURRENT DBE CERTIFICATION WITH YOUR PROPOSAL.
Requirements: SEC adheres to the requirement for Affirmative Action to ensure Equal Employment Opportunity according to Executive Order 11246, and requires proof from all subcontractors that they are in accordance. 100% Performance and Payment Bonds with a surety company thereof, subject to the approval of SEC, will be required of all subcontractors. SEC will pay bond premium up to 1.5%. Please contact SEC for assistance with bonding, insurance, or lines of credit. All subcontractors are expected to sign a standard contract, which can be viewed at our location. Any bid provided by a Subcontractor constitutes an acceptance on each and every term of the general contractor’s standard contract. Subcontractor will be deemed to understand and accept those terms by providing a bid. Any attempt by a Subcontractor to revise or limit those terms will be null and void and not recognized by SEC. Prevailing wages must be met. Subcontractor must possess current insurance and workers compensation coverage meeting SEC’s insurance requirements. Insurance waiver of subrogation is also required. SEC is a Union Contractor. Any non-signatory subcontractors will be required to sign an agreement for trades covered under our agreements.
Date posted: 06/12/2024
Contractor: Myers and Sons Construction, LLC Contact: Mike Hutchings
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 seeking CERTFIED DBE FIRMS (subcontractors/material suppliers/services) to bid on this project. ***ALL ITEMS ARE OPEN TO BID, INCLUDING ITEMS MYERS & SONS CONSTRUCTION WOULD NORMALLY SELF-PERFORM. *** ITEMS OF WORK INCLUDE: Lead Compliance Plan ; Level 2 Critical Path Method Schedule ; Construction Area Signs ; Traffic Control System ; Channelizer (Surface Mounted) ; Temporary Barrier System ; Portable Changeable Message Sign (Ea) ; Temporary Crash Cushion Tl-3 ; Job Site Management ; Stormwater Pollution Prevention Plan ; Storm Water Sampling And Analysis Day ; Storm Water Annual Report ; Temporary Cover ; Temporary Check Dam ; Temporary Drainage Inlet Protection ; Temporary Fiber Roll ; Temporary Construction Entrance ; Street Sweeping ; Temporary Concrete Washout ; Treated Wood Waste ; Roadway Excavation ; Roadway Excavation (Type Z-2) (Aerially Deposited Lead) ; Shoulder Backing ; Ditch Excavation ; Soil Amendment ; Packet Fertilizer ; Plant (Group A) ; Plant (Group B) ; Plant Establishment Work ; Wood Mulch ; Foliage Protector ; Check And Test Existing Irrigation Facilities ; Remove Irrigation Facility ; Salvage Irrigation Facility ; 1" Remote Control Valve ; 1 1/4" Remote Control Valve ; 1 1/2" Remote Control Valve ; 1" Wye Strainer Assembly ; 1 1/4" Wye Strainer Assembly ; 1 1/2" Wye Strainer Assembly ; 2" Wye Strainer Assembly ; Riser Sprinkler Assembly ; 2" Gate Valve ; (F) - 1" Plastic Pipe (Schedule 40) (Supply Line) ; (F) - 2" Plastic Pipe (Schedule 40) (Supply Line) ; (F) - 2 1/2" Plastic Pipe (Class 315) (Supply Line) ; (F) - 3" Plastic Pipe (Class 315) (Supply Line) ; Quick Coupling Valve ; Move-In/Move-Out (Erosion Control) ; Hydromulch ; Fiber Rolls ; Hydroseed ; Compost (Cy) ; Incorporate Materials ; Class 2 Aggregate Base (Cy) ; Prime Coat ; Hot Mix Asphalt (Type A) ; Place Hot Mix Asphalt (Miscellaneous Area) ; (F) - Structural Concrete, Drainage Inlet ; Gross Solids Removal Device Inclined Screen Type A ; Gross Solids Removal Device Inclined Screen Type D ; Gross Solids Removal Device Linear Radial Type Lr-2 (6) ; Gross Solids Removal Device Linear Radial Type Lr-2 (8) ; Gross Solids Removal Device Linear Radial Type Lr-3 (4) ; Gross Solids Removal Device Linear Radial Type Lr-3 (6) ; Gross Solids Removal Device Linear Radial Type Lr-3 (8) ; Gross Solids Removal Device Linear Radial Type Lr-4 (6) ; Gross Solids Removal Device Linear Radial Type Lr-4 (8) ; Gross Solids Removal Device Linear Radial Type Lr-5 (6) ; Gross Solids Removal Device Linear Radial Type Lr-5 (8) ; Trash Net (Open Channel) ; 18" Reinforced Concrete Pipe ; 24" Reinforced Concrete Pipe ; Abandon Pipeline ; Modify Inlet ; (F) - Miscellaneous Iron And Steel ; Chain Link Fence (Type Cl-6) ; 10' Chain Link Gate (Type Cl-6) ; 12' Chain Link Gate (Type Cl-6) ; Remove Chain Link Fence ; Reconstruct Chain Link Fence ; Treatment Best Management Practice Marker ; Object Marker (Type P) ; Remove Roadside Sign ; Furnish Single Sheet Aluminum Sign (0.080"-Framed) ; Roadside Sign - Two Post ; Maintaining Existing Traffic Management System Elements During Construction ; 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 https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=04-0Q2104&sub= and https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=04-0Q2104&sub=. 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 DBE 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: 06/13/2024
Contractor: Hoseley Corporation Contact: Daniel Wanner
Address: 96F Pier Admin Building #200 San Francisco, CA 94124
Phone: 415-404-8997 Fax: 415-233-9466 Email: estimating@hoseley.com
Services needed: Looking for all subcontractor quotes.
Requirements:
Date posted: 06/12/2024
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: 07/18/24 @ 2:00 PM Project: #04-0Q2104 – Hwy. 80 in Contra Costa County at Various Locations from Central Avenue Undercrossing to Willow Avenue Undercrossing Ghilotti Construction Company, Inc. is seeking certified DBE subcontractors, suppliers & truckers for construction on Hwy. 80 in Contra Costa County at Various Locations from Central Avenue Undercrossing to Willow Avenue Undercrossing. Quotes requested include, but are not limited to, the following scopes of work: MATERIAL SUPPLY, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL, TEMPORARY K RAIL, LANDSCAPE / HIGHWAY PLANTING, HYDROSEEDING, EROSION CONTROL, IRRIGATION, ASPHALT PAVING, MINOR CONCRETE STRUCTURE, REINFORCING STEEL, ROADSIDE SIGNS, FENCING, METAL RAILING, SIGNAL & LIGHTING (ELECTRICAL), RAMP METERING SYSTEM (ELECTRICAL), SWPPP PLANNING, SWEEPER, TRUCKER, STORM DRAIN / SEWER (UNDERGROUND), AND GROSS SOLIDS REMOVAL DEVICE. Engineer's Estimate: $6,300,000 / DBE Goal: 21% / 300 WD completion of work (550 WD total with plant establishment) / $6,700 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. Joe Armenta (707/800-5246 or joea@ghilotti.com) & Mr. Rod Barber (707/978-8779 or rod@ghilotti.com) are the Estimators for this project and 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=04-0Q2104. 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: 06/17/2024
Contractor: Bay Cities Paving & Grading Inc. Contact: Ben Rodriguez
Address: 1450 Civic Ct Building B, Suite 400 Concord, CA 94520
Phone: 925-687-6666 Fax: 925-687-2122 Email: estimating@baycities.us
Services needed: ***ALL ITEMS ARE OPEN TO BID, INCLUDING ITEMS BAY CITIES PAVING & GRADING INC. WOULD NORMALLY SELF-PERFORM. ***CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, CHANNELIZER (SURFACE MOUNTED), TEMPORARY BARRIER SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN (EA), TEMPORARY CRASH CUSHION TL-3, JOB SITE MANAGEMENT, SWPPP, TEMPORARY COVER, TEMPORARY CHECK DAM, TEMPORARY DRAINAGE INLET PROTECTION, TEMPORARY FIBER ROLL, TEMPORARY CONSTRUCTION ENTRANCE, STREET SWEEPING, TEMPORARY CONCRETE WASHOUT, TREATED WOOD WASTE, DITCH EXCAVATION, SOIL AMENDMENT, PACKET FERTILIZER, PLANT (GROUP A), PLANT (GROUP B), PLANT ESTABLISHMENT WORK, WOOD MULCH, FOLIAGE PROTECTOR, IRRIGATION, 1" REMOTE CONTROL VALVE, 1 1/4" REMOTE CONTROL VALVE, 1 1/2" REMOTE CONTROL VALVE, 1" WYE STRAINER ASSEMBLY, 1 1/4" WYE STRAINER ASSEMBLY, 1 1/2" WYE STRAINER ASSEMBLY, 2" WYE STRAINER ASSEMBLY, RISER SPRINKLER ASSEMBLY, 2" GATE VALVE, (F) - 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 2 1/2" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), (F) - 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), QUICK COUPLING VALVE, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDROMULCH, FIBER ROLLS, HYDROSEED, COMPOST (CY), INCORPORATE MATERIALS, PRIME COAT, (F) - STRUCTURAL CONCRETE, DRAINAGE INLET, GROSS SOLIDS REMOVAL DEVICE INCLINED SCREEN TYPE A, GROSS SOLIDS REMOVAL DEVICE INCLINED SCREEN TYPE D, GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-2 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-2 (8), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-3 (4), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-3 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-3 (8), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-4 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-4 (8), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-5 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-5 (8), TRASH NET (OPEN CHANNEL), MODIFY INLET, (F) - MISCELLANEOUS IRON AND STEEL, CHAIN LINK FENCE (TYPE CL-6), 10' CHAIN LINK GATE (TYPE CL-6), 12' CHAIN LINK GATE (TYPE CL-6), REMOVE CHAIN LINK FENCE, RECONSTRUCT CHAIN LINK FENCE, TREATMENT BEST MANAGEMENT PRACTICE MARKER, OBJECT MARKER (TYPE P), REMOVE ROADSIDE SIGN, FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED), ROADSIDE SIGN - TWO POST, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION
Requirements: Bay Cities Paving & Grading, Inc. (BCPG) is a Union contractor, and signatory to the Operating Engineers, Laborers, Teamsters, Carpenters, and Cement Masons. Plans and specifications for the Project can be downloaded online at Caltrans website or can be viewed at BCPG’s office at 1450 Civic Court, Concord, CA 94520, but please contact our estimating office 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, BCPG will pay bond premium up to 2%. Call Ben Rodriguez at (925) 687-6666 for assistance with plans & specs, credit line, bonding, insurance, equipment, supplies and materials. Subcontractors will be required to enter BCPG’s standard contract, comply with insurance requirements, and name BCPG as an additional insured. 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. BCPG is an equal opportunity employer.
Date posted: 06/19/2024
Contractor: Anvil Builders Inc Contact: Brett Bennett
Address: 1550 Park Ave Emeryville, CA 94608
Phone: 909-374-1265 Fax: 415-285-5005 Email: estimating@anvilbuilders.com
Services needed: Anvil Builders is requesting quotes from all qualified subcontractors and suppliers, including certified DBE firms for the following items of work: LEAD COMPLIANCE PLAN, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, CHANNELIZER (SURFACE MOUNTED), TEMPORARY BARRIER SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY CRASH CUSHION TL-3, JOB SITE MANAGEMENT, STORMWATER POLLUTION PREVENTION PLAN, STORM WATER SAMPLING AND ANALYSIS DAY, STORM WATER ANNUAL REPORT , TEMPORARY COVER, TEMPORARY CHECK DAM, TEMPORARY DRAINAGE INLET PROTECTION, TEMPORARY FIBER ROLL, TEMPORARY CONSTRUCTION ENTRANCE, STREET SWEEPING, TEMPORARY CONCRETE WASHOUT, TREATED WOOD WASTE, ROADWAY EXCAVATION, ROADWAY EXCAVATION (TYPE Z-2) (AERIALLY DEPOSITED LEAD), SHOULDER BACKING, DITCH EXCAVATION, SOIL AMENDMENT, PACKET FERTILIZER, PLANT (GROUP A), PLANT (GROUP B), PLANT ESTABLISHMENT WORK, WOOD MULCH, FOLIAGE PROTECTOR, CHECK AND TEST EXISTING IRRIGATION FACILITIES, REMOVE IRRIGATION FACILITY, SALVAGE IRRIGATION FACILITY, 1" REMOTE CONTROL VALVE, 1 1/4" REMOTE CONTROL VALVE, 1 1/2" REMOTE CONTROL VALVE, 1" WYE STRAINER ASSEMBLY, 1 1/4" WYE STRAINER ASSEMBLY, 1 1/2" WYE STRAINER ASSEMBLY, 2" WYE STRAINER ASSEMBLY, RISER SPRINKLER ASSEMBLY, 2" GATE VALVE, 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 2 1/2" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), QUICK COUPLING VALVE, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDROMULCH, FIBER ROLLS, HYDROSEED, COMPOST, INCORPORATE MATERIALS, CLASS 2 AGGREGATE BASE, PRIME COAT, HOT MIX ASPHALT (TYPE A), PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA), STRUCTURAL CONCRETE, DRAINAGE INLET, GROSS SOLIDS REMOVAL DEVICE INCLINED SCREEN TYPE A, GROSS SOLIDS REMOVAL DEVICE INCLINED SCREEN TYPE D, GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-2 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-2 (8), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-3 (4), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-3 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-3 (8), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-4 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-4 (8), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-5 (6), GROSS SOLIDS REMOVAL DEVICE LINEAR RADIAL TYPE LR-5 (8), TRASH NET (OPEN CHANNEL), 18" REINFORCED CONCRETE PIPE, 24" REINFORCED CONCRETE PIPE, ABANDON PIPELINE, MODIFY INLET, MISCELLANEOUS IRON AND STEEL, CHAIN LINK FENCE (TYPE CL-6), 10' CHAIN LINK GATE (TYPE CL-6), 12' CHAIN LINK GATE (TYPE CL-6), REMOVE CHAIN LINK FENCE, RECONSTRUCT CHAIN LINK FENCE, TREATMENT BEST MANAGEMENT PRACTICE MARKER, OBJECT MARKER (TYPE P), REMOVE ROADSIDE SIGN, FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED), ROADSIDE SIGN - TWO POST, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, MOBILIZATION
Requirements: All quotes should be sent via email to bbennett@anvilbuiders.com & estimating@anvilbuilders.com . Quotes not received by 11:00 AM on bid day may not be reviewed/evaluated. 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. Anvil Builders is signatory to operating engineers, laborers, and carpenters unions. 100% performance and payment bonds may be required for the full amount of subcontract price, please provide a bond premium % listed on your bid. 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# . In addition to bonding assistance, subcontractors are encouraged to contact Anvil Builders with questions regarding obtaining lines of credit, insurance, equipment, materials and/or supplies, or with any questions you may have. Subcontractors will be required to enter into our standard contract. DBE Subcontractors must be listed by the CUCP for the work code(s) that apply to the scope of work they are quoting. Anvil Builders will break down items of work to facilitate DBE participation. Anvil Builders intends to work cooperatively with all qualified DBE firms seeking work on this project. Anvil Builders is an Equal Opportunity Employer.
Date posted: 06/20/2024
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: Construction Area Signs, Traffic Control Systems, PCMS Boards, Implement BMP's, SWPPP, Temp. Erosion Control, Street Sweeping, Temp. Concrete Washout, Treated Wood Waste, Roadway Excavation, Shoulder Backing, Ditch Excavation, Erosion Control, Irrigation Systems, Class 2 Aggregate Base, Prime Coat, Supply HMA, Place HMA, Structural Concrete, Gross Solids Removal Devices, Underground, Misc. Iron & Steel, Fencing, Roadside Signs, 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: 06/21/2024
Contractor: Ghilotti Bros., Inc. Contact: Sarah Kriletich
Address: 525 Jacoby Street San Rafael,CA 94901
Phone: 415-454-7011 Fax: 415-454-8376 Email: sarahk@gbi1914.com
Services needed: Ghilotti Bros., Inc. is actively soliciting quotes from certified DBE Subcontractors, Material Suppliers, and Truckers for (but not limited to) the following categories of work: : Lead Compliance Plan, Construction Area Signs, Traffic Control, Temp barrier system, SWPPP, Temporary Fiber Roll, Street Sweeping, Treated Wood Waste, Soil Amendment, Planting, Irrigation, Supply Strainer Assembly, Supply Plastic Pipe, Supply Coupling Valve’s, Erosion Control, Hydroseed, Supply gross SolidsDevice, Supply Trash Net, Supply Concrete Pipe, Chain Link Fence, Roadside Signs, Trucking C8602 Signal and Lighting (Electrical), C9607 End Dump Truck, C9609 Street Sweeping Truck. Other subcontract trades and suppliers are encouraged to contact us for opportunities. PLEASE EMAIL QUOTES TO: Estimator@gbi1914.com All Subs: Be sure to take advantage of the OPT-IN function on the Caltrans Website.
Requirements: We work with interested subcontractors to identify opportunities, breaking items down into economically feasible units. Estimator Jeremy Chua(estimator@gbi1914.com) will answer questions and provide clarification regarding the scope of work, plans, specs, requirements, bid preparation or any other technical assistance. Please send us an E-mail for a Link to the Plans & Specs. Non-DBE Subs/Suppliers: You are encouraged to carry a proportionate percentage of 2nd-tier DBE participation with your quote and this participation will be evaluated with your price. NOTE: Contractors License Number, DIR Registration Number and DBE Cert Number (or other agency) must be listed on any quote submitted to GBI. 100% Payment and Performance Bonds as well as Insurance Waiver of subrogation are required of subcontractors. Ghilotti Bros. intends to work cooperatively with all qualified firms seeking work on this project. Certified DBE's please contact us if you need help obtaining bonding, insurance, lines of credit, equipment, materials, supplies or some other form of assistance in order to participate. Subcontractors must possess a current contractor's license, insurance and worker's compensation coverage and will be required to enter into our standard contract. Please note that this is a prevailing wage project and Ghilotti Bros. is Union signatory. Subcontractors will be subject to the terms and conditions of Ghilotti Bros. subcontract and safety documents which are available upon request. Ghilotti Bros., Inc. is an Equal Opportunity Employer and actively hires U.S. Veterans.
Date posted: 06/21/2024
Contractor: Steve P. Rados, Inc. Contact: Hannah Eberwein
Address: 2002 E. McFadden Ave. Ste 200 Santa Ana, CA 92705
Phone: 916-475-1654 Fax: 916-475-1655 Email: ncbids@rados.com
Services needed: Aggregate Base, Alternative Temporary Crash Cushion Tl-3, Asphalt Concrete Paving, Cast-In-Drilled-Hole Concrete Piling, Clearing & Grubbing, Compost, Concrete Pumping, Concrete Structure, Construction Area Signs, CPM Schedule, Ditches Excavation, Drainage Pumping Equipment, Drainage Systems, Fencing, Fiber Rolls, Flat Bed Trucking, Furnish Laminated Panel Sign (1"-Type A), Geosynthetic Bond Breaker, Highway, Street, And Bridge, Hydroseed, Imported Borrow, Irrigation System, Jacked Reinforced Concrete Pipe, Lead Abatement, Lead Compliance, Minor Concrete Structure, Misc Iron & Steel Frame, Cover & Grate, Object Marker, Other Heavy And Civil Engineering, Pavement Marking & Striping, Penetration Treatment & Prime Coat, Plane Asphalt Concrete, Planting/Landscaping, Portable Radar Speed Feedback Sign System, Reinforced Concrete Pipe, Reinforcing Steel, Reset, Adjust Roadway Items, Roadway Excavation, Sign Structure, Soil Amendment, Storm Water Systems, Stormwater Pollution Prevention Plan, Street Sweeping, Street Sweeping Truck, Super 10 Dump Truck, SWPPP Planning, Temporary Drainage Inlet Protection, Temporary Erosion Control, Temporary Fencing, Temporary Fiber Roll, Temporary Hydraulic Mulch (Bonded Fiber Matrix), Temporary Railing (Type K), Temporary Reinforced Silt Fence, Traffic Control Materials, Traffic Control Plans, Traffic Control System, Traffic Flaggers, Transfer Dump Truck.
Requirements: S.P. Rados, Inc. is a Signatory Union Contractor. Subcontractors will be required to abide by the terms and conditions of the AGC Standard Long Form Subcontract incorporating prime contract terms and conditions, including payment provisions & insurance requirements. S.P. Rados, Inc.’s listing of a subcontractor is not to be construed as an acceptance of all the subcontractor’s conditions or exceptions included with the Subcontractor’s price quote. Subcontractors will be required to provide a payment & performance bond from an approved surety company for 100% of the subcontracted work. S.P. Rados, Inc. will pay bond premium up to 1.5% (optional). 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 status of your D.I.R. number, please visit: http://.dir.ca.gov/Public-Works/Contractors.html. Assistance is available in obtaining bonds, lines of credit and/or insurance. We will consider dividing total requirements when economically feasible into smaller tasks or quantities to permit participation by DBE, in the competitive process. We will assist in obtaining necessary equipment, supplies, materials & related assistance or services. S.P. Rados, Inc. requires that Subcontractors and Suppliers price quotes be provided at a reasonable time prior to the bid deadline to enable a complete evaluation.
Date posted: 06/24/2024