Search Results: Planholders

Listing for all primes seeking assistance with project 04-0Q8204.

7 records found



Contractor: Ranger Pipelines Incorporated Contact: Thomas Grover
Address: 1790 Yosemite Ave. San Francisco, CA 94124
Phone: 415-822-3700 Fax: 415-822-3703 Email: estimating@rangerpipelines.com
Services needed: Traffic Control System & Related Items, SWPPP & Related Items, Erosion Control (temporary and permanent), Street Sweeping, Soil Densification, Compaction Grouting, Place HMA , Cold Plane, Structural Concrete Drainage Inlet, Cast-In-Drilled-Hole Concrete Pile, Sign Structure & Related Items, Storm Drain Systems & Related Items (RCP Pipe Supply), Trenchless Construction (Bore), Alternative Pipeliner & Related Items, Minor Concrete, Midwest Guardrail System, Abandonment (Pipeline & Structure), Chain Link Fence, Fencing, Temporary Concrete Barrier, Striping & Markings (temporary and permanent), Trucking, Water Trucks, Erosion Control Materials, Aggregate Base Material, HMA Material, RHMA Material, and Tack Coat.
Requirements: Ranger Pipelines Incorporated (RPI), estimating@rangerpipelines.com, is 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 any other bid assistance. Plans and specs are available to review at our San Francisco 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 us or faxed to 415-822-3703 prior to 12:00 PM on the date of the bid. Quotes from DBE Subcontractors, Suppliers and Truckers are highly encouraged. RPI 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. RPI may require Performance and Payment bonds on subcontracts. Please contact RPI 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. RPI is available to help obtain necessary equipment, materials, supplies or related assistance or services. All subcontractors are required to execute RPI’ standard subcontract agreement, comply with all insurance requirements, and name RPI as additional insured. Copies of our agreement and insurance requirements are available upon request. RPI is a Union contractor, and we are signatory to the Operating Engineers and Laborers. RPI is an Equal Opportunity Employer.
Date posted: 03/18/2024
Contractor: Patriot Contracting, Inc Contact: Emigdio Robles
Address: 4301 Bettencourt Way Union City Ca 94587
Phone: 510-755-4032 Fax: Email: erobles@patriotcontracting.us
Services needed: PATRIOT CONTRACTING INC. IS AN EQUAL OPPORTUNITY EMPLOYER CURRENTLY REQUESTING PROPOSALS FROM ALL QUALIFIED SUBCONTRACTORS AND SUPPLIERS INCLUDING CERTIFIED DBE FIRMS FOR ALL ITEMS OF WORK IN THE BID LIST INCLUDING BUT NOT LIMITED TO: Item No. Item Code Item Description Unit of Measure Estimated Quantity 0001 070030 LEAD COMPLIANCE PLAN LS LUMP SUM 0002 080060 LEVEL 2 CRITICAL PATH METHOD SCHEDULE LS LUMP SUM 0003 090100 TIME-RELATED OVERHEAD (WDAY) WDAY 220 0004 090205 DISPUTE RESOLUTION BOARD ON-SITE MEETING EA 6 0005 090210 HOURLY OFF-SITE DISPUTE-RESOLUTION-BOARD-RELATED TASKS HR 20 0006 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM 0007 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM 0008 120165 CHANNELIZER (SURFACE MOUNTED) EA 100 0009 120207 PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM DAY 4 0010 120320 TEMPORARY BARRIER SYSTEM LF 6,780 0011 128652 PORTABLE CHANGEABLE MESSAGE SIGN (LS) LS LUMP SUM 0012 014105 ALTERNATIVE TEMPORARY CRASH CUSHION TL-3 EA 4 0013 130100 JOB SITE MANAGEMENT LS LUMP SUM 0014 130301 STORMWATER POLLUTION PREVENTION PLAN LS LUMP SUM 0015 130320 STORM WATER SAMPLING AND ANALYSIS DAY EA 14 0016 130330 STORM WATER ANNUAL REPORT EA 2 0017 130530 TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX) SQYD 24,900 0018 130620 TEMPORARY DRAINAGE INLET PROTECTION EA 23 0019 130640 TEMPORARY FIBER ROLL LF 6,820 0020 130670 TEMPORARY REINFORCED SILT FENCE LF 50 0021 130710 TEMPORARY CONSTRUCTION ENTRANCE EA 1 0022 130730 STREET SWEEPING LS LUMP SUM 0023 130900 TEMPORARY CONCRETE WASHOUT LS LUMP SUM 0024 141120 TREATED WOOD WASTE LB 1,170 0025 193006 (F) - STRUCTURE BACKFILL (SLURRY CEMENT) CY 3,742 0026 038519 SOIL DENSIFICATION (HIGH DENSITY POLYURETHANE) LB 11,500 0027 194001 DITCH EXCAVATION CY 60 0028 198263 COMPACTION GROUTING (GROUT) CY 180 0029 200002 ROADSIDE CLEARING LS LUMP SUM 0030 202006 SOIL AMENDMENT CY 0.3 0031 202038 PACKET FERTILIZER EA 12 0032 204009 PLANT (GROUP I) EA 12 0033 204099 PLANT ESTABLISHMENT WORK LS LUMP SUM 0034 205035 WOOD MULCH CY 1 0035 205051 FOLIAGE PROTECTOR EA 12 0036 206631 1" WYE STRAINER ASSEMBLY EA 1 0037 208448 RISER SPRINKLER ASSEMBLY EA 24 0038 208562 CAM COUPLER ASSEMBLY EA 1 0039 208594 (F) - 3/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 111 0040 208595 (F) - 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 100 0041 208683 BALL VALVE EA 1 0042 210010 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 6 0043 210300 HYDROMULCH SQFT 30,400 0044 210350 FIBER ROLLS LF 5,600 0045 210430 HYDROSEED SQFT 30,400 0046 210610 COMPOST (CY) CY 94 0047 039859 GEOSYNTHETIC BOND BREAKER SQYD 2,900 0048 390132 HOT MIX ASPHALT (TYPE A) TON 1,010 0049 390401 HOT MIX ASPHALT-OPEN GRADED (OPEN GRADED FRICTION COURSE) TON 240 0050 397005 TACK COAT TON 0.3 0051 398200 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 14,100 0052 498052 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION) LF 22 0053 510094 (F) - STRUCTURAL CONCRETE, DRAINAGE INLET CY 328 0054 560226 FURNISH SIGN STRUCTURE (VERSATILE TRUSS) LB 16,900 0055 560227 INSTALL SIGN STRUCTURE (VERSATILE TRUSS) LB 16,900 0056 568046 REMOVE SIGN STRUCTURE (EA) EA 1 0057 641101 12" PLASTIC PIPE LF 63 0058 650014 18" REINFORCED CONCRETE PIPE LF 20 0059 650030 42" REINFORCED CONCRETE PIPE LF 1,950 0060 014908 42" REINFORCED CONCRETE PIPE TRENCHLESS INSTALLATION METHOD LF 4,750 0061 682022 (F) - CLASS 1 PERMEABLE MATERIAL (BLANKET) CY 1,921 0062 703644 42" WELDED STEEL PIPE (.250" THICK) LF 190 0063 705007 12" STEEL FLARED END SECTION EA 1 0064 710102 ABANDON CULVERT (LF) LF 4,720 0065 015186 ABANDON MANHOLE EA 14 0066 710132 REMOVE CULVERT (LF) LF 2,310 0067 710150 REMOVE INLET EA 1 0068 710162 REMOVE DRAINAGE JUNCTION STRUCTURE EA 4 0069 710167 REMOVE FLARED END SECTION (EA) EA 1 0070 710370 SAND BACKFILL CY 1,620 0071 710392 42" CURED-IN-PLACE PIPELINER LF 110 0072 740500 DRAINAGE PUMPING EQUIPMENT LS LUMP SUM 0073 750001 (F) - MISCELLANEOUS IRON AND STEEL LB 9,461 0074 800360 CHAIN LINK FENCE (TYPE CL-6) LF 60 0075 803050 REMOVE CHAIN LINK FENCE LF 60 0076 810230 PAVEMENT MARKER (RETROREFLECTIVE) EA 20 0077 820310 REMOVE ROADSIDE SIGN PANEL EA 1 0078 820710 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SQFT 160 0079 820760 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED) SQFT 20 0080 820860 INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) EA 1 0081 832007 MIDWEST GUARDRAIL SYSTEM (WOOD POST) LF 150 0082 839580 END ANCHOR ASSEMBLY (TYPE SFT-M) EA 1 0083 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 1 0084 839752 REMOVE GUARDRAIL LF 90 0085 846007 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 110 0086 846009 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 2,820 0087 870009 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION LS LUMP SUM 0088 999990 MOBILIZATION LS LUMP SUM
Requirements: SUBCONTRACTOR AND SUPPLIER PROPOSALS MUST BE TURNED IN TO PATRIOT CONTRACTING INC. BEFORE 5PM ON 4/17/2024. SUBCONTRACTORS MUST POSSESS CURRENT STATE LICENSE AND DIR REGISTRATION 100% PERFORMANCE BOND IS REQUIRED FOR THE FULL SUBCONTRACTED AMOUNT FOR ALL INTERESTED SUBCONTRACTORS, SUPPLIERS, AND QUALIFIED DBE SEEKING WORK ON THIS PROJECT. PATRIOT CONTRACTING INC. WILL PAY UP TO 1.5% OF THE BOND PREMIUM. Plans and Specifications are available at the CDOT website: https://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php THEN YOU SELECT 04-0Q8204. You can also request bid documents directly by email from Emigdio Robles at: erobles@patriotcontracting.us
Date posted: 03/19/2024
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: Highway, Street, And Bridge, Other Heavy And Civil Engineering, Drainage Systems, Storm Water Systems, Traffic Control Materials, Construction Area Signs, Traffic Control System, Traffic Flaggers, Temporary Railing (Type K), Plane Asphalt Concrete, Clearing & Grubbing, Roadway Excavation, Imported Borrow, Temporary Erosion Control, Aggregate Base, Concrete Pumping, Penetration Treatment & Prime Coat, Asphalt Concrete Paving, Cast-In-Drilled-Hole Concrete Piling, Concrete Structure, Minor Concrete Structure, Reinforcing Steel, Sign Structure, Reinforced Concrete Pipe, Jacked Reinforced Concrete Pipe, Welded Steel Pipe, Jacked Welded Steel Pipe, Drainage Pumping Equipment, Misc Iron & Steel Frame, Cover & Grate, Fencing, Temporary Fencing, Object Marker, Pavement Marking & Striping, Lead Compliance, Lead Abatement, Swppp Planning, Traffic Control Plans, Transfer Dump Truck, Super 10 Dump Truck, Flat Bed Trucking, Street Sweeping Truck, Cpm Schedule, Portable Radar Speed Feedback Sign System, Alternative Temporary Crash Cushion Tl-3, Stormwater Pollution Prevention Plan, Temporary Hydraulic Mulch (Bonded Fiber Matrix), Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temporary Reinforced Silt Fence, Street Sweeping, Soil Amendment, Cured-In-Place Pipeliner, Furnish Laminated Panel Sign (1"-Type A), Furnish Single Sheet Aluminum Sign (0.080"-Unframed), Midwest Guardrail System (Wood Post), End Anchor Assembly (Type Sft-M), Hydroseed, Fiber Rolls, Compost, Geosynthetic Bond Breaker, Furnish Sign Structure (Versatile Truss), Install Sign Structure (Versatile Truss), Sand Backfill.
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, MBE, WBE, SBE, SBRA, LSAF, HUB 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. Bid forms, plans, specifications, and addenda will be available for download at https://stevepradosinc.sharefile.com/d-sd42f8849c1394b29a0f41e4244be85ee, or at Steve P. Rados, Inc. at 9550 Elder Creek Road, Sacramento, CA 95829. Please call the office at Tel (916) 475-1654 to schedule an appointment for viewing.
Date posted: 03/20/2024
Contractor: Anvil Builders Inc Contact: Ellie Cardona
Address: 1550 Park Ave Emeryville, CA 94608
Phone: 415-285-5000 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: CONSTRUCTION AREA SIGNS;TRAFFIC CONTROL SYSTEM;CHANNELIZER (SURFACE MOUNTED);PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM;TEMPORARY BARRIER SYSTEM;PORTABLE CHANGEABLE MESSAGE SIGN (LS);ALTERNATIVE TEMPORARY CRASH CUSHION TL-3;JOB SITE MANAGEMENT;STORMWATER POLLUTION PREVENTION PLAN;STORM WATER SAMPLING AND ANALYSIS DAY;STORM WATER ANNUAL REPORT;TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX);TEMPORARY DRAINAGE INLET PROTECTION;TEMPORARY FIBER ROLL;TEMPORARY REINFORCED SILT FENCE;TEMPORARY CONSTRUCTION ENTRANCE;STREET SWEEPING;TEMPORARY CONCRETE WASHOUT;TREATED WOOD WASTE;STRUCTURE BACKFILL (SLURRY CEMENT);SOIL DENSIFICATION;DITCH EXCAVATION;COMPACTION GROUTING (GROUT);ROADSIDE CLEARING;SOIL AMENDMENT;PACKET FERTILIZER;PLANT (GROUP I);PLANT ESTABLISHMENT WORK;WOOD MULCH;FOLIAGE PROTECTOR;1" WYE STRAINER ASSEMBLY;RISER SPRINKLER ASSEMBLY;CAM COUPLER ASSEMBLY;3/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE);1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE);BALL VALVE;MOVE-IN/MOVE-OUT (EROSION CONTROL);HYDROMULCH;FIBER ROLLS;HYDROSEED;COMPOST (CY);GEOSYNTHETIC BOND BREAKER;HOT MIX ASPHALT (TYPE A); HOT MIX ASPHALT-OPEN GRADED (OPEN GRADED FRICTION COURSE);TACK COAT; COLD PLANE ASPHALT CONCRETE PAVEMENT;60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION);STRUCTURAL CONCRETE, DRAINAGE INLET;FURNISH SIGN STRUCTURE (VERSATILE TRUSS);INSTALL SIGN STRUCTURE (VERSATILE TRUSS);REMOVE SIGN STRUCTURE (EA);12" PLASTIC PIPE;REINFORCED CONCRETE PIPE;REINFORCED CONCRETE PIPE;REINFORCED CONCRETE PIPE TRENCHLESS INSTALLATION METHOD;CLASS 1 PERMEABLE MATERIAL (BLANKET);WELDED STEEL PIPE (.250" THICK);STEEL FLARED END SECTION;ABANDON CULVERT (LF);ABANDON MANHOLE;REMOVE CULVERT (LF);REMOVE INLET;REMOVE DRAINAGE JUNCTION STRUCTURE;REMOVE FLARED END SECTION (EA);SAND BACKFILL;42" CURED-IN-PLACE PIPELINER;DRAINAGE PUMPING EQUIPMENT;MISCELLANEOUS IRON AND STEEL;CHAIN LINK FENCE (TYPE CL-6);REMOVE CHAIN LINK FENCE;PAVEMENT MARKER (RETROREFLECTIVE);REMOVE ROADSIDE SIGN PANEL;FURNISH LAMINATED PANEL SIGN (1"-TYPE A);FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED);INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD);MIDWEST GUARDRAIL SYSTEM (WOOD POST);END ANCHOR ASSEMBLY (TYPE SFT-M);ALTERNATIVE IN-LINE TERMINAL SYSTEM;REMOVE GUARDRAIL;THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY);THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY);MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION.
Requirements: All quotes should be sent via email to cmai@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: 03/22/2024
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: ** REQUEST FOR CERTIFIED DBE SUBCONTRACTORS/SUPPLIERS/SERVICES ** All items are open for bid, including the following items of work: CONSTRUCTION AREA SIGNS;TRAFFIC CONTROL SYSTEM;CHANNELIZER (SURFACE MOUNTED);PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM;TEMPORARY BARRIER SYSTEM;PORTABLE CHANGEABLE MESSAGE SIGN (LS);ALTERNATIVE TEMPORARY CRASH CUSHION TL-3;JOB SITE MANAGEMENT;STORMWATER POLLUTION PREVENTION PLAN;STORM WATER SAMPLING AND ANALYSIS DAY;STORM WATER ANNUAL REPORT;TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX);TEMPORARY DRAINAGE INLET PROTECTION;TEMPORARY FIBER ROLL;TEMPORARY REINFORCED SILT FENCE;TEMPORARY CONSTRUCTION ENTRANCE;STREET SWEEPING;TEMPORARY CONCRETE WASHOUT;TREATED WOOD WASTE;STRUCTURE BACKFILL (SLURRY CEMENT);SOIL DENSIFICATION;DITCH EXCAVATION;COMPACTION GROUTING (GROUT);ROADSIDE CLEARING;SOIL AMENDMENT;PACKET FERTILIZER;PLANT (GROUP I);PLANT ESTABLISHMENT WORK;WOOD MULCH;FOLIAGE PROTECTOR;1" WYE STRAINER ASSEMBLY;RISER SPRINKLER ASSEMBLY;CAM COUPLER ASSEMBLY;3/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE);1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE);BALL VALVE;MOVE-IN/MOVE-OUT (EROSION CONTROL);HYDROMULCH;FIBER ROLLS;HYDROSEED;COMPOST (CY);GEOSYNTHETIC BOND BREAKER;HOT MIX ASPHALT (TYPE A); HOT MIX ASPHALT-OPEN GRADED (OPEN GRADED FRICTION COURSE);TACK COAT; COLD PLANE ASPHALT CONCRETE PAVEMENT;60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION);STRUCTURAL CONCRETE, DRAINAGE INLET;FURNISH SIGN STRUCTURE (VERSATILE TRUSS);INSTALL SIGN STRUCTURE (VERSATILE TRUSS);REMOVE SIGN STRUCTURE (EA);12" PLASTIC PIPE;REINFORCED CONCRETE PIPE;REINFORCED CONCRETE PIPE;REINFORCED CONCRETE PIPE TRENCHLESS INSTALLATION METHOD;CLASS 1 PERMEABLE MATERIAL (BLANKET);WELDED STEEL PIPE (.250" THICK);STEEL FLARED END SECTION;ABANDON CULVERT (LF);ABANDON MANHOLE;REMOVE CULVERT (LF);REMOVE INLET;REMOVE DRAINAGE JUNCTION STRUCTURE;REMOVE FLARED END SECTION (EA);SAND BACKFILL;42" CURED-IN-PLACE PIPELINER;DRAINAGE PUMPING EQUIPMENT;MISCELLANEOUS IRON AND STEEL;CHAIN LINK FENCE (TYPE CL-6);REMOVE CHAIN LINK FENCE;PAVEMENT MARKER (RETROREFLECTIVE);REMOVE ROADSIDE SIGN PANEL;FURNISH LAMINATED PANEL SIGN (1"-TYPE A);FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED);INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD);MIDWEST GUARDRAIL SYSTEM (WOOD POST);END ANCHOR ASSEMBLY (TYPE SFT-M);ALTERNATIVE IN-LINE TERMINAL SYSTEM;REMOVE GUARDRAIL;THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY);THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY);MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION. 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: 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=04-0Q8204 and http://ppmoe.dot.ca.gov/des/oe/weekly-ads/specs-ntb.php?c=04-0Q8204. 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: 03/27/2024
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: 5/02/24 @ 2:00 PM Project: #04-0Q8204 – Hwy. 29 in Napa County in Napa from 0.1 mile North of First Street Overcrossing to 0.1 mile South of Trancas Street Overcrossing Ghilotti Construction Company, Inc. is seeking certified DBE subcontractors, suppliers & truckers for construction (Const drainage systems, mod pumping equipment, cold plane AC and HMA) on Hwy. 29 in Napa County in Napa from 0.1 mile North of First Street Overcrossing to 0.1 mile South of Trancas Street Overcrossing (04-Nap-29-11.6/13.0). Quotes requested include, but are not limited to, the following scopes of work: FABRIC & OILS, MATERIAL SUPPLY, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL, COLD PLANE, LANDSCAPE / HIGHWAY PLANTING, EROSION CONTROL, IRRIGATION, ASPHALT PAVING, SIGN STRUCTURE, ROADSIDE SIGNS, ALTERNATIVE PIPE CULVERT (UNDERGROUND), FENCING, METAL BEAM GUARD RAILING, THERMOPLASTIC STRIPING & PAVEMENT MARKINGS, SIGNAL & LIGHTING (ELECTRICAL), SWPPP PLANNING, SWEEPER, TRUCKER, STROM DRAIN / SWER (UNDERGROUND), SOIL DENSIFICATON (HIGH DENSITY POLYURETHANE), COMPACTION GROUTING (GROUT), 42” CURED-IN-PLACE PIPLINER. Engineer's Estimate: $13,200,000 / DBE Goal: 18% / 220 WD/470 working days with plant establishment / $9,500 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: Jim Petnic (707/953-9619 or jimp@ghilotti.com) & Rod Barber (707/978-8779 or rod@ghilotti.com) are the Estimators for this project, and are 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=04-0Q8204. 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: 04/11/2024
Contractor: Gordon N. Ball, Inc Contact: Serina Sirna-Blach
Address: 333 Camille Ave. Alamo, CA 94507
Phone: 925-838-5675 Fax: 925-838-0814 Email: estimating@ballconco.com
Services needed: Construction Area Signs, Traffic Control System, Portable Changeable Message Sign, SWPPP Work, Temporary Erosion Control, Street Sweeping, Landscaping, Erosion Control, Cold Plane AC Pavement, 60" CIDH Concrete Pile (Sign Foundation), Structural Concrete, Sign Work, 42" Reinforced Concrete Pipe, 42" Reinforced Concrete Pipe Trenchless Installation Method, Fence Work, Midwest Guardrail System Work, Striping Work, Precast Drainage Inlets Supply, Construction Materials, and Trucking
Requirements: Plans and Specifications are available for review at our office or can be downloaded from: https://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php Call Serina Sirna-Blach for information on the project, submitting a quote, assistance in obtaining bonds, line of credit, insurance, scheduling accommodations, equipment, supplies, materials and related assistance or services. Attn: Serina Sirna-Blach 333 Camille Ave., Alamo, CA 94507 Phone: (925) 838-5675 Fax: (925) 838-0814 estimating@ballconco.com An Equal Opportunity Employer
Date posted: 03/29/2024