Search Results: Planholders

Listing for all primes seeking assistance with project 10-1E3004.

8 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, Safety Quality Control Manger, Construction Area Signs, Traffic Control System, Traffic Control Supervisor, Stationary Impact Attenuator Vehicle, Channelizers, Plastic Traffic Drums, Portable Radar Speed Feedback Sign System Day, Portable Lighting System, Portable Changeable Message Signs, End of Queue Warning Systems, Temporary Crash Cushion Module, Alternate Temporary Crash Cushion TL-3, Temporary Radar Speed Feedback Sign System, SWPPP & Related Items, Erosion Control (temporary and permanent), Street Sweeping, Asbestos Compliance Plan, Treated Wood Waste, Contractor Supplied Biologist, Natural Resource Protection Plan, Bird Exclusion Devices, Clearing and Grubbing, Bridge Structures and related items, Segment Correction, Textured and Colored HMA, Place HMA Dike, Cold Plane, Continuously Reinforced Concrete Pavement, Jointed Plain Concrete Pavement (RSC), Individual Slab Replacement (RSC), Sign Structures, Minor Concrete (Misc Construction), Pre/Post Construction Survey, Delineators & Markers, Roadside Signs, Midwest Guardrail Systems & Related Items, Vegetation Control, Concrete Barrier, Striping & Markings (temporary and permanent), Rumble Strip, Maintaining Existing Traffic Management System Elements During construction, Traffic Monitoring Station System, Modifying Highway Advisory Radio Systems, Modifying Roadside Weather Information Systems, Conduit System, Changeable Message Sign System, Camera Systems, Modifying Lighting Systems, Modifying Signal and Lighting Systems, Modifying Traffic Monitoring Stations, Modifying Extinguishable Message Sign Systems, Trucking, Water Trucks, Erosion Control Materials, Aggregate Subbase Material, 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: 09/18/2023
Contractor: A. Teichert & Sons, Inc. dba Teichert Construction Contact: Rick Spielman
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 REMOVE BRIDGE ITEM MODIFY BRIDGE ITEM CLEARING & GRUBBING GRADING STRUCTURE EXCAVATION STRUCTURE BACKFILL DITCHES EXCAVATION HYDROSEEDING EROSION CONTROL AGGREGATE SUB BASE AGGREGATE BASE ASPHALT CONCRETE PAVING ASPHALT (ASPHALT CONCRETE) PLACE ASPHALT CONCRETE DIKE & MISC PORTLAND CEMENT & CONCRETE PAVEMENT CLEAN & SEAL PAVEMENT JOINTS – ROUT & SEAL CRACKS GROOVE & GRIND PAVEMENT CAST-IN-DRILLED-HOLE CONCRETE PILING CONCRETE STRUCTURE REINFORCING STEEL SIGN STRUCTURE ROADSIDE SIGN CONCRETE CURB & SIDEWALK- MISC SAW CUTTING TEMPORARY FENCING OBJECT MARKER METAL BEAM GUARD RAILING METAL RAILING CONCRETE BARRIER METAL BEAM BARRIER THERMOPLASTIC TRAFFIC STRIPING & MARKING PAINTED TRAFFIC STRIPING & MARKING PAVEMENT MARKING SIGNAL & LIGHTING MESSAGE SIGNS, LIGHTING & SIGN ILLUMINATION DETECTOR TRAFFIC COUNT STATION SPEED MONITORING STATION RAMP METERING SYSTEM LAND SURVEYING CUTTING CONSTRUCTION EQUIPMENT RENTAL HEAVY EQUIPMENT RENTAL DEMOLITION LAND SURVEYOR ENVIRONMENTAL – BIOLOGICAL STUDIES LEAD COMPLIANCE SWPPP PLANNING BOTTOM DUMP TRUCK TRANSFER DUMP TRUCK SUPER 10 DUMP TRUCK FLAT BED TRUCKING WATER TRUCK END DUMP TRUCK ASPHALT OIL TANKERS STREET SWEEPING TRUCK TRUCK RENTAL TRUCKER BROKER 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: 09/19/2023
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: LEAD COMPLINCE; CONSTRUCTION AREA SIGNS; TRAFFIC CONTROL SYSTEM RESET; ADJUST ROADWAY ITEMS; PLANE ASPHALT CONCRETE; REMOVE BRIDGE ITEM; MODIFY BRIDGE ITEM; CLEARING & GRUBBING; GRADING; STRUCTURE EXCAVATION; STRUCTURE BACKFILL; DITCH EXCAVATION; HYDROSEEDING; EROSION CONTROL; VEGGETATION CONTROL; TACK COAT; AGGREGATE SUB BASE & BASE; ASPHALT CONCRETE; PAVING ASPHALT CONCRETE; DIKE; CONCRETE PAVEMENT CLEAN; SEAL PAVEMENT JOINTS – ROUT & SEAL CRACKS GROOVE & GRIND PAVEMENT CAST-IN-DRILLED-HOLE CONCRETE; PILING CONCRETE; STRUCTURE REINFORCING STEEL; SIGN STRUCTURE; ROADSIDE SIGN; CONCRETE CURB & SIDEWALK- MISC SAW CUTTING; FENCING; OBJECT MARKER; METAL BEAM GUARD RAILING; METAL RAILING CONCRETE BARRIER; METAL BEAM BARRIER; THERMOPLASTIC TRAFFIC STRIPING; MARKING PAINTED TRAFFIC STRIPING; MARKING PAVEMENT MARKING SIGNAL; LIGHTING MESSAGE SIGNS, LIGHTING & SIGN ILLUMINATION DETECTOR; TRAFFIC COUNT STATION; SPEED MONITORING STATION; RAMP METERING SYSTEM; LAND SURVEYING; CUTTING CONSTRUCTION EQUIPMENT RENTAL; HEAVY EQUIPMENT RENTAL; DEMOLITION; SWPPP; DUMP TRUCK; TRANSFER DUMP TRUCK; SUPER 10 DUMP TRUCK; TRUCKING; WATER TRUCK; STREET SWEEPING; MOBILIZATION
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: Coffman Specialties, Inc. Contact: Estimating Department
Address: 9685 Via Excelencia, Ste 200 San Diego, CA 92126
Phone: 858-536-3100 Fax: 858-586-0164 Email: estimating@coffmanspecialties.com
Services needed: Coffman Specialties Request for 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 REMOVE BRIDGE ITEM MODIFY BRIDGE ITEM CLEARING & GRUBBING GRADING STRUCTURE EXCAVATION STRUCTURE BACKFILL DITCHES EXCAVATION HYDROSEEDING EROSION CONTROL AGGREGATE SUB BASE AGGREGATE BASE ASPHALT CONCRETE PAVING ASPHALT (ASPHALT CONCRETE) PLACE ASPHALT CONCRETE DIKE & MISC PORTLAND CEMENT & CONCRETE PAVEMENT CLEAN & SEAL PAVEMENT JOINTS – ROUT & SEAL CRACKS GROOVE & GRIND PAVEMENT CAST-IN-DRILLED-HOLE CONCRETE PILING CONCRETE STRUCTURE REINFORCING STEEL SIGN STRUCTURE ROADSIDE SIGN CONCRETE CURB & SIDEWALK- MISC SAW CUTTING TEMPORARY FENCING OBJECT MARKER METAL BEAM GUARD RAILING METAL RAILING CONCRETE BARRIER METAL BEAM BARRIER THERMOPLASTIC TRAFFIC STRIPING & MARKING PAINTED TRAFFIC STRIPING & MARKING PAVEMENT MARKING SIGNAL & LIGHTING MESSAGE SIGNS, LIGHTING & SIGN ILLUMINATION DETECTOR TRAFFIC COUNT STATION SPEED MONITORING STATION RAMP METERING SYSTEM LAND SURVEYING CUTTING CONSTRUCTION EQUIPMENT RENTAL HEAVY EQUIPMENT RENTAL DEMOLITION LAND SURVEYOR ENVIRONMENTAL – BIOLOGICAL STUDIES LEAD COMPLIANCE SWPPP PLANNING BOTTOM DUMP TRUCK TRANSFER DUMP TRUCK SUPER 10 DUMP TRUCK FLAT BED TRUCKING WATER TRUCK END DUMP TRUCK ASPHALT OIL TANKERS STREET SWEEPING TRUCK TRUCK RENTAL TRUCKER BROKER and TRUCKER. Please submit quotes by email: estimating@coffmanspecialties.com or fax to (858) 536-3131.
Requirements: Coffman Specialties, Inc. is a union contractor and an Equal Opportunity Employer. Coffman is signatory to the Carpenters, Cement Masons, Laborers and Operating Engineers unions. Performance & Payment Bonds (100%) from an approved surety company will be required for subcontractors with a contract value greater than $100,000. Unless otherwise noted on quotations, Coffman will pay the cost of bonds at their actual cost up to 1.5% and, upon request by the sub/supplier, will assist in obtaining necessary bonding, insurance, lines of credit, equipment, supplies, materials and/or related services. Coffman will split items of work to facilitate DBE participation. Non-DBE subcontractors and suppliers are requested to provide lower tier DBE participation. Subcontractors and suppliers are required to indicate lower tier DBE participation to enable Coffman to better evaluate their quotes. Quotes must be valid for the same duration as specified by Owner for contract award. Subcontractors will be expected to sign Coffman's standard subcontract and to comply with our standard insurance requirements. Subcontractors are required to maintain a current California contractor’s license and must also be registered with the California Department of Industrial Relations (DIR) as required by Public Contract Code Section 1725.5. When providing pricing, please provide your California contractor's license number, State of California DIR number, and your DBE certificate number (if applicable). Plans and specifications are available through the owner’s website. Should you need assistance in obtaining plans and specifications, or have any additional questions please email estimating@coffmanspecialties.com for assistance.
Date posted: 09/27/2023
Contractor: Myers-George Reed JV Contact: Mike Lewis & Joe Goehring
Address: 45 Morrison Avenue Sacramento, CA 95838
Phone: 916-283-9950 Fax: 916-614-9520 Email: estimating@myers-sons.com
Services needed: ** All items are open for bid, including items of work normally performed by Myers-George Reed JV. Quotations will be broken down into comparable packages as reasonably necessary. Myers-George Reed JV will work with interested DBE subcontractors to identify opportunities to break down items into economically feasible packages. **
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-George Reed JV's requirements. Subcontractors will be required to sign the standard Myers-George Reed JV 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=10-1E3004 and http://ppmoe.dot.ca.gov/des/oe/weekly-ads/specs-ntb.php?c=10-1E3004. Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies or visit our website at www.myers-sons.com or https://www.georgereed.com for more information. Myers-George Reed JV will work cooperatively with all qualified firms seeking work on this project. Myers-George Reed JV is signatory to the Laborers, Carpenters, Cement Masons and Operating Engineers. Myers-George Reed JV is an equal opportunity employer.
Date posted: 09/27/2023
Contractor: FBD Vanguard Construction 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, Level 2 Critical Path Method Schedule, Time-Related Overhead (Ls), Renewable Diesel Report, Dispute Resolution Board On-Site Meeting, Hourly Off-Site Dispute, Resolution- Board-Related Tasks, Safety Quality Control Manager, Construction Area Signs, Traffic Control System, Traffic Control Supervisor, Stationary Impact Attenuator Vehicle, Temporary Traffic Stripe (Tape), Temporary Pavement Marking (Tape), Channelizer (Surface Mounted), Plastic Traffic Drums, Portable Radar Speed Feedback Sign System Day, Portable Lighting Systems, Temporary Pavement Marker, Temporary Barrier System, Temporary Pedestrian Access Route, Portable Changeable Message Sign (Ls), Temporary Automated End Of Queue Warning System (Type 1) Day End Of Queue Monitoring And Warning With Truck Mounted Changeable Message Sign Day, Temporary Crash Cushion Module, Alternative Temporary Crash Cushion Tl-3, Temporary Radar Speed Feedback Sign System, Job Site Management, Stormwater, Pollution Prevention Plan, Storm Water Sampling And Analysis Day, Storm Water Annual Report, Move-In/Move-Out (Temporary Erosion Control), Temporary Hydraulic Mulch, Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temporary Construction Entrance, Street Sweeping, Temporary Concrete Washout, Asbestos Compliance Plan, Remove Yellow Thermoplastic Traffic Stripe (Hazardous Waste), Treated Wood Waste, Contractor-Supplied Biologist (Ls), Natural Resource Protection Plan, Bird Exclusion Devices, Remove Concrete (Cy), Clearing And Grubbing (Ls), Roadway Excavation, Shoulder Backing, Structure Excavation (Bridge), Structure Backfill (Bridge), Imported Borrow (Cy), Move-In/Move-Out (Erosion Control), Dry Seed (Sqft), Fiber Rolls, Compost (Cy), Class 2 Aggregate Subbase, Class 2 Aggregate Base (Cy), Base Bond Breaker, Segment Correction, Replace Asphalt Concrete Surfacing, Hot Mix Asphalt (Type A), Textured And Colored Hot Mix Asphalt Rubberized Hot Mix Asphalt (Gap Graded), Data Core, Place Hot Mix Asphalt Dike (Type C), Place Hot Mix Asphalt Dike (Type E), Place Hot Mix Asphalt Dike (Type F), Tack Coat, Remove Asphalt Concrete Dike, Cold Plane Asphalt Concrete Pavement, Continuously Reinforced Concrete Pavement, Jointed Plain Concrete Pavement (Rsc), Drill And Bond (Dowel Bar), Individual Slab Replacement (Rsc), 60" Cast-In-Drilled Hole Concrete Pile (Sign Foundation), Structural Concrete, Bridge, Structural Concrete, Approach Slab (Type R), Structural Concrete, Bridge (Rsc), Paving Notch Extension, Drill And Bond Dowel, Drill And Bond Dowel (Chemical Adhesive)(Lf), Clean Expansion Joint, Joint Seal (Mr 1/2"), Joint Seal (Mr 1"), Joint Seal (Mr 1 1/2"), Bar Reinforcing Steel (Bridge), Furnish Sign Structure (Truss), Install Sign Structure (Truss), Furnish Sign Structure (Bridge Mounted Without Walkway), Install Sign, Structure (Bridge Mounted Without Walkway), Furnish Sign Structure (Versatile Truss), Install Sign Structure (Versatile Truss), Aluminum Walkway Grating (Versatile Truss), Remove Bridge Mounted Sign, Pedestrian Barricade, Bridge Removal (Portion), Location A, Bridge Removal (Portion), Location B, Bridge Removal (Portion), Location C, Adjust Inlet, Remove Slope Paving (Sqyd), Slope Paving (Concrete), Minor Concrete (Dike), Detectable Warning Surface, Minor Concrete (Miscellaneous Construction), Pre/Post Construction Surveys, Remove And Replace Monument, Remove Pavement Marker, Delineator (Class 1), Guard Railing Delineator, Pavement Marker (Retroreflective), Remove Roadside Sign, Remove Sign From Sign Frame, Furnish Laminated Panel Sign (1"-Type A), Furnish Laminated Panel Sign (1"-Type B), Furnish Laminated Panel Sign (2 1/2"-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 Roadside Sign (Laminated Wood Box Post), Furnish, Laminated Wood Box Post (Type L), Furnish Laminated Wood Box Post (Type M), Midwest Guardrail System (Steel Post), Vegetation Control (Minor Concrete), Double Midwest Guardrail System (Steel Post), Single Thrie Beam Barrier (Steel Post), Double Thrie Beam Barrier (Steel Post), Transition Railing (Type Stb), Transition Railing (Type Dtb), Transition Railing (Type Wb-31), Rail Tensioning Assembly, Modified Rail Tensioning Assembly, End Anchor Assembly (Type Sft-M), Alternative In-Line Terminal Tl-3, Alternative Crash Cushion Tl-3, Concrete Barrier (Type 60Ms), Concrete Barrier Transition, Concrete Barrier (Type 842), Remove Guardrail, Salvage Metal Bridge Railing, Remove Concrete Barrier, Thermoplastic Pavement Marking (Enhanced Wet Night Visibility), 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) (Broken 17-7), 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) (Broken 36-12), 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), 8" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), 8" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) (Broken 12-3), 12" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), Remove Thermoplastic Traffic Stripe, Remove Contrast Stripe, Remove Thermoplastic Pavement Marking, 12" Rumble Strip (Asphalt Concrete Pavement), 12" Rumble Strip (Concrete Pavement), Contrast Stripe Paint (1-Coat), 6" Traffic Stripe Tape (Warranty), 6" Traffic Stripe Tape (Warranty) (Broken 36-12), 6" Traffic Stripe Tape With Contrast (Warranty), 6" Traffic Stripe Tape With Contrast (Warranty) (Broken 36-12), Maintaining Existing Traffic Management System Elements During Construction, Traffic Monitoring Station System, Modifying Highway Advisory Radio Systems, Modifying Roadside Weather Information Systems, Conduit System, Changeable Message Sign System, Camera Systems, Modifying Lighting Systems, Modifying Signal And Lighting Systems, Modifying Traffic Monitoring Stations, Modifying Extinguishable Message Sign Systems and Mobilization
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=10-1E3004. 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: 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: Construction Area Signs, Traffic Control Systems, Temporary Striping, PCMS Boards, Implement BMP's, SWPPP, Temporary Erosion Control, Street Sweeping, Temporary Concrete Washout, Asbestos Compliance Plan, Striping Removals, Treated Wood Waste, Contractor-Supplied Biologist, Natural Resource Protection Plan, Bird Exclusion Devices, Remove Concrete, Clear & Grub, Roadway Excavation, Shoulder Backing, Structure Excavation, Structure Backfill, Imported Borrow, Erosion Control, Class 2 Aggregate Subbase, Class 2 Aggregate Base, Base Bond Breaker, Segment Correction, Replace AC Surfacing, Supply HMA, Supply Textured & Colored HMA, Supply RHMA, Data Core, Place HMA Dike, Tack Coat, Remove AC Dike, Cold Plane AC Pavement, CRCP, JPCP, Drill & Bond, ISR, CIDH Concrete Pile, Structural Concrete, Paving Notch Extension, Clean Expansion Joint, Joint Seal, Bar Reinforcing Steel, Sign Structures, Bridge Removal, Adjust Inlet, Slope Paving, Minor Concrete, Pre/Post Construction Surveys, Remove & Replace Monument, Guardrail Systems, Permanent Striping, Roadside Signs, Concrete Barriers, 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: 10/03/2023
Contractor: O.C. Jones & Sons, Inc. Contact: Greg Souder
Address: 1520 Fourth Street Berkeley, CA 94710
Phone: 510-526-3424 Fax: 510-526-0990 Email: gsouder@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, Traffic Control System, Stationary Impact Attenuator Vehicle, Plastic Traffic Drums, Portable Radar Speed Feedback Sign, Portable Lighting Systems, Temporary Barrier System, Portable Changeable Message Sign, End of Queue Monitoring & Warning System, SWPPP, Sweeping, Asbestos Compliance Plan, Treated Wood Waste, Biologist, Natural Resource Protection Plan, Bird Exclusion Devices, Clearing & Grubbing, Shoulder Backing, Base Bond Breaker, Date Core, AC Dike, Cold Plane AC, Drill and Bond (Dowel Bar), Individual Slab Replacement, Segment Correction, Concrete Pavement (JPCP, CRCP), CIDH Concrete Pile, Structural Concrete, Paving Notch Extension, Clean Expansion Joint, Joint Seal, Bar Reinforcing Steel, Sign Structure, Pedestrian Barricade, Bridge Removal, Adjust Inlet, Slope Paving (Concrete), Detectable Warning Surface, Minor Concrete, Pre/Post Construction Surveys, Delineator, Pavement Marker, Roadside Signs, Guardrail Systems, Transition Railing, Crash Cushion, Concrete Barrier, Concrete Barrier Removal, Striping & Marking, Rumble Strip, Maintain Existing Traffic Management Elements During Construction, Traffic Monitoring Station System, Modify Highway Advisory Radio Systems, Modify Roadside Weather Information Systems, Conduit Systems, Electrical, Grind New Concrete Pavement, and Construction Materials
Requirements: Jean Sicard (510-809-3411 jsicard@ocjones.com), Bill Jensen (510-809-3432 bjensen@ocjones.com), Greg Souder (510-809-3430 gsouder@ocjones.com), Donat Galicz (510-809-3498 dgalicz@ocjones.com), and Jason Martin (510-809-3432 jmartin@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: 11/30/2023