Search Results: Planholders

Listing for all primes seeking assistance with project 11-430384.

7 records found



Contractor: Myers and Sons Construction, LLC Contact: Joe Goehring
Address: 45 Morrison Avenue Sacramento, CA 95838
Phone: 916-283-9950 Fax: 916-614-9520 Email: estimating@myers-sons.com
Services needed: Myers & Sons Construction LLC is 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 CONSTRUCTION AREA SIGNS TRAFFIC CONTROL SYSTEM STATIONARY IMPACT ATTENUATOR VEHICLE FLASHING ARROW SIGN TEMPORARY PAVEMENT MARKING (PAINT) TEMPORARY TRAFFIC STRIPE (PAINT) TRAFFIC DRUM PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM TEMPORARY PAVEMENT MARKER TEMPORARY BARRIER SYSTEM PORTABLE CHANGEABLE MESSAGE SIGN (EA) TEMPORARY CRASH CUSHION TL-2 TEMPORARY CRASH CUSHION TL-3 TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM JOB SITE MANAGEMENT STORMWATER POLLUTION PREVENTION PLAN RAIN EVENT ACTION PLAN STORM WATER SAMPLING AND ANALYSIS DAY STORM WATER ANNUAL REPORT TEMPORARY DRAINAGE INLET PROTECTION TEMPORARY FIBER ROLL TEMPORARY SILT FENCE TEMPORARY CONSTRUCTION ENTRANCE STREET SWEEPING TEMPORARY CONCRETE WASHOUT TEMPORARY WATER MANAGEMENT SYSTEM MANAGE SOLID WASTE GENERATED BY THE PUBLIC REMOVE YELLOW TRAFFIC STRIPE (HAZARDOUS WASTE) TREATED WOOD WASTE REMOVE CONCRETE (CY) TEMPORARY PROTECTION FENCE (ROPE) CLEARING AND GRUBBING (LS) ROADWAY EXCAVATION ROADWAY EXCAVATION (TYPE Z-2) (AERIALLY DEPOSITED LEAD) SHOULDER BACKING ROADSIDE CLEARING WEED GERMINATION PACKET FERTILIZER SLOW-RELEASE FERTILIZER (F) - PLANT (GROUP H) (CARPOBROTUS EDULIS) PLANT (GROUP A) PLANT (GROUP B) PLANT (GROUP U) MAINTAIN EXISTING PLANTED AREAS PLANT ESTABLISHMENT WORK GRAVEL MULCH WOOD MULCH CHECK AND TEST EXISTING IRRIGATION FACILITIES OPERATE EXISTING IRRIGATION FACILITIES REMOVE IRRIGATION FACILITY CONTROL AND NEUTRAL CONDUCTORS 1" REMOTE CONTROL VALVE 1 1/2" REMOTE CONTROL VALVE 3" REMOTE CONTROL VALVE (MASTER) 48 STATION IRRIGATION CONTROLLER AND ENCLOSURE '188A' 48 STATION IRRIGATION CONTROLLERS AND ENCLOSURE '188B' AND '188C' 48 STATION IRRIGATION CONTROLLER AND ENCLOSURE '188D' 48 STATION IRRIGATION CONTROLLERS AND ENCLOSURE '188E' AND '188F' 48 STATION IRRIGATION CONTROLLERS AND ENCLOSURE '188G' AND '188H' 48 STATION IRRIGATION CONTROLLER AND ENCLOSURE '189A' 48 STATION IRRIGATION CONTROLLERS AND ENCLOSURE '190A' AND '190B' RECYCLED WATER IDENTIFICATION AND WARNING SIGNS FLOW SENSOR TREE WELL SPRINKLER ASSEMBLY RISER SPRINKLER ASSEMBLY (GEAR DRIVEN) POP-UP SPRINKLER ASSEMBLY (GEAR DRIVEN) POP-UP SPRINKLER ASSEMBLY REPLACE VALVE BOX COVER 2" GATE VALVE 3" GATE VALVE (F) - 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) (F) - 1 1/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) (F) - 1 1/2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) (F) - 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) (F) - 2 1/2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) (F) - 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE) (F) - 4" PLASTIC PIPE (CLASS 315) (SUPPLY LINE) COMBINATION AIR RELEASE VALVE HYDROSEED COMPOST (CY) INCORPORATE MATERIALS CLASS 2 AGGREGATE BASE (CY) LEAN CONCRETE BASE RAPID SETTING BASE BOND BREAKER REPLACE ASPHALT CONCRETE SURFACING HOT MIX ASPHALT (TYPE A) RUBBERIZED HOT MIX ASPHALT (GAP GRADED) PLACE HOT MIX ASPHALT DIKE (TYPE E MODIFIED) PLACE HOT MIX ASPHALT DIKE (TYPE C) PLACE HOT MIX ASPHALT DIKE (TYPE D) PLACE HOT MIX ASPHALT DIKE (TYPE E) PLACE HOT MIX ASPHALT DIKE (TYPE F) PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA) TACK COAT REMOVE ASPHALT CONCRETE PAVEMENT (SQFT) REMOVE ASPHALT CONCRETE DIKE COLD PLANE ASPHALT CONCRETE PAVEMENT JOINTED PLAIN CONCRETE PAVEMENT (RSC) RANDOM SPALL REPAIR (POLYESTER CONCRETE) GRIND EXISTING CONCRETE PAVEMENT GRIND EXISTING BRIDGE DECK STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R) (F) - STRUCTURAL CONCRETE, HEADWALL (F) - STRUCTURAL CONCRETE, DRAINAGE INLET (F) - STRUCTURAL CONCRETE, JUNCTION STRUCTURE PAVING NOTCH EXTENSION CLEAN EXPANSION JOINT JOINT SEAL (MR 1 1/2") JOINT SEAL (TYPE AL) RAPID SETTING CONCRETE (PATCH) REMOVE UNSOUND CONCRETE PREPARE CONCRETE BRIDGE DECK SURFACE FURNISH POLYESTER CONCRETE OVERLAY (F) - PLACE POLYESTER CONCRETE OVERLAY (F) - TREAT BRIDGE DECK FURNISH BRIDGE DECK TREATMENT MATERIAL 24" PLASTIC PIPE 24" REINFORCED CONCRETE PIPE 24" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE (.109" THICK) 30" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE (.109" THICK) 42" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE (.109" THICK) 24" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE DOWNDRAIN (0.109" THICK) 30" CONCRETE FLARED END SECTION 36" PRECAST CONCRETE PIPE RISER CLEANING, INSPECTING, AND PREPARING CULVERT (LF) 18" CURED-IN-PLACE PIPELINER 24" CURED-IN-PLACE PIPELINER 30" CURED-IN-PLACE PIPELINER 36" CURED-IN-PLACE PIPELINER 42" CURED-IN-PLACE PIPELINER CONCRETE (CONCRETE APRON) SLOPE PAVING (EXPOSED AGGREGATE, ROCK COBBLE) ROCK SLOPE PROTECTION (1/4 T, CLASS V, METHOD B) (CY) ROCK SLOPE PROTECTION FABRIC (CLASS 8) DETECTABLE WARNING SURFACE MINOR CONCRETE (EXPOSED AGGREGATE CONCRETE) MINOR CONCRETE (CURB, SIDEWALK AND CURB RAMP) (F) - MISCELLANEOUS IRON AND STEEL LANE SEPARATION SYSTEMS (EA) GUARD RAILING DELINEATOR PAVEMENT MARKER (RETROREFLECTIVE) REMOVE ROADSIDE SIGN REMOVE ROADSIDE SIGN (STRAP AND SADDLE BRACKET METHOD) FURNISH LAMINATED PANEL SIGN (1"-TYPE A) FURNISH LAMINATED PANEL SIGN (1"-TYPE B) FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"- UNFRAMED) FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"- UNFRAMED) FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"- FRAMED) FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"- FRAMED) ROADSIDE SIGN - ONE POST ROADSIDE SIGN - TWO POST SIGN POST SUPPORT SYSTEM INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) INSTALL SIGN (MAST-ARM MOUNTED) INSTALL SIGN PANEL ON EXISTING FRAME INSTALL ROADSIDE SIGN PANEL ON EXISTING POST MIDWEST GUARDRAIL SYSTEM VEGETATION CONTROL (MINOR CONCRETE) VEGETATION CONTROL MAT (RUBBER OR FIBER) TRANSITION RAILING (TYPE AGT) END ANCHOR ASSEMBLY (TYPE SFT-M) ALTERNATIVE IN-LINE TERMINAL TL-3 ALTERNATIVE CRASH CUSHION TL-3 CONCRETE BARRIER (TYPE 60M) CONCRETE BARRIER (TYPE 60MS) (F) - CONCRETE BARRIER TRANSITION REMOVE GUARDRAIL REMOVE CONCRETE BARRIER THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY) PREFORMED THERMOPLASTIC PAVEMENT MARKING 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 6-1) 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) 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 8-4) 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 PAINTED TRAFFIC STRIPE REMOVE THERMOPLASTIC PAVEMENT MARKING 12" RUMBLE STRIP (ASPHALT CONCRETE PAVEMENT) 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3) CONTRAST STRIPE PAINT (2- COAT) REMOVE TRAFFIC STRIPE 6" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 6-1) 6" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 8-4) 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 17-7) 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36- 12) 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36- 12) ELECTRIC SERVICE FOR IRRIGATION MODIFYING FIBER OPTIC CABLE SYSTEMS MODIFYING LIGHTING SYSTEMS MODIFYING SIGN ILLUMINATION SYSTEMS MODIFYING SIGNAL AND LIGHTING SYSTEMS MODIFYING RAMP METERING SYSTEMS MODIFYING TRAFFIC MONITORING STATIONS CENSUS STATION SUBSURFACE LOCATORS 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=11-430384&sub= and https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=11-430384&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: 07/16/2024
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, Temp. Striping, Pavement Markers, PCMS Boards, Implement BMP's, SWPPP, Temp. Erosion Control, Street Sweeping, Temp. Concrete Washout, Underground, Striping Removals, Treated Wood Waste, Remove Concrete, Clear & Grub, Roadway Excavation, Shoulder Backing, Roadside Clearing, Erosion Control, Irrigation Systems, Class 2 Aggregate Base, LCB Rapid Setting, Base Bond Breaker, Replace AC Surfacing, Supply HMA, Supply RHMA, Place HMA Dike, Place HMA, Tack Coat, Remove AC Pavement, Remove AC Dike, Cold Plane AC Pavement, JPCP, Spall Repair, Grind Existing Concrete Pavement & Bridge Deck, Structural Concrete, Paving Notch Extension, Clean Expansion Joint, Joint Seal, RSC, Remove Unsound Concrete, Prepare Concrete Bridge Deck Surface, Furnish & Place Polyester Concrete Overlay, Furnish Material & Treat Bridge Deck, Underground, Concrete, Slope Paving, Rock Slope Protection & Fabric, Minor Concrete, Misc. Iron & Steel, Lane Separation Systems, Guardrail Systems, Roadside Signs, Concrete Barrier, Permanent Striping, Electrical Systems, Trucking. PLEASE VISIT THE CALTRANS WEBSITE FOR THE MOST UP-TO-DATE BID ITEM LIST
Requirements: Plans and specifications are available at the CDOT website: http://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php . They can also be reviewed at our office located, 3075 Townsgate Rd, Suite 200, Westlake Village, CA 91361, by appointment only. Additional Information: Security Paving Company, Inc. is requesting pricing for all items of work on the project. Subcontractors and suppliers are required to submit price quotes to us within a reasonable time prior to the bid date, in order to fully evaluate quote. 100% performance bonds may be required for the full subcontracted amount. Security Paving will pay up to 2.5% of the bond premium. Subcontractors must possess a valid California Contractor’s license, DIR Registration Number, current insurance. Subcontractor’s will be required to sign a standard subcontract agreement. Security Paving is signatory to Laborers, Operating Engineers, Cement Masons, Carpenters, and Teamsters unions. This is a prevailing wage project. Please call if you will need assistance in obtaining bonding, lines of credit, insurance, equipment, materials, or delivery schedules. Please contact our office if you are interested in this project. Security Paving will work cooperatively with all qualified firms seeking to work on this project. All quotes must include DIR number. Estimator: Curtis "CJ" Jolley
Date posted: 07/16/2024
Contractor: Flatiron West, Inc. Contact: Samantha Rodriguez
Address: 12121 Scripps Summit Drive, Suite 400 San Diego, CA 92131
Phone: 909-894-5508 Fax: 858-271-1330 Email: socalbids@flatironcorp.com
Services needed: Request for quotes from Certified DBE Subcontractors and Suppliers for the following, but not limited to scopes of work: Aggregate Supply, Asphalt Dike, Asphalt Paving, Clear and Grub, Cold Plane AC, Concrete Barrier, Concrete Supply, Construction Area Signs, Cured Inplace Pipeliner, Demolition, Electrical, Erosion Control, Fencing, Grind Existing Pavement, Guardrail, Hydroseeding, Joint Seal, Joint Seal Assembly Supply , Landscape and Irrigation, Minor Concrete, Misc. Iron and Steel Supply, Overhead Signs, Pipe Supply, Polyester Concrete Overlay, Ready Mix Concrete Supply, Reinforcing Steel, Roadside Signs, Rock Slope Protection, Slope Paving, Street Sweeping, Striping, SWPPP, Traffic Control Materials, and Underground. PLEASE SUBMIT QUOTES BY EMAIL TO SOCALBIDS@FLATIRONCORP.COM OR FAX TO (858) 271-1330
Requirements: This project has a 21% DBE Goal. In addition to request for participation from DBE subcontractors and suppliers, Flatiron requests non-DBE subcontractors to provide lower-tier DBE participation. Bidders are required to indicate lower-tier DBE participation information to be evaluated as part of their quote. Quotes must be valid for same duration as specified by Owner for contract award. Quotes will be broken down into comparable packages as reasonably necessary to facilitate participation. Flatiron intends to work cooperatively with all firms for scopes of work you are licensed and qualified to perform. Assistance in obtaining bonding, lines of credit, insurance, equipment, supplies, and materials is available upon request. Additionally, please contact us if you require technical assistance. Subcontractors are required to possess and maintain a current contractor’s license and must also be registered with the Department of Industrial Relations (DIR) as required by Public Contract Code Section 1725.5. Subcontractors will be required to execute Flatiron’s Standard Subcontract Terms and Conditions and insurance requirements. A copy of the document in electronic format is available upon request. Bond Requirements: Notwithstanding any contrary language in a bid to Flatiron or any prior course of dealing between Flatiron and a bidder, and unless waived in writing by Flatiron, Flatiron reserves the right to require each bidder to provide payment and performance bonds assuring bidder’s obligations to Flatiron in the amount of 100 percent of the bid to Flatiron. Flatiron will reimburse the bond premium at actual cost not to exceed 3%. The surety on the bonds must be a California admitted surety. Flatiron West, Inc. 12121 Scripps Summits Drive, Suite 400 San Diego, CA 92131 Phone (760) 916-9100 / FAX (858) 271-1330 Email: SoCalBids@flatironcorp.com Point of Contact: Samantha Rodriguez, Estimating Admin WE ARE AN EQUAL OPPORTUNITY EMPLOYER
Date posted: 07/16/2024
Contractor: Hazard Construction ENGR LLC Contact: Amanda Redmond
Address: 10529 Vine Street Lakeside, California 92040
Phone: 858-587-3600 Fax: 858-453-6034 Email: Aredmond@hazardcon.com
Services needed: LEAD COMPLIANCE, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL, TEMP STRIPING & MARKINGS, SWPPP, BMP’S, SWEEPING, CLEAR & GRUB, ROADWAY EXCAVATION, SHOULDER BACKING, LANDSCAPING & IRRIGATION, HMA, RHMA, AC DIKE, TACK COAT, COLD PLANE, SPALL REPAIR, STRUCTURAL CONCRETE, JOINT SEAL, BRIDGE DECK TREATMENTS, CORRUGATED STEEL PIPE, RCP, PIPELINER, MINOR CONCRETE, ROCK SLOPE PROTECTION, GUARD RAIL, PAVEMENT MARKERS, SIGNS, STRIPING & THERMOPLASTIC, RUMBLE STRIP, ELECTRICAL IMPROVEMENTS, CENSUS STATION, SUBSURFACE LOCATING
Requirements: Hazard Construction Engr LLC is seeking qualified and certified DBE subcontractors, and material and/or equipment suppliers in the areas of work included in, but not limited to, those listed below. A complete set of plans, specifications and any addendums that may be issued for this project are available for your review at no charge in our plan room or download at the agency’s website: http://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php *** THIS IS A PREVAILING WAGE PROJECT *** IMPORTANT! We are an Equal Opportunity Employer. We seek and encourage bids from certified SLBE, ELBE, DBE, UDBE, DVBE, SBE, MBE, WBE and OBE businesses. If your scope of work requires materials, please consider and list suppliers on your quote. For all public projects Payment and Performance Bonds are required for 100% of the subcontract amount. Hazard will compensate for up to 3% for the required Bonds. Please list your Bond Rate on your Proposal. Please contact Hazard Construction Company should you need assistance in obtaining bonding, lines of credit or required insurance, equipment, supplies and or materials. Please visit our website to view Hazard Construction Company’s Insurance Requirements for General Liability, Auto and Workers’ Compensation for Subcontractors at http://www.hazardconstruction.com/HCCInsReq.pdf. Please note that the requirements of SB 854 became effective on March 1, 2015. From this point forward All contractors and subcontractors who bid or work on a public works project must register and pay an annual fee to DIR. No Subcontractor may be listed on a public works projects without this registration # and expiration date. The following link leads you to a search website where you can enter the contractor’s legal name or license number https://efiling.dir.ca.gov/PWCR/Search.action
Date posted: 07/25/2024
Contractor: Granite Construction Company Contact: Jerry Lynch
Address: 5860 El Camino Real, # 200 Carlsbad , CA 92008
Phone: 760-444-1028 Fax: 805-335-8912 Email: granite.northla@gcinc.com
Services needed: Granite is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for ALL bid items, including but not limited to those in conjunction with Caltrans work classification codes: C0600 MISC SUPPLIERS; C0670 PIPE SUPPLIER; C0800 TRAFFIC STRIPES, MARKING AND TRAFFIC CONTROL MATERIALS SUPPLIER; C1200 CONSTRUCTION AREA SIGNS; C1201 TRAFFIC CONTROL SYSTEM; C1210 TRAFFIC COUNT; C1211 TRAFFIC FLAGGERS; C1290 TEMPORARY RAILING (TYPE K); C1531 PLANE ASPHALT CONCRETE; C1532 REMOVE CONCRETE; 1575 REMOVE BRIDGE ITEM; C1580 MODIFY BRIDGE ITEM; C1601 CLEARING & GRUBBING; C1801 DUST PALLIATIVE; C1901 ROADWAY EXCAVATION; C1910 GRADING; C2000 HIGHWAY PLANTING; C2020 SOIL AMENDMENTS; C2021 HYDROSEEDING; C2030 EROSION CONTROL; C2065 IRRIGATION SYSTEM; C2066 TEMPORARY EROSION CONTROL; C2067 LANDSCAPE CARE AND MAINTENANCE SERVICES; C2201 FINISHING ROADWAY; C2301 PIPELINE, DRAIN INSPECTION & CLEANING; C2602 AGGREGATE BASE; C3901 ASPHALT CONCRETE; C3910 PAVING ASPHALT (ASPHALT CONCRETE); C3940 PLACE ASPHALT CONCRETE DIKE & MISC; C3990 RECYCLE, RECLAIM ASPHALT CONCRETE; C4010 PORTLAND CEMENT & CONCRETE PAVEMENT C4040 CLEAN & SEAL PAVEMENT JOINTS – ROUT & SEAL CRACKS; C5105 MINOR CONCRETE STRUCTURE; C5201 REINFORCING STEEL; C5620 ROADSIDE SIGN CAST-IN-PLACE CONCRETE PIPE; C6650 CORRUGATED METAL PIPE (CSP); C7000 PLASTIC PIPE; C7006 CORRUGATED STEEL PIPE INLET & RISER; C7301 CONCRETE CURB & SIDEWALK- MISC; C7500 MISC IRON & STEEL FRAME, COVER & GRATE; C7602 SAW CUTTING; C8000 FENCING; C8001 TEMPORARY FENCING; C8101 SURVEY OR HISTORICAL MONUMENT; C8201 OBJECT MARKER; C8320 METAL BEAM GUARD RAILING; C8330 METAL RAILING; C8331 CONCRETE BARRIER; C8391 METAL BEAM BARRIER; C8396 CRASH CUSHION; C8405 THERMOPLASTIC TRAFFIC STRIPING & MARKING; C8406 PAINTED TRAFFIC STRIPING & MARKING; C8501 PAVEMENT MARKING; C8601 MAINTENANCE EXISTING TRAFFIC MGMT SYSTEM ELEMENTS DURING CONSTRUCTION C8602 SIGNAL & LIGHTING; C8603 SIGNAL; C8604 LIGHTING; C8605 MESSAGE SIGNS, LIGHTING & SIGN ILLUMINATION; C8606 LIGHTING DESIGN SERVICES; C8608 DETECTOR; C8609 TRAFFIC COUNT STATION; C8610 SPEED MONITORING STATION; C8611 RAMP METERING SYSTEM; C8612 PAVEMENT PROFILING; C9602 BOTTOM DUMP TRUCKING; C9603 TRANSFER DUMP TRUCK; C9604 SUPER 10 DUMP TRUCK; C9605 FLAT BED TRUCKING; C9606 WATER TRUCK; C9607 END DUMP TRUCK; C9608 ASPHALT OIL TANKERS; C9609 STREET SWEEPING TRUCK; C9632 HAZARDOUS SUBSTANCE REMOVAL; C9633 HAZARDOUS WASTE TRUCKING; C9670 TRUCK RENTAL; C9905 CUTTING; C9907 CONSTRUCTION EQUIPMENTAL RENTAL; C9908 HEAVY EQUIPMENT RENTAL; C9980 DEMOLITION;
Requirements: Quotations will be broken down into comparable packages as reasonably necessary. Granite will work with interested subcontractors to identify opportunities to break down items into economically feasible packages. 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. Granite is an Equal Opportunity Employer. Requirements: Granite is signatory to Operating Engineers, Laborers, Teamsters, Cement Masons, and Carpenters Unions. 100% performance and payment bonds required for the full amount of the subcontract price. Granite may assist with the bond premium up to 1%. Subcontractors must possess a current contractor’s license, insurance and worker’s compensation insurance coverage meeting Granite’s requirements and will be required to sign the standard Granite Subcontract Agreement. A copy of the insurance requirements and agreements can be obtained by contacting the Estimator. 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/standard-agreements Subcontractors must also be registered with a current DIR number. (No bid shall be accepted, nor any subcontract entered into without proof of the Subcontractor’s current registration to perform public work pursuant to Section 1725.5.) https://www.dir.ca.gov/Public-Works/Contractor-Registration.html
Date posted: 07/25/2024
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: Request for quotes from Certified DBE Subcontractors and Suppliers for the following, but not limited to scopes of work: Construction Area & Roadside Signs, Asphalt Dike, Aggregate Supply, Asphalt Paving, Bridge Demolition, Cold Plane Ac, Construction Area Signs/ Roadside Signs, Concrete Barrier, Concrete Supply, Cured Inplace Pipeliner, Clear And Grub, Equipment Rental, Electrical, Erosion Control, Roadway Excavation, Guardrail, Fencing, Hydroseeding, Joint Seal, Landscape And Irrigation, Lead Compliance Plan, Rapid Set Concrete, Pavement Marking / Traffic Striping, Pavement Grinding, Pipe Supply , Ready Mix Concrete Supply, Rock Slope Protection, Reinforcing Steel, Spall Repair, SWPPP/WPCP & Inspection, Structural Concrete, Minor Concrete, Traffic Control , Trucking, Quality Control/Quality Assurance, Tack Coat, Concrete Bridge Deck, Vegetation Control, Polyester Concrete Overlay, Bridge Deck Treatment Materials. Please submit quotes by email: estimating@coffmanspecialties.com or fax to (858) 536-0164.
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: 07/25/2024
Contractor: Griffith Company Contact: Brad Olson
Address: 13400 Sabre Springs Parkway, Suite 200, San Diego, CA 92128
Phone: 858-727-5031 Fax: Email: bolson@griffithcompany.net
Services needed: Griffith Company is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following items of work, including but not limited to: LEAD COMPLIANCE PLAN, TIME-RELATED OVERHEAD (WDAY), DISPUTE RESOLUTION BOARD ON-SITE MEETING, HOURLY OFF-SITE DISPUTE-RESOLUTION-BOARD-RELATED TASKS, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, STATIONARY IMPACT ATTENUATOR VEHICLE DAY, FLASHING ARROW SIGN, TEMPORARY PAVEMENT MARKING (PAINT), TEMPORARY TRAFFIC STRIPE (PAINT), TRAFFIC DRUM, PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM, TEMPORARY PAVEMENT MARKER, TEMPORARY BARRIER SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN (EA), TEMPORARY CRASH CUSHION TL-2, TEMPORARY CRASH CUSHION TL-3, TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM, JOB SITE MANAGEMENT, STORMWATER POLLUTION PREVENTION PLAN, RAIN EVENT ACTION PLAN, STORM WATER SAMPLING AND ANALYSIS DAY, STORM WATER ANNUAL REPORT, TEMPORARY DRAINAGE INLET PROTECTION, TEMPORARY FIBER ROLL, TEMPORARY SILT FENCE, TEMPORARY CONSTRUCTION ENTRANCE, STREET SWEEPING, TEMPORARY CONCRETE WASHOUT, TEMPORARY WATER MANAGEMENT SYSTEM, MANAGE SOLID WASTE GENERATED BY THE PUBLIC, REMOVE YELLOW TRAFFIC STRIPE (HAZARDOUS WASTE), TREATED WOOD WASTE, REMOVE CONCRETE (CY), TEMPORARY PROTECTION FENCE (ROPE), CLEARING AND GRUBBING (LS), ROADWAY EXCAVATION, ROADWAY EXCAVATION (TYPE Z-2) (AERIALLY DEPOSITED LEAD), SHOULDER BACKING, ROADSIDE CLEARIN, WEED GERMINATION, PACKET FERTILIZER, SLOW-RELEASE FERTILIZER, (F) - PLANT (GROUP H) (CARPOBROTUS EDULIS), PLANT (GROUP A), PLANT (GROUP B), PLANT (GROUP U), MAINTAIN EXISTING PLANTED AREAS, PLANT ESTABLISHMENT WORK, GRAVEL MULCH, WOOD MULCH, CHECK AND TEST EXISTING IRRIGATION FACILITIES, OPERATE EXISTING IRRIGATION FACILITIES, REMOVE IRRIGATION FACILITY, CONTROL AND NEUTRAL CONDUCTORS, 1" REMOTE CONTROL VALVE, 1 1/2" REMOTE CONTROL VALVE, 3" REMOTE CONTROL VALVE (MASTER), 48 STATION IRRIGATION CONTROLLER AND ENCLOSURE '188A', STATION IRRIGATION CONTROLLERS AND ENCLOSURE '188B' AND '188C', 48 STATION IRRIGATION CONTROLLER AND ENCLOSURE '188D', 48 STATION IRRIGATION CONTROLLERS AND ENCLOSURE '188E' AND '188F', 48 STATION IRRIGATION CONTROLLERS AND ENCLOSURE '188G' AND '188H', 48 STATION IRRIGATION CONTROLLER AND ENCLOSURE '189A', 48 STATION IRRIGATION CONTROLLERS AND ENCLOSURE '190A' AND '190B', RECYCLED WATER IDENTIFICATION AND WARNING SIGNS, FLOW SENSOR, TREE WELL SPRINKLER ASSEMBLY, RISER SPRINKLER ASSEMBLY (GEAR DRIVE), POP-UP SPRINKLER ASSEMBLY (GEAR DRIVEN),POP-UP SPRINKLER ASSEMBLY, REPLACE VALVE BOX COVER, 2" GATE VALVE, 3" GATE VALVE, (F) - 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 1 1/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 1 1/2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 2 1/2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), (F) - 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), (F) - 4" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), COMBINATION AIR RELEASE VALVE, HYDROSEED, COMPOST (CY), INCORPORATE MATERIALS, CLASS 2 AGGREGATE BASE (CY), LEAN CONCRETE BASE RAPID SETTING, BASE BOND BREAKER, REPLACE ASPHALT CONCRETE SURFACING, HOT MIX ASPHALT (TYPE A), RUBBERIZED HOT MIX ASPHALT (GAP GRADED), PLACE HOT MIX ASPHALT DIKE (TYPE E MODIFIED), PLACE HOT MIX ASPHALT DIKE (TYPE C), PLACE HOT MIX ASPHALT DIKE (TYPE D), PLACE HOT MIX ASPHALT DIKE (TYPE E), PLACE HOT MIX ASPHALT DIKE (TYPE F), PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA), TACK COAT, REMOVE ASPHALT CONCRETE PAVEMENT (SQFT), REMOVE ASPHALT CONCRETE DIKE LF 11,500 COLD PLANE ASPHALT CONCRETE PAVEMENT, JOINTED PLAIN CONCRETE PAVEMENT (RSC) RANDOM, SPALL REPAIR (POLYESTER CONCRETE), GRIND EXISTING CONCRETE PAVEMENT, GRIND EXISTING BRIDGE DECK, STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R), (F) - STRUCTURAL CONCRETE, HEADWALL, (F) - STRUCTURAL CONCRETE, DRAINAGE INLET, (F) - STRUCTURAL CONCRETE, JUNCTION STRUCTURE, PAVING NOTCH EXTENSION, CLEAN EXPANSION JOINT, JOINT SEAL (MR 1 1/2"), JOINT SEAL (TYPE AL), RAPID SETTING CONCRETE (PATCH), REMOVE UNSOUND CONCRETE, PREPARE CONCRETE BRIDGE DECK SURFACE, FURNISH POLYESTER CONCRETE OVERLAY, (F) - PLACE POLYESTER CONCRETE OVERLAY, (F) - TREAT BRIDGE DECK, FURNISH BRIDGE DECK TREATMENT MATERIAL, 24" PLASTIC PIPE, 24" REINFORCED CONCRETE, 24" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE (.109" THICK), 30" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE (.109" THICK), 42" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE (.109" THICK), 24" POLYMERIC SHEET COATED CORRUGATED STEEL PIPE DOWNDRAIN (0.109" THICK), 30" CONCRETE FLARED END SECTION, 36" PRECAST CONCRETE PIPE RISER, CLEANING, INSPECTING, AND PREPARING CULVERT (LF), 18" CURED-IN-PLACE PIPELINER, 24" CURED-IN-PLACE PIPELINER, 30" CURED-IN-PLACE PIPELINER, 36" CURED-IN-PLACE PIPELINER, 42" CURED-IN-PLACE PIPELINER, CONCRETE (CONCRETE APRON), SLOPE PAVING (EXPOSED AGGREGATE, ROCK COBBLE), ROCK SLOPE PROTECTION (1/4 T, CLASS V, METHOD B) (CY), ROCK SLOPE PROTECTION FABRIC (CLASS 8), DETECTABLE WARNING SURFACE, MINOR CONCRETE (EXPOSED AGGREGATE CONCRETE), MINOR CONCRETE (CURB, SIDEWALK AND CURB RAMP), (F) - MISCELLANEOUS IRON AND STEEL, LANE SEPARATION SYSTEMS (EA), GUARD RAILING DELINEATOR, PAVEMENT MARKER (RETROREFLECTIVE), REMOVE ROADSIDE SIGN, REMOVE ROADSIDE SIGN (STRAP AND SADDLE BRACKET METHOD), FURNISH LAMINATED PANEL SIGN (1"-TYPE A), FURNISH LAMINATED PANEL SIGN (1"-TYPE B), FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED), ROADSIDE SIGN - ONE POST, ROADSIDE SIGN - TWO POST, SIGN POST SUPPORT SYSTEM, INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD), INSTALL SIGN (MAST-ARM MOUNTED), INSTALL SIGN PANEL ON EXISTING FRAME, INSTALL ROADSIDE SIGN PANEL ON EXISTING POST, MIDWEST GUARDRAIL SYSTEM, VEGETATION CONTROL (MINOR CONCRETE), VEGETATION CONTROL MAT (RUBBER OR FIBER), TRANSITION RAILING (TYPE AGT), END ANCHOR ASSEMBLY (TYPE SFT-M), ALTERNATIVE IN-LINE TERMINAL TL-3 EA 6, ALTERNATIVE CRASH CUSHION TL-3, CONCRETE BARRIER (TYPE 60M), CONCRETE BARRIER (TYPE 60MS), (F) - CONCRETE BARRIER TRANSITION, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY), PREFORMED THERMOPLASTIC PAVEMENT MARKING, 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 6- 1), 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), 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 8-4), 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 PAINTED TRAFFIC STRIPE, REMOVE THERMOPLASTIC PAVEMENT MARKING, 12" RUMBLE STRIP (ASPHALT CONCRETE PAVEMENT), 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3), CONTRAST STRIPE PAINT (2-COAT), REMOVE TRAFFIC STRIPE, 6" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 6-1), 6" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 8-4), 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY), 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 17-7), 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY), 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), ELECTRIC SERVICE FOR IRRIGATION, MODIFYING FIBER OPTIC CABLE SYSTEMS, MODIFYING LIGHTING SYSTEMS, MODIFYING SIGN ILLUMINATION SYSTEMS, MODIFYING SIGNAL AND LIGHTING SYSTEMS, MODIFYING RAMP METERING SYSTEMS, MODIFYING TRAFFIC MONITORING STATIONS, CENSUS STATION, SUBSURFACE LOCATORS, MOBILIZATION, EQUIPMENT RENTAL, TRUCKING. Griffith Company will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.
Requirements: Griffith Company is signatory to Operating Engineers, Laborers, Teamsters, Cement Masons, and Carpenters Unions. 100% performance and payment bonds required for the full amount of the subcontract price. Subcontractors must possess a current contractor’s license, insurance and worker’s compensation insurance coverage meeting Griffith’s requirements. A copy of the insurance requirements and agreements can be obtained by contacting the Estimator. Please call if you need assistance in obtaining bonding, insurance, equipment, materials, and/or supplies. Griffith Company intends to work cooperatively with all qualified firms seeking work on this project. Griffith Company is an Equal Opportunity Employer.
Date posted: 07/26/2024