Search Results: Planholders

Listing for all primes seeking assistance with project 12-0S1904.

12 records found



Contractor: Granite Construction Company Contact: Angell Reyna
Address: 16700 Valley View, #300 La Mirada, CA 90638
Phone: 657-347-1101 Fax: 805-335-8912 Email: granite.laoc@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: C0621 LANDSCAPING MATERIALS SUPPLIER, C0657 LUMBER SUPPLIER, C0671 DRAINAGE SYSTEMS SUPPLIER, C0683 GUARD RAILING & BARRIERS SUPPLIER, C1200 CONSTRUCTION AREA SIGNS, C1201 TRAFFIC CONTROL SYSTEM, C1290 TEMPORARY RAILING (TYPE K), C1532 REMOVE CONCRETE, C1601 CLEARING & GRUBBING, C1901 ROADWAY EXCAVATION, C1920 STRUCTURE EXCAVATION, C1930 STRUCTURE BACKFILL, C2000 HIGHWAY PLANTING, C2065 IRRIGATION SYSTEM, C2067 LANDSCAPE CARE AND MAINTENANCE SERVICES, C2501 AGGREGATE SUBBASE, C2602 AGGREGATE BASE, C2800 CONCRETE BASE, C3901 ASPHALT CONCRETE, C3910 PAVING ASPHALT (ASPHALT CONCRETE), C4010 PORTLAND CEMENT & CONCRETE PAVEMENT, C5100 CONCRETE STRUCTURE, C5105 MINOR CONCRETE STRUCTURE, C5201 REINFORCING STEEL, C5601 SIGN STRUCTURE, C5620 ROADSIDE SIGN, C7500 MISC IRON & STEEL FRAME, COVER & GRATE, C8330 METAL RAILING, C8331 CONCRETE BARRIER, C8405 THERMOPLASTIC TRAFFIC STRIPING & MARKING, C8406 PAINTED TRAFFIC STRIPING & MARKING, C8407 REMOVE PAVEMENT MARKING & TRAFFIC STRIPES, C8604 LIGHTING, C8605 MESSAGE SIGNS, LIGHTING & SIGN ILLUMINATION, C8851 LEAD COMPLIANCE, C8852 SWPPP PLANNING, C9602 BOTTOM DUMP TRUCKING, C9604 SUPER 10 DUMP TRUCK, C9605 FLAT BED TRUCKING, C9606 WATER TRUCK, C9609 STREET SWEEPING TRUCK, C9908 HEAVY EQUIPMENT RENTAL 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: 04/04/2024
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, Temporary Erosion Control, Temporary Concrete Washout, Treated Wood Waste, Clear & Grub, Roadway Excavation, Structure Excavation, Structure Backfill, Pervious Backfill Material, Roadside Clearing, Erosion Control, Irrigation Systems, Class 2 Aggregate Subbase, Class 2 Aggregate Base, LCB, Supply HMA, Tack Coat, Remove AC Dike, JPCP, Joint Seal, CIDH Concrete Pile, Structural Concrete, Minor Concrete, Reinforcing Steel, Sign Structures, Remove Retaining Wall, Underground, Misc. Iron & Steel, Pavement Markers, Guardrail Systems, Roadside Signs, Concrete Barrier, Permanent Striping, Striping Removals, Electrical Systems, Trucking. PLEASE VISIT THE CALTRANS WEBSITE FOR THE MOST UP-TO-DATE BID ITEM LIST
Requirements: Plans and specifications are available at the CDOT website: http://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php . They can also be reviewed at our office located, 3075 Townsgate Rd, Suite 200, Westlake Village, CA 91361, by appointment only. Additional Information: Security Paving Company, Inc. is requesting pricing for all items of work on the project. Subcontractors and suppliers are required to submit price quotes to us within a reasonable time prior to the bid date, in order to fully evaluate quote. 100% performance bonds may be required for the full subcontracted amount. Security Paving will pay up to 2.5% of the bond premium. Subcontractors must possess a valid California Contractor’s license, DIR Registration Number, current insurance. Subcontractor’s will be required to sign a standard subcontract agreement. Security Paving is signatory to Laborers, Operating Engineers, Cement Masons, Carpenters, and Teamsters unions. This is a prevailing wage project. Please call if you will need assistance in obtaining bonding, lines of credit, insurance, equipment, materials, or delivery schedules. Please contact our office if you are interested in this project. Security Paving will work cooperatively with all qualified firms seeking to work on this project. All quotes must include DIR number. Estimator: Joe Ferndino
Date posted: 04/08/2024
Contractor: Powell Constructors, Inc. Contact: Joe Schulte
Address: 8555 Banana Avenue Fontana, CA 92335
Phone: 909-356-8880 Fax: 909-356-1299 Email: joes@powellconstructors.com
Services needed: Powell Constructors, Inc. is seeking quotes from all qualified subcontractors and suppliers including certified DBE firms. ALL BID ITEMS ARE OPEN FOR BID, including items of work normally performed by Powell Constructors, Inc. LEAD COMPLIANCE PLAN, DISPUTE RESOLUTION ADVISOR, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, WATER POLLUTION CONTROL PROGRAM, WPCP MATERIALS, TREATED WOOD WASTE, CLEARING & GRUBBING, ROADWAY EXCAVATION, STRUCTURE EXCAVATION (RETAINING WALL), STRUCTURE BACKFILL (RETAINING WALL), PERVIOUS BACKFILL MATERIAL (RETAINING WALL), ROADSIDE CLEARING, LANDSCAPING, WOOD MULCH, IRRIGATION MAINTANENCE, LANDSCAPE MATERIALS, AGGREGATE SUBBASE, AGGREGATE BASE, LEAN CONCRETE BASE, HOT MIX ASPHALT, TACK COAT, REMOVE ASPHALT CONCRETE DIKE, JPCP, JOINT SEAL, CIDH CONCRETE PILE (SIGN FOUNDATION), STRUCTURAL CONCRETE, RETAINING WALL & DRAINAGE INLET, MINOR CONCRETE (BACKFILL), CONCRETE SURFACE TEXTURE (FRACTURED RIB), BAR REINFORCING STEEL (RETAINING WALL), FURNISH/INSTALL SIGN STRUCTURE (VERSATILE TRUSS), REMOVE SIGN STRUCTURE WALKWAY, REMOVE RETAINING WALL, PLASTIC PIPE, PRECAST CONCRETE PIPE MANHOLE, REMOVE PIPE, REMOVE INLET, MINOR CONCRETE (GUTTER), MISC IRON & STEEL, REMOVE PAVEMENT MARKER, PAVEMENT MARKER, OBJECT MARKER, REMOVE ROADSIDE SIGN, FUNISH SIGN PANELS, ROADSIDE SIGN, CABLE RAILING, CONCRETE BARRIER, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, THERMOPLASTIC TRAFFIC STRIPE, REMOVE THERMOPLASTIC TRAFFIC STRIPE & PAVEMENT MARKING, TRAFFIC STRIPE TAPE, ELECTRICAL, & TRUCKING.
Requirements: Quotations will be broken down into comparable packages as reasonably necessary. Powell Constructors, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages. Union Signatory, 100% Payment and Performance Bonds from an accepted surety may be required. Powell Constructors, Inc. will reimburse the subcontractor for bond premium up to 2%. Assistance in bonding, insurance, lines of credit or obtaining equipment, supplies, materials, or related assistance or services is available upon request. Subcontractors must possess a current contractor's license and provide General Liability, Auto and Worker's Compensation Insurance meeting the minimum requirements per the specifications. Subcontractors must also be registered with the Department of Industrial Relations (DIR) pursuant to the Labor Code section 1725.5. Powell Constructors, Inc. is an Equal Opportunity Employer and encourages DBE participation. Respectfully, Powell Constructors, Inc.
Date posted: 04/12/2024
Contractor: MCM Construction, Inc. Contact: Nichole Schafer
Address: 6413 32nd Street, P.O. Box 620, North Highlands CA 95660
Phone: 916-334-1221 Fax: 916-334-5384 Email: bids@mcmconstruction.com
Services needed: SUB-QUOTES ARE BEING REQUESTED FOR VARIOUS ITEMS OF WORK INCLUDING, BUT NOT LIMITED TO: Aggregate, CIDH, Clearing & Grubbing, Concrete Barrier, Concrete Pumping, Construction Area Signs, Demolition, Drainage, Electrical, Concrete Surface Texure, Grading, Hazardous Waste Removal, Joint Seal, Landscaping, Lead Compliance Plan, Minor Concrete, Object Marker, Pavement Marker, Paving – HMA, Piping, Ready Mix, Rebar, Roadside Signs, Roadway Excavation, Sign Structures, Signal & Lighting, Striping & Marking, Structural Concrete Quality Control, SWPPP, Traffic Control, Trucking, Cable Railing etc.
Requirements: MCM will assist in obtaining bonds, lines of credit, insurance, necessary equipment, supplies, materials, as well as any related assistance in services. Plans and specifications are available in our office by emailing bids@mcmconstruction.com or at https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=12-0S1904&sub=. Quotations will be broken down into comparable packages as reasonably necessary. Every Subcontractor is required to be registered with the State DIR to perform public work. Subcontractors must be prepared to furnish payment and performance bonds issued by a California admitted surety that is acceptable to MCM. MCM will reimburse the Subcontractor for the premium costs of the bonds at standard premium rates not to exceed 1.5%. Subcontractor must possess current general commercial liability insurance and workers compensation insurance per Owner’s requirements. MCM’s listing of a subcontractor in its bid to the public agency is not to be construed as an acceptance of all of the Subcontractor’s conditions or exceptions included with Subcontractor’s price quotes. MCM is signatory to the following unions: Operating Engineers, Carpenters, Laborers, and Cement Masons. Please contact MCM at (916) 334-1221 for assistance in responding to this solicitation.
Date posted: 04/15/2024
Contractor: Guy F. Atkinson Construction, LLC Contact: Socal Estimating
Address: 18201 Von Karman Avenue, Suite 800 Irvine, CA 92612
Phone: 949-382-7145 Fax: 949-769-5600 Email: socal.estimating@atkn.com
Services needed: GUY F. ATKINSON CONSTRUCTION, LLC Requests sub-bids from All Qualified Subcontractors, Suppliers and Consultants including DBE companies for (but not limited to): Alternative Temporary Crash Cushion TL-3, Ball Valve, Bar Reinforcing Steel (Retaining Wall), Cable Railing, Cast-In-Drilled-Hole Concrete Pile (60”), Channelizer (Surface Mounted), Check and Test Existing Irrigation Facilities, Class 2 Aggregate Base, Class 2 Aggregate Subbase, Clearing and Grubbing (LS), Concrete Barrier (Type 60MD), Concrete Barrier (Type 60MS), Concrete Barrier Transition, Concrete Surface Texture (Fractured Rib), Construction Area Signs, Control and Neutral Conductors (Armor-Clad), Dispute Resolution Advisor On-Site Meeting, Fiber Optic Cable Systems, Furnish Laminated Panel Sign (1”-Type A), Furnish Sign Structure (Versatile Truss), Furnish Single Sheet Aluminum Sign (0.063"-Framed/0.080"-Unframed), Hourly Off-Site Dispute Resolution - Advisor-Related Tasks, Hot Mix Asphalt (Type A), Install Sign Panel on Existing Frame, Install Sign Structure (Versatile Truss), Isolation Joint Seal (Silicone), Job Site Management, Joint Seal (Silicone), Jointed Plain Concrete Pavement, Lead Compliance Plan, Lean Concrete Base, Level 2 CPM Schedule, Maintain Existing Planted Areas, Minor Concrete (Backfill), Minor Concrete (Gutter) (LF), Miscellaneous Iron and Steel, Modifying Changeable Message Sign Systems, Modifying Lighting Systems, Modifying Traffic Monitoring Stations, Object Marker (Type P), Operate Existing Irrigation Facilities, Paint Traffic Stripe (2-Coat), Pavement Marker (Retroreflective), Pervious Backfill Material (Retaining Wall), Plant (Group F), Plant Establishment Work, Plastic Pipe (1” / 1¼” / 2”) (Schedule 40) (Supply Line), Plastic Pipe (3”) (Class 315) (Supply Line), Plastic Pipe (24”), Portable Changeable Message Sign (Ea), Portable Radar Speed Feedback Sign System, Precast Concrete Pipe Manhole (36”), QA/QC, Relocate Roadside Sign, Remote Control Valve (1 ½”), Remove Asphalt Concrete Dike, Remove Concrete Barrier, Remove Guardrail, Remove Inlet, Remove Irrigation Facility, Remove Pavement Marker, Remove Thermoplastic Pavement Marking, Remove Thermoplastic Traffic Stripe, Remove Pipe (LF), Remove Retaining Wall (CY), Remove Roadside Sign, Remove Sign from Sign Frame, Remove Sign Structure Walkway (EA), Reset Roadside Sign, Riser Sprinkler Assembly, Roadside Clearing, Roadway Excavation, Roadside Sign (One Post/Two Post), Street Sweeping, Structural Concrete (Retaining Wall / Drainage Inlet), Structure Backfill (Retaining Wall), Structure Excavation (Retaining Wall), Tack Coat, Temporary Barrier System, Temporary Changeable Message System, Temporary Concrete Washout, Temporary Construction Entrance, Temporary Fiber Roll, Temporary Radar Speed Feedback Sign System, Temporary Traffic Screen, Thermoplastic Traffic Stripe (6”) (Enhanced Wet Night Visibility) (Broken 17-7), Thermoplastic Traffic Stripe (6”/8”/12”) (Enhanced Wet Night Visibility), Thermoplastic Traffic Stripe (Sprayable), Traffic Control System, Traffic Stripe Tape with Contrast (6”) (Warranty), Traffic Stripe Tape with Contrast (6”/8”) (Warranty) (Broken 36-12), Traffic Stripe Tape with Contrast (8”) (Warranty) (Broken 12-3), Treated Wood Waste, Trucking (Super 10s, End Dumps, Bottom Dumps), Type III Barricade, Water Pollution Control Program, Water Trucks, Wood Mulch. Refer to the project specs and any addenda for the complete bid item list. Lower tier DBE participation is greatly encouraged.
Requirements: Guy F. Atkinson Construction, LLC is a union contractor and an Equal Opportunity Employer. Atkinson is signatory to the Carpenters, Cement Masons, Laborers and Operating Engineers Unions. 100% Performance & Payment Bonds from an approved surety company will be required for subcontractors with contract value greater than $100,000. Atkinson will pay the cost of bonds up to 2.0%. We will assist in obtaining necessary equipment, supplies, materials or related services. We will split items of work (see project specs for full list of bid items) and provide assistance in obtaining bonding, lines of credit and insurance where needed. Prices must stay firm through subcontract and purchase order execution. Subcontractors will be expected to sign Atkinson's standard subcontract and to comply with our company's standard insurance requirements which include a waiver of subrogation. Please provide your contractor's license #, DIR #, and if applicable, your DBE cert # with your quote. Atkinson requests that subs and vendors register and prequalify in our online system at http://app.buildingconnected.com/_/risk/public-invite/5579ca47675b720a008b2c5a prior to bidding. TO DOWNLOAD PLANS, SPECS, THE INFO HANDOUT, ANY ADDENDA, ETC and VIEW Q&A: Please go to the Caltrans Contracts web site - https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=12-0S1904 . Please contact Atkinson with any questions or for help with your bid.
Date posted: 04/15/2024
Contractor: Ragnar Benson LLC Contact: Estimating
Address: 833 Featherstone Road Rockford, IL 61107
Phone: 815-654-4700 Fax: 815-654-4736 Email: bids@rbic.com
Services needed: Environmental • Traffic Control / Signs / Stripe • Barrier System • SWPPP / Erosion Control • Landscape / Irrigation • Aggregate Material • Trucking • Asphalt Paving • Concrete Paving • Reinforcing Steel • Concrete material • Cable Rail / Fence • Electrical / Fiber
Requirements: Ragnar Benson, LLC, an Equal Opportunity Employer, is seeking certified DBEs for subcontracting and vendor opportunities on this project. The utmost consideration will be given to dividing total requirements into smaller activities or quantities, which will permit maximum participation where feasible. Subcontracts will be awarded based on price and ability to perform work. Ragnar Benson is signatory to the unions. Plans and Specs for the above-referenced project can be reviewed online at Caltrans website http://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php Please base your bid proposals on the available documents and provide separate clarifications for any work that does not appear to be included in the documents but is necessary for a complete project. Subcontractors may be required to provide a bond and must have a current contractor’s license, DIR number and insurance meeting Ragnar Benson and project requirements. Selected subcontractors will be required to sign our standard subcontractor agreement. For assistance with obtaining plans and specifications; bonding, lines of credit and/or insurance needs; obtaining necessary equipment, supplies, and/or materials; or related assistance or services, please contact our estimating department at bids@rbic.com or call us at 815-654-4700. Non-DBE Subs/Suppliers are expected to provide DBE participation with their quotes. Please reference Ragnar Benson LLC’s estimate number 24-202 with all correspondence and proposals. If you are interested in submitting a bid for this project, please email your scopes, including Inclusions and Exclusions as soon as possible. Please provide your quotes at least 48-72 hours prior to bid. Should you have any questions regarding this bid, you may contact the project’s estimator at 815-654-4700 or by email at bids@rbic.com
Date posted: 04/17/2024
Contractor: Flatiron West, Inc. Contact: Samantha Rodriguez
Address: 14726 Ramona Avenue, Suite 300 Chino, CA 91710
Phone: 909-597-8413 Fax: 909-597-8635 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, Concrete Barrier, Electrical, Erosion Control, Formliner Supply, Joint Seal, Landscape and Irrigation, Minor Concrete, Misc. Iron and Steel Supply, Overhead Signs, Precast Drainage Inlets, Railing, Ready Mix Concrete Supply, Reinforcing Steel, Roadside Signs, Saw and Seal PCC, Street Sweeping, Striping, Traffic Control Materials. PLEASE SUBMIT QUOTES BY EMAIL TO SOCALBIDS@FLATIRONCORP.COM OR FAX TO (858) 271-1330
Requirements: This project has a 22% 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. WE ARE AN EQUAL OPPORTUNITY EMPLOYER
Date posted: 04/23/2024
Contractor: Ortiz Enterprises Incorporated Contact: John Schaar
Address: 6 Cushing Way Suite 200 Irvine, CA 92618
Phone: 949-753-1414 Fax: 949-753-1477 Email: estimating@ortizent.com
Services needed: Items listed but not limited to AC Dike, Asphalt Paving, Concrete Barrier (Roadway), Construction Area Signs, Electrical, Erosion Control, Irrigation, Landscaping, ReSteel, Roadway Signs, Sign Structure, Thermoplastic Striping/Marking, Joints - Conc
Requirements: Ortiz Enterprises Inc. estimating staff is available to assist subcontractors in obtaining bonding, Lines of credit, Insurance, necessary Equipment, Supplies, Materials, or related assistance or services when requested. Subcontractors are required to furnish performance and payment bonds in the full amount of their subcontract by an admitted surety and subject to approval by Ortiz. Ortiz will pay a bond premium of up to 1 %. Ortiz’s listing of a subcontractor in its bid to the public is not to be construed as an acceptance of all of the subcontractor’s conditions or exceptions included with subcontractor price quotes. The subcontractor shall meet all Caltrans Insurance requirements and provide a Worker Compensation Wavier of Subrogation. Quotes must be valid for the same duration as specified by the owner for contract award including subsequent extensions for award. Plans and specs are available for viewing in our office or check the Caltrans website. Subcontractors are required to have a current contractor’s license and must be registered with the Department of Industrial Relations (DIR). Ortiz Enterprises Inc. is Union Signatory Contractors and Equal Opportunity, Employer. Subcontractors will be required to sign Ortiz Enterprises Inc. Standard Subcontract Agreement. In the event of a conflict of bid terms and conditions, Ortiz Subcontractor Agreement shall prevail.
Date posted: 04/23/2024
Contractor: Griffith Company Contact: Katherine Lovetere
Address: 12200 Bloomfield Avenue, Santa Fe Springs CA 90670
Phone: 562-929-1128 Fax: 562-864-8970 Email: klovetere@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, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, TIME-RELATED OVERHEAD (WDAY), DISPUTE RESOLUTION ADVISOR ON-SITE MEETING, HOURLY OFF-SITE DISPUTE-RESOLUTION- ADVISOR-RELATED TASKS, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, TYPE III BARRICADE, CHANNELIZER (SURFACE MOUNTED), PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM, TEMPORARY BARRIER SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN (EA), ALTERNATIVE TEMPORARY CRASH CUSHION TL-3, TEMPORARY TRAFFIC SCREEN, TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM, JOB SITE MANAGEMENT, WATER POLLUTION CONTROL PROGRAM, TEMPORARY HYDROSEED, TEMPORARY FIBER ROLL, TEMPORARY CONSTRUCTION ENTRANCE, TEMPORARY CONCRETE WASHOUT, TREATED WOOD WASTE, CLEARING AND GRUBBING (LS), ROADWAY EXCAVATION, (F) - STRUCTURE EXCAVATION (RETAINING WALL), (F) - STRUCTURE BACKFILL (RETAINING WALL), (F) - PERVIOUS BACKFILL MATERIAL (RETAINING WALL), ROADSIDE CLEARING, PLANT (GROUP F), MAINTAIN EXISTING PLANTED AREAS, PLANT ESTABLISHMENT WORK, WOOD MULCH, CHECK AND TEST EXISTING IRRIGATION FACILITIES, OPERATE EXISTING IRRIGATION FACILITIES, REMOVE IRRIGATION FACILITY, CONTROL AND NEUTRAL CONDUCTORS (ARMOR-CLAD), 1 1/2" REMOTE CONTROL VALVE, RISER SPRINKLER ASSEMBLY, 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 1 1/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), BALL VALVE, CLASS 2 AGGREGATE SUBBASE, CLASS 2 AGGREGATE BASE (CY), LEAN CONCRETE BASE, HOT MIX ASPHALT (TYPE A), TACK COAT, REMOVE ASPHALT CONCRETE DIKE, JOINTED PLAIN CONCRETE PAVEMENT, JOINT SEAL (SILICONE), ISOLATION JOINT SEAL (SILICONE), 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION), (F) - STRUCTURAL CONCRETE, RETAINING WALL, STRUCTURAL CONCRETE, DRAINAGE INLET, MINOR CONCRETE (BACKFILL), CONCRETE SURFACE TEXTURE (FRACTURED RIB), (F) - BAR REINFORCING STEEL (RETAINING WALL), FURNISH SIGN STRUCTURE (VERSATILE TRUSS), INSTALL SIGN STRUCTURE (VERSATILE TRUSS), REMOVE SIGN STRUCTURE WALKWAY (EA), REMOVE RETAINING WALL (CY), 24" PLASTIC PIPE, 36" PRECAST CONCRETE PIPE MANHOLE, REMOVE PIPE (LF), REMOVE INLET, MINOR CONCRETE (GUTTER) (LF), MISCELLANEOUS IRON AND STEEL, REMOVE PAVEMENT MARKER, PAVEMENT MARKER (RETROREFLECTIVE), OBJECT MARKER (TYPE P), REMOVE ROADSIDE SIGN, REMOVE SIGN FROM SIGN FRAME, RESET ROADSIDE SIGN, RELOCATE ROADSIDE SIGN, FURNISH LAMINATED PANEL SIGN (1"-TYPE A), FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED), ROADSIDE SIGN - ONE POST, ROADSIDE SIGN - TWO POST, INSTALL SIGN PANEL ON EXISTING FRAME, (F) - CABLE RAILING, CONCRETE BARRIER (TYPE 60MD), CONCRETE BARRIER (TYPE 60MS), (F) - CONCRETE BARRIER TRANSITION, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, THERMOPLASTIC TRAFFIC STRIPE (SPRAYABLE), "6"" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 17-7)", PAINT TRAFFIC STRIPE (2-COAT), 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), REMOVE THERMOPLASTIC TRAFFIC STRIPE, REMOVE THERMOPLASTIC PAVEMENT MARKING, 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3), 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY), 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), TEMPORARY CHANGEABLE MESSAGE SYSTEM, FIBER OPTIC CABLE SYSTEMS, MODIFYING LIGHTING SYSTEMS, MODIFYING TRAFFIC MONITORING STATIONS, MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS, MOBILIZATION
Requirements: 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: 04/29/2024
Contractor: Patriot Contracting, Inc Contact: Emigdio Patriot Contracting, Inc. Robles
Address: 4301 Bettencourt Way Union City Ca 94587 Union City
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: 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 200 0004 090200 DISPUTE RESOLUTION ADVISOR ON-SITE MEETING EA 1 0005 090207 HOURLY OFF-SITE DISPUTE-RESOLUTION-ADVISOR-RELATED TASKS HR 10 0006 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM 0007 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM 0008 120120 TYPE III BARRICADE EA 3 0009 120165 CHANNELIZER (SURFACE MOUNTED) EA 4 0010 120207 PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM DAY 200 0011 120320 TEMPORARY BARRIER SYSTEM LF 1,580 0012 128651 PORTABLE CHANGEABLE MESSAGE SIGN (EA) EA 8 0013 014105 ALTERNATIVE TEMPORARY CRASH CUSHION TL-3 EA 1 0014 129150 TEMPORARY TRAFFIC SCREEN LF 1,580 0015 129152 TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM EA 1 0016 130100 JOB SITE MANAGEMENT LS LUMP SUM 0017 130201 WATER POLLUTION CONTROL PROGRAM LS LUMP SUM 0018 130550 TEMPORARY HYDROSEED SQYD 6,330 0019 130640 TEMPORARY FIBER ROLL LF 3,060 0020 130710 TEMPORARY CONSTRUCTION ENTRANCE EA 1 0021 130900 TEMPORARY CONCRETE WASHOUT LS LUMP SUM 0022 141120 TREATED WOOD WASTE LB 2,980 0023 170103 CLEARING AND GRUBBING (LS) LS LUMP SUM 0024 190101 ROADWAY EXCAVATION CY 2,000 0025 192037 (F) - STRUCTURE EXCAVATION (RETAINING WALL) CY 6,082 0026 193013 (F) - STRUCTURE BACKFILL (RETAINING WALL) CY 1,509 0027 193031 (F) - PERVIOUS BACKFILL MATERIAL (RETAINING WALL) CY 147 0028 200002 ROADSIDE CLEARING LS LUMP SUM 0029 204006 PLANT (GROUP F) EA 32,000 0030 204096 MAINTAIN EXISTING PLANTED AREAS LS LUMP SUM 0031 204099 PLANT ESTABLISHMENT WORK LS LUMP SUM 0032 205035 WOOD MULCH CY 650 0033 206400 CHECK AND TEST EXISTING IRRIGATION FACILITIES LS LUMP SUM 0034 206402 OPERATE EXISTING IRRIGATION FACILITIES LS LUMP SUM 0035 206405 REMOVE IRRIGATION FACILITY LS LUMP SUM 0036 206559 CONTROL AND NEUTRAL CONDUCTORS (ARMOR-CLAD) LS LUMP SUM 0037 206564 1 1/2" REMOTE CONTROL VALVE EA 6 0038 208448 RISER SPRINKLER ASSEMBLY EA 97 0039 208595 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 2,300 0040 208596 1 1/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1,460 0041 208598 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1,860 0042 208607 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE) LF 1,800 0043 208683 BALL VALVE EA 2 0044 250201 CLASS 2 AGGREGATE SUBBASE CY 980 0045 260203 CLASS 2 AGGREGATE BASE (CY) CY 2,180 0046 280000 LEAN CONCRETE BASE CY 160 0047 390132 HOT MIX ASPHALT (TYPE A) TON 500 0048 397005 TACK COAT TON 0.6 0049 398100 REMOVE ASPHALT CONCRETE DIKE LF 960 0050 401050 JOINTED PLAIN CONCRETE PAVEMENT CY 390 0051 414201 JOINT SEAL (SILICONE) LF 1,480 0052 414241 ISOLATION JOINTS SEAL (SILICONE) LF 1,480 0053 498052 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION) LF 27 0054 510060 (F) - STRUCTURAL CONCRETE, RETAINING WALL CY 1,831 0055 510094 STRUCTURAL CONCRETE, DRAINAGE INLET CY 20 0056 510526 MINOR CONCRETE (BACKFILL) CY 29 0057 511015 CONCRETE SURFACE TEXTURE (FRACTURED RIB) SQFT 4,835 0058 520103 (F) - BAR REINFORCING STEEL (RETAINING WALL) LB 223,761 0059 560226 FURNISH SIGN STRUCTURE (VERSATILE TRUSS) LB 27,200 0060 560227 INSTALL SIGN STRUCTURE (VERSATILE TRUSS) LB 27,200 0061 568042 REMOVE SIGN STRUCTURE WALKWAY (EA) EA 2 0062 600015 REMOVE RETAINING WALL (CY) CY 431 0063 641113 24" PLASTIC PIPE LF 140 0064 707217 36" PRECAST CONCRETE PIPE MANHOLE LF 4 0065 710136 REMOVE PIPE (LF) LF 74 0066 710150 REMOVE INLET EA 7 0067 730040 MINOR CONCRETE (GUTTER) (LF) LF 1,298 0068 750001 MISCELLANEOUS IRON AND STEEL LB 4,345 0069 810120 REMOVE PAVEMENT MARKER EA 1,320 0070 810230 PAVEMENT MARKER (RETROREFLECTIVE) EA 1,350 0071 820134 OBJECT MARKER (TYPE P) EA 2 0072 820250 REMOVE ROADSIDE SIGN EA 3 0073 820350 REMOVE SIGN FROM SIGN FRAME EA 3 0074 820530 RESET ROADSIDE SIGN EA 1 0075 820610 RELOCATE ROADSIDE SIGN EA 2 0076 820710 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SQFT 870 0077 820760 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED) SQFT 50 0078 820780 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED) SQFT 22 0079 820840 ROADSIDE SIGN - ONE POST EA 3 0080 820850 ROADSIDE SIGN - TWO POST EA 1 0081 820890 INSTALL SIGN PANEL ON EXISTING FRAME SQFT 580 0082 839521 (F) - CABLE RAILING LF 1,298 0083 839643 CONCRETE BARRIER (TYPE 60MD) LF 1,298 0084 839649 CONCRETE BARRIER (TYPE 60MS) LF 180 0085 839745 (F) - CONCRETE BARRIER TRANSITION LF 25 0086 839752 REMOVE GUARDRAIL LF 150 0087 839774 REMOVE CONCRETE BARRIER LF 81 0088 840560 THERMOPLASTIC TRAFFIC STRIPE (SPRAYABLE) LF 150 0089 840621 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 17-7) LF 270 0090 840656 PAINT TRAFFIC STRIPE (2-COAT) LF 19,800 0091 846007 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 8,240 0092 846009 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 430 0093 846013 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 540 0094 846030 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 13,400 0095 846035 REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 2,440 0096 847077 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3) LF 1,030 0097 847218 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) LF 420 0098 847222 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 13,201 0099 847225 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 3,510 0100 016297 TEMPORARY CHANGEABLE MESSAGE SYSTEM LS LUMP SUM 0101 871900 FIBER OPTIC CABLE SYSTEMS LS LUMP SUM 0102 872131 MODIFYING LIGHTING SYSTEMS LS LUMP SUM 0103 872135 MODIFYING TRAFFIC MONITORING STATIONS LS LUMP SUM 0104 872137 MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS LS LUMP SUM 0105 999990 MOBILIZATION LS LUMP SUM
Requirements: SUBCONTRACTOR AND SUPPLIER PROPOSALS MUST BE TURNED IN TO PATRIOT CONTRACTING INC. BEFORE 5PM ON 5/01/2024. 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 12-0S1904. You can also request bid documents directly by email from PATRIOT CONTRACTING, INC. at: erobles@patriotcontracting.us
Date posted: 04/29/2024
Contractor: SEMA Construction, Inc. Contact: Estimating
Address: 9810 Scripps Lake Dtr. Ste. C San Diego, Ca 92131
Phone: 303-627-2600 Fax: 951-296-6448 Email: estimating.ca@semaconstruction.com
Services needed: INVITATION TO BID FROM: SEMA Construction, Inc. 9810 Scripps Lake Dr. Ste. C San Diego, Ca 92131 Phone: (303) 627-2600 Bid Information: PROJECT NAME: Caltrans 12-0S1904 Rte. 22 Aux Lane Extension OWNER’S BID DATE: 5/15/24 @ 2pm LOCATION: Santa Ana, Ca SEMA Construction is requesting subcontractor and material supply quotes from DBE subcontractors and material suppliers to meet the 22.0% DBE goal. All DBE firms are encouraged to participate. All NON- DBE firms are encouraged to utilize DBE firms as part of their quotes. Please contact SEMA if you require assistance obtaining: bonding, lines of credit, insurance, equipment, supplies, materials or related services. EOE. Submit quotes to: estimating.ca@sema.inc ** TO ENSURE WE RECEIVE YOUR QUOTE IN TIME MAKE SURE YOU ARE SENDING IT TO OUR CALIFORNIA EMAIL** NOTE: *** Please clearly indicate on your quote if you are a DBE firm. *** *** If you are a NON- DBE firm, please list ALL 2nd TIER DBE firm names, work scope, and value of work DBE firm will be performing or supplying clearly on your quote. *** *** Please note on your quote that it will be valid for 150 days after bid date *** Project Description: Rte. 22 auxiliary lane extension Major items for the project include: Subcontractors / Installation: LEAD COMPLIANCE PLAN, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, TIME-RELATED OVERHEAD (WDAY), DISPUTE RESOLUTION ADVISOR ON-SITE MEETING, HOURLY OFF-SITE DISPUTE-RESOLUTION-ADVISOR-RELATED TASKS, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, TYPE III BARRICADE, CHANNELIZER (SURFACE MOUNTED), PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM, TEMPORARY BARRIER SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN (EA), ALTERNATIVE TEMPORARY CRASH CUSHION TL-3, TEMPORARY TRAFFIC SCREEN, TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM, JOB SITE MANAGEMENT, WATER POLLUTION CONTROL PROGRAM, TEMPORARY HYDROSEED, TEMPORARY FIBER ROLL, TEMPORARY CONSTRUCTION ENTRANCE, TEMPORARY CONCRETE WASHOUT TREATED WOOD WASTE, CLEARING AND GRUBBING (LS), ROADWAY EXCAVATION, (F) - STRUCTURE EXCAVATION (RETAINING WALL), (F) - STRUCTURE BACKFILL (RETAINING WALL), (F) - PERVIOUS BACKFILL MATERIAL (RETAINING WALL), ROADSIDE CLEARING, PLANT (GROUP F), MAINTAIN EXISTING PLANTED AREAS, PLANT ESTABLISHMENT WORK, WOOD MULCH, CHECK AND TEST EXISTING IRRIGATION FACILITIES, OPERATE EXISTING IRRIGATION FACILITIES, REMOVE IRRIGATION FACILITY, CONTROL AND NEUTRAL CONDUCTORS (ARMOR-CLAD), 1 1/2" REMOTE CONTROL VALVE, RISER SPRINKLER ASSEMBLY, 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 1 1/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE), 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE), BALL VALVE, CLASS 2 AGGREGATE SUBBASE, CLASS 2 AGGREGATE BASE (CY), LEAN CONCRETE BASE, HOT MIX ASPHALT (TYPE A), TACK COAT, REMOVE ASPHALT CONCRETE DIKE, JOINTED PLAIN CONCRETE PAVEMENT JOINT SEAL (SILICONE), ISOLATION JOINT SEAL (SILICONE), 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION), (F) - STRUCTURAL CONCRETE, RETAINING WALL, STRUCTURAL CONCRETE, DRAINAGE INLET, MINOR CONCRETE (BACKFILL), CONCRETE SURFACE TEXTURE (FRACTURED RIB), (F) - BAR REINFORCING STEEL (RETAINING WALL), FURNISH SIGN STRUCTURE (VERSATILE TRUSS), INSTALL SIGN STRUCTURE (VERSATILE TRUSS), REMOVE SIGN STRUCTURE WALKWAY (EA), REMOVE RETAINING WALL (CY), 24" PLASTIC PIPE, 36" PRECAST CONCRETE PIPE MANHOLE, REMOVE PIPE (LF), REMOVE INLET, MINOR CONCRETE (GUTTER) (LF), MISCELLANEOUS IRON AND STEEL, REMOVE PAVEMENT MARKER, PAVEMENT MARKER (RETROREFLECTIVE), OBJECT MARKER (TYPE P), REMOVE ROADSIDE SIGN, REMOVE SIGN FROM SIGN FRAME, RESET ROADSIDE SIGN, RELOCATE ROADSIDE SIGN, FURNISH LAMINATED PANEL SIGN (1"-TYPE A), FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED), ROADSIDE SIGN - ONE POST, ROADSIDE SIGN - TWO POST, INSTALL SIGN PANEL ON EXISTING FRAME, (F) - CABLE RAILING, CONCRETE BARRIER (TYPE 60MD), CONCRETE BARRIER (TYPE 60MS), (F) - CONCRETE BARRIER TRANSITION, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, THERMOPLASTIC TRAFFIC STRIPE (SPRAYABLE), 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 17-7), PAINT TRAFFIC STRIPE (2-COAT), 6"THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), REMOVE THERMOPLASTIC TRAFFIC STRIPE, REMOVE THERMOPLASTIC PAVEMENT MARKING, 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3), 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY), 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), TEMPORARY CHANGEABLE MESSAGE SYSTEM, FIBER OPTIC CABLE SYSTEMS MODIFYING LIGHTING SYSTEMS, MODIFYING TRAFFIC MONITORING STATIONS, MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS Material Supply Only: aggregates and riprap, geotextiles, steel piling, MSE wall supplies, bearing & expansion devices, concrete ready mix (B, D, H), rebar, pipe (RCP, PVC, inlets, manholes), and concrete girders. A FOLLOW-UP CALL WILL BE MADE TO YOUR COMPANY IF WE DO NOT RECEIVE A RESPONSE. SEMA Construction, Inc. Subcontract “Terms and Conditions” will apply to any contracts issued as a result from this request. By submitting a proposal, The Subcontractor agrees to the “Terms and Conditions” of SEMA Construction, Inc. Subcontract including all Exhibits and Attachments. Any Standard “Terms and Conditions” listed in the Subcontractor proposal will be deemed voided. Any project specific exclusions or exclusions shall be clearly identified as such and separated on the proposal. SEMA Construction Inc. sample Subcontract can be obtained by e-mailing estimating.ca@sema.inc SEMA Construction, Inc. reserves the right to accept or reject any or all quotations.
Requirements:
Date posted: 04/29/2024
Contractor: RAL Investment Corporation dba Silverstrand Construction Contact: Keith Adamek
Address: 10065 Old Grove Rd, Ste 200 San Diego
Phone: 858-444-1963 Fax: 858-369-7971 Email: bids@sscbuild.com
Services needed: Silverstrand Construction 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, Temporary Erosion Control, Temporary Concrete Washout, Treated Wood Waste, Clear & Grub, Roadway Excavation, Structure Excavation, Structure Backfill, Pervious Backfill Material, Roadside Clearing, Erosion Control, Irrigation Systems, Class 2 Aggregate Subbase, Class 2 Aggregate Base, LCB, Supply HMA, Tack Coat, Remove AC Dike, JPCP, Joint Seal, CIDH Concrete Pile, Structural Concrete, Minor Concrete, Reinforcing Steel, Sign Structures, Remove Retaining Wall, Underground, Misc. Iron & Steel, Pavement Markers, Guardrail Systems, Roadside Signs, Concrete Barrier, Permanent Striping, Striping Removals, 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.
Requirements: Silverstrand Construction 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. Silverstrand Construction will pay up to 1.5% 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. This is a prevailing wage project. Please contact our office if you are interested in this project. All quotes must include Contractors License and DIR number.
Date posted: 04/30/2024