PAGES IN RPT 08-6-01 - Good Faith Effort Advertising

R E Q U E S T F O R C E RT I F I E D U / D B E S U B C O N T R A C T O R S & S U P P L I E R S :
SR 15 MID-CITY BUS RAPID TRANSIT (BRT) PROJECT
BID NO.: CIP 1201507 (IFB 5007000), LOCATION: SAN DIEGO, CA
OWNER: SAN DIEGO ASSOCIATION OF GOVERNMENTS - SANDAG
BID DATE: JANUARY 28, 2015 AT 2:00 P.M.
U/DBE Goal - 8.86%
Quotes requested for, but not limited to, the following types of work:
• Aggregate Supply • Aluminum Windows • Anti-Graffiti Coating • Asphalt Dike • Asphalt Paving
• Canopy Structure • CIDH Pile • Clear & Grub • Closed Circuit TV • Concrete Barrier • Concrete
Ditches • Concrete Supply • Construction Signs • Crash Cushions • Demolition • Electrical
• Elevators • Erosion Control • Fencing and Guardrail • Finish Hardware • Formliners • Glazing
• Grind PCC • Gypsum Board • HVAC • Insulation • Joint Seal • Landscape & Irrigation • Louvers
• Metal Decking • Microwave Vehicle Detection • Minor Concrete • Minor Structures • Miscellaneous
Iron & Steel • Overhead Signs • Painting • Pipe Jacking • Pipe Supply • Precast Concrete
• Pre-Cast Detectable Warning Paver • Railing • Reinforcing Steel • Roadside Signs • Rock Slope
Protection • Roofing • Saw & Seal Concrete Pavement • Sheet Metal and Flashing • Signal & Lighting
• Site Furnishings • Stainless Steel Cladding • Steel Doors and Frames • Storm Drain • Street
Sweeping • Striping • Structural Steel for Building • Trench Drain • Waterproofing • Wet Utilities
Plans and specifications are available, at no cost, in the following options:
• Plans and specifications can be downloaded, at no cost from SANDAG at
http://www.sandag.org/organization/rfps/index.asp (registration required).
• Documents are available for download at our FTP site at http://flatiron.brickftp.com/f/8237076b6.
• Additionally, plans and specifications are available at Flatiron’s offices in San Marcos, CA and Chino Hills, CA.
Please call to make an appointment to view plans and specifications.
Bond Requirements: Notwithstanding any contrary language in a bid to Flatiron West, Inc. (”Flatiron”) or
any prior course of dealing between Flatiron and a bidder, and unless waived in writing by Flatiron, Flatiron
reserve the right, pursuant to Public Contract Code Section 4108 and otherwise, 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.
Non-U/DBE Subs/Suppliers: Indicate 2nd tier U/DBE participation offered on your quotation as it will be
evaluated with your price.
F L AT I R O N W E S T, I N C .
1 7 7 0 L a C o s t a M e a d o w s D r i v e , S a n M a rc o s , C A 9 2 0 7 8
Phone (760) 916-9075 • Fax (760) 471-4860
C o n t a c t : Ve ro n i c a G a rc i a , E s t i m a t i n g C o o rd i n a t o r
- E m a i l : S D B i d s @ f l a t i ro n c o r p . c o m
An Equal Opportunity Employer
VALENTINE CORPORATION
111 P e l i c a n Wa y, S a n R a f a e l , C A 9 4 9 0 1
Request for Qualified MBE/WBE/DBE/DVBE/SBE/UDBE
Subcontractors and/or Suppliers for the Following Project:
CALTRANS #04-4A0904 - CONSTRUCTION ON ST. HWY. IN NAPA 6 MILES NORTH
OF CALISTOGA AT TROUTDALE CREEK BRIDGE - CALISTOGA
B I D D AT E / T I M E : J A N U A RY 2 1 , 2 0 1 5 @ 2 : 0 0 P M
Please respond by: January 21, 2015 @ Noon
Valentine Corporation will be bidding the above referenced project as a general contractor. Your
firm is invited to submit a sub bid in your area of expertise. Plans and specifications are
available in our office for review. Our estimating team will be available before the date of the
bid should you have any questions or require technical assistance. Areas of work that we require
sub bids for are as follows: Requesting MBE/WBE/DBE/DVBE/SBE/UDBE Subcontractors
and/or Suppliers For, But Not Limited To: Lead Compliance Plan, Const. Area Signs, Traffic
Control System, Temp Markings, Temp Signal, SWPPP, Storm Water Analysis Sampling &
Report, Hydro Mulch, Hydro Seed, Street Sweeping, Active Treatment System, Landscape,
AC, AC Dike, Erosion Control, Rebar, Clean & Paint Steel, Timber Lagging, Concrete Stain,
Misc. Metal, Iron & Steel, Metal Fencing, MBGR, Railing, Thermoplastic Striping. We look
forward to receiving your written quotation via facsimile on or before the date of bid. It is
the policy of Valentine Corporation to encourage the utilization of
MBE/WBE/DBE/DVBE/UDBE firms at all levels of construction contracting.
Valentine Corporation may require a Performance and Payment Bond. If so, the bond
premium will be paid for by Valentine Corporation. We will contact you prior to the date of
the bid to discuss this project with you.
For more information regarding this project call:
Va l e n t i n e C o r p o r a t i o n • L i s a
Davis
Phone 415-453-3732 ext. #10 • Fax 415-457-5820
E q u a l
O p p o r t u n i t y
E m p l o y e r
REQUEST FOR DBE Subcontractors and Suppliers for:
Hwy 29 Bridge Replacement, Calistoga
Caltrans #04-4A0904
BID DATE: JANUARY 21, 2015 @ 2:00 PM
We are soliciting quotes for (including but not limited to):
Trucking, Lead Compliance Plan, Construction Area Signs, Traffic Control System, Flashing Beacon
(Portable), Portable Changeable Message Sign, Temp. Crash Cushion Module, SWPPP, Rain Event Action
Plan, Storm Water Sampling & Analysis, Storm Water Annual Report, Sweeping, Water Quality Sampling
& Analysis, Water Quality Monitoring Report, Temp. Wildlife Exclusion Fence, Work Area Monitoring
(Bridge), Bridge Removal, Clearing & Grubbing, Develop Water Supply, Dust Palliative, Structure Excavation,
Structure Backfill, Concrete Backfill, Lean Concrete Backfill, Imported Borrow, Soil Amendment, Commercial
Fertilizer, Planting & Irrigation, Imported Biofiltration Soil, Hydromulch, Hydroseed, Compost, AC Dike,
Tack Coat, Steel Soldier Pile, Structural Concrete, Minor Concrete, Ashlar Stone Texture, Precast Prestressed
Concrete Girder, Joint Seal, Bar Reinforcing Steel, Roadside Signs, Timber Lagging, Clean and Paint Soldier
Piling, Prepare & Stain Concrete, Stain Galvanized Surfaces, Anti-Graffiti Coating, Underground, Rock
Slope Protection, Minor Concrete, Misc. Iron, Steel & Metal, Fencing, Delineator, Object Marker, Special
Marker, Midwest Guardrail System, Tubular Bicycle Railing, Transition Railing, End Cap, Concrete Barrier,
Striping & Marking and Construction Materials.
O.C. Jones & Sons, Inc.
1 5 2 0 F o u r t h S t . , B e r k e l e y, C A 9 4 7 1 0
510/526-3424 • Fax 510/526-0990
Contact: Jean Sicard
An Equal Opportunity Employer
100% Performance & Payment Bonds may be required. Worker’s Compensation Waiver of Subrogation required.
Please call OCJ for assistance with bonding, insurance, necessary equipment, material and/or supplies. OCJ
is willing to breakout any portion of work to encourage DBE Participation. Plans & Specs are available for
viewing at our office or through the Caltrans web site at www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php.
G R I F F I T H C O M PA N Y
REQUESTING SUB-BIDS ON ALL TRADES
From Qualified MBE/WBE Subcontractors & Suppliers
MBE/WBE Goal: 15% F o r t h e f o l l o w i n g p r o j e c t :
CITY OF BAKERSFIELD - PAVEMENT RECONSTRUCTION LAKE STREET
FROM UNION AVENUE TO TULARE STREET - BAKERSFIELD, CA
#T5K206
SCOPE OF WORK: Maintaining Traffic, Traffic Control and Detour Plan, Cold Plane Concrete
Pavement, Finishing Roadway, FDR-Cement, HMA (Type A), Minor Concrete, Chain Link Fence,
Access Gates, Hauling
B I D S : J A N U A R Y 7 , 2 0 1 5 AT 1 1 : 0 0 A M
B I D S D U E : J A N U A R Y 7 , 2 0 1 5 AT 1 1 : 0 0 A M
Plans & Specs are available for review from 7:00 am - 5:00 pm
Monday through Friday at:
G R I F F I T H C O M PA N Y
(AN EQUAL OPPORTUNITY EMPLOYER)
11 2 8 C a r r i e r P a r k w a y A v e n u e , B a k e r s f i e l d , C A 9 3 3 0 8
Phone: (661) 392-6640 • Fax (661) 393-9525
C o n t a c t : WA LT W E I S H A A R , E S T I M AT O R
1 0 0 % B O N D I N G M AY B E R E Q U I R E D F O R A L L S U B C O N T R A C T O R S .
A S S I S TA N C E AVA I L A B L E I N O B TA I N I N G B O N D S , L I N E S O F C R E D I T, I N S U R A N C E ,
N E C E S S A R Y E Q U I P M E N T & T E C H N I C A L A S S I S TA N C E . G R I F F I T H C O M PA N Y I N T E N D S
T O C O N D U C T I T S E L F I N “ G O O D FA I T H ” W I T H M B E / W B E F I R M S R E G A R D I N G
PA R T I C I PAT I O N O N T H I S P R O J E C T.
Gallagher & Burk, Inc.
PAVING & GRADING CONTRCTORS • LICENSE NO. 141140A
800 HIGH STREET • P'O' BOX 3--3 • OAKLAND# CA <0.+*
Gallagher & Burk# Inc' is preparing a bid as a Prime Contractor
for the project listed below:
PROJECT: CONSTRUCTION ON STATE HIGHWAY IN ALAMEDA COUNTY IN
OAKLAND FROM 0.1 MILE EAST OF BOSTON AVENUE OVERCROSSING TO 0.02
MILE WEST OF THE ROUTE 80/580/880 SEPARATION AND AT 0.2 WEST OF ROUTE
80/580/880 SEPARATION, CONTRACT NO. 04-4H2214,
FEDERAL-AID PROJECT ANHPI-X001(588)E
OWNER: STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION
1727 30th Street, Bidders’ Exchange, MS 26, Sacramento, CA 95816
ESTIMATOR: VICTOR LE
BID DATE: JANUARY 15, 2015 @ 2:00 P.M.
We hereby encourage responsible participation of local Disadvantaged Business Enterprises, and solicit their
subcontractor or materials and/or suppliers quotation for the following types of work including but not limited
to: AC DIKE, ADL’S (TYPE Z-2), CLEARING AND GRUBBING, CONCRETE BARRIER,
CONSTRUCTION AREA SIGN, CRASH CUSHION, ELECTRICAL, EROSION CONTROL, GUARDRAIL,
LEAD COMPLIANCE PLAN, MINOR CONCRETE, MINOR CONCRETE STRUCTURE, GRIND EXISTING
CONCRETE PAVEMENT, PAVING FABRIC, CONCRETE PAVEMENT, ROADSIDE SIGNS, DELINEATORS
AND MARKERS, RUMBLE STRIP, SIGN STRUCTURE, HIGH FRICTION SURFACE TREATMENT,
STRIPING, STRUCTURE CONCRETE APPROACH SLAB, TEMPORARY EROSION CONTROL,
UNDERGROUND, VEGETATION CONTROL, TRUCKING, WATER TRUCKS, STREET SWEEPING, HOT
MIX ASPHALT (TYPE A) MATERIAL, HOT MIX ASPHALT (OPEN GRADED) MATERIAL, RUBBERIZED
HMA (OPEN GRADE) MATERIAL, RUBBERIZED HMA (GAP GRADE) MATERIAL
*++= Performance and Payment Bonds may be required for full amounts of the subcontract price'
Surety company will have to be approved by Gallagher & Burk# Inc' Gallagher & Burk# Inc' will pay
bond premium up to -=' Subcontractors must possess current insurance and worker’s
compensation coverage meeting Gallagher & Burk# Inc'’s requirements' Please call if you need
assistance in obtaining bonding# insurance# equipment# materials and/or supplies' Plans and
specifications are available for review at our office'
For more information regarding this project call:
GALLAGHER & BURK# INC'
PHONE )*+/-.*/+0.. • FAX )*+/-.*/+034
E q u a l
O p p o r t u n i t y
E m p l o y e r
REQUEST FOR QUALIFIED DBE SUBCONTRACTORS & SUPPLIERS FOR:
State of California Department of Transportation - Caltrans
Replace Bridge - CONSTRUCTION ON STATE HIGHWAY IN BUTTE COUNTY ABOUT
9.0 MILES EAST OF OROVILLE AT FLAG CANYON CREEK BRIDGE 12-0140
CONTRACT #03-0F6904 - Engineer’s Estimate: $3,050,000.00
BID DATE: 1/21/15 @ 2:00 PM
GOAL: 17% DBE
J.F. Shea Construction is requesting quotes from all qualified subcontractors and suppliers including certified
DBE firms for all items of work, including but not limited to: LEAD COMPLIANCE PLAN; PROGRESS SCHEDULE
(CRITICAL PATH METHOD); CONSTRUCTION AREA SIGNS; TRAFFIC CONTROL SYSTEM; TYPE III
BARRICADE; TEMPORARY PAVEMENT MARKING (PAINT); TEMPORARY TRAFFIC STRIPE (TAPE);
TEMPORARY TRAFFIC STRIPE (PAINT); TRAFFIC PLASTIC DRUM; TEMPORARY PAVEMENT MARKER;
TEMPORARY SIGNAL SYSTEM; PORTABLE CHANGEABLE MESSAGE SIGN (LS); TEMPORARY RAILING
(TYPE K): TEMPORARY CRASH CUSHION MODULE; TEMPORARY TRAFFIC SCREEN; JOB SITE
MANAGEMENT; PREPARE STORM WATER POLLUTION PREVENTION PLAN; RAIN EVENT ACTION PLAN;
STORM WATER SAMPLING AND ANALYSIS DAY; STORM WATER ANNUAL REPORT; TEMPORARY EROSION
CONTROL BLANKET; MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL); TEMPORARY HYDRAULIC
MULCH; TEMPORARY COVER; TEMPORARY DRAINAGE INLET PROTECTION; TEMPORARY FIBER ROLL;
TEMPORARY GRAVEL BAG BERM; TEMPORARY LARGE SEDIMENT BARRIER; TEMPORARY SILT FENCE;
TEMPORARY CONSTRUCTION ENTRANCE; STREET SWEEPING; TEMPORARY CONCRETE WASHOUT;
ASBESTOS COMPLIANCE PLAN; TEMPORARY FENCE (TYPE ESA); REMOVE YELLOW THERMOPLASTIC
TRAFFIC STRIPE (HAZARDOUS WASTE); TREATED WOOD WASTE; CONTRACTOR-SUPPLIED BIOLOGIST
(LS); NATURAL RESOURCE PROTECTION PLAN; REMOVE FENCE; REMOVE GUARDRAIL; REMOVE
THERMOPLASTIC TRAFFIC STRIPE; REMOVE ROADSIDE SIGN; REMOVE OVERSIDE DRAIN; REMOVE
PIPE (LF); RELAY REINFORCED CONCRETE PIPE; RELAY CONCRETE FLARED END SECTION; COLD
PLANE ASPHALT CONCRETE PAVEMENT; BRIDGE REMOVAL; CLEARING AND GRUBBING (LS); ROADWAY
EXCAVATION; STRUCTURE EXCAVATION (BRIDGE); STRUCTURE BACKFILL (BRIDGE); MOVE-IN/MOVEOUT (EROSION CONTROL); EROSION CONTROL (BONDED FIBER MATRIX) (SQFT); ROLLED EROSION
CONTROL PRODUCT (NETTING); HYDROSEED; COMPOST; CLASS 2 AGGREGATE BASE (CY); SLURRY
SEAL; HOT MIX ASPHALT (TYPE A); MINOR HOT MIX ASPHALT; PLACE HOT MIX ASPHALT DIKE (TYPE
A); PLACE HOT MIX ASPHALT DIKE (TYPE C); PLACE HOT MIX ASPHALT DIKE (TYPE E); PLACE HOT MIX
ASPHALT DIKE (TYPE F); PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA); TACK COAT; TEMPORARY
BRIDGE (BRIDGE REMOVAL); TEMPORARY BRIDGE (STRUCTURE EXCAVATION); TEMPORARY BRIDGE
(STRUCTURE BACKFILL); TEMPORARY BRIDGE (HOT MIX ASPHALT (BRIDGE); TEMPORARY BRIDGE
(FURNISH STRUCTURAL STEEL); TEMPORARY BRIDGE (ERECT STRUCTURAL STEEL); TEMPORARY
BRIDGE (UNTREATED LUMBER AND TIMBER); FURNISH STEEL PILING (HP 14 X 117); DRIVE STEEL PILE
(HP 14 X 117); STRUCTURAL CONCRETE; BRIDGE; FURNISH PRECAST PRESTRESSED CONCRETE
GIRDER (90’-100’); ERECT PRECAST PRESTRESSED CONCRETE GIRDER; BAR REINFORCING STEEL
(BRIDGE); BAR REINFORCING STEEL (EPOXY COATED) (BRIDGE); FURNISH SINGLE SHEET ALUMINUM
SIGN (0.080”-FRAMED); ROADSIDE SIGN-TWO POST; 24” REINFORCED CONCRETE PIPE; 36” REINFORCED
CONCRETE PIPE; 24” CONCRETE FLARED END SECTION; 36” CONCRETE FLARED END SECTION; ROCK
SLOPE PROTECTION (NO. 2, METHOD B) (CY); ROCK SLOPE PROTECTION FABRIC (CLASS 8); FENCE
(TYPE WM AND BW); TEMPORARY FENCE (TYPE BW); HIGHWAY POST MARKER; MARKER (CULVERT);
OBJECT MARKER (TYPE L-1); MIDWEST GUARDRAIL SYSTEM (WOOD POST); VEGETATION CONTROL
(MINOR CONCRETE); TRANSITION RAILING (TYPE WB-31); END CAP (TYPE A); END ANCHOR ASSEMBLY
(TYPE SFT); ALTERNATIVE FLARED TERMINAL SYSTEM; CONCRETE BARRIER (TYPE 742); 4”
THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY); 4” THERMOPLASTIC TRAFFIC
STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 12-3); 4” THERMOPLASTIC TRAFFIC STRIPE
(ENHANCED WET NIGHT VISIBILITY) (BROKEN 36-12); PAVEMENT MARKER (RETROREFLECTIVE);
MOBILIZATION.
J.F. Shea Construction, Inc. is a union signatory contractor. Subcontractors must possess a current contractor’s
license, insurance coverage and worker’s compensation for the entire length of the contract. All subcontractors
will be required to sign our standard Subcontract Agreement. 100% payment and performance bonds may be
required. Please call if you need assistance in obtaining insurance, bonding, equipment, materials and/or supplies.
Plans and specifications can be viewed at our office located at 17400 Clear Creek Road, Redding, CA 96001
or call for any additional needed project information. J.F. Shea Construction Inc. intends to work cooperatively
with all qualified firms seeking work on this project. We are an equal opportunity employer and will work with
any interested subcontractor to identify opportunities to break items into economically feasible packages. Women
and Minority Employees are encouraged to apply.
J.F. SHEA CONSTRUCTION, INC.
P.O. Box 494519, Redding, CA 96049
Phone: (530) 246-4292 • Fax: (530) 246-9940
VALENTINE CORPORATION
111 P e l i c a n Wa y, S a n R a f a e l , C A 9 4 9 0 1
Request for Qualified MBE/WBE/DBE/DVBE/SBE/UDBE
Subcontractors and/or Suppliers for the Following Project:
EMBANKMENT RESTORATION ALONG LINE G IN FREEMONT
PROJECT NO. FC-6-M-131 - FREEMONT
BID DATE/TIME: JANUARY 8, 2015 @ 2:00 PM
Please respond by: JANUARY 8, 2015 @ 1:00 pm
Valentine Corporation will be bidding the above referenced project as a general contractor. Your
firm is invited to submit a sub bid in your area of expertise. Plans and specifications are
available in our office for review. Our estimating team will be available before the date of the
bid should you have any questions or require technical assistance. Areas of work that we require
sub bids for are as follows: Requesting MBE/WBE/DBE/DVBE/SBE/UDBE Subcontractors
and/or Suppliers For, But Not Limited To: WPCP, Temp Erosion Control, Street Sweeping,
Trucking, Landscape, Hydroseed, CL Fencing. We look forward to receiving your written
quotation via facsimile on or before the date of bid. It is the policy of Valentine Corporation
to encourage the utilization of MBE/WBE/DBE/DVBE/UDBE firms at all levels of
construction contracting.
Valentine Corporation may require a Performance and Payment Bond. If so, the bond
premium will be paid for by Valentine Corporation. We will contact you prior to the date of
the bid to discuss this project with you.
For more information regarding this project call:
Va l e n t i n e C o r p o r a t i o n • L i s a D a v i s
Phone 415-453-3732 ext. #10 • Fax 415-457-5820
E q u a l
O p p o r t u n i t y
E m p l o y e r
REQUEST FOR DBE Subcontractors and Suppliers for:
Hwy 80, 580 Overlay Oakland - Caltrans #04-4H2214
BID DATE: JANUARY 15, 2015 @ 2:00 PM
We are soliciting quotes for (including but not limited to):
Trucking, Lead Compliance Plan, Construction Area Signs, Traffic Control System, Portable Changeable
Message Sign, Water Pollution Control Program, Sweeping, Treated Wood Waste, Noise Monitoring, Adjust
Inlet, Cold Plane AC, Clearing & Grubbing, Roadway Excavation (Type Z-2, Aerially Deposited Lead),
Shoulder Backing, Structure Excavation (Type Z-2, Aerially Deposited Lead), Fiber Weed Control Mat,
Rolled Erosion Control Product, Hydromulch, Fiber Rolls, Hydroseed, Rapid Strength Concrete Base,
Lean Concrete Base Rapid Setting, Base Bond Breaker, High Friction Surface Treatment Epoxy Resin,
Prepaving Inertial Profiler, AC Dike, Geosynthetic Pavement Interlayer, Rumble Strip, Data Core, Tack
Coat, Jointed Plane Concrete Pavement (RSC), Drill and Bond (Dowel Bar), Isolation Joint Seal, Grind
Concrete Pavement, Structural Concrete (Approach Slab), Minor Concrete, Joint Seal, Panel Sign, Roadside
Sign, Misc. Iron & Steel, Delineator, Object Marker, Midwest Guardrail System, Vegetation Control,
Transition Railing, Crash Cushion, Concrete Barrier, Striping & Marking, Electrical, Traffic Operation
System and Construction Materials.
O.C. Jones & Sons, Inc.
G R I F F I T H C O M PA N Y
REQUESTING SUB-BIDS ON ALL TRADES
From Qualified DBE Subcontractors & Suppliers
DBE Goal: 10% F o r t h e f o l l o w i n g p r o j e c t :
CALTRANS - CONSTRUCTION ON STATE HIGHWAY IN KERN COUNTY IN
TEHACHAPI AT SUMMIT OVERHEAD - PROJECT NO. 06-0N5604
SCOPE OF WORK: Lead Compliance Plan, Construction Area signs, Traffic Control System,
Portable Changeable Message Signs, SWPPP, Concrete Washout, Remove Thermoplastic
Stripe, Treated Wood Waste, Remove Thermoplastic Pavement Marking, Remove Roadside
Sign, Road Ex, Hydromulch, Straw, Hydroseed, Compost, Class II Agg sub Base, Class II Agg
Base, HMA (Type A), Tack Coat, Continuously Reinforced Concrete Pavement (Rapid Strength
Concrete, Terminal Joint - Type A), Single Sheet Aluminum Sign, Roadside Sign, Minor
concrete, Striping, Markings, Pavement Markers, Electrical, Trucking
B I D S : J A N U A R Y 2 1 , 2 0 1 5 AT 2 : 0 0 P M
B I D S D U E : J A N U A R Y 2 1 , 2 0 1 5 AT 2 : 0 0 P M
Plans & Specs are available for review from 7:00 am - 5:00 pm
Monday through Friday at:
G R I F F I T H C O M PA N Y
1 5 2 0 F o u r t h S t . , B e r k e l e y, C A 9 4 7 1 0
510/526-3424 • Fax 510/526-0990
Contact: Jean Sicard
An Equal Opportunity Employer
11 2 8 C a r r i e r P a r k w a y A v e n u e , B a k e r s f i e l d , C A 9 3 3 0 8
Phone: (661) 392-6640 • Fax (661) 393-9525
C o n t a c t : S T E V E D E V E R S , E S T I M AT O R
100% Performance & Payment Bonds may be required. Worker’s Compensation Waiver of Subrogation required.
Please call OCJ for assistance with bonding, insurance, necessary equipment, material and/or supplies. OCJ
is willing to breakout any portion of work to encourage DBE Participation. Plans & Specs are available for
viewing at our office or through the Caltrans web site at www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php.
1 0 0 % B O N D I N G M AY B E R E Q U I R E D F O R A L L S U B C O N T R A C T O R S .
A S S I S TA N C E AVA I L A B L E I N O B TA I N I N G B O N D S , L I N E S O F C R E D I T, I N S U R A N C E ,
N E C E S S A R Y E Q U I P M E N T & T E C H N I C A L A S S I S TA N C E . G R I F F I T H C O M PA N Y I N T E N D S
T O C O N D U C T I T S E L F I N “ G O O D FA I T H ” W I T H D B E F I R M S R E G A R D I N G
PA R T I C I PAT I O N O N T H I S P R O J E C T.
(AN EQUAL OPPORTUNITY EMPLOYER)
REQUEST FOR QUALIFIED DBE SUBCONTRACTORS & SUPPLIERS FOR:
Balfour Beatty Infrastructure, Inc. (BBII)
COUNTY OF TRINITY DEPARTMENT OF TRANSPORTATION
WILDWOOD ROAD BRIDGE 5C-86 REPLACEMENT PROJECT IN TRINITY COUNTY
CONTRACT #15-BRIDGE-01 - Engineer’s Estimate: $3,281,000.00
BID DATE: 1/8/2015 @ 4:00 PM
GOAL: 3.5% DBE
PIER E - TERMINAL CONTAINER YARD/INTERMODAL RAILYARD PHASE 2
LOCATED IN THE CITY OF LONG BEACH
SPECIFICATION NO. HD-S2367
OWNER: PORT OF LONG BEACH
BID DATE: TUESDAY, JANUARY 27, 2015 @ 10:00 AM
J.F. Shea Construction is requesting quotes from all qualified subcontractors and suppliers including certified
DBE firms for all items of work, including but not limited to: Lead Compliance Plan; Temporary Resident
Engineers Office; Progress Schedule (Critical Path Method); Construction Area Signs; Traffic Control System;
Channelizer (Surface Mounted); Portable Changeable Message Sign (EA); Temporary Railing (Type K);
Temporary Alternative Crash Cushion (Narrow); Construction Site Management; Prepare Storm Water
Pollution Prevention Plan; Rain Event Action Plan; Storm Water Sampling and Analysis Day; Visual Storm
Water Inspection Day; Temporary Hydraulic Mulch; Temporary Fiber Roll; Temporary Construction Entrance;
Street Sweeping; Temporary Concrete Washout; Water Quality Sampling and Analysis Day; Asbestos
Compliance Plan; Temporary Fence (Type ESA); Health and Safety Plan; Obliterate Surfacing; Remove
Fence (Type WM); Remove Roadside Sign; Reconstruct Mailbox; Relocate Roadside Sign One Post; Cold
Plane Asphalt Concrete Pavement; Clearing and Grubbing; Develop Water Supply; Roadway Excavation;
Imported Borrow (CY); Weed Control Mat (Fiber); Rolled Erosion Control Product (Blanket); Rolled Erosion
Control Product (Netting); Riparian Wetland and Upland Mitigation; Duff; Hydromulch; Fiber Rolls; Compost;
Incorporate Materials; Temporary Aggregate Base (Class 2); Class 2 Aggregate Base (CY); Temporary Hot
Mix Asphalt (Type A); Hot Mix Asphalt (Type A); Place Hot Mix Asphalt Dike (Type F); Place Hot Mix Asphalt
(Misc Area) Overside Drain; Roadside Sign - One Post; 18” Reinforced Concrete Pipe; 18” Concrete Flared
End Section; Rock Slope Protection (4T, Method A) (CY); Rock Slope Protection (No. 2, Method B) (CY);
Rock Slope Protection Fabric (Class 8); Rock Slope Protection Fabric (Class 10); Guard Railing Delineator;
Delineator (Class 1); Object Marker (Type P); Metal Beam Guard Railing (Wood Post); Recommended TIntersection MBGR System; Alternative Flared Terminal System; Transition Railing (Type WB); 4” Thermoplastic
Traffic Stripe (Yellow); 6” Thermoplastic Traffic Stripe (White); 6” Thermoplastic Traffic Stripe (White, Broken
8-4); 4” Thermoplastic Traffic Stripe (Yellow, Broken 17-7); Type D Two-Way Pavement Marker (Retroreflective);
Prepare Concrete Bridge Deck Surface; Treat Bridge Deck; Furnish Bridge Deck Treatment Material; Bridge
Removal; Bridge Removal (Portion); Structure Excavation (Bridge); Structure Excavation (Type D); Structure
Excavation (Rock); Structure Backfill (Bridge); Prestressing Cast-In-Place Concrete; Structural Concrete,
Bridge Footing; Structural Concrete, Bridge; Structural Concrete, Approach Slab (Type N Modified); Joint
Seal (MR 1 1/2”); Bar Reinforcing Steel (Bridge); Bar Reinforcing Steel (Epoxy Coated); Tubular Handrailing
(Modified); California ST-10 Bridge Rail (Modified); Mobilization (10%).
J.F. Shea Construction, Inc. is a union signatory contractor. Subcontractors must possess a current contractor’s
license, insurance coverage and worker’s compensation for the entire length of the contract. All subcontractors
will be required to sign our standard Subcontract Agreement. 100% payment and performance bonds may
be required. Please call if you need assistance in obtaining insurance, bonding, equipment, materials and/or
supplies. Plans and specifications can be viewed at our office located at 17400 Clear Creek Road, Redding,
CA 96001 or call for any additional needed project information. J.F. Shea Construction Inc. intends to work
cooperatively with all qualified firms seeking work on this project. We are an equal opportunity employer
and will work with any interested subcontractor to identify opportunities to break items into economically
feasible packages. Women and Minority Employees are encouraged to apply.
J.F. SHEA CONSTRUCTION, INC.
P.O. Box 494519, Redding, CA 96049
Phone: (530) 246-4292 • Fax: (530) 246-9940
An Equal Opportunity Employer
BBII is interested in soliciting in Good Faith for all subcontractors and suppliers; in addition
all SBE/MBE/DBE/WBE/DVBE firms are encouraged to submit quotations for: AC Paving,
Aggregates, Ballast, Cement Treated Base, CIDH Piling, CIP Concrete, Compressed Air Piping,
Concrete Supply, Concrete Barriers, Contaminated Waste Removal, Crane Rail, Crushed Stone,
Curb & Gutter, Demolition & Removal, Drainage, Earthwork & Grading, Electrical Trenching,
Environmental Protection, Erosion Control, Fencing & Gates, Fiberglass Reinforced Plastic
Products, Geosynthetics, K-Rail, Metal Stairs, Minor Concrete, Misc. Metals, Misc. Aluminum,
Paint & Coatings, Panel Signage, Pavement Recycling, Pavement Striping & Markers, PCC
Paving, Pipe & Tubing, Portable Truck Mounted Guard Booth, Precast Concrete, Precast
Concrete Ties, Pre-Fabricated Buildings, Pre-Fabricated Truckers Booth, QA/QC, Railroad
Steel Track, Roller Compacted Concrete Paving, Reinforcing Steel, Reefer Racks, Steel
Decking, Structural Steel, Track Hardware, Trackwork, Trucking, Water Distribution Systems.
BBII is signatory to the Operating Engineers, Laborers, Cement Masons and Carpenters Unions. Please
call for bonding and insurance assistance. Subcontractors should expect to sign the standard BBII
subcontract form and provide a waiver of subrogation. It is the Subcontractors’ responsibility to read
the Plans and Specs and to acknowledge all Addenda in their Scope and Quotes. Quotations must be
valid for the same duration as specified by the Owner for contract award. Conditions or exceptions in
Subcontractor’s quote are expressly rejected unless accepted in writing. Subcontractor scope
(including any conditions or exceptions) is required 48 hours prior to bid deadline to allow proper
evaluation.
In order to assist SBE/VSBE/DBE Contractors and suppliers, we will divide total requirements into
smaller tasks or quantities, and if necessary, adjust schedules to permit maximum participation.
Interested subcontractors are required to indicate all lower-tier SBE/VSBE/DBE participation offered
on our quotation.
Contract Specifications and Plans are available for viewing at BBII’s offices by appointment. For your
convenience, you may also view and download plans by following this link maintained by BBII:
https://secure.smartbidnet.com/External/PublicPlanRoom.aspx?ld=152304&i-1. For questions,
contact Ural Yal at 909-770-7020 or by e-mail: [email protected].
BALFOUR BEATTY INFRASTRUCTURE, INC.
(A Union/Prevailing Wage Equal Opportunity Employer)
1050 Lakes Drive, Suite 200, West Covina, CA 91790
Phone: 909-770-7020 • Fax: 909-770-7021
License No. 664318
R E Q U E S T F O R Q U A L I F I E D / C E RT I F I E D D B E S U B C O N T R A C TO R S / S U P P L I E R S
C A LT R A N S C O N T R A C T # 0 4 - 4 A 0 9 0 4
TROUTDALE CREEK BRIDGE REPLACEMENT ON HWY 29
I N N A PA C O U N T Y, N O RT H O F C A L I S TO G A , C A ( D B E G o a l 11 % )
B I D D AT E : J A N U A RY 2 1 , 2 0 1 5 AT 2 : 0 0 P M
Items of work available, but not limited to: CAS/Roadway Signs, Bridge Demolition, Clear & Grub, Erosion
Control, Landscaping/Irrigation, AC Paving, Cold Plane AC, Drilled Pile, Joint Seal Assembly, Rebar,
Painting/Concrete Stain, AC Dike/Curbs, Underground Utilities, Fencing, Metal Railing, MBGR, Bridge
Concrete Barrier, Striping, Electrical (Temp. Signal System), Minor Concrete, Furnish & Erect Precast Girders,
Earthwork, Aggregates (RSP/Backing, Structural Backfill, Imported Borrow, Soil Amendment, Class 2 & 3
Perm Material), Structural Steel Sections, Ready Mix, Concrete Pumping, Underground Pipe Products (12”
CSP, 18”/24” Alt Pipe Culvert), Misc. Iron & Steel, Misc. Metals, Trucking, SWPPP Plan, SWPPP Materials,
Lead Compliance Plan, Geotextile Materials, Timber Lagging, Paving Oil, Bridge Bearing/Pads, Formliner,
Street Sweeping, Traffic Control, Temp. Concrete Washouts and Temp. Active Treatment System.
Non-DBE Subs/Suppliers: You will be expected to carry a proportionate percentage of 2nd-tier DBE goal
participation with your quote. 2nd-tier DBE goal participation will be evaluated with your price.
Here is the link to the FREE Plans and Specs:
http://www.dot.ca.gov/hq/esc/oe/project_ads_addenda/04/04-4A0904/.
Performance & Payment Bonds by admitted surety, naming prime contractor as the obligee, in full amount
of the subcontractor’s bid, subject to approval by Flatiron required. Bonding and insurance assistance is
available. Flatiron will pay bond premium up to 2.0%. Worker’s Compensation Waiver of Subrogation
required. Please contact Flatiron for any bonding and insurance needs, or if any other assistance is needed
to facilitate your participation this project. Flatiron is signatory to the Operators, Laborers, Carpenters,
Cement Masons, Pile Drivers & Iron Workers Unions. Quotations must be valid for same duration as
specified by owner for contract award. Plans and specs are available for free download on-line at CIPlist.com
or for viewing in Flatiron’s Benicia office. Please call for an appointment to view in our office or locating
on-line. Please contact Lillian Simon at [email protected]. Quotes can be sent directly to our
BID FAX at 707-746-1603.
F L AT I R O N W E S T I N C .
2100 Goodyear Rd., Benicia, CA 94510
Phone (707) 742-6000
Fax (707) 746-1603
An Equal Opportunity Employer
Griffith Company/Railworks Track Services, Inc. (Joint Venture)
is seeking 27% and 5% VSBE Subs and Suppliers for the following project:
PORT OF LONG BEACH - PIER E TERMINAL CONTAINER YARD/INTERMODAL
RAILYARD PHASE 2 AT LONG BEACH, CALIFORNIA
SPECIFICATION: HD-S2367
BID DATE: JANUARY 27, 2015
BID TIME: 10:00 AM
SUBS AND SUPPLIERS NEEDED FOR, BUT NOT LIMITED TO: SCHEDULING, SWPPP,
DEMOLITION, EXCAVATION AND COMPACTION, EXPORT TRUCKING, HAULING OF
HAZARDOUS WASTE, STORM DRAIN, WATER SYSTEM, LAYERING ASPHALT PAVING,
ASPHALT MATERIAL, ASPHALT OIL, CONCRETE PAVING, CONCRETE MATERIAL,
CONCRETE STRUCTURES, COMPRESSED AIR PIPING, RE-ENGINEERED BOOTHS,
STRUCTURAL STEEL, FENCING, MINOR CONCRETE CONSTRUCTION PAVEMENT
MARKINGS AND WHEEL STOPS, RETAINING WALLS, REINFORCED EARTH SLOPE,
GUARD RAIL, ASBESTOS PIPE REMOVAL, CEMENT TREATED BASE, TIRE RUBBER
MODIFIED SLURRY SEAL, SITE LIGHTING, PLACE BASE MATERIAL, EQUIPMENT
RENTAL, CONSTRUCTION TRAILER.
GRIFFITH COMPANY/RAILWORKS TRACK SERVICES, INC.
(JOINT VENTURE)
Jason Spear
(562) 929-1128 • Fax (562) 864-7938
12200 Bloomfield Ave., Santa Fe Springs, CA 90670
G r i f f i t h C o m p a n y / R a i l w o r k s Tr a c k S e r v i c e s , I n c . ( J o i n t Ve n t u r e ) i s a n E q u a l O p p o r t u n i t y
E m p l o y e r. A s s i s t a n c e i s a v a i l a b l e i n o b t a i n i n g b o n d s , l i n e s o f c r e d i t , i n s u r a n c e o r o t h e r
technical information. Plans available from owner or are available for review at our office in
S a n t a F e S p r i n g s p r i o r t o b i d d a y. P l e a s e c o n t a c t o u r o f f i c e a t 5 6 2 - 9 2 9 - 11 2 8 f o r m o r e
information. Certification must be faxed to 562-864-7938.
1 2 2 1 N . M o n d e l D r.
Gilbert, AZ 85233
Ph: 480-921-4079
Fax: 480-921-3506
G & G Specialty Contractors, Inc.
WE ARE REQUESTING PROPERLY CERTIFIED MBE/WBE/DBE/DVBE/SBE/UDBE
SUBCONTRACTORS AND/OR SUPPLIERS FOR THE FOLLOWING:
CITY OF INGLEWOOD - RESIDENTIAL SOUND INSULATION PROGRAM
PHASE XI, GROUP 18-J - VARIOUS LOCATIONS
PROJECT NO. RSI-224
BID OPEN DATE: JANUARY 14, 2015 - 11:30 AM
Please respond by: January 9, 2015 - 2:00 pm
NEED ALL SUBCONTRACTOR BIDS BY 1/13/15 @ 10:00 AM
Assistance is available in obtaining bonds, lines of credit, insurance, and technical
support. Assistance is also available in obtaining necessary equipment, supplies,
and materials.
Please send quote to:
G&G Specialty Contractors, Inc.
Contact: Bill Roberts
1221 N. Mondel Dr., Gilbert, AZ 85233
Phone: (480) 921-4079 x107 • Fax (480) 921-3506
Arizona License #KB-1 181092; California License #B839072
A N E Q U A L O P P O RT U N I T Y E M P L O Y E R
OHL USA, INC.
REQUESTING SUB-BIDS ON ALL TRADES
From Qualified DBE Subcontractors & Suppliers
DBE Goal: 8.86%, For the following SANDAG project:
NO. 50070000, CIP 1201507
SR-15 MID-CITY BUS RAPID TRANSIT (BRT) PROJECT
dhe SR-15 Mid-City BRT project consists in general of the addition of bus rapid transit (BRT) stations in the median
along SR-15 at University Avenue and El Cajon Boulevard. The work to be performed includes construction of BRT
lanes, station platforms, and plaza bridge entrances and ramp intersection improvements at El Cajon Boulevard
and University Avenue.
SCOPE OF WORK: Construction Site Management, Storm Water Pollution Plan, Street Sweeping, Construction
Area signs, Traffic Control System, Type III Barricade, Fencing, Portable Delineator, Temporary Pavement Marking,
Temporary Traffic Stripe, Channelize, Temporary Railing, Portable Changeable Message signs, Temporary Crash
Cushion Module, Metal Beam Guard Railing, Roadside Signs, Abandon Culvert, Cold Plane Concrete Pavement,
Remove Concrete (Structure), Concrete Barrier, Bridge Removal, Clearing and Grubbing, Roadway Excavation,
Develop Water Supply, Structure Excavation (Bridge), Structure Excavation (Retaining Wall), Structure Backfill,
Sand Backfill, Rock Blanket, Erosion Control, Fiber Rolls, Class 2 Aggregate Base, Hot Mix Asphalt, Place Hot Mix
Asphalt Dike, Tack Coat, Concrete Pavement, Seal Pavement Joint, Furnish & Drive Steel Pile, CIDH Concrete
Piling, Prestressing CIP Concrete, Structural Concrete (Bridge), Structural Concrete (Retaining Wall), Structure
Concrete, Minor Concrete, Joint Seal Assembly, Joint Seal, Bar Reinforcing Steel (Bridge), Bar Reinforcing Steel
(Retaining Wall), Furnish & Install Sign Structure, Furnish Laminated Panel, Furnish Single Sheet Aluminum Sign,
Roadside Sign, Alternative Pipe Culvert, Reinforced Concrete Pipe, Corrugated Steel Pipe, Welded Steel Pipe
Casing, Rock Slope Protection, Minor Concrete, Rock Slope Protection Fabric, Miscellaneous Metal, Miscellaneous
Iron and Steel, Bridge Deck Drainage System , Chain Link Fence, Pipe Handrail, Cable Railing, Transition Railing,
Terminal System, Crash Cushion, Concrete Barrier, Thermoplastic Pavement Marking, Thermoplastic Traffic Stripe,
Paint Traffic Stripe, Pavement Marker, Signal & Lighting, Lighting & Sign Illumination, Fiber Optic Conduit,
Electric Service (Irrigation, Traffic Monitoring Station) Closed Circuit TV System, Ramp Metering System Slope
Inclinometer, Landscape and Irrigation, Elevator, Elevator Building, Canopy, Benches & Trash Bins, Ticket Vending
Machines, Sound Wall Artful Panels.
BIDS: WEDNESDAY, JANUARY 28, 2015 UNTIL 2:00 PM
BIDS DUE ON OR BEFORE: JANUARY 28, 2015 BY 1:00 PM
Plans & Specs are available at OHL offices from 7:00 am - 5:00 pm, Monday through Friday at:
OHL USA, INC. is an AAE/EOE
1920 Main St., Suite 310, Irvine, CA 92614
Phone: 949-242-4432 • Fax: 949-231-1255/949-231-1256
Or anytime at the Caltrans Link below:
https://www.dropbox.com/sh/210/jcrtbw32844x/AAD_AQdWxrlfvdTV1NATN4S_a?dl=0
Contact: Estimating Department. - Bill Grauten
100% BONDING MAY BE REQUIRED FOR ALL SUBCONTRACTORS. ASSISTANCE AVAILABLE IN OBTAINING
BONDS, LINES OF CREDIT, INSURANCE, NECESSARY EQUIPMENT & TECHNICAL ASSISTANCE.. OHL USA, INC.
INTENDS TO CONDUCT ITSELF IN “GOOD FAITH” WITH ALL CATEGORIES OF DISADVANTAGED, SMALL,
MINORITY AND WOMEN FIRMS REGARDING PARTICIPATION ON THIS PROJECT. THEREFORE PLEASE SEND
YOUR CERTIFICATIONS PRIOR TO QUOTES.
PLEASE RESPOND BACK VIA EMAIL or FAX (include Contractor number and ANY DISADVANTAGE CERTIFICATE and/or
applicable certifications issued and validated by pertinent agencies)
EMAIL: Bill Grauten at [email protected], FAX: (949) 231-1255/(949) 231-1256
HMS CONSTRUCTION, INC.
2 8 8 5
S c o t t
S t r e e t ,
V i s t a ,
C A
9 2 0 8 1
PROJECT:
CITY OF EL CAJON - TRAFFIC SIGNAL HEAD UPGRADES CITY WIDE
PROJECT NO. HISPL 5207 (033)
SAN DIEGO, CA
BID DATE/TIME: JANUARY 22, 2015 @ 2:00 PM
Please respond by: January 21, 2015 @ 12:00 pm
HMS CONSTRUCTION, INC. is requesting sub bids from qualified
DBE/WBE/MBE/DVBE/UDBE/OBE/ELBE/SLBE firms. HMS CONSTRUCTION, INC. will
n e g o t i a t e w i t h q u a l i f i e d f i r m s f o r q u o t e s t o p r o v i d e Tr a f f i c C o n t ro l & M a n u f a c t u r i n g
Tr a f f i c S i g n a l C o m p o n e n t s .
HMS CONSTRUCTION, INC. can provide assistance in obtaining necessary equipment,
technical assistance or information related to the plans, supplies/materials, lines of credit,
bonds, and/or insurance.
P l a n s a n d s p e c s a r e a v a i l a b l e a t o u r o ff i c e a t 2 8 8 5 S c o t t S t r e e t , Vi s t a , C A 9 2 0 8 1 .
HMS CONSTRUCTION, INC.
Contact: Ron Schneider
( 7 6 0 ) 7 2 7 - 9 8 0 8 x 2 3 6 • FA X ( 7 6 0 ) 7 2 7 - 9 8 0 6
E q u a l
O p p o r t u n i t y
E m p l o y e r
1 6 7 0 0 Va l l e y V i e w Av e .
Suite 100
La Mirada, CA 90638
ENCORP
REQUEST FOR QUALIFIED MBE/WBE/OBE
Subcontractors and/or Suppliers
RFP: AS-NEEDED ENVIRONMENTAL TESTING, INSPECTION,
AND MONITORING SERVICES
COUNTY OF LOS ANGELES - DEPARTMENT OF PUBLIC WORKS
LOS ANGELES COUNTY
BID DATE/TIME: JANUARY 27, 2015 - 2:00 P.M.
P l e a s e r e s p o n d b y : F r i d a y, J a n u a r y 2 3 , 2 0 1 5 - 1 : 0 0 p . m .
We are seeking sub-bids from MBE/WBE/OBE subcontractors, and material and/or
equipment suppliers in the areas of work included in, but not limited to, those listed:
Asbestos, Lead, Microbial Laboratories, Asbestos Consulting Technicians, DCPH Lead
Professionals, Copy and Binding, Custodial Services, Office Supplies.
For more information:
encorp
Contact: William Bohning
P h o n e : ( 7 1 4 ) 5 2 3 - 9 8 11 • F a x : ( 7 1 4 ) 5 2 3 - 9 8 1 0
an equal opportunity employer
D i g I t C o n s t r u c t i o n , I n c . , a n e q u a l o p p o r t u n i t y e m p l o y e r, i s re q u e s t i n g s u b c o n t r a c t o r s
& s u p p l i e r s i n c l u d i n g D B E c e r t i f i e d f i r m s f o r t h e f o l l o w i n g p ro j e c t :
Gallagher & Burk, Inc.
PLACE HMA WITH REPLACE AC SURFACING IN PLUMAS COUNTY NEAR
CRESCENT MILLS FROM 0.2 MILE SOUTH OF STAMPFI LANE TO 0.1 MILE
NORTH OF SOUTH GREENVILLE OVERHEAD - CALTRANS #02-4G9604
BID DATE: JANUARY 21, 2015
Please respond by: January 20, 2015
Gallagher & Burk# Inc' is preparing a bid as a Prime Contractor
for the project listed below:
Bids are needed for the following items: Lead Compliance Plan, Construction Area Signs,
Traffic Control System, Portable Message Boards, Job Site Management, Prepare Water
Pollution Control Program, Treated Wood Waste, Remove Marker, Remove Guardrail, Remove
Thermoplastic Pavement Marking, Remove Pavement Marker, Reconstruct Guardrail, Furnish
Rail Element, Reconstruct Guardrail (7’ Post), Cold Plane Asphalt Concrete Pavement,
Shoulder Backing, Replace Asphalt Concrete Surfacing, hot Mix Asphalt (Type A), Data core,
Tack Coat, Delineator (Class 1), Object Marker (Type L-1), End Anchor Assembly (Type SFT),
Alternative In-line Terminal System, Alternative Flared Terminal System, Thermoplastic
Pavement Marking, Thermoplastic Traffic Stripe (Sprayable), and Traffic Count Station.
If you are a Certified DBE firm and would like to provide us with a quote, we encourage you to do
so. If you are DBE certified and need assistance with bonding, insurance, line of credit, equipment,
supplies, materials and/or services please contact our office at the location and or the phone
number listed below.
Plans, specs and contract requirements for this project can be viewed at the Shasta Builder’s
Exchange, on the Caltrans dot.ca.gov web site or at our office located at 803 Lorraine Drive,
Chester, CA 96020. If you have any questions regarding this project or providing us with a quote
please contact our office at 530-258-3306.
F o r m o re i n f o r m a t i o n p l e a s e c o n t a c t :
Dig It Construction, Inc.
Roger Henry
Mailing: P.O. Box 494, Chester, CA 96020
803 Lorraine Dr., Chester, CA 96020
Phone: (530) 258-3306 • Fax: (530) 258-4246
A.M. STEPHENS CONST. CO., INC.
REQUEST FOR QUALIFIED
MBE/WBE/DBE/DVBE/SBE/UDBE
Subcontractors and/or Suppliers For the Following:
C I T Y O F L O D I - 2 0 1 5 G R A P E L I N E B U S S TO P
A C C E S S I B I L I T Y A N D S H E LT E R I M P R O V E M E N T S
LODI, CALIFORNIA
B I D D AT E / T I M E : W E D N E S D AY, J A N U A RY 1 4 , 2 0 1 5 @ 11 : 0 0 A M
P l e a s e re s p o n d b y : J a n u a r y 1 3 , 2 0 1 5
BONDING INFO.
PLANS & SPECS. IN OUR OFFICE.
A . M . S T E P H E N S C O N S T. C O . , I N C .
Contact:
Geoff Dean
P. O . B O X 1 8 6 7 • L O D I , C A 9 5 2 4 1
Phone (209) 333-0136 • Fax (209) 333-0993
E Q U A L
O P P O R T U N I T Y
E M P L O Y E R
GRANITE
Services Needed: Granite Construction Company (Granite) is requesting quotes from all
qualified subcontractors and suppliers including certified DBE/MBE/WBE/SBE firms for the
following items of work, including but not limited to: roadway construction, 12kv
electrical, erosion control, site demolition, electrical demolition, trucking, asphalt paving,
HVAC systems, electrical and instrumentation, SWPPP measures, structural steel and
misc iron, dewatering, shoring, lime treat soils, waterproofing, underdrain, storm drain,
welded steel pipe, concrete structures, QC, survey, GCL, shotcrete, RCC, valves and
instrumentation and controls, power and lighting. 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.
FLOW EQUALIZATION PROJECT
SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT - CONTRACT #4205
BID DATE/TIME: FEBRUARY 5, 2015/2:00 P.M.
P.O. Box 15287
Sacramento, CA 95851
Phone: (916) 855-4400
Fax: (916) 369-0429
Contact: Scott Hennessy
Requirements: Granite Construction Company (Granite) is signatory to Operating Engineers,
Laborers, Teamsters, Cement Masons and Carpenters unions. 100% performance and payment
bonds may be required for the full amount of subcontract price. Granite will pay for bond
premium up to 1.5%. Subcontractors must possess a current contractor’s license, insurance
and worker’s compensation coverage meeting Granite’s requirements and will be required to
sign the standard Granite Subcontract Agreement. A copy of the insurance requirements and
agreement can be obtained by contacting the estimator. 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 in this project.
Plans and specifications are available for viewing at our office located at 4001 Bradshaw
Road, Sacramento, CA.
An Equal Opportunity Employer
GRANITE
Services Needed: Granite Construction Company (Granite) is requesting quotes from all
qualified subcontractors and suppliers including certified DBE/MBE/WBE/SBE firms for the
following items of work, including but not limited to: site preparation, roadway
construction, utility installation & demolition, installation & demolition of fencing,
installation of 12KV electrical system, construction well, building demolition &
construction, mechanical and plumbing, electrical demolition, trucking, striping &
signage, hydroseeding & SWPPP measures, concrete flatwork, asphalt paving, cold milling
and HVAC systems. 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.
SITE PREPARATION PROJECT
SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT - CONTRACT #4206
BID DATE/TIME: FEBRUARY 10, 2015/2:00 P.M.
P.O. Box 15287
Sacramento, CA 95851
Phone: (916) 855-4400
Fax: (916) 369-0429
Contact: Sean Carnahan
Requirements: Granite Construction Company (Granite) is signatory to Operating Engineers,
Laborers, Teamsters, Cement Masons and Carpenters unions. 100% performance and payment
bonds may be required for the full amount of subcontract price. Granite will pay for bond
premium up to 1.5%. Subcontractors must possess a current contractor’s license, insurance
and worker’s compensation coverage meeting Granite’s requirements and will be required to
sign the standard Granite Subcontract Agreement. A copy of the insurance requirements and
agreement can be obtained by contacting the estimator. 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 in this project.
Plans and specifications are available for viewing at our office located at 4001 Bradshaw
Road, Sacramento, CA.
An Equal Opportunity Employer
PAVING & GRADING CONTRCTORS • LICENSE NO. 141140A
800 HIGH STREET • P'O' BOX 3--3 • OAKLAND# CA <0.+*
PROJECT: CITY OF HAYWARD CONSTRUCTION ON I-880/SR-92 RELIEVER ROUTE
- PHASE 1 PROJECT WHITESELL ST WIDENING - BREAKWATER AVE TO
ENTERPRISE AVE, WHITESELL ST EXTENSION - ENTERPRISE AVE DEPOT ROAD,
W. WINTON AVE/HESPERIAN BLVD INTERSECTION IMPROVEMENTS HESPERIAN
BLVD/MIDDLE LANE/SOUTHLAND DR SIGNAL MODIFICATION WB & EB ROUTE
92/CLAWITER RD OFF-RAMP INTERSECTION IMPROVEMENTS
CITY PROJECT NO. 5197, ALAMEDA CTC PROJECT NO. 615
OWNER: CITY OF HAYWARD - CITY CLERK, FOURTH FLOOR
777 “B” Street, Hayward, CA 94541
ESTIMATOR: STEVE LIPPIS
BID DATE: JANUARY 13, 2015 @ 2:00 P.M.
We hereby encourage responsible participation of local Business Enterprises, and solicit their
subcontractor or materials and/or suppliers quotation for the following types of work including but not
limited to: AC DIKE, CLEARING AND GRUBBING, CPM SCHEDULING CONSULTANT,
ELECTRICAL, PERMANENT EROSION CONTROL, TEMPORARY EROSION CONTROL, FENCING,
GUARDRAIL, LANDSCAPING, LIME TREATMENT, MINOR CONCRETE, MINOR CONCRETE
STRUCTURE, ROADSIDE SIGNS, SHEET PILING, SOUNDWALL (MASONRY), STRIPING,
SURVEY/STAKING, SWPPP PREP/CONSTRUCTION SITE MANAGEMENT, UNDERGROUND,
VEGETATION CONTROL, WELL DRILLING & SEALING, TRUCKING, WATER TRUCKS, STREET
SWEEPING, CLASS 2 AGGREGATE BASE MATERIAL, CLASS 4 AGGREGATE BASE MATERIAL,
HOT MIX ASPHALT (TYPE A MATERIAL).
*++= Performance and Payment Bonds may be required for full amounts of the subcontract
price' Surety company will have to be approved by Gallagher & Burk# Inc' Gallagher & Burk#
Inc' will pay bond premium up to -=' Subcontractors must possess current insurance and
worker’s compensation coverage meeting Gallagher & Burk# Inc'’s requirements' Please call if
you need assistance in obtaining bonding# insurance# equipment# materials and/or supplies'
Plans and specifications are available for review at our office'
For more information regarding this project call:
GALLAGHER & BURK# INC'
PHONE )*+/-.*/+0.. • FAX )*+/-.*/+034
E q u a l
O p p o r t u n i t y
E m p l o y e r
D i g I t C o n s t r u c t i o n , I n c . , a n e q u a l o p p o r t u n i t y e m p l o y e r, i s re q u e s t i n g s u b c o n t r a c t o r s
& s u p p l i e r s i n c l u d i n g D V B E c e r t i f i e d f i r m s f o r t h e f o l l o w i n g p ro j e c t :
HMA THIN BLANKET OVERLAY W/REPLACE AC SURFACING IN LASSEN
COUNTY NEAR MADELINE FROM 3.8 MILES NORTH OF ASH VALLEY RD
TO MODOC COUNTY LINE - CALTRANS #02-4G9904
BID DATE: JANUARY 22, 2015
Please respond by: January 21, 2015
Bids are needed for the following items: Lead Compliance Plan, Construction Area Signs,
Traffic Control System, Portable Changeable Message Sign (LS), Job Site Management, Prepare
Water Pollution Control Program, Remove Thermoplastic Pavement Marking, Remove
Pavement Marker, Cold Plane Asphalt Concrete Pavement, Shoulder Backing, Pre-paving
Inertial Profiler, Pre-pave Grinding Day, Replace Asphalt Concrete Surfacing, Hot Mix
Asphalt (Type A), Data Core, Tack Coat, Thermoplastic Pavement Marking, Thermoplastic
Traffic Stripe (Sprayable), and Pavement Marker (Retroreflective-Recessed).
If you are a Certified DVBE firm and would like to provide us with a quote, we encourage you to
do so. If you are DVBE certified and need assistance with bonding, insurance, line of credit,
equipment, supplies, materials and/or services please contact our office at the location and or the
phone number listed below.
Plans, specs and contract requirements for this project can be viewed at the Shasta Builder’s
Exchange, on the Caltrans dot.ca.gov web site or at our office located at 803 Lorraine Drive,
Chester, CA 96020. If you have any questions regarding this project or providing us with a quote
please contact our office at 530-258-3306.
F o r m o re i n f o r m a t i o n p l e a s e c o n t a c t :
Dig It Construction, Inc.
Roger Henry
Mailing: P.O. Box 494, Chester, CA 96020
803 Lorraine Dr., Chester, CA 96020
Phone: (530) 258-3306 • Fax: (530) 258-4246
Shimmick Construction Company, Inc. is Prime Contractor seeking quotes from certified Small
Business/Very Small Business (SBE/VSBE) Subcontractors/Suppliers for the following project:
The Port of Long Beach - Pier E Terminal Container Yard/Intermodal Railyard,
PH 2, Specification #HD-S2367
Bid Date and Time: January 27, 2015 @ 10:00 am
Subcontractors/Suppliers Requested for, but not limited to, the following: Aggregate/Ballast & Base
Suppliers, Construction Area signs, Excavation, Removal of Hazardous Materials, Soil Sample/Testing, Grading,
Structure Excavation & Backfill, Site Demolition, Portland Cement & Concrete Pavement, RCC Pavement,
Asphalt Paving, Water & Storm Lines (Plastic, HDPE), CIDH Piling, Minor Concrete, Retaining Wall, Reinforcing
Steel, Structural Steel Fabrication & Erection, Curb & Gutter, Misc. Metals, Fencing, Electrical Suppliers,
Striping & Pavement Marking, Railroad Track, Office Trailers and Trucking.
Items of work may be broken down into economically feasible packages to encourage participation. Shimmick
Construction intends to conduct itself in good faith with all firms for participation on this project.
Shimmick Construction Company, Inc.
16481 Scientific Way - Irvine, CA 92618
Phone (949) 333-1500, FAX (949) 333-1510
For additional project information or to discuss obtaining necessary equipment, supplies, and/or materials please
contact Joe Henry, [email protected] (949) 398-6062, for additional contract assistance contact Trina Clay,
[email protected], (949) 333-1500 x517.
Contract documents are available at: Copies of Contract Documents in DVD format may be obtained at no
cost at the Plans & Specifications Office, 4th floor, Port of Long Beach, Interim Officer Building, 4801 Airport
Plaza, Long Beach, CA 90815 during the hours of 7:30am-4:30pm Monday-Friday. The office is closed each
day from 12pm-1pm. To arrange to receive a DVD by courier at the expense of the bidder please call (562)
283-7353. Shimmick has also made plans and specifications available through our SmartBidNet program, please
contact Trina Clay at [email protected] for access to these documents or if you require additional assistance
with plans, specification or requirements of the contract. Additional Requirements: A Project Labor Agreement
is required on this Contract.
Any bid submitted will confirm the acceptance of the terms and conditions of SCCI’s Standard Long
Form Subcontract, available upon request. A Subcontractor providing a proposed bid/price will be viewed
as accepting SCCI’s Standard Long Form Subcontract. 100% Performance and Payment bonds with a surety
company acceptable to of Shimmick Construction are required of subcontractors. Shimmick Construction will
pay bond premium up to 1.0%. Subcontractors will be required to abide by terms and conditions of the AGC
Master Labor Agreements and to execute an agreement utilizing the latest Shimmick Construction Standard
Long Form Subcontract incorporating prime contract terms and conditions, including payment provisionssubcontract draft copy available upon request. Subcontractor must provide insurance coverage for their work
as required by the Prime contract or Shimmick minimum - whichever is greatest. Shimmick’s minimum insurance
requirement is: General Liability $1M-Per Occurrance/$2M-Agg/$2M-Completed Operations; Excess Liability
$5M; Auto Liability $1M; Workers Comp & Employer Liability $1M. Shimmick Construction’s listing of a
Subcontractor is not to be construed as an acceptance of all of the Subcontractor’s conditions or exceptions
included with the Subcontractor’s price quote. Shimmick requires that Subcontractor and Supplier price quotes
be provided at a reasonable time prior to the bid deadline to enable a complete evaluation. For assistance with
S h i m m i c k C o n s t r u c t i o n C o m p a n y, I n c . i s A n E q u a l O p p o r t u n i t y E m p l o y e r
TO: Qualified and Certified MBE and WBE Subcontractors and Suppliers
Vortex Marine Construction, Inc. will be bidding on the project shown below, and would like to receive your
proposal. Please indicate in the space provided below if you will be bidding on this project and send back
to us as soon as possible. We request your scope of work to be submitted as soon as possible prior to
the bid.
• Project Name - Restoration of San Leandro Creek (Line P) Between Hegenberger Road and 75 ft
Upstream of 98th Avenue in Oakland, Alameda County, CA Zone #12 Project
• Project Location - Oakland, CA
• Owner - County of Alameda
• Engineer - County of Alameda Public Works Agency
• Project Cost - $800,000
• Project Schedule - The duration of the project is 90 Working Days
• The Mandatory MBE and WBE Participation Goal established for this project are 15% and 5%
respectively
The work under this contract will include, but is not limited to the following: The project consists of
preparing and implementing water pollution control plan; designing and implementing de-watering
system; structure excavation and backfill; construction of temporary construction entrance/exit;
removing and disposing excess excavated materials; furnishing and installing coir mat and filter fabric;
furnishing and installing rock riprap outfall; clearing and grubbing; removal and disposal of tree
slumps; furnishing, placing and compacting Class 2 aggregate base; removal and disposal of existing
concrete drain inlet, frame and cover; construction of new concrete drain inlet; reconstruction of
drainage swale; construction of new concrete vertical outfall; hydroseeding; wetland planting;
furnishing and installing new black vinyl clad chain link fence and gate; and all miscellaneous work
necessary to complete said project.
• Bids shall be submitted to Vortex Marine Construction, Inc. no later than two (2) hours before the bid
on THURSDAY, JANUARY 8, 2015 at 2:00 PM. They can be faxed to 510-261-2444 or emailed to
Joseph Peter Nolasco at [email protected].
Balfour Beatty Infrastructure, Inc. is bidding as a Prime Contractor and encourages all
qualified Subcontractors and Suppliers to submit quotations for the following project.
Balfour Beatty is a Union Contractor and Subcontractors must abide by the terms and
conditions of the applicable AGC Master Labor Agreements. This project has an SBE goal
and prospective SBE bidders must be certified by the City of Tacoma by bid opening. This
project also has a Local Employment Apprenticeship Training Program (LEAP) goal. All
Subcontractors will need to meet the goals, as set forth in the bid documents.
Project Description:
Project Location:
Owner:
Contract No.:
Bid Date:
Cowlitz Falls North Shore Collector
Randle, Washington
City of Tacoma and Lewis County Public Utility District
PG14-0212F
Prime Contractors: Tuesday, February 3, 2015 @ 11am PT
Subcontractors: Tuesday, January 27, 2015 @ 2 pm PT
SUBCONTRACTOR BIDS ARE SOUGHT FOR THE FOLLOWING TRADE(S):
Tree Removal & Clearing, AC Paving, Drainage, Traffic Barriers & Fencing, MSE Walls, Soldier
Beam & Lagging Walls, Drilled Piling, Tiebacks & Rock Anchors, Concrete Supply & Pumping,
Reinforcing Steel, Structural Steel Fabrication & Erection, Pipe Fabrication & Supply,
Mechanical Equipment Supply and Installation (including Pumps, Fish Screens, Baffles, Screen
Cleaners, Debris Removal Equipment, Gates, Bulkhead & Hoist), Pre-Engineered Metal
Building, Coatings, Plumbing, Electrical, and Instrumentation.
PLANS & SPECIFICATIONS: Project Bid Documents may be obtained from the Project Owner
or you may view them at BBII’s office by appointment. For your convenience, you may also
view and download plans by following this link maintained by BBII:
https://secure.smartbidnet.com/External/PublicPlanRoom.aspx?ld=153491. Subcontractors and
Suppliers are responsible for reading and acknowledging all Specifications and Addenda.
BONDING & INSURANCE: Subcontractors are required to furnish a performance bond in full
amount of their subcontract, by an admitted surety subject to approval by BBII. Subcontractors
should expect to sign the standard BBII subcontract agreement and provide a waiver of
subrogation. Please contact Jennifer Guinn with BBII at (707) 427-8900 ext. 220 for bonding,
insurance and other types of assistance.
QUESTIONS: For questions regarding the bid, please contact Pat Traverso at (707) 427-8900
ext. 225, fax: (877) 763-4002, email: [email protected], or in writing to: 5050 Business
Center Drive, Suite 250, Fairfield, CA 94534.
Drawings and Specifications are available at:
• Plans and specifications may be viewed and purchased by any prospective bidder on-line at
www.ipdservices.com/clients/eastbay?ALCO by contacting Central Blue Print at 17132 E. 14th Street,
Hayward, CA 94541 (510-276-3375), East Bay Blue Print and Supply at 1745 14th Ave., Oakland, CA
94606 (510-261-2990), or Custom Blue Print, 1944 Mt. Diablo Blvd., Walnut Creek, 94595 (925-8323113) or Ebidboard at http://www.ebidboard.com/public/projects/showproject/asp?mbrquid=(D21563282843-4146-85B4-7CFCE1F1A97)&projectquid=(E4D059FF-AFFD-44AF-994F-8E078765B4F3).
Quotations must be valid for the same duration as specified by the Owner for contract award.
Conditions or exceptions in Subcontractor’s quote are expressly rejected unless accepted in
writing. Subcontractor scope (including any conditions or exceptions) is required 3 business
days prior to bid day, to allow proper evaluation. To assist SBE Subcontractors and Suppliers,
we may be able to divide total scopes into smaller tasks or quantities. Subcontractors are
required to indicate all lower-tier SBE participation offered on their quotation.
Please fax or email confirming your interest in bidding this project to Vortex Marine Construction, Inc.,
Attention: Joseph Peter Nolaco at Fax No. 510-261-2444 or email [email protected]. We
appreciate your interest.
5050 Business Center Drive, Suite 250, Fairfield, CA 94534
Phone: 707-427-8900 • Fax: 877-763-4002
Contact: Jennifer Guinn
License No.: 664318
PLEASE RESPOND TO THIS AD AS SOON AS POSSIBLE BY EMAIL, FAX OR TELEPHONE
BALFOUR BEATTY INFRASTRUCTURE, INC.
(A Union/Prevailing Wage Equal Opportunity Employer)
KARABUILD
DEVELOPMENT, INC.
VALENTINE CORPORATION
Tel: (818) 817-9300 • Fax: (818) 817-9333
Requests Sub-bids for all trades from qualified DBE
Subcontractors and Suppliers for the
RESIDENTIAL SOUND INSULATION PROGRAM GROUP 66 REBID (RSI 14-32)
IN THE CITY OF EL SEGUNDO
BID DATE: TUESDAY, JANUARY 13, 2014 AT 11:00 A.M.
Work includes: Windows & Installation, Doors & Installation, Fireplace, HVAC/Ventilation,
Electrical, Hazardous Material Abatement, and Insulation.
All the Plans and Specifications are available at Karabuild’s office. Please call Anna
ASAP if interested. Phone (818) 817-9300, Fax (818) 817-9333.
Assistance available to meet contract requirements.
111 P e l i c a n Wa y, S a n R a f a e l , C A 9 4 9 0 1
Request for Qualified MBE/WBE/DBE/DVBE/SBE/UDBE
Subcontractors and/or Suppliers for the Following Project:
#03-0F6904 - CONSTRUCTION IN BUTTE COUNTY ABOUT 0.9 MILES FROM
OROVILLE AT FLAG CANYON CREEK BRIDGE, OROVILLE, CA
BID DATE/TIME: JANUARY 21, 2015 @ 2:00 PM
Please respond by: JANUARY 21, 2015 @ 1:00 pm
Valentine Corporation will be bidding the above referenced project as a general contractor. Your
firm is invited to submit a sub bid in your area of expertise. Plans and specifications are
available in our office for review. Our estimating team will be available before the date of the
bid should you have any questions or require technical assistance. Areas of work that we require
sub bids for are as follows: Requesting MBE/WBE/DBE/DVBE/SBE/UDBE Subcontractors
and/or Suppliers For, But Not Limited To: Lead Compliance, Construction Area Signage,
Traffic Control, Striping, SWPPP, Storm Water Analysis, Erosion Control Hydro Mulch, Street
Sweeping, Biologist, Cold Plane AC, Clear & Grub, AC, Supply Steel Piles, Rebar, Signage,
Fencing, MBGR. We look forward to receiving your written quotation via facsimile on or
before the date of bid. It is the policy of Valentine Corporation to encourage the utilization
of MBE/WBE/DBE/DVBE/UDBE firms at all levels of construction contracting.
Valentine Corporation may require a Performance and Payment Bond. If so, the bond
premium will be paid for by Valentine Corporation. We will contact you prior to the date of
the bid to discuss this project with you.
For more information regarding this project call:
Va l e n t i n e C o r p o r a t i o n • L i s a D a v i s
AN EQUAL OPPORTUNITY EMPLOYER
Phone 415-453-3732 ext. #10 • Fax 415-457-5820
E q u a l
O p p o r t u n i t y
E m p l o y e r
R E Q U E S T F O R C E RT I F I E D D B E S U B C O N T R A C T O R S & S U P P L I E R S :
ROUTE 18/138 JUNCTION TO SAN BERNARDINO COUNTY LINE
CONTRACT NO. 07-2656U4, LOCATION: LOS ANGELES, CA
OWNER: DEPARTMENT OF TRANSPORTATION (CALTRANS)
**BID DATE: JANUARY 28, 2015 AT 2:00 P.M. (PER ADDENDUM 2)**
DBE Goal - 7%
•
•
•
•
Quotes requested for, but not limited to, the following types of work:
Aggregate Supply • Asphalt Concrete Supply • Clear and Grub • Cold Plane AC • Concrete Supply
Construction Area Signs • Crack Treatment • Erosion Control • Guardrail • Landscape & Irrigation
Minor Concrete • Roadside Signs • Rumble Strip • Striping • Temporary Crash Cushions
Temporary Fence (Desert Tortoise)
Plans and specifications can be downloaded, at no cost from Caltrans web site at:
http://dot.ca.gov/hq/esc/oe/project_ad_addenda/07/07-2656U4/. Additionally, plans and specifications are available
at Flatiron’s offices in San Marcos, CA and Chino Hills, CA. Please call to make an appointment to view plans and
specifications.
Assistance in obtaining bonding, lines of credit, insurance, equipment, supplies and materials is available upon request.
Flatiron/Hardy & Harper, a Joint Venture analyzes and considers each DBE quote, including those that are broken
down into economically feasible units to facilitate bidding. Quotations must be valid for same duration as specified
by Owner for contract award.
Bond Requirements: Notwithstanding any contrary language in a bid to Flatiron/Hardy & Harper, a Joint
Venture (”Flatiron/Hardy & Harper”) or any prior course of dealing between Flatiron/Hardy & Harper and
a bidder, and unless waived in writing by Flatiron/Hardy & Harper, Flatiron/Hardy & Harper reserves the
right, pursuant to Public Contract Code Section 4108 and otherwise, to require each bidder to provide payment
and performance bonds assuring bidder’s obligations to Flatiron/Hardy & Harper in the amount of 100 percent
of the bid to Flatiron/Hardy & Harper. Flatiron/Hardy & Harper will reimburse the bond premium at actual
cost not to exceed 3%. The surety on the bonds must be a California admitted surety.
Non-DBE Subs/Suppliers: Indicate 2nd tier DBE participation offered on your quotation as it will be evaluated
with your price.
F L AT I R O N / H A R D Y & H A R P E R , A J O I N T V E N T U R E
1 7 7 0 L a C o s t a M e a d o w s D r i v e , S a n M a rc o s , C A 9 2 0 7 8
Phone (909) 597-8413 (Ext. 2075) • Fax (909) 597-8635
C o n t a c t : Ve ro n i c a G a rc i a - E m a i l : O C L A B i d s @ f l a t i ro n c o r p . c o m
An Equal Opportunity Employer
S U B - B I D S R E Q U E S T E D F O R A N Y P O RT I O N O F W O R K F R O M Q U A L I F I E D &
C E RT I F I E D D V B E S U B C O N T R A C TO R S A N D S U P P L I E R S F O R :
Liquid asphalt, pavement marking, grind-cold plane, signs-area.
PLANS & SPECS AVAILABLE AT:
Caltrans web site.
For the following project:
PROJECT: 08-1E3304 ROUTE 74 RESURFACING PROJECT
OWNER: CALTRANS
BID DUE: 01/22/15 AT 2:00 PM
C o n t a c t J O E R I C H A R D S O N a t G R A N I T E C O N S T R U C T I O N C O M PA N Y
38000 Monroe Street, Indio, CA 92203; Phone: 760/775-7500; Fax: 760/775-8229
Granite Construction Company (CA License 89) is an equal opportunity employer willing to
seriously negotiate and assist a subcontractor and/or supplier as needed. Any item of work,
portion of an item, or combination thereof, will be considered. Performance and Payment Bonds
will be required. Bonding assistance is available. Plans and Specifications are available for
review at CDOT, Granite’s office or drop box site link listed above. For more information on
the availability of scope of work, plans and specifications and our policy concerning assistance
to subcontractors in obtaining bonds, lines of credit, and/or insurance, please contact our office.
Request for Qualified SLBE, ELBE, DBE, DVBE, MBE, and OBE
Subcontractors/Suppliers for the following:
CITY OF SAN DIEGO - SEWER AND WATER GROUP JOB 940
PROJECT NO. K-15-1214-DBB-3-C, SAN DIEGO, CALIFORNIA
BID DATE/TIME: FEBRUARY 5, 2015 @ 2:00 PM
Please respond by: February 4, 2015
OHL USA, INC.
REQUESTING SUB-BIDS ON ALL TRADES
From Qualified Subcontractors & Suppliers, expressly DBE
For the following Los Angeles County Metropolitan Transportation Authority (Metro) project:
C0991 - DIVISION 16: SOUTHWESTERN YARD
Sub bids requested from SLBE, ELBE, DBE, DVBE, MBE AND OBE Sub/Suppliers: Video Recording of
Preexisting Conditions, Traffic Control Plans, WPCP Plans, Community Liaison, Striping, RPMS Type II
Slurry Seal, Asphalt Paving, Crack Sealing, Concrete Flatwork, Pavement Fabric, Archeo/Paelo/Native
American Monitoring, Sewer Manholes, Sewer Lateral Re-plumbing, Trenchless Method for Lateral Replumbing, Cut & Plugs, Highline Installation, Highline Removal, Highline Maintenance & Repairs,
Furnish Highline Materials, Connections to existing water main, Storm Drain Inlet Protection, Handling
& Disposal of Non Friable Asbestos, Traffic Loops, Abandon Existing Pipelines & Manholes, Service
Lateral Connection, Sewer Rehab, Large Water Main Abandonment, Manhole Rehab, Monitoring of
Petroleum Contaminated Soil. Testing, Sampling, Site Storage and Handling of Petroleum Contaminated
Soil. Loading, Transportation and Disposal of Petroleum Contaminated Soil. Testing, Sampling, Site
Storage, Handling, Transportation and Disposal of Non-RCRA Hazardous Waste Contamination from
the Treatment of Petroleum Contaminated Ground Water. Testing, Sampling, Site Storage, Handling,
Transportation and Disposal, of RCRA Hazardous Waste Petroleum Contamination from the Treatment
of Contaminated Ground Water. Community Health and Safety Plan, Preparation of Hazardous
Waste Management Plan and Reporting, Aggregates Supplier/Manufacturer, Asphalt Materials
Supplier/Manufacturer, Pipe & Fittings Suppliers, Trucking, Concrete Supplier/Manufacturer.
Bids requested for (but not limited to): architectural design, asphalt paving, catenary, communications, electrical,
engineering design, fencing, glass/glazing, landscaping, mechanical, misc. concrete, painting, plumbing,
prestressing, rail, railings, ready mix, rebar, road signs, roofing, signage, specialties, steel structures, storm drain,
striping, traffic control.
Plans, Specifications and Project Requirements are available at our office at no cost.
100% BONDING MAY BE REQUIRED FOR ALL SUBCONTRACTORS. ASSISTANCE AVAILABLE IN OBTAINING
BONDS, LINES OF CREDIT, INSURANCE, NECESSARY EQUIPMENT & TECHNICAL ASSISTANCE.. OHL USA,
INC. INTENDS TO CONDUCT ITSELF IN “GOOD FAITH” WITH ALL CATEGORIES OF DISADVANTAGED, SMALL,
MINORITY AND WOMEN FIRMS REGARDING PARTICIPATION ON THIS PROJECT. THEREFORE PLEASE SEND
YOUR CERTIFICATIONS PRIOR TO QUOTES.
Assistance in obtaining Bonding, Insurance, Lines of Credit, necessary Equipment, Supplies, Materials
or related assistance or services is available.
TC CONSTRUCTION CO., INC.
Contact: Elan Schier
10540 Prospect Ave., Santee, CA 92071
Phone (619) 448-4560 ext. 141 • Fax (619) 448-3341
equal opportunity employer
License No. 402459
REQUEST FOR SUBCONTRACTORS, SUPPLIERS & VENDORS BIDS
Los Angeles Engineering, Inc. is requesting Subcontractors bids, Supplier bids & Vendor bids from
certified DBE Firms for the following Work: C1200 CONSTRUCTION AREA SIGNS C1201 TRAFFIC
CONTROL SYSTEM C1531 PLANE ASPHALT CONCRETE C1601 CLEARING & GRUBBING C1901
ROADWAY EXCAVATION C1910 GRADING C2000 HIGHWAY PLANTING C2020 SOIL
AMENDMENTS C2065 IRRIGATION SYSTEM C2201 FINISHING ROADWAY C3901 ASPHALT
CONCRETE C3910 PAVING ASPHALT (ASPHALT CONCRETE) C4010 PORTLAND CEMENT &
CONCRETE PAVEMENT C7301 CONCRETE CURB & SIDEWALK - MISC C8405 THERMOPLASTIC
TRAFFIC STRIPING & MARKING C8406 PAINTED TRAFFIC STRIPING & MARKING C8501
PAVEMENT MARKING C8602 SIGNAL & LIGHTING
OWNER: CITY OF DIAMOND BAR
PROJECT: GRAND AVENUE BEAUTIFICATION, CITY PROJECT NO. 22813,
FEDERAL PROJECT NO. HPLUL-5455(016)
BIDS: JANUARY 13, 2015 AT 2:00 PM
Plans, specifications and requirements for the work are available for review in our office at 633 N.
Barranca Ave., Covina, CA 91723, Mon-Fri 8:00 am - 5:00 pm, or by Owner at: City of Diamond Bar,
21810 Copley Drive, Diamond Bar, CA 91765.
Los Angeles Engineering, Inc. will provide information to interested business enterprises including
DBE’s in obtaining bonding, lines of credit, and insurance required by the Owner or Los Angeles
Engineering, Inc. upon request. Los Angeles Engineering will assist interested business enterprises
including DBE’s in obtaining necessary equipment, supplies, materials or related assistance. Bonds
may be required for subcontracts over $100,000.00.
F o r t e c h n i c a l a s s i s t a n c e re l a t e d t o p l a n s , s p e c i f i c a t i o n s , a n d re q u i re m e n t s f o r t h e w o r k c a l l
Joseph Haygood at 626-454-5222 Ext. 208, email at [email protected] .
I n a c c o rd a n c e w i t h C a l i f o r n i a P u b l i c C o n t r a c t C o d e S e c t i o n 4 1 0 8 a m e n d e d J a n u a r y 0 1 , 1 9 9 2 ,
a l l s u b c o n t r a c t s w i l l b e a w a rd e d o n L o s A n g e l e s E n g i n e e r i n g , I n c . s t a n d a rd f o r m o f
s u b c o n t r a c t a n d m a y i n c l u d e t h e re q u i re m e n t t o p ro v i d e a P a y m e n t a n d P e r f o r m a n c e B o n d
f ro m a T- L i s t e d S u re t y. We w i l l p a y p re m i u m u p t o 1 . 5 % o f B i d A m o u n t .
For additional information contact Joseph Haygood at (626) 454-5222 Ext. 208.
Los Angeles Engineering, Inc.
6 3 3 N . B a r r a n c a Av e . , C o v i n a , C A 9 1 7 2 3
(626) 454-5222 x208 • Fax (626) 454-5226
C o n t r a c t o r ’ s L i c e n s e N o . 5 9 11 7 6
A N
E Q U A L
O P P O R T U N I T Y
E M P L O Y E R
G R I F F I T H C O M PA N Y
REQUESTING SUB-BIDS ON ALL TRADES
From Qualified DBE Subcontractors & Suppliers
DBE Goal: 5% F o r t h e f o l l o w i n g p r o j e c t :
CITY OF DELANO - 2014 FEDERAL SAFE ROUTES TO SCHOOL (SRTS)
IMPROVEMENT PROJECT, #SRTSL-5227(042)
SCOPE OF WORK: Traffic Control Plans, Demo, Clearing & Grubbing, Roadway Ex, Case A
Ramp, Case C Ramp, Case F Ramp, Case G Ramp, Concrete Pad with Detectable Warning
Surface, Curb & Gutter, Cross Gutter, Median Curb, Barrier Curb, B3 Curb, Decorative
Concrete Pavement, Sidewalk, Place HMA Concrete, Place Class II Base, Striping, Signing,
Pavement Marking Modifications, Trench Cover, Storm Drain Pipes, Drain Inlet, Manholes to
Grade, Adjust Water Valves to Grade, Storm Water Measures.
B I D S : J A N U A R Y 2 2 , 2 0 1 5 AT 2 : 0 0 P M
B I D S D U E : J A N U A R Y 2 2 , 2 0 1 5 AT 2 : 0 0 P M
Plans & Specs are available for review from 7:00 am - 5:00 pm
Monday through Friday at:
G R I F F I T H C O M PA N Y
(AN EQUAL OPPORTUNITY EMPLOYER)
11 2 8 C a r r i e r P a r k w a y A v e n u e , B a k e r s f i e l d , C A 9 3 3 0 8
Phone: (661) 392-6640 • Fax (661) 393-9525
C o n t a c t : S T E V E D E V E R S , E S T I M AT O R
1 0 0 % B O N D I N G M AY B E R E Q U I R E D F O R A L L S U B C O N T R A C T O R S .
A S S I S TA N C E AVA I L A B L E I N O B TA I N I N G B O N D S , L I N E S O F C R E D I T, I N S U R A N C E ,
N E C E S S A R Y E Q U I P M E N T & T E C H N I C A L A S S I S TA N C E . G R I F F I T H C O M PA N Y I N T E N D S
T O C O N D U C T I T S E L F I N “ G O O D FA I T H ” W I T H D B E F I R M S R E G A R D I N G
PA R T I C I PAT I O N O N T H I S P R O J E C T.
REQUEST FOR DBE Subcontractors and Suppliers for:
Caltrans #04-259404 - Hwy. 29 Overlay and Widen, St. Helena
BID DATE: JANUARY 28, 2015 @ 2:00 PM
We are soliciting quotes for (including but not limited to):
Trucking, Lead Compliance Plan, Construction Area Signs, Traffic Control System, Portable Changeable
Message Sign, SWPPP< Rain Event Action Plan, Storm Water Sampling & Analysis, Sweeping, Temporary
Fencing, Health & Safety Plan, Treated Wood Waste, Noise Monitoring, Abandon Culvert, Adjust Utilities,
Cold Plane AC, Cleaning, Inspecting & Preparing Culvert, Sand Backfill, Clearing & Grubbing, Develop
Water Supply, Roadway Excavation (Type Z-2 Aerially Deposited Lead), Sand Bedding, Imported Borrow,
Erosion Control, Hydromulch, Hydroseed, Compost, Crack Treatment, Prime Coat, Data Core, AC Dike,
Tack Coat, Jointed Plain Concrete, Structural Concrete, Minor Concrete (Minor Structure), Bar Reinforcing
Steel, Roadside Signs, Underground, Drainage Inlet Marker, Inlet Depression, Rock Slope Protection,
Detectable Warning Surface, Minor Concrete, Pre/Post Construction Survey, Misc. Iron & Steel, Object
Marker, Midwest Guardrail System, End Anchor Assembly, Alt. Flared Terminal System, Striping &
Marking, Electrical, Geomembrane Liner and Construction Materials.
O.C. Jones & Sons, Inc.
1 5 2 0 F o u r t h S t . , B e r k e l e y, C A 9 4 7 1 0
510/526-3424 • Fax 510/526-0990
Contact: Jean Sicard
An Equal Opportunity Employer
100% Performance & Payment Bonds may be required. Worker’s Compensation Waiver of Subrogation required.
Please call OCJ for assistance with bonding, insurance, necessary equipment, material and/or supplies. OCJ
is willing to breakout any portion of work to encourage DBE Participation. Plans & Specs are available for
viewing at our office or through the Caltrans web site at www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php.
BIDS: WEDNESDAY, JANUARY 22, 2015 AT 2:00 PM
BIDS DUE ON OR BEFORE: JANUARY 21, 2015 AT 5:00 PM
Plans & Specs are available at OHL offices from 7:00 am - 5:00 pm, Monday through Friday at:
OHL USA, INC. is an AAE/EOE
1920 Main St., Suite 310, Irvine, CA 92614
Phone: 949-242-4432 • Fax: 949-231-1255/949-231-1256
Or anytime at the DropBox Link below:
https://www.dropbox.com/sh/mpp4q5gbsrfc7j/AACggj3pnEYkdSlrx5dXH-Cva?dl=0.
Contact: Estimating Department. - Craig Huss
PLEASE RESPOND BACK VIA EMAIL or FAX (include ANY DISADVANTAGE CERTIFICATE and/or applicable certifications
issued and validated by pertinent agencies)
EMAIL: Craig Huss at [email protected], FAX: (949) 231-1255/(949) 231-1256