Search Results: Planholders

Listing for all primes seeking assistance with project 04-1Q7214.

12 records found



Contractor: St Francis Electric Contact: Edgar Murillo
Address: 1001 Carden Street San Leandro CA 94577
Phone: 510-639-0639 Fax: 510-639-9116 Email: emurillo@sfe-inc.com
Services needed: 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 700 0004 090205 DISPUTE RESOLUTION BOARD ON-SITE MEETING EA 17 0005 090210 HOURLY OFF-SITE DISPUTE-RESOLUTION-BOARD-RELATED TASKS HR 80 0006 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM 0007 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM 0008 120101 TRAFFIC CONTROL SUPERVISOR DAY 500 0009 120103 STATIONARY IMPACT ATTENUATOR VEHICLE DAY 500 0010 120120 TYPE III BARRICADE EA 6 0011 120149 TEMPORARY PAVEMENT MARKING (PAINT) SQFT 210 0012 120159 TEMPORARY TRAFFIC STRIPE (PAINT) LF 110,000 0013 120165 CHANNELIZER (SURFACE MOUNTED) EA 110 0014 120207 PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM DAY 700 0015 120320 TEMPORARY BARRIER SYSTEM LF 26,700 0016 124000 TEMPORARY PEDESTRIAN ACCESS ROUTE LS LUMP SUM 0017 128651 PORTABLE CHANGEABLE MESSAGE SIGN (EA) EA 15 0018 129100 TEMPORARY CRASH CUSHION MODULE EA 28 0019 129108 TEMPORARY CRASH CUSHION TL-3 EA 22 0020 130100 JOB SITE MANAGEMENT LS LUMP SUM 0021 130301 STORMWATER POLLUTION PREVENTION PLAN LS LUMP SUM 0022 130321 STORMWATER SAMPLING AND ANALYSIS DAY EA 14 0023 130331 STORMWATER ANNUAL REPORT EA 3 0024 130620 TEMPORARY DRAINAGE INLET PROTECTION EA 130 0025 130640 TEMPORARY FIBER ROLL LF 2,630 0026 130650 TEMPORARY GRAVEL BAG BERM LF 20 0027 130710 TEMPORARY CONSTRUCTION ENTRANCE EA 4 0028 130730 STREET SWEEPING LS LUMP SUM 0029 130900 TEMPORARY CONCRETE WASHOUT LS LUMP SUM 0030 141103 REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE) LF 25,200 0031 141120 TREATED WOOD WASTE LB 65,300 0032 148005 NOISE MONITORING LS LUMP SUM 0033 153121 REMOVE CONCRETE (CY) CY 28 0034 160110 TEMPORARY HIGH-VISIBILITY FENCE LF 3,040 0035 170103 CLEARING AND GRUBBING (LS) LS LUMP SUM 0036 190101 ROADWAY EXCAVATION CY 11,700 0037 190105 ROADWAY EXCAVATION (TYPE Z-2) (AERIALLY DEPOSITED LEAD) CY 3,100 0038 190159 ROADWAY EXCAVATION (TYPE COM) (AERIALLY DEPOSITED LEAD) CY 5,020 0039 192037 (F) - STRUCTURE EXCAVATION (RETAINING WALL) CY 6,662 0040 192048 (F) - STRUCTURE EXCAVATION, RETAINING WALL (SOUND WALL) CY 2,050 0041 192055 (F) - STRUCTURE EXCAVATION (SOIL NAIL WALL) CY 1,304 0042 193006 (F) - STRUCTURE BACKFILL (SLURRY CEMENT) CY 198.9 0043 193013 (F) - STRUCTURE BACKFILL (RETAINING WALL) CY 5,050 0044 193020 (F) - STRUCTURE BACKFILL, RETAINING WALL (SOUND WALL ) CY 1,210 0045 193028 (F) - STRUCTURE BACKFILL (SOIL NAIL WALL) CY 28 0046 198010 IMPORTED BORROW (CY) CY 490 0047 205035 WOOD MULCH CY 40 0048 206400 CHECK AND TEST EXISTING IRRIGATION FACILITIES LS LUMP SUM 0049 206402 OPERATE EXISTING IRRIGATION FACILITIES LS LUMP SUM 0050 206405 REMOVE IRRIGATION FACILITY LS LUMP SUM 0051 206559 CONTROL AND NEUTRAL CONDUCTORS (ARMOR-CLAD) LS LUMP SUM 0052 206562 1" REMOTE CONTROL VALVE EA 2 0053 206564 1 1/2" REMOTE CONTROL VALVE EA 4 0054 206633 1 1/2" WYE STRAINER ASSEMBLY EA 2 0055 208416 CERTIFY EXISTING BACKFLOW PREVENTERS LS LUMP SUM 0056 208576 2 1/2" GATE VALVE EA 1 0057 208588 3" GATE VALVE EA 1 0058 208597 (F) - 1 1/2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 20 0059 208598 (F) - 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 800 0060 208607 (F) - 3" PLASTIC PIPE (CLASS 315) (SUPPLY LINE) LF 270 0061 208649 QUICK COUPLING VALVE EA 1 0062 208685 1 1/2" BALL VALVE EA 1 0063 208821 12" WELDED STEEL PIPE CONDUIT LF 80 0064 210010 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 30 0065 210300 HYDROMULCH SQFT 173,000 0066 210350 FIBER ROLLS LF 24,200 0067 210430 HYDROSEED SQFT 48,200 0068 210610 COMPOST (CY) CY 350 0069 210630 INCORPORATE MATERIALS SQFT 48,200 0070 260203 CLASS 2 AGGREGATE BASE (CY) CY 9,320 0071 290201 ASPHALT TREATED PERMEABLE BASE CY 810 0072 037164 HIGH FRICTION SURFACE TREATMENT SQYD 7,000 0073 390095 REPLACE ASPHALT CONCRETE SURFACING CY 180 0074 390100 PRIME COAT TON 56.8 0075 390132 HOT MIX ASPHALT (TYPE A) TON 28,800 0076 393004 GEOSYNTHETIC PAVEMENT INTERLAYER (PAVING FABRIC) SQYD 4,580 0077 394073 PLACE HOT MIX ASPHALT DIKE (TYPE A) LF 970 0078 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 2,040 0079 394075 PLACE HOT MIX ASPHALT DIKE (TYPE D) LF 1,380 0080 394076 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 4,910 0081 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 3,580 0082 394090 PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA) SQYD 2,230 0083 397005 TACK COAT TON 69.6 0084 398001 REMOVE ASPHALT CONCRETE PAVEMENT (SQFT) SQFT 1,590 0085 398100 REMOVE ASPHALT CONCRETE DIKE LF 5,220 0086 398200 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 134,000 0087 460300 SOIL NAIL LF 28,755 0088 498052 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION) LF 30 0089 510059 (F) - STRUCTURE CONCRETE, RETAINING WALL (SOUND WALL) CY 683 0090 510060 (F) - STRUCTURAL CONCRETE, RETAINING WALL CY 2,098 0091 510094 (F) - STRUCTURAL CONCRETE, DRAINAGE INLET CY 168.6 0092 510502 (F) - MINOR CONCRETE (MINOR STRUCTURE) CY 17 0093 510526 (F) - MINOR CONCRETE (BACKFILL) CY 214 0094 015258 ARCHITECTURAL TREATMENT, RETAINING WALL SQFT 4,550 0095 511111 DRILL AND BOND DOWEL (CHEMICAL ADHESIVE)(LF) LF 20 0096 046951 (F) - BAR REINFORCING STEEL (SOIL NAIL WALL) LB 224,155 0097 520101 (F) - BAR REINFORCING STEEL LB 1,890 0098 520103 (F) - BAR REINFORCING STEEL (RETAINING WALL) LB 238,362 0099 520114 (F) - BAR REINFORCING STEEL, RETAINING WALL (SOUND WALL) LB 75,710 0100 530050 SCULPTED SHOTCRETE SQFT 12,351 0101 530200 (F) - STRUCTURAL SHOTCRETE CY 853 0102 560226 FURNISH SIGN STRUCTURE (VERSATILE TRUSS) LB 30,700 0103 560227 INSTALL SIGN STRUCTURE (VERSATILE TRUSS) LB 30,700 0104 568042 REMOVE SIGN STRUCTURE WALKWAY (EA) EA 5 0105 582001 (F) - SOUND WALL (MASONRY BLOCK) SQFT 11,040 0106 582002 (F) - ACCESS GATE (SOUND WALL) EA 1 0107 600051 REMOVE SOUND WALL (LF) LF 920 0108 610300 (F) - CONCRETE BACKFILL (PIPE TRENCH) CY 103.1 0109 013753 TRASH NET (DOWNDRAIN) EA 8 0110 641104 15" PLASTIC PIPE LF 27 0111 650014 18" REINFORCED CONCRETE PIPE LF 3,700 0112 650018 24" REINFORCED CONCRETE PIPE LF 130 0113 650022 30" REINFORCED CONCRETE PIPE LF 770 0114 665016 18" CORRUGATED STEEL PIPE (.064" THICK) LF 240 0115 680283 3" PLASTIC PIPE UNDERDRAIN LF 990 0116 048081 4" PLASTIC PIPE (RETAINING WALL DRAIN) LF 340 0117 680287 3" SLOTTED PLASTIC PIPE UNDERDRAIN LF 8,600 0118 681132 GEOCOMPOSITE DRAIN SQFT 4,850 0119 015565 PIPE DOME (WALL DRAIN) EA 43 0120 703233 GRATED LINE DRAIN LF 66 0121 709522 INLET DEPRESSION EA 50 0122 710100 ABANDON CULVERT (EA) EA 1 0123 710132 REMOVE CULVERT (LF) LF 2,680 0124 710150 REMOVE INLET EA 39 0125 710196 ADJUST INLET EA 3 0126 710262 CAP INLET EA 3 0127 710298 18" ALTERNATIVE PIPELINER LF 370 0128 710310 24" ALTERNATIVE PIPELINER LF 110 0129 710334 42" ALTERNATIVE PIPELINER LF 430 0130 721420 CONCRETE (DITCH LINING) CY 120 0131 723060 ROCK SLOPE PROTECTION (300 LB, CLASS IV, METHOD B) (CY) CY 2.3 0132 723095 ROCK SLOPE PROTECTION (20 LB, CLASS I, METHOD B) (CY) CY 8 0133 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 48 0134 730040 MINOR CONCRETE (GUTTER) (LF) LF 2,367 0135 730070 DETECTABLE WARNING SURFACE SQFT 260 0136 731504 MINOR CONCRETE (CURB AND GUTTER) CY 52 0137 731518 MINOR CONCRETE (BRUSHED CONCRETE) SQFT 12,000 0138 731627 MINOR CONCRETE (CURB, SIDEWALK AND CURB RAMP) CY 39 0139 731750 REMOVE CONCRETE CURB AND SIDEWALK (LF) LF 430 0140 731840 REMOVE CONCRETE (CURB AND GUTTER) LF 1,430 0141 733000 PRE/POST CONSTRUCTION SURVEYS EA 28 0142 750001 (F) - MISCELLANEOUS IRON AND STEEL LB 26,080 0143 770010 SIGNAL AND LIGHTING (CITY) LS LUMP SUM 0144 017607 MAINTAINING EXISTING ELECTRICAL SYSTEMS (CITY) (LS) LS LUMP SUM 0145 780445 PREPARE AND STAIN SHOTCRETE SQFT 12,351 0146 780447 STAIN GALVANIZED SURFACES (LF) LF 2,367 0147 802520 6' CHAIN LINK GATE (TYPE CL-6) EA 2 0148 803050 REMOVE CHAIN LINK FENCE LF 12 0149 803140 RECONSTRUCT CHAIN LINK FENCE LF 42 0150 810120 REMOVE PAVEMENT MARKER EA 5,110 0151 810170 DELINEATOR (CLASS 1) EA 340 0152 038427 CONCRETE BARRIER DELINEATOR EA 7 0153 810190 GUARD RAILING DELINEATOR EA 620 0154 810230 PAVEMENT MARKER (RETROREFLECTIVE) EA 6,430 0155 820113 TREATMENT BEST MANAGEMENT PRACTICE MARKER EA 16 0156 820134 OBJECT MARKER (TYPE P) EA 40 0157 820250 REMOVE ROADSIDE SIGN EA 170 0158 820300 REMOVE ROADSIDE SIGN (STRAP AND SADDLE BRACKET METHOD) EA 58 0159 820360 REMOVE SIGN PANEL EA 7 0160 820710 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SQFT 660 0161 820750 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED) SQFT 2,510 0162 820760 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED) SQFT 3,720 0163 820780 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED) SQFT 340 0164 820790 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED) SQFT 1,640 0165 820820 METAL (BARRIER MOUNTED SIGN) LB 2,250 0166 820840 ROADSIDE SIGN - ONE POST EA 270 0167 820850 ROADSIDE SIGN - TWO POST EA 58 0168 820860 INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) EA 310 0169 820890 INSTALL SIGN PANEL ON EXISTING FRAME SQFT 660 0170 832006 MIDWEST GUARDRAIL SYSTEM (STEEL POST) LF 5,640 0171 832018 MIDWEST GUARDRAIL SYSTEM (8' STEEL POST) LF 2,180 0172 832070 VEGETATION CONTROL (MINOR CONCRETE) SQYD 4,200 0173 038223 (F) - CONCRETE BARRIER (TYPE 60MD MODIFIED) LF 5,545.7 0174 839521 (F) - CABLE RAILING LF 3,250 0175 839544 TRANSITION RAILING (TYPE AGT) EA 11 0176 839576 END CAP (TYPE A) EA 6 0177 016845 END CAP (TYPE TC-M) EA 9 0178 839580 END ANCHOR ASSEMBLY (TYPE SFT-M) EA 24 0179 013754 ALTERNATIVE CRASH CUSHION TL-2 EA 5 0180 015299 ALTERNATIVE IN-LINE TERMINAL TL-3 EA 29 0181 015019 ALTERNATIVE CRASH CUSHION TL-3 EA 2 0182 839640 CONCRETE BARRIER (TYPE 60M) LF 2,060 0183 839642 CONCRETE BARRIER (TYPE 60MC) LF 370 0184 839645 CONCRETE BARRIER (TYPE 60MG) LF 64 0185 839648 CONCRETE BARRIER (TYPE 60MGF) LF 170 0186 839649 CONCRETE BARRIER (TYPE 60MS) LF 630 0187 839653 CONCRETE BARRIER (TYPE 60MP) LF 22 0188 839745 (F) - CONCRETE BARRIER TRANSITION LF 857.8 0189 839747 (F) - CONCRETE BARRIER (TYPE 842A) LF 908 0190 839752 REMOVE GUARDRAIL LF 3,500 0191 839774 REMOVE CONCRETE BARRIER LF 1,060 0192 839782 REMOVE CRASH CUSHION EA 1 0193 840516 THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY) SQFT 12,800 0194 846007 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 65,300 0195 846013 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 11,700 0196 846030 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 212,000 0197 846035 REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 210 0198 847105 12" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) LF 610 0199 847213 6" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 17-7) LF 8,440 0200 847214 6" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 36-12) LF 21,600 0201 847216 8" TRAFFIC STRIPE TAPE (WARRANTY) LF 10,500 0202 847217 8" TRAFFIC STRIPE TAPE (WARRANTY) (BROKEN 36-12) LF 10,600 0203 847218 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) LF 2,300 0204 847221 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 17-7) LF 1,300 0205 847222 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 14,100 0206 847224 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) LF 200 0207 847225 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 5,200 0208 870009 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION LS LUMP SUM 0209 014380 MAINTAINING EXISTING FIBER OPTIC CABLE SYSTEMS AND ELECTRONIC TOLLING SYSTEMS DURING CONSTRUCTION LS LUMP SUM 0210 870510 RAMP METERING SYSTEM LS LUMP SUM 0211 870600 TRAFFIC MONITORING STATION SYSTEM LS LUMP SUM 0212 017181 MODIFYING RECTANGULAR RAPID FLASHING BEACON SYSTEMS LS LUMP SUM 0213 871200 CHANGEABLE MESSAGE SIGN SYSTEM LS LUMP SUM 0214 038409 VARIABLE MESSAGE SIGN SYSTEM LS LUMP SUM 0215 871300 CAMERA SYSTEMS LS LUMP SUM 0216 871900 FIBER OPTIC CABLE SYSTEMS LS LUMP SUM 0217 017742 FIBER OPTIC CABLE SYSTEMS (BRIDGE) LS LUMP SUM 0218 039162 MODIFYING FIBER OPTIC CABLE SYSTEMS LS LUMP SUM 0219 872001 TEMPORARY LIGHTING SYSTEMS LS LUMP SUM 0220 017743 TEMPORARY ELECTRONIC TOLLING SYSTEMS LS LUMP SUM 0221 010575 MODIFYING CAMERA SYSTEMS LS LUMP SUM 0222 872131 MODIFYING LIGHTING SYSTEMS LS LUMP SUM 0223 872133 MODIFYING SIGNAL AND LIGHTING SYSTEMS LS LUMP SUM 0224 872137 MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS LS LUMP SUM 0225 872138 MODIFYING INTERCONNECTION CONDUIT AND CABLE LS LUMP SUM 0226 014381 MODIFYING TRAFFIC MONITORING STATION SYSTEMS LS LUMP SUM 0227 014382 MODIFYING ELECTRONIC TOLLING SYSTEMS LS LUMP SUM 0228 999990 MOBILIZATION LS LUMP SUM
Requirements: We are encouraging quotes from all DBE Subcontractors, Suppliers and Truckers. SFE is willing to breakout any portion of work to encourage DBE participation. St. Francis Electric, LLC. is an equal opportunity employer. We do not discriminate against any subcontractors, vendors, or employees regardless of sex, age, religion, race, sexual orientation, marital status, national origin, military service disabilities, creed, or national origin. If you need any assistance, feel free to contact us with any questions.
Date posted: 05/12/2025
Contractor: DeSilva Gates Construction Contact: Victor Le
Address: 11555 Dublin Blvd., Dublin, CA 94568
Phone: 925-829-9220 Fax: 925-803-4263 Email: dgcestimating@desilvagates.com
Services needed: DeSilva Gates Construction is requesting quotes from all qualified subcontractors and suppliers including certified DBE/SBE/DVBE firms for the following types of work, including but not limited to: Lead Compliance Plan, Construction Area Signs, Traffic Control System & Related Items, Traffic Control Supervisor, Barricades and Delineators and Channelizers, SWPPP & Related Items, Erosion Control (Temporary and Permanent), Street Sweeping, Noise Monitoring, Clearing & Grubbing, Roadway Excavation ( ADL), Retaining Wall Structure Excavation and Backfill, Landscape & Irrigation, High Friction Surface Treatment, Prime Coat, Geosynthetic Pavement Interlayer, Place HMA Dike, Tack Coat, Cold Plane, Soil Nail, Sign Structures & Related Items, Structural Concrete Retaining Wall & Related Items, Minor Concrete, Sound Wall (Masonry Block), Storm Drainage & Related Items, Alternative Pipeliner, Signal And Lighting, Maintaining Existing Electrical Systems, Fencing, Midwest Guardrail System & Related Items, Roadside Signs, Vegetation Control, Concrete Barrier, Cable Railing, Striping & Markings, Electrical, Cameras, Fiber Optic, Lighting, Interconnect, Modify Electrical Systems, Traffic Monitoring Station System, Hauling, Testing, Water Trucks, Aggregate Base Material, ATP Material, and HMA Material.
Requirements: DeSilva Gates is signatory to Operating Engineers and Laborers unions. 100% performance and payment bonds may be required for the full amount of subcontract price. DeSilva Gates will pay for bond premium up to 2%. Subcontractors must possess current insurance and worker’s compensation coverage meeting DeSilva Gates Construction’s requirements. Subcontractor will be required to sign the standard DeSilva Gates Construction Subcontract Agreement. A copy of the agreement can be obtained from our estimator. Quotations must be valid for the same duration as specified by the Owner for Contract Award. Plans and specifications are available for viewing at our Dublin office. Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies. DeSilva Gates intends to work cooperatively with all qualified firms seeking work on this project. DeSilva Gates is an equal opportunity employer.
Date posted: 05/13/2025
Contractor: CONTROLS SYSTEMS CONSULTING CORP Contact: ALBERT RUSSELL
Address: 5720 CALIFORNIA AVE UNIUT 200 IRVINE,CA, 92614
Phone: 949-849-7050 Fax: Email: ALBERTR@CONSYSCORP.COM
Services needed: To: Prime Contractors: We offer comprehensive expertise in Design, Drawing, Design review, Quality Control, Data Sheet, and Submittal Support for Full Electrical Systems—including: Power, Low Voltage, Controls, Network, Modify Traffic Monitoring Station/Electronic Toll, Modify Signal & Lighting, Modify Lighting, Ramp Metering System, Electrical, Fiber Optic Cable System, Roadside Signs, Drainage Pumping Equipment, Pumping Plant Electrical Equipment, Temporary Traffic Screen, are Traffic Control System. We are certified as a Small Business (SB), Microbusiness (MB), and Disadvantaged Business Enterprise (DBE), among others. Please Contact Us for any quote, request and information: ALBERT RUSSELL, phone: 949 849 7050 Email: ALBERTR@CONSYSCORP.COM
Requirements: To: Prime Contractors: We offer comprehensive expertise in Design, Drawing, Design review, Quality Control, Data Sheet, and Submittal Support for Full Electrical Systems—including: Power, Low Voltage, Controls, Network, Modify Traffic Monitoring Station/Electronic Toll, Modify Signal & Lighting, Modify Lighting, Ramp Metering System, Electrical, Fiber Optic Cable System, Roadside Signs, Drainage Pumping Equipment, Pumping Plant Electrical Equipment, Temporary Traffic Screen, are Traffic Control System. We are certified as a Small Business (SB), Microbusiness (MB), and Disadvantaged Business Enterprise (DBE), among others. Please Contact Us for any quote, request and information: ALBERT RUSSELL, phone: 949 849 7050 Email: ALBERTR@CONSYSCORP.COM
Date posted: 05/17/2025
Contractor: 2M General Engineering, Inc. Contact: Chris Post
Address: 1980 S River Rd, Suite F West Sacramento, Ca, 95691
Phone: 916-237-7445 Fax: Email: estimating@2mgeneral.com
Services needed: ATTENTION PRIMES: We offer Utility Locating, Potholing, and Excavation Services • Hydro Excavation (Potholing & Utility Verification) • Utility Locating & Marking (Private & Public Utilities) • Ground Penetrating Radar (GPR) • Pre/Post Surveying & GIS Mapping • Subsurface Utility Engineering (SUE) – ASCE 38-22 & 75-22 • Slot Trenching & Excavation • Concrete Coring & Saw Cutting • Backfilling 2M General Engineering specializes in utility investigations for public infrastructure projects, ensuring compliance with Caltrans standards. We provide precise, efficient, and safety-focused excavation and locating services to support roadway, bridge, and infrastructure development projects. Our team is SBE-certified and deeply experienced in working on Caltrans projects across multiple districts. 2M General Engineering, Inc. estimating@2mgeneral.com
Requirements:
Date posted: 05/28/2025
Contractor: Security Paving Company, Inc Contact: Kylee Dominguez
Address: 3075 Townsgate Road, Ste. 200 Westlake Village, CA 91361
Phone: 818-362-9200 Fax: 818-362-9300 Email: estimating@securitypaving.com
Services needed: Security Paving Company is looking for quotes from DBE Certified firms. All items including, but not limited to: Construction Area Signs, Traffic Control Systems, Temp. Striping, PCMS Boards, Implement BMP's, SWPPP, Temp. Drainage Inlet Protection, Temp. Fiber Roll, Temp. Gravel Bag Berm, Temp. Construction Entrance, Street Sweeping, Temp. Concrete Washout, Striping Removals, Treated Wood Waste, Noise Monitoring, Remove Concrete, Temp. High-Visibility Fence, Clear & Grub, Roadway Excavation, Structure Excavation, Structure Backfill, Imported Borrow, Wood Mulch, Irrigation Systems, Erosion Control, Incorporate Materials, Class 2 Aggregate Base, Asphalt Treated Permeable Base, High Friction Surface Treatment, Replace AC Surfacing, Prime Coat, Supply HMA, Geosynthetic Pavement Interlayer, Place HMA Dike, Place HMA, Tack Coat, Remove AC Pavement, Remove AC Dike, Cold Plane AC Pavement, Soil Nail, CIDH Concrete Piling, Structural Concrete, Minor Concrete, Architectural Treatment, Drill & Bond Dowel, Bar Reinforcing Steel, Sculpted Shotcrete, Structural Shotcrete, Sign Structures, Sound Wall, Underground, Rock Slope Protection, Rock Slope Protection Fabric, Pre/Post Construction Surveys, Misc. Iron & Steel, Electrical Systems, Prepare & Stain Shotcrete, Stain Galvanized Surfaces, Fencing, Pavement Markers, Concrete Barrier, Guardrail Systems, Roadside Signs, Permanent Striping, 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: 05/29/2025
Contractor: San Francisco Builders Exchange Contact: Deanna Johnson
Address: 850 S Van Ness Ave San Francisco, CA 94110
Phone: 415-282-8220 Fax: 415-821-0363 Email: djohnsonsf@sbcglobal.net
Services needed:
Requirements:
Date posted: 06/02/2025
Contractor: Ghilotti Construction Company, Inc. Contact: Annette Conley
Address: 246 Ghilotti Avenue Santa Rosa, CA 95407
Phone: 707-585-1221 Fax: 707-585-1601 Email: annette@ghilotti.com
Services needed: INVITATION TO BID Owner: Department of Transportation (CALTRANS) Bid Date & Time: 7/16/25 @ 2:00 PM Project: #04-1Q7214 – Hwy. 580, 680, 780 in Alameda, Contra Costa and Solano Counties at various locations Ghilotti Construction Company, Inc. is seeking certified DBE subcontractors, suppliers & truckers for construction (Install fiber optic cable system, ramp metering, and widen roadway) on Hwy. 580, 680, 780 in Alameda, Contra Costa and Solano Counties at various locations (04-Ala,CC,Sol-580, 680, 780-Var). Quotes requested include, but are not limited to, the following scopes of work: FABRIC & OILS, MATERIAL SUPPLY, CAS, TRAFFIC CONTROL, TEMPORARY K RAIL, COLD PLANE, DEMOLITION / BRIDGE REMOVAL, CLEAR & GRUB, ROADWAY EXCAVATION, STRUCTURE EXCAVATION, STRUCTURE BACKFILL, IMPORTED BORROW, LANDSCAPE / HIGHWAY PLANTING, EROSION CONTROL, IRRIGATION, AGGREGATE BASE, ASPHALT PAVING, PAVEMENT REINFORCING FABRIC, AC DIKE, CIDH PILES, STRUCTURAL CONCRETE, REINFORCING STEEL, AIR BLOWN MORTAR-SHOTCRETE, SIGN STRUCTURE, ROADSIDE SIGNS, ALTERNATIVE PIPE CULVERT (UNDERGROUND), ROCK SLOPE PROTECTION, CONCRETE CURB & SIDEWALK, FENCING, MBGR, METAL RAILING, CONCRETE BARRIER, THERMOPLASTIC STRIPING & PAVEMENT MARKINGS, SIGNAL & LIGHTING (ELECTRICAL), DETECTOR, RAMP METERING SYSTEM (ELECTRICAL), SWPPP PLANNING, SWEEPER, TRUCKER, ASPHALT TREATED PERMEABLE BASE, HIGH FRICTION SURFACE TREATMENT, SOIL NAIL, ARCHITECTURAL TREATMENT, RETAINING WALL, & PREPARE AND STAIN SHOTCRETE. Engineer's Estimate: $94,000,000 / DBE Goal: 23% / 700 WD / $16,000 per calendar day LD. Submit quotes by Noon on bid date. Contact our estimator for more information. GCC is available to discuss breaking out any portion of work to encourage minority participation.
Requirements: Mr. Jim Petnic (707/953-9619 or jimp@ghilotti.com) and Mr. Rod Barber (707/978-8779 or rod@ghilotti.com) are the Estimators for this project and is available to provide you with assistance to clarify any questions regarding the scope of work, including interpretation of plans, specifications and requirements, bid preparation and obtaining bonds, lines of credit, insurance and any technical assistance. GCC may also assist in obtaining any necessary equipment, supplies, materials or related services. (Please note: GCC may require Payment & Performance Bonds on all sub-contracts over $25,000 per Ca. Public Contract Code Sect. 4108. GCC will pay bond premiums up to 1 ½% of contract cost. GCC is a UNION CONTRACTOR. Any non-signatory subcontractors will be required to sign an agreement for trades covered under our agreements.) Plans, specifications and project requirements may be reviewed at our office in Santa Rosa. They may also be downloaded for free through the Department of Transportation via their website at https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=04-0K7804. Plans may also be viewed or purchased through local plan rooms, builder’s exchanges, or Dodge Scan. Ghilotti Construction Company encourages the use of minority and women subcontractors and suppliers and considers such to be an important aspect of the project. Project Requirements: By submitting a proposal, the bidder affirms that they have carefully examined ALL the bidding documents/Addenda and that from his/her own investigation, they have satisfied themselves as to the nature and location of the work. Subcontract Requirements: Subcontractors will be required to execute GCC’s written subcontract. A copy is available for inspection on GCC’s website: https://www.ghilotti.com/subcontractors/ and/or can be provided upon written request prior to bid submission. By submitting your bid, you agree that all Inconsistent Terms and Conditions contained in your bid shall be disregarded and the Terms and Conditions of the GCC standard subcontract shall control. “Inconsistent Terms and Conditions” is defined as any terms and conditions that may be attached to your bid other than the price and scope that are inconsistent or conflict with the Terms and Conditions of GCC’s standard subcontract. Union: GCC is a UNION CONTRACTOR. Non-signatory subcontractors will be required to sign an agreement for trades covered under our agreements. Insurance: • All bids must include compliance with GCC’s Addendum A, located at: https://www.ghilotti.com/subcontractors/ • CGL limits of $5,000,000/occurrence at a minimum (depending on scope) • GCC and Owner must be named as additional insured on CGL & Auto policies (form CG 20 10 11/85 or equivalent) • Completed operations coverage • Primary and non-contributory wording • Waiver of subrogation on both CGL & WC policies • Any additional costs to meet this requirement must be included in bid pricing. ***WE ARE AN EQUAL OPPORTUNITY EMPLOYER*** GHILOTTI CONSTRUCTION COMPANY, INC. 246 GHILOTTI AVENUE SANTA ROSA, CA 95407 PH: (707) 585-1221 * FX: (707) 585-1601
Date posted: 06/30/2025
Contractor: O.C. Jones & Sons, Inc. Contact: Bill Jensen
Address: 1520 Fourth Street Berkeley, CA 94710
Phone: 510-526-3424 Fax: 510-526-0990 Email: bjensen@ocjones.com
Services needed: REQUEST FOR DBE SUBCONTRACTORS AND SUPPLIERS We are soliciting quotes for (including but not limited to): Trucking, Temporary and Permanent Hydroseed and Erosion Control Measures, QC/QA Testing, Lead Compliance Plan, Construction Area Signs, Traffic Control System, Stationary Impact Attenuator Vehicle, Portable Radar Speed Feedback Sign System, Portable Changeable Message Sign, Temporary Crash Cushion, SWPPP, Stormwater Sampling, Analysis, and Annual Report, Sweeping, Treated Wood Waste, Noise Monitoring, Clearing & Grubbing, Structure Excavation, Structure Backfill, Imported Borrow, Irrigation, Asphalt Treated Permeable Base, High Friction Surface Treatment, Prime Coat, Geosynthetic Pavement Interlayer, AC Dike, Tack Coat, Cold Plane AC, Soil Nail, CIDH Concrete Pile, Landscaping, Minor Concrete, Architectural Treatment, Drill & Bond Dowel, Bar Reinforcing Steel, Sculpted Shotcrete, Roadside Signs, Sound Wall (Masonry Block), Concrete Backfill, Underground, Storm Drain Materials, Alternative Pipe Liners, Abandon Culvert, Rock Slope Protection, Detectable Warning Surface, Pre/Post Construction Survey, Misc. Iron & Steel, Sign Structures, Signal & Lighting, Maintain Existing Electrical Systems, Prepare & Stain Shotcrete, Fencing, Delineator, Concrete Barrier, Guardrail System, Object Marker, Vegetation Control (Minor Concrete), Cable Railing, Transition Railing, Alternative Crash Cushion, Striping & Marking, Maintain Existing Traffic Management System Elements During Construction, Ramp Metering System, Changeable Message Sign System, Variable Message Sign System, Camera Systems, Fiber Optic Cable Systems, Temporary Electronic Tolling Systems, and Construction Materials
Requirements: O. C. Jones & Sons, Inc. 1520 Fourth St., Berkeley, CA 94710 - 510/526-3424 FAX: 510/526-0990 Bill Jensen (510-809-3488 bjensen@ocjones.com) is the estimator on this project and is available to provide assistance or answer questions regarding the project scope of work including bid requirements, break out of bid items, plan or spec interpretation, bonding or insurance requirements, and other bid assistance. Plans and specs are available to review at our Berkeley office or can be sent out via Building Connected. Plans are also available under the Advertised Projects tab at the Caltrans website at: http://ppmoe.dot.ca.gov/des/oe/contract-awards-services.html. PDF format quotes should be emailed to the estimator or faxed to 510-526-0990 prior to 12:00 PM on the date of the bid. Quotes from DBE Subcontractors, Suppliers and Truckers are highly encouraged. OCJ is willing to breakout any portion of work to encourage DBE participation. Subcontractors must possess a current DIR, Contractors License, and insurance and workers compensation coverage including waiver of subrogation. OCJ may require Performance and Payment bonds on subcontracts. OCJ will pay the bond premium up to 2% of the contract value. Please contact OCJ for any assistance required by your firm in obtaining bonding or insurance. The US Small Business Administration may also assist you in obtaining bonding - please see the following site for information: http://www.sba.gov/content/contractors. Visit the California Access to Capital Program Financing Solutions website for additional resources for your small business - http://www.calbizfinance.org/cal_cert_biz_program.html. OCJ is available to help obtain necessary equipment, material and/or supplies. All subcontractors are required to execute OC Jones’ standard subcontract agreement, comply with all insurance requirements, and name OCJ as additional insured. Copies of our agreement and insurance requirements are available upon request. OCJ is a Union contractor, and we are signatory to the Operating Engineers, Laborers, Teamsters, and Carpenters. OCJ is an Equal Opportunity Employer.
Date posted: 06/13/2025
Contractor: Tennyson Electric Contact: Jacob Blea
Address: 7275 National Dr, Suite A-2 Livermore
Phone: 925-606-1038 Fax: 925-606-7656 Email: jen@tennysonelec.com
Services needed:
Requirements:
Date posted: 06/16/2025
Contractor: Bay Cities Paving & Grading Inc. Contact: Ben Rodriguez
Address: 1450 Civic Ct Building B, Suite 400 Concord, CA 94520
Phone: 925-687-6666 Fax: 925-687-2122 Email: estimating@baycities.us
Services needed: Sub-trades supplier needed for the following work, but not limited to: ***ALL ITEMS ARE OPEN TO BID, INCLUDING ITEMS BAY CITIES PAVING & GRADING WOULD NORMALLY SELF-PERFORM***; LEAD COMPLIANCE PLAN, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, TEMPORARY PAVEMENT MARKING, TEMPORRARY TRAFFIC STRIPE, CHANNELIZER, PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM, TEMPORARY BARRIER SYSTEM, PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY CRASH CUSHION MODULE, JOB SITE MANAGEMENT, STORMWATER PULLUTION PREVENTION PLAN, STORMWATER SAMPLING AND ANALYSIS DAY, STORMWATER ANNUAL REPORT, TEMPORARY DRAINAGE INLET PROTECTION, TEMPORARY FIBER ROLL, TEMPORARY GRAVEL BAG BERM, STREET SWEEPING, CONCRETE WASHOUT, REMOVE YELLOW THERMOPLASTIC STRIPE, TREATED WOOD WASTE, NOISE MONITORING, REMOVE CONCRETE, TEMPORARY HIGH-VISILBILITY FENCE, CLEARING AND GRUBBING, ROADWAY EXCAVATION, STRUCTURE EXCAVATION, STRUCTURE BACKFILL, IMPORTED BORROW, WOOD MULCH, IRRIGATION FACILITIES, CONTROL AND NEUTRAL CONDUCTORS, 1” REMOTE CONTROL VALVE, GATE VALVES, 1 ½” PLASTIC PIPE, HYDROMULCH, FIBER ROLLS, HYDROSEED, COMPOST, CLASS 2 AGGREGATE BASE, ASPHALT TREATED PERMEABLE BASE, HIGH FRICTION SURFACE TREATMENT, PRIME COAT, HOT MIX ASPHALT (TYPE A), PLACE HOT MIX ASPHALT DIKE, REMOVE ASPHALT CONRETE DIKE, SOIL NAIL, STRUCTURAL CONCRETE, TACK COAT, BAR REINFORCING STEEL, SCULPTED SHOTCRETE, INSTALL SIGN STRUCTURE, TRASH NET, SOUND WALL AND SOUND GATE, REINFORCED CONCRETE PIPE, GEOCOMPOSITE DRAIN, GRATED LINE DRAIN, ADJUST AND REMOVE INLETS, ALTERNATIVE PIPELINERS, MINOR CONCRETE, DETECTABLE WARNING SURFACES, SIGNAL AND LIGHTING, CHAIN LINK GATES, CONCRETE BARRIER DELINATORS, PAVEMENT MARKER, REMOVE ROAD SIDE SIGNS, FURNISH SINGLE SHEET ALUMINUM SIGN, MIDWEST GUARDRAIL SYSTEM, CABLE RAILING, END CAP, REMOVE GUARDRAIL, THERMOPLASTIC STRIPE, TRAFFIC MONITORING SYSTEM, CAMERA SYSTEMS, FIBER OPTIC CABLES SYSTEM, TEMPORARY LIGHTING SYSTEMS, MODYIFYING CAMERA SYSTEMS, MODIFYING ELETRONIC TOLLING SYSTEMS, AND TRUCKING.
Requirements: Plans and specifications for the Project are available for review at our office at 1450 Civic Court, Concord, CA 94520 or can be downloaded, please contact BCPG estimating department for assistance. Plans and specs can also be downloaded on the Caltrans website over at https://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php 100% Performance, Payment Bonds by an admitted surety naming prime contractor as oblige, in the full amount of the subcontractors bid shall be required. Retention will be withheld if subcontractor fails to provide bonds. Bonding assistance is available, Bay Cities Paving & Grading, Inc., will pay bond premium up to 2%. Call Michael Phan at (925) 687-6666 for assistance with credit line, bonding, insurance, equipment, supplies and materials. Subcontractors will be required to enter into our standard contract. Items of work can be broken down to facilitate DBE and SBE participation. BCPG will make every effort to work cooperatively with all qualified firms seeking work on this project. Please be advised, Contractors and Subcontractors must register with the D.I.R (Department of Industrial Relations) in order to bid on public works projects. Registration with the D.I.R. costs $300 and covers the fiscal year (July 1 to June 30th). To verify the status of your D.I.R. number, please visit: http://www,dir.ca.gov/Public-Works/Contractors.html. Bay Cities Paving & Grading is signatory to the following Unions: Operators, Laborers, Teamsters, & Cement Masons. Bay Cities Paving & Grading, Inc. is an Equal Opportunity Employer.
Date posted: 06/19/2025
Contractor: Mercer-Fraser Company Contact: Kody King
Address: PO Box 1006 Eureka, CA 95502
Phone: 707-443-6371 Fax: 707-443-0277 Email: bids@mercerfraser.com
Services needed: LEAD COMPLIANCE PLAN, LEVEL 2 CRITICAL PATH METHOD SCHEDULE, DISPUTE RESOLUTION BOARD ON-SITE MEETING, HOURLY OFF-SITE DISPUTE-RESOLUTION-BOARD-RELATED TASKS, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, TRAFFIC CONTROL SUPERVISOR, STATIONARY IMPACT ATTENUATOR VEHICLE, TYPE III BARRICADE, TEMP PAVEMENT MARKING, TEMP TRAFFIC STRIPE, CHANNELIZER, PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM, TEMP BARRIER SYSTEM, TEMP PEDESTRIAN ACCESS ROUTE, PORTABLE CHANGEABLE MESSAGE SIGN, TEMP CRASH CUSHION MODULE, TEMP CRASH CUSHION, JOB SITE MANAGEMENT, STORMWATER POLLUTION PREVENTION PLAN, STORMWATER (SAMPLING, ANALYSIS & REPORTING), TEMP DRAINAGE INLET PROTECTION, TEMP FIBER ROLL, TEMP GRAVEL BAG BERM, TEMP CONSTRUCTION ENTRANCE, STREET SWEEPING, TEMP CONCRETE WASHOUT, REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE,TREATED WOOD WASTE, NOISE MONITORING, REMOVE CONCRETE, TEMP HIGH-VISIBILITY FENCE, CLEAR & GRUB, ROADWAY EXCAVATION, STRUCTURE EXCAVATION, STRUCTURE BACKFILL, IMPORTED BORROW, WOOD MULCH, CHECK & TEST EXISTING IRRIGATION FACILITIES, OPERATE EXISTING IRRIGATION FACILITIES, REMOVE IRRIGATION FACILITY, CONTROL & NEUTRAL CONDUCTORS, REMOTE CONTROL VALVE, WYE STRAINER ASSEMBLY, CERTIFY EXISTING BACKFLOW PREVENTERS, GATE VALVE, PLASTIC PIPE, QUICK COUPLING VALVE, BALL VALVE, WELDED STEEL PIPE CONDUIT, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDROMULCH, FIBER ROLLS, HYDROSEED, COMPOST, INCORPORATE MATERIALS, CLASS 2 AGGREGATE BASE, ASPHALT TREATED PERMEABLE BASE, HIGH FRICTION SURFACE TREATMENT, REPLACE ASPHALT CONCRETE SURFACING, PRIME COAT, HOT MIX ASPHALT, GEOSYNTHETIC PAVEMENT INTERLAYER, PLACE HOT MIX ASPHALT DIKE, PLACE HOT MIX ASPHALT, TACK COAT, REMOVE ASPHALT CONCRETE PAVEMENT, REMOVE ASPHALT CONCRETE DIKE, COLD PLANE ASPHALT CONCRETE PAVEMENT, SOIL NAIL, CAST-IN-DRILLED-HOLE CONCRETE PILE, STRUCTURE CONCRETE, ARCHITECTURAL TREATMENT, DRILL & BOND DOWEL, BAR REINFORCING STEEL, SCULPTED SHOTCRETE, STRUCTURAL SHOTCRETE, FURNISH & INSTALL SIGN STRUCTURE, REMOVE SIGN STRUCTURE WALKWAY, SOUND WALL, ACCESS GATE (SOUND WALL), REMOVE SOUND WALL, CONCRETE BACKFILL, TRASH NET, PLASTIC PIPE, REINFORCED CONCRETE PIPE, CORRUGATED STEEL PIPE, PLASTIC PIPE UNDERDRAIN, PLASTIC PIPE, SLOTTED PLASTIC PIPE UNDERDRAIN, GEOCOMPOSITE DRAIN, PIPE DOME, GRATED LINE DRAIN, INLET DEPRESSION, ABANDON CULVERT, REMOVE CULVERT, REMOVE INLET, ADJUST INLET, CAP INLET, ALTERNATIVE PIPELINER, CONCRETE, ROCK SLOPE PROTECTION, ROCK SLOPE PROTECTION FABRIC, DETECTABLE WARNING SURFACE, MINOR CONCRETE, PRE/POST CONSTRUCTION SURVEYS, MISC IRON & STEEL, SIGNAL AND LIGHTING (CITY), MAINTAINING EXISTING ELECTRICAL SYSTEMS, PREP & STAIN SHOTCRETE, STAIN GALVANIZED SURFACES, CHAIN LINK GATE, REMOVE CHAIN LINK FENCE, RECONSTRUCT CHAIN LINK FENCE, REMOVE PAVEMENT MARKER, DELINEATOR, CONCRETE BARRIER DELINEATOR, GUARD RAILING DELINEATOR, PAVEMENT MARKER, TREATMENT BEST MANAGEMENT PRACTICE MARKER, OBJECT MARKER, REMOVE ROADSIDE SIGN, REMOVE SIGN PANEL, FURNISH LAMINATED PANEL SIGN, FURNISH SINGLE SHEET ALUMINUM SIGN, METAL (BARRIER MOUNTED SIGN), ROADSIDE SIGN, INSTALL SIGN, INSTALL SIGN PANEL ON EXISTING FRAME, MIDWEST GUARDRAIL SYSTEM, VEGETATION CONTROL (MINOR CONCRETE), CABLE RAILING, TRANSITION RAILING, END CAP, END ANCHOR ASSEMBLY, ALTERNATIVE CRASH CUSHION, ALTERNATIVE IN-LINE TERMINAL, ALTERNATIVE CRASH CUSHION, CONCRETE BARRIER, CONCRETE BARRIER TRANSITION, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, REMOVE CRASH CUSHION, THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY), THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), REMOVE THERMOPLASTIC TRAFFIC STRIPE, REMOVE THERMOPLASTIC PAVEMENT MARKING, TRAFFIC STRIPE TAPE, TRAFFIC STRIPE TAPE WITH CONTRAST, MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION, MAINTAINING EXISTING FIBER OPTIC CABLE SYSTEMS AND ELECTRONIC TOLLING SYSTEMS DURING CONSTRUCTION, RAMP METERING SYSTEM, TRAFFIC MONITORING STATION SYSTEM, MODIFYING RECTANGULAR RAPID FLASHING BEACON SYSTEMS, CHANGEABLE MESSAGE SIGN SYSTEM, VARIABLE MESSAGE SIGN SYSTEM, CAMERA SYSTEMS, FIBER OPTIC CABLE SYSTEMS, MODIFYING FIBER OPTIC CABLE SYSTEMS, TEMP LIGHTING SYSTEMS, TEMP ELECTRONIC TOLLING SYSTEMS, MODIFYING CAMERA SYSTEMS, MODIFYING LIGHTING SYSTEMS, MODIFYING SIGNAL & LIGHTING SYSTEMS, MODIFYING CHANGEABLE MESSAGE SIGN SYSTEMS, MODIFYING INTERCONNECTION CONDUIT & CABLE, MODIFYING TRAFFIC MONITORING STATION SYSTEMS, MODIFYING ELECTRONIC TOLLING SYSTEMS, POTHOLE UNDERGROUND UTILITIES, CONCRETE BARRIER
Requirements: Mercer-Fraser Company is an Equal Opportunity Employer and is signatory with the Operating Engineers, Laborers, Carpenters and Teamsters Unions. Plans and specifications for this project are available to review upon request, or on the Caltrans Website. Mercer-Fraser Company will negotiate in Good Faith with all prospective subcontractors and suppliers for this project. Assistance may be provided to obtain bonding, lines of credit, insurance, necessary equipment, supplies and materials. Mercer-Fraser Company will break up items into economically feasible packages to encourage minority participation. Scope letters (including subcontractor conditions or exceptions) should be received 24 hours prior to bid time to allow for proper evaluation and review. If your company is subject to the Air Resources Board Off-Road Diesel Vehicle Regulation please include your Certificate of Compliance with your quote. 100% performance and payment bonds may be required for the full amount of subcontract price by an admitted surety and subject to approval by Mercer-Fraser Company. Mercer-Fraser Company will pay for bond premium up to 1.5%. Subcontractors must possess a current applicable Contractors license, DIR number, insurance and workers compensation coverage meeting Mercer-Fraser Company and Caltrans minimum requirements during the entire length on the contract, and will be required to sign the standard Mercer-Fraser Company Subcontract Agreement and provide a waiver of subrogation. A copy of the insurance requirements and subcontract agreement can be obtained by contacting our office.
Date posted: 06/23/2025
Contractor: Ghilotti Bros., Inc. Contact: Sarah Kriletich
Address: 525 Jacoby Street San Rafael,CA 94901
Phone: 415-454-7011 Fax: 415-454-8376 Email: sarahk@gbi1914.com
Services needed: Ghilotti Bros., Inc. is actively soliciting quotes from certified DBE Subcontractors, Material Suppliers, and Truckers for (but not limited to) the following categories of work: Clear and Grub, Rebar, Pre/post Construction Survey, Soil Nail Wall, Underground Pipe & Structures, Traffic Control, HMA, AB, PCC, Trucking Other subcontract trades and suppliers are encouraged to contact us for opportunities. PLEASE EMAIL QUOTES BY NOON ON BID DAY TO: Estimator@gbi1914.com All Subs: Be sure to take advantage of the OPT-IN function on the Caltrans Website.
Requirements: We work with interested subcontractors to identify opportunities, breaking items down into economically feasible units. Estimator Jeremy Chua (estimator@gbi1914.com) will answer questions and provide clarification regarding the scope of work, plans, specs, requirements, bid preparation or any other technical assistance. Please send us an E-mail for a Link to the Plans & Specs. Non-DBE Subs/Suppliers: You are encouraged to carry a proportionate percentage of 2nd-tier DBE participation with your quote and this participation will be evaluated with your price. NOTE: Contractors License Number, DIR Registration Number and DBE Cert Number (or other agency) must be listed on any quote submitted to GBI. 100% Payment and Performance Bonds as well as Insurance Waiver of subrogation are required of subcontractors. Ghilotti Bros. intends to work cooperatively with all qualified firms seeking work on this project. Certified DBE's please contact us if you need help obtaining bonding, insurance, lines of credit, equipment, materials, supplies or some other form of assistance in order to participate. Subcontractors must possess a current contractor's license, insurance and worker's compensation coverage and will be required to enter into our standard contract. Please note that this is a prevailing wage project and Ghilotti Bros. is Union signatory. Subcontractors will be subject to the terms and conditions of Ghilotti Bros. subcontract and safety documents which are available upon request. Ghilotti Bros., Inc. is an Equal Opportunity Employer and actively hires U.S. Veterans.
Date posted: 06/27/2025