Search Results: Planholders
Listing for all primes seeking assistance with project 08-1L1804.
8 records found
Contractor: Beador Construction Company, Inc. Contact: David Beador
Address: 2900 Bristol Street, D204 Costa Mesa, CA 92626
Phone: 951-674-7352 Fax: 951-674-7495 Email: estimating@beador.com
Services needed: Beador Construction Company Inc. is seeking quotes from all qualified subcontractors and suppliers including certified DBE firms. ALL BID ITEMS ARE OPEN: 0001 070030 LEAD COMPLIANCE PLAN LS LUMP SUM 0002 080060 LEVEL 2 CRITICAL PATH METHOD SCHEDULE LS LUMP SUM 0003 090100 TIME-RELATED OVERHEAD (WDAY) WDAY 200 0004 090205 DISPUTE RESOLUTION BOARD ON-SITE MEETING EA 4 0005 090210 HOURLY OFF-SITE DISPUTE-RESOLUTION-BOARD-RELATED TASKS HR 20 0006 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM 0007 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM 0008 120101 TRAFFIC CONTROL SUPERVISOR DAY 40 0009 120103 STATIONARY IMPACT ATTENUATOR VEHICLE DAY 500 0010 120149 TEMPORARY PAVEMENT MARKING (PAINT) SQFT 84 0011 120159 TEMPORARY TRAFFIC STRIPE (PAINT) LF 7,500 0012 120165 CHANNELIZER (SURFACE MOUNTED) EA 690 0013 120207 PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM DAY 1,060 0014 120300 TEMPORARY PAVEMENT MARKER EA 130 0015 017460 TEMPORARY BARRIER SYSTEM (MASH TL-3) LF 14,100 0016 124000 TEMPORARY PEDESTRIAN ACCESS ROUTE LS LUMP SUM 0017 128651 PORTABLE CHANGEABLE MESSAGE SIGN (EA) EA 25 0018 128655 TEMPORARY AUTOMATED END OF QUEUE WARNING SYSTEM (TYPE 1) DAY 240 0019 128659 END OF QUEUE MONITORING AND WARNING WITH TRUCK MOUNTED CHANGEABLE MESSAGE SIGN DAY 10 0020 129100 TEMPORARY CRASH CUSHION MODULE EA 5 0021 129105 TEMPORARY CRASH CUSHION TL-2 EA 4 0022 129108 TEMPORARY CRASH CUSHION TL-3 EA 10 0023 129152 TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM EA 4 0024 130100 JOB SITE MANAGEMENT LS LUMP SUM 0025 130301 STORMWATER POLLUTION PREVENTION PLAN LS LUMP SUM 0026 130331 STORMWATER ANNUAL REPORT EA 2 0027 130560 TEMPORARY SOIL BINDER SQYD 6,000 0028 130570 TEMPORARY COVER SQYD 1,000 0029 130620 TEMPORARY DRAINAGE INLET PROTECTION EA 10 0030 130640 TEMPORARY FIBER ROLL LF 5,000 0031 130710 TEMPORARY CONSTRUCTION ENTRANCE EA 4 0032 130900 TEMPORARY CONCRETE WASHOUT LS LUMP SUM 0033 141103 REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE) LF 34,900 0034 141120 TREATED WOOD WASTE LB 66,500 0035 148005 NOISE MONITORING LS LUMP SUM 0036 153121 REMOVE CONCRETE (CY) CY 8 0037 170103 CLEARING AND GRUBBING (LS) LS LUMP SUM 0038 190101 ROADWAY EXCAVATION CY 1,990 0039 200114 ROCK BLANKET SQFT 40 0040 210010 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 3 0041 210430 HYDROSEED SQFT 36,000 0042 260203 CLASS 2 AGGREGATE BASE (CY) CY 29 0043 280015 LEAN CONCRETE BASE RAPID SETTING CY 1,740 0044 280200 REPLACE BASE CY 1,190 0045 360200 BASE BOND BREAKER SQYD 17,600 0046 390095 REPLACE ASPHALT CONCRETE SURFACING CY 750 0047 390100 PRIME COAT TON 89 0048 390132 HOT MIX ASPHALT (TYPE A) TON 160 0049 390137 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) TON 7,270 0050 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 700 0051 394076 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 170 0052 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 2,230 0053 394090 PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA) SQYD 37 0054 397005 TACK COAT TON 12 0055 398100 REMOVE ASPHALT CONCRETE DIKE LF 3,200 0056 398200 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 55,900 0057 401055 JOINTED PLAIN CONCRETE PAVEMENT (RSC) CY 3,080 0058 410096 DRILL AND BOND (DOWEL BAR) EA 6,080 0059 411105 INDIVIDUAL SLAB REPLACEMENT (RSC) CY 2,130 0060 414241 ISOLATION JOINT SEAL (SILICONE) LF 13,100 0061 418002 REMOVE CONCRETE PAVEMENT AND BASE CY 2,910 0062 420201 GRIND EXISTING CONCRETE PAVEMENT SQYD 239,000 0063 510094 (F) - STRUCTURAL CONCRETE, DRAINAGE INLET CY 1 0064 510502 (F) - MINOR CONCRETE (MINOR STRUCTURE) CY 53 0065 710132 REMOVE CULVERT (LF) LF 2.6 0066 710150 REMOVE INLET EA 1 0067 723070 ROCK SLOPE PROTECTION (150 LB, CLASS III, METHOD B) (CY) CY 15 0068 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 14 0069 730020 MINOR CONCRETE (CURB) (CY) CY 8 0070 730045 MINOR CONCRETE (GUTTER) (CY) CY 24 0071 730070 DETECTABLE WARNING SURFACE SQFT 18 0072 731623 MINOR CONCRETE (CURB RAMP) CY 1.7 0073 731850 REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) (CY) CY 43 0074 750001 (F) - MISCELLANEOUS IRON AND STEEL LB 326 0075 810120 REMOVE PAVEMENT MARKER EA 5,650 0076 810170 DELINEATOR (CLASS 1) EA 20 0077 810190 GUARD RAILING DELINEATOR EA 130 0078 810230 PAVEMENT MARKER (RETROREFLECTIVE) EA 7,780 0079 820113 TREATMENT BEST MANAGEMENT PRACTICE MARKER EA 4 0080 820250 REMOVE ROADSIDE SIGN EA 1 0081 820750 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED) SQFT 8 0082 820760 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED) SQFT 16 0083 820840 ROADSIDE SIGN - ONE POST EA 2 0084 832006 MIDWEST GUARDRAIL SYSTEM (STEEL POST) LF 1,940 0085 832018 MIDWEST GUARDRAIL SYSTEM (8' STEEL POST) LF 1,680 0086 832070 VEGETATION CONTROL (MINOR CONCRETE) SQYD 1,720 0087 839219 DOUBLE MIDWEST GUARDRAIL SYSTEM (STEEL POST) LF 88 0088 037608 CONCRETE BARRIER (TYPE 60MSF MODIFIED) LF 180 0089 839544 TRANSITION RAILING (TYPE AGT) EA 8 0090 017737 DOUBLE TRANSITION RAILING (TYPE AGT) EA 1 0091 839580 END ANCHOR ASSEMBLY (TYPE SFT-M) EA 5 0092 839582 END ANCHOR ASSEMBLY (TYPE CA) EA 1 0093 013754 ALTERNATIVE CRASH CUSHION TL-2 EA 2 0094 015299 ALTERNATIVE IN-LINE TERMINAL TL-3 EA 12 0095 015019 ALTERNATIVE CRASH CUSHION TL-3 EA 2 0096 015705 ALTERNATIVE MEDIAN TERMINAL TL-3 EA 1 0097 839649 CONCRETE BARRIER (TYPE 60MS) LF 280 0098 839745 (F) - CONCRETE BARRIER TRANSITION LF 113 0099 839752 REMOVE GUARDRAIL LF 4,430 0100 839774 REMOVE CONCRETE BARRIER LF 370 0101 840516 THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY) SQFT 13,400 0102 840517 PREFORMED THERMOPLASTIC PAVEMENT MARKING SQFT 430 0103 846007 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 96,400 0104 846009 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 2,320 0105 846013 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 11,500 0106 846030 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 58,800 0107 846035 REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 1,440 0108 847077 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3) LF 10,100 0109 847194 CONTRAST STRIPE PAINT (1-COAT) LF 66,100 0110 847200 REMOVE 6" TRAFFIC STRIPE LF 124,000 0111 847222 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 82,500 0112 847224 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) LF 1,780 0113 847225 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 36,400 0114 870009 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION LS LUMP SUM 0115 872133 MODIFYING SIGNAL AND LIGHTING SYSTEMS LS LUMP SUM 0116 872134 MODIFYING RAMP METERING SYSTEMS LS LUMP SUM 0117 872135 MODIFYING TRAFFIC MONITORING STATIONS LS LUMP SUM 0118 999990 MOBILIZATION LS LUMP SUM
Requirements: Beador is a Union Contractor and we require Union Subcontractors. Subcontractors will be required to meet Beador's insurance and labor requirements. Subcontractors may be required to provide 100% Payment and Performance Bonds from a surety acceptable to Beador. Beador will reimburse for bond premium not to exceed 1% of subcontract. Please contact us for assistance.
Date posted: 06/17/2025
Contractor: Peterson Chase General Engineering Construction Inc. Contact: Kali Goglanian
Address: 16351 Construction Circle West Irvine, CA 92606
Phone: 949-252-0441 Fax: 949-242-2248 Email: bids@petersonchase.com
Services needed: Peterson-Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following items of work, including but not limited to: Lead Compliance Plan, Construction Area Signs, Traffic Control System, Traffic Control Supervisor, Stationary Impact Attenuator Vehicle, Temporary Pavement Marking (Paint) Temporary Traffic Stripe (Paint), Channelizer (Surface Mounted), Portable Radar Speed Feedback Sign System, Temporary Pavement Marker, Temporary Barrier System (Mash Tl-3), Temporary Pedestrian Access Route, Portable Changeable Message Sign (Ea), Temporary Automated End Of Queue Warning System (Type 1), End Of Queue Monitoring And Warning With Truck Mounted Changeable Message Sign, Temporary Crash Cushion Module, Temporary Crash Cushion Tl-2, Temporary Crash Cushion Tl-3, Temporary Radar Speed Feedback Sign System, Stormwater Pollution Prevention Plan, Stormwater Annual Report, Temporary Soil Binder, Temporary Cover, Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temporary Construction Entrance, Temporary Concrete Washout, Remove Yellow Thermoplastic Traffic Stripe (Hazardous Waste), Treated Wood Waste, Noise Monitoring, Remove Concrete (Cy), Clearing And Grubbing (Ls), Roadway Excavation, Rock Blanket, Move-In/Move-Out (Erosion Control) , Hydroseed, Class 2 Aggregate Base (Cy), Lean Concrete Base Rapid Setting, Replace Base, Base Bond Breaker, Replace Asphalt Concrete Surfacing, Prime Coat, Hot Mix Asphalt (Type A), Rubberized Hot Mix Asphalt (Gap Graded), 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, Remove Asphalt Concrete Dike, Cold Plane Asphalt Concrete Pavement, Jointed Plain Concrete Pavement (Rsc), Drill And Bond (Dowel Bar), Individual Slab Replacement (Rsc), Isolation Joint Seal (Silicone), Remove Concrete Pavement And Base, Grind Existing Concrete Pavement, Structural Concrete, Drainage Inlet, Minor Concrete (Minor Structure), Remove Culvert (Lf), Remove Inlet, Rock Slope Protection (150 Lb, Class Iii, Method B) (Cy), Rock Slope Protection Fabric (Class 8) , Minor Concrete (Curb) (Cy) Minor Concrete (Gutter) (Cy), Detectable Warning Surface, Minor Concrete (Curb Ramp), Remove Concrete (Curb, Gutter, And Sidewalk) (Cy),Miscellaneous Iron And Steel, Remove Pavement Marker, Delineator (Class 1), Guard Railing Delineator, Pavement Marker (Retroreflective), Treatment Best Management Practice Marker, Remove Roadside Sign, Furnish Single Sheet Aluminum Sign (0.063"-Unframed), Furnish Single Sheet Aluminum Sign (0.080"-Unframed), Roadside Sign - One Post, Midwest Guardrail System (Steel Post), Midwest Guardrail System (8' Steel Post), Vegetation Control (Minor Concrete), Double Midwest Guardrail System (Steel Post), Concrete Barrier (Type 60msf Modified), Transition Railing (Type Agt), Double Transition Railing (Type Agt), End Anchor Assembly (Type Sft-M), End Anchor Assembly (Type Ca), Alternative Crash Cushion Tl-2, Alternative In-Line Terminal Tl-3, Alternative Crash Cushion Tl-3, Alternative Median Terminal Tl-3, Concrete Barrier (Type 60ms), Concrete Barrier Transition, Remove Guardrail, Remove Concrete Barrier, Thermoplastic Pavement Marking (Enhanced Wet Night Visibility), Preformed Thermoplastic Pavement Marking, 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), 8" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), 12" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), Remove Thermoplastic Traffic Stripe, Remove Thermoplastic Pavement Marking, 8" Traffic Stripe Tape With Contrast (Warranty) (Broken 12-3), Contrast Stripe Paint (1-Coat), Remove 6" Traffic Stripe, 6" Traffic Stripe Tape With Contrast (Warranty) (Broken 36-12), 8" Traffic Stripe Tape With Contrast (Warranty), 8" Traffic Stripe Tape With Contrast (Warranty) (Broken 36-12), Maintaining Existing Traffic Management System Elements During Construction, Modifying Signal And Lighting Systems, Modifying Ramp Metering Systems, Modifying Traffic Monitoring Stations
Requirements: Peterson-Chase GEC., Inc. can assist in payment of a reasonable bond premium. A 100% payment bond and performance bond may be required for the full amount of the subcontract price. Please provide a bond premium rate with your quote. If you have any questions, need assistance in obtaining bonding, lines of credit, insurance, equipment, supplies, materials or related assistance in services, plans and specs, please contact Dick Vogels at our office. Please note that no contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. Subcontractors must possess an active contractor’s license, insurance and worker’s compensation coverage meeting Caltrans’ requirements and will be required to sign the standard Peterson-Chase GEC., Inc. Subcontract Agreement. Peterson-Chase GEC., Inc. is an equal opportunity employer. We do not discriminate against any qualified employee, applicants for employment, subcontractors or vendors regardless of age, race color, creed, religion, sex, sexual orientation, marital status, national origin, military service disabilities, disable veterans or Vietnam era veteran status. If you need any assistance, please do not hesitate to call our office. Items of work may be broken down into economically feasible packages to encourage participation. Peterson-Chase GEC., Inc. intends to work cooperatively with all qualified firms seeking work on this project.
Date posted: 06/17/2025
Contractor: Nationwide General Construction services, inc Contact: Elie nader
Address: 7660 Liberty Dr. Huntington Beach, Ca, 92647
Phone: 949-500-0894 Fax: 562-683-2163 Email: Bids@nationwidecontractors.net
Services needed: Nationwide General Construction services, inc is seeking quotes from all qualified subcontractors and suppliers including certified DBE firms. ALL BID ITEMS ARE OPEN: 0001 070030 LEAD COMPLIANCE PLAN LS LUMP SUM 0002 080060 LEVEL 2 CRITICAL PATH METHOD SCHEDULE LS LUMP SUM 0003 090100 TIME-RELATED OVERHEAD (WDAY) WDAY 200 0004 090205 DISPUTE RESOLUTION BOARD ON-SITE MEETING EA 4 0005 090210 HOURLY OFF-SITE DISPUTE-RESOLUTION-BOARD-RELATED TASKS HR 20 0006 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM 0007 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM 0008 120101 TRAFFIC CONTROL SUPERVISOR DAY 40 0009 120103 STATIONARY IMPACT ATTENUATOR VEHICLE DAY 500 0010 120149 TEMPORARY PAVEMENT MARKING (PAINT) SQFT 84 0011 120159 TEMPORARY TRAFFIC STRIPE (PAINT) LF 7,500 0012 120165 CHANNELIZER (SURFACE MOUNTED) EA 690 0013 120207 PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM DAY 1,060 0014 120300 TEMPORARY PAVEMENT MARKER EA 130 0015 017460 TEMPORARY BARRIER SYSTEM (MASH TL-3) LF 14,100 0016 124000 TEMPORARY PEDESTRIAN ACCESS ROUTE LS LUMP SUM 0017 128651 PORTABLE CHANGEABLE MESSAGE SIGN (EA) EA 25 0018 128655 TEMPORARY AUTOMATED END OF QUEUE WARNING SYSTEM (TYPE 1) DAY 240 0019 128659 END OF QUEUE MONITORING AND WARNING WITH TRUCK MOUNTED CHANGEABLE MESSAGE SIGN DAY 10 0020 129100 TEMPORARY CRASH CUSHION MODULE EA 5 0021 129105 TEMPORARY CRASH CUSHION TL-2 EA 4 0022 129108 TEMPORARY CRASH CUSHION TL-3 EA 10 0023 129152 TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM EA 4 0024 130100 JOB SITE MANAGEMENT LS LUMP SUM 0025 130301 STORMWATER POLLUTION PREVENTION PLAN LS LUMP SUM 0026 130331 STORMWATER ANNUAL REPORT EA 2 0027 130560 TEMPORARY SOIL BINDER SQYD 6,000 0028 130570 TEMPORARY COVER SQYD 1,000 0029 130620 TEMPORARY DRAINAGE INLET PROTECTION EA 10 0030 130640 TEMPORARY FIBER ROLL LF 5,000 0031 130710 TEMPORARY CONSTRUCTION ENTRANCE EA 4 0032 130900 TEMPORARY CONCRETE WASHOUT LS LUMP SUM 0033 141103 REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE) LF 34,900 0034 141120 TREATED WOOD WASTE LB 66,500 0035 148005 NOISE MONITORING LS LUMP SUM 0036 153121 REMOVE CONCRETE (CY) CY 8 0037 170103 CLEARING AND GRUBBING (LS) LS LUMP SUM 0038 190101 ROADWAY EXCAVATION CY 1,990 0039 200114 ROCK BLANKET SQFT 40 0040 210010 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 3 0041 210430 HYDROSEED SQFT 36,000 0042 260203 CLASS 2 AGGREGATE BASE (CY) CY 29 0043 280015 LEAN CONCRETE BASE RAPID SETTING CY 1,740 0044 280200 REPLACE BASE CY 1,190 0045 360200 BASE BOND BREAKER SQYD 17,600 0046 390095 REPLACE ASPHALT CONCRETE SURFACING CY 750 0047 390100 PRIME COAT TON 89 0048 390132 HOT MIX ASPHALT (TYPE A) TON 160 0049 390137 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) TON 7,270 0050 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 700 0051 394076 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 170 0052 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 2,230 0053 394090 PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA) SQYD 37 0054 397005 TACK COAT TON 12 0055 398100 REMOVE ASPHALT CONCRETE DIKE LF 3,200 0056 398200 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 55,900 0057 401055 JOINTED PLAIN CONCRETE PAVEMENT (RSC) CY 3,080 0058 410096 DRILL AND BOND (DOWEL BAR) EA 6,080 0059 411105 INDIVIDUAL SLAB REPLACEMENT (RSC) CY 2,130 0060 414241 ISOLATION JOINT SEAL (SILICONE) LF 13,100 0061 418002 REMOVE CONCRETE PAVEMENT AND BASE CY 2,910 0062 420201 GRIND EXISTING CONCRETE PAVEMENT SQYD 239,000 0063 510094 (F) - STRUCTURAL CONCRETE, DRAINAGE INLET CY 1 0064 510502 (F) - MINOR CONCRETE (MINOR STRUCTURE) CY 53 0065 710132 REMOVE CULVERT (LF) LF 2.6 0066 710150 REMOVE INLET EA 1 0067 723070 ROCK SLOPE PROTECTION (150 LB, CLASS III, METHOD B) (CY) CY 15 0068 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 14 0069 730020 MINOR CONCRETE (CURB) (CY) CY 8 0070 730045 MINOR CONCRETE (GUTTER) (CY) CY 24 0071 730070 DETECTABLE WARNING SURFACE SQFT 18 0072 731623 MINOR CONCRETE (CURB RAMP) CY 1.7 0073 731850 REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) (CY) CY 43 0074 750001 (F) - MISCELLANEOUS IRON AND STEEL LB 326 0075 810120 REMOVE PAVEMENT MARKER EA 5,650 0076 810170 DELINEATOR (CLASS 1) EA 20 0077 810190 GUARD RAILING DELINEATOR EA 130 0078 810230 PAVEMENT MARKER (RETROREFLECTIVE) EA 7,780 0079 820113 TREATMENT BEST MANAGEMENT PRACTICE MARKER EA 4 0080 820250 REMOVE ROADSIDE SIGN EA 1 0081 820750 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED) SQFT 8 0082 820760 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED) SQFT 16 0083 820840 ROADSIDE SIGN - ONE POST EA 2 0084 832006 MIDWEST GUARDRAIL SYSTEM (STEEL POST) LF 1,940 0085 832018 MIDWEST GUARDRAIL SYSTEM (8' STEEL POST) LF 1,680 0086 832070 VEGETATION CONTROL (MINOR CONCRETE) SQYD 1,720 0087 839219 DOUBLE MIDWEST GUARDRAIL SYSTEM (STEEL POST) LF 88 0088 037608 CONCRETE BARRIER (TYPE 60MSF MODIFIED) LF 180 0089 839544 TRANSITION RAILING (TYPE AGT) EA 8 0090 017737 DOUBLE TRANSITION RAILING (TYPE AGT) EA 1 0091 839580 END ANCHOR ASSEMBLY (TYPE SFT-M) EA 5 0092 839582 END ANCHOR ASSEMBLY (TYPE CA) EA 1 0093 013754 ALTERNATIVE CRASH CUSHION TL-2 EA 2 0094 015299 ALTERNATIVE IN-LINE TERMINAL TL-3 EA 12 0095 015019 ALTERNATIVE CRASH CUSHION TL-3 EA 2 0096 015705 ALTERNATIVE MEDIAN TERMINAL TL-3 EA 1 0097 839649 CONCRETE BARRIER (TYPE 60MS) LF 280 0098 839745 (F) - CONCRETE BARRIER TRANSITION LF 113 0099 839752 REMOVE GUARDRAIL LF 4,430 0100 839774 REMOVE CONCRETE BARRIER LF 370 0101 840516 THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY) SQFT 13,400 0102 840517 PREFORMED THERMOPLASTIC PAVEMENT MARKING SQFT 430 0103 846007 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 96,400 0104 846009 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 2,320 0105 846013 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) LF 11,500 0106 846030 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 58,800 0107 846035 REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 1,440 0108 847077 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3) LF 10,100 0109 847194 CONTRAST STRIPE PAINT (1-COAT) LF 66,100 0110 847200 REMOVE 6" TRAFFIC STRIPE LF 124,000 0111 847222 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 82,500 0112 847224 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) LF 1,780 0113 847225 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12) LF 36,400 0114 870009 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION LS LUMP SUM 0115 872133 MODIFYING SIGNAL AND LIGHTING SYSTEMS LS LUMP SUM 0116 872134 MODIFYING RAMP METERING SYSTEMS LS LUMP SUM 0117 872135 MODIFYING TRAFFIC MONITORING STATIONS LS LUMP SUM 0118 999990 MOBILIZATION LS LUMP SUM
Requirements: Nationwide can assist in payment of a reasonable bond premium. A 100% payment bond and performance bond may be required for the full amount of the subcontract price. Please provide a bond premium rate with your quote. If you have any questions, need assistance in obtaining bonding, lines of credit, insurance, equipment, supplies, materials or related assistance in services, plans and specs, please contact the Estimator at our office. Please note that no contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. Subcontractors must possess an active contractor’s license, insurance and worker’s compensation coverage meeting Caltrans’ requirements and will be required to sign the standard Nationwide General Construction services, inc. Subcontract Agreement. Nationwide General Construction services, inc is an equal opportunity employer. We do not discriminate against any qualified employee, applicants for employment, subcontractors or vendors regardless of age, race color, creed, religion, sex, sexual orientation, marital status, national origin, military service disabilities, disable veterans or Vietnam era veteran status. If you need any assistance, please do not hesitate to call our office. Items of work may be broken down into economically feasible packages to encourage participation. Nationwide General Construction services, inc. intends to work cooperatively with all qualified firms seeking work on this project.
Date posted: 06/18/2025
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, Striping, Pavement Markers, PCMS Boards, Implement BMP's, SWPPP, Temp. Erosion Control, Temp. Concrete Washout, Striping Removals, Treated Wood Waste, Noise Monitoring, Remove Concrete, Clear & Grub, Roadway Excavation, Rock Blanket, Erosion Control, Class 2 Aggregate Base, LCB Rapid Setting, Replace Base, Base Bond Breaker, Replace AC Surfacing, Prime Coat, Supply HMA, Supply RHMA, Place HMA Dike, Place HMA, Tack Coat, Remove AC Dike, Cold Plane AC Pavement, JPCP, Drill & Bond, ISR, Isolation Joint Seal, Remove Concrete Pavement & Base, Grind Existing Concrete Pavement, Structural Concrete, Minor Concrete, Underground Removals, Rock Slope Protection, Rock Slope Protection Fabric, Misc. Iron & Steel, Guardrail Systems, Roadside Signs, Concrete Barrier, Electrical Systems, Trucking. PLEASE VISIT THE CALTRANS WEBSITE FOR THE MOST UP-TO-DATE BID ITEM LIST
Requirements: Plans and specifications are available at the CDOT website: http://ppmoe.dot.ca.gov/des/oe/weekly-ads/all-adv-projects.php . They can also be reviewed at our office located, 3075 Townsgate Rd, Suite 200, Westlake Village, CA 91361, by appointment only. Additional Information: Security Paving Company, Inc. is requesting pricing for all items of work on the project. Subcontractors and suppliers are required to submit price quotes to us within a reasonable time prior to the bid date, in order to fully evaluate quote. 100% performance bonds may be required for the full subcontracted amount. Security Paving will pay up to 2.5% of the bond premium. Subcontractors must possess a valid California Contractor’s license, DIR Registration Number, current insurance. Subcontractor’s will be required to sign a standard subcontract agreement. Security Paving is signatory to Laborers, Operating Engineers, Cement Masons, Carpenters, and Teamsters unions. This is a prevailing wage project. Please call if you will need assistance in obtaining bonding, lines of credit, insurance, equipment, materials, or delivery schedules. Please contact our office if you are interested in this project. Security Paving will work cooperatively with all qualified firms seeking to work on this project. All quotes must include DIR number. Estimator: "CJ" Curtis Jolley
Date posted: 06/23/2025
Contractor: Granite Construction Company Contact: Robert Sainsbury
Address: 16700 Valley View Ave, #300 La Mirada, CA 90638
Phone: 805-765-6855 Fax: 805-335-8912 Email: estimating.scr@gcinc.com
Services needed: Granite is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for ALL bid items, including but not limited to those in conjunction with Caltrans work classification codes: C0639 ASPHALT SUPPLIER (BULK ITEM); C0652 REINFORCING BAR SECTION SUPPLIER; C0655 STEEL SUPPLIER; C0671 DRAINAGE SYSTEMS SUPPLIER; C0672 STORM WATER SYSTEMS SUPPLIER; C1200 CONSTRUCTION AREA SIGNS; C1201 TRAFFIC CONTROL SYSTEM; C1211 TRAFFIC FLAGGERS; C1290 TEMPORARY RAILING (TYPE K); C1531 PLANE ASPHALT CONCRETE; C1532 REMOVE CONCRETE; C1901 ROADWAY EXCAVATION; C2001 ROCK BLANKET; C2602 AGGREGATE BASE; C2700 CEMENT TREATED BASE; C2800 CONCRETE BASE; C3600 PENETRATION TREATMENT & PRIME COAT; C3901 ASPHALT CONCRETE; C3910 PAVING ASPHALT (ASPHALT CONCRETE); C3940 PLACE ASPHALT CONCRETE DIKE & MISC; C4040 CLEAN & SEAL PAVEMENT JOINTS – ROUT & SEAL CRACKS; C4201 GROOVE & GRIND PAVEMENT; C5105 MINOR CONCRETE STRUCTURE; C5620 ROADSIDE SIGN; C7200 ROCK SLOPE PROTECTION; C7301 CONCRETE CURB & SIDEWALK- MISC; C7602 SAW CUTTING; C8320 METAL BEAM GUARD RAILING; C8331 CONCRETE BARRIER; C8391 METAL BEAM BARRIER; C8396 CRASH CUSHION; C8405 THERMOPLASTIC TRAFFIC STRIPING & MARKING; C8406 PAINTED TRAFFIC STRIPING & MARKING; C8501 PAVEMENT MARKING; C8601 MAINTENANCE EXISTING TRAFFIC MGMT SYSTEM ELEMENTS DURING CONSTRUCTION; C8602 SIGNAL & LIGHTING; C8603 SIGNAL; C8604 LIGHTING; C8609 TRAFFIC COUNT STATION; C8612 PAVEMENT PROFILING; C9604 SUPER 10 DUMP TRUCK; C9606 WATER TRUCK; C9607 END DUMP TRUCK; C9608 ASPHALT OIL TANKERS; C9609 STREET SWEEPING TRUCK; C9907 CONSTRUCTION EQUIPMENTAL RENTAL; C9908 HEAVY EQUIPMENT RENTAL
Requirements: Quotations will be broken down into comparable packages as reasonably necessary. Granite will work with interested subcontractors to identify opportunities to break down items into economically feasible packages. Please call if you need assistance in obtaining bonding, insurance, equipment, materials, and/or supplies. Granite intends to work cooperatively with all qualified firms seeking work on this project. Granite is an Equal Opportunity Employer. Requirements: Granite is signatory to Operating Engineers, Laborers, Teamsters, Cement Masons, and Carpenters Unions. 100% performance and payment bonds required for the full amount of the subcontract price. Granite may assist with the bond premium up to 1%. Subcontractors must possess a current contractor’s license, insurance and worker’s compensation insurance coverage meeting Granite’s requirements and will be required to sign the standard Granite Subcontract Agreement. A copy of the insurance requirements and agreements can be obtained by contacting the Estimator. All quotes are subject to the terms of Granite Construction Company’s applicable standard form agreement which is available through the following link: https://www.graniteconstruction.com/ca-resources/standard-agreements Subcontractors must also be registered with a current DIR number. (No bid shall be accepted, nor any subcontract entered into without proof of the Subcontractor’s current registration to perform public work pursuant to Section 1725.5.) https://www.dir.ca.gov/Public-Works/Contractor-Registration.html
Date posted: 06/27/2025
Contractor: FBD Vanguard Construction, Inc. Contact: Jason Muller
Address: 550 Greenville Road Livermore, CA 94550
Phone: 925-245-1300 Fax: 925-245-1244 Email: jmuller@vc-inc.net
Services needed: FBD Vanguard Construction, Inc. is requesting quotes from all certified DBE firms for the following scopes of work including but not limited to: Lead Compliance Plan, Construction Area Signs, Traffic Control System, Traffic Control Supervisor, Stationary Impact Attenuator Vehicle, Temporary Pavement Marking (Paint) & Traffic Stripe (Paint), Channelizer (Surface Mounted), Portable Radar Speed Feedback Sign System, Temporary Pavement Marker, Temporary Barrier System (Mash Tl-3), Temporary Pedestrian Access Route, Portable Changeable Message Sign, Temporary Automated End Of Queue Warning System, End Of Queue Monitoring And Warning With Truck Mounted Changeable Message Sign, Temporary Crash Cushion Module, Temporary Crash Cushion, Temporary Radar Speed Feedback Sign System, Stormwater Pollution Prevention Plan, Stormwater Annual Report, Temporary Soil Binder, Temporary Cover, Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temporary Construction Entrance, Temporary Concrete Washout, Remove Yellow Thermoplastic Traffic Stripe (Haz Waste), Treated Wood Waste, Noise Monitoring, Remove Concrete , Clearing And Grubbing, Roadway Excavation, Rock Blanket, Move-In/Move-Out (Erosion Control), Hydroseed, Class 2 Aggregate Base, Lean Concrete Base Rapid Setting, Replace Base, Base Bond Breaker, Replace Asphalt Concrete Surfacing, Prime Coat, Hot Mix Asphalt (Type A), Rubberized Hot Mix Asphalt (Gap Graded), Place HMA Dike, Tack Coat, Remove AC Dike, Cold Plane Asphalt Concrete Pavement, Jointed Plain Concrete Pavement (Rsc), Drill And Bond (Dowel Bar), Individual Slab Replacement (Rsc), Isolation Joint Seal (Silicone), Remove Concrete Pavement And Base, Grind Existing Concrete Pavement, (Structural Concrete (Drainage Inlet), Minor Concrete (Minor Structure), Remove Culvert, Remove Inlet, Rock Slope Protection, Rock Slope Protection Fabric, Minor Concrete (Curb, Gutter, Curb Ramp), Detectable Warning Surface, Remove Concrete (Curb, Gutter, And Sidewalk), Miscellaneous Iron And Steel, Remove Pavement Marker, Delineator, Guard Railing Delineator, Pavement Marker (Retroreflective), Treatment Best Management Practice Marker, Remove Roadside Sign, Furnish Single Sheet Aluminum Sign, Furnish Single Sheet Aluminum Sign , Roadside Sign, Midwest Guardrail System, Vegetation Control (Minor Concrete), Double Midwest Guardrail System (Steel Post), Concrete Barrier, Transition Railing, Double Transition Railing, End Anchor Assembly, Alternative Crash Cushion, Alternative In-Line Terminal, Alternative Median Terminal, Concrete Barrier Transition, Remove Guardrail, Remove Concrete Barrier, Thermoplastic Pavement Marking, Preformed Thermoplastic Pavement Marking, Thermoplastic Traffic Stripe, Remove Thermoplastic Traffic Stripe, Remove Thermoplastic Pavement Marking, Traffic Stripe Tape With Contrast, Contrast Stripe Paint, Remove 6" Traffic Stripe, Traffic Stripe Tape With Contrast, Maintaining Existing Traffic Management System Elements During Construction, Modifying Signal & Lighting Systems, Modifying Ramp Metering Systems, Modifying Traffic Monitoring Stations, and All Material Suppliers.
Requirements: A 100% payment bond and performance bond will be required. Vanguard will pay bond premium up to 2%. If you have any questions, need assistance in obtaining bonding, lines of credit, insurance, equipment, supplies, materials or related assistance in services, please contact Jason Muller at our office. Please note that no contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. Subcontractors must possess a current contractors license, insurance and workers compensation coverage meeting the owners requirements and will be required to sign the standard FBD Vanguard Construction, Inc. subcontract agreement. Plans and specifications are available to be viewed in our office located at 550 Greenville Road, Livermore, Ca 94550 between 8:00 AM and 5:00 PM Monday through Friday by appointment or you can send a request for this project and we will send you the specs/plans. Plans and specifications are also available for download at the Caltrans website at the following link: https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project-calendar.php?q=08-1L1804. FBD Vanguard Construction, Inc. is an equal opportunity employer. We do not discriminate against any qualified employee, applicants for employment, subcontractors or vendors regardless of age, race color, creed, religion, sex, sexual orientation, marital status, national origin, military service disabilities, disable veterans or Vietnam era veteran status. If you need any assistance, please do not hesitate to call our office. Items of work may be broken down into economically feasible packages to encourage participation. FBD Vanguard Construction, Inc. intends to work cooperatively with all qualified firms seeking work on this project.
Date posted: 06/30/2025
Contractor: Myers and Sons Construction, LLC Contact: Joe Goehring
Address: 45 Morrison Avenue Sacramento, CA 95838
Phone: 916-283-9950 Fax: 916-614-9520 Email: estimating@myers-sons.com
Services needed: Myers & Sons Construction LLC is seeking CERTFIED DBE FIRMS (subcontractors/material suppliers/services) to bid on this project. ***ALL ITEMS ARE OPEN TO BID, INCLUDING ITEMS MYERS & SONS CONSTRUCTION WOULD NORMALLY SELF-PERFORM. *** ITEMS OF WORK Lead Compliance Plan, Construction Area Signs, Traffic Control System, Traffic Control Supervisor, Stationary Impact Attenuator Vehicle, Temporary Pavement Marking (Paint) Temporary Traffic Stripe (Paint), Channelizer (Surface Mounted), Portable Radar Speed Feedback Sign System, Temporary Pavement Marker, Temporary Barrier System (Mash Tl-3), Temporary Pedestrian Access Route, Portable Changeable Message Sign (Ea), Temporary Automated End Of Queue Warning System (Type 1), End Of Queue Monitoring And Warning With Truck Mounted Changeable Message Sign, Temporary Crash Cushion Module, Temporary Crash Cushion Tl-2, Temporary Crash Cushion Tl-3, Temporary Radar Speed Feedback Sign System, Stormwater Pollution Prevention Plan, Stormwater Annual Report, Temporary Soil Binder, Temporary Cover, Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temporary Construction Entrance, Temporary Concrete Washout, Remove Yellow Thermoplastic Traffic Stripe (Hazardous Waste), Treated Wood Waste, Noise Monitoring, Remove Concrete (Cy), Clearing And Grubbing (Ls), Roadway Excavation, Rock Blanket, Move-In/Move-Out (Erosion Control) , Hydroseed, Class 2 Aggregate Base (Cy), Lean Concrete Base Rapid Setting, Replace Base, Base Bond Breaker, Replace Asphalt Concrete Surfacing, Prime Coat, Hot Mix Asphalt (Type A), Rubberized Hot Mix Asphalt (Gap Graded), 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, Remove Asphalt Concrete Dike, Cold Plane Asphalt Concrete Pavement, Jointed Plain Concrete Pavement (Rsc), Drill And Bond (Dowel Bar), Individual Slab Replacement (Rsc), Isolation Joint Seal (Silicone), Remove Concrete Pavement And Base, Grind Existing Concrete Pavement, Structural Concrete, Drainage Inlet, Minor Concrete (Minor Structure), Remove Culvert (Lf), Remove Inlet, Rock Slope Protection (150 Lb, Class Iii, Method B) (Cy), Rock Slope Protection Fabric (Class 8) , Minor Concrete (Curb) (Cy) Minor Concrete (Gutter) (Cy), Detectable Warning Surface, Minor Concrete (Curb Ramp), Remove Concrete (Curb, Gutter, And Sidewalk) (Cy),Miscellaneous Iron And Steel, Remove Pavement Marker, Delineator (Class 1), Guard Railing Delineator, Pavement Marker (Retroreflective), Treatment Best Management Practice Marker, Remove Roadside Sign, Furnish Single Sheet Aluminum Sign (0.063"-Unframed), Furnish Single Sheet Aluminum Sign (0.080"-Unframed), Roadside Sign - One Post, Midwest Guardrail System (Steel Post), Midwest Guardrail System (8' Steel Post), Vegetation Control (Minor Concrete), Double Midwest Guardrail System (Steel Post), Concrete Barrier (Type 60msf Modified), Transition Railing (Type Agt), Double Transition Railing (Type Agt), End Anchor Assembly (Type Sft-M), End Anchor Assembly (Type Ca), Alternative Crash Cushion Tl-2, Alternative In-Line Terminal Tl-3, Alternative Crash Cushion Tl-3, Alternative Median Terminal Tl-3, Concrete Barrier (Type 60ms), Concrete Barrier Transition, Remove Guardrail, Remove Concrete Barrier, Thermoplastic Pavement Marking (Enhanced Wet Night Visibility), Preformed Thermoplastic Pavement Marking, 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), 8" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), 12" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility), Remove Thermoplastic Traffic Stripe, Remove Thermoplastic Pavement Marking, 8" Traffic Stripe Tape With Contrast (Warranty) (Broken 12-3), Contrast Stripe Paint (1-Coat), Remove 6" Traffic Stripe, 6" Traffic Stripe Tape With Contrast (Warranty) (Broken 36-12), 8" Traffic Stripe Tape With Contrast (Warranty), 8" Traffic Stripe Tape With Contrast (Warranty) (Broken 36-12), Maintaining Existing Traffic Management System Elements During Construction, Modifying Signal And Lighting Systems, Modifying Ramp Metering Systems, Modifying Traffic Monitoring Stations ***ALL ITEMS CAN BE BID IN FULL OR PARTIAL QUANTITIES***
Requirements: Quotations will be broken down into comparable packages as reasonably necessary. Myers & Sons Construction will work with interested DBE subcontractors to identify opportunities to break down items into economically feasible packages. Please also refer to Caltrans new Spec Section 2-1.11 IN-USE OFF-ROAD DIESEL-FUELED VEHICLE LIST. Requirements: 100% performance and payment bonds may be required for the full amount of the subcontract price. Subcontractors must possess a valid contractor's license, DIR registration number, and current insurance meeting Myers & Sons Construction's requirements. Subcontractors will be required to sign the standard Myers & Sons Construction, LLC Subcontract Agreement. Quotations must be valid for one hundred and twenty (120) days after the specified Contract Award Date by the Owner. Plans and Specifications are available for viewing at our Sacramento office, please contact (916) 283-9950 or estimating@myers-sons.com. Plans and Specs can also be downloaded https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=08-1L1804&sub= and https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=08-1L1804&sub=. Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies or visit our website at www.myers-sons.com for more information. Myers & Sons Construction, LLC will work cooperatively with all qualified DBE firms seeking work on this project. Myers & Sons Construction is signatory to the Laborers, Carpenters, Cement Masons and Operating Engineers. Myers & Sons Construction, LLC is an equal opportunity employer.
Date posted: 07/02/2025
Contractor: Guy F. Atkinson Construction, LLC Contact: Socal Estimating
Address: 611 Anton Blvd, Suite 1100 Costa Mesa, CA 92626
Phone: 949-382-7145 Fax: 949-769-5600 Email: socal.estimating@atkn.com
Services needed: Guy F. Atkinson Construction, LLC requests sub-bids from all qualified and certified Subcontractors, Suppliers and Consultants including DBE companies for (but not limited to): LEAD COMPLIANCE PLAN, 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, TEMPORARY PAVEMENT MARKING (PAINT), TEMPORARY TRAFFIC STRIPE (PAINT), CHANNELIZER (SURFACE MOUNTED), PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM, TEMPORARY PAVEMENT MARKER, TEMPORARY BARRIER SYSTEM (MASH TL-3), TEMPORARY PEDESTRIAN ACCESS ROUTE, PORTABLE CHANGEABLE MESSAGE SIGN (EA), TEMPORARY AUTOMATED END OF QUEUE WARNING SYSTEM (TYPE 1), END OF QUEUE MONITORING AND WARNING WITH TRUCK MOUNTED CHANGEABLE MESSAGE SIGN, TEMPORARY CRASH CUSHION MODULE, TEMPORARY CRASH CUSHION TL-2, TEMPORARY CRASH CUSHION TL-3, TEMPORARY RADAR SPEED FEEDBACK SIGN SYSTEM, JOB SITE MANAGEMENT, STORMWATER POLLUTION PREVENTION PLAN, STORMWATER ANNUAL REPORT, TEMPORARY SOIL BINDER, TEMPORARY COVER, TEMPORARY DRAINAGE INLET PROTECTION, TEMPORARY FIBER ROLL, TEMPORARY CONSTRUCTION ENTRANCE, TEMPORARY CONCRETE WASHOUT, REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE), TREATED WOOD WASTE, NOISE MONITORING, REMOVE CONCRETE (CY), CLEARING AND GRUBBING (LS), ROADWAY EXCAVATION, ROCK BLANKET, MOVE-IN/MOVE-OUT (EROSION CONTROL), HYDROSEED SQFT, CLASS 2 AGGREGATE BASE (CY), LEAN CONCRETE BASE RAPID SETTING, REPLACE BASE, BASE BOND BREAKER, REPLACE ASPHALT CONCRETE SURFACING PRIME COAT, HOT MIX ASPHALT (TYPE A), RUBBERIZED HOT MIX ASPHALT (GAP GRADED), 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, TACK COAT, REMOVE ASPHALT CONCRETE DIKE, COLD PLANE ASPHALT CONCRETE PAVEMENT, JOINTED PLAIN CONCRETE PAVEMENT (RSC), DRILL AND BOND (DOWEL BAR), INDIVIDUAL SLAB REPLACEMENT (RSC), ISOLATION JOINT SEAL (SILICONE), REMOVE CONCRETE PAVEMENT AND BASE, GRIND EXISTING CONCRETE PAVEMENT, STRUCTURAL CONCRETE, DRAINAGE INLET, MINOR CONCRETE (MINOR STRUCTURE), REMOVE CULVERT (LF), REMOVE INLET, ROCK SLOPE PROTECTION (150 LB, CLASS III, METHOD B) (CY), ROCK SLOPE PROTECTION FABRIC (CLASS 8), MINOR CONCRETE (CURB) (CY), MINOR CONCRETE (GUTTER) (CY), DETECTABLE WARNING SURFACE, MINOR CONCRETE (CURB RAMP), REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) (CY), MISCELLANEOUS IRON AND STEEL, REMOVE PAVEMENT MARKER, DELINEATOR (CLASS 1), GUARD RAILING DELINEATOR, PAVEMENT MARKER (RETROREFLECTIVE), TREATMENT BEST MANAGEMENT PRACTICE MARKER, REMOVE ROADSIDE SIGN, FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED), FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED), ROADSIDE SIGN - ONE POST, MIDWEST GUARDRAIL SYSTEM (STEEL POST), MIDWEST GUARDRAIL SYSTEM (8' STEEL POST), VEGETATION CONTROL (MINOR CONCRETE), DOUBLE MIDWEST GUARDRAIL SYSTEM (STEEL POST), CONCRETE BARRIER (TYPE 60MSF MODIFIED), TRANSITION RAILING (TYPE AGT), DOUBLE TRANSITION RAILING (TYPE AGT), END ANCHOR ASSEMBLY (TYPE SFT-M), END ANCHOR ASSEMBLY (TYPE CA), ALTERNATIVE CRASH CUSHION TL-2, ALTERNATIVE IN-LINE TERMINAL TL-3, ALTERNATIVE CRASH CUSHION TL-3, ALTERNATIVE MEDIAN TERMINAL TL-3, CONCRETE BARRIER (TYPE 60MS), CONCRETE BARRIER TRANSITION, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, THERMOPLASTIC PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY), PREFORMED THERMOPLASTIC PAVEMENT MARKING, 6" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), 8" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), 12" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY), REMOVE THERMOPLASTIC TRAFFIC STRIPE, REMOVE THERMOPLASTIC PAVEMENT MARKING, 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 12-3), CONTRAST STRIPE PAINT (1-COAT), REMOVE 6" TRAFFIC STRIPE, 6" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY), 8" TRAFFIC STRIPE TAPE WITH CONTRAST (WARRANTY) (BROKEN 36-12), MAINTAINING EXISTING TRAFFIC MANAGEMENT, SYSTEM ELEMENTS DURING CONSTRUCTION, MODIFYING SIGNAL AND LIGHTING SYSTEMS, MODIFYING RAMP METERING SYSTEMS, MODIFYING TRAFFIC MONITORING STATIONS, QA-QC / TESTING, STREET SWEEPING, WATER TRUCKS, TRUCKING, SUPER 10s, END DUMPS, DOUBLE BOTTOMS, SURVEY. Refer to the project specs and any addenda for the complete bid item list. Lower tier DBE participation is greatly encouraged. The DBE contract goal is 22%.
Requirements: Guy F. Atkinson Construction, LLC is a union contractor and an Equal Opportunity Employer. Atkinson is signatory to the Carpenters, Cement Masons, Laborers and Operating Engineers Unions. 100% Performance & Payment Bonds from an approved surety company will be required for subcontractors with contract value greater than $100,000. Atkinson will pay the cost of bonds. Atkinson will assist in obtaining necessary equipment, supplies, materials or related services. We will split items of work (see project specs for full list of bid items) and provide assistance for bonding, LOC and insurance where needed. Subcontractors will be expected to sign Atkinson's standard subcontract and to comply with our company's standard insurance requirements which include a waiver of subrogation. Please provide contractor's license number, Department of Industrial Relations (DIR) registration number and DBE cert # (if applicable) with your quote. Atkinson requests that subs and vendors register and prequalify, or update, in our online system at https://www.atknextranet.com prior to bidding. TO DOWNLOAD PLANS, SPECS, THE INFO HANDOUT, ETC and VIEW Q&A: Please go to the Caltrans Contracts web site: https://ppmoe.dot.ca.gov/des/oe/weekly-ads/oe-project-calendar.php?q=08-1L1804 Atkinson requests that subs and vendors register in Building Connected and prequalify in TradeTapp, or update, in our online system prior to bidding. OR CONTACT ATKINSON to access all bid documents through our online service, BuildingConnected. Please contact Atkinson with any questions or for help with your bid.
Date posted: 07/02/2025