Invitation # K-24-2204-DBB-3
Agency/Owner: City of San Diego
Bid Due Date: 10/11/2023 2:00 PM (PST)
Location: San Diego, California
Contact: Jerred Dejong 858-727-3502 or jdejong@griffithcompany.net
SLBE participation 13.0% & ELBE participation 12.1%
Total mandatory participation 25.1%
Estimated Bid Value $6,600,000.
Scope of Services: Work will involve furnishing all labor, materials, equipment, services, quality assurance and construction including, but not limited to, grinding, cold milling, hauling and disposal of the existing asphalt, concrete and fabric, installment of new pavement, excavation for pavement base repair, raising appurtenances and survey monuments to grade, sweeping, curb gutter removal and replacement, sidewalk panel removal and replacement, cross gutter removal and replacement, tree trimming, root pruning, tree root relocation, vegetation removal, replacing traffic striping/markings/markers/devices, replacing vehicle detector loops and stubs, and storm drain inlet protection.
Plans and specs are available at no cost to interested SLBE-ELBE firms at our office from
7:00 AM – 5:00 PM
Monday through Friday at:
Griffith Company
(an Equal Opportunity Employer)
13400 Sabre Springs Parkway, Suite 200
San Diego, California 92128
Phone 858/727-3502 Fax 714/854-0228
Contact: Jerred Dejong, Estimator
Plans and specs are also available at no cost to interested SLBE-ELBE firms online at: https://pbsystem.planetbids.com/portal/17950/bo/bo-search
Quotes for Services and Supplies requested for the following items for bid including, but not limited to Bonds (Payment and Performance), Field Orders (EOC Type II), Exclusive, Community Liaison Services, Compensation Adjustments for Price Inde, Fluctuation (EOC Type I), Mobilization, Excavation for Base Repair, Excavation for Base Repair (Unscheduled), Asphalt Concrete Base, Crushed Miscellaneous Base, Crushed Miscellaneous Base (Unscheduled), Asphalt Pavement Repair, Cold Mill Type B Full Width AC Pavement (1 Inch), Cold Mill Type B Full Width AC Pavement (2 Inch), Cold Mill Type B Full Width AC Pavement (3 Inch), Cold Mill Type A 6 ft Edge AC Pavement (2 Inch), Cold Mill Type A 6 ft Edge AC Pavement (3 Inch), Cold Mill Header Cuts, Asphalt concrete with Aramid Fiber (2.1 Oz Aramid Fiber per Ton Asphalt Concrete) - 2 Inch, Asphalt concrete with Aramid Fiber (2.1 Oz Aramid Fiber per Ton Asphalt Concrete) - 3 Inch, Asphalt Concrete (2 Inch), Historical and Contractor Date Stamps and Impressions, Remove and Replace Existing Sidewalk, Curb and Gutter ( 6-Inch Curb, Type G), Cross Gutter, New Pedestrian Push Button Post, New Pedestrian Push Button, Curb Ramp (Type A) with Stainless Steel Detectable Warning Tiles, Curb Ramp (Type B) with Stainless Steel Detectable Warning Tiles, Curb Ramp (Type C1) with Stainless Steel Detectable Warning Tiles, Curb Ramp (Type C2) with Stainless Steel Detectable Warning Tiles, Commercial Concrete Driveway, Curb Outlet (Type A), Sidewalk Underdrain Pipe, Removal and Replacement of Existing Paint Striping, Removal and Replacement of Existing Thermoplastic, Striping and Markings, Continental Crosswalks, Video Recording of Existing Conditions, Adjust Existing Manhole Frame and Cover to Grade, Adjust Existing Sewer Clean Out Frame and Cover to Grade, Adjust Existing Gate Valve Frame and Cover to Grade, Adjust Existing Survey Monument to Grade, Reconstruct Survey Monument Box, Traffic Signal Loop and Appurtenance Replacement (Type E), Traffic Control and Working Drawings, Root Pruning, Inlet Markers, WPCP Development, WPCP Implementation, Equipment Rental, Trucking.
Griffith Company 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. Please call if you need assistance with bonding, lines of credit, insurance, obtaining necessary equipment, supplies, materials, or any related services. Griffith Company is willing to breakdown items into economical feasible packages. Include with your bid the Time required for Performance of your work and any Delivery Schedules so that we can establish a Flexible Timeframe for your work to help encourage and facilitate participation.
GUY F. ATKINSON CONSTRUCTION, LLC Requests Sub-bids from All Qualified & Certified DBE Subcontractors/Suppliers/Consultants for:
Caltrans Contract 11-430394
Construction on State Highway 805 in San Diego County from 0.2 Mile North of Route 805/52 Separation to 0.3 Mile South of Nobel Drive Overcrossing
ENGINEER’S ESTIMATE is $19,600,000
22% DBE Project Goal
*****Lower Tier DBE participation is greatly encouraged*****
Temecula Valley Unified School District | BID NO . 2023-24-100
Chaparral HS New Gymnasium Increment 2
Below is the link to the project documents: https://drive.google.com/drive/folders/1mvkla9FWWTGhJVupk-lcdxRBYoTFNNAD?usp=sharing
Hazard Construction Engr LLC is seeking qualified and certified SLBE/ELBE subcontractors, and material and/or equipment suppliers in the areas of work included in, but not limited to, those listed below. A complete set of plans, specifications and any addendums that may be issued for this project are available for your review at no charge in our plan room or download at the agency’s website:
http://www.sandiego.gov/cip/
*** THIS IS A PREVAILING WAGE PROJECT ***
Estimator: Jared Balastrieri / 858-587-3600 X165 / Jbalastrieri@hazardcon.com
SUBTRADES: 237310 - Highway, Street and Bridge Construction, 238210 - Electrical Contractors and Other Wiring Installation Contractors 238910 – Site Preparation Contractors 541330 - Engineering Services 561730 - Landscaping Services
*** SLBE participation 12.9% ELBE participation 12.1% ***
IMPORTANT! We are an Equal Opportunity Employer. We seek and encourage bids from certified SLBE, ELBE, DBE, UDBE, DVBE, SBE, MBE, WBE and OBE businesses. If your scope of work requires materials, please consider and list suppliers on your quote. For all public projects Payment and Performance Bonds are required for 100% of the subcontract amount. Hazard will compensate for up to 3% for the required Bonds.
Please contact Hazard Construction Company should you need assistance in obtaining bonding, lines of credit or required insurance, equipment, supplies and or materials. Please visit our website to view Hazard Construction Company’s Insurance Requirements for General Liability, Auto and Workers’ Compensation for Subcontractors at http://www.hazardconstruction.com/HCCInsReq.pdf.
Please note that the requirements of SB 854 became effective on March 1, 2015. From this point forward All contractors and subcontractors who bid or work on a public works project must register and pay an annual fee to DIR. No Subcontractor may be listed on a public works projects without this registration # and expiration date. The following link leads you to a search website where you can enter the contractor’s legal name or license number https://efiling.dir.ca.gov/PWCR/Search.action
Shimmick Construction Company, Inc. is a Prime Contractor requesting bids from DBE/SBE/MBE/WBE certified firms. Subcontractors/Professional Services/Suppliers for the following project:
Elsinore Valley Municipal Water District Lee Lake Wellhead Facilities Project
Bid Date & Time: October 24, 2023 @ 10:00 am
Bids should be received no later than 5:00pm on October 23, 2023, quotes received after the time listed may be considered non-responsive.
ALL Subcontractors, Suppliers & Manufactures must submit a completed Debarment & Suspension Certification & 4500-3 form with bids.
New construction includes the equipping of two wells with pumps and disinfection/treatment facilities with the following components:
• Two well pumps and associated discharge piping and valves • Two sand separators and associated piping • A PFAS treatment system including pre-filtration with two bag filters, a GAC treatment system including two GAC vessels in a lead-lag configuration, a backwash system including a backwash waste tank and two backwash pumps, and associated piping and valves • An approximately 2,400 SF mechanical building with 5 rooms/areas (booster pump room, ammonia room, sodium hypochlorite room, electrical room, and operator/lab room) • Above ground welded steel baffled chlorine contact tank • Infiltration Pond and Waste Tank • Earthwork, yard piping, site fencing and gates, perimeter concrete masonry unit wall, and site paving • Associated electrical and I/C
Scopes of work requested, but not limited to: Safety Equipment Supplier, Sand & Gravel Supplier, Asphalt Supplier, Concrete & Cement Supplier, Reinforcing Bar Section Supplier, Steel Supplier, Doors & Frames Supplier, Guard Railings & Barriers Supplier, Traffic Control System, Traffic Flaggers, Clearing & Grubbing, Hydroseeding, Erosion Control, Aggregate Base, Concrete Pumping, Paving Asphalt (Asphalt Concrete), Concrete Block & Masonry Retaining Wall, Saw Cutting, Fencing, Metal Railing, Metal Beam Barrier, Thermoplastic Traffic Striping & Marking, Lighting, Land Surveyor, Aerial/Photogrammetric Mapping Services, Construction Scheduling, SWPPP Planning, Street Sweeping, Building Construction, Small Structures, Retainer Walls, Cabinetry, Lathing, Plastering, Roofing, Masonry, Painting Structures, Door Installation Services, Heating & Air Conditioning, Sewer Connection, Construction Equipment Rental, Demolition and Construction Staking (Surveying). Additional scopes of work may be found in the project documents.
Shimmick Construction will conduct itself in good faith with all firms participating on this project. Items of work may be broken down into economically feasible packages to encourage DBE/SBE/MBE/WBE participation.
For additional project information or to discuss delivery schedules, obtaining bonding, lines of credit, insurance, technical assistance, necessary equipment, supplies, and/or materials please contact the lead estimator, Addison Rieger @ arieger@shimmick.com or (949) 704-2343.
Shimmick requests that Non-DBE/SBE/MBE/WBE subcontractors to provide lower-tier DBE/SBE/MBE/WBE participation. Bidders are requested to indicate any lower-tier participation information so it can be evaluated as part of their quote.
Shimmick Construction Company, Inc. - 530 Technology Drive, Suite 300
Irvine, CA 92618 Phone: (949) 333-1500 Fax: (949) 333-1510
Send all quotes and/or questions regarding to this project to email estimating.southwest@shimmick.com
Contract documents are available: * The contract documents, which include instructions to bidders, plans and specifications are available on the District’s Procurement Portal at https://pbsystem.planetbids.com/portal/32069/bo/bo-detail/107515 To view and download these documents interested contractors must register as a Vendor with the District Procurement Portal (or already be registered). The plans and specifications are also available through our SmartBidNet Program https://securecc.smartinsight.co/#/PublicBidProject/723720. If you require assistance with access to plans/specs or contract documents, please contact Nicole Holliday at nicole.holliday@shimmick.com or (949) 704-2332.
CONTRACTOR REGISTRATION REQUIREMENTS: Labor Code Section 1771.1 (a) A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.
Bids submitted will confirm the acceptance of the terms and conditions of SCCI’s Standard Long Form Subcontract or Purchase Order, available upon request. A Subcontractor/Supplier providing a proposed bid/price will be viewed as accepting SCCI’s Standard Long Form Subcontract or Purchase Order-100% Performance and Payment bonds are required for subcontractors; material bonds are required from all suppliers. Shimmick Construction will pay bond premium up to 2%. Subcontractors/Suppliers will be required to abide by terms and conditions of the AGC Master Labor Agreements. All proposers are bound to the prime contract terms and conditions, including payment provisions. Insurance coverage is required as set by the prime contract and/or Shimmick Construction – whichever is greatest. Minimum insurance requirements: General Liability $1M-Per Occurrence/$2M-Agg/$2M-Completed Operations; Excess Liability $5M; Auto Liability $1M; Workers Comp & Employer Liability $1M. Project Specific Insurance Requirements per the contract documents differing from the above minimums are: General Liability $2M-Per Occurrence / $4M Aggregate and Excess Liability $20M The listing of a Subcontractor/Supplier is not to be construed as an acceptance of all of the conditions or exceptions included with the price quote. Shimmick requires that Subcontractor & Supplier price quotes be provided at a reasonable time prior to the bid deadline to enable a complete evaluation.
Shimmick Construction Company, Inc. is An Equal Opportunity Employer
Bid Due Time: 12:00pm
Small Business Goal 12%. Owner San Gabriel Valley Council of Governments (SGVCOG)
Skanska USA Civil West California District Inc. is interested in soliciting in Good Faith all subcontractors and suppliers as well as certified DBE subcontractors and suppliers for Requested scopes include, but are not limited to the following and should be based on the Contract and its amendments: Surveying, Traffic Control, Railroad Flagger, SWPPP, Environmental, Demolition and Removal, Temporary Chain Link Fence, Chain Link Fence, Signage, Clear & Grub, Excavation, Retaining Walls, Aggregate Base, Asphalt Paving, Reinforced Concrete Paving, Concrete Paving, Structural Concrete, CIDH Concrete Piling, Joint Seal, Grinding, Sawcutting, Concrete Channel lining, Concrete Slope Paving, Reinforced Concrete Box Culverts, Precast Box Culverts, Outlet Structures, Rebar, Misc Iron and Steel Supply, Prefabricated Steel Truss Bridge, Decorative Reinforced Concrete Block Wall, PVC Pipe, RCP Pipe, Manholes, Catch Basin, Drain Outlet Structures, Curb & Gutter, Concrete Sidewalk, Stamped Concrete, Sewer/Water Utilities, Utility Relocations, Overhead signs, Concrete Barrier, Electrical, QC Testing, Street Sweeping, Water Truck Rental, Onsite & Offsite Trucking, Precast Girders, Bearing Pad Supply, Precast Drainage Media Filters.
General Work Description: The Project will construct a roadway overpass, elevating Turnbull Canyon Road over the railroad tracks and the intersections at Clark Avenue and Salt Lake Avenue (West), extending from Salt Lake Avenue (East) on the north to Marwood Street on the south. Turnbull Canyon Road consists of two lanes in each direction. The Project will elevate the inner lane in each direction over the tracks, while both outer lanes will no longer cross the tracks and remain at-grade to provide local access.
Plans & Specs can be accessed and download online at:
Owner’s Website: https://pbsystem.planetbids.com/portal/15588/bo/bo-detail/109424
Skanska’s Plan room http://bit.ly/Skanskaplanroom
Submit Bids to: bids.socal@skanska.com
Bids Due: 10/11/2023 @ 12:00pm
Requirements: Skanska is an Equal Opportunity Employer and is requesting quotes from all qualified subcontractors and suppliers. Skanska will assist qualified subcontractors and suppliers in obtaining bonding, lines of credit, insurance, necessary equipment, materials and/or supplies. To assist DBE subcontractors and suppliers, we will divide total requirements into smaller packages, tasks or quantities and establish delivery and construction schedules which will permit maximum participation when feasible. If you are a DBE Company, please provide your certification letter with your proposal. If you are a non-DBE, please indicate all lower-tier participation in your quotation as it will be evaluated with your price. Subcontracting Requirements: Skanska’s insurance requirements are Commercial General Liability (GL): $1M ea. occ., $1M personal injury, $2M products and completed operations agg. and general agg.; $1M Auto Liability; $5M Excess/Umbrella and $1M Workers Comp. Endorsements and waivers required are the Additional Insured End., Primary Wording End., and a Waiver of Subrogation (GL & WC). Other insurance requirements may be necessary per the scope or RFP requirement. Subcontractors may be required to furnish performance and payment bonds in the full amount of their subcontract by an admitted surety and subject to approval by Skanska. 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. Skanska is signatory to the Operating Engineers, Laborers, Cement Masons, and Carpenters Unions. Subcontractors must provide weekly, one original and one copy of all certified payrolls, including non-performance and fringe benefit statements if required by law or by the Prime Contract. All Contractors and Subcontractors must be registered with the DIR (Department of Industrial Relations). Include CSLB License Number and DIR Number on All Quotes Submitted.
Skanska USA Civil West California District is an Equal Opportunity/Affirmative Action Employer EEO/AA/Vet/Disability Employer
Estimating Department: 1995 Agua Mansa Rd, Riverside, CA 92509
Phone: (951) 684-5360 | Lead Estimator: Cody Crow |Email: bids.socal@skanska.com