GFE Solicitations

07-338704: Construct Rock Blanket and Remove/Install Chain Link Fence on Rte 405

Powell Constructors, Inc. is seeking quotes from all qualified subcontractors and suppliers including certified DBE firms. ALL BID ITEMS ARE OPEN FOR BID, including items of work normally performed by Powell Constructors, Inc.
LEAD COMPLIANCE PLAN, DISPUTE RESOLUTION ADVISOR, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, PREPARE STORM WATER POLLUTION PREVENTION PLAN, SWPPP MATERIALS, STREET SWEEPING, HEALTH AND SAFETY PLAN, CLEARING AND GRUBBING, ROADWAY EXCAVATION, HAZARDOUS WASTE TRUCKING, IMPORTED BORROW, ROADSIDE CLEARING, ROCK BLANKET, LANDSCAPING, IRRIGATION, AGGREGATE BASE, LEAN CONCRETE BASE, HOT MIX ASPHALT, MINOR CONCRETE (CURB AND GUTTER), REMOVE CONCRETE (CURB AND GUTTER), FENCING, REMOVE FENCE, REMOVE ROADSIDE SIGN, FURNISH SIGN PANELS, ROADSIDE SIGN, PAVEMENT MARKING & STRIPING, REMOVE PAVEMENT MARKING & STRIPING, AND TRUCKING.
Quotations will be broken down into comparable packages as reasonably necessary. Powell Constructors, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.

Union Signatory, 100% Payment and Performance Bonds from an accepted surety may be required. Powell Constructors, Inc. will reimburse subcontractor for bond premium up to 2%. Assistance in bonding, insurance, lines of credit or obtaining equipment, supplies, materials, or related assistance or services is available upon request. Subcontractors must possess a current contractor’s license and provide General Liability, Auto and Worker’s Compensation Insurance meeting the minimum requirements per the specifications. Subcontractors must also be registered with the Department of Industrial Relations (DIR) pursuant to the Labor Code section 1725.5. Powell Constructors, Inc. is an Equal Opportunity Employer and encourage DBE participation.

07-338704: Construct Rock Blanket and Remove/Install Chain Link Fence on Rte 405 Read More »

07-3393U4: Construct DPPIA Devices & Modify Lighting Systems on Rte 605

Powell Constructors, Inc. is seeking quotes from all qualified subcontractors and suppliers including certified DBE firms. ALL BID ITEMS ARE OPEN FOR BID, including items of work normally performed by Powell Constructors, Inc.
LEAD COMPLIANCE PLAN, DISPUTE RESOLUTION ADVISOR, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, PREPARE STORM WATER POLLUTION PREVENTION PLAN, STREET SWEEPING, REMOVE CONCRETE, CLEARING AND GRUBBING, ROADWAY EXCAVATION, HAZARDOUS WASTE TRUCKING, IMPORTED BORROW, ROADSIDE CLEARING, LANDSCAPING, IRRIGATION, HYDROMULCH, HYDROSEED, COMPOST, AGGREGATE BASE, LEAN CONCRETE BASE, HOT MIX ASPHALT, PLACE HMA DIKE, TACK COAT, REMOVE AC DIKE, MINOR CONCRETE (MINOR STRUCTURE), DESIGN POLLUTION PREVENTION INFILTRATION AREA, REINFORCED CONCRETE PIPE, CORRUGATED STEEL PIPE, STEEL FLARED END SECTION, REMOVE INLET, ROCK SLOPE PROTECTION, ROCK SLOPE PROTECTION FABRIC, MINOR CONCRETE (CURB AND GUTTER), MISCELLANEOUS IRON AND STEEL, REMOVE PAVEMENT MARKER, PAVEMENT MARKING & STRIPING, TREATMENT BMP MARKER, RESET OBJECT MARKER, RESET ROADSIDE SIGN, RELOCATE OBJECT MARKER, RELOCATE ROADSIDE SIGN, ELECTRICAL, AND TRUCKING.
Quotations will be broken down into comparable packages as reasonably necessary. Powell Constructors, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.
Union Signatory, 100% Payment and Performance Bonds from an accepted surety may be required. Powell Constructors, Inc. will reimburse subcontractor for bond premium up to 2%. Assistance in bonding, insurance, lines of credit or obtaining equipment, supplies, materials, or related assistance or services is available upon request. Subcontractors must possess a current contractor’s license and provide General Liability, Auto and Worker’s Compensation Insurance meeting the minimum requirements per the specifications. Subcontractors must also be registered with the Department of Industrial Relations (DIR) pursuant to the Labor Code section 1725.5. Powell Constructors, Inc. is an Equal Opportunity Employer and encourage DBE participation.

07-3393U4: Construct DPPIA Devices & Modify Lighting Systems on Rte 605 Read More »

RFP for DBE Subcontractors & Suppliers | Well 32 Rehabilitation Re-bid Project

Environmental Construction, Inc. (“ECI”) seeks MBE/WBE/DBE/SBE/SBRA/LSAF/HUB subcontractors and suppliers for the City of Santa Ana Well 32 Rehabilitation Re-bid Project.

This is a federal prevailing wage project in the City of Santa Ana with an engineer’s estimate of $13,000,000.00.

The project involves the following scopes of work:

• Shoring
• Sheeting
• Bracing
• Excavation
• Trench
• Well Rehabilitation
• Electrical
• Instrumentation
• Landscaping & Irrigation
• Piping
• AC Paving
• Valves
• Fencing
• Striping
• Utilities
• Restroom Building & Facilities
• Traffic Control
• Potholing
• Signing
• Dewatering
• Backfill

ECI seeks proposals for any and all items of work. Please send proposals by January 9, 2022 to estimating@environcon.com or fax 818-805-3558.

Please email estimating@environcon.com or call 818-449-8920 for the bidding documents for this project.

ECI will provide you with information about the Plans, Specifications, and requirements for any selected subcontracting or material supply work. In addition, ECI will help you obtain required bonds, lines of credit, or insurance. Please call or email and tell us how we can help.

Lauren Lustyan
Contract Administrator
Environmental Construction, Inc.
CSLB No. 498624
DIR No. 1000009515

21550 Oxnard Street, Suite 1060
Woodland Hills, CA 91367
Phone: 818-449-8920
Fax: 818-805-3558

RFP for DBE Subcontractors & Suppliers | Well 32 Rehabilitation Re-bid Project Read More »

RFP for DBE Subcontractors & Suppliers | Pacific Park Playground & Pool Shade Structure Project

Environmental Construction, Inc. (“ECI”) seeks SBE/MBE/WBE/DBE subcontractors and suppliers for the City of Glendale Pacific Park Playground & Pool Shade Structure Project.

This is a federal prevailing wage project in the City of Glendale with an engineer’s estimate of $1,500,000 to $2,000,000.

The project involves the following scopes of work:

• Restroom Expansion
• ADA improvements
• Water Playground
• Shade Structure
• Traffic Control
• Trech Excavation
• SWPPP
• BMPs
• Water Pollution Control
• Noise Control
• Demolition
• Tree Removal/Disposal
• Excavation
• Earthwork
• Piping
• Electrical
• Reinforced Steel
• Concrete
• Masonry
• HVAC
• Plumbing
• Coating
• Painting
• Foundations
• Carpentry
• Handrails/Railing
• Security Automation Systems
• Signage
• AC Paving
• Striping

ECI seeks proposals for any and all items of work. Please send proposals by December 20, 2022 to estimating@environcon.com or fax 818-805-3558.

Please email estimating@environcon.com or call 818-449-8920 for the bidding documents for this project.

ECI will provide you with information about the Plans, Specifications, and requirements for any selected subcontracting or material supply work. In addition, ECI will help you obtain required bonds, lines of credit, or insurance. Please call or email and tell us how we can help.

Lauren Lustyan
Contract Administrator
Environmental Construction, Inc.
CSLB No. 498624
DIR No. 1000009515

21550 Oxnard Street, Suite 1060
Woodland Hills, CA 91367
Phone: 818-449-8920
Fax: 818-805-3558

RFP for DBE Subcontractors & Suppliers | Pacific Park Playground & Pool Shade Structure Project Read More »

RFP for DBE Subcontractors & Suppliers | Normandie & 95th Street Park

Environmental Construction, Inc. (“ECI”) seeks MBE/WBE/DBE/DVBE/LGBTQQ subcontractors and suppliers for the County of Los Angeles Normandie & 95th Street Park.

This is a federal prevailing wage project in the City of Los Angeles with an engineer’s estimate of $1,065,000.

The project involves the following scopes of work:

• Concrete
• Finishes
• Earthwork
• Exterior Improvements
• SWPPP
• Landscaping
• Irrigation
• Electrical
• Temporary Facilities
• Construction/Demolition
• Paints/Painting

ECI seeks proposals for any and all items of work. Please send proposals by December 13, 2022 to estimating@environcon.com or fax 818-805-3558.

Please email estimating@environcon.com or call 818-449-8920 for the bidding documents for this project.

ECI will provide you with information about the Plans, Specifications, and requirements for any selected subcontracting or material supply work. In addition, ECI will help you obtain required bonds, lines of credit, or insurance. Please call or email and tell us how we can help.

Lauren Lustyan
Contract Administrator
Environmental Construction, Inc.
CSLB No. 498624
DIR No. 1000009515

21550 Oxnard Street, Suite 1060
Woodland Hills, CA 91367
Phone: 818-449-8920
Fax: 818-805-3558

RFP for DBE Subcontractors & Suppliers | Normandie & 95th Street Park Read More »

Los Nietos Safe Routes to School – Phase 2

CT&T Concrete Paving, Inc. is seeking quotes from all qualified subcontractors and suppliers, including certified DBE/WBE/MBE firms. All bid items are open for bid, including items of work typically performed by CT&T Concrete Paving, Inc. Portions of work for the project include but are not limited to the following items of work:

SWPPP Preparation & Implementation, Office Facilities, Clearing & Grubbing, Tree Removal, Tree Crown Reduction, Chain Link Fencing, Concrete Removal, Unclassified Excavation, AC Pavement, Construct PCC Curb, Curb & Gutter, Walkway, Driveways, Curb Ramps, Cross Gutter; Electrical Items – incl. conduits, Cables, Pull Boxes, Loop Detectors, Push Buttons, Type 15 Standards; Thermoplastic Striping, Signage, Install Fire Hydrant Location RPM, Traffic Control, Message Signs

Quotations will be broken down into comparable packages as reasonably necessary. CT&T Concrete Paving, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages to encourage the participation of DBE contractors/vendors.

CT&T Concrete Paving, Inc. Is an Equal Opportunity Employer, accepting proposals from all subcontractors/suppliers regardless of race, color, creed, sex, or national origin. We intend to negotiate in good faith with all qualified subcontractors and suppliers for project participation. 100% Performance and Payment Bonds may be required for full amount of subcontract price. Please contact us if you need assistance obtaining bonding, insurance, equipment, supplies, and/or materials or this project. Subcontractors must possess an active contractor’s license, insurance, and workers compensation coverage meeting all requirements set forth in the contract documents.
All quotes shall be in accordance with project plans, specifications, and valid for the entire length of the contract.

Los Nietos Safe Routes to School – Phase 2 Read More »

07-322004: Construct Stormwater Treatment Devices on Rte 118

Powell Constructors, Inc. is seeking quotes from all qualified subcontractors and suppliers including certified DBE firms. ALL BID ITEMS ARE OPEN FOR BID, including items of work normally performed by Powell Constructors, Inc.
LEAD COMPLIANCE PLAN, DISPUTE RESOLUTION ADVISOR, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, PREPARE WATER POLLUTION CONTROL PROGRAM, WPCP MATERIALS, STREET SWEEPING, CLEARING AND GRUBBING, ROADWAY EXCAVATION, HAZARDOUS WASTE TRUCKING, STRUCTURE EXCAVATION, STRUCTURE BACKFILL, IMPORTED BORROW, ROADSIDE CLEARING, LANDSCAPING, IRRIGATION, AGGREGATE BASE, HOT MIX ASPHALT, PLACE HOT MIX ASPHALT DIKE, TACK COAT, REMOVE ASPHALT CONCRETE DIKE, JOINTED PLAIN CONCRETE PAVEMENT, STRUCTURAL CONCRETE (RETAINING WALL), MINOR CONCRETE (MINOR STRUCTURE), BAR REINFORCING STEEL, DPP INFILTRATION AREA (ROCK INFILL), GROSS SOLIDS REMOVAL DEVICE INCLINED SCREEN, PLASTIC PIPE, CORRUGATED STEEL PIPE, CORRUGATED STEEL PIPE INLET, STEEL FLARED END SECTION, REMOVE PIPE, REMOVE INLET, ROCK SLOPE PROTECTION, ROCK SLOPE PROTECTION FABRIC, MINOR CONCRETE (CURB, GUTTER, AND SIDEWALK), REMOVE CONCRETE, MISCELLANEOUS IRON AND STEEL, PREPARE AND STAIN CONCRETE, ANTI-GRAFFITI COATING, FENCE, REMOVE FENCE, REMOVE PAVEMENT MARKER, TREATMENT BMP MARKER, CABLE RAILING, TRAFFIC STRIPING, REMOVE THERMOPLASTIC TRAFFIC STRIPE, MAINTAINING EXISTING TMS ELEMENTS DURING CONSTRUCTION, MODIFYING LIGHTING SYSTEMS, AND TRUCKING.
Quotations will be broken down into comparable packages as reasonably necessary. Powell Constructors, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.

Union Signatory, 100% Payment and Performance Bonds from an accepted surety may be required. Powell Constructors, Inc. will reimburse subcontractor for bond premium up to 2%. Assistance in bonding, insurance, lines of credit or obtaining equipment, supplies, materials, or related assistance or services is available upon request. Subcontractors must possess a current contractor’s license and provide General Liability, Auto and Worker’s Compensation Insurance meeting the minimum requirements per the specifications. Subcontractors must also be registered with the Department of Industrial Relations (DIR) pursuant to the Labor Code section 1725.5. Powell Constructors, Inc. is an Equal Opportunity Employer and encourage DBE participation.

07-322004: Construct Stormwater Treatment Devices on Rte 118 Read More »

07-332304 – Construct structural concrete barrier slab and concrete barrier

https://stacywitbeck.box.com/s/c415ml26938nc86jo0qc1pgukd7vkqva

WPCP Plan Development and Submittal, Construction Area and Roadside Signs Supply and Install, Temporary and Permanent Roadway Striping and Markers (including Removal and Disposal of Thermoplastic Hazardous Waste), Treated Wood Waste Removal and Disposal, Alternative Crash Cushion Supply and Install, Tubular Bicycle Railing Supply and Install, Demolition, Quality Control, Trucking, Street Sweeping, Concrete Pumping, Traffic Control, Electrical (Advanced Warning System and Temporary Traffic Signal), Tree Removal and Pruning, Landscaping, Reinforcing Steel, Joint Seal Supply, Ready Mixed Concrete Supply, Aggregate Supply, Elastomeric Formliner Supply.

All subcontractors must possess a current contractor’s license, insurance, and worker’s compensation insurance coverage meeting Stacy and Witbeck’s requirements. A copy of the insurance requirements and agreements can be obtained by contacting the estimator. In addition, subcontractors are required to register with the Department of Industrial Relations (DIR), as required by Public Contract Code Section 1725.5, please furnish DIR number with your quote submittal. Include applicable DBE certifications issued and validated by pertinent agencies. Stacy and Witbeck, Inc. is an Affirmative Action/EEO company and is willing to assist qualified certified DBE and other small business certified firms to achieve our subcontractor/supplier goals. Subcontractors will be required to provide a 100% performance and a 100% payment bond for the full amount of the subcontract price. Items of work may be broken down into an economically feasible package to encourage participation. Please also provide bond rates with your submitted bids. In some cases, we may be able to provide assistance obtaining bonds, lines of credit, insurance, necessary equipment, supplies, materials, as well as any related assistance in services to subcontractors who may otherwise be at a disadvantage. Please be advised of the Agency Specific Provisions 11.1 EPA Requirements and 11.2 California State Revolving Fund (CASRF) Requirements.

07-332304 – Construct structural concrete barrier slab and concrete barrier Read More »

07-204904: Widen the On-Ramp and Modify the Electrical System on Rte 405

Powell Constructors, Inc. is seeking quotes from all qualified subcontractors and suppliers including certified DBE firms. ALL BID ITEMS ARE OPEN FOR BID, including items of work normally performed by Powell Constructors, Inc.
LEAD COMPLIANCE PLAN, CONSTRUCTION AREA SIGNS, TRAFFIC CONTROL SYSTEM, PREPARE WATER POLLUTION CONTROL PROGRAM, MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL), WPCP MATERIALS, STREET SWEEPING, CLEARING AND GRUBBING, ROADWAY EXCAVATION, HAZARDOUS WASTE TRUCKING, ROADSIDE CLEARING, MAINTAIN EXISTING PLANTED AREAS, WOOD MULCH, IRRIGATION, AGGREGATE BASE, LEAN CONCRETE BASE, REPLACE ASPHALT CONCRETE SURFACING, HOT MIX ASPHALT, RUBBERIZED HOT MIX ASPHALT, PLACE HOT MIX ASPHALT DIKE, TACK COAT, REMOVE ASPHALT CONCRETE DIKE, STRUCTURAL CONCRETE (DRAINAGE INLET), MINOR CONCRETE (BACKFILL), REINFORCED CONCRETE PIPE, REMOVE INLET, DETECTABLE WARNING SURFACE, MINOR CONCRETE (CURB, SIDEWALK AND CURB RAMP), REMOVE CONCRETE (SIDEWALK, CURB, AND GUTTER), MISCELLANEOUS IRON AND STEEL, REMOVE CHAIN LINK FENCE, REMOVE ROADSIDE SIGN, FURNISH SIGN PANELS, ROADSIDE SIGN, INSTALL SIGN, MIDWEST GUARDRAIL SYSTEM, VEGETATION CONTROL (MINOR CONCRETE), REMOVE GUARDRAIL, PAVEMENT MARKING & STRIPING, ELECTRICAL, AND TRUCKING.
Quotations will be broken down into comparable packages as reasonably necessary. Powell Constructors, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.

Union Signatory, 100% Payment and Performance Bonds from an accepted surety may be required. Powell Constructors, Inc. will reimburse subcontractor for bond premium up to 2%. Assistance in bonding, insurance, lines of credit or obtaining equipment, supplies, materials, or related assistance or services is available upon request. Subcontractors must possess a current contractor’s license and provide General Liability, Auto and Worker’s Compensation Insurance meeting the minimum requirements per the specifications. Subcontractors must also be registered with the Department of Industrial Relations (DIR) pursuant to the Labor Code section 1725.5. Powell Constructors, Inc. is an Equal Opportunity Employer and encourage DBE participation.

07-204904: Widen the On-Ramp and Modify the Electrical System on Rte 405 Read More »

Diamond Street and Flagler Lane Bike Path Project

Contractors are required to have a Class: A (General Engineering) or Class B (General Contracting) license at the time of bid submission. Pursuant to Labor Code §1725.5, all bidders and their subcontractors of any tier must be registered with the Department of Industrial Relations in order to submit a bid, be listed in a bid proposal, or engage in the performance of this contract.

Sitework & Street Improvements at existing Diamond Street and Flagler Lane alleyway for a new dedicated bike path. Scope of work includes site demolition, grading of hillside, new retaining walls, paving, graphics, signage, striping, curbs, landscaping, utilities, and street lighting.

• Estimated construction cost – $1,200,000
• The work is currently anticipated to begin January 27, 2023.

Please contact: john.reser@cbre.com

Diamond Street and Flagler Lane Bike Path Project Read More »