GFE Solicitations

RFP for DBE Subcontractor & Suppliers for the Big Tujunga Dam Rockfall Mitigation Project

Environmental Construction, Inc. (“ECI”) seeks Disadvantaged Business Enterprise (“DBE”) subcontractors and suppliers for the County of Los Angeles Big Tujunga Dam Rockfall Mitigation Project.

This is a prevailing wage project in the City of Tujunga with an estimated cost of $1,800,000 to $2,700,000.

The project involves the following scopes of work:

• Concrete Testing
• Landscaping
• Clearing & Grubbing
• Tree Removal
• Rock Fall Safety Scaling
• Rockfall Drapery System
• Rockfall Drapery Quality Assurance Testing
• Designated Boulder Scaling
• Rockfall Attenuator Wire Rope Anchor
• Rockfall Attenuator System Components
• Rockfall Attenuator System Post Foundation
• Concrete Testing
• Excavation
• Erosion Control

ECI seeks proposals for any and all items of work. Please send proposals by June 7, 2021 to estimating@environcon.com or fax 818-805-3558.

The bidding documents for this project can be downloaded for free at the County of Los Angeles Bid Express portal. Alternatively, please email estimating@environcon.com or call 818-449-8920 and we will provide them to you.

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

RFP for DBE Subcontractor & Suppliers for the Big Tujunga Dam Rockfall Mitigation Project Read More »

08-0R5704: MGS (Steel Post) and Vegetation Control (Minor Concrete) on Rtes 10 & 210

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, PORTABLE RADAR SPEED FEEDBACK SIGN SYSTEM DAY, PORTABLE CHANGEABLE MESSAGE SIGN, PREPARE WATER POLLUTION CONTROL PROGRAM, WPCP MATERIALS, NOISE MONITORING, REMOVE CONCRETE (MISCELLANEOUS), CLEARING AND GRUBBING, ROADWAY EXCAVATION, HAZARDOUS WASTE TRUCKING, GRAVEL MULCH, WOOD MULCH, IRRIGATION, HOT MIX ASPHALT, PLACE HOT MIX ASPHALT DIKE, REMOVE ASPHALT CONCRETE DIKE, MINOR CONCRETE (MINOR STRUCTURE), REMOVE OVERSIDE DRAIN, GUARD RAILING DELINEATOR, MARKER (CULVERT), OBJECT MARKER (TYPE P), MIDWEST GUARDRAIL SYSTEM, VEGETATION CONTROL (MINOR CONCRETE), REMOVE GUARDRAIL, MAINTAINING EXISTING TMS DURING CONSTRUCTION, 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.

08-0R5704: MGS (Steel Post) and Vegetation Control (Minor Concrete) on Rtes 10 & 210 Read More »

12A1890 – Caltrans Minor B

CT&T Concrete Paving, Inc. is seeking quotes from all qualified subcontractors and suppliers, including certified DVBE 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:

Lead Compliance Plan, Construction Area signs, Traffic Control System, Portable Changeable Message Sign, Job Site Management, Water Pollution Control Program, Temporary Drainage Inlet Protection, Pavement Marker Treated Wood Waste, Remove Concrete, Structural Backfill, Hot Mix Asphalt (Type A), Remove Asphalt Concrete Pavement, Pedestrian Barricade, Detectable Warning Surface, Minor Concrete, Remove Concrete, Pre/Post Construction Survey, Remove Pavement Marker, Pavement Marker (Retroreflective), Remove Roadside Sign, Furnish Aluminum Signs, Thermoplastic Pavement Markings, Thermoplastic Traffic Stripes, Traffic Stripes, Inductive Loop Detector, Modify Interconnection Conduit and Cable, Modify Signal and Lighting Systems

Quotations may 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 DVBE contractors/vendors.

Plans and specs are available for review on the Cal eProcure website (https://caleprocure.ca.gov/) – Contract ID: 12A1890 or may be sent electronically upon request. All bids can be faxed to (909) 629-8001 or emailed to robert@cttoncretepaving.com.

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.

12A1890 – Caltrans Minor B Read More »

07-4V1004: Roadway Excavation, JPCP, and Chain Link Fence on Rte 91

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, TEMPORARY RAILING (TYPE K), PREPARE WATER POLLUTION CONTROL PROGRAM, WPCP MATERIALS, ROADWAY EXCAVATION, EMBANKMENT, ROADSIDE CLEARING, HYDROMULCH, HYDROSEED, PERMANENT EROSION CONTROL ESTABLISHMENT WORK, AGGREGATE BASE, LEAN CONCRETE BASE RAPID SETTING, REMOVE ASPHALT CONCRETE PAVEMENT, JOINTED PLAIN CONCRETE PAVEMENT, FENCING, GUARD RAILING DELINEATOR, MIDWEST GUARDRAIL SYSTEM (WOOD POST), CONCRETE BARRIER, TRANSITION RAILING, ALTERNATIVE IN-LINE TERMINAL SYSTEM, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, MAINTAINING EXISTING TMS ELEMENTS DURING CONSTRUCTION, TEMPORARY CAMERA SYSTEMS, MODIFYING RAMP METERING SYSTEMS, MODIFYING CAMERA 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.

07-4V1004: Roadway Excavation, JPCP, and Chain Link Fence on Rte 91 Read More »

RFP for DBE Subcontractor & Suppliers | Joint Water Pollution Control Plant Flare Station Expansion

Environmental Construction, Inc. (“ECI”) seeks Disadvantaged Business Enterprise (“DBE”) subcontractors and suppliers for the Los Angeles County Sanitation District No. 2 Joint Water Pollution Control Plant Flare Station Expansion project.

This is a prevailing wage project in the City of Carson with an estimated cost of $3,500,000 – $5,000,000.

The project involves the following scopes of work:

• Sheeting
• Shoring
• AC Paving
• Excavation
• Trenching
• Landscaping
• Construction Clean-up
• Disposal of Hazardous Material
• Structural fill / back-fill
• 3-D Scanning
• Potholing

ECI seeks proposals for any and all items of work. Please send proposals by May 10, 2021 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

RFP for DBE Subcontractor & Suppliers | Joint Water Pollution Control Plant Flare Station Expansion Read More »

RFP for DBE Subcontractor & Suppliers | Enchanted Hills Park Project (Re-Bid)

Environmental Construction, Inc. (“ECI”) seeks Disadvantaged Business Enterprise (“DBE” – CUCP Certified) subcontractors and suppliers for the City of Perris, California Enchanted Hills Park Project.

This is a prevailing wage project in the City of Perris with an estimated cost of $8,000,000.

The project involves the following scopes of work:

• Masonry
• Concrete
• AC Paving
• Fencing
• Metal Fabrications
• Landscaping
• Shotcrete
• Playground Protective Surfacing
• Electrical
• Synthetic Grass Surfacing
• Planting Irrigation

ECI seeks proposals for any and all items of work. Please send proposals by May 11, 2021 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.

RFP for DBE Subcontractor & Suppliers | Enchanted Hills Park Project (Re-Bid) Read More »

Juan Bautista De Anza Multi-Use Trail Phase 1 – Federal Project No. ATPL-5441(069)

CT&T Concrete Paving, 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 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:

Stormwater Control/BMPs/SWPPP, Clearing and Grubbing, Traffic Control (Including Construction Signs and CMS), PCC Concrete (up to 10-ft wide) (thickness 4″), including 4-in aggregate base underneath over 12″ compacted base, Sidewalks (by driveways and curb ramps), Construct Type 6 Integral Curb and Gutter, Grading and Excavation, Construct driveway, Aluminum Edging, Construct Asphalt Concrete, Cold Mill and Overlay, Construct Curb Ramps (Standard & Modified), Construct Retaining Curb, 3-in PVC Utility Sleeve, Remove Tree, Construct Retaining Wall, Repair and reinstall irrigation systems, Adju st to Grade Utility Vaults, Manholes and Meters, Signing and Striping, Pedestrian Hybrid Beacon System at Iris Ave, Sidewalk Outlet Structure, AC Pavement (6″ thick), PCC Concrete (up to 10-ft wide) (thickness 6″), Furnish and Install 4-in Aggregate Base, Furnish Decomposed Granite (DG) Material & Equipment, Subgrade Preparation, Construct Decomposed Granite (DG) Path, Subgrade Preparation for DG (recompaction and appurtenant work), Traffic Signal Modifications

Juan Bautista De Anza Multi-Use Trail Phase 1 – Federal Project No. ATPL-5441(069) Read More »

12-0Q3104: Install OH Sign Structures and Reconstruct Median Concrete Barrier on Rte 91

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, WPCP MATERIALS, CLEARING AND GRUBBING, ROADWAY EXCAVATION, HAZARDOUS WASTE TRUCKING, IMPORTED BORROW, CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION), FURNISH SIGN STRUCTURE (TRUSS), INSTALL SIGN STRUCTURE (TRUSS), REMOVE SIGN STRUCTURE, REMOVE PAVEMENT MARKER, GUARD RAILING DELINEATOR, OBJECT MARKER, REMOVE ROADSIDE SIGN, RELOCATE ROADSIDE SIGN, FURNISH SIGN PANELS, ROADSIDE SIGN, INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD), MIDWEST GUARDRAIL SYSTEM, CONCRETE BARRIER, REINFORCING STEEL, REMOVE GUARDRAIL, REMOVE CONCRETE BARRIER, PAVEMENT MARKING & STRIPING, SIGN ILLUMINATION SYSTEM, 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.

12-0Q3104: Install OH Sign Structures and Reconstruct Median Concrete Barrier on Rte 91 Read More »

RFP for DBE Subcontractor & Suppliers | West Lights Creek Bridge Installation Project

Environmental Construction, Inc. (“ECI”) seeks Disadvantaged Business Enterprise (“DBE”) subcontractors and suppliers for the US Department of Agriculture (Forest Service) West Lights Creek Bridge Installation project.

This is a federal prevailing wage project in the Mount Hough Ranger District of the Plumas National Forest with an estimated cost of $500,000 to $1,000,000.

The project involves the following scopes of work:

• Soil Erosion and Pollution Control Shoring
• Structural Backfill
• Bridge Rail System
• Clearing & Grubbing
• Roadway Obliteration & Excavation
• Waste Material Disposal
• Geocomposite Sheet Drain System
• AC Paving
• Concrete Removal
• Structure Excavation
• AC Paving
• Reinforced Steel
• Rip Rap
• Structural Concrete
• Steel Bridge Railing
• Soil Erosion & Pollution Control

ECI seeks proposals for any and all items of work. Please send proposals by April 26, 2021 to estimating@environcon.com or fax 818-805-3558.

The bidding documents for this project can be downloaded for free at sam.gov. Alternatively, please email estimating@environcon.com or call 818-449-8920 and we will provide them to you.

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

RFP for DBE Subcontractor & Suppliers | West Lights Creek Bridge Installation Project Read More »

Pacoima Spreading Grounds Basin Enhancement Project

RFP for DBE Subcontractor & Suppliers Pacoima Spreading Grounds Basin Enhancement project.

Environmental Construction, Inc. (“ECI”) seeks Disadvantaged Business Enterprise (“DBE”) subcontractors and suppliers for the County of Los Angeles Pacoima Spreading Grounds Basin Enhancement project.

This is a prevailing wage project in the City of Pacoima with an estimated cost of $66,000,000 to $99,000,000.

The project involves the following scopes of work:

• SWPPP
• Shoring
• Implementation of Lead Compliance Plan
• Dust Control
• Hauling
• Landscaping
• Noise Assessment / Control
• Water Truck
• Street Sweeping
• Clearing & Grubbing
• Tree Removal
• Piping
• Soil Excavation
• Concrete Removal
• Structure Excavation
• AC Paving
• Reinforced Concrete
• Fencing
• Fabricated Steel
• Erosion Control

ECI seeks proposals for any and all items of work. Please send proposals by April 19, 2021 to estimating@environcon.com or fax 818-805-3558.

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.

Pacoima Spreading Grounds Basin Enhancement Project Read More »