www.Contractors Estimate.com
Certified DGS Trade and Focus Publication since 2002

CE Focus - Focus Paper
 
Online DVBE certification is here!
ARTICLES
&
EDITORIALS

RESOURCES
&
LINKS

City of San Diego SLBE - ELBE Program

SBE/DVBE Search

Minority Business Development Agency

Advertisement date November 6, 2023 @ 2:09 p.m. through bid opening date

 

Griffith Company an Equal Opportunity Employer is requesting sub-bids from all qualified subcontractors and suppliers including certified DBE firms performing a commercially useful function for referenced project: 

Contracting Agency: SANDAG | SOL1224667
Project: Inland Rail Trail Phase 3B Bikeway
Project Location: City of Vista, County of San Diego
Bids open February 14, 2024, at 2:00 PM
DBE Goal:
21%
Engineers Estimate: $14,819,811.15

**Addendums 1-8 issued**

General work description: The work consists in general of constructing approximately 1.1 miles of a Class I bicycle facility, located between Civic Center Drive and Mar Vista Drive, in Vista, CA. The Class I bikeway is an 8-foot to 10-foot-wide multiuse bike path that is located mostly within the existing North County Transit District Right-of-Way, parallel to the railroad tracks. This bike path will connect to existing sidewalks or bike paths. Work will include grading, retaining walls, drainage improvements, cold milling asphalt concrete, crushed aggregate base, asphalt concrete paving, landscaping and irrigation, lighting, black chain link fence and gates, water quality swales, signing, and pavement delineation. The additive alternative work is for the CCTV system.

Plans & Specs can be viewed for free online at: https://www.dropbox.com/scl/fo/wt9rxrp29vnckcqbam7bw/h?rlkey=jkwpzl1dhlk6jy58tyq3ssqu9&dl=0

Griffith Company an Equal Opportunity Employer requests sub quotes from all qualified subcontractors and suppliers including certified DBE firms performing commercially useful function for the following items of work, including but not limited to: Mobilization and Demobilization, Time Related Overhead, Progress Schedule (Critical Path Method), Project Information Sign, Prepare and Implement SWPPP, Temporary Traffic Control System, Temporary Fence (H=4'), Screened Temporary Fence (Type CL-6), Temporary Track Protection (Rock and Excavation Barrier), Clearing and Grubbing, Remove Asphalt Concrete Paving, Remove Concrete Curb, Remove Concrete Curb and Gutter, Remove Concrete Cross Gutter, Remove Concrete Ditch, Remove Minor Concrete, Remove Storm Drain Inlet, Remove Loose Debris, Remove Street Light Pole and Foundation, Remove and Replace Damaged Chain Link Fence, 2" Cold Mill Asphalt Concrete Pavement, Adjust to Grade Storm Drain Manhole, Abandon Culvert (Cement Slurry Backfill), Unclassified Excavation, Unclassified Fill, Structure Excavation, Structure Backfill (no Geogrids), Structure Backfill (with Geogrids), Crushed Aggregate Base, Decomposed Granite, Asphalt Concrete, AC Dike, Furnish and Install 1" Water Service and 1" Meter, Planting, Vegetated Swale (W=2'), Vegetated Swale (W=2.5'), Vegetated Swale (W=3'), Irrigation System, Dogipot Bag Dispenser and Dogipot Trash Receptacle, 36-Gallon Trash Receptacle, 4" Portland Cement Concrete Pavement, 6" Curb per SDRSD G-01, 8" Curb per SDRSD G-01, Type B-1 Curb Per SDRSD G-06, Type H Curb and Gutter (Modified), 24" Gutter (Separate) Per SDRSD G-01, Concrete Header (Type A), Concrete Header (Type B), Concrete Sidewalk, Type A (Mod) Curb Ramp, Concrete Cross Gutter, Concrete Gutter (Retaining Wall) per SDRSD C-14, Truncated Domes Per SDRSD G-30, Concrete Slope Paving (6" Lightweight Reinforced Concrete with Footing), Concrete Slope Paving (3" Concrete with Welded Wire Fabric), 4' Precast Concrete Wheel Stop, Remove and Replace 4' Precast Concrete Wheel Stop, Concrete Ditch (Type A) Modified, Concrete Ditch (Type A), Concrete Ditch (Type B), Concrete Ditch (Type D) Modified, Concrete Rectangular Ditch, Vegetated Swale Connection to Drainage Catch Basin, Concrete Ditch Connection to Drainage Catch Basin, Curb and Gutter Connection to Ditch, Private Parking Lot Drainage Connection (202+20), Concrete Apron, Concrete Spillway (W=3') (240+85), Slurry Backfill, Reinforced Concrete Pipe, HDPE Storm Drain Pipe, Concrete Lug, Curb Inlet (Type A) Modified, Curb Inlet (Type A-2) Modified, Cleanout (Type A4), Catch Basin (Type F), Catch Basin (Type F) Modified, Modify Drainage Structure, Pipe Collar, Drainage Headwall (Type A), U Type Drainage Headwall, Splash Wall, Pipe Connection to Existing Drainage Structure, Pipe Connection to Existing Retaining Wall (249+67), Desilt Check Dam, Furnish and Install Break-Away Sign Post per SDRSD M-45 (1-3/4" x 1-3/4"), Furnish and Install Sign Post Mounted to Wall, Furnish and Install Sign Post and 15”x15”x18” Concrete Footing, Furnish and Install Roadside Sign Panel, Relocate Roadside Panel, Furnish and Install Break-Away Sign Post per SDRSD M-45 (2" x 2"), Furnish and Install Wayfinding Sign Panel, Furnish and Install 9” Diameter Go-By-Bike Sign Panel, Furnish and Install 18” x 6” City of Vista Sign Panel, 4” Yellow Skip Stripe Per Detail A of the Plans (Thermoplastic), 4” Yellow Solid Stripe (Thermoplastic), 4” White Solid Stripe (Thermoplastic), Double 6" Yellow Stripe per CTSP Detail 21 (Thermoplastic), Double 6" Yellow Stripe and Markers per CTSP Detail 22  (Thermoplastic), Center Lane Striping and Markers per CTSP Detail 32 (Thermoplastic), 8" White Stripe and Markers per CTSP Detail 38 (Thermoplastic), 8" White Stripe per CTSP Detail 38A (Thermoplastic), 12” White Solid Limit Line Stripe (Thermoplastic), Pavement Marking (Thermoplastic), 4” Blue Solid Stripe (Paint), 4” White Solid Stripe (Paint), Disabled Parking Symbol per M-29 (Paint), Blue Fire Hydrant Pavement Markers (Retroreflective), Black PVC-Coated Chain Link Walk Gate (W=3') with Cross Bars, Black PVC-Coated Chain Link Walk Gate (W=3'), Black PVC-Coated Chain Link Double Swing Gate (W=20'), Black PVC-Coated Chain Link Fence (H=4'), Black PVC-Coated Chain Link Fence (H=5') (Mounted to CMU Wall), Black PVC-Coated Chain Link Fence (H=6'), Black PVC-Coated Chain Link Fence (H=6') (Mod with 4' Deep Footing), Decorative Tubular Steel Fence (H=6'), Cable Railing per CTSP B11-47, 2" Conduit Installation, #6 Conductor, #8 Conductor, Pull Box, ARE-EDG Electrolier (On Footing), ARE-EDG Electrolier (Wall Mount), Type III Service with Foundation, Relocate Pedestrian Push Button and Post, Replace Loop Detector, Architectural Treatment (Retaining Wall), Concrete Retaining Wall, Concrete Gravity Wall, Modular Block Wall (RW 205), Concrete Gravity Wall (Type B) (RW 206), Concrete Retaining Wall (Type 1) (RW 208), Lightweight CMU Wall (RW 211 LT), Modular Block Wall (RW 211 LT), Concrete Gravity Wall, Modular Block Wall (RW 211 RT), CMU Wall (RW 212), Concrete Gravity Wall (Type B) (RW 214), Modular Block Wall (RW 216 LT), CMU Wall (Type 2) (RW 216 RT), Concrete Gravity Wall (Type A) (RW 216 RT), CMU Wall (Type 2) (RW 223), Modular Block Wall (RW 224), CMU Wall (Type 6) (RW 227), Concrete Retaining Wall (Type 1) (RW 242), Concrete Gravity Wall (Type B) (RW 243), CMU Wall (Type 4) (RW 243), Concrete Retaining Wall (Type 1) (RW 246), Concrete Gravity Wall (Type B) (Drainage Headwall 245+80 Rt), CIP Luminaire Base and Pedestal (RW 212), Lightweight Cellular Concrete, Remove and Replace Unsuitable Subgrade For Structures, Equipment Rental, Trucking.

Requirements: Griffith Company 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. Subcontractors must possess a current contractor’s license, insurance and worker’s compensation insurance coverage meeting Griffith’s requirements. A copy of the insurance requirements and agreements can be obtained by contacting the Estimator. Please call if you need assistance in obtaining bonding, insurance, equipment, materials, and/or supplies. Griffith Company intends to work cooperatively with all qualified firms seeking work on this project. Griffith Company is an Equal Opportunity Employer. Griffith Company will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.

Griffith Company
CA Contractors License #88
12200 Bloomfield Ave. Santa Fe Springs, Ca. 90670
Phone: 562-929-1128 Fax: 562-864-8970

Estimator: Gary Wothers Email: gwothers@griffithcompany.net

Published by Contractor’s Estimate, Inc.
Located at http://www.contractorsestimate.com

This solicitation will be archived 30 days following the bid date
 
NEWS
&
EVENTS

Caltrans Currently Advertised Projects

SAM SYSTEM FOR AWARD MANAGEMENT

SMBE/SWBE Query

Elite SDVOB Network

 
What are we about? Contact us HOME