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


CE Trade - Trade 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: March 17th, 2022 @ 9:48 a.m. through bid opening date

James McMinn, Inc (JMI) An Equal Opportunity Employer
Is requesting quotations from all qualified DVBE
subcontractors and material suppliers firms performing commercially useful function for the following project:

Caltrans No. 08-0G6914

Project: Construction on state highway in san bernardino county in and near san bernardino from 48th street to route 18/138 separation

General work description: Roadway excavation, repair, realign, and replace culverts.

District-County-Route-Post Mile: 08-SBd-18-T8.0/R17.8
Estimate: $5,900,000
Complete the work, excluding plant establishment work, within 220 working days.
Complete the work, including plant establishment work, within 310 working days.
Complete the plant establishment work within 250 working days

Bids open Tuesday, May 3, 2022 at 2:00 PM

JMI is requesting quotes from all qualified subcontractors and suppliers including certified DVBE firms for the following items of work, including but not limited to: Progress schedule (critical path, method), time-related overhead 0jvday), dispute resolution advisor on-site, meeting, hourly off-site dispute-resolutionadvisor-, related tasks, develop water supply, construction area signs, traffic control system, flashing arrow sign, type ill barricade, temporary traffic stripe (paint), channelizer (surface mounted), portable radar speed feedback sign, system day, temporary pavement marker, portable changeable message sign (ea), temporary automated end of queue, warning system (type 1) day, end of queue monitoring and warning, with truck mounted changeable, message sign day, temporary railing (type k), alternative temporary crash cushion, temporary radar speed feedback sign, job site management, prepare storm water pollution, prevention plan, rain event action plan, storm water sampling and analysis day, storm water annual report, temporary soil binder, temporary fiber roll, temporary gravel bag berm, temporary concrete washout, temporary creek diversion systems, remove yellow thermoplastic traffic, stripe (hazardous waste), treated wood waste, contractor-supplied biologist (ls), natural resource protection plan, invasive species control, temporary high-visibility fence, clearing and grubbing (ls), roadway excavation, shoulder backing, (f) - structure backfill (slurry cement), imported borrow (cy), roadside clearing, soil amendment, slow-release fertilizer, plant (group a), plant (group b), plant establishment work, foliage protector, hydroseed, class 2 aggregate base (cy), prime coat, hot mix asphalt (type a), place hot mix asphalt dike (type c), place hot mix asphalt dike (type d), place hot mix asphalt dike (type e), tack coat, remove asphalt concrete dike, cold plane asphalt concrete pavement, temporary shoring, (f) - structural concrete, headwall, (f) - minor concrete, (f) - minor concrete (minor structure), 24" corrugated steel pipe (.138" thick), 36" corrugated steel pipe (.168" thick), 48" corrugated steel pipe (.168" thick), 60" corrugated steel pipe (.138" thick), 90" corrugated steel pipe (.138" thick), 18" corrugated steel pipe (.138" thick), 36" corrugated steel pipe inlet (.168", thick), 18" alternative flared end section, 24" alternative flared end section, 36" alternative flared end section, 48" alternative flared end section, 60" alternative flared end section, remove culvert (lf), remove inlet, remove headwall, cleaning, inspecting, and preparing, culvert (lf), culvert contact grouting, concrete invert paving, culvert slurry-cement backfill, 18" cured-in-place pipeliner, 24" cured-in-place pipeliner, rock slope protection (300 lb, class iv,, method b) (cy), rock slope protection (150 lb, class 111,, method b) (cy), rock slope protection (60 lb, class 11,, method b) (cy), rock slope protection (1t, class viii,, method b), rock slope protection (20 lb, class i,, method b) (cy), rock slope protection fabric (class 8), (f) - miscellaneous iron and steel, remove pavement marker, guard railing delineator, pavement marker (retroreflectiverecessed), marker (culvert), barrier marker, object marker, remove roadside sign (wood post), furnish single sheet aluminum sign, (0.080"-unframed), roadside sign - one post, midwest guardrail system (steel post), vegetation control (minor concrete), double thrie beam barrier (steel post), end anchor assembly (type sft), alternative in-line terminal system, alternative crash cushion system, salvage double thrie beam barrier, salvage guardrail, thermoplastic traffic stripe, (spra yable), remove 6" traffic stripe, maintaining existing traffic management, system elements during construction, mobilization

Plans and specifications are available to view at our office or online at: http://ppmoe.dot.ca.gov/des/oe/weekly-ads/specs-ntb.php?c=08-0G6914

If you have any questions, please contact Richard and Ryan
Richard@jmige.com Ryan@jmige.com estimating@jmige.com
***All quotes should be sent before 1pm on bid day***

Requirements: No Contractor or Subcontractor shall be qualified to bid on, be listed in a bid proposal or engage in the performance of any contract for public work, unless currently registered to perform public work with the Dept of Industrial Relations https://efiling.dir.ca.gov/PWCR/Search.action

JMI will pay for bond premium up to 1.5%. The US Small Business Administration may also assist you in obtaining bonding - please see the following site for information: http://www.sba.gov/content/contractors# 100% performance and payment bonds may be required for the full amount of subcontract price. JMI is willing to break down items into economically feasible packages and we are willing to break out any portion of work to encourage participitation.

Subcontractors must possess a current contractor’s license, insurance and worker’s compensation coverage meeting JMI's requirements Please call if you need assistance in obtaining bonding, insurance, equipment, materials and/or supplies. JMI intends to work cooperatively with all qualified firms seeking work on this project.

*PLEASE PROVIDE DIR # WITH QUOTE*

Portions of work can be made available upon request prior to bid date. Please call if any assistance is needed.

James McMinn, Inc. (JMI)
License 878920
21834 Cactus Ave, Riverside, Ca 92518
Phone: (909) 514-1231 fax (909) 514-0553

 

Published on March 17th, 2022 @ 9:48 a.m. by Contractor’s Estimate, Inc.
Located at http://www.contractorsestimate.com

This advertisement will run until the bid date

 
NEWS
&
EVENTS

FEDERAL BIDDING OPPORTUNITIES

Caltrans Currently Advertised Projects

SAM SYSTEM FOR AWARD MANAGEMENT

SMBE/SWBE Query

Elite SDVOB Network

 

 
What are we about? Contact us HOME