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 October 28, 2021 @ 12:10 p.m. through bid opening date

CA Contractors License #88
12200 Bloomfield Ave.
Santa Fe Springs, Ca. 90670

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 – SOL548457
Project: Bayshore Bikeway - Barrio Logan Project
Bid Date: November 30, 2021 at 2:00 PM PST
Bid Date: December 03, 2021 at 2:00 PM PST
DBE Goal: 23%

Digital Link Plans/Specs/Addendums:
https://www.dropbox.com/sh/b9jzjeql1xjfj0v/AABqrbfJpJ44HCwTgpsbVZ3Ca?dl=0

Addendums 1, 2 & 3 have been issued

General work description: The work consists in general of approximately 2.3 miles of Class I bikeway along Harbor Drive between Park Boulevard and 32nd Street within the City of San Diego and Port of San Diego Tidelands. The bikeway will extend along the western side of Harbor Drive between Park Boulevard and Cesar Chavez Parkway. The bikeway will cross to the eastern side of Harbor Drive at Cesar Chavez Parkway, where it will extend to 32nd Street. Roadway improvements are required to accommodate the Class I bikeway. Features include raised concrete medians and buffers, concrete curb & gutter, asphalt concrete dike, curb extensions, concrete barrier railing, chain link fencing, street lighting, traffic signal modifications and other traffic safety measures linked to signage and striping. At the intersection of Harbor Drive and 32nd Street, the existing steel span pedestrian bridges will be removed, and the existing concrete abutments and stairs will be demolished. On 32nd Street, between Harbor Drive and Norman Scott Road, improvements include new sidewalk and medians, traffic signal improvements, and railroad signaling improvements for the MTS Trolley.

Quotes for Services and Supplies requested for the following items for bid including, but not limited to:Mobilization, ADL Hauling and Disposal (Cal-Haz), ADL Hauling and Disposal (RCRA-Haz) Excavation and Transportation Plan (ADL), Lead Compliance Plan (ADL), Progress Schedule (Critical Path Method), Furnish and Install Project Information Sign, Surveying and Construction Staking, Lead Compliance Plan (Lead-Based Paint), Community Health and Safety Plan, Prepare and Implement SWPPP Traffic Control System, Clearing and Grubbing, Remove Asphalt Concrete Paving, Remove Asphalt Concrete Dike, Remove Concrete Paving, Remove Concrete Curb, Remove Concrete Curb and Gutter Remove Minor Concrete, Remove Storm Drain Inlet, Remove Masonry Block Wall Remove Abandoned SDG&E Fuel Line and Vaults, Remove Pedestrian Bridges Remove Railroad Track, Cold Mill Asphalt, Concrete Pavement, Adjust Manhole to Grade, Adjust to Grade Miscellaneous Cover, Relocate Tire Spikes, Roadway Excavation, Cement Treated Base, Coarse Aggregate Surface, Hot Mix Asphalt Type A Place Hot Mix Asphalt Dike (Type A), Place Hot Mix Asphalt Dike (Type B), Place Hot Mix Asphalt Dike (Type A – Openings at 10’), Place Hot Mix Asphalt Dike (Type A – Openings at 5’), Asphalt Curb Ramp Slurry Seal (Type I over Type III), Paving Fabric, Sanitary Sewer Air Jumper, Relocate Automatic Air/Vacuum Valve, Furnish and Install Fire Hydrant, Furnish and Install 1" Service Line and 1" x 3/4" Water Meter, Furnish and Install Water Meter Box, Planting, Irrigation System, PVC Pipe Sleeve (Irrigation), Portland Cement Concrete Pavement, PCC Pavement Repairs, Type B-1 Curb, Type B-4 Curb 6" Curb (per SDG-150), 8" Curb (per SDG-150), 6" Type H Curb and Gutter, 6" Type H Curb and Gutter (Modified), Type B-2 Curb and Gutter, Type B-2 Curb and Gutter (Mod) (Openings at 5' O.C.), Concrete Sidewalk, Concrete Curb Ramp, Gravity Retaining Wall (Type-A), Gravity Retaining Wall (Type B), Concrete Driveway, Concrete Cross Gutter, Concrete Gutter (Retaining Wall), Miscellaneous Concrete (4" Thick), 2' Continuous Monolithic Median (Type A), 2' Continuous Monolithic Median (Type A) - 8" Curb Height, 2' Continuous Monolithic Median (Type B), 3' Continuous Monolithic Median (Type A), 3' Continuous Monolithic Median (Type A) - 8" Curb Height, 2' Discontinuous Monolithic Median, 2' Discontinuous Monolithic Median - 8" Curb Height, Drainage Channel, Detectable Warning Tile, Stamped Concrete (Median), Stamped Concrete (Median Maintenance Access), Concrete Slope Paving, 18” Reinforced Concrete Pipe, 24” Reinforced Concrete Pipe, Curb Inlet (Type A), Curb Inlet (Type A) (L=9'), Curb Inlet (Type A) Modified, Curb Inlet (Type B), Curb Inlet (Type B)(L=7'), Curb Inlet (Type B) Modified, Curb Inlet (Type B-1), Curb Inlet (Type B-2), Cleanout (Type A4), Catch Basin (Type F), Catch Basin (Type F) Modified, Curb Outlet - Type A (Mod), Bioretention Overflow Structure, Pipe Collar, Modify Existing Inlet, Modify Reinforced Concrete Box, Green Garden (Locations 1-6), Rain Garden (Locations 1-4) Filterra Unit, 8" Plastic Pipe, Roadside Signs, Wayfinding Signs, Black Vinyl Coated Chain Link Fence (H=4’), Black Vinyl Coated Chain Link Gate (H=4’), Pipe Guardrail, Protective Railing (Type A), Cable Railing, Tubular Handrailing (Modified), Crash Cushion, Pavement Delineation, 36" Surface Mounted Channelizer, 6' Concrete Parking Block, Demountable Post, RRFB System with Thermal Detector, Modify Existing Traffic Signal (6 Intersections), Construct Street Lighting, Complete-In-Place, Type 1 Concrete Retaining Wall, Architectural Texture (Retaining Wall), Type 4 Masonry Retaining Wall, Remove Concrete (Bridge), Remove Concrete Barrier (Bridge), Remove Asphalt Concrete Surfacing (Bridge), Prepare Concrete Bridge Deck Surface, Structural Concrete (Bridge) Minor Concrete (Bridge), Bar Reinforcing Steel (Bridge), Drill and Bond Dowel, Concrete Barrier Type 60MA, Concrete Barrier Type 836, Concrete Barrier Type 836B, Concrete Barrier Type 836B (Modified), Miscellaneous Metal (Bridge), Joint Seal (Type A), Refinish Bridge Deck, MTS Signaling System, Trucking.

                 Griffith Company will work with interested subcontractors to identify opportunities to break down items into economically feasible packages.

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
12200 Bloomfield Ave. Santa Fe Springs, Ca. 90670
Phone 562-929-1128 Fax 562-864-8970

Contact: Brittney Gomez, Estimator
Email:
bgomez@griffithcompany.net

Published on October 28, 2021 @ 12:10 p.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