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 June 5, 2024 @ 12:00 p.m. through bid opening date

License No. 626859
5400 Hanna Ranch Road Novato, CA 94945
Phone: 415.456.8972 Fax: 415.459.0665

THOMPSON BUILDERS CORPORATION is requesting bids from ALL subcontractors, suppliers & truckers, but ESPECIALLY DBE subcontractors, suppliers & truckers for the following project:

Agency: Caltrans No. 02-3H70U4 - RHMA-G, HMA (Type A), cold plane AC, & soldier pile retaining wall.
Project: Construction on State Highway In Trinity County Near Del Loma From 1.0 Mile East Of Trinity River Bridge No.05-0006 To 0.1 Mile West Of Prairie Creek Road  

Engineers Estimate: $16,800,000
DBE Goal: 21%

Bids open July 2, 2024, at 2:00 PM
NEW Bid Date: July 23, 2024 at 2:00 pm

**Addendums 1-2 issued **

Plans & Specs: https://tpcorp.box.com/s/w18kewtr9jsk1g5bjqaoyk7f0y3hqjn5

Quotes for Services and Supplies requested for the following items for bid including, but not limited to:   Lead Compliance Plan, Time-Related Overhead (Ls), Dispute Resolution Board On-Site Meeting, Hourly Off-Site Dispute-Resolution- Board-Related Tasks, Develop Water Supply, Construction Area Signs, Traffic Control System, Type Iii Barricade, Temporary Pavement Marking (Paint), Temporary Traffic Stripe (Paint), Channelizer (Surface Mounted), Portable Radar Speed Feedback Sign Systems, Portable Signal Systems, Portable Changeable Message Sign, Temporary Railing (Type K), Temporary Crash Cushion Tl-3, Automated Flagger Assistance Device Day, Job Site Management, Water Pollution Control Program, Move-In/Move-Out (Temporary Erosion Control), Temporary Hydraulic Mulch (Bonded Fiber Matrix), Temporary Cover, Temporary Check Dam, Temporary Drainage Inlet Protection, Temporary Fiber Roll, Temp. Gravel Bag Berm, Temporary Silt Fence, Temporary Construction Entrance, Street Sweeping, Temporary Concrete Washout, Treated Wood Waste, Contractor-Supplied Biologist, Invasive Species Control, Remove Concrete (Miscellaneous), Clearing And Grubbing, Roadway Excavation, Shoulder Backing, (F) - Structure Excavation (Soldier Pile Wall), (F) - Structure Backfill (Soldier Pile Wall), (F) - Concrete Backfill (Soldier Pile Wall), (F) - Lean Concrete Backfill, Ditch Excavation, Hydraulic Biotic Growth Medium, Bonded Fiber Matrix (Sqft), Fiber Reinforced Matrix (Sqft), Rolled Erosion Control Product (Netting), Finishing Roadway, Class 2 Aggregate Base, Asphalt-Rubber Binder, Precoated Aggregate (Seal Coat), Replace Asphalt Concrete Surfacing, Hot Mix Asphalt (Type A), Minor Hot Mix Asphalt, Rubberized Hot Mix Asphalt (Gap Graded), Data Core, Place Hot Mix Asphalt Dike (Type A), Place Hot Mix Asphalt Dike (Type F), Place Hot Mix Asphalt, Tack Coat, Remove Asphalt Concrete Pavement, Remove Asphalt Concrete Dike, Cold Plane Asphalt Concrete Pavement, Ground Anchor (Subhorizontal), Steel Soldier Pile (Hp 14 X 89), 30" Drilled Hole, Structural Concrete, Waler, (F) - Structural Concrete, Barrier Slab, Structural Concrete, Headwall, Structural Concrete, Drainage Inlet, Minor Concrete (Minor Structure), Precast Concrete Lagging, (F) - Bar Reinforcing Steel (Waler, Epoxy Coated), (F) - Timber Lagging, Clean And Paint Steel Soldier Piling, (F) - Concrete Backfill (Pipe Trench), 18" Polymeric Sheet Coated Corrugated Steel Pipe (0.079" Thick), 30" Polymeric Sheet Coated Corrugated Steel Pipe (.138" Thick), 24" Polymeric Sheet Coated Corrugated Steel Pipe (.109" Thick), 24" X 18" Corrugated Steel Pipe Arch (.109" Thick), 24" Anchor Assembly, 30" Anchor Assembly, Drainage Inlet Marker, Biofiltration Soil Media, Abandon Culvert (Lf), Remove Culvert (Lf), Remove Inlet, Remove Headwall, Rock Slope Protection (1/4 T, Class V, Method B) (Cy), Rock Slope Protection (20 Lb, Class I, Method B) (Cy), (F) - Miscellaneous Iron And Steel, Prepare And Stain Concrete, Remove Pavement Marker, Pavement Marker (Retroreflective- Recessed), Remove Marker (Culvert), Marker (Culvert), Treatment Best Management Practice Marker, Remove Roadside Sign (Wood Post), Remove Roadside Sign Panel, Remove Roadside Sign (Steel Post), Furnish Single Sheet Aluminum Sign (0.080"-Unframed), Furnish Single Sheet Aluminum Sign (0.063"-Framed), Furnish Single Sheet Aluminum Sign (0.080"-Framed), Roadside Sign - One Post, Roadside Sign - Two Post, Install Roadside Sign Panel On Existing Post, Midwest Guardrail System (Steel Post), Midwest Guardrail System (8' Steel Post), Vegetation Control (Minor Concrete), Single Thrie Beam Barrier (Steel Post), Concrete Barrier (Anchor Block), Cable Railing, Transition Railing (Type Agt), End Anchor Assembly (Type Sft-M), Alternative In-Line Terminal Tl-3, Buried Post End Anchor (Type B-F), Alternative Crash Cushion Tl-3, (F) - Concrete Barrier Transition, (F) - Concrete Barrier (Type 842 Modified), Remove Guardrail, Remove Crash Cushion, Thermoplastic Pavement Marking (Enhanced Wet Night Visibility), Remove Thermoplastic Traffic Stripe, 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) (Recessed), 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) (Recessed, Broken 12-3), 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) (Recessed, Broken 18-12), 8" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) (Recessed), Thermoplastic Crosswalk And Pavement Marking (Enhanced Wet Night Visibility) (Recessed), Mobilization

*No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)] *No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. *This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

We are signatory to both the Carpenters Collective Bargaining Agreement and the Laborers Collective Bargaining Agreement.  Certification of insurance for General Liability and Workers’ Compensation are required.  A Waiver of Subrogation will also be required with all Subcontract Agreements. Subcontractors’ faithful performance and payment bonds in the amount of the subcontract price will be required.  Reasonable market rate bond premium will be reimbursed by Thompson Builders Corporation.

TBC is willing to discuss breaking down bid items into economically feasible units for minority participation. Our estimating department is available for assistance with bonding, lines of credit, insurance, equipment, supplies and/or materials. The Small Business Administration (www.sba.gov ), the California Dept. of General Services (www.dgs.ca.gov) and U.S. Dept. of Transportation Office of Small and Disadvantaged Business Utilization (www.osdbu.dot.gov ) may also be able to offer financial assistance and/or information regarding insurance and bonding.

Thompson Builders Corporation
an Equal Opportunity Employer
Contact: Kelsey Heaphy
PHONE: (415) 456-8972 FAX: (415) 459-0665
EMAIL:  bids@tbcorp.com

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

This advertisement will run through 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