builders bulletin - ccba · 1. an employee who is discharged must be paid all of his or her wages,...
TRANSCRIPT
OCTOBER 1, 2018
We Build Futures ~ Communities ~ Confidence ~ We Build Your Business
Bidding This Week...
Builders Bulletin
“We’re Not The Best Because We’re the Oldest…
We’re The Oldest Because We’re the Best!”
Overhead Door Company of Salinas 733 Sanborn Place • Salinas, CA 93901
Salinas (831) 422-3667 • Monterey (831) 375-3667 Fax (831) 422-1061 • Santa Cruz (831) 662-3122
Lic. #529655
Overhead Door Company of Santa Clara Valley 1266 Lawrence Station Road • Sunnyvale, CA 94089
Tel (408) 734-8010 • Fax (408) 734-3728 Lic. #215098
Bid Time Project Name Location Bid Date
10/1/18 * Marina Mcdonald 4-1447 Marina Reservation 5:00 PM
10/2/18 Sunnyvale Rfp Homestead Road At Homestead High School Pedestrian & Bicycle Improvements
3:00 PM
10/2/18 Cupertino Mcclellan Ranch West Parking Lot Improvement 2:00 PM
10/2/18 Hollister Rfp - County Service Area Street Sweeping Services 2:00 PM
10/2/18 Salinas Guess #7136 Northridge Mall 12:00 PM NEW
10/2/18 * San Jose Sprouts - Silver Creek Plaza (Request For Sub-Bids) 12:00 PM
10/2/18 Milpitas Mcdonalds 4-1570 Milpitas (Request For Sub-Bids) 5:00 PM
10/2/18 Palo Alto Vapahcs Install Patient Safety Upgrades & Commission Systems Building 500 - 36c26118b0613
10:00 AM NEW
10/3/18 Sunnyvale Rfq High Voltage Testing Repair 3:00 PM
10/3/18 * Sunnyvale Las Palmas Tennis Court Resurfacing 3:00 PM
10/3/18 Los Gatos Mcdonalds 4-0582 (Request For Sub-Bids) 5:00 PM NEW
10/3/18 * Hollister Hollister Shops #1 Shell Building 12:00 PM
10/3/18 Hollister Hollister Retail 1 & 2 12:00 PM
10/3/18 San Jose Edd Hvac Replacement 2:00 PM
10/4/18 Salinas Rfp - District-Wide Led Lighting 3:00 PM
10/4/18 * San Jose 8956-Old Foundry Demolition St. John Street 3:00 PM
10/4/18 Seaside Stromdrain Grate Upgrade Project- Fabrication 4:00 PM
10/4/18 Hollister Mccarthy Park Improvements 3:00 PM
10/4/18 Santa Clara County Light Rail Track Intrusion Prevention - Scvta 2:00 PM
10/4/18 San Jose North San Pedro Studios, First Community Housing (Request For Sub-Bids)
5:00 PM NEW
10/4/18 San Luis Obispo Decontamination Showers 3:00 PM NEW
10/5/18 Santa Cruz New Ada Ramp At Branciforte Small Schools 1:00 PM NEW
10/5/18 Pismo Beach Rfp - Engineering And Environmental Services For Price Canyon Rd Emergency Relief
2:00 PM
10/5/18 San Luis Obispo Rsoq For Prospective Design-Build Entities Seeking To Qualify For San Luis Obispo County - New Animal Services Facility
5:00 PM
Page 1 of 1
Central Coast Builders Association
242 East Romie Lane (831) 758-1624 Salinas Salinas, CA 93901 (831) 423-5900 Santa Cruz Mon-Thurs 8-5 Fri 8-3 (831) 883-3933 Monterey
(831) 758-6203 Fax
Board of Directors
President: Clifford Fasnacht, Dougherty Pump & Drill Brian Kenny, Hayward Lumber
Vice President: Kevin McIntosh, Blach Constuction Miguel Bustos, MIG Electric
Secretary/Treasurer: Anka Hepper, WM. B Saleh Painting Kate Rueter, AON Risk Services
Past President: Kristine O’Dell, Absolute HR Gabriel Torres, CCRB/CHISPA
Oscar Blancas, Blancas Construction
CCBA STAFFChristie Cromeenes
Executive Director
Merary Rodriguez FInance Coordinator Shelly Verba Office Planroom Manager
Rikki Montejano Public Relations Coordinator
DisclaimerAll information provided by CCBA is obtained from sources deemed to be reliable. It is the user’s responsibility to confirm the accuracy of
all facts. We assume no responsibility for errors and/or omissions.All information included is for the intended recipient only, we ask that
you do not share this information
09/26/2018 BUSINESS UPDATES
Employee final pay – five reminders Five reminders about the timing requirements for providing final wages to employees:
1. An employee who is discharged must be paid all of his or her wages, including accrued vacation, immediately at the time of termination.
2. An employee who gives at least 72 hours prior notice of quitting, and quits on the day given in the notice, must be paid all earned wages, including accrued vacation, at the time of quitting.
3. An employee who quits without giving 72 hours prior notice must be paid all wages, including accrued vacation, within 72 hours of quitting.
4. An employee who quits without giving 72-hours’ notice can request their final wage payment be mailed to them. The date of mailing is considered the date of payment for purposes of the requirement to provide payment within 72 hours of the notice of quitting.
5. Final wage payments for employees who are terminated (or laid off) must be made at the place of termination. For employees who quit without giving 72 hours’ notice and do not request their final wages be mailed to them, the final wages must be made available at the office of the employer within the county in which the work was performed.
For any employer who willfully fails to pay any wages due a terminated employee can subject the employer to “waiting time penalties” under Labor Code section 203. Waiting time penalties accrue at an amount equal to the employee’s daily rate of pay for each day the wages are not paid, up to a maximum of 30 calendar days. The court in Mamika v. Barca (December 1998) set forth that waiting time penalties continue to accrue on a daily basis.
AB 3080, banning arbitration agreements by employers passes Senate and awaits Governor’s signature California legislature passed AB 3080 which prohibits employers from entering into arbitration agreements with employees and now is waiting for Governor Brown’s signature. It is uncertain whether the Governor will sign the bill into law, as in 2015 the Governor vetoed AB 465 that contained a similar prohibition on arbitration agreements in the workplace. This Friday’s Five covers five aspects of the bill that California employers need to understand: 1. Bill bars confidential agreements regarding harassment. AB 3080, if passed, would add Section 432.4 to the Labor Code, which would: …prohibit any applicant for employment, employee, or independent contractor from disclosing to any person an instance of sexual harassment that the employee or independent contractor suffers, witnesses, or discovers in the workplace or in the performance of the contract, or otherwise opposing any unlawful practice, or from exercising any right or obligation or participating in any investigation or proceeding with respect to unlawful harassment or discrimination. There is some question about whether this language would prohibit employers from entering into settlement agreements with employees that require confidentiality of its terms. This practice is prevalent in employment litigation, not only in harassment claims, but in all aspects of employment litigation, such as when settling wage claims. One rational for keeping a settlement agreement confidential is to be
able to settle a claim and stop litigation without admitting liability. If the amount of settlements are known, it may be viewed as an admission by other third-parties, which could increase the amount of litigation filed against the employer. The ability to keep settlements confidential aids in settling cases, and if employers cannot confidentially resolve claims it could lead to longer and harder fought litigation. 2. Prohibits arbitration agreements for wage and hour claims, discrimination, harassment, and retaliation. The bill would also add Section 432.6 to the Labor Code, prohibiting employers from entering into arbitration agreements with employees. The bill provides that “a person shall not…require any applicant for employment or any employee to waive any right, forum, or procedure for a violation of any provision of the California Fair Employment and Housing Act” or the Labor Code. This would bar arbitration agreements for claims of harassment, discrimination, or retaliation under the Fair Employment and Housing Act, in addition to barring arbitration agreements that cover wage and hour claims under the Labor Code. 3. Prohibits employers from taking any employment action against employees who refuse to enter into arbitration agreements. The bill would make it illegal for an employer to: …threaten, retaliate or discriminate against, or terminate any applicant for employment or any employee because of the refusal to consent to the waiver of any right, forum, or procedure for a violation of the California Fair Employment and Housing Act or [the Labor Code], including the right to file and pursue a civil action or a complaint with, or otherwise notify, any state agency, other public prosecutor, law enforcement agency, or any court or other governmental entity of any alleged violation. 4. Creates personal liability for violations. The bill designates that “a person” shall not take the actions prohibited in the bill, opening the possibility for individual liability for anyone violating the requirements of the bill. 5. Likely legal challenges to AB 3080 if it is eventually signed into law. In May 2018, the U.S. Supreme Court ruled in Epic Systems Corp. v. Lewis, that employment arbitration agreements that bar class actions are enforceable. The vote was 5 to 4 in upholding the use of arbitration agreements in the workplace. If the bill is signed into law the by the Governor, it will likely be challenged on the grounds that is preempted by the Federal Arbitration Act. Employers need to keep a close eye on this bill, and even if the bill is passed, there will likely be a lengthy legal challenge on its validity. Employers should review whether arbitration agreements are appropriate for their workforce with counsel, and need to keep in contact with their attorneys regarding the use of confidentiality agreements and arbitration agreements in the workplace.
Projects Out To Bid
Deadline for submission of materials for our Bulletin is end of day Wednesday each week.
Weekly Projects Bidding 9/27/2018
Reasonable care is given in gathering, compiling and furnishing the information contained herein which is obtained from sources believed to bereliable, but the Planroom is not responsible or liable for errors, omissions or inaccuracies.
Name Bid Date Time Contract # EstimateLocationOPR#
Monterey County
Bidders:
Plan Issuer:
Marina
Trade(s): 09900 - PAINTING- INTERIOR/EXTERIOR 09950 - WALL COVERINGS
Please send your quotation to Edwin Negrete ([email protected]) & CC Hugo Mejia ([email protected]).
18-02732
1
5:00 PM10/1/18
Addenda:MCDONALD 4-1447 MARINA RESERVATION
West Coast Construction Services, Inc. 909-982-6979 909-476-9005
General Contractor Office: 000-000-0000!!!There May Be Other Gc's Bidding ThisProject That We Are Unaware Of
General Contractor Fax: 909-476-9005Office: 909-982-6979West Coast Construction Services, Inc.
Bidders:
Plan Issuer:
Salinas
Interior build out of a new Guess retail location, scope to include: Finish carpentry; Fixture Installation; Doors, Frames and Hardware;New Rolling Grille - A5.0; Electrical - Unistrut; Framing & Drywall; Floors - Bead Blast; Storefront; Glasss & Glazing; HVAC; Paint;Wallpaper; Plumbing - Cap off existing water lines in restroom that is to be removed; Fire sprinklers; Concrete - Restroom Floor Patch;Concrete Saw Cutting - The Sensormatic/Sensorsense/WG System shall be supplied and installed by Tenant. Contractor shallperform saw cuts, and electrical connections.
Project Contact: [email protected]
18-02811
0
12:00 PM10/2/18
Addenda:GUESS #7136 NORTHRIDGE MALL
Solex Contracting [email protected] 951-308-1706 951-553-7185
NEW
General Contractor Office: 000-000-0000!!!There May Be Other Gc's Bidding ThisProject That We Are Unaware Of
General Contractor Fax: 951-553-7185Office: 951-308-1706Solex Contracting
Bidders:
Plan Issuer:
Salinas
The District is seeking proposals from qualified entities and/or individuals to utilize the District’s Proposition 39 (“Prop 39”) EnergyExpenditure Plan and Consultant Report to remove existing lighting and replace it with LED lighting.
Contact Person: Diane MillerEmail: [email protected]
MAND 9/24 @ 10am
18-02651
0
3:00 PM10/4/18
Addenda:RFP - DISTRICT-WIDE LED LIGHTING
Prebid Conf:
Santa Rita Union School District 831-443-7227
Electrical Contractor Fax: 866-458-5062Office: 888-450-2232Clear Blue Energy Corp.
General Contractor Fax: 213-621-7992Office: 469-422-0676Regreen Inc.
Projects Out To Bid
Name Bid Date Time Contract # EstimateLocationOPR#
Plan Issuer:
Seaside
The City of Seaside has 369 existing storm grates that do not meet Caltrans standards for bicycle safety. The purpose of this project isto replace the storm grates within the existing frame structure with new storm grates that meet the designintent of the Caltrans Standard Plan D77B. The scope of the work for this contract will consist of all labor, material, equipment andservices necessary to complete the following work:- Field measurement of storm grates.- Storm Drain Grate Identification & Tracking System.- Design and fabrication of new storm grates that fit into the existing storm drain frame and are in conformance with 2015 CaltransStandard Specification Section 75-2.02B and Caltrans Standard Plan (D77B) for bicycle safe grates.- Coordination with City, City’s design engineer, and contractor who will install storm grates.- Shipment of replacement storm drain grates with proper identification in accordance with the tracking system to allow for easyidentification during installation within 6 months of notice to proceed.
Project Contact: Scott OttmarEmail: [email protected]
18-02726
0
4:00 PM10/4/18
Addenda:STROMDRAIN GRATE UPGRADE PROJECT- FABRICATION
City of Seaside 831-899-6825 831-899-6211
Plan Issuer:
Salinas
The City of Salinas seeks responses to this Request of Qualifications (RFQ) from professional, qualified firms or individuals (Designteams) who are capable of performing a site analysis, preparing construction drawings to obtain a building permit, defining thespecifications and cost estimate for public bidding purposes for the construction of new soccer fields and a half basketball court. A costestimate, proposal and schedule are also requested in a sealed envelope, but will not be the primary factor to determine the contractaward.
Project Contact: Don Reynolds - 831-758-7241Email: [email protected]
9/14 @ 1:30pm- site
18-02518
1
4:00 PM10/8/18
Addenda:RFQ - CESAR CHAVEZ PARK SOCCER AND BASKETBALL IMPROVEMENTS
Prebid Conf:
City of Salinas - DPW 831-758-7241 831-754-0756
Plan Issuer:
Monterey $180,000 $200,000
In general, the work consists of furnishing and installing new play equipment, concrete ramps, handrails, and gate improvements. Thework shall include, but not be limited to, constructing concrete ramps with handrails and edge protection, constructing ADA accessibleloading zone, gate improvements, reconstructing concrete and asphalt pavements, refreshing engineered wood fiber play surfacing,furnishing and installing new play equipment and demolishing and disposing of existing play equipment. The additive alternate workconsists of, but is not limited toconstructing poured in place rubber surfacing.
Project Contact: Jeff KrebsEmail: [email protected]
9/13 @ 2pm- site
18-02579
0
2:00 PM10/9/18
Addenda:CASANOVA OAK KNOLL PARK IMPROVEMENTS
to
Prebid Conf:
City of Monterey-Dept of PW [email protected] 831-646-3877 831-646-3405
Plan Issuer:
Seaside $70,000
1. REPLACING APPROXIMATELY 910 SF OF EXISTING ASPHALT DRIVEWAY AND PARKING AREA WITH PERMEABLEPAVERS WITH GRAVEL SUBGRADE FOR INFILTRATION INTO UNDERLYING SANDY SOILS.2. NEW PARKING LOT SURFACE SHALL PROVIDE POSITIVE SURFACE DRAINAGE TO AN EXISTING CATCH BASIN.
PREVAILING WAGE
If you have any questions on this project, contact Tom Millman at [email protected], Cell (408) 310-7447, Office (831) 392-3918.
MAND 9/25 @ 3pm- site
18-02644
0
3:00 PM10/9/18
Addenda:DEL REY WOODS ELEMENTARY SCHOOL LID PERMEABLE PAVEMENT AND STORMWATERINFILTRATION DEMONSTRATION
Prebid Conf:
Monterey Peninsula Unified School District 831-645-1200 831-649-4175
Projects Out To Bid
Name Bid Date Time Contract # EstimateLocationOPR#
Bidders:
Monterey $100,000 $1,300,000
In general, the work consists of, but is not limited to, removal, disposal and replacement of existing asphalt shingle roofing on 16buildings (B204-B207, B209-B216, B218-B220, and B228). Work includes necessary roof preparation and installation of new 50 yearwarranty, architectural shingle roof assembly by Owens Corning and PVC roof system or approved equal. Also included are theremoval and replacement of metal flashing, roof gutters and downspout, repair of deteriorated roof decking, evaluation of the existingvent system and installation of additional roof vents, if necessary, and all miscellaneous work for a complete installation of new roof permanufacturer’s recommendations, plans and as specified herein.
Project Contact: Elvie CamachoEmail: [email protected]
MAND 9/28 @ 10am- Lower Presidio off Corporal Ewing Road, Monterey
18-02781
0
2:00 PM10/9/18
Addenda:PRESIDIO OF MONTEREY VARIOUS BUILDINGS ROOF REPLACEMENT (PACKAGE 1)
to
Prebid Conf:
NEW
Asbestos Abatement /Hazardous Materials Contract
Office: 831-333-6431Monterey Environmental Solutions +Services
Demolition Contractor Fax: 831-761-5513Office: 831-761-5511Coastwide Environmental Tech, Inc.
Bidders:
Monterey $100,000 $1,200,000
In general, the work consists of, but is not limited to, removal, disposal and replacement of existing asphalt shingle roofing on 17buildings (B254, B257, B272-278, B354, B356, B358, B450-B452, B267 and B271). Work includes necessary roof preparation andinstallation of new, 50 year warranty, architectural shingle roof assembly by Owens Corning and PVC roof system, or approved equal.Also included are the removal and replacement of metal flashing, roof gutters and downspout, repair of deteriorated roof decking,evaluation of the existing vent system and installation of additional roof vents, if necessary, and all miscellaneous work for a completeinstallation of new roof per manufacturer’s recommendations, plans and as specified herein.
Project Contact: Elvie CamachoEmail: [email protected]
18-02783
0
2:00 PM10/9/18
Addenda:PRESIDIO OF MONTEREY VARIOUS BUILDING ROOF REPLACEMENT (PACKAGE 2)
to
NEW
Asbestos Abatement /Hazardous Materials Contract
Office: 831-333-6431Monterey Environmental Solutions +Services
Monterey
The City desires to obtain the services of outside firms or individuals to prepare a Sanitary Sewer Master Plan for the City of Monterey.Services are required to verify the capacity of the sanitary sewer system and analyze impacts associated with changed water usagesince previous planning efforts. The team will identify the impacts of sea level rise to the collection system and provide alternativeinfrastructure improvements necessary to maintain services. The consultant will prepare recommendations and an implementationschedule for improvements to the system.
RFP/RFQ Contact: Regina TrinqueTel:(831) 242-8749
18-02792
0
2:00 PM10/12/18
Addenda:RFP - SANITARY SEWER MASTER PLANNEW
NEW
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Plan Issuer:
King City
The Salinas Valley Fair existing Sanitary Sewer, (SS), system needs to be upgraded. To achieve this, a phased approached is beingimplanted to address the sanitary sewer waste associated with the Fair’s RV Park with the installation of a new gravity system. Thecurrent project addresses Phase I of the project.Phase I (Base Bid) for the current project will consist of furnishing of all labor, materials, equipment, services, and incidentalsnecessary for installing a new sewer line to the city’s sewer sanitary (SS), that is connected to a RV dump station on the Fairgrounds.The sewer line improvements, including the following:• Installation of a new SS sewer lines, SS manholes, SS clean-outs, and RV dump station, that connects to the city’s sanitary sewersystem. Complete details are presented in the plans and specifications included in Appendix A.• The awarded contractor is to obtain and process all required permits that are not on Fair property.
PREVAILING WAGE
Project Contact: Michael SellensEmail: [email protected]
MAND 10/12 @ 2pm- site
18-02821
0
3:00 PM10/19/18
Addenda:SEWER SYSTEM UPGRADE (PHASE I) AT THE SALINAS VALLEY FAIR
17-MON-021
Prebid Conf:
California Fairs Financing Authority (“CFFA”) [email protected] 916-263-6155
NEW
Salinas
The City of Salinas 290.2 centerline miles of roadway network. It is estimated that within this network 29,332 roadside signs aremaintained. Consistent with the California Manual of Uniform Traffic Control Devices (CAMUTCD) the City must maintain effectivevisibility and maintain minimum retroreflectivity standards.
RFP Contact: Victor Gutierrez - [email protected]
18-02740
0
5:00 PM10/26/18
Addenda:RFP FOR PROFESSIONAL SERVICES TRAFFIC SIGNS RETROREFLECTIVITY ASSESSMENT
Plan Issuer:
Monterey County
Removing and replacing existing metal doors, door frames, and hardware with fiberglass reinforced plastic doors/frames andhardwatre at the Castroville and Fort Ord Pump Stations.
PREVAILING WAGE
Project Contact: Yohana VargasEmail: [email protected]
10/3 @ 10am- Highway 1 on Watsonville Road
18-02807
0
2:00 PM10/26/18
Addenda:CASTROVILLE AND FORT ORD PUMP STATION DOORS REPLACEMENT - REBID
CP316
Prebid Conf:
Monterey One Water [email protected] 831-883-6182 831-883-0516
NEW
Bidders:
Plan Issuer:
Seaside $4,500,000
Looking for all trades on this project. This was the old nurses qtrs. on the old Fort Ord. We have stripped the building down to the shell.It is slab on grade steel stud framed, steel web floor and roof trusses, with 3' concrete floors and roof. Looking for rough electrical,finish electrical, rough carpentry, finish carpentry, rough plumbing, finish plumbing, cabinets, doors and mill work. Sheetrock, stucco,painting, window coverings, roofing, solar, sheet metal and hvac, concrete. Flooring, ac paving, elevator, landscaping, windows,granite counter tops and tub surrounds, metal fab. Anything not seen on plans, please call or email. Framing, electrical and plumbingbids please include materials needed.Remodel existing 3 story building to new 40 unit apartments.Please bid Prevailing Wage and Non Prevailing Wage.If you would like to do a walk through, please contact Mike Hull @ 831-594-4024.
18-02545
1
12:00 PM11/15/18
Addenda:PARKER FLATS APARTMENTS
Mike Hull Construction [email protected] 831-594-4024 831-633-6228
Sub-Contractor/SpecialtyContractor
Office: 831-466-9647Above & Beyond Fire Protection
Sub-Contractor/SpecialtyContractor
Fax: 707-527-5337Office: 707-527-5330Naturalight Solar, Inc. Dba NaturalightConstructi
NEW
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
San Benito County
Hollister
The County currently provides street sweeping services for two CSA’s. In an effort to define the level of services, streamline andreduce cost the County is proposing to extend street sweeping services to additional CSA’s. The County intends to award one contractto provide the street sweeping services for a three-year term, with up to two one-year extensions, for a maximum of five years.
All questions regarding this RFP shall be submitted in writing by e-mail to RMA, Jessica Stratton at [email protected].
9/13 @ 10am- 2301 Technology Parkway, Hollister
18-02648
1
2:00 PM10/2/18
Addenda:RFP - COUNTY SERVICE AREA STREET SWEEPING SERVICES
18-001
Prebid Conf:
Bidders:
Plan Issuer:
Hollister
Construction of new shell building for 6 future tenant spaces. Civil and landscape done by other under separate contract by owner.
Project Contact: Jeff Giddings (208) 442-7106Email: [email protected]
18-02657
2
12:00 PM10/3/18
Addenda:HOLLISTER SHOPS #1 SHELL BUILDING
Radix Construction 208-442-7106 208-442-7107
General Contractor Office: 000-000-0000!!!There May Be Other Gc's Bidding ThisProject That We Are Unaware Of
General Contractor Fax: 559-492-3972Office: 559-492-3969Ardent General, Inc.
General Contractor Fax: 559-277-1410Office: 559-277-4700Construction Developers, Inc.
General Contractor Fax: 208-442-7107Office: 208-442-7106Radix Construction
General Contractor Fax: 916-784-7895Office: 916-784-8400Sequoia Pacific Builders, Inc.
HVAC Contractor Office: 209-469-2211Town & Country Heating And Cooling
Steel Contractor Fax: 408-413-4130Office: 408-848-4088R Titus Waterproofing
Bidders:
Plan Issuer:
Hollister
37,007 SF Multi Tenant CMU/wood framed Shell Building Civil and landscape done by other under separate contract by owner.
Project Contact: Jeff Giddings (208) 442-7106Email: [email protected]
18-02660
2
12:00 PM10/3/18
Addenda:HOLLISTER RETAIL 1 & 2
Radix Construction 208-442-7106 208-442-7107
General Contractor Office: 000-000-0000!!!There May Be Other Gc's Bidding ThisProject That We Are Unaware Of
General Contractor Fax: 559-492-3972Office: 559-492-3969Ardent General, Inc.
General Contractor Fax: 208-442-7107Office: 208-442-7106Radix Construction
General Contractor Fax: 916-784-7895Office: 916-784-8400Sequoia Pacific Builders, Inc.
Steel Contractor Fax: 916-985-0335Office: 916-985-0332Union Mine Iron Co.
Steel Contractor Fax: 916-985-0335Office: 916-985-0332Union Mine Iron Co.
Sub-Contractor/SpecialtyContractor
Fax: 408-413-4130Office: 408-848-4088R Titus Waterproofing
Supplier Fax: 209-547-0554Office: 209-547-1937Armor Fire Extinguisher Company
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Bidders:
Plan Issuer:
Hollister $650,000 $750,000
This project involves improvements to McCarthy Park, located at the intersection of McCarthy Street and Alvarado St. The proposedwork includes: the demolition of existing irrigation, facilities and appurtenances, the clearing and grubbing of existing vegetation andshrubs, and the furnishing and installation of park equipment, furniture and facilities including handball court, playground, splashpad,picnic area, and dual use stage/skate spot in accordance with the Plans and Specifications.
Project Contact: Mike ChamblessEmail: [email protected]
9/13 @ 10am- 60 Airport Drive, Hollister
18-02588
2
3:00 PM10/4/18
Addenda:MCCARTHY PARK IMPROVEMENTS
CIP C1603 to
Prebid Conf:
City of Hollister 831-636-4365 831-636-4366
Electrical Contractor Fax: 831-761-2285Office: 831-761-2288Varni, Darrel Electric Inc.
General Contractor Fax: 408-365-9548Office: 408-574-1400Granite Rock Company
General Contractor Fax: 408-848-3334Office: 408-848-3310Perma-Green Hydroseeding, Inc.
General Contractor Fax: 530-899-2683Office: 530-899-1104Schreder And Brandt Mfg, Inc.
Sub-Contractor/SpecialtyContractor
Fax: 408-848-8778Office: 408-848-8700Mckim Corporation
Bidders:
Plan Issuer:
San Benito County $1,960,000
In San Benito County About 23 Miles South Of Hollister From 0.06 Mile South Of La Gloria Road To 0.20 Mile South Of Entrance ToCalifornia Department Of Forestry CompoundThe Contractor must have either a Class A license or any combination of the following Class C licenses which constitutes a majority ofthe work: C-8, C-12.110 Working Days * 14% DBE Requirement
18-00376
1
2:00 PM10/18/18
Addenda:CDOT 05-1C2604 CURVE REALIGNMENT, RETAINING WALL, CULVERT EXTENSION
05-1C2604
CDot [email protected] 916-227-6098
General Contractor Fax: 408-327-7090Office: 408-327-7000Granite Construction
General Contractor Fax: 408-365-9548Office: 408-574-1400Granite Rock Company
Bidders:
Plan Issuer:
Tres Pinos $75,000
The project includes all labor, equipment, and materials to conduct the following:• Installation of an emergency electrical back-up generator with automatic switch at the Fair’s primary water well, see plans included inAppendix A.• Generator to be placed on a concrete foundation pad, see plans included in Appendix A.• Generator to be connected to the well’s control panel.• All work to comply with current California Building Code (CBC), California Plumbing Code (CPC), and California Electrical Code(CEC).
Project Contact: Michael SellensEmail: [email protected]
MAND 10/12 @ 10am- site
18-02794
0
3:00 PM10/23/18
Addenda:WATER DISTRIBUTION SYSTEM UPGRADE PHASE I: WELL BACKUP GENERATOR INSTALLATION
16-033-600
Prebid Conf:
California Fairs Financing Authority (“CFFA”) 916-263-6100
NEW
General Contractor Office: 925-671-6822Gems Environmental ManagementServices In
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
San Luis Obispo County
Plan Issuer:
San Luis Obispo
This is a service / maintenance or supply contract in San Luis Obispo, California. Contact the soliciting agency for additionalinformation.The County of San Luis Obispo is currently soliciting bids for a Decontamination Showers System as noted. Each bid shall specifyeach and every item as set forth in the attached specifications. Any and all exceptions must be clearly stated in a separate documentand uploaded with your bid response. Failure to set forth any item in the specifications shall be grounds for rejection. The County ofSan LuisObispo reserves the right to reject all bids and to waive any informalities.
Bid Contact: Phill H(805) 781-5200 ext [email protected]
18-02822
0
3:00 PM10/4/18
Addenda:DECONTAMINATION SHOWERS
3843-18
County of San Luis Obispo 805-781-5200 805-781-1074
NEW
Bidders:
Plan Issuer:
Pismo Beach
The City of Pismo Beach is inviting qualified firms to submit proposals to provide Professional Engineering and Environmental Servicesfor the Price Canyon Road Emergency Relief Project.All proposals will be compared on the basis of understanding the scope of work to be performed, methods and procedures to be used,management, personnel and experience, and consultation and coordination with the City of Pismo Beach. Proposals shall besubmitted in an envelope and clearly marked “Professional Engineering and Environmental Services for the Price Canyon RoadEmergency Relief Project.” Please provide your Cost Proposal in a separate sealed envelope.
Questions: Chad Stoehr at [email protected]
18-02599
1
2:00 PM10/5/18
Addenda:RFP - ENGINEERING AND ENVIRONMENTAL SERVICES FOR PRICE CANYON RD EMERGENCY RELIEF
City of Pismo Beach . 805-773-4656 805-773-4684
Equipment Office: 661-809-6838Houchin Brother's Equipment Rentals
Plan Issuer:
San Luis Obispo
The County of San Luis Obispo (County) is requesting Statements of Qualifications from D-BE who are qualified and interested indesigning and constructing the County’s New Animal Services Facility (Project) to be located adjacent to 875 Oklahoma Avenue in SanLuis Obispo, CA.
Bid Contact: Missy Viles(805) [email protected]
18-02605
1
5:00 PM10/5/18
Addenda:RSOQ FOR PROSPECTIVE DESIGN-BUILD ENTITIES SEEKING TO QUALIFY FOR SAN LUIS OBISPOCOUNTY - NEW ANIMAL SERVICES FACILITY
320088/1449
County of San Luis Obispo [email protected] 805-781-5216
Bidders:
Arroyo Grande
The contractor shall provide and install all site work, including underground utilities (Power, sewer, water, fire water, site drainage, firealarm and data/communications), grading and compaction and all site concrete flat work, curbs, gutters and sidewalks etc. Contractorshall provide and construct all new concrete footings and foundations associated with the new Music building as per the approvedConstruction Documents. Contractor shall provide and install all new electrical distribution systems including conductors, vaults,transformers, switchgear, main panel boards, disconnects etc. to provide power to the new buildings. Contractor shall install andconnect the power from the main panels and distribution systems in the new buildings. Fencing, landscape irrigation and controls andall other site elements as shown on the construction document and that are required for a fully functional building are to be included inthe Contractors bid. Refer to scope of work matrix in section 01 10 00 Summary of Work in the specifications.
PREVAILING WAGE
MAND 9/18 @ 9am- site
18-02717
0
2:00 PM10/8/18
Addenda:ARROYO GRANDE HS MUSIC BLDG FOUNDATION/SITE WORK
Prebid Conf:
Equipment Office: 661-809-6838Houchin Brother's Equipment Rentals
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Bidders:
San Luis Obispo
Cal Poly San Luis Obispo, part of the California State University system, seeks proposals from qualified contractors, firms orindividuals to upgrade three existing cheese aging rooms at the Cal Poly Creamery for the Animal Science department within CalPoly’s College of Agriculture, Food, and Environmental Sciences. The successful bidder shall provide all necessary mechanical,structural and civil drawings and calculations needed to obtain a building permit through the University including any review andapprovals if requiredby the State Fire Marshal. All bidders must comply with the specifications and requirements listed in this RFP. Inaddition, the successful bidder must comply with all California Building Codes and permitting processes listed in this RFP.
Bid Contact: Ashley Sangster(805) [email protected]
9/17 @ 10am- Cal Poly Creamery
18-02723
1
3:00 PM10/8/18
Addenda:RFP - UPGRADE CHEESE AGING ROOMS
AS2000016795
Prebid Conf:
Sub-Contractor/SpecialtyContractor
Office: 833-666-1488Hansen Machinery Corp
Bidders:
San Miguel $658,800
The following general scope of work as described in the Bid Documents and in the Contract Documents, and as described in theDrawings and Specifications dated July 11, 2018, in the General Conditions, and in related documents. The Work consists of thefollowing: The construction (drilling), development and testing of one (1) 12-inch diameter water supply well (Well No. 2) with a totaldepth of approximately 820 feet.
PREVAILING WAGE
Questions: [email protected] or [email protected]
9/18 @ 10am- site
18-02503
1
2:00 PM10/9/18
Addenda:PLEASANT VALLEY SCHOOL WATER SUPPLY WELL
4000774-001C
Prebid Conf:
General Contractor Fax: 559-896-5368Office: 559-905-0289Arthur & Orum Well Drilling, Inc.
General Contractor Fax: 530-674-1525Office: 530-674-5861Nor-Cal Pump & Well Drilling, Inc.
San Luis Obispo
The City of San Luis Obispo (“City”) is issuing this Request for Statements of Qualification (RFQ) in search of candidates(“Candidates”) who have the necessary qualifications as set forth in this RFQ to be prequalified to submit an electrical subcontract bidto prequalified general contractors on the City’s Water Resource Recovery Facility Project (“Project”).
Project Manager: Justin PickardEmail: [email protected]
9/5 @ 10am- 25 Prado Road, San Luis Obispo
18-02527
0
2:00 PM10/9/18
Addenda:RFQ FOR ELECTRICAL SUBCONTRACTORS WATER RESOURCE RECOVERY
1808-001
Prebid Conf:
San Luis Obispo
Cal Poly San Luis Obispo, part of the California State University system, seeks proposals from qualified contractors, firms orindividuals to replace two existing wind machines for Cal Poly’s College of Agriculture, Food, and Environmental Sciences at the Field28 - a mature lemon orchard with one new wind machine. The lemon orchard is 13.1 acres. The successful bidder shall provide allnecessary mechanical, structural and civil drawings and calculations needed to obtain a building permit through the Universityincluding any review and approvals if required by the State Fire Marshal. All bidders must comply with the specifications andrequirements listed in this RFP. In addition, the successful bidder must comply with all California Building Codes and permittingprocesses listed in this RFP.
Bid Contact: Ashley Sangster(805) [email protected]
9/19 @ 1pm- Cal Poly Campus, Building 17 - Crops Unit
18-02724
0
3:00 PM10/10/18
Addenda:RFP - FIELD WIND MACHINE REPLACEMENT
AS2000016817
Prebid Conf:
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Bidders:
Plan Issuer:
Paso Robles
75 Residential Dwelling (Apartment) Units in 12 – 2 & 3 story buildings and Laundry/Maintenance Building. Site features includechildren’s play areas.
QUESTIONS: David Otero: [email protected] Pruneda [email protected]
18-02801
0
3:00 PM10/11/18
Addenda:OAK PARK - PHASE 4 - PASO ROBLES
Ashwood Construction [email protected] 559-253-7240 559-253-5955
NEW
General Contractor Office: 000-000-0000!!!There May Be Other Gc's Bidding ThisProject That We Are Unaware Of
General Contractor Fax: 559-253-5955Office: 559-253-7240Ashwood Construction
Bidders:
Cayucos
The Project consists of; site mass excavation; over excavation; excavation of stormwater basins, membrane bio reactor basins,headworks, and site drainage features; placement and compaction of fills, salvaging of top soils; disposal of surplus materials onto theadjacent solar site, and multiple mobilizations/demobilizations.
Project Contact: Omar Rodea at (760) 941-7130
MAND 10/3 @ 8:30am- 800 Toro Creek Road, Morro Bay
18-02763
0
11:00 AM10/12/18
Addenda:CAYUCOS SUSTAINABLE WATER PROJECT GRADING PACKAGE
Prebid Conf:
Equipment Office: 661-809-6838Houchin Brother's Equipment Rentals
Sub-Contractor/SpecialtyContractor
Office: 559-997-9762Badger Daylighting Corporation
Plan Issuer:
Paso Robles
The Paso Robles Joint Unified District is requesting an informal proposal through the Request for Proposal process for the siteimprovements at the Bearkitten Preschool Learning Lab Play Yard. Project requires minor removal of concrete and asphalt,construction of approximately a 4’ high concrete wall with fence on top, raise existing storm water utility and cover, and supply andinstall new dirt fill to level of existing sidewalk.
PREVAILING WAGE
Questions: Cheryl MollanEmail: [email protected]
10/2 @ 11am- site
18-02815
0
3:00 PM10/16/18
Addenda:RFP - BEARKITTEN PRESCHOOL LEARNING LAB PLAY YARD
18-19-004
Prebid Conf:
Paso Robles Joint Unified School District [email protected] 805-769-1100
NEW
Bidders:
Nipomo
The contractor shall provide and install all site work, including underground utilities (Power, sewer, water, fire water, site drainage, firealarm and data/communications), grading and compaction and all site concrete flat work, curbs, gutters and sidewalks etc. Contractorshall provide and construct all new concrete footings and foundations associated with the new classroom building as per the approvedConstruction Documents. Contractor shall provide and install all new electrical distribution systems including conductors, vaults,transformers, switchgear, main panel boards, disconnects etc. to provide power to the new building and temporary housing. Contractorshall install and connect the power from the main panels and distribution systems in the new buildings. Fencing, landscape irrigationand controls, and all other site elements as shown on the construction document and that are required for a fully functional building areto be included in the Contractors bid.
PREVAILING WAGE
MAND 9/26 @ 9am- site
18-02720
0
2:00 PM10/30/18
Addenda:NIPOMO ELEMENTARY SITE WORK/FOUNDATION FOR MODULAR BLDGS
0418/19-02
Prebid Conf:
Equipment Office: 661-809-6838Houchin Brother's Equipment Rentals
Supplier Fax: 661-393-2288Office: 661-393-2288Core & Main
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Atascadero
The Department of State Hospitals - Atascadero is currently seeking bids for a contractor to perform fire extinguishers & chemicalsuppression systems preventive maintenance and testing services.
Project Contact: Kelley BlackshearEmail: [email protected]
MAND 10/17 @ 10am- site
18-02797
0
2:00 PM11/2/18
Addenda:FIRE EXTINGUISHERS & CHEMICAL SUPPRESSION SYSTEMS PREVENTIVE MAINTENANCE ANDTESTING SERVICES
18-10025-000
Prebid Conf:
NEW
Santa Clara County
Bidders:
Plan Issuer:
San Jose
Tenant improvement for grocery store. Includes all new interior decor, electrical and HVAC distribution, lighting and refrigerationcompressor rack for food cases, new kitchen prep and service areas with walk-in coolers and freezers. New offices and accessiblepublic restrooms.
Project documents were provided to us by Western Eleven Builders. There may be other General Contractors bidding on this project.Please direct questions and submit bids to the Invited General Contractors.
18-02422
3
12:00 PM10/2/18
Addenda:SPROUTS - SILVER CREEK PLAZA (REQUEST FOR SUB-BIDS)
Eleven Western Builders, Inc. [email protected] 916-408-6950 916-408-6955
General Contractor Fax: 916-408-6955Office: 916-408-6950Eleven Western Builders, Inc.
Bidders:
Plan Issuer:
Cupertino $500,000
Construction of a new permeable parking lot at the McClellan Ranch West property which will include selective demolition. clearing andgrubbing, rough grading, permeable pavements. security lighting and ADA parking signage and markings.
9/11 @ 10AM
18-02624
2
2:00 PM10/2/18
Addenda:MCCLELLAN RANCH WEST PARKING LOT IMPROVEMENT
2017-05
Prebid Conf:
City of Cupertino DPW 408-777-3354
Electrical Contractor Fax: 209-464-2615Office: 209-464-4878Bockmon & Woody Electric Company, Inc.
General Contractor Fax: 408-253-4753Office: 408-253-4747Galeb Paving, Inc.
General Contractor Fax: 408-279-2044Office: 408-279-2027Guerra Construction & Engineering, Inc
General Contractor Fax: 408-925-0240Office: 408-925-0220Lewis & Tibbitts Inc.
General Contractor Fax: 510-562-5209Office: 510-632-7676Mcguire & Hester
General Contractor Fax: 510-792-1728Office: 510-792-1727Redgwick Construction Company
Plan Issuer:
Sunnyvale
Provide professional services for the development of safe and efficient design, preparation of bid documents with Caltrans establishedDisadvantaged Business Enterprise (DBE) goal for Public Works competitive bidding, and construction support for the HomesteadRoad at Homestead High School pedestrian and bicycle improvements.
Project Contact For Questions: Jeremy Leung 408-730-7632Email: [email protected]
18-02698
3
3:00 PM10/2/18
Addenda:RFP HOMESTEAD ROAD AT HOMESTEAD HIGH SCHOOL PEDESTRIAN & BICYCLE IMPROVEMENTS
TR-18-06
City of Sunnyvale DPW 408-730-7403
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Bidders:
Plan Issuer:
Milpitas
Remodel Building - Requesting trades02510 - Asphaltic Paving/ Surfacing 03100 - Concrete 06410 - Casework/Millwork/Corian/ Finish Carpent 07500 - Membrane Roofing09300 - Ceramic Tile 09510 - Acoustical Ceiling
Project provided to us from West Coast Construction. There may be other General Contractors bidding on this project. Please directquestions and submit bids to the Invited General Contractors.
18-02756
0
5:00 PM10/2/18
Addenda:MCDONALDS 4-1570 MILPITAS (REQUEST FOR SUB-BIDS)
West Coast Construction Services, Inc. 909-982-6979 909-476-9005
General Contractor Fax: 909-476-9005Office: 909-982-6979West Coast Construction Services, Inc.
Bidders:
Plan Issuer:
Palo Alto
Complete construction and testing/commissioning services for completing building activation.
9/12 @ 1PM
18-02820
1
10:00 AM10/2/18
Addenda:VAPAHCS INSTALL PATIENT SAFETY UPGRADES & COMMISSION SYSTEMS BUILDING 500 -36C26118B0613
36C26118B0613
Prebid Conf:
Department of Veterans Affairs 000-000-0000 000-000-0000
NEW
General Contractor Fax: 209-982-9909Office: 209-982-9900Patriot Construction, Inc.
Plan Issuer:
Sunnyvale
Electrical preventative maintenance needed for the Water Pollution Control Plant (WPCP).
Project Contact For Questions: Jeremy Leung, Senior Buyer 408-730-7632Email; [email protected]
18-02561
0
3:00 PM10/3/18
Addenda:RFQ HIGH VOLTAGE TESTING REPAIR
RFQ #18-016
City of Sunnyvale DPW 408-730-7403
Plan Issuer:
Sunnyvale
Provide tennis court resurfacing at Las Palmas.
Project Contact For Questions: Jeremy Leung 408-730-7632Email: [email protected]
18-02649
1
3:00 PM10/3/18
Addenda:LAS PALMAS TENNIS COURT RESURFACING
F18-238
City of Sunnyvale DPW 408-730-7403
Bidders:
Plan Issuer:
San Jose
Expanding HVAC control system with a native BACNET system including all devices, panels and wiring, removal and replacement ofexisting chiller, cooling tower, boiler and associate pumps, replacement of VAV terminals, reheat valves, demolition of pneumaticcontrollers, valves, gauges and tubing, pneumatic pipe, installation of backflow preventer, replacement of ceiling tiles as needed, testand balance on entire HVAC system and related work.
Project Contact For Questions: Suhas Karke 916-443-9848Email: [email protected]
MAND 9/19 @ 4:30PM
18-02682
1
2:00 PM10/3/18
Addenda:EDD HVAC REPLACEMENT
142585
Prebid Conf:
Department of General Services - Real Estate Services Division 916-376-1754
General Contractor Fax: 510-280-6087Office: 510-579-7382S & H Constructioin
HVAC Contractor Fax: 510-264-5806Office: 510-264-5800A & B Mechanical Inc
HVAC Contractor Fax: 925-344-0012Office: 925-337-7478Mechanical Services, Llc
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Bidders:
Plan Issuer:
Los Gatos
Trades requested09900 - Painting- Interior/Exterior 09950 - Wall Coverings
Project provided to us from West Coast Construction. There may be other General Contractors bidding on this project. Please directquestions and submit bids to the Invited General Contractors.
18-02790
0
5:00 PM10/3/18
Addenda:MCDONALDS 4-0582 (REQUEST FOR SUB-BIDS)
West Coast Construction Services, Inc. 909-982-6979 909-476-9005
NEW
General Contractor Fax: 909-476-9005Office: 909-982-6979West Coast Construction Services, Inc.
Bidders:
Plan Issuer:
Santa Clara County
Enhance light rail safety by taking steps to prevent track intrusion into the light rail trackway at various intersections and locationssubject to trespassing as identified and approved by VTA’s Safety Committee.
Project Contact For Questions: Ehab AzabEmail: [email protected]
9/18 @ 10AM (SCVTA, Procurement, 3331 N. First St., Bldg A, San Jose)
18-02628
3
2:00 PM10/4/18
Addenda:LIGHT RAIL TRACK INTRUSION PREVENTION - SCVTA
C18099F
Prebid Conf:
SCVTA -Santa Clara Valley Transportation Authority 408-321-7189
General Contractor Fax: 408-452-1366Office: 408-453-3037George Bianchi Construction
General Contractor Fax: 408-365-9548Office: 408-574-1400Granite Rock Company
General Contractor Fax: 415-421-9600Office: 415-421-9500Proven Management, Inc.
Bidders:
Plan Issuer:
San Jose $310,000
Demolition of former San Jose foundry,
Project Contact For Questions: Payman Ebrahimi 408-535-8443Email: [email protected]
9/12 @ 10AM & 9/27 @ 10AM (525 E. St. John St., San Jose)
18-02702
5
3:00 PM10/4/18
Addenda:8956-OLD FOUNDRY DEMOLITION ST. JOHN STREET
8956
Prebid Conf:
City of San Jose - DPW 408-535-8300
Sub-Contractor/SpecialtyContractor
Fax: 916-405-4180Office: 916-230-0370Stormwater Specialists, Inc.
Plan Issuer:
San Jose
This project is a 6 story building, with 5-stories of metal framed construction above a 1 story above ground cast-in-place, post-tensioned podium garage, and 135 units consisting of: 118 ea studio apartments, 16 ea one bedroom, and 1 ea two-bedroomManager’s suite. The building will have stucco exteriors, cement fiber panel siding, storefront glass systems, vinyl windows, TPOroofing, green living roof and associated podium and onsite improvements. This is a tight site with restricted staging areas and noparking.
Questions e-mail to [email protected] Steve Davis 408-292-0128
The project is subject to both Federal Davis-Bacon Wages and State Prevailing Wage rates.
18-02773
0
5:00 PM10/4/18
Addenda:NORTH SAN PEDRO STUDIOS, FIRST COMMUNITY HOUSING (REQUEST FOR SUB-BIDS)
L & D Construction 408-491-7786 408-993-1511
NEW
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Plan Issuer:
Los Altos
Scope of work is to meet the requirements of a LEED Gold equivalent projectin commissioning.Systems included are:1. Heating, Ventilation, and Air Conditioning (HVAC) System2. Plumbing3. Building Automation Systems (BAS)4. Lighting controls5. Renewable Energy System (Photo voltaic)6. Envelope7. Domestic water heating systems8. Irrigation
Questions Theresa Yee (650) 947-2625 or email [email protected].
18-02758
2
2:00 PM10/9/18
Addenda:RFP ENHANCED COMMISSIONING SERVICES
City of Los Altos - Engineering 650-947-2780
Plan Issuer:
Milpitas
Perform construction management services.
Project Contact For Questions: Kelly NgEmail: [email protected]
18-01797
2
3:00 PM10/10/18
Addenda:RFQ - REQUEST FOR STATEMENT OF QUALIFICATION AND PROPOSALS FOR CONSTRUCTIONMANAGEMENT SERVICES- MILPITAS UNIFIED SCHOOL DISTRICT
Milpitas Unified School District 408-635-2600
Bidders:
Plan Issuer:
Milpitas
Perform planning and program services and architectural design services.
Project Contact For Questions: Kelly NgEmail: [email protected]
18-01798
2
3:00 PM10/10/18
Addenda:RFQ- REQUEST FOR STATEMENT OF QUALIFICATIONS AND PROPOSALS FOR ARCHITECTURALSERVICES - MILPITAS UNIFIED SCHOOL DISTRICT
Milpitas Unified School District 408-635-2600
Supplier Fax: 510-285-1628Office: 510-414-6334Johnstone Supply
Plan Issuer:
Sunnyvale
Renovating and repairing pump and irrigation systems at Braly and Ponderosa Parks,
Project Contact For Questions: Lisa Vo 408-730-7608Email: [email protected]
9/12 @ 9:30AM (Ponderosa Park Community Bldg., 811 Henderson Ave., Sunnyvale)
18-02627
0
3:00 PM10/10/18
Addenda:PARK IRRIGATION & PUMP SYSTEMS REHABILITATION - REBID
PR-15-03
Prebid Conf:
City of Sunnyvale DPW 408-730-7403
Plan Issuer:
Santa Clara County
Provide construction management services for a variety projects.
Project Contact For Questions: Isa Ayala, Sr. Procurement AnalystEmail: [email protected]
18-02813
0
4:00 PM10/10/18
Addenda:RFQ CONSTRUCTION MANAGEMENT SERVICES SANTA CLARA COUNTY HOUSING AUTHORITY
1809-001
Housing Authority Of Santa Clara 408-275-8770
NEW
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Bidders:
Plan Issuer:
Gilroy
Partial; renovation of an existing OSHPD Level -3 Primary Care Outpatient Clinic with modifications to the following services: Behavior(Mental) Health Clinic, Express Care Clinic, Dental Clinic, Eye Clinic, Women Infants and Children (WIC) Program and HealthInformation Management Systems (HIMS formerly Medical Records).
Project Contact For Questions: Camille Ortiz 408-885-4409Email: [email protected]
Optional 8/22 & 9/12 & 10/3 at 10AM
18-02402
5
2:00 PM10/11/18
Addenda:GILROY URGENT CARE CLINIC
RFQ-HHS-FY19-0040
Prebid Conf:
County of Santa Clara Facilities & Fleet 408-993-4600
Electrical Contractor Fax: 559-274-1555Office: 559-277-8555Cable Links Construction Group, Inc.
Electrical Contractor Fax: 831-630-1391Office: 831-630-9496Delgado Electric
Electrical Contractor Fax: 831-636-9860Office: 831-636-9854Lm Sanchez Electric, Inc.
General Contractor Fax: 831-422-1882Office: 831-422-8213Dilbeck & Sons
General Contractor Fax: 831-422-0566Office: 831-422-9696Tombleson Inc
Interior Contractor Fax: 999-999-9999Office: 650-815-8418Green Zone Construction
Painting and Coatings Fax: 503-245-5715Office: 503-245-0679The Rodriguez Corporation Dba TheRodriguez Group
Plumbing & Piping Contractor Fax: 916-859-0993Office: 916-631-1315American Plumbing Systems, Inc.
Bidders:
Plan Issuer:
San Jose $15,679,905
Design, construct, and commission for the Mineta San José International Airport Aircraft Rescue and Firefighting (ARFF) Facility.
Project Contact For Questions: David French
9/5 @ 9AM (1701 Airport Blvd., Suite B-1330, San Jose)
18-02555
2
3:00 PM10/11/18
Addenda:RFP FOR DESIGN-BUILD ENTITIES FOR NORMAN Y. MINETA SAN JOSE INTERNATIONAL AIRPORT(SJIA) AIRCRAFT RESCUE & FIRE FIGHTING FACILITY
8963
Prebid Conf:
City of San Jose - DPW 408-535-8300
General Contractor Fax: 650-508-1705Office: 650-508-1700Rodan Builders Inc.
Plan Issuer:
San Jose
Realignment of interior space of the Santa Clara County Main Jail Complex (Main Jail North). Work also includes mechanical,plumbing, and electrical upgrades.
Project Contact For Questions: Kim HuynhEmail: [email protected]
9/25 @ 9AM (Room 228)
18-02725
2
2:00 PM10/11/18
Addenda:MAIN JAIL NORTH 2ND FLOOR DENTAL SUITE RELOCATION
263-CP19003
Prebid Conf:
County of Santa Clara Facilities & Fleet 408-993-4600
Plan Issuer:
San Jose $880,192
Clearing, grubbing, removal of obstructions, preparing subgrades, saw-cutting and removal of existing or defective AC pavement andplacement of AC pavement, maintaining traffic control & pedestrian access through work area, repairing or replacing defectivesidewalk as necessary, construct concrete curb, gutter, sidewalk and driveway, striping and marking the road permanently, layingpavement markers, installing, activating and programming Rectangular Rapid Flashing Beacon (RRFB) LED Warning Systems,constructing IB pole foundation for the RRFB or Radar Speed displaying sign, constructing stamped or decorative concrete bulb-outs,chokers, and median islands, and protection of existing utilities and appurtenances.
Project Contact For Questions: Oksan Gouthier 408-794-6455
18-02823
0
3:00 PM10/11/18
Addenda:8141-OBAG SAFE ROUTES TO SCHOOL - REBID
8141
City of San Jose - DPW 408-535-8300
NEW
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Plan Issuer:
Santa Clara County
Provide prec-onstruction services starting at Construction Documentation (CD) phase.
Project Contact For Questions: Kim HuynhEmail: [email protected]
Hard copies available at Santa Clara Builders Exchange for review.
18-02824
0
2:00 PM10/11/18
Addenda:RFQ FOR CONSTRUCTION MANAGER AT RISK SEEKING TO PROPOSE ON TENANT IMPROVEMENTSWEST TASMAN DRIVE
#RFSQ-FAF-FY19-0083
County of Santa Clara Facilities & Fleet 408-993-4600
NEW
Plan Issuer:
Morgan Hill
Provide professional landscape maintenance services for the City Facilities (Group 2), northern and eastern landscape assessmentdistricts (Group 4) and miscellaneous landscape maintenance for the period from January 1, 2019 to December 31, 2020.
Project Contact For Questions: Cynthia IwanagaEmail: [email protected]
MAND 9/26 @ 9AM (City Corp Yard, 100 Edes Court, Morgan Hill)
18-02733
1
2:30 PM10/15/18
Addenda:RFP 2018-2020 LANDSCAPE MAINTENANCE SERVICES FOR CITY FACILITIES (GROUP 2),ASSESSMENT DISTRICTS (GROUP 4) & EXTRA SERVICES
Prebid Conf:
City of Morgan Hill, DPW 408-778-6480
Bidders:
Plan Issuer:
Saratoga
Regrade and recompact of approximately 20,000 sq. ft. of gravel at Sanborn Park and Wildlife Center of Silicon Valley.
Project Contact For Questions: Ubaldo Perez 408-355-2231Email: [email protected]
9/26 @ 10AM
18-02736
1
3:00 PM10/15/18
Addenda:PAVING IMPROVEMENTS SANBORN PARK & WILDLIFE CENTER OF SILICON VALLEY
#ITB-FAF-F19-0068
Prebid Conf:
County of Santa Clara Facilities & Fleet 408-993-4600
General Contractor Fax: 510-792-1728Office: 510-792-1727Redgwick Construction Company
General Contractor Fax: 925-862-0905Office: 408-442-4286Tri-Valley Excavating
Bidders:
Plan Issuer:
Palo Alto
Construction of a new 6 story parking structure with 636 stalls; 4 levels above grade and 2 levels below grade on existing City ParkingLot C-7.
Project Contact For Questions: Matt RaschkeEmail: [email protected]
10/2 @ 10AM (250 Hamilton Ave., Palo Alto)
18-02738
0
3:00 PM10/15/18
Addenda:NEW CALIFORNIA AVENUE AREA PARKING GARAGE
CIP: PE-18000
Prebid Conf:
City of Palo Alto - DPW 650-329-2271
Fire Alarm/Security Contractor Fax: 916-638-2955Office: 916-588-2977Securecom, Inc.
General Contractor Fax: 415-367-9398Office: 415-367-9399Build Group
General Contractor Fax: 000-000-0000Office: 408-908-7100Mccarthy Building Companies
General Contractor Fax: 408-567-9754Office: 408-567-9755Swinerton Builders
Manufacturer Fax: 408-291-8888Office: 408-799-8888Universal Precast Concrete, Inc
Security / Fire Alarm Contractor Fax: 916-638-2955Office: 916-588-2977Securecom, Inc.
Sub-Contractor/SpecialtyContractor
Office: 831-466-9647Above & Beyond Fire Protection
Projects Out To BidName Bid Date Time Contract # EstimateLocationOPR#
Bidders:
Plan Issuer:
San Jose $25,600,000
Flint Builder's Inc. was selected as the design-build general contractor along with JK Architecture for this project.The project consists of Increments 1 and 2. Increment 1 includes the demolition and abatement of existing buildings, siteimprovements, and the modernization of existing buildings. Increment 2 includes the construction of a new Music, Arts, andAdministration Building. There is a Project Labor Agreement on this project as well as an OCIP. Flint is bidding out the following tradesfor design-assist subcontractors:
BP#1 Concrete, BP#2 Earthwork and Utilities, BP#3 Metal Studs & Drywall, BP#4 Glazing, BP#5 Steel.
Project Contact Questions: Jared WrightEmail: [email protected]
Do not contact the Owner, Construction Manager, or Architect directly.
9/27 @ 10AM
18-02808
0
2:00 PM10/16/18
Addenda:WC OVERFELT HIGH SCHOOL MUSIC, ARTS, NEW ADMINISTRATION BUILDING & QUADIMPROVEMENTS - ESUHSD
Prebid Conf:
Flint Builders, Inc. 916-757-1000 916-797-7400
NEW
Asbestos Abatement /Hazardous Materials Contract
Fax: 510-654-8447Office: 510-654-8441Asbestos Management Group OfCalifornia
Plan Issuer:
Sunnyvale
Paint consist of pumps, associated piping, valves electrical conduits and boxes.
Project Contact For Questions: Lisa Vo 408-730-7608Email: [email protected]
Highly Recommended 10/10 @ 11AM
18-02804
0
3:00 PM10/17/18
Addenda:COATING OF DIGESTER NO. 3 PIPING & EQUIPMENT AT WATER POLLUTION CONTROL PLANT(WPCP)
F19-036
Prebid Conf:
City of Sunnyvale DPW 408-730-7403
NEW
Plan Issuer:
San Jose
Replacement of approximately 180,000 square feet of existing carpet and VCT with new carpet tiles, resilient flooring and base in 190classrooms/offices at eleven (11) different school sites.
Project Contact For Questions: Jenny ChoiEmail: [email protected]
MAND 9/26 @ 3PM (Herbert Hoover MS, 1635 Park Ave, San Jose) & 9/27 @ 3PM (Horace Mann ES, 55 N 7th St,San Jose)
18-02810
0
2:00 PM10/17/18
Addenda:2019 FLOORING REPLACEMENTS (3057C) - SAN JOSE UNIFIED SCHOOL DISTRICT (SJUSD)
3057C
Prebid Conf:
SJUSD-San Jose Unified School District 408-535-6071
NEW
Plan Issuer:
San Jose
Retrofit the fire suppression systems of the two (2) existing Fisher Hamilton fume hoods at the County Crime Lab to a clean agentsystem.
Project Contact For Questions: Leslie Harper, Senior Management Analyst 408-993-4748Email: [email protected]
Hard copies also available for review at Santa Clara Builders Exchange
10/11 @ 9AM (Crime Lab)
18-02817
0
3:00 PM10/18/18
Addenda:RFQ CRIME LAB FUME HOODS FIRE SUPPRESSION SYSTEM RETROFIT
RFQ-FAF-FY19-0066
Prebid Conf:
County of Santa Clara Facilities & Fleet 408-993-4600
NEW
Name Bid Date Time Contract # EstimateLocationOPR#
Plan Issuer:
San Jose
Provide painting services to the interior metal parts of the tank and underside of Digester Domes.
Project Contact For Questions: Cindy Johnson 408-794-7465Email: [email protected]
MAND 10/4 @ 10AM (WPCP Administration Bldg/ Lobby)
18-02826
0
2:00 PM10/18/18
Addenda:RFB DIGESTER DOME COATING REHABILITATION
RFB 18-19-13
Prebid Conf:
City Of San Jose, DPW 408-535-8300
NEW
Plan Issuer:
Sunnyvale
Include cleaning and CCTV inspection of three (3) of the four (4) siphon barrels at two (2) sites.
Project Contact For Questions: Lisa Vo 408-730-7608Email: [email protected]
Optional 10/10 @ 1:30PM (Conference Room, 650 W. Olive Ave., Sunnyvale)
18-02819
0
3:00 PM10/24/18
Addenda:SEWER SIPHON CLEANING & INSPECTION PHASE ONE
F19-047
Prebid Conf:
City of Sunnyvale DPW 408-730-7403
NEW
Plan Issuer:
Sunnyvale
Provide professional services for design and preparation of bid documents and construction support.
Project Contact For Questions: Lisa Vo 408-730-7608Email: lvosunnyvale.ca.gov
Hard copies available for review at Santa Clara Builders Exchange
18-02818
0
3:00 PM10/25/18
Addenda:RFP FOR PROFESSIONAL DESIGN SERVICES JOHN W. CHRISTIAN GREENBELT PATHWAYREHABILITATION
F19-017
City of Sunnyvale DPW 408-730-7403
NEW
Bidders:
Plan Issuer:
Santa Clara County
The Pre-Qualification application is contained in the – Request for Pre-Qualification of Bidders. Only those firms that have been foundto be qualified in the Pre-Qualification process are invited to submit sealed bids with pricing information.
Project Description: The Work will include furnishing all labor, supervision, materials, equipment and incidentals which are necessaryto construct the following:1. Re-striping of the existing lanes.2. Installation of express lane signs and sign poles along the highway median and mounting of signs to existing sign poles.3. Installation of electronic toll rate signs, toll readers, and other tolling equipment.4. Installation of a video enforcement system, closed circuit cameras, and other equipment.5. Construction of California Highway Patrol (CHP) enforcement areas.6. Reconstruction of concrete barriers and metal guard railings.7. Installation of communication and electrical services and conduits for the tolling system.8. Installation of lighting at various locations.
Project Contact For Questions: Ehab AzabEmail: [email protected]
10/3 @ 10AM (3331 N. First St., Bldg A, San Jose)
18-02626
6
2:00 PM10/30/18
Addenda:US 101- SR 85 EXPRESS LANES (PHASE 3) - SCVTA
C18081
Prebid Conf:
SCVTA -Santa Clara Valley Transportation Authority 408-321-7189
Electrical Contractor Fax: 909-591-0001Office: 909-591-0000Sturgeon Electric California
Name Bid Date Time Contract # EstimateLocationOPR#
Plan Issuer:
Santa Clara County
VTA is now soliciting Statements of Qualifications (SOQ) from bidders (Bidders) with construction expertise in Caltrans interchangeimprovements including freeway, ramps and local roadway construction; excavation and grading; bridge structure modifications;concrete barriers, crash cushions, and temporary railings; retaining walls; sound walls; overhead sign structures; storm drain systems;chain link fencing; median islands; curbs, gutters, and sidewalks; signage; striping and pavement markings; freeway and street lighting;traffic signals and ramp metering; and pedestrian improvements across VTA’s Light Rail System Corridor including installation offlashing warning signals, swing gates, hand railing, detectable warning surface and tactile indicators. This Request for Pre-Qualificationof Bidders is intended to solicit information in the form of a qualification questionnaire and qualification statements.
Project Contact For Questions: Cathy CleggEmail: [email protected]
Hard copies area also available for review at Santa Clara Builders Exchange
10/10 @ 10AM (SCVTA, 3331 N. First St., Bldg B, San Jose)
18-02585
7
2:00 PM11/7/18
Addenda:REQUEST FOR PRE-QUALIFICATION OF BIDDERS FOR MATHILDA AVENUE IMPROVEMENTS AT US101 & SR 237- SCVTA
C18219
Prebid Conf:
SCVTA -Santa Clara Valley Transportation Authority 408-321-7189
Bidders:
Plan Issuer:
San Jose $12,000,000
Abatement and demolition of Santa Clara County Main Jail South.
Project Contact For Questions: Pon Sivongxay 408 993-4723.Email: [email protected]
MAND 10/11 @ 9AM (Squad Room, 180 W. Hedding St., San Jose)
18-02805
0
2:00 PM11/8/18
Addenda:MAIN JAIL SOUTH ABATEMENT, DEMOLITION AND TEMPORARY PROVISIONS
263-CP16003
Prebid Conf:
County of Santa Clara Facilities & Fleet 408-993-4600
NEW
Asbestos Abatement /Hazardous Materials Contract
Fax: 510-654-8447Office: 510-654-8441Asbestos Management Group OfCalifornia
Plan Issuer:
Various Locations
Design, implement and install audio visual equipment in the conference and training rooms in the Milpitas Library and SaratogaLibrary, to enhance the quality and performance of the wide variety of programs offered there and to provide continuing preventativemaintenance and on-call services.
Project Contact For Questions: Cindy Chow, Procurement Officer 408 293-2326 x3067Email: [email protected]
MAND 10/3 @ 10AM (Milpitas Library, 160 N. Main St, Milpitas) & 10/3 @ 1PM (Milpitas Library, 13650 Saratoga Ave.Saratoga)
18-02812
0
3:00 PM11/8/18
Addenda:RFP AUDIO/VISUAL SYSTEM UPGRADE
RFP-LIB-FY19-001
Prebid Conf:
County of Santa Clara Facilities & Fleet 408-993-4600
NEW
Bidders:
Plan Issuer:
San Jose $4,000,000
a. Extension of inspection pit at maintenance track no. 5.b. Relocation of the supervisor’s office and its conversion into an electrical component repair room.c. Construction in the east yard of a new prefabricated parts storage building, including foundations, fire suppression system, utilitiesand appurtenances.d. Purchase and installation of a prefabricated office building to be located within the parts storage building.e. Miscellaneous east yard improvements.f. Video camera system for EMU pantograph inspection.
8/16 @ 9AM (1250 San Carlos Ave., San Carlos)
18-02663
6
2:00 PM11/9/18
Addenda:CEMOF FACILITY IMPROVEMENTS FOR PENINSULA CORRIDOR ELECTRIFICATION PROJECT (PCEP)- CALTRAIN
18-J-C-071
Prebid Conf:
Peninsula Corridor Joint Powers Board (JPB) 650-508-6200
General Contractor Fax: 415-421-9600Office: 415-421-9500Proven Management, Inc.
Sub-Contractor/SpecialtyContractor
Fax: 408-727-7051Office: 925-449-6999Mission City Rebar Inc.
Name Bid Date Time Contract # EstimateLocationOPR#
Santa Cruz County
Bidders:
Santa Cruz
The proposed project will entail demolishing concrete and constructing a new ADA concrete ramp. Work period from October 29th,2018 through January 6th, 2019.
PREVAILING WAGE
9/26 @ 3pm- site
18-02770
1
1:00 PM10/5/18
Addenda:NEW ADA RAMP AT BRANCIFORTE SMALL SCHOOLS
18-06
Prebid Conf:
NEW
General Contractor Fax: 831-459-9297Office: 831-459-9270Cen-Con, Inc.
General Contractor Fax: 831-761-5513Office: 831-761-5511Coastwide Environmental Tech, Inc.
General Contractor Fax: 831-466-9597Office: 831-426-0743Crw Industries, Inc
General Contractor Fax: 415-209-0228Office: 415-599-5585Cws Construction Group Inc
General Contractor Fax: 831-475-1173Office: 831-475-1223Earthworks Paving Contractors
Bidders:
Plan Issuer:
Santa Cruz $1,559,462
The work includes improvements to the existing sedimentation basins at the Graham Hill Water Treatment Plant (GHWTP).Improvements include: 1.Removal and replacement of tube settler modules for existing Sedimentation Basins No. 1 through No. 3.2.Removal and replacement of sludge collection piping and valves for existing Sedimentation Basins No. 1 through No. 3. 3.Removaland replacement of troughs and weir plates for Basin No. 1. 4.Removal, replacement, survey and align effluent troughs in Basin No. 2and No. 3 5.Providing trough stiffener system in effluent troughs 6.Cleaning, concrete patching and pressure-injecting cracks inconcrete in existing Sedimentation Basins No. 1 through No. 3.
Project Contact: Matt ZemanEmail: [email protected]
MAND 10/4 @ 10am- site
18-02713
0
3:00 PM10/18/18
Addenda:GRAHAM HILL WATER TREATMENT PLANT TUBE SETTLER REPLACEMENT
c701708
Prebid Conf:
City of Santa Cruz 831-420-5327 831-420-5201
Supplier Fax: 925-225-9200Office: 925-225-1900Misco
Plan Issuer:
Aptos $880,600
This project includes improvement to the Cabrillo 1000 Library Building. Remove & replace 2 air handlers, redesign of condensatedrain piping, replace central space heating boilers & associated hot water piping revisions. Upgrade of existing HVAC System CentralControls with Tridium DDC System.
Project Contact: Gale StevensEmail: [email protected]
MAND 10/3 @ 10am- Purchasing, Contracts & Risk Mgmt Office, Bldg 2030
18-02755
0
2:00 PM10/18/18
Addenda:BLDG 1000 MECHANICAL SYSTEMS REPAIR/REPLACE CABRILLO COLLEGE
B19-01
Prebid Conf:
Cabrillo Community College District [email protected] 831-477-5613 831-477-5640
Plan Issuer:
Watsonville
The Santa Cruz County Flood Control and Water Conservation District – Zone 7 (District) is requesting proposals from qualifiedconsultants to provide Program Management (PM) services to be performed in support of the federal U.S. Army Corps of EngineersPajaro River Flood Risk Reduction Project (Project).
Project Contact: Mark StrudleyEmail: [email protected]
10/5 @ 9am- 701 Ocean Street, 4th floor, Rm. 410, Santa Cruz
18-02775
0
5:00 PM10/26/18
Addenda:RFP - PROGRAM MANAGEMENT SERVICES FOR PAJARO RIVER FLOOD RISK REDUCTION
Prebid Conf:
County of Santa Cruz 831-454-2160 831-454-2385
NEW
G R A N I T E R O C K C O N S T R U C T I O N D I V I S I O N
CO
NS
TR
UC
TI
ON
D
IV
IS
IO
N
ALL OF YOUR CONSTRUCTION NEEDS - FROM DRIVEWAYS TO FREEWAYS • Asphalt and Concrete Driveways
• Parking Lots
• Site Work
• Seal Coating and Striping
• Underground Utilities (Water, Sewer, Storm Drain)
• Chip Sealing
• Culverts and Walls
• Golf Cart Path Work
• Concrete Curb and Gutters
• Concrete Flatwork
• Asphalt Grinding
• Subdivision Site Work Development
• Structures
General Engineering Contractor - LIC#22 • For an estimate call 831.768.2789 • Fax 831.768.2701
Are you a DBE, DVBE or SB subcontractor?Graniterock as a prime contractor wants you to participate in the bidding process for the following Caltrans highway projects:
BID DATE CONTRACT LOCATION DESCRIPTION
CALTRANS DISTRICT 4
10/11/18 04-3J9004 Hwy’s 92/101/280 Cold Plane, Replace Slabs, San Mateo Grind Concrete 10/25/18 04-2J5704 Hwy 121 Napa Repair Embankment & Drainage Facilities 10/25/18 04-4G8804 Hwy880Fremont SeismicRetrofit,ReplaceApproachSlabs 10/30/18 04-2J5904 Hwy 4 Byron Construct Retaining Walls 10/30/18 04-0J1404 Hwy 92 San Mateo RSP & Drainage Facilities 10/31/18 04-4J2814 Hwy82SantaClara ColdPlane,HMA&RHMA 11/01/18 04-4G5604 Hwy 12 /113 Rio Vista Construct Roundabout
CALTRANS DISTRICT 5
10/16/18 05-1C2504 Hwy68Monterey ShoulderWidening,RumbleStrips,Striping 10/17/18 05-1A0004 Hwy1BigSur WidenShoulders&UpgradeGuardrail 10/18/18 05-1C2604 Hwy 25 Paicines Curve Realignment, Retaining Wall, Culvert 10/25/18 05-1C6504 Hwy9BoulderCreek ShoulderWidening,Drainage,Guardrail 10/30/18 05-1E0204 Hwy152Watsonville PedFacilities&WidenShoulder 10/31/18 05-1F4304 Hwy 25 Hollister Superelevation Correction 11/01/18 05-1F7604 Hwy 17 Scotts Valley Resurface Pavement, Replace Railings 11/08/18 05-1F75U4 Hwy101KingCity CRCP,SeismicRetrofit,BridgeWidening 11/15/18 05-1C8904 Hwy 101 Salinas PC Concrete Pavement, Reconstruct Ramps
Plansandspecificationsareavailable at:
Construction Division Headquarters5225 Hellyer Avenue, Suite 220 San Jose, CA 95138 Phone: 408.574.1400 Fax: 408.365.9548 [email protected]
CaltransOfficeEngineer www.dot.ca.gov/hq/est/oe/
Granite Rock Company ‘Graniterock’ is signatory to Operating Engineers, Laborers, Teamsters, Carpenters and Cement Masons unions. 100% payment and 100% performance bonds in the amount of the subcontractor’s bid will be required from a qualified surety company. Subcontractors must possess a current contractor’s license, DIR number, insurance and worker’s compensation coverage. Bonding assistance is available. Graniterock will pay bond premium up to 1.5%. In addition to bonding assistance, subcontractors are encouraged to contact Graniterock Estimating with questions regarding obtaining lines of credit, insurance, equipment, materials and/or supplies, or with any questions you may have. Subcontractors will be required to enter into our standard contract. DBE Subcontractors must be listed by the CUCP for the work code(s) that apply to the scope of work they are quoting. Graniterock will break down items of work to facilitate DBE participation. Graniterock intends to work cooperatively with all qualified DBE firms seeking work on this project. Granite Rock Company is an Equal Opportunity Employer.
©2018Graniterock.Allrightsreserved.
graniterock.com | 888.ROCK.100 | @graniterockco
Contractors are tough, but ‘growth’ is not without pain, even for these men and women. While ‘misdirection’ works in magic acts, it’s costly and time consuming when a contractor loses focus on ‘facts’. I will wrap up with a ‘memory fail’ that is also a lesson on getting expert advice before the wrecking ball swings into action!.. Q: Our company is going to be acquiring a business that holds contractor’s licenses in Nevada and Arizona. Will these existing licenses be transferrable to the new entity we are forming? A: No, contractor’s licenses in Nevada and Arizona are not transferrable from one entity to another. You will be required to obtain a new license in each State for the new entity you are forming. Q: We are applying for a Nevada Contractor’s license. I let my boss know about the financial requirement and he is balking at getting a CPA reviewed financial statement. He said it is pretty expensive to have that done. Our max job in Nevada would be $100,000. Would a tax return or a credit report also do the trick? We have excellent credit. A: For a monetary limit of $100,000, a compiled financial statement with full disclosures prepared by a CPA dated within the last 6 months is required. That’s the facts. A reviewed financial is only required for limits over $250,000. From what I understand, a compiled financial statement is not quite as pricey as reviewed. A tax return or credit report will not be accepted in lieu of the compiled financial statement. Q: You are helping us with a contractor’s license right now and we decided we want to register our LLC with a ‘dba’ (doing business
as) name with the CA Secretary of State. How do we go about doing that on the forms you sent us? A: You can only have a ‘dba’ name with the CA Secretary of State if your business name in your home state is not available. Since your business name is available, you will only be able to file that ‘dba’ name with the CSLB. At that point, you can either do business as the entire name listed on the license, or just the ‘doing business as’ (dba) name. Q: What are the rules regarding asbestos for General Building contractors? I remember taking some sort of asbestos exam when I originally obtained my license. I’m going to be demolishing a project which may require some asbestos abatement. A: “B” General Building contractors cannot contract for jobs involving asbestos abatement unless one of the following conditions exists: a) they hold a “C-22” Asbestos Abatement specialty license, or b) they hold an Asbestos Certification and are registered with the Department of Industrial Relations Division of Occupational Safety and Health (DASH), or c) they subcontract the work with an appropriately licensed contractor. The exam you remember taking is likely the Open Book Asbestos exam, which is required for all new contractors. Taking that open-book exam does not allow you to perform asbestos abatement work. While knowledge is power, knowing where to go for the answers is half the battle. Get expert assistance immediately when you call 866-443-0657, email [email protected], or write us at Capitol Services, Inc., 1225 8th St. Ste. 500, Sacramento, CA 95814. Research past columns at www.cutredtape.com.
What's In It For You:How the homesphereprogram works:
bundle and earn more
[email protected] | (650) 793-8432CONTACT Lorri Lasley to enroll
CONNECT Choose from 80+ Preferred Partner brands across 23 product categories to earn rebates. Continue to purchase products locally.
TRACK Your local HomeSphere expert will help you efficiently track your closings by community, lot and block.
COLLECT HomeSphere bundles your rebate incentives together across all products and brands in a single check.
It’s Easy to Get Started! Set a 10-minute meeting with your local HomeSphere Expert who will walk you through:1. Your Builder Profile & Latest Closed Homes2. Your Enrollment Form3. Your W-9 Form
•Get access to Single-Familyand Multi-Family Rebates
•Bundle all your rebates intoone monthly check
•Continue to increase yourrebate check through HomeSphere’s network ofbuilding product manufacturers
Your cash back can grow. Tap in to HomeSphere's network of 80 manufacturers and brands to increase your rebate check, including:
Over 80+ Partners offer builder incentives exclusively through HomeSphere's national rebate program. Start collecting rebates on building essentials today!
Earn cash back on each productyou install
www.inspiredexpos.com
dream • plan • build
why exhibit at inspired expos?CONNECT with 3,000 to 5,000
qualified clients in 2 days.
INCREASE brand recognition.
ACQUIRE leads and set appointments.
EDUCATE the community on your services.
Reserve Your Space TODAY805.772.4600 • 831.222.0772
MONTEREY EXPOS
Monterey Home & Garden Expo at the Monterey Fairgrounds
93%are building or
remodeling
14%are home & garden
professionals
7%are purchasing
a home
Spring: April 21 & 22, 2018 | Fall: Oct. 13 & 14, 2018
Employer Sponsored Options Products you can get through your employer. Enrolling is easy! Your company receives a single, consolidated bill and participating employees have the convenience of payment through payroll deductions. Both Group and Voluntary options are available.
Medical – All CA Carriers & Covered CA MetLife Dental – Group and Voluntary VSP Group Vision Anthem Blue View Voluntary Vision Landmark Chiropractic & Acupuncture MetLife Term Life - Group and Voluntary CADR+ Telemedicine - 24/7 Doctors on Call LifeLock Identity Theft Protection
Colonial Life Optional Benefits Accident Insurance Critical Illness Insurance Short Term Disability Insurance Hospital Confinement Insurance Whole Life with LTC Rider
LegalShield Pre-Paid Legal Services Legal Shield Identity Theft Shield
Build a Better Benefits Package!
Through the California Builders Exchanges (CBX), the Central Coast Builders Association now offers a highly competitive benefits program to our member firms and their employees.
Want More Information?
Go to www.cbxbenefits.com
Or contact our local Benefits Consultant!
Tina Nelson Q&A Insurance Marketing, CA Lic. 0B17048 Cecy Insurance Services, CA Lic. 0802215 (831) 477-1730 [email protected]
Individual Options Valuable products, services and discounts that your employees can get directly from one of our contracted providers because you are a member of the Association.
Health Insurance for Individuals and Families Nationwide Pet Insurance LifeLock Identity Theft Protection MetLife Home & Auto Insurance Working Advantage Employee Perks Program LegalShield Pre-Paid Legal Services LegalShield Identity Theft Shield
Great Voluntary Benefits!
No Minimum Participation Low Rates Consolidated Billing Guarantee Issue Options
CONSTRUCTION ESTIMATING
Material quantity takeoffs for residential/commercial. Foundation,excavation, forms, reinforcing, concrete. Rough and finish carpentry. Lumber lists. Experienced.
Contact email: [email protected]
A&R Corporation, Inc is seeking a Project Manager, Project En-gineer and Superintendents to staff a mul-tifamily apartment project located in Paso Robles. Please send resumes to Neil Mil-
ler at the following email address, [email protected]
Construction Project Manager / Estimator Monterey CA $80,000-$90,000 a year General Contractor specializing in Prevailing Wage Projects seeks experienced Project Manager for California. Must have a minimum of 10 years hands-on abilities to handle the planning, coordination, and control of a project from inception through comple-tion. Strong estimating skills a must. Our projects are fast paced and require immedi-ate response to field personnel and customer requirements. The position will require job walks and client meetings throughout Central and Northern California. In addition to the required experience above, the right candidate will have natural leadership abilities, be able to work independently, and is organized and detail-oriented. It is criti-cal that you have the ability to communicate effectively and appropriately with clients, colleagues and coworkers, as well as the ability to recognize a potential problem and resolve immediately and effectively. Must have experience supervising field staff in-cluding sub-contractors. Responsibilities Include: Bidding and estimating TI projects throughout California, performing prevailing wage projects. Selecting, negotiating and coordinating the work of sub-contractors Adhering to proper administration of construction contracts with knowledge of and the experience with AIA documents Reporting/updating to owners the progress of projects including any changes needed Preparing transmittals, submittals, contracts and daily logs Preparing and processing change orders timely and accurately Supervising and supporting field staff Timely preparing of monthly invoicing for the accounting department Maintaining data and cost of projects Travel will be required Strong verbal and written communication skills Advanced computer skills including MS Project, Word, Excel and Outlook MUST be able to read plans and be willing to work as a Team member to ensure the success and timely completion of all projects Email resume to [email protected] Job Type: Full Time Salary: $80,000-$90,000 & Federal Holidays + 2 weeks of Vacation Experience: Construction: 5 years minimum
Construction Project Management: 5 years minimum
Architectural Photography
Harold Gomes Email:
[email protected] Cell: 831-227-1942
For Sale: DriWater time-release water replacement gel pacs, 100+/- cases, 20/case.
Contact Kim O'Bryan at KCI Environmental, Inc. [email protected] or 805 431-1168.
SalinasCityElementarySchoolDistrict840SouthMainStreet
Salinas,California93901CLASSIFIEDOPENINGS
SITE POSITION HOURS/WORKYEAR SCHEDULE DESIRABLEQUALIFICATIONS
AND/ORREQUIREMENTSSALARY
Maintenance Maintenance Worker II
Maintenance Worker III
8 hours per day 12 months per year
8 hours per day
12 months per year
7:30 a.m.-4:00 p.m. (30-minute lunch)
7:30 a.m.-4:00 p.m. (30-minute lunch)
See job description.
*The District wil l only be f i l l ing one (1) of the
posit ions posted.
$17.99 per hour *range 28
$20.86
per hour *range 34
Ifyouwishtoapplyforoneoftheabovepositions,completeaseparateapplicationforeachandforwardtotheHumanResourcesDepartment.Openingswillbepostedfor5workingdays.SeejobdescriptionavailableattheDistrictOffice.
DATE/TIMEOPENED DATE/TIMECLOSED9/10/18@8:00A.M. 9/14/18@5:00P.M.
Nondiscrimination-SalinasCityElementarySchoolDistrictprohibitsunlawfuldiscrimination,includingdiscriminatoryharassment,intimidation,andbullyingonthebasisofrace,color,nationalorigin,age,religion,politicalaffiliation,gender,mentalorphysicaldisability,sexorientation,sex,maritalorparentalstatus,pregnancy,geneticsoranyotherbasisprotectedbyfederal,state,orlocallaw,ordinance,orregulation,initseducationalprogram(s)oremployment.Nopersonshallbedeniedemploymentsolelybecauseofanyimpairmentwhichisunrelatedtotheabilitytoengageinactivitiesinvolvedintheposition(s)orprogramforwhichapplicationhasbeenmade.Ifyouneedareasonableaccommodationtoparticipateinthehiringprocess,SalinasCityElementarySchoolDistrictwillprovideyouwithoneuponnotice.
$17.99-$24.15anhourtostart.(Dependingonexperience.)FullMedical,Dental,andVisionBenefits.(Employee+Family.)
RetirementplanwithP.E.R.S.(PublicEmployeesRetirementSystem.)Paidvacationtime.(2weekstostart.)
Territory Sales Manager Cell: 805-252-1798 [email protected]
Central Coast Central Valley
9195 El Camino Real Atascadero, CA 93422
Ron Silveira
www.muesinc.com
Your Local Plan Room Just Got Better!! STATEWIDE ACCESS
Introducing the Golden State Plan Service
Single Statewide Plan Room - You choose the counties you want to see. No more searching multiple Plan Rooms for projects
Mobile Device Accessible - Take your plan room with you
Your local, community based Exchange has always been the best resource for the local con-struction industry. Now your local exchange just got BETTER and STRONGER. This new
plan room combines 14 of the best exchanges in the state, decades of local plan room experi-ence with our local relationship and resources to bring you the most comprehensive plan
room available. Our plans aren’t uploaded from one central location, rather each exchange cultivates its local relationships to bring the best projects from each region to our contractors.
LOCALLY GROUNDED - STATE POWERED
Keep the Plan Room You Know & Use Your company bidding history & saved projects are preserved Updated Plan Room Platform 2.0 - Increased functionality, ease of use & updated search options. You told us what you wanted - WE IMPROVED
More Private Projects- Our collaboration means more cultivation of private work
Safety Tip of the WeekFLAMMABLE & COMBUSTIBLE LIQUIDS
A 'Flammable Liquid' is defined as any liquid having a flash point below 140'F and having a vapor pressure not exceeding 40 psi at 1000F. A liquid with a flash point at or above 1400F (600c) and below 2000F (93.40C) is a 'Combustible Liquid'. You will find both of these liquids on most construction sites. Two of the most common liquids we use are gasoline and diesel fuel. Each has a flash point of less than 1400F and therefore is classified as a flammable liquid. For easy reference -- the flash point of a liquid is the temperature at which it gives off sufficient vapor to form an ignitable mixture with air, near the surface of the liquid or within a vessel.
Here are a few safety guidelines that you should remember when handling flammable or combustible liquids. Store and handle them in APPROVED containers. NEVER smoke around these liquids. Post 'NO SMOKING' signs on liquid petroleum tanks. While in storage, fuel gas cylinders and oxygen cylinders must be separated by a minimum distance of 20 feet, or with fire resistant barriers. Fuel storage tanks must be guarded to prevent damage from vehicular traffic. Fire extinguishers need to be properly distributed around the worksite and kept free from obstructions.
Are you trained in the use of each type of extinguisher? Do you use safety cans when dispensing flammable and combustible liquids? Do you have a plan to clean up spills properly and promptly? Plastic milk cartons and glass bottles are not approved containers for these liquids. Are all flammable or combustible liquids you use in approved, closed containers when not in use?
OSHA requirements state that "no more than 25 gallons of flammable or combustible liquids shall be stored in a room outside of an approved storage cabinet." Further, "no more than 60 gallons of flammable or 120 gallons of combustible liquids shall be stored in any one storage cabinet. Not more than three such cabinets may be located in a single storage area." Does storage of these liquids on your jobsite measure up?
In closing, flammable and combustible liquids can be used safely. If you follow the guidelines above no problems should arise -- if you don't, you may go up in smoke!
ONLY FOOLS SMOKE AROUND FLAMMABLES OR COMBUSTIBLES. PRIOR TO LIGHTING UP, CHECK YOUR AREA CAREFULLY.
Safety Recommendations:__________________________________________________________________________________
Job Specific Topics:_______________________________________________________________________________________
M.S.D.S Reviewed:_______________________________________________________________________________________
Attended By:
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________