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 September 9, 2024 @ 4:57 p.m. through bid opening date

Miller Equipment Company, Inc. Requests Sub-bids from All Qualified & Certified DBE Subcontractors/Suppliers for:
Contracting Agency: San Bernardino County Flood Control District
Project: DESERT KNOLLS WASH PHASE III FLOOD CONTROL IMPROVEMENT PROJECT From Existing Trapezoidal Concrete Channel to just North of the Confluence with the Mojave River  

LENGTH: 2,590 Feet WORK ORDER: F01854
AREA: Town of Apple Valley
SYSTEM NO.: 4-201-1A
DBE Goal: 13%
Bids open on October 31st, 2024 @ 11:00 AM

***Addendum 1 issued 09/26/2024***
***Addendum 2 issued 10/09/2024***

General work description:  The work, in general, consists of clearing and grubbing, grading, excavation, backfill; disposal of surplus dirt; removal of rock and concreted rock; removal of existing sewer lines, manholes and appurtenances; removal of existing chain link fences/gates; removal of corrugated steel pipe; grading, construction of concreted rock slope protection; grade stabilization structures; access road and ramps along with various ramps; construction of reinforced concrete box (RCB), head wall; wing wall and cutoff walls; installation of chain link fence/gates; installation of pipe gate; installation of cable railing and metal beam guard railing structures and other work appurtenant thereto..

Plans & Specs can be viewed for free at our office or online at: https://epro.sbcounty.gov/bso/

Quotes for Services and Supplies requested for the following items for bid including, but not limited to: Mobilization, Locate And Protect Existing Utilities, Quality Control Program, Project Schedule (Critical Path), Trench And Excavation Safety/Temporary Shoring, Develop Water And Power Supply, Portable Changeable Message Sign, Traffic Control System, Prepare Final Storm Water Pollution Prevention Plan., Stormwater Pollution Prevention Plan Implementation, Construction Protection, Diversion And Control Of Water/Dewatering, Environmental Mitigation, Remove And Reuse Existing Rocks (F), Break, Remove, And Reuse Existing Concreted Rock Slope Protection (Crsp) (F), Remove Double Drive Chain Link Gate, Remove Chain Link Fence, Remove Abandoned Gravity Sewer Pipe, Remove Abandoned Sewer Manhole, Remove Concrete Slab, Construction Field Office Facility, Clearing And Grubbing, Excavation (F), Structure Backfill, Embankment (90% Relative Compaction) (F), Structural Concrete, Multiple Box Culvert, Structural Concrete, Headwall, Wingwall, Parapet, And Cut-Off Walls, Structural Concrete, Apron And Cut-Off Wall, Remove Corrugated Steel Pipe, Rock Slope Protection (1 Ton, Method A) - Riprap Splash Pad (F), Concreted-Rock Slope Protection (1/4 Ton, Method A) (F), Concreted-Rock Slope Protection (1/4 Ton, Method A) - Cut Off Wall (F), Concreted-Rock Slope Protection (1/4 Ton, Method A) - Grade Control Structure (F), Concreted-Rock Slope Protection (1/4 Ton, Method A) - Minor Concrete For Crsp, Full Concrete Penetration (F), Concreted-Rock Slope Protection (1/4 Ton, Method A) - Minor Concrete For Cut Off Wall, Full Concrete Penetration (F), Concreted-Rock Slope Protection (1/4 Ton, Method A) - Minor Concrete For Grade Control Structure, Full Concrete Penetration (F), Temporary Fence (Type Cl-6), Temporary Sight Block/Windscreen, Chain Link Fence (Type Cl-6) Per Sbcfcd Special Drawings I And Ii, 20' Chain Link (Type Cl-6) Double Drive Gate Per Special Drawing I, 26' Chain Link (Type Cl-6) Double Drive Gate Per Special Drawing I, 4' Chain Link (Type Cl-6) Walk Gate Per Sbcfcd Special Draeing I, 30' Double Drive Pipe Gate Per Sbcfcd Standard Drawing Sp 209, Midwest Guardrail System (Wood Post And Block) With Round End Treatments And Minor Concrete Vegetation Control, Cable Railing Protection Barrier With Steel Posts, Minor Concrete (Drivable Access Ramp). See plans and specs for a complete list of bid items.

Requirements: Miller is signatory to Operating Engineers, Laborers. 100% performance and payment bonds required for the full amount of the subcontract price. Miller may assist with the bond premium up to 1.5%. Subcontractors must possess a current contractor’s license, insurance and worker’s compensation insurance coverage meeting Miller’s requirements and will be required to sign the standard Miller Subcontract Agreement. A copy of the insurance requirements and agreements can be obtained by contacting the Estimator. Subcontractors must also be registered with a current DIR number. Quotations will be broken down into comparable packages as reasonably necessary. Miller will work with interested subcontractors to identify opportunities to break down items into economically feasible packages. Please call if you need assistance in obtaining bonding, insurance, equipment, materials, and/or supplies. Miller intends to work cooperatively with all qualified firms seeking work on this project. Miller is an Equal Opportunity Employer.

Miller Equipment Company, Inc
PO Box 2956 Lancaster, Ca 93539
Phone: 661-945-2525 Fax: 661-945-1183

Estimator: Steven Devers
Email: Steve@millereqco.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