ID 16315

Archived

J McLoughlin Engineering Co., Inc.

An Equal Opportunity Employer
is requesting quotations from all qualified
DBE, MBE, WBE
sub-contractors and/or material suppliers for the following project:

Reference: 08-1F1434
CT 08-1F1434 Route 15 Road Improvements, Corona & Eastvale, CA
Route 15 in Corona and Eastvale in Riverside County CA
Located in Riverside County, CA

Owner: Caltrans Sacramento, CA

Bid Date:  11/19/2020 at 02:00 pm

We are requesting bids for the following trades and/or material suppliers:
Trucking, Street Sweeping, Equipment Rental, Lead Compliance Plan, Construction Area Signs, Traffic Control System, Plastic Traffic Drums, Portable Radar Speed Feedback Sign System Day, Temporary Pedestrian Access Route, Portable Changeable Message Sign (EA),Portable Changeable Message Sign (LS), Prepare Storm Water Pollution Prevention Plan, Storm Water Annual Report, Temporary Fiber Roll, Temporary Construction Entrance, Temporary Concrete Washout, Treated Wood Waste, Contractor-Supplied Biologist (LS), Natural Resource Protection Plan, Bat Exclusion Devices, Remove Concrete (Miscellaneous) (Cy), Clearing And Grubbing (Ls), Roadway Excavation, Shoulder Backing, Rock Blanket, Wood Mulch, Replace Base, Asphaltic Emulsion (Fog Seal Coat), Hot Mix Asphalt (Type A), Rubberized Hot Mix Asphalt (Gap Graded), Place Hot Mix Asphalt Dike (Type A,C,D,E&F), Tack Coat, Remove Asphalt Concrete Pavement (CY), Remove Asphalt Concrete Dike, Cold Plane Asphalt Concrete Pavement, Jointed Plain Concrete Pavement (RSC), Drill And Bond (Dowel Bar), Clean Expansion Joint, Bonded Joint Seal (MR 1 1/2"), Joint Seal (MR 1", 1-1/2”), Public Safety Plan, Rapid Setting Concrete (Patch), Prepare Concrete Bridge Deck Surface, Treat Bridge Deck, Furnish Bridge Deck Treatment Material, Minor Concrete (Gutter) (CY), Detectable Warning Surface, Minor Concrete (Curb, Sidewalk And Curb Ramp), Pre/Post Construction Surveys, Survey Monument (Type D), Striping Removals, Permanent Striping, Roadside Signs, Vegetation Control (Minor Concrete), Transition Railing (Type Wb-31), End Anchor Assembly (Type SFT), Alternative In-Line Terminal System, Crash Cushion (Type Sci-100gm), Modified Concrete Barrier (Type 836b), Concrete Barrier Transition, Remove Guardrail, and Electrical System.

Bid documents can be viewed at or obtained from:
Plans and Specifications are available for viewing by appointment only at our office located at 10641 Fulton Ct., Rancho Cucamonga, CA 91730. Email berenice@jmeci.com

PLEASE DO NOT EMAIL QUOTES. Please submit your bids at least one day prior to bid date and include any certification you may have. JMECI is signatory to Laborers and Carpenters unions. Subcontractors must possess a current contractor’s license, must be registered with the Department of Industrial Relations (DIR number must be included in all quotes) as required by Public Contract Code Section 1725.5 and provide General Liability, Auto and Worker’s Compensation Insurance meeting the minimum requirements required by JMECI and will be required to sign a Subcontract Agreement and / or Purchase Order if necessary. In order to completely evaluate your quote, submit quotes to us within a reasonable time prior to the bid date. This is a prevailing wage contract. 100% performance and payment bonds may be required for the full amount of subcontract price. JMECI will provide assistance in Bonding, Line of Credit, Insurance, Equipment, Supplies, and Materials if necessary to all qualified subcontractors. Quotations will be broken down into comparable packages as reasonably necessary. JMECI will work with interested subcontractors/vendors/suppliers to identify opportunities to break down items into economically feasible packages. JMECI is an Equal Opportunity Employer.

J McLoughlin Engineering Co., Inc.
10641 Fulton Court
Rancho Cucamonga, CA 91730

Phone: (909) 944-3112  Fax: (909) 944-1051
Email: bill@jmeci.com
William Daugherty

Published Oct 13, 2020 on
Construction Bid Source a Trade and Focus Publication
located at http://www.constructionbidsource.com
Phone: 1-888-786-9450 Fax: 209.772.3573