DBEGoodFaith.com


Skanska - Ames, A Joint Venture

Is seeking qualified DBEs, DVBEs, MBEs, WBEs, SBE



Outreach Coordinator
Stacey Jeffers

Project Estimator
Joe Sidor

Telephone
(951) 684-5360

Fax
(951) 788-2449

Address
1995 Agua Mansa Road
Riverside, CA 92509


Project Name
CAJALCO / I-15 INTERCHANGE IMPROVEMENT PROJECT

Bid/Contract #
Project No.: 56-1203 Contract No. 080J6104

Awarding Agency
City of Corona

Project Location
Corona, Riverside County, CA

Bid Date
06/05/2017 at 10:00

Project Details
Skanska-Ames, a Joint Venture (SAJV) is interested in soliciting in Good Faith all subcontractors as well as certified DVBE/DBE/SBE subcontractors related to the scopes of work below for the CAJALCO / I-15 INTERCHANGE IMPROVEMENT Project which will Widen Cajalco Road from two to six lanes from Temescal Canyon Road to Bedford Canyon Road and reconstruct the existing interchange on Interstate 15 (I15) at Cajalco Road to accommodate current and future traffic demands. The new six-lane bridge and all ramps will be widened and realigned. Quotes will be requested from Subcontractors, Vendors, Professional Service and Trucking firms.

Plans & Specs can be accessed and download online at www.discovercorona.com/Citv-Departments/Public-Works/Construction-Proiects.aspx under "Advertised Projects". Or viewed at our main office in Riverside (call or email for appointment). Or accessed through our Public Bid Portal bit.ly/bidskanska and viewing the project.

All Quotes are due Monday June 5, 2017 @ 10:00 AM so that all bids/proposals can be fairly evaluated.
City of Corona Interested Subcontractor form must be completed & submitted prior to bid day.

Requested scopes include, but are not limited to the following and should be based on Project 56-1203, Contract 080J6104 Documents and its amendments.

Staking; False Bottoms - Manhole Locations; Develop Water; Traffic Control; Flashing Arrow Sign; Type III Barricades; Temp. Pavement Marking & Stripe; Channelizer; Temp. Signal; PCMS; Temp. Railing; Temp. Crash Cushion Module; SWPPP; Temp.Hydraulic Mulch; Temp. Soil Binder; Temp. Cover; Temp. Check Dam; Temp. Drainage Inlet Protection; Temp. Fiber Roll; Temp. Silt Fence; Temp. Construction Entrance; Street Sweeping; Temp. Concrete Washout; Treated Wood Waste; Noise Monitoring; Clearing & Grub; Roadway Excavation; Structure Excavation (Bridge & Retaining Wall); Structure Backfill (Bridge & Retaining Wall); Pervious Backfill Material (Retaining Wall); Ditch Excavation; Imported Borrow; Rock Blanket; Cultivation; Iron Sulfate; Soil Amendment; Packet Fertilizer; Transplant Trees; Plant (Groups A & U); Sod; Plant Establishment Work; Gravel Mulch; Decomposed Granite; Wood Mulch; Check & Test Existing Irrigation Facilities; Operate Existing Irrigation Facilities; Control & Neutral Conductors; Remote Control Valves; Strainer Assembly; 12 Station Irrigation Controller; 6" Galvanized Steel Pipe; Drip Irrigation Tubing; Irrigation Controller Enclosure Cabinet; Water Meter; Backflow Preventer Assembly; Backflow Preventer Enclosure; Flow Sensor; Tree Well Sprinkler Assembly; Valves; Plastic Pipe; Corrugated Steel Pipe Conduit; Hydroseed; Class 2 Aggregate Base & Subbase; Lean Concrete Base; Grinding; Hot Mix Asphalt; Rubberized Hot Mix Asphalt; Geosynthetic Pavement; Interlayer; Place Hot Mix Asphalt & Dike; Tack Coat; Remove Asphalt Concrete Dike; Remove Base & Surfacing; Jointed Plain Concrete Pavement; Joint Seal; Isolation Joint Seal; CIDH Concrete Piling; CIDH Concrete Pile; Prestressing CIP Concrete; Structural Concrete; Minor Concrete (Minor Structure); Precast Artwork Pilaster; Concrete Surface Texture; River Rock Architectural Texture; Precast Cap-Fiver Rock; Fractured Rib Texture; Joint Seal; Bar Reinforcing Steel; Furnish & Sign Structure; Remove Pedestrian Barricade; Bridge Removal; Alternative Pipe Culvert; Reinforced Concrete Pipe; Perforated Plastic Pipe Underdrain; Non-Perforated Plastic Pipe Underdrain; Class 1 Permeable Material; Grated Line Drain; Welded Steel Pipe Casing (Bridge); Alternative Flared End Section; Precast Concrete Pipe Manhole; Precast Concrete Pipe Riser; Alternative Pipe Riser; Abandon Culvert; Abandon Pipeline; Remove Culvert; Remove Pipe; Remove Inlet; Salvage Frame and Grate; Remove Concrete (Channel); Sand Backfill; Rock Slope Protection; Minor Concrete; Detectable Warning Surface; Remove Concrete; Miscellaneous Iron and Steel; Miscellaneous Metal (Bridge); Utility Pipe Supporters; Electrical Bond Cable (Bridge); STL Pipe FBE-Coated; Casing; Waterline; Reclaimed Waterline; Survey Monument; Temp. Fence; Chain Link Fence; Remove Chain Link Fence; Remove Pavement Marker; Delineator; Guard Railing Delineator; Pavement Marker; Object Marker; Remove Signage; Furnish & Install Roadside Sign; Road Sign; Laminated Panel Sign; & Single Sheet Aluminum Sign; Midwest & Double Midwest Guardrail System; Vegetation Control (Minor Concrete); Ornamental & Chain Link Railing; Concrete Barrier; Cable & Transitional Railing; End Caps; End Anchor Assembly; Alternative In-Line & Flared Terminal Systems; Crash Cushion; Concrete Barriers; Salvage Guardrail; Relocate Concrete Barrier; Thermoplastic Traffic Stripe & Pavement Marking; Remove Painted Traffic Stripe; Pavement Marking; Thermoplastic Traffic Stripe & Thermoplastic Pavement Marking; Communication System; Ramp Metering System; Interconnection Conduit & Cable; Modify & Remove Existing Electrical System; Trucking

Assistance: SAJV will assist qualified subcontractors, vendors, & suppliers in obtaining bonding, lines of credit, insurance, necessary equipment, materials and/or supplies. If you are a DVBE/DBE/SBE Company, please provide your certification letter with your proposal. If you are a non-DBE, please indicate all lower-tier participation on your quotation as it will be evaluated with your price. In order to assist DBE subcontractors and suppliers, we will divide total requirements into smaller packages, tasks or quantities & establish delivery & construction schedules which will permit maximum participation when feasible.

Subcontracting Requirements: SAJV’s insurance requirements are Commercial General Liability (GL): $1M ea. occ., $1M personal injury, $2M products & completed operations agg. & general agg.; $1M Auto Liability; $5M Excess/Umbrella and $1M Workers Comp. Endorsements and waivers required are the Additional Insured End., Primary Wording End., & a Waiver of Subrogation (GL & WC). Other insurance requirements may be necessary per scope or RFP requirement. Subcontractors may be required to furnish performance & payment bonds in the full amount of their subcontract by an admitted surety & subject to approval by SAJV. SAJV will pay bond premium up to 1%. Quotations must be valid for the same duration as specified by the Owner for contract award. Conditions or exceptions in Subcontractor’s quote are expressly rejected unless accepted in writing. SAJV is signatory to the Operating Engineers, Laborers, Cement Masons, & Carpenters Unions. Subcontractors must provide weekly, one original and one copy of all certified payrolls, including non-performance and fringe benefit statements if required by law or by the Prime Contract.

This contractor and subcontractor(s) shall abide by the requirements of 41 CFR 60-300.5(a) and 60-741.5(a). These regulations prohibit discrimination against qualified individuals on the basis of protected veteran status or disability, and require affirmative action by covered prime contractors and subcontractors to employ and advance in employment qualified protected veterans and individuals with disabilities.

How to get in touch


Outreach Coordinator
Stacey Jeffers

Project Estimator
Joe Sidor

Telephone
(951) 684-5360

Fax
(951) 788-2449

Address
1995 Agua Mansa Road
Riverside, CA 92509