DBEGoodFaith.com


Walsh Construction Company II, LLC

Is seeking qualified DBEs



Outreach Coordinator
Maria Villegas

Telephone
(951) 336-7040

Fax
(951) 336-7041

Address
1260 Corona Pointe Court Suite 201
Corona, CA 92879


Project Name
Taxiway C Improvement Project

Bid/Contract #
202002003

Awarding Agency
Ontario International Airport (OIAA)

Project Location
Ontario , San Bernardino County, CA

Bid Date
07/20/2020 at 11:00

Project Details
Walsh Construction invites all DBEs, Subcontractors and Suppliers interested in bidding the Taxiway C Improvement Project to confirm their intent to bid and to provide us with their Bidder's List form. Quote and Bidder's List due date: Friday July 17, 2020. NOTE: This project has a 13% DBE utilization goal. Certified DBEs are highly encouraged to participate. Non-DBEs are also highly encouraged to utilize DBEs as lower tier subcontractors and suppliers. Proper DBE certification must be in place at time of bid. Please provide a copy of your current DBE certification as soon as possible.
Walsh is soliciting interest in all scopes of work including but not limited to: temporary barricades, AOA fencing, lighting, signage and pavement markings per phasing, erosion control BMPs and SWPPP implementation; saw cutting and demolition of existing taxiway pavement and electrical systems; construction survey; asphalt pavement milling and HMA reconstruction of taxiway shoulders; reinforced and unreinforced concrete panels; lean concrete base; saw and seal of new concrete pavement; runway lighting modifications, improvements and related electrical; storm drain install; over excavation, embankment, subbase, and base placement for taxiway improvements; permanent striping and pavement markings; site security; water truck; trucking; street sweeper; concrete; aggregates; RCP pipe, rebar; misc. metals; QC testing; hydroseeding


The following list presents a summary of work and is not intended to include all work required in the plans and specifications:
General Construction 1) ONT Coordination; 2) Permits and agency coordination; 3) Maintenance of traffic, detours, and flaggers; 4) FOD and dust control, and sweeping; 5) Access, security and escort services; 6) Mobilization & demobilization; 7) Temporary barricades, AOA fencing, lighting, signing and markings; 8) Temporary erosion control; 9) Contractor's field office and laydown area site improvements; 10) Construction survey and staking.
Taxiway C Improvements 1) Concrete pavement panel removal; 2) Asphalt pavement shoulder removal; 3) Concrete pavement panel paving; 4) Unclassified excavation of base and subgrade removal and disposal; 5) Storm drain pipe and manhole install 6) Subgrade, subbase and base placement for taxiway pavement; 7) Asphalt pavement shoulder paving; 8) Portland Cement Concrete pavement; 9) Pavement dowel basket and dowel placement 10) Joint sawing and sealing; 11) Taxiway edge light removal and replacement; 12) Replacement of in-pavement centerline light fixtures to LED; 13) New, temporary, permanent and removal of pavement markings.
This is a Landside project with portions of the related work to be completed as Airside within the secure perimeter of the Airport.
100% performance/payment bonds will be required. Please contact Walsh for any assistance to this solicitation, including obtaining bonding, insurance, equipment, materials and/or supplies. Quotes will be broken down into comparable packages as reasonably necessary to facilitate participation. Quotes must be valid for the same duration as specified by the Owner for Contract Award. Walsh is a union firm and operates under union bylaws. Walsh intends to work cooperatively with subcontractors and suppliers for all bid items you are licensed and qualified to perform. Bid items can be split to facilitate participation from all certified firms with Walsh's approval prior to bid submission. Firms must possess & provide current contractor's license number & DIR Registration number on the quote. Firms must possess insurance and workers compensation coverage that fully aligns with the project contract requirements. Waiver of Subrogation is required. Subcontractors/Suppliers will be required to execute our standard agreements and agree to the standard general terms & conditions. Plans and Specs are available for review through our SmartBid site. Please email or fax all scopes asap and quotes to the contact information provided below.

Plans and specifications are available at no cost, please contact the Estimating Department:

1. Email: SoCalWalsh@walshgroup.com
2. Please call 951-336-7040 to make an appointment to view the documents in our office located in Corona, California

Walsh Construction
Estimating Department
1260 Corona Pointe Ct., Suite 201
Corona, CA 92879
Phone (951) 336-7040 Fax: (951) 336-7041
Email: SoCalWalsh@walshgroup.com

How to get in touch


Outreach Coordinator
Maria Villegas

Telephone
(951) 336-7040

Fax
(951) 336-7041

Address
1260 Corona Pointe Court Suite 201
Corona, CA 92879