Builders Bulletin

July 25, 2016 #28 BidBidding Date Bid Time Location This Week...Project Name 7/25/16 3:00 PM San Jose Hvac Repairs #itb-Faf-Fy16-0212 7/25/16 3:00 PM San Jose Rfq Master Agreement For Outfall Rehabilitation Projects Consultant Services Pw 8166 Our office will be 7/26/16 2:00 PM San Jose Leland High School Career Center-Sjusd 7/26/16 2:00 PM Arroyo Grande City Council Chambers Accessibility Improvement And Audio, Video And closed from 3:00- 5:00 the Sound System 7/26/16 2:00 PM Santa Cruz Purchase And Installation Of Chain-Link Fencing And Gates second Tuesday of every *7/26/16 2:00 PM San Luis Obispo Sinsheimer Park Playground Renovation month for our Board Meeting. 7/26/16 3:00 PM San Jose Carpentry Services #itb-Faf-Fy16-0213 7/26/16 2:30 PM Santa Cruz Government Center 5th Floor Re-Carpet Project 7/26/16 2:00 PM Cupertino 2016/17 Reconstruction Of Curbs, Gutters And Sidewalks *7/26/16 2:00 PM Cupertino Parking Lot "e" Emergency Phones De Anza College #1758 7/26/16 5:00 PM San Jose Mod Pizza-Brokaw Plaza 7/27/16 3:00 PM Santa Cruz Rfp Crown College Residence Halls Major Maintenance 7/27/16 2:00 PM San Jose Rfp Dwme (Package F): Building G (Gymnasium) Ahu's Gas Supply Line Replacement - Evergreen Valley High School - Esuhsd 7/27/16 2:00 PM San Juan Bautista West (Upper) And East (Lower) Reservoirs - Outlet Repair 7/27/16 11:00 AM Capitola 2016 Street Rehabilitation Project On Portions Of Park Avenue, Kennedy Drive, And Monterey Avenue 7/27/16 3:00 PM Santa Clara County Rfsoq To Provide Building Commissioning Services For Various County Projects Rfs-Faf-Fy16-0197 7/27/16 2:00 PM Milpitas Wrigley-Ford Creek Erosion Repair #3700 7/28/16 2:00 PM Felton Felton Empire Road Pm 2.58 Storm Damage Repair Project 7/28/16 5:00 PM San Jose Rfp Bascom Corridor Complete Streets Study S16171f- Scvta *7/28/16 3:00 PM San Luis Obispo Water Resource Recovery Facility Aeration Blower Replacement Project 7/28/16 2:00 PM Salinas Rfp - Master Plan For Parks, Recreation Centers And Library Facilities 7/28/16 2:00 PM San Jose Rancho San Vicente Staging Area Development At Calero Park - Rebid 7/28/16 3:00 PM Templeton Templeton Main Street Improvements 7/28/16 2:00 PM Aptos Aptos Village Improvements Phase 1 7/29/16 11:00 AM Los Altos Bullis Charter School (Bcs) Sitework Walkway Project 7/29/16 2:00 PM Pacific Grove Rfp For Professional Services For Chemical Root Control Of Various Sanitary Sewer Lines 7/29/16 12:00 PM Cayucos Rfq For Cmar With Guaranteed Maximum Price-Cayucos Sustainable Water Project 7/29/16 5:00 PM Cupertino North Foothill Boulevard Apartments (Online) The Genuine. The Original.

“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 Expressway • Sunnyvale, CA 94089 Tel (408) 734-8010 • Fax (408) 734-3728 Lic. #215098 We Build Futures ~ Communities ~ Confidence ~ We Build Your Business Central Coast Builders Association 20 Quail Run Circle Suite A (831) 758-1624 Salinas Salinas, CA 93907 423-5900 Santa Cruz Mon-Thurs 8-5 Fri 8-3 883-3933 Monterey

758-6203 Fax

[email protected] Board of Directors

President: Kristine O’Dell, Absolute HR Oscar Grijalva, OCG Plumbing Anka Hepper, Wm. B. Saleh Painting Vice President: Jim Sommerville, Sommerville Inc Kevin McIntosh, Blach Construction 2nd Vice Pres: Cliff Fasnacht,Dougherty Pump & Dril Kate Ruiter, AON Risk Services 3rd Vice Pres: Claude Bastianelli, Val’s Plumbing Edwin Sargenti, PSC Industrial Outsourcing Inc. Gabriel Torres,CCRB/CHISPA 3Sec./Treasurer: Ken Steen, Steen Associates John Vorwerck, Otto Construction CCBA Staff Christie Cromeenes Executive Director Safety Director

Andria James Office Manager/Media Coordinator Ingrid Vierra Planroom Coordinator Shelly Verba Safety Coordinator Rikki Montejano Public Relations Coordinator

Disclaimer All 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 without permission

Reminder About the Law and Service and Repair Contracts

With the middle of summer upon us, it is a good time to remind everyone about the service and repair industry. According to the CSLB, service and repair contracts remain one of the leading sources of consumer complaints they receive, despite a stepped-up education and enforcement campaign to curb such abuses.

Contractors who work in the service and repair industry should be aware that CSLB investigators have received special training to identify violations, and are targeting operators who take advantage of consumers. More service and repair cases are being referred to local district attorney's offices for criminal prosecution.

What's allowed under a service and repair contract, and how it differs from a standard home improvement contract, are clearly identified in Business and Professional Code sections 7159 and 7159.10.

Here are the main points to remember:

Service and Repair Contract

 The work requested is typically for an emergency replacement or fix; contact is initiated by the customer on short notice.  The total price for labor and materials is $750 or less.  The contract document should be printed with the title: Service and Repair Contract.  The contract document includes room for a signature, the date and a statement that reads: YOUR RIGHT TO CANCEL BEFORE WORK BEGINS.  The three-day right to cancel ends as soon as the contract is signed and work begins, unless the contractor fails to comply with any of the specified requirements.  As the contractor, you cannot sell goods or services beyond what is reasonable and necessary to take care of the problem being serviced or repaired.  No payment is due or should be accepted by the contractor until the work is completed. The service and repair contractor may charge only one service fee.  Any work beyond the initial replacement or repair may not be done without negotiation of a standard home improvement contract.  Any parts that were replaced by the contractor must be offered to the customer.  A customer may request that the contractor sign a release from lien claim for work that is done.

Standard Home Improvement Contract  The contract is not for urgent service and repair, and negotiations to enter into a contract can be initiated by the contractor or the customer.  The total price for labor and materials is $500 or more. (The work is not for an emergency replacement or repair of $750 or less.)  A home improvement contract is an agreement between a contractor and a property owner or tenant that includes descriptions of all labor, services, and materials to be furnished and performed.  The customer has until midnight of the third business day after signing the agreement or purchase to cancel the contract.  The down payment can only be 10 percent of the total contract price or $1,000, whichever is less.  For repairs in a state- or federally-declared disaster zone, the customer has seven days to cancel the contract with no obligation for payment.

Newsline No.: 2016-74 Date: July 20, 2016

DIR Will Resume Enforcement on August 1 of the Requirement to Submit Certified Payroll Records Online

The Department of Industrial Relations (DIR) is advising Public Works contractors and subcontractors that enforcement of the requirement to submit certified payroll records using DIR’s online system will resume on August 1.

The requirement to keep certified payroll reports (CPRs) has not changed and the electronic certified payroll reporting system is fully operational. The enhancements to DIR’s online system, available as of August 1, 2016, consist of a simplified online filing form. The requirements for uploading payroll records via XML remain unchanged. New User Guides and video tutorials with detailed instructions will accompany the release of the enhanced system.

DIR has additional compliance information on its Public Works page. The public works community is also invited to subscribe to email alerts on public works topics, DIR’s press releases and other departmental updates.

DIR protects and improves the health, safety and economic well-being of over 18 million wage earners, and helps their employers comply with state labor laws.

DIR’s Division of Labor Standards Enforcement (DLSE), also known as the Labor Commissioner’s Office, enforces prevailing wage rates and apprenticeship standards in public works projects, inspects workplaces for wage and hour violations, adjudicates wage claims, investigates retaliation complaints, issues licenses and registrations for businesses and educates the public about labor laws.

ProjectsWeekly ProjectsOut To BiddingBid 7/21/2016

Reasonable care is given in gathering, compiling and furnishing the information contained herein which is obtained from sources believed to be reliable, but the Planroom is not responsible or liable for errors, omissions or inaccuracies.

Name Bid Date Time OPR# Contract # Location Estimate Monterey County RFP - MASTER PLAN FOR PARKS, RECREATION CENTERS AND LIBRARY FACILITIES Addenda: 0 7/28/16 2:00 PM 16-01743 Salinas Plan Issuer: City of Salinas 831-758-7912 831-758-7935

The City of Salinas seeks a qualified multidisciplinary team of park planners, landscape architects, library planners , and recreation specialists with expertise in working in economically distressed, culturally diverse, rural/urban communities to prepare a comprehensive Parks/Open Space and Recreation & Library Facilities Needs Assessment and Master Plan (the Master Plan). The Master Plan will be a document that is concise, user friendly, and supports the health and vibrancy of the city's parks, recreation centers, library facilities and supported programs of service. Pre-qualification is not required.

RFP FOR PROFESSIONAL SERVICES FOR CHEMICAL ROOT CONTROL OF VARIOUS SANITARY Addenda: 0 SEWER LINES 7/29/16 2:00 PM 16-01775 Pacific Grove Plan Issuer: City of Pacific Grove Public Works dgho@cityof pacificgrove.org 831-648-5722 831-375-0627

Chemically treat various sanitary sewer lines within the City of Pacific Grove to eliminate root intrusion and blockages caused by tree and vegetation roots. The sanitary sewer collection system includes pipelines ranging in size from 4” to 18” in diameter and approximately 58 miles of sanitary sewer line comprising of various materials, including but not limited to, Vitrified Clay Pipe (VCP), Reinforced Concrete Pipe (RCP), and Polyvinyl Chloride (PVC), Cast iron (CI) Pipe material.

SOLEDAD HEALTHCARE CLINIC REMODEL & EXPANSION - REBID Addenda: 2 8/1/16 11:00 AM 16-01731 Soledad $1,150,000

Provide all labor, materials, tools, transportation, insurance and services necessary to complete the project which includes remodel of the interior of the of the Clinic, a small expansion of the Waiting area, and small amount of site work areas indicated in the bid drawings of the Soledad Medical Clinic at 600 Main Street, Soledad. The remodel area is approximately 2,170 square feet and the area of expansion is at the Waiting Area is approximately 190 square feet. The scope also includes some site work to provide a temporary ramp and accessible entry at a temporary location while the construction of the entry and lobby is ongoing. General Contractor will be required to coordinate with the Owner on staging the work to allow the remodel and expansion to happen while the Clinic stays in operation.

*** Site photos available upon request *** Bidders: R Titus Waterproofing Air & Vapor Barrier Contractor Office: 408-848-4088 Fax: 408-413-4130 Tombleson Inc General Contractor Office: 831-422-9696 Fax: 831-422-0566 OTAVILLA MECHANICAL HVAC Contractor Office: 831-524-4484 Fax: 999-999-9999 CONTRACTORS INC. MIG Electrical Sub-Contractor/Specialty Office: 831-524-8507 Fax: 000-000-0000 Contractor RFP FOR LAND AND OCEAN OUTFALL PROTECTION DESIGN Addenda: 0 8/3/16 3:30 PM 16-01839 Monterey County Plan Issuer: Monterey Regional Water Pollution Control Agency 831-645-4605 831-656-0637 [email protected] Prebid Conf: MAND 7/20 @ 1pm - 14811 Del Monte Blvd, Marina MRWPCA is seeking qualified firms to provide professional services for the design of the land and ocean outfall protection design.

Deadline for submission of materials for our Bulletin is end of day Wednesday each week. Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

RFP FOR BRINE MIXING STRUCTURE DESIGN Addenda: 0 8/3/16 3:00 PM 16-01840 Monterey County Plan Issuer: Monterey Regional Water Pollution Control Agency 831-645-4605 831-656-0637 [email protected] Prebid Conf: MAND 7/20 @ 10am - 14811 Del Monte Blvd, Marina MRWPCA is seeking qualified firms to provide professional services for the design of Brine Mixing Structure.

855 E. LAUREL, BLDG A - EQUIPMENT & STORMWATER MANAGEMENT - CANOPY PROJECT Addenda: 0 8/4/16 2:00 PM 16-01669 8569 Salinas Plan Issuer: County of Monterey [email protected] 831-755-4800 831-755-4958 Visit Non-Mandatory Prebid Conf: 7/20 10a @ site Class B. Construction of the canopy. Additive Alternate Bids consist of Alternate No. 1: construction of exterior and interior Americans with Disabilities Act (ADA) improvements at the site. Prevailing

MARTIN LUTHER KING JR. ACADEMY - SITE WORK FOR ONE 32’X110’ MODULAR BUILDING Addenda: 2 8/4/16 11:00 AM 16-01777 Salinas Plan Issuer: Alisal Union School District 831-753-5700 831-753-5552 Prebid Conf: MAND 7/7 11am @ site Class “B”. This Project is subject to pre-qualification.

Project consists of: Selective Demo; Cast-in-Place Concrete; Unit Masonry; Pipe and Tube Railing; Exterior Painting; Post and Panel- Pylon Signage; Mechanical General; Plumbing; Electrical; Structural Cabling; Intercom, Public Address, Clock Systems; Fire Alarm System; Site Clearing; Earth Moving; Landscape Maintenance; Asphalt Paving; Concrete Paving; Parking Bumpers; Pavement Markings; Tactile Warning Surfaces; Chain Link Fences and Gates; Landscape Irrigation; Soil Preparation; Landscape Planting. Bidders: Adept Electrical Services Electrical Contractor Office: 831-524-6416 Fax: 831-480-8469 Avila Construction General Contractor Office: 831-372-5580 Fax: 831-372-5584 MIG Electrical Sub-Contractor/Specialty Office: 831-524-8507 Fax: 000-000-0000 Contractor POLICE DEPARTMENT COMMUNITY ROOM IMPROVEMENT Addenda: 0 8/4/16 3:00 PM 16-01856 Greenfield Plan Issuer: MNS Engineers, Inc. [email protected] 805-331-3553 Prebid Conf: MAND 7/18 @ 11am- site The City of Greenfield (CITY) shall contract with an independent contractor to furnish & construct all proposed improvements associated with the existing Police Department Community room, including new electrical and mechanical work associated with a new HVAC unit to be installed on the roof, interior electrical and mechanical improvements, new concrete floor and finishes as described in this bid package, and as will be described in the mandatory pre-bid meeting.

PREVAILING WAGE Bidders: Property Restoration Services General Contractor Office: 831-375-4777 Fax: 831-717-4315 RFQ TO PROVIDE GEOTECHNICAL ENGINEERING SERVICES ON AN ON-CALL BASIS FOR Addenda: 0 TRANSPORTATION PROJECTS 8/11/16 3:00 PM 16-01884 1701 Monterey County Plan Issuer: County of Monterey [email protected] 831-755-4800 831-755-4958

The County of Monterey Resource Management Agency, Public Works Department, is soliciting qualifications from qualified firms to provide “On Call Services” over $100,000 for geotechnical engineering services for various transportation type projects located in Monterey County. Interested Contractors are to submit their qualifications.

NEW MRWPCA PUMP STATION NO. 13 VALVE REPLACEMENT & UPGRADES Addenda: 0 8/11/16 5:00 PM 16-01917 Marina Plan Issuer: Monterey Regional Water Pollution Control Agency [email protected] 831-883-6179 831-883-0516 Prebid Conf: MAND 7/26 @ 10am- site Anticipated services required for the project include the following tasks: Project Management and Coordination, Data Gathering, Inspection, and Review, Plans, Specifications, & Estimates, Bid Services, Engineering Services During Construction, and As-Built Drawings. If the Consultant believes that the project can be enhanced by adding other tasks, such information should be included in the proposal. Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

RFP PROJECT & CONSTRUCTION MANAGEMENT SERVICES FOR 3RD FLOOR BUILDING REMODEL Addenda: 0 8/12/16 5:00 PM 16-01908 Monterey Plan Issuer: Monterey Bay Air Resources District 831-647-9411

The Monterey Bay Air Resources District (District) is soliciting proposals from qualified firms to provide project and construction management services related to the third floor remodel of the District’s Monterey office headquarters. This Request for Proposal (RFP) is intended to solicit bids from firms that can provide services that will ensure a high quality remodel project that is completed on time and within budget.

The third floor area is approximately 14,000 square feet comprising primarily of the district’s Board Room and eight offices and conference rooms. The District is seeking to make improvements to the third floor space including Board Room acoustical enhancements, remodeling the restrooms and replacing the atrium style roof.

FREMONT/EL SAUSAL SAFE ROUTES TO SCHOOL Addenda: 0 8/16/16 2:00 PM 16-01906 9135 Salinas $1,087,334 Plan Issuer: City of Salinas 831-758-7912 831-758-7935

In general, the work shall include, but is not limited to pavement slurry seal and signage, construction of curb and gutter, sidewalks, ADA compliant pedestrian access ramps; striping, and asphalt concrete;installation of a traffic signal systems; and all incidental and appurtenant improvements and restorations specified on the Plans and Special Provisions.

Project Contact: Victor Gutierrez 831-758-7964 [email protected]

MRWPCA PUMP STATION & CONVEYANCE SYSTEM MASTER PLAN Addenda: 3 8/19/16 5:00 PM 16-01857 Marina Plan Issuer: Monterey Regional Water Pollution Control Agency 831-883-6172 Prebid Conf: 7/19 @ 10am MRWPCA is seeking qualified firms to develop a Master Plan for the Agency’s ten Pump Stations and optional task of three reclamation facilities in Marina, Ca. The purpose of the study is to develop a Master Plan for all facilities outside the boundaries of the Regional Treatment Plant both existing and planned. The Master Plan will include flow monitoring, hydraulic modeling, analysis of system condition, and preparation of a capital improvement program. PRE-PROPOSAL MEETING: A pre-proposal meeting will be held at 10:00 a.m. local time Tuesday, July 19, 2015 at MRWPCA Regional Treatment Plant located off of Del Monte Blvd., north of Marina, CA 93933.

TASS TRAINING CENTER Addenda: 0 11/23/16 12:00 PM 16-01641 Fort Hunter Liggett Plan Issuer: Bara Infoware [email protected] 925-241-5762 925-829-4107

Subcontractor agrees to furnish in strict accordance with the Contract Documents all labor, materials, equipment, installation, cartage, hoisting, supplies, insurance, equipment, tools & other facilities of every kind & description required for or incidental to the prompt & efficient execution of the following work including the below listed specifications, drawing & details: 09 30 00 CERAMIC TILE 09 65 00 RESILIENT FLOORING 09 68 00 CARPET Work to include but not limited to submittals, Shop Drawings, Installation Drawings, Certifications, adhesives & relating preparation work, Local/Regional Materials; (LEED) Environmental Data, Warranty & inspections, provide & install all material including components required for the Wall & floor Ceramic tile, resilient flooring & Carpet. Confirm through an e-mail if interested to submit a bid to: [email protected] Projects Out To Bid

Name Bid Date Time OPR# Contract # Location NEW Estimate

NOTICE INVITING LICENSED CONTRACTORS Addenda: 0 12/30/16 5:00 PM 16-01553 Carmel Plan Issuer: Carmel Unified School District [email protected] 831-624-6311

Notice is hereby given that the Board of Education for the Carmel Unified School District has elected to utilize the alternative bidding procedures set forth in Public Contract Code section 22032 et seq. and shall develop and maintain a list of qualified contractors, identified according to categories of work, in accordance with the provisions of Public Contract Code section 22034 and criteria that the California Uniform Cost Accounting Commission promulgates from time to time. Notice is further provided that District is inviting all licensed contractors to submit the name of their firm to the District for inclusion on the District’s list of qualified bidders for the 2016 calendar year. Persons or companies interested in being included on the District’s list of bidders for the 2016 calendar year shall provide the name and address to which a Notice to Contractors or Proposal should be mailed, a phone number at which the contractor may be reached, the type of work in which the contractor is interested in doing and currently licensed to do (earthwork, pipelines, electrical, painting, general building, etc.), together with the class of contractor’s license(s) held and contractor license number(s). Contractors interesting in being included on the District’s list of bidders for the 2016 calendar year may submit the above-described information in person or by U.S. Mail to: Carmel Unified School District Attn: Dan Paul PO Box 222700 Carmel, CA 93922 It is the sole responsibility of the person submitting such information in person or by U.S. Mail to ensure that is delivered to the District and includes all requested information. Any contractor providing a submittal that lacks the information set forth herein will not be added to the District’s list of prequalified bidders for the 2016 calendar year.

Bidders: California Roofing Roofing Contractor Office: 408-293-7977 Fax: 408-294-1013 San Benito County WEST (UPPER) AND EAST (LOWER) RESERVOIRS - OUTLET REPAIR Addenda: 0 7/27/16 2:00 PM 16-01861 San Juan Bautista $200,000 Plan Issuer: Wagner & Bonsignore Consulting Civil Engineers, A Corporation 916-441-6850 [email protected] Prebid Conf: MAND 7/13 @ 11am- site In general, the project consists of repairing the outlet conduits through the base of each dam by the installation of Cured-In-Place Pipe (CIPP), installation of new outlet gates and operators, finish grading both reservoir basins, and modification of the spillway at the West Reservoir.

The Work Site is located near the town of San Juan Bautista with site access off from Highway 156, west at Church/Monterey St.

CUPCCA Addenda: 0 12/30/16 5:00 PM 16-01511 San Juan Bautista Plan Issuer: Aromas-San Juan Unified School District [email protected] 831-623-4776 831-623-1572

The Aromas-San Juan Unified School District offers this information to any individual, company, or firm wishing to be added to the District's general construction informal bid list for all trades pursuant to Public Contract Codes 22032 and 22034 - The California Uniform Public Construction Cost Accounting Act (CUPCCA). Interested parties must submit the CUPCCA contractor/vendor application to be included. Application forms are available through the Aromas-San Juan Unified School District Maintenance and Operations Department or can be downloaded by clicking the links below or by contacting Bill Rupert at (831) 623-4776 or [email protected]. Forms must be returned via US mail to:

Aromas-San Juan Unified School District Attn: Bill Rupert 2320 San Juan Highway, San Juan Bautista, CA 95045 or by fax to (831) 623-4907 Bidders: MIG Electrical Sub-Contractor/Specialty Office: 831-524-8507 Fax: 000-000-0000 Contractor Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate San Luis Obispo County SINSHEIMER PARK PLAYGROUND RENOVATION Addenda: 2 7/26/16 2:00 PM 16-01668 90650 San Luis Obispo $529,700 Plan Issuer: City of San Luis Obispo 805-781-7200 805-781-7198

In general the project includes a complete renovation of the existing Sinsheimer Park playground area. The project involves removing and disposing of play equipment, foundations, sand, concrete flatwork and curbs, asphalt walks, trees and landscaping, rubberized surfacing and concrete bases, embankments, grading and compacting, installation of city-furnished play equipment, installation of drainage system, gravel, filter fabric, and wood fiber surfacing, concrete curbs, walkways, flatwork, retaining walls and access ramps, picnic tables, benches, trash receptacles, installation of irrigation system, landscaping, erosion control and other improvements as shown on the plans. Bidders: NEW Sansone Company, Inc. General Contractor Office: 805-549-0667 Fax: 805-549-0702 CITY COUNCIL CHAMBERS ACCESSIBILITY IMPROVEMENT AND AUDIO, VIDEO AND SOUND SYSTEM Addenda: 0 7/26/16 2:00 PM 16-01863 PW 2015-14 Arroyo Grande $310,000

Prebid Conf: 7/19 @ 2pm- site Project consists of: Concrete; Rough Carpentry; Interior Finish Carpentry; Thermal Insulation; Hollow Metal Doors & Frames; Flush Wood Doors; Door Hardware; Cement Plastering; Gypsum Board; Acoustical Panel Ceilings; Resilient Base & Accessories; Linoleum Flooring; Sheet Carpeting; Painting; Manufactured Plastic-Laminated-Faced Casework; Solid Surface Countertops; Plumbing; HVAC; Electrical; Communications.

In general, the project is to construct accessible restroom facilities to meet current ADA requirements, as well as to upgrade the audio, video and sound system equipment in the City Council Chambers.

PREVAILING WAGE

TEMPLETON MAIN STREET IMPROVEMENTS Addenda: 0 7/28/16 3:00 PM 16-01803 300393 Templeton $70,060 Plan Issuer: County of San Luis Obispo 805-781-5200 805-781-5215

This project involves removing asphaltic concrete, constructing concrete sidewalks and driveways, constructing concrete curb and gutter, and placement of aggregate base. All work shall be done in accordance with the project plans and the special provisions, the 2006 State of California Department of Transportation Standard Specifications and the 2006 State Standard Plans.

PREVAILING WAGE

Bid Contact: Jeff Werst (805) 781-4480 [email protected]

WATER RESOURCE RECOVERY FACILITY AERATION BLOWER REPLACEMENT PROJECT Addenda: 3 7/28/16 3:00 PM 16-01848 91280 San Luis Obispo Plan Issuer: City of San Luis Obispo 805-783-7108 805-781-7198

The Supplier shall provide one new turbo blower complete with acoustic enclosure, motor, variable frequency drive, control panel, programmable logic controller, inlet air filter/silencers, blow-off valve, check valve, discharge valve, flexible connectors and other appurtenances as specified and as required to make a complete and operable system.

The Supplier shall install the turbo blower and specified appurtenances including piping and electrical connections as shown on the Drawings and as needed for a complete and operational system. The Supplier shall provide and install pressure and temperature gauges, other instruments and devices as specified. Drawings and specifications will be finalized and issued for construction by the Owner following selection of Supplier.

The Supplier shall remove and dispose of the existing Lamson blower including the frame, motor, air filters and air filter enclosure, control panel, associated valves, silencers, devices, connecting piping and electrical as shown on the Drawings and as needed to install the new turbo blower. The Supplier shall provide specified services during startup and commissioning. The Work includes all labor, materials, and equipment necessary for the demolition, fabrication, production, installation and erection of the items specified herein and as required to make a compete and operable system. Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

RFQ FOR CMAR WITH GUARANTEED MAXIMUM PRICE-CAYUCOS SUSTAINABLE WATER PROJECT Addenda: 0 7/29/16 12:00 PM 16-01833 Cayucos $22,400,000 Plan Issuer: Water Systems Consulting, Inc. [email protected] 805-457-8833

The Cayucos Sanitary District (CSD) is requesting Statements of Qualifications (SOQ) from interested and qualified construction managers to provide construction manager at risk (CMAR) services for the above-named Project. The CSD will select the CMAR using a two-step process: (1) this Request for Qualifications (RFQ) from which Respondents may submit SOQ to the CSD, and (2) the resulting shortlisted firms will then receive a Request for Proposals (RFP) from the CSD. The selected firm will become the CMAR. The CSD’s CMAR process consists of a design phase and a construction phase with separate contracts for each phase.

The Project consists of water resource recovery facility and recycled water distribution infrastructure treating and conveying an average daily flow of 400,000 gpd and includes such work as:

1. General site and utility work. 2. Construction of engineered hydraulic structures. 3. Installation of pumps, piping, and mechanical equipment. 4. Instrumentation and Controls. 5 Start up, commissioning, and warranty phase services. 6. Associated pump stations and pipelines for raw water, recycled water and effluent disposal.

PREVAILING WAGE

SHERWOOD VESSELS REHAB Addenda: 0 8/4/16 2:00 PM 16-01687 DPW 16-04 Paso Robles $84,450 Plan Issuer: City of Paso Robles 805-237-3861 805-237-3904 Prebid Conf: 7/8 @ 10am A NON-MANDATORY PRE-BID MEETING WILL BE HELD AT THE PROJECT SITE, SHERWOOD 9 WELL SITE IS LOCATED AT SHERWOOD PARK, DRIVEWAY IS ON NORTH SIDE OF SCOTT STREET, BETWEEN CRESTON RD AND VIA ROMONA.

The project generally includes repair welding, replacement coatings and testing of two pressure vessels at the Contractor’s facility. The Contractors work will start and end with the vessels in place on the anchor bolts, at the Sherwood site with all piping disconnected. The City will be responsible for disconnection and reconnection of the piping. The project includes all work specified in the Contract Documents, and other details to result in a complete and “turn-key” storage system.

NEW ON-CALL ENGINEERING SUPPORT FOR CSD AND MUNICIPAL ENERGY MANAGEMENT PROGRAMS Addenda: 0 8/9/16 3:00 PM 16-01934 1373 San Luis Obispo Plan Issuer: County of San Luis Obispo 805-781-5200 805-781-5215

ELECTRONIC RESPONSES THROUGH PUBLIC PURCHASE ONLY. COMPLETION OF VENDOR REGISTRATION PROCESS CAN TAKE 24 HOURS. The County of San Luis Obispo Energy Section (County) is seeking proposals from qualified organizations to establish a three year consultant list for on-call engineering and technical services to support energy efficiency projects at local government facilities. The County of San Luis Obispo has established a 5% Local Vendor Preference.

NEW JENNIFER STREET SEWER LINE REPLACEMENT Addenda: 0 8/9/16 2:00 PM 16-01949 91185 San Luis Obispo $802,000 Plan Issuer: City of San Luis Obispo 805-781-7200 805-781-7198

This project consists of the abandonment of existing municipal sanitary sewer lines, including a segment underneath the Union Pacific Railroad (UPRR) right-of-way. Other work includes the installation of a new sewer gravity line, using jack and bore methods, beneath the UPRR right-of-way and the installation of new sewer gravity lines using conventional trench and backfill methods. In addition, there will be installation of new cure-in-place pipe (CIPP) within a portion of existing gravity sewer main.

PREVAILING WAGE Bidders: HD Supply Waterworks Supplier Office: 661-393-2288 Fax: 661-393-2288 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

SOUTH SAN LUIS OBISPO COUNTY SANITATION DISTRICT WWTP HEADWORKS IMPROVEMENTS Addenda: 0 8/10/16 2:00 PM 16-01880 Oceano $480,000 to $520,000 Plan Issuer: ASAP Reprographics 805-772-6921 Prebid Conf: MAND 7/26 @ 2pm- site Construction of the SSLOCSD WWTP HEADWORKS IMPROVEMENT PROJECT, consists of: Removal of existing headworks equipment and furnishing and installing mechanical screening equipment at the plant headworks. The mechanical screening equipment includes two (2) mechanically cleaned screens, one (1) screenings washing press system, and appurtenances. Startup and Field Testing Services; Operation and Maintenance Manuals; and all work necessary to render the facility complete and operational.

PREVAILING WAGE Bidders: Sansone Company, Inc. General Contractor Office: 805-549-0667 Fax: 805-549-0702 Specialty Construction General Contractor Office: 805-543-1706 Fax: 805-543-1722 NEW MEASURE K-14 STREET REPAIR AND REHABILITATION PROGRAM Addenda: 0 8/10/16 3:00 PM 16-01960 CIP 2295-4 Grover Beach Plan Issuer: City of Grover Beach [email protected] 805-473-4520 805-489-9657 Prebid Conf: 7/28 @ 1pm- 154 South 8th Street The City of Grover Beach (City) is accepting Proposals for Professional Design Engineering Services from individuals or firms (herein referred to as “Engineer”) specifically for the following upcoming design, bidding, and construction project: MEASURE K-14 STREET REPAIR AND REHABILITATION PROGRAM 2016-1 DESIGN, BIDDING, AND CONSTRUCTION PHASE (CIP 2295-4)

The City will construct improvements to streets in accordance with a multi-year program that the voters approved in 2014 as Measure K (K-14). The project is fully funded by the sale of municipal bonds associated with Measure K-14. The Program is organized to occur as distinct annual capital improvement projects over several years. This year’s capital improvement project involves the street improvements identified in Table 1. Generally, the improvements will involve the sidewalks, curbs and gutters, pavement structure, and ancillary facilities that may include landscaping and irrigation, lighting features and structures, accessible corner ramps, striping, and/or medians.

RAISED CROSSWALK IMPROVEMENTS SANTA YSABEL AVE AT 7TH, 11TH, AND 15TH STREETS Addenda: 0 8/11/16 3:00 PM 16-01907 245R12B624 Los Osos $36,870 Plan Issuer: County of San Luis Obispo 805-781-5200 805-781-5215

New hot mix asphalt raised crosswalks shall be placed and/or constructed, and other such items or detail work not mentioned herein that is required by the Plans, the Standard Specifications and/or these Special Provisions shall be performed, constructed, furnished and/or installed.

PREVAILING WAGE

Bid Contact: Jeff Werst (805) 781-4480 [email protected]

NEW RAILROAD TRAIL MAINTENANCE 2016 Addenda: 0 8/11/16 2:00 PM 16-01927 91422 San Luis Obispo $90,000 Plan Issuer: City of San Luis Obispo 805-781-7200 805-781-7198

In general the project consists of localized repair work and the application of the seal coat to the Railroad Multi-Use Trail between the Jennifer Street Bridge and Orcutt Road.

PREVAILING WAGE

JANITORIAL SERVICES FOR CITY FACILITIES Addenda: 0 8/16/16 2:00 PM 16-01872 16-13 Paso Robles Plan Issuer: City of Paso Robles 805-237-3861 805-237-3904 Visit NON-MANDATORY Prebid Conf: 7/28 10 am meet at the south entrance to City Hall , 1000 Spring St. Furnishing all labor, materials, equipment, and performing all work necessary and incidental to JANITORIAL SERVICES FOR CITY FACILITIES in accordance with the Contract Documents and to the satisfaction of the City of El Paso de Robles. The work is generally described as professional cleaning services at major City facilities. Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

CLEANING PARK RESTROOMS Addenda: 0 8/16/16 2:00 PM 16-01876 16-15 Paso Robles Plan Issuer: City of Paso Robles 805-237-3861 805-237-3904 Visit Non Mandatory Prebid Conf: 7/28 10am - meet at the Restroom at City Park, 11TH & Park St. Furnish all labor, materials, equipment, and perform all work necessary and incidental to cleaning services at restrooms in City parks.

NEW CORPORATION YARD BUILDINGS PAINTING Addenda: 0 8/18/16 2:00 PM 16-01950 91423 San Luis Obispo $80,000 Plan Issuer: City of San Luis Obispo 805-781-7200 805-781-7198 Prebid Conf: MAND 8/9 @ 10am or 2pm- 25 Prado Road In general the project consists of painting the exterior walls, the exteriors of roll-up and pedestrian doors and other appurtenances of Buildings A & B at the City Corporation Yard. Buildings D & F will be alternate bid items.

Pre Bid Conference Location: Bidders should meet in the parking lot in front of Building B (Operations Center) at the Corporation Yard, 25 Prado Road, at 10:00 AM or 2:00 PM. The walkthroughs will begin promptly at the times indicated. Late arrivals will not be allowed to attend.

PREVAILING WAGE

CONTRACTOR PRE-QUALIFICATION REQUIREMENTS Addenda: 0 12/30/16 5:00 PM 16-00858 Paso Robles Plan Issuer: Paso Robles Joint Unified School District 805-238-2222

It is mandatory that all General Contractors, Mechanical/Plumbing Subcontractors, and Electrical Subcontractors (Contractors) for projects estimated at $1,000,000 or over must full complete this Questionnaire, provide all materials requested herein, and be approved by the Paso Robles Joint Unified School District in order to bid.

2016 QUALIFIED BIDDER LIST Addenda: 0 12/30/16 12:00 PM 16-01749 Pismo Beach Plan Issuer: City of Pismo Beach . 805-773-4656 805-773-4684

The City of Pismo Beach is establishing its 2016 Qualified Bidders List for future public works construction projects. Qualified licensed contractors interested in being placed on the City’s 2016 Qualified Bidders List must submit their company’s information on the attached form indicating the type of work they are interested in and currently licensed to perform. Contractor shall include the class of contractor’s license(s) held and the contractor license number(s). Interested contractors will need to submit the attached form to be placed on the 2016 Qualified Bidders List, even if they have been on the previous year’s list. Annual public works construction projects may include, but are not limited to, earthwork and grading, paving, slurry seal, concrete sidewalks and repairs, sidewalk grinding, steam cleaning, striping, storm drain installation and maintenance, park maintenance, street sweeping, pipelines, electrical, painting, general building including plumbing and mechanical, etc. Bidders: Specialty Construction General Contractor Office: 805-543-1706 Fax: 805-543-1722 Santa Clara County HVAC REPAIRS #ITB-FAF-FY16-0212 Addenda: 1 7/25/16 3:00 PM 16-01709 #ITB-FAF-FY16-0212 San Jose Plan Issuer: County of Santa Clara Facilities & Fleet 408-993-4600 Prebid Conf: 7/8 at 10AM Establish a term contract with a contractor to provide HVAC repairs on an “as needed” basis.

Project Contact: Kim Huynh 408-993-4632 Email: [email protected]

Specs also available for review at Santa Clara Builders Exchange Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

RFQ MASTER AGREEMENT FOR OUTFALL REHABILITATION PROJECTS CONSULTANT SERVICES Addenda: 2 PW 8166 7/25/16 3:00 PM 16-01817 PW 8166 San Jose Plan Issuer: City of San Jose - DPW 408-535-8300

Provide engineering consultant services for various CITY outfall rehabilitation projects including: (1) engineering analysis and special studies; (2) obtaining the necessary regulatory permits; (3) preparing plans, specifications and estimates of probable constructions costs; (4) providing construction support services for various outfall rehabilitation projects.

Project Contact: Greg Card 408-535-8304 Email: [email protected]

RFQ also available for review at Santa Clara Builders Exchange

PARKING LOT "E" EMERGENCY PHONES DE ANZA COLLEGE #1758 Addenda: 2 7/26/16 2:00 PM 16-01650 #1758 Cupertino $73,000 Plan Issuer: Foothill De Anza College District (Foothill) 650-949-6165 Prebid Conf: MAND 6/24 at 10AM & Non-Mandatory 7/8 at 10AM Provide and install three (3) emergency phone systems.

Plans and specs also available for review at Santa Clara Builders Exchange

CARPENTRY SERVICES #ITB-FAF-FY16-0213 Addenda: 0 7/26/16 3:00 PM 16-01778 #ITB-FAF-FY16-0213 San Jose Plan Issuer: County of Santa Clara Facilities & Fleet 408-993-4600 Prebid Conf: 7/11 at 10AM Provide Carpentry Services on an “as needed” basis.

Project Contact: Kim Huynh 408-993-4632 Email: [email protected]

Specs also available for review at Santa Clara Builders Exchange Bidders: J. Moreno Construction, Inc. General Contractor Office: 831-750-9125 2016/17 RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS Addenda: 1 7/26/16 2:00 PM 16-01806 2017-001 Cupertino Plan Issuer: City of Cupertino DPW 408-777-3354

Removing and replacing existing concrete curb, gutters and sidewalks, and driveway approaches.

Project Contact: Roger Lee Email: [email protected]

Specs also available for review at Santa Clara Builders Exchange Bidders: Professional Grade Construction General Contractor Office: 408-605-6861 Fax: 213-443-9563 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

LELAND HIGH SCHOOL CAREER CENTER-SJUSD Addenda: 2 7/26/16 2:00 PM 16-01899 81134 San Jose Plan Issuer: SJUSD-San Jose Unified School District 408-535-6071 Prebid Conf: Non-Mandatory 7/19 at 1PM Interior Alterations to (E) Library Building G

Bid Package #01 – General Trades, SJUSD Bid #2080C Bid Package #02 – Electrical and Low Voltage, SJUSD Bid #2081C Bid Package #03 – Flooring, SJUSD Bid #2082C

Project Contact: Erika Frederick, Blach Email: [email protected]

Plans and specs also available for review at Santa Clara Builders Exchange Bidders: Coastwide Environmental Tech. General Contractor Office: 831-761-5511 Fax: 831-761-5513 ICC General Contractors General Contractor Office: 408-733-6656 Fax: 408-733-6657 N S Construction & Painting General Contractor Office: 916-389-1122 Fax: 916-720-0214 Teamwrkx Construction General Contractor Office: 408-287-2700 Fax: 000-000-0000 Venezia Construction, Inc. General Contractor Office: 650-444-8777 Fax: 650-938-1533 NEW MOD PIZZA-BROKAW PLAZA Addenda: 0 7/26/16 5:00 PM 16-01918 San Jose Plan Issuer: Alegis Construction 206-725-0385 206-725-0296

Interior tenant improvement of an existing space in a multi-tenant single level building.

Plans also available for review at Santa Clara Builders Exchange Bidders: Alegis Construction General Contractor Office: 206-725-0385 Fax: 206-725-0296 RFSOQ TO PROVIDE BUILDING COMMISSIONING SERVICES FOR VARIOUS COUNTY PROJECTS RFS- Addenda: 1 FAF-FY16-0197 7/27/16 3:00 PM 16-01818 RFS-FAF-FY16-0197 Santa Clara County Plan Issuer: County of Santa Clara Facilities & Fleet 408-993-4600

Provide professional Building Commissioning services for various new construction projects (Cx) and retro-commissioning projects (RCx).

Project Contact: Leslie Harper 408-993-4748 Email: [email protected]

RFSOQ also available for review at Santa Clara Builders Exchange

WRIGLEY-FORD CREEK EROSION REPAIR #3700 Addenda: 0 7/27/16 2:00 PM 16-01826 3700 Milpitas $50,000 to $70,000 Plan Issuer: City of Milpitas 408-586-3314 Prebid Conf: MAND 7/12 at 2PM & 7/20 at 10AM Removal of sediment, backfilling of erosion gullies, seeding and modifications and repair of the existing drip irrigation system.

Project Contact: Julie Waldron

Plans and specs also available for review at Santa Clara Builders Exchange Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

RFP DWME (PACKAGE F): BUILDING G (GYMNASIUM) AHU'S GAS SUPPLY LINE REPLACEMENT - Addenda: 1 EVERGREEN VALLEY HIGH SCHOOL - ESUHSD 7/27/16 2:00 PM 16-01887 RFP-01-16-17 San Jose Plan Issuer: East Side Union High School District (ESUHSD) 408-347-5100 Prebid Conf: Non-Mandatory 7/14 at 10AM A. Contractor shall install a gas pressure gage at the HV/G-1 or HV/G-2 (Reference the Engineering Report for a schematic diagram) to measure the existing gas pressure at the units when under load conditions. Contractor shall increase the output gas pressure at the regulator to the maximum of 8”WC. Contractor shall replace four (4) sections of gas piping determined by the Engineering Report to be undersized (Reference the Engineering Report for a schematic diagram). Contractor shall install a gas pressure gage at the HV/G-1 or HV/G-2 to measure the line pressures post-repairs at the units when under a heating load condition.

B. Contractor gauge reading at this juncture should be 7” W.C. or greater. If so then the work is completed. If not the Contractor must Replace the regulator spring setting from the existing 5.5”W.C. to 8”W.C. spring to an 8.5” W.C. to 14” W.C. spring. Conduct a gauge reading again to ensure it reads 7” W.C. or greater.

Project Contact: Thomas J. Fakner, Swinerton Management Email: [email protected]

RANCHO SAN VICENTE STAGING AREA DEVELOPMENT AT CALERO PARK - REBID Addenda: 0 7/28/16 2:00 PM 16-01753 San Jose $1,300,000 Plan Issuer: County of Santa Clara - Roads & Airports 408-573-2440 Prebid Conf: Non-Mandatory 7/12 at 10AM Construction of paved entry road and automatic gate, permeable surface parking lot for 71 cars + 2 ADA spaces, 15 equestrian trailers, restroom building with septic system, cattle fencing, utilities service from McKean Road and relocation of cattle grazing operation staging area.

Project Contact: Mark Frederick 408-355-2210

Plans and specs also available for review at Santa Clara Builders Exchange Bidders: Galeb Paving, Inc. General Contractor Office: 408-253-4747 Fax: 408-253-4753 Granite Rock General Contractor Office: 408-574-1400 Fax: 408-365-9548 Lewis & Tibbitts Inc. General Contractor Office: 408-925-0220 Fax: 408-925-0240 McGuire & Hester General Contractor Office: 510-632-7676 Fax: 510-562-5209 Redgwick Construction Co General Contractor Office: 510-792-1727 Fax: 510-792-1728 Mission City Rebar, Inc Sub-Contractor/Specialty Office: 408-727-6999 Fax: 408-727-7051 Contractor RFP BASCOM CORRIDOR COMPLETE STREETS STUDY S16171F- SCVTA Addenda: 1 7/28/16 5:00 PM 16-01842 S16171F San Jose Plan Issuer: SCVTA -Santa Clara Valley Transportation Authority 408-321-7189 Prebid Conf: 7/8 at 9AM Provide a complete streets study and services.

Project Contact: Patty Ferguson Email: [email protected]

RFP also available for review at Santa Clara Builders Exchange

NORTH FOOTHILL BOULEVARD APARTMENTS (ONLINE) Addenda: 0 7/29/16 5:00 PM 16-01881 Cupertino Plan Issuer: Nexgen Builders 650-322-5800 650-322-5806

Ground up construction of 15 apartment units. This project is for vertical construction only we will not be bidding the site work. Estimated start of construction is fall 2016. All bids must be good for 1 year from date of bid. Please include the trash enclosure construction.

Plans will be ONLINE ONLY Bidders: EECAR Company Corp. Concrete/Masonry Contractor Office: 619-203-5178 Fax: 831-600-7776 Nexgen Builders General Contractor Office: 650-322-5800 Fax: 650-322-5806 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate Consolidated Drywall Inc Sub-Contractor/Specialty Office: 831-479-4767 Fax: 831-479-4867 Contractor NEW BULLIS CHARTER SCHOOL (BCS) SITEWORK WALKWAY PROJECT Addenda: 0 7/29/16 11:00 AM 16-01920 Los Altos Plan Issuer: Los Altos School District 650-248-0738

Site improvements for an accessible concrete and decomposed granite walkways, accessible picnic table area and accessible curb ramp and parking.

Project Contact: Lori Larson Email: [email protected]

Plans and specs also available for review at Santa Clara Builders Exchange

NEW DESIGN WITHIN REACH- PALO ALTO RETAIL CENTER (ONLINE) Addenda: 0 8/1/16 2:00 PM 16-01961 Palo Alto Plan Issuer: Tri-North Builders, Inc. 608-271-8717 608-271-3354

SEISMIC REHABILITATION OF EXISTING STRUCTURE AT 355 UNIVERSITY AVE. SECOND FLOOR ADDITION AT 355 UNIVERSITY IN CONJUNCTION WITH SEISMIC REHABILITATION FLOOR AREA BONUS. PROVISION OF GROUND FLOOR PARKING WITH ACCESS OFF OF PUBLIC ALLEY.

Plans available ONLINE ONLY Bidders: Tri-North Builders, Inc. General Contractor Office: 608-271-8717 Fax: 608-271-3354 LOS GATOS CREEK BRIDGE REPLACEMENT PROJECT 16-J-C-005 CALTRAIN Addenda: 11 8/2/16 2:00 PM 16-01590 16-J-C-005 Santa Clara County $15,000,000 Plan Issuer: Samtrans 650-508-6270 Prebid Conf: MAND 6/14 & 6/17 at 10AM & 7/5 at 9AM Div 1-3, 5, 7, 9-10, 18 & 20. Remove and demolish an existing steel and timber two (2) track rail bridge, which spans the Los Gatos Creek, immediately south of the Caltrain Diridon Station, in San Jose CA; and replace the existing bridge with three (3) separate concrete pre-cast bridges. The new spans will be supported on Cast in Drilled Hole (CIDH), and Cast in Steel Shell (CISS) piles, as well as: cast in place concrete piers, caps, and abutments.

Project Contact: Robert Isom 650-508-7933 Email: [email protected]

Plans and specs also available for review at Santa Clara Builders Exchange Bidders: Con-Quest Contractors, Inc General Contractor Office: 415-206-0524 Fax: 415-206-0528 Disney Construction General Contractor Office: 650-259-9545 Fax: 650-259-9545 DMZ Builders General Contractor Office: 925-826-5387 Fax: 925-826-5766 Gordon N. Ball, Inc. General Contractor Office: 925-838-5675 Fax: 925-838-5915 Granite Construction General Contractor Office: 408-327-7000 Fax: 408-327-7090 Granite Rock General Contractor Office: 408-574-1400 Fax: 408-365-9548 Kiewit Infrastructure West Co General Contractor Office: 707-439-7300 Fax: 707-439-7301 Proven Management General Contractor Office: 510-671-0000 Fax: 510-671-1000 R M Harris Co. General Contractor Office: 925-335-3000 Fax: 925-335-2663 RGW Construction General Contractor Office: 925-606-2400 Fax: 925-961-1925 Stacy & Witbeck Inc General Contractor Office: 510-748-1870 Fax: 510-748-1205 Suulutaqq Inc. General Contractor Office: 707-427-3210 Fax: 707-419-4851 Thompson Builders Corp General Contractor Office: 415-456-8972 Fax: 415-459-0665 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

RFP DESIGN SERVICES FOR MUNICIPAL SERVICE CENTER (MSC) MECHANICAL, ELECTRICAL, & Addenda: 0 LIGHTING IMPROVEMENTS, ZERO WASTE OFFICE RENOVATION 8/2/16 3:00 PM 16-01898 165053 Palo Alto Plan Issuer: City of Palo Alto - DPW 650-329-2271 Prebid Conf: Non-Mandatory 7/21 at 10AM (1) Upgrade the mechanical and electrical systems and their components servicing MSC Building A, Building B, and Building C that have reached the end of their useful life expectancy and/or efficiency, and address design proficiency, energy savings, code compliance, and aesthetics. (2) Renovation of the City’s Zero Waste Group offices, and (3) Provide structural upgrades associated with the proposed mechanical system, electrical system, and office renovation.

Project Contact: Cecilia Magana Email: [email protected]

RFP also available for review at Santa Clara Builders Exchange

NEW FOOTHILL HIGH SCHOOL BUILDING D COMPUTER LAB MODERNIZATION - ESUHSD Addenda: 0 8/2/16 2:00 PM 16-01924 Z-005-603/IB-03-16-17 San Jose Plan Issuer: East Side Union High School District (ESUHSD) 408-347-5100 Prebid Conf: Non-Mandatory 7/;19 at 2PM Interior and exterior renovations of D Building on the Foothill HS Campus. Included is the removal of existing non-load bearing interior walls, the removal of existing casework, the removal and infill of an existing exterior door, the installation of new casework and sink, minor electrical and plumbing work, interior finishes, including carpet patching and painting.

Plans and specs also available for review at Santa Clara Builders Exchange Bidders: Elco Electric Electrical Contractor Office: 408-434-6601 Fax: 408-434-6615 RBH Construction Inc. General Contractor Office: 916-835-8642 Fax: 000-000-0000 Ron Paris Construction General Contractor Office: 408-296-5926 Fax: 408-296-8814 NEW ANTHEM SHOES- OAKRIDGE MALL Addenda: 0 8/2/16 10:00 AM 16-01962 San Jose Plan Issuer: Smith Development & Construction 916-966-7325 916-404-0332

Tenant Improvement to a 3000 square foot retail store.

Plans also available for review at Santa Clara Builders Exchange Bidders: Smith Development & Construction General Contractor Office: 916-966-7325 Fax: 916-404-0332 2600 ROOFING AND 1000/2600 GLULAM REPAIRS AT #1769-100 Addenda: 1 8/3/16 2:00 PM 16-01798 1769-100 Los Altos $900,000 Plan Issuer: Foothill-De Anza College 650-949-6163 Prebid Conf: MAND 7/13 at 10 AM Glulam Repairs at Foothill College. See Specification Section 01 11 00, Summary of Work, for complete Scope of Work.

Questions: Annette Perez at (650) 949-6163, or by email at: [email protected] Bidders: Best Contracting General Contractor Office: 510-886-7240 Fax: 510-886-7322 BHM Construction General Contractor Office: 707-643-4580 Fax: 707-643-4581 BRM Construction General Contractor Office: 831-902-7471 Fax: 866-323-2836 Omni Construction General Contractor Office: 650-685-2490 Fax: 650-685-2491 Pioneer Contractor, Inc. General Contractor Office: 415-671-1070 Fax: 415-671-0448 Rodan Builders Inc. General Contractor Office: 650-508-1700 Fax: 650-508-1705 Strawn Construction, Inc General Contractor Office: 408-286-1299 Fax: 408-286-1288 Stronger Bldg Services General Contractor Office: 510-487-8363 Fax: 510-487-8246 Andy's Roofing Co., Inc. Roofing Contractor Office: 510-777-1100 Fax: 510-777-1102 Western Roofing Roofing Contractor Office: 415-648-6472 Fax: 415-648-5164 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

ACACIA TENANT IMPROVEMENT AT EVERGREEN VALLEY COMMUNITY COLLEGE, #32110-01 Addenda: 0 8/3/16 2:00 PM 16-01864 G2010.0154 San Jose $150,000 Plan Issuer: San Jose Evergreen Community College District 408-270-6431 408-239-8807 [email protected] Prebid Conf: MAND 7/22 at 10AM This is a tenant improvement maintenance scope of work that applies to all rooms listed in these Contract Documents. The Scope of Work includes, but is not necessarily limited to, the items listed below: a. Prepare existing interior walls for painting and paint with three coats of paint finish. Color to be selected by Architect. b. Replace all missing, broken and damaged ceiling tiles with new ceiling tiles. Match with “in-kind” ceiling tiles. Repair suspended ceiling system as needed to replace tiles. c. Clean and paint all existing ceilings. Color to be selected by Architect. d. Clean all vinyl composition tile flooring and wax. e. Clean and shampoo all carpets. f. Clean all concrete floors and provide finish sealer. g. Remove all window curtains and curtain rods and dispose of off-site. h. Provide and install new horizontal window blinds for rooms where blinds are missing and\ or damaged and inoperable. Clean all existing operable horizontal blinds. i. Clean existing ceiling supply and return register grilles. j. Remove existing science lab tables and case work and dispose of off-site. k. Cap all supply utilities below floor and behind finish surfaces. Contractor to patch and match finish surfaces to match adjacent surfaces. l. Electrical utilities to remain operable and be labeled in accordance with District Standards. m. Provide pre-finished hardboard panel covers to existing laboratory sink openings at all base casework to remain. n. Provide pre-finished metal panel covers to front opening of existing fume hood stations.

Project Contact Email: [email protected]

Plans and specs also available for review at Santa Clara Builders Exchange

SOUTH VALLEY MEADOW RESTORATION COYOTE VALLEY OPEN SPACE PRESERVE Addenda: 0 8/3/16 4:00 PM 16-01865 Morgan Hill Plan Issuer: Open Space Authority Santa Clara Valley 408-224-7476 Prebid Conf: MAND 7/20 at 10AM Construction scope includes: • SWPPP Development, inspection and reporting. • Engineered re-contouring of approximately 500 ft. intermittent stream channel, including placement of rock weirs and loose rock head cut repairs. • Filling a series of agricultural ditches and creating swales. • Wetland creation/enhancement by creating ponding features. • Installation of erosion control measures and hydro seeding.

Project Contact: Jake Smith

Plans and specs also available for review at Santa Clara Builders Exchange

NEW ANDREW HILL COURTYARD IMPROVEMENTS - ESUHSD Addenda: 2 8/3/16 2:00 PM 16-01930 Z-025-601/B-02-16-17 San Jose Plan Issuer: East Side Union High School District (ESUHSD) 408-347-5100 Prebid Conf: MAND 7/13 & 7/20 at 3PM Demolition of existing concrete paving, AC paving, concrete planter boxes, trees, concrete benches. Installation of concrete paving, concrete stage, concrete seat walls/planter boxes, landscaping, trees, site lighting, power/data outlets, cable weave, and other associated site work.

Plans and specs also available for review at Santa Clara Builders Exchange Bidders: Strawn Construction, Inc General Contractor Office: 408-286-1299 Fax: 408-286-1288 Van Pelt Construction Services Kelli General Contractor Office: 707-695-1603 Jurgenson Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

NEW BLACKBERRY HILL ROAD RESIDENCE Addenda: 0 8/4/16 2:00 PM 16-01963 Los Gatos Plan Issuer: Bains Development 510-445-0227 510-770-1679

New residence is approximately to be 4947 square feet with a 980 square foot garage. New residence is a 2 stories with an elevator. Bains Developments is the General Contractor (GC) and currently soliciting bids from all sub-trades except foundation and electrical on this project.

Project Contact: Sukh Bains (510) 432-8280 Email: [email protected]

Plans also available for review at Santa Clara Builders Exchange Bidders: Bains Development General Contractor Office: 510-445-0227 Fax: 510-770-1679 NEW DOT 04-1A2004 CONSTRUCT CONCRETE PAVEMENT AND HIGH SPEED WEIGH-IN-MOTION SYSTEM Addenda: 0 8/9/16 2:00 PM 16-00261 04-SCl-152-R26.9 Santa Clara County $1,110,000

CONSTRUCT CONCRETE PAVEMENT AND HIGH SPEED WEIGH-IN-MOTION SYSTEM In Santa Clara County About 17 Miles East Of Gilroy At 0.2 Mile East Of Pacheco Creek Bridge The Contractor must have either a Class A license or any combination of the following Class C licenses which constitutes a majority of the work: C-10, C-12. 50 Working Days * 9% DBE Requirement Bidders: Granite Rock General Contractor Office: 408-574-1400 Fax: 408-365-9548 PLAYGROUND EQUIPMENT REPLACEMENT AT ORCHARD GARDENS PARK/FAIRWOOD PARK/BRALY Addenda: 0 PARK 8/10/16 3:00 PM 16-01916 PW16-29 Sunnyvale $1,275,000 Plan Issuer: City of Sunnyvale DPW 408-730-7403

Demolish existing playground equipment and install new improvements at Fairwood and Braly Parks, and repair existing amenities at Orchard Gardens Park. Completion of the project shall include, but is not limited to, installation of the following items in place, ready for use in accordance with the drawings and specifications: playground equipment, shade canopy, safety surfacing, concrete site work, site furnishings, playground storm drainage.

NEW 2016 DISTRICT OFFICE ALTERATIONS - SJUSD Addenda: 0 8/10/16 2:00 PM 16-01935 Z0482 San Jose Plan Issuer: SJUSD-San Jose Unified School District 408-535-6071 Prebid Conf: Non-Mandatory 7/28 at 11AM & 8/2 at 1PM Modernization of SJUSD District office to be completed in phases.

BP #01 - 2016 District Office Alterations - SJUSD Bid #2042C - Abatement/ Demo BP #02 - 2016 District Office Alterations - SJUSD Bid #2043C - Sitework & Concrete BP #03 - 2016 District Office Alterations - SJUSD Bid #2044C - General BP #04 – 2016 District Office Alterations - SJUSD Bid #2045C - Metal Stud Framing & Drywall BP #05 - 2016 District Office Alterations - SJUSD Bid #2046C - Mechanical BP #06 - 2016 District Office Alterations - SJUSD Bid #2047C - Electrical BP #07 - 2016 District Office Alterations - SJUSD Bid #2048C - Voice/Data/AV BP #08 - 2016 District Office Alterations - SJUSD Bid #2049C - Plumbing BP #09 - 2016 District Office Alterations - SJUSD Bid #2050C - Flooring BP #10 - 2016 District Office Alterations - SJUSD Bid #2051C - Painting BP #11 - 2016 District Office Alterations - SJUSD Bid #2052C - Doors & Hardware BP #12 - 2016 District Office Alterations - SJUSD Bid #2053C - Windows/Storefront BP #13 - 2016 District Office Alterations - SJUSD Bid #2054C - Acoustical Ceilings BP #14 - 2016 District Office Alterations - SJUSD Bid #2083C - Metal Panels

Project Contact: Cheryl Butterton, Blach Email: [email protected]

Plans and specs also available for review at Santa Clara Builders Exchange Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

MAIN JAIL NORTH CELL HARDENING Addenda: 0 8/11/16 2:00 PM 16-01728 263-CP16004 San Jose $14,500,000 Plan Issuer: County of Santa Clara Facilities & Fleet 408-993-4600 Prebid Conf: 7/21 at 10AM PLEASE NOTE: Access to the Pre-Bid Conference location requires temporary security clearance. Bidders must obtain a temporary security clearance. Submission of the security clearance request form must be made to the County’s Project Manager (see Article 2.08 of this Document for contact information) at least seven (7) work-days in advance of the Pre-Bid Conference. The form is provided as Attachment #1 in the Notice to Bidders.

1) Selective demolition and renovation work at the County of Santa Clara Main Jail North as required to convert one existing (E) housing unit on the 4th Floor (Pod 4A) and three (E) housing units on the 5th Floor (Pod 5A, Pod 5B, and Pod 5C) from Medium Security Dormitory Housing Units (Pods) to Maximum Security Housing Units. 2) Work also includes replacing the (E) wood doors at sleeping rooms with steel detention doors, and creating (1) new secure housing “Control Station” and corridor for each pod. 3) Exterior windows of sleeping rooms on the 5th, 6th, 7th, and 8th Floors, including sleeping rooms on their associated mezzanine levels, shall be retrofitted with new custom interior security steel windows as detailed. 4) Accessibility upgrades.

Project Contact: Jingna Zhang 408-993-4724 Email: [email protected]

Plans and specs also available for review at Santa Clara Builders Exchange Bidders: M.A. Steiner Construction, Inc. General Contractor Office: 916-988-6300 Rodan Builders Inc. General Contractor Office: 650-508-1700 Fax: 650-508-1705 Roebbelen Contracting, Inc. General Contractor Office: 916-939-1110 Fax: 916-939-4027 Sundt Construction General Contractor Office: 916-830-8000 Fax: 916-830-8000 JAMES LICK HIGH SCHOOL STUDENT CENTER & QUAD MODULAR BUILDING 400 (BP 01) - ESUHSD Addenda: 1 8/11/16 2:00 PM 16-01873 Z-030-601/IB-01-16-17 San Jose $160,000 Plan Issuer: East Side Union High School District (ESUHSD) 408-347-5100 Prebid Conf: Non-Mandatory 7/14 at 10AM A. Work related to Bid Package 2 but covered within this package including: a. Demolition of the existing flooring system including removal of the existing adhesives b. Removing and if necessary adjusting doors and thresholds to accommodate new flooring systems. B. Work related to Bid Package 3 but covered within this package including: a. Painting of newly installed exterior sheet metal systems and gutters

Project Contact: Alex Morrison, Gilbane Building Company 408-438-0411 Email: [email protected]

Plans and specs also available for review at Santa Clara Builders Exchange

NEW JAMES LICK STUDENT CENTER & QUAD MOD BUILDING 400 COMET STUDIO (BP 02) - ESUHSD Addenda: 1 8/11/16 2:00 PM 16-01922 Z-030-601/IB-02-16-17 San Jose Plan Issuer: East Side Union High School District (ESUHSD) 408-347-5100 Prebid Conf: Non-Mandatory 7/14 at 10AM Installation of flooring systems and accessories.

Plans and specs also available for review at Santa Clara Builders Exchange

NEW CHEVRON GAS STATION & "EXTRAMILE" CONVERSION Addenda: 0 8/12/16 10:00 AM 16-01958 Sunnyvale Plan Issuer: Smith Development & Construction 916-966-7325 916-404-0332

Remodel to existing C-store.

Plans also available for review at Santa Clara Builders Exchange Bidders: Smith Development & Construction General Contractor Office: 916-966-7325 Fax: 916-404-0332 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

NEW DOT 04-445004 INSTALL WEIGH-IN-MOTION SYSTEM AND CONST MAINTENANCE VEHICLE PULLOUT Addenda: 0 8/16/16 2:00 PM 16-00262 04-SCl-17-7.7 Los Gatos $1,410,000

INSTALL WEIGH-IN-MOTION SYSTEM AND CONST MAINTENANCE VEHICLE PULLOUT In Santa Clara County In Los Gatos At 0.1 Mile North Of Blossom Hill Road Overcrossing The Contractor must have either a Class A license or any combination of the following Class C licenses which constitutes a majority of the work: C-10, C-12, C-31. 85 Working Days * 10% DBE Requirement Bidders: Granite Rock General Contractor Office: 408-574-1400 Fax: 408-365-9548 NEW ESTABLISH RESEARCH & DEVELOPMENT CAMPUS - VETERANS AFFAIRS VA261-16-B-0549 Addenda: 0 8/18/16 2:00 PM 16-01952 VA261-16-B-0549 Sunnyvale $5,000,000 to $10,000,000 Plan Issuer: Department of Veterans Affairs Prebid Conf: Site Visit 7/27 at 10:30AM Construct approximately 18,000 sq. ft. of new office space on two levels and connect to a recently constructed lobby and provide for selective demolition.

Project Contact: Dennis Becker 925-372-2307

Plans and specs also available for review at Santa Clara Builders Exchange Bidders: Glen Mar Construction General Contractor Office: 503-650-1720 Fax: 503-650-1902 Halbert Construction Co Inc. General Contractor Office: 619-593-3527 Fax: 619-447-4192 NEW MAINTENANCE BUILDING SANITARY SEWER TIE-IN EVERGREEN VALLEY COLLEGE - G2010.0155 Addenda: 0 8/18/16 2:00 PM 16-01955 G2010.0155 San Jose $60,000 Plan Issuer: San Jose Evergreen Community College District, Cindy Giesing 408-270-6487 Prebid Conf: MAND 8/5 at 10AM Excavation and off-site disposal of TPHd (diesel) impacted soil and removal of an existing dry well in an area of 4’x4’x4’ deep, followed by construction of a surface cap which consists of excavation and removal of arsenic impacted soil of an area of 4’x20’x2’ deep, placement of geotextile or filter fabric and backfilled with imported clean fill material. The Project also entails the installation and connection of a new sanitary sewer line from an existing maintenance building to an existing sanitary sewer line, approximately 260 LF by horizontal directional drilling method.

Plans and specs also available for review at Santa Clara Builders Exchange Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

PERMANENTE CREEK FLOOD PROTECTION PROJECT RANCHO SAN ANTONIO DETENTION BASIN Addenda: 3 (ONLINE ONLY) 8/31/16 2:00 PM 16-01853 26244001 LOS ALTOS $15,000,000 to $19,000,000 Plan Issuer: SCVWD (Reprographics Dept) 408-630-3088 Prebid Conf: MAND 7/13 at 10:30AM & 7/27 at10:30AM The Project scope includes the following:

1. Installation of temporary pedestrian detours, including all materials, concrete, fencing, signage, as required to safely detour pedestrians as required to complete work; 2. Clearing and grubbing of the project limits, including removal of existing trees; 3. Excavation of approximately 200,000 cubic yards of material to construct two detention basins at Rancho San Antonio Park; one on each side of ; 4. Removal of the existing Permanente Creek concrete box culvert and construct a new concrete box culvert and wing walls beneath the Gate of Heaven Cemetery maintenance access road; 5. Construction of a new concrete flood control structure adjacent to the new concrete box culvert; 6. Installation of a concrete impact stilling basin inside the new north detention basin; 7. Installation of storm drains and their outfall structures; 8. Relocation of car and equestrian parking lot; 9. Design and construction of a new restroom at the new parking lot; 10. Installation of on-site wastewater system; 11. Construction of asphalt concrete access roads and realign existing trails; 12. Installation of new irrigation well to serve the Gate of Heaven Cemetery with 6ft chain link fencing; 13. Abandonment and removal of existing irrigation well; 14. Installation of approximately 160 cubic yards of armoring aggregate for the maintenance roads and ramps; 15. Installation of various concrete driveways, walkways, valley gutter, and curb and gutters; 16. Installation of approximately 4000 linear feet of wood fencing, including relocated wood fencing; 17. DELETED; 18. Relocation of one locking swing gate; 19. Removal and legal disposal of all structures, including abandoned asphalt concrete streets and concrete sidewalks, abandoned utilities, such as storm drains and storm drainage structures, waterlines, sewer lines, etc., and miscellaneous items as shown; 20. Coordination of work activities with various utility companies as needed to protect or arrange relocation of their facilities; 21. Installation of mitigation plantings; 22. Provision of maintenance for three years of wetland/riparian establishment following the successful completion of the mitigation plantings installation; 23. Other miscellaneous construction work and items necessary to satisfactorily complete the work.

PROJECT IS AVAILABLE FOR VIEWING ONLINE ONLY Bidders: DMZ Builders General Contractor Office: 925-826-5387 Fax: 925-826-5766 Ghilotti Bros, Inc General Contractor Office: 415-454-7011 Fax: 415-454-8376 Granite Construction General Contractor Office: 408-327-7000 Fax: 408-327-7090 Granite Rock General Contractor Office: 408-574-1400 Fax: 408-365-9548 Kiewit Infrastructure West Co General Contractor Office: 707-439-7300 Fax: 707-439-7301 Myers And Sons Construction LP General Contractor Office: 916-649-4504 Fax: 916-920-2246 Shimmick Construction Co. Inc. General Contractor Office: 510-777-5000 Fax: 510-777-5099 Sierra Mountain Construction Inc General Contractor Office: 415-896-2859 Fax: 800-507-5295 USS Cal Builders General Contractor Office: 714-828-4882 Fax: 714-828-9498 Mission City Rebar, Inc Sub-Contractor/Specialty Office: 408-727-6999 Fax: 408-727-7051 Contractor Santa Cruz County GOVERNMENT CENTER 5TH FLOOR RE-CARPET PROJECT Addenda: 0 7/26/16 2:30 PM 16-01787 15C1-012 Santa Cruz $85,000 Plan Issuer: County of Santa Cruz 831-454-2210 831-454-2710 Prebid Conf: MAND 7/12 10am @ site - 5th Floor This project is for licensed contractors with a Type B, General Building Contractor license or C15 Flooring and Floor Covering license to remove existing carpet and install new in various office spaces on the 5th Floor of the County Government Center.

PREVAILING WAGE Bidders: Professional Grade Construction General Contractor Office: 408-605-6861 Fax: 213-443-9563 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

PURCHASE AND INSTALLATION OF CHAIN-LINK FENCING AND GATES Addenda: 0 7/26/16 2:00 PM 16-01834 16-24 Santa Cruz Plan Issuer: Santa Cruz Metro Transit District [email protected] 831-426-0199 831-469-1958 Visit Attendance is strongly encouraged Prebid Conf: 7/11 9:30 am @ 115 Dubois St. The Santa Cruz Metropolitan Transit District is requesting sealed bids for a fixed-price contract for Purchase and Installation of Chain- Link Fencing and Gates. This public work shall include the furnishing of all supervision, labor, materials, freight, transportation, equipment, supplies, tools, services and other work as defined in the Invitation For Bid.

PREVAILING WAGE

2016 STREET REHABILITATION PROJECT ON PORTIONS OF PARK AVENUE, KENNEDY DRIVE, AND Addenda: 0 MONTEREY AVENUE 7/27/16 11:00 AM 16-01847 Capitola $1,195,000 Plan Issuer: City of Capitola 831-475-7300 831-479-8879

The work to be performed under this contract includes, but is not limited to: mobilization; traffic control and construction signage; traffic striping, traffic markings, and markers removal; slope grading and retaining wall (less than 3 feet high); over-excavation if required, conform grinding, removal of asphalt concrete and aggregate base, placement of AB, hot mix asphalt overlay; cold in-place recycling and cold milling of asphalt pavement, construction of concrete curb ramps, spandrels, curb, and other concrete improvements as required; adjusting of utility features (e.g. water valve boxes, sanitary and storm drain manhole frame and covers); placement of thermoplastic traffic stripes, pavement markers, and thermoplastic pavement markings; storm drain improvements (storm drain inlet, storm drain pipe) and all other work as shown on the Plans and as described in the Caltrans Standard Specifications and these Special Provisions to provide a complete project.

PREVAILING WAGE Bidders: Earthworks Paving Contractors, Inc. General Contractor Office: 863-475-5122 Fax: 831-475-1173 Granite Rock General Contractor Office: 408-574-1400 Fax: 408-365-9548 Monterey Peninsula Engineering General Contractor Office: 831-384-4081 Fax: 831-384-5078 RFP CROWN COLLEGE RESIDENCE HALLS MAJOR MAINTENANCE Addenda: 0 7/27/16 3:00 PM 16-01860 2358 Santa Cruz $32,400,000 Plan Issuer: UCSC Physical Planning & Construction 831-459-2366 831-459-5540

The University of California, Santa Cruz seeks qualified CM/Contractors to work collaboratively with the campus representatives and design consultant team to assist with the renovation and improvements of the existing Crown College Residence Halls.

The general scope of the CM/Contractors includes preconstruction services to assist with cost estimating, scheduling, phasing, development of bid packages, and bidding for construction. During the construction phase, the CM/Contractor will provide general contracting services including general conditions work.

APTOS VILLAGE IMPROVEMENTS PHASE 1 Addenda: 0 7/28/16 2:00 PM 16-01821 Aptos $1,299,558 Plan Issuer: County of Santa Cruz 831-454-2160 831-454-2385

This project involves the construction of a new railroad crossing; a traffic signal and streetlights; portland cement concrete curb, gutter, and sidewalk; ADA ramps; retaining walls; a new SCMTD bus turnout; drainage improvements, together with roadway excavation, overlay and road widening with asphalt concrete and aggregate base on Soquel Drive, Trout Gulch Road, Aptos Street and Valencia Street in the Aptos Village.

PREVAILING WAGE Bidders: R Titus Waterproofing Air & Vapor Barrier Contractor Office: 408-848-4088 Fax: 408-413-4130 Professional Grade Construction Concrete/Masonry Contractor Office: 408-605-6861 Fax: 213-443-9563 Granite Rock General Contractor Office: 408-574-1400 Fax: 408-365-9548 MIG Electrical Sub-Contractor/Specialty Office: 831-524-8507 Fax: 000-000-0000 Contractor Mission City Rebar, Inc Sub-Contractor/Specialty Office: 408-727-6999 Fax: 408-727-7051 Contractor Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

FELTON EMPIRE ROAD PM 2.58 STORM DAMAGE REPAIR PROJECT Addenda: 0 7/28/16 2:00 PM 16-01835 79092 Felton $284,330 Plan Issuer: County of Santa Cruz 831-454-2160 831-454-2385

Class A. The project involves construction of steel pile and timber lagging wall requiring earth excavation and backfill, wall under drain system, gabion end closures, drainage facilities, asphalt pavement replacement, metal beam guard railing, asphalt dike, erosion control and revegetation.

PREVAILING WAGE

RFQ DESIGN BUILDER PREQUALIFICATION FOR 3412 MODULAR STUDENT HOUSING Addenda: 2 8/2/16 12:00 PM 16-01722 3412 Santa Cruz $25,000,000 to $38,000,000 Plan Issuer: UCSC Physical Planning & Construction 831-459-2366 831-459-5540 Visit Canceled Prebid Conf: 7/22 10am @ site (see Site Map) **********Suspended at this time due to unanticipated changes in the project**********

The University's primary objective in utilizing the design build approach is to bring the best available integrated design and construction experience to this project. The University has determined that proposers who submit proposals on this project must be prequalified. Prequalified proposers will be required to have the following California contractor's license: General Building Contractor, CSLB Licensing Classification B. In order to meet housing demand for new students and students with guaranteed housing in the near term, a temporary modular student housing project has been proposed for occupancy in Fall 2017. The initial program includes at least 350 – 600 beds in one, two, or three-story pre-fabricated modular housing units for second-year students located on the campus. Two sites have been identified: the first is an open meadow grassland adjacent to a recreational facility. The second is a wooded forest in the northwest corner of the campus adjacent to the North Remote Parking Lot. Both sites are approximately 150,000 sf. The scope of the project includes developing the appropriate scales of community to support undergraduate housing. Units are anticipated to include single and/ or double rooms with a small kitchenette, living space and bathrooms. Modular unit clusters would be supported by a laundry facility with multipurpose community space and a communal kitchen. Pedestrian connections and improved transit options to strengthen links to the academic core will also be considered. A parallel project will be providing new infrastructure and utilities to each site; the design-build team will assume a single point of connection for all infrastructure and utility work within the site boundary.

GRANITE WAY WELL Addenda: 0 8/4/16 2:00 PM 16-01795 CWO 11-137 Aptos $800,000 Plan Issuer: Soquel Creek Water District [email protected] 831-475-8500 831-475-4291

Mobilization and demobilization, installing a sound wall, drilling a 36-inch diameter, 55 ft deep borehole for a 30-inch diameter conductor casing, drilling a 24-inch diameter borehole to an approximate depth of 770 ft, and constructing the 12-inch diameter stainless steel well. Other work includes constructing a temporary water treatment system for discharge of well development water, developing the well, aquifer testing, video survey, disinfection and site clean-up. PREVAILING WAGE

2016 COUNTY SERVICE AREA RESURFACING PROJECT Addenda: 0 8/4/16 2:00 PM 16-01809 Santa Cruz $370,399 Plan Issuer: County of Santa Cruz 831-454-2160 831-454-2385

The project provides for various road work for six County Service Area roadways including dig-outs, slurry seals, chip seals, asphalt concrete overlays, and drainage improvements.

PREVAILING WAGE

Bidders: Earthworks Paving Contractors, Inc. General Contractor Office: 863-475-5122 Fax: 831-475-1173 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

EAST CAMPUS UTILITIES EXTENSION Addenda: 0 8/5/16 4:00 PM 16-01866 Santa Cruz $6,000,000 to $9,000,000 Plan Issuer: UCSC Physical Planning & Construction 831-459-2366 831-459-5540

***********Project is being suspended due to unanticipated circumstances***********

The project will include full design services for the installation of multiple underground utilities to serve an undeveloped site on the UCSC campus. The full range of utilities are intended to accommodate a near term student housing project serving approximately 360 students that is expected to be occupied in fall of 2017 and also to support future redevelopment of the site. The project will not proceed until approved by the Regents.

The new utilities will connect to existing University owned utilities and will include; sanitary sewer, water, natural gas, 12 KV power, telecommunication, and possible circulation improvements. Interested firms will be required to submit a Statement of Qualifications and a brochure demonstrating related project experience, using standard forms provided by the University. Selection will depend upon qualifications and interest. Proof of equal employment opportunity policy will be required of each candidate firm. Bidders: McGuire & Hester General Contractor Office: 408-210-1036 Fax: 408-210-1036 McGuire & Hester General Contractor Office: 510-632-7676 Fax: 510-562-5209 WASTEWATER TREATMENT FACILITY DIGESTER #5 CLEANING Addenda: 0 8/9/16 10:00 AM 16-01862 Santa Cruz $500,000 to $575,000 Plan Issuer: City of Santa Cruz [email protected] 831-420-5425 831-420-5161 Prebid Conf: MAND 7/27 @ 11am- site The work to be done consists in general of the full service removal and disposal of all liquids and solids from Digester # 5 and from the north tank of the Preaeration Grit Removal Structure. The scope of work includes the transportation and disposal of digester sludge on a dry ton basis, the transportation of dry grit to the City Landfill and includes the full wash down of tank interiors.

The Contractor shall remove all fluid contents and solids including sludge, scum, grit, sand, and other foreign materials deposited in the digester. Such removed materials shall be disposed of off-site by the contractor at the contractor’s expense. If the Contractor chooses to dewater the fluid and solid contents on site, the equipment used for such dewatering shall consistently achieve a solids capture rate of 95%.

The Contractor shall remove all grit from the north tank of the Preaeration Grit Removal Structure. Grit shall be dewatered sufficiently to pass a paint filter test and shall be transported to the City of Santa Cruz Landfill. The City of Santa Cruz will be responsible for grit tipping fees at the landfill. The Contractor will be responsible for all hauling.

The Contractor shall provide all labor, materials, tools, chemicals, equipment or process machinery as well as all trucks and suitable containers, supplies, personnel and all other requirements necessary for processing, removing, hauling and disposal of liquid or sludge and tank cleaning in accordance with these specifications. The Contractor shall comply with all OSHA Confined Space Requirements. Bidders: J.E. Burke Construction, Inc. General Contractor Office: 661-745-4890 Fax: 661-745-4893 MAÑANA LANE SANITARY SEWER REPLACEMENT PROJECT Addenda: 0 8/11/16 11:00 AM 16-01801 SS-16-01 Watsonville $1,000,000 Plan Issuer: City of Watsonville 831-768-3115 831-763-4065

Class A. Replacing 3,155 LF of sewer pipe, removing and replacing sewer manholes, constructing new sewer manholes, and reconnecting sewer laterals.

PREVAILING WAGE Davis-Bacon Act Requirements Bidders: P & F Distributors Supplier Office: 415-467-4630 Fax: 415-467-1010 Projects Out To Bid

Name Bid Date Time OPR# Contract # Location Estimate

EXTERIOR PAINTING OF THE WATSONVILLE TRANSIT CENTER Addenda: 0 8/17/16 2:00 PM 16-01915 16-13 Watsonville Plan Issuer: Santa Cruz Metro Transit District [email protected] 831-426-0199 831-469-1958 Visit Attendance is strongly encouraged Prebid Conf: 7/26 9:30am @ site The Santa Cruz Metropolitan Transit District is requesting sealed bids for a fixed-price contract for Exterior Painting of the Watsonville Transit Center. This public wok shall include the furnishing of all supervision, labor, materials, freight, transportation, equipment, supplies, tools, services and other work as defined in the Invitation.

PREVAILING WAGE

NEW RFP WAYFINDING PROJECT DESIGN SERVICES Addenda: 0 8/19/16 4:00 PM 16-01928 Santa Cruz Plan Issuer: City of Santa Cruz - Economic Development 831-420-5316 [email protected]

The City of Santa Cruz (“City”) is issuing this Request for Proposals (RFP) to complete Phase Two (“Design”) of its citywide Wayfinding Project. The City seeks proposals from a firm or team (“Consultant”) for the delivery of a wayfinding design that is both functional as well as reflective of the unique Santa Cruz brand.

NEW CABRILLO COLLEGE BLDG 1400 HVAC RENOVATION Addenda: 0 8/22/16 2:00 PM 16-01921 B17-03 Aptos $600,000 Plan Issuer: Cabrillo Community College District 831-477-5613 831-477-5640 Prebid Conf: MAND 8/3 @ 10am - Purchasing Dept Bldg 2030 Project consists of: Aluminum Window Walls and Entrances; Selective Demo for Remodeling; Rough Carpentry; Insulation; Joint Sealers; Gypsum Board Assemblies; Acoustic Ceilings; Basic Mechanical Requirements; HVAC; HVAC System Cleaning; Testing and Balancing; Electrical General Provisions; Basic Materials and Methods; Building Management Systems.

PREVAILING WAGE Bidders: MIG Electrical Sub-Contractor/Specialty Office: 831-524-8507 Fax: 000-000-0000 Contractor PARKING GARAGE LOT 3 RESTORATION Addenda: 0 8/23/16 2:00 PM 16-01902 C401508 Santa Cruz $700,000 Plan Issuer: City of Santa Cruz 831-420-5160 831-420-5161 Visit Non-Mandatory Prebid Conf: 7/26 11:30 am @ site, upper deck of garage Various repairs throughout the parking structure including, but not limited to, concrete repairs, joint repairs, epoxy injection, drainage installations, traffic topping installation, and striping.

PREVAILING WAGE

NOTICE TO INTERESTED GENERAL AND SPECIALTY CONTRACTORS Addenda: 0 12/30/16 5:00 PM 16-00733 Santa Cruz County Plan Issuer: Housing Authority of Santa Cruz Co. 831-454-5928 831-469-3719

The Housing Authority of the County of Santa Cruz requests responses from qualified General Contractors and Specialty Contractors, including but not limited to: Concrete, Electrical, Painting, Plumbing, Roofing and similar specialty classifications. The Housing Authority is developing a list of pre-qualified contractors to provide construction services for a variety of on-going facility maintenance and modification projects – including vacant unit turnovers, service work and similar. Contractors will be evaluated based on the nature of services required and the qualifications of the Contractor. Depending on nature and location of work, select prevailing wage rates will apply to jobs. Interested Contractors must complete a “Contractor Information” form. Contractors must submit completed forms to the Housing Authority office located at: Housing Authority of the County of Santa Cruz 2931 Mission St. ATT: Peter Rogers Santa Cruz, CA 95062 This Notice will remain open - there is no deadline for submitting a written “Contractor Information” forms. Please contact Peter Rogers at 831-454-5928 with questions.

First, if you’re going to be an ‘operator’ you have Q: We currently have a license for our LLC and to have ‘agreement’ on licensing. While we have our bonds are up for renewal. Why is the premium had this question before it’s a new area for CA for the LLC/Worker Bond so much higher than the contracting that likely needs reinforcing with others? Who/what is this bond protecting? stronger ‘bonds’ and wrap up with what’s in a A: The premium on the LLC/Worker Bond is much ‘business’ name… higher because the bond amount itself is higher. The LLC/Worker Bond amount is $100,000 compared to the Contractor’s Bond, which is $15,000. The Bond of Q: We are going to be forming a new Limited Qualified Individual amount is $12,500. Liability Company (LLC) and we will need a Contractor’s License. Our attorney is in the process The LLC Worker Bond is for the benefit of any of putting together the Operating Agreement and employee or worker damaged by the LLC’s failure to a couple of the Partners do not want their name pay wages, interest on wages, or fringe benefits, as associated with the Contractor’s License. Will the well as other contributions. Secretary of State or CSLB require that we furnish them with our agreement? Q: I have a Sole Proprietor plumbing license in my name and recently I started advertising and printed A: No, the Operating Agreement does not need to cards as “Dave’s Plumbing”. I was told that as a Sole be filed with either the Secretary of State or the CSLB. Proprietor I could do business under any name I The Operating Agreement should be maintained in choose. I just want to make sure that’s correct. Do the office where the company’s records are kept. The you have any advice? documents the CSLB requires that you file with the Secretary of State are the Articles of Organization A: Sole Proprietors can choose any business name followed by a Statement of Information with the they’d like, however you will need to advertise, bid, exactly as it appears in the CSLB’s Secretary of State prior to issuing a Contractor’s contract, etc. records. So before you do business as Dave’s License. Plumbing, you will need to file a name change with Q: I have a Sole Owner license and I have two other the CSLB. Name style variations are not allowed! entities that I would like to get licensed. I have 70% While knowledge is power, knowing where to go for ownership in one entity, and 45% ownership on the other. Actually, ownership belongs to my Trust. Will I the answers is half the battle. Get expert assistance be able to Qualify all three licenses? immediately when you call 866-443-0657, email [email protected], or write us at Capitol Services, A: Unfortunately, this would not meet the specific Inc., 1225 8th St. Ste. 500, Sacramento, CA 95814. requirement of direct ownership pursuant to Research past columns at www.cutredtape.com. BPC section 7068.1 (a) and (b). Here’s why. An Responsible Managing Officer (RMO) can Qualify up to three licenses at the same time as long as one of the following conditions exists: 1) The Qualifying Individual has at least 20% direct ownership in each business; 2) One entity owns at least 20% of the other (again, direct ownership); OR 3) The majority of the Officers/Members/Partners are the same. Your scenario does not meet options 1 or 2, but perhaps if you meet the requirement of option number 3 you can achieve your goal. Call for further assistance.

Discount Fuel Program for CCBA Members

The Flyers Fuel Program offers member discounts of 2-5 cents per gallon at over 240,000 gas stations throughout the United States. In addition, you can utilize their Fleet Management System that helps members control costs, set limits on fuel services, and streamline reporting. Contact Irish Chapman to sign up today to sign up or to get your free fuel cost analysis.

• 5 cents per gallon discount at CFN sites • 2 cents at gas stations everywhere

CONTROL YOUR FUEL Contact Irish Chapman [email protected] (530) 885-0401 ext. 2181

Discount Fuel Program for CCBA Members

The Flyers Fuel Program offers member discounts of 2-5 cents per gallon at over 240,000 gas stations throughout the United States. In addition, you can utilize their Fleet Management System that helps members control costs, set limits on fuel services, and streamline reporting. Contact Irish Chapman to sign up today to sign up or to get your free fuel cost analysis.

• 5 cents per gallon discount at CFN sites • 2 cents at gas stations everywhere

CONTROL YOUR FUEL Contact Irish Chapman [email protected] (530) 885-0401 ext. 2181

City Building Salinas Permits

Permit No. B15-0591 Permit Amount $72600.00 Owner(s) 1500 Constitution LLC 1580 Constitution Blvd City Salinas Builder Monterey Custom Builders Property Address same Permit Type Com Alter Permit No. B15-0620 Permit Amount $25000.00 Owner(s) R, Brunken 590 Brunken Ave J City Salinas Builder Renner Electrical Services Property Address same Permit Type Com Cellsite Permit No. B16-0185 Permit Amount $125000.00 Owner(s) JMK Plaza Partners 1140 S Main St City Salinas Builder Fortney & Weygandt Inc Property Address same Permit Type Com Alter Permit No. B16-0194 Permit Amount $14000.00 Owner(s) Vacas, Noemi Ester 1135 Santa Fe Way City Salinas Builder Scardina Builders Inc Property Address same Permit Type Res Add Permit No. B16-0221 Permit Amount $50000.00 Owner(s) Northridge Owner 890 Northridge Mall City Salinas Builder Broken Arrow Communications Property Address same Permit Type Com Cellsite Permit No. B16-0292 Permit Amount $50000.00 Owner(s) Eagle Vista Equities 1776 Pescadero Dr City Salinas Builder Mac Callister Const Property Address same Permit Type Res Alter Permit No. B16-0314 Permit Amount $45000.00 Owner(s) Gilles, Jeffery R 318 Cayuga St #206 City Salinas Builder Avila Const Co Property Address same Permit Type Com Alter Permit No. B16-0369 Permit Amount $10000.00 Owner(s) Weaver, Michael Robert 285 Griffin St City Salinas Builder Mill Const Co Property Address same Permit Type Com Alter Permit No. R16-0190 Permit Amount $14245.00 Owner(s) Ackerman, Rose A Life Estate 1602 Atherton Way City Salinas Builder Slaton & Son Roofing Inc Property Address same Permit Type Res Reroof City Building Permits Salinas

Permit No. R16-0191 Permit Amount $11762.00 Owner(s) Johnson, Charles Wayne Jr 200 San Juan Dr City Salinas Builder Slaton & Son Roofing Inc Property Address same Permit Type Res Reroof Permit No. R16-0192 Permit Amount $13573.00 Owner(s) Johnson, Charles Wayne Jr 1058 Pajaro St City Salinas Builder Slaton & Son Roofing Inc Property Address same Permit Type Res Reroof Permit No. R16-0193 Permit Amount $13000.00 Owner(s) Housing Authority 44 Natividad Rd 19 City Salinas Builder SVR Inc Property Address same Permit Type Res Reroof Permit No. R16-0195 Permit Amount $14000.00 Owner(s) Lopez-Mariscal, Elisa 1425 Shawnee Way City Salinas Builder Reliable Roofing Property Address same Permit Type Res Reroof Permit No. R16-0196 Permit Amount $11000.00 Owner(s) Sanchez, Guadalupe A 1433 Parsons Ave City Salinas Builder Reliable Roofing Property Address same Permit Type Res Reroof Permit No. R16-0199 Permit Amount $14500.00 Owner(s) Callahan, Christopher 22 Russell Rd #F City Salinas Builder SVR Inc Property Address same Permit Type Res Reroof Permit No. R16-0200 Permit Amount $15911.00 Owner(s) Callahan, Christopher 22 Russell Rd #E City Salinas Builder SVR Inc Property Address same Permit Type Res Reroof

Rinker/Zenk INSURANCE SERVICES Exchange member since 1988 Serving the Tri-County area since 1974

Richard Zenk See our ad on the Membership Listings tab Ted J. Rinker Lic #0E21165 Lic #0486570 “We Specialize in Construction” Ted J. Rinker, Broker/Agent • Richard Zenk, Broker/Agent 35 E. Romie Lane, Suite C - Salinas, CA 93901 Toll Free: (800) 991-8822 • Office: (831) 758-8472 • Fax: (831) 758-8942 [email protected]

Bid Results Monterey 7/12 Citywide Street Resurfacing (Slurry)

Granite Construction $1,650,705

VSS International, Inc. $1,748,585

Corralitos 7/12 Aldridge Lane Park Sports Court Resurfacing

First Serve Productions, Inc apparent low

Aptos 7/13 Bldg 1100 Stair & Walkway Replacement at Cabrillo Colleg

Cen-Con Inc apparent low

San Luis Obispo 7/15 Meadow Park Lighting Replacement

Electricraft $82,156

Newton Construction $85,000

Inter-Pacific Inc $86,500

Paso Robles 7/15 Rehabilitate Taxiway B, C, D, and E

Papich Construction $1,669,321

Souza Construction Inc. $1,700,000

Granite Construction $1,879,802

San Luis Obispo 7/15 Arroyo Grande Creek & Los Berros Diversion Channels

KD Janni Landscaping Inc apparent low PARTNERS for a GREENER, CLEANER Salinas. Rent a temporary Debris Box— Earn a Bonus.

“We’ll drop it off and you

3 or 4 Yard Dumpster load it up.”

10 Yard (Limited to Rock and Concrete) Gift Card $50. Certificate For every 5th Debris Box you rent*, receive a $50. Gift Card Certificate for any 15 Yard = Oldtown Salinas business of your choice! *Account must be paid current to receive Gift Card Certificate

20 Yard Why should I rent a debris box?

• Sanitary • Reduces Fire Hazard • Saves Labor 30 Yard • Aids in pest control • Versatile in a variety of sizes SALINAS RECYCLES Republic Services of Salinas www.republicservicessalinas.com For further information call: 831-775-3840 Printed on recycled paper. Printed on recycled

r

Debris box promo_bleeds.indd 1 10/7/11 9:32:55 AM Mechanic’s Liens DATE CREDITOR DEBTOR AMOUNT 07/11 Edges Electrical Group Department of the Navy $3,090.44 Release of Mechanic’s Liens DATE GRANTOR GRANTEE CITY 07/12 Disaster Kleenup Specialists Tinajero, Javier Salinas Notice of Completion DATE GRANTOR GRANTEE CITY 07/14 BMC EG Garden LLC BMC EG Garden LLC E. Garrison 07/14 County of Monterey Sea Pac Engineering Inc Monterey Co. 07/14 Salinas Union HS Dist MPE Salinas 07/15 Nino Mike Nino Development Inc King City 07/15 BMC EG Bungalow LLC BMC EG Bungalow LLC E. Garrison

Your link to the right SuretY Bond CompanY

Work with the largest independently owned surety only brokerage in the Western US.

We specialize in bonds of all types: • Bid bonds • Subdivision bonds • Performance and Payment bonds • Commercial, license and permit bonds

Myrna Smith, FPO Title With over 80 years of combined surety and underwriting experience, we provide bonds to contractors, developers and all other users of Myrna Smith, Vice President surety credit sectors.

Get strategic counseling for increased bond capacity.

575 Price Street, #207 Pismo Beach, CA 93449 805-343-7434 www.cndbonding.com Your link to the right SuretY Bond CompanY

Work with the largest independently owned surety only brokerage in the Western US.

We specialize in bonds of all types: • Bid bonds • Subdivision bonds • Performance and Payment bonds • Commercial, license and permit bonds

Myrna Smith, FPO Title With over 80 years of combined surety and underwriting experience, we provide bonds to contractors, developers and all other users of Myrna Smith, Vice President surety credit sectors.

Get strategic counseling for increased bond capacity.

575 Price Street, #207 Pismo Beach, CA 93449 805-343-7434 www.cndbonding.com Classified Ads

Now Hiring Full Time Estimator For General Engineering (civil estimating)

Must have experience in grading, paving, concrete and underground utilities. Must have knowledge of estimating for private and public works projects, and fully understand the reading and interpretation of architectural, civil, and structural plans and specs.

Pay commensurate with experience. Excellent benefits provided and growth potential.

Please print application from our website at www.donchapin.com or send resumes to: Attn: Human Resource Mgr. The Don Chapin Co. Inc 560 Crazy Horse Cyn. Rd. Salinas, CA 93907 [email protected]

The Don Chapin Co. Inc is an equal opportunity employer. All applications will be considered. Safety Tip of the Week CONFINED SPACES

A 'confined or enclosed space' means any space having a limited means of access and egress, which is subject to the accumulation of toxic or flammable contaminants, has an oxygen deficient atmosphere, or could possibly cause suffocation due to entry of liquids, granulars, etc. or harm from corrosives, acids, etc.

Confined or enclosed spaces include but are not limited to storage tanks, process vessels, bins, boilers, ventilation or exhaust ducts, sewers, underground utility vaults, tunnels, pipelines, and open top spaces more than 4 feet in depth such as pits, tubs, vaults and vessels.

Caution is a must! Only fools will rush in and this means rescuers as well. If in doubt, check with your supervisor. Always be sure to follow the host employer's requirements. New OSHA rules require that the employer follow specific procedures before anyone enters a confined space.

The responsible host contractor or employer and your supervisor, using standard tests, must determine if ventilation or atmospheric conditions within the space are hazardous, and whether any special safety equipment is required such as protective clothing, respiratory equipment, etc. Once this has been done make sure that everyone going into the confined space is familiar with exactly what work is to be done. Everyone involved must know what to do should an emergency take place. In other words, be prepared for the unexpected! In addition. a competent attendant; trained in rescue procedures, C.P.R. and first aid must remain outside and stay in constant contact with those inside.

If the owner's policies and procedures concur with OSHA regulations, and we in turn follow these requirements, confined space work should be done accident free. Remember, confined spaces are dangerous. Look out for yourself as well as your co-workers. Before you jump in, check it out!

ALWAYS CHECK THE AIR INSIDE A VESSEL BEFORE YOU ENTER ONCE YOU'RE INSIDE IT'S TOO LATE! CHECK FOR OXYGEN CONTENT, FLAMMABILITY OR AN EXPLOSIVE ATMOSPHERE.

Safety Recommendations:______

Job Specific Topics:______

M.S.D.S Reviewed:______

Attended By:

______

______

______

______

______