Trade Journal

Stewart Engineering Inc.

is seeking certified and qualified DBE subcontractors and/or suppliers to provide Stewart Engineering Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms Services needed: Lead compliance plan, level 2 critical path method schedule, develop water supply, construction area signs, traffic control system, stationary impact attenuator vehicle, channelizer (surface mounted), portable radar speed feedback sign systems (ls), temporary barrier system, temporary pedestrian access route, portable changeable message sign (ls), alternative temporary crash cushion tl-3, automated flagger assistance device day, water pollution control program, temporary erosion control blanket, temporary mulch, temporary cover, temporary drainage inlet protection, temporary fiber roll, temporary gravel bag berm, temporary reinforced silt fence, temporary silt fence, temporary construction entrance, temporary construction roadway, street sweeping, temporary concrete washout, water quality sampling and analysis day, water quality monitoring report, water quality annual report, temporary creek diversion systems, contractor-supplied biologist (ls), natural resource protection plan, aquatic species protection and relocation, invasive species control, remove concrete (structure), temporary high-visibility fence, clearing and grubbing (ls), roadway excavation (topsoil), imported borrow (cy), plant (group p), plant establishment work, wood mulch, move-in/move-out (erosion control), hydraulic biotic growth medium, fiber reinforced matrix (SFT), rolled erosion control product (netting), fiber rolls, compost (cy), incorporate materials, class 2 aggregate base (cy), hot mix asphalt (type a), place hot mix asphalt dike (type a), place hot mix asphalt dike (type d), place hot mix asphalt dike (type e), place hot mix asphalt (miscellaneous area), remove asphalt concrete dike, (f) - structural concrete, headwall, structural concrete, drainage inlet, structural concrete (junction structure), concrete backfill (pipe trench), concrete collar, 12" plastic pipe, 18" reinforced concrete pipe, 24" reinforced concrete pipe, 30" reinforced concrete pipe, 36" reinforced concrete pipe, 42" reinforced concrete pipe, 54" reinforced concrete pipe, 12" corrugated steel pipe (.079" thick), 14" x 24" elliptical corrugated steel pipe, 18" corrugated steel pipe (.109" thick), 24" x 48" elliptical corrugated steel pipe, 24" corrugated steel pipe (.109" thick), 30" corrugated steel pipe (.138" thick), 36" corrugated steel pipe (.138" thick), 12" slotted corrugated steel pipe (.109" thick), 8" non-perforated steel pipe underdrain (.079" thick), 12" corrugated steel pipe downdrain (.079" thick), 18" corrugated steel pipe downdrain (.079" thick), 24" corrugated steel pipe downdrain (.109" thick), 30" corrugated steel pipe downdrain (.109" thick), 36" corrugated steel pipe downdrain (.109" thick), 48" corrugated steel pipe downdrain (.109" thick), 12" entrance taper, 24" entrance taper, 12" anchor assembly, 24" anchor assembly, 30" anchor assembly, 36" anchor assembly, cable anchorage system, 48" anchor assembly, drainage inlet marker, 36" corrugated steel pipe inlet (.168" thick), 24" corrugated steel pipe energy dissipator (.064" thick), 48" welded steel pipe (.750" thick) (trenchless), 18" steel flared end section, 24" steel flared end section, 30" steel flared end section, 24" concrete flared end section, 36" trenchless welded steel pipe (0.625" thick), 36" precast concrete pipe inlet, inlet depression, abandon culvert (lf), remove overside drain, remove culvert (lf), remove slotted corrugated steel pipe, remove downdrain (ea), remove inlet, remove headwall, remove pcc apron, remove concrete flared end section (ea), remove flared end section (ea), culvert slurry-cement backfill, concrete (concrete apron), gravel filter, rock slope protection (3/8 t, class vi, method b) (cy), rock slope protection (1/4 t, class v, method b) (cy), rock slope protection (300 lb, class iv, method b) (cy), rock slope protection (150 lb, class iii, method b) (cy), rock slope protection (60 lb, class ii, method b) (cy), rock slope protection (20 lb, class i, method b) (cy), (f) - miscellaneous iron and steel, temporary fence (type bw), marker (culvert), remove marker, reset roadside sign (one post), (f) - cable railing, maintaining existing traffic management system elements during construction, modifying signal and lighting systems, and modifying changeable message sign systems.


PROJECT NAME:

Construct & repair TMS elements; CSP, RCP, & Trenchless welded pipe

BID CONTRACT #:

01-0H6504

AWARDING AGENCY:

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

PROJECT LOCATION:

01-Hum-101-55.9/R136.4, Near Alton, CA, 95540

BID DUE DATE:

06-18-2025 at 02:00 PM

OUTREACH COORDINATOR:

Renee Thomas

TELEPHONE:

(530) 244-8464

FAX:

(530) 244-8462

ADDRESS:

P.O. Box 990010, Redding, CA, 96099

PROJECT DETAILS:

Stewart Engineering Inc. is an Equal Opportunity Employer and will work with suppliers and subcontractors to identify opportunities and break down items into economically feasible units as reasonably necessary.

Stewart Engineering Inc. will be bidding the referenced project as a prime contractor. Plans and specifications for this project may be viewed at your local builders exchange and are available for review in our office. If you require additional information regarding the requirements of the contract, please don’t hesitate to contact our office. In order that we may give your bid maximum consideration, please supply us with a fax or email letter prior to the bid describing the scope of your work. 

Stewart Engineering is signatory to the Labors Union Local 185, Pile Drivers and Operators Union Local 3.  We encourage and actively solicit proposals from DBE subcontractors and suppliers on all our projects. All qualified DBE subcontractors must be registered and certified by the California Department of Transportation. Prior to the bid, upon request, you can contact our office if you require assistance in bonding, lines of credit, insurance, obtaining necessary equipment, supplies, materials or services etc., which may be required by the Owner.  Subcontractors must possess a current contractor’s license, worker’s compensation and insurance coverage during the entire length of the prime contract.  All Subcontractors will be required to sign our standard Subcontract Agreement (AGC Long Form Standard Subcontract).  If you require an advance copy to of the subcontract to look over please contact our office.  You must be registered and provide your Department of Industrial Relations number.

Social Media

Facebook Compliance News Twitter Compliance News LinkedIn Compliance News YouTube Compliance News

Copyright © 2025 Compliance News All rights reserved.