Thompson Builders Corporation

is seeking certified and qualified DBE and WBE subcontractors and/or suppliers to provide 02 41 00DEMOLITION; 02 41 16 STRUCTURE DEMOLITION; 02 41 19 SELECTIVE DEMOLITION; 02 44 00MANAGEMENT OF SOIL; 02 82 13 ASBESTOS AND LEAD ABATEMENT – REMEDIATION; 03 01 30MAINTENANCE OF CAST-IN-PLACE CONCRETE; 03 10 00 CONCRETE FORMING AND ACCESSORIES; 0320 00 CONCRETE REINFORCING; 03 30 00 CAST-IN-PLACE CONCRETE; 04 22 00 CONCRETE UNITMASONRY; 05 12 00 STRUCTURAL STEEL FRAMING; 05 60 00 SITE METAL FABRICATIONS; 06 10 00ROUGH CARPENTRY; 06 10 10 EXTERIOR LANDSCAPE CARPENTRY; 06 10 53 MISCELLANEOUS ROUGHCARPENTRY; 06 16 00 SHEATHING; 06 41 00 ARCHITECTURAL WOODWORK; 06 64 13 FIBERGLASSREINFORCED PLASTIC PANELS; 07 21 00 BUILDING INSULATION; 07 26 16 BELOW-GRADE VAPORRETARDERS; 07 60 00 FLASHING AND SHEET METAL; 07 84 00 FIRESTOPPING; 07 92 00 JOINTSEALANTS; 08 11 13 HOLLOW METAL DOORS AND FRAMES; 08 14 16 FLUSH WOOD DOORS; 08 31 13ACCESS DOORS; 08 41 13 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS; 08 51 13 ALUMINUMWINDOWS; 08 71 00 DOOR HARDWARE; 08 81 00 GLASS GLAZING; 08 91 00 WALL LOUVERS; 09 05 11CONCRETE FLOOR PREPARATION; 09 05 12 CONCRETE FLOOR MOISTURE CONTENT AND PH TESTING;09 22 16 NON-STRUCTURAL METAL FRAMING; 09 24 00 PORTLAND CEMENT PLASTERING; 09 29 00GYPSUM BOARD; 09 30 00 TILING; 09 51 23 ACOUSTICAL TILE CEILINGS; 09 61 23 CONCRETE VAPOREMISSION TREATMENT; 09 65 00 RESILIENT FLOORING; 09 84 15 TACKABLE ACOUSTICAL WALL PANELS;09 91 00 PAINTING; 09 97 29 CONCRETE FLOOR SEALING; 10 14 00 SIGNAGE; 10 21 13 SOLID COLORREINFORCED COMPOSITE TOILET COMPARTMENTS; 10 26 23 IMPACT-RESISTANT WALL PROTECTION;10 28 13 COMMERCIAL TOILET ACCESSORIES; 10 44 00 FIRE PROTECTION SPECIALTIES; 11 31 00APPLIANCES; 12 24 13 ROLLER WINDOW SHADES; 12 36 40 COUNTERTOPS; 21 00 00 WATER BASEDFIRE SUPPRESSION SYSTEMS; 21 05 17 SLEEVES AND SLEEVE SEALS FOR FIRE-SUPPRESSION PIPING; 2105 18 ESCUTCHEONS FOR FIRE-SUPPRESSION PIPING; 21 05 23 GENERAL DUTY VALVES FOR WATER-BASED FIRE-SUPPRESSION PIPING; 21 05 48 VIBRATION AND SEISMIC CONTROLS FOR FIRESUPPRESSION PIPING AND EQUIPMENT; 21 05 53 IDENTIFICATION FOR FIRE SUPPRESSION PIPING ANDEQUIPMENT; 21 13 13 WET-PIPE SPRINKLER SYSTEMS; 22 05 17 SLEEVES AND SLEEVE SEALS FORPLUMBING PIPING; 22 05 18 ESCUTCHEONS FOR PLUMBING PIPING; 22 05 19 METERS AND GAUGESFOR PLUMBING PIPING; 22 05 23 GENERAL DUTY VALVES FOR PLUMBING PIPING; 22 05 29 HANGERSAND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT; 22 05 33 HEAT TRACING FOR PLUMBINGPIPING; 22 05 48 VIBRATION AND SEISMIC CONTROLS FOR PLUMBING PIPING AND EQUIPMENT; 22 0553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT; 22 07 19 PLUMBING PIPINGINSULATION; 22 08 00 PLUMBING COMMISSIONING; 22 11 16 DOMESTIC WATER PIPING; 22 11 19DOMESTIC WATER PIPING SPECIALTIES; 22 13 16 SANITARY WASTE AND VENT PIPING; 22 13 19SANITARY WASTE PIPING SPECIALTIES; 22 14 13 STORM DRAINAGE PIPING; 22 14 23 STORM DRAINAGEPIPING SPECIALTIES; 22 42 00 PLUMBING FIXTURES; 23 05 01 BASIC MECHANICAL MATERIALS ANDMETHODS; 23 05 05 HVAC DEMOLITION; 23 05 13 MOTORS AND CONTROLLERS; 23 05 23 VALVES; 2305 29 HANGERS AND SUPPORTS; 23 05 48 VIBRATION AND SEISMIC CONTROL; 23 05 53 HVAC SYSTEMIDENTIFICATION; 23 05 93 TESTING, ADJUSTING AND BALANCING; 23 07 00 HVAC INSULATION; 23 0800 HVAC COMMISSIONING; 23 21 13 HVAC PIPING; 23 21 14 PIPING SPECIALTIES; 23 31 00 DUCTS; 2333 00 DUCT ACCESSORIES; 23 34 00 FANS; 23 37 00 AIR OUTLETS AND INLETS; 23 40 00 AIR-CLEANINGDEVICES; 26 00 00 BASIC ELECTRICAL REQUIREMENTS; 26 05 00 BASIC ELECTRICAL MATERIALS ANDMETHODS; 26 24 00 SERVICE AND DISTRIBUTION; 26 50 00 LIGHTING AND CONTROLS; 27 00 00 BASICCOMMUNICATIONS REQUIREMENTS; 27 08 11 COMMUNICATIONS TWISTED PAIR TESTING; 27 08 21COMMUNICATIONS FIBER OPTIC TESTING; 27 11 00 COMMUNICATION ROOMS; 27 13 14COMMUNICATIONS BACKBONE OSP TWISTED PAIR CABLING; 27 13 24 COMMUNICATIONS BACKBONEOSP FIBER OPTIC CABLING; 27 15 13 COMMUNICATION HORIZONTAL TWISTED PAIR CABLING; 28 00 00 BASIC SECURITY REQUIREMENTS; 28 05 13 SECURITY CABLING; 28 05 53 SECURITY LABELING; 28 08 00SECURITY ACCEPTANCE TESTING; 28 13 00 ACCESS CONTROL AND ALARM MONITORING SYSTEM; 2816 00 SECURITY INTRUSION DETECTION SYSTEM; 31 10 00 SITE CLEARING; 31 13 17 TREE HARVESTING;31 23 00 EXCAVATION AND FILL; 31 23 33 TRENCHING AND BACKFILLING; 31 25 00 EROSIONCONTROL; 32 01 90 LANDSCAPE MAINTENANCE; 32 05 23 CEMENT AND CONCRETE FOR EXTERIORIMPROVEMENTS; 32 11 00 BASE COURSES; 32 12 00 FLEXIBLE PAVING; 32 13 16 EXTERIOR LANDSCAPECONCRETE; 32 14 00 UNIT PAVERS; 32 14 33 PERMEABLE PLASTIC PAVING; 32 15 00 AGGREGATESURFACING; 32 17 13 PARKING BUMPERS; 32 17 23 PAVEMENT MARKINGS; 32 17 26 TACTILE WARNINGSURFACING; 32 18 16 PLAYGROUND SURFACING; 32 39 13 MANUFACTURED METAL BOLLARDS; 32 8400 PLANTING IRRIGATION; 32 91 13 SOIL PREPARATION; 32 91 13.26 STRUCTURAL SOIL; 32 91 19FINISHED GRADING; 32 92 00 TURF AND GRASSES; 32 93 00 PLANTING; 33 14 16 SITE WATER UTILITYDISTRIBUTION PIPING; 33 30 00 SANITARY SEWERAGE UTILITIES; 33 40 00 STORMWATER UTILITIES; 3346 50 LANDSCAPE DRAINAGE


PROJECT NAME:

The Stack Center - Phase I Project

BID CONTRACT #:

06960

AWARDING AGENCY:

City of Hayward

PROJECT LOCATION:

28377 Huntwodd Ave, Hayward, CA

BID DUE DATE:

11-30-2023 at 02:00 PM

OUTREACH COORDINATOR:

Leah Oba

TELEPHONE:

4154568972

FAX:

Not Available

ADDRESS:

5400 Hanna Ranch Road, Novato, CA, 94945

PROJECT DETAILS:

*No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unlessregistered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirementfor bid purposes only under Labor Code section 1771.1(a)] *No contractor or subcontractor may be awarded a contract for public work on apublic works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Codesection 1725.5. *This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.


We are signatory to both the Carpenters Collective Bargaining Agreement and the Laborers Collective Bargaining Agreement. Certificationof insurance for General Liability and Workers’ Compensation are required. A Waiver of Subrogation will also be required with allSubcontract Agreements. Subcontractors’ faithful performance and payment bonds in the amount of the subcontract price will be required. Reasonable market rate bond premium will be reimbursed by Thompson Builders Corporation.


TBC is willing to discuss breaking down bid items into economically feasible units for minority participation. Our estimating department isavailable for assistance with bonding, lines of credit, insurance, equipment, supplies and/or materials. The Small Business Administration(www.sba.gov), the California Dept. of General Services (www.dgs.ca.gov) and U.S. Dept. of Transportation Office of Small and DisadvantagedBusiness Utilization (www.osdbu.dot.gov) may also be able to offer financial assistance and/or information regarding insurance and bonding.Plans and specifications may be viewed at various local Builder’s Exchanges, in our office at 5400 Hanna Ranch Road Novato, Mondaythrough Friday from 7:30 AM to 4:00 PM. Plans and specifications may be emailed upon request or downloaded from the following link:


https://tpcorp.box.com/s/449ftdixmrcxsmya52rfrazi97g2n8p8


Thompson Builders Corporation is an Equal Opportunity Employer


Contact: Leah Oba
PHONE: (415) 456-8972 FAX: (415) 459-0665
EMAIL: bids@tbcorp.com

Social Media

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

Copyright © 2026 Compliance News All rights reserved.