www.Contractors Estimate.com
Certified DGS Trade and Focus Publication since 2002

CE Focus - Focus Paper
 
Online DVBE certification is here!
ARTICLES
&
EDITORIALS

RESOURCES
&
LINKS

City of San Diego SLBE - ELBE Program

SBE/DVBE Search

Minority Business Development Agency

Advertisement date August 17, 2023 @ 8:00 a.m. through bid opening date

License No. 266222
4225 Garner Road Riverside, CA 92501
Phone: 951-682-8308 Fax: 951-682-5872

Riverside Construction Company, Inc. an Equal Opportunity Employer is requesting sub-bids from all qualified subcontractors and suppliers including certified DBE firms performing a commercially useful function for referenced project:

Owner: San Bernardino County Transportation Authority | Invitation #23-1002869
Project: Construction of the I-10 Eastbound Truck Climbing Lane
BID DATE: September 19, 2023, at 2:00 PM
BID DATE: September 26, 2023, at 2:00 PM

BID DATE: October 10, 2023, at 2:00 PM

23% DBE Goal

Scope of Services: Project will add a truck climbing lane along an approximately three-mile segment of Interstate 10 starting near the 6th Street Bridge overcrossing in the City of Yucaipa through the County Line Road Interchange in the City of Calimesa. The project will pave the freeway median, construct a lane to the inside, stripe the existing outside lane as a truck lane, and construct a concrete barrier along the project limits. The project will also widen the Oak Glen Creek and construct erosion control measures within the streambed.

Lead Estimator: Bryan Lounsbury
Email: estimating@rivconstruct.com

Bid documents are available on Riverside Construction's plan room website at:  bids.rivconstruct.com

**Addendum 1 issued 9/12/2023**
**Addendum 2 issued 9/13/2023**
**Addendum 3 issued 9/26/2023**

The following items of work are requested, including but not limited to: Concrete Barrier Marker, Funding Awareness Sign, Resident Engineers Office, Lead Compliance Plan, Level 2 Critical Path Method Schedule, Time-Related Overhead, Renewable Diesel Report, Develop Water Supply, Construction Area Signs, Traffic Control System, Stationary Impact Attenuator Vehicle, Temporary Traffic Stripe (Paint), Channelizer (Surface Mounted), Portable Radar Speed Feedback Sign System Day, Temporary Pavement Marker, Temporary Barrier System (Type K), Portable Changeable Message Signs, Temporary Automated End Of Queue Warning System (Type 1) Day, End Of Queue Monitoring And Warning With Truck Mounted Changeable Message Sign Day, Temporary Crash Cushion Module, Alternative Temporary Crash Cushion, Temporary Traffic Screen, Temporary Radar Speed Feedback Sign System, Job Site Management, Prepare Storm Water Pollution Prevention Plan, Rain Event Action Plan, Storm Water Sampling And Analysis Day, Storm Water Annual Report, Temporary Check Dam, Temporary Drainage Inlet Protection, Temporary Gravel Bag Berm, Temporary Construction Entrance, Street Sweeping, Temporary Concrete Washout, Temporary Creek Diversion Systems, Asbestos Compliance Plan, Treated Woodwaste, Contractor-Supplied Biologist, Invasive Species Control, Noise Monitoring, Remove Concrete (Miscellaneous), Temporary High-Visibility Fence, Clearing And Grubbing, Roadway Excavation, Ditch Excavation, Rock Blanket, Hydromulch, Hydroseed, Class 2 Aggregate Subbase, Class 2 Aggregate Base, Prime Coat, Hot Mix Asphalt (Type A), Rubberized Hot Mix Asphalt (Gap Graded), Place Hot Mix Asphalt (Miscellaneous Area), Place Hot Mix Asphalt Dike (Type C), Place Hot Mix Asphalt Dike (Type F), Tack Coat, Remove Asphalt Concrete Pavement, Remove Asphalt Concrete Dike, Cold Plane Asphalt Concrete Pavement, Continuously Reinforced Concrete Pavement, Jointed Plain Concrete Pavement, Isolation Joint Seal (Silicone), Remove Concrete Pavement, Structural Concrete, Drainage Inlet, Minor Concrete (Minor Structure), Minor Concrete (Backfill), 18" Alternative Pipe Culvert, 24" Alternative Pipe Culvert, 18" Slotted Corrugated Steel Pipe (.079" Thick), 12" Bituminous Coated Corrugated Steel Pipe Downdrain (.079" Thick), Trash Capture Device, 24"Alternative Flared End Section, Remove Culvert, Remove Inlet, Rock Slope Protection (300 Lb, Class Iv, Method B), Rock Slope Protection (150 Lb, Class Iii, Method B), Rock Slope Protection (60 Lb, Class Ii, Method B), Rock Slope Protection (20 Lb, Class I, Method B), Rock Slope Protection (1/2 T, Class Vii, Method B), Rock Slope Protection Fabric (Class 8), Minor Concrete Dike (Type E), Minor Concrete Dike (Type F), Remove Concrete Curb (Lf), Miscellaneous Iron And Steel, Manhole Frame And Cover, Remove Pavement Marker, Guard Railing Delineator, Pavement Marker (Retroreflective), Treatment Best Management Practice Marker, Object Marker, Object Marker (Type P), Remove Roadside Sign, Remove Sign Overlay, Furnish Laminated Panel Sign (1" - Type A), Furnish Single Sheet Aluminum Sign (0.080" Unframed), Furnish Single Sheet Aluminum Sign (0.063" Framed), Roadside Sign - One Post, Roadside Sign - Two Post, Install Sign Overlay, Midwest Guardrail System (Steel Post), Vegetation Control (Minor Concrete), Transition Railing (Type Wb-31), End Cap (Type Tc), Alternative In-Line Terminal System, Concrete Barrier (Type 60Mgc), Concrete Barrier (Type 60Mgf), Concrete Barrier (Type 60Mgf/60G Mod), Concrete Barrier Transition, Remove Guardrail, Remove Concrete Barrier, Thermoplastic Pavement Marking, 6" Thermoplastic Stripe (Enhanced Wet Night Visibility), 12" Thermoplastic Stripe (Enhanced Wet Night Visibility), Remove Painted Traffic Stripe, 6" Traffic Stripe Tape (Warranty), 8" Traffic Stripe Tape (Warranty), Modifying Traffic Monitoring Stations, Mobilization, Structure Excavation (Bridge), Structure Excavation (Type D), Structure Backfill (Bridge), Furnish 18" Cast-In-Steel Shell Concrete Piling, Drive 18" Cast-In-Steel Shell Concrete Pile, Structural Concrete, Bridge Footing, Structural Concrete, Bridge, Structural Concrete, Bridge (Polymer Fiber), Aggregate Base (Approach Slab), Structural Concrete, Approach Slab (Type R), Structural Concrete, Approach Slab (Type N Modified), Paving Notch Extension, Drill And Bond Dowel, Joint Seal (Mr 1"), Bar Reinforcing Steel (Bridge), Bar Reinforcing Steel (Epoxy Coated), Bar Reinforcing Steel (Galvanized), Core Concrete (5"), Bridge Removal (Portion), Bridge Deck Drainage System, Concrete Barrier (Type 60Mgc Mod)

Requirements: Riverside Construction Company, Inc. will work with interested subcontractors to identify opportunities to break down items into economically feasible packages. Requirements: Riverside Construction Company, Inc. is signatory to Operating Engineers, Laborers, Teamsters, Cement Masons, and Carpenters Unions. 100% performance and payment bonds required for the full amount of the subcontract price. Subcontractors must possess a current contractor’s license, insurance and worker’s compensation insurance coverage meeting Riverside Construction Company, Inc. requirements. A copy of the insurance requirements and agreements can be obtained by contacting the Estimator. Please call if you need assistance in obtaining bonding, insurance, equipment, materials, and/or supplies. Riverside Construction Company, Inc. intends to work cooperatively with all qualified firms seeking work on this project. Riverside Construction Company, Inc. is an Equal Opportunity Employer.

Riverside Construction Company, Inc.
License No. 266222
4225 Garner Road Riverside, CA 92501
Phone: 951-682-8308 Fax: 951-682-5872

Estimator Bryan Lounsbury Email: estimating@rivconstruct.com

Published by Contractor’s Estimate, Inc.
Located at http://www.contractorsestimate.com

This advertisement will run from date posted through the bid date.

 
NEWS
&
EVENTS

Caltrans Currently Advertised Projects

SAM SYSTEM FOR AWARD MANAGEMENT

SMBE/SWBE Query

Elite SDVOB Network

 
What are we about? Contact us HOME