Bidder Inquiries

Caltrans Bidding Connect Account:

Sign In (Sign in is required to access Project Plans)

Create Account (Click here to create a Caltrans Bidding Connect Account)


Viewing inquiries for 08-1C08U4

Submit new inquiry for this project


Inquiry #1: We would like to request from Caltrans to provide new .XML files of the PROPOSED SURFACE ONLY, We Noticed that the proposed .XML files currently provided have multiple surfaces within them that cannot be separated.-thank you.





Inquiry submitted 12/08/2022

Response #1:Submitted for consideration
Response posted 12/08/2022


Response #2:This issue will be addressed in an upcoming addendum
Response posted 01/03/2023




Inquiry #2: It is understood that Caltrans includes all work codes associated with the bid items on this contract to identify DBE firms certified in the CUCP that could perform work on this project to help establish the 22% DBE goal. When Caltrans calculated the 22% DBE Goal for this project what work codes were identified as contributing to $52.8 million value of potential DBE participation? What methodologies / calculations were employed to take into account the current capacity of those potential DBE’s to handle this much work in this geographic area?
Inquiry submitted 12/09/2022

Response #1:Submitted for consideration
Response posted 12/09/2022


Response #2:The Office of Civil Rights (OCR) only uses work codes that have sufficient DBE firms in the District where the project is located.
OCR has additional adjustment factors for each District based on the number of DBEs that will work in that District.
For example, District 8 has more DBE firms than the more remote Districts such as Districts 5 and 9 so the adjustment factor is different.
Work codes used toward the DBE Goal for this project include:

C1200 C1920 C3901 C5620 C8609
C1201 C1930 C4010 C6200 C8722
C1532 C1980 C5100 C6650 C8730
C1575 C2030 C5105 C7200 C8760
C1601 C2066 C5110 C7301 C8792
C1901 C2602 C5201 C8602 C8852

Response posted 01/03/2023




Inquiry #3: For Bid Item No. 0145, Item code 665818: regarding the slotted drain, please advise if it is a 6" or a 2.5" grate. ALso, advise if it is a straight or trapezoidal grate.
Inquiry submitted 12/13/2022

Response #1:Submitted for consideration
Response posted 12/13/2022


Response #2:The grate is a 2.5" grate. Per Note 10 on Standard Plan D98B the cross bar spacer shall be either rectangular or tapered at the contractors option.
Response posted 12/14/2022




Inquiry #4: The quantities for item 83 JPCP and item 84JPCP COOA are approximately 11% low. The discrepancy is on the west bound roadway.
Inquiry submitted 12/19/2022

Response #1:Submitted for consideration
Response posted 12/19/2022


Response #2:This issue will be addressed in an upcoming addendum
Response posted 12/21/2022




Inquiry #5: Reference Plan Sheet 6 of 1718 (X-1). Should new structural section 4 read "0.80' JPCP (COOA)" rather than "0.80' JPCP"?

Inquiry submitted 12/20/2022

Response #1:Submitted for consideration
Response posted 12/20/2022


Response #2:This issue will be addressed in an upcoming addendum
Response posted 12/21/2022




Inquiry #6: Traffic Control charts do not address the West Bound on and off ramp closures for Black Rock Road. What chart is applicable for this ramp?
Inquiry submitted 12/20/2022

Response #1:Submitted for consideration
Response posted 12/20/2022


Response #2:It is Chart J2 for WB on-ramps and off-ramps between Teed Ditch Bridge and Arizona State Line.
Response posted 01/13/2023




Inquiry #7: Please post the sign in sheet for the mandatory pre-bid meeting. We are a DBE firm and would like to contact the GC personnel who attended
Inquiry submitted 01/04/2023

Response #1:Submitted for consideration
Response posted 01/05/2023


Response #2:
Aegis Project Controls Subcontractor/Supplier None Stephanie Lesinski, slesinski@consultaegis.com Business Development Manager

Arijet Communications Subcontractor/Supplier DBE Andrew Morris, amorris@arijetcommunications.com President

ATP General Engineering Subcontractor/Supplier Unknown David Donnelly, david.donnelly@martinmarietta.com General Manager

Bargas Environmental Consulting Subcontractor/Supplier SB/DBE
Patrick Sauls, psauls@bargasconsulting.com Project Manager

Central Shotcrete, Inc. Subcontractor/Supplier SB
Paul Mendoza, paul@centralshotcreteinc.com Estimator

Coffman Specialties, Inc. Prime or Subcontractor N/A Martin Keane, estimating@coffmanspecialties.com Senior Estimator

Fisher Sand & Gravel Co. Prime None
Paul Lopez, plopez@fisherind.com Chief Estimator

Granite Construction Company Prime or Subcontractor N/A Julia Hays, julia.hays@gcinc.com Estimating

Guy F Atkinson Construction Prime N/A
Christopher Acosta, christopher.acosta@atkn.com Senior Estimator

LaSalle Solutions, LLC Subcontractor/Supplier SB/DBE Dennis La Salle, lasalle.calif@gmail.com Manager

Mountainview Biological Consulting, LLC Subcontractor/Supplier SB/DBE
Lindsay Willrick, l.willrick@mtn-bio.com Project Manager

Red Team - Go! (RTG) Subcontractor/Supplier DBE
Marie Korgan, marie@redteam-go.com Utilities Coordinator

RMA Subcontractor/Supplier None
Tim Saenz,tsaenz@rmacompanies.com Project Manager

Servitek Electric, Inc. Subcontractor/Supplier SB/DVBE/DBE Geoff Reyes, info@servitekelectric.com President

Skanska USA Civil West Prime N/A
Joe Sidor, joe.sidor@skanska.com Senior Estimator

Synergy Traffic Control, Inc Subcontractor/Supplier SB/DVBE/DBE
David Frelow, david@synergytrafficcontrol.com Estimator

Tri County Development & Construction, Inc. Subcontractor/Supplier SB
Scott Patel scottp@tcdci.com CEO

VHBC, Incorporated Subcontractor/Supplier None Victor Horchar, vhbcinc@gmail.com President, Senior Biologist




Response posted 02/02/2023




Inquiry #8: During the mandatory pre-bid meeting held on December 8, 2022, it was indicated that an addendum with design revisions would be issued as well as a new bid date. Please provide an update of when we can expect the addendum and what the anticipated new bid date will be?

Inquiry submitted 01/04/2023

Response #1:Submitted for consideration
Response posted 01/05/2023


Response #2:A design addendum with new bid opening date will be issued in 1 to 2 weeks
Response posted 01/13/2023




Inquiry #9: Bid Item 0178 (F) - Isolation Casing (Non-corrugated Steel Pipe):
What grade of steel to be used?
What is the galvanization requirement? Type?

Inquiry submitted 01/04/2023

Response #1:Submitted for consideration
Response posted 01/05/2023


Response #2:Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents
Response posted 01/13/2023


Response #3:Refer to Addendum No. 3 dated February 13, 2023. Section 75-7 in the special provisions has been revised.
Response posted 03/14/2023




Inquiry #10: For bid item 177 it has a total weight of 125 K for mis metals Per plan sheet page 595 or DQ 34 it does not appear that the weight of the face plates for the modified OL-2 inlets is included in this quantity please advise
Inquiry submitted 01/05/2023

Response #1:Submitted for consideration.
Response posted 01/12/2023


Response #2:Please see Addendum #1.
Response posted 02/01/2023




Inquiry #11: Reference Special Provisions page 85, section 20-5.07A(4)(a). This section requires that "the bear figure's fabricating company must have at least 40 years of experience". 40 years seems excessive. Please consider reducing the required years of experience to the 5 to 10 year range.

Inquiry submitted 01/05/2023

Response #1:Submitted for consideration.
Response posted 01/12/2023


Response #2:There will be no change to Special Provisions page 85, section 20-5.07A(4)(a). Please bid per current contract documents.
Response posted 01/13/2023




Inquiry #12: The letter dated May 27, 2022 found in item #4 of the Information Handout, indicates that Railroad Insurance will be required for the construction of The Blythe OH bridge 56-0593 R/L. Please provide the "Limit Requirements" for the Railroad Insurance. We assume that because the tracks are not present, the limits would be $2 Million per Occurrence, and $6 Million aggregate. Please confirm.

Inquiry submitted 01/05/2023

Response #1:Submitted for consideration.
Response posted 01/12/2023


Response #2:Please bid per current contract documents
Response posted 01/13/2023




Inquiry #13: Section 14-6.03A of the Project Special Provisions states, "...that will be paid for by the cost items... natural resources protection plan," and "Natural resources plan will follow project avoidances measures concerning biological resources found in PLACC and ECR." There is no Natural Resources Protection Plan listed in the Bid Item List or Section 8 of the Project Special Provisions. Is there a Natural Resources Protection Plan needed?
Inquiry submitted 01/06/2023

Response #1:Submitted for consideration.
Response posted 01/12/2023


Response #2:There is no natural resource protection plan. Please bid per current contract documents.
Response posted 02/02/2023




Inquiry #14: Drawing sheet # 1649 of 1718 Detail A shows a 90 degree hook on the #8 bars.
Being a #8 bar would a field bend acceptable? this is to facilitate CIDH installation in the wet conditions.

Inquiry submitted 01/09/2023

Response #1:Submitted for consideration.
Response posted 01/12/2023


Response #2:Changes may be proposed after contract award. Please bid per current contract documents.
Response posted 01/13/2023




Inquiry #15: Reference is made to page 58 of the Contract Special Provisions. Falsework openings for Blythe OH specifies “Main Tracks NB & SB” with 2 openings, 32’ wide and 24’ high. Per the project plans, tracks in span 2 have been removed. Were these 2 openings intended for “L” Line and “M” Line? If so, please revise vertical clearance to typical 15’ high for vehicular traffic.

Inquiry submitted 01/10/2023

Response #1:Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents
Response posted 01/13/2023


Response #2:Refer to Addendum No. 3 dated February 13, 2023. Section 12-4.03C(1) in the special provisions has been revised.
Response posted 03/14/2023




Inquiry #16: Reference is made to page 60 of the Contract Special Provisions. Falsework openings for Seventh Ave UC specifies “Seventh Ave NB & SB” with 2 openings, 20’ wide and 15.25’ high. Please revise vertical clearance to typical 15’ high for vehicular traffic.

Inquiry submitted 01/10/2023

Response #1:Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents
Response posted 01/13/2023


Response #2:Refer to Addendum No. 3 dated February 13, 2023. Section 12-4.03C(1) in the special provisions has been revised.
Response posted 03/14/2023




Inquiry #17: Reference is made to page 60 of the Contract Special Provisions. Falsework openings for Route 10-95 Separation specifies “Route 95 Intake Blvd NB & SB” with 2 openings, 32’ wide and 16.08’ high. Please revise vertical clearance to typical 15’ high for vehicular traffic.

Inquiry submitted 01/10/2023

Response #1:Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents.
Response posted 01/13/2023


Response #2:Refer to Addendum No. 3 dated February 13, 2023. Section 12-4.03C(1) in the special provisions has been revised.
Response posted 03/14/2023




Inquiry #18: Section 14 of the Project Special Provisions mention "The CSB shall implement and monitor specific avoidance and minimization measures as specified in the Caltrans provided CDFW-approved nesting bird plan." A nesting bird plan is not provided in the Information Handout. Will a nesting bird plan be provided for reference before the bid opening date?
Inquiry submitted 01/10/2023

Response #1:Submitted for consideration
Response posted 01/13/2023


Response #2:This issue will be addressed in an upcoming addendum
Response posted 02/07/2023




Inquiry #19: Reference Special Provisions page 44. The third paragraph under "add to the end of section 12-3.20A(1)" indicates that "Temporary Barrier System must be Type K temporary railing". Will temporary barrier rail that is MASH certified compliant but not Type K be acceptable for this project?

Inquiry submitted 01/11/2023

Response #1:Submitted for consideration
Response posted 01/13/2023


Response #2:Changes may be proposed after contract award. Please bid per current contract documents.
Response posted 01/23/2023




Inquiry #20: Approximately 70% of the length of this project is an overlay of the existing asphalt roadway with a new PCCP section that is over 1’ higher than the existing roadway.  The staging plans require construction of the detour road in Stage 1.  This detour road becomes the finish surface of the permanent inside shoulder.  Because the asphalt and aggregate base sections in the detour roadway are significantly higher than the adjacent existing roadway in Stage 1, several issues arise with the current design: 1) Without the future Stage 2/3 concrete to pave against in Stage 1, the edge compaction and grade control of the detour (future inside shoulder) paving is not possible. Will Caltrans consider paying for cement treatment, a concrete “retaining curb”, or a thickened edge of asphalt to prevent deterioration of this edge?

Inquiry submitted 01/11/2023

Response #1:Submitted for consideration
Response posted 01/13/2023


Response #2:Bid per the contract plans. It is up to the discretion of the bidder to utilize construction methods and means as deemed necessary to provide a smooth, vertical surface for the final product in addition to proper compaction and grade control
Response posted 01/19/2023




Inquiry #21: Can the #8 vertical rebar be field bent for the CIDH piles at the Blyth OH at the bent location. This will facilitate the installation of the CIDH and mitigate congestion.
Inquiry submitted 01/12/2023

Response #1:Submitted for consideration
Response posted 01/13/2023


Response #2:Changes may be proposed after contract award. Please bid per current contract documents.
Response posted 01/23/2023




Inquiry #22: Please provide Distance from Original Grade and voltages of Overhead power lines found approximately 40' west from Bent 4 at Blythe Overhead.
Inquiry submitted 01/13/2023

Response #1:Submitted for consideration
Response posted 01/13/2023


Response #2:There are two circuits that cross the freeway.

Ehlers 4kV
Onion 12kV

Pole 1904164E is an 80’ pole with it being 10’ in the ground Pole 1904163E is a 70’ pole with it being 9’ in the ground.


Response posted 02/06/2023




Inquiry #23: Please clarify what item "Remove Exist Shrubs/Groundcover" and "Remove Exist Tree" will be paid for under. It states on the plan (sheet 1382), that both items are paid for under Roadside Clearing. If this is correct, what is included under Item 0043 Clearing and Grubbing?

Thank you.

Inquiry submitted 01/17/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Please see Sect 17-2 of the Standard Specifications. Please bid per current contract documents
Response posted 03/08/2023




Inquiry #24: Reference Special Provisions page 81. The third correction on this page reads "Replace the 2nd paragraph of section 20-1.03C(4) with:" Please provide the replacement description as it appears to be missing.

Inquiry submitted 01/17/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Please see Addendum #3
Response posted 03/03/2023




Inquiry #25: Please provide the number of working days that will be required for the Plant Establishment Work - Bid Item No. 61.

Inquiry submitted 01/17/2023

Response #1:This issue will be addressed in an upcoming addendum
Response posted 01/19/2023




Inquiry #26: Please provide detail for Item # 203 - Pipe Handrailing. Thanks
Inquiry submitted 01/18/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Please see Addendum #2.
Response posted 03/08/2023




Inquiry #27: Per Sheet LQ-1 "Landscape Quantities" the stated depth for the Gravel Mulch is 3 inches. However, per the "Type 1, Type 2, & Type 3 Gradation Requirements" Chart on PDF page 98 of the job specifications it states that at least 20% of the gravel mulch needs to be 4 inch plus. Please clarify what appears to be a discrepancy.
Inquiry submitted 01/18/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Please bid per current contract documents.
Response posted 04/05/2023




Inquiry #28: Please specify duration for plant establishment (bid item #61).
Inquiry submitted 01/18/2023

Response #1:This issue will be addressed in an upcoming addendum
Response posted 01/19/2023




Inquiry #29: Refer bid item #68 - Fiber roll, Please advise Fiber Roll installation type (Type 1 or Type 2)?
Inquiry submitted 01/19/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Type 1.
Response posted 02/02/2023




Inquiry #30: The plans specify “RCP” and “CSP” for a majority of the project’s storm drain conveyance.  As Alternative Pipe Culvert (APC), HDPE (64-2.02A), and polypropylene pipe (64-2.02A) meet Caltrans’ five design substitution requirements of service life, operation economy, maintenance ease, desired appearance, and design and safety, will APC or plastic pipe be allowed in lieu of RCP and CSP?

Inquiry submitted 01/19/2023

Response #1:Changes may be proposed after contract award. Please bid per current contract documents
Response posted 01/20/2023




Inquiry #31: We are in receipt of Addendum 1 issued on January 19, 2023. Due to the multiple design revisions, bid item revisions (79 ea), and revised or added plan sheets (+/- 1,000 ea), we would like to request that the bid date be extended a minimum of an additional 3 weeks to March 9, 2023 in order to evaluate the many revisions and provide the best pricing possible to the State.

Inquiry submitted 01/19/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:This issue will be addressed in an upcoming addendum
Response posted 02/07/2023




Inquiry #32: Response #2 to RFI #1 indicated that corrected CAD files would be addressed in an upcoming addendum. We do not see that they were provided in Addendum 1 that was issued on January 19, 2023. Please provide updated CAD files corresponding to the multiple revisions from Addendum 1 as soon as possible.

Inquiry submitted 01/19/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Please see Addendum #2.
Response posted 03/07/2023




Inquiry #33: We would like to request that cross sections in .PDF and .DGN that correspond to the many revisions in Addendum 1 be provided as soon as possible.

Inquiry submitted 01/19/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Please see Addendum #2.
Response posted 03/08/2023




Inquiry #34: Reference Addendum 1, updated Bid Item List. Bid item 0012 - Temporary Traffic Stripe (Paint) quantity was revised to 146,000 LF. This updated quantity appears incorrect. Please review and correct.

Inquiry submitted 01/19/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 02/07/2023




Inquiry #35: Reference Addendum 1, updated Bid Item List. Bid item 0190 - Pavement Marker (Retroreflective) quantity was revised to 136,000 EA. This updated quantity appears incorrect. Please review and correct.

Inquiry submitted 01/20/2023

Response #1:Submitted for consideration
Response posted 01/20/2023


Response #2:Please see Addendum #2
Response posted 02/07/2023




Inquiry #36: Please provide updated bid schedule for Item #200 - Midwest Guardrail System (Steel Post) per Addendum 1's Revised Lay-out Sheets and Summary of Quantities. Thanks
Inquiry submitted 01/20/2023

Response #1:Bid item no. 200 Midwest Guardrail System (Steel Post) 10,100 ft. quantity was not changed. Please bid per current contract documents
Response posted 01/24/2023




Inquiry #37: The railroad permit states that flaggers may be needed. Who will pay for any flagger time if required?
Inquiry submitted 01/20/2023

Response #1:Submitted for consideration
Response posted 01/24/2023


Response #2:See supplemental information. Please bid per current contract documents.
Response posted 03/08/2023




Inquiry #38: Reference Addendum 1, updated Bid Item List. Bid item 0226 - 12" Rumble Strip (Concrete Pavement) was deleted. The revised Typical Cross Section plan sheets included with Addendum 1 still indicate that the 12" Rumble Strip on the Outside is to be placed in the concrete. Please review and confirm whether the outside rumble strip is to be placed in concrete or in the asphalt shoulder.

Inquiry submitted 01/20/2023

Response #1:Submitted for consideration
Response posted 01/24/2023


Response #2:This issue will be addressed in an upcoming addendum
Response posted 02/07/2023




Inquiry #39: Reference Addendum 1, updated Bid Item List. Bid item 0226 - 12" Rumble Strip (Concrete Pavement) was deleted. The revised Typical Cross Section plan sheets included with Addendum 1 still indicate that the 12" Rumble Strip on the Outside is to be placed in the concrete. Please review and confirm whether the outside rumble strip is to be placed in concrete or in the asphalt shoulder.

Inquiry submitted 01/20/2023

Response #1:Submitted for consideration
Response posted 01/24/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 02/07/2023




Inquiry #40: We would like to request that any future plan sheet revisions be "clouded" with the changes indicated for that plan sheet.

Inquiry submitted 01/20/2023

Response #1:Submitted for consideration
Response posted 01/24/2023


Response #2:The inverted triangle with the addendum number inside are used for Addendum plan sheet revisions. Cloud are used for CCO plan sheet revisions. Please bid per current contract documents.
Response posted 03/21/2023




Inquiry #41: Caltrans added quantity to items the JPCP items 83 and 84 in addendum #1, then deleted the JPCP in the shoulders reducing the quantities by +/- 50,000 cubic yards. Please verify the quantities of items 83 and 84.
Inquiry submitted 01/20/2023

Response #1:Submitted for consideration
Response posted 01/24/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 02/07/2023




Inquiry #42: In addendum 1 Caltrans modified several typical cross sections. Can Caltrans clarify the the call outs on the inside shoulders that say "Var 1.6' to 10' (Or 20.42')" This is a very confusing note and there is no specification as to what stationing this call out is for?
Inquiry submitted 01/26/2023

Response #1:Submitted for consideration
Response posted 01/26/2023


Response #2:Please see Stage Construction Plan and Detour Plan for the width of inside shoulder (Addendum 1)
Response posted 03/21/2023




Inquiry #43: Bid Item 398300 Remove Base and Surfacing
The quantities shown on the plans (1682 cy) differ significantly than the Bid Item QTY (20800 cy). The the remaining qty quantified somewhere else other than sheet Q-6??

Inquiry submitted 01/26/2023

Response #1:Submitted for consideration
Response posted 01/26/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 02/07/2023




Inquiry #44: The Quantities for the Detour Paving on Sheet Q1 & Q2 do not match the projected take off quantites on Sheets SC-1 & SC-2, which in turn do not match the detour Takeoff Quantities on sheets X-1 thru X-17. Can Caltrans provide accurate cross sections to reflect where the Quantities are derived from??
Inquiry submitted 01/31/2023

Response #1:Submitted for consideration
Response posted 02/02/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 02/07/2023




Inquiry #45: Can Caltrans provide a detail for the Shoulder Strengthening work to be done such as milling depths required per location??
Inquiry submitted 02/02/2023

Response #1:Submitted for consideration
Response posted 02/02/2023


Response #2:See Typical Cross Sections; structural section 4 ( outside shoulder and see detail B ( sheet X-2) Locations of structural section 4, see typical cross sections and Layout. Cold plane (milling depth) 0.1'; see structural section 4.
Response posted 03/21/2023




Inquiry #46: Does Caltrans anticipate postponing the bid date due to the many unanswered Bidder Inquiries and errors with quantities on the bid item list not matching the revisions issued in Addendum 1 (in particular the Asphalt and Concrete Paving items)?

Inquiry submitted 02/03/2023

Response #1:Submitted for consideration
Response posted 02/07/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 02/07/2023




Inquiry #47: Reference Bid Item 139 - 24" Temporary Culvert - 660 LF that was shown on plan sheet 1161. The revised plan sheet 1161 included in Addendum 1 now indicates 18" Temporary Culvert. Should Bid Item 139 be deleted from the Bid Item List? If not, please provide plans showing the location of the 24" Temporary Culvert.

Inquiry submitted 02/07/2023

Response #1:Submitted for consideration
Response posted 02/14/2023


Response #2:Please bid per current contract documents.
Response posted 04/05/2023




Inquiry #48: Rannells Drain Bridge (BR No. 56-0588 L/R) has a continuous follow of water under the structures that appears to be agriculturally related.  In order to remove/replace the concrete channel and install CIDH piles per the plans, the water flow must be properly controlled.  Please provide the flow of agriculturally related water that must be diverted (cfs) and confirm whether the water flow may be completely blocked for some duration of time.

Inquiry submitted 02/09/2023

Response #1:Submitted for consideration
Response posted 02/14/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 03/03/2023


Response #3:Please see Addendum #6.
Response posted 03/27/2023




Inquiry #49: Bid Item 178, Isolation Casing (non corrugated steel pipe) is specified in Special Provision 75-7.02 to comply to Spec Section 67-2. This section is exclusively for structural metal plate pipe made from corrugated metal. What is the correct specification governing these isolation casings?
Inquiry submitted 02/10/2023

Response #1:Submitted for consideration
Response posted 02/14/2023


Response #2:Refer to Addendum No. 3 dated February 13, 2023. Section 75-7 in the special provisions has been revised.


Response posted 03/15/2023




Inquiry #50: Reference Special Provisions section 72-8.02D. This section indicates that RSP fabric must be Class 10. The drainage plans and Bid item 169 call for Rock Slope Protection Fabric (Class 8). Please clarify whether RSP fabric should be Class 8 or Class 10.

Inquiry submitted 02/13/2023

Response #1:Submitted for consideration
Response posted 02/14/2023


Response #2:Please see Addendum #4.
Response posted 03/21/2023




Inquiry #51: Reference Addendum #1 new detour plan sheets DE-1 to DE-15. These plans show the installation of Temporary Barrier System (TBS) that are in addition to the TBS shown on the Traffic Handling Plans. The quantity of TBS on the DE plans does not appear to be included in the Traffic Handling Quantities sheets THQ-1 to THQ-19. We will assume that the TBS shown on the Detour plans will be paid as change order work as it is not included in the quantity for Bid Item 18 - Temporary Barrier System unless otherwise clarified by addendum.

Inquiry submitted 02/14/2023

Response #1:Submitted for consideration
Response posted 02/14/2023


Response #2:Please bid per current contract documents
Response posted 02/15/2023




Inquiry #52: Just want to point out that the Online Bid submittal through AASHTOWare Project Bids still indicates a letting date of today, 2-16-2023 rather than the new bid date of 3-9-2023 as indicated in Addendum #3.
Inquiry submitted 02/16/2023

Response #1:Submitted for consideration
Response posted 02/21/2023


Response #2:Please refer to 08-1C08U4_0309 project under Letting Date of March 9, 2023 in Bidx.com.
Response posted 02/21/2023




Inquiry #53: BID ITEM # 0186 - Temporary Desert Tortoise Fence . Are the materials used to construct this item of temporary work required to comply with State Standard Provision 6-1.04C
(Buy America)?

Inquiry submitted 02/20/2023

Response #1:Submitted for consideration
Response posted 02/21/2023


Response #2:Please follow requirements per Section 6-1.06 of the Special Provisions.
Response posted 04/03/2023




Inquiry #54: Reference Bid Item 50 - Imported Borrow. The bid item quantity of 740,000 CY appears to be approximately 40% high. Please review.

Inquiry submitted 02/24/2023

Response #1:Submitted for consideration
Response posted 03/02/2023


Response #2:Please bid per current contract documents.
Response posted 04/05/2023




Inquiry #55: Reference Special Provisions page 85, section 20-5.07A(4)(a). This section requires that "the bear figure's fabricating company must have at least 40 years of experience"

The only company ( QCP ) that meets this criteria is not bidding this project. We request that this requirement be changed otherwise there is no precast company that meets this unnecessary requirement.

Inquiry submitted 03/07/2023

Response #1:Submitted for consideration
Response posted 03/07/2023


Response #2:This issue will be addressed in an upcoming addendum.
Response posted 03/08/2023


Response #3:Please see Addendum #6.
Response posted 03/27/2023




Inquiry #56: Addendum 6, file 08-1C08U4ad6IH.pdf, is an empty zip folder or is corrupted. Can you please send it again once resolved?
Inquiry submitted 03/22/2023

Response #1:Submitted for consideration
Response posted 03/29/2023


Response #2:Please bid per current contract documents.
Response posted 04/05/2023




Inquiry #57: Addendum #6 provided an Informational Handout that dictates the area named "Project Footprint" on the map at the end of the handout. Is the intent to not allow contractor ability to work past that footprint line to build the project? Limiting access to the area between Footprint line and ROW fence. If we are limited to working within project footprint it will add considerable cost and complexity to construct this project, as we have traffic limiting the other side of our work zone.
Inquiry submitted 03/24/2023

Response #1:Submitted for consideration
Response posted 03/29/2023


Response #2:Contractor is not allowed to encroach beyond the environmental clearance limits (project footprint).
Response posted 04/04/2023


The information provided in the responses to bidder inquiries is not a waiver of Section 2-1.07, "JOB SITE AND DOCUMENT EXAMINATION" of the Standard Specifications or any other provision of the contract, nor to excuse the contractor from full compliance with the contract. Bidders are cautioned that subsequent responses or contract addenda may change a previous response.