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 07-356604

Submit new inquiry for this project


Inquiry #1: Are the 60", 72", and 78" Sign CIDH Foundations designed as end bearing piles or side friction piles ?
Inquiry submitted 10/22/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2023


Response #2:The overhead sign piles are designed for skin friction.
Response posted 11/07/2023




Inquiry #2: Please provide the lateral/moment demand curve for all of the CIDH Sign Foundations
Inquiry submitted 10/26/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/26/2023


Response #2:Please bid per contract documents.
Response posted 11/09/2023




Inquiry #3: Would Caltrans allow as a design build value engineering proposal to provide a structurally equivalent 4' diameter CIDH Sign Foundation in Lieu of the original 5' diameter design ? We would become the Engineer of Record for the 4' diameter CIDH Sign Foundation.

The 4' diameter CIDH would provide the equivalent or greater skin friction area than the original 5' diameter design and would have equivalent or greater moment capacity.

Inquiry submitted 10/26/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/26/2023


Response #2:Please bid per contract documents.
Response posted 11/09/2023




Inquiry #4: Please provide locations for the Capped Stakes necessary for the Temporary Barrier System shown on standard detail T3B. The drawings do not show enough detail to determine where they are required.
Inquiry submitted 10/26/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/29/2023


Response #2:Please bid per contract documents.
Response posted 11/15/2023




Inquiry #5: _Due to conflicting project schedules, project value and complexity of this project please consider a minimum 1 month extension to the project bid date.
Inquiry submitted 10/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/29/2023


Response #2:Bid opening will occur as scheduled.
Response posted 11/15/2023




Inquiry #6: _Please confirm Owner is generator of pre-existing haz mat, will sign all transportation manifests, and will indemnify Contractor from losses from pre-existing haz mat.
Inquiry submitted 10/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/29/2023


Response #2:
The state is generally the generator for Haz mat on state properties
Construction will sign manifests prior to transportation and hauling from the jobsite
The State will not indemnify the contractor for pre-existing Haz Mat -- Contractor must perform necessary testing prior to starting the work

Response posted 11/15/2023




Inquiry #7: _Please verify if the owner will provide a waiver for consequential damages?
Inquiry submitted 10/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/29/2023


Response #2:The State will not provide waiver for consequential damages.
Response posted 11/15/2023




Inquiry #8: _Please verify if the owner will provide a waiver of subrogation?
Inquiry submitted 10/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/29/2023


Response #2:The State will not provide waiver for Subrogation.
Response posted 11/15/2023




Inquiry #9: Would Caltrans allow as a design build substitute to provide a structurally equivalent 4' diameter CIDH Sign Foundation with the top 5 ft being the original diameter in lieu of the original diameter full depth design ? We would become the Engineer of Record for the 4' diameter with larger diameter CIDH Sign Foundation at the top 5 ft. This way all of the hardware and embed requirements are not affected by our design build approach.

The 4' diameter CIDH would provide the equivalent or greater skin friction area than the original design and would have equivalent or greater moment capacity.

Inquiry submitted 10/30/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/30/2023


Response #2:Please bid per contract documents.
Response posted 11/09/2023




Inquiry #10: Upon review of the bid items and roadway quantiles, there does not appear to be an item for Tack Coat. Please review and clarify.
Inquiry submitted 11/01/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/02/2023


Response #2:Please refer to addendum No.1 issued on Nov 27, 2023.
Response posted 11/28/2023




Inquiry #11: Please Note: The upper 5 ft of the CIDH would be the original diameter therefore your concern would be mitigated. Whatever the original diameter is called out for in the contract drawings would be provided for the upper 5' of the CIDH.

Original question below:

Would Caltrans allow as a design build substitute to provide a structurally equivalent 4' diameter CIDH Sign Foundation with the top 5 ft being the original diameter in lieu of the original diameter full depth design ? We would become the Engineer of Record for the 4' diameter with larger diameter CIDH Sign Foundation at the top 5 ft. This way all of the hardware and embed requirements are not affected by our design build approach.

The 4' diameter CIDH would provide the equivalent or greater skin friction area than the original design and would have equivalent or greater moment capacity.

Inquiry submitted 11/02/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/02/2023


Response #2:Please bid per contract documents.
Response posted 11/09/2023




Inquiry #12: The quantity for AC Dike material is not included in the quantity sheets. Please clarify where the material for AC dike is paid.
Inquiry submitted 11/02/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/03/2023


Response #2:To clarify, the quantity for “Hot Mix Asphalt (Type A)” shown on Q-1 is the tonnage for both the pavement as well as the dikes. The length of dikes are shown on Q-2 “Place AC Dike (Type X)”.
Response posted 11/06/2023




Inquiry #13: Please confirm if Caltrans is not upgrading the the existing Concrete Median Barrier to latest standards.
Inquiry submitted 11/06/2023

Response #1:Caltrans is only upgrading the existing concrete median barrier in the specific locations shown on the project plans.
Response posted 11/06/2023




Inquiry #14: Other Caltrans currently bidding have amended Special Provisions 9-1.08 to include Payment Adjustment for Fuel Price Index Fluctuations. Will Caltrans incorporate this into this bid due to the overall size of the project?
Inquiry submitted 11/06/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/06/2023


Response #2:See Standard Specifications section 9-1.07. Please bid per contract documents.
Response posted 11/15/2023




Inquiry #15: _Please clarify pavement section type and station limits for MVP shown at SB 605 approx. STA 824+00.
Inquiry submitted 11/06/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2023


Response #2:The MVP shown at this location will be constructed by others and is not part of this project.
Response posted 11/07/2023




Inquiry #16: _Please provide missing typical cross section NB 869+70 to 878+82 and SB 869+70 to 885+62.
Inquiry submitted 11/06/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2023


Response #2:Please refer to addendum No.1 issued on Nov 27, 2023.
Response posted 11/28/2023




Inquiry #17: _Typical cross sections shown a variation in slab widths from 12' to 13' throughout the project. Please clarify longitudinal joint transition when changing from a 12' slab to a 13' slab, or vice versa. Can this be stepped over 1' at the nearest transverse joint, or will this require a joint transition taper? If so, please specify taper distance. At the sections showing (2) 12' lanes #3 & #4 plus a Variable #5 lane, it would be significantly more cost effective to maintain the same 13' slab widths in Lanes #3 & #4 and adjusting the width of the variable Slab #5 accordingly. During 55hr weekends, there is not enough time to make these width changes to the paving machines, which will result in gaps in the work and ultimately result in additional cost and time by way of additional 55hr weekends to fall back and complete the alternative lane widths should these lane width changes be a requirement. Please confirm the Contractor can maintain consistent 13' slab widths throughout the corridor as a more productive and economical approach to completing the project.
Inquiry submitted 11/06/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2023


Response #2:Longitudinal joint tapers will not be allowed. Please bid per contract documents.
Response posted 11/15/2023




Inquiry #18: _Several typical cross sections show a 2' widened PCC slab in Lane #4 extending beyond RETW into the shoulder. However, at the joints tying-in to adjacent ramp transition PCC pavement, the 2' widened slab is no longer used, and the joint between the Lane #4 PCC slab and the ramp PCC slab steps back to RETW. This will create numerous width changes in the Lane #4 PCC slabs (ex. switching back and forth between 13' and 11' slab widths at each entrance and exit ramp). Given that the work is to be performed exclusively during 55hr weekends, there is not enough time during the 55hr weekend to perform these width changes to the paving machines, which will result in gaps in the work and ultimately result in additional cost and time by way of additional 55hr weekends to complete the alternative lane width sections should these lane width changes be a requirement. The Contractor recommends maintaining a consistent Lane #4 slab width (i.e. maintaining the 2' widened slab) through the entrance and exit ramp transitions to allow for a more productive and economical approach to completing the work. Since the cross slope appears to be maintained across the mainline and ramp transition pavement sections, the location of this pavement joint (i.e. at RETW, or 2' outside RETW) should not make a difference to traffic mobility, and further, this should have no impact to the Engineers' pay item quantity. Please confirm the 2' widened slabs in Lane #4 can be maintained through the entrance and exit ramps.
Inquiry submitted 11/06/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2023


Response #2:Please bid per contract documents.
Response posted 11/09/2023




Inquiry #19: _THD-5 provides a typical detail for shifting mainline lanes and setting temp barrier for median overhead sign construction. At STA 884+40, it appears a conflict exists with the Peck Rd SB On Ramp traffic. Based on the limits of available pavement and the traffic handling design standards for ramp merging, there will not be enough room for the ramp merge taper to coexist with the limits of the mainline shift. Please review and advise on alternative traffic handling for the work area at STA 884+40. It's recommended that Caltrans close the HOV lane for the duration of this work, similar to details shown on THD-4.
Inquiry submitted 11/06/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2023


Response #2:Please refer to addendum No.1 issued on Nov 27, 2023.
Response posted 11/28/2023




Inquiry #20: _Please clarify if ramp paving details on P35 will be applicable, including reinforcement requirements.
Inquiry submitted 11/06/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2023


Response #2:Please bid per contract documents.
Response posted 11/15/2023




Inquiry #21: Special Provision Section 8-1.09, Incentive/Disincentive For Early/ Late Completion allows 34 extended 55 hour closures to complete Section Type 1 and Type 2. For this work to be completed in 34 closures, the contractor will have to complete on average 4,000 cy of JPCP(RSC), 1,200 cy LCB Rapid Set, 1,700 cy Class 3 Base and over 6,800 cy excavation/pavement removals. This amount of work to be performed in 34 closures is unrealistic and unacheivable. Significant more closures are needed, at least double the 34 closures, to construct this volume of work. Please add more allowable closures
Inquiry submitted 11/07/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2023


Response #2:Per Special Provision Section 8-1.09, the Incentive/Disincentive applies only to the work on the #3 lane.
Response posted 11/13/2023




Inquiry #22: Due to the size and scope of this project, as well as the amount of DBE subcontractor and suppliers that will be involved, will Caltrans please extend the bid date.
Inquiry submitted 11/13/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/13/2023


Response #2:Bid opening will occur as scheduled.
Response posted 11/15/2023




Inquiry #23: How are the removals for the approach slabs being paid for?
Inquiry submitted 11/15/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/15/2023


Response #2:Refer to section 51-5.03D(2), "Removal of Existing Facilities" and section 9-1.03, "Payment Scope" of the Standard Specifications for how the removal is paid for in the Structural Concrete, Approach Slab (Type R) bid item.
Response posted 11/17/2023




Inquiry #24: Has this project received any state funds and therefore the mandatory 25% SBE participation required by AB2019 applies ?
Inquiry submitted 11/15/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/16/2023


Response #2:This contract has a 22% DBE goal. The 25% SBE requirement does not apply.
Response posted 11/17/2023




Inquiry #25: Due to the unusually long plant establishment will Caltrans consider having two separate contract acceptance dates to start the warranty period for the roadway work once the roadway work is complete.

As currently written the warranty period would not start until final contract acceptance which is not until after the 3 year plant establishment period.

Inquiry submitted 11/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/20/2023


Response #2:Please bid per contract documents.
Response posted 11/28/2023




Inquiry #26: Good morning,

Is there anything that would prevent us from using only 3/8 Pea Gravel and Sand aggregates to make all the different mix designs Caltrans specifies ? We are looking to use a portable batch plant system and it only has 2 aggregate bins and using 3/8 Pea Gravel allows for more mix designs. 

I looked and couldn't find anything in the 2023 Standard Specifications that would prevent me from using only 3/8 Pea Gravel and Sand Aggregates. 

Inquiry submitted 11/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/20/2023


Response #2:Please bid per contract documents.
Response posted 11/28/2023




Inquiry #27: Good morning,

Is there anything that would prevent us from using only 3/8 Pea Gravel and Sand aggregates to make all the different mix designs Caltrans specifies ? We are looking to use a portable batch plant system and it only has 2 aggregate bins and using 3/8 Pea Gravel allows for more mix designs.

I looked and couldn't find anything in the 2023 Standard Specifications that would prevent me from using only 3/8 Pea Gravel and Sand Aggregates.

Inquiry submitted 11/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/20/2023


Response #2:Please bid per contract documents.
Response posted 11/28/2023




Inquiry #28: Due to the upcoming holidays, and multiple large scale projects bidding on 11/30, we would like to request a minimum of a 2 week bid extension.
Inquiry submitted 11/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/20/2023


Response #2:Bid date postponed to December 7, 2023 per Addendum #2
Response posted 12/01/2023




Inquiry #29: Please review the engineer's quantity for Bid Item # 81 - Remove Concrete Pavement.
Inquiry submitted 11/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/20/2023


Response #2:Please bid per contract documents.
Response posted 11/28/2023




Inquiry #30: Plan sheet #300 has a typical detail showing the traffic lane configuration during the 55-hour extended weekend closure to replace lane #4. This typical detail requires 3 lanes to remain open to traffic. The work zone consists of 6' behind the temporary K-Rail, 13' lane #4, and 8' existing shoulder. This zone does not allow room for trucks and equipment to pass each other. In other words, one operation will have to be performed and completed prior to the next operation. Would the state allow a typical detail similar to what is shown in plan sheet #301? This detail requires 2 lanes to remain open to traffic. Using this detail would provide a clear space of 19' from back of K-Rail to the inside of lane #4. Thus, allowing for equipment to be able to pass each other. This will greatly increase work efficiency and lower construction costs.
Inquiry submitted 11/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/20/2023


Response #2:Please bid per contract documents.
Response posted 11/28/2023




Inquiry #31: Sheet TH-1 access restrictions to construct lane 4 limits the amount of concrete lane that can be constructed on a given weekend. This chart does not give adequate access for equipment and trucks, thus increasing the number of 55-hour weekends required, contract time, and cost. Will Caltrans change the lane closure restrictions to allow for additional lanes be taken, or TH-2 used for lane 4?
Inquiry submitted 11/21/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/21/2023


Response #2:Please bid per contract documents.
Response posted 11/28/2023




Inquiry #32: No clarification has been made for the absence of a Tack Coat item for asphalt concrete paving. Will there be a clarification?
Inquiry submitted 11/21/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/21/2023


Response #2:Please bid per contract documents.
Response posted 11/28/2023


Response #3:See addendum No.1 dated November 27, 2023.
Response posted 12/01/2023




Inquiry #33: Ref. Plan sheet 304(THD-5) and 305(THD-6): The traffic handling details call out for temporary striping. Please provide a temporary striping bid item to cover this work.
Inquiry submitted 11/21/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023


Response #2:Please refer to addendum No.1 issued on Nov 27, 2023.
Response posted 11/28/2023




Inquiry #34: Please provide a bid item for temporary striping to stripe the new JPCP after the 55 hour EWC's.
Inquiry submitted 11/21/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023


Response #2:Please bid per contract documents.
Response posted 12/01/2023




Inquiry #35: Summary of Quantities sheet Q-1, Roadway Quantities table indicates Isolation Joint Seal (Preformed Compression) is not a separate bid item and should be bid incidental to BI 78 JPCP (RSC). However, isolation joint seal is per standard section 41 not section 40. Please provide bid item for Isolation Joint Seal (Preformed Compression).
Inquiry submitted 11/21/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023




Inquiry #36: Additional details needed for Concrete Barrier Type MF Mod. Details on DD-7 and DD-8 do not show rebar nor does it give details for the transition into the MF Mod. Sheets C-85 and C-86 only shows trans into MGF Mod. Please Revise.
Inquiry submitted 11/21/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023


Response #2:Use Standard Plan A76AC to transition from Type 50 barrier to Type 60MF Mod barrier.
Response posted 12/01/2023




Inquiry #37: Traffic Handling Quantities THQ-4(322/847) shows temporary pavement delineation work at 14 locations and references Sheet No. THD-4(303/847). THD-4 Typical has no temporary pavement delineation. Please provide details on where this quantities is to be installed or remove the quantity from THQ-4.
Inquiry submitted 11/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023


Response #2:Please refer to addendum No.1 issued on Nov 27, 2023.
Response posted 12/01/2023




Inquiry #38: Traffic Handling Quantities THD-6(305/847) shows temporary pavement delineation that is not quantified on THQ-4(322-847). Please advise if temporary pavement delineation is required as shown on THD-6; if so, please revise THQ-4.
Inquiry submitted 11/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023


Response #2:Please refer to addendum No.1 issued on Nov 27, 2023.
Response posted 12/01/2023




Inquiry #39: We would like to request a minimum 2 week bid extension due to the size and scope of the project as well as other large sized Caltrans projects bidding on 11/30 as well.
Inquiry submitted 11/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023


Response #2:Bid date postponed to December 7, 2023 per Addendum #2.
Response posted 12/01/2023




Inquiry #40: We would like to request a minimum 2 week bid postponement due to the size and scope of the project as well as other projects bidding on 11/30 as well.
Inquiry submitted 11/27/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2023


Response #2:Bid date postponed to December 7, 2023 per Addendum #2.
Response posted 12/01/2023




Inquiry #41: Can you please let us know when the numerous unanswered bidder inquiries will be addressed? Also, is the bid date going to be postponed due to the unanswered inquiries?
Inquiry submitted 11/28/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/29/2023


Response #2:Bid schedule December 7, 2023 per Addendum #2.
Response posted 12/01/2023




Inquiry #42: Reference In-Use Off-Road Diesel-Fueled Vehicle List Form – If a subcontractor does not own or operate a vehicle subject to the requirements of Section 2-1.11, how is the Bidder to indicate those subcontractors on the required form?
Inquiry submitted 12/01/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 12/05/2023


Response #2:Please bid per contract documents.
Response posted 12/07/2023




Inquiry #43: Reference In-Use Off-Road Diesel-Fueled Vehicle List Form – Are there any scopes of work for which this requirement does not apply?
Inquiry submitted 12/01/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 12/05/2023


Response #2:Please bid per contract documents.
Response posted 12/07/2023




Inquiry #44: Detail is still needed for Concrete Barrier Type 60MF Mod. Needs to show why it is considered a modified barrier and not per standard plans. Rebar details needed as well to show any modifications made/ tie ins to drainage. Rebar/ dimensions are only given for the drainage inlets. (DD-7; DD-8)
Inquiry submitted 12/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 12/05/2023


Response #2:Please bid per contract documents.
Response posted 12/07/2023




Inquiry #45: _Typical Sections call for isolation joint seal between new and existing pavements. Please clarify type of joint seal required. Please also clarify method of payment as no item is provided for isolation joint seal, and is typically paid as its own bid item.
Inquiry submitted 12/05/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 12/05/2023


Response #2:Please see addendum 3 and contract plans for type of isolation joint seal. Please bid per contract documents.
Response posted 12/07/2023




Inquiry #46: _Please clarify the locations for the joint seals with a movement range of 1/2'', 1'', and 2'' at Rivergrade OH (Valley UC).
Inquiry submitted 12/05/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 12/05/2023


Response #2:Please bid per contract documents.
Response posted 12/07/2023




Inquiry #47: _Per the Reinforced Pipe Encasement Detail, there is a #4 bar that is to be placed 2.5' to 3' into the adjacent JPCP. There are multiple locations where the adjacent JPCP is not being replaced. Requesting to Drill and Bond #4 bars and splice with the rebar cage.
Inquiry submitted 12/05/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 12/05/2023


Response #2:If the adjacent JPCP is not being replaced, the Contractor can drill and bond rebar into the existing concrete.
Response posted 12/07/2023




Inquiry #48: _Clarification. In-Use Off-Road Diesel-Fueled Vehicle List. Is the "Bidding Firm" box for the Prime Contractor and then the subcontractor submitting the form will be listed below along with their DOOR ID and Fleet information? Or is this box for subcontractor or prime whomever is completing the form?
Inquiry submitted 12/06/2023

Response #1:Please bid per contract documents.
Response posted 12/07/2023




Inquiry #49: _Clarification. In-Use Off-Road Diesel-Fueled Vehicle List. Is the "Bidding Firm" box for the Prime Contractor and then the subcontractor submitting the form will be listed below along with their DOOR ID and Fleet information? Or is this box for subcontractor or prime whomever is completing the form?
Inquiry submitted 12/06/2023

Response #1:Please bid per contract documents.
Response posted 12/07/2023




Inquiry #50: _Clarification. In-Use Off-Road Diesel-Fueled Vehicle List. This is labeled a "...Vehicle List"
Please confirm you only need the DOORS ID that matches the certification, and not a full vehicle listing with EIN numbers?

Inquiry submitted 12/06/2023

Response #1:Please bid per contract documents.
Response posted 12/07/2023


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.