Requests for Clarification Responses

25-06-C Mt. Whitney Avenue Road Reconstruction and Shoulder Improvements

Supplemental Information - Not Part of the Contract Documents

The following list is comprised of paraphrased Requests for Clarification (RFC) submitted by potential bidders or sub-bidders in writing via email, letter, and this form:

25-06-C Mt. Whitney Avenue Road Reconstruction and Shoulder Improvements Request for Clarification Form

These paraphrased questions and associated responses are not part of the contract documents and shall have no bearing whatsoever on the interpretation of the Standard Specifications, the Standard Plans, the Special Provisions, or the Plans. Nor shall they have any bearing whatsoever on the interpretation of other publications referenced therein.

Questions without answers may be posted here to indicate that we have received them before the deadline and we intend to respond.

Last updated: October 30, 2025, 10:48 AM PT


Please confirm the DBE Goal for this project will be removed from the specifications, per attached “Caltrans Advisory on DBE Program IFR”. 
File Attachment: Caltrans Advisory on DBE Program IFR(PDF, 217KB) (RFC 2506-1 submitted 10/9/2025)

This contract has no DBE goal. Response date: 10/14/2025

Drawing No. U-17
Please provide a complete existing topography plan for the existing basin to be modified. (RFC 2506-2 submitted 10/14/2025)

The Mt. Whitney Ave Basin - Supplemental PDF has been provided under Supplemental Information. Response date: 10/21/2025

Drawing No. U-17 and mw-ph-basin-sections
Please provide a basin station line on plan sheet U-17 to match the provided mw-ph1-basin-sections plans. (RFC 2506-3 submitted 10/14/2025)

Refer to revised Sheet U-17A in Addendum #1. Response date: 10/21/2025

Drawing No. X-1 thru X-4
Please provide a cross section detail that shows the new HMA dike that is to be installed. (RFC 2506-4 submitted 10/15/2025)

Refer to revised Sheet X-3A & X-4A in Addendum #1. Response date: 10/21/2025

Drawing No. L Drawings
Does the quantity of FDR take into account the area of paved roadway that extends under the HMA dike? (RFC 2506-5 submitted 10/15/2025)

FDR does not include the area of paved roadway that extends under the HMA dike. Refer to revised sheet X-4A in Addendum #1. Response date: 10/21/2025

Drawing No. SC-9 thru SC-13
Stage 2 plans are showing a 13' wide paved roadway with 2 lanes of traffic on it. Does this mean the county is going to allow the cars to drive on the AB shoulder? If not, what is going to be expected from the contractor to safely allow 2 lanes of traffic in a roadway that is only 13' wide? (RFC 2506-6 submitted 10/15/2025)

The Contractor shall provide and maintain a minimum of one paved traffic lane, not less than 11 feet wide, open for use by public traffic at all times, with proper flagging operations in accordance with Section 12 of the Standard Specifications.
Full Depth Reclamation (FDR) areas may be opened to traffic at the end of each work shift, provided that all requirements of Section 30-4.03G of the Special Provisions are met to prevent raveling and degradation of the FDR-cement layer. The minimum curing time shall be 8 hrs. The Engineer will assess the condition of the FDR after 8 hrs and shall authorize it before opening to traffic. The Contractor shall repair and restore any areas of the FDR-cement surface damaged by traffic to the satisfaction of the Engineer.
When construction operations are not in progress, the Contractor may elect to maintain a single-lane traffic configuration, provided that flaggers and a pilot car are used continuously (24/7) in accordance with Section 12 of the Standard Specifications.
Alternatively, the Contractor may widen the shoulder with temporary pavement to allow for two 11-foot traffic lanes. The temporary pavement shall consist of 0.20 feet of Hot Mix Asphalt (HMA) over compacted native material.
All costs associated with traffic control measures, flagging operations, pilot car operations, temporary pavement, or shoulder widening shall be included in the Traffic Control bid item. No additional payment will be made for these activities. Response date: 10/30/2025

Can the county add a bid item for tack oil? (RFC 2506-7 submitted 10/15/2025)

Revised Proposal 2A includes Tack Coat Bid item. Refer to Addendum #1. Response date: 10/21/2025

Is the contractor required to pothole the entire job before any work can be performed or are we to pothole prior to each operation, such as underground, grading and FDR? (RFC 2506-8 submitted 10/15/2025)

The contractor shall determine the optimal sequence for potholing. Potholing should be performed as necessary to ensure safe work conditions, avoid damaging existing underground utilities, and anticipate potential conflicts with proposed improvements (i.e. storm drain pipeline) to be able to adjust the design accordingly (if needed). Response date: 10/21/2025

Can the County please provide CADD drawings with existing elevations? (RFC 2506-10 submitted 10/15/2025)

AutoCAD files for this project will be provided to the awarded Contractor upon request, following the execution of a Request and Waiver for Release of Electronic Files by the Contractor. Response date: 10/21/2025

Specification No. 7-1.02
Can the County please provide the soil testing results performed for lead? (RFC 2506-11 submitted 10/15/2025)

The soil testing results for lead have been provided under Supplemental Information. Response date: 10/21/2025

Specification No. 19-902 Earthwork
"The materials from the pulverized operation shall be stored at the location(s) directed by the Engineer." This is in reference to pulverized pavement to be used for shoulder backing. Can you clarify where this location is? (RFC 2506-9 & RFC 2506-12 submitted 10/16/2025)

The only area available to stockpile grinding materials is the new basin property at Mt. Whitney and Sherrill Avenue. Should the use of this location interfere with the planned progress of the project construction, the Contractor shall be responsible for identifying an alternative stockpile site outside the County road right-of-way. The Contractor shall also be responsible for obtaining agreements with the property owner in accordance with Section 5-1.20B(4) of the Special Provisions. Response date: 10/21/2025

This project will possibly require a temporary water tower to be installed nearby due to the amount of water needed for general dust control and for the FDR areas of the project. Is there a nearby source of water to fill the tower regularly? (RFC 2506-13 submitted 10/16/2025)

Contractor shall be responsible for obtaining the necessary water to properly construct the project. Refer to Section 10 of the Standard Specifications. Contractor may be able to contract with Riverdale Public Utility District. Contact information is Vincent Romero at 559-852-3727. Response date: 10/21/2025

There is approximately 14,000 yards of excess material to be removed from the basin area. Is there a location locally that has historically received clean fill material from projects such as this? (RFC 2506-14 submitted 10/16/2025)

Per Section 19 of Standard Specifications, excess material shall become property of the Contractor. Contractor is responsible for finding a location for disposing of the material. Contractor will be required to provide a Contractor-Property Owner agreement per Section 5-1.20B(4) Response date: 10/21/2025

Specification No. 8-1.04 Start of Jobsite Activities
When does the County anticipate Construction beginning on this project? Would a February start date be acceptable for this project? (RFC 2506-15 submitted 10/17/2025)

Yes. Contractor will be able to mobilize in early February, if desired. Response date: 10/21/2025

Drawing No. C-13 Drainage Pipe
Will a "T cut" trench repair per C-13 be required under the FDR area? If so, what is the thickness for the AC/AB repair at the "T cut" and under what bid item is this paid under? (RFC 2506-16 submitted 10/19/2025)

Sheet C-13 provides detailed specifications for the installation of pipe within the trench and the required backfill procedures. The top of the trench shall be restored using a 1.1-foot section consisting of Full Depth Reclamation (FDR) and Hot Mix Asphalt (HMA), as illustrated in the typical road cross sections. For sections of the road that remain open to traffic during construction, the Contractor shall be required to provide temporary trench paving to maintain drivability and safety. Per Addendum #1, a new bid item titled "Temporary Trench Resurfacing" has been added to compensate the Contractor for this temporary paving work. Response date: 10/21/2025

Is Bid Item 16 "Roadway Excavation" intended to be a final pay item? If not, how will this item be measured? (RFC 2506-17 submitted 10/20/2025)

Yes, it is a final pay. See Addendum 1. Response date: 10/21/2025

Is Bid Item 17 "Basin Excavation" intended to be a final pay item? If not, how will this item be measured? (RFC 2506-18 submitted 10/20/2025)

Yes, it is a final pay. See Addendum 1. Response date: 10/21/2025

Specification No. 7.102M(2)
Please confirm a fire watchman is required for the duration of the project. (RFC 2506-19 submitted 10/21/2025)

Fire watchman will not be required for this project. Response date: 10/30/2025

Drawing No. C-16A Specification No. Drainage
Under what bid item is sawcutting and AC removals paid under for work pertaining to addendum 1 sheet C-16A? (RFC 2506-20 submitted 10/22/2023)

The work will be paid under Additive Bid Item 80. Refer to Addendum 1, added Section 39-2.01D. Response date: 10/23/2025

Drawing No. C-16A
Under what bid item is traffic control & pedestrian facilities paid for under addendum 1 sheet C-16A? (RFC 2506-21 submitted 10/22/2023)

All necessary traffic control and pedestrian access facilities required for the work included in Additive 1 shall be incorporated into the various items of work under Additive 1. Response date: 10/30/2025