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 03-0G7504

Submit new inquiry for this project


Inquiry #1: With the recent determination by DIR that off haul of asphalt and concrete is now covered work, will Caltrans enforce the payment of prevailing wages for off haul trucks on this project?
Inquiry submitted 01/11/2018

Response #1:Your inquiry has been received and is being reviewed.
Response posted 01/11/2018


Response #2:
Yes. Caltrans will enforce the payment prevailing wages for off haul trucks on this project. Please refer to the prevailing wage rate determinations, for the appropriate classification on the Department of Industrial Relations website, located at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm
Response posted 01/11/2018




Inquiry #2: Reference the "AC Pavement Repair" table on Sheet Q-4. Please confirm the SQYD quantities for the "Cold Plane AC Pavement" column. The math does not work when converting SF to SQYD for the individual Length and Width of Repairs provided. A few are correct, but most do not match the SQYD calculations based on the pavement repair dimensions in the table (ie., some show a 6' width but SQYD calculation is based on a 12' wide repair, etc,...). Please confirm this table and revise plan sheet as necessary.
Inquiry submitted 01/19/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 01/19/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Thursday, January 25, 2018.
Please bid per the current contract documents.
Response posted 01/26/2018




Inquiry #3: The Type Softstop terminal system is the only in-line terminal system end treatment specified in the contract documents.

We do not agree with this. Caltrans Standard Specifications 2015, Section 6-1.05 Specific Brand or Trade Name and Substitution states "reference to a specific brand or trade name establishes a quality standard and is not intended to limit competition. You may use a product that is equal to or better than the specified trade name if authorized".

The MSKT is a Caltrans approved in-line terminal and we believe it should be allowed for use on this project.

Please review and clarify why Caltrans will only allow the proprietary Softstop on this project.

Inquiry submitted 01/23/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 01/23/2018


Response #2:
Your attention is directed to Section 6-1.05, Specific Brand or Trade Name and Substitution, of the Standard Specifications. Please bid per the current contract documents.
Response posted 01/24/2018




Inquiry #4: Reference Sheet C-1. The plan view detail for "Local Road" shows a 25' long conform from mainline EP. However the referenced Section A-A shows a 10' long conform from mainline EP. The assumption is that Section A-A is correct (10' conform), please confirm.
Inquiry submitted 01/24/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 01/24/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Thursday, January 25, 2018.
Please bid per the current contract documents.
Response posted 01/26/2018




Inquiry #5: Reference Sheet Q-2 and Q-3. Please clarify the difference between the "Dike" tables on each sheet. It appears there are some Post Mile ranges that are covered on both sheets and conflict for LF removal, LF of each dike type, etc,.. (EB PM 34.00 to 34.14, EB 34.44 to 34.61, EB 34.61 to 34.71, EB 34.97 to 35.09, etc,..). Please clarify these tables and / or revise plan sheets as necessary.
Inquiry submitted 01/24/2018

Response #1:Your inquiry has been received and is being reviewed.
Response posted 01/24/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Thursday, January 25, 2018.
Please bid per the current contract documents.
Response posted 01/26/2018




Inquiry #6: Reference both "Roadway Quantities" tables on Plan Sheet Q-1. There are sections shown for driveway conforms and local road conforms. Plan Sheet C-1 provides a detail for local roads only. Please provide a new plan sheet with a detail for driveway conform requirements.
Inquiry submitted 01/25/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 01/25/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Friday, February 9, 2018.
Please bid per the current contract documents.
Response posted 02/09/2018




Inquiry #7: Is the contractor required to furnish / provide QC for the shoulder backing bid item #9?
Inquiry submitted 01/25/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 01/25/2018


Response #2:
Please bid per the current contract documents.
Response posted 01/30/2018




Inquiry #8: Reference Lane Charts K1 and K2. Per the "Remarks" section, K1 is in a location with 1 EB through traffic lane and 2 WB through traffic lanes, this chart requires reversing control. Per the "Remarks" section, K2 similarly is in a location with 1 EB through traffic lane and 2 WB through traffic lanes, however this chart is not reversing control and requires 1 through lane in each direction while working (similar to Chart G1). This can't be done when constructing the EB lane, unless the Typical Sections are correct which show 2 EB lanes in this PM area. Please clarify Lane Chart K2.
Inquiry submitted 01/25/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 01/25/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Friday, February 9, 2018.
Please bid per the current contract documents.
Response posted 02/09/2018




Inquiry #9: Reference Plan Sheet X-1, Typical Section for PM 28.8 to PM 31.5. The typical section shows the EB cold plane limit as 41' wide and the WB cold plane limit as 35' wide. The corresponding dimensions shown for both EB and WB due not add up / match the overall cold plane widths shown. Please clarify and revise.
Inquiry submitted 01/26/2018

Response #1:
Your inquiry has been received and is being reviewed. If a response is not posted before bid opening addressing your inquiry, please bid per the current contract documents.
Response posted 01/26/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Friday, February 9, 2018.
Please bid per the current contract documents.
Response posted 02/09/2018




Inquiry #10: The Departments attention is directed to the items in the Bid Schedule requiring the recessing of Methymethcrylate (MMA) traffic stripes. Presently, there are no MMA capable striping trucks in California and surrounding states meeting the requirements of the California Air Resources Board (CARB) to apply MMA traffic stripes. All prior projects completed with MMA were unlawfully performed.
Further, MMA traffic stripes are approximately 2 1/2 time the cost of thermoplastic and other plural component striping, while providing no greater performance than thermoplastic specifically formulated (IE: Permaline from Ennis Flint) for recessing and other plural component materials. This is a possible violation of public contract code.

It is therefore requested the Department allow the use of a higher binder content thermoplastic such as Permaline or Equal, in place of MMA to allow California contractors equipped with thermoplasic capable striping equipment meeting the requirements of CARB peform on this Public Works project.



Inquiry submitted 02/03/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 02/05/2018


Response #2:
The approved MMA materials are 2-component materials that react to produce a solid polymer. The Volatile Organic Content (VOC) of these materials meet CARB requirements. Please bid per the contract documents.
Response posted 02/06/2018




Inquiry #11: Regarding Inquiry #10 you are missing the point. The EQUIPMENT that installs the MMA must meet the standards set by CARB for emmissions. As in Exhaust emissions of the truck applying the product. This has nothing to do with the VOC content of the material.

Inquiry #10 remains unanswered.

Inquiry submitted 02/06/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 02/06/2018


Response #2:
Please bid per the current contract documents.
Response posted 02/06/2018




Inquiry #12: In regards to Inquiry #10, the Departments attention is directed to its own spectification 7-1.02 C EMMISSIONS REDUCTION and the Contractors requirement to comply with CARB requirements before commencing the application of any work on this project. Again, there is NO MMA capable striping equipment or compliant companies available to stripe this project in MMA that meets CARB emmission requirements.
Inquiry submitted 02/06/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 02/06/2018


Response #2:
Please bid per the current contract documents.
Response posted 02/06/2018




Inquiry #13: It appeared the last bid date extension of 2 weeks was to allow for future addendums, etc,... Is another addendum being issued for this project currently bidding Feb 15th?
Inquiry submitted 02/09/2018

Response #1:
Your inquiry has been received and is being reviewed.
Response posted 02/09/2018


Response #2:
Yes, an addendum is currently being prepared for this project.
Response posted 02/09/2018




Inquiry #14: The supplemental data provided has an error in the WB Lane 1 and WB Lane 2 .ppf files. The WB .ppf files are labeled to cover the project limits from mile post 39.6 to 28.9. When the files are opened the limits for WB Lane 1 are 37.81 to 39.60 and 33.25 to 41.79. WB Lane 2 is 33.36 to 41.84 and 38.10 to 39.59. All Westbound .ppf files do not cover the project limits within the plans provided. Please provide accurate Supplemental data per the project limits.
Inquiry submitted 02/14/2018

Response #1:
Your inquiry has been received and is being reviewed. If a response is not posted before bid opening addressing your inquiry, please bid per the current contract documents.
Response posted 02/15/2018


Response #2:
Please bid per the current contract documents.
Response posted 02/15/2018


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.