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 03-0H4804

Submit new inquiry for this project


Inquiry #1: Bid item 47 - Furnish Sign Structure (Truss) - Please clarify if walkways are required on these structures or not. Walkways are not shown and there's a directive out from Caltrans stating walkways are not required if class XI reflective sheeting is being used (which it is) but needs to be clarified on each job if walkways are desired or not.
Inquiry submitted 06/07/2019

Response #1:
(#1)-Your inquiry has been received and is being reviewed.
Response posted 06/07/2019


Response #2:
Walkways are required, please refer to standard plan sheets RSP S16, RSP S17, S17A, and S18.
Response posted 06/10/2019




Inquiry #2: ITEM #44, 60" CIDH CONCRETE PILE-SIGN FOUNDATION:
Please provide the Geotechnical Reports and drill logs for the Overhead Sign Structure foundations.

Inquiry submitted 06/10/2019

Response #1:
(#2)-Your inquiry has been received and is being reviewed.

Response posted 06/10/2019


Response #2:
Geotechnical Reports and drill logs are not available.
Response posted 07/01/2019




Inquiry #3: Roadway Excavation (Bid Item #18), as shown on Sheet C-25 (Plan page 32 of 432) shows roadway excavation to only be the 1' excavation required for HMA (Type A). Roadway Excavation does not account for excavation required for Curb Ramps, Sidewalks, and PCC Textured Paving areas. Please specify how the excavation of all the minor Concrete stated above is getting paid. If paid as Roadway Excavation please revise Bid Quantity because our takeoff shows a significantly higher Excavation Quantity.
Inquiry submitted 06/17/2019

Response #1:
(#3)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 2, issued on Friday, July 19, 2019. Please bid per the current contract documents.
Response posted 07/22/2019




Inquiry #4: The bid item list provided shows bid item 52 listed at 62 ea and bid item 53 listed at 2 LF. Respectively, bid item 52 should be listed at 62 LF and and Bid Item 53 listed at 2 EA. EBid is correct but the bid item list given in the SP is incorrect. Please change accordingly.
Inquiry submitted 06/17/2019

Response #1:
(#4)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, July 12, 2019. Please bid per the current contract documents.
Response posted 07/16/2019




Inquiry #5: Can Caltrans provide Contractors the existing roadway smoothness report so that a proper smoothness analysis can be conducted prior to bidding?
Inquiry submitted 06/24/2019

Response #1:
(#5)-Your inquiry has been received and is being reviewed.
Response posted 06/24/2019


Response #2:
Pavement smoothness files have been provided in the supplemental information.
Response posted 07/01/2019




Inquiry #6: Will Cal Trans please provide additional details as to where the limits are for bid item 16 Clearing and Grubbing? Is tree removal anticipated?
Inquiry submitted 06/26/2019

Response #1:
(#6)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
Please bid per the current contract documents.
Response posted 07/01/2019




Inquiry #7: Please provide additional details as to where item 17 dust palliative is to be applied. Please reconsider changing the quantity from a LS to a SY Unit of Measure.
Inquiry submitted 06/26/2019

Response #1:
(#7)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
Please bid per the current contract documents.
Response posted 07/01/2019




Inquiry #8: Bid Item No. 17 is for Dust Palliative. This is a Lump Sum Bid Item but there seems to be no information on the plans or in the special provisions as to what this items is for. There is no information in the summary of quantities to let the bidder know where and when Caltrans expects the contractor to provide this work. The standard specifications offers a verity of methods / materials for various situations but without any additional information. Please clarify the type and quantity of work that Caltrans anticipates the contractor to perform under this bid item.
Inquiry submitted 06/27/2019

Response #1:
(#8)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
Please bid per the current contract documents.
Response posted 07/01/2019




Inquiry #9: Plan sheet Q-13 identifies only, “On and Off Ramp and Gore Areas” that require Class 2 Aggregate Base. Quantity sheets for the Curb Ramps and Sidewalks do not show any quantity of Class 2 Aggregate Base however various details on plan sheets C-101 and C-102 identify additional areas requiring Agg Base. Please clarify where the aggregate base is to be paid for in the structures identified on sheet C-101 and C-102. In addition please clarify the quantity of AB in the summary of quantities.
Inquiry submitted 06/27/2019

Response #1:
(#9)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, July 12, 2019. Please bid per the current contract documents.
Response posted 07/16/2019




Inquiry #10: Bid Items 38 – 40 are for placing HMA Dike only. Please identify or revise the quantity of HMA (Type A) to pay for the furnishing of HMA materials for the Dike placement.
Inquiry submitted 06/27/2019

Response #1:
(#10)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
Refer to sheets Q-8 through Q-13. Minor HMA quantities include the HMA required for the dikes.
Response posted 07/02/2019




Inquiry #11: Crack Treatment Quantities are summarized on plan sheet Q-1. There are only 2 lane miles of crack treatment anticipated in each direction of travel along the entire overlay alignment. Without a breakdown of where this work is anticipated it is next to impossible to plan this work out until cold plane activities uncover areas that Caltrans would like treat. Please provide some clarity for where this work is to happen so this work can be identified and priced out by the contractor.
Inquiry submitted 06/27/2019

Response #1:
(#11)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
Exact crack treatment quantities are not verifiable at this time since it’s an active freeway with various conditions of existing overlay, this quantity is an estimation. Exact quantities will be verified during construction and quantities will be adjusted if required.
Response posted 07/03/2019




Inquiry #12: Please provide X-Sections for approximately Sta 54+92.12 to Sta 83+18.04. The summary sheets show that various work is to take place within these areas, however X-Sections are not provided.
Inquiry submitted 06/27/2019

Response #1:
(#12)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, July 12, 2019. Please bid per the current contract documents.
Response posted 07/16/2019




Inquiry #13: The construction details show textured paving (minor Concrete) at several gores on Hwy 99.
The gores on sheets C6 – C9 are in Galt and many of these tie into the existing textured gore paving. All of the existing textured paving at these locations is stamped asphalt, not concrete.
The existing textured gores at the Florin Rd, and the 47th Ave ramps (sheets C20 – C21) are a mixture of stamped concrete and stamped asphalt.

For consistency, would you like to change the gores on sheets C6 – C9 to stamped asphalt?
Would you like to change the gore extensions on sheets C20 - C21 to stamped asphalt?

Inquiry submitted 07/16/2019

Response #1:
(#13)-Your inquiry has been received and is being reviewed.
Response posted 07/16/2019


Response #2:
Please bid per the current contract documents.
Response posted 07/22/2019




Inquiry #14: Please clarify how the excavation for the gore areas are to be paid? Currently, there are no pay quantities that cover this work.
Inquiry submitted 07/17/2019

Response #1:
(#14)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Thursday, July 25, 2019. Please bid per the current contract documents.
Response posted 07/25/2019




Inquiry #15: How is the Roadway excavation & Embankment paid for at the Gores and Sidewalk areas?
Inquiry submitted 07/18/2019

Response #1:
(#15)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2019


Response #2:
Please refer to Addendum No. 2, issued on Friday, July 19, 2019 and to Addendum No. 3, issued on Thursday, July 25, 2019. Please bid per the current contract documents.
Response posted 07/25/2019




Inquiry #16: Special Provisions Section 14-11.08C " Site Conditions" States that Type Z-2 material exists throughout this project, How is the disposal of this class 1 material paid for??
Inquiry submitted 07/18/2019

Response #1:
(#16)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Thursday, July 25, 2019. Please bid per the current contract documents.
Response posted 07/25/2019




Inquiry #17: After reviewing the site and the typical cross sections dimensions: The trimming of the Oleanders to a min. 2' behind the barrier will not leave any of the Oleanders left, is the removal of all the Oleanders what Caltrans wants?
Inquiry submitted 07/18/2019

Response #1:
(#17)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2019


Response #2:
Please bid per the current contract documents.
Response posted 07/22/2019




Inquiry #18: The quantity for bid item # 31 Fog Seal - appears to be overstated, the typical cross sections only indicate a 1' wide area along the barrier to be done in each direction, are there more details to exactly where the remaining Fog Seal is to be installed??
Inquiry submitted 07/18/2019

Response #1:
(#18)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2019


Response #2:
Please bid per the current contract documents.
Response posted 07/22/2019




Inquiry #19: see email below from seed supply company: do you wish to consider revising you seed specification?
Subject: FW: RFQ Job Name – CT 03-0H4804 Bid Date – 7/24/19
Quote#: 53472
Seed Rate: 95.00 PLS Lb / Acre (some very high rates and high Min germs on this mix)
Price: $ 11,250.00 / PLS Acre

Inquiry submitted 07/18/2019

Response #1:
(#19)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Thursday, July 25, 2019. Please bid per the current contract documents.
Response posted 07/25/2019




Inquiry #20: 1) After reviewing the existing MRI's for this some segments are over 200, with only one (1) opportunity for improvements is limiting. Has Caltrans considered adding a item for prepave Grinding days to this project?

2) The second paragraph in special provision section 39-2.01A(4)(i)(iii) is stating the use of Target 60 Pay Adjustment table, considering that this project only has one (1) opportunity for improvements the contractor maybe unable to ever meet considering the existing MRI's. Shouldn't the Tables being used for this project be the one's in pages 38-41 of the special provisions titled as "HMA Pay Adjustment" table, section 39-2.01A(4)(i)(iii)(C) of the special provisions "Target MRI ( MRI t), and Table " Percent Improvement Pay Adjustment"? The second paragraph should be deleted it is not the intent of the Smoothness Assurance Program.

Inquiry submitted 07/19/2019

Response #1:
(#20)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2019


Response #2:
Please bid per the current contract documents.
Response posted 07/22/2019




Inquiry #21: When loading our electronic bidder’s bond, we receive the following error message: “The cutoff time for this proposal of 7/24/19 letting has passed”. Please provide an updated AASHTOWare Project Bids file for the correct letting date of 8/1/19 amended via addendum 3 dated 7/25/19.
Inquiry submitted 07/29/2019

Response #1:
(#21)- The project Letting Date is corrected to August 1, 2019 per Addendum 4.
Response posted 07/29/2019




Inquiry #22: There are some symbols as shown on Irrigation plan IP-1 thru IP-5 which are not indicated on irrigation legend: black square & black circle. Please verify for bidding purpose.
Inquiry submitted 07/29/2019

Response #1:
(#22)-Your inquiry has been received and is being reviewed.
Response posted 07/30/2019


Response #2:
The symbols on the plan can be found on plan sheet 286, Irrigation Sprinkler Schedule (ISS-1).
Response posted 08/01/2019




Inquiry #23: There is no riser type VI in landscape detail. Please provide for bidding purpose.
Inquiry submitted 07/30/2019

Response #1:
(#23)-Your inquiry has been received and is being reviewed.
Response posted 07/30/2019


Response #2:
There is insufficient time to address this bidder inquiry. Please bid per the current contract documents.
Response posted 08/01/2019


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.