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 03-4E62U4

Submit new inquiry for this project


Inquiry #1: In the GDR dated May 3, 2019 it states a "9.Material Disposal Additional material will be derived from excavations during construction of the Wildlife Crossing and Wingwalls, Pondorado Road UC, and Retaining Walls ABCD. A potential soil disposal site is located adjacent to the south side of US 50 at PM 32.22." Can you confirm if this site is available and any and all requirements for this site.

Inquiry submitted 12/18/2019

Response #1:
(#1)-Your inquiry has been received and is being reviewed.
Response posted 12/19/2019


Response #2:
This site will not be available for disposal of roadway excavation.
Response posted 12/30/2019




Inquiry #2: On sheets 262 and 263 of 271, drawings show harped strand for the girders. We cannot produce I or rectangular girders with harped strand. Please confirm that the state can provide a straight strand pattern for both precast prestressed I girders and rectangular girders after award of project.
Inquiry submitted 12/20/2019

Response #1:
(#2)-Your inquiry has been received and is being reviewed.
Response posted 12/20/2019


Response #2:
Please bid per the current contract documents.
Response posted 12/27/2019




Inquiry #3: On sheet 263 of 271, girder shown has end blocks. Please confirm that the end blocks can be eliminated.
Inquiry submitted 12/20/2019

Response #1:
(#3)-Your inquiry has been received and is being reviewed.
Response posted 12/20/2019


Response #2:
Please bid per the current contract documents.
Response posted 12/27/2019




Inquiry #4: Drawing E-2 quantities are summarized on sheet EQ-1. EQ-1 quantities "Lighting System" quantities appear to include all conduit on the sheet including the bridge conduits which are paid for and under by separate bid items. Also, the bridge conduits included in the lighting bid item are depicted on the EQ-1 summary as type 3 conduit not type 1. Please correct. Thanks.
Inquiry submitted 12/23/2019

Response #1:
(#4)-Your inquiry has been received and is being reviewed.
Response posted 12/27/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Tuesday, January 14, 2020.
Response posted 01/15/2020




Inquiry #5: The drainage systems no. 1 - 4 between PM 18.71 and 19.13 are designated to be lined with cured-in-place pipe (CIPP) on the drainage quantity table DQ-1. However, there does not appear to be any drawings provided for this work. Please provide the plan and profile drawings for the CIPP lining work at these locations. Plan views are needed to be able to identify the work in the field and visit the site prior to the bid. Profile drawings are needed to be able to establish the ground cover over the culverts required for the CIPP thickness calculations that must be performed and submitted per specification section 71-3.08A(3).8. If any of the sites cannot be visited prior to the bid due to current weather conditions or accumulated snow, then the drawings become even more important and necessary for the bidders to have.
Inquiry submitted 01/05/2020

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

Response posted 01/06/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1 and Addendum No. 2. Please bid per the current contract documents.

Response posted 01/27/2020




Inquiry #6: If cross section report file .XSR or .GEN format and or .GPK alignment file is available, please provide for takeoff purposes.
Inquiry submitted 01/08/2020

Response #1:
(#6)-Your inquiry has been received and is being reviewed.
Response posted 01/08/2020


Response #2:
Please bid per the current contract documents.
Response posted 01/15/2020




Inquiry #7: If available, please provide cross sections for Roundabout and cross sections leading from Roundabout to Undercrossing.
Inquiry submitted 01/13/2020

Response #1:
(#7)-Please bid per the current contract documents.
Response posted 01/15/2020




Inquiry #8: Please provide the date, time, and location for the mandatory pre-bid meeting as it is not listed in the Special Provisions.
Inquiry submitted 01/13/2020

Response #1:
(#8)-An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Tuesday, January 14, 2020.
Response posted 01/15/2020




Inquiry #9: Section 14-6.03D(1) indicates that "the Contractor-supplied biologist must implement monitoring and reporting requirements described in the natural resources protection plan".

1. Please provide a copy of the natural resources protection plan so that Item 35 "Contractor-Supplied Biologist" can be bid accurately.

2. Please provide a copy of the NES that was completed for the project.

Inquiry submitted 01/14/2020

Response #1:
(#9)-Your inquiry has been received and is being reviewed.
Response posted 01/15/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 2, issued on Monday, January 27, 2020. Please bid per the current contract documents.

Response posted 01/27/2020




Inquiry #10: The temporary parking area constructed in Stage 1C is to be removed in Stage 3A per the note on sheet SC-3. Quantities for removal were not included in the Stage Construction & Traffic Handling Quantities on Sheet THQ-1. Please clarify where this work is to be paid.
Inquiry submitted 01/17/2020

Response #1:
(#10)-Your inquiry has been received and is being reviewed.
Response posted 01/17/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Friday, January 31, 2020. Please bid per the current contract documents.
Response posted 01/31/2020




Inquiry #11: Sheet piling is shown on Stage 1B Section A-A on Sheet TH-4, a similar detail is shown on Sheet TH-6 for Stage 2C construction. Please provide a bid item for this work or clarify where this work is to be paid.
Inquiry submitted 01/21/2020

Response #1:
(#11)-Your inquiry has been received and is being reviewed.
Response posted 01/21/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 5, issued on Thursday, February 13, 2020. Please bid per the current contract documents.
Response posted 02/14/2020




Inquiry #12: Section 8-1.04C States, " Start job site activities within 15 days...." This project has a substantial amount of submittals and SWPPP preparation. We request the amount of days changed to 55 days instead of 15 days to have adequate time for submittals and SWPPP preparation.
Inquiry submitted 02/03/2020

Response #1:
(#12)-Your inquiry has been received and is being reviewed.
Response posted 02/04/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 5, issued on Thursday, February 13, 2020. Please bid per the current contract documents.
Response posted 02/14/2020




Inquiry #13: How do I obtain the list of attendees from the mandatory prebid meeting held on 01-22-20 for this project?
Inquiry submitted 02/05/2020

Response #1:
(#13)-Please see this link and click EA 03-4E62U4 Pre-Bid Meeting Roster to see a list of the prime contractors and subcontractors in attendance at the mandatory prebid meeting.

https://dot.ca.gov/caltrans-near-me/district-3/d3-projects/d3-us-50-camino-safety-4e620




Response posted 02/05/2020




Inquiry #14: On Sheet Q-6 an Temporary Erosion Control Blanket is listed. Is straw blanket acceptable for Temporary Erosion Control Blanket? If not please indicate if Type A, B, or C should be used.
Inquiry submitted 02/06/2020

Response #1:
(#14)-Your inquiry has been received and is being reviewed.
Response posted 02/06/2020


Response #2:
Per the table in section 21-2.02O(4), Erosion control blanket can be either Type A, Type B, or Type C as shown in the table.
Response posted 02/11/2020




Inquiry #15: Referencing Sheet THQ-1 - STAGE CONSTRUCTION & TRAFFIC HANDLING QUANTITIES, there are quantities of 2,574 and 2,230 tons of HMA to be placed in Stage 2B and 3C. Please clarify where this material is to be placed as I do not see any temporary pavement shown on the traffic handling plans for these stages.
Inquiry submitted 02/10/2020

Response #1:
(#15)-Your inquiry has been received and is being reviewed.
Response posted 02/10/2020


Response #2:
The HMA indicated is for the temporary lane crossovers at the undercrossing due to the difference in elevation between the EB and WB lanes (approximately 0.5'). This may not be apparent with the existing barrier. The Typical Paving Conform detail was included to cover the limits.
Response posted 02/12/2020




Inquiry #16: Bid Item 107 calls for 18" dia CSP Slotted Drain x 8 gage (0.168"). The heaviest gage available in that diameter (in the industry) is 10 gage (0.138"). Can we bid with the heaviest gage available (10 Gage)?
Inquiry submitted 02/10/2020

Response #1:
(#16)-Your inquiry has been received and is being reviewed.
Response posted 02/10/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #17: Bridge Plans have a large number of dimensional errors. The following list includes errors requiring correction:
• SHEET 6/28 – PLAN VIEW – Dimension for width of abutment is shown as ¾”
• SHEET 6/28 – PLAN VIEW – Dimension for “A” Line offset to Construction Joint is shown as 11/16”
• SHEET 7/28 – PLAN VIEW – Dimension for width of abutment is shown as ¾”
• SHEET 7/28 – PLAN VIEW – Dimension for “A” Line offset to Construction Joint is shown as 11/16”
• SHEET 10/28 – DETAIL B – Dimension for width of Shear Key is shown as 1 ½”.
• SHEET 16/28 – TYPICAL SECTION – Dimension for deck thickness at barrier is shown as 3/16”
• SHEET 16/28 – TYPICAL SECTION – Dimension for distance from face of girder to centerline of girder is shown as 3/16”
• SHEET 16/28 – TYPICAL SECTION - Dimension for deck thickness at Closure Pour is shown as ¼”
Please reissue the plan sheets mentioned with the correct dimensions for bidding.

Inquiry submitted 02/10/2020

Response #1:
(#17)-Your inquiry has been received and is being reviewed.
Response posted 02/10/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 5, issued on Thursday, February 13, 2020. Please bid per the current contract documents.
Response posted 02/14/2020




Inquiry #18: Plan sheet 12/28 – Mirrored Elevation – Shows Drill and Bond Dowel. There is no bid item for Drill and Bond Dowel. Typically this scope of work has its own bid items. Please clarify how this work will be paid for?
Inquiry submitted 02/10/2020

Response #1:
(#18)-Your inquiry has been received and is being reviewed.
Response posted 02/10/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 5, issued on Thursday, February 13, 2020. Please bid per the current contract documents.
Response posted 02/14/2020




Inquiry #19: Please clarify where Retaining Wall No. 1 is paid. It is unclear whether or not it is with the waterline work or retaining wall.
Inquiry submitted 02/11/2020

Response #1:
(#19)-Your inquiry has been received and is being reviewed.
Response posted 02/11/2020


Response #2:
Your attention is directed to Sheet Q-6, with updated quantities as part of Addendum No. 1.
Response posted 02/13/2020




Inquiry #20: Bid item 36 Remove Decorative Well, please provide additional scope. I.e., is it an active well for water, is it to be caped and abandon or is it just an above grade feature to be removed?
Inquiry submitted 02/11/2020

Response #1:
(#20)-Your inquiry has been received and is being reviewed.
Response posted 02/12/2020


Response #2:
The decorative well is an above grade feature to be removed.
Response posted 02/12/2020




Inquiry #21: According to Sheet THQ-1 - STAGE CONSTRUCTION & TRAFFIC HANDLING QUANTITIES, there are quantities of 2,574 and 2,230 tons of HMA to be placed in Stage 2B and 3C; however, there are no details or area hatchings provided in order for contractors to verify areas/quantities of these temporary lane crossovers at the undercrossings as described in Bidder inquiry answer #15. Due to the significant quantity of HMA required to build these temporary crossovers in Stage 2B/3C, please provide Cross-Sections (25'-50' intervals) in order to truly quantify cost of this work.
Inquiry submitted 02/12/2020

Response #1:
(#21)-Your inquiry has been received and is being reviewed.
Response posted 02/12/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #22: How did the owner anticipate the 270 working days to relocate the Fiber Optic line at Carson Road be figured into the workings days bid? Will this work be considered the controlling operation for the first 270 working days? Will the bid be considered non-responsive if a reasonable number of days greater than 270 are not bid?
Inquiry submitted 02/12/2020

Response #1:
(#22)-Your inquiry has been received and is being reviewed.
Response posted 02/13/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #23: The Construction Detail plans for the Wildlife Crossing refers the bidder to RSP D83A and RSP D83B for culvert dimensions and reinforcement details.
Under the General Notes of Revised Standard Plan RSP D83B, a note states that Precast RCB culvert standard plans are not to be used in a corrosive environment or where there is a severe abrasive flow condition or freeze-thaw locations.
Special Provision Section 1-1.09 states, “This project is in a freeze-thaw area.”
Special Provision Section 90-1.02H states that the box culvert is in a corrosive environment.
Per the Revised Standard Plans, a precast box culvert does not appear to be the correct material to be used within this project. Please provide clarification.

Inquiry submitted 02/12/2020

Response #1:
(#23)-Your inquiry has been received and is being reviewed.
Response posted 02/13/2020


Response #2:
Per the Geotech Report, "Based on the closest available corrosion data to the location of the Wildlife Crossing, the site may be considered non-corrosive."

Bid per the Plans and Std Specs (Std Spec Section 51.4.02C clarifies the requirement: For a project in a freeze-thaw area, reinforcement must be epoxy coated under Section 52-2.02).

Response posted 02/18/2020




Inquiry #24: Reference is made to the Lane Closure Chart G3, on Page 36 of the Special Provisions. The Chart states, “ This chart is to be used only for the construction of the wildlife crossing box culvert between March 15th to June 30th.” Based on the bid date, time for award, submittals and approval, manufacture, cure and delivery of the Precast Box Culvert, the Precast Box delivery will be after June 2020. If the June 30th, 2020 date is not extended, the wildlife crossing will not be constructed per the contract staging plans(Stage 1B and 1C) . Please review and provide clarification on other possible dates in 2020 to allow for the construction of the wildlife crossing.


Inquiry submitted 02/12/2020

Response #1:
(#24)-Your inquiry has been received and is being reviewed.
Response posted 02/13/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #25: Due to continuing addendums and plan changes, please extend the bid date two weeks to allow contractors sufficient time to analyze changes to the plans and specifications.
Inquiry submitted 02/13/2020

Response #1:
(#25)-Your inquiry has been received and is being reviewed.
Response posted 02/13/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 6, issued on Tuesday, February 18, 2020. Please bid per the current contract documents.
Response posted 02/18/2020




Inquiry #26: Typical cross section from Sta. "A" 218+41.12 to "A" 256+40.18 on sheet X-5 shows a variable overlay of .20' - .35'. Will this be paid for under item 67 - Hot Mix Asphalt (Type A) or will a leveling item be added per section 39-2.01C(8) Leveling?
Inquiry submitted 02/13/2020

Response #1:
(#26)-Your inquiry has been received and is being reviewed.
Response posted 02/14/2020


Response #2:
The variable overlay is paid for under item 67-Hot Mix Asphalt (Type A). Please bid per the current contract documents.
Response posted 02/14/2020




Inquiry #27: Additional details need to be provided for the contractors to properly bid the 2,574 and 2,230 tons of HMA in Stage 2B and 3C. Will some of this material need to be removed in a later stage to accommodate the final alignment?
Inquiry submitted 02/18/2020

Response #1:
(#27)-Your inquiry has been received and is being reviewed.
Response posted 02/18/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #28: Bid Item 166 Type 60MG Barrier has a pay qty of 14,000lf but if you look on sheet 179 (Q-4) where it shows station 218+41.12 to 232+94.00 and call for 3,707lf. That qty is incorrect it should read 1,452.88lf. This would reduce the total pay qty down to 11,736lf. Please revise item 166 to reflect the correct qty on project.
Inquiry submitted 02/18/2020

Response #1:
(#28)-Your inquiry has been received and is being reviewed.
Response posted 02/18/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #29: According to our vendors, the Armorcast Products specified for use as Temporary Traffic Screen in section 12-3.21B of the Special Provisions has a 5-6 month lead time from the manufacturer. This lead time would push the project schedule. Please clarify whether a typical plywood glare screen would be acceptable for use to avoid schedule delays. The third (3rd) material option listed in the Special Provisions is no longer available as the manufacturer, Heightened Security, is no longer in business.
Inquiry submitted 02/18/2020

Response #1:
(#29)-Your inquiry has been received and is being reviewed.
Response posted 02/18/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #30: Where exactly do you need "Locating and Mapping Underground Facilities"? Is it for all the underground lines from start to finish? Does it need a private locator or will 811 suffice? Do you need the positive identified located?
Inquiry submitted 02/19/2020

Response #1:
(#30)-Your attention is directed to Section 87-9 of the Special Provisions.
Response posted 02/19/2020




Inquiry #31: Typical cross section on sheet x-1 "A" 167+64.95 - 174+04.00/ "A" 133+94.51 - 167+40.95 shows a .20' Cold Plane AC Pvmt and .20' HMA (Type A) overlay beneath the new Concrete Barrier (Type 60MG). Is the intent to grind and overlay the area beneath the new barrier prior to installing the Type 60MG?
Inquiry submitted 02/24/2020

Response #1:
(#31)-Your inquiry has been received and is being reviewed.
Response posted 02/24/2020


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 7, issued on Friday, February 28, 2020. Please bid per the current contract documents.
Response posted 03/02/2020




Inquiry #32: It appears the 16% Advertised DBE goal is not attainable with the current DBE contractors interested in bidding the project. Can Caltrans please provide the work codes utilized to justify the 16% goal?
Inquiry submitted 02/25/2020

Response #1:
(#32)-Your inquiry has been received and is being reviewed.
Response posted 02/25/2020


Response #2:
Your attention is directed to Section 2-1.12B of the Standard Specifications. Please bid per the current contract documents.
Response posted 02/26/2020




Inquiry #33: The EID waterline work is not shown or referenced in the stage construction plans. What is the stage construction sequencing of the EID waterline work?
Inquiry submitted 03/03/2020

Response #1:
(#33)-Your inquiry has been received. However, please be aware due to the short time frame between when this inquiry was received and the bid opening, there may not be time to provide a response. If no additional response is posted please bid per the current contract documents.
Response posted 03/03/2020




Inquiry #34: The plans do not show the elevations of the existing EID waterline, it is therefore not possible to determine if and/or where the roadway excavation conflicts with the existing waterline. Please provide profile elevations for the existing EID waterline.
Inquiry submitted 03/03/2020

Response #1:
(#34)-Your inquiry has been received. However, please be aware due to the short time frame between when this inquiry was received and the bid opening, there may not be time to provide a response. If no additional response is posted please bid per the current contract documents.
Response posted 03/03/2020




Inquiry #35: Regarding the EID waterline work, how long can EDM #1 and EDM #2 be taken out of service respectively?
Inquiry submitted 03/03/2020

Response #1:
(#35)-Your inquiry has been received. However, please be aware due to the short time frame between when this inquiry was received and the bid opening, there may not be time to provide a response. If no additional response is posted please bid per the current contract documents.
Response posted 03/03/2020


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.