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 04-0K5204

Submit new inquiry for this project


Inquiry #1: For the mandatory prebid meeting are you going to send out a link for the meeting
Inquiry submitted 11/29/2022

Response #1:Submitted for consideration.
Response posted 12/15/2022


Response #2:Please See Inquiry #2. Follow instructions for registering the company and all meeting participants. A reply email will include a LINK to join the meeting.
Response posted 12/16/2022




Inquiry #2: FYI-Caltrans to-All Bidders- How do I register for Mandatory Pre-Bid Meeting?
Inquiry submitted 12/05/2022

Response #1:Please do not use the Bidder Inquiry platform for Mandatory Pre-Bid Meeting registration; it is for inquiries related to bidding on the project contract. Register in advance of the Mandatory Pre-Bid Meeting, and no later than 1 hour before the meeting time, by sending an email with bidder information to "D4.Construction.Duty.Senior@dot.ca.gov" Please include the project number & "Mandatory Pre-Bid Meeting", within the subject of the email.
Response posted 12/05/2022


Response #2:FYI-Contract 0K5204, Mandatory Pre-Bid Meeting was rescheduled from January 5, 2023, to Wednesday January 4, 2023, 10:00 AM-12:00 PM. See Addendum #1 posted December 5, 2022.
Response posted 12/16/2022


Response #3:Please be aware the list of Contractors attending will be posted in a bid inquiry within a day or two of the mandatory prebid meeting.
Response posted 12/22/2022




Inquiry #3: The CA High Design Manual Section 850-34 dated December 30th, 2015 warns against specifying plastic pipe in areas with a potential for fire. This project lists Alternative Pipe Culvert in the Bid Schedule. Will Caltrans still allow for plastic pipe to be used on this project?
Inquiry submitted 12/05/2022

Response #1:Submitted for consideration.
Response posted 12/08/2022


Response #2:The project is located in an area that is identified as moderate fire risk according to the Sonoma County Fire Risk Index, provided by the County. According to the HDM 2022, section 855.5, prohibitions on material placement of storm drains are not typically warranted if buried. All proposed pipes are buried, with the exception of the 12" CSP downdrains. Therefore, the materials listed in the APC table on sheet DQ-1 stands.
Response posted 12/12/2022




Inquiry #4: On sheet L-1, the legend depicting the Individual Slab Replacement Areas has no hatching and is blank. In the layout sheets this area appears to be hatched and shown as structural section #3. Can you please confirm that all areas for section#3 are shown as hatched on the layout sheets?
Inquiry submitted 12/14/2022

Response #1:Submitted for consideration.
Response posted 12/15/2022


Response #2:Yes, all areas for Section #3 are shown as hatched on layout sheets.
Response posted 12/20/2022




Inquiry #5: The plan set provided appears to be a copy. Can the State please make available the original pdf file so that we can perform an accurate quantity take-off?
Inquiry submitted 12/14/2022

Response #1:Submitted for consideration.
Response posted 12/15/2022


Response #2:The advertised project plans are the final plans. If there is an issue with the plans, please clarify.
Response posted 12/20/2022




Inquiry #6: Can you please provide EXIST Smoothness Data in PPF format?
Inquiry submitted 12/15/2022

Response #1:Links to the existing smoothness in PPF format are below.
http://website.dot.ca.gov/dist4/construction/contracts/04-0K5204/20210920_04SON12_0K520_EB1_11.0_17.4_EXIST_HMA_PCC.ppf
http://website.dot.ca.gov/dist4/construction/contracts/04-0K5204/20210920_04SON12_0K520_EB2_11.0_17.4_EXIST_HMA_PCC.ppf
http://website.dot.ca.gov/dist4/construction/contracts/04-0K5204/20210920_04SON12_0K520_WB1_11.0_17.4_EXIST_HMA_PCC.ppf
http://website.dot.ca.gov/dist4/construction/contracts/04-0K5204/20210920_04SON12_0K520_WB2_11.0_17.4_EXIST_HMA_PCC.ppf
Response posted 12/20/2022




Inquiry #7: Could the State please confirm that Bid Item #52 - Remove Concrete Pavement (CY) is for the removal of Bid Item #51 - Individual Slab Replacement (RSC)?
Inquiry submitted 12/28/2022

Response #1:Submitted for consideration.
Response posted 12/28/2022


Response #2:Yes, Bid Item 51, INDIVIDUAL SLAB REPLACEMENT (RSC) is to be placed where Bid Item 52, REMOVE CONCRETE PAVEMENT (CY) has removed/disposed of existing concrete pavement.

Response posted 12/30/2022




Inquiry #8: When is the Mandatory Prebid Meeting?
Inquiry submitted 01/03/2023

Response #1:Submitted for consideration.
Response posted 01/03/2023


Response #2:The mandatory pre-bid virtual meeting is on January 4th at 10:00 AM. Register at least one hour before the meeting time. Send an email with the name, company, and bidder information to "D4.Construction.Duty.Senior@dot.ca.gov". Please include the project number and "Mandatory Pre-Bid Meeting", within the subject of the email.
Response posted 01/03/2023




Inquiry #9: Could Caltrans please post the list of companies attending the virtual prebid meeting?
Inquiry submitted 01/05/2023

Response #1:Submitted for consideration.
Response posted 01/05/2023


Response #2:The following companies attended the virtual prebid meeting.
ELEVATING SALES CORP.
FBD VANGUARD CONSTRUCTION
GHILOTTI BROS.
GHILOTTI CONSTRUCTION COMPANY
GORDON N. BALL, INC.
GRANITE CONSTRUCTION
JACOBS
MYERS & SONS CONSTRUCTION, LLC
O.C. JONES & SONS, INC.
THE DESIGN BUILD INC
Response posted 01/05/2023




Inquiry #10: On Plan Page 198 within the Drill and Bond (Dowel Bar) Quantity Box it states "Dowel Bar Retrofit (Dowel Bar)". Is this meant to be a Dowel Bar Retrofit? Also, the quantities seem to be off. How did Caltrans quantify the amount dowel bars? Please advise.
Inquiry submitted 01/10/2023

Response #1:Submitted for consideration.
Response posted 01/11/2023


Response #2:On page 198 of the Plans, Dowel Bar Retrofit (Dowel Bar) is paid on Bid Item 50, 410096, DRILL AND BOND (DOWEL BAR). Standard Plan P8 was used as a reference for the dowel bars quantity calculation.
Response posted 01/17/2023




Inquiry #11: The Individual Slab Replacements (RSC) seem to be longer runs within the Layout pages. Can Caltrans confirm that dowel baskets will not be needed.
Inquiry submitted 01/10/2023

Response #1:Submitted for consideration.
Response posted 01/11/2023


Response #2:Please be aware dowel bar basket will be needed.
Response posted 01/17/2023




Inquiry #12: In order to install the concrete barrier transitions, we have to remove part of the existing bridges, according to plan sheets 277 and 278. Should there be a bridge removal bid item?
Inquiry submitted 01/16/2023

Response #1:Submitted for consideration.
Response posted 01/17/2023


Response #2:There is no bridge removal for sheets 277 and 278 because we are not touching the bridge. We are removing an old transition barrier which is covered under Bid Item 114 “REMOVE CONCRETE BARRIER" (8 LF). The quantities are paid in LF.


Response posted 01/20/2023




Inquiry #13: Per the answer to Bidder Inquiry #11, since dowel baskets are to be used should the Individual Slab Replacement (RSC) bid item be considered a Jointed Plain Concrete Pavement (RSC) bid item? Per P8 of the 2018 Standard Plans, Individual Slab Replacements do not need dowel baskets.
Inquiry submitted 01/17/2023

Response #1:Submitted for consideration.
Response posted 01/17/2023


Response #2:"Dowel bar retrofit" (that requires dowel bar basket) can be used as an alternative to "drill and bond (dowel bar)".
Individual Slab Replacement (RSC) (bid item #411105) and JPCP(RSC) (# 401055) are not the same.
ISR (RSC) will be used in this project.

Response posted 01/20/2023




Inquiry #14: Per the answer to Bidder Inquiry #10, Dowel Bar Retrofit (Dowel Bar) which is referenced on 2018 Standard Plan P7 is a different work scope than Drill and Bond (Dowel Bar) which is referenced on 2018 Standard Plan P8. Please advise as to which Standard Plan Section is to be followed by the contractor. The only dowel bars that should need to be placed per the Standard Plan P8 would be at the beginning and end of shift of the ISR work.

Also, the Individual Slab Replacement (RSC) item which is referenced on P8 does not show dowel baskets being needed at the contraction joints as referenced in Section B-B of P8. Please advise.

Inquiry submitted 01/17/2023

Response #1:Submitted for consideration.
Response posted 01/17/2023


Response #2:Please use Standard Plan "P8" for "Drill and Bond (Dowel Bar)"
Response posted 01/20/2023




Inquiry #15: Sheet number 202 (Q-8) states segment corrections between PM 4.586 and 6.098. These post miles are outside the project limits. Please clarify.
Inquiry submitted 01/18/2023

Response #1:Submitted for consideration.
Response posted 01/18/2023


Response #2:Post miles on Q-8 are to be measured referencing the BEGIN-WB coordinates and END-WB coordinates listed in the Semi Permanent Reference Point table on Q-8. They are within the project limits.
For information only: http://website.dot.ca.gov/dist4/construction/contracts/04-0K5204/04-0K5204_Proj_Info.pdf

Response posted 01/20/2023




Inquiry #16: The Double Thrie Beam Barrier per plan A78H layout 25A is connected to Transition Railing (Type DTB). but in your plan design, it is only connected to Transition Railing (Type STB). Just to double check if this is a design changes.
Inquiry submitted 01/23/2023

Response #1:Submitted for consideration.
Response posted 01/23/2023


Response #2:Please bid per Standard Plan A78K.
Response posted 01/24/2023




Inquiry #17: Based on responses to questions 10, 11, 13 & 14 are the dowel baskets placed in ISR concrete paid for in Item #50 - Drill & Bond (Dowel Bar)? This is a YES or NO question.
Inquiry submitted 01/23/2023

Response #1:Submitted for consideration.
Response posted 01/23/2023


Response #2:No, please bid per listed bid item "Drill and Bond (Dowel Bar)"
Response posted 01/24/2023




Inquiry #18: Bidder's Inquiry questions #10, #11, #13, and #14 are asking about the number of dowel bars required and whether dowel bar baskets are required due to the long, continuous runs of individual slab replacement (RSC) being constructed on this project. Your answers have been that dowel bar baskets are required and the drill and bond dowel bar quantity is correct. Your answer also instructs us to refer to 2018 Standard Plan P-8, "Individual Slab Replacement with Rapid Strength Concrete". As you can see from that plan, dowel bars are only required at the beginning and end of each slab pour. Also, there are no dowel bar baskets required transversely within each of these pours (just a sawcut contraction joint) and there are no tie bars that tie the lanes together. Someone asked if the bid item should be called JPCP (RSC) since your answers more describe what is shown on 2018 Standard Plan P-1. Can Caltrans clarify exactly what they are asking us to construct? The cost differences are very significant between the doing the project as shown on sheet P-8 or as shown on P-1.

Inquiry submitted 01/23/2023

Response #1:Submitted for consideration.
Response posted 01/23/2023


Response #2:Please use standard plan P-8 for the construction of IRS (RSC).
Response posted 01/24/2023


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.