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 04-0Q30U4

Submit new inquiry for this project


Inquiry #1: Will the south bound Right of Way shoulder from edge of travel way to Right of Way fence between I 580 and roughly the Railroad Overhead south of Bernal Ave., be cleared of trees, under a separate contract and will this become part of an addendum or will the work be part of contract 04-0Q30U4?
Inquiry submitted 05/12/2022

Response #1:Submitted for consideration.
Response posted 05/13/2022


Response #2:Tree removal is part of the contact 04-0Q30U4 and is included in the lump sum price paid for clearing and grubbing.
Response posted 05/19/2022




Inquiry #2: 1. Please provide Specification for the Biofiltration Soil.

2. How is Caltrans intent to pay for the 6"PPP UD and the 12" Class 3 Permeable (Blanket) materials in the Bioretention ?

Inquiry submitted 05/16/2022

Response #1:Submitted for consideration.
Response posted 05/16/2022


Response #2:1. Provided at Section 62-7.02B “Biofiltration Soil” of the Special Provisions.

2. The 6" PPP UD and Class 3 Permeable Material (Blanket) are not separate pay items as noted on BIORETENTION QUANTITIES table at sheet 469/1710 of the Contract Plans. Their payment is included in the contract price paid for BIORETENTION.


Response posted 05/17/2022




Inquiry #3: Is AASHTO M326 a structural HDPE reline method an acceptable culvert repair solution for bid item 161?
Inquiry submitted 05/16/2022

Response #1:Submitted for consideration.
Response posted 05/17/2022


Response #2:Please bid according to the contract documents.
Response posted 05/19/2022




Inquiry #4: On plan sheet X-1 (plan page 3 of 1710) it shows Structural Section 2A to have 2.00' of Local Borrow material; however, there is no Bid Item for this work. How does it get paid?
Inquiry submitted 05/19/2022

Response #1:Submitted for consideration.
Response posted 05/20/2022


Response #2:The payment for Local Borrow Material is included in the payment for Roadway Excavation bid item as noted in Standard Specification Section 19-2.04 Payment.
Response posted 05/27/2022




Inquiry #5: Please provide details of where the remove edge drains sits in the existing structural section.
Inquiry submitted 05/23/2022

Response #1:Submitted for consideration.
Response posted 05/23/2022


Response #2:See Standard Plans P-50 for details and position of existing edge drain in the pavement section. The edge drain at outside shoulder is Type 1. The edge drain at inside shoulder is Type 2.
Response posted 05/25/2022




Inquiry #6: Please provide hatching showing locations/depths for all the remove base and surfacing areas.
Inquiry submitted 05/23/2022

Response #1:Submitted for consideration.
Response posted 05/23/2022


Response #2:See Addendum No. 1
Response posted 07/08/2022




Inquiry #7: Please provide details and dimensions for the Retaining Walls at the Tool System Cabinet Pads, thank you.
Inquiry submitted 05/23/2022

Response #1:Submitted for consideration.
Response posted 05/23/2022


Response #2:Details and dimensions of the Retaining Walls at the Toll System Cabinet Pads are shown at Construction Details Plans, sheet 157/1710 of the Contracts Plans.
Response posted 05/25/2022




Inquiry #8: 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 05/26/2022

Response #1:Submitted for consideration.
Response posted 05/27/2022


Response #2:Per most up-to-date HDM 855.5, plastic pipe can be used in potential fire areas, but the end of flammable pipe types should be replaced with a length of non-flammable pipe material.
Response posted 06/03/2022




Inquiry #9: Retaining Wall No. 162 on sheets 1611 and 1612 both call out as having 60MD (Mod). There is no pay item for 60MD (Mod) only 60MD (Item No. 214). Could the state please correct this. Also it appears that this barrier get the Cracked Limestone Surface Texture but the SF is not included in Item No. 121 and will be paid as the modified barrier. Please confirm that this is correct because Item No. 121 is a final pay item.
Inquiry submitted 06/03/2022

Response #1:Submitted for consideration.
Response posted 06/03/2022


Response #2:See Addendum No. 1
Response posted 07/08/2022




Inquiry #10: Could the State please provide more information and clear direction on the following.

Sheet 161 (C-88) is calling for the following.

Note #2 says: Concrete Surface Texture (Cracked Limestone) Must be continuous along median barriers. It has a Detail "A" showing Cracked Limestone Texture on both sides of a barrier. The drawing is not specific in calling out exactly what barrier its on and how its paid for. This information needs to be clear so that everyone bidding this work understands what's included.

Based on Note #2 stating along median barrier this would imply that it's on all of the following: Items 213 through 228 and 230. If this is the case then how is this Surface Treatment paid for?

Inquiry submitted 06/03/2022

Response #1:Submitted for consideration.
Response posted 06/03/2022


Response #2:See Addendum No. 1
Response posted 07/08/2022




Inquiry #11: Will Caltrans provide the Digital Terrain Model (Original Ground) and all corresponding Surface Finish Models for I-680, ESB, SBO, SKP, SS, ST, & TS alignments in XML format?
Inquiry submitted 06/08/2022

Response #1:Submitted for consideration.
Response posted 06/09/2022


Response #2:The Digital Terrain Model (DTM) will not be provided before bid opening.
Response posted 06/29/2022




Inquiry #12: Regarding Bid Item #107 Precast Concrete Paving (PCP): Sheets L-29 thru L-36 plans show multiple lanes with variable widths beyond the standard lane widths. Sheet C-36 notes #3 & #4 show the length of the panels can be from 8ft to 15ft with minimum width of the panel must be 6ft.
Q1 - What is the maximum width the precast panels can be?
Q2 - Are you expecting the longitudinal joints to line up with the lane lines?

Inquiry submitted 06/10/2022

Response #1:Submitted for consideration.
Response posted 06/13/2022


Response #2:Response 1. Refer to note 4, sheet C-36, page 109 of Bid Plans.

Response 2. Yes. The longitudinal joints should line up with the lane lines.
Response posted 06/15/2022




Inquiry #13: Regarding Bid Item #107 Precast Concrete Paving (PCP): There are multiple areas that require radius (or trapezoidal panels) across multiple lanes. On sheet C-35 it shows transverse lines do not have to line-up.
Q - Can we assume that the transverse joints do not need to line-up across multiple lanes?

Inquiry submitted 06/10/2022

Response #1:Submitted for consideration.
Response posted 06/13/2022


Response #2:Transverse joints do not need to line-up across multiple lanes.
Response posted 06/15/2022




Inquiry #14: Regarding Bid Item #107 Precast Concrete Paving (PCP): The plans show a panel thickness of .8'. The Special Provisions indicate that the panels will be ground after installation (Bid Item #112).
Q - Do the panels need to be cast thicker than .8' to allow for grinding?
Q - If so, does the bid quantity for the PCP account for this?

Inquiry submitted 06/10/2022

Response #1:Submitted for consideration.
Response posted 06/13/2022


Response #2:Bid per current Plans and Specs.
Response posted 06/15/2022




Inquiry #15: Regarding Bid Item #107 Precast Concrete Paving (PCP): The plans show in excess of (100) loop detectors in the precast panels. The Special Provisions indicate that the precast loop detector panels are to use GFRP bar reinforcement in lieu of Prestressing Strand and Steel Rebar.
Q - Does Caltrans have a detail showing how much GFRP is to be used.
Q - Is this paid for under Bid Item #107 or somewhere else?

Inquiry submitted 06/10/2022

Response #1:Submitted for consideration.
Response posted 06/13/2022


Response #2:See Addendum No. 1
Response posted 07/08/2022




Inquiry #16: Please verify the quantity for bid item 79 Rolled Erosion Control Product (Blanket). On ECQ-2, two quantities for Erosion Control Type 3 are missing from EC-27 and EC-30.
Inquiry submitted 06/10/2022

Response #1:Submitted for consideration.
Response posted 06/13/2022


Response #2:See Addendum No. 1
Response posted 07/08/2022




Inquiry #17: The total quantity for Structural Concrete, Retaining Walls, for RW #162, #213A, and #213B is 2744 CY. From Q-13, there is an additional 20.2 CY, making a total of 2764.2 CY. Bid Item #116 is for 2829 CY. Can you tell us what work constitutes the remaining 64.8 CY?
Inquiry submitted 06/13/2022

Response #1:Submitted for consideration.
Response posted 06/14/2022


Response #2:
Response posted 06/14/2022


Response #3:See Addendum No. 1
Response posted 07/07/2022




Inquiry #18: Special Provision section 12-3.20A(3) states, "Type K temporary railing must include a statement certifying each concrete barrier segment was manufactured prior to December 31, 2019." Furthermore, Special Provision section 12-3.20A(4)(a) states, "Do not use Type K temporary railing manufactured after December 31, 2019." Please clarify why the K-rail we have that was manufactured after December 31, 2019 cannot be used on this project.
Inquiry submitted 06/14/2022

Response #1:Submitted for consideration.
Response posted 06/14/2022


Response #2:This section has been revised in Addendum No. 1.
Response posted 07/08/2022




Inquiry #19: Proposed Typical Pavement Structure Section 2C, shown on Typical Cross Sections Drawing X-1 (sheet 3 of 1710), shows two layers of LCB 0.35' and two layers of base bond breaker. Is this pavement section correct? If not, is the bid item quantity for bid items 87 "Lean Concrete Base and bid item 90 "Base Bond Breaker" correct?
Inquiry submitted 06/15/2022

Response #1:Submitted for consideration.
Response posted 06/15/2022


Response #2:Please bid per current contract documents.
Response posted 06/16/2022




Inquiry #20: Can Caltrans please publish the list of DBE Work Codes used to come up with the 26% goal? This information would be very helpful to assist contractors with solicitation and outreach efforts.
Inquiry submitted 06/15/2022

Response #1:Submitted for consideration.
Response posted 06/15/2022


Response #2:A 26% goal determination was made on what work may potentially be subbed out to DBEs. A review of ALL the bid items on this contract was performed and compared to DBE firms certified in the CUCP that could perform those work items and indicated an interest to work in the district that this project is in. As always, bidders are required to select as many portions of work to be performed by DBEs as possible, in order to increase the likelihood that the DBE goals are being achieved. This includes, where appropriate, breaking out contract work items into economically feasible units (for example, smaller tasks or quantities), to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces.
Response posted 06/16/2022




Inquiry #21: Special Provision Section 10-1.03 states, "Do not work between station I-680 160+00 and 205+00 until 1/1/2024". Is this intended for Northbound only or both northbound and southbound?
Inquiry submitted 06/15/2022

Response #1:Submitted for consideration.
Response posted 06/16/2022


Response #2:The work blockout date in question would apply to both NB and SB 680 work.
Response posted 06/17/2022




Inquiry #22: Kindly provide the list of those who registered and attended the mandatory prebid meeting.
Inquiry submitted 06/15/2022

Response #1:Submitted for consideration.
Response posted 06/15/2022


Response #2:The list is at the link -
http://website.dot.ca.gov/dist4/construction/contracts/04-0Q30U4/Prebid_Meeting_0Q30U4.pdf
Response posted 06/15/2022




Inquiry #23: Precast Concrete Pavement Panel Grading drawing C-38 (sheet 111 of 1710) shows polyethylene sheeting between base and precast concrete pavement. Special Provision section 40-8.03C(1) states, "Do not use bond breaker". Is polyethylene sheeting required between precast panels and base? If so, please provide specifications for polyethylene sheeting (i.e. thickness).
Inquiry submitted 06/16/2022

Response #1:Submitted for consideration.
Response posted 06/16/2022


Response #2:The application of the polyethylene sheeting between the base and precast concrete pavement is limited to the grading alternatives shown on plan sheet C-38. If other grading methods are used, there is no need to use polyethylene sheeting.
Response posted 06/20/2022




Inquiry #24: Bid Item #112 - Grinding New Concrete Pavement has a quantity of 125,000 square yards. Could you please clarify what is included in this 125,000 square yards? If this is just for Bid Item #107 Precast Concrete Pavement then the quantity should only be 102,000 square yards. Please give clear direction on where the additional 23,000 square yards is.
Inquiry submitted 06/16/2022

Response #1:Submitted for consideration.
Response posted 06/16/2022


Response #2:See Addendum No. 1.
Response posted 07/08/2022




Inquiry #25: Bid Item #228 Concrete Barrier (Type 60MGP) has a pay quantity of 550' but per the layout plans the quantity should only be 384'. If you refer to Sheet 1026 (Q-20) its say that from station 640+34.29 to 642+06.00 (171.71') but if you go to Sheet 70 (L-35) it showing that from station 640+34.29 to 641+94.00 is 60MG and not 60MGP. The 60MGP is shown from station 641+94.00 to 642+06.00. Could you please revise the pay quantity to reflect the correct quantity of 384'.
Inquiry submitted 06/20/2022

Response #1:Submitted for consideration.
Response posted 06/20/2022


Response #2:See Addendum No. 2.
Response posted 07/12/2022




Inquiry #26: The quote listed for the MCB in the special provisions is for 10,000 LF of MCB. Bid Item #23 is lump sum but plan sheet SQC- 17 has a quantity of 90,000 LF of Relocate Movable Barrier. Can Caltrans explain how the quantities were arrived at in that table since this is a new system being employed on Caltrans projects?
Inquiry submitted 06/20/2022

Response #1:Submitted for consideration.
Response posted 06/21/2022


Response #2:The quantity is based on the engineers estimate.
Response posted 07/07/2022




Inquiry #27: In Stage 1, Phase 2A, on plan sheet SC-47, we are constructing Wall #162. On the northbound side of the wall we are constructing JPCP within the limits of the wall. This plan sheet shows the temporary k-rail at least 5' inside the sawcut line for constructing the JPCP, such that we can't construct the JPCP in this stage. Constructing the JPCP is not shown to be done in subsequent stages. Can Caltrans show us how the JPCP in this area will be constructed in this stage?
Inquiry submitted 06/22/2022

Response #1:Submitted for consideration.
Response posted 06/22/2022


Response #2:The JPCP on northbound side of wall #162 will be constructed at Stage 1, Phase 2B as shown on bid plan sheet SC-87, page 600 of 1710.
Response posted 06/24/2022




Inquiry #28: As per the drawings, there are many situations where electrical conduits need to be installed from the shoulder to the center of the Expressway. There are also conduits that that need to be installed across both Northbound and Southbound lanes. This work is referred to as “Horizontal Directional Drilling."" Are we to directional bore with Type 3 HDPE conduits, or do we need to utilize steel casings with Type 3 HDPE conduits inside of the casings?


Inquiry submitted 06/22/2022

Response #1:Submitted for consideration.
Response posted 06/22/2022


Response #2:Refer to Caltrans Standard Specifications Section 86-1.02B(1) for material and Section 87-1.03B(4) for installation.
Response posted 06/24/2022




Inquiry #29: The Product Description document states that the largest steel casing that can be used on the project is 4.5”. This limits the amount of HDPE conduits that can be installed inside the casings. We assume that the fiber optic conduit runs and the power/lighting conduit runs cannot share the same trench/bore/casing, as they are shown as separate runs on the drawings. Is this correct? In addition, there are multiple conduit combinations that are shown to be in the same trench/bore/casing on the drawings. A few examples are:
•(1) 2” and (1) 3”
•(1) 2” and (2) 3”
•(2) 2” and (1) 3”
•(3) 2” and (2) 3”

If we are limited to 4.5” maximum on the casings, some of these runs will require multiple casings. For example, a run with (3) 2” and (2) 3” would actually require (5) separate casings. Is this correct?

Inquiry submitted 06/22/2022

Response #1:Submitted for consideration.
Response posted 06/22/2022


Response #2:Please bid according to the bid documents. Refer to the standard specifications sections 86-1.02B(1) for conduit material and Section 87-1.03B(4) for conduit installation.
Response posted 06/24/2022




Inquiry #30: On Plan Sheet C-73 there is a detail for an anchor block. There is no bid item for anchor blocks. Can you tell us where we will be paid for these anchor blocks?
Inquiry submitted 06/22/2022

Response #1:Submitted for consideration.
Response posted 06/23/2022


Response #2:See Addendum No. 2.
Response posted 07/12/2022




Inquiry #31: Several work activities on this project have previously been performed for Caltrans with standard temporary traffic control lane closures and working behind cones. Will Caltrans clarify which work activities will require positive work zone protection utilizing movable concrete barrier? Will movable concrete barrier be required for removal and installation of traffic stripe, removal and installation of temporary barrier, hot mix asphalt, cold plane asphalt concrete pavement, precast concrete pavement, remove concrete pavement and base, grinding new concrete pavement? Will Caltrans provide a summary of quantities sheet for bid items 25 “Lateral Shift of Movable Barrier” and 26 “Relocate Movable Barrier”?
Inquiry submitted 06/27/2022

Response #1:Submitted for consideration.
Response posted 06/28/2022


Response #2:Submitted for consideration.
Response posted 06/28/2022


Response #3:Movable Concrete Barrier (MCB) will be used for paving and panel replacement only.
Response posted 07/07/2022




Inquiry #32: We cannot figure out how Caltrans estimated the quantity of 4,440 each for bid item 25 “Lateral Shift of Movable Barrier”. Stage Construction Details drawing SCD-5 (sheet 770) provides charts with quantities for lateral shifts of movable concrete barrier based on location of work zone, location of movable concrete barrier storage and location of movable concrete barrier during work. The quantities shown only account for moving the barrier from storage to the location during work. Does the pay quantity allow for moving the barrier back into the storage location (i.e. if the chart shows 2ea to move from storage to work location; will Caltrans pay an additional 2ea to move from work location back to storage)?
Inquiry submitted 06/27/2022

Response #1:Submitted for consideration.
Response posted 06/28/2022


Response #2:The quantity of the item in question has been updated in Addendum No. 2.
Response posted 07/12/2022




Inquiry #33: Caltrans provided "Survey Cross Sections in PDF format" within the Supplemental Project Information (Special Provision Section 2-1.06B). Cross sections were not provided for the following locations:

Line “ER” Stoneridge SB On-Ramp Sta 514+86.94 to Sta 516+62
Line “SR” Stoneridge SB Off-Ramp Sta 530+00 to Sta 533+00
Line “WSL” WB 580 Connector to SB 680 Sta 563+69 to Sta 571+33.71
Line “SDB” Amador Plaza Rd SB On-Ramp Sta 563+69 to Sta 577+08
Line “DBV” Amador Plaza Rd SB Off-Ramp Sta 572+32 to Sta 578+42
Line “SCN” SB 680 Connector to WB 580 Sta 593+18 to Sta 597+50
Line “SAB” Alcosta Blvd SB On-Ramp Sta 651+50 to Sta 659+30

Will Caltrans provide cross section for the locations listed above?

Inquiry submitted 06/27/2022

Response #1:Submitted for consideration.
Response posted 06/28/2022


Response #2:No additional cross section information will be provided. Note, the cross sections provided in bid inquiry no. 49 on June 7th are also included in the additional information.
Response posted 07/08/2022




Inquiry #34: Is the PCP grinding required to be completed in Stage 3 using the MCB?
Inquiry submitted 06/28/2022

Response #1:Submitted for consideration.
Response posted 06/29/2022


Response #2:No, MCB will be used for paving and panel replacement only.
Response posted 07/08/2022




Inquiry #35: Bid Item 25 - Lateral Shift of Movable Barrier was revised to 4400 each in Add#1 but still seems excessive. Please provide your analysis to arrive at that quantity.
Inquiry submitted 06/28/2022

Response #1:Submitted for consideration.
Response posted 06/29/2022


Response #2:Please bid per the current contract documents.
Response posted 06/30/2022




Inquiry #36: Bid Item #112 is for grinding concrete pavement. Standard Spec Section 40-1.03O calls out for smoothness and friction correction by grinding of concrete pavement. Is Caltrans only considering grinding of concrete pavement for the PCP under Bid Item #112 or both the PCP and JPCP? If the JPCP is to be included, then another 78000 SY would have to be added to the bid item quantity.
Inquiry submitted 06/28/2022

Response #1:Submitted for consideration.
Response posted 06/29/2022


Response #2:The bid quantity of bid item #112 only applies to grinding PCP.
Response posted 07/08/2022


Response #3:The bid quantity of bid item #112 only applies to grinding PCP.
Response posted 07/08/2022




Inquiry #37: The Special Provisions, Division II General Construction, state that TSI will furnish and install both roadside and pole-mounted Toll System Controller Cabinets for toll sites B1 thru B12 and 35 thru 53. Who is to furnish and install the panelboards/transformers that feed the Controller Cabinets that are shown on the ETS Power Distribution Cable/Conduit Riser Block Diagram Drawings ED-84 thru ED-97?

Inquiry submitted 06/29/2022

Response #1:Submitted for consideration.
Response posted 06/29/2022


Response #2:Please bid per the current contract documents. As specified in the section 10-1.02A of the contract special provisions, For the toll sites B1 thru B12, TSI will furnish and install roadside and pole mounted cabinets. For toll sites 35 thru 53, the TSI will furnish the toll cabinets only and the Contractor will be responsible to install those. The rest of toll equipment shown on the plans that feed the toll cabinets must be furnished and install by the Contractor.
Response posted 06/30/2022




Inquiry #38: Drawing ED-19 shows Other Conduits (Where Required) in both the Trench in Dirt Detail and the Trench in Pavement Detail TP. Please define "Other Conduits." Does that include other fiber optic conduits, data conduits, and power conduits?

Inquiry submitted 06/29/2022

Response #1:Submitted for consideration.
Response posted 06/29/2022


Response #2:The other conduits on top of fiber conduit shown on ED-19 can be used for other electrical equipment such as lighting conductors.
Response posted 07/07/2022




Inquiry #39: Drawing ED-102 shows Non-HDD Underground Conduit Detail, including HDPE conduit. Does this detail also apply to underground PVC conduit installations? Also, are power and fiber optic/data conduits allowed to share the same trench? Lastly, are all trenches required to have a layer of colored concrete backfill?

Inquiry submitted 06/29/2022

Response #1:Submitted for consideration.
Response posted 06/29/2022


Response #2:Q1: Drawing ED-102 shows Non-HDD Underground Conduit Detail, including HDPE conduit. Does this detail also apply to underground PVC conduit installations?
Answer: Yes

Q2: Are power and fiber optic/data conduits allowed to share the same trench?
Answer: Yes, follow details shown on the plans.

Q3: Lastly, are all trenches required to have a layer of colored concrete backfill?
Answer: Yes, follow details shown on the plans.


Response posted 06/30/2022




Inquiry #40: Applying Catrans Retaining Wall Type 1 (Case 1) to the scaled 36 foot long wall at station 331+58 using an H of 2 to 6 feet high, we calculate some 40 CY + of concrete, and the CT quantity is 6.5 CY. Is the concrete for the footing only with masonry? Can you provide more detail on the 4 RW at the toll system cabinet pads?
Inquiry submitted 06/29/2022

Response #1:Submitted for consideration.
Response posted 06/30/2022


Response #2:Retaining walls at the toll system cabinet pads must be constructed per details shown on sheet 157/1710 of the Contracts Plans. The quantity has been checked and verified.
Response posted 07/07/2022




Inquiry #41: PLANS C-59 & C-60, CONCRETE BARRIER, TYPE 60MGC MOD D:
There is no Bid item for this Barrier. This Barrier is not quantified in the Summary of Quantities sheets. Stations given for this Barrier are included in Type 60MGC MOD A quantities. How is this barrier to be paid?

Inquiry submitted 06/29/2022

Response #1:Submitted for consideration.
Response posted 06/30/2022


Response #2:The Type 60MGC Mod D concrete barrier is measured and paid for as Type 60MGC MOD A concrete barrier.
Response posted 07/01/2022




Inquiry #42: Regarding the Movable Concrete Barrier, is there a Caltrans guideline that discusses the system, which can be made a part of the special provisions or the Informational Handout?
Inquiry submitted 06/30/2022

Response #1:Submitted for consideration.
Response posted 06/30/2022


Response #2:Please see links to Caltrans DIB 91 and general information on lateral shift and relocate movable barrier items.
http://website.dot.ca.gov/dist4/construction/contracts/04-0Q30U4/Final_DIB_91_06282021_a11y.pdf
http://website.dot.ca.gov/dist4/construction/contracts/04-0Q30U4/LATERAL_SHIFT_AND_RELOCATE_MOVABLE_BARRIER.pdf

Response posted 07/08/2022




Inquiry #43: On Plan Sheet SCD-4, Section A-A, you show Lane #2 work being done with the MCB being stored in the southbound shoulder, and traffic ultimately running in Lane #4. In order to do this, we would have to have the freeway shutdown for a short time during the barrier shift since it would be very difficult to set up an outside lane closure to move the barrier and then switch traffic to an inside lane closure so traffic is only running in Lane #4. It would seem that to access the Lane #2 work zone as shown, the MCB should be stored in the median and moved to Lane #3. You show a similar situation in Section B-B for the Lane #3 work zone. This also occurs in Section E-E and Section F-F on SCD-5. Can Caltrans review these drawings to see if they need to be revised?
Inquiry submitted 06/30/2022

Response #1:Submitted for consideration.
Response posted 07/01/2022


Response #2:The Contractor can store the MCB on either inside or outside shoulders as best as it can fit and accommodate their construction sequence and staging.
Response posted 07/07/2022




Inquiry #44: Regarding removing concrete pavement and base, Caltrans Standard Specification Section 41-11.03B does not allow saw cutting parallel to the traveled way 2 days before removing the pavement. The lane closure restrictions do not provide enough time to sawcut parallel to the traveled way, removing, installing lean concrete base rapid set and precast panels in the same night. Please consider revising the constraint on saw cutting parallel to the traveled way and removing the pavement during the same closure.
Inquiry submitted 06/30/2022

Response #1:Submitted for consideration.
Response posted 07/01/2022


Response #2:Please bid per the current contract documents.
Response posted 07/05/2022




Inquiry #45: Are the Top of Wall Elevations shown in the Tables on Sheets 1631 and 1682 the Top of Soil Nail Wall or Top of Wall (Barrier Slab) shown on Sheets 1651 and 1695?
Inquiry submitted 07/02/2022

Response #1:Submitted for consideration.
Response posted 07/05/2022


Response #2:The Top of Wall Elevations shown in the Tables on Sheets 1631 and 1682 is Top of Wall (on Barrier Slab) shown on Sheets 1651 and 1695.
Response posted 07/07/2022




Inquiry #46: Given the 26% DBE goal we are still have a massive outreach underway to try to achieve the participation goal. We would appreciate additional time to get more DBE’s involved. Will Caltrans consider postponing the Bid Opening 2-3 weeks?
Inquiry submitted 07/05/2022

Response #1:Submitted for consideration.
Response posted 07/05/2022


Response #2:There is no change to the bid opening date.
Response posted 07/07/2022


Response #3:There is no change to the bid opening date.
Per Addendum 2, Bids for this work will be opened on Thursday, July 28, instead of the original date of Thursday, July 14, 2022.
Response posted 07/11/2022




Inquiry #47: Regarding the requirement to add non-plastic pipe to HDPE, can the agency provide a detail to join dissimilar materials together?
Inquiry submitted 07/05/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:Please bid per the current contract documents.
Response posted 07/07/2022




Inquiry #48: Bid Item #163, 20# RSP indicates 540 CY, however the bid item and quantity is not reflected in the Drainage Quantities. Will Caltrans provide updated drainage quantity sheets to indicate location and quantities of Bid Item #163?
Inquiry submitted 07/05/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:Please bid per the current contract documents. The subject quantity is shown on sheet 469 of 1710.
Response posted 07/07/2022




Inquiry #49: The PDF cross-sections provided do not have accurate structural sections depths drawn. In order to verify true Cut/Fill Volumes please reissue the cross-sections with correct structural section depths.
Inquiry submitted 07/05/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:Cross-sections can be found with the link - http://website.dot.ca.gov/dist4/construction/contracts/04-0Q30U4/04-0Q30U4_X-sec.zip


Response posted 07/07/2022


Response #3:These cross sections provided in the response on June 7th are also included in the additional information. No additional cross section information will be provided.
Response posted 07/08/2022




Inquiry #50: Addenda 1 delayed our access to work between stations 160+00 and 205+00 until 6/15/2024 (section 10-1.03). Specification section 8-1.10B requires a completion date of 620 working days for the Toll System Integrators work which will take up to 180 days per 10-1.02A. Our schedule shows the delayed access to the Southern end of the project will delay the project completion. Please consider the following solutions 1) provide access on 1/1/2024 as originally specified, 2) delay the 620 and 700 day completion periods, or 3) require the TSI to accelerate their work windows in those areas.
Inquiry submitted 07/05/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:Please bid per the current contract documents.
Response posted 07/07/2022




Inquiry #51: Is the movable concrete barrier required to perform the outside shoulder widening work shown in stage 1 phase 1 (sheets 515 through 555)?
Inquiry submitted 07/05/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:Please bid per the current contract documents. The use of MCB is required for all pavement rehab work except striping.
Response posted 07/07/2022




Inquiry #52: We would also like to ask for a minimum of a 2 week bid extension due to the size and scope of the project, as well as the considerable DBE commitments that are going to need to be made and with the corresponding reach out efforts.
Inquiry submitted 07/06/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:Bid Opening will not be postponed at this time.
Response posted 07/08/2022


Response #3:Bid opening will not be postponed at this time.
Per Addendum 2, Bids for this work will be opened on Thursday, July 28, instead of the original date of Thursday, July 14, 2022.
Response posted 07/11/2022




Inquiry #53: On Sheet Q-2, all of the #7 Pavement Sections indicate that quantities of Hot Mix Asphalt (Type A) will be used. The proposed typical #7 Pavement Section on Sheet X-1 does not include Hot Mix Asphalt (Type A). Please clarify.
Inquiry submitted 07/06/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:There is no HMA (Type A) in pavement Section 7. The total bid item quantity of the HMA (Type A) is correct.
Response posted 07/08/2022




Inquiry #54: We have a question about Bid Item 173 for Temporary Fence (Type CL-6). Looking thru the plans, we could not find any Temporary Fence (Type CL-6) labeled on the plans. We did see Temporary Silt Fencing on Bid Item #41 and Temporary High Visibility Fence labeled on the plans and on the Summary of Quantities . There was no mention of the Temporary Fence (Type CL-6) on the Summary of Quantities plan sheet 1,032. Please clarify where Bid Item #173 the Temp Fence (Type CL-6) is on the plans.
Inquiry submitted 07/06/2022

Response #1:Submitted for consideration.
Response posted 07/06/2022


Response #2:Please refer to the stage construction plans and quantity tables (sheets 514 thru 777 of the contract plans) for the limits of temporary chain link fence and quantities.
Response posted 07/07/2022




Inquiry #55: In regards to the answer for Question #49, the cross-sections have been reissued without fixing the Structural Sections. For example, if you look at station 300+00 from the S/C line right it should be structural section 4 which is 1.80' in total thickness; however, if you scale in you'll see that the section drawn is only 1.20'. That is a .60' discrepancy, which has an enormous impact on our Roadway Excavation quantities. This is not just happening in few locations it is pretty much the entire set of cross-sections. Please revise cross-sections so we can quantify true cut/fill volumes.
Inquiry submitted 07/08/2022

Response #1:Submitted for consideration.
Response posted 07/08/2022


Response #2:The cross sections are intended to show the finished grade, but not the exact pavement thickness. The volume of the pavement have been manually accounted for in the earthwork quantity calculations.


Response posted 07/08/2022




Inquiry #56: The toll system plan pages show lighting poles, VDS pols, and CCTV poles being installed yet there is nothing in the plans to show what type of poles these are. These are also not shown on the quantities pages. Are these to be installed in the future? If so what type of anchor bolts if any are required for the barriers. If new poles are required we will need time to procure pricing on these and would like to request a two week extension on the bid date.
Inquiry submitted 07/08/2022

Response #1:Submitted for consideration.
Response posted 07/08/2022


Response #2:1. For lighting poles details - refer to the Caltrans Standard plans ES-6D as called out on sheet C-54 ( page 127/1710 of the plans)
2. For VDS pole details - refer to the Caltrans Standard plans ES-16D as called out on sheet ED-61 (page 1428/1710 of the plans)
3. For CCTV pole poles - refer to sheet ED-114 ( page 1481/1710 of the plans)

Note, the contractor is responsible for furnishing and installing all the above items

Response posted 07/08/2022




Inquiry #57: PDQ-12 Sheet 844/1710 notes Route Shields 680 & 580. These items are non-constructible using Bid Item 243: 846012 - THERMOPLASTIC CROSSWALK AND PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY). Please add a bid item for 840517 - PREFORMED THERMOPLASTIC PAVEMENT MARKING.
Inquiry submitted 07/11/2022

Response #1:Submitted for consideration.
Response posted 07/11/2022


Response #2:Please bid per the contract documents, no additional bid item will be added at this time.
Response posted 07/20/2022




Inquiry #58: As a follow up to Question #15. Addendum #1 showed specs for the fiberglass reinforcing however the addendum didn't address the panel reinforcing. Does Caltrans have guidance on the size of bar, number of bars, spacing, layout, etc. for the precast panels?
Inquiry submitted 07/11/2022

Response #1:Submitted for consideration.
Response posted 07/11/2022


Response #2:When using fiberglass reinforcement for the WIM and loop detectors panels, use the same plans used for steel bar but upsize the rebar size number by 1. For instance, use fiberglass reinforcement #5 when the plans specify a bar #4.
Response posted 07/25/2022




Inquiry #59: Previous projects with the Movable Barrier System have required a second Barrier Transfer Machine (BTM) to be on-site as backup. Please confirm that a second BTM is required on this project.
Inquiry submitted 07/13/2022

Response #1:Submitted for consideration.
Response posted 07/20/2022


Response #2:Please bid per the contract documents. A need for a second Barrier Transfer Machine (BTM) to be on-site as backup is not specified.
Response posted 07/22/2022




Inquiry #60: Bid Item 23 - Movable Barrier System payment is defined in Section 12-3.25D - Payment. Please provide a payment Section for Bid Item 24 - Movable Barrier Crash Cushion, Bid Item 25 - Lateral Shift of Movable Barrier and Bid Item 26 - Relocate Movable Barrier.
Inquiry submitted 07/19/2022

Response #1:Submitted for consideration.
Response posted 07/19/2022


Response #2:For the payment section of Items 24, 25, and 26, kindly see Section 9, Payment, of the Standard Specifications. Please note, Item 23 is paid as lump sum and Items 24, 25, and 26 are paid by linear foot or by each.
Response posted 07/26/2022




Inquiry #61: With reference to bid item #115 (60" CIDH Piling) and plan sheet #956 Table B; the spiral reinforcing for the 60" CIDH Pile calls out for #7 rebar at 7" pitch. Our Rebar Sub-contractors and Suppliers say that the largest spiral they can produce is #6 rebar spiral with a very long production lead time.
Caltrans Standard Plans sheet #S8 calls out a #5 rebar spiral at 3-1/2" pitch.
Please review and give clarification.

Inquiry submitted 07/19/2022

Response #1:Submitted for consideration.
Response posted 07/19/2022


Response #2:Please bid per the contract documents. Changing the 60" CIDH detail will be evaluated and may be considered during construction.
Response posted 07/20/2022




Inquiry #62: With reference to bidder's question #30 and Caltrans response to see Addendum #2; it appears you did not answer where the Concrete Anchor blocks are to be constructed and quantified. The anchor blocks are usually listed with the Barrier Rail or Guardrail Summary.
Inquiry submitted 07/20/2022

Response #1:Submitted for consideration.
Response posted 07/20/2022


Response #2:Please bid per the contract documents. The Concrete Anchor Block is to be constructed and quantified as shown on sheet Q-21 of Addendum No.2.
Response posted 07/20/2022




Inquiry #63: Regarding Trash Nets, the specifications indicate construction means for installation but do not indicate preferred suppliers. Can Caltrans indicate the preferred supplier for these bid items?
Inquiry submitted 07/25/2022

Response #1:Submitted for consideration.
Response posted 07/25/2022




Inquiry #64: The trash net lengths in the details differ from the lengths delineated in the quantity sheets. Which length shall the bidder use?
Inquiry submitted 07/27/2022

Response #1:Submitted for consideration.
Response posted 07/27/2022


Response #2:Please use the Trash Net Length specified in the Drainage Detail Sheets DD-12 and DD-13.
Response posted 07/27/2022


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.