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 04-3J0704

Submit new inquiry for this project


Inquiry #1: Structural Section #12 in the typical cross sections specifies GPI "Paving mat". Bid item #45 is for GPI "Paving grid". Please confirm which type of GPI is to be used.
Inquiry submitted 11/15/2022

Response #1:Submitted for consideration.
Response posted 11/18/2022


Response #2:Please see structure section #12 in revised plan sheet X-1 in Addendum 1.
Response posted 12/28/2022




Inquiry #2: Please identify the structural section for the various individual slab replacement panels listed throughout the layout sheets as about only 50% have information.
Inquiry submitted 11/17/2022

Response #1:Submitted for consideration.
Response posted 11/18/2022


Response #2:Structural sections are indicated on the Layout and Typical Cross-section sheets.
Response posted 12/07/2022




Inquiry #3: There appears to be a handful of discrepancies between where PCP panels are indicated to be installed in the Layout DWGs (L-6 - L-16) and the QTY's provided in the Structures Pavement Quantities Tables provided (Q-1 - Q-5). Discrepancies as follows:

1) Sheet Q-2 for DWG L-8, EB Lane 1 indicates 159 CY of PCP panels. Per DWG L-8, EB Lane 1 contains 25EA 14'x12'x0.67' panels for a total of 104.2 CY.

2) Sheet Q-2 for DWG L-8, EB Lane 4 indicates 588 CY of PCP panels. Per DWG L-8, EB Lane 4 contains no PCP panels

3) Sheet Q-3 for DWG L-12, EB Lane 4 btwn STA 112+50 -> 120+76.7 indicates 50 CY of PCP panels. Per DWG L-12, EB Lane 4 btwn STA 112+50 -> 120+76.7 contains 7EA 14'x12'x0.98' panels for a total of 42.7 CY

4) Sheet Q-4 for DWG L-12, EB Lane 4 btwn STA 121+07 -> 123+50 indicates 50 CY of PCP panels. Per DWG L-12, EB Lane 4 btwn STA 121+07 -> 123+50 contains 7EA 14'x12'x0.98' panels for a total of 42.7 CY.

5) Sheet Q-4 for DWG L-12, WB Lane 2 btwn STA 121+07 -> 123+50 indicates 72 CY of PCP panels. Per DWG L-12, WB Lane 2 btwn STA 121+07 -> 123+50 contains no PCP panels.

6) Sheet Q-4 for DWG L-13, EB Lane 4 indicates 263 CY of PCP panels. Per DWG L-13, EB Lane 4 contains 37EA 14'x12'x0.98' panels for a total of 225.6 CY.

7) Sheet Q-5 for DWG L-16, WB Lane 3 STA 167+50 -> 168+48, 168+48 -> 169+22.29 & 131+06.44 -> 143+50 indicates 35 CY, 26 CY, and 265 CY of PCP panels respectively for a total of 326 CY. Per DWG L-12, WB Lane 3 STA 167+50 -> 168+48, 168+48 -> 169+22.29 & 131+06.44 -> 143+50 contains approx. 464.7 LF of panels x 12ft wide x 0.8ft deep = 165.2 CY.

For all discrepancies noted above, a combined delta of approx. 928 CY of concrete is noted. Please update Sheets L6-L16 or Q1-Q5 as necessary to resolve the discrepancies.


Inquiry submitted 11/28/2022

Response #1:Submitted for consideration.
Response posted 11/29/2022


Response #2:The discrepancies have been addressed in Addendum 1. Please see revised plan sheet Q-2 in Addendum 1.
Response posted 12/28/2022




Inquiry #4: Sheet L-17 indicates Lane replacement "Section 1" which includes PCP panel(s) near the bottom right of the page coming off of Pomona St. It is assumed this is in error and that no PCP panels are required here. Please confirm
Inquiry submitted 11/28/2022

Response #1:Submitted for consideration.
Response posted 11/29/2022


Response #2:Please see revised plan sheet L-17 in Addendum 1.
Response posted 12/28/2022




Inquiry #5: DWG C-9 Section A-A indicates a 10.5" long "Cast-Slide Dowel Bar Slot". However, various details on Sheet C-11 indicate the slot to be 10" TYP. Please verify which dimension is correct.
Inquiry submitted 11/29/2022

Response #1:Submitted for consideration.
Response posted 11/29/2022


Response #2:Please see revised plan sheet C-9 in Addendum 1. Section A-A has been revised.
Response posted 12/28/2022




Inquiry #6: BID ITEM 13 MOBILE BARRIER SYSTEM 300 Working Days. Per the manufacture the rental price is for the unit alone and does not include the tractor or driver. Can you please confirm?
Inquiry submitted 11/30/2022

Response #1:Submitted for consideration.
Response posted 12/01/2022


Response #2:Bidder is guided to review SSP 12-3.24D in conjunction with Standard Specification Section 9 Payment and shall bid accordingly.
Response posted 12/16/2022




Inquiry #7: Per page 2 of the Plans, the Typical Cross Sections state the Individual Slab Replacements are to have various depths of "REMOVE Conc Pvmt". However, there is not bid item for this description. Is this considered to be the Roadway Excavation bid item? Please advise.
Inquiry submitted 12/01/2022

Response #1:Submitted for consideration.
Response posted 12/01/2022


Response #2:Remove Conc Pvmt described on the Typical Cross Sections is considered as Roadway Excavation.
Response posted 12/16/2022




Inquiry #8: Does Caltrans plan on adding a Traffic Control System bid item to the project? If no Traffic Control System bid item is planned, what bid item should the contractor use to bear the cost for such activities?
Inquiry submitted 12/01/2022

Response #1:Submitted for consideration.
Response posted 12/05/2022


Response #2:Please be aware Item 100, Traffic Control System has been added to the revised bid Item list in Addendum 1.
Response posted 12/28/2022




Inquiry #9: The 10 cy of Roadway Excavation (Type Z-2) (Aerially Deposited Lead) does not seem to be in the Summary of Quantities. Please advise as to where this scope of work is located.
Inquiry submitted 12/08/2022

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


Response #2:Please see Curb, Curb Ramp and Sidewalk in revised plan sheet Q-8 in Addendum 1.
Response posted 12/28/2022




Inquiry #10: Per Sheet C-8, the Precast Pavement Panel "A" bars are shown as extending the full width of the panel less 4" on either end. For a 12ft wide panel this would equal approx. 11.33ft long A-bars. However, Sheet C-9 "Reinforcement Detail" indicates A-bars to be 10'-5" long. Please verify which is correct.
Inquiry submitted 12/08/2022

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


Response #2:Please see Reinforcement Detail on revised plan sheet C-9 in Addendum 1.
Response posted 12/28/2022




Inquiry #11: Sheet C-8 Section A-A clearly indicates (7) total "B" bars. However, the "Reinforcement Detail" indicates B-Bar "6 #4 Type 1" or "8 #4 Type 2". There is no other indication in the Drawing set of what "Type 1" or "Type 2" is referring to. Please confirm what the correct # of "B" bars are required per Panel.
Inquiry submitted 12/08/2022

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


Response #2:Please see Reinforcement Detail on revised plan sheet C-9 in Addendum 1.
Response posted 12/28/2022




Inquiry #12: Refer Erosion Control Legend/ ECL-1, Seed Mix 1 table is 61 LB/AC. However, Seed Mix 1 is 42 LB/AC on Erosion Control (Type 2). Please confirm Seed Mix rate
Inquiry submitted 12/20/2022

Response #1:Submitted for consideration.
Response posted 12/21/2022


Response #2:Please see revised plan sheet ECL-1 in Addendum 1.
Response posted 12/28/2022




Inquiry #13: Please clarify where Bid Item#41 "Prime Coat" is being utilized. The Quantity sheets seem to indicate that Prime coat is being used in conjunction with GPI, which would be very unusual.
Inquiry submitted 12/20/2022

Response #1:Submitted for consideration.
Response posted 12/21/2022


Response #2:Please see revised plan sheets Q-2, Q-4, and Q-5 in Addendum 1.
Response posted 12/28/2022


Response #3:See revised Q-1 thru Q-6 on Addendum 4. Prime coat quantities have been deleted and transferred as Tack Coat. Please also review requirements for tack coat in standard specifications.
Response posted 01/19/2023




Inquiry #14: Erosion Control Legend/ ECL-1 shows Fiber Roll on both EC Type 1 & EC Type 2. However, no Fiber Roll shown on Erosion Control plans. Furthermore, Erosion Control Quantity/ ECD-1 shows Fiber Roll quantity for Erosion Control Type 2 only. Please clarify or provided updated Erosion Control plans with Fiber Roll.
Inquiry submitted 12/22/2022

Response #1:Submitted for consideration.
Response posted 12/22/2022


Response #2:Please see revised plan sheet ECL-1 in Addendum 1.
Response posted 12/28/2022




Inquiry #15: Please provide SSP 12-3.24D for Contract No. 04-3J0704 for Bidder Inquiry #6.
Inquiry submitted 12/22/2022

Response #1:Submitted for consideration.
Response posted 12/22/2022


Response #2:Special Provisions Section 12-3.24D, Payment, states, "Each mobile barrier system is paid for each working day of use in a closure with each working day counting as 1 measurement unit." Note this is in the Special Provisions, not the Standard Special Provisions (SSP).
Response posted 12/22/2022




Inquiry #16: Please advise 3,900 LF of Fiber Roll (Bid item #35) will be installed on both Erosion Control Type 1 and Type 2 per Erosion Control Legend/ Sheet ECL-1/ Addendum #1 or only installed on Erosion Control Type 2 per Erosion Control Quantities/ Sheet ECQ-1/ Addendum #1?
Inquiry submitted 12/29/2022

Response #1:Submitted for consideration.
Response posted 12/29/2022


Response #2:Please see revised plan sheets ECL-1 and ECQ-1 in Addendum 1.
Response posted 01/17/2023




Inquiry #17: With the amount of submittals and approvals needed on this size and scope of a project, and with precast panels needing to be fabricated, will Caltrans consider extending the 15 day start of job activities as noted on Spec pg 28 (section 8-1.04C)?
Inquiry submitted 01/03/2023

Response #1:Submitted for consideration.
Response posted 01/04/2023


Response #2:Please see revised SSP 8-1.04C as part of addendum #6.
Response posted 02/03/2023




Inquiry #18: Note 3 on Plan pg 31 states, "Adjust panel length to match existing PCP transverse joint in adjacent lane". However, per the plans it looks as if the precast panels are 14', and the panels vary in length on the jobsite. How does Caltrans anticipate all of these transverse joints matching with precast panels?
Inquiry submitted 01/03/2023

Response #1:Submitted for consideration.
Response posted 01/04/2023


Response #2:Please see addendum #4, revised plan sheet C-8.
Response posted 01/26/2023




Inquiry #19: sheet 264 (ED-1) shows typical cross section for shoulder termination details. The detail plan (sheet 261,262) and quantity sheets (sheet 267)do not indicate replacement of the shoulder termination. Please confirm if shoulder termination is required at all location on the plan.
Inquiry submitted 01/03/2023

Response #1:Submitted for consideration.
Response posted 01/04/2023


Response #2:Shoulder Termination is required and paid in Bid Item 98.
Response posted 01/17/2023


Response #3:Also see Note 3 on plan sheet 260 (E-1).
Response posted 01/18/2023




Inquiry #20: We have the following questions:
1 Special Provisions page #28 Section 8-1.04C has the first working day 15 days after Contract Approval. With all of the submittals and mix designs to be approved we request that the 15 day requirement be changed to 55 days that is being used on most CALTRANS projects for A plus B bids.
2 There is not a bid item for temporary striping which will be required for all of the different stages for HMA & RHMA Paving and Precast Panel Replacement and grinding the existing concrete pavement and the new concrete panel pavement.
If no item is given; then what item should the cost for the temporary striping be placed in.

Inquiry submitted 01/04/2023

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


Response #2:
#2. Temporary striping is required, see revised PDQ-9 on addendum #4 and bid accordingly.
Response posted 01/26/2023




Inquiry #21: With reference to bid item #13 (MOBILE BARRIER SYSTEM); Plan sheet #285; and Special Provisions Section 12-3.24C; Is there only one Mobile Barrier required at the start of the lane closure or is there to be continuous Mobile Barriers (100 lf/ea) for the length of the lane closure. The Cold Plane & RHMA paving per shift will 2,000 lf +/- per lane and the Precast Concrete Panel replacement will be 400 lf to 600 lf per shift (Excavation, Exist PCC & Base removal, LCB, Panel placement, Grouting and saw cutting out ahead of the operation)?
If we are required to have more than one Mobile Barrier per shift-day; then how many DAY'S will we be paid per shift-day?

Inquiry submitted 01/04/2023

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


Response #2:Per the Special Provisions, 12-3.24D Payment, the item is paid per mobile barrier system per day. Each mobile barrier system is defined in 12-3.24B Materials.
Response posted 01/18/2023




Inquiry #22: In reference to Pavement Structure Section No. 14 (6" Digouts) , please provide quantities (total tons & number of separate digouts) by location (Ramp, Mainline, Shoulders) and minimum dimensions (length & width) that Bidders shall assume for estimating purposes.
Inquiry submitted 01/05/2023

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


Response #2:Please see X-1 and Q-6 as part of addendum #6
Response posted 02/03/2023




Inquiry #23: Addendum No. 1 only partially clarified the quantity discrepancies between the pavement removal, excavation, and new structural pavement quantities. There are still numerous locations that are in conflict and/or need to be further clarified - for example, how can there be roadway excavation associated with Section No.1 which details the 1.15' existing section to be replaced in kind? They Q sheets imply that the existing section to be removed is not all Concrete Pavement and Base.
Inquiry submitted 01/05/2023

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


Response #2:ROADWAY EXCAVATION is for additional excavation required to address difference between the pavement structure thickness of the existing and new.
Response posted 01/17/2023




Inquiry #24: What are the allowed lane closure hours for Cummings Skyway ("CS" Line)?
Inquiry submitted 01/05/2023

Response #1:Submitted for consideration.
Response posted 01/06/2023


Response #2:For the Cummings Skyway over crossing, bid for 1 way traffic control with the hours provided in the Cummings Skyway Lane Closure Charts. Please coordinate with the local municipalities.
Response posted 02/06/2023




Inquiry #25: Please clarify the joint seal quantities as there appears to be an overlap between the pay and non-pay items
Inquiry submitted 01/05/2023

Response #1:Submitted for consideration.
Response posted 01/06/2023


Response #2:Please bid accordingly to pay item quantities, other quantities are non-pay item and for information only.
Response posted 01/17/2023




Inquiry #26: Please provide a Bid Item to Remove & Replace Asphalt Concrete for the 6" Digouts.
Inquiry submitted 01/07/2023

Response #1:Submitted for consideration.
Response posted 01/09/2023


Response #2:Please see X-1 and Q-6 as part of addendum #6.
Response posted 02/03/2023




Inquiry #27: Bid item 0041 calls out for Prime Coat 84 ton. It is not clear where the Prime Coat will be implemented. Addendum #1 did not seem to clarify this issue in the new Q sheets.

The contract 2018 Standard Specifications and the current Contract Special Provisions do not have a provision for Prime Coat.

Can we please see a Special Provision for this bid item that clarifies when and where it is applied and at what rate? Perhaps this should be additional tack coat being applied to cold planned surface?




Inquiry submitted 01/16/2023

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


Response #2:Please see revised Q-1 thru Q-6 on Addendum 4. Prime coat quantities have been deleted and transferred as Tack Coat. Please also review requirements for tack coat in standard specifications.
Response posted 01/19/2023




Inquiry #28: It appears that the Structure Pavement Quantities Q1-Q6 already include the Roadway Summary Quantities from Sheet Q8. So, no need to add them to the bottom line "From the Roadway Summary".

In essence all the Roadway Quantities (Cold Plane, RHMA, GPI and Tack Coat ) from Roadway Summary Table in Q8 are doubled in Structure Pavement Quantities Table.

Please review and adjust as you see fit.

Inquiry submitted 01/16/2023

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


Response #2:See revised Q-6 and Q-8 on addendum #4.
Response posted 01/27/2023




Inquiry #29: Inquiry #13 makes reference to Addendum #4, when will that Addendum be available/posted
Inquiry submitted 01/23/2023

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


Response #2:Addendum #4 posted on 1/25/2023.
Response posted 01/25/2023




Inquiry #30: Bid Item #45-Specify what class grid will be required.
Inquiry submitted 01/24/2023

Response #1:Submitted for consideration.
Response posted 01/24/2023


Response #2:Please see revised Bid Item List for replacing GPI Paving Grid for GPI Paving Mat, and plan sheets as part of addendum #6.
Response posted 02/03/2023




Inquiry #31: Can we please get an update on the status of Addendum #4? The bid date is less than a week away and we will need to time to evaluate the forthcoming changes.
Inquiry submitted 01/25/2023

Response #1:Submitted for consideration.
Response posted 01/25/2023


Response #2:Addendum #4 posted on 1/25/2023.
Response posted 01/25/2023




Inquiry #32: Addendum #4 provided a Digout Summary Table. We still need some minimum dimensions (length & width) that the Bidders can use for estimating purposes. The smallest typical cold plane machine is 48” (4’). Please clarify.
Inquiry submitted 01/26/2023

Response #1:Submitted for consideration.
Response posted 01/26/2023


Response #2:Please see revised Q-6 and X-1 as part of addendum #6.
Response posted 02/03/2023




Inquiry #33: Digout Summary Table combined the Digouts into the HMA (Type A) bid item which typically is not done because the type and cost of work is so different. Why not create a separate bid item like 390095 REPLACE ASPHALT CONCRETE SURFACING for 400 CY?
Inquiry submitted 01/26/2023

Response #1:Submitted for consideration.
Response posted 01/26/2023


Response #2:Please see revised Q-6 and X-1 as part of addendum #6.
Response posted 02/03/2023




Inquiry #34: Erosion Control Detail/ Sheet ECD-1/ Addendum #4 shows Erosion control Type 2 with 5' width only is at HMA Dike & Concrete Barrier. However, Erosion Control plans/ Sheets EC-1 through EC-11, it should be Erosion Control Type 1. Please double check.
Inquiry submitted 01/30/2023

Response #1:Submitted for consideration.
Response posted 01/31/2023


Response #2:Please see response to bidder inquiry #35.
Response posted 02/03/2023




Inquiry #35: Refer to Erosion Control plans/ EC-1 through EC-11, Erosion Control Type 1 with 5' width only should be at HMA Dike & Concrete Barrier. Therefore, Fiber Roll should be installed at Erosion control Type 1 (Not Erosion Control Type 2). Please verify.
Inquiry submitted 01/30/2023

Response #1:Submitted for consideration.
Response posted 01/31/2023


Response #2:Bidder is directed to review addendum #4: ECD-1 revises the detail shown as Erosion Control (Type 2), and requirements for Erosion Control (Type 1) shown on ECL-1. Quantities for the project are shown on ECQ-1, and bidder is instructed to bid accordingly.
Response posted 02/03/2023


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.