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 04-3K6704

Submit new inquiry for this project


Inquiry #1: This project was advertised on 4/9/18 and bids on 5/2/18. Bidders do not have 30 days to properly advertise for the project including DVBE outreach (only 3 weeks allowed). Will Caltrans extend the bid date a minimum of 1 week to allow more time to properly advertise for the project? Please confirm.
Inquiry submitted 04/11/2018

Response #1:There are no plans to extend the bid open date.
Response posted 04/13/2018




Inquiry #2: Please clarify the number of dowel bars drilled into existing concrete per lane. P8 Detail 4 bars per wheel path, 8 per transverse construction joint. Or P1/P3A/P3B Detail of 12 bars per lane, per transverse construction joint.
Inquiry submitted 04/11/2018

Response #1:Submitted for consideration.
Response posted 04/12/2018


Response #2:Regarding the number of dowel bars drilled into existing concrete per lane, the contractor should use P8 Detail 4 bars per wheel path, 8 bars per transvers construction joint.
Response posted 04/17/2018




Inquiry #3: For the Individual Slab Replacement item - please clarify if the contractor should use straight or skewed joints at locations where both lanes are being replaced.
Inquiry submitted 04/11/2018

Response #1:Submitted for consideration.
Response posted 04/12/2018


Response #2:For the Individual Slab Replacement, the contractor should use straight joints at locations where both lanes are being replaced.
Response posted 04/18/2018




Inquiry #4: For Individual Slab Replacement SB R0.0 the layout sheet L-1 appears to show slab replacement up to a bridge deck (S505-E80 Connector OC). Please clarify if this should be an approach slab type r. If Individual Slab Replacement is to occur at this location would a joint seal for the bridge deck be required?
Inquiry submitted 04/11/2018

Response #1:Submitted for consideration.
Response posted 04/12/2018


Response #2:Joint seal is not required between Individual Slab Replacement and approach slab.
Response posted 04/18/2018




Inquiry #5: At the WIM Locations NB & SB at PM 2.20 to 2.25 for Individual Slab Replacement item - Sheet C-1 shows the lanes and shoulders being replaced with rapid strength concrete, while L-3, X-1, Q-2, and E-3 show just the lanes being replaced with RSC. Please clarify.
Inquiry submitted 04/11/2018

Response #1:Submitted for consideration.
Response posted 04/12/2018


Response #2:See Addendum 1.
Response posted 04/24/2018




Inquiry #6: On Q-2 the SQYD's shown for Base Bond Breaker do match the surface area calculated from the slab lengths and widths shown. Please clarify.
Inquiry submitted 04/11/2018

Response #1:Submitted for consideration.
Response posted 04/12/2018


Response #2:The deviation is not significant. Please bid per plans.
Response posted 04/18/2018




Inquiry #7: For the WIM typically these locations typically require concrete grinding (even when RSC pavement meets the specifications and would not otherwise require it). Can the State extend the quantity for item 26 Grind Existing Concrete Pavement to include the SQYD's at these locations.
Inquiry submitted 04/11/2018

Response #1:Submitted for consideration.
Response posted 04/12/2018


Response #2:Please bid on plans for items # 26 Grind Existing Concrete Pavement. The requirements of grinding on new concrete surface TBD.
Response posted 04/18/2018




Inquiry #8: Please provide the inertial profile data for this project in order to properly bid, based off the status of the existing road.
Inquiry submitted 04/19/2018

Response #1:Submitted for consideration.
Response posted 04/19/2018


Response #2:See Addendum 2.
Response posted 04/27/2018




Inquiry #9: The plans appear to not have variable depth milling and paving. Without this, it can only be expected to return the same smoothness of the existing road. Please consider allowing variable milling and paving in order to maximize improvements.
Inquiry submitted 04/20/2018

Response #1:Submitted for consideration.
Response posted 04/24/2018


Response #2:Please bid per plans. Cold plane AC pavement and place RHMA-G (BWC).
Response posted 04/25/2018




Inquiry #10: Plan Sheet Q-2 calls for shoulder backing in one NB section from R.3.25 to R3.60. This is not shown on the typical sections. What is the width / depth requirement for this shoulder backing?
Inquiry submitted 04/23/2018

Response #1:Submitted for consideration.
Response posted 04/23/2018


Response #2:Please bid per plans for quantity of 180 tons shoulder backing based on field observations. The width/depth for this shoulder backing shall be determined by the engineer.
Response posted 04/25/2018




Inquiry #11: Reference Plan Sheet Q-2, specifically the table for "Individual Slab Replacement (Rapid Strength Concrete)". The first two line items (566.40 CY and 178.31 CY) appear correct based on the total slab length, lane width and maximum of 1.18' slab thickness. However the last 4 line items in the table do not match based on the dimensions provided. Either the total CY of RSC is considerably lower than Bid Item #25 which is 2620 CY, or the PM range / total slab length dimension needs to be increased considerably. Please clarify this as soon as possible as this scope of work is a major component of the project and time is needed to evaluate / bid properly.
Inquiry submitted 04/23/2018

Response #1:Submitted for consideration.
Response posted 04/23/2018


Response #2:See Addendum 2.
Response posted 04/27/2018




Inquiry #12: Reference Plan Sheet Q-2: Summary of Roadway Quantities. Typically the SY of cold planing for digouts would pay under the cold plane bid item #23. However it doesn't appear the cold plane SY quantities in the table include this when checked against the RHMA tonnages for the same segments, etc,.. Please clarify whether the cold plane portion of the digout area scope pays under Cold Plane AC (Bid Item #23) or HMA Type A (Bid Item #18).
Inquiry submitted 04/23/2018

Response #1:Submitted for consideration.
Response posted 04/24/2018


Response #2:See Addendum 2.
Response posted 04/27/2018




Inquiry #13: Reference the revised standard specifications included as part of the Special Provisions, Section 39-3.04A (Page 148 of 263). This states that HMA must be placed back the same shift that the cold planing occurs (prior to opening to traffic). This would occur for HMA digouts but it not realistic for this project to complete remove / replace each shift for all RHMA-G. Please clarify what the pave back spec timeframe is between cold planing 0.10' and placing back that 0.10' of RHMA-G in the same area.
Inquiry submitted 04/24/2018

Response #1:Submitted fro consideration.
Response posted 04/24/2018


Response #2:Please bid per plans. Cold plan AC pavement and place back RHMA-G (BWC) in the same shift.
Response posted 04/25/2018




Inquiry #14: The bid item is missing for the polymer-modified asphaltic emulsion (paid by the ton) which goes with Bid Item #21 - Rubberized Hot Mix Asphalt Gap Graded (Bonded Wearing Course). Please add this bid item since there currently is no bid item for payment of this material.
Inquiry submitted 04/24/2018

Response #1:Submitted for consideration.
Response posted 04/24/2018


Response #2:See Addendum 2.
Response posted 04/27/2018




Inquiry #15: Please provide a specification for the polymer-modified asphaltic emulsion material required for Bid Item #21 - Rubberized Hot Mix Asphalt Gap Graded (Bonded Wearing Course).

Inquiry submitted 04/24/2018

Response #1:Submitted for consideration.
Response posted 04/24/2018


Response #2:For Asphaltic Emulsion Specification, please see Standard Specifications Section 39-2.05A(2)(b).
Response posted 04/25/2018




Inquiry #16: We request a minimum 1 week extension on the bid date for this project. With only 1 week before bid date, there are several questions / clarifications still required of which have potentially considerable cost impacts on the project. Once answers are provided, additional time will be needed to analyze properly and communicate with all subs (DVBE, etc,..).
Inquiry submitted 04/24/2018

Response #1:Submitted for consideration.
Response posted 04/24/2018


Response #2:Your comments are noted, but there are no plans to delay the bid date.
Response posted 04/27/2018




Inquiry #17: Reference Plan Sheet X-2, lower left Typical Section for Connector / Midway / Allendale / Putah ramps. This shows the 0.50' cold plane / 0.50' HMA being completed to the same elevation as the 0.10' cold plane / 0.10' RHMA overlay. With Caltrans' intent being to complete the 0.50' digouts first (followed by the 0.10' cold plane / 0.10' RHMA), the top 0.10' of the HMA digout repair will be ground off. Please confirm that this top 0.10' of HMA is paid for under the HMA Bid Item #18 and that this top 0.10' of HMA is not "sacrificial" mix that the Contractor must carry as incidental costs that Caltrans will not pay for. Please clarify as this is a considerable cost impact.
Inquiry submitted 04/24/2018

Response #1:Submitted for consideration.
Response posted 04/25/2018


Response #2:Yes, 0.10' of HMA will be paid under the HMA Bid item # 18 as well as the RHMA-G (BWC) Bid item # 21.
Response posted 04/25/2018




Inquiry #18: Reference Chart G3 from the Special Provisions. Appears the direction is wrong, should this be changed to read "505/SB" for the "Route/Direction"?
Inquiry submitted 04/26/2018

Response #1:Submitted for consideration.
Response posted 04/26/2018


Response #2:See Addendum 2.
Response posted 04/27/2018




Inquiry #19: The data provided in Addendum 2 does not allow an analysis of the smoothness of the road. Please provide the PPF files in order to understand the condition of the existing road.
Inquiry submitted 04/27/2018

Response #1:Submitted for consideration.
Response posted 04/27/2018


Response #2:You can download the PPF files below:

www.dot.ca.gov/dist4/construction/contracts/04-3K6704/3K6704_PPF.zip (46MB).
Response posted 04/27/2018




Inquiry #20: The PPF data provided in Inquiry #19 covers over 11.6 miles of roadway which is greater than the length of the entire job which is 10.6 miles. The data does not indicate post mile locations for the start and stop and so it cannot be determined what data applies to what locations. Please provide this data with properly labeled files.
Inquiry submitted 04/27/2018

Response #1:Submitted for consideration.
Response posted 04/30/2018


Response #2:You can download the PPF files with CSV below:

www.dot.ca.gov/dist4/construction/contracts/04-3K6704/3K6704_with_CSV.zip (44MB).
Response posted 05/01/2018


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.