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 04-4G0804

Submit new inquiry for this project


Inquiry #1: Please provide the CAD files for the project for takeoff use.
Inquiry submitted 09/21/2021

Response #1:Submitted for consideration.
Response posted 09/21/2021


Response #2:Cross sections in Microstation Files can be downloaded below:

http://website.dot.ca.gov/dist4/construction/contracts/04-4G0804/XSections_4G0804.zip
Response posted 09/27/2021




Inquiry #2: Sheet X-1 of the Project Plans indicate the only Open Grade Hot Mix Asphalt to be used on this project is rubberized (RHMA-O) under “Proposed” sections of “Typical Pavement Structure Sections”. However, page 120 of the Special Provisions states the following:

Add to section 39-2.04B(3):
For HMA-O, the grade of the asphalt binder must be PG58-34PM.

Please clarify if the RHMA-O sections to be used on this project are to have binder grade PG58-34PM or PG64-16?

Inquiry submitted 10/04/2021

Response #1:Submitted for consideration.
Response posted 10/04/2021


Response #2:The RHMA-O sections to be used on this project are to have binder grade PG64-16.
Response posted 10/05/2021




Inquiry #3: Bid Item 171 - Furnish Sign Structure (Tubular) - will these structures be Galvanized Only or Galvanized & Painted? Standard Specifications Section 56-2.02 calls for tubular sign structures to be galvanized and painted (generic and no paint color mentioned) however the drawings only make reference to all sign structures being galvanized.
Inquiry submitted 10/04/2021

Response #1:Submitted for consideration.
Response posted 10/04/2021


Response #2:Please follow Caltrans Standard Specification 56-2.02L(1), where tubular sign structure is to be
galvanized and painted.

For the color of paint, contractor to consult with the Engineer.
Response posted 10/13/2021


Response #3:Standard Specification 56-2.02L(3) requires compliance with section 59-4, and 59-4.03D establishes Federal Standard color requirements
Response posted 10/13/2021




Inquiry #4: 1) We are missing the cross sections for the "UT" Line. Please provide them to us in a PDF format.

2) Can we get cross sections for the placement of ADL along Route 505 NB Connector??

Inquiry submitted 10/04/2021

Response #1:Submitted for consideration.
Response posted 10/04/2021


Response #2:Download the zipped pdf files below:

http://website.dot.ca.gov/dist4/construction/contracts/04-4G0804/XSections_4G0804_pdf.zip
Response posted 10/07/2021




Inquiry #5: Bid Item #151 (Minor Concrete - Minor Structure) has a quantity of 215 CY, of which +/-98% is for the Bioretention WQ weirs (spacing as shown on plans and transverse to bioretention flow). Bioretention scope appears to include 3 locations under DS #3a, DS #16b and DS #38a. All 3 locations total only 11 EA weirs. Per the WQW detail provided on Sheet DD-12, these are all small in size and therefore appear to be considerably less CY of concrete than noted in bid item total and applicable Sheets DQ-2, DQ-4 and DQ-14 (+/-5% of the item quantity). Please confirm this quantity and / or clarify the concrete scope / details to be used if in additional to Sheet DD-12.
Inquiry submitted 10/05/2021

Response #1:Submitted for consideration.
Response posted 10/05/2021


Response #2:Bid per contract documents.
Response posted 11/30/2021




Inquiry #6: Bid item #222,223,224 - Alternative pipeliner. Do the 18", 24", 30" diameters shown in bid documents represent existing culvert dimensions?
Inquiry submitted 10/06/2021

Response #1:Submitted for consideration.
Response posted 10/07/2021


Response #2:Yes, diameters for alternative pipe liner shown in bid documents represent existing culvert dimensions.
Response posted 10/11/2021




Inquiry #7: Per the special provisions, add to section 5-1.20B(3), the contractor is responsible for preparing necessary documents and paying all fees associated with the permits. Please tell the contractor the amount of each each permit fee, City of Fairfield, City of Vacaville and Solano County, so we can include that in our bid.
Inquiry submitted 10/07/2021

Response #1:Submitted for consideration.
Response posted 10/07/2021


Response #2:Contractor is responsible for determining the costs of permits.
Response posted 10/07/2021




Inquiry #8: Can you please provide the .dgn cross section files for the ADL and UT Lines?
Inquiry submitted 10/08/2021

Response #1:You can download the zipped pdf files below:

http://website.dot.ca.gov/dist4/construction/contracts/04-4G0804/04-4G0804_BI8.zip
Response posted 10/08/2021




Inquiry #9: I would like to request pre-approval for the possible use of Alternative Slotted pipe ( per CALTRANS sheet D98D and Section 64-3 ).
As the manufacture/representative for Zurn Z888-18 pre approval will give the bidding contractors another option for the project LINE ITEM 78.
Thank You

Inquiry submitted 10/08/2021

Response #1:Submitted for consideration.
Response posted 10/08/2021


Response #2:Contractors to bid per plans and specs.
Response posted 10/13/2021




Inquiry #10: Item No. 45, Item Code 141110, Work Area Monitoring (Bridge): is this the item for the Contractor-supplied Biologist, which is required to conduct wildlife surveys per the CDFW 1600 permit for regulated species (frog, turtle, hawk, owl, swallow, migratory birds, bats)?
Inquiry submitted 10/11/2021

Response #1:Submitted for consideration.
Response posted 10/13/2021


Response #2:The Item Code 141110, Work Area Monitoring (Bridge) is used per Special Provisions section 14-11.13D Work Area Monitoring if work activities that disturb the existing paint system have the potential to release lead into the air or to release lead onto soils below the bridge.
Response posted 10/19/2021




Inquiry #11: Sheet DD-6 of the plans shows .35' HMA (Type A) being placed on top of the Concrete Backfill for both Case 1 & Case 2 details There are 77 locations where this detail is noted. How is the HMA (Type A) measured and paid for this work? Also, can the RSC for the Highway 80 road crossings be brought level to the existing surface of the roadway and eliminate the .35' HMA as shown on DD-6? Note that these crossings are perpendicular to the roadway and not parallel and effected by the limited night working hours.
Inquiry submitted 10/12/2021

Response #1:Submitted for consideration.
Response posted 10/12/2021


Response #2:See Addendum 2 issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #12: Please review and correct as necessary the quantity for Bid Item 65 SUBGRADE ENHANCEMENT GEOTEXTILE, CLASS B2. If the fabric is to be placed within the Structural Section 6 limits as shown on X-23 and C-58 the quantity appears to be high.
Inquiry submitted 10/12/2021

Response #1:Submitted for consideration.
Response posted 10/13/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #13: The unit of measure for Bid Item 119 Asphalt Treated Permeable Base is published in the Bid Item List as CY however it is listed as TN on Q-18. The takeoff quantity appears to be in line with a per TN unit. Please clarify the correct unit of measure.
Inquiry submitted 10/13/2021

Response #1:Submitted for consideration.
Response posted 10/13/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #14: The unit of measure for Bid Item 133 Remove Base and Surfacing is published in the Bid Item List as CY however it is listed as SY on Q-18. Please clarify the correct unit of measure.
Inquiry submitted 10/13/2021

Response #1:Submitted for consideration.
Response posted 10/13/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #15: With reference to plan sheet DQ-28, Drainage System 70a shows a quantity of 1216 CY of Biofiltration Soil & 811 CY of Class 3 Permeable Material. DS 70b shows 3893 CY of Bioretention Excavation. The pay item Bioretention for this DS is blank. How is the Bioretention Soil, Class 3 Perm & Bioretention Excavation for DS 70 paid for since they are all non-pay items on the DQ sheets?
Inquiry submitted 10/13/2021

Response #1:Submitted for consideration.
Response posted 10/13/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #16: Is Bent #3 of the Davis Street UC being retrofit? Plan Sheet 1746 seems to indicate that only Bents #2 and #4 are being retrofit. The description in the top left elevation includes Bent #3, but the table only includes Bents #2 an #4.
Inquiry submitted 10/14/2021

Response #1:Submitted for consideration.
Response posted 10/14/2021


Response #2:Bid per the current contract documents unless an addendum is issued.
Response posted 10/22/2021


Response #3:Reference Addendum #2 dated 11/19/2021. Plan sheet 1746 is replaced.
Response posted 11/22/2021




Inquiry #17: Please clarify which surfaces require Prime Coat, Bid Item 120. The locations shown on Q-18 do not clearly identify which surfaces are required.
Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/15/2021


Response #2:Contractor should use SSP’s, typical sections and plans in conjunction with Q-18 in order to determine prime coat (bid item 120) application.

See SSPs Section: 39-2.01C(3)(c) Prime Coat for instructions.

Response posted 10/16/2021




Inquiry #18: Please reference project plan sheet 1150. in the "Pile Data Table", second line of He =1'-0" the end station currently shows 942+46.63 it should read 943+46.63. Please correct.
Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #19: Please reference bid item 152 Paving Notch Extension. The bid quantity is 11 CF, a take our take off the item shows 58 CF. Davis St plan quantity is 3 CF take off 25.5 CF. Mason St Plan quantity 3 CF take off 22.5 CF. Ulatis Ck plan quantity 3 CF take off is 11.25 CF. Horse Ck plan quantity is 2 CF take off quantity is 2 CF. Please correct bid and plan quantities accordingly.
Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #20: Please reference Bid item 186 Column Casings and plan sheet 1746 of 1830. The table provided to show the existing column heights does not include Bent 3. please provide.
Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:Bid per the current contract documents unless an addendum is issued.
Response posted 10/21/2021


Response #3:Reference Addendum #2 dated 11/19/2021. Plan sheet 1746 of 1830 is replaced.
Response posted 11/22/2021




Inquiry #21: Please reference bid item 154 Drill and Bond Dowels. quantities for Davis st does not include the retrofit work at bent 3. Plan quantity is 560 LF while a take off including bent 3 retrofit is 828 LF. Please revise plan quantity.
Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:Footing top mat retrofit is not required for Bent 3. Drill and bond quantity correctly excludes bent 3 and OK as is.
Response posted 10/20/2021




Inquiry #22: Please reference bid item 149 Structural Concrete, Box Culvert and project plans sheets 466 of 1830 and 1123 of 1830. It appears the bid and summary quantities do not include the parapet wall. the drainage details infer it is paid with the retaining walls but inspection of plan sheet 1123 it clearly shows the parapet as part of the box culvert. please review and revise.
Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #23: Please reference project plan sheets 1798 of 1830. Section AA and FF call out for stressing high strength rods at bents 2 and 5 at Ulatis Creek bridge widening. there is no bid item for stressing and the special provisions do no address how this work will be paid? please review and comment.

Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:Bid per the current contract documents unless an addendum is issued.
Response posted 10/22/2021


Response #3:Reference Addendum #2 dated 11/19/2021. Bid item list is revised. Plan sheet 1790 of 1830 is replaced.
Response posted 11/22/2021




Inquiry #24: Please reference bid item 181 Refinish Bridge Decks.
1. The plan quantity for Hose Crk Bridge shows 114 SF while the plans show an 8" section, under the existing concrete barrier to be removed, the length of the bride of 62.08' or 42 SF. please review and comment.
2. There is a quantity of 266 SF shown for Davis St. the only are shown is a 1'-3" section under an existing barrier rail to be removed or 252 SF. It however does not match the areas called out at Horse Crk in that the plans do not require the entire area under the removed barrier rails to be refinished, that quantity would be 624 SF. Please review and comment.

Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #25: Please provide the missing Cross Sections for RW No. 2. "M" Line STA 577+25 to 580+75 EB Outside Widening.

Please provide the missing Cross Sections for RW No. 3. "M" Line STA 586+60 to 590+00 EB Outside Widening?

Inquiry submitted 10/15/2021

Response #1:Submitted for consideration.
Response posted 10/16/2021


Response #2:See Bidder Inquiry #1.
Response posted 10/27/2021




Inquiry #26: Can the state provide the elevations for the high and low side for the concrete barrier? this is needed to calculate all material and labor to install this work.
Inquiry submitted 10/18/2021

Response #1:Submitted for consideration.
Response posted 10/18/2021


Response #2:The elevations for high and low side of the concrete barrier are shown in Contour Grading and Pavement Elevation Plan, and design cross section that was provided per bid inquiry #1
Response posted 10/29/2021




Inquiry #27: The table for Alternative Pipeliner (APL) at the top of drawing DQ-1 (sheet 473) designates the allowable pipeliner methods for the 18-inch, 24-inch, and 30-inch APL (bid items 222, 223 and 224). Cured-in-place pipeliner (CIPP) is shown as being allowable for all 3 diameters of APL, but it is our experience that District 04 of Caltrans rarely, if ever, allows CIPP to be used for APL. Please confirm that CIPP will be allowable for the APL on this project.

The same table also indicates that PVC and HDPE plastic solid wall pipe will be allowable for sliplining all 3 diameters under the APL items. If PVC and/or HDPE plastic solid wall pipe is used for the APL, please define any pipe dimensions, thicknesses, and minimum finished internal pipe diameters that will be required.

Inquiry submitted 10/19/2021

Response #1:Submitted for consideration.
Response posted 10/20/2021


Response #2:Please bid per plans and specs.
Response posted 10/22/2021




Inquiry #28: Please provide a means of payment for Drainage System 70a - Detention Basin.
The quantities of Cl 3 perm and Biofiltration soil have no method of payment.
The system is not included in the pay quantity for bid item 194 - Bioretention

Inquiry submitted 10/20/2021

Response #1:Submitted for consideration.
Response posted 10/20/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #29: On page 145 of the Special Provisions under section 71-3.08A(1) Cured-in-Place Pipeliners the last sentence states "No CIPP work is allowed from June 1 to October 15". Did you mean no work between October 15 and June 1?
Inquiry submitted 10/20/2021

Response #1:Submitted for consideration.
Response posted 10/20/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #30: Can you tell us what work is covered under Bid Item #240, Misc Metal (Bridge)?
Inquiry submitted 10/20/2021

Response #1:Submitted for consideration.
Response posted 10/20/2021


Response #2:Misc Metal (Bridge) covers the steel plate located on each side of bent shear keys, as shown in "BENT DETAILS No. 2" sheet in MASON STREET UC (WIDEN).
Response posted 10/21/2021


Response #3:Reference Standard Specification 1-1.01, paragraph 8: The bid items set forth the construction specifications that apply. The first 2 digits of a bid item code correspond to the specification section number with the same first 2 digits except for bid item code 999990 that corresponds to section 9 and unless shown otherwise in the table titled "Bid Items and Applicable Sections" in the special provisions.

750501 Miscellaneous Metal (Bridge) includes the materials referenced in section 75-3.01A of the Special Provisions, shown on Sheet 1768 of 1830, "BENT DETAILs No. 2" and listed in quantities shown on sheet 1755 of 1830 for Mason Street UC (Widen).

Response posted 10/25/2021




Inquiry #31: Please provide legend for 'ROADSIDE CLEARING WORK LIMITS/ PLANT ESTABLISHMENT WORK LIMITS' and 'WOOD MULCH AREA' which are not shown on sheet PL-1.
Inquiry submitted 10/20/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #32: Please provide specifications for WOOD MULCH or bid item #79. Is that Pine Needle Mulch as shown on specs section 20-5.04B(6) ?
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:Wood Mulch as specified in 20-5.04B(3).
Response posted 10/27/2021




Inquiry #33: Please provide specifications for Remote Control Valve with Flow Sensor or bid item #88. There is no specs section 20-2.10B(10)(b).
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #34: Refer to sheet IP-1, all irrigation sleeves are crossing under new pavers. But per specs section 20-2.07C(3) it requires to install those sleeves by direct boring. To save cost, we can do by trenching method. Please advise.
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:The irrigation sleeves should be installed before the pavers are installed. The median will be opened up first to do all the construction required there. There should be no boring or trenching in the Davis Street medians other than to dig deep enough down so that the sleeves have the required cover.
Response posted 10/27/2021




Inquiry #35: Please provide detail drawing for Remote Control Valve with Flow sensor (bid item #88).
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:See Caltrans standard plan details H1 to H9 additional details for standard irrigation assemblies.
Response posted 10/27/2021




Inquiry #36: Please provide location for irrigation removal (bid item #85).
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #37: In response to the States answer to Inquiry No. 7
Please give the contractor the contact information for each permit required. This will ensure every contractor will be given the same information as it related to the needed permits.

Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:Contractor is responsible for coordinating with permitting agencies.
Response posted 10/22/2021




Inquiry #38: Stage Construction and Traffic Handling Detail SCD-1 indicates lateral movement of K-Rail and Crash Cushions yet these lateral movements are not shown within the Stage Construction and Traffic Handling Quantities. The State is giving the contractor specific plans and details for these lateral moves, payment for each movement should paid as Temporary K-Rail and Temporary Crash Cushion Module when every lateral move is made. We will proceed a such until given additional clarification.
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:See Addendum 4.
Response posted 12/06/2021




Inquiry #39: Special Provisions section 8-1.10C states "Liquidated damages for not completing tree removal to top all trees 6" above grade by February 1, 2022 are $5,000.00 per day" Considering the normal time line of this project this completion date for the tree removal is not practical. Would the state revise this statement to reflect the current time line of this project?
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #40: On sheet Q-18 indicates the ADL for embankment, which includes both Type R-1 and Type COM from sheet Q-21. The ADL disposal site indicated on sheet C-59 state only the Type R-1 placement. It appears that according to the Q sheets that both Types of ADL are to be disposed of onsite, should the note on sheet C-59 be corrected?
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:The contractor can place up to 2 feet of clean soil cover on top of ADL Type R-1. Clean soil cover can either be unregulated material or type COM, so the note on C-59 doesn't need to be updated. The contractor clan place ADL type COM quantity shown on Q-21 on top of ADL type R-1 The typical section on sheet C-59 is revised to show 2’ of cover and include in Addendum 2.
Response posted 11/24/2021




Inquiry #41: On layout sheet L-93 indicates the removal and replacement of a 4" plastic pipe underdrain, how is this work paid for?
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #42: Please consider extending the bidding period for this contract. This is a complex scope with several large subcontract and supplier components which need to be analyzed and understood in order to fully extend DBE opportunities, minimize scope gaps, and develop the best estimate for the project. There are also several outstanding bidder’s questions with the anticipation of more to come. Additional time is needed in order to properly price, review and communicate clarifications with subcontractors and suppliers including DBE participation efforts.
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/21/2021


Response #2:Addendum 1 changed the bid date from Nov. 10, 2021 to Nov. 30, 2021.
Response posted 10/28/2021


Response #3:Addendum 2 changed the bid date from Nov. 30 to Dec. 7, 2021.
Response posted 11/24/2021




Inquiry #43: Please reference response #2 to bidder’s inquiry 21. The response states “Footing top mat retrofit is not required for Bent 3. Drill and bond quantity correctly excludes bent 3 and OK as is.
1. This statement is in conflict to the note in the “ELEVATION” on plan sheet 1749 of 1834. The note states “BENT 2, 3 AND 4 RETROFIT (LEFT AND RIGHT EXISTING COLUMNS).” The elevation shows the column casing and pile cap top mat overlay which confirms it includes bent 3. Please note Bidder’s inquiry 20 asks the existing column 3 height be included and was answered bid per current documents.
2. Also, Section CC on the above noted page, shows the top mat retrofit details, indicates an electrical line at bent 3 that is within 7” of the top mat retrofit.
3. Section BB shows only bents 2 and 4 getting retrofitted.
It is unclear at this time as to the extent that bent 3 is retrofitted, if at all. Please review and clarify and revise the plans as needed.

Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:
1. Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents.
Bent 3 is proposed to be retrofitted. Addendum 2 revised Sheet 1746.
2. Bid per the current contract documents.

3. Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents. Bent 3 is proposed to be retrofitted. Addendum 2 revised Sheet 1746.

Response posted 11/02/2021




Inquiry #44: Due to the magnitude and complexity of the project, please postpone this project at least 4-weeks from the original bid opening date, so Contractors and its Subcontractors have enough time to analyze the project with the proper pricing.

Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:See Addendum 1.
Response posted 10/28/2021


Response #3:Addendum 2 changed the bid date from Nov. 30 to Dec. 7, 2021.
Response posted 11/24/2021




Inquiry #45: Please reference bid item 60 structure backfill. There is nothing in the plans that provides what this work entails or where it is. It shows up n a summary of quantities for "Earthwork" on sheet Q-18. In table the limits given are from station 548+04.03 to 1061+57.43 or over 9.0 Miles of the alignment. Please review and provide what this material will be used to backfill and where in the 9 miles it occur.
Inquiry submitted 10/21/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:The Structure Backfill item is described on Sheet C-49.
Response posted 10/22/2021




Inquiry #46: Spec section 39-2.01A(4)(i)(iii)(A) in the second paragraph states, “Measure smoothness of new pavement alignment or pavement realignment with an inertial profiler. The Department determines smoothness pay adjustments using the Target 60 Pay Adjustment table in section 39-2.01A(4)(i)(iii)(B). While it is understood that the new pavement alignment should use the Target 60 Pay Adjustment table, there should be an alternative for all work in stage 3 (Cold Plane and overlay with RHMA-O). Will the state please provide the required smoothness specifications for the cold plane and overlay with RHMA-O?
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:The required smoothness specifications for the cold plane and overlay with RHMA-O is the OGFC specification stated in the Special Provisions section 36-3 Pavement Smoothness.
Response posted 10/28/2021




Inquiry #47: With the extremely short work windows provided for a majority of the Stage 3 work, (Cold Plane and overlay with RHMA-O), Will the State please allow traffic to run on a Cold planed surface for 7 Calendar days or longer?
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:No. Bid per plans and specs.
Response posted 10/26/2021




Inquiry #48: Is the existing K-Rail pinned to the existing surface?
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:The existing K-rail is pinned in the limits shown in the typical cross section.
Response posted 10/22/2021




Inquiry #49: On sheet X-1 of the plans in the abbreviations section RHMA-O is shown at Rubberized Hot Mix Asphalt-Open Graded Friction Course. For this reason, should the smoothness specifications for RHMA-O be treated as an OGFC or RHMA? Both specifications are shown in the project special provisions.
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:The smoothness specifications for RHMA-O Is OGFC.
Response posted 10/27/2021




Inquiry #50: Construction Details C-4 thru C-7, C-13 thru C-16, & C-18. What is the method of payment for the excavation of the anchorage section?
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:The excavation of the anchorage section is included in the roadway excavation.
Response posted 10/26/2021




Inquiry #51: Drainage Systems shown to cross EB or WB HWY 80 are to be completed under the provided lane closures charts. There is a severe safety risk in locations where lane closure charts require 3 lanes to remain open. When installing a drainage system in the middle lanes the contractor will have traffic on both side of the operation. Please allow for the additional lanes to be closed when installing drainage systems across HWY 80.
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:In areas where the lane closure charts require 3 lanes to remain open, there are five or more travel lanes available plus shoulders. The contractor is responsible for developing staging based on the lane closure charts and specifications supplied.
Response posted 11/29/2021




Inquiry #52: Drainage System 112r is quantified on DQ-45 as 112 LF of 18” APC. However, on sheet D-41, DS 112r is shown as 18” SCSP. Please clarify?
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #53: Can the Concrete Barrier be placed on RHMA-G?
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:The Concrete Barrier can be placed on RHMA-G.
Response posted 10/27/2021




Inquiry #54: What is the method of payment for the HMA Type-A to be placed under the Concrete Barriers and HMA Dike? And are the quantities included in the summary of quantities sheets?
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:The quantities of HMA Type-A to be placed under the Concrete Barriers and HMA Dike are included in the summary of quantities sheets.
Response posted 10/25/2021




Inquiry #55: We respectfully request that the bid date be extended three weeks. This is a multifaceted project with multiple subcontractor packages that will need an appropriate amount of time to review the responses to all of the questions. The bid date extension will allow us enough time to communicate the changes to all of the subcontractors and to make the proper adjustment to our takeoffs and bids.
Inquiry submitted 10/22/2021

Response #1:Submitted for consideration.
Response posted 10/22/2021


Response #2:Addendum 1 changed the bid date from Nov. 10, 2021 to Nov. 30, 2021.
Response posted 10/28/2021


Response #3:Addendum 2 changed the bid date from Nov. 30 to Dec. 7, 2021.
Response posted 11/24/2021




Inquiry #56: The Earthwork table on sheet Q-18 Summary of Quantities does not include quantities for the Maintenance Vehicle pullouts, can you please provide the Roadway Excavation and Embankment quantities?
Inquiry submitted 10/25/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:The Roadway Excavation for MVP is 771 CY and Embankment (N) 300 CY are included in the Total Roadway Excavation and Embankment in the Earthwork table on sheet Q-18 Summary of Quantities.
Response posted 11/09/2021




Inquiry #57: According to plan sheet C-49, plan page 177 of 1830, station 1015+70 to 1018+00 and 1019+00 to 1022+95 show Excavation and Structure Backfill; however, there are no cross-sections (25'-50' intervals) provided for these areas showing any excavation/structure bf required for these areas. Please provide cross-sections.
Inquiry submitted 10/25/2021

Response #1:Submitted for consideration.
Response posted 10/25/2021


Response #2:The cross sections were provided per BI #1
Response posted 10/27/2021




Inquiry #58: In order accurately quantify cut/fill volumes please provide Cross-Sections (25'-50' intervals) for widening on Westbound Rte 80. No cross-sections have been provided.
Inquiry submitted 10/25/2021

Response #1:Submitted for consideration.
Response posted 10/25/2021


Response #2:See link below for cross sections. Use the drop down menu.

LINK - http://ppmoe.dot.ca.gov/des/oe/weekly-ads/specs-ntb.php?c=04-4G0804
Response posted 11/22/2021




Inquiry #59: In reference to page vi of the specifications regarding substitution of materials, 6.20 of the Technical Specifications, and in alignment with Caltrans Section 855 of the Highway Design Manual, will alternate storm drain material be considered for the storm drain pipe currently specified RCP?
Will corrugate PP be considered for the APL?

Inquiry submitted 10/25/2021

Response #1:Submitted for consideration.
Response posted 10/26/2021


Response #2:Storm drain pipe materials shall be as shown on the plans and specified in the special provisions.
Response posted 11/10/2021




Inquiry #60: Special Provisions Section 12-4.02C(13) Traffic Control Supervisor - the section requires a TCS for the project. The section provides a Caltrans web address for "Department authorized training providers" - within the Caltrans website there is information for training as a certified flagger and a traffic control technician. However, there is zero information (resources) on training as a Traffic Control Supervisor. Can Caltrans provide a resource for training for the required TCS?

Inquiry submitted 10/26/2021

Response #1:Submitted for consideration.
Response posted 10/26/2021


Response #2:ATSSA has been placed on the authorized list for Traffic Control Supervisor as a training provider effective 11/22/2021. For more information about their training schedules, contact jessica.scheyder@atssa.com. HQ-Division of Construction will expedite the review and authorize training providers as soon as submittals received
Response posted 11/29/2021




Inquiry #61: Special Provisions Section 12-4.02C(13) Traffic Control Supervisor - the section requires a TCS for the project. The section provides a Caltrans web address for "Department authorized training providers" - within the Caltrans website there is information for training as a certified flagger and a traffic control technician. However, there is zero information (resources) on training as a Traffic Control Supervisor. Can Caltrans provide a resource for training for the required TCS?

Inquiry submitted 10/26/2021

Response #1:Same question as above.
Response posted 10/26/2021




Inquiry #62: Others have requested additional time to properly bid the project. Subcontractor and DBE outreach is very important on a project of this magnitude. Information for Q&A and addendums must be sent out to all parties for review once received by the prime bidders.
We request the project be postponed to 11/23 or 11/24, or until after 12/8.
Please do not postpone to 12/1 or 12/2 -- Caltrans already has other large district 04 projects bidding that week.

Inquiry submitted 10/26/2021

Response #1:Submitted for consideration.
Response posted 10/26/2021


Response #2:Addendum 2 issued on Nov. 19, 2021 changed the bid date to Dec. 7, 2021.
Response posted 11/19/2021




Inquiry #63: Follow up to Bidder Inquiry #17

Prime Coat instructions in SSPs Section: 39-2.01C(3)(c) states that Prime shall be applied in AB areas. Q-18 indicates Prime in areas that do not contain AB.

The Prime quantity appears to be overstated, please advise.

Inquiry submitted 10/26/2021

Response #1:Submitted for consideration.
Response posted 10/26/2021


Response #2:Please bid per quantity provided in contract.
Response posted 11/16/2021




Inquiry #64: What stage does bid item 315 Remove Concrete Barrier (Type K) allowed to be performed? Depending on when the barrier is allowed to be removed, there may not be any barrier other than the existing vegetation between EB & WB traffic.
Inquiry submitted 10/26/2021

Response #1:Submitted for consideration.
Response posted 10/26/2021


Response #2:The Remove Concrete Barrier (Type K) is to be performed per stage construction shown on Stage Construction and Traffic Handling plan.
Response posted 10/28/2021




Inquiry #65: What is the difference between bid item 18 Portable Radar Speed Feedback Sign System Dy and bid item 25 Temporary Radar Speed Feedback Sign System? Please clarify the intent of bid item 18 as well as the unit of measure.
Inquiry submitted 10/26/2021

Response #1:Submitted for consideration.
Response posted 10/26/2021


Response #2:Bid item 18 - Portable Radar Speed Feedback Sign System is used for temporary construction work zone speed limit reduction. A radar feedback sign system must be placed 400' in advance of the work area within lane closure for the construction work zone. The unit of measure is EA (Each).

Bid item 25 - Temporary Radar Speed Feedback Sign System is used for construction work zone speed limit reduction 24/7 For more information, see Caltrans Construction Zone Speed Limit Reduction Guidelines
Response posted 10/27/2021


Response #3:Also, see Special Provisions Section 12-4.02C(12) Construction Work Zone Speed Limit Reduction.
Response posted 10/27/2021




Inquiry #66: According to the specifications, a Stationary Impact Attenuator Vehicle is required when Traffic Control is being set and removed. Therefore a stationary impact attenuator vehicle is included with the traffic control work. What is the intent of bid item 11 Stationary Impact Attenuator Vehicle?
Inquiry submitted 10/26/2021

Response #1:Submitted for consideration.
Response posted 10/26/2021


Response #2:See page 51 of Special Provisions, provide a stationary impact attenuator for pavement marking and loop detectors installation.
Response posted 11/04/2021




Inquiry #67: The plans show removal of SMBB, DTBB for the GR and also removal of the cable barrier in the median. While driving there is double sided GR in the Oleanders with channel on the bottom that you can hardly see. The plans do not show this and need to know how much footage is in there and how does contractor get paid for it. Looking at the removal of GR summary of quantities, i do not see where this is at. Looks like all the removal of GR is for replacement on shoulder. I believe this was missed in design.
Inquiry submitted 10/26/2021

Response #1:Submitted for consideration.
Response posted 10/27/2021


Response #2:All existing cable railings in the median to be removed are accounted as Remove Cable Railing per sheet X-4 and Summary of Quantities Q-10. The quantity of Remove Cable Railing was determined by As-built 04-444304. Exact locations and lengths of Remove Cable Railing to be verified during construction."
Response posted 10/28/2021




Inquiry #68: Sheet DD-6 calls for placement of 0.35' HMA over top of the Rapid Strength Concrete Backfill (Concrete Backfill - Case 2) and 0.35' HMA over top of the Concrete Backfill (Concrete Backfill - Case 1). It doesn't appear this HMA is included in the HMA tables / bid item quantities. Where is this HMA compensated?
Inquiry submitted 10/27/2021

Response #1:Submitted for consideration.
Response posted 10/27/2021


Response #2:See response to bidder inquiry #11.
Response posted 11/24/2021




Inquiry #69: Per Section 59 Structural Steel Coatings in the Special Provisions it states to clean and paint new steel members and connections between new and existing steel members. There are no finish colors mentioned for the finish coats. The existing bridges are dark green. Please include the finish coats and colors.
Inquiry submitted 10/27/2021

Response #1:Submitted for consideration.
Response posted 10/27/2021


Response #2:Standard specification section 59-4.03D establishes Federal Standard color requirements.
Response posted 11/11/2021




Inquiry #70: Per Section 59 Structural Steel Coatings of the Special Provisions states to clean and paint new steel members and connections between new and existing steel members for Mason Street Undercrossing Br. No. 23-0051. There is no mention of clean and painting of column casings at Davis Street Undercrossing Br. No. 23-0023 or the column casings at Mason Street Undercrossing Br. No. 23-0051. Please clarify whether they get finish coated with exterior grade latex or if they get finish coated with a final coat of zinc primer per section 59-2.01C(4)(b) Zinc coatings of the 2018 Standard Specifications. Also what bid item would this work be under.
Inquiry submitted 10/27/2021

Response #1:Submitted for consideration.
Response posted 10/27/2021


Response #2:Compensation for cleaning and painting column casings is included with payment for column casing per Standard Specification 60-4.06A(1). Refer to 60-4.06C(2) and 59-2.01C(4)(b) for coating requirements.
Response posted 11/15/2021




Inquiry #71: Drainage APL three items (18", 24" & 30") , the allowable work hours are 6 hrs per night, to do the APL installation will need around 10 hrs for some locations and there is no way we can quit the operation when we it start, can you please extend the APL installation hours.
Inquiry submitted 10/27/2021

Response #1:Submitted for consideration.
Response posted 10/27/2021


Response #2:Contractor shall perform work within provided allowable work hours.
Response posted 11/10/2021




Inquiry #72: Will the PG&E work listed in Section 5-1.20H be completed at the same time as the TSI work scheduled listed in section 5-1.20G?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:PG&E work listed in Section 5-1.20H must be completed as a part of each service enclosure installation on Civil Contract prior to TSI work window listed in section 5-1.20G.
Response posted 11/11/2021




Inquiry #73: Will the AT&T work listed in Section 5-1.20I be completed at the same time as the TSI work scheduled listed in section 5-1.20G?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:AT&T work listed in Section 5-1.20I must be completed as a part of backhaul hub cabinet installation on Civil Contract prior to TSI work window listed in section 5-1.20G.
Response posted 11/11/2021




Inquiry #74: Section 8-1.10B Liquidated Damages table Sta “M” 781+88 to 1111+92, does the work in stage 2 need to be completed also prior to the 338 working days expiring and the temp K-rail be relocated back to the stage 1, and 1A alignment and restriped?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:Addendum 2 revised SSP Section 8-1.10B.

Response posted 11/19/2021




Inquiry #75: Section 5-1.20G the TSI installation window working days listed in the table. Can the TSI installer work in more than one location at the same time and complete the work in the listed working days?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:Addendum #2 revised Section 5-1.20G.


Response posted 11/19/2021




Inquiry #76: Section 8-1.10B Liquidated Damages table Sta “M” 69+20 to 635+48, does the work in stage 2 need to be completed also prior to the 312 working days expiring and the temp K-rail be relocated back to the stage 1, and 1B alignment and restriped?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:Addendum 2 revised SSP Section 8-1.10B.
Response posted 11/19/2021




Inquiry #77: Does the Contractor need to provide traffic control or K-Rail for the TSI installer, AT&T, and PG&E in areas not listed in the table in section 8-1.10B?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:Provide Traffic Control/K-rail to TSI installer as specified in Specification Section 8-1.10B and as described in the Table 5-1.20G. PG&E and AT&T will provide their own traffic control.
Response posted 11/11/2021




Inquiry #78: Does the contractor need to provide traffic control or K-Rail for PG&E or AT&T?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:PG&E and AT&T will provide their own traffic control for their work.
Response posted 11/11/2021




Inquiry #79: Table 5-1.20G Sta “M”635+48 to 781+88, please clarify that the TSI installer will only be working in the Eastbound lane and the contractor will not need to maintain the Westbound lane closed?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:As described in the table 5-1.20G, TSI installer will be working in the median on both directions from Sta. “M”635+48 to Sta. "M"781+88 on East Segment. See Addendum #2.


Response posted 11/19/2021




Inquiry #80: Table 5-1.20G Sta “M”781+88 to 1111+92, please clarify that the TSI installer will only be working in the Eastbound lane and the contractor will not need to maintain the Westbound lane closed?
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:Refer to Addendum #2 for the construction stage update.
Response posted 11/19/2021




Inquiry #81: Plan sheet E-39 (pg 1344) sta 914 to 917 shows conduit to be installed in the barrier. Per callout 23, there should be structure plans detailing the installation of the conduit in the barrier. There are structure sheets for the other overcrossings where fiber conduit is to be installed in the barrier but not for the Elmira Road oc. Please provide details for installing the conduit in the existing barrier at this location.
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:Please see sheet 1774 (Mason Street UC) for conduit installation in median barrier on I-80 over Mason Street (/Elmira Road).
Response posted 11/03/2021




Inquiry #82: Plan Sheet SC-128 K-Rail Note states “End Temp Railing (Type K) Conform to Temp Railing (Type K) From Previous Stage”. Sheet SC-116 K-Rail Note states “Temp Railing (Type K) to remain from previous Stage” These two notes are used throughout the project plans. Does the K-Rail from Stage 1, 1A, and 1B need to stay in place while K-Rail in stage 2 is set in place for the duration of the project.
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:The plans show where sections of Temp Railing (Type K) from previous stages are intended to remain. Please construct per plans and specs as shown.
Response posted 11/11/2021




Inquiry #83: Asphalt Paving the final lift EB or WB HWY 80 are to be completed under the provided lane closures charts. There is a severe safety risk in locations where lane closure charts require 3 lanes to remain open. When paving in the middle lanes the contractor will have traffic on both side of the operation. Please allow for the additional lanes to be closed when constructing these areas.
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:In areas where the lane closure charts require 3 lanes to remain open, there are five or more travel lanes available plus shoulders. The contractor is responsible for developing staging based on the lane closure charts and specifications supplied.
Response posted 11/01/2021




Inquiry #84: The directional drill trench detail on plan sheet ED-7 calls for SDR11 conduit. In our experience, CalTrans requires SDR9 for installation cases where the conduit will be pulled. Please confirm that SDR11 will be allowed for HDD conduit installation
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:See Addendum 2, issued on Nov. 19, 2021.
Response posted 11/24/2021




Inquiry #85: The majority of the notes for the fiber optic cable systems on the electrical legend sheets such as note 19, 296 and 297 call for all conduit plastic to be ribbed on the inside and smooth on the outside. Please confirm that ribbed on the inside conduit is required for this project where noted.
Inquiry submitted 10/28/2021

Response #1:Submitted for consideration.
Response posted 10/28/2021


Response #2:We confirm that ribbed on the inside conduit is required for this project where noted.
Response posted 10/29/2021




Inquiry #86: The quantity sheet for Bid Item #133 says to refer to plan sheets L-90 to L-94. Those sheets do not contain any notes for remove base and surfacing. Can you show us where this work is being done?
Inquiry submitted 10/29/2021

Response #1:Submitted for consideration.
Response posted 10/29/2021


Response #2:Plan sheets L-90 to L-94 show hatching areas of Remove Base and Surfacing with hatching legend on sheet L-1.
Response posted 11/02/2021




Inquiry #87: Please reference response #2 to bidder’s inquiry 21. The response states “Footing top mat retrofit is not required for Bent 3. Drill and bond quantity correctly excludes bent 3 and OK as is.
1. This statement is in conflict to the note in the “ELEVATION” on plan sheet 1749 of 1834. The note states “BENT 2, 3 AND 4 RETROFIT (LEFT AND RIGHT EXISTING COLUMNS).” The elevation shows the column casing and pile cap top mat overlay which confirms it includes bent 3. Please note Bidder’s inquiry 20 asks the existing column 3 height be included and was answered bid per current documents.
2. Also, Section CC on the above noted page, shows the top mat retrofit details, indicates an electrical line at bent 3 that is within 7” of the top mat retrofit.
3. Section BB shows only bents 2 and 4 getting retrofitted.
It is unclear at this time as to the extent that bent 3 is retrofitted, if at all. Please review and clarify and revise the plans as needed.

Inquiry submitted 10/31/2021

Response #1:Submitted for consideration.
Response posted 11/01/2021


Response #2:
1. Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents.
Bent 3 is proposed to be retrofitted. Addendum 2 revised Sheet 1746.
2. Bid per the current contract documents.

3. Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents. Bent 3 is proposed to be retrofitted. Addendum 2 revised Sheet 1746.

Response posted 11/15/2021




Inquiry #88: Reference Plan Sheet DD-6, Detail for Concrete Backfill - Case 2 (Bid Item #193 - Concrete Backfill for Pipe Trench - Rapid Strength Concrete). Drainage system list below detail includes #58c which is called out on the plans as a Type G2 DI with CID. Drainage system list below detail also includes #50a which is called out on the plans as 18" Jacked RCP. It appears neither system designation should be included under the rapid strength backfill detail and CY quantities not noted on the applicable DQ sheets either. Please confirm, including whether additional pipe systems are to be included instead of these and adjust bid item quantity if required.
Inquiry submitted 11/01/2021

Response #1:Submitted for consideration.
Response posted 11/01/2021


Response #2:Addendum 2 revised sheet DD-6. No adjustment to the bid item quantity is necessary related to this bid item.

Response posted 11/19/2021




Inquiry #89: For the fiber optic cable systems, notes 75 and 245 on legend sheets 1308 and 1309 call for 3" conduit with 3 cell interduct. What side is the innerduct for this conduit? Is the innerduct ribbed?
Inquiry submitted 11/03/2021

Response #1:Submitted for consideration.
Response posted 11/03/2021


Response #2:Innerduct must comply with the 7th paragraph of section 86-1.02B(1) of the 2018 Caltrans standard specifications.
Response posted 11/03/2021




Inquiry #90: In the Special Provisions, Section 13-14.01A requires that the monitoring and disposal of the treated effluent from dewatering operations comply with San Francisco Bay Regional Water Quality Control Board Region 2 NPDES General Permit (Order No. R2-2017-0048, NPDES No. CAG912002), and that the contractor is responsible for obtaining coverage under this order. The Notice of Intent required for coverage under Order No. R2-2017-0048 requires information on the quantity and quality of the discharge. Please identify the quantity of groundwater that will be encountered during dewatering activities. Also, please confirm whether the groundwater quality has been adequately characterized for coverage under this General Order. This information is required in order to properly develop a cost for Bid Item 38, Temporary Dewatering and Non-Stormwater Discharge.
Inquiry submitted 11/03/2021

Response #1:Submitted for consideration.
Response posted 11/03/2021


Response #2:Please refer to Groundwater Seepage Rate to estimate the quantity of groundwater that will be encountered during dewatering activities. Please refer to the Hazardous Materials Site Investigation Report included in section 2-1.06B "Supplemental Project Information" to predict the quality of groundwater.
The findings presented in the site investigation report are predicted on the results of the limited sampling and laboratory testing performed. In addition, the information provided in the report is not intended to address potential impacts related to the construction activities. Therefore, the report should be considered as adequately characterized for coverage under this General Order. The Contractor is responsible for all costs and requirements related to obtaining coverage under the General Permit. Please refer to section 13-14.01A.

Response posted 11/08/2021


Response #3:The project could generate approximately 70,000 gallons of groundwater.
Response posted 11/10/2021




Inquiry #91: In the Special Provisions, Section 13-14.01A requires that the monitoring and disposal of the treated effluent from dewatering operations comply with Central Valley Regional Water Quality Control Board Region 5 NPDES General Order (Order No. R5-2013-0075). The Central Valley Regional Water Quality Control Board website identifies that this General Order has been rescinded. Please identify to which requirements the discharge or reuse of extracted and treated groundwater from dewatering activities must comply for operations within the Central Valley Regional Water Quality Control Board jurisdiction.
Inquiry submitted 11/03/2021

Response #1:Submitted for consideration.
Response posted 11/03/2021


Response #2:The Order No. R5-2013-0075 "General Waste Discharge Requirements/NPDES Permit for Discharge to Surface Waters of Groundwater from Cleanup of Petroleum Fuel Pollution" has been superseded by R5-2016-0076 /NPDES Permit No. CAG995002 For Limited Threat Discharges to Surface Waters. The discharge or reuse of extracted and treated groundwater from dewatering activities must comply R5-2016-0076 for operations within the Central Valley Regional Water Quality Control Board jurisdiction.
Response posted 11/08/2021




Inquiry #92: In the Special Provisions, Section 13-14.01A states that the contractor may discharge into a publicly owned treatment works system instead of using a TDNWCS. Applications for discharge into a publicly owned treatment works requires information on the quantity and quality of the discharge. Please identify the quantity of groundwater that will be encountered during dewatering activities. Also, please confirm whether the groundwater quality has been adequately characterized for discharge into a publicly owned treatment works system.
Inquiry submitted 11/03/2021

Response #1:Please refer to Groundwater Seepage Rate to estimate the quantity of groundwater that will be encountered during dewatering activities. Please refer to the Hazardous Materials Site Investigation Report included in section 2-1.06B "Supplemental Project Information" to predict the quality of groundwater.

The report should be considered as adequately characterized for coverage under the discharge permit of the publicly owned treatment works system (POTWS). The Contractor is responsible for all costs and requirements related to obtaining coverage under the Discharge Permit if discharge into a publicly owned treatment works system instead of using a TDNWCS. Please refer to section 13-14.01A.

Response posted 11/08/2021


Response #2:The project could generate approximately 70,000 gallons of groundwater.
Response posted 11/10/2021




Inquiry #93: Please review the quantity for Bid Item 305 Concrete Barrier (Anchor Block). Based on the stationing provided on the Q sheets the bid quantity is understated.
Inquiry submitted 11/03/2021

Response #1:Submitted for consideration.
Response posted 11/03/2021


Response #2:Addendum 2 issued on Nov. 19, 2021 revised the quantities for Bid Item 305, Concrete Barrier (Anchor Block), and in sheet Q-20.
Response posted 11/19/2021




Inquiry #94: For Sound Wall 1 it gives the height of the wall to be 7ft. 4in on top of Barrier and according to the RSP 15-6 it calls for the first 5ft 4in. to be grouted solid. With the top Cap Grouted solid that will only leave the last 2 courses not solid grout. Is this the intent?
Inquiry submitted 11/08/2021

Response #1:Submitted for consideration.
Response posted 11/09/2021


Response #2:Please refer to typical section in RSP B15-6 for grouting required between the top of the lower 5'-4" and bottom of mortar cap.
Response posted 11/11/2021




Inquiry #95: Bid Items #62 and #63 appear to not include the quantities from sheet #1814 Ulatis Creek Retaining Wall, can this be corrected in the next addendum??
Inquiry submitted 11/09/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:See Addendum 2 issued on Nov. 19, 2021 for bid item #63.

For Bid Item #62 - submitted for consideration.
Response posted 11/19/2021




Inquiry #96: Section 8-1.10B lists specific timelines for additional Liquidated damages requiring the contractor to leave temporary K-rail. Is the contractor required to leave the Temporary K-Rail in place for the remaining duration of the contract, or is there a specified number of working days the contractor is to leave the K-Rail so that the TSI installer, AT&T, and PG&E can complete their work? If so, please provide the number of Working days required for the contractor to leave K-Rail in place for use by others.
Inquiry submitted 11/09/2021

Response #1:Submitted for consideration.
Response posted 11/09/2021


Response #2:Please refer to Section 5-1.20G for coordination details.
Response posted 11/11/2021




Inquiry #97: The Drainage Quantity Summary Table shown on DQ-54 has a quantity of 12,307.7 CY for Ditch Excavation. This total includes 11,145 CY from Erosion Control Quantity Sheet ECQ-5. ECQ-5 shows the 11,145 CY as a total for Biofiltration Strip. Does the Ditch Excavation Quantity of 12,307.7 CY include both the Biofiltration Strip Quantity and the Bioretention Excavation quantity? Please clarify where the excavation for Biofiltration and Bioretention is paid.
Inquiry submitted 11/09/2021

Response #1:Submitted for consideration.
Response posted 11/09/2021


Response #2:Excavation for Biofiltration Strips is paid for as Ditch Excavation (CY) as shown in the plans.

Excavation for Bioretention facilities is paid for as Bioretention (CY) as shown in the plans.

Response posted 11/11/2021




Inquiry #98: Sign Detail sheet “SD-64” specifies an 8’ long temp casing, at (4) locations, to be removed during concrete placement. In order to properly place the anchor bolts, the casing needs to be removed prior to placement of the bolts. Typically, a minimum of 4’ down from the top of concrete. The Electrical conduit also needs to be placed after placement of the anchor bolt assembly, both requiring the casing to be removed. If the casing is deemed to be required, it seems that it should be permanent steel casing, and if so, will the department provide for payment for permanent steel casing? (PS, all 4 locations requiring casing are finished at or near ground surface, no pedestal section as depicted in Detail A)
Inquiry submitted 11/09/2021

Response #1:Submitted for consideration.
Response posted 11/09/2021


Response #2:Contractor may remove the 8’section provided the concrete pour can be completed in the same work shift during which the casing is removed. The Contractor is responsible for protecting the CIDH pile excavations from caving.
Response posted 11/24/2021




Inquiry #99: Please reference Bid Item 56 Structure Excavation Bridge Type D. the bid quantity is 293 CY. This work only occurs at the Davis Street Bridge. A take off of the work which by detail includes bents footings for all bents, provides shows an engineers quantity of 761 CY, an over run of over 250%; retrofit and new. It is our belief that you quantity was only to include bent 3 retrofit footings. Those footings are the only ones within ground water elevation 155 and 153 shown on the borings from 1966 page 1754 of 1830 elevation; bottom of footing elevation shown on sheet 1739 of 1830 is 153.41. All other footings are 8' to 10' above the ground water elevation. If you revise the "Limits of Payment for Excavation and Backfill on sheet 1738 of 1830 the quantity will be very close using only bent 3 retrofit bents. please review and clarify.
Inquiry submitted 11/10/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:Note that bid item 56 Structure Excavation Bridge Type D includes both Horse Creek (41CY) and Davis Street UC (252CY), total 293CY.

Please refer to Addendum #2 (issued Nov. 19, 2021) which clarifies that footing overlay is only required for Existing Bent 2 and 4; while column steel casing is required for Existing Bents 2, 3, and 4. The limit of excavation for bent 3 (no footing overlay) is limited to the area around column only.

Response posted 11/19/2021




Inquiry #100: If the contractor only needs to take one lane for a lane closure, can Caltrans revise the lane closure charts to show the additional hours allowed if only one lane is closed?
Inquiry submitted 11/11/2021

Response #1:Submitted for consideration.
Response posted 11/11/2021


Response #2:Lane closure charts list the minimum number of lanes required. Leaving more than the minimum number of lanes open does not change the work hours allowed.


Response posted 11/15/2021




Inquiry #101: There are areas on the project that show us grinding and paving across 5 lanes of traffic. If in these areas we are required to leave 3 lanes open to traffic, how will we grind and pave the middle lane?
Inquiry submitted 11/11/2021

Response #1:Submitted for consideration.
Response posted 11/11/2021


Response #2:Shoulders may be used to shift traffic as necessary.
Response posted 11/15/2021




Inquiry #102: DS 81x calls for 2.0 CY of minor concrete under Bid Item#151 and references detail on DD-14 (CSP riser connection to existing RCB). Unclear where the minor concrete gets installed for this. Please clarify and provide a detail for this.
Inquiry submitted 11/11/2021

Response #1:Submitted for consideration.
Response posted 11/11/2021


Response #2:Please see appropriate detail for RCB Connection for System 81x on DD-9.
Response posted 11/15/2021




Inquiry #103: Please consider extending out the bid date a week or so after the holiday weekend. This will be extremely difficult to provide adequate timing to communicate with all subcontractor and vendors for the size and complexity of this project.


Inquiry submitted 11/11/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:Addendum 2 issued on Nov. 19, 2021 changed the bid open date to December 7, 2021.
Response posted 11/19/2021




Inquiry #104: DP-9 shows DS 31a connecting a new DI to existing 42" CMP via 3' CSP Riser. Please provide a detail for how these 2 are to connect (concrete collar with rebar, etc,..). Similar to detail provided for DS 81x.
Inquiry submitted 11/11/2021

Response #1:Submitted for consideration.
Response posted 11/11/2021


Response #2:DS 31a is a Standard Pipe Riser and follows the Caltrans Std. Detail D93A "Pipe Riser Connection".
Response posted 11/29/2021




Inquiry #105: There is not an item for Temporary Hydraulic Mulch (Bonded Fiber Matrix). Is it the contractors responsibility for this work?
Inquiry submitted 11/12/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:Temporary Hydraulic Mulch (Bonded Fiber Matrix) is not part of the work for this project.
Response posted 11/16/2021




Inquiry #106: Taking the longest timeline from the table in Spec Section 8-1.10B which is 365 working days from Contract Approval and then adding the 120 working days we have to allow for the TSI scope of work, we have 485 working days to complete toll lane work. The contract time is 740 working days. What work is left to be done in the remaining 255 working days except for temporary k-rail removal from the median, final grind and overlay, and permanent striping?

Since the purpose of this project is to construct toll lanes on Highway 80 and the necessary work is concentrated in the median, why is the work on the outside shoulders in Stage 1 included in the timelines shown in the table in Spec Section 8-1.10B? It seems that a Stage 1 interim milestone should be included in the contract and that the timelines should begin after Stage 1 work is completed, not from Contract Approval.

Inquiry submitted 11/12/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:Addendum 2 issued on Nov. 19, revised 2021 SSP Section 5-1.20G.

Total 328 Working Days must be provided to TSI at end of Construction Stage 1, 1A, 1B, and 2 to install ETS components and Backhaul communications on all segments.
Response posted 11/19/2021




Inquiry #107: According to the Stage 3 construction drawings, we are to have all of the permanent striping completed, except for the express lanes, and we are to close the new express lanes for 10 miles +/- of the east and west bound directions. What work is being done in this area and how long will this configuration be in place before we can place the final express lane pavement markings and signage?

Is this unknown length of time included in the 740 WD of the contract?

Inquiry submitted 11/13/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:30 working day window must be allowed to TSI at end of Construction Stage 3 and 3A for "Corridor End to End and Disaster Recovery Testing".

Addendum 2 issued on Nov. 19, 2021 revised SSP Section 5-1.20G.
Response posted 11/19/2021




Inquiry #108: Lane closure details show on plan sheet SCD-1. What is it for? Please clarify.
Inquiry submitted 11/15/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:The detail on SCD-1 shows lateral movement of traffic control elements for work in the medians where space is narrow and the contractor may wish to shift elements to comply with the lane closure requirements.
Response posted 11/16/2021




Inquiry #109: Can you please provide the EXIST smoothness data in a PVP or PPF format?
Inquiry submitted 11/15/2021

Response #1:Submitted for consideration.
Response posted 11/15/2021


Response #2:Submitted for consideration.
Response posted 11/15/2021


Response #3:You can download the zip file below for the PVP and PPF files.

http://website.dot.ca.gov/dist4/construction/contracts/04-4G0804/PavementSmoothness_PVP_PPF.zip
Response posted 11/16/2021




Inquiry #110: For bid items 74, 75, and 76 planting and plant establishment period, the majority of the plants are shown being planted in areas without any new irrigation shown be installed on the irrigation plans. Is the intent for these plants to be hand watered throughout the 200 working day plant establishment period?
Inquiry submitted 11/16/2021

Response #1:Submitted for consideration.
Response posted 11/16/2021


Response #2:Planting installed in areas without fixed irrigation facilities will have to be watered by hand, or other non-fixed irrigation system means, during the project construction and plant establishment period.
Response posted 11/18/2021




Inquiry #111: For bid items 83, and 84 check and test existing irrigation facilities and operate irrigation facilities what are the limits to this work? Is it just the areas shown on irrigation sheets IP-1 through IP-3 please clarify. Is the contractor also responsible to maintain the existing plant materials in these areas as well?
Inquiry submitted 11/16/2021

Response #1:The work for bid items 83 and 84 is included on sheets IP-1, 2, and 3. Maintenance of existing planting is not included in the project, however, if existing planting or irrigation is damaged by the contractor then it shall be replaced/repaired by the contractor.
Response posted 11/17/2021




Inquiry #112: For bid item 85 remove existing irrigation facilities, no irrigation removal plans are provided. On sheet IP-1, 1 ea 3/4" bpa is shown to be removed. Please clarify if that is the extent of this bid item.
Inquiry submitted 11/16/2021

Response #1:Submitted for consideration.
Response posted 11/16/2021


Response #2:Addendum 2 issued on Nov. 19, 2021 deleted bid item 85.
Response posted 11/19/2021




Inquiry #113: For bid item 92 certify existing backflow preventers, please provide the number and locations of the existing backflow preventers that need to be certified.
Inquiry submitted 11/16/2021

Response #1:There are two (2) existing backflow preventers that need to be tested and certified. One in the Davis St median and one at the northbound off-ramp at Leisure Town Rd.
Response posted 11/17/2021




Inquiry #114: Reference Sheet DD-6 for detail titled “Concrete Backfill (Case 2)”. This detail for EB / WB lateral highway crossings requires trench excavation, installation of new pipe, backfill of pipe with rapid strength concrete, bond breaker, installation of rebar mat in an upper / wider section of rapid strength backfill, tack coat and placement of 0.35’ HMA all in the same short duration night shift. Local concrete suppliers have stated that rapid strength backfill will require a minimum 4 hour setup time before placement of HMA can commence. Additionally, time must be allowed for HMA temperatures to cool before allowing traffic on it. With this amount of work required before and after the lengthy rapid strength setup time, this scope of work can’t be constructed in the short work window currently allowed by the lane charts for even a single joint of pipe when also including traffic control setup / take down time required. Please revise to provide a constructable scope of work as the current is not achievable as currently designed.
Inquiry submitted 11/17/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:Regarding the “Concrete Backfill (Case 2)” detail on Sheet DD-6, the Bond Breaker may be omitted and the concrete backfill top portion poured contiguously with the bottom portion. The reinforcement grid can be prepared ahead of time to allow for faster installation. Reinforcement shall have 2" Clear from sides of trench. If additional time is needed, work can be performed on weekends when Lane Closure Charts allow longer closures.
Response posted 11/23/2021




Inquiry #115: In regards to the sole plate for the bearing assemblies for the abutments and bents on the Mason St UC Widen project:
Abutments - On Plan Sheet 8 of 34 Plan View, Note states the size of the Steel Reinforced Elastomeric Bearing Pads see detail 1, Detail 1 on Plan Sheet 10 of 34 call for a beveled sole plate. What is the thickness, width, length and bevel of the sole plates?

Bents - On Plan Sheet 13 of 34 Plan View, Note states the size of the Steel Reinforced Elastomeric Bearing Pads see detail 2, Detail 2 on Plan Sheet 13 of 34 call for a bearing top plate and a beveled sole plate. What is the thickness, width, length and bevel of the sole plates?

How many holes are in the bearing top plates and sole plates?

What grade and size bolts are required?

Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:In regard to the Mason St UC Widen:


Abutments: Use 14" x 14" x 1 ½" SOLE PLATES (Length x Width x Thickness)

Bents: Use 18" x 18" x 1 ½" SOLE PLATES (Length x Width x Thickness)

Thickness shown is the minimum thickness of sole plate after beveling, as required.

Plate Holes: 4 bolt holes, 15" on center each direction (1.5" minimum clear from edges)

Bolts: Per sheet 1757, use 7/8" diameter ASTM A325 bolts

Response posted 11/24/2021




Inquiry #116: There Is no method of payment for Structure Excavation for the sound wall and no quantity table in the project plans. Please add a Structure Excavation (Sound Wall) bid item and provide a quantity table.
Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:Excavation required for placing barriers at base of soundwall is included in the cost of ITEM 839720A CONCRETE BARRIER (TYPE 836SV).
Response posted 11/19/2021




Inquiry #117: Does bid Item 60, Structure Backfill, have a sand equivalent value minimum requirement, as none is specified for this case in spec section 19-3.02C?
Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:Bid Item 60, Structure Backfill for embankment with geosynthetic soil reinforcement must comply with the requirements shown in 2018 Standard Specification section 47-2.02C Structure Backfill.
Response posted 11/19/2021




Inquiry #118: Which bid item is the method of payment for placing the Aerially Deposited Lead Material along route 505 NB connector, as shown on sheet C-59?
Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:Bid items 51,52,54,55 are methods of payment for excavating and placing the Aerially Deposited Lead Material along route 505 NB connector. See Section 14-11.08 in the Special Provisions for Regulated Material Containing Aerially Deposited Lead.
Response posted 11/19/2021




Inquiry #119: Earthwork Table on sheet Q-18 list 40,680CY Embankment of Aerially Deposited Lead Placement. The quantity is noted, not a separate pay item, for information only. Please confirm if the 40,680CY is included in the Roadway Excavation qty of 205,000CY? If it is not please verify your quantities, as they appear to be overstated.
Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:The quantity 40, 680 CY of Aerially Deposited Lead excavation is shown in sheet Q-21. This quantity is not included in 205,000 CY Roadway Excavation.
Response posted 11/19/2021




Inquiry #120: Please confirm if Bid Items 51, 52 54, and 55 is only for the method of payment to Excavate the ADL?
Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:Yes, Bid Items 51, 52 54, and 55 is only for the method of payment to Excavate the ADL.
Response posted 11/19/2021




Inquiry #121: Does Prime coat need to be placed on the Lean Concrete Base, or on the Aggregate Subbase?
Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:Prime Coat doesn't need to be placed on LCB or aggregate subbase. See Addendum 2 issued on Nov. 19, 2021 for the revised quantity of Prime Coat.
Response posted 11/19/2021


Response #3:Please bid per quantity provided in contract.
Response posted 11/23/2021




Inquiry #122: The Typical Cross Section “M” 548+02.00 to “M” 575+35.00 shows the HMA Dike to be placed on top of the new Veg Concrete Control Material. Is it acceptable to place HMA Dike on Veg Concrete Control material?
Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/18/2021


Response #2:HMA dike is placed per 2018 Revised Standard Plan RSP A77N4 and Standard Plan A87B. HMA dike would have placed on HMA pavement.
Response posted 11/19/2021




Inquiry #123: Question:

• Section 5-1.20G references leaving the k-rail in place for use by the TSI contractor. The k-rail as shown on the plans will have to be moved on the project
From stage to stage to complete the work on the project. If K-rail is required for the TSI Contractor, please specify the exact locations (stations, median - one side or both sides, outside shoulders,…) where the
k-rail is required and add a separate bid item to place the k-rail for the TSI contractor after the improvements are complete.
• Caltrans’ response to Inquiry #77 instructs the bidder to provide traffic control to the TSI contractor. This requirement is not
In the contract specifications. If traffic control is required, please issue an addendum to add this requirement and provide the number of traffic control shifts
that is required for this work.

Inquiry submitted 11/18/2021

Response #1:Submitted for consideration.
Response posted 11/19/2021


Response #2:Please refer to Adedendum#4 issued on 12/2. As stated in the table on Section 5-1.20G, the k-rail and other temporary traffic control devices must remain in place for the TSI to do their work in the median of I-80 in both directions after completion the civil work on various construction stages. No separate payment is provided for placing these devices for use by the TSI since they are already paid for and in place for completion of the civil work.

The term "Traffic control” in the response of BI #77 refers to the k-rail and other temporary traffic control devices mentioned in the table on Section 5-1.20G. No separate traffic control will be required for TSI contractor other than the requirements of Section 5-1.20G.

Response posted 12/06/2021




Inquiry #124: There are multiple issues with the Electrical System Quantities for the Lighting (City Street). Note 14 on the Electrical Legend mentions that all pull boxes for City Street Lighting shall be 3 1/2, but there is none showing on the EQ5 sheet. In addition to this, the EQ sheet also shows 7 Single Arm City Electroliers, but only calls out 3, and calls out 2 Double Arm. There is, however, no column or quantity shown for these on the EQ sheet.
Inquiry submitted 11/19/2021

Response #1:Submitted for consideration.
Response posted 11/19/2021




Inquiry #125: Please reference sheet 1746 of the plans, specifically the headed rebar and column casings. The length tolerance of headed rebar, fit up tolerances under D1.5, fabrication tolerances of press broken casings do not appear compatible. Also, the headed rebar doesn't appear to fit through the 2" cored hole. Please advise, thank you.
Inquiry submitted 11/22/2021

Response #1:Submitted for consideration.
Response posted 11/22/2021


Response #2:For materials compatible with the design, please refer to Threaded or Taper Threaded Head Connection under Caltrans authorized list of headed reinforcing steel fabricators for ASTM A706 full size heads.
Response posted 11/23/2021




Inquiry #126: Notes 19, 245, and 296 on the project legend indicate one (1) 144 strand single mode fiber is required along the fiber optic (FO) pathways. However, the project drawings show multiple forks creating 2 separate pathways, each passing through a dedicated pull box and then rejoining afterwards. This is not possible with a single 144 strand fiber; two would be required to achieve this. Please confirm if a single (1) or two (2) 144 strand fiber is required, as this would double the amount of fiber and significantly increase the project cost. Examples include:

1) E-11 (mile markers: 575+50, 580+25, and 585+50)
2) E-14 (mile markers: 616+00 and 621+75)

Inquiry submitted 11/22/2021

Response #1:Submitted for consideration.
Response posted 11/22/2021


Response #2:A single (1) 144 strand fiber is correct as shown in the project plans and quantities.
The two paths referred to in the Inquiry are never rejoining or crossing each other. Two separate conduit systems and two dedicated pull box systems are proposed.
Note 19 is specifying two separate conduit systems; first path will be 3" C with a single (1) 144 strand fiber, and the second path will be 2"C empty with pull tape.

Response posted 11/23/2021




Inquiry #127: Project drawing EQ-1 indicates only 3 ETS Hubs, 3 Backhaul Hubs, and 2 FDU’s are required for the entirety of the fiber run. Please confirm the accuracy of this requirement given the fact it leaves a very large span of fiber that has no hubs present for video/CCTV, traffic control and metering. Project drawings include:

1) E-7 (mile marker: 82+00)
2) E-14 (mile markers: 616+75 and 617+75)
3) E-53 (mile markers: 1098+75 and 1099+00)

Inquiry submitted 11/22/2021

Response #1:Submitted for consideration.
Response posted 11/22/2021


Response #2:The quantities for ETS Hubs, Backhaul Hubs, and FDU are correct as shown on the project plans.
In addition, as is shown in the project plans, the civil contractor will leave the specified SMFO cable slack length in each BAIFA fiber optic splice vault and pull box for future splicing by the toll system integrator (TSI) to connect to future tolling equipment installed by the TSI.

Response posted 11/23/2021




Inquiry #128: Several project drawings depict 2 splice vaults adjacent to each other utilizing the same fiber pathway. Please advise what the intention of this design is. Is it for future use such as splicing? Examples include:

1) E-15 (mile marker: 631+50)
2) E-39 (mile marker: 918+50)
3) E-44 (mile marker: 976+00)

Inquiry submitted 11/22/2021

Response #1:The locations with two fiber optic splice vaults adjacent to each other noted with Legend 263 are intended for reel end splicing. Per Legend 263, reference the electrical detail sheet ED-44 for typical fiber optic cable reel end splice details.
Response posted 11/23/2021




Inquiry #129: Referencing Bidder's Question #121, neither the bid item nor quantity of Prime Coat was changed per addendum #2. Please clarify where prime coat is to be used.
Inquiry submitted 11/22/2021

Response #1:Submitted for consideration.
Response posted 11/22/2021


Response #2:Please bid per quantity provided in contract.
Response posted 11/23/2021




Inquiry #130: Pursuant to the Drainage Quantities, it appears that HDPE is not an allowed material for Alternative Flared End Sections. However, HDPE is an allowed pipe material. If RCP or CSP flared end sections are required, how does the bidder attach them to the HDPE pipe? Can the State provide a detail, or will HDPE be allowed for Alternative Flared End Sections?
Inquiry submitted 11/23/2021

Response #1:Submitted for consideration.
Response posted 11/23/2021


Response #2:Please see Caltrans Standard Plan D94A for connections of flared end sections to RCP or alternative pipe.
Response posted 11/24/2021




Inquiry #131: The soundwall plans say there are light brown and dark brown colored blocks in the soundwalls. Special Provision Section 58-2.02B says the color of the CMUs must match color no. 715540 of FED-STD-595. The table of colors only goes to 38903. Can you provide a link to the color color chart we are to use and give the color numbers of the light and dark brown blocks?
Inquiry submitted 11/23/2021

Response #1:Submitted for consideration.
Response posted 11/23/2021


Response #2:The color of the CMUs must match Color No. 31090 for Dark Brown and Color No. 30279 for Light Brown of ASM-STD-595A.
Response posted 12/06/2021




Inquiry #132: In your answers to BI #106 and #107 you refer to Addendum #2 and a revised Special Provision Section 5-1.20G. If you intended to revise the TSI Scope of Work chart, this was not included in Addendum #2. In your answer to BI #106, we don't know what the 328 working days refer to and how this is incorporated into the 740 WD of the contract. In your answer to BI #107, we also don't know what the "Corridor End to End and Disaster Recovery Testing" and its 30 working day window refer to and how this is incorporated into the 740 WD of the contract. Can Caltrans issue a revised SSP Section 5-1.20G and corresponding TSI chart that spells out the specific working days referred to in the answers to BI #106 and #107?
Inquiry submitted 11/23/2021

Response #1:Submitted for consideration.
Response posted 11/23/2021


Response #2:See Addendum 4.
Response posted 12/06/2021




Inquiry #133: 1. In your answers to BI #106 and #107, you refer to 328 WD for TSI work and 30 WD for Corridor End to End Disaster Recovery Testing. The longest time line through the project to complete work at the end of Stage 2 is 365 WD. Are we to assume that we add the 328 WD and the 30 WD to the 365 WD for a total of 723 WD? That would leave 17 WD to complete the final striping and signage in the express lanes.

2. Is the installation of the sign structures, including drilling and installing foundations, and the concrete barrier installation at each sign location included in the 328 WD for TSI work?

Inquiry submitted 11/23/2021

Response #1:Submitted for consideration.
Response posted 11/23/2021


Response #2:Please refer to Addendum #4 issued on 12/2/21.

1. For construction staging sequence, refer to Section 8-1.10B. Segments can be vacated by the civil contractor for use by the TSI as soon as the civil work is completed as stated in the Section 8-1.10B. TSI WD for each segment will begin counting as the TSI is given control over that segment as stated in Section 5-1.20G. Section 5-1.20G also states the total number of WD allowed for the TSI over all segments combined.

2. The installation of sign structures, including drilling and installing foundations, and the concrete barrier installation at each sign location are responsibilities of the Civil contractor.

Response posted 12/06/2021




Inquiry #134: Please reference bidder inquiry 21 regarding drill and bond quantities at bent 3 for Davis Street UC. In the answer it states "Footing top mat retrofit is not required for Bent 3. Drill and bond quantity correctly excludes bent 3 and OK as is." In addendum 2 sheet 1746 of 1830, Davis St. UC (Widen) Bent Details No. 2, was revised to include bent 3 in all the details for retrofitting the existing footings and columns. The addendum did not provide a note to say "Footing top mat retrofit is not required for bent 3." Please revise the drill and bond quantity for this bridge to include bent 3 as stated in inquiry 21.
Inquiry submitted 11/24/2021

Response #1:Submitted for consideration.
Response posted 11/24/2021


Response #2:Please refer to ELEVATION view on sheet 1746 calling out "PILE CAP TOP MAT OVERLAY (BENT 2 AND 4 ONLY)". Drill and Bond quantity is correct as shown.
Response posted 11/29/2021




Inquiry #135: In regard to the temporary striping for the project; is the temporary delineation covered under items 13 & 14 just for the stage construction?
When placing the final pavement is the Prime Contractor responsible for having temporary delineation in place every shift before opening to traffic? If so, would Caltrans pay for this temporary delineation under these items also?
Thank you.

Inquiry submitted 11/29/2021

Response #1:Submitted for consideration.
Response posted 11/29/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021


Response #3:Payment for placing temporary pavement delineation during the final paving operation is included in the various asphalt concrete bid items. Please refer to Section 12-6.03 of the Standard Specificatons.
Response posted 12/07/2021




Inquiry #136: Section 87-19.02J (1) and 87-19.02J (3) specify that all fiber optic jumpers must be at least 6 feet in length and either ST or LC connector types. However, there is no quantity of fiber optic jumpers specified within the project plans, specifically EQ-1. Please confirm if fiber optic jumpers are to be provided, and if so, the required quantity.
Inquiry submitted 11/30/2021

Response #1:Submitted for consideration.
Response posted 11/30/2021


Response #2:Permanent fiber jumpers (patch cords) for installation along with the network equipment will be provided by others, therefore they are not shown on Sheet EQ-1. Temporary fiber jumpers (ST-ST) needed for fiber end-to-end testing are under the Bid Item "Fiber Optic Cable Systems". The contractor is to determine necessary type and quantity of equipment to fulfil testing requirements per specifications.
Response posted 12/02/2021




Inquiry #137: The Miscellaneous Iron and Steel quantities denoted for the G2 WQ drainage inlets do not appear to include enough steel to account for the weirs as detailed on Sheet DD-19. How do these weirs get paid?
Inquiry submitted 11/30/2021

Response #1:Submitted for consideration.
Response posted 11/30/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #138: Will there be another addendum to validate and confirm bidder inquiries, that have been answered after addendum 3, are part of this contract?
Inquiry submitted 11/30/2021

Response #1:Submitted for consideration.
Response posted 11/30/2021


Response #2:See Addendum 4, issued on Dec. 2, 2021.
Response posted 12/06/2021




Inquiry #139: Item 107: Imported Topsoil bid item appears to be less than the CY shown on plans. Plans show 2850CY, bid items show 1270CY. Please advise on which to use
Inquiry submitted 12/01/2021

Response #1:Submitted for consideration.
Response posted 12/01/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #140: Note 75 on Sheet E-3 and Note 245 on Sheet E-4 specify installing 3" conduit with 3-cell innerduct and (2) 144-strand SMFO cables (BAIFA owned). However, Note 19 on Sheet E-2 and Note 296 on Sheet E-6 do not specify that 3-cell innerduct is required throughout the 3" conduit with (1) 144-strand SMFO cable (BAIFA owned). Please advise if 3-cell innerduct is required throughout the entire length of the 3" BAIFA owned conduit run for this project.
Inquiry submitted 12/01/2021

Response #1:Submitted for consideration.
Response posted 12/01/2021


Response #2:Notes are accurate as shown. The 3-cell innerduct are required only at the Backhaul Hub cabinet entrance or when (2) 144-strand SMFO cables (BAIFA owned) are installed in the same conduit.
3-cell innerduct is not required when (1) 144-strand SMFO cable (BAIFA owned) is installed by itself.

Response posted 12/02/2021




Inquiry #141: Note 235 on Sheet E-4 indicates that the fiber optic cable is to be installed by AT&T. Please advise if this fiber optic cable is to be contractor furnished and AT&T installed, or if AT&T is to be furnishing the fiber optic cabling themselves.
Inquiry submitted 12/01/2021

Response #1:Submitted for consideration.
Response posted 12/06/2021


Response #2:Bid Per Contract Documents.
Response posted 12/06/2021


Response #3:AT & T will furnish and install the fiber optic cable.
Response posted 12/06/2021




Inquiry #142: Please specify the size of irrigation mainline as shown on sheet IP-1. This is not shown on sheet IQ-1.
Inquiry submitted 12/02/2021

Response #1:Submitted for consideration.
Response posted 12/06/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #143: Please verify which one is Drip Valve Assembly (bid item #98) on sheet IP-1. There is wye strainer shown only.
Inquiry submitted 12/02/2021

Response #1:Submitted for consideration.
Response posted 12/02/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #144: Bid Item 64 Ditch Excavation includes 11,145CY of Biofiltration Excavation as shown on plan sheet ECQ-5. But there is no method of payment to place the Biofiltration Soil specified in section 62-7.02 of the special provisions which is required to be placed per the Biofiltration detail on sheet ECD-1. What is the method of payment for the Biofiltration Soil?
Inquiry submitted 12/02/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #145: Per an addenda, item 85, Remove Irrigation Facility, was deleted. However, the irrigation plans show a backflow preventer being removed.
Please clarify if the existing backflow preventer is being remove. Or under what item is the irrigation facilities will be paid?

Inquiry submitted 12/02/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #146: The irrigation plans show a flow sensor. Bid item 96 calls for flow sensor cable. However, there is not item for a flow sensor.
Please clarify under what item is the flow sensor shown on the plans will be paid.

Inquiry submitted 12/02/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:Bid Item 96.
Response posted 12/06/2021




Inquiry #147: Please provide the size for mainline supply line from sheet IP-1 which is not shown on sheet IQ-1.
Inquiry submitted 12/02/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #148: Is there any existing irrigation system available from planting plan sheet PP-2, PP-3 & PP-4 ? We will bid as truck watering for these planting plan ?
Inquiry submitted 12/02/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #149: For the column casing fabrication, are there any grain direction requirements?
Inquiry submitted 12/03/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:There is no requirement for grain direction for the column casing fabrication.
Response posted 12/06/2021




Inquiry #150: In regards to the striping related bid items, #317 thru 324: Can CalTrans break out these items by pattern (Solid, Broken 36-12, Remove Hazardous Yellow Thermo, etc) as they typically do on all other projects? By combing different stripe patterns into one item the unit pricing will not be an accurate representation of the contract item and will make a significant difference on any future changes to quantities on these items.
Inquiry submitted 12/03/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #151: For the column casing the Special Provisions do not call out a grain direction for the steel. Is there a specific requirement? Thank you.
Inquiry submitted 12/03/2021

Response #1:Submitted for consideration.
Response posted 12/03/2021


Response #2:There is no requirement for grain direction for the column casing fabrication.
Response posted 12/06/2021




Inquiry #152: It is typical that Caltrans procure all the encroachment permits required prior to contract award due to the long lead time needed to secure the permits. Per section 5-1.20B(3) Caltrans has made it the contractors responsibility to obtain the permits and pay the estimated 11.5% fee of the construction cost for the improvements (Per City of Vacaville). With two separate structures and surface street improvements at Mason and Davis the 11.5% is a significant dollar value. Requiring the contractor to obtain the permits may delay the start of work which is already short based on the time allowed per the table in Section 8-1.10B. We request that Caltrans revise Section 5-1.20B(3) and obtain all the permits required to not delay the start of the contract work.
Inquiry submitted 12/03/2021

Response #1:Submitted for consideration.
Response posted 12/06/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021


Response #3:Any permit obtained by the contractor for work inside local jurisdiction shall be at no cost to the contractor.
Response posted 12/06/2021




Inquiry #153: Are Leave-in-Place Metal Decking forms allowed at Ulatis Creek?
Inquiry submitted 12/03/2021

Response #1:Submitted for consideration.
Response posted 12/06/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021




Inquiry #154: Is there any reason that the expansion joints are spaced so frequently at the retaining walls? Would spacing of 96' maximum be acceptable (except possibly for walls around drainage structures)?
Inquiry submitted 12/04/2021

Response #1:Submitted for consideration.
Response posted 12/06/2021


Response #2:This project bid opens tomorrow. Bid per contract documents.
Response posted 12/06/2021


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.