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 06-0U5204

Submit new inquiry for this project


Inquiry #1: Caltrans has not provided a bid item for steel in the Individual Slab Replacement (RSC) locations. Can the contractor assume the slab replacement will be Type II per Standard Plan P8 and steel or dowels will not be required in the Individual Slab Replacement locations? If steel is required in the Individual Slab Replacement locations please provide a bid item for Drill & Bond Dowel Bar, item code 410096.
Inquiry submitted 01/20/2021

Response #1:Your inquiry has been submitted for review.
Response posted 01/21/2021


Response #2:Your assumption is correct. Please place your bid in accordance with the current contract documents
Response posted 02/19/2021




Inquiry #2: The quantity chart for “Repair Failed Area” includes work on Northbound between PM 17.67 to 18.12. The quantity chart for “Individual Slab Replacement (RSC)” includes work on Northbound between PM 14.61 to 14.62. Please provide a typical cross section or an existing structural section for these locations so the contractor can determine what type of material is being replaced.
Inquiry submitted 01/20/2021

Response #1:Your inquiry has been submitted for review.
Response posted 01/22/2021


Response #2:Attention is directed to Addendum No. 2 dated February 18, 2021.
Response posted 02/19/2021




Inquiry #3: The Shoulder Widening Quantity chart on sheet Q-4 shows the width of the widening to be 3 feet. However, the widening details on sheet X-2 show the width for the Avenue 17 Loop Ramp and the Route 99 NB shoulder to be 2 feet. Please clarify the width of the shoulder widening at both locations.
Inquiry submitted 01/20/2021

Response #1:Your inquiry has been submitted for review.
Response posted 01/22/2021


Response #2:Attention is directed to Addendum No. 2 dated February 18, 2021.
Response posted 02/19/2021




Inquiry #4: Southbound PM 17.906 to 17.909 is shown in the Individual Slab Replacement (RSC) quantity chart. The same location is shown in the Repair Failed Area quantity chart at Southbound PM 17.907 to 17.91. At this location and similar locations shown on both quantity charts, is the intent to have the contractor perform both Slab Replacement and place the new HMA section shown on the Repair Failed Area chart?

If this is the intent of showing the same location on both quantity charts, please revise the HMA quantity in the Repair Failed Area Chart as its currently overstated. Also, please revise the lane closure chart to allow time to perform both a slab replacement and placement of HMA over the new replaced slab in one location prior to opening the lane to traffic.

If this is not the intent, please revise the quantity charts to show either “Repair Failed Area with HMA” or “Individual Slab Replacement” at each location.

Inquiry submitted 01/20/2021

Response #1:Your inquiry has been submitted for review.
Response posted 01/22/2021


Response #2:Attention is directed to Addendum No. 2 dated February 18, 2021.
Response posted 02/19/2021




Inquiry #5: The typical cross sections on sheet No 2 & 3 show shoulder backing on the shoulders and behind the new HMA Dike. The State has not provided a bid item for shoulder backing. What is the quantity of shoulder backing and what bid item is used to pay for shoulder backing?
Inquiry submitted 01/25/2021

Response #1:Your inquiry has been submitted for review
Response posted 01/25/2021


Response #2:Attention is directed to Addendum No. 2 dated February 18, 2021.
Response posted 02/19/2021




Inquiry #6: Plan sheet 2, Structural Section P-2, states ".20' cold plane, .10' RHMA, .20' HMA." Is the HMA to be .10'? Please clarify.
Inquiry submitted 01/27/2021

Response #1:Your inquiry has been submitted for review.
Response posted 01/27/2021


Response #2:“Structural Section P-2 shall be constructed as shown. Attention is directed to "Notes" on the plan sheet. Please place your bid accordance with the contract documents.
Response posted 01/28/2021




Inquiry #7: Addendum 2 states "In the Special Provisions, Section 39-3.04 is replaced as attached." Is the replacement of the 3rd paragraph of section 39-3.04A in the Special Provisions still applicable, "Schedule cold planing activities such that not more than 7 days has elapsed between the time the pavement is cold planed and the HMA is placed. Items 2 and 3 of the last paragraph of section 39-3.04C(1) do not apply."? Is it Caltrans intent that cold planing and paving occurs in the same shift or is the 7 day period still allowed? Please clarify.
Inquiry submitted 02/22/2021

Response #1:In accordance with Addendum 2, Section 39-3.04A of the contract Special Provisions has been removed.

The Contractor shall construct work in accordance with Section 39-3.04A of the Standard Specifications and schedule cold planning activities such that the pavement is cold planed, the HMA is placed, and the area is opened to traffic during the same work shift.”
Response posted 02/23/2021




Inquiry #8: Bid Items 47 & 48- are for 6" TRAFFIC STRIPE (WARRANTY). Section 84-6 of the Special Provisions shows TRAFFIC STRIPE TAPE WARRANTY. These are two completely different items of work. Please clarify if the State wants Warranty Thermo (Per Bid Item [847000]) or Warranty TAPE (per Spec [847214]). Additionally, bid items 42, 43, 44, and 45 do not require WARRANTY material. If it is the State's intent for the entire project to be WARRANTY material, please change the bid items and specification to include these items of work.
Inquiry submitted 02/26/2021

Response #1:Your inquiry has been submitted for review.
Response posted 02/26/2021


Response #2:Attention is directed to Addendum No. 5 dated March 21, 2021. Please place your bid in accordance with the current contract documents.
Response posted 03/16/2021




Inquiry #9: The special provisions provide no incentive/disincentive for pavement smoothness for this project. Is this an oversight or is it Caltrans intent to not provide incentive/disincentive?
Inquiry submitted 02/26/2021

Response #1:Your inquiry has been submitted for review.
Response posted 02/26/2021


Response #2:Contractor shall comply with the pavement smoothness requirements specified in the contract bid documents. Please place your bid in accordance with the current contract documents.
Response posted 02/26/2021




Inquiry #10: The location to salvage planned material is not adequate to provide a 3,000 CY stockpile that is less than 20' wide. From R/W to EP is roughly 40' wide and there is an existing sign for the off ramp. The State will also have trouble retrieving the planned material when its needed. Will the State consider multiple stockpile locations or provide a location with adequate room to unload and load planned material?
Inquiry submitted 02/26/2021

Response #1:Your inquiry has been submitted for review.
Response posted 02/26/2021


Response #2:Please place your bid in accordance with the current contract documents.
Response posted 02/26/2021


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.