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 06-0U8804

Submit new inquiry for this project


Inquiry #1: Refer Erosion Control Legend/ ECL-1, Seed mix table is 32.4 Lb/Ac. However, Erosion Control Type 1 (step 3) mentions is 34.2 Lb/Ac. Please confirm Seed Mix rate?
Inquiry submitted 10/07/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/11/2022


Response #2:Attention is directed to plan sheet ECL-1 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 11/28/2022




Inquiry #2: Sanitary Sewer Plan U-31 shows the existing sewer line to be removed and replaced. This work will require a sewer bypass to maintain sewer flows. What are the existing flow rates of sewer on the existing Commercial Avenue and K Street sewer mains and services? This information will be needed to design a bypass plan.

Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to section 2-1.06B of the Special Provisions and the Supplemental Project information of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract documents.
Response posted 11/28/2022




Inquiry #3: Project specification 77-3.03A states "provide by-pass facilities when laying pipe interferes with the existing sewage flow". The project plans show new sewer mains and services interfering with the existing sewer main and services. Which bid item is the required sewer by-pass paid for?
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to section 9-1.03, "Payment Scope", and section 77-3.04, "Payment" of the bid Specifications. Please place your bid in accordance with the current bid documents.
Response posted 11/07/2022




Inquiry #4: Does the State or City of Tulare have any sewer by-passing requirements? There are several large existing industrial buildings on Commercial Avenue that will have their sewer services interrupted. Please provide any bypassing requirements if any are needed.
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:The City of Tulare does not have a sewer by-pass requirement. Attention is directed to section 5-1.36 PROPERTY AND FACILITY PRESERVATION & Section 7-1.03 PUBLIC CONVENIENCE, of the Standard Specifications. Please place your bid in accordance with the current bid documents.
Response posted 11/29/2022




Inquiry #5: Drainage System 1 (DS1) is a trenchless system with flows shown to drain from the median to the outside shoulders. DS 1c & 1e will need to be bored with a boring pit in the median at DS 1d. Installing a boring pit in the median will require removal and replacement of the existing guardrail and temporary barrier to protect the work and the public. Can the State include new guardrail and temporary barrier for the construction of DS1d?
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to plan sheets L-2, Q-5, DD-1 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract documents.
Response posted 11/28/2022




Inquiry #6: Drainage System 2d, 2g, 18d & 18g show removal of existing RCP and CFES in the median of HWY 99. These existing systems are under the existing guardrail of HWY 99. Removal will require installing temporary barrier and replacing existing guardrail. To allow for the removal of drainage systems in the median, will the State include new guardrail and temporary barrier at the these locations?
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to section 9-1.03, “Payment Scope” of the Standard Specifications. This work is to be performed under lane closure. It is the contractor’s responsibility to utilize their means and methods to complete the work as planned.
Response posted 11/28/2022




Inquiry #7: Drainage and Contour Grading Sheet D-8 shows Drainage System 42 with 12" RCP. Drainage Quantity Sheet DQ-6 shows 24" RCP on Drainage System 42. What size RCP is Drainage System 42?
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to plan sheet DQ-6 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 11/28/2022




Inquiry #8: Drainage Profile Sheet DP-17 & DP-18 shows 12" RCP for Drainage System 30, 32 & 33. Is 12" RCP the correct size? if so, please add a bid item for 12" RCP.
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to the DP-17, DP-18 & DQ-5 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract documents.
Response posted 11/28/2022




Inquiry #9: Summary of Quantity Sheet Q-1 only shows Rubberized Hot Mix Asphalt (RHMA) in Stage 1 Phase 2. However, Stage Construction Sheet SC-15 shows RHMA in Stage 2. Will RHMA be needed in both Stage 1 Phase 2 & Stage 2? Please confirm to allow contractors to account for rubber plant mobilizations.
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to plan sheet Q-1 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract documents.
Response posted 11/28/2022




Inquiry #10: Which bid item are the storm drain inlets labeled "Strom Drain Inlet SDDI (City)" paid for?
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 10/28/2022


Response #2:Attention is directed to the Bid Item 65, “Structural Concrete, Drainage Inlet” and the “Drainage Quantities” plan sheets of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 11/28/2022




Inquiry #11: Plan sheet SQ-8 double star for signs C and D says to see structure plan sheet for details and quantities. Where is this plan sheet?

Plan sheet SQ-8 says all 60" CIDH piles are 27' deep. Sign Detail sheets say they are all 22' deep. Which is it?

Inquiry submitted 11/01/2022

Response #1:Your inquiry has been submitted for review
Response posted 11/01/2022


Response #2:a) Attention is directed to plan sheets SDS 1 through SDS 4 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract documents.

b) Attention is directed to plan sheet SD-10 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract documents.
Response posted 11/28/2022




Inquiry #12: Summary of quantity sheet Q-1 shows 14,500 CY of Roadway Excavation at Temporary Basin 8. However, Drainage Details Sheet DD-5 shows the dimensions of Temporary Basin 8 as 244' x 50' x 4'. This does not account for the 14,500 CY as shown in the quantity sheets. Please confirm the quantity of Temporary Basin 8 and revise the bid item quantity of roadway excavation and import borrow.
Inquiry submitted 11/01/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/01/2022


Response #2:Attention is directed to Addendum No. 1 dated November 21, 2022 & Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #13: Drainage Quantity Sheet DQ-6 shows a total of 3 each Manhole Type II (City) and 1 each Manhole Type 1 (City). These storm drain manholes do not have a separate pay item. Which bid item pays for the storm drain manholes?
Inquiry submitted 11/02/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/04/2022


Response #2:Attention is directed to the BID ITEM LIST, bid items 183 and bid item 184, and the DRAINAGE QUANTITES plan sheets of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 11/28/2022




Inquiry #14: Section 77 of the special provisions references CTPISD No. 6020 (City of Tulare Standard Drawing 6020). HMA and Class 2 Aggregate Base (AB) will be needed for patch paving the new sewer and water lines. Which bid items pay for the sewer and water patch paving HMA and AB?
Inquiry submitted 11/02/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/04/2022


Response #2:Attention is directed to sheet C-8, "Trench Paving Detail for Water & Sewer" of Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #15: Item #0080: 12" Corrugated Steel Pipe x 70'. Drainage quantities shows all footage as Corrugated Steel Pipe. Drainage Profiles shows DS 27d, 40b and 41b as RCP. Please confirm if the material is RCP or CSP.
Inquiry submitted 11/03/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/04/2022


Response #2:Attention is directed to Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #16: Bid Item 74 - Furnish Sign Structure (Bridge Mounted) is shown on sheet 246 for Signs C & D however no detail / design drawings are included for these bridge mounts. It notes to see 'Std Plans' which do not include Bridge Mounts because every bridge is/can be a different design. Also there is no weight summary for these on sheet 258.

Inquiry submitted 11/11/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/15/2022


Response #2:Attention is directed plan sheets SDS 1 through SDS-4, and plan sheets SQ-8 of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 11/28/2022




Inquiry #17: Bid Item 72 - 560218 Furnish Sign Structure (Truss) - This bid item is the wrong bid item for the Versatile Truss Sign Structures shown in the plans. It should be item 560226 Furnish Sign Structure (Versatile Truss).

Inquiry submitted 11/11/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/15/2022


Response #2:Attention is directed to the BID ITEM LIST of Addendum No. 1 dated November 21, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 11/28/2022




Inquiry #18: Drainage System 36a, 37a, 38a, 38c 39a & 39c, are shown as DI Type G4 on the drainage profile plan sheets. However, the drainage summary plan sheets label these same systems at DI Type G1. Are the DI Types for these systems G1 or G4?
Inquiry submitted 11/14/2022

Response #1:Duplicate inquiry
Response posted 11/15/2022




Inquiry #19: Drainage System 36a, 37a, 38a, 38c 39a & 39c, are shown as DI Type G4 on the drainage profile plan sheets. However, the drainage summary plan sheets label these same systems at DI Type G1. Are the DI Types for these systems G1 or G4?
Inquiry submitted 11/14/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/15/2022


Response #2:Attention is directed to Addendum No.3 dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.


Response posted 12/09/2022




Inquiry #20: The City of Tulare Standard Drawing 6310 shows a gate valve for fire hydrant laterals. Gate valves are not shown on the Utility Plans for the fire hydrant laterals. Are gate valves required? If they are required will Caltrans add a pay item for these gate valves?
Inquiry submitted 11/15/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/15/2022


Response #2:Attention is directed to Note 4 of sheet U-1 of Addendum No. 3 dated December 9, 2022; "City of Tulare fire hydrant installation shall include 6" gate valve per City of Tulare Public Improvement Standard Drawings (CTPISD) No. 6310." Full compensation for labor equipment and materials to install the 6" gate valves shall be included in the cost of the various bid items for installing fire hydrants. No additional compensation will be allowed. Place you bid in accordance with the current contract documents.
Response posted 12/09/2022




Inquiry #21: Some of the new sewer, water and drainage utilities are in existing roadway. City of Tulare Standard Drawing 6020 requires AB and HMA for trench patch paving. Will Caltrans add additional quantity for AB and HMA for the trench repairs in existing roadway?
Inquiry submitted 11/15/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/15/2022


Response #2:Attention is directed to sheet C-8, "Trench Paving Detail for Water & Sewer" of Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #22: 1. Refer to layout sheet L-5. The structural section limit lines are missing, can you please provide?
2. Sheet SC-1 shows the inside median widening to station 652+00 as does layout sheet L-6, yet sheet Q-1 and the cross sections show the widening to station 644+85.13/640+27.80, please clarify?
3. Sheet SC-12 for outside widening/ramp work, shows two areas cross-hatched to be performed under a 72-hour closure. Can you please define the structural section for these areas and include the quantities on sheet Q-1?
4. Is the ‘Comm’ line missing cross-hatching on sheet SC-14?
5. Refer to sheet SC-1 typical section for Route 99 inside median work note [ C ] 0.20’-0.60’ HMA overlay to hike-up the inside shoulder. Where are the quantities and payment for removal of the HMA to return the shoulder to a hike-down with 0.20’ R-HMA per Structural Section G?
6. Where are the bridge approach slabs paid?
7. Are the retaining walls off the back of the bridge abutments paid under item 63?
8. Are structural quantities available for the bridge plan sheet work?
9. Is the dirt stockpile on the west side of Route 99 and south side of Commercial Ave for the contractors use as borrow/import?
10. Can you check your quantity for item 63? The quantity of 2,029 CY seems way to high, even if it includes the retaining walls and approach slabs.

Inquiry submitted 11/15/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/17/2022


Response #2:
R1) Attention is directed to Addendum No.3 Dated December 9, 2022.

R2) Attention is directed to Addendum No.3 Dated December 9, 2022.

R3) Cross hatching referenced on sheet SC-12, is in regards to the 72 hours closure as defined by the Legend and note on Sheet SC-7. No work is planned at the Paige Avenue ramps.

R4) Attention is directed to Addendum No.3 Dated December 9, 2022.

R5) Attention is directed to plan sheet Q-1 “Stage 2” Cold Plane AC Pavement of Addendum No. 1 dated November 21, 2022.

R6) There are no bridge approach slabs on this project.

R7) Yes. Refer to the Concrete Strength and Type Limits on Sheet 384 of 410 of the contract plans.

R8) Refer to sheet 402 of 410 of the contract plans for the bridge structure quantities.

R9) Place your bid per the current contract bid documents.

R10) Attention is directed to Addendum No.3 Dated December 9, 2022.

Please place your bid in accordance with the current contract bid documents.

Response posted 11/28/2022




Inquiry #23: Stage Construction Plan Sheet SC-16 shows the existing curb, gutter and sidewalk on Commercial Avenue to be removed. This quantity of concrete removal is not shown in the summary sheets. We also do not have a bid item for Remove Concrete. Please provide a bid item for this work or clarify which bid item the work is paid for.
Inquiry submitted 11/16/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/17/2022


Response #2:Curb, gutter, and sidewalk removal within the grading limits is paid for by bid item 36, “Roadway Excavation”. Please place you bid in accordance with the current contract bid documents.
Response posted 11/28/2022




Inquiry #24: On Commercial Avenue from Station 10+00 to 19+00, existing chain link fences and motorized gates are in the location of new concrete sidewalk and driveways. At this location removal or replacement of fences and gates are not shown on layout sheet L-8 or summary sheet Q-4. Can the State clarify how this work is paid for or provide a bid item for the work?
Inquiry submitted 11/17/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/17/2022


Response #2:This work will be performed “By Others”. Please place you bid in accordance with the current contract bid documents.
Response posted 11/28/2022


Response #3:Attention is directed to Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #25: The layout sheets show the widening of Commercial Avenue from Station 10+00 to 19+00. At this location the electrical plans do not show any modifications or relocating of the existing dry utilities. Are the exiting dry utilities, electrical boxes, cabinets, fiber optic lines, street lights or poles on Commercial Avenue from Station 10+00 to 19+00 to be relocated by the contractor or by others?
Inquiry submitted 11/17/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/17/2022


Response #2:Unless otherwise noted this work will be performed “By Others”. Please place you bid in accordance with the current contract bid documents.
Response posted 11/28/2022


Response #3:Attention is directed Note 3 sheet sheet U-1 of Addendum No.3 Dated December 9, 2022. "All Dry Utilities are to be relocated by others unless otherwise noted". Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #26: The typical cross section for Blackstone St, shown on Sheet X-8, does not show the existing structural section or existing curb, gutter and sidewalk. Layout sheet L-11 does not show if the existing curb, gutter, sidewalk or driveways on Blackstone street are to be removed. Can the typical cross section and layout for Blackstone Street be revised to include the existing structural section and the limits of concrete removal?
Inquiry submitted 11/17/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/17/2022


Response #2:Curb, gutter, and sidewalk removal within the grading limits is paid for by bid item 36, “Roadway Excavation”. Please place you bid in accordance with the current contract bid documents.
Response posted 11/28/2022


Response #3:Attention is directed to Addendum No.3 Dated December 9, 2022. Curb, gutter, and sidewalk removal within the grading limits is paid for by bid item 36, “Roadway Excavation”. Please place you bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #27: Refer to plan sheets 277 and 290. Please confirm the dimensions of the "Type 15 modified".
Inquiry submitted 11/18/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/20/2022


Response #2:Attention is directed to plan sheet SES-1 of Addendum No 1 dated November 21, 2022. Place you bid in accordance with the current bid documents.
Response posted 12/09/2022




Inquiry #28: In the Project Special Provisions, Standard Plans List, it includes P20 Joint Seals. With that said, can you please confirm that joint seal will be required for this project and if so what type?
Inquiry submitted 11/18/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/20/2022


Response #2:The choice of joint seals identified on Standard Plan sheet P20 is left to the discretion of the contractor. Please place you bid in accordance with the current contract bid documents.
Response posted 11/28/2022


Response #3:Attention is directed to section 9-1.03, "Payment Scope" of the Standard Specifications. Full compensation to perform the work to supply and install joint seals is included in the cost of the work to construct Bid Item 54, "JOINTED PLAIN CONCRETE PAVEMENT". The choice of joint seals identified on Standard Plan sheet P20 is left to the discretion of the contractor. Please place you bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #29: Please update expiration date listed on SP Section 77-6.02B.
Inquiry submitted 11/21/2022

Response #1:Duplicate Question.
Response posted 11/22/2022




Inquiry #30: Please update expiration date listed on SP Section 87-6.02B.
Inquiry submitted 11/21/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/22/2022


Response #2:Attention is directed to 77-6.02B, “City Luminaires” of Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents
Response posted 12/09/2022




Inquiry #31: On plan sheet L-9 at station "comm" 13+04.71 it calls out for 2 - 10' Chain Link Gates. There is no Bid Item for these gates. Which bid Item pays for these chain link gates. Will a new bid item be added for the gates? Please clarify.
Inquiry submitted 11/21/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/22/2022


Response #2:Attention is directed to the Bid Item List of Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #32: On the existing Commerical Ave. and Laspina St., there are existing landscaping and irrigation facilities. However, the new design shows that these facilities get removed and/or altered. Please provide design for alterations and bid items for this work.
Inquiry submitted 11/22/2022

Response #1:Your inquiry has been submitted for review.

Response posted 11/22/2022


Response #2:Attention is directed to section 1-1.01, "General" of the Standard Specifications. After Contract approval, submit documents and direct questions to the Engineer. Orders, authorizations, and requests to the Contractor are by the Engineer. Place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #33: On Plan Sheet #407 for Aesthetic Details No.5 it shows a "Light Pedestal Emblem Detail" .
We did not locate a Bid Item number for the "Light Pedestal Emblem". Which bid item number are we to use for the Light Pedestal Emblem? Will a new Bid Item Number be added to address the Light Pedestal Emblem? Please clarify.

Inquiry submitted 11/22/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/22/2022


Response #2:The light pedestal emblem texture is included in the concrete barrier (Type 732SW modified) bid item. Refer to section 83-3.01A of the special provisions.
Response posted 11/22/2022




Inquiry #34: Addendum 1 Plan Sheet Q-1 shows an import borrow quantity of 215,572 CY for Stage 1 Phase 2. However, the Total Import Borrow shown at the bottom of the table is 202,030 CY. Please clarify the Total Import Borrow Bid Quantity.
Inquiry submitted 11/22/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/22/2022


Response #2:Attention is directed to Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #35: Addendum 1 Plan Sheet Q-5 shows 640 LF of Temporary Barrier System on Sheet No. DD-1 and 23,540 LF from THQ-5. This is a total of 24,180 LF. However, the Total of Temporary Barrier shown at the bottom of the table is 23,540 LF. Please clarify the Total Temporary Barrier System Bid Quantity.
Inquiry submitted 11/22/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/22/2022


Response #2:Attention is directed to Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #36: There are two bid items for Vegetation Control, 147-Minor Concrete and 148-Mat (Rubber or Fiber). Both items are indicated for each run of guardrail on plane sheet Q-5. Are both types of Vegetation Control required, if so please provide begin and end limits and details on how they are installed together.
Inquiry submitted 11/22/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/23/2022


Response #2:Attention is directed to sheet Q-5 and the Bid Item list of Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #37: Sheet Q-1 K St gives only a quantity of 247 tons of HMA for a 14,800 SY coldplane area? Per sheet X-8 the quantity for K St is closer to 2,000 tons, please clarify.
Inquiry submitted 11/28/2022

Response #1:Your inquiry has been submitted for review.
Response posted 11/28/2022


Response #2:Attention is directed to Sheet Q-1, & the Bid Item List of Addendum No.3 Dated December 9, 2022 Sheet Q-1. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #38: It is understood that the construction materials for the post-tensioning system are to be produced in the US. Due to the newness of Electrically Isolated Tendons (EIT) in the US, domestically manufactured components for this system are not available. Please confirm that non-domestic construction materials may be used for EIT. This manufactured products waiver would apply to the anchorage assemblies only & not include strand or duct.
Inquiry submitted 11/29/2022

Response #1:Your inquiry has been submitted for review
Response posted 11/29/2022


Response #2:Refer to section 6-1.04C in the standard specifications. Please bid per the current contract documents.
Response posted 12/09/2022




Inquiry #39: Plan sheet C-7 shows the construction details for the minor concrete textured paving. Plan sheet Q-5 calls for a Type 4 Smooth Pattern on the textured paving. These are the only details found for minor concrete textured paving. What is the stamp pattern? What is the integral color for the concrete? Will the concrete require a dry shake color hardener as well? Will the gore areas have a 2’ grey concrete border without stamp? Or will it be a consistent layout matching gore areas further north on HWY 99? What is Type 4 Smooth Pattern? Please explain and/or provide a detail.

Inquiry submitted 12/01/2022

Response #1:Your inquiry has been submitted for review.
Response posted 12/01/2022


Response #2:Attention is directed to sheet C-13, of Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #40: Plan sheet C-7 shows the construction details for the minor concrete textured paving. Plan sheet Q-5 calls for a Type 4 Smooth Pattern on the textured paving. These are the only details found for minor concrete textured paving. What is the stamp pattern? What is the integral color for the concrete? Will the concrete require a dry shake color hardener as well? Will the gore areas have a 2’ grey concrete border without stamp? Or will it be a consistent layout matching gore areas further north on HWY 99? What is Type 4 Smooth Pattern? Please explain and/or provide a detail.

Inquiry submitted 12/01/2022

Response #1:Duplicate inquiry
Response posted 12/01/2022




Inquiry #41: The response to question 28 regarding joint seals is unclear. Standard Plan P-20 provides three types of seals but the Contractor typically has a bid item for the work. Caltrans has used item codes 414240 for Isolation Joint Seal (Asphalt Rubber), 414241 for Isolation Joint Seal (Silicone) and 414242 for Isolation Joint Seal Preformed Compression. Is a joint seal required for the concrete pavement? If so, please specify the quantity and type of joint seal required so all contractors are bidding equally.
Inquiry submitted 12/01/2022

Response #1:Your inquiry has been submitted for review.
Response posted 12/01/2022


Response #2:Attention is directed to section 9-1.03, "Payment Scope" of the Standard Specifications. Full compensation to perform the work involved to supply and install joint seals is included in the cost of the work to construct Bid Item 54, "JOINTED PLAIN CONCRETE PAVEMENT". The choice of joint seals identified on Standard Plan sheet P20 is left to the discretion of the contractor. Please place you bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #42: When can we expect the next addendum?
Inquiry submitted 12/09/2022

Response #1:Attention is directed to Addendum No.3 Dated December 9, 2022. Please place your bid in accordance with the current contract bid documents.
Response posted 12/09/2022




Inquiry #43: Addendum #03 lists AZCO Supply for the City lights, however the phone number provided is not for AZCO Supply. Please make the change. 209-943-2452. The number listed is for another distributor.
Inquiry submitted 12/09/2022

Response #1:Your inquiry has been submitted.
Response posted 12/09/2022


Response #2:Attention is directed to Addendum No. 3, section 77-6.02B for the city luminaire supplier name and contact address. Please place your bid per the current bid documents.
Response posted 12/13/2022




Inquiry #44: Bid item 0165 includes the words, "(2 Coats)" in the title, but the specification section for pavement markings does not require 2 coats. It only requires a thickness of 90 mil. The MMA used for green bike lanes is not sprayable. It is designed to be squeegee applied to a thickness of 90 mil, in a single pass. Is a thickness of 90 mil the requirement? Or, do you want 2 coats for a thickness of 180 mil?
Inquiry submitted 12/15/2022

Response #1:Attention is directed to section 84-2.03B(3) of the contract bid specifications and plan sheet PDD-1. Please place your bid in accordance with the current bid documents.

Response posted 12/15/2022


The information provided in the responses to bidder inquiries is not a waiver of Section 2-1.07, "JOB SITE AND DOCUMENT EXAMINATION" of the Standard Specifications or any other provision of the contract, nor to excuse the contractor from full compliance with the contract. Bidders are cautioned that subsequent responses or contract addenda may change a previous response.