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 07-311704

Submit new inquiry for this project


Inquiry #1: Dear Engineer,

We couldn't find a geotechnical report, or sheets in the plans presenting boreholes to give us an idea about the soils in the compaction grouting locations. Are you going to provide some geotechnical information for these two locations?

Please advise.

Thank you.

Sam A. Baki

The Pressure Grout Company 
1975 National Avenue
Hayward, CA 94545-1709                                        
Tel : 510-887-2244
Fax: 510-887-2275
Email:pgc@pressuregrout.com  

Inquiry submitted 11/01/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 11/01/2019


Response #2:Please refer to Addendum #5, dated January 9, 2020.

Response posted 11/01/2019




Inquiry #2: On page 253 of the Plans in the Summary of Quantities, there is a total of 22,230 cy of Remove Concrete Pavement and Base. However, Bid Item #53 only shows 257 cy of Remove Concrete Pavement and Base. Please advise.
Inquiry submitted 11/26/2019

Response #1:Please Bid as Advertised. Disputed quantities will be rectified during construction.
Response posted 11/26/2019




Inquiry #3: Please refer to plan pages 347 and 370. Please confirm how the new conduit is to be installed in an existing structure. This is a structure work related item for the removal and replacement. There is no details for that electrical work or structure work.
Inquiry submitted 12/09/2019

Response #1:That section of sidewalk will be damaged to build the new curb ramp. Create a small trench for the 1?C to the PPB post form pull box and fill with concrete when concrete for new curb ramp is poured.
Response posted 12/09/2019




Inquiry #4: Roadway Structural Section 3 is 0.25' Remove AC Pavement / 0.25' HMA-A and Section 4 is 0.15'Cold Plane AC Pavement / 0.15' RHMA-G. How is the Remove AC Pavement for Structral Section 3 to be paid? If it is to be paid under Item 49, Cold Plane AC Pavement, then the bid quantity is less than 50 percent of what is required to do both sections. If it is not paid for under Item 49, what item is it under?
Inquiry submitted 12/09/2019

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 12/09/2019




Inquiry #5: Good Day,
In regards to drawing sheet number 21 (L-15), we would like to see soil borings at the compaction grouting project area to determine the location of the water table and any associated soil analysis. Is there a Geotechnical Report/Investigation available for 07-311704? If so please provide.

Thank You,
Hayward Baker

Inquiry submitted 12/09/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/09/2019




Inquiry #6: Question for Midwest Guardrail Layouts. There are several layouts which show an End Cap Type "A" is to be used for connection to concrete wall. However, there is no item for End Cap Type "A" which typically there is if it is required.
Example: Sheet L-4, Location 3,12DD layout which references standard plan A77U1 Detail BB.
Will you revise and add the item?

Inquiry submitted 12/10/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/10/2019




Inquiry #7: Section 19-11.02B Grout states:
"Grout must comply with section 49-3.02B(5) Grout. The aggregate must have less than 5% passing No. 200 sieve."

The standard practice is allowing up to 35% passing No. 200 sieve. We request that the aggregate percentage be corrected to 35% accordingly.

Inquiry submitted 12/10/2019

Response #1:Please Bid the Contract assuming that both your recommendations are accepted.
Response posted 12/10/2019




Inquiry #8: Section 19-11.02B Grout states:

“Do not use additives such as pumping aids, gums, gelling agents, high-plasticity clay, organic matter, or similar materials.”

We request that this specification be revised to allow the use of additives in order to achieve pump ability of the grout. This option is standard practice in the industry.

Inquiry submitted 12/10/2019

Response #1:Please Bid the Contract assuming that both your recommendations are accepted.
Response posted 12/10/2019




Inquiry #9: On The summary of Quantities for the MGS guardrail, Location 1 on L-1 shows 50' of Midwest Guardrail System (Wood Post) Item 90. On sheet L-1 that run has "SP A77N3 (Detail B) which is for 8" x 8" x 7' that is really item 91. Will that be placed in the quantity for item 91 so as to keep our pricing as accurate as possible? It will also make a difference when it comes to billing.
Inquiry submitted 12/10/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/10/2019




Inquiry #10: Hello,
07-311704 Project Files for Downloading lists Supplemental Info files in PPF form. Please provide PDF format. Specifically "Geotechnical Design Report for Roadway Distress East of Forest Lawn Drive".

Thank You,
Hayward Baker

Inquiry submitted 12/10/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/10/2019




Inquiry #11: In response to Inquiry #5, the State noted that the Geotechnical Design Report would be included in the Information Handout within Addendum #2. It appears that this information was not provided. Please provide information or where we can access this Geotechnical Report.
Inquiry submitted 12/10/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/10/2019




Inquiry #12: It appears the State has requested a surface seal in lieu of a binding tack. Please replace Bid Item: 41 – 375009 - TACK COAT (SEAL), with 397005 – TACK COAT. If not, please provide an additional pay item for 397005 – TACK COAT.
Inquiry submitted 12/10/2019

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 12/10/2019




Inquiry #13: How does the State plan to pay for TEMPORARY TRAFFIC STRIPE (PAINT) for work on the mainline?
Inquiry submitted 12/10/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/10/2019




Inquiry #14: The State has identified ISR(RSC) quantity for Connectors, Summary of Quantities Q-10. It appears that we do not have closure tables for this work. Please provide.
Inquiry submitted 12/10/2019

Response #1:All the closures required to do the work in our Maintaining Traffic Specifications pages 47 to 61,connector closure charts. No need to have tables for slab replacement on connectors.
Response posted 12/10/2019




Inquiry #15: The State has identified Class 3 AB, Struct Section 3L; ADA Ramps – Construction Details C-26 through C-54. How is the State paying for the removal of existing and installation of this work?
Inquiry submitted 12/10/2019

Response #1:All required items are shown in the quantity sheet Q-6 and pay items are included in items # 38, 43, 72, 75, and 76.
Response posted 12/10/2019




Inquiry #16: The State has identified Cement Treated Base, Struct Section D; Construction Details C-36. How is the State paying for the removal of existing and installation of this work?
Inquiry submitted 12/10/2019

Response #1:All required items are shown in the quantity sheet Q-6 (location 5a, 5b) and pay items are included in items # 38, 43, 75, 76.


Response posted 12/10/2019




Inquiry #17: Appendix A of of the Geotechnical Design Report given in Addendum No.2 does not have the boring and CPT logs. Only the cover sheets of the appendices are provided. We would like to see logs and ask that you share them with us.
Inquiry submitted 12/12/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/13/2019




Inquiry #18: On Summary of Quantities Q-4, removal of guardrail for Location Nos. 66 and 71 are over by about 3,000 LF and 4,000 LF respectively. That's a lot of quantities, please check and revise accordingly. Thanks
Inquiry submitted 12/13/2019

Response #1:Please refer to Addendum #5, dated January 9, 2020.

Response posted 12/13/2019




Inquiry #19: Will there be a response to Bidder Inquiry #2? Please advise.
Inquiry submitted 12/16/2019

Response #1:Please Bid as Advertised. Disputed quantities will be rectified during construction.
Response posted 12/16/2019




Inquiry #20: Will there be a answer to Inquiry number four? The question in Inquiry number four is a major issue and needs to be addressed.
Inquiry submitted 12/16/2019

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 12/16/2019




Inquiry #21: The summary of quantities sheet Q9 does not match the layout drawings, for example L17 only shows Type A HMA, but the summary of quantities sheet show RHMA in this area. Another example is L31: the summary sheets only show 834.1 SY of cold plane AC but the RHMA qty is 1056.9 tons? The conflicts should be resolved prior to bid to avoid a potential claim related to the character of work.

Inquiry submitted 12/16/2019

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 12/16/2019




Inquiry #22:
Sheet L1 of the plans call out to cold plane under the RHMA-G section and to remove AC under the HMA-A section. We agree that the removal of AC under the HMA and the Cold Plane AC under the RHMA should have separate call outs because the character of this work is different. However, the Summary of Qty’s (sheet Q9), shows cold planing where only HMA-A is shown on the layout drawings, for example L17 and L36 thru L43. In addition, sheet Q9 does not have a pay quantity for the removal of the AC (reference Bidder’s Inquiry #4). The quantity of Cold Plane AC Pavement appears to match up exactly with the quantity of HMA pavement when 150LB per CF is used as a conversion factor, but the plans call for cold planning under the RHMA-G section. We are bidding the cold plane item at a thickness of .15 as required by the designated structural sectionions called out on sheet L1 of the plans and per the Contract specs. We are also putting the State on notice that there is not a bid item for the removal of AC under the HMA-A, and that sheet Q9 should be corrected prior to bid to avoid a potential claim related to the character of work.

Inquiry submitted 12/16/2019

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 12/16/2019




Inquiry #23: Will there be a additional addendum coming to address the numerous unanswered bidders inquiries?
Inquiry submitted 01/09/2020

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 01/09/2020




Inquiry #24: Addendum 5 adjusted bid item 43, Hot Mix Asphalt (Type A) to 8,340 Ton and added bid item 122, Remove Asphalt Concrete Pavement (SF). Confirm the that the removals required to construct bid item 43 will be paid for in bid item 122. Confirm that purpose of bid item 122 is to pay for the remove of .25 of existing asphalt per the layout drawings and for the sole purpose of constructing .25 of HMA Type A, bid item 43.

Furthermore, if the removals required to construct bid item 43 are paid for in bid item 122, it appears the summary of qty's sheet Q9, are not correct. For example the layout plans sheet L6 shows to remove .25 of existing asphalt pavement and construct .25 HMA Type A along the shoulder of Rte 134. Sheet Q9 reports that the remove asphalt concrete pavement area is 27,003 SF, and the Hot Mix Asphalt (Type A) qty is 182.3 ton. Since the proposed section is .25, the theoretical tons of asphalt required to replace 27,003 SF of removed asphalt surface is about 500 tons when using a conversion factor of ~150lbs/CF. Either the State has over estimated the area of existing asphalt removals or the State has under estimated the tons of asphalt required. Advise as to what qty is correct, and revised sheet Q9 to reflect the correct quantities.

Inquiry submitted 01/10/2020

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 01/10/2020




Inquiry #25: Addendum 5 added a bid item for temporary traffic stripe (paint), item 119. During construction, temporary striping will be required for various scopes including but not limited to when performing the grinding of the existing concrete pavement, item 54. Will bid item 119 cover the temporary striping required for the project including temporary striping related to item 54?
Inquiry submitted 01/10/2020

Response #1:Yes, Bid Item 119 will cover the temporary striping required for the project including temporary striping related to item 54.
Response posted 01/10/2020




Inquiry #26: Sheet Q11, was added by Addendum 5 and the qty of bid item 54 was reduced (grind existing concrete pavement). It is hard to tell when comparing the Individual slab replacement scope (sheet Q10) with the grind existing concrete pavement scope (sheet Q11), if all of the area of the freeway where individual slab replacement occurs will also be ground. The location index used for sheet Q10 and Sheet Q11 are not the same.

Can the State confirm that in all areas where individual panel replacements will occur, the Contractor will also be required to grind the existing concrete freeway and be paid for such grinding under bid item 54.

Can the State confirm that area of grinding over the newly constructed individual slabs will also be paid for in bid item 54?

Confirm that item 54 will cover the grinding of existing pavement and the grinding of the newly constructed individual slabs.






Inquiry submitted 01/10/2020

Response #1:Yes, the grinding cost estimate includes the existing and the newly replaced slabs areas.
Response posted 01/13/2020




Inquiry #27: Addendum 5 added storm drain scope (drainage system No. 3), and bid item 123 & 124 where added to the bid item list. Please address the following questions associated with the added drainage scope:

1) In what item will the Type L-2 Concrete Collars be paid (shown on sheet DP1 and DD1)?

2) What are the working hours for this scope of work. Sheet TH-13 & TH14 show surface mounted channelizers, k-rail, and temporary crash cushions which is not typical of a nightly closure.

3) Is temporary striping required along with the surface mounted channelizers and if so, how will the temporary striping and the removals of the temporary striping be paid?

Inquiry submitted 01/10/2020

Response #1:Please refer to Addendum #9, dated February 4, 2020.
Response posted 01/13/2020




Inquiry #28: Regarding the concrete color for bid item 74 Minor Concrete (Stamped concrete)
We have been advised by our concrete supplier that the AMS Standard Color for Type E, F and G requires the use of white cement in the concrete mix. White cement is very expensive and will greatly increase the cost of this item. In our experience, we have never encountered white cement for this kind of work on Cal-trans projects. Is it the intent of the state to use a white cement concrete mix for this project? Will the state consider issuing changes to the color for types E, F and G in order to cut cost?

Thank you


Inquiry submitted 01/13/2020

Response #1:Our cost estimate is sufficient to cover these items of work.
Response posted 01/14/2020




Inquiry #29: Regarding the Removal of Existing Asphalt Concrete Pavement, item 122 and cold plane asphalt concrete pavement item 49, the typical section sheets X1 to X5 do not show any barriers, retaining walls, sound walls, or structures adjacent to the limits of the proposed HMA and RHMA pavements. For both item 122 and item 49, if we are working adjacent to a barrier, retaining wall, sound wall, or structure, please confirm that the limit of removal will be one foot away from such barrier, wall or structure. Because of the limited working hours, item 122 and 49 are typically performed by medium to large size milling machines, and these machines are not able to remove pavement directly adjacent to a barrier, wall or structure.


Inquiry submitted 01/14/2020

Response #1:The limit of removal will be 3 inches away from such barrier, wall or structure.
Response posted 01/14/2020




Inquiry #30: Confirm that for bidding purposes the Contractor can assume that all asphalt removals widths are large enough to accommodate a milling maching with a 4' drum. With the exception of the 2' areas identified on sheet X3, Proposed Note 5. .17 Remove AC Pavement, and .17 HMA.

This assumption would be consistent with what has been represented in the Typical Cross Sections.


Inquiry submitted 01/14/2020

Response #1:Remove and replace AC pavement on all locations as shown in the plans.
Response posted 01/14/2020




Inquiry #31: Bidder's inquiry # 2, points out the discrepancy between the quantity shown on sheet Q10 for Remove Concrete Pavement and Base, and Bid Item 53, Remove Concrete Pavement and Base.

Will the removals required to construct the Individual Slab Replacement (IRS (RSC)), and the Lean Concrete Base (LCB (RS)) be paid for in item 53, as represented on Sheet Q10 of the Contract Documents? If so, why has the State not addressed the clear quantity discrepancy?

If item 53 does not cover the removals required for the IRS (RSC) and LCB (RS) item, then sheet Q10 should be corrected to avoid a potential unfair bid advantage and/or potential claim, and can the State explain what scope of work is associated with bid item 53?

Inquiry submitted 01/14/2020

Response #1:Item No. 53 is referring to WB Buena Vista Blvd off ramp, removal of concrete shoulder, LCB and part of retaining wall. The individual slab replacement may not need the removal and replacement of LCB. That will be determined by the Engineer during construction. The quantities from
Q-10 have been corrected.
Response posted 01/14/2020




Inquiry #32: Regarding Bid item 57, Structural Concrete Approach Slab (Type R).
The lane closure tables that correspond to this item of work do. to allow time to remove and replace of approach slabs during the same work shift with conventional concrete. This item is typically done with RSC. Bid item 57 needs to be revised to specify the use of RSC and avoid any potential claims.

Inquiry submitted 01/15/2020

Response #1:RSC can be used as an option for the approach slab. Refer to paragraph 1 of section 51-5.02C of the Standard Specifications.
Response posted 01/15/2020




Inquiry #33: Please confirm the material for item 112 "Contrast Stripe Thermoplastic". Is this to be black thermoplastic or black paint?
Inquiry submitted 02/17/2020

Response #1:Black thermoplastic, Item Code 847198: Contrast Stripe Thermoplastic
Response posted 02/18/2020


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.