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 07-316004

Submit new inquiry for this project


Inquiry #1: We would like to request that the CAD drawing files (surface data, OG data, cross sections, line work for edge of pavement, staging limits, removals, etc.) be made available as soon as possible to assist in our quantity takeoff efforts.

Inquiry submitted 03/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 03/25/2022


Response #2:Please find the attached electronic data in here.
--->Download<---

Response posted 04/19/2022


Response #3:Please refer to Addendum #3 issued on Aug 8, 2022.
Response posted 08/16/2022




Inquiry #2: Reference Special Provisions Section 83-4.06B. This section lists a quoted price for the Crash Cushion (type SCI-100GM) that is firm for orders placed before 06-11-2021. Please update the quote to reflect current pricing.

Inquiry submitted 03/31/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/01/2022


Response #2:The revised date is 04/11/2022 and expiration date is extended to 10/11/2022.

Response posted 08/12/2022




Inquiry #3: Please review the engineer's quantities for Roadway Excavation and Remove Concrete Pavement and Base.
Inquiry submitted 03/31/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/01/2022


Response #2:"Remove Concrete Pavement and Base” replaced with ""Remove Concrete Pavement"" and estimate addressed accordingly.
The Roadway Excavation Quantity is correct. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #4: Reference plan sheets 274 and 275. Section N-N and section N1-N1 on these plan sheets do not correspond with the plan view on these sheets. Please clarify whether the plan view or the section view is correct.

Inquiry submitted 04/04/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/05/2022


Response #2:Work area has been hatched and comment addressed accordingly on SC 72 and SC 73 and match proposed work area. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #5: Reference plan sheet 6 (Layout Sheet L-1). The beginning of structural section 1 in the north bound direction shows "LA 14" 3203+90.00. This beginning station appears incorrect and does not match the beginning station shown on plan sheet 2 (Typical Cross Sections X-1). Please confirm the correct beginning station.

Inquiry submitted 04/06/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2022


Response #2:The station has been corrected and comment addressed accordignly on L-1. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #6: Reference plan sheet 6 (Layout Sheet L-1). As one example, the plans for the North Bound direction from approximately Sta. 3203+23.90 to Sta. 3207+80 indicate that there is an existing guardrail along the outside shoulder. After a field visit, it is confirmed that there is an existing guardrail, vegetation control (minor concrete), and existing asphalt dike in this location. We will assume that the removal and replacement of the existing dike, guardrail, and vegetation control (minor concrete) needed in order to construct the required 2.15' thick structural section 1A in all locations within the project will be paid as extra work unless instructed otherwise via addendum. This situation occurs in many other locations on the project and should be addressed.

Inquiry submitted 04/06/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2022


Response #2:Plans and quantities has been updated to address the constructability issues. Conflicting MBGR locations have been replaced with MGS, dikes, vegetation control, anchor blocks and quantities related to these changes have been addressed accordingly. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #7: Reference bid item 62 - (F)-Minor Concrete and plan sheet 698. The summary of quantities table at the bottom of plan sheet 698 calls out "minor concrete (footing)". Please provide details and locations of this work so that quantities for this "final pay" bid item can be calculated and confirmed.

Inquiry submitted 04/06/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2022


Response #2:Minor concrete on the plan sheet 698 is paid for footing of roadside sign (metal post).
Location: Metal (roadside sign) is called out on Sign Plans
Details: RSP RS5
Response posted 04/18/2022




Inquiry #8: Reference Special Provisions Section 14-11.11C on page 113. This section indicates that Type C1 excavation material containing arsenic exists on the project. Please provide a bid item and estimated quantity for the handling and disposal of this material.

Inquiry submitted 04/06/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2022


Response #2:The item quantity has been estimated and paid under the removal and installment of overhead signs in the area.
Response posted 08/16/2022




Inquiry #9: On Plan Sh. SC-106, work area hatching does not match Section Y-Y. Please clarify which is correct.
Inquiry submitted 04/07/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/08/2022


Response #2:The proposed work area has been hatched to reflect work area and shown on SC-106. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #10: On Plan Sh. SC-118, the work area on SB Rte 14 does not have a beginning and end stations. Please provide beginning and ending stations for this area. Also, the work area doesn't seem to be behind K-Rail, is that correct?
Inquiry submitted 04/07/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/08/2022


Response #2:There is no work on this location and no K-Rail is needed. Hatched area has been removed from SB direction on SC-118 and reflects the layout plan. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #11: Reference plan sheets 240 and 384. On plan sheet 240, the STA (3690+85) listed for the beginning of the K-rail in the SB direction appears to be incorrect. Should read 3699+55 based on the plan view and stationing for the "LA 14" line. This stationing and quantity correction should then be made in the quantity table on plan sheet 384 for SC-38 SB direction.

Inquiry submitted 04/07/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/08/2022


Response #2:Stations and quantities have been corrected on SC-38 , SCQ-2, SCQ-3, SCQ-9. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #12: "This Contract includes requirements for usage of renewable diesel fuel for Contractor's in-use off-road diesel-fueled vehicles and equipment. See section 5-1.34."

Please provide section 5-1.34 on Renewable Diesel. In Addition, please check bid quantity, this usually matches the number of months for the project.

Inquiry submitted 04/08/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/08/2022


Response #2:Section 5-1.34 is already included in the Spec.
Response posted 08/16/2022




Inquiry #13: Reference plan sheets 274 and 275. The cross hatched "work area' in the NB direction shows the outside widening behind K Rail beginning at approximately STA 3219+60 in Stage 2 - Phase 1. The outside widening work in the NB direction from approximately STA 3203+40 to 3219+60 is not shown on any Traffic Handling plan sheets. Please provide details for when this work is to be completed. Similar issue for the SB outside widening from approximately STA 3203+78 to 3230+00.

Inquiry submitted 04/08/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/11/2022


Response #2:Proposed work areas for NB SC-72 and SB SC-126 directions have been shown on respective SC plans. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #14: Reference Special Provisions page 32, 6th paragraph. This paragraph states in part that "you may close one lane in each direction of travel…....for an extended period of time as shown on the Stage Construction and Traffic Handling Plans instead of the hours shown on chart nos. G1, G2, G5, and G6". We do not find the note regarding the extended closure period on the plans. Please provide.

Inquiry submitted 04/08/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/11/2022


Response #2:Stage Construction and Traffic Handling Plans SC-1 thru SC-34, SC-73 thru SC-102, and SC-105 thru SC-121 show Route 14 one (1 ) lane each direction closed behind temporary railing, type K. Also, Section 12.402C(1) of the Revised Standard Specs. and Special Provisions page 31, 3rd paragraph states, “Work that interferes with traffic is limited to hours when closures are allowed except for work shown on the stage construction and traffic handling plans.” (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #15: Reference Special Provisions page 28, paragraphs 6-8 regarding Type K temporary railing and the December 31, 2019 date. The Caltrans Memorandum dated December 30, 2020 states that "contractors may use portable concrete barriers (PCB's) contained in Caltrans Standard Plans for projects between December 31, 2019 and December 31, 2026". In addition, the Caltrans Memorandum dated December 9, 2019 states that "contractors may use temporary railing (Type K) or temporary railing (Type CT) for projects advertised before December 31, 2026. Neither memorandum states that the PCB's cannot be manufactured after December 31, 2019. Please remove the references to the December 31, 2019 manufacture date in the Special Provisions.

Inquiry submitted 04/08/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/11/2022


Response #2:Memorandum is not mandatory for this project. RTL date is not restricted to the Memo. It is optional. Build per plan.
Response posted 08/16/2022




Inquiry #16: Reference plan sheet 28 (L-23). A portion of the Ave. K NB Offset ramp is cross hatched as if it is intended to be cold planned and AC overlayed per structural section #4. On the other hand, there is not a #4 call out on the plan or quantities listed for cold plane and HMA in the Quantity Summary table on plan sheet 708. Please clarify whether this ramp is to be cold planned and overlayed.

Inquiry submitted 04/11/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:No work at this location under this project.
Response posted 08/16/2022




Inquiry #17: Reference plan sheet 709 (Q-11). The total quantity for Base Bond Breaker does not match the quantity on the Bid Item List (Bid Item No. 45). Please confirm which quantity is correct.

Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:The original estimate is correct. Quantity shown on Q-11 with amount of 478,776 and on Q-15 with the amount of 26,620 totaling 505,396 rounded up to 506,000 SQYD matches the BEES estimate.
Response posted 08/16/2022




Inquiry #18:
Reference plan sheet 46 (L-41). The roadway quantities for structural section 1 for sheet no. L-41 shown on quantity sheet Q-10 are approximately half of the takeoff quantities. Please review and correct the quantity summary or revise the structural section.

Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:Quantities have been recalculated and shown on Q-10 and Q-11. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #19: Reference plan sheets 6-38 (L-1 to L-33). The LCB-RS quantities reflected on quantity summary sheets Q-9 and Q-10 for the referenced layout sheets appear to use a thickness other than 0.35' for the LCB-RS. Please review and correct the quantity summary or revise the structural section detail.

Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:No location used other than 0.35’ thickness of LCB-RS. All structural sections have the same thickness through out. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #20: Please clarify the intent of the column titled "Joint Seal (N)" shown on plan sheets 707 and 709 and the column titled "Joint Seal (Silicone) (N)" shown on plan sheet 708. The quantities shown in the Joint Seal columns for the various L sheets in general appear to match what would be the Longitudinal Isolation Joint (LF) quantity between the existing concrete paving and the new concrete paving. Typically there is a bid item for Isolation Joint Seal if it is required. Please confirm if Isolation Joint Sealing is required and whether it is considered incidental to the concrete paving bid item or whether an Isolation Joint Seal bid item will be added.

Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:The word “silicon" has been removed from the Q-10 sheet. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #21: Some recent Caltrans projects have eliminated the widening and sealing of the contraction joints in the new concrete pavement. We will assume that because there is not a Joint Seal bid item (Item Code 414200, 414201, or 414202) the contraction joints for the concrete paving will not be widened and sealed on this project. If it is the intent to widen and seal the contraction joints, please define whether the seal is to be Asphalt Rubber, Silicone, or Preformed Compression and clarify whether a bid item will be added for this work or whether the widening and sealing of the contraction joints is to be considered incidental to the concrete paving bid item.

Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:Item Code that are referenced in the question referencing Section 41 as existing concrete pavement, scope of work for replacement individual slab replacement (ISR) would not needed to be sealed as reference Standard Plans P8, P10. For JPCP Lane replacement under Item code under Section 40 is full compensated scope, include (N) as no separate pay item Qty calculated in the quantity sheet are for information only as is indicated to be included in the Pay Item JPCP, Sealant selection for this project is Silicon, therefor there is no separate pay item as it is included in the pay item for JPCP Per CY, Standard Plan referenced, P1, P2, P3A, P3B. For Sealant details as no separate pay item is referenced P18 and P20. No separate pay item for that work. For locations and detail of Contractions joints detail and locations, this depends on means and methods for Contractor operations. Please bid per Contract documents.
Response posted 08/16/2022




Inquiry #22: Reference plan sheet 42 (L-37). On the NB Off Ramp Ave "H" at approximately STA 691+00, there is a call out for Structural Section 1. We believe that it is intended to be Structural Section 4. Please confirm the correct Structural Section for this location.

Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:Should say “Type 4”, comment addressed on L-37. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #23: Referencing the DBE goal of 23%...

Question - How did the Engineer determine this %...?

Using the EE Cost of $120 Million, DBE = $27.6 million.

Question - Can the Engineer provided the scope of work(s) / the bid item(s) that helped determined and create the 23% goal?

Question - Is this just a goal to supported with good faith effort or a real requirement?

Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/12/2022


Response #2:Using the EE Cost of $120 Million, DBE = $27.6 million.
A 23% goal determination was made on what work may potentially be subbed out to DBEs. A review of ALL the bid items on this contract was performed and compared to DBE firms certified in the CUCP that could perform those work items and indicted an interest to work in the district that this project is in. As always, bidders are required to select as many portions of work to be performed by DBEs as possible, in order to increase the likelihood that the DBE goals being achieved. This includes, where appropriate, breaking out contract work items into economically feasible units (for example, smaller tasks or quantities), to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces.

Please refer to the contract documents, special provisions, and Standard Specifications 2-1.12 for the DBE requirements on this contract. You may find 49 CFR Appendix A to Part 26 I. DBE Regulation on Guidance Concerning Good Faith Effort helpful.
Response posted 04/26/2022




Inquiry #24: Bid Item 10: Traffic Cone has a bid quantity of 240 EA. Sheet SCQ-9 shows that the grand total between all stages is 235 EA with all occurring in Stage 2 Phase 2. Sheet SCQ-7 shows that the total for Stage 2 Phase 2 is 104 EA, while Sheet SCQ-8 shows the total for Stage 2 Phase 3 to be 2544 EA. Please confirm what the true bid item quantity is and provide revised traffic handling and stage construction plans and quantity sheets.
Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/13/2022


Response #2:Work on stage 2 phase 3 is performed during night, traffic cones quantities for this stage and phase have been removed and recalculated, shown on SCQ-7, SCQ-8 and SCQ-9. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #25: Quantity sheet Q-11 indicates Joint Seal is not a separate bid item, please clarify what bid item it is to be paid under.
Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/13/2022


Response #2:Same as Q#21.
Response posted 08/16/2022




Inquiry #26: Bid Item 18: Temporary Crash Cushion Module has a bid quantity of 400 EA. On Sheet SCQ-4 the total for Stage 1 Phase 1 reads a total of 84 EA, while SCQ-9 reads 98 EA for Stage 1 Phase 1 Total. Sheet SC-83 has 14 EA shown on the plans for Stage 2 Phase 1 but this quantity is not shown on Sheet SCQ-5 for Stage 2 Phase 1 Total. In addition to Stage 2 Phase 1, the subtotal on Sheet SCQ-6 is an incorrect sum of the sheet totals. On Sheet SCQ-7 for Stage 2 Phase 2 there are multiple plan sheets that show modules that are not included on this quantity Sheet. There are 14EA/Sheet listed here that are shown on the plans but not quantified on Sheet SCQ-7: SC-111, SC-113, SC-114, SC-118, SC-122, SC-123, SC-125. Please provide revised stage construction plans and/or quantity sheets to accurately reflect each other.
Inquiry submitted 04/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/13/2022


Response #2:All quantity items have been identified and included in SCQ-9. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #27: The following areas are shown to have work on the layout sheets but are not referenced in the staging plans, please advise:
- NB ML STA 3203+90.00 to STA 3219+57.00
- NB ML STA 3674+00.00 to STA 3707+00.00
- NB ML STA 3778+80.00 to STA 3817+10.00
- SB ML STA 3203+78.73 to STA 3218+00.00
- SB ML STA 3511+50.00 to STA 3526+50.00
- SB ML STA 3533+00.00 to STA 3543+00.00
- SB ML/Ave J Off-Ramp STA 3586+92.68 to STA 3601+00.00
- SB ML STA 3672+80.00 to 3706+75.00
- SB ML STA 3778+80.00 to STA 3817+10.00

Inquiry submitted 04/13/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/13/2022


Response #2:A) Same as Q#13, comment has been addressed on SC-72, B) Work on layout plans matches work shown on staging plans on SC-135, SC-136, and SC-137, C) Work on layout plans matches work shown on staging plans on SC-144, SC-145 and SC-146, D) Work on layout plans matches work shown on staging plans on Q13 SC-126, E) Work on layout plans matches work shown on staging plans on SC-96 and SC-97, F) Work on layout plans matches work shown on staging plans on SC-130a and SC-130b (newly added pages) G) No work on this stage H) Work on layout plans matches work shown on staging plans on SC-135, SC-136 and SC-137 I) Work on layout plans matches work shown on staging plans on SC-144, SC-145, SC-146. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #28: SC-138 (Stage 2 Phase 3) shows K-Rail between ~STA 3246+50 to STA 3261+50.00; please advise if this is correct or in error?
Inquiry submitted 04/13/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/13/2022


Response #2:This comment should refer to SC-128 not SC-138. Since this is a night work, no K-rail is needed and comment has been addressed on SC-128. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #29: Reference SC-72, Section N-N and SC-73, Section N1-N1; please provide the correct cross section for the stage.
Inquiry submitted 04/13/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/13/2022


Response #2:Same as Q#4 and Q#13 (Refer to answer given for Q4 and Q13)
Response posted 08/16/2022




Inquiry #30: Will Caltrans look to split the JPCP-RSC item into two separate items, one being JPCP-RSC for concrete not being removed and placed behind K-Rail, and another new bid item JPCP for the concrete that is being removed and placed behind K-Rail?
Inquiry submitted 04/13/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/13/2022


Response #2:JPCP-RSC structural section has been replace with JPCP. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #31: Reference plan sheets 392-402 (DE-1 to De-11). Each of these plan sheets has a note that reads "See Sheet DE-12 thru DE-16 for sign details". We do not find plan sheets DE-12 thru DE-16. Please provide these missing plan sheets.

Inquiry submitted 04/14/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/15/2022


Response #2:The Detour Plans (DE-1 to DE-12) should say, " SEE SHEET DQ-1 THRU SHEET DQ-5 FOR SIGN DETAILS". Changes addressed accordingly on TH plan sheets from DQ-1 to DQ-5. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #32: Reference the following plan sheets and STA: L-3 - STA 3235+50.00 to 3237+65.70.00; L-4 - STA 3247+67.25 to 3250+00.00; L-5 - STA 3255+80.00 to 3258+51.52; L-5 - STA 3260+50.00 to 3263+00.00; L-6 - STA 3275+00.00 to 3276+90.60; L-6 - STA 3278+41.98 to 3281+00.00; L-24 - STA 3518+00.00 to 3520+00.00; L-24 -STA 3522+06.37 to 3525+00.00; L-26 - STA 3551+00.00 to 3553+25.16; L-29 - STA 3580+00.00 to 3584+67.65; L-29 - STA 3586+68.34 to 3590+00.00; L-31 - STA 3609+00.00 to 3611+37.45; L-31 - 3613+25.55 to 3615+00.00; L-33 - STA 3636+00.00 to 3637+91.20; L-33 - 3639+96.50 to 3642+00.00. The proposed structural section at the inside shoulder cannot be constructed due to the existing guardrail, please advise.
Inquiry submitted 04/15/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/15/2022


Response #2:Same as Q#6.
Response posted 08/16/2022




Inquiry #33: Sheet SC-10 mentions Stage 2 Phase 1 however the SC-9 and SC-11 all have the same staging. Is this an clerical error or should the contractor wait to perform this work during stage 2?

Please advise.

Inquiry submitted 04/17/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/18/2022


Response #2:Comment addressed as "Stage 1 Phase 1". (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #34: Bid Item 67- 560218 Furnish Sign Structure (Truss) - Are walkways required for these overhead signs? Standards drawings still detail out and reference walkways but a directive by Caltrans was released deleting walkways from sign structures for most projects. We also noticed there are bid items for removing walkways on existing sign structures which would indicate they are not wanted however this is not noted anywhere for the new structures.

Inquiry submitted 04/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/18/2022


Response #2:Walkways are not required for overhead sign structures.
Response posted 08/16/2022




Inquiry #35: Layout sheets show a standard lane width at 12’ however the X-section shows the lane width at 13’ per Sheet X-1.

Which sheet will take precedence? Please advise at your convenience.

Inquiry submitted 04/20/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/22/2022


Response #2:Use cross section plan to construct the new structural sections. Cross sections show the slab width not the lane width.
Response posted 08/16/2022




Inquiry #36: Please review plan sheets SCQ-1 thru SCQ-9. Many of the quantities by stage on plan sheets SCQ-1 thru SCQ-8 do not match the quantities in the summary table shown on plan sheet SCQ-9 which then affects many of the quantities in the bid item list. Please confirm which quantities are correct.

Inquiry submitted 04/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/22/2022


Response #2:Quantities have been corrected and addressed accordingly. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #37:
Please provide the reasoning for the use of JPCP(RSC) and LCB Rapid Setting in areas of work that are shown to be constructed behind Temporary K-Rail. Are there interim milestones that are not identified in the plans and specifications that must be meet?

Inquiry submitted 04/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/22/2022


Response #2:Same as answer Q#30.
Response posted 08/16/2022




Inquiry #38: Please provide an estimated time frame that the many unanswered inquiry's (32 of 34 unanswered to date) will be answered. If the answers are not provided by around April 27, do you anticipate a bid date postponement?

Inquiry submitted 04/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/22/2022


Response #2:All Bidder Inquiries have been addressed/answered.
Response posted 08/16/2022




Inquiry #39: The bid item descriptions for Items 44 and 54 both use RSC. Why is rapid set concrete needed for work constructed behind K-rail? Please provide bid items for the normal LCB and normal JPCP work constructed behind K-rail.
Inquiry submitted 04/22/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/22/2022


Response #2:Same as answer Q#30.
Response posted 08/16/2022




Inquiry #40: The bid item descriptions for Items 44 and 54 both use RSC. Why is rapid set concrete needed for work constructed behind K-rail? Please provide bid items for the normal LCB and normal JPCP work constructed behind K-rail.
Inquiry submitted 04/22/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/22/2022




Inquiry #41: When can we expect answers to the numerous unanswered bidder inquiries?
Inquiry submitted 04/22/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/22/2022


Response #2:All Bidder Inquiries have been addressed/answered.
Response posted 08/16/2022




Inquiry #42: Bid Item 11: Type lll Barricade has a bid quantity of 84 EA. Sheet SCQ-6 shows a total of 21 EA for Stage 2 Phase 1, while Sheet SCQ-9 shows a total of 33 EA in that stage. Additionally in Stage 2 Phase 1, there are Type lll Barricades called out on the listed Sheets that are not included on SCQ-5 or SCQ-6: SC-98, SC-100. Barricades shown on Sheets SC-87 and SC-88 are doubled counted on Sheet SCQ-5 as the same area is shown on both plan sheets. Sheet SCQ-7 shows a total of 37 EA for Stage 2 Phase 2, while Sheet SCQ-9 shows a total of 51 EA in that stage. Additionally in Stage 2 Phase 2, Sheet SC-120 reflects 10 EA while SCQ-7 a count of 9EA. Sheet SCQ-7 also shows a count of 12EA on SC-124, but this plan sheet does not indicate any Type lll Barriers.
Inquiry submitted 04/23/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/25/2022


Response #2:
Response posted 04/25/2022


Response #3:Quantities have been corrected and addressed accordingly. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #43: Bid Item 37 - Shoulder Backing: please confirm the thickness of the shoulder backing.
Inquiry submitted 04/23/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/25/2022


Response #2:Shoulder backing thickness is 0.5' and shown on X-1. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #44: With the size and scope of this project, the amount of unanswered questions, and the coordination needed with subcontractors, suppliers, and DBE participants, we would like to request a minimum 2 week bid date postponement.
Inquiry submitted 04/25/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/25/2022


Response #2:All questions have been addressed.
Response posted 08/16/2022




Inquiry #45: Reference plan sheets L-3, L-4, & L-27. Plans call out to Salvage Bid Item #125 (Guardrail Steel Post) and replace with Bid Item #115 (MGS Steel Post) . Thrie Beam Barrier is currently installed in these locations. Is it the intent to replace Thrie Beam Barrier with MGS Steel Post? Please review and advise.
Inquiry submitted 04/25/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/25/2022


Response #2:Same as Q#6.

Response posted 08/16/2022




Inquiry #46: Reference Plan Sheets Construction Details: C-7 & C-8. Is it the intent to install guardrail 1'-0" from fixed objects, or can MGS be installed 3'-0" from fixed object (eliminating fixed object detail)?
Inquiry submitted 04/25/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/25/2022


Response #2:Construction details shown on this page is correct. Construct per plan.
Response posted 08/16/2022




Inquiry #47:
Reference page 27 of the Special Provisions, Section 8 - Prosecution and Progress and the submittals that the Department requires prior to starting job site activities. Items 1 and 2 make reference to a "contractor supplied biologist" and item 6 references a "natural resource protection plan". Please confirm whether these items are required. If they are, please provide bid items and detailed specifications for this work.

Inquiry submitted 04/25/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/26/2022


Response #2:Contractor does not need to supply a Biologist or a Natural Resource Protection Plan. These items should be deleted from the Special Provisions. (Refer to Addendum #3 issued on Aug 8, 2022)

Response posted 08/16/2022




Inquiry #48: For Bid Item 37, please provide locations of where Shoulder Backing is required? Also, please provide a detail (thickness/ width).
Inquiry submitted 04/26/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/26/2022


Response #2:Same as Q#43.

Response posted 08/16/2022




Inquiry #49: Due to the number of unanswered questions we would like to request a minimum two week extension of bid date to provide proper time for subcontractors and vendors to provide competitive pricing.
Inquiry submitted 04/26/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/26/2022


Response #2:All answers have been addressed.
Response posted 08/16/2022




Inquiry #50: Reference SC-73.... Section N1-N1, does not reflect the plan view...

Issue corrected drawings... ASAP


Inquiry submitted 04/26/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/27/2022


Response #2:Same as Q#4.
Response posted 08/16/2022




Inquiry #51: Reference SC-81... Section P-P

The Engineer fails to allow "tracking" surface next to K-rail (adjacent to new work zone). Pls utilize the new median construction from stage 1... and push lanes over to allow 1 ft Buffers from ETW to K-rail and another 1 ft buffer to the work zone in Stage 2 - 1

Inquiry submitted 04/26/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/27/2022


Response #2:A minimum of 0.5' buffer width has been provided for stage 1 phase 1 work area. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #52: Sheet SC-126... Stg 2-3...

Logically Stages 1-1 thru 2-1 utilizes K-rail; which could the allow the use of normal JCPC placement.

Stage 2-3 fails to continue to utilizing the same methodical process... and creates the need to use RSC-JCPC.

Why would the Engineer fail to continue to use the economical process of Stages 1-1 thru 2-1?

Make the NB/SB median in stage 1 wider... and save money.

Inquiry submitted 04/26/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/27/2022


Response #2:Same as answer Q#30.

Response posted 08/16/2022




Inquiry #53: _Please provide the following bid items:
1. Rain Action Event Plan
2. Storm Water Sampling and Analysis Day

Inquiry submitted 05/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/24/2022


Response #2:Item #130310 and 130320 have been added to BEES estimate. (Refer to Addendum #3 issued on Aug 8, 2022)
Response posted 08/16/2022




Inquiry #54: We assume an addendum of significant size will be issued for this project that may change the scope of this project pretty heavily. Does Caltrans have an anticipated timeframe for when the next addendum may be issued?
Inquiry submitted 06/17/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 06/17/2022


Response #2:Revised addendum date is on 08/08/2022

Response posted 08/16/2022




Inquiry #55: The last addendum pushed the bid date to 8/4. This is now within Caltrans typical 6-week bid period. Please confirm if the 8/4 bid date will hold as contractors will start committing resources to support this bid accordingly.


Inquiry submitted 06/22/2022

Response #1:Hello, per Caltrans Contractor’s Corner site; Bids Open 08/04/2022. Thanks
Response posted 06/23/2022


Response #2:The bid date is September 8, 2022.
Response posted 08/16/2022




Inquiry #56: Thank you for your response to Inquiry No. 55 regarding the bid date. Can you provide an estimated date of when the 51 out of 55 unanswered Inquires for this project will be answered?
Inquiry submitted 06/27/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 06/27/2022


Response #2:All Bidder Inquiries Q1-Q54 have been addressed.
Response posted 08/16/2022




Inquiry #57: _Please provide payment adjustments for price index fluctuations for materials not listed in section 9-1.07 such as cement, concrete, fuel and reinforcing steel.
Inquiry submitted 08/11/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/12/2022


Response #2:Payment adjustment for Price Index Fluctuations is calculated under supplemental item list.
Response posted 08/16/2022




Inquiry #58: _Who will be the generator of existing hazardous waste?
Inquiry submitted 08/11/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/12/2022


Response #2:All information about Hazardous Waste can be found under Hazardous Waste Handout.
Response posted 08/16/2022




Inquiry #59: _Clarify if the Contractor is indemnified from losses due to pre-existing hazmat and compensation will be covered under a change order?
Inquiry submitted 08/11/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/12/2022


Response #2:Everything should be covered by the provided specs.
Response posted 09/06/2022




Inquiry #60: Addendum #3 deleted item 54 Jointed Plain Concrete Pavement(JPCP) (RSC) and has now called it Item 150 Jointed Plain Concrete Pavement. Caltrans left Item 44 as Lean Concrete Base(RSC). The revised plans issued with addendum #3 moved the temporary Barrier 1' from stations +/- 3203+43 to 3700+00, but did not add rail from roughly 3700+00 to the north end of the job 4062.80. As this section is not behind rail and opened to traffic daily, how is this area not JPCP RSC?
Additionally, Item 44 LCB RSC should be normal LCB from the beginning of the job to stations 3700+00.
Please confirm.

Inquiry submitted 08/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/12/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #61: We appreciate the CAD file of the Existing Ground Topography that was provided in Addendum No. 3. Please provide the CAD file with the Alignment and Stationing as well.

Inquiry submitted 08/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/12/2022


Response #2:Please refer to bidder inquiry #1.
Response posted 09/26/2022




Inquiry #62: Section 1 of the structural section shows LCB-RS under JPCP. Why would there be a need for LCB-RS if this section can be constructed with regular LCB? Please advise.
Inquiry submitted 08/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/12/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #63: Reference Addendum 3 - Plan Sheet 2 (X-1). Typical structural section 1A calls for JPCP-RSC. What is the reason for this section to be JPCP-RSC when the adjacent structural section 1 calls for JPCP. In addition, bid item 54 - JPCP-RSC was deleted in Addendum 3. Please clarify whether Structural Section 1A requires JPCP-RSC.

Inquiry submitted 08/16/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/16/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #64: Please specify the requirements for the LCB-RS. There is no specifications for the LCB-RS in the project special provisions nor in the Caltrans Standard Specifications.
Inquiry submitted 08/17/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/17/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #65: Reference Special Provisions Section 12-4.02C(3)(a), "You may close the ramps for an extended period of time of 100 calendar days as shown on the stage construction and traffic handling plans instead of the hours shown on chart nos. J1-J60." Addendum 3 deleted JPCP-RSC but did not address the detours required for the various ramp transitions to be completed under JPCP, please advise.
Inquiry submitted 08/17/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/17/2022


Response #2:RSC will be used. Long-term ramp closures will not be required. Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022


Response #3:
Response posted 11/07/2022




Inquiry #66: Construction Details C-7 & C-8 shows about 50 LF of Double MGS (Wood Post) per location. Please provide pay item for Double MGS (Wood Post). Thanks
Inquiry submitted 08/17/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/17/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #67: Drainage Detail DD-7 includes a detail for the 10' concrete transition from Type B drain to Type A drain. However, there are no dimensions provided for Type A drain. Please advise regarding dimensions of Type A drain.
Inquiry submitted 08/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/18/2022


Response #2:Please bid per contract documents.
Response posted 09/26/2022




Inquiry #68: On Sheet Q-15, Lower table for the Individual Slab Replacement (RSC), the locations stated for post mile markers R69.0 to R60.7 are incorrect. Please revise, and push the bid two weeks so an accurate price can be submitted for this project.

Inquiry submitted 08/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/18/2022


Response #2:Please bid per contract documents.
Response posted 09/26/2022




Inquiry #69: Reguarding Minor Concrete (Vegetation control), the summary of quantities calls out various areas that aren't illustrated/called out in the sheet number it references. (I.e Sheet Location 1 L-2 NB) Please advise.


Inquiry submitted 08/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/18/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #70: "The following identifies ""End Remove AC Pvmt"" without a ""Beg Remove AC Pvmt"" station on:
Sheet L-20 Station SB On Loop Ave L 67+11.50
Sheet L-40 Station 3740+68.24
Sheet L-42 Station 752+36.25
Please identify the location/station of ""Beg Remove AC Pvmt""."

Inquiry submitted 08/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/18/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #71: Reference Addendum 3 new bid item 151 - Remove Concrete Pavement - 211,000 CY and revised quantity sheets Q-9 to Q-11. The revised quantity sheets show Remove Concrete Pavement as 210,432 SY. Please confirm whether the unit of measure for bid item 151 should be CY or SY.

Inquiry submitted 08/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/18/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #72: We would like to request an immediate bid date postponement so that Caltrans can review and redesign the traffic handling in order to be able to construct the work in the currently unconstructable design as issued in Addendum 3.

Inquiry submitted 08/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/18/2022


Response #2:The new bid date is Nov 10, 2022.
Response posted 09/26/2022




Inquiry #73: Where is the isolatioin joint (quantities shown on Q-9 thru Q-11) to be paid? If no bid item is to be added, should this be incidental to the JPCP item? Please advise.
Inquiry submitted 08/19/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/19/2022


Response #2:Please refer to bidder inquiry #21.
Response posted 09/26/2022




Inquiry #74: Construction Details C-1 through C-5 include details for concrete anchor blocks. However, some locations (for example, locations 10 and 25) are called out in the summary of quantities to have anchor blocks, but are not included in the construction details. In addition, other locations (such as location 12) are detailed in the construction details but do not have any minor concrete (minor structure) per the summary of quantities, or are not included in the summary of quantities (such as location 69). Please advise.

Inquiry submitted 08/19/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/19/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #75: The roadway quantities listed on sheet Q-11 for LCB-RS is significantly more than what is listed and more than what our take-offs show. Please review and correct the quantity summary.
Inquiry submitted 08/19/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/19/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #76: Has Caltrans given any consideration to the amount of water that will be necessary to complete the diamond grinding process? Due to the current water availability crisis, standard procedure of hauling grinding slurry to an approved disposal site will result in considerable water usage during a time when conservation is being requested. An on-site separation system will allow for the water to be mechanically separated and re-used during the grinding process, vastly reducing the strain on the local water system to support the project. Will Caltrans consider requiring an on-site separation system for the diamond grinding slurry on this project?
Inquiry submitted 08/22/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/22/2022


Response #2:Please bid per contract documents.
Response posted 11/09/2022


Response #3:Please bid per contract documents.
Response posted 11/09/2022




Inquiry #77: _Please provide the X-Sections for the project.
Inquiry submitted 08/22/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/22/2022


Response #2:No X-section will be generated for pavement project.
Response posted 09/26/2022




Inquiry #78: _Will the Contractor be compensated for Force Major Events in the event of Delays? If so with time and/or associated cost?
Inquiry submitted 08/22/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/22/2022


Response #2:Contractor compensation for delay are according to Standard Specification.
Response posted 09/26/2022




Inquiry #79: _Will the Contractor be compensated for Force Major Events in the event of Delays? If so with time and/or associated cost?
Inquiry submitted 08/22/2022

Response #1:Please refer to bidder inquiry #78.
Response posted 08/22/2022




Inquiry #80: There are several PCMS Signs on the Detour plans however there is no bid item for them or any mention in the special provisions as to where they are paid. Please Clarify.

Inquiry submitted 08/23/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/23/2022


Response #2:PCMSs shown on the Detour plans should be paid for as part of TRAFFIC CONTROL SYSTEM, LUMP SUM.
Response posted 09/26/2022




Inquiry #81: There are no call-outs as to where and what Stages the Portable Radar Feedback Sign are located. For Bid Item 14 -" Portable Radar Feedback Sign System Day" we are unable to determine how many Temporary Radar Feedback Signs will be needed. Please Clarify.

Inquiry submitted 08/23/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/23/2022


Response #2:Per Project Special Provisions page 104, it states 24/7 Speed Reduction during stages where there is a reduction in number of lanes (from 3 to 2), lane widths of 11 feet, and temporary barrier adjacent to traffic with no shoulders from Ave P-8 to Ave I. Also, 24/7 Speed Reduction during stages where there is a reduction of lane width to 11 feet and temporary barrier adjacent to traffic with no shoulders from Ave I to Ave A.
Response posted 09/26/2022




Inquiry #82: Per the response to Inquiry #7, RSP RS5 is to be used to calculate minor concrete used for roadside sign (metal post) footing. While the detail provides embedment depth, it does not indicate the footing width or the depth of gravel. Please advise.
Inquiry submitted 08/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/24/2022


Response #2:The entire depth of footing roadside sign (metal post) is paid under Minor concrete item that is minor concrete miscellaneous construction.
Response posted 09/26/2022




Inquiry #83: Per the response to Inquiry #7, RSP RS5 is to be used to calculate minor concrete used for roadside sign (metal post) footing. While the detail provides embedment depth, it does not indicate the footing width or the depth of gravel. Please advise.
Inquiry submitted 08/24/2022

Response #1:Please refer to bidder inquiry #82.
Response posted 08/24/2022




Inquiry #84: "The following Layout sheets do not have proper staging
- Sheet L-2 SB On-Ramp Sta 3221+00 - 3227+70.00
- Sheet L-11 NB Ave N.N Off Ramp Sta 3344+17.25 - 3349+00
- Sheet L-24 Ave K NB On- Loop, Ave K SB On-Ramp, and Rte 14 SB outside shoulder work.
- Sheet L-25 Ave K SB On-Ramp and Ave k SB Off Ramp.
- Sheet L-38 NB On-Ramp Ave H Sta 3700+00 - 3707+00
Please advise. "

Inquiry submitted 08/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/24/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #85: Per the Summary of Quanities Sheet Q-7, the total amount of "Remove Sand-Filled Crash Cushion" says 28 but clearly calls out a total qty of 42. Also, based on the respective sheets that call out these crash cushions to remove (L-37 & L-65), they are no where to be seen on the plan sheets. Please advise.

Inquiry submitted 08/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/24/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #86: On Layout Sheet L-29 & L-30, there's MGS Location No. 69 that was not included on the summary of quantities. Please check and revise accordingly. Thanks
Inquiry submitted 08/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/24/2022


Response #2:All quantities related to these layouts and summary sheets have been addressed. Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #87: Typical Cross Sections X-2 shows most guardrail locations are less than 4 ft. away from the hinge point which requires narrow roadway guardrail installation. Please check and provide pay item for Midwest Guardrail System (7' Wood Post). Thanks
Inquiry submitted 08/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/24/2022


Response #2:Please bid per contract documents.
Response posted 11/07/2022




Inquiry #88: My question is about temporary traffic stripe paint, remove thermoplastic traffic stripe & remove yell thermoplastic traffic stripe Hazardous waste; as it appears on project plans SCQ-1 to SCQ-9 quantity tables, under temporary traffic stripe (paint) you listed 48" solid white -27B, 48" dashed white -12 (in some pages it is 100 mm dashed white -12) & 48" solid yellow -25, same thing under remove thermoplastic traffic stripe you listed 48" solid white -27B, 48" dashed white -13, and remove 48" yellow -25 thermoplastic traffic stripe (hazardous waste), Is (48" / 100 mm) a typo? because I don't think the agency want us to install 48" wide edge lines and lane line striping! Please advise
Inquiry submitted 08/25/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/25/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #89: Reference Special Notes, "This Contract includes requirements for usage of renewable diesel fuel for Contractor's in-use off-road diesel-fueled vehicles and equipment. See Section 5-1.34." Section 5-1.34 in the special provisions discusses safety survey questionnaire requirements, please advise.
Inquiry submitted 08/25/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/26/2022


Response #2:Please refer to bidder inquiry #12.
Response posted 09/26/2022




Inquiry #90: Referring to the bid item list, for line item 38 "Subgrade Enhancement Geotextile, Class A1" with a quantity of 479,000 square yards, will this construction material need to meet the requirements of the Build America, Buy America Act (BABA) which was enacted on November 15, 2021, as part of the Infrastructure Investment and Jobs Act (IIJA)?
Inquiry submitted 08/29/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/29/2022


Response #2:Please bid per contract documents.
Response posted 09/26/2022




Inquiry #91: Will caltrans address the constructability issue with the northern, two lane portion of the project? In this area rapid set concrete will be needed, unless the work to reconstuct the number two lane and shoulder can be performed behind Krail. This is not shown on the current plans, also there is not pay items associated with rapid set concrete work. Please let the bidders know if an future addendum is coming and if the bid date will be moved again. It is impossible to bid the project with this issue and the other unanswered bidder inquirires.
Inquiry submitted 08/29/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/29/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #92: Please review line item 132 Remove Thermoplastic Traffic Stripe quantity (467,000 LF) per addendum 3, Per plan sheet SCQ-9 -issued with the same addendum - remove thermoplastic traffic stripe total quantity is 262,173 LF. Quantity doesn't match!!
Per addendum 3 Plan sheets stage construction quantities SCQ -8 and SCQ-9 show no striping needed for stage construction stage 2 phase 3, please double check since per stage 2 phase 3 traffic will be shifted to 1 lane both ways which must required temporary striping for this stage. Please review and correct what needs to be corrected. Thank you.

Inquiry submitted 08/31/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 08/31/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #93: Please clarify if there is a Goal for the Renewable Diesel and/or if this is a project requirement. There is no information provided within the project documents that clarifies the intent of this bid item outside of reporting. Please clarify and provide the specification/ requirements for this project.
Inquiry submitted 09/01/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 09/01/2022


Response #2:Please refer to bidder inquiry #12 & #89.

Response posted 09/26/2022




Inquiry #94: We are down to three business days from next weeks bid date and there still are numerous issues and unanswered bidders inquiries that need to be addressed. Please let us know if the bid date is going to be extended?
Inquiry submitted 09/01/2022

Response #1:The bid date will be extended.
Response posted 09/01/2022




Inquiry #95: Item 123 calls out a specific Crash Cushion, SCI-100GM. Referencing Section 6-1.05 SPECIFIC BRAND OR TRADE NAME AND SUBSTITUTION, can a equal or better crash be used on this project? UNIVERSAL TAU-M?
Inquiry submitted 09/02/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 09/02/2022


Response #2:Please bid per contract documents.
Response posted 09/13/2022




Inquiry #96: _A number of traffic charts indicate N as Now Work Allowed. Please clarify if this means no traffic closures allowed or No work on the project allowed. Will the contractor be allowed to work outside of the travel lanes during the "N" closure?
Inquiry submitted 09/02/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 09/02/2022


Response #2:N means no traffic closures allowed. The contractor can work outside of the travel lanes, like behind temporary railing, Type K.
Response posted 09/26/2022




Inquiry #97: _Please provide a bid item for the Isolation Joint that is required between the new and existing JPCP.
Inquiry submitted 09/02/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 09/02/2022


Response #2:Please refer to bidder inquiry #21.
Response posted 09/26/2022




Inquiry #98: In regards to Item 123 and Specific Crash Cushions, may an Alternate system be used? QuadGuard ELITE M10?
Inquiry submitted 09/12/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 09/12/2022


Response #2:Please bid per contract documents.
Response posted 09/13/2022




Inquiry #99: Please provide a timing as to when we are to expect the next addendum and will the bid date of 11-10-2022 hold?
Inquiry submitted 10/04/2022

Response #1:As of now, the bid opening date is set for 11/10/2022.
Response posted 10/06/2022




Inquiry #100: Please confirm when the next addendum will be issued. We request that the addendum be issued no later than 3 weeks prior to the bid date in order to provide Bidders with adequate time to review and analyze the addendum and ask questions, as needed.
Inquiry submitted 10/13/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/13/2022


Response #2:Oct 17, 2022
Response posted 11/09/2022




Inquiry #101: Please extend the bid date a week to allow additional time to review changes to the plans.
Inquiry submitted 10/17/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/18/2022


Response #2:Bid open is Nov 10, 2022.
Response posted 11/09/2022




Inquiry #102: Reference RFI #61. The response to RFI #61 refers to RFI #1 which refers to Addendum #3. Addendum #3 did not provide the CAD file with the Alignment and Stationing as was requested. Please provide the CAD file with Alignment and Stationing as soon as possible.

Inquiry submitted 10/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/19/2022


Response #2:Requested item has been submitted, shown in RFI#1.
Response posted 11/07/2022




Inquiry #103: Reference Addendum #7, plan sheet 709. The quantity for the JPCP is now shown as 120,371 CY yet addendum #7 did not revise the quantity for Bid Item 150 - JPCP which was added in Addendum 3. Please clarify which is correct.

Inquiry submitted 10/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/19/2022


Response #2:Please refer to addendum No.8 issued on Oct 27, 2022.
Response posted 11/07/2022




Inquiry #104: In light of the multiple plan sheet and quantity revisions provided in Addendum #7 yesterday, we would like to request a minimum 3 week extension to the bid date of November 10, 2022 in order to provide the bidders, suppliers, subcontractors, and DBE's adequate time to review the revisions.

Inquiry submitted 10/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/19/2022


Response #2:Bid open is Nov 10, 2022
Response posted 11/09/2022




Inquiry #105: Bid Item 158 JPCPC (RSC) was added with 91,400 Cubic Yards. Bid Item 150 JPCP has 214,000 cubic yards. Did addendum #7 add additional concrete to the project or is this an oversite and Item 150 will be reduced?
Inquiry submitted 10/19/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/19/2022


Response #2:Please refer to addendum No.8 issued on Oct 27, 2022.
Response posted 11/07/2022




Inquiry #106: Reference RFI #47. The response indicates that the Contractor does not need to supply a Bilologist or a Natural Resource Protection Plan and that those items will be deleted from the Special Provisions in Addendum #3. Addendum #3 removed the requirement for the Biologist but still has the requirement for a Natural Resource Protection Plan. Please confirm whether the Natural Resource Protection Plan is required and where it will be paid.

Inquiry submitted 10/19/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/19/2022


Response #2:Included in the spec.
Response posted 11/07/2022




Inquiry #107: Reference Addendum #3 - Section 83-4.06B. The quoted price for the required SCI-100GM crash cushion was updated and firm through 10/11/2022. Please update pricing and good through date.

Inquiry submitted 10/19/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/19/2022


Response #2:Good through 12/17/2022.
Response posted 11/07/2022




Inquiry #108: Per plan sheet 30 of 904 Layout L-25 at approximate station 3525 Left the new structure section is labeled both 1 and 1B. Please clarify which section is correct.
Inquiry submitted 10/19/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/19/2022


Response #2:Please refer to addendum No.8 issued on Oct 27, 2022.
Response posted 11/07/2022




Inquiry #109: SB #3 lane and shoulder from STA 3203+72 to 3218+05 calls for Section 1 pavement (Sheet L-1 thru L-2); however, no Stage Construction Plan exists for constructing Section 1 pavement in this area. Please provide updated Stage Construction Plans for this area of work.

Further, Addendum #7 updated Section 1B pavement in SB #3 lane and shoulder from STA 3218+05 to ~3230+00 (Sheet L-2 thru L-3); however this is inconsistent with the Addendum #7 update to Stage 2 Phase 3 SC-126, which only identifies replacement of ramp and shoulder pavements. No Stage Construction Plan exists for constructing #3 lane pavement in this area. Please provide updated Stage Construction Plans for this area of work.

Lastly, delineation line between Section 1 and Section 1B pavement callouts in SB #3 lane from STA 3227+70 to ~3229+30 (Sheet L-3) appear to create a longitudinal pavement joint tapering across the #3 lane, which is an ill-advised practice. Should this be the intent of the design, please provide updated Stage Construction Plans for constructing the Section 1 pavement that extends beyond the limits of Stage 2 Phase 1 SB (Sheet SC-74).

Inquiry submitted 10/20/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/20/2022


Response #2:SC sheets have been re-organized to match layouts and staging plans. SB lane #3 (32203+72 to 32300+00) are on stage 2 phase 1.
Some sheets of stage 2 phase 3 are corrected. The change will not impact quantities.
Response posted 11/07/2022




Inquiry #110: Addendum #7 provides new Section 5-1.34 RENEWABLE DIESEL REQUIREMENTS; however, the original SPs already contained Section 5-1.34 SAFETY SURVEY QUESTIONNAIRES. Please clarify if this is a replacement or an addition. If an addition, please change Section numbering for clarity of use.
Inquiry submitted 10/20/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/20/2022


Response #2:Include in the spec.
Response posted 11/07/2022




Inquiry #111: Reference Addendum #7 plan sheets 2 and 6 of 904. Structural section 1A on plan sheet 2 calls for 1.10' JPCP and structural section 1A on plan sheet 6 calls for 1.15' JPCP. Which is correct?

Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/21/2022


Response #2:It is 1.1'. Please refer to addendum No.8 issued on Oct 27, 2022.
Response posted 11/07/2022




Inquiry #112: Reference Addendum #7 plan sheet 42 of 904. NB Route 14 shows dashed cross hatch which according to the legend on plan sheet L-1 should be JPCP-RSC yet the typical section callout for NB Route 14 has both 1 and 1A. Which is correct? It is imperative to correctly identify what paving is standard JPCP and what is JPCP-RSC as there is a considerable difference in cost.

Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/21/2022


Response #2:The structural section of L-37 (42 of 904) should be Type B1 and plan corrected.
Response posted 11/07/2022




Inquiry #113: Reference Addendum #7 plan sheet 42 of 904. SB Route 14 shows dashed cross hatch which according to the legend on plan sheet L-1 should be JPCP-RSC yet the typical section callout for SB Route 14 is typical section 1. Which is correct? It is imperative to correctly identify what paving is standard JPCP and what is JPCP-RSC as there is a considerable difference in cost.

Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/21/2022


Response #2:Please refer to Q113.
Response posted 11/07/2022




Inquiry #114: Many of the updated Layout sheets beginning with L-35 (from Ave I going north to Ave A) have Typical Section 1 - JPCP called out - yet this is the portion of the project that is to be done in 55 hour weekends with Typical Section 1B - JPCP - RSC. Typical Section 1 - JPCP is not possible in these locations as there is no K-Rail shown in the traffic handling plans. The Roadway Quantity sheets are in turn incorrect. Please review and correct the layout, traffic handling, and quantity sheets as needed.

Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:Call out is deleted in L-35.
Response posted 11/07/2022




Inquiry #115: Reference Addendum #7 plan sheet 40 of 904 (L-35). SB Sta 3672+75.75 has a note to End Type 1B and Beg Type 1. Please confirm that Type 1 is intended in this location and update the traffic handling plans to include K-Rail in this location.

Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:Structural section in Layout L-35 from Sta 3661+80.00 to 3675+20.00 is Type 1B. Hatch and callout are corrected in Layout.
Response posted 11/07/2022




Inquiry #116: The response to RFI #21 regarding sealing of JPCP joints is a bit confusing. In simple terms, please confirm via Addendum that it is the intent of Caltrans to include the costs for widening and sealing of all Contraction Joints as well as all work required for the installation of Longitudinal Isolation Joints (where new concrete joins existing concrete) in the JPCP and JPCP-RSC bid items.

Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:Refer to Q21
Response posted 11/07/2022




Inquiry #117: On SCQ-7, it calls for 100 cones. However, when looking at the Plan sheets it shows a significant discrepency in the quantity. Please Advise

Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:Please bid per contract documents.
Response posted 11/09/2022




Inquiry #118: With the changes that came with Addendum 7, why were Layout sheets L-40, L-44, L-45, and L-46 not changed to comply with the rapid set? Currently, these sheets contain Type 1, not Type 1B.
Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:L-40, L-44 to L-46 are in Stage 2 phase 3. Work under Stage 2 phase 3 will be done in night time and Structural section is Type 1B. Layouts are corrected.
Response posted 11/07/2022




Inquiry #119: Sheet L-25, NB Stations 3524+20-3539+20 shows RSC hatching but the call-out is "1" for JPCP, which method shall the contractor follow?
Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:Structural section NB Stations 3524+20-3539+20 is type 1B. Call out is corrected in the layout.
Response posted 11/07/2022




Inquiry #120: Sheet L-36, SB Stations 3675+20-3688+60 shows RSC hatching but the call-out is "1" for JPCP, which method shall the contractor follow?
Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:Structural section SB Stations 3675+20 – 3688+60 is type 1B. Call out is corrected in the layout.
Response posted 11/07/2022




Inquiry #121: Sheet L-38, NB & SB Stations 3711+28-3711+90 shows JPCP (section 1) and then on Sheet L-39 shows JPCP RSC (section 1B). Should the segment on Sheet L-38 be JPCP RSC?
Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:L-38 are also in Stage 2 phase 3. Work under Stage 2 phase 3 will be done in night time and Structural section is Type 1B. Layout is corrected.
Response posted 11/07/2022




Inquiry #122: Sheet Q-11 shows JPCP at 120,371 CY, but item for JPCP is at 214,000 CY, will the item be corrected?
Inquiry submitted 10/21/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:Please refer to addendum No.8 issued on Oct 27, 2022.
Response posted 11/07/2022




Inquiry #123: Reference Addendum #7 Plan Sheet 31 of 904 (L-26). SB Route 14 has a call out to end Type 1B and Beg Type 1 at Sta 3553+10.83. This station appears to be incorrect based on the layout plan. Please review and correct. It is imperative to correctly identify what paving is standard JPCP and what is JPCP-RSC as there is a considerable difference in cost.

Inquiry submitted 10/22/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/23/2022


Response #2:SB call out is corrected in Layout. Correct Sta is 3543+34.60.
Response posted 11/07/2022




Inquiry #124: Due to Addendum 7, and the high probability of another addendum being issued, please extend the bid date a minimum of 3 weeks to be able to process the additional changes as well as notify all subcontractors, suppliers, and SBE/DBE companies of the new project scope and addendum.
Inquiry submitted 10/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/24/2022


Response #2:Bid date is Nov 10, 2022.
Response posted 11/07/2022




Inquiry #125: Reference Addendum #7, plan sheet 386 of 904 (SCQ-4). The heading at the top of this sheet changed the staging from (Stage 1 - Phase 2) to (Stage 2 - Phase 1). The plan sheets referenced on this sheet (SC-53 to SC-71) call for this work to be completed in (Stage 1 - Phase 2). Please confirm the correct Stage and Phase for the items of work shown on plan sheet 386.

Inquiry submitted 10/24/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/24/2022


Response #2:This quantity should reflect for stage 1 phase 2 and has been corrected.
Response posted 11/09/2022




Inquiry #126: Reference Addendum 7, Plan Sheet L-1 legend detail "Type 1B" and "Type 2". LCB-RS under the ISRs is a completely different scope of work than Type 1B LCB-RS and should not be commingled.  Please issue a separate bid item for LCB-RS (ISR) or eliminate the LCB-RS under the ISRs.
Inquiry submitted 10/27/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/27/2022


Response #2:Will be paid for by Bid Item for LCB-RSC as shown in the plan.
Response posted 11/07/2022




Inquiry #127: Per Addendum 7 addition to Section 12-4.02C(3)(a), the Contractor “may” close the freeway for a total of (22) 55hr extended weekend closures to construct JPCP-RSC northbound from Avenue I to A and southbound from Avenue A to K. Given the substantial quantity of pavement NB Ave I-A and SB Ave A-K, (22) 55hr weekends is not nearly enough weekends to complete this quantity of pavement, which will force a substantial bid day premium to the State. The increased need for nightly closures versus a 55hr weekend closure imposes an unnecessary increase in safety risks to the Contractor and the traveling public. Please consider adding an additional (22) 55hr weekend closures and provide a total of (44) 55hr weekend closures in order to construct the project in a safe and effective manner.
Inquiry submitted 10/28/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 10/28/2022


Response #2:SC-132 and SC-133 should be open to provide access for on-ramp and off-ramp traffic entrance and exit respectively. No need to provide extra 22 (55 hr) weekend closure.
Response posted 11/09/2022




Inquiry #128: There is approximately one week until the bid date and there still are numerous issues and unanswered bidders inquiries that need to be addressed. Please let us know if the bid date is going to be extended and when the next addendum can be expected.

Inquiry submitted 11/01/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/02/2022


Response #2:Bid date is Nov 10, 2022.
Response posted 11/07/2022




Inquiry #129: The project is approximately a week away from the bid date, does Caltrans expect an upcoming Addendum to address many of the unanswered questions, and is there a bid date extension expected?
Inquiry submitted 11/02/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/02/2022


Response #2:No.
Response posted 11/07/2022




Inquiry #130: Reference plan sheet 713 of 904 (Q-15). We assume that the "Lean Concrete Base Rapid Setting" for the Individual Slab Replacement locations will be paid as extra work since there is not a bid item for the quantity shown in the quantity table and the ** note states that the quantity will be determined by the engineer during construction. Please confirm that our assumption regarding payment as extra work is correct.

Inquiry submitted 11/02/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/02/2022


Response #2:It will be paid for by Bid item for LCB-RSC as shown in the contract documents.
Response posted 11/07/2022




Inquiry #131: Based on the updated plans provided in Addendum #7, we find quantity errors in the following bid items: BI 43 - LCB (27% high), BI 44 - LCB-RSC (7% low), BI 150 - JPCP (7% high), BI 158 - JPCP-RSC (12% low). Please review and correct the bid item list to reflect what is shown on the current plans.

Inquiry submitted 11/02/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/02/2022


Response #2:Calculation is correct.
Response posted 11/07/2022




Inquiry #132:
Reference Bid Item 51 - Remove Asphalt Concrete Pavement. The bid quantity of 4 CY appears to be incorrect. We are showing approximately 28,000 CY of asphalt concrete pavement removal to be completed. Please review and correct.

Inquiry submitted 11/02/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/02/2022


Response #2:4 CY applies to removal of AC pavement for ADA curb ramps. Refer to pg 714 of 904. All other AC pavement removal calculated under roadway excavation.
Response posted 11/07/2022




Inquiry #133: Reference bidder inquiries 20, 21, 25 and 116. No separate pay item will be provided for the joint seal (isolation and contraction) per your responses. To provide further clarification, we can assume the following is inclusive to the JPCP bid items (150 and 158):

Joint Seal (Isolation Jt w/Silicon) – Use Std Plan P18 and P20

Joint Seal (Contraction Jt w/ Silicon) – Use Std Plan P1, P2, P3A, P3B; quantity is based on means and method by Contractor’s operations

Is the above accurate?

Inquiry submitted 11/03/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022


Response #2:Yes.
Response posted 11/07/2022




Inquiry #134: Reference plan sheet 2 of 904 (X-1). The typical section for Route 14 indicates a 5% grade for the 9' shoulder. Detail 1A shows a variable 9' wide JPCP shoulder thickness from 1.15' to 1.10'. This is equal to a 0.55% grade. If CT intends to hold a 5% grade in the 9' shoulder, the JPCP would vary from 1.15' to 0.7' thick rather than 1.10' as called for. This would in turn affect the JPCP and JPCP-RSC quantity. Please confirm whether CT intends a 5% grade or a 0.55% grade in the 9' shoulder.

Inquiry submitted 11/03/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022


Response #2:Use 5% from 9' to EP.
Response posted 11/07/2022




Inquiry #135:
We assume that any adjustment of the existing Drainage Inlets in the shoulders if required will be change order work since there is not a bid item for this work. Please confirm.

Inquiry submitted 11/03/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022


Response #2:The intent of the grade break at 9’ with 5% slope is to keep existing DI profile and EP profile.
Response posted 11/07/2022




Inquiry #136: The unit of measure for bid item 159, Remove PCC Pavement is square yards. Is the equivalent volume for this item of work also included in bid item 34, Roadway Excavation? It appears that this volume may be included in item 34. Please clarify.
Inquiry submitted 11/03/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022


Response #2:No, it didn’t. Roadway excavation includes AC pavement removal not PCC removal.
Response posted 11/07/2022




Inquiry #137: Due to conflicting projects and the construction industry Quality Week a number of Companies will be short staffed during this bid close. Please consider extending the bid due date by 1 week.
Inquiry submitted 11/04/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022


Response #2:Bid date is Nov 10, 2022.
Response posted 11/07/2022


Response #3:Bid date is Nov 10, 2022.
Response posted 11/07/2022




Inquiry #138: Due to conflicting projects and the construction industry Quality Week a number of Companies will be short staffed during this bid close. Please consider extending the bid due date by 1 week.
Inquiry submitted 11/04/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022




Inquiry #139: Due to the commercial availability of Bio Diesel for a construction project, please consider reducing the requirement for the prime from the 95% to something that is achievable for the project. If the agency believes this is achievable, please provide resources to obtain the large quantities required for this project.
Inquiry submitted 11/04/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022


Response #2:Please refer to Addendum #7 issued on Oct 17, 2022.
Response posted 11/07/2022




Inquiry #140: I am submitting my question again since addendums 7 & 8 didn't correct it. Line item 132 Remove Thermoplastic Traffic Stripe - quantity listed in the bid schedule per addendum 3 (467,000 LF) doesn't match the quantity in the PDQ Plan sheet- SCQ-9 page # 391 which is (262,137 LF). In the same page temporary traffic stripe paint (details 27B, 25, 12 & 13) supposed to be 6" solid white 27B, 6" dashed white 12, etc... and not as listed 48' white solid 27B, 48' dashed white 12, etc. please review again and make the required correction. Thank you!
Inquiry submitted 11/04/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/04/2022


Response #2:Please bid per contract documents.
Response posted 11/09/2022




Inquiry #141: Will Caltrans please give clarification if this project will be bidding on its current advertised bid date of 11/10/22 which is currently only 4 days from now. The last 40 bidder inquiries have not been answered or responded to, and we would like to ask for an absolute minimum of a two week bid extension.
Inquiry submitted 11/07/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2022


Response #2:Bid open is on Nov 10, 2022.
Response posted 11/09/2022




Inquiry #142: Response to Inquiry #66 shows refer to Addendum 7, however Addendum 7 still doesn't answer the said inquiry and Bid Schedule still doesn't show pay item for DOUBLE MGS. Please check. Thanks
Inquiry submitted 11/07/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2022


Response #2:Shown under item #126 (Item code 839773) for Modified MGS.
Response posted 11/09/2022




Inquiry #143: Many of the answers to the more recent Bidder Inquiries, specifically the JPCP-RSC inquiries and Layout pages, says that the answer is within Addendum 8. Addendum 8 did not have any associated plan sheets with it. Please advise.
Inquiry submitted 11/07/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/07/2022


Response #2:All revised structural sections for JPC-RSC and JPCP have been identified and shown in respected layouts sheets.
Response posted 11/09/2022




Inquiry #144: "We have measured just over 40,000 LF of existing dike adjacent to full depth shoulder section removal, which is to remain in place as shown on the plans. The existing dike is in poor shape with cracks every few feet. There is no way to protect it while excavating and placing a 2.15’ structural section adjacent. Additionally there would be no way to properly form and place the new concrete shoulder to the bottom of the dike.
Please revise dike quantities to replace dike adjacent to new structural sections 1A and 1C."

Inquiry submitted 11/09/2022

Response #1:Please bid per contract documents.
Response posted 11/09/2022


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.