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 07-3203U4

Submit new inquiry for this project


Inquiry #1: Bid item 76 is listed as Continuously Reinforced Concrete Pavement (RSC), however the Typicals and the Roadway Quantities Main Line & Ramps table identify the bid item as conventional Continuously Reinforced Concrete Pavement. Please confirm which is correct.

Inquiry submitted 11/18/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/18/2022


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #2: Is there a Special Provision for Bid Item #69, High Friction Surface Treatment?
Inquiry submitted 11/28/2022

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 11/28/2022


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #3: Please provide Alignment & Existing Ground Surface files in .XML format?

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:Files are provided; Part of Information Handout.
Response posted 04/27/2023




Inquiry #4: The profiles & details for the following Drainage Systems are missing: DS-2, DS-3, DS-4, DS-5, & DS-11. Please provide profiles for these systems & any updated details to accompany these systems.

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:All the sites mentioned are biostrips. No profiles or details are required for biostrips. Sheet flow is achieved by removing the AC dikes as called out on the drainage plans.
Response posted 01/12/2023




Inquiry #5: Reference Layout L-42 and L-43. The hatched work area in the SB direction shows to remove and replace pavement beginning approximately Sta. 495+46 to Sta. 504+54, this area is not shown on any Stage Construction or Traffic Handling plan sheet. Please provide details for when this work is to be completed.

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023. K-rail placed.
Response posted 04/27/2023




Inquiry #6: Please add a bid item and quantity for Grind Existing Concrete Pavement or confirm if it is to be incidental to the CRCP RS and JPCP RS bid items.

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:No grinding is required by contract.
Response posted 04/27/2023




Inquiry #7: Please provide Drainage Profiles for Systems #2 - #5.
Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:A biostrip profile is not required as there is already a call out for “begin removal” and “end removal” of existing AC dike. This will allow water to sheet flow from the roadway onto the biostrips beyond the shoulder by means of the existing topographic conditions.
Response posted 04/27/2023




Inquiry #8: The Drainage Plan/Quantity sheets use the term "Bioswale" and BioStrip" interchangeably for the same Drainage Systems. There is no detail for "BioStrip". Please clarify if the swales are all Bioswales and/or BioStrips. Please provide a detail for any BioStrips.

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:All bioswale and biostrip callouts on the drainage layouts and drainage quantities sheets were verified and they all match up. A biostrip detail is not required as there is already a call out for begin removal and end removal of existing AC dike. This will allow water to sheet flow from the roadway onto the biostrips beyond the shoulder by means of the existing topographic conditions.
Response posted 01/10/2023




Inquiry #9: Quantity sheets indicate BI 85 - MR 1" is being utilized as BI 80 - Isolation Joint seal (Silicone). Per Standard Plan P-18, isolation joint seal is a 1/2" seal. MR 1" is a compression seal generally used for bridge joints. Please change the quantity sheet description to Isolation Joint (Silicone).

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #10: Reference Layout L-44-L-46. The work at NB 605 Sta. 517+64 to Sta. 525+30.86 and SB 605 Sta. 525+98.41 to Sta. 540+52.74 show the AUX lane as CRCP (which we assume is CRCP-RSC), the Typical Cross Sections (X-5) indicates the AUX lane should be JPCP RS. Please review and confirm which structural section is correct.

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #11: Reference the Typical Cross Sections, BI 66 LCB RS is only identified under JPCP RSC. Under the ISR, the Typicals only identify BI 67 Replace Base. Both quantities for BI 66 and 67 will have a significant variance from the Engineer's Estimate. Please clarify the Typical Cross Sections and clarify the Quantity sheets.

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:Base will be replaced with LCB RS -AS NEEDED as directed by Engineer. Structural Section 1 is covered by Item 66 and Structural Section 2, 3 and 4 are covered by id item 67. Bid per plans.
Response posted 04/27/2023




Inquiry #12: Typical Cross Section X-5 shows the AUX lane is a widened lane abbutting the shoulder. Layouts L-40 Through L-46 intermittently show a roughly 2' wide gap space between the outside lane and the overlaid shoulder. Are the hatches drawn incorrectly or we to assume that the Typical cross section shown is not correct?

Inquiry submitted 01/04/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/04/2023


Response #2:There is a E-curb between the AUX lane and shoulder at these location that is not being replaced. The hatching is correct, gap is where E-curb is.
Response posted 04/27/2023




Inquiry #13: Due to the size and complexity of the project along with the project bidding period being over the course of several holidays, the contractor requests that Caltrans extend the bid date by 3 weeks.
Inquiry submitted 01/09/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/09/2023


Response #2:Bid Date has been extended to May 11, 2023, per Addendum # 3.
Response posted 04/27/2023


Response #3:Bid Date has been extended to May 18, 2023, per Addendum # 6.
Response posted 05/08/2023




Inquiry #14: Per Lay-out L-1 shows remove and install chain link fence from Sta. 268+33.93 to 3+44.40 however this is not included on the summary of quantities. Please check and revise accordingly. Also, please provide pay item for removal of existing chain link fence. Thanks
Inquiry submitted 01/09/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/09/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #15: Please provide summary of quantities for removal of guardrail and treated wood waste removed from guardrail . Thanks
Inquiry submitted 01/09/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/09/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #16: Reference Q, DQ, Layout, & Drainage sheets, the removal of AC Dike is shown & quantified twice on some of the referenced sheets, producing a considerable overrun on the bid quantity. Please advise or revise the quantity for bid item 74.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #17: Reference Bid Item 139 Vegetation Control. The quantity table list on Q-16 does not match the Layout sheets. Please revise the Layout sheets or quantity table to the correct quantity.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #18: In which item do the Anchor Blocks get paid for? There are no corresponding quantities in the Summary of Quantities. Please advise.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:Anchor Block is covered by bid Item 83 -510502- Minor Concrete (Minor Structure). Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #19: For Bid Item 15 "Temporary Railing (Type K)" the bid item quantity is 62,300 LF however on Stage Construction and Traffic Handling Quantities pg. SCQ-5 the total quantity shown is 40,516 LF. Please clarify what is the correct quantity.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:SCQ-5 shows only K-rail quantity for lane replacement work. Bid Item Quantity also includes K-rail for curb ramp construction.
Response posted 04/27/2023




Inquiry #20: Reference Bid Item #39 Imported Borrow 4,000cy and Plan Sheet# 667 Imported Borrow Total 3,996cy. The Table has a total of 3,996cy but there are no layout sheets that have any quantity. Please provide information as to the location of the imported Borrow.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:Imported borrow is shown on Construction Detail sheet for MVP C-25 through C-42 .
See addendum #5 for Q-sheets.
Response posted 04/27/2023




Inquiry #21: Reference Plan Sheets 864 - 869. The plans require a 3' over excavation below the Structure Approach Slab. How is the excavation being paid for? Is the excavation incidental to Bid Item #82 Structural Concrete, Approach Slab? Please clarify/confirm.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:The 3 feet over excavation is paid for under Item #82, Structural Concrete, Approach Slab (Type R Modified). Refer to paragraph 3 of section 51-5.01A of the Standard Specifications.
Response posted 01/13/2023




Inquiry #22: Reference Plan Sheets 864 - 869. The plans require a 3' over excavation and replace with "Structure Backfill" Please confirm the Structure Backfill at the approach slab locations will be paid in Bid Item #38 Structural Backfill.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:
Response posted 01/10/2023


Response #3:Refer to paragraph 3 of section 51-5.01A of the Standard Specifications. The structure backfill that replaces the material removed from the overexcavation is paid for under Item #82, Structure Approach Slab (Type R Modified).
Response posted 01/12/2023




Inquiry #23: Reference Bid Item 34 "Remove Concrete", neither the plans or quantity sheets contain any notes, details, or tables to identify where the concrete is to be removed, please advise.

Inquiry submitted 01/10/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/10/2023


Response #2:Remove Concrete is shown on DQ-5 through DQ-13
This bid item #34 is “remove concrete” at drainage system no. 21-1E and is described as “Remove Headwall” under “Description” column on Drainage Quantities sheet DQ-5 as well as on Drainage Plan D-19.
It also pertains to drainage system no. 21-2A and is described as “Remove & Modify 10’ trapezoidal channel” under “Description” column on Drainage Quantities sheet DQ-5 as well as on Drainage Plan D-19. The details can be found on Drainage Details sheet DD-10.
Response posted 04/27/2023




Inquiry #24: There is .20' cold plane and overlay shown on sheet L-8 on the "605GE01" Line, but no quantity is provided on the quantity sheet Q-2. Does you intend to cold mill and overlay this area?
Inquiry submitted 01/11/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/12/2023


Response #2:Sheet Q-2 does show 812.3 SQYD for cold plane AC Pavement on L-2; Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #25: • Reference sheet L-26. Please review and clarify whether the match line on the left-hand side of the sheet is correct.
Inquiry submitted 01/11/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/12/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #26: • Reference sheet Q-1. Location of Individual Slab Replacements are given in post miles, yet there are no post miles on the layout. Please either provide layout sheets with post mileage or sheet Q-1 with stations.
Inquiry submitted 01/11/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/12/2023


Response #2:It is also shown on sheets Q-2 through Q-13 with Stationing; Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #27: • Reference sheet Q-1. Reference column titled “HOV” underneath “Individual Slab Replacement (RSC).” Column “HOV” shows 28 CY of ISR (RSC) at PM 5.05 to 5.8. This is conflicting with the fact that in the same table for PM 5.05 to 5.8 it shows no slabs for the HOV lane. Please clarify whether there are slabs from PM 5.05 to 5.8. Please clarify Whether there are ISR (RSC) from PM 6.4 to 6.8.
Inquiry submitted 01/11/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/12/2023


Response #2:Corrected; Individual slabs replacement will be pinpointed to Engineer if not shown specifically on the plans;
Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #28: • Refer to Special Provision, 12-4.02C(3)(a) which states “An extended period must begin at 0400 on Saturday and end 2300 on the following Sunday.” Please clarify if the “extended period” is intended to be a duration of 43 hours or 211 hours, as the phrasing “following Sunday” could be misinterpreted.
Inquiry submitted 01/11/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/12/2023


Response #2:Extended period is for one weekend only. Not for the whole week.
Response posted 04/27/2023




Inquiry #29: • Refer to Special Provision, 12-4.02C(3)(a) which discusses “…Typical Pavement Structure Sections that include LCB-RSC and Class 3 AB…”. The only Sections that have LCB-RSC AND Class 3 AB are [1] and [8]. Please clarify if the intent was LCB-RSC AND/OR Class 3 AB which would include section [6].
Inquiry submitted 01/11/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/12/2023


Response #2:No LCB on Structural Section [6]. Class 3 AB is to be used for Structural Section 6.
Response posted 04/27/2023




Inquiry #30:  Reference sheet L-36. Reference “FIRSRF5” 49+10. The hatching pattern at this location contains a callout for placing sections 4 and 7. Please verify whether this is correct and should not be sections 5 and 7.
Inquiry submitted 01/12/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/13/2023


Response #2:Yes, Should be Section 5 and 7. Revised please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #31: Reference sheet L-43 and L-44. The NB 5 to NB 605 Connector on L-43 depicts structural section [5] (cold plane and overlay). The NB 5 to NB 605 Connector on L-44 depicts structural section [5] (cold plane and overlay) along with the high friction surface treatment structural section [7]. Please clarify whether the agency wants the contractor performing the cold plane and overlay along with the high friction surface treatment or just the cold plane and overlay for the NB 5 to NB 605 connector as shown.
Inquiry submitted 01/12/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/13/2023


Response #2:Bid as shown on the plans. Both cold plane and high friction treatment are to be performed. Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #32: Reference sheet SC-5, the Begin Temp Railing (Type K) callout corresponds to STA 5054+00. This appears to be in error, please advise.
Inquiry submitted 01/12/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/13/2023


Response #2:Should be 504+30
Response posted 04/27/2023




Inquiry #33: Refer to Special Provision, 12-4.02C(3)(a) which states “Only 1 EWC at 1 location in 1 direction of travel at a time will be allowed.” When referring to the Stage Construction and Traffic Handling Plans, each Stage/Phase shows numerous K-Rail locations. For example, Stage 1 Phase 1 (Sheets SC-1 thru SC-14) shows 4 separate locations of K-Rail (466+40 thru 493+20 on SC-3 & SC-4; 504+30 thru 520+90 on SC-5, SC-6 & SC-8; 487+00 thru 505+00 on SC-10 & SC-11; 514+80 thru 541+60 on SC-13 & SC-14). Is the contractor to interpret the referenced section to require each location would require a separate EWC when considering the scope of work to be accomplished in each EWC.
Inquiry submitted 01/12/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/13/2023


Response #2:Contractor is to accomplish as much work as they can within each allowed EWC, including numerous K-rails locations.
Response posted 04/27/2023




Inquiry #34: Per the response to Inquiry #22, it states that the Structure Backfill (Bid Item #38) is not the pay method for the 3' over-excavation under the approach slabs. We have searched through the contract drawings and can't find the structure backfill work. It isn't shown on any of the quantity tables either. Please point us to the work on the plans for Bid Item #38.
Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:Bid Item 38 - Structure backfill is GSRD item shown on DQ-12.
Response posted 04/27/2023




Inquiry #35: Do the removals for Individual Slab Replacement get paid under the roadway excavation bid item?
Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:No. Bid Item 79 Individual Slab Replacement (RSC) includes all work required for slab replacement.
Response posted 04/27/2023




Inquiry #36: Reference BMP's BSW: There is no information/details shown in the drawings. Please provide details or direct us to the plans showing these.
Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:All BSW details are on sheets 132, 133, and 134.
Response posted 04/27/2023




Inquiry #37: The Traffic Handling Plans include plans for MVP 1 thru 27 only. Please provide TH plans for MVP 28 thru 32.
Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:There is no MVP 32 in contract. TH plans for MVP 28 -31 are added; Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #38: The quantity for Bid Item #38 is incorrect. Please revise to match the quantity shown on the plan sheet DQ-13.
Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:For item no. 38, it corresponds to item code: 193001 (Structure Backfill) according to the chart: There is no callout for that item in DQ-13.
Response posted 04/27/2023




Inquiry #39: The DPPIA shown on plan sheet DQ-9 shows the same quantity for roadway excavation, rock and CLII Agg Base. Please confirm this is correct and provide a detail showing the structural section.
Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:This is correct. Same amount of roadway excavation has to be replaced by same amount of rock (payable). The type of rock used is Class 2 aggregate base. It is designated as (N) with a note that it is not a separate bid item, for information only. Please refer to page 139 and 140 for details.
Response posted 04/27/2023




Inquiry #40: Plan Sheet DD-4 shows details for the infiltration basins. What bid item pays for the RSP and filter fabric as shown in these drawings?
Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:Item #101 for RSP and item #102 for filter fabric.
Response posted 04/27/2023




Inquiry #41: For infiltration basins 12-1 C, 15-1 d, 20-1 d, and 21-3 d; Detail sheet DD-4 indicate installing RSP. QTY sheets for the infiltration basin do not show any quantity for rock slope protection. Please clarify where RSP for the infiltration basin is paid.

Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:All RSP for the infiltration basins are paid for and shown on all Drainage Quantities sheets under column labeled “Rock Slope Protection (Facing, Method B)”
Response posted 04/27/2023




Inquiry #42: Bid item 83 "(F) - Minor Concrete (Minor Structure)" has a quantity of 5 CY. Quantity sheets show 39 CY. Please correct bid quantity.

Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #43: Plans indicate installation of 5 EA 24" Flared end sections and 3 EA 18" flared end sections. Please clarify if bid item 97 - 18" Steel Flared End Section - 8 EA is to included both the 24" and 18" flared end sections.

Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:Yes. Five 24” FES and three 18” FES is included in total of eight FES under bid item 97.
Response posted 04/27/2023




Inquiry #44: Drainage system 19 c quantity sheet indicate installation of 785 CY of DPP Infiltration (Rock), and 785 CY of Class 2 aggregate base, with only 785 CY of excavation. Please confirm contractor is to install both DPP infiltration rock and incidental class 2 aggregate base for bid item 91.

Inquiry submitted 01/17/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/17/2023


Response #2:For bid item 91, same amount of roadway excavation has to be replaced by same amount of rock. The type of said rock used is clarified as: Class 2 aggregate base. It is designated as (N) with a note that it is not a separate bid item, for information only. So contractor only installs Class 2 aggregate base type rock.
Response posted 04/27/2023




Inquiry #45: Refer to sheets L-42 and L-43. The area of structural section [1] beginning at 495+47.96 and ending at 504+53.51 is not shown on the Stage Construction and Traffic Handling plans. This work would require additional EWC(s). Please advise on how the agency would like this work phased.
Inquiry submitted 01/18/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/18/2023


Response #2:From Sta 495+47.96 and ending at 504+53.51 on SB the work are showed stage 2phase1 lane #3 as SC-27A , SC-27B, SC-27C, SC-27D
Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #46: The "RAC605" Line on sheets L- 21, 22, & 23 show notes to cold plane asphalt concrete and overlay the connector with ARHM. After review, it seems that the connector travel lane is PCC pavement with asphalt shoulders. Can you clarify the work to be performed on this area?
Inquiry submitted 01/18/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/18/2023


Response #2:Please bid per contract documents.
Response posted 04/27/2023




Inquiry #47: The "9CNE6" Line on sheets L- 23 & 25 show notes to cold plane asphalt concrete and overlay the connector with ARHM. After review, it seems that the connector travel lane is PCC pavement with asphalt shoulders. Can you clarify the work to be performed on this area?
Inquiry submitted 01/18/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/18/2023


Response #2:Please bid per contract documents.
Response posted 04/27/2023




Inquiry #48: With the amount of bidder inquiries still unanswered, the sheer size and scope of this project, and the amount of other large projects also bidding during this week, will Caltrans please consider extending the bid date at least two weeks.
Inquiry submitted 01/19/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/19/2023


Response #2:Addendum 3 has been issued with new BO date 0f 5/11/23.
Response posted 04/27/2023




Inquiry #49: The "9CNG6" Line on sheets L- 24 & 25 show notes to cold plane asphalt concrete and overlay the connector with ARHM. After review, it seems that the connector travel lane is PCC pavement with asphalt shoulders. Can you clarify the work to be performed on this area?
Inquiry submitted 01/19/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/20/2023


Response #2:See response to Q-47. Bid per contract documents.
Response posted 04/27/2023




Inquiry #50: With 44 unanswered questions, will Caltrans send out an addendum pushing the bid date prior to the upcoming weekend?
Inquiry submitted 01/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/20/2023


Response #2:See response to Q-48.
Response posted 04/27/2023




Inquiry #51: Bid item 72 calls for Type E HMA dike. However within the plan layout sheets the dike called out is Type F and Type C. What type(s) will be placed?
Inquiry submitted 01/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #52: Please clarify the required cure time for the approach slabs.
Inquiry submitted 01/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:Please refer to the first paragraph of section 51-5.02C and the third paragraph of section 51-5.03A of the Standard Specifications.
Response posted 01/26/2023




Inquiry #53: Section 12-4.02C(3)(a) requires that the contractor “…Schedule your concrete pavement and approach slab removal and replacement activities to comply with the hours and requirements shown on tables N1-N25 instead of chart nos. G1-G14.” When considering the approach slabs require a three-foot over-excavation and replacement with structure backfill, there is not sufficient time provided by these charts to perform the work.
Inquiry submitted 01/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:Please bid per contract documents.
Response posted 04/27/2023




Inquiry #54: Will Caltrans please extend the bid date due to the amount of bidder inquiries still left unanswered.
Inquiry submitted 01/22/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:Addendum 3 has been issued with new BO date of 5/11/23.
Response posted 04/27/2023




Inquiry #55: THERE IS RAZOR WIRE ATTACHED AND WRAPPED AROUND MANY OF THE OVERHEAD SIGN STRUCTURE WALKWAYS TO BE REMOVED. IT MOST CASES IS ENTERTWINED WITH THE TRUSS PORTION OF THE SIGN STRUCTURE THAT REMAINS. THE RAZOR WIRE MUST BE REMOVED TO REMOVE THE WALKWAY. THIS IS NOT ADDRESSED IN THE PLANS OR SPECIAL PROVISIONS. WHAT NEEDS TO BE DONE WITH THE REMOVED RAZOR WIRE?
Inquiry submitted 01/23/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:The existing razor wire that is in the way of overhead sign work is removed and reinstalled. Please refer to the Standard Specification. “The condition of existing facilities are to remain in place after replacement.”
Response posted 04/27/2023




Inquiry #56: Bid Item 0171 - Interim Communication System Wireless Data System Configuration as shown in the Tables on Plan Sheets E-44 and E-45, only indicate "Activation and Deactivation." No new equipment is shown as required. Please confirm.
Inquiry submitted 01/23/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:No new equipment is required.
Response posted 04/27/2023




Inquiry #57: Sheet Q-13 indicates that there is 96 LF Concrete Barrier (Type 60MC) located on sheet L-46. There does not appear to be any Concrete Barrier (Type 60MC) on sheet L-46. Please advise.
Inquiry submitted 01/23/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:Barrier is at L-4 and L-38 , both on SB, and L-4, L-5 and L-6 and L-18 on NB; Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #58: Sheet Q-8 indicates 98 LF of Concrete Barrier (Type 736) located on Sheet L-28. It does not appear that there is any concrete barrier on sheet L-28. Please advise.
Inquiry submitted 01/23/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:Concrete Barrier is revised as 836B, as shown on L-34 and L-35; Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #59: Sheet Q-13 indicates 92 LF of Concrete Barrier (Type 736) located on Sheet L-46. It does not appear that there is any concrete barrier on sheet L-28. Please advise.
Inquiry submitted 01/23/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/23/2023


Response #2:Concrete Barrier is revised as 836B, as shown on L-34 and L-35; Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #60: With 2 days until this project bids, will Caltrans please extend the bid date.
Inquiry submitted 01/24/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 01/24/2023


Response #2:Bids open on May 11, 2023
Response posted 04/27/2023


Response #3:New Bids open on May 18,2023
Response posted 05/08/2023




Inquiry #61: Addendum 2 was issued on 1/24/23 stating that another addendum would be forthcoming, however, to date no additional information has been provided. Please confirm when the next addendum will be issued and if the bid date will be extended. We request that the addendum is issued providing Bidders with adequate time to review and analyze the addendum and ask questions, as needed.
Inquiry submitted 03/13/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 03/14/2023


Response #2:Addendum #3 postponed bid opening date to 5/11/2023.
Response posted 04/27/2023


Response #3:Bid Date has been extended to May 18, 2023, per Addendum # 6.
Response posted 05/08/2023




Inquiry #62: Reference Bid Item #144 - Terminal System (Type CAT), neither the plans or quantity sheets shows the locations of the said terminal system, please clarify. Thanks
Inquiry submitted 03/14/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 03/14/2023


Response #2:Referenced Bid Item is deleted.
Response posted 04/27/2023




Inquiry #63: Along with Bidder Inquiry #61, is Caltrans expecting an addendum soon with scope changes as well as answering the approximately 60 unanswered questions? This project is of large scope and size with a vast number of subcontractors, and DBE companies involved as well. We would like to ask for a bid extension if an addendum is issued with only 2 weeks left until the current bid date.
Inquiry submitted 03/15/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 03/15/2023


Response #2:Bids open on 03/29/2023.

Addendum 3, dated 3/17/23, has been issued with extension of BO date.

Response posted 03/16/2023


Response #3:Bid Date has been extended to May 18, 2023, per Addendum # 6.
Response posted 05/08/2023




Inquiry #64: With the significant number of still unanswered questions and an anticipated addendum still outstanding two weeks from the bid date, it is evident that an extension to the bid date is needed. Caltrans needs to extend the bid date to allow the contractor reasonable time to review and incorporate the addendum into their bid. Caltrans should include a two-week, minimum, extension into the forthcoming addendum.
Inquiry submitted 03/15/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 03/15/2023


Response #2:Bids open on 03/29/2023.
Response posted 03/16/2023


Response #3:Addendum 3 is issued with new BO date.
Response posted 04/27/2023


Response #4:Bid Date has been extended to May 18, 2023, per Addendum # 6.
Response posted 05/08/2023




Inquiry #65: Bid item 149 is labeled "Concrete Barrier (Type 60MC). Plans call for Type 60MCS. Please clarify if this barrier is to be Type 60MC or Type 60MCS.
Inquiry submitted 04/07/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2023


Response #2:Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #66: Please provide a detail for bid item 140 "Concrete Barrier (Type 736S)".
Inquiry submitted 04/07/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2023


Response #2:Item is changed to type 836B; Please refer to addendum No.5 issued on April 27, 2023.
Response posted 04/27/2023




Inquiry #67: Our insurance carrier is requiring the Contractor to obtain a Railroad Protective Liability Policy for the UPPR railroad undercrossing located approximately 485' south and parallel to Firestone Blvd. Please provide the Daily Rail traffic, Number of trains/day, Number of Freight Trains/Day, and Number of Passenger Trains/Day.
Inquiry submitted 04/07/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2023


Response #2:Proposed work does not have any RR impact.
Response posted 04/27/2023




Inquiry #68: Since this project was advertised before January 1, 2023, Bidder understands that the update to Labor Code 1720.3 will not apply to this project, and therefore hauling of materials used for paving, grading and fill are not subject to prevailing wage. If Owner does not agree with this, please let us know, so that we can price this scope as prevailing wage per Owner's direction. Please see  Frequently Asked Questions - Hauling under Labor Code section 1720.3 (ca.gov) for details.

Inquiry submitted 04/07/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/07/2023


Response #2:Hauling of materials used for paving, grading and fill are subject to prevailing wage.
Response posted 04/27/2023




Inquiry #69: According to the October 2022 Material Plant Quality Program Manual, section 2-6.02. Asphalt Rubber Binder Production states,

“ARB production consists of proportioning:
The preblended liquids. Combine with the proportioned scrap tire rubber and high natural rubber simultaneously and mix for the specified time at specified temperatures.
The method and equipment for combining liquid and dry ingredients must enable the resident engineer to readily determine compliance with proportioning requirements for each material and the completed ARB. The district weights and measures coordinator (WMC) must approve all required equipment before use.”

In order to meet the OCT 2022 MPQP Manual Update publication, simultaneously mixing both rubber types requires the rubber blending plant to have (2) rubber hoppers. One hopper would proportion the scrap tire rubber and the second hopper would proportion the High Natural Rubber. Without the presence of a second hopper, the data collection component of the required MPQP reporting does not align with the latest MPQP update.

Will the District Weights and Measures Coordinator be required to enforce the approved OCT 2022 MPQP Manual Update?

Inquiry submitted 04/20/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/24/2023


Response #2:“The approved OCT 2022 MPQP Manual Update is applicable to this project”
Response posted 05/12/2023




Inquiry #70: This project now bids in two weeks. With the vast majority of the Bidder Inquiries still not answered or addressed, including ones from November of last year, is Caltrans going to extend the Bid Date for this project again? Also, we are anticipating that a large addendum of scope changes will be issued, please advise if this is something that will be occurring.
Inquiry submitted 04/26/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/27/2023


Response #2:Please refer to Addendum 6.
Response posted 05/12/2023




Inquiry #71: With Addendum 5 having over 80 bid item changes, 75 pages of plans that changed, and numerous bidder inquiries now answered, will Caltrans postpone the bid date for a minimum of 2 weeks? The amount of information to digest and disseminate to subcontractors, suppliers, and especially DBE companies will need more time than the two weeks until bid date to fully comprehend and complete. Please advise.
Inquiry submitted 04/28/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 04/28/2023


Response #2:Please refer to Addendum 6.
Response posted 05/12/2023




Inquiry #72: Addendum 5 added Item #183 - Crash Cushion, Sand Filled - 14 EA but we can't find it on any of the lay-out sheets or the summary of quantities. Please verify. Thanks
Inquiry submitted 04/28/2023

Response #1:These items are shown on SC and SCQ sheets.
Response posted 04/28/2023


Response #2:Item deleted; See Addendum 7.
Response posted 05/12/2023




Inquiry #73: Can AASHTO M326 pipeliner that conforms to DIB 83-4 per section 71-3-09 be used in place of CIPP, bid item 0102-0104? These liners have many advantages including environmental as well as can be installed in live flow without the need for by-passing and don't require the use of styrene.
Inquiry submitted 04/29/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/01/2023


Response #2:Please bid per contract documents.
Response posted 05/12/2023




Inquiry #74: Per Inquiry #72, those Crash Cushion, Sand Filled on SC and SCQ sheets are Alternative Crash Cushion, Sand Filled only and I believe are paid under Item #16 already. Please clarify. Thanks
Inquiry submitted 05/01/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/01/2023


Response #2:Please refer to Addendum 7.
Response posted 05/12/2023




Inquiry #75: Addendum 5 changed several Pavement Delineation items. We could not find the revised plans with the revised permanent delineation quantities. Item #165 (8" Traffic Stripe Tape) went from 271000 LF to 26000 LF. That is a huge swing in quantity, where are the revised Pavement Delineation Quantity plan sheets?

Thank you

Inquiry submitted 05/02/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/02/2023


Response #2:Please refer to Addendum 7.
Response posted 05/17/2023




Inquiry #76: Per addendum 5 the bid item 0034 "Remove Concrete" was deleted. Per the drainage drawings that where not changed per the addendum, they identify removal of inlets, concrete channels, and headwalls. Per the drainage QTY sheets this work is under "Remove Concrete" Where is this work to be paid?

Inquiry submitted 05/02/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/02/2023


Response #2:Item reinstated; Please refer to Addendum 7.
Response posted 05/17/2023




Inquiry #77: Per addendum 5 bid item 0151 "Remove Concrete Barrier" was deleted. Per structure drawings (Sheets 2, 3, and 6) contractor is to remove concrete barrier. Where is this work now paid?

Inquiry submitted 05/02/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/02/2023


Response #2:Item reinstated; Please refer to Addendum 7.
Response posted 05/17/2023




Inquiry #78: Per addendum 5 bid item 0085 "Joint Seal (MR 1")" was deleted. Contractor will need to install joint seal per structure plans (Sheet 1, 2, 3, 4, 5, and 6) at locations of new approach slabs. Where is this work now paid?

Inquiry submitted 05/02/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/02/2023


Response #2:Item reinstated; Please refer to Addendum 7.
Response posted 05/17/2023




Inquiry #79: Per bidder inquiry 40 & 41 it is stated that all RSP is shown and paid for under column labeled "Rock Slope Protection (Facing, Method B)" . No new drainage plans have been issued showing quantity of RSP for the infiltration basins. Please issue revised plans indicating a quantity for each infiltration basing.

Inquiry submitted 05/02/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/02/2023


Response #2:The RSP callout on sheet DD-4 for infiltration basins is in error. It should just be native soil instead of RSP.
Response posted 05/12/2023




Inquiry #80: Will Caltrans kindly consider pushing the bid date a minimum of 2 weeks?

There are several unanswered bidder inquiries along with major changes to incorporate from addendum 5. To ensure the State and tax payers receive the lowest price, it will take time to thoroughly process these changes with subcontractors and DBE's.

Inquiry submitted 05/05/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/05/2023


Response #2:Bid Date has been extended to May 18, 2023, per Addendum # 6.
Response posted 05/08/2023




Inquiry #81: Addendum 5 increases the Minor Concrete (Minor Structure) Bid item from 5 CY to 50 CY. Sheet Q-13 in the Roadway Quantities of Addendum 5 plans show 42.6 CY of Anchor Blocks. Sheet DQ-13 shows 39 CY. Please confirm there are still 39 CY in the drainage plans with the changes made in Addendum 5.
Inquiry submitted 05/08/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/09/2023


Response #2:Quantity revised, Please refer to Addendum 7.
Response posted 05/17/2023




Inquiry #82: Per addendum 5 the stage construction and traffic handlings sheet SCQ-1 & SCQ-2 show a large increase in K-rail quantity and a note stating " Double K-Rail in Double Weekend" however on the plan sheets there are no changes to the lengths of K-Rail (Except Plan Sheets SC-27A & SC-27B where new K-Rail has been added). Can you please verify the K-Rail quantity and clarify what "Double K-Rail in Double Weekend" means as there is no explanation in the new addendum .

Inquiry submitted 05/09/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/09/2023


Response #2:Quantity revised, please bid per contract doucments.
Response posted 05/12/2023




Inquiry #83: Plan page 653 states that the Individual Slab Replacement (RSC) has 946 cy of Replace Base (LCB-Rapid Setting). However, Bid Item #67 Replace Base (Lean Concrete Base-Rapid Setting) only has a quantity of 150 cy. Please advise as to what item the Replace Base should be paid under for the Individual Slab Replacements as noted on Plan page 653.
Inquiry submitted 05/15/2023

Response #1:Your inquiry has been received and is being reviewed. Thank You for your patience.
Response posted 05/16/2023


Response #2:Please bid per contract documents.
Response posted 05/17/2023


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.