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 08-0F0304

Submit new inquiry for this project


Inquiry #1: Plan sheet SD-1 states in Note 2 that the removal of overhead signs is included in the item of the work install overhead sign. However bid item 79 is for "Remove Bridge Mounted Sign". How are the overhead sign removals paid for?
Inquiry submitted 11/14/2018

Response #1:submitted for consideration
Response posted 11/14/2018


Response #2:This matter will be addressed under an addendum.
Response posted 12/21/2018


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #2: The Stage Construction Drawing SC-1 (Sheet 33 of the plans) shows work beginning on the west side of the bridge at Pipeline (Stage 4). However, correlating Traffic Handling Plan TH-2 (Sheet 35, labeled Stage 2A) and Structure Plans for Pipeline Avenue OC (Sheets 184 – 214) show work beginning on the east side of the bridge. Please clarify this discrepancy in the Stage Construction Drawing and confirm work begins on the east side of the Pipeline OC Bridge.
Inquiry submitted 12/05/2018

Response #1:submitted for consideration
Response posted 12/05/2018


Response #2:This matter will addressed under an addendum.
Response posted 12/21/2018


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #3: Per the Layout and Staging Drawings, the 10' Shoulder widening is to be done with Lane Closures. Would the state be open to changing the structural section to eliminate the Aggregate Base and thickening the Asphalt section?
Inquiry submitted 12/07/2018

Response #1:submitted for consideration
Response posted 12/10/2018


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please bid per current contract documents.
Response posted 01/11/2019




Inquiry #4: Please reference the "Bent Details" Sheets for each of the bridge structures. The plans call for a mandatory construction joint in the bent cap that is to be poured with the Bridge Deck (Polymer Fiber). Please review Bid Item #64 quantities, as this quantity does not seem to be accounted for.
Inquiry submitted 12/12/2018

Response #1:submitted for consideration
Response posted 12/12/2018


Response #2:Please bid per current contract documents.
Response posted 12/27/2018




Inquiry #5: Please reference Closure Charts on Pages 23-25. These charts say that the contractor is allowed to close the freeway completely any day for 24 hours. Is this the intent?
Inquiry submitted 12/18/2018

Response #1:submitted for consideration
Response posted 12/18/2018


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #6: The plans detail many utility hangers and casings however there is no pay item for this work. The Standard Specs Sec 51-1.03E(9) indicates the contractor will install the material furnished by the utility. Please confirm that the various utilities will supply all hanger assemblies, casings and conduits for the project.
Inquiry submitted 12/18/2018

Response #1:submitted for consideration
Response posted 12/19/2018


Response #2:This issue is under consideration. Unless a direct response or an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #7: There is no plant establishment period shown on the notice to bidders. Does the 520 WD to complete the work includes or excludes the PE period?
Inquiry submitted 01/07/2019

Response #1:submitted for consideration
Response posted 01/07/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #8: In order to complete the work, the existing asphalt at each bent needs to removed / replaced. Please provide the structural section for replacement.
Inquiry submitted 01/07/2019

Response #1:submitted for consideration
Response posted 01/07/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #9: Where does the removal of the Existing Sound Wall at Monte Vista and Pipeline get paid?
Inquiry submitted 01/07/2019

Response #1:submitted for consideration
Response posted 01/07/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #10: Striping Questions:
1) 2" Black 2-Coat Paint. It is unclear what the State plans to do with this item since the size and quantity make no sense.
2) How does the State plan to pay for the Temporary Striping on Pipeline Ave, Monte Vista Ave, and Benson Ave.
3) How does the State plan to pay for the removal of Existing Striping on Pipeline Ave, Monte Vista Ave, and Benson Ave.
4) Pavement Markers (Retroreflective) are used on Detail 12, 22, 25, 29, 38; yet they are missing in quantity.
5) Remove Pavement Markers, 8400 each; this item appears to be 23 times overstated. Please Adjust.

Inquiry submitted 01/07/2019

Response #1:submitted for consideration
Response posted 01/07/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to Addendum #5.
Response posted 02/07/2019




Inquiry #11: It is unclear under Section 14 Environmental Stewardship if a biologist is needed to survey and monitor for the work being performed, particularly around regulated fish species. Please advise if a bid needs to include a contractor-supplied biologist. Thank you.
Inquiry submitted 01/07/2019

Response #1:submitted for consideration
Response posted 01/07/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:The bid does NOT need to include a contractor-supplied biologist.
Response posted 02/01/2019




Inquiry #12: The utility relocation durations that are shown in Section 5 of the specifications exceed 630 business days, assuming none of the relocations are being done concurrently. The contract time for the project is only 520 working days. Will the contract time stop while the utilities are being relocated?
Inquiry submitted 01/07/2019

Response #1:submitted for consideration
Response posted 01/08/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to 2015 Standard Specifications under Section 4 and section 4-1.05.
Response posted 02/05/2019




Inquiry #13: Who is responsible for providing Traffic Control for the utility relocations?
Inquiry submitted 01/07/2019

Response #1:submitted for consideration
Response posted 01/08/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:This responsibility falls on the utility company if it performs the installation, otherwise it falls upon the Contractor. It depends on the utility in question.
Response posted 02/07/2019




Inquiry #14: The quantity for 72" CIDH Concrete Piling at Monte Vista Ave is listed as 316 LF. Each pile is 90 LF per the Pile Data table provided for Monte Vista Ave, resulting in a total 360 LF for four piles. This also leads to a discrepancy is carried over to Bid Item No. 61. Please clarify if the piles are 90 LF per the Pile Data Table, or 79 LF per the quantities.
Inquiry submitted 01/08/2019

Response #1:submitted for consideration
Response posted 01/08/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/10/2019


Response #3:Please refer to Addendum #5
Response posted 02/07/2019




Inquiry #15: The scope for Bid item 80 Refinish Bridge Deck is not shown on the plans or included in the Specials. Can you provide additional information?
Inquiry submitted 01/14/2019

Response #1:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/14/2019


Response #2:Please refer to Sheet 205. Bid per current contract documents.
Response posted 01/14/2019




Inquiry #16: Please confirm that the Casing to be provided (per the Utility Drawings) should be per Caltrans Spec Section 70-7 (Coated to comply with ANSI/AWWA C213 pr ANSI/AWWA C214)
Inquiry submitted 01/17/2019

Response #1:submitted for consideration
Response posted 01/22/2019


Response #2:This issue is under consideration. Unless an addendum is released, please bid per current contract documents.
Response posted 01/22/2019


Response #3:For gas utility the casing coating is specified on Plan UD-5 under General Note 3 and also under Special Provision in Section 70-7.02B. The other types of casings for water lines are defined by the respective utility owners. Please bid per contract documents.
Response posted 02/04/2019




Inquiry #17: Shown on sheets UD-7 & UD-8 are 4-5" HDG utility conduits. Total footage of conduits to be installed on the 2 sheets is 2270' of 5" HDG Electrical conduit. Since this is contractor installed and the conductors will be installed by others, how is this conduit, Hangers and Expansion Fittings being paid for ? Under what bid item are we to put the monies ?
Inquiry submitted 02/01/2019

Response #1:submitted for consideration
Response posted 02/04/2019


Response #2:This issue is currently under consideration and will be addressed under an upcoming addendum.
Response posted 02/04/2019


Response #3:Please see Addendum #5
Response posted 02/07/2019




Inquiry #18: The Addendum Page for this Contract states that (5) Addendums have been issued, yet only (4) have been posted. Please review and confirm the number of addendums to date.
Inquiry submitted 02/06/2019

Response #1:submitted for consideration
Response posted 02/06/2019


Response #2:Addendum #5 was issued today.
Response posted 02/07/2019




Inquiry #19: Per Addendum 5 Spec Section 70-7.02C SCE will be furnish AND install brackets, conduits, and casings when the structure is ready for the installation. The 5" casing (Bid Item 131) are presumably for the Edison work. If Edison is supplying their own casings, why was this item added?
Inquiry submitted 02/07/2019

Response #1:submitted for consideration
Response posted 02/07/2019


Response #2:Referring to 2015 Standard Specifications under NSSP Section 70-7.02C the utility owner will furnish the item, while the Contractor will install the item and casing into the concrete member. The bid item will cover the work needed to install and insert casing into the concrete.
Response posted 02/12/2019




Inquiry #20: Where do the utility hangers get paid, as it was not addressed in Addendum 5?
Inquiry submitted 02/07/2019

Response #1:submitted for consideration
Response posted 02/07/2019


Response #2:Please refer to 2015 Standard Specifications and NSSP 70-7 - The hangers are included with the item for utility casing and the payment includes work for sections referenced by the section set forth by the bid item. NSSP 70-7 Section 70-7.02C directs to furnish and install hangers. 2015 Standard Specifications Section 70-7.04 describes Payment.
Response posted 02/12/2019




Inquiry #21: The response to inquiry # 12 regarding the utility windows and contract time is extremely vague. The response states to refer to Section 4 and section 4-1.05 of the 2015 Standard Specifications. These sections are for "Scope of Work" and "Changes and Extra Work." With Addendum 5, the utility windows still exceed the Contract Time for the project. How will utility time be handled?
Inquiry submitted 02/07/2019

Response #1:submitted for consideration
Response posted 02/07/2019


Response #2:Please refer to 2015 Standard Specification Section 8-1-1.05 Time and 8-1.07 Delays.
Response posted 02/12/2019




Inquiry #22: Will the JPCP joints have to be sealed? Where will this be paid?
Inquiry submitted 02/07/2019

Response #1:submitted for consideration
Response posted 02/07/2019


Response #2:This issue is under consideration.
Response posted 02/12/2019


Response #3:Please bid per current contract documents.
Response posted 02/13/2019




Inquiry #23: The new structural section 7 has .85' PCC with .60' LCB, yet the engineers quantity for Bid Item for LCB (# 128) is double that of the JPCP item (#129)?
Inquiry submitted 02/07/2019

Response #1:submitted for consideration
Response posted 02/07/2019


Response #2:Please bid per current contract documents.
Response posted 02/12/2019




Inquiry #24: Per Addendum No. 5, Sheet 45/232 [THQ-2]: The State is directing the contractor to install Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility). However, bid line item 125 clearly shows this to be installed as Temporary Traffic Stripe (Paint). Per standard section 5-1.02, Contract Components, Special Provisions (Bid Item Listing Detail) will supersede the project plans. Therefore, Temporary Traffic Stripe will be installed using Paint, unless the State changes the Item Description in an Addendum.
Inquiry submitted 02/08/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:Temporary traffic stripe will be installed using Paint. The column headed "Thermoplastic Traffic Stripe " has a typo and should indicate "Temporary Traffic Stripe" corresponding to Bid Item 125 as indicated under Addendum #5.
Response posted 02/13/2019




Inquiry #25: Please provide additional information for the following:

1.) Existing Controller Manufacturer
2.) Existing Controller Type (i.e. Wall Mounted/Pedestal)
3.) Existing Backflow Preventer Manufacturer and size
4.) Type of enclosure for Backflow Preventer
5.) Manufacturer for 3" Remote Control Valves

Inquiry submitted 02/08/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:Caltrans does not provide manufacturers specifications, make or model of existing equipment that is located within the project site. The Contractor should visit the site for examination as part of their cost estimating process and site evaluation.
Response posted 02/12/2019




Inquiry #26: Addendum 5 added a work on 60fwy median on all 3 locations, please advise which bid item covers the removal of the existing PCC and AC paving.
Inquiry submitted 02/08/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:The bid item covering the removal of the existing PCC and AC paving is covered under Item # 22 (Bid item 190101 Roadway Excavation) in Addendum #5.
Response posted 02/13/2019




Inquiry #27: In regards to Plant Group H (Cuttings) - will the total quantity be available to source and collect either on-site or nearby?
Inquiry submitted 02/11/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:The existing site has Carpobrotus Edulis (Ice-plant). Typically the contractor can take cuttings from the site and/or an adjacent area. There is plenty of Carpobrotus available. See 2015 Standard Specifications 20-3.01B(2)(b) Cuttings and 20-3.01B(2)(b)(i) General for more information on Plant Cuttings.
Response posted 02/12/2019




Inquiry #28: On sheet 33, under "Order of Work", the work is called out to be constructed in 8 Stages. In "Note", "non-conflicting work in subsequent stages may not proceed concurrently with work in preceding stages, unless approved in writing by the engineer" is stated. Will the engineer approve concurrent work, or is the contractor to assume that each stage will have to be complete before proceeding to the next stage i.e. each bridge will have to be completed before beginning subsequent bridge?
Inquiry submitted 02/12/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:The Resident Engineer may approve written requests to permit work in subsequent stages which do not conflict with the current stage of work, if determined to be in agreement with State construction regulations.
Response posted 02/13/2019




Inquiry #29: Addenda #5, typical cross section plan sheet X-1; added note #5 which states to "Replace 80' x 32' of pavement at each bridge location with JPCP/HMA (Type A). The start to end stations for the median work on the same plan sheet X-1 equate to +/- 1,300' x 32' of pavement reconstruction at each bridge location. Please clarify the correct pavement areas.
Inquiry submitted 02/12/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:Note #5 in plan sheet X-1 referenced on Addendum #5 stating replacement of 80’x32’ of pavement refers to the area under “each” bridge and is not referenced by any of the stations indicated in the cross section. The median and shoulder work indicated in the cross section in plan sheet X-1 is a separate issue from Note #5.
Response posted 02/13/2019




Inquiry #30: Addenda #5, typical cross section plan sheet X-1; please provide the width dimension for the JPCP and HMA shoulder.
Inquiry submitted 02/12/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:Referring directly to Sheet Plan X-1 in Addendum #5, these widths, pertaining to the top cross section covering portions of HOV and shoulder on either side of the median concrete barrier from left to right are: 10' JPCP / 6' HMA / 6' HMA / 10' JPCP.
Response posted 02/13/2019




Inquiry #31: Please clarify the note on the top of Sheet 45. What are items 5, 6 and 7 for if this note is valid?
Inquiry submitted 02/12/2019

Response #1:submitted for consideration
Response posted 02/12/2019


Response #2:The note on sheet 45 applies only to the item(s) shown on this sheet.
Response posted 02/13/2019




Inquiry #32: Please Confirm that the hatched areas for "Remove Existing Planting" in the Plant & Irrigation Removal Plans PR-1 through PR-3 Excludes removal of any Trees.
Inquiry submitted 02/13/2019

Response #1:submitted for consideration
Response posted 02/13/2019


Response #2:The hatched areas for "Remove Existing Planting" in the Plant & Irrigation Removal Plans PR-1 through PR-3 implies removing all planting including trees.
Response posted 02/13/2019


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.