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 08-0K2914

Submit new inquiry for this project


Inquiry #1: When is the mandatory prebid for this project?
Inquiry submitted 11/27/2017

Response #1:submitted for consideration
Response posted 11/27/2017


Response #2:

Please see Addendum No. 2. Mandatory Pre-Bid Meeting was removed from the project requirements.
Response posted 11/29/2017




Inquiry #2: Good Morning,
This project was just advertised today, but the Mandatory Pre-bid said it was 09/07/17?
Is this a re-bid?
& if it is, can can we still bid?

Thank you,
Ashley Mix
All American Asphalt
951-736-7600 ext: 227

Inquiry submitted 11/27/2017

Response #1:submitted for consideration
Response posted 11/27/2017


Response #2:

Please see Addendum No. 2. Mandatory Pre-Bid Meeting was removed from the project requirements.
Response posted 11/29/2017




Inquiry #3: Is there a prebid meeting scheduled for this project? The Notice to Bidders reads, “A mandatory prebid meeting is scheduled on September 7, 2017 at at .”
Inquiry submitted 11/29/2017

Response #1:submitted for consideration
Response posted 11/29/2017


Response #2:

Please see Addendum No. 2. Mandatory Pre-Bid Meeting was removed from the project requirements.
Response posted 11/29/2017




Inquiry #4: The Concrete Barrier (Type 60 GC Mod) shown on sheet C-29 denotes pavement offsets up to a 36" Max. The location of the Type 60GC Mod Barrier is shown in Stage 5, sheets SC-49 and SC-50. No typical or pavement elevation/offsets have been provided for this work. Please provide the pavement elevation/offsets for the barrier work in this location.

Inquiry submitted 12/05/2017

Response #1:submitted for consideration
Response posted 12/05/2017


Response #2:An addendum is forthcoming.
Response posted 01/18/2018




Inquiry #5: Please provide the complete list of CUCP work category codes that were utilized to establish the goal for the project?
Inquiry submitted 12/12/2017

Response #1:Please bid in accordance with section 2-1.12 of the 2015 Standard Specifications.
Response posted 12/13/2017




Inquiry #6: Please Reference Bid Item # 55 (Individual Slab Replacement) and Note 5 on Sheet X-1 that states that the Locations will be determined by the Engineer. The lack of information greatly affects the way this item can be bid (# of Traffic Control shifts and overall production). Can we get an idea of approximately how many panels will potentially be replaced on each side of the freeway, in addition to how approx. how many will be replaced in a given mile?
Inquiry submitted 12/14/2017

Response #1:submitted for consideration
Response posted 12/14/2017


Response #2:Please see Addendum No.4.
Response posted 02/08/2018




Inquiry #7: Please review the Legend for Stage 2 Construction on Sheet SC-1 and the Stage 2 Work (Sheets 70-84). The legend shows Roadway Excavation (6" Depth) and Place HMA-A (6" Depth) for the ISR Rapid Lane 2 work that was completed in Stage 1. Is this the intent?
Inquiry submitted 12/14/2017

Response #1:submitted for consideration
Response posted 12/14/2017


Response #2:Please see Addendum No. 4.
Response posted 02/08/2018




Inquiry #8: Per the Complete Ramp Closure Charts J1 and J2 each ramp may be closed for 10 continuous days. Per the Typical Cross Sections on plan sheet X-1 note number 4 the ramps closure is shown as 1 Week. Confirm that each ramp can be closed for a continuous 10 day period.

Inquiry submitted 12/20/2017

Response #1:submitted for consideration
Response posted 12/21/2017


Response #2:Please see Addendum No. 4.
Response posted 02/08/2018




Inquiry #9: 1. Based upon Caltrans’ recent determination of bidders to be non-responsive due to inadequate Disadvantaged Business Enterprise (DBE) Good Faith Efforts, can Caltrans provide the amount of Good Faith Effort (e.g. number of DBEs to be contacted, whether or not we are to utilize higher priced DBEs over lower priced non-DBEs, etc.) the Contractor needs to provide to be deemed as providing “Adequate Good Faith Effort”.
Inquiry submitted 01/02/2018

Response #1:Good faith is measured as an evaluation of a prime contractor's total effort. The bidder's documentation is evaluated on a case-by-case basis. Attention is directed to section 2 of the Standard Specifications 2015, and 49 CFR part 26, Appendix A. Please bid per current contract documents.
Response posted 01/09/2018




Inquiry #10: Caltrans as of recent months has stated that a “Certified DBE Subcontractor’s Total Price cannot exceed the General Contractor’s bid price to count towards the total DBE Goal”. Based upon this determination, a General Contractor that requires addition work by a Certified DBE, that amount cannot be utilized towards the goal and the Submitting General Contractor can be deemed Non-Responsive based upon protest of other General Contractors. Additionally, Caltrans is directing General Contractors on the amount that can be used in the Bid Based upon quotes from a DBE certified Subcontractor that may not arrive until 5-10 minutes prior to bid time and potentially incorrect (e.g. incorrect quantities). Please clarify if this is the case for this Bid and where in the specifications or CFRs this language can be found?
Inquiry submitted 01/02/2018

Response #1:submitted for consideration
Response posted 01/10/2018


Response #2:Please bid in accordance to section 2-1.12 of the 2015 Standard Specifications.
Response posted 02/08/2018




Inquiry #11: The mandatory prebid listed was prior to the project being advertised. I see several people have already asked this questions but it as yet to be addressed. When will the date or confirmation that there is no mandatory prebid be posted?
Inquiry submitted 01/09/2018

Response #1:submitted for consideration
Response posted 01/09/2018


Response #2:Please see Addendum No. 2. Mandatory Pre-Bid Meeting was removed from the project requirements.
Response posted 02/07/2018




Inquiry #12: Surface Abrasion CT 360 is a project requirement. Caltrans has stopped requiring this spec, however, it is being called out for this project. Can Caltrans confirm the Surface Abrasion CT 360 will be a project requirement?

Thank you,

Inquiry submitted 01/09/2018

Response #1:submitted for consideration
Response posted 01/09/2018


Response #2:Surface Abrasion (CT 360) will not be a requirement. Unless an addendum is issued, bid per current contract documents.
Response posted 01/16/2018




Inquiry #13: Please reference Bid Item Bid Item # 54 (Drill and Bond Dowel Bar). The Summary of Quantities indicate that this work is pertaining to the No. 3/4 Mainline Lanes. Please indicate where the contractor is to drill/dowel.
Inquiry submitted 01/10/2018

Response #1:submitted for consideration
Response posted 01/24/2018


Response #2:For the Drill and Bond Dowel Bar work pertaining to the No. 3/4 Mainline Lanes, please see the abbreviation table on Layout plan L-1 , all the Layout Plans. Please see Standard Plans 2015 P10, P30 which indicate that the Drill and Bond Dowel Bar with Terminal Joint Type 1 is for the interface between the Approach Slabs and JPCP as well as the interface between JPCP and JPCP(RSC).
Response posted 02/12/2018




Inquiry #14: In response to questions regarding the Mandatory Pre-bid meeting, it states that an Addendum is forthcoming. As of 1/19/18 an Addendum has not been issued. Please clarify if the project is still on bidding on 1/30/18 as advertised.
Inquiry submitted 01/19/2018

Response #1:submitted for considerations
Response posted 01/19/2018


Response #2:Please see Addendum No.2, the Mandatory Pre-Bid Meeting was removed from the project requirements.

Please see Addendum No.3. Bids will be opened on Tuesday, February 13, 2018.
Response posted 02/07/2018




Inquiry #15: The Type Softstop terminal system is the only in-line terminal system end treatment specified in the contract documents.

We do not agree with this. Caltrans Standard Specifications 2015, Section 6-1.05 Specific Brand or Trade Name and Substitution states "reference to a specific brand or trade name establishes a quality standard and is not intended to limit competition. You may use a product that is equal to or better than the specified trade name if authorized".

Further, FHWA Title 23 CFR 635.411 states Federal Funds shall not participate, directly or indirectly, in payment for any premium or royalty on any patented or proprietary material, specification, or process.

The MSKT is a Caltrans approved in-line terminal and we believe it should be allowed for use on this project.

Please review and clarify why Caltrans will only allow the proprietary Softstop on this federally funded project.


Inquiry submitted 01/23/2018

Response #1:submitted for consideration
Response posted 01/23/2018


Response #2:Your concern is being evaluated. Unless an addendum is issued, please bid per current contract documents.
Response posted 01/25/2018




Inquiry #16: It has been asked numerous times already, but is Caltrans still considering a Mandatory Pre-Bid Meeting for this project. It has been answered that an Addendum is forthcoming, however, this project bids in less than a week and no Addendum regarding this has been issued. With no Pre-Bid Meeting being set up yet, and numerous Bidder Inquiries still unanswered, will Caltrans look to extend the bid date for this project?
Inquiry submitted 01/24/2018

Response #1:submitted for consideration
Response posted 01/24/2018


Response #2:Please see Addendum No. 2. Mandatory Pre-Bid Meeting was removed from the project requirements.
Response posted 02/07/2018


Response #3:Please see Addendum No.2. The mandatory Pre-Bid Meeting is removed from the project requirements. See Addendum No 3. Bids for this work will open on Tuesday, February 13, 2018.
Response posted 02/08/2018




Inquiry #17: It has been asked numerous times already, but is Caltrans still considering a Mandatory Pre-Bid Meeting for this project. It has been answered that an Addendum is forthcoming, however, this project bids in less than a week and no Addendum regarding this has been issued. With no Pre-Bid Meeting being set up yet, an Addendum #4 with numerous plan changes, and numerous Bidder Inquiries still unanswered, will Caltrans look to extend the bid date for this project again?

Inquiry submitted 02/07/2018

Response #1:submitted for consideration
Response posted 02/07/2018


Response #2:Please see Addendum No.2, the Mandatory Pre-Bid Meeting was removed from the project requirements. Unless an addendum is issued, the bid opening will open as scheduled, February 13, 2017.
Response posted 02/07/2018


Response #3:Please see Addendum No. 2. Mandatory Pre-Bid Meeting was removed from the project requirements. See Addendum No. 3, bids open on February 13, 2018.
Response posted 02/07/2018




Inquiry #18: Please verify if the Individual Slab Replacement work is a Type I or Type II (Per Caltrans Standard Plan P8)
Inquiry submitted 02/07/2018

Response #1:submitted for consideration
Response posted 02/08/2018


Response #2:The Individual Slab Replacement work is Type 1 (Per Caltrans Standard Plans 2015, P8). See Individual Slab Replacement quantities on Plans, Sheet Q-2.
Response posted 02/12/2018




Inquiry #19: Are the temporary K-Rails required to be capped/pinned per standard plan T3B?
Inquiry submitted 02/08/2018

Response #1:submitted for consideration
Response posted 02/08/2018


Response #2:Temporary Railing (Type K) is to be capped and pinned per Standard Plans 2015 T3B.
Response posted 02/12/2018


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.