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 08-1F1414

Submit new inquiry for this project


Inquiry #1: Please refer to plan sheets 216 thru 221. Please confirm those plan sheets are duplicates of previous shown work.
Inquiry submitted 11/11/2019

Response #1:The plan sheets in question are duplicates. An addendum will be issued to address this matter
Response posted 11/13/2019


Response #2:Please refer to Addendum #1
Response posted 11/26/2019




Inquiry #2: Granite Construction RFIs

1-Layout Plan L-3 does not match Google Earth footprint. L-3 to L-2 and L-3 to L-4 match lines do not reflect the real map view

2-Plan Sheet page #40 Plan Sheet C-13 Section A-A and the plan view has conflict defining the material to be used for patching. Plan view shows 0.15' cold mill and RHMA but X-Section detail shows 0.35' HMA + 0.5' AB C12. Which one is right?

3-Stage Construction Details SCD-1 Sheet #111 starts at Sta SB1 58+00. Per the Staging Plans starting station is approximately SB1 25+10. Summary of quantities stations are also starting at SB1 58+00. Please provide the details and quantities between SB1 ~ 25+10 thru 58+00

4-Cold Plane and pave 0.15 at South Bound outside shoulder bet ween the stations SB1 76+00 thru SB1 83+23 is shown both at Stage 1 sheet #89 and Stage 2 sheet #93. Which stage number this work will be taken care at?

5-PCP work between stations 141+00 thru 153+25 is not shown at any staging plans. Which Stage will this work be performed?

6-Cold mill and HMA Overlay outside shoulder between stations 145+60 thru 153+19 is not shown at any stage. Which stage will this work be performed?

Inquiry submitted 11/11/2019

Response #1:Submitted for consideration
Response posted 11/13/2019


Response #2:Q. 1-Layout Plan L-3 does not match Google Earth footprint. L-3 to L-2 and L-3 to L-4 match lines do not reflect the real map view

A. The plans have been drawn up based on existing Survey information and supplemented with existing control points. "Google Earth Footprint" is not used to verify accuracy of the alignments.

Q. 2-Plan Sheet page #40 Plan Sheet C-13 Section A-A and the plan view has conflict defining the material to be used for patching. Plan view shows 0.15' cold mill and RHMA but X-Section detail shows 0.35' HMA + 0.5' AB C12. Which one is right?

A. This matter will be addressed under an upcoming addendum.

Q. 3-Stage Construction Details SCD-1 Sheet #111 starts at Sta SB1 58+00. Per the Staging Plans starting station is approximately SB1 25+10. Summary of quantities stations are also starting at SB1 58+00. Please provide the details and quantities between SB1 ~ 25+10 thru 58+00

A. SCD-1 Plan indicates temporary construction features only. The permanent construction features, referred to under SB1~25+10 thru 58+00,are indicated under plan sheets X, L, P.

Q. 4-Cold Plane and pave 0.15 at South Bound outside shoulder bet ween the stations SB1 76+00 thru SB1 83+23 is shown both at Stage 1 sheet #89 and Stage 2 sheet #93. Which stage number this work will be taken care at?

A. This matter will be addressed under an upcoming addendum.

Q. 5-PCP work between stations 141+00 thru 153+25 is not shown at any staging plans. Which Stage will this work be performed?

A. Please see Note #4 under plan SC-1, STAGE CONSTRUCTION FEATURES. An addendum will correct this issue under plan SC-4.

Q. 6-Cold mill and HMA Overlay outside shoulder between stations 145+60 thru 153+19 is not shown at any stage. Which stage will this work be performed?

A. This matter will be addressed under an upcoming addendum.

Response posted 11/13/2019


Response #3:Please refer to Addendum #1 for the listed items
Response posted 11/26/2019




Inquiry #3: Please confirm the SWPP Risk Level for this project.

Inquiry submitted 11/13/2019

Response #1:Submitted for consideration
Response posted 11/13/2019


Response #2:The SWPP Risk Level for this project is 2.
Response posted 11/13/2019




Inquiry #4: At special provisions Section 12-4.02C Traffic Control Chart J1 and J2 have the same Closure limits but different closure schedule. Please verify
Inquiry submitted 11/14/2019

Response #1:Submitted for consideration
Response posted 11/14/2019


Response #2:Please see the remarks area of the charts. Chart J2 is to be used only for 55 hour weekend closures
Response posted 11/21/2019




Inquiry #5: Stage 5 Plan Sheet #103 SC-17 Construction Feature #4 request to cold mill and pave 0.15' in the SB direction. Will the K-Rail required for this operation? Traffic Handling Plans shows K-Rail only at North Bound

Inquiry submitted 11/14/2019

Response #1:Submitted for consideration
Response posted 11/14/2019


Response #2:An addendum will be forthcoming.
Response posted 11/21/2019


Response #3:Please refer to Addendum #2
Response posted 12/06/2019




Inquiry #6: Stage 6 Plan Sheet #107 SC-21 Construction Feature #2 directs to cold mill and pave 0.15'. The note does not mention if the work is at south bound or north bound. If this work is North Bound shoulder cold plane and RHMA pave, will K-Rail be required for this work?

Inquiry submitted 11/14/2019

Response #1:Submitted for consideration
Response posted 11/14/2019


Response #2:An addendum is forthcoming.
Response posted 11/21/2019


Response #3:Please refer to Addendum #2
Response posted 12/06/2019




Inquiry #7: JPCP and RSC details are needed to understand the dowel bar and reinforcement design requirements


Inquiry submitted 11/14/2019

Response #1:Submitted for consideration
Response posted 11/14/2019


Response #2:Please see 2018 Standard Plan P3B
Response posted 11/21/2019




Inquiry #8: Contour Grading Plans G-3 and G-4 do not align with the provided match lines properly. If you align the plans with the next approximate station location there is a 40 ft gap between the match lines of the current set. This gap in data leaves room for interpretation. Please provide a revised plan set that shows the missing data.


Inquiry submitted 11/14/2019

Response #1:Submitted for consideration
Response posted 11/14/2019


Response #2:Addendum is forthcoming.
Response posted 11/21/2019


Response #3:Please refer to Addendum #2
Response posted 12/06/2019




Inquiry #9: Structural Section 5 includes HMA bond breaker between JPCP and LCB. Sheet Q-2 designates this scope (HMA bond breaker) as a non-pay item. Please confirm HMA bond breaker is incidental to Bid Item 42 - Lean Concrete Base.

Inquiry submitted 11/19/2019

Response #1:submitted for consideration
Response posted 11/19/2019


Response #2:Addendum is forthcoming.
Response posted 11/21/2019


Response #3:HMA-A bond breaker quantity (ton) is paid under bid Item # 47 Hot Mix Asphalt (Type A).
Response posted 11/21/2019


Response #4:Please refer to Addendum #2
Response posted 12/06/2019




Inquiry #10: Structural Section 7 calls out bond breaker between the JPCP RSC and LCB-RS. Special Provision 36-2.02 states athat 36-2.03B of the Standard Specifications does not apply and bond breaker shall be 0.10' HMA Type A. Please revise specifications to allow the use of other bond breakers for Rapid Set Concrete structural sections. Due to limited traffic closure windows, RSC and LCB-RS set times and HMA bond breaker cooling time, it is not feasible to use HMA BB in this section.


Inquiry submitted 11/19/2019

Response #1:Submitted for consideration
Response posted 11/19/2019


Response #2:Please refer to Addendum #2
Response posted 12/06/2019




Inquiry #11: Existing K-rail currently sits in the footprint of shoulder work detailed and required in Stage 1. Traffic handling plans do not address this conflict. Is the Contractor permitted to remove existing k-rail during Stage 1 under BI 102 - Remove Concrete Barrier? If the Contractor is not permitted to remove existing k-rail in Stage 1, please provide an approved traffic handling plan for this stage of work and corresponding method of payment.

Inquiry submitted 11/19/2019

Response #1:Submitted for consideration
Response posted 11/19/2019


Response #2:Submitted for consideration
Response posted 11/19/2019


Response #3:Contractor is permitted to remove K-rail during Stage 1.
Response posted 11/21/2019




Inquiry #12: Please verify quantity for Bid item 60: Joint Seal (Preformed Compression). Our takeoff indicates the item is overstated by about 1/3.

Inquiry submitted 11/21/2019

Response #1:Submitted for consideration
Response posted 11/22/2019


Response #2:This issue will be addressed in an upcoming Addendum
Response posted 11/26/2019


Response #3:Please refer to Addendum #2
Response posted 12/06/2019




Inquiry #13: It is apparent that water pressure from adjacent mountain is forcing ground water up through the joints. A) Please confirm Caltrans believes joint seal will be effective and is feasible to install in this area. B) If Caltrans determines joint seal is required and feasible, best practices are to perform spall repair prior to sealing existing pavement. Please provide a method of payment if Caltrans will require spall repair prior to joint seal installation. C) Compression seal does not work in existing joints with wide or variable widths. Some of the existing, longitudinal joints on the project have wide separations. Please consider the use of asphalt or silicone sealant for the existing pavement.

Inquiry submitted 11/21/2019

Response #1:submitted for consideration
Response posted 11/22/2019


Response #2:The preformed compression joint seal is only used for sealing longitudinal and transverse contraction/construction joints in lane replacement (lanes 3 and 4). A longitudinal isolation joint seal (silicone) will be placed between existing concrete (PCC) pavement and new rigid pavement. The project scope of work doesn’t include sealing existing joints.
Response posted 11/26/2019




Inquiry #14: Unit price for Bid Item 60 – Joint Seal (Preformed Compression) varies greatly for new pavement and existing pavement. Please consider having two separate items in order to protect the Owner from unnecessary cost and fairly compensate the Contractor in the event of an adjustment.

Inquiry submitted 11/21/2019

Response #1:Submitted for consideration
Response posted 11/22/2019


Response #2:Joint Seal (Preformed Compression) will be provided only where new JPCP is constructed. There will be no consideration for using two separate items.
Response posted 11/26/2019




Inquiry #15: Response to Inquiry#8 states the forthcoming Addendum would address the issue but Add#1 did not include any information/clarification about the inquiry. Clarification is needed at Plan Sheets G-3 and G-4. Thanks
Inquiry submitted 11/25/2019

Response #1:Submitted for consideration
Response posted 11/26/2019


Response #2:This inquiry will be handled under a subsequent addendum to be issued in the coming days.


Response posted 11/26/2019


Response #3:Please refer to Addendum #2
Response posted 12/06/2019




Inquiry #16: Please provide lane closure TC Handling plans and TC Charts for the Bridge Removal and Approach Slab replacement works at Temecula Bridge.

Inquiry submitted 12/02/2019

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


Response #2:We're replacing bridge barrier and approach slab, not replacing the bridge. Lane Requirement Charts are in the Standard Special Provisions (SSPs) and Standard plans T10 will be used for traffic handling.
Response posted 12/03/2019




Inquiry #17: Will removed K-Rail under bid item #102 required to be salvaged? If yes, is the stockpile location address as Section 15 Existing Facilities ? If not will the K-Rail be contractor's property ?

Inquiry submitted 12/02/2019

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


Response #2:Will removed K-Rail under bid item #102 required to be salvaged?
A: No

Q: If yes, is the stockpile location address as Section 15 Existing Facilities ?
A: Not applicable

Q: If not will the K-Rail be contractor's property ?
A: It can be disposed of or it can become contractor's property.

Response posted 12/03/2019




Inquiry #18: Per Wildlife Fence Construction Details C-8, it shows the chain link fabric to be 10 ft. high but only 8 ft. is above ground. Please clarify what size of posts we should use since Caltrans RSP A85 calls for 2.88" OD for fence 8 ft. height and 3.50" OD for fence 10 ft. height max. Thanks
Inquiry submitted 12/03/2019

Response #1:Submitted for consideration
Response posted 12/03/2019


Response #2:The 10' high wildlife fence is buried 2' in the ground and requires a 3.5" OD as indicated in the table under Revised Standard Plan A85 and under Note in sheet C-8 for Additional details.
Response posted 12/05/2019




Inquiry #19: Under Bid Items 28 Contractor-Supplied Biologist and 29 Natural Resource Protection Plan, regarding the protocol presence/absence survey for the Least Bell's Vireo: does this require the full protocol 8-site visits between April-July by a qualified biologist?

Inquiry submitted 12/04/2019

Response #1:No this does not require the full protocol. A preconstruction survey needs to be performed by the Contractor biologist
Response posted 12/05/2019


Response #2:Following our latest consultation with the US Fish & Wildlife Service, it has been determined that protocol surveys are required in order to determine presence/absence. Simply conducting one survey would not be to protocol and thus would not be accepted, which would thus require full time biological monitoring.

Upon completion of protocol surveys, if species is absent, further biological monitoring would not be required. If species is found, then buffer noted in special provision would be implemented.

This response overrides the prior one.

Response posted 12/09/2019




Inquiry #20: Under Bid Items 28 Contractor-Supplied Biologist and 29 Natural Resource Protection Plan, regarding the protocol presence/absence survey for the Coastal California Gnatcatcher: does this require 3 surveys (February-August) by a permitted biologist?

Inquiry submitted 12/04/2019

Response #1:No this does not require the full protocol. A preconstruction survey needs to be performed by the Contractor biologist.


Response posted 12/05/2019


Response #2:Following our latest consultation with the US Fish & Wildlife Service, it has been determined that protocol surveys are required in order to determine presence/absence. Simply conducting one survey would not be to protocol and thus would not be accepted, which would thus require full time biological monitoring.

Upon completion of protocol surveys, if species is absent, further biological monitoring would not be required. If species is found, then buffer noted in special provision would be implemented.

This response overrides the prior one.

Response posted 12/09/2019




Inquiry #21: Lay-out Sheet Nos. L-5 to L-7 shows approximately 2,100 LF of Double Thrie Beam Barrier that need to be removed however there's no pay item for the said removal. Please clarify. Thanks
Inquiry submitted 12/04/2019

Response #1:Submitted for consideration
Response posted 12/05/2019


Response #2:Any existing guardrail or thrie-beam barriers are classed under "Guardrail" and are scheduled for removal in their respective Layout sheets and with their quantity indicated in the Q-sheets. Their pay item appears under "REMOVE GUARDRAIL" ITEM Code 839752 (Item No. 100) in the Bid Item List.
Response posted 12/05/2019




Inquiry #22: Bidder Inquiries #12 and #14 were not addressed in Addendum #1, when will Caltrans issue an addendum to address the quantities for Item # 60 Joint Seal?
Inquiry submitted 12/05/2019

Response #1:Submitted for consideration
Response posted 12/05/2019


Response #2:Addendum #2 is expected to be issued this afternoon.
Response posted 12/05/2019




Inquiry #23: Please clarify what size/kind of timber post we need to use for Timber Retaining Wall. Construction Details C-10, Elevation View shows 6" dia. Round Timber Post but Construction Details C-11, Details A & B shows 6" x 12" Rectangular Timber Post. Thanks
Inquiry submitted 12/05/2019

Response #1:Submitted for consideration
Response posted 12/05/2019


Response #2:The size of timber post used for the timber retaining wall should be 6" x 12". Please bid per current contract documents.
Response posted 12/11/2019




Inquiry #24: Referring to Answer #2 to Inquiry #21, said quantities of the removed double thrie beam barrier was not included or counted on the summary of quantities for the removed guardrail on Sheet Q-4 only those of the removed guardrail was included. Please verify. Thanks
Inquiry submitted 12/05/2019

Response #1:Submitted for consideration
Response posted 12/06/2019


Response #2:Please bid per current contract documents.
Response posted 12/10/2019




Inquiry #25: Sheet X-1 states the pavement climate region as “Inland Valley” which historically has not required epoxy coated material. However, revised sheet B9-2 has a note that all approach slab reinforcing shall be epoxy coated reinforcing and that the top cover must be 2 ½” in freeze-thaw area. Please confirm if this area is a freeze thaw area requiring epoxy material.
Inquiry submitted 12/06/2019

Response #1:Submitted for consideration
Response posted 12/06/2019


Response #2:The region classed as "Inland Valley" is not a freeze-thaw area and as such does not require epoxy coating of the slab reinforcing material.
Response posted 12/10/2019




Inquiry #26: Page 200 of the Plans show that there is 190 cy of Lean Concrete Base Rapid Setting associated with the Individual Slab Replacement (RSC) scope. Page 201 of the plans also show that there is 190 cy of Replace Base associated with the Individual Slab Replacement (the note says assumed 20% base replaced). Is it Caltrans intention to have both of these items with the ISR? Please advise.
Inquiry submitted 12/06/2019

Response #1:Submitted for consideration
Response posted 12/09/2019


Response #2:Both estimates are based on the assumption that 20% of the base would need replacement where Individual Slabs are be replaced.
Response posted 12/09/2019




Inquiry #27: Is there any subsurface information available, borings or test pits?
Inquiry submitted 12/09/2019

Response #1:Submitted for consideration
Response posted 12/09/2019


Response #2:Please refer to section 2-1.06B under the 2018 Standard Specifications for Supplemental Project Information. The requested information is not currently available. Please bid per current contract documents
Response posted 12/10/2019




Inquiry #28: Inquiry #1 has yet to be clarified in an addendum. Will it be issued?
Inquiry submitted 12/09/2019

Response #1:Addendum #1 has clarified the issue of duplicates based on the affected plan numbers. Please bid per current contract documents.
Response posted 12/10/2019




Inquiry #29: Regarding Bid Items 28 Contractor-Supplied Biologist and 29 Natural Resource Protection Plan, is the project under a Biological Opinion or does the biologist need to have their own permit for the species?

Inquiry submitted 12/11/2019

Response #1:Submitted for consideration
Response posted 12/11/2019


Response #2:Q. Regarding Bid Items 28 Contractor-Supplied Biologist and 29 Natural Resource Protection Plan, is the project under a Biological Opinion

A. The project is not under a biological opinion.

Q. or does the biologist need to have their own permit for the species?

A. The biologist would need to be permitted for presence absence surveys for Coastal California Gnatcatcher. The biologist would have to be well qualified for presence absence surveys for Least Bell's Vireo and permitted if they are found and nest monitoring is required.

The biologist should follow the USFWS presence/absence survey protocol

For Coastal California Gnatcatcher:
Coastal California gnatcatcher surveys shall be completed by permitted biologists if proposed projects contain coastal sage scrub, alluvial fan scrub, chaparral, or intermixed or adjacent areas of grassland and riparian habitats, and is located within the range of this species. The protocol should be followed for all surveys unless otherwise authorized by the Service in writing.

For Least Bell's Vireo:
Surveys should be conducted by a qualified biologist familiar with the songs, whisper songs, calls, scolds, and plumage characteristics of adult and juvenile vireos. These skills are essential to maximize the probability of detecting vireos and to avoid potentially harassing the species in occupied habitats.

A permit is not required for presence/absence surveys as long as current protocol is followed and tapes are not used.

A permit is required when conducting nest monitoring, using taped vocalizations to illicit responses during presence/absence surveys, or handling individuals. An individual must provide documentation of experience observing least Bell’s vireos in the wild (40 hours minimum), in a variety of localities (5 minimum)

Response posted 12/11/2019




Inquiry #30: What are the Clear and Grub limits in reference to the Wild Life Fence?
Inquiry submitted 12/11/2019

Response #1:Please refer to 2018 Standard Specifications under Section 14 - Environmental Stewardship. Please bid per current contract documents.
Response posted 12/12/2019


Response #2:Please refer to 2018 Standard Specifications under Section 14 - Environmental Stewardship. Please bid per current contract documents.
Response posted 12/12/2019




Inquiry #31: Addendum 2 added specification 36-5.04 stating "The payment for Hot Mix Asphalt (Type A) Interlayer shall be paid as Hot Mix Asphalt (Type A)". Conversely, the description for the HMA interlayer as shown on the revised summary of quantity sheets still includes "(N)", indicating that it is a non-pay item.

Summary of Quantities plan sheet Q-6 indicates a total of 3,092 T of Hot Mix Asphalt (Type A) Interlayer and a total of 25,662 T of Hot Mix Asphalt (Type-A). If the above referenced specification is correct, the total quantity for bid item 390132 should be revised to 28,754 T.

Please confirm that the Contractor will be paid directly for the 3,092 T of Hot Mix Asphalt (Type A) Interlayer, and if so, under which pay item.

Inquiry submitted 12/11/2019

Response #1:Please refer to 2018 Standard Specifications under Section 9 - Payment. Bid per current contract documents.
Response posted 12/12/2019


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.