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 10-1K4304

Submit new inquiry for this project


Inquiry #1: Please confirm that the digout depth of 0.40' is correct as shown on sheet Q-4, and it is not 0.25' deep as shown in the typical cross sections. Is the intent of the project to complete the digout and then cold plane the top 0.15' off and place 0.15' RHMA G?
Inquiry submitted 04/23/2024

Response #1:Your inquiry has been submitted for review.
Response posted 04/23/2024


Response #2:Correct, the Digout Locations shall have a total depth of 0.40’ (0.15’ RHMA-G (or HMA (Type A) + 0.25’ HMA (Type A)) as shown in the “Repair Failed Areas (Digout Locations)” detail on Sheet Q-4. That detail also shows the tack coat placement at the digout locations. The overall project scope of work is to cold plane 0.15’ of existing AC Pavement and Place 0.15’ RHMA-G or HMA (TYPE A) at locations shown per Summary of Quantities Sheet Q-1.
Response posted 04/25/2024




Inquiry #2: Per the chart of "Repair Failed Areas (Digout Location)" on Summary of Quantities - Q-4, can the State please provide precise locations (MP or STA) of the proposed digouts? With the limit of 1 mile lane closures and only 1 stationary closure allowed, and the State is referencing "somewhere" within a 2 mile section for the digouts, we need the precise locations to estimate the project correctly..


Inquiry submitted 04/30/2024

Response #1:Your inquiry has been submitted for review.
Response posted 04/30/2024


Response #2:Note 2 on Summary of Quantities Sheet Q-4 states, “Exact locations of repair failed areas (digout locations) to be determined by the engineer”.
Response posted 05/01/2024




Inquiry #3: Per Section 5-1.15 of the Special Provisions, is it the intent of the State to require the contractor to have a Certified Safety Professional onsite at all times while work is active on the project? If so, will the State please provide a Bid Item for this.
Inquiry submitted 04/30/2024

Response #1:Your inquiry has been submitted for review.
Response posted 04/30/2024


Response #2:SSP 5-1.15 is for use on projects with an estimated cost greater than $5 million that are not using Safety Quality Control Manager requirements. There is no separate bid item for a “Safety Representative”. This should not be confused with a “Safety Quality Control Manager”, which has a bid item. Instead, according to the Project’s special provision 5-1.15A, the contractor is to "Allocate a full-time, on-site safety representative to project safety for duration of this Contract". Therefore, there is no separate bid item for a full-time, on-site safety representative.
Response posted 05/01/2024




Inquiry #4: Section 39-2.02B(3) specifies PG 64-28M as the binder for HMA type A. Is this correct? Typically we only see a modified binder in the mountain regions.
Inquiry submitted 05/01/2024

Response #1:Your inquiry has been submitted for review.
Response posted 05/01/2024




Inquiry #5: Section 39-2.02B(3) specifies PG 64-28M as the binder for HMA type A. Is this correct? Typically we only see a modified binder in the mountain regions.
Inquiry submitted 05/01/2024

Response #1:Your inquiry has been submitted for review.
Response posted 05/01/2024




Inquiry #6: Section 2-1.18C requires that the Certified Small Business Listing for the Non-Small Business Preference Form is required to be submitted by 4PM on the 4th business day after bid opening. Section 2-1.33B(3)(c)(ii) requires the same form be submitted no later than 4PM on the 2nd business day after bid opening. Which section is correct?
Inquiry submitted 05/01/2024

Response #1:Your inquiry has been submitted for review.
Response posted 05/01/2024


Response #2:Section 2-1.33B is for In-Use Off-Road Diesel-Fueled Vehicle requirements and Section 2-1.18 is for Small Business Enterprises.
Response posted 05/02/2024


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.