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 11-423804

Submit new inquiry for this project


Inquiry #1: In the special notices section of the notice to bidders and special provision it states "See section 2-1.04 for mandatory prebid meeting requirements" There is not section 2-1.04 in the special provisions. Please provide information for the MANDATORY prebid meeting.
Inquiry submitted 12/10/2021

Response #1:Submitted for consideration.
Response posted 12/10/2021


Response #2:Please refer to Standard Specifications, Section 2-1.04 PREBID OUTREACH MEETING, for requirements on the mandatory prebid meeting. Please also refer to Notice to Bidders for additional requirements, as well as further details on the date and time.
Response posted 12/10/2021




Inquiry #2: For structural section B (0.15’ RHMA-G / 0.15’ HMA-A), are we to assume this section will be cold planed and then paved with the proposed structural section or will we be required to remove the entire existing pavement section prior to placement?
Inquiry submitted 12/27/2021

Response #1:Submitted for consideration.
Response posted 12/27/2021


Response #2:Please refer to Addendum No. 2, dated January 21, 2021.
Response posted 01/24/2022




Inquiry #3: Per the Mandatory Conference on 1-11-2021, the job activities will be shut down from 11-1-2022 thru 5-31-2023. 1) Can you define the reason for this shut down. 2) What will be the Maintenance criteria during this shut down period, including Signage, traffic control, Sweeping, SWPPP,REAP, ETC.
Inquiry submitted 01/12/2022

Response #1:Submitted for consideration.
Response posted 01/13/2022


Response #2:1) Construction activities that requires night time lane closures, with ambient and air temperature specifications.
2) Please refer to Section 10-1.03 of the Special Provisions.
Response posted 01/24/2022




Inquiry #4: - Considering there aren’t any phasing plans or milestones in the spec, please clarify if we are allowed to sequence this work at our own leisure?
Inquiry submitted 01/13/2022

Response #1:Submitted for consideration.
Response posted 01/13/2022


Response #2:Please refer to Section 5-1.01 of the Standard Specifications, "Where the means and methods to complete the work are
not described in the Contract, choose the means and methods to complete the work." Bid per the current contract documents.

Response posted 01/24/2022




Inquiry #5: Bid Item #78 – RHMA (Gap Graded) has a bid quantity of 58,900 TNS. After completing a takeoff it appears that the bid quantity is significantly overstated and should be around 34,000 TNS. It appears that there is an error in the Qty Sheets with the RHMA (Gap Graded) column in rows that have Remove AC Pavement (SQFT). For example, Sheet Q-19 shows a quantity of 11,596 SF for Sht L-2, EB 94E1 from Sta 191+77 to 193+63. Based on Section B (Remove 0.30’ AC Surfacing, 0.15’ RHMA-G, 0.15’ HMA-A) the tonnages for RHMA-G and HMA-A on that row should both be around 129 TNS, however the RHMA-G qty is listed at 646 TNS. This error seems consistent throughout all the Asphalt Concrete Pavement Qty Sheets (Q-19 thru Q-25). Please review and revise Bid Item #78 – RHMA (Gap Graded).
Inquiry submitted 01/17/2022

Response #1:Submitted for consideration.
Response posted 01/17/2022


Response #2:Please refer to Addendum No. 2, dated January 21, 2021.
Response posted 01/24/2022




Inquiry #6: Please clarify the make-up of structural section “M”. Plan sheet X-1 shows that section “M” consists of 0.70’ ISR(RSC) over 0.35’ LCBRS, but layout sheet L-1 shows that section “M” consists of 0.70’ ISR(RSC) over 0.35’ CTBRS. Are we to use LCBRS or CTBRS for the section “M” areas?
Inquiry submitted 01/19/2022

Response #1:Submitted for consideration.
Response posted 01/19/2022


Response #2:Please refer to Addendum No. 2, dated January 21, 2021.
Response posted 01/24/2022




Inquiry #7: For bid item #78 – Rubberized Hit Mix Asphalt (Gap Graded) (RHMA-G), we are seeing a quantity 25% less than that of the bid quantity. Please clarify that the bid quantity remains true?
Inquiry submitted 01/19/2022

Response #1:Submitted for consideration.
Response posted 01/19/2022


Response #2:Please refer to Addendum No. 2, dated January 21, 2021.
Response posted 01/24/2022




Inquiry #8: Refer to plan sheet 345. Please confirm if there are new detectors to be installed between details "C" and "B" as the plans are unclear. Please clarify.
Inquiry submitted 01/19/2022

Response #1:Submitted for consideration.
Response posted 01/20/2022


Response #2:As shown on plans, 4 loops on westbound Grossmont Blvd close to NB-ON Ramp will be replaced.


Response posted 01/20/2022




Inquiry #9: Refer to Spec section 87-4.02D. Please confirm the quote can be extended an additional 6 months due to the award/subcontracting process and if the costs referenced in the specifications include tech support.
Inquiry submitted 01/20/2022

Response #1:Submitted for consideration.
Response posted 01/20/2022


Response #2:Please bid per the current contract documents.
Response posted 01/21/2022




Inquiry #10: Could the State please explain the difference between Item 70 LEAN CONCRETE BASE RAPID SETTING and Item 71 REPLACE BASE? When looking at the summary of quantities sheets it appears that almost all of them match each other. Please clarify what's included is each pay item.
Inquiry submitted 01/21/2022

Response #1:Submitted for consideration.
Response posted 01/21/2022


Response #2:Item 71 REPLACE BASE pays for the removal of concrete bases.
Item 70 LEAN CONCRETE BASE RAPID SETTING pays for the placement of the Lean Concrete Base Rapid Setting.


Response posted 01/24/2022




Inquiry #11: Construction Details C-37 shows MGS Installation for both Narrow Road and Very Narrow Road however there's no pay item for both MGS (7' wood posts) and MGS (8' wood posts) respectively. Please provide summary of quantities and pay item for both Item Code. Thanks
Inquiry submitted 01/25/2022

Response #1:Submitted for consideration.
Response posted 01/25/2022


Response #2:Please refer to the remark on Quantity sheets Q-14, Q-15, and Q-17 for the longer post notes. Bid per the current contract documents.


Response posted 01/25/2022




Inquiry #12: Mandatory Pre bid Attendance List
Inquiry submitted 01/25/2022

Response #1:Name Email
Bo Liu lby167@gmail.com
Diana Layseca diana@besstestlab.com
Seon Kim skim@aurigacorp.com
Que Alicea que@qaconsulting-llc.com
Joe Ferndino joe@securitypaving.com
Jeffrey Preciado jeff@oceansidesupply.com
Tim Marquez @ A-Best Industrial tim@abesttube.com
Troy Davis troy@jadasys.com
karen pearson karenpearson10@gmail.com
Jerry Lopez jlopez@turnpointgeomatics.com
Mehrdad Badiei mbadiei@pacificdemo.com
Earl Faust efaust@ciriusengineering.com
Marissa Mancillas mmancillas@csw.services
Rafael rjuarez@minnali.com
Cesar Monterrosa k14facilitiesprogrammanagers@gmail.com
Trahan Enterprises, Inc. Karl@TrahanEnterprises.com
Sunil Khanderao sunil@exemplifi.io
Trish tholper@dqpenterprises.co
wendell taylor wendell.taylor@tagccorp.com
Luis Urquidez - Sign Factory, Inc. graphicdesign@signfactory.org
Myron Lewis myron.lewis@elleconsultantsinc.om
Abraham Ramirez estimating@coffmanspecialties.com
carlos luna carlos@lunasplumbinginc.com
Allan Rakos-3Insys allan.rakos@3insys.com
Julian Barba jbarba@econolite.com
Maryam Ayam Maryam@AssertiveNOW.com
Steve Tadlock steve@antonservice.com
Tim Haddock tim@elockmail.com
Calmex Engineering msavino@calmex.us
Tom Stallworth tom@stallworthsafety.com
Luis graphicdesign@signfactory.org
Hassan Bitar hassan.bitar@martinmarietta.com
Ryan Vanderhook ryan@rvconcrete.com
Chris Wyss cwyss@flatironcorp.com
Romaine Lewis rolewis@srlenterprises.com
A.Schatz aschatz@pavementrecyling.com
Tom Gallinetti - MSC tgallinetti@myers-sons.com
Jacob Weigand jweigand@griffithcompany.net
Nick Ferndino, Security Paving Co., Inc. Nick@securitypaving.com
Security Paving Company, Inc. kdominguez@securitypaving.com
Jesse Espinoza Jespinoza@GriffithCompany.net
Trahan Enterprises, Inc. Karl@TrahanEnterprises.com
Dillon Usiak Dillon@limacharlieinc.com
Brigitte Peters brigitte@bpsignco.com
Mike Roe mroe@flatironcorp.com
Ken Cornell Kcornell@hazardconstruction.com
Security Paving Company, Inc. cjolley@securitypaving.com
Balakrishna Vasishta bvasishta@gmail.com
bseeger bseeger@hazardconstruction.com
Pete Raney praney@specializedtesting.com
Ruby Sarda ruby@talosys.io
Ron Musgrove ron@mclandcon.com
Ken Cornell, Hazard Construction


Response posted 01/25/2022


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.