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 11-430514

Submit new inquiry for this project


Inquiry #1: it appears the the quantities for temporary pavement markers are wrong they are way to high can you please correct this.
Inquiry submitted 02/04/2022

Response #1:Submitted for consideration.
Response posted 02/04/2022


Response #2:Please refer to Addendum No. 1, dated March 4, 2022.
Response posted 03/07/2022




Inquiry #2: Please review the engineer's quantity for Isolation Joint Seal (Silicone).
Inquiry submitted 02/07/2022

Response #1:Submitted for consideration.
Response posted 02/07/2022


Response #2:Please refer to Addendum No. 1, dated March 4, 2022.
Response posted 03/07/2022




Inquiry #3: Re: Item # 610201 and 013110 - 18" and 24" ASP Allowable Pipe Material. Please provide the Allowable Pipe Slotted Window Details.
Inquiry submitted 02/11/2022

Response #1:Submitted for consideration.
Response posted 02/11/2022


Response #2:Please refer to Standard Plans D98A, D98B, D98D, and D98F for slotted pipe details and bid per current contract documents.
Response posted 02/15/2022




Inquiry #4: On Construction Detail Sheet C-2 it shows the concrete barrier sitting on what looks to be a 1' footing. Can the state clarify if this 1' footing is apart of the 60M Mod and is to be paid under this item? Also, there is no "Optional Construction Joint" called out in this detail. Can the state also clarify that a construction joint is allowed int he constructino of this barrier?
Inquiry submitted 02/24/2022

Response #1:Submitted for consideration.
Response posted 02/24/2022


Response #2:Yes, per plan sheet number 70, the 1’ footing is included with Concrete Barrier (Type 60M Mod) with Scuppers. Refer to RSP A76A and Standard Plan A76B for additional information regarding Concrete Barrier (Type 60M). Bid per current contract documents.
Response posted 03/04/2022




Inquiry #5: There are no details/call-outs for terminal or expansion joints for construction between stages, please advise.
Inquiry submitted 02/24/2022

Response #1:Submitted for consideration.
Response posted 02/24/2022


Response #2:Refer to RSP P31A and RSP P32 for terminal and expansion joint options and bid per current contract documents.
Response posted 03/04/2022




Inquiry #6: On sheet L-15, Structural Section E in the northbound direction of the median tapers from 1883+00-1888+00, is this to be intended to be constructed as drawn?
Inquiry submitted 02/24/2022

Response #1:Submitted for consideration.
Response posted 02/24/2022


Response #2:Please refer to Addendum No. 1, dated March 4, 2022.
Response posted 03/10/2022




Inquiry #7: The table under the End of Queue Monitoring section on page 53 of the special provisions, are the PCMSTs required for peak hours apply to the weekends?
Inquiry submitted 02/24/2022

Response #1:Submitted for consideration.
Response posted 02/24/2022


Response #2:Please refer to Addendum No. 3, dated March 23, 2022.
Response posted 03/23/2022




Inquiry #8: Can geotechnical bore log information be made available to bidders?
Inquiry submitted 02/25/2022

Response #1:Submitted for consideration.
Response posted 02/25/2022


Response #2:Submitted for consideration.
Response posted 03/14/2022


Response #3:Please refer to Addendum No. 3, dated March 23, 2022.
Response posted 03/23/2022




Inquiry #9: The Special Provisions mention traffic screens but in the traffic control plans there are no callouts for the traffic screens. Will you be requiring them on this job?
Inquiry submitted 02/28/2022

Response #1:Submitted for consideration.
Response posted 03/01/2022


Response #2:The Revised Standard Specifications (RSS) are applicable to the 2018 edition of the Standard Specifications. The RSS, which start on page 160 of the Notice to Bidders and Special Provisions, make reference to Temporary Traffic Screens. The Special Provisions do not reference traffic screens. Please bid per current contract documents.


Response posted 03/03/2022




Inquiry #10: Standard plan P32 shows a terminal joint perpendicular to centerline, and only provides expansion joint configuration details for joints that are perpendicular and aligned between lanes. Please provide locations and configuration for terminal joints that are skewed or staggered.
Inquiry submitted 02/28/2022

Response #1:Submitted for consideration.
Response posted 03/01/2022


Response #2:Please refer to Addendum No. 5, dated April 8, 2022.
Response posted 04/11/2022




Inquiry #11: Please refer to section 87-19.02C and other parts of the contract. Please confirm and clarify if the multiduct systems (MDCS) can be spliced per the manufacturer's recommendations since there are no details in the contract. Is there any restrictions?
Inquiry submitted 03/01/2022

Response #1:Submitted for consideration.
Response posted 03/01/2022


Response #2:You must not splice the Multi Duct Conduit Systems. Please refer to Section 87-19.03C(1) and bid per contract documents.
Response posted 03/02/2022




Inquiry #12: Refer to plan sheet 394 run #2 (typical example). Please confirm if the MDCS is to be installed in the fiberglass conduit as a separate unit and the expansion fitting will be a normal fiber glass type.
Inquiry submitted 03/01/2022

Response #1:Submitted for consideration.
Response posted 03/01/2022


Response #2:Yes, refer to SES plan sheets. MDCS is to be installed in the fiberglass conduit and fiberglass conduit expansion fittings are to be installed. Bid per current contract documents.
Response posted 03/04/2022




Inquiry #13: Layout Plansheet L-20 shows that part of the inside shoulders are structural section “B” and part of it is structural section “E” but it does not indicate where section “B” starts and stops between section “E”. The summary of quantities does not indicate this either, please clarify.
Inquiry submitted 03/02/2022

Response #1:Submitted for consideration.
Response posted 03/02/2022


Response #2:Please refer to Addendum No. 3, dated March 23, 2022.
Response posted 03/23/2022




Inquiry #14: The quantity for Bid Item # 39 – HOT MIX ASPHALT (TYPE A), seems to have a much higher engineer’s estimate than what we are calculating, please confirm this bid quantity is accurate.
Inquiry submitted 03/02/2022

Response #1:Submitted for consideration.
Response posted 03/02/2022


Response #2:Please refer to Addendum No. 1, dated March 4, 2022.
Response posted 03/10/2022




Inquiry #15: Please consider the unanswered bidder's questions and scope of the pending addendum and extend the bid date one week, thank you.
Inquiry submitted 03/02/2022

Response #1:Submitted for consideration.
Response posted 03/02/2022


Response #2:Please refer to Addendum No. 2, dated March 9, 2022.
Response posted 03/10/2022




Inquiry #16: Refer to Inquiry 11. Please review response as the work may be impractical or unbuildable where the MDCS cannot be spliced due to field or materials circumstances.
Inquiry submitted 03/03/2022

Response #1:Submitted for consideration.
Response posted 03/03/2022


Response #2:Refer to section 4-1.07B “Value Engineering Change Proposal” of the Standard Specifications. Proposals for modifications to the contract documents may be submitted to the Engineer after contract award. Bid per current contract documents.
Response posted 03/04/2022




Inquiry #17: Refer to plan sheet 412 and legend note #1 . Please confirm the detail to be used or clarify how the work is to be performed between stations 1974 through 1978.
Inquiry submitted 03/03/2022

Response #1:Submitted for consideration.
Response posted 03/03/2022


Response #2:Please refer to Addendum No. 3, dated March 23, 2022.
Response posted 03/23/2022




Inquiry #18: Refer to plan sheet 392 and legend note #2. Please confirm a new building or cabinet is not required to be installed. All equipment is to be mounted into existing. If not, please clarify.
Inquiry submitted 03/03/2022

Response #1:Submitted for consideration.
Response posted 03/03/2022


Response #2:Refer to section 87-19 for hub enclosure and backup power specifications and bid per current contract documents.
Response posted 03/04/2022




Inquiry #19: Will the newly constructed Concrete Barrier (Type 60M Mod) require painting to match the color of the existing barriers? Please advise.
Inquiry submitted 03/03/2022

Response #1:Submitted for consideration.
Response posted 03/03/2022


Response #2:No color is specified for the Concrete Barrier (Type 60M Mod). Bid per current contract documents.
Response posted 03/04/2022




Inquiry #20: Please provide the as-builts for the existing drainage that include the slotted pipe and drainage structures.
Inquiry submitted 03/04/2022

Response #1:Submitted for consideration.
Response posted 03/04/2022


Response #2:Please refer to standard plans D93, D98A, and D98B for standard drainage information, and bid per current contract documents.
Response posted 03/10/2022




Inquiry #21: Please provide a bid item for the removal of the existing slotted drain pipe and clarify type of existing pipe to be removed.
Inquiry submitted 03/04/2022

Response #1:Submitted for consideration.
Response posted 03/04/2022


Response #2:Refer to sections 64-2 and 66-1 of the Standard Specifications, the cost for removing existing pipe is included in the cost of the bid items for new pipe.
Response posted 03/10/2022




Inquiry #22: Per plan sheet 114 of 553 the contractor is required to cold plane existing ac pavement around existing drainage structures however the majority of drainage located within the project will be in new CRC Pavement or HMA sections. Please clarify if the contractor will be required to place HMA around all drainage structures located within the project limits or if this detail is for existing HMA areas that do not require full replacement only.
Inquiry submitted 03/04/2022

Response #1:Submitted for consideration.
Response posted 03/04/2022


Response #2:Please refer to Addendum No. 3, dated March 23, 2022.
Response posted 03/23/2022




Inquiry #23: In existing field areas where the there is existing slotted drainage with no drainage inlet please provide the type of structure or pipe tie-in. Clarify distance and elevation of the existing structure or pipe from the end of the proposes alternative slotted drainage.
Inquiry submitted 03/04/2022

Response #1:Submitted for consideration.
Response posted 03/04/2022


Response #2:Please refer to standard plans D93, D98A and D98B for standard drainage information, which shows slotted pipe installed at flowline, and bid per current contract documents.
Response posted 03/10/2022




Inquiry #24: Clarify if the existing drainage inlet grates are welded to the frame.
Inquiry submitted 03/04/2022

Response #1:Submitted for consideration.
Response posted 03/04/2022


Response #2:Please refer to Section 2-1.07 "Job Site & Document Examination" of the Standard Specifications and bid per the current contract document.


Response posted 03/10/2022




Inquiry #25: With regards to Bidder Inquiry #5 and Caltrans response of " Response #2:Refer to RSP P31A and RSP P32 for terminal and expansion joint options and bid per current contract documents." is the contractor to assume that where the new CRCP meets the New JPCP (RSC), the contractor is to use a Terminal Joint Type "G"? If this is the case, the manufacturer of the MR2" compression seal requires the saw kerf for the new compression seal to be cut to 6.75", which would slice the new dowel almost in half. Please define the type of joints and locations either in the summary of quantities, layout sheets or construction detail sheets, so all contractors can "bid per the contract documents".
Inquiry submitted 03/04/2022

Response #1:Submitted for consideration.
Response posted 03/04/2022


Response #2:Please refer to Addendum No. 3, dated March 23, 2022.
Response posted 03/23/2022




Inquiry #26: The summary of quantities shows a portion of the inside shoulders to be cold planed 0.20’ and overlayed with RHMA-G but the layout sheets and cross sections do not identify which areas of the inside shoulders are to be RHMA-G rather than what appears to be called out at structural section “E” HMA-A. Please provide clarification.
Inquiry submitted 03/07/2022

Response #1:Submitted for consideration.
Response posted 03/07/2022


Response #2:Please see plan sheet 87 for additional cold plane and overlay information.
Response posted 03/23/2022


Response #3:Please see plan sheet 87 for additional cold plane and overlay information.
Response posted 03/23/2022




Inquiry #27: The length Individual Slab Replacement on Row 5 of the table on Quantity Sheet Q-5 is incorrect. Stationing indicates a length of 314.19', which matches the callouts on sheet L-8, not 603' as shown in the table. The RSC quantity for this entry is also incorrect. Please clarify.
Inquiry submitted 03/08/2022

Response #1:Submitted for consideration.
Response posted 03/08/2022


Response #2:Please refer to Addendum No. 3, dated March 23, 2022.
Response posted 03/23/2022




Inquiry #28: Given the quantity of unanswered questions on this project and large number of other Caltrans paving contracts currently bidding, we request a postponement of the bid date for a minimum of two weeks.
Inquiry submitted 03/08/2022

Response #1:Submitted for consideration.
Response posted 03/08/2022


Response #2:Please refer to Addendum No. 2, dated March 9, 2022.
Response posted 03/10/2022




Inquiry #29: Refer to plan sheet 430. Please confirm if the piezo cables will be long enough to reach the controller cabinet for connections. I recall there are some limitations to the length of cable for these sensors.
Inquiry submitted 03/14/2022

Response #1:Submitted for consideration.
Response posted 03/14/2022


Response #2:Please refer to Section 87-10.02C and bid per current contract documents.
Response posted 03/23/2022




Inquiry #30: Mandatory Pre-bid Meeting List.
Inquiry submitted 03/16/2022

Response #1:PRIME CONTRACTORS:

1. ACC Contractors, Inc. Tony Cong tony@acccontractors.com


2. Coffman Specialties Abraham Ramirez

estimating@coffmanspecialties.com


3. Escobar Construction Rafael Sosa rafael@escobarco.com


4. FBD Vanguard Construction, Inc.

Erin Hutchison eclutter@vc-inc.net


5. Flatiron Construction Corp Chris Wyss cwyss@flatironcorp.com

Jannette Carter carter@flatironcorp.com

Mike Roe mroe@flatironcorp.com


6. Granite Construction Company Jon Hamilton jon.hamilton@gcinc.com


7. Granite Construction Company Veronica Garcia veronica.garcia@gcinc.com


8. Granite Construction Company Zach Katje zachary.katje@gcinc.com


9. Griffith Company Jake Weigand

jweigand@griffithcompany.net


10. Guy F Atkinson Construction Christopher Acosta christopher.acosta@atkn.com


11. Security Paving Company, Inc. Dan Hirsh dhirsh@securitypaving.com


12. SEMA Construction, Inc. Caroline Del Mazzio cdelmazzio@sema.inc


13. Skanska USA Civil bids.socal@skanska.com


14. Walsh Construction Denia Lanza-Campos


dlanzacampos@walshgroup.com

Lonnie Rejda lrejda@walshgroup.com

M. Villegas mtvillegas@walshgroup.com

SUBCONTRACTORS:

1. Advanced Drainage Systems

a. Travis Antonissen


b. travis.antonissen@adspipe.com



2. Area81 Cleaning Services

a. SUSANA FERNANDEZ


b. contactarea81@gmail.com



3. Bridge Masters, Inc.

a. Jake Bothe


b. jakob.bothe@bridgemastersinc.com



4. Cadre Design Group, Inc

a. sharon sanchez


b. sharon@cadredg.com



5. Calmex Engineering

a. Bill Daugherty


b. billd@calmex.us



6. Driscoll & Associates, Cpa

a. John Driscoll


b. j.driscollcpa@yahoo.com



7. Igc

a. Reza Hosseini


b. brhossini@irvinegc.com



8. Ipinkty Digital Media Productions Llc

a. Tiawan Pinkney


b. tiawancpinkney@ipinkty.com



9. J&B Solutions

a. Byron Maxwell


b. byron@jandbsolutionsca.com



10. La Salle Solutions

a. Dennis La Salle


b. lasalle.calif@gmail.com



11. Martin Marietta Materials

a. Geoffrey Acosta


b. geoffrey.acosta@martinmarietta.com



12. Mountainview Biological Consultinig, Llc

a. Brittney Taylor


b. b.taylor@mtn-bio.com



13. Neo Design Concepts

a. Don Phravorachith


b. marketing@neodesignconcepts.com



14. Talosys

a. Ruby Sarda


b. ruby@talosys.io



15. UltraSystems Environmental

a. Brandie Metcalf


b. bmetcalf@ultrasystems.com



Response posted 03/16/2022




Inquiry #31: Revised Standard Specification 40-2.03D(1) informs the bidder when "CRCP that develops raveling areas of 6x6 inches or greater requires partial depth repair." Section 40-2.03D(2) Partial Depth Repair, specifies how to perform the repair.
Revised Standard Specification 40-2.03D(3) Full-Depth Repair, specifies how to perform the repair for both full depth Transverse and Longitudinal Cracks. However, the Specifications do not specify when such repair is required (as it does for raveling areas).
Please provide the criteria for when the implementation of a Full-Depth Repair is required, and how the repair is paid for.

Inquiry submitted 03/17/2022

Response #1:Submitted for consideration.
Response posted 03/17/2022


Response #2:Please refer to Addendum No. 4, dated March 30, 2022.

Response posted 04/01/2022




Inquiry #32: Can all the Alternative Slotted Pipe be 18"
As a manufacture of an approved slotted pipe we no longer manufacture the 24" size.
We currently only manufacture an 18" and 12" size


64 610201 18" ALTERNATIVE SLOTTED PIPE LF 980
65 013110 24" ALTERNATIVE SLOTTED PIPE LF 410

Inquiry submitted 03/23/2022

Response #1:Submitted for consideration.
Response posted 03/23/2022


Response #2:Please bid per the current contract documents.
Response posted 04/04/2022




Inquiry #33: Please confirm that bid item 50 Dowel Bar Retrofit (Joint) with a quantity of 5990 each is representative of 5990 transverse joints that per Standard Plan sheet P7 take 6 each dowels per +/- 12 foot of joint.
Inquiry submitted 03/25/2022

Response #1:Submitted for consideration.
Response posted 03/26/2022


Response #2:Please refer to Addendum No. 5, dated April 8, 2022.
Response posted 04/11/2022




Inquiry #34: The geotechnical report provided indicates that rock will be encountered in the excavation, however there is neither a "Rock Excavation" pay item nor is there any quantity defined in the plans or specs. Please provide a quantity of rock that is expected to be encountered during excavation along with a pay item to compensate the contractor for the cost of said rock excavation.
Inquiry submitted 03/29/2022

Response #1:Submitted for consideration.
Response posted 03/29/2022


Response #2:Refer to the Recommendations section of the Geotechnical Report in the Information Handout and bid per current contract documents.
Response posted 04/01/2022




Inquiry #35: Please provide as-builts for the existing storm drainage. The contractor will need to understand tie-in pipe type, locations and disposal cost associated to properly price the remove and installation of the new.
Inquiry submitted 03/29/2022

Response #1:Submitted for consideration.
Response posted 03/29/2022


Response #2:Please bid per the current contract documents.
Response posted 04/01/2022




Inquiry #36: Per Standard Plan P8 Individual Slab Replacement (Note 1) and P10, contractor must drill and bond dowel bars into existing concrete pavement when placing ISR. In which bid item will the drill and bond dowel bars be paid?
Inquiry submitted 03/29/2022

Response #1:Submitted for consideration.
Response posted 03/30/2022


Response #2:Please refer to Addendum No. 5, dated April 8, 2022.
Response posted 04/11/2022




Inquiry #37: Reference Sheet Q-6A, Type C Joints are called out to be used when structural section A meets structural section C in various ramp locations. Per Sheet C-23 (Addendum 3), Type C Joints require a transition pavement to the HMA pavement. This project has CRCP meeting existing HMA in which contractor is to mill and replace .10’, we are not constructing a new HMA structural section. A more appropriate terminal joint would be Type A shown on RSP P31A. If contractor is to bid per plans, please clarify which bid items will pay for removal of the existing HMA structural section, and placement of the 20’ Transition Pavement Structural section shown on sheet C-23.
Inquiry submitted 03/29/2022

Response #1:Submitted for consideration.
Response posted 03/30/2022


Response #2:Please refer to section 9 for payment information and bid per current contract documents.
Response posted 04/01/2022




Inquiry #38: _Due to current supply chain issues and dramatic cost escalation, please provide a cost index for major commodities on the project such as Concrete, Reinforcing Steel, Aggregates, Fuel, Asphalt Oil, Lumber, Irrigation, Landscaping and other items that could dramatically increase over the procurement and construction period?
Inquiry submitted 04/11/2022

Response #1:Submitted for consideration.
Response posted 04/11/2022


Response #2:Refer to Section 9-1.07 of the Standard Specifications for Payments Adjustments for Price Index Fluctuations and bid per the current contract documents.
Response posted 04/13/2022




Inquiry #39: For plans sheets SCQ15-SCQ17, there are no size specification for the temporary sign panels. Also there is no clarification on whether the signs are be be installed on wood post or if they are portable. Please clarify.
Inquiry submitted 04/19/2022

Response #1:Submitted for consideration.
Response posted 04/19/2022


Response #2:Please bid per current contract documents.
Response posted 04/20/2022


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.