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 01-0G33U4

Submit new inquiry for this project


Inquiry #1: when is the bid book going to be posted on Bid Express?
Inquiry submitted 08/31/2020

Response #1:
(BI#1)-Your inquiry has been received and is being reviewed.

Response posted 08/31/2020


Response #2:
(BI#1)-The bid book is currently posted.
Response posted 09/01/2020




Inquiry #2: In light of the unprecedented fires throughout California and California’s emphasis to build “resilient” infrastructure, will Caltrans follow its own High Design Manual Section 850-34 dated December 30th 2015 which warns against installing plastic pipe in areas with a potential for fire? This project lists Alternative Pipe Culvert in the Bid Schedule which includes plastic pipe as an acceptable product.
Inquiry submitted 09/15/2020

Response #1:
(BI#2)-Your inquiry has been received and is being reviewed.

Response posted 09/16/2020


Response #2:
(BI#2)-Plastic pipe is not allowed on this project. See APC table on DQ-5, sheet 65, for allowable pipe material.
Response posted 09/21/2020




Inquiry #3: Given that this project is heavily staged and some of the major components of it, such as the precast box culvert and rammed aggregate columns, have submittal approval and lead time work, would Caltrans consider revising the "B" portion of the bid to more days for the work? Just doing the RAC work appears to be most of the days currently allotted in the "B" time in the Special Provisions.
Inquiry submitted 10/06/2020

Response #1:
(BI#3)-Your inquiry has been received and is being reviewed.

Response posted 10/06/2020


Response #2:
(BI#3)-Attention is directed to section 8-1.04C of the Special Provisions, please bid per the current contract documents
Response posted 10/21/2020




Inquiry #4: Inlets 4e and 7a have concrete aprons. Where is this work paid?
Inquiry submitted 10/06/2020

Response #1:
(BI#4)-Your inquiry has been received and is being reviewed.


Response posted 10/06/2020


Response #2:
(BI#4)-Refer to addendum #2, dated 10/15/20.
Response posted 10/20/2020




Inquiry #5: It appears from the Stage Construction plans on SC-13 & SC-14 that the K-rail in the center of the road at the double RCBC shifts slightly to the south between stages 1B & 2A based on the profile view which is not to scale. The plan view, which is to scale, shows the K-rail over the double RCBC in the same location for stages 1B & 2A. To construct the RCBC as designed requires a shift of the K-rail at this location a minimum of 5'. How far does the K-rail shift south over the double RCBC between 1B & 2A?
Inquiry submitted 10/08/2020

Response #1:
(BI#5)-Your inquiry has been received and is being reviewed.

Response posted 10/08/2020


Response #2:
(BI#5)-Refer to addendum #2, dated 10/15/20.
Response posted 10/20/2020




Inquiry #6: Which RECP type is to be used for the Temporary Erosion Control Blanket for this project?
Inquiry submitted 10/13/2020

Response #1:
(BI#6)-Your inquiry has been received and is being reviewed.

Response posted 10/13/2020


Response #2:
(BI#6)-Attention is directed to 13-5.03B of the Standard Specifications and sheet 107 of the plans. It should be Type B, to match that used for Rolled Erosion Control Product (Blanket).
Response posted 10/20/2020




Inquiry #7: 1) Cable Anchor Systems are indicated on the profile drawings for systems #3, & #7, how is this work paid for?
2) Item # 74 & #75 - the quantity sheet does not match what is indicated on the profile sheet, which is correct??

Inquiry submitted 10/14/2020

Response #1:
(BI#7)-Your inquiry has been received and is being reviewed.

Response posted 10/14/2020


Response #2:
(BI#7)-1) Attention is directed to items #74 and #75-12" Anchor Assembly and 24" Anchor Assembly of the Bid Item List.

2) Bid per current document.
Response posted 10/15/2020




Inquiry #8: The Rammed Aggregate Columns specification has Bottom Stabilization Testing being required as part of the verification testing process. This test method is applicable to only certain propriety methods of installation and is patented by Geopiers Company and no other company can utilize these installation methods without being a licensed contractor by Geopiers Company. Would you accept other propriety methods such as Vibro Piers in lieu of Rammer Aggregate Columns as specified without a Bottom Stabilization Test? Vibro Piers are ICC-ES certified and have been approved on past Caltrans projects in lieu of Rammed Aggregate Piers® or Geopiers® .


Inquiry submitted 10/14/2020

Response #1:
(BI#8)-Your inquiry has been received and is being reviewed.


Response posted 10/15/2020


Response #2:
(BI#8)-Please bid per the current contract documents
Response posted 10/20/2020




Inquiry #9: Location 2, Stage 1A shows the new widening section as SS #2. Location 2, Stage 2A & 2B also shows SS #2. Shouldn't these sections be shown as SS #3, since they are part of the permanent roadway?
Inquiry submitted 10/14/2020

Response #1:
(BI#9)-Your inquiry has been received and is being reviewed.

Response posted 10/15/2020


Response #2:
(BI#9)-Typical cross section SS #3 is equal to stage construction SS #2 plus overlay work in stage 5. See SC-1 for stage 5 work.
Response posted 10/20/2020




Inquiry #10: ITEM #115, MIDWEST GUARDRAIL SYSTEM (MGS)(7ft.STEEL POST):
Standard Plan A77N2 does not show a 7ft. steel post. Does the Engineer intend for a W6x8.5 or W6x9 x 8'-0" be utilized per A77N3, Detail B, Narrow Roadway Installation?

Inquiry submitted 10/15/2020

Response #1:
(BI#10)-Your inquiry has been received and is being reviewed.

Response posted 10/15/2020


Response #2:
(BI#10)-Please bid per the current contract documents.
Response posted 10/20/2020




Inquiry #11: Reference Inquiry #7 - A Cable Anchor System is not the same as a Anchor System. The bid items in questions indicate an Anchor System not a Cable Anchor System should the bid item description be corrected?


Inquiry submitted 10/15/2020

Response #1:
(BI#11)-Your inquiry has been received and is being reviewed.

Response posted 10/16/2020


Response #2:
(BI#11)-Refer to addendum #4, dated 10/22/20.
Response posted 10/22/2020




Inquiry #12: The typical cross sections show SS #3 being installed from Sta 134+54 to 139+90. Stage construction drawings Location 1, Stage 2 shows us installing SS #2 in this area. Which structural section are we installing in this area?
Inquiry submitted 10/16/2020

Response #1:
(BI#12)-Your inquiry has been received and is being reviewed.

Response posted 10/16/2020


Response #2:
(BI#12)-Typical cross section SS #3 is equal to stage construction SS #2 plus overlay work in stage 5. See SC-1 for stage 5 work.
Response posted 10/16/2020




Inquiry #13: Is Caltrans open to considering a more efficient methodology for installing Rammed Aggregate Columns? "Drill and fill" technique will be more costly and longer to install with the risk of casing compared to another approach.
Inquiry submitted 10/16/2020

Response #1:
(BI#13)-Your inquiry has been received. However, please be aware due to the short time frame between when this inquiry was received and the bid opening, there may not be time to provide a response. If no additional response is posted please bid per the current contract documents.

Response posted 10/19/2020


Response #2:
(BI#13)-Please bid per the current contract documents.
Response posted 10/20/2020




Inquiry #14: In the "Information Handout" the cover sheet states that there is a geotechnical design report for Bachelor creek bridge and Lake 20 shoulders improvement. The Bachelor creek bridge report is duplicated (Pg. 72 and 123) and the Lake 20 shoulders improvement report is missing. Can you please release the Geotechnical design report for Lake 20 shoulders improvement.
Inquiry submitted 10/16/2020

Response #1:
(BI#14)-Your inquiry has been received. However, please be aware due to the short time frame between when this inquiry was received and the bid opening, there may not be time to provide a response. If no additional response is posted please bid per the current contract documents.

Response posted 10/19/2020


Response #2:
(BI#14)-Refer to addendum #4, dated 10/22/20.
Response posted 10/22/2020




Inquiry #15: 1. Since we are not allowed in the drainage channels until June each year, are we going to have to wait until August to do the clearing in the vicinity of DS #8 and DS #11?

2. Since we are not allowed in the drainage channels until June each year, are we going to have to wait until June to do the CPT work ? If this is the case, won't it completely throw off our schedule to get the rammed aggregate column and roadway excavation work done?

Inquiry submitted 10/20/2020

Response #1:
(BI#15)-Your inquiry has been received and is being reviewed.

Response posted 10/20/2020


Response #2:
(BI#15)-1. Attention is directed to the California Department of Fish and Wildlife Agreements in the Information Handout. Please bid per the current contract documents.

2. Please bid per the current contract documents.
Response posted 10/22/2020




Inquiry #16: Specification Section 19‐14 – Rammed Aggregate Columns – is specifically written for a traditional “Drill and Fill” aggregate pier. This system requires drilling a 30‐inch diameter hole to the required design depth and removing the soft weak soil. Then the hole is backfilled with aggregate in loose 18‐inch +/‐ lifts and compacted to 12‐ inch lifts. This process is completed until the Rammed Aggregate Column reaches the required top elevation.

This system presents challenges in high ground water sites and sites with loose sands prone to caving, which then require temporary casing. This system is not as efficient at mitigating liquefaction as full‐displacement vibro aggregate piers.

There are many different means and methods for installing Rammed Aggregate Columns. Each method has different equipment and different monitoring means and methods. Each method has depth limitations. The specified “Drill and Fill” system has a depth limitation of around 20 feet +/‐. Based on CPT data at the embankment, the required ground improvement depth will exceed the depth limit of the “Drill and Fill” system.

Electronic Monitoring – Standard “Drill and Fill” equipment consists of an excavator with hydraulic breaker hammer used to ram the aggregate. This equipment does not have any Electronic Monitoring system.

Based the most applicable means and method for the soil conditions is a full‐displacement bottom‐feed Vibro Displacement Column (VDC). This system is ideal for liquefaction mitigation and working in high ground water and loose sandy soils. A large piling rig with high crowd force and vibratory hammer is used to drive a mandrel to the required design depth, the mandrel is raised 3 to 5 feet, aggregate is feed through the hollow mandrel and fills the cavity created, then the mandrel is driven back down to 1‐ft above the previous drive elevation compacting the 3 to 5 foot of aggregate into a 1‐ft lift. This process is repeated until to the required top elevation. VDC system has an on‐board Automated Electronic Monitoring Equipment that records ramming force and frequency.

Request – Remove the specific Bottom Stabilization Testing requirement as it is specific to the equipment and installation method for “Drill and Fill” Aggregate Piers. Open the Rammed Aggregate Columns to any means and method that can meet the acceptance criteria.


Inquiry submitted 10/22/2020

Response #1:
(BI#16)-Your inquiry has been received and is being reviewed.

Response posted 10/22/2020


Response #2:
(BI#16)-Please bid per the current contract documents.
Response posted 10/26/2020




Inquiry #17: When the Department postponed this project to 10/29/20 it now bids on the same date as contract number 04-160304 - an other large Caltrans project. As a contractor that is bidding both projects, we would ask the Department to consider select an other date on which to bid this project.
Inquiry submitted 10/23/2020

Response #1:
(BI#17)-Your inquiry has been received and is being reviewed.

Response posted 10/23/2020


Response #2:
(BI#17)-There will be no adjustment to the 10/29/20 Bid Opening date. Please bid in accordance with the contract documents
Response posted 10/26/2020


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.