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 03-1E0604

Submit new inquiry for this project


Inquiry #1: Per note 4 of the typical cross sections plan sheet X-1, the shoulder fill to the top of the dike is with excavated material; however, summary of quantities table on sheet Q-2 shows 195.32 tons of shoulder backing in the same areas. Please verify which material is to be placed. (shoulder backing or excavated material?)


Inquiry submitted 05/30/2019

Response #1:
(#1)-Your inquiry has been received and is being reviewed.
Response posted 05/31/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, June 14, 2019. Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #2: Please review the quantity of Structural Concrete, Bridge. It seems that the quantity may have included the deck concrete which is paid for in another item.
(The Structural Concrete, Bridge Polymer Fiber item appears to be correct.)

Inquiry submitted 06/03/2019

Response #1:
(#2)-Your inquiry has been received and is being reviewed.
Response posted 06/03/2019


Response #2:
Unless an addendum is issued addressing your concern, please bid per the current contract bid documents.
Response posted 06/17/2019


Response #3:
Refer to Addendum No. 3 dated June 26, 2019. Item No. 80 on the Bid Item List and the Quantities decal on plan sheet 195 of 231 have been updated.
Response posted 06/28/2019




Inquiry #3: Reference to Transition Paving Typical Section show on plan sheet SC-2 to SC-6 appears too unclear. What is the maximum HMA thickness for the Transition Paving? Please clarify.
Inquiry submitted 06/03/2019

Response #1:
(#3)-Your inquiry has been received and is being reviewed.
Response posted 06/03/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, June 14, 2019. Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #4: Since the falsework is installed and maintained over a flood season (or two), what flooding criteria shall be used for the falsework foundations? The plans and specs are silent, the Caltrans falsework manual only mentions "pad foundations should be protected from flooding and/or undermining from surface runoff...".
Inquiry submitted 06/04/2019

Response #1:
(#4)-Your inquiry has been received and is being reviewed.
Response posted 06/04/2019


Response #2:
Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #5: Plan Sheet SC-2 (page 85 of 231) shows that we are to build Roadway Structural Section 1 and Transitional Paving from station 106+50 to 113+00 under traffic. According to quantities and areas provided this equates to about 3,000 tons of AC, 4,000 tons of Class 2 AB, and 2,000 tons of Shoulder Backing which is IMPOSSIBLE to be done in one (1) work shift. Even if Contractor builds one side at a time there would be an approximately 5’ height vertical at the highest point by Station 109+00 (See Plan Sheet SCD-1, plan page 102 of 231). Please consider revising this work area in order to make it more feasible to construct in one (1) work shift.
Inquiry submitted 06/04/2019

Response #1:
(#5)-Your inquiry has been received and is being reviewed.
Response posted 06/04/2019


Response #2:
Please bid per the current contract documents.
Response posted 06/05/2019




Inquiry #6: Typical Section details on plan sheet SC-2 to SC-6 shows the Shoulder Backing thickness is from 0.0' to 4.90'. Is that the intend? Please clarify.
Inquiry submitted 06/05/2019

Response #1:
(#6)-Your inquiry has been received and is being reviewed.
Response posted 06/06/2019


Response #2:
Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #7: Fish and Wildlife Service Biological Opinion states, “A Service-approved biologist will inspect and monitor all construction-related activities within the project area to attempt to minimize take of the snake or the destruction of its habitat.” Is Caltrans requiring a full time biologist on site for the duration of the project? Please clarify.
Inquiry submitted 06/05/2019

Response #1:
(#7)-Your inquiry has been received and is being reviewed.
Response posted 06/06/2019


Response #2:
A biologist will need to inspect the fencing and clear the area within the slough each morning when work is occurring in or near the water.
Response posted 06/12/2019




Inquiry #8: Fish and Wildlife Service Biological Opinion states, “Prior to October 1, high visibility fencing will be erected around the habitats of the snake to identify and protect these areas from encroachment of personnel and equipment. These areas will be avoided by all construction personnel.” Temporary High Visibility Fence for ESA-2 is within the area that is not accessible until December 2019. As this fence cannot be installed prior to October 1, what date can it be installed? Will the contractor be able to work in this area after December 2019 with the fence not installed?
Inquiry submitted 06/05/2019

Response #1:
(#8)-Your inquiry has been received and is being reviewed.
Response posted 06/06/2019


Response #2:
Attention is directed to section 14-1.02 of the Special Provisions.
Response posted 06/17/2019




Inquiry #9: Permit from Department of the Army- 408 Permission Section (19298) states, “a. That the proposed work shall not be performed during the flood season of November 1 to April 15, unless otherwise approved in writing by your Board.” Permit from Central Valley Flood Protection Board states, “TWENTY-SIX: No construction work of any kind shall be done during the flood season from November 1 to April 15 without prior approval of the Board. Failure to submit a Time Variance Request to the Board at least 10 working days prior to November 1 may result in a delay of the project.” Will the contractor be allowed to work between November 1 and April 15? Or will the project go into suspension?
Inquiry submitted 06/05/2019

Response #1:
(#9)-Your inquiry has been received and is being reviewed.
Response posted 06/06/2019


Response #2:
It will be the contractors responsibility to obtain the approval from the Central Valley Flood Protection Board to work within its area of jurisdiction between November 1 and April 15.
Response posted 06/17/2019




Inquiry #10: Permit from Central Valley Flood Protection Board states, “TWENTY-SEVEN: No material stockpiles, temporary buildings, or equipment shall remain in the floodway during the flood season from November 1 to April 15.” Will the contractor be able to be able to construct piers or have bridge falsework standing between November 1 and April 15?
Inquiry submitted 06/05/2019

Response #1:
(#10)-Your inquiry has been received and is being reviewed.
Response posted 06/06/2019


Response #2:
It will be the contractors responsibility to obtain the appropriate exceptions from the Central Valley Flood Protection Board to construct piers or have bridge falsework standing between November 1 and April 15.
Response posted 06/17/2019




Inquiry #11: Maximum Earth Cover value is not provided for the box culvert, please provide.
Inquiry submitted 06/05/2019

Response #1:
(#11)-Attention is directed to sheet 54 of 231 of the plans.
Response posted 06/06/2019




Inquiry #12: No detail is provided for the 8 x 8 sump and shaft of the drainage pumping facility. Please provide reinforcing plan, wall thicknesses, and connection detail with the RCB.
Inquiry submitted 06/05/2019

Response #1:
Attention is directed to Section 74-Pumping Equipment and Controls of the Special Provisions.
Response posted 06/06/2019




Inquiry #13: Special Provision Section 75- Miscellaneous Metals includes specifications for installing isolation casing. We cannot find isolation casings with the plans. Please identify where the isolation casings can be found on the project plans.
Inquiry submitted 06/05/2019

Response #1:
(#13)-Your inquiry has been received and is being reviewed.
Response posted 06/06/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, June 14, 2019. Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #14: Please provide the Specification for Bid Item #53 "Geosynthetic Reinforcement".
Inquiry submitted 06/05/2019

Response #1:
Attention is directed to Sections 19 and 96 of the Standard Specifications.
Response posted 06/06/2019




Inquiry #15: Please provide Specifications and Typical Details for the work of bid item #111 "Cleaning, inspecting and preparing ditch"
Inquiry submitted 06/06/2019

Response #1:
(#15)-Your inquiry has been received and is being reviewed.
Response posted 06/06/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, June 14, 2019. Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #16: Reference to bid item #14 - Temporary Pedestrian Access Route; We cannot find layout or quantities for this work - Please define.
Inquiry submitted 06/10/2019

Response #1:
(#16)-Attention is directed to Section 12-4.04 of the Standard Specifications.
Response posted 06/10/2019




Inquiry #17: Drainage System and Unit 16a describes the pipe as 36" APC. The quantity of 143.3 lf is listed under 24" APC. Can you please correct Items 104 and 105 to the correct quantities?
Inquiry submitted 06/12/2019

Response #1:
(#17)-Your inquiry has been received and is being reviewed.
Response posted 06/12/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, June 14, 2019. Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #18: In order to allow the incorporation of responses to outstanding inquiries, we respectfully request a two week extension to the bid date.
Inquiry submitted 06/13/2019

Response #1:
(#18)-Your inquiry has been received and is being reviewed.
Response posted 06/13/2019


Response #2:
Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #19: Project plan sheet Q-1 (summery of quantities) call out the 12' wire mesh gate to be located on plan sheet L-1 and L-4.

L-1 does show the location of the Wire mesh gate, as stated on Q-1, but when we look at project plan sheet L - 4 the gate that is being shown and called out is a G(D-11 - P) which is a metal pipe gate.

Please clarify whether the gates shown to be installed on sheet L-4 are to be wire mesh gates as stated on Q-1, or if they are going to be pipe gates as called out on L-4, please advise

Inquiry submitted 06/13/2019

Response #1:
(#19)-Your inquiry has been received and is being reviewed.
Response posted 06/13/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #20: Drainage System 4 component "m" is called out as a 12x8 RCB on the Drainage Plans (Sheet 48), but in the Drainage Profiles (Sheet 54) and Drainage Quantities (Sheet 72) it is called out as a 12x11 RCB. Please clarify. Is the design of the Sump Shaft the responsibility of the Contractor as no details are shown?
Inquiry submitted 06/15/2019

Response #1:
(#20)-Your inquiry has been received and is being reviewed.
Response posted 06/17/2019


Response #2:
1.An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.

2. Yes, attention is directed to section 74-1.01 of the Special Provisions.
Response posted 06/27/2019




Inquiry #21: -Please review the revised quantity for Item 80(F) of 4,855 CY; it appears to be approximately 700 CY less than required.
-Addendum #1, Plan Sheet 195 adds an item for isolation casing; it is not shown on the updated Bid Item List.
-Addendum #1, Plan Sheet 195 modifies the quantities for bid items (50F) and (51F), the new quantities are not shown on the updated Bid Item List.

Inquiry submitted 06/16/2019

Response #1:
(#21)-1) Item was revised per Addendum No. 1 dated June 14, 2019. Bid per current contract documents.

2) Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents.

3) Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents.

Response posted 06/17/2019


Response #2:
1) Refer to Addendum No. 3 dated June 26, 2019. Item No. 80 on the Bid Item List and the Quantities decal on plan sheet 195 of 231 have been updated.

2) Refer to Addendum No. 3 dated June 26, 2019. The Quantities decal on plan sheet 195 of 231 has been updated.

3) Refer to Addendum No. 3 dated June 26, 2019. The Quantities decal on plan sheet 195 of 231 has been updated.
Response posted 06/28/2019




Inquiry #22: Will Caltrans allow the use of Zoneguard steel barrier in lou of the temporary barrier type K listed in the specs?

Thank you,

Inquiry submitted 06/16/2019

Response #1:
(#22)-Please bid per the current contract documents.
Response posted 06/17/2019




Inquiry #23: CIDH Piling for this project is called out as 104" and 112". These are not standard imperial sizes nor do they correspond to metric equivalents @ 2642mm and 2845mm, respectively. If the permanent casing is to be oscillated or rotated, the 112" permanent casing would need to be 2800mm (110") or 3000mm (118"). 104" or 8'-8" is not a common metric size either. It appears that the CIDH piling size is being driven by the reinforcing cage diameter necessary for an 8' dia column. If temporary casing is required beyond the tip of the permanent casing, the 104" CIDH piling would need to be upsized to approx. 110" (metric equivalence = 2800mm). Is it acceptable to install a larger permanent casing than already indicated? If temporary casing is required below the tip of the permanent casing, is it acceptable to provide a 110" CIDH in lieu of the 104" CIDH indicated? CIDH piling Diameters should be modified to be in-line with imperial sizes or metric equivalents.
Inquiry submitted 06/18/2019

Response #1:
(#23)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
1. The 112" diameter Permanent Steel Casing are constructible as shown on the Contract Plans. However, if the Contractor wishes to increase the diameter at no cost to the State of California, he may do so upon agreement with the Engineer. 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.
2. The 104" diameter CIDH piles are constructible as shown on the Contract Plans. However, if the Contractor wishes to increase the diameter to 110" at no cost to the State of California, he may do so upon agreement with the Engineer. 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.

Response posted 06/20/2019




Inquiry #24: Plansheet SCQ-1 is showing the temp ramp work on the R-line in stage 2. This work is shown in stage 1 on the staging drawings. Please clarify which stage this work is to be done.
Inquiry submitted 06/18/2019

Response #1:
(#24)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #25: The typical cross section for the transitional paving on plan sheets SC-2, SC-4, SC-5, & SC-6 show a thickness but no depths of how the AB and AC are to be broken up in the sections shown. Please provide the depths of these materials and adjust the quantities accordingly.
Inquiry submitted 06/18/2019

Response #1:
(#25)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #26: There is a quantity of 3,250 CY of AB in the Abutment overex on sheet C-6. If you use the SY of geosynthetic reinforcement associated with this quantity on sheet Q-1, the depth of the AB in this area would need to be 42' deep. Please clarify.
Inquiry submitted 06/18/2019

Response #1:
(#26)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #27: Referring to inquiry #5.
In order to install AB on the existing road one lane at a time, the contractor would need to grind the existing asphalt, install the AB with fabric so a temporary wall would hold the material and give enough room for the reversing traffic to get by, pave the area with AC, then flip traffic and do the other side of the road prior to having the road opened back up to both lanes for stage 2 construction.
Given this would cause a safety concern for traffic, will the state allow the contractor to have two 55 hr closures to install the transitional paving on each end of the project?

Inquiry submitted 06/18/2019

Response #1:
(#27)-Please bid per the current contract documents.
Response posted 06/18/2019




Inquiry #28: Typically the state provides a ditch excavation bid item when there is ditch excavation on a project. Is the state willing to provide a ditch excavation item for this project?
Inquiry submitted 06/18/2019

Response #1:
(#28)-Please bid per the current contract documents.
Response posted 06/18/2019




Inquiry #29: Referring to the answer to inquiry #12.
The specification does not give any indication of pump size, wall thickness of the plant shaft, size of the valve box, or any other specifications needed to order the correct equipment for the pumping plant. Please provide this information so the contractor can bid this work accordingly.

Inquiry submitted 06/18/2019

Response #1:
(#29)-Attention is directed to Section 74, specifically 74-1.01 which states, "This work consists of designing...". The Contractor will be responsible for designing the items in question.
Response posted 06/18/2019




Inquiry #30: Spec section 74 refers to any existing pumping equipment needing to be removed, however the plans do not indicate any pumps or other pumping equipment shown as needing to be removed. Please clarify.
Inquiry submitted 06/18/2019

Response #1:
(#30)-That is correct, "Remove existing pumps, motors, piping, pump controls, gate valves, check valves, mechanical
appurtenances, vacuum breakers, electrical equipment, lighting, controls, conduit, conductors, and
electrical appurtenances."

Response posted 06/18/2019




Inquiry #31: A concrete collar is shown to be installed at DS-2. This same detail is shown for DS-5 & DS-7 but there is no indication these are concrete collars. Please clarify if DS-5 & DS-7 will need concrete collars.
Inquiry submitted 06/18/2019

Response #1:
(#31)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #32: Please provide bid items for the vacuum breaker and the flap gate shown on plan sheet DD-8 for DS-4.
Inquiry submitted 06/18/2019

Response #1:
(#32)-Vacuum breaker and flap gate are included in BI #118, Drainage Pumping Facility.
Response posted 06/18/2019




Inquiry #33: Special Provision Section 51 calls out the 112 inch and 104 inch diameter CIDH concrete piles to be constructed of mass concrete under section 51-6. We believe that cooling tubes and temperature sensors will interfere with the GGL testing. Standard Specification 49-3.01B(2) – Mass Concrete, contains directions for piles with diameters that include the piles on this project. We believe that 49-3.01B(2) is a more suitable specification than 51-6. Please consider revising.
Inquiry submitted 06/18/2019

Response #1:
(#33)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per current contract documents.
Response posted 06/21/2019


Response #3:
Refer to Addendum No. 3 dated June 26, 2019. Section 51-1.01A of the Special Provisions has been updated.
Response posted 06/28/2019




Inquiry #34: Section 51-5. The table in 51-1.01A identifies CIDH concrete as mass concrete, where subgrade concrete is not typically considered mass concrete due to sub grade and casing protection protects thermal cracking. Is a mass concrete temperature control plan required for the CIDH concrete? Will a previously approved Caltrans shaft mix qualify, or is a new mix design and testing required? Should contractors plan for cooling pipes? If temperature monitoring devices are required for the shafts, where should they be located?
Inquiry submitted 06/18/2019

Response #1:
(#34)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per current contract documents.
Response posted 06/21/2019


Response #3:
Refer to Addendum No. 3 dated June 26, 2019. Section 51-1.01A of the Special Provisions has been updated.
Response posted 06/28/2019




Inquiry #35: Special Provision Section 19 Earthwork, more specifically, on page 43 of the specials state to add the following to 19-7.02A: Obtaining imported borrow includes the following:
o Constructing an access road as shown
o Clearing and grubbing the material site
o Selecting material within the source
o Screening and wasting from 30 to 60 percent of the finer material
o Washing materials so that the imported borrow complies with the sand equivalent requirements.
As such, several questions must be asked:
1) Is the contractor to assume that the construction of the temporary access road is prior to Stage 1?
2) According to the quantity sheets, the department assumes the excavation materials generated during construction of the temporary access road are to be utilized as embankment, however, one of the bullet points mandates screening of the materials with a 30 – 60% reject assumption, is this screening required?
3) How did the department arrive at the “required screening and rejecting of 30 – 60% of the materials?
4) Is this waste material included in the department’s embankment quantity of 16,419 cy from the quantity sheets?
5) Is the then generated waste to be off hauled at the contractors expense?
6) Bullet 5 under this section also apparently mandates that the contractor will wash the materials to ensure compliance with sand equivalent requirements, is the contractor expected to also wash this product to generate import borrow?
7) Will the department allow screening and washing operations on the project site?
8) Are all necessary permits in place for the contractor to screen and wash this material?
9) Is the temporary access road to remain in-place upon completion of the project?
10) How is all of this work paid for and under which bid item?

Inquiry submitted 06/18/2019

Response #1:
(#35)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #36: Please refer to plan sheet 195, which was issued with Addendum 1. The quantity table has made changes to the quantities for Structure Excavation and Structure Backfill however the quantities have not changed in the bid items. Is Caltrans issuing another addendum to correct the bid item quantities?
Inquiry submitted 06/18/2019

Response #1:
(#36)-Your bidder inquiry is currently being reviewed. Unless an addendum is issued, bid per current contract documents.
Response posted 06/18/2019


Response #2:
Refer to Addendum No. 3 dated June 26, 2019. The Quantities decal on plan sheet 195 of 231 has been updated.
Response posted 06/28/2019




Inquiry #37: Please refer to plan sheet 195, which was issued with Addendum 1. Isolation Casing has been added to the quantity table, however there is no bid item and no plan which show Isolation Casing. Is Caltrans issuing another addendum to add this work?
Inquiry submitted 06/18/2019

Response #1:
(#37)-Your bidder inquiry is currently being reviewed. Unless an addendum is issued, bid per current contract documents.
Response posted 06/18/2019


Response #2:
Refer to Addendum No. 3 dated June 26, 2019. The Quantities decal on plan sheet 195 of 231 has been updated.
Response posted 06/28/2019




Inquiry #38: Please refer to plan sheet SC-10, the typical section shows embankment fill covering K-Rail. Is there not enough room for the embankment and K-Rail in this area?
Inquiry submitted 06/18/2019

Response #1:
(#38)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #39: The Staging and Traffic Handling plans do not clearly demonstrate how traffic to and from the house dwelling on Florinda Way is to be accommodated? Please clarify how public dwelling access is to be handled during construction operations until such a time as the DW2 line work is fully functional.
Inquiry submitted 06/18/2019

Response #1:
(#39)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
Access to Lorlinda Ave will be to the west on existing Laurellen Rd until DW2 is fully constructed. In addition, attention is directed to section 7-1.03, Public Convenience, of the Standard Specifications.
Response posted 06/20/2019




Inquiry #40: The Department has yet to answer numerous bidders inquiry questions to this point. Prudence suggests the Department postpone the bid date of this project to allow for clarification of numerous open and unanswered questions that must be addressed by the department to enable the contractor to provide a comprehensive bid to the State. Please consider postponing the bid 2 weeks while the questions are answered allowing adequate time for the contractor to incorporate the provided data into the estimating process.
Inquiry submitted 06/18/2019

Response #1:
(#40)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
An addendum has been issued to change the bid opening date. Please refer to Addendum No. 2, issued on Friday, June 21, 2019.
Response posted 06/21/2019


Response #3:
Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #41: What bid item are the test soil nails and permanent soil nails included in? How many soil nails require testing?
Inquiry submitted 06/18/2019

Response #1:
(#41)-Your inquiry has been received and is being reviewed.
Response posted 06/18/2019


Response #2:
There are no soil nails on this project. Bid per current contract documents.
Response posted 06/20/2019




Inquiry #42: Can Caltrans provide a schedule of dates and durations for all planned 3rd party Utility relocates?
Inquiry submitted 06/18/2019

Response #1:
(#42)-Attention is directed to section 5-1.36C(3) of the Special Provisions."

The Utility Relocation and Contractor-Arranged Time for the Relocation table is shown on the top of page 20.

Response posted 06/18/2019




Inquiry #43: Reference is made to bidder Inquiry #9, and #10, please provide a map showing the floodway within the project, and also the area of the Central Valley Flood Protection Board’s jurisdiction.
Inquiry submitted 06/19/2019

Response #1:
(#43)-Please bid per the current contract documents.
Response posted 06/20/2019




Inquiry #44: Referring to the answer given to inquiry #30. How does this work get paid? There is no bid item for this work. Please provide one.
Inquiry submitted 06/20/2019

Response #1:
(#44)-It is included in Bid Item No. 118-Drainage Pumping Facility
Response posted 06/20/2019




Inquiry #45: When can we get answers to the numerous unanswered bidders questions? Also, can we get a definitive answer if the bid date is going to be postponed. Please keep in mind that the contractors will need ample time to evaluate bidder questions replies and /or future addendum.
Inquiry submitted 06/20/2019

Response #1:
(#45)-Please refer to Addendum No. 2, issued on Friday, June 21, 2019.
Response posted 06/21/2019


Response #2:
Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #46: Referring to the response given for inquiry #32. The states response doesn't make sense. The flap gate is attached to the 24" WSP and the vacuum breaker is attached to the 18" WSP. Why are these two items paid for in item #118 instead of being included in the respective bid items?
Inquiry submitted 06/20/2019

Response #1:
(#46)-Please bid per the current contract documents.
Response posted 06/21/2019




Inquiry #47: Is it the state's intent to have a five foot elevation difference in one lane while traffic is running on it during the transition paving in stage 1? If this is the case, we ask that the state puts k-rail in these areas and adjusts the k-rail quantity accordingly in order to make this operation safe for not only the traveling public, but the contractors workforce as well.
Inquiry submitted 06/20/2019

Response #1:
(#47)-Your inquiry has been received and is being reviewed.
Response posted 06/21/2019


Response #2:
Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #48: The State has yet to answer numerous bidders inquiry questions that could cause costly change orders post bid. We ask that the State considers postponing the bid 2 weeks while the questions are answered allowing adequate time for the contractor to incorporate the provided data into the estimating process.
Inquiry submitted 06/20/2019

Response #1:
(#48)-Please refer to Addendum No. 2, issued on Friday, June 21, 2019.
Response posted 06/21/2019


Response #2:
Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #49: In the Special Provisions on page 43, under the heading "Add to section 19-7.02C" it is stated, "Process the imported material to comply with the grading requirements". What are the grading requirements for the imported borrow material?
Inquiry submitted 06/21/2019

Response #1:
(#49)-Your inquiry has been received and is being reviewed.
Response posted 06/21/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #50: It is anticipated that this up coming addendum will entail a number of changes which could generate even more questions. With these changes and the upcoming July 4th holiday it is respectfully requested that the bid be put of until after the week of July Fourth.
Inquiry submitted 06/21/2019

Response #1:
(#50)-Your inquiry has been received and is being reviewed.
Response posted 06/21/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #51: A lot of good potential Subcontractors will not be bidding this project, if this project is still bidding on July 3rd due to July 4th holiday is the next day. Can Caltrans reconsider to postpone this project for at least another week or two (2) from the July 3rd, 2019 bid date due July 4th holiday weekend?
Inquiry submitted 06/21/2019

Response #1:
(#51)-Your inquiry has been received and is being reviewed.
Response posted 06/21/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #52: If the bid date remains July 3, not only will subcontractor involvement be limited but it will also be very challenging, if not impossible to receive all DBE subcontractor commitment paperwork back signed in the days post bid. Please consider extending the bid date at least one week.
Inquiry submitted 06/24/2019

Response #1:
(#52)-Your inquiry has been received and is being reviewed.
Response posted 06/24/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #53: With the new bid date of 7/3/2019, the DBE Commitment, DBE Confirmation, and DBE Good Faith Efforts Documentation are all due by 4:00PM Monday July 8th. It will likely be impossible to collect all the required information for these submittals in time given the fact that most subcontractors and suppliers used in the bid will be away for the Fourth of July Holiday. Please extend the bid date to at least one week beyond the Fourth of July Holiday week.
Inquiry submitted 06/24/2019

Response #1:
(#53)-Your inquiry has been received and is being reviewed.
Response posted 06/24/2019


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/27/2019




Inquiry #54: Addendum 2, issued June 21, 2019 has advised of a new bid date of July 3, 2019. DBE Commitment, DBE Confirmation, and DBE Good Faith Efforts Documentation are all due by 4:00PM Monday July 8th. It will likely be impossible to collect all the required information for these submittals in the time given. It is a fact that most subcontractors and suppliers that will participate in this bid, will be away for the Fourth of July Holiday. This will make it difficult to contact and acquire DBE confirmation forms. There is also the matter of the forth coming addendum that implies "additional" changes to the project documents. Please extend the bid date to at least one or two weeks beyond the Fourth of July Holiday week.
Inquiry submitted 06/25/2019

Response #1:
(#54)-An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/26/2019




Inquiry #55: Will the bid date be extended from July 3rd. It is going to be extremely difficult to get all of the DBE paperwork in by Monday July 8th. With the the 4th being on Thursday and anticipate some of the DBE subs offices being closed on the 5th, we have concerns with DBE's not being available to get the confirmations back to us in time.
Inquiry submitted 06/25/2019

Response #1:
(#55)-An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019.
Response posted 06/26/2019




Inquiry #56: Stage Construction Plan sheet SC-4 (87 or 231) identifies areas not available until December 2019. Without having the actual survey data, it appears the boundary of this area splits the north shafts for piers 2-4. The hatch area of the December 2019 boundary details are referred to sheet SCD-9, where the Available April 2019 hatching appears to show the locations of all new shafts are available as of April 2019. Is it correct that all shafts for piers 2-4 will be available for the contractor to work starting April 2019?
Inquiry submitted 06/27/2019

Response #1:
(#56)-Please refer to Addendum No. 3, issued on Wednesday, June 26, 2019. All areas will be available for work by award of contract.
Response posted 06/27/2019




Inquiry #57: Please advise how working days will be counted on this A+B project. Per the 2018 Caltrans Standard Specifications, a working day is not counted if a "Day during which you cannot perform work on the controlling activity for at least 50 percent of the scheduled work shift with at least 50 percent of the scheduled labor and equipment due...Suspension of a controlling activity that you and the Engineer agree benefits both parties", in the case of Simmerly the environmental permit non work restrictions for the new bridge alignment and existing bridge demolition, will working days be counted? For instance, No work is allowed in the Floodway between November 1 through April 15 each year. If the only work available, in this case if the New Bridge work or Demolition work is the controlling activity and cannot be worked on, will Caltrans count these non-worked days as working days?

Inquiry submitted 06/27/2019

Response #1:
(#57)-Your inquiry has been received and is being reviewed.
Response posted 06/27/2019


Response #2:
If the situation is in agreement with the specifications a suspension would be authorized.
Response posted 07/01/2019




Inquiry #58: Addendum No. 3. For the Shafts, addendum No. 3 removed the Isolation Casing. The addendum also changed Section D-D details on sheet 201/231 from a 1" thick permanent steel casing to a "permanent steel casing thickness to be specified by the Contractor". (Note 11). Please provide the intent and purpose of the casing so contractors can provide a casing that meets the design criteria.
Inquiry submitted 06/28/2019

Response #1:
(#58)-Your inquiry has been received and is being reviewed.
Response posted 06/28/2019


Response #2:
The permanent steel casing is used for constructability purposes only and is not a structural element. Refer to the 2nd Revised Foundation Report dated June 24, 2019. The geotechnical resistance of the permanent steel casing was not used in the design of the pile. Permanent steel casings are necessary to control caving and reduce anomalies during the pier foundation installation. Permanent steel casings must be installed per Section 49-3.02C(6) of the Standard Specifications. Please bid per current contract documents.
Response posted 06/28/2019


Response #3:
Refer to section 49-3.02C(6) of the Standard Specifications. Please bid per current contract documents.
Response posted 07/01/2019




Inquiry #59: Is Type 2 installation required for Bid Item No. 29 Temporary Fiber Rolls as well as Bid Item No. 59 Fiber Rolls?
Inquiry submitted 07/02/2019

Response #1:
(#59)-Your inquiry has been received and is being reviewed.
Response posted 07/02/2019


Response #2:
For Bid Item No. 29 see Standard Plan T-56.
For Bid Item No. 59 see Sheet ECL-1 (Sheet 145 of 231).

Response posted 07/02/2019


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.