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 03-2F9804

Submit new inquiry for this project


Inquiry #1: Please confirm there is NOT a prebid for this project.
Inquiry submitted 08/09/2018

Response #1:
(#1)-Your inquiry has been received and is being reviewed.
Response posted 08/10/2018


Response #2:
There is no pre-bid for this project.
Response posted 08/15/2018




Inquiry #2: A - On Plan Sheet SC-11, bottom of the plan sheet is noted "Stage 4B" while it is also stated to construct this work at "end of Stage 2 before moving southbound lane to Stage 3 configuration". Notation of the "Stage 4B" conflicts with the description written... Should this actually read to construct this work at end of Stage 4 before moving to Stage 5 configuration?

B - On Plan Sheet SC-13, left of plan sheet is noted "Match Stage 4 Traffic Handling Plan". Stage 4 and 5 overlap work areas with differing traffic handling shown in the same work areas. Please clarify what this means...

C - On Plan Sheet SCQ-1, Roadway Items summary the quantities appear to be incorrect after a detailed takeoff was performed indicating the following: 4 EA Alt Temp Crash Cushions in Stage 3, 84 EA Type iii Barricades in Stage 4, 8 EA Type iii Barricades in Stage 5, and 48 EA Type iii Barricades in Stage 6. Please double check to confirm and update bid quantities accordingly.

Inquiry submitted 08/17/2018

Response #1:
(#2)-Your inquiry has been received and is being reviewed.
Response posted 08/17/2018


Response #2:
A- An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Wednesday, September 5, 2018.
Please bid per the current contract documents.

B- North of Fremont Street, the traffic handling plans should use the stage 4 temporary signing and striping configuration. Stage 5 work only occurs south of Fremont Street.

C- An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Wednesday, September 5, 2018.
Please bid per the current contract documents.

Response posted 09/05/2018




Inquiry #3: A - Spec Page 13 says there is a $4700 Water Meter Charge. Is this a refundable deposit or non-refundable?

B - Spec Page 21 states there is to be no stage 3-6 work before April 2020. Is this correct? If correct... Would the stage 1 and stage 2 work occur immediately then crews and equipment demobilize and return in April 2020 or would the stage 1 and stage 2 work start closer to the April 2020 date for a concurrent work schedule?

C - Spec Page 22 for Two Project ID signs... is this payable through Construction Area Signs?

D - Spec Page 24 calls for two arrays of three rumble strips per lane closure. These aren't shown on the traffic control plans. Please confirm they are required.

E - Spec Page 31 states a sound level meter and acoustic calibrator are to be provided to Caltrans by the Contractor? Please confirm and clarify which pay item is to be used for this.

Inquiry submitted 08/20/2018

Response #1:
(#3)-Your inquiry has been received and is being reviewed.
Response posted 08/20/2018


Response #2:
A - The $4700 Water Meter Charge is non-refundable.

B - Refer to 8-1.04C of the Special Provisions for a start job site activities date. Refer to 10-1.03 of the Special Provisions for time constraint specific to stages 3 through 6. As shown, stages 3 thru 6 do occur in the next construction season.

C - Yes. Construction Ara Signs are covered under Section 12-3.11 of the Standard Specification and include construction project funding when shown. Refer to Section 12-3.11B(5) of the Special Provisions for construction project funding signs.

D - Required. Refer to T13 of the Standard Plans and Section 12-3.36 of the Special Provisions.

E - Refer to section 14-8.02 of the Special Provisions for payment.

Response posted 08/27/2018




Inquiry #4: Traffic Control Clarifications Needed:

A - The traffic control staging, when all overlaid together, does not completely address the asphalt paving at Route 20/Market Street. SC-9 indicates Stage 4 at this location but does not fully extend to cover the work shown on L-1. Should this work be covered in Stage 4? Please clarify.

B - At River Road, the same problem with the cold plane overlay scope (as shown on L-1)... No traffic control staging covers this work. Stages 3 4 and 6 all end at 54+82.82 as shown per the various staging construction plans and do not encompass the cold plane overlay scope. Will this be done with moving lane closures or..? Please clarify.

C - At Route 20, B Line from Station 92+50to 97+59.18 the cold plane RHMA overlay scope (L-9 and L-10) are also not covered by traffic control staging plans. The Cold plane RHMA overlay from 97+59.18 heading south to project limits is covered by Stage 2 traffic control staging plans but stops at 97+59.18... Should this work be covered in Stage 2? Please clarify.

Inquiry submitted 08/20/2018

Response #1:
(#4)-Your inquiry has been received and is being reviewed.
Response posted 08/20/2018


Response #2:
A. - Construction and paving operations at Route 20/Market Street are split between Stages 3, 4, and 6.

B. - The work in question is for cold plane and overlay as part of the minor street pavement conform. This work is intended to be completed with the placement of the final pavement. See Note 1 on sheet SC-1. Cold plane and overlay work can be done with moving lane closures consistent with the Special Provisions.

C. - Cold plane and overlay between these station limits is intended to be performed at the end of Stage 6. Per Note 1 on sheet SC-1, final pavement lift shall be placed just prior to final pavement delineation. The final pavement delineation between these station limits will not be able to be placed until the end of Stage 6 due to temporary striping necessary through Stage 6.

Response posted 08/31/2018




Inquiry #5: Plan Sheet D-8 (95) for Drainage System C1 calls for water-tight joints for 18" RCP. Should an item be added for 18" RCP Rubber Gasketed?

Also, the Drainage Profile for C1 indicates multiple existing utilities to be within the alignment of the proposed RCP including a high pressure gas line. Will these be relocated by third party associated utility companies prior to contractor's work?

Inquiry submitted 08/27/2018

Response #1:
(#5)-Your inquiry has been received and is being reviewed.
Response posted 08/27/2018


Response #2:
Attention is directed to Standard Specifications section 65-2.02F Joints. Contractor may choose the joint sealant material from those listed. The material chosen shall be watertight and comply with section 61-2.01D(2)(a).

Yes.

Response posted 08/31/2018




Inquiry #6: What is the loading requirements of the RCP? 2000-D? 3500-D? The project's specs and plans do not indicate loading requirements for the RCP with the exception of the one RCP bid item #92 that calls out for Class III loading.
Inquiry submitted 08/28/2018

Response #1:
(#6)-Your inquiry has been received and is being reviewed.
Response posted 08/28/2018


Response #2:
Attention is directed to Standard Plan A62D.
Response posted 08/28/2018




Inquiry #7: It is unclear for the use of the PCMS on the project. Will there be one at each end of the project for two each total?
Inquiry submitted 08/29/2018

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

Response posted 08/31/2018


Response #2:
Attention is directed to Revised Standard Specification 12-3.32 PORTABLE CHANGEABLE MESSAGE SIGNS, and to Special Provisions Section 12 for placement of PCMSs.
Response posted 08/31/2018




Inquiry #8: After walking the length of the project it is obvious there are several trees that will need to be removed prior to construction. There is no "Tree Removal' called out on the plans nor is there a bid item for tree removal. Please provide a tree removal plan clearly depicting which trees are to be removed as part of the contract work and a bid item to cover payment for the work.
Inquiry submitted 08/29/2018

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

Response posted 08/31/2018


Response #2:
Refer to bid item Clearing and Grubbing and refer to Section 17-2 of the Standard Specifications for clearing and grubbing.
Response posted 09/10/2018




Inquiry #9: There appears to be several concrete through sidewalk culverts and ramps scattered throughout the project along with a large grated line drain near station 78+00 that need to be removed to facilitate the construction of the new improvements. These items are not shown on the plans and there appear to be no bid items for the removal of these items. Please provide a demolition plan depicting what needs to be removed and provide bid items for these removals.
Inquiry submitted 08/31/2018

Response #1:
(#9)-Your inquiry has been received and is being reviewed.
Response posted 08/31/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 4, issued on Friday, September 21, 2018.
Please bid per the current contract documents.
Response posted 09/21/2018




Inquiry #10: Bid item, "111 - Remove Concrete Curb", paid by the LF does not accurately reflect the concrete removals onsite. All of the "curb" to be removed is in excess of 12" with some being in excess of 20" high from the gutter flow line. There are no curb details with these dimensions and many locations resemble a small retaining wall. Please consider revising pay item 111 from a LF unit to a CY unit to more accurately reflect the conditions in the field.
Inquiry submitted 08/31/2018

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


Response posted 09/04/2018


Response #2:
Please bid per the current contract documents.
Response posted 09/19/2018




Inquiry #11: The detail for the retaining curb on the Type CB DI's per sheet DD-5 notes that the retaining curb is paid for under the Minor Concrete (Minor Structure) bid item. The DD-5 detail notes that this item is only for systems A27b, B22b, and B23b. However, under the Drainage Quantity sheets, it shows that these retaining curbs are also on systems A20b, A21b, and A23b. Please confirm which is correct.
Inquiry submitted 09/04/2018

Response #1:
(#11)-Your inquiry has been received and is being reviewed.
Response posted 09/04/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 4, issued on Friday, September 21, 2018. Please bid per the current contract documents.
Response posted 09/24/2018




Inquiry #12: In regards to bid item # 42 for 6,180 LF of Edging. What is the edging made from and what dimensions is it, 2"x4" wood, aluminum, steel?
Inquiry submitted 09/04/2018

Response #1:
(#12)-Your inquiry has been received and is being reviewed.
Response posted 09/04/2018


Response #2:
Refer to Standard Specifications, Section 20-5.02, Edging.
Response posted 09/10/2018




Inquiry #13: Re: pg. 42 84-5 warranty insert for traffic stripe. I assume this has nothing to do with this job? The line item on pg 9 always say warranty stripe thermo if in fact warranty and will not even spell out thermo wet night. Standard wet night or warranty? Thank you.
Inquiry submitted 09/05/2018

Response #1:
(#13)-Your inquiry has been received and is being reviewed.
Response posted 09/05/2018


Response #2:
In the Special Provisions, section 84-5 has been deleted. Please refer to Addendum No. 4, issued on Friday, September 21, 2018.
Please bid per the current contract documents.
Response posted 09/21/2018




Inquiry #14: On page 32, section 14-8.02 paragraph one states "The contractor shall monitor the noise the first time each of the noise generation construction activities identified in the SCP is performed." Paragraph four states, "Noise monitoring shall be conducted by a qualified individual with at least two years of experience in conducting field noise measurements. The Contractor shall submit to the Engineer the qualifications of each of the individuals who will be performing the monitoring."

Is the contractor required to have full time noise monitoring for all activities excluding the Noise Restriction exceptions? If this is correct please provide a bid item for Noise Monitoring by the shift.

Inquiry submitted 09/06/2018

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


Response posted 09/06/2018


Response #2:
Refer to section 14-8-.02 for noise monitoring and related activity. These parts of section 14-8.02 identify noise monitoring by the Contractor:
Page 32 of section 14-8.02, first paragraph: The Contractor shall monitor noise the first time each of the noise generating construction activities identified in the SCP is performed.
Page 32 of section 14-8.02, second paragraph: Noise monitoring will be conducted by the Contactor to investigate noise complaints that are attributed to a particular construction operation.

Response posted 09/10/2018




Inquiry #15: Addendum One corrects the notice to bidders, paragraph 13 “Do not bid less than 150 working days.”

Is this project no longer a cost+time basis? Do we only get 150 working days to complete a three year project with a suspension in 2020?

Inquiry submitted 09/06/2018

Response #1:
(#15)-Your inquiry has been received and is being reviewed.
Response posted 09/06/2018


Response #2:
C+T applies. Refer to addendum No 1 regarding working days.
Response posted 09/10/2018




Inquiry #16: After downloading Addendum One from BidX to Expedite the working days did not change.

The proposal sites still folder states:

WORKING DAYS BID (Do not bid less than 250 working days and not more than 250 working days.)

Please correct this.

Inquiry submitted 09/06/2018

Response #1:
(#16)-Your inquiry has been received and is being reviewed.
Response posted 09/06/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 2, issued on Friday, September 7, 2018.
Please bid per the current contract documents.
Response posted 09/19/2018




Inquiry #17: Will the contractor be responsible specifically for performing nuclear gauge testing for compaction testing for subgrade, aggregate base, and/or RCP backfill?
Inquiry submitted 09/06/2018

Response #1:
(#17)-Your inquiry has been received and is being reviewed.
Response posted 09/06/2018


Response #2:
In the Standard Specifications, refer to Section 6-2 Quality Assurance and Section 19 Earthwork.
Response posted 09/10/2018




Inquiry #18: Please consider revising the staging plans to utilize K-Rail in lieu of plastic drums in stages 1, 3 and 4. With the roadway excavation depth required, plastic drums will pose an unnecessary safety hazard to the construction crews, pedestrians and the traveling public.
Inquiry submitted 09/06/2018

Response #1:
(#18)-Your inquiry has been received and is being reviewed.
Response posted 09/06/2018


Response #2:
Please bid per the current contract documents.
Response posted 09/19/2018




Inquiry #19: Is the Dept. aware of the water main replacement project that runs thru the middle of this project next year?
Inquiry submitted 09/07/2018

Response #1:
(#19)-Your inquiry has been received and is being reviewed.
Response posted 09/07/2018


Response #2:
Yes, work by Caltrans and the City of Colusa is coordinated.
Response posted 09/19/2018




Inquiry #20: Addendum 2 has added a line item for working days multiplied by $10,000 per day. Is this going to be paid to the contractor or is this strictly for bid comparison purposes?

If this is going to be paid to the contractor, does this mean that the working days that the contractor chooses becomes that contractor's maximum working days allowable with liquidated damages occurring thereafter? Example, contractor writes down 200 WD so LD's would then start on WD #201?

This is ABSOLUTELY CRITICAL to have this question answered prior to submission of bids to understand how payment is going to occur!!!

Inquiry submitted 09/07/2018

Response #1:
(#20)-Your inquiry has been received and is being reviewed.
Response posted 09/07/2018


Response #2:
Not paid; for bid comparison purposes only.

Liquidated damages begin the day after the number of days you bid.
Response posted 09/20/2018




Inquiry #21: There are several water valve boxes and manholes in the existing roadway.

How will the lowering and raising of the existing utilities be paid?

Inquiry submitted 09/07/2018

Response #1:
(#21)-Your inquiry has been received and is being reviewed.
Response posted 09/07/2018


Response #2:
Refer to Standard Specifications and Revised Standard Specifications for section 5-1.36C(3) Nonhighway Facility Rearrangement. Refer to the Special Provisions for section 5-1.36C(3) of which addresses Utility Relocation and Date of Relocations, as well as, Utility Relocation and Contractor-Arranged Time for the Relocation. A review of these sections will reveal rearrangement coordination with utility owners to perform rearrangement work.
Response posted 09/21/2018




Inquiry #22: At this time there is not sufficient information to accurately bid this project. Please provide detailed answers to inquiries 8, 9, 10, 11.
In addition, plan sheets are necessary to clearly depict the tree removals and the limits of concrete curb, gutter and sidewalk removals.
Please issue an addendum postponing the bid date and provide this information as soon as possible.

Inquiry submitted 09/07/2018

Response #1:
(#22)-Your inquiry has been received and is being reviewed.
Response posted 09/07/2018


Response #2:
Responses have been posted for inquiries 8, 9, 10, and 11. Also, please refer to Addendum No. 4, issued on Friday, September 21, 2018. Please bid per the current contract documents.
Response posted 09/24/2018




Inquiry #23: Can you please verify the quantity for Item 82 - "Minor Concrete (Minor Structure)"? Thank you.
Inquiry submitted 09/07/2018

Response #1:
(#23)-Your inquiry has been received and is being reviewed.
Response posted 09/07/2018


Response #2:
Quantity for item 82 is verified. Please refer to Addendum No. 4, issued on Friday, September 21, 2018.
Please bid per the current contract documents.
Response posted 09/21/2018




Inquiry #24: Since the slope of the majority of the underground storm is at 0%, what is the grade tolerance allowable by CalTrans for these 0% runs?
Inquiry submitted 09/11/2018

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

Response posted 09/12/2018


Response #2:
Refer to Standard Specification 5-1.02 Contract Components as applicable to the inquiry.

Refer to Standard Specification 65-2.03B Earthwork as it specifies to lay pipe in a trench to the lines and grades established by the Engineer. Also, grade and prepare the bottom of the trench to provide a firm and uniform bearing throughout the entire pipe length.

Refer to Standard Specification 19-1.03C for Grade Tolerance as applicable to earthwork.

Refer to Standard Specification 5-1.26 Construction Surveys as applicable to requesting Department-furnished stakes and tolerances applicable to placement of stakes.

Refer to 5-1.01 Control of Work as applicable to means and methods and quality of work.

Response posted 09/24/2018




Inquiry #25: The cross sections show areas of existing pavement that will require removal. However, the layout sheets do not address all these areas. Doe this mean that there is asphalt removals outside of the coldplane bid items/scope that are a part of the roadway excavation item?
Inquiry submitted 09/12/2018

Response #1:
(#25)-Your inquiry has been received and is being reviewed.
Response posted 09/13/2018


Response #2:
Yes, existing pavement removal not included under separate bid items is part of roadway excavation. Refer to Standard Specification 19-2 Roadway Excavation.
Response posted 09/19/2018




Inquiry #26: Special Provision Section 14 specifies that there shall be 4 activities that are allowed to have noise above 86 dbl at 50 feet at night.
You have excluded tree removal activities which will require equipment and tools that are nosier than the limit.
Will you revise that to include tree removal activities?

Inquiry submitted 09/12/2018

Response #1:
(#26)-Your inquiry has been received and is being reviewed.
Response posted 09/13/2018


Response #2:
In the Special Provisions, section 12-4.02C(3)(k) showing Chart No. K1a is added to address the removal of tree due to noise restrictions found in section 14-8.02. Please refer to Addendum No. 4, issued on Friday, September 21, 2018.
Please bid per the current contract documents.
Response posted 09/21/2018




Inquiry #27: Plan sheet 139 of 300 identifies various runs of pipe that will ultimately be capped with stress reducing slabs as paid for in item 182. The detail shows that these runs of pipe under the stress reducing slabs will be much narrower than the typical Caltrans storm drain trench sections. Can you confirm that the sections shown on sheet 139 apply only to the pipe runs listed on sheet 139, and that all other runs of pipe are to be constructed per typical Caltrans standard drawings??
Inquiry submitted 09/12/2018

Response #1:
(#27)-Your inquiry has been received and is being reviewed.
Response posted 09/13/2018


Response #2:
The detail shown on sheet DD-7 applies to the systems shown on sheet DD-7. All other runs of storm drain pipe shall be constructed per culvert detail on sheet DD-5.
Response posted 09/24/2018




Inquiry #28: Plan sheet 139 of 300 identifies various runs of pipe that will ultimately be capped with stress reducing slabs as paid for in item 182. The details show these runs of pipe under the stress reducing slabs will be much narrower than the typical Caltrans storm drain trench detail A62D. Can you confirm that the trench detail shown on sheet 139 applies only to the pipe runs listed on sheet 139, and that all other runs of storm drain pipe are to be constructed per Caltrans standard detail A62D?
Inquiry submitted 09/12/2018

Response #1:
(#28)-Your inquiry has been received and is being reviewed.
Response posted 09/13/2018


Response #2:
The detail shown on sheet DD-7 applies to the systems shown on sheet DD-7. All other runs of storm drain pipe shall be constructed per culvert detail on sheet DD-5.
Response posted 09/24/2018




Inquiry #29: On page 202 of 300, sheet Q-1 summary of quantities, under the Roadway Excavation and Embankment columns all of the side streets show 0 cy of Excavation and Embankment. The typical details show a new structural section on all of the side streets. Please verify the Excavation and Embankment quantities for the side streets.
Inquiry submitted 09/18/2018

Response #1:
(#29)-Your inquiry has been received and is being reviewed.
Response posted 09/19/2018


Response #2:
Roadway Excavation and Embankment for the side streets are included in mainline, “B” line.
Response posted 09/24/2018




Inquiry #30: We received a Fax from Caltrans on 9-25 at 11:07 stating that there is an addendum issued and posted. It is 1430 hrs. , where is it posted?
Inquiry submitted 09/25/2018

Response #1:
(#30)- There are four addendum associating with this project and they are all posted on line. For addendum letters, please go to:
http://www.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=03-2F9804

For the EBS file and associated 000 files, please go to bidx.com.

Response posted 09/25/2018




Inquiry #31: We received a Fax from Caltrans on 9-25 at 11:07 stating that there is an addendum issued and posted. It is 1430 hrs. , where is it posted?
Inquiry submitted 09/25/2018

Response #1:
(#31)- There are four addendum associating with this project and they are all posted on line. For addendum letters, please go to:
http://www.dot.ca.gov/des/oe/weekly-ads/oe-project.php?q=03-2F9804

For the EBS file and associated 000 files, please go to bidx.com.
Response posted 09/25/2018


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.