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 06-0V1204

Submit new inquiry for this project


Inquiry #1: Please confirm whether there is an allowed/required construction joint at the continuity diaphragm and abutment diaphragms. Please also clarify if the concrete quantity in abutment diaphragm and intermediate diaphragm is captured in Bid Item 72 Structural Concrete, Bridge (Polymer Fiber). If it is included in the Bid Item 72, please confirm owner quantity for bid item 71 Structural Concrete, Bridge and bid item 72 Structural Concrete, Bridge (Polymer Fiber).
Inquiry submitted 05/03/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/04/2022


Response #2:Attention is directed to Addendum No. 1 dated 5/20/22. Please place your bid in accordance with the current bid documents.
Response posted 05/23/2022




Inquiry #2: In the past Caltrans has revealed a breakdown of what they considered a reasonable way for the Contractor to make the DBE goal. 27% is a very high goal. Please provide information regarding how Caltrans arrived at this number.
Inquiry submitted 05/05/2022

Response #1:A 27% goal determination was made on what work may potentially be subbed out to DBEs. A review of ALL the bid items on this contract was performed and compared to DBE firms certified in the CUCP that could perform those work items and indicted an interest to work in the district that this project is in. As always, bidders are required to select as many portions of work to be performed by DBEs as possible, in order to increase the likelihood that the DBE goals being achieved. This includes, where appropriate, breaking out contract work items into economically feasible units (for example, smaller tasks or quantities), to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces.
Response posted 05/06/2022




Inquiry #3: Please confirm if Bid item 40 Concrete Barrier Transition is the transition barriers shown at Retaining Walls 1 and 2. If so, please confirm bid item 40 quantity as the retaining wall drawings only show 24 feet per wall.
Inquiry submitted 05/05/2022

Response #1:Your inquiry is currently under review.
Response posted 05/06/2022


Response #2:Bid item 140 IS NOT FOR the Concrete Barrier Transition work at Retaining Walls 1 or 2. The transitions at the ends of the Type 836A concrete barrier on the retaining walls are included in said concrete barrier item (item 138). For work involved with bid item 140 reference Layout sheet L-1, L-2, Construction Detail sheet C-4 and Quantity sheet Q-4. Reference Alignment “A1’ Station 95+00 and 120+84.
Response posted 05/09/2022




Inquiry #4: Caltrans Standard Specification Section 51-1.03C(2)(c)(i) "Permanent Steel Deck Forms" allows permanent steel deck forms where shown or if specified as an option in the special provisions. Permanent steel deck forms are not shown and are not specified as an option in the special provisions. May the contractor use permanent steel deck forms for the deck slabs between the precast girders of bridges 41-0089 and 41-0089S?
Inquiry submitted 05/09/2022

Response #1:Your Inquiry has been submitted for review
Response posted 05/09/2022


Response #2:Caltrans Standard Specification Section 51-1.03C(2)(c)(i) "Permanent Steel Deck Forms" allows permanent steel deck forms where shown or if specified as an option in the special provisions. Permanent steel deck forms are not shown and are not specified as an option in the special provisions. May the contractor use permanent steel deck forms for the deck slabs between the precast girders of bridges 41-0089 and 41-0089S?

“Reference the plans sheets for bridges nos. 41-0089 and 41-0089S. Reference standard specification 51-1.03C(2)(c)(i). Permanent steel deck forms are not shown and are not specified as an option in the special provisions; therefore, permanent steel deck forms are not allowed. Please bid per the current contract bid documents”.
Response posted 05/13/2022




Inquiry #5: ITEM #136, CONCRETE BARRIER, TYPE 60MSA MODIFIED:
The Bid Item quantity for this item is 363 LF (not final-pay). Bridge Plan 1 of 30 (200/254) calls for a length of 363 LF. Layout sheet L-2 (8/254) calls out stationing for the above item from 112+01.50 to 114+53.5, a length of 252 LF.
What is the correct length of this Barrier?

Inquiry submitted 05/11/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/11/2022


Response #2:Attention is directed to Addendum No. 1 dated 5/20/22. Please place your bid in accordance with the current bid documents.
Response posted 05/23/2022




Inquiry #6: Can any as-builts or further information be provided for structure items to be demolished? Specifically: (1) 41-0065L/R/Cottonwood Creek Bridge (Mainline), (2) 41-0065S/Cottonwood Creek Bridge (Offramp), and (3) Existing Retaining Wall 1?
Inquiry submitted 05/11/2022

Response #1:Attention is directed to section 2-1.06B Supplemental Project Information of the Standard Specifications & the Revised Standard Specifications.
Response posted 05/11/2022




Inquiry #7: Bid Item 430 (F) Pervious Backfill (Retaining Wall) quantity seems understated. Takeoff quantity is approximately 230 CY. Can the bid item quantity please be confirmed?
Inquiry submitted 05/17/2022

Response #1:Please note Bid Item 43, "(F) - PERVIOUS BACKFILL MATERIAL
(RETAINING WALL)" is the correct bid item designation in your inquiry.

Your inquiry has been submitted for review.
Response posted 05/17/2022


Response #2:Attention is directed to Addendum No. 2 dated 5/27/2022. Please place your bid in accordance with the current bid documents.
Response posted 05/27/2022




Inquiry #8: Please clarify the desired binder grade for Bid Item 53: HMA Open Graded OGFC (Bridge).
Inquiry submitted 05/17/2022

Response #1:Your inquiry has been submitted for review
Response posted 05/17/2022


Response #2:Refer to section 39-2.06B of the Standard Specifications for the binder grade for Hot Mix Asphalt On Bridge Decks


Response posted 05/23/2022




Inquiry #9: Plan sheet X-4 shows the typical cross section for R5 from Sta 32+42.67 to 35+67.20. Fill is shown over the existing HMA on the R5 ramp. Does the existing HMA on R5 need to be pulverized? If so, please add a bid item for pulverizing existing asphalt.
Inquiry submitted 05/19/2022

Response #1:Attention is directed to Section 9-1.03, and 19-6.03A, of the Standard Specifications. “Scarify, water, grade, and roll existing roadbed before placing new material if you construct an embankment on an existing roadway”.

Please place your bid in accordance with the current bid documents.

Response posted 05/19/2022




Inquiry #10: Stage construction plan sheet SC-10 calls for the removal of the temporary drainage systems that were installed in the previous stages. Which bid item covers the removal of the temporary drainage systems?
Inquiry submitted 05/19/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/19/2022


Response #2:Payment for removal of temporary facilities along with backfill & backfill material is included in payment made for the temporary facilities. Attention is directed to the Bid Specifications, Sections 16-1.03, 61-8.03, & 71.4.05. Please place your bid in accordance with the current contract documents.
Response posted 05/19/2022




Inquiry #11: Drainage system 5d crosses the SB1 alignment at station 102+02.16. This crossing is outside of the cold plane limits of SB1 and A1 southbound. Are there any special backfill or trench patching requirements for this system?
Inquiry submitted 05/19/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/19/2022


Response #2:Attention is directed to Addendum No. 2, dated 5/27/2022.
Please place your bid in accordance with the current bid documents.
Response posted 05/27/2022




Inquiry #12: The earthwork quantities table on sheet Q-1 shows 228 CY of roadway excavation on R1 from 24+43 to 29+75 in stage 1 phase 1. The typical cross section for R1 24+43 to 34+02 as shown on sheet X-1 calls for 0.25' cold plane in the roadway. Is the 0.25' cold plane material included in the roadway excavation quantities table?
Inquiry submitted 05/19/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/19/2022


Response #2:The cold plane for R1 is quantified in the roadway excavation quantity as the station shown on typical cross section and quantity sheets for the referenced station limits.
Response posted 05/24/2022




Inquiry #13: Removal of temporary pavement is called out in stage 2 phase 1 and stage 3. Is the removal of temporary pavement paid for as roadway excavation and included in the earthwork quantity summary? If not, how is this work paid for?
Inquiry submitted 05/19/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/19/2022


Response #2:Attention is directed to Addendum No. 2 dated 5/27/2022. Please place your bid in accordance with the current bid documents.
Response posted 05/27/2022




Inquiry #14: Refer to plan sheet 119. Please confirm the loops shown are preformed loops structure installed and not sawcut loops. If so, please clarify and provide details as needed.
Inquiry submitted 05/25/2022

Response #1:The loop detectors shown on plan sheet 119 are sawcut loops. These loop detectors are not installed on the structure.
Response posted 05/25/2022




Inquiry #15: Refer to plan sheets 120 and 121. Please confirm the SIC pair type and if the SIC is existing to be reuse. The plans do not have the SIC replacement from connection point to connection point (see conduit run #14 as an example). If to be replaced, provide further details.
Inquiry submitted 05/25/2022

Response #1:Plan sheets 120 and 121 show where the existing SIC will be removed and new SIC will be added to the existing conduit runs. The new SIC will be spliced to the existing SIC as shown.
Response posted 05/25/2022




Inquiry #16: Will the contractor be required to provide 95% compaction within 2.5' of finished grade per section 19-5.03B of the standard specifications in areas that are temporary (detours)?
Inquiry submitted 05/25/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/25/2022


Response #2:Section 19-5.03B is applicable to finished grade for both temporary and permanent traveled way and shoulders. Please place your bid in according to the current contract documents.
Response posted 05/25/2022




Inquiry #17: Per addendum two Caltrans seemed to try to address the issue of HMA detour removal by adjusting earthwork quantities and adding 911 CY of roadway excavation. The HMA quantity, per summary of quantities, is 4,587 tons of HMA in the detours. The addition of the removal of detours (911 CY) is less than half of the the HMA detour place quantity. Does the remainder of the detours stay in place? And if so, where?? Per the cross sections there is no permanent section of .70' of HMA in the finish product. Can the contractor assume the remainder of temporary detour remain in place and bid the current bid quantities?? And HMA quantities, roadway excavation, and import quantities are correct (or close)??
Inquiry submitted 05/27/2022

Response #1:Your inquiry has been submitted for review.
Response posted 05/27/2022


Response #2:The excavation quantities have been confirmed and are accurate. Please place you bid in accordance with the current bid documents.
Response posted 05/31/2022




Inquiry #18: Part 3.1a in the Streambed Alteration Agreement states that the permittee shall develop a Revegetation Plan for the project area to address planting of removed trees at 2:1 or 10:1 depending on the size. Typically the state will handle this after the project has been completed. This plan includes a 70% survival rate for all planted up to 5 years. Is this the contractor's responsibility or will the state handle this replanting? If it is the contractor's responsibility, please state the location of the trees to be replanted and provide a watering schedule.
Inquiry submitted 05/27/2022

Response #1:Your inquiry has been submitted for review. Due to the scope of your inquiry and the timing of your bidder inquiry a response to your question may not be available before bid opening. If no response is given, please place your bid in accordance with the current bid documents. Attention is directed to section 1-1.01, "GENERAL" of the Standard Specifications. "After Contract approval, submit documents and direct questions to the Engineer. Orders, authorizations, and requests to the Contractor are by the Engineer."
Response posted 05/31/2022


Response #2:The work you described in your "Inquiry" is not part of this contract. A separate contract will be initiated by the Department to address these issues. Please place your bid in accordance with the current contract documents.
Response posted 05/31/2022




Inquiry #19: What Railroad Flagging is anticipated and who is responsible for payment?
Inquiry submitted 05/31/2022

Response #1:Attention is directed to the Supplemental Project Information - Information Handout section under "RAILROAD COORDINATION REQUIREMENTS". Payment for Railroad flaggers is a Department expense.
Response posted 05/31/2022


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.