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 08-1C6804

Submit new inquiry for this project


Inquiry #1: Specifications state that the lean concrete backfill placed in the over-excavation for Bridge 56-0257 is to be paid for as structural concrete, box culvert. Please review the engineers quantity for this Item (#61), as just the OX quantity is more than the engineers quantity.
Inquiry submitted 10/28/2020

Response #1:Submitted for consideration
Response posted 10/30/2020


Response #2:There appears to be a discrepancy. Unless an addendum is issued, please bid per the contract documents. Reference standard specifications section 5-1.02 Contract Components and section 9 payment.
Response posted 11/04/2020




Inquiry #2: Please review quantity for Bid Item # 81 (Rock Slope Protection 1T, Class VIII). Engineers quantity appears to be substantially overstated.
Inquiry submitted 10/29/2020

Response #1:Submitted for consideration
Response posted 10/30/2020


Response #2:Please bid per current contract documents.
Response posted 11/04/2020




Inquiry #3: Can you provide as built drawing or plans for the existing Arroyo Seco Bridge.
Inquiry submitted 11/06/2020

Response #1:Refer to section 2-1.06B in the Standard Specifications for instructions on requesting bridge as-built drawings. Bid per the current contract bid documents.
Response posted 11/09/2020




Inquiry #4: Location 3, Arroyo Seco structural section calls for Subgrade Enhancement Geotextile. Please provide the method of payment for this.
Inquiry submitted 11/06/2020

Response #1:Submitted for consideration
Response posted 11/12/2020


Response #2:The issue in question will be addressed via an addendum
Response posted 11/13/2020


Response #3:Please refer to Addendum #1.
Response posted 11/24/2020




Inquiry #5: Please review Bid Item #56 24" Cast-In-Drilled-Hole Concrete Piling. There seems to be a 14 LF difference between the plans and the Bid Item Estimated Quantity which is 160 LF.
Inquiry submitted 11/16/2020

Response #1:Submitted for consideration
Response posted 11/17/2020


Response #2:Bid Item 56, 490603 24” CAST-IN-DRILLED-HOLE CONCRETE PILING, is not a final pay item. Reference standard specification 9-1.02A for measurement of quantities for payment. Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents
Response posted 11/19/2020


Response #3:Please refer to Addendum #2.
Response posted 12/04/2020




Inquiry #6: Please review Bid Item #56 24" Cast-In-Drilled-Hole Concrete Piling. There seems to be a 14 LF difference between the plans and the Bid Item Estimated Quantity which is 160 LF.
Inquiry submitted 11/16/2020

Response #1:Submitted for consideration
Response posted 11/17/2020


Response #2:Same as Bid Inquiry #5
Response posted 11/19/2020


Response #3:Please refer to Addendum #2.
Response posted 12/04/2020




Inquiry #7: Will the Nesting Bird-Burrowing Owl Plan, identified in the Information Handout, be provided as an Addendum?
Inquiry submitted 11/23/2020

Response #1:Submitted for consideration
Response posted 11/24/2020


Response #2:The contractor supplied biologist is responsible for the nesting bird-burrowing owl plan identified in the 1600-2020-0046R6 permit, Section 2.70 Nesting Bird/Burrowing Owl Plan.
Response posted 12/09/2020




Inquiry #8: Will the Bat Avoidance, Monitoring and Protection Plan (BAMPP) be provided as an Addendum?
Inquiry submitted 11/23/2020

Response #1:Submitted for consideration
Response posted 11/24/2020


Response #2:Yes
Response posted 12/08/2020


Response #3:Revised response: No, Plan not currently available, bid according to current special provisions. Plan will be available at Contract Award/Approve Contract.
Response posted 12/11/2020




Inquiry #9: Section 14-6.03A of Special Provisions, Statement 6 reads: "If arroyo toads are found within the fenced area, they will need to be trapped and relocated to an appropriate habitat relocation area after fence installation by a qualified biologist permitted by the USFWS to handle arroyo toad. " This differs from Arroyo Toad qualifications required for CSB outlined on page 30 of Project Specs, which do not specify any permitting requirements for CSB. Could you clarify whether the CSB is required to hold a permit for Arroyo toad?
Inquiry submitted 11/23/2020

Response #1:Submitted for consideration
Response posted 11/24/2020


Response #2:The contractor supplied biologist is not required to have a permit, however, any biologist retained should be familiar with species. This could include previous handling experience, and knowledge of the species life history and habitat requirements.
Response posted 12/08/2020




Inquiry #10: Section 14-6.03A, Statement 8 reads: "If work on Arroyo Seco Bridge or other bridges that support bat roosting during the bat maternity season (April 1–August 31) cannot be avoided, a qualified bat biologist will perform a humane eviction/exclusion of roosting bats from the bridges in before the maternity season before initiation of construction." Please clarify whether the CSB is responsible for performing bat evictions and installing bat exclusionary devices?
Inquiry submitted 11/23/2020

Response #1:Submitted for consideration
Response posted 11/24/2020


Response #2:Yes, the CSB is responsible for installing bat exclusionary devices to exclude the bats from the bridge.
Response posted 12/08/2020




Inquiry #11: The bid item quantities for bid item 101 is 9EA. However in the plans we can only find 8. In the plans page 8/142 it calls out for 4EA of bid item 101, however there only seems to be 3EA at this location unless the bridge is completely missing 1 side of guardrail. Please advise.
Inquiry submitted 11/30/2020

Response #1:Submitted for consideration
Response posted 12/01/2020


Response #2:Please bid per current contract documents.
Response posted 12/03/2020




Inquiry #12: Bid item 99 calls out for 10EA of the transition railing (type WB-31) however, after going through the plans only 8 can be found. On page 7/142 in the plans you will see 1EA WB-31 being called out as for page 8/142 there is 3 shown and 9/142 has a total of 4. Please advise where the other 2 are located.

Also, the summary of quantities (page 64/142 in the plans) does not show any WB-31 but the specifications outs it out as bid item 99 with a total of 10ea.



Inquiry submitted 11/30/2020

Response #1:Submitted for consideration
Response posted 12/01/2020


Response #2:Please bid per current contract documents.
Response posted 12/03/2020




Inquiry #13: End Anchor Assembly is called out in the specifications and in the plans at the blue ridge wash bridge, however nothing on the plans calls out for a SFT. The guardrail goes from a ALT inline to a WB-31 connected to the bridge.

Please advise.


Inquiry submitted 11/30/2020

Response #1:Submitted for consideration
Response posted 12/01/2020


Response #2:Please bid per contract documents.
Response posted 12/14/2020




Inquiry #14: In regard to the temporary construction entrances, will the entrances be type 1 or type 2 temporary construction entrances? Additionally, will work on all for sites take place simultaneously or sequentially for the duration of the 990 Wday period?
Inquiry submitted 12/02/2020

Response #1:Q. In regard to the temporary construction entrances, will the entrances be type 1 or type 2 temporary construction entrances?

A. They will be temporary Construction Entrances (Type 2)

Q. Additionally, will work on all for sites take place simultaneously or sequentially for the duration of the 990 Wday period?

A. Caltrans does not dictate the sequence or methodology of construction. This is a Contractor decision predicated on the specifications. Please bid per current contract documents. Additionally, the working days are 240 not 990.


Response posted 12/03/2020




Inquiry #15: In response to a previous inquiry it was stated that this project is 240 wdays not 990 but on the CalTrans posting it still lists the project as 99 Wdays please advise.
Inquiry submitted 12/03/2020

Response #1:Please refer to the notice to Bidders:
240 wd without plant establishment
750 wd of plant establishment

Response posted 12/04/2020




Inquiry #16: Bid item 93 should be removed from the bid item list. I don't see any laminated panel signs on the project. Also to eliminate any confusion could you remove bid item 91 from the bid item list, addendum 1 states that the cost of the object markers are covered under the traffic control bid item.
Inquiry submitted 12/03/2020

Response #1:Submitted for consideration
Response posted 12/07/2020


Response #2:Please bid per contract documents
Response posted 12/11/2020




Inquiry #17: Can we request an extension of the bid deadline to allow time for Caltrans to answer outstanding questions about potential CSB expenses (bat exclusion, bat eviction, permitted vs unpermitted ARTO biologist, BAMPP, NBP)?
Inquiry submitted 12/04/2020

Response #1:The deadline extension will be addressed via addendum.
Response posted 12/07/2020




Inquiry #18: Please provide quantities and bid item for treated wood waste removed from guardrail (Bid Item 106). Thanks
Inquiry submitted 12/04/2020

Response #1:Submitted for consideration
Response posted 12/07/2020


Response #2:an addendum will be provided to address this issue
Response posted 12/11/2020




Inquiry #19: Blue Ridge Wash Bridge appears to have new Type 842 (Mod) Barrier at both ends of the structure. The pay quantity looks like enough for one end only; please clarify.
At Blue Ridge Wash (Plan Sheet 111) there is rebar installed using the "Drill and Bond Dowel (Chemical Adhesive) method. This method is a pay item at Leach Canyon Channel but not at Blue Ridge Wash. Please clarify.

Inquiry submitted 12/05/2020

Response #1:Submitted for consideration
Response posted 12/07/2020


Response #2:For Type 842 Modified concrete barrier at Blue Ridge Wash Bridge at both ends, the final pay quantity of 81 LF is correct as described. Reference plan sheet 107 of 142 for dimensions and skew angle. For drill and bond dowel (chemical adhesive) for concrete barriers, reference special provisions 83-3.01A. Reference standard specification Section 9-1.03 Payment Scope. Bid per the current contract bid documents.
Response posted 12/10/2020




Inquiry #20: Refer to plan sheet 72 regarding legend info. Please confirm that a pull box and CCTV/VDS is not required as shown on RSP ES-18B or the contract plans.
Inquiry submitted 12/11/2020

Response #1:Submitted for consideration
Response posted 12/11/2020


Response #2:Pull box and CCTV/VDS are not required as shown on RSP ES-18B
Response posted 12/14/2020




Inquiry #21: How often will the biologist be on site for this project?
Inquiry submitted 12/11/2020

Response #1:Submitted for consideration
Response posted 12/14/2020


Response #2:Please see Special Provisions section 14-6.03A.
Response posted 12/15/2020


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.