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 10-1C7904

Submit new inquiry for this project


Inquiry #1: For bid item 103, Jointed Plane Concrete Pavement, the plans do not reference a joint spacing plan or detail showing the proposed pavement joint spacing. Will the State please provide a plan sheet to designate the required joint layout?
Inquiry submitted 06/28/2021

Response #1:Your inquiry has been submitted for review.
Response posted 06/29/2021


Response #2:Refer to Addendum No.4, dated August 18, 2021.
Response posted 08/18/2021




Inquiry #2: Date: 6-29-2021 RFI#: 001

To: Cal Trans Bidding Connect Website Bidder Inquires. Company: CDOT/Cal Trans

Project: Contract#. 10-1C7904 Building: All Buildings w/Metal Roof/Siding/Soffits

Item: Roof/Siding/Soffit Manufacturer PDS

Ref. / Dwg. / Spec: 99-07410 A(2), 99-07410B(1) Sheet Materials & 99-07410B(2)

Item(s) of clarification / additional information:
1. Because there is no Basis of Design products in the Spec section 99-07410, I have attached some product data that appears to meet specifications and plans. Are these products acceptable?
2. The Roof panel described in 99-07410B (1) Configuration: Minimum 1-3/4” High. There is a roof panel with a 1-3/4” Rib Height PDS attached called AEP Spans “Design Span hp” this is a snap together panel with Manufacturers recommended minimum slope of 2” per foot. All roof slopes in this project appear to be under 2” per foot slope, this panel should not be acceptable, correct?
3. The Roof panel described in 99-07410B (1) Configuration: Minimum 1-3/4” High. Attached is PDS for AEP Spans “Span-Lok hp” 24 ga. with a 2” Height this panel is acceptable on roof slopes starting at ¼” per foot. Please see PDS attached to confirm if this Roof panel is acceptable for project.
4. 99-07410B (2) describing wall & soffit panel with appx 1” depth. Please see attached PDS for Corrugated Wall & Soffit Panel made by AEP Span “Nu-Wave Corrugated” 24 ga. Steel if acceptable for project.
5. Please see attached PDS AEP Span Perforation Data Sheet, please provide which Percentage open area/Diameter/Spacing of Perforation is required for Soffits & Wall Panels. Soffit Panels & Perforated Soffit/Wall panels will fabricated in 24 ga. (Kynar) steel is this acceptable?
6. Please See attached PDS Dura-tech 5000 (Kynar) color chart & Sample Finish Warranty for Metal Finishes for Roof/Siding & Soffit Panels. Is this Metal Finish acceptable?
7. Is BAA Buy American Act applicable to this project in regard to Metal Roofing/Siding/Soffits?

Possible Solution: Please provide response if products submitted with this RFI are acceptable for project. Please confirm if AEP Spans “Design Span hp” is not acceptable.
(It would have been nice to attach my PDF PDS with this RFI I prepared), Can CDOT look into these products mentioned to see if they are acceptable or not acceptable?
https://www.aepspan.com/

Inquiry submitted 06/29/2021

Response #1:Your inquiry has been submitted for review.
Response posted 06/30/2021


Response #2:A1 Response: Products must meet the requirements of the contract plans and specifications. Submit product data after Contract award for approval per section 010000 and section 99-07410A(4) of the Special Provisions. Please bid per the current contract documents.

A2 Response: Roof slopes must be as required on contract plans. Please bid per the current contract documents.

A3 Response: Roof panels must meet the requirements of the contract plans and specifications. Submit product data after Contract award for approval per section 010000 and section 99-07410A(4) of the Special Provisions. Please bid per the current contract documents.

A4 Response: Wall and soffit panels must meet the requirements of the contract plans and specifications. Submit product data after Contract award for approval per section 010000 and section 99-07410A(4) of the Special Provisions. Please bid per the current contract documents.

A5 Response: Wall and soffit panels must meet the requirements of the contract plans and specifications. Submit product data after Contract award for approval per section 010000 and section 99-07410A(4) of the Special Provisions. Refer to section 99-07410B(2) of the Special Provisions for metal finishes. Please bid per the current contract documents.

A6 Response: Metal finishes must comply with section 99-07410B(2) of the Special Provisions. Colors must be as shown on the plans and per section 99-07410B(2). Please bid per the current contract documents.

A7 Response: Refer to section 6-1.04 of the Standard Specifications for Buy America. Please bid per the current contract documents.

Response to "Possible Solution:" Please see responses A1 through A7.
Response posted 07/08/2021




Inquiry #3: Can you please clarify the work days in relation to the plant establishment work days? The 310 and 350 calendar days seem to overlap durations for the construction and the 90 calendar days for plant establishment.
Inquiry submitted 06/30/2021

Response #1:Your inquiry has been submitted for review.
Response posted 06/30/2021


Response #2:Attention is directed to Notice to Bidder of the contract specifications: "Complete the work, excluding plant establishment work, within 310 working days. Complete the work, including plant establishment work, within 350 working days. Complete the plant establishment work within 90 working days"

Response posted 07/21/2021




Inquiry #4: Listed on the Special Provisions Page 12, Information Handout,
 Item 5 – Slot Line Drain vendor drawings
 Item 6 – XIO, Inc. SCADA Equipment (Phase 3)

It seems there is nowhere on Caltrans Website that these documents can be found.
Can you please provide the documents or link where it can be downloaded?

Inquiry submitted 06/30/2021

Response #1:Attention is directed to the latter half of document “10-1C79041H.pdf” of the “Supplemental Project Information”.
Response posted 07/01/2021




Inquiry #5: Are there any as-built drawings for the site and the rest area building?
Inquiry submitted 07/01/2021

Response #1:Attention is directed to section 2-1.06B, "Supplemental Project Information" of the Standards Specifications AND Revised Standard Specifications.
Response posted 07/01/2021




Inquiry #6: Minor Concrete details on sheet LD-26 call out for Welded Wire Fabric as well as #4 Rebar. Is this correct? If so, what is the spacing on the #4 rebar?
Inquiry submitted 07/06/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/06/2021


Response #2:Attention is directed to revised sheet LD-26 on Addendum #1 dated July 20,2021.
Response posted 07/21/2021




Inquiry #7: Q1. On sheet 64 the dimensions of the paver lid opening is shown as 1.33’ x 1.33’ however one of the specified products is manufactured to metric dimensions in the United Kingdom. Please provide a plus / minus range on the opening.

Q2. On sheet 64 the overall width of the type 2 cleanout boxes is shown to be 1.8’ x 1.8’. This dimension is not equally divisible by tape measures sold in the United States. Please provide a plus / minus range for these boxes. Or – should the dimension read 1’-8” as depicted for the type 1 box depicted on sheet 63?

Q3. On sheet 64 the slot drain is labelled “stainless steel” in section A-A however we will provide galvanized per the special provisions and informational handout.

Inquiry submitted 07/09/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/11/2021


Response #2:Attention is directed to Addendum No. 1 dated July 20, 2021 revised sheet DD-3. Please place you bid in accordance with the current bid documents.
Response posted 07/21/2021




Inquiry #8: Question - On sheet 66 the TOTAL of “Minor Concrete (Minor Structure)” (BI 107) is shown as 7.83 CY yet the sum of the quantities above equal 0.53 CY. It appears the 0.53 CY has been added to the 7.3 CY called out for “Structural Concrete, Drainage Inlet” (BI 105). The 7.8 CY shown in the BI 107 quantity table on sheet 77 appears to be incorrect also.
Inquiry submitted 07/12/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/13/2021


Response #2:Attention is directed to Addendum No.1 dated July 20, 2021 revised sheet DQ-2 & Q-2. Place your bid in accordance with the current bid documents.
Response posted 07/21/2021




Inquiry #9: We are requesting that World Dryer Corporation be added as an equal manufacturer in the division 10 specs for hand dryers.
Inquiry submitted 07/13/2021

Response #1:Your inquiry has been submitted for consideration.
Response posted 07/13/2021


Response #2:Submit product data for approval after Contract award per section 010000 and section 99-10802A(3) of the Special Provisions. Please bid per the current contract documents.
Response posted 07/14/2021




Inquiry #10: Question 1: “There is a discrepancy between the roof slope of Buildings 4 and 10 in architectural drawings versus the structural drawings.

In Sheet 216 (A4-12) of the architectural drawings, the Building 10 roof slopes downward toward the HSS column. However, in Sheet No. 265 (ST4-3) of the structural drawings, Building 10 roof slopes upward toward the HSS column. Which slope direction is correct?

In Sheet 216 (A4-12) of the structural drawings, the Building 4 roof slopes upward toward the HSS column. However, in Sheet No. 290 (ST10-3) of the architectural, the Building 4 roof slopes downward toward the HSS column. Which slope direction is correct?”

Question 2: “Sheet 124 (IP-1) of the irrigation plans has a callout for a 2” Gate Valve in the upper left hand corner of the sheet, but points to a 2” Ball Valve. Is this a 2” Gate Valve or a 2” Ball Valve?

Question 3: “Sheet 125 (IP-2) of the irrigation plans has callouts for 3” PVC Pipe Conduits (Sleeves), but points to 6” PVC Pipe Conduits (Sleeves). Are these 3” PVC Pipe Conduits (Sleeves) or 6” PVC Pipe Conduits (Sleeves)?

Inquiry submitted 07/13/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/14/2021


Response #2:Response to Question No. 1: This inquiry is in the process of being evaluated. If an addendum is not processed please bid in accordance with the current contact documents.

Response to Question No. 2: Attention is directed to Addendum No. 1 dated July 20, 2021. Please place you bid in accordance with the current contract documents.

Response to Question No. 3: Attention is directed to Addendum No. 1 dated July 20, 2021. Please place you bid in accordance with the current contract documents.
Response posted 07/22/2021




Inquiry #11: Q1: Are there any details on how to hang the Cut Metal Deco Wall panels on the Comfort Station exterior walls?
Q2: Does Caltrans have any preferred method on how to get the images of the Cut wall art onto the cut sheet metal?

Inquiry submitted 07/13/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/14/2021


Response #2:Attention is directed to section 20-5.05D(1)(c) and 20-5.05D(3) of the Special Provisions.


Response posted 07/15/2021




Inquiry #12: Q5. Reference sheet 106: We assumed the “footings” for the Precast Concrete Picnic Table (Rectangle) and the Precast Concrete Picnic Table (Rectangle) (Accessible) are part of bid item 118 and not bid item 107. These picnic tables sit on concrete SIDEWALK (BROOM FINISH) per the landscape drawings. It appears the grout pocket will be installed in the sidewalk and no quantities for bid item 107 are paid at these locations.

Q6. Reference sheet 106: We assumed the height of the bid item 107 footings for the Precast Concrete Picnic Table (Round) is the concrete below the sidewalk (bid item 118.) We assumed a construction joint is allowable between the lower 12” of the footing (bid item 107) and the bottom of the sidewalk (bid item 112.)

Inquiry submitted 07/13/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/14/2021


Response #2:A5) - Footing detail on sheet LD-19 for the Precast Concrete Picnic Table (Rectangle) (Accessible) and Precast Concrete Picnic Table (Rectangle), the footing for these items are paid for with bid item 118.
A6) - The height of the footings (bid item 107) for the Precast Concrete Picnic Table (Round) only includes the 12" portion below the sidewalk.
Place your bid in accordance with the current contract bid documents.


Response posted 07/21/2021




Inquiry #13: Is there a hazardous material survey report for lead and asbestos for the building and site demolition?
Inquiry submitted 07/13/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/14/2021


Response #2:Excerpt from hazardous materials survey has been added to the Information Handout that will be made available via a forth coming addendum.
Response posted 07/16/2021


Response #3:Attention is directed to the Information Handout, Addendum No. 1 dated July 20, 2021. Place your bid in accordance with the current contract documents.
Response posted 07/21/2021




Inquiry #14: Q7. Is the quantity for bid item 80 correct? The quantity table on sheet 122 indicates there are 10 each round (4 seat) and 8 each round, accessible (3 seat) tables. Sheets 84, 85, 86 and 87 however show there are 12 each 4 seaters and 10 each 3 seaters. This results in a 22% over-run of quantities.
Inquiry submitted 07/13/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/14/2021


Response #2:Addendum No. 1, dated July 20, 2021, revised sheet LQ-1. Please place your bid in accordance with the current bid docuemnts
Response posted 07/22/2021




Inquiry #15: Wouldn't it be prudent for Caltrans to add an item for Site Electrical work (not building) and WWTP as their own items instead of just including them all in Building Work??
Inquiry submitted 07/14/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/15/2021


Response #2:Please see section 010000 for the Building Work scope and section 010000, part 1.7 for the requirements of the schedule of values for building work. Please bid per the current contract documents.



Response posted 07/23/2021




Inquiry #16: Irrigation quantities Table on IQ-2 shows there being a 2” remote control valve on sheets IP-1 and IP-3? There is no 2” valve shown on either IP-1 and IP-3? Please advise what this valve is for and show on irrigation plans.
Inquiry submitted 07/19/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/21/2021


Response #2:Attention is directed to Addendum No. 2 dated July 23,2021. Place your bid in accordance with the current bid documents.
Response posted 07/27/2021




Inquiry #17: There are a total of 61 remote control valves shown on irrigation plan sheets IP-1 through IP-4. There are two items for remote control valves, item 46 11/2” remote control valve 60EA and item 47 2” remote control valve 2EA? Please change bid items to reflect the correct amount of irrigation valves installed as shown on the irrigation plans.
Inquiry submitted 07/19/2021

Response #1:Unless an addendum is issued please place your bid in accordance with the contract bid documents.
Response posted 07/21/2021


Response #2:Attention is directed to Addendum No. 2 dated July 23,2021. Place your bid in accordance with the current bid documents.
Response posted 07/27/2021




Inquiry #18: Item 80 Precast Concrete Round Picnic Table has the wrong quantity? Landscape layout plan sheets LL-6 through LL-9 show 22 of the round picnic tables and item 80 has 18 of them? Please advise as to correct quantity to bid.
Inquiry submitted 07/19/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/21/2021


Response #2:Attention is directed to Addendum No. 1 dated July 20, 2021. Please place your bid in accordance with the current contract documents.
Response posted 07/22/2021




Inquiry #19: Item 83 Precast Concrete Removeable Bollards have the wrong quantity? Landscape layout plan sheets LL-6 through LL-9 show 4 of the Bollards and item 83 has 8 of them? Please advise as to correct quantity to bid.
Inquiry submitted 07/19/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/21/2021


Response #2:Attention is directed to Addendum No. 2 dated July 23,2021. Place your bid in accordance with the current bid documents.
Response posted 07/27/2021




Inquiry #20: Bid items 89 and 90 seem to have the wrong quantities? Item 89 has a total of 44EA for the precast concrete trash container and item 90 has a total of 22EA of the precast concrete recycle container. Although landscape layout plan sheets LL-6 through LL-9 show 50EA of the precast concrete trash container and 33EA of the precast concrete recycle container. Please advise as to correct quantity to bid.
Inquiry submitted 07/19/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/21/2021


Response #2:Attention is directed to Addendum No. 1 July 20, 2021 revised sheet LQ-1. Please place your bid in accordance with the current contract documents.
Response posted 07/22/2021




Inquiry #21: Is item 29 cultivation for the sod area only? Planting plans PP-1 through PP-4 have a total square footage of 21,700 which is 2,411 SQYD for the sod area. If cultivation item is for sod, change item 37 sod to correct SQYD.
Inquiry submitted 07/19/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/21/2021


Response #2:Attention is directed to Addendum No. 1 dated July 20, 20211, revised sheets PL-1, PP-1 to PP-4 and PQ- 1. Please place your bid in accordance with the current contract bid documents.
Response posted 07/22/2021




Inquiry #22: Pet Water Station -
Question 1: Can a 24" square drain grate be acceptable in lieu of a semicircle shape?
Question 2: Is there any detail for the precast concrete to have a removable lid for for any future maintenance access?
Question 3: Can the drain grate simply be slightly embedded over CL4 base rock instead of having an angle seat and concrete collar for simplicity of construction instead?

Inquiry submitted 07/19/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/21/2021


Response #2:Attention is directed to section 1-1.01, "General" of the bid specifications. "After Contract approval, submit documents and direct questions to the Engineer. Orders, authorizations, and requests to the Contractor are by the Engineer." Please place your bid in accordance with the current contract documents.
Response posted 07/22/2021




Inquiry #23: Irrigation quantities table on IQ-2 has the wrong amount of 3” gate valves. There are 14 total gate valves. Please update item 55 to 14 EA gate valves.
Inquiry submitted 07/20/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/21/2021


Response #2:Attention is directed to Addendum No. 1 dated July 20, 2021, revised sheets IQ-2. Please place you bid in accordance with the current contract documents.
Response posted 07/22/2021




Inquiry #24: There is no information as to the new 2” water meters being installed on irrigation plan sheets IP-1 and IP-3? What details are we to reference to install the meters? What water line will be tapped and what size is the water line for the tap? Who will perform the hot tap the contractor or city/county? Are there any fees from the county or city? Please advise.
Inquiry submitted 07/21/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/23/2021


Response #2:Refer to Addendum No. 3 dated July 30, 2021.
Response posted 08/09/2021




Inquiry #25: Bid item #17 is Temporary hydroseed . However, specs do not provide the temporary seed mix and application rate. Please help provide.
Inquiry submitted 07/23/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/23/2021


Response #2:Refer to Addendum No. 3 dated July 30, 2021.
Response posted 08/09/2021




Inquiry #26: Construction details C-1 and C-16 say to remove irrigation, but don’t show what irrigation is being removed? Please provide as-builts plans showing what irrigation is being removed.
Inquiry submitted 07/26/2021

Response #1:Attention is direction on the discussion of obtaining As-Builts; refer to section 2-1.06B "Supplemental Project Information" of the Standard Specifications and RSS.
Response posted 07/26/2021




Inquiry #27: Normally when there is irrigation removal work there is an item for it. There is no item remove irrigation facilities? Please advise under what item this will be paid.
Inquiry submitted 07/26/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/26/2021


Response #2:Irrigation removal included in clearing and grubbing bid item.
Response posted 08/09/2021




Inquiry #28: Please clarify if the metal siding panels that occur at the exterior elevations of the Crew/Storage, Vending and Water Treatment buildings are to be perforated to match the soffit panels or just a corrugated metal panel.
Inquiry submitted 07/26/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/26/2021


Response #2:Your inquiry has been submitted for review.
Response posted 07/27/2021


Response #3:Please see detail 1 on sheet 203 (AD-3) specifying the corrugated perforated metal soffit. Please see detail 3 on sheet 208 (A2-12) for the vending exterior, detail 4 on sheet 216 (A4-12) for the crew/storage/CHP exterior, detail 1 on sheet 223 (A5-11) for the water treatment exterior. These details have language that the metal soffit is similar to the metal siding, typ. Please bid per the current contract documents.
Response posted 07/28/2021




Inquiry #29: In section 99-11395, Article 99-11395B, item 4.
The RFP states that a backwash pump is required. Our system does not use a pump to achieve the backwash process, but an integrated pressurized line to reverse flow through the membranes. Please clarify if this is acceptable.

Inquiry submitted 07/26/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/27/2021


Response #2:Please submit product data for approval after Contract award per section 010000 and section 99-11395A(3) of the special provisions. Please bid per the current contract documents.
Response posted 07/28/2021




Inquiry #30: 1. On sheet AD-2 the Fascia is shown in a specific configuration. But on sheet ST-1, Detail 1 the condition is shown differently. Which drawing should be utilized

2. On sheet ST-1A in the framing notes it states "All roofs must be sheathed with 19/32" wood structural panels. But on sheet ST1-0 under the panels sheathing heading it states 15/32" struct 1 ply. This is similar on ST-4. 19/32" CDX Exposure 1. Should we use the notes on Sheet ST-1A?? Or follow each structural plan sheet for the plywood required.

3. At the CHP office on the interior elevations on page A4-16, room 1 it calls for the window next to the entry door to be Bullet Proof. Does the door next to this window need to Bullet Proof also?? And are the other two windows in this room, also to be Bullet Proof?? And at what bullet resistant levels for all windows??

Inquiry submitted 07/26/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/27/2021


Response #2:Response 1: Please see the note on ST-1a, ST-1b and ST-1c that says “Specific details or notes on other sheets shall prevail over standard details and notes on this sheet.” Please bid per the current contract documents.

Response 2: Please see the note on ST-1a that says “Specific details or notes on other sheets shall prevail over standard details and notes on this sheet.” Please bid per the current contract documents.

Response 3: Please see sheet number 221 (A4-17) for the door schedule. Please see sheet number 221 (A4-17) for the window schedule. Please see section 99-08100 for the door requirements. Please see section 99-08710 for the glazing requirements for the windows. Please bid per the current contract documents.

Response posted 07/28/2021




Inquiry #31: Section 99-07182 Water Repellent Coating states that an exterior coating must be applied to all masonry surfaces. The finish schedules for the buildings within the A sheets such as sheet A1-18 state the exterior CMU doesn't receive an applied finish. Please clarify if this water repellant coating will be needed at the exterior CMU.
Inquiry submitted 07/27/2021

Response #1:Your inquiry has been submitted for review,
Response posted 07/28/2021


Response #2:Structure’s (BOE’s) response: Please see section 99-07182A(1). It states “The water-repellent coating must be applied to all exterior concrete or masonry surfaces and exposed aggregate surfaces as shown.” Please see the finish schedules to determine where the coating is required. Please bid per the current contract documents.
Response posted 07/28/2021




Inquiry #32: Bid Item 92 - Precast Concrete Paver
Question: Can you please verify the correct quantity ? Our take-off is 12,750 sf versus 12,300 SF.

Inquiry submitted 07/27/2021

Response #1:Your inquiry has been submitted for review,
Response posted 07/28/2021


Response #2:Attention is directed to section 9, “Payment” of the Standard Specifications. Place you bid in accordance with the current contract documents.
Response posted 07/29/2021




Inquiry #33: Q8. What is the lengths of the 1” WP lines that feed the vending buildings? Drawings M2-01 (sheet 311) and M2-02 (sheet 312) reference the W drawings but no lengths are shown on W1-4 (sheet 446) or W2-2 (sheet 458).
Inquiry submitted 07/27/2021

Response #1:Your inquiry has been submitted for review,
Response posted 07/28/2021


Response #2:Response: Please see section 99-15050A(1). Layouts are diagrammatic and location of equipment is approximate. The exact routing of pipes, ducts, etc., and location of equipment is to be governed by structural conditions and obstructions. Please bid per the current contract documents.
Response posted 07/28/2021




Inquiry #34: The irrigation drawing show 2 each 2 inch water meters.
Please clarify under what item is the two water meters shown are paid.

Inquiry submitted 07/30/2021

Response #1:Your inquiry has been submitted for review.
Response posted 07/30/2021


Response #2:Attention is directed to Addendum 3 dated July 30, 2021. Please place your bid in accordance with the contract documents.
Response posted 07/30/2021




Inquiry #35: The duration shown on the special provisions requires to complete the work excluding plant establishment within 310 working days, complete the work including plant establishment work within 350 working days, and complete the plant establishment work within 90 working days. Please advise if the plant establishment is only 40 working days or 90 working days?
Inquiry submitted 08/02/2021

Response #1:Your inquiry has been submitted for review.
Response posted 08/02/2021


Response #2:Plant Establishment work is 90 working days.
Response posted 08/02/2021




Inquiry #36: Please provide color picture sample of "Split Earth Texture" for Seatwalls.
Inquiry submitted 08/02/2021

Response #1:Your inquiry has been submitted for review.
Response posted 08/02/2021


Response #2:Please bid per current contract documents.
Response posted 08/09/2021




Inquiry #37: Please provide colored layout for pavers so the contractor can comply with LD-3 "no paver of the same color shall be adjacent to a paver of the same color".
Inquiry submitted 08/02/2021

Response #1:Your inquiry has been submitted for review.
Response posted 08/02/2021


Response #2:Please bid per current contract documents.
Response posted 08/09/2021




Inquiry #38: Laguna Greenworks LLC, an Authorized Distributor of Dyson Professional Products, requests that Dyson be added as an equal manufacturer in Division 10 specs for hand dryers.
Inquiry submitted 08/13/2021

Response #1:Submitted for consideration.
Response posted 08/13/2021


Response #2:Submit product data for approval after Contract award per section 010000 and section 99-10802A(3) of the Special Provisions. Please bid per the current contract documents.
Response posted 08/16/2021




Inquiry #39: Subject: Precast Concrete Pavers
There is no manufacturer listed any where in the
plans or the Spec’s . Can you please provide above information so we
can obtain pricing.

Inquiry submitted 08/13/2021

Response #1:Submitted for consideration.
Response posted 08/13/2021


Response #2:Please bid per current contract documents.
Response posted 08/18/2021




Inquiry #40: Inquiry about the electrical control panels

1) We need to confirm/clarify the temp controls needed. So, that we can confirm the AC's and heaters quoted. We will need feedback on the following:
a. Maximum Ambient temperature
b. Minimum Ambient temperature
c. Direct Sunlight Exposure? If not is there any sunlight exposure?


2) Are sunshades to be included on the enclosure doors or just the Top, Left, Right and Backside of the enclosure?


Inquiry submitted 08/17/2021

Response #1:Submitted for consideration.
Response posted 08/17/2021


Response #2:This project is located in Merced County on Route 5, 0.4 miles north of the Fresno county line. There are various control panels on the project. Some are indoors and some are outdoors. Please bid per the current contract documents. In Reference to the sunshades; Please see section 99-16 for the requirements of the electrical enclosures. Please bid per the current contract documents.

Response posted 08/19/2021




Inquiry #41: Addendum 2 replaced the following paragraph in the Special Provisions, Division 99-1 General Requirements, Section 01000 Part 1, 1.4 Coordination with the Department. Prior to addendum 2, the paragraph stated “You may obtain electrical power and water from existing Department on the jobs site for Contract operations at no cost to you.” The revised paragraph in addendum 2 eliminated the water component.

Is Caltrans still providing construction water?

According to the San Luis Canal District, there is no construction water available for this project due to the drought and contractors need to be trucked in. Does Caltrans have a water allocation from the San Luis Canal District to provide water for testing and disinfection of new water services and water available for the plant establishment period?

Inquiry submitted 08/18/2021

Response #1:Submitted for consideration.
Response posted 08/18/2021


Response #2:Please see section 10-6 and Division 99-1, section 010000, Part 1 of addendum no. 1. Please bid per the current contract documents.
Response posted 08/19/2021




Inquiry #42: According to bid question 41 concerning water. And not regarding the water system. Can the contractor assume there is still going to be water available for the earthwork and general water construction needs?
Inquiry submitted 08/18/2021

Response #1:Submitted for consideration.
Response posted 08/19/2021


Response #2:Attention is directed to Special Provisions section 10-6 of Addendum #1, dated July 20, 2021. Water for construction is not available at the construction site. Provide water from a source other than what is used by the Safety Roadside Rest Area or emergency services at the construction site. Construction of a well at the construction site is not allowed.
Response posted 08/20/2021




Inquiry #43: Specification 99-11146B(3) indicates that the air compressor shall be mounted on a vertical tank. The supplier for the named manufacturer can only provide the specified compressor on a horizontal tank. Please confirm that a horizontal tank is acceptable.



Inquiry submitted 08/20/2021

Response #1:Submitted for consideration.
Response posted 08/20/2021


Response #2:Submit product data for approval after Contract award per section 010000 and section 99-11146A(3) of the Special Provisions. Please bid per the current contract documents.
Response posted 08/24/2021




Inquiry #44: Regarding the JPCP Joint Seal, other than the silicone for the isolation joint, what material are you requiring for the contraction joints; silicone, asphalt rubber, or preformed? Also, can you please specify the size requirements?
Inquiry submitted 08/20/2021

Response #1:Submitted for consideration.
Response posted 08/20/2021


Response #2:The Standard Plan does not show application of joint seals for the contraction joints. Bid per the standard plan and current contract documents.
Response posted 08/30/2021




Inquiry #45: Please Clarify what the Split Earth Texture for the Pre-cast Seat is ? Does the owner have any photos . Our Pre-cast Vendor needs this information to finalize his proposal.
Inquiry submitted 08/24/2021

Response #1:Submitted for consideration.
Response posted 08/24/2021


Response #2:Refer to Addendum No. 5, dated August 30, 2021.
Response posted 08/30/2021




Inquiry #46: The below 3-part question is in regards to the updated plans provided in Addendum #4 (C-40, C-41, C-42, C-43).

Need for additional clarification concerning “LONGITUDINAL JOINTS WITH DOWEL BARS AND NO TIE BARS” call out:
1. Is this statement referring to ONLY the “pointed out” longitudinal joints OR is it “typical” for all longitudinal joints? Truck parking area only? Car parking area only?
2. What spacing & length should be used for reinforcement of the longitudinal joints that will use dowel bars in lieu of tie bars? (Tie bars were 2.5’ long and spaced @ 2’-4”; should we use the same for the replaced dowel bars?)
3. Is the note supposed to state “LONGITUDINAL ISOLATION JOINT WITH NO DOWEL BARS AND NO TIE BARS”? The summary of quantities sheet for isolation joint does not include this quantity.

Inquiry submitted 08/24/2021

Response #1:Submitted for consideration.
Response posted 08/24/2021


Response #2:Refer to Addendum No. 5, dated August 30, 2021.
Response posted 08/30/2021




Inquiry #47: Will the state allow the use of PG 64-10 or PG 64-16 in lieu of the polymer modified binder for HMA?
Inquiry submitted 08/25/2021

Response #1:Submitted for consideration.
Response posted 08/25/2021


Response #2:Bid per current contract documents.
Response posted 08/30/2021




Inquiry #48: Q1. Drawing C-34 / sheet 46 – Detail A. Please clarify how the rebar is spaced every 18” in BOTH directions?

Q2. Drawing LD-17 / sheet 104 – Bollard Light Base. Please verify 22 each of these are paid under bid item 107.

Q3. Drawing ST7-5 / sheet 286 – Detail 3. Please verify these are not the desired foundations for the Bollard Luminaires but are the foundations for the 15 each (not 18 each) #7’s shown on EEO-13 / sheet 338 and the 15 each (not 18 each) #7’s shown on EEO-53 / sheet 362.

Q4. Drawings M2-01 / sheet 311 and M2-02 / sheet 312 include notes “1” Potable Water, See W Sheets.” What W sheets are these waterlines shown on?

Q5. Drawing M5-01 / sheet 321 shows the 1.5” WP is to be located inside the building envelope. Drawing W1-6 / sheet 448 shows the 1.5” WP is primarily located outside the building envelope. In order to understand what material and which subcontractor will install this pipe which alternative should we assume?

Q6. Drawings EEO-13 / sheet 338 and EEO-53 / sheet 362 indicate both the NB and SB sides require 18 each light fixture #7 with foundations as shown on drawing EEO-24 / sheet 349 – detail 1. Does this quantity include the 3 each light fixtures #12 for each side which have foundations as shown in detail 2 on drawings EEO-24 / sheet 349 and EEO-64 / sheet 369? Should the both notes be revised to indicate 15 each?

Q7. Drawings SS1-1 / sheet 429 and SS2-1 / sheet 346 indicate 8 each 6,000 gallon septic tanks are to be removed. We believe it would be more cost efficient if Caltrans had these pumped out under the existing agreement. What material are the tanks made of so we can estimate picking the tanks out, hauling and dumping them?

Q8. Drawings SS1-2 / sheet 430, SS1-4 / sheet 432, SS2-2 / sheet 437, W1-4 / Sheet 446 and W2-2 / sheet 458 show the alignment(s) of the Horizontal Directional Drilling. What flowline elevations should we anticipate at the upstream and downstream ends of these pipes? We note drawings SS3-4 / sheet 442 and W3-2 / sheet 460 indicate the top of the casing is to be a minimum of 5’ below the roadway structural section but we haven’t been given the depth of that section nor the lowest roadway elevations at those crossings.

Q9. Drawing W1-7 / sheet 449 – are housekeeping pads desired under the feed pumps and booster pumps? If yes, please provide dimensions and rebar requirements.

Q10. Drawing W1-7 / sheet 449 – what size and material of hose / pipe is desired between the membrane cleaning system and the membranes?

Q11. Drawing W1-13 / sheet 455 – detail 1 indicates XIO must provide the potable water chemical storage tank and the metering pump. Please confirm.

Q12. Drawing W1-13 / sheet 455 – detail 2 indicates XIO must provide the non-potable chemical storage tank, ultrasonic level sensor (LT-CMP-RW) and metering pump. Please confirm.

Inquiry submitted 08/25/2021

Response #1:Submitted for consideration.
Response posted 08/25/2021


Response #2:Q1. Refer to Addendum No. 5, dated August 30, 2021

Q2. Refer to Addendum No. 5, dated August 30, 2021

Q3. Please see note #7 on sheet no. 338 (EE0-13) and sheet no. 362 (EE0-53). The notes on both these sheets call out a lighting standard type 1. The note also includes a reference to detail 1 on EE0-24 and detail 1 on EE0-64, respectively. Detail 1 on sheet no. 349 and detail 1 on sheet no. 369 is a lighting standard type 1 detail. The CIDH foundation refers to a standard plan sheet which has been included in the project plan set. It is sheet no. 160. Please bid per the current contract documents.

Q4. Water lines are shown on sheet no 446 and sheet no 458. Please see section 99-15050A(1). The system layouts are generally diagrammatic and location of equipment is approximate. Exact routing of pipes and location of equipment is to be governed by structural conditions and obstructions. Please bid per the current contract documents.

Q5. Refer to Addendum No. 5, dated August 30, 2021. Please bid per the current contract documents.

Q6. Refer to Addendum No. 5, dated August 30, 2021. Please bid per the current contract documents.

Q7. Please see section 2 for information regarding requesting additional project information. Please see section 99-02076 Remove Waste Disposal System. Please bid per the current contract documents.


Q8. We note drawings SS3-4 / sheet 442 and W3-2 / sheet 460 indicate the top of the casing is to be a minimum of 5’ below the roadway structural section but we haven’t been given the depth of that section nor the lowest roadway elevations at those crossings.
Please see section 330523.13 for the requirements for horizontal directional drilling and section 1.4 Submittals for the shop drawing requirements. Please bid per the current contract documents.


Q9. Please see section 99-02739 for the pump requirements. Please bid per the current contract documents.

Q10. Please see section 99-027029 for the material requirements. Please bid per the current contract documents.

Q11. Please see note 2 on W1-13 and the XiO, Inc, SCADA Equipment List (Phase 2) in the Information Handout. Please bid per the current contract documents.

Q12. Please see note 2 on W1-13 and the XiO, Inc, SCADA Equipment List (Phase 2) in the Information Handout. Please bid per the current contract documents.

Response posted 08/31/2021




Inquiry #49: On plan sheet LD-32 it shows the graphic design. Could we please have access to the graphic file, which should be in a JPEG format for input into a CNC machine??
Inquiry submitted 08/26/2021

Response #1:Submitted for consideration.
Response posted 08/26/2021


Response #2:Attention is directed to section 20-5.05A(1)(a) of the Special Provisions.
Response posted 08/27/2021




Inquiry #50: Where can I find the BOQ ( BOM ) for the Water Treatment Control Panel Enclosure ?
Inquiry submitted 08/30/2021

Response #1:Submitted for consideration.
Response posted 08/30/2021


Response #2:Please see section 99-11395 for the ultrafiltration system requirements. Please bid per the current contract documents.
Response posted 08/31/2021


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.