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 11-430324

Submit new inquiry for this project


Inquiry #1: What mil thickness does the green preform for the bike lanes have to be 90 mils or 125 mils?
Inquiry submitted 05/23/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/23/2024




Inquiry #2: In review of the Specifications Section 2-1.33B, DBE Commitment, Confirmation & Good Faith Efforts Documentation is due no later than the 5th day following the bid opening. With the current bid opening scheduled Wednesday July 3, 2024, the day before a Federal Holiday, this will greatly impact the Bidder in providing by the 5th day. Please consider pushing the bid opening 2 weeks.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024


Response #2:Please refer to Addendum No. 1, dated June 5, 2024 for new bids open date.
Response posted 06/05/2024




Inquiry #3: "Please reference the Special Provisions Section 5-1.13B(2)(a) and 49 CFR 26. 49 CFR Subtitle A Part 26.53(f)(1)(i) states that a recipient of federal funds ""must require that a prime contractor not terminate a DBE subcontractor...without...prior written consent. This includes, but is not limited to , ""instances in which a prime contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or that of an affiliate, a non-DBE firm, or with another DBE firm.""""

49 CFR Subtitle A Part 26.53(f)(1)(ii)(B) states, ""...unless your [the Department] consent is provided under this paragraph (f), the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE.""

Please confirm 1) that ""supplied"" includes the DBE itself subcontracting with and managing any lower tier subcontractors that the DBE determines to subcontract to, whether or not they are a DBE, and 2) that the Department will count as DBE credit and pay for all such work supplied by the committed DBE."

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024


Response #2:Please refer to "§ 26.55 How is DBE participation counted toward goals?" of the federal regulations.
Response posted 05/24/2024




Inquiry #4: Please reference Sheet No. 481. The itemized quantities for Temporary High-Visibility Fence do not sum to the total amount. Additionally, the subtotal shown between Stations 1269+50 to 1282+50 is higher than what is shown on Sheet 42. Please advise.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024




Inquiry #5: Reference Plan Sheets 407 and 443. The callout for the right CIDH foundation of Sign OS-29 is to be constructed utilizing Standard Detail S109, which correlates to a 60" diameter pile. However the sign quantities indicate a 72" diameter pile for this location. Please advise.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024




Inquiry #6: DS-5 is extremely close to the R/W on sheet D-5 & DP-5. The execavation will require shoring. Please consider moving the junction structure away from the R/W.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024


Response #2:Please bid per contract documents.
Response posted 05/28/2024




Inquiry #7: DS-11 is extremely close to the R/W on sheet D-9 & DP-9. The excavation will require shoring. Please consider moving the junction structure away from the R/W.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024


Response #2:Please bid per contract documents.
Response posted 05/28/2024




Inquiry #8: DS-11 is very close to the existing 33" VCP Sewer line shown on sheet U-23 & DP-9. The excavation will require shoring, and may compromise the VCP line during excavation and shoring installation. Please consider moving the junction structure away from the existing 33" VCP Sewer line.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024


Response #2:Please bid per contract documents.
Response posted 05/29/2024




Inquiry #9: Per Standard Plan D89A, "L2" of an L-shaped headwall should be at least 1.5 times the height. Per sheets DP-1 and DD-2, the required height of Unit 2(c) is 6', but L2 is 5'. In addition, in order for headwalls 2(c) and 2(d) to align as shown on DD-2, the length of 2(d) would need to be 6', not 5' as indicated on DP-1. Please confirm whether the dimensions of headwalls 2(c) and 2(d) are correct as shown on sheets DP-1 and DD-2.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024




Inquiry #10: The junction structure dimensions as provided in the drainage profiles do not align with the options in the table on Standard Plan D91B. Please provide complete dimensions for the structures including thicknesses and rebar spacing.

Inquiry submitted 05/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/24/2024




Inquiry #11: Detail DD-9 does not provide thicknesses for the headwall and wingwalls. Please provide missing dimensions for this structure.

Inquiry submitted 05/28/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/28/2024


Response #2:Please refer to the 2023 Revised Standard Plan, RSP D90, included in the project plans.
Response posted 05/29/2024




Inquiry #12: Please consider moving the bid date at least one week. With current bid day 1 day before a National Holiday it will be difficult for us to obtain all pricing needed.
Inquiry submitted 05/28/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 05/28/2024


Response #2:Please refer to Addendum No. 1, dated June 5, 2024 for new bids open date.
Response posted 06/05/2024




Inquiry #13: Plan sheets PR 1-7 show approximately 1.7 million square feet of plant removals. Please provide a Plant removal bid item or clarify where we are to be paid for this scope. Is this Clear and Grub, or Roadside Clearing ?
Inquiry submitted 06/03/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/03/2024


Response #2:Please refer to Section 20-1.03C "Roadside Clearing" of the 2023 Standard Specifications for plant removals.
Response posted 06/03/2024




Inquiry #14: Plan pages SC-32,33,34,52,53,55 ANDD SCQ 27 call out Temporary Curb Ramps Option C. Please clarify where we are to be paid for these curb ramps .
Inquiry submitted 06/03/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/03/2024




Inquiry #15: Plan pages SC2-39 show many locations requiring Staked K-Rail. Standard Plan T3A Note 3 and T3B Note 3 , specify scenarios requiring K Rail to be staked. A few of the locations on the plans including portions of SC 6,7,10, and 11 show Krail 1' from the traveled way which will require staking. All other locations showing staked Krail where theres 2' or 4' from traveled way do not require the Krail to be staked per the Standards. Please consider revising the plans for those locations. Staking Krail is a very expensive option that is not necessary unless it falls back into scenarios in T3A and T3B.
Inquiry submitted 06/03/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/03/2024


Response #2:Please refer to Section 12-3.20C(1) of the Special Provisions for staking requirement for temporary barrier systems.
Response posted 06/07/2024




Inquiry #16: On sheets Q-1 through Q-3, the concrete pavement structures show a depth (base) varying from 0.35’ to 0.50’. However, the typical pavement structural sections on sheet X-1 show A through D having a depth (base) of 0.35’ and only section F having a varying depth (base) section. There are only two section F slabs shown on the layout sheets but many more depths (base) greater than 0.35’ are shown on sheets Q-1 through Q-3. Please advise which takes precedence.
Inquiry submitted 06/03/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/03/2024




Inquiry #17: Will existing structural sections for Friars Rd be provided? DS-3c system will cross it, the typical cross sections plans do not show it, please advise.
Inquiry submitted 06/05/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/05/2024




Inquiry #18: Will existing structural sections for Friars Rd be provided? DS-3e system will cross it, the typical cross sections plans do not show them, please advise.
Inquiry submitted 06/05/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/05/2024


Response #2:Please refer to plan sheet DP-3. There is no structural section at DS-3e.
Response posted 06/25/2024




Inquiry #19: Reference to Bid Item 35 ( Remove Concrete CY ) - the quantity does not sum to the total quantity in quantity sheet Q-11, and the total for L3S1 is higher than we see on sheet C-55. Please advise.

Inquiry submitted 06/05/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/05/2024




Inquiry #20: Bid Item 107 PLACE HOT MIX ASPHALT ( MISCELLANEOUS AREA) , does not appear in any of the Q sheets of any of the plans. Please advise where this item and quantity are used.
Inquiry submitted 06/06/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/06/2024


Response #2:Please refer to contract plan sheet Q-5, Summary of Quantities, "Maintenance Vehicle Pullout" table.
Response posted 06/07/2024




Inquiry #21: Plan pages Q-4, L-5 and C-47 show a Slope repair. Where are we to be paid for this item? Please create a bid item for this work, or clarify where we are to be paid for this .
Inquiry submitted 06/06/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/06/2024




Inquiry #22: BID ITEM 44 ROCK BLANKET with quantities detailed in plan page Q-10 show 15076 SF Type A, and 1592 SF Type B. There is a substantial unit price difference in these 2 types of Rock Blankets. Please create a bid item for the 2 types of Rock Blankets so they can be bid separately, and divide this 16668 SF into the 2 items.
Inquiry submitted 06/06/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/06/2024




Inquiry #23: Bid Item 31 - Manage Solid Waste Generated by the Public (Initial Cleanup) is measured by the Lump Sum. What is included in this "Initial Cleanup"? Special Provisions Section 14-10.01A states "Perform and initial cleanup to remove and dispose of existing solid waste generated by the public". Please provide clarity as to what we need to include in our bid to cover this "Initial Cleanup".
Inquiry submitted 06/06/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/06/2024




Inquiry #24: Please clarify under which Bid Item the existing storm drain pipes that needs to be removed in order to install the new SD systems is going to be paid?


Inquiry submitted 06/06/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/06/2024




Inquiry #25: Please confirm whether Caltrans has a construction easement within the Rio San Diego Plaza parking lot and on Friars Road for the work associated with Drainage System 3.

Inquiry submitted 06/10/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/10/2024


Response #2:It is confirmed that construction easement is available for the work associated with drainage system 3.
Response posted 06/14/2024




Inquiry #26: Please provide details for the pavement, flatwork, irrigation, and landscaping to be removed for the installation of Drainage System 3.

Inquiry submitted 06/10/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/10/2024




Inquiry #27: Please provide the depth of the SCRW water line running along WB Friars Rd, as it has been omitted from the drainage profiles for Drainage System 3.

Inquiry submitted 06/10/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/10/2024




Inquiry #28: According to Sheet DP-2, a 1’ deep section of ADL-contaminated soil is to be removed above the complete length of DS-3 (c). However, a majority of DS-3 (c) runs below pavement. Please confirm that no contaminated soil is to be removed under the pavement sections.

Inquiry submitted 06/10/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/10/2024




Inquiry #29: Please confirm whether there is an existing structure at DS-3 (d), and if so, provide direction for this structure.

Inquiry submitted 06/10/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/10/2024


Response #2:There is an existing structure at DS-3(d).
Please refer to Standard Specifications, Section 19-3 for excavation requirements.
Response posted 06/25/2024




Inquiry #30: In response to response of Inquiry #15: Section 12-3.20C(1) of the special provisions is in conflict with the project plans and as such, the hierarchy of documents would dictate that the Special provisions take precedence. Please remedy the plans to eliminate the conflict.
Inquiry submitted 06/12/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/12/2024




Inquiry #31: In light of the extensive damage to existing landscape, flatwork, and pavement associated with the installation of DS-3 (c), please advise whether extension of the cure-in-place pipeliner would be acceptable in lieu of pipe replacement.
Inquiry submitted 06/13/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/13/2024


Response #2:Please bid per current contract documents.
Response posted 06/25/2024




Inquiry #32: Please advise when the additional addendum referenced in Addendum 1 will be issued.

Inquiry submitted 06/18/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/18/2024


Response #2:The additional addendum is forthcoming.
Response posted 06/25/2024




Inquiry #33: For the Temporary Water Management System, what flow rates should the contractor use for systems 3, 6, 9, and 13?
Inquiry submitted 06/20/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/20/2024


Response #2:Please refer to Special Provisions, Section 13-12.01C(2) Temporary Water Management System Plan.
Response posted 06/25/2024




Inquiry #34: Please provide a pay item for the removals and restoration at Friars Road and Rio San Diego Plaza associated with Drainage System 3.
Inquiry submitted 06/20/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/20/2024




Inquiry #35: Please provide a pay item for the removal and replacement of asphalt shoulder sections associated with drainage installations.
Inquiry submitted 06/20/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/20/2024




Inquiry #36: Please provide a quantity of epoxy required for the crack repair depicted on DD-11.
Inquiry submitted 06/20/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/20/2024




Inquiry #37: Please provide details and specifications for the removal and repair of pavement on Friars Rd and at Rio San Diego Plaza.
Inquiry submitted 06/20/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/20/2024




Inquiry #38: Please provide details and direction for the existing headwall and wingwalls depicted on DD-9.
Inquiry submitted 06/20/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/20/2024


Response #2:Please refer to Section 51 and Section 19-3 of the Standard Specifications. Removal of existing headwall and wingwalls is included with the Pay Item 118.
Response posted 06/25/2024




Inquiry #39: Please provide location for Contractors Laydown Area/Areas within the Project limits.
Inquiry submitted 06/21/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/21/2024


Response #2:Please refer to Plan Sheet SC-1 for Contractor Use Areas.
Response posted 06/25/2024




Inquiry #40: Please provide the entire pay limits (length & width) for ADL Roadway Excavation Items 40 & 41 on drainage scope of work.
Inquiry submitted 06/21/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/21/2024




Inquiry #41: Please advise where removal of city street structural sections around curb ramp replacement locations is paid within the bid schedule.
Inquiry submitted 06/21/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/21/2024




Inquiry #42: Which existing drainage systems exhibit a flow rate of 2 cubic feet or more?
Inquiry submitted 06/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/25/2024


Response #2:Please refer to Special Provisions, Section 13-12.01C(2) Temporary Water Management System Plan.
Response posted 06/25/2024




Inquiry #43: Please advise how the General Contractor is to calculate the existing flow rate for the existing drainage systems.

Inquiry submitted 06/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/25/2024




Inquiry #44: Please advise where the removal for asphalt in the median at Balboa Ave is paid within the bid schedule. This removal is required to enable us to install the rock blanket at the median.

Inquiry submitted 06/24/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/25/2024




Inquiry #45: As the bid time is impractical to obtain permits for confined space entry, please provide the DS-6 existing culvert as-built CCTV video/inspection report that led to the design of DS-6 120" SSPP needing to be replaced in kind.
Inquiry submitted 06/26/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/26/2024




Inquiry #46: As the bid time is impractical to obtain permits for confined space entry, please provide the DS-9 existing culvert as-built CCTV video/inspection report that led to the design of DS-9 spall repair in lieu of replacement in kind since a new junction structure is being installed 1/3rd of the way in.

Inquiry submitted 06/26/2024

Response #1:The inquiry has been received and submitted for consideration
Response posted 06/26/2024




Inquiry #47: Regarding the response to Inquiry #25: Please provide the limits, specifications, and any restrictions related to use of this construction easement.

Inquiry submitted 06/27/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/27/2024




Inquiry #48: Special Provisions call for the removal of existing CIDH sign columns to 3' below surface . In most locations in the median the Remove barrier covers the old CIDH location, however Station 1040 on page L-18 has a removal at that Station, but the remove and replace barrier starts at Station 1040+36.79 Please advise whether we are to leave the CIDH at that station or begin removal and replacement of 60M back to Station 1039+50 to cover the removal of it.
Inquiry submitted 06/27/2024

Response #1:The inquiry has been received and submitted for consideration.
Response posted 06/27/2024


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.