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 11-430364
Submit new inquiry for this projectInquiry #1: Please provide layout drawings for the Temporary Barrier Systems.
Inquiry submitted 11/13/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 11/13/2024
Response #2:Please refer to plan sheet no. 34, Construction Details (C-2).
Response posted 11/15/2024
Inquiry #2: On the plans it calls out for "Rapid Strength Control Low Strength Material Backfill". What bid item would you like us to add that under since there isn't a bid item for it.
Inquiry submitted 11/13/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 11/13/2024
Response #2:Per the Standard Specifications Section 9-1.03, RSC is included under Section 65 and therefore included in the price of the pipe. Please refer to Special Provisions, Section 65, Concrete Pipe.
Response posted 12/02/2024
Inquiry #3: According to plan sheet DD-3 we are to backfill all locations with a CLSM. Please provide a bid item and quantity for this backfill.
Inquiry submitted 11/20/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 11/20/2024
Response #2:Per the Standard Specifications Section 9-1.03, RSC is included under Section 65 and therefore included in the price of the pipe. Please refer to Special Provisions, Section 65, Concrete Pipe.
Response posted 12/02/2024
Inquiry #4: The "Typical Open Trench Culvert at non-paved location" detail on Sheet DD-3 shows rapid-strength control low strength material (CLSM) backfill to one-foot below OG/FG, which will significantly increase the cost of this project. Please consider using 2' of coverage with CLSM for areas at non-paved locations per Standard Plan A62D
Inquiry submitted 11/20/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 11/20/2024
Response #2:Please refer to the plans and specifications and bid per current contract documents.
Response posted 11/28/2024
Inquiry #5: Please clarify which items are considered specialty items.
Inquiry submitted 11/25/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 11/26/2024
Response #2:Specialty Items have an āSā designation in the Bid Item List.
Response posted 12/02/2024
Inquiry #6: According to section 7-1.02M ( 2) We must have a dedicated person on Fire Watch . Can this person be performing any other duties on the site ?
Inquiry submitted 11/26/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 11/26/2024
Response #2:Please refer to standard specifications and the Special Provisions and bid per current contract documents.
Response posted 11/28/2024
Inquiry #7: Section 10-1.05 Temporary Steel Plate Bridging we are only allowed to use Steel plates on Systems 6,9-12, and 17-18. Why are we not allowed to use Steel Plates at every other location? This would allow us to back use standard CLSM, and substantially reduce cost.
Inquiry submitted 11/26/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 11/26/2024
Response #2:Please bid per current contract documents.
Response posted 11/28/2024
Inquiry #8: Per Section 5-1.20H, the contractor is required to complete the Iipay Nation of Santa Ysabel Tribal Employment Rights Ordinance (TERO) Highway Permit (THCP) application. Please confirm that any and all fees required for execution of this permit will be paid for by Caltrans.
Inquiry submitted 11/27/2024
Response #1:Please refer to the Information Handout, Iipay Nation of Santa Ysabel Tribe MOU, Section 5.
Response posted 11/28/2024
Inquiry #9: The Employment Rights Ordinance of the Iipay Nation of Santa Ysabel No. 5/5010/0162 is provided in the Information Handout. Per Section 11: Employment Rights Fee (A.) "Every covered employer with a construction contract in the sum of $50,000.00 or more shall pay a one-time fee of 2% of the total amount of the contract. Such fee shall be paid by the employer prior to commencing work on the Santa Ysabel Indian reservation." Is the prime contractor and all subcontractors (over $50,000) required to pay this fee? Please clarify.
Inquiry submitted 11/27/2024
Response #1:Please refer to the Information Handout, Iipay Nation of Santa Ysabel Tribe MOU, Section 5.
Response posted 11/28/2024
Inquiry #10: Reference: RFI# 1
The station(s) for the temporary barriers contactors are cited to refer to do not match the plan sheets - please advise.
Inquiry submitted 12/01/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 12/02/2024
Response #2:Please bid per current contract documents.
Response posted 12/03/2024
Inquiry #11: On page 89 or section 71-3.08B(1) the specification is talking about the thickness of the liner.
They are saying for drainage systems 1,5,15,21,24,27,29 and 34 that the thickness needs to be 0.3 inches or 7.62 mm.
This is much thicker than the calculations of the thickness of the liner.
Also, Drainage System 35 is specified to be 0.66 inches or 16.76 mm. This is also much thicker than we have calculated. We are calculating a 4.2mm thickness for this one.
How would you like us to bid this item.
Inquiry submitted 12/02/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 12/02/2024
Response #2:Please bid as shown on the contract documents.
Response posted 12/03/2024
Inquiry #12: Please confirm if contractor will be able to a export earthend spoils to a local reservation export site.
Inquiry submitted 12/03/2024
Response #1:The inquiry has been received and submitted for consideration.
Response posted 12/03/2024
Response #2:Please bid per current contract documents.
Response posted 12/03/2024
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.