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 02-4C40V4

Submit new inquiry for this project


Inquiry #1: Can Caltrans please provide PPF files for the project in order to do a proper smoothness analysis prior to bidding.
Inquiry submitted 08/06/2018

Response #1:
(#1)-Your inquiry has been received and is being reviewed.
Response posted 08/06/2018


Response #2:
Attention is directed to plan sheets X-1 and X-2. The existing pavement is to be cold planed prior to the overlay. Therefore, PPF files are not provided. Please bid per the current contract documents.
Response posted 08/09/2018




Inquiry #2: What kind of work windows we can expect around the tracks at South Anderson overhead? According to UPRR guidelines all work must stop within 50’ of the nearest rail when trains pass the work site.
Inquiry submitted 08/10/2018

Response #1:
(#2)-Your inquiry has been received and is being reviewed.
Response posted 08/10/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 1, issued on Friday, August 17, 2018.
Please bid per the current contract documents.
Response posted 08/20/2018




Inquiry #3: Special Specifications “Add to section 51-1.1A” indicates Headwall and Retaining wall concrete to be integrally pigmented colored concrete. Does this apply to the footings and walls for the retaining and headwall structures, or just the wall portions?
Inquiry submitted 08/10/2018

Response #1:
(#3)-Your inquiry has been received and is being reviewed.
Response posted 08/10/2018


Response #2:
Please bid per the current contract documents.
Response posted 08/15/2018


Response #3:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 2, issued on Thursday, August 23, 2018.
Please bid per the current contract documents.
Response posted 08/23/2018




Inquiry #4: Specification "Add to the end of section 39-2.02A(1)" states "Do not place Type A HMA on the traveled way between November 1 and May 1." Do these dates apply to the Outside Shoulder Paving as shown on sheets SCD-1 to SCD-3?

With a 30 day award period a 55 day planning period as detailed in the specs, NTP is expected at the end of November 2018. If the outside shoulders can't be paved until May 1st, do we calculate our "work days" from NTP (Nov, 2018) or from first day of available critical path work (May 1, 2018)?

Inquiry submitted 08/10/2018

Response #1:
(#4)-Your inquiry has been received and is being reviewed.
Response posted 08/10/2018


Response #2:
Attention is directed to Plan Sheet SC-1. Shoulder paving is not considered travelled way until traffic is shifted onto the shoulder. Please bid per current contract documents



Response posted 08/20/2018




Inquiry #5: Can Caltrans postpone the bid date 2 weeks? Many subcontractors, suppliers small businesses, DBE subcontractors, and DBE suppliers that will be bidding on this Contract are also bidding on the $280,000,000 Route 5 Contract that bids on August 16th (Contract No. 03-0H10U4). Both Contracts are extremely large and these businesses need ample time to prepare their bids.
Inquiry submitted 08/13/2018

Response #1:
(#5)-Your inquiry has been received and is being reviewed.
Response posted 08/14/2018


Response #2:
Please bid per the current contract documents.
Response posted 08/15/2018




Inquiry #6: Please provide a ramp closure chart for the following ramps:
1) NB On-Ramp to I-5 North from Westbound Highway 299 (Lake Blvd).
2) SB I-5 Off-Ramp to Westbound and Eastbound Hwy 299 (Lake Blvd).

Inquiry submitted 08/13/2018

Response #1:
(#6)-Your inquiry has been received and is being reviewed.
Response posted 08/13/2018


Response #2:
Attention is directed to Chart No. G2 in section 12-4.02C(3)(g). Please bid per current contract documents.
Response posted 08/15/2018




Inquiry #7: Standard Specification Section 19-6.02, Geosynthetic Reinforced Embankment, provides the gradation and quality requirements for the backfill used to construct the Geosynthetic Reinforced Embankments on this project. Will the department authorize that the contractor may backfill these walls with a gradation specified size up to a 4 inch maximum?
Inquiry submitted 08/13/2018

Response #1:
(#7)-Your inquiry has been received and is being reviewed.
Response posted 08/13/2018


Response #2:
Please bid per the current contract documents.
Response posted 08/15/2018




Inquiry #8: Please provide a copy of all of the permits for this project.
Inquiry submitted 08/14/2018

Response #1:
(#8)-Your inquiry has been received and is being reviewed.
Response posted 08/15/2018


Response #2:
Attention is directed to the Information Handout. Please bid per current contract documents
Response posted 08/20/2018




Inquiry #9: Please provide steel pipe wall thickness and coating requirements for the 12" welded steel pipe casing (Bridge).
Inquiry submitted 08/15/2018

Response #1:
(#9)-Your inquiry has been received and is being reviewed.
Response posted 08/15/2018


Response #2:
The thickness of welded steel pipe casing is 0.25 inch for all locations. Please reference the following: Note 2 on Sheet 670, Note 4 on Sheets 698 and 727, and “CONDUIT INSTALLATION” detail on sheets 766 and 791.
For coating requirements of welded steel pipe casing, Section 1-1.01 specifies the applicable section for welded steel pipe casing is Section 70. Please reference Section 70-7.

Response posted 08/16/2018




Inquiry #10: This project is bidding in the same time frame as major projects in Sacramento ($280M) and Concord ($80M). Also, a major Contractor event in Napa (the Beaverdilly) is occurring this week. In order to ensure the State receives the most responsible and competitive bids, please consider postponing the bid opening one week.
Inquiry submitted 08/15/2018

Response #1:
(#10)-Your inquiry has been received and is being reviewed.
Response posted 08/15/2018


Response #2:
Please bid per the current contract documents.
Response posted 08/15/2018




Inquiry #11: Where might I find Specs for FRM & HBGM as call out for on Erosion Control Type 2 and 3.
Inquiry submitted 08/15/2018

Response #1:
(#11)-Your inquiry has been received and is being reviewed.
Response posted 08/15/2018


Response #2:
Attention is directed to section 21 of the Special Provisions. Please bid per the current contract documents.
Response posted 08/21/2018




Inquiry #12: Section 2-1.44 Escrow Of Bid Documentation paragraph 4: “The authorized person must submit documentation to the Duty Senior for escrow on the first Tuesday after the bid opening between the hours of 1:00 p.m. and 2:00 p.m.”. Considering the depth of information required from the prime contractor for the DBE Confirmation/Good Faith Effort Documentation it is unrealistic and unnecessary to provide the escrow information 5 business days after the bid opening. In addition it is extremely difficult to assemble all of the subcontractors required escrow information by the first Tuesday after the bid. We respectfully request this escrow information be required 15 business days after bid opening, giving sufficient time for review and approval prior to project award.
Inquiry submitted 08/15/2018

Response #1:
(#12)-Your inquiry has been received and is being reviewed.
Response posted 08/15/2018


Response #2:
Please bid per the current contract documents.
Response posted 08/20/2018




Inquiry #13: Please refer to the additional information document (02-4C40V4IH) that contains the agreement between Caltrans and UPRR. Exhibit "C" has an Estimated Cost of $968,300 for Railroad Flagging and Inspection. Does the contractor need to include the cost of the Railroad Flagger in their bid?
Inquiry submitted 08/16/2018

Response #1:
(#13)-Your inquiry has been received and is being reviewed.
Response posted 08/16/2018


Response #2:
Railroad Flagging cost is paid for by the Department, hence is not part of the contract bid items. Please bid per the current contract documents.

Response posted 08/21/2018




Inquiry #14: There are two significant/large projects that bid or are bidding during the same time frame as this project; CDOT 03-0H10U4 @ $230 million bid on 08/16/2018 and a Contra Costa Transportation Authority project @ $80 million bidding on 08/29/2018. Due to these other project bidding, there is hesitation by many significant subcontractor and DBE's to bid this project. Both contracts are large as is this contract and take an extreme amount of resources to put together, in addition to smaller contracts on the bid calendar. Due to the fact that these large contracts are all bidding in such a close proximity subcontractors and DBE's need more time to prepare bids for this project.
We kindly as the state to consider postponement of the bid date.

Inquiry submitted 08/17/2018

Response #1:
(#14)-Your inquiry has been received and is being reviewed.
Response posted 08/17/2018


Response #2:
Please bid per the current contract documents.

Response posted 08/20/2018




Inquiry #15: Reference Sheet Numbers 697, 707, and 710 of 822: These drawings suggest that there is an end block on the Wide Flange Girders at abutment 1. This It is not required by Caltrans standard details to have end blocks on precast wide flange girders, unless there is a post tensioning anchorage inside the girders. These girders are not post tensioned. Please approve omitting end block on this bridge (South Anderson OH). Please note that Anderson Creek Bridge drawing (Sheet 738 of 822) has crossed out the end block details on the girders for that particular bridge.
Inquiry submitted 08/17/2018

Response #1:
(#15)-Your inquiry has been received and is being reviewed.
Response posted 08/17/2018


Response #2:
Please bid per the current contract documents.


Response posted 08/20/2018




Inquiry #16: Please provide the station numbers that pertain to the installation of Item 241 (230 Lineal Feet of Temporary CL-6) . We cannot locate any temporary chain link railing on the quantity sheets or layout drawings.
Inquiry submitted 08/20/2018

Response #1:
(#16)-Your inquiry has been received and is being reviewed.
Response posted 08/20/2018


Response #2:
Your attention is directed to Plan Sheet SC-60, SC-61 and SCQ-5. Please bid per current contract documents
Response posted 08/20/2018




Inquiry #17: Please add Reinforcement to the list of items eligible for progress payment even if not incorporated into the work in Section 9.
Inquiry submitted 08/20/2018

Response #1:
(#17)-Your inquiry has been received and is being reviewed.
Response posted 08/20/2018


Response #2:
Refer to Addendum No. 2, dated August 23, 2018. Reinforcement has been added to Section 9-1.16 of the Special Provisions.
Response posted 08/24/2018




Inquiry #18:
Please included quantities of bar reinforcing steel (headwall) in the drainage quantity summariy and Bid Item 155 for Systems R4.49 and R5-18. Quantities for the other four systems have been included.

Inquiry submitted 08/20/2018

Response #1:
(#18)-Your inquiry has been received and is being reviewed.
Response posted 08/20/2018


Response #2:
Attention is directed to the 6th paragraph of Standard Specification section 51-1.01A as modified by the RSS and 6th paragraph of SS section 9-1.03, Payment Scope.
Please bid per the current contract documents.

Response posted 08/21/2018




Inquiry #19: Elevations for South Anderson Overhead provided on Plan Sheet 689 of 822 indicate that there is Approximately 22.5’ between the top of railroad tracks (EL 455) and soffit elevation (EL 477.48) of the existing 06-0098L Bridge. The Railroad track clearance envelope requires a vertical clearance of 21’6” for the top of rail to any structure.
Can you please confirm these are correct dimensions?
If the elevations are correct, will infringement on the 21.5’ clearance be allowed to adequately support the existing bridge structure during demolition?
Will track closures be allowed to safely demolish the structure?

Inquiry submitted 08/20/2018

Response #1:
(#19)-Your inquiry has been received and is being reviewed.


Response posted 08/21/2018


Response #2:
These dimensions are correct.
Attention is directed to section 1.02 and 3.02 of the Railroad Relations and Insurance Requirements located in the Information Handout. Please bid per current contract documents.
Response posted 08/22/2018




Inquiry #20: It is our understanding that the median concrete barrier south of Tormey Drain Bridge is to be installed at the end of the job. This is to allow traffic to be routed in the median during phase 2 and 3. In some bridges, there is a conflict between the median barrier rebar connecting to the bridge decks and routing traffic in the median. The bridges at Tormey Drain, North St and Balls Ferry currently have a cast in rebar dowel detail for the barrier rebar connection to the deck, which will conflict with routing traffic in the median. Please advise if it is Caltrans intent to build this barrier in the last phase of the project. If it is, please provide a rebar detail to install the barrier rebar on the bridges in the final phase of construction. Or provide another solution for this conflict.
Inquiry submitted 08/20/2018

Response #1:
(#20)-Your inquiry has been received and is being reviewed.
Response posted 08/21/2018


Response #2:Attention is directed to plan sheet CS-1 which shows placing the concrete barrier at Tormey Drain in Stage 1A and at Balls Ferry UC and North Street UC in Stage 1B. Please bid per the current contract documents.
Response posted 08/22/2018




Inquiry #21: 1. Every vault shown along the fiber pathway is listed as a SV, splice vault. Is a splice required of the 144 and 48 strand at each splice vault or are most just pass-through, as per detail on ED-11?

2. Per ED-11 there only appears to be 2 points of 6 strand breakout from PM5.91 to PM3.51. Is this correct?

3. Also per EQ-1 there is only 1 location where 6 strand SM fiber is accounted for, Sheet E-3. This appears to be incorrect as there is no splice point on sheet E-3. E-4 shows a 6 strand splice point. Should there be 2 locations with new 6 strand fiber on sheet EQ-1. Per ED-11?

Inquiry submitted 08/21/2018

Response #1:
(#21)-Your inquiry has been received and is being reviewed.
Response posted 08/21/2018


Response #2:
1. As per plan sheet ED-11, Fusion splices are required at two locations. Please bid per the current contract documents.

2. This is a correct statement. Please bid per the current contract documents.

3. Refer to Addenda 1, issued Aug 17, 2018 and Addenda 2, issued Aug 23, 2018. Please bid per contract documents.
Response posted 08/27/2018




Inquiry #22: The following information is missing from the Cross Sections for the A1 Line for 60MC Mod Barrier. This information is need to calculate the additional rebar and concrete need to build the 60MC Mod Barrier.

Barrier Offsets Left and Right of Centerline for the following stations:
412+58 - 435+54
476+88 - 488+63
490+65 - 498+71
499+29 - 506+87
508+85 - 520+12
521+30 - 554+50

Inquiry submitted 08/21/2018

Response #1:
(#22)-Your inquiry has been received and is being reviewed.
Response posted 08/21/2018


Response #2:
Attention is directed to plan sheet C-17. Please bid per the current contract documents.
Response posted 08/22/2018




Inquiry #23: With the other large projects currently out for bid and the recent addendum being released with a multitude of changes, we request the bid be postponed a minimum of 2 weeks to allow primes and subs ample time to review the changes, contact DBE subcontractors and suppliers, and submit a responsible and competitive bid.
Inquiry submitted 08/21/2018

Response #1:
(#23)-Your inquiry has been received and is being reviewed.
Response posted 08/21/2018


Response #2:
Please bid per the current contract documents.
Response posted 08/22/2018




Inquiry #24: # 1 For bid Item 286 Concrete Barrier 60MC Mod it is unclear why this is called out as a Mod. We don't see any construction details that change the barrier from the standard 60MC detail on sheet 553 (RSP A76A).

# 2 For bid Item 289 Concrete Barrier 60M Mod it is unclear why this is called out as a Mod. We don't see any construction details that change the barrier from the standard 60MC detail on sheet 553 (RSP A76A).

Please give clear direction where we can find the information regarding the Mod portion of this change. If their are no changes from the RSP A76A please change pay items to reflect correct description.

Inquiry submitted 08/21/2018

Response #1:
(#24)-Your inquiry has been received and is being reviewed.
Response posted 08/21/2018


Response #2:
Attention is directed to plan sheet C-17. Please bid per the current contract documents.
Response posted 08/22/2018




Inquiry #25: Does the requirement for integrally pigmented colored concrete at the headwalls and retaining walls apply to the entire wall or just the wall stem (not the footing)?
Inquiry submitted 08/21/2018

Response #1:
(#25)-Your inquiry has been received and is being reviewed.
Response posted 08/22/2018


Response #2:
An addendum has been issued to address this bidder inquiry. Please refer to Addendum No. 2, issued on Thursday, August 23, 2018.
Please bid per the current contract documents.
Response posted 08/23/2018




Inquiry #26: Plan sheet 665 indicates that the retaining wall in span 1 of the Deschutes Road UC is a cantilever wall. The foundation reports describe/show a tieback wall. Please confirm that the wall is indeed a cantilever wall and that there will be no conflict with the 24" CIDH work at Abutment 1.
Inquiry submitted 08/22/2018

Response #1:
(#26)-Your inquiry has been received and is being reviewed.
Response posted 08/22/2018


Response #2:
Yes, the wall under span 1 shown on sheet 665 is a cantilever wall and there should not be a conflict with the 24” CIDH work at Abutment 1.
Addendum No. 2, dated August 23, 2018 added retaining wall as-built drawings which show the limits of cantilever wall and tieback wall under Deschutes Road UC.

Response posted 08/23/2018




Inquiry #27: Bid Item 288 - Reconstruct Anchor Block is shown on sheet 99 (Construction Detail C-18).

Could the State please provide a construction detail that shows what the rebar detail is and the number of dowels/size are into existing structure?

Inquiry submitted 08/22/2018

Response #1:
(#27)-Your inquiry has been received and is being reviewed.
Response posted 08/22/2018


Response #2:
The bidder’s attention is directed to Plan Sheet C-18, protect existing steel reinforcement in place. Please bid per the current contract documents.
Response posted 08/23/2018




Inquiry #28: Please verify the Structure Concrete (Bridge) quantity for Balls Ferry Road UC (Widen) is 516 CY. Seems like the actual quantity is significantly lower than 516 CY.
Inquiry submitted 08/22/2018

Response #1:
(#28)-Your inquiry has been received and is being reviewed.
Response posted 08/22/2018


Response #2:
The quantity for STRUCTURAL CONCRETE, BRIDGE has been revised on Balls Ferry Road UC. Addendum No. 2, dated August 23, 2018, modified the bid item list, plan sheet 748, and the Bid Book to reflect this change.
Response posted 08/23/2018




Inquiry #29: For Bid Item 107, Hot Mix Asphalt (Type A) (PG 64-10) with Lime Treatment, will the contractor be allowed to substitute RAP greater than 15%?


Inquiry submitted 08/23/2018

Response #1:
(#29)-Your attention is directed to Special Provisions section 39-2.02B(2). Please bid per the current contract documents.
Response posted 08/23/2018




Inquiry #30: How many hours/weekends of "Absolute Work Windows" will the Railroad allow for erecting precast girders and demolition?
Inquiry submitted 08/23/2018

Response #1:
(#30)-Attention is directed to section 3.02 of the Railroad Relations and Insurance Requirements document in the Information Handout. Please bid per the current contract documents.
Response posted 08/23/2018




Inquiry #31: The Information Handout on page 547 (of the PDF) indicates that the Foundation Report for Anderson Creek Bridge (Bridge No 06-0216) begins on the following page. However, it is another copy of the Foundation Report for Anderson Overhead Bridge (Bridge No 06-0215). Please provide this missing report as it is needed to bid the project.
Inquiry submitted 08/23/2018

Response #1:
(#31)-Please refer to Addendum No. 1, issued on Friday, August 17, 2018.
Please bid per the current contract documents.
Response posted 08/23/2018




Inquiry #32: Will all the Components of the High Tension Cable Barrier and the Terminals be covered under Section 9-1.16C and be available for payment for materials on hand. Given the volatility of the steel market it will be very difficult to price for this work that will happen near the end of the project to price if we cannot purchase the material and be paid for materials on hand.
Inquiry submitted 08/24/2018

Response #1:
(#32)-Your inquiry has been received and is being reviewed.
Response posted 08/24/2018


Response #2:
As per section 9-1.16C of the SP, High Tension Cable is included under item No.7 Railing. Please bid per the current contract documents.
Response posted 08/27/2018




Inquiry #33: Bid item 301 - THERMOPLASTIC TRAFFIC STRIPE and its quantities correspond directly to the CONTRAST STRIPE table on PDQ-9. Please confirm that the department of transportation wants the contrast stripe to be installed in thermoplastic.
Inquiry submitted 08/24/2018

Response #1:
(#33)-Your inquiry has been received and is being reviewed.
Response posted 08/24/2018


Response #2:
Yes, the contrast stripe will be installed in thermoplastic. Please bid per the current contract documents.
Response posted 08/27/2018




Inquiry #34: Bid Item No. 52 Structure Backfill (Bridge) in the original bid item list had a quantity of 2,578 CY. Addendum No. 1 was issued and the quantity for Bid Item No. 52 was not marked as revised, however, the quantity shown on the bid item was changed to 2,800 CY. Please confirm that 2,800 CY is the new quantity.
Inquiry submitted 08/24/2018

Response #1:
(#34)-As per Addendum 1, issued August 17, 2018, the revised quantity for Bid Item No. 52 Structure Backfill (Bridge) is 2800 CY. Please bid per the current contract documents.
Response posted 08/27/2018




Inquiry #35: Sections A-A & B-B on sheet PD-1 are shown at the same planting area. However, section A-A shows class D filter fabric under wood mulch & RSP fabric (Type 8) under river cobble, while section B-B shows the opposite. Please clarify.
Inquiry submitted 08/27/2018

Response #1:
(#35)- Your inquiry has been received and is being reviewed. If a response is not posted before bid opening addressing your inquiry, please bid per the current contract documents.
Response posted 08/27/2018




Inquiry #36: Bid Item no. 79 is for garden valve assembly but garden valve is not shown on irrigation plan sheets IP-1 through IP-6. Please clarify.

Inquiry submitted 08/27/2018

Response #1:
(#36)- Your inquiry has been received and is being reviewed. If a response is not posted before bid opening addressing your inquiry, please bid per the current contract documents.
Response posted 08/27/2018




Inquiry #37: There are 7 flush valves located at the end of bubbler lateral lines. Please advise which item number are those flush valves paid under?
Inquiry submitted 08/27/2018

Response #1:
(#37)- Your inquiry has been received and is being reviewed. If a response is not posted before bid opening addressing your inquiry, please bid per the current contract documents.
Response posted 08/27/2018


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.