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 02-4F2004

Submit new inquiry for this project


Inquiry #1: We respectfully request that the bid date - currently July 3rd, 2018 be moved to the following week or the preceding week, as July 4th falls on a Wednesday, and many bidders will be out of the area for holiday.
Inquiry submitted 05/16/2018

Response #1:
(#1)-Your inquiry has been received and is being reviewed.
Response posted 05/17/2018


Response #2:
Please bid per the current contract documents.
Response posted 05/18/2018




Inquiry #2: Bid Item 5 120090 Construction Area Signs, Why isn't there a temp. stop sign at each end of the detour route on Sheet 24 of 92 and sheet 25 of 92?

Bid Item 6 120100 Traffic Control System,
1. Will 24 hour flagging be required during detour bridge is in use?
2. Will a flagger be required at each driveway entrance during flagging or just major streets/roads?

Bid Item 35 190101 Roadway Excavation,
1. Is there an estimated quantity of Rock Excavation for the project?



Inquiry submitted 06/29/2018

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

Response posted 06/29/2018


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

1. Yes, there will be 24 hour flagging when the detour bridge is in use.
2. It is not anticipated there will be a flagger at each drive way entrance. The flaggers on highway 44 should be able to handle traffic going in and out of the driveways.

1. There is not an estimated quantity for rock excavation.

Response posted 07/03/2018




Inquiry #3: Regarding Item #102 Alternative In-Line Terminal System and item 83 Stain Galvanized Surfaces, the MSKT Terminal that falls under this item cannot be stained as it has not been crash tested after that process. The only approved coating by the manufacturer at this time is powder coat. Do you have a powder coat procedure and color? Will this be allowable?
Inquiry submitted 07/17/2018

Response #1:07/17/18: Your inquiry has been received and is being reviewed.
Response posted 07/17/2018


Response #2:Please bid per the current contract documents
Response posted 07/19/2018




Inquiry #4: Can you please confirm your response to question number 2 in regards to flagging the project for a 24 hour 7 days a week while the detour is in use. This could be as long as a 4-6 month duration. Please confirm that it wouldn't be more cost effective to Caltrans to install temporary Traffic Signals or Stop signs, to support this temporary detour.
Inquiry submitted 07/18/2018

Response #1:(#4)-Your inquiry has been received and is being reviewed.
Response posted 07/18/2018


Response #2:(#4)-Your inquiry has been received and is being reviewed.
Response posted 07/18/2018


Response #3:Yes, 24 hour flagging is required when the detour is in use. Please bid per the current contract documents.
Response posted 07/19/2018




Inquiry #5: Plan Sheet TH-1 specifies a "75' Min OPENING" for the temporary bridge and shows temporary abutments occurring within that opening. Temporary Detour General Plan sheet 92 of 92 shows BB (begin bridge) to EB (end bridge) from 1345+20 to 134+95 = 75 fee. Verify that a 75 foot long temporary bridge satisfies design requirements and the temporary abutments are to be construction as shown in the plans.
Inquiry submitted 07/18/2018

Response #1:(#5)-Your inquiry has been received and is being reviewed.
Response posted 07/18/2018


Response #2:
Please bid per the current contract documents.
Response posted 07/20/2018




Inquiry #6: A prefabricated modular steel vehicle bridge will provide the same clearance as the prefabricated modular steel truss bridge and would not be fracture critical. Did the designer intend to specify a sole source temporary bridge or would CalTrans consider an equal or superior solution?
Inquiry submitted 07/18/2018

Response #1:(#6)-Your inquiry has been received and is being reviewed.
Response posted 07/18/2018


Response #2:
Please bid per the current contract documents.
Response posted 07/20/2018




Inquiry #7: A complete traffic handling plan is required showing traffic control flagger locations, PCMS locations, and signage to accommodate speed reduction to 25 MPH on the temporary bridge in order to prepare an accurate bid.
Inquiry submitted 07/18/2018

Response #1:(#7)-Your inquiry has been received and is being reviewed.
Response posted 07/18/2018


Response #2:
Please bid per the current contract documents.
Response posted 07/20/2018




Inquiry #8: Special Provisions Section 60-3.04B(1)(d) precludes placement of polyester concrete overlay for 28 days after deck concrete has been placed. Did the designer anticipate this when determining the 85 working day minimum bid?
Inquiry submitted 07/18/2018

Response #1:(#8)-Your inquiry has been received and is being reviewed.
Response posted 07/18/2018


Response #2:
Please bid per the current contract documents.
Response posted 07/20/2018




Inquiry #9: Bid Item 82 Stain Galv. Surface, (LS), What items are required to be covered under this bid item?
Inquiry submitted 07/18/2018

Response #1:(#9)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2018


Response #2:
Please refer to sections 78-4.07A, 78-4.07B and 78-4.07D in the special provisions and bid per the current contract documents.

Response posted 07/20/2018




Inquiry #10: inquiry #9: Bid Item 82 Stain Galv. Surface, (LS), What items are required to be covered under this bid item?
Inquiry submitted 07/18/2018

Response #1:(#9)-Your inquiry has been received and is being reviewed.
Response posted 07/19/2018


Response #2:
Please refer to sections 78-4.07A, 78-4.07B and 78-4.07D in the special provisions and bid per the current contract documents.

There is no 78-4.07, 78-4.07B, & 78-4.07D in the special provisions in this bid Doc. Please provide these procedures and list of what is to be stained.

Inquiry submitted 07/20/2018

Response #1:
(#10)-Your attention is directed to Sections 78-4.07A, 78-4.07B and 78-4.07D of the Special Provisions, Pages 60-61.
Response posted 07/20/2018




Inquiry #11: Since there is no 78-4.07A, 78-4.07B and 78-4.07D in the special provisions for this project or in the Standard Specifications, can you provide?
Inquiry submitted 07/20/2018

Response #1:Your attention is directed to Sections 78-4.07A, 78-4.07B and 78-4.07D of the Special Provisions, Pages 60-61. (This has been confirmed.)
Response posted 07/20/2018




Inquiry #12: 78-4.07A, 78-4.07B and 78-4.07D page 60 & 61 of the special provision, Sorry, I'm confused as you can tell. Bottom of page of Contract No. 02-4F2004 60 of 263 has Div. IV Subasses and Bases listed at the top. Is there another Special Provision that I should have? Special provisions for Contract No. 02-4F2004 Starts on Page 9 of my Documents. Please help.
Inquiry submitted 07/20/2018

Response #1:
Yes, Special Provisions for Contract No. 02-4F2004 start on page 9 (After Bid Item List). However, you appear to be viewing the Revised Standard Specifications dated 07-21-17 that starts on page 1 of 263 (page 60 of 263 does have Div. IV Subases and Bases listed at the top). Page 60 and 61 of the Special Provisions are listed before the Revised Standard Specifications.
Response posted 07/20/2018


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.