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 04-0A7714

Submit new inquiry for this project


Inquiry #1: The Owner typically provides bridge hanger lengths at the Engineer has modeled the bridge and has that information. Please provide the bridge hanger lengths.
Inquiry submitted 10/28/2020

Response #1:Submitted for consideration.
Response posted 10/30/2020


Response #2:The information shown on the plan sheet 160 of 221 can be used to calculate the hanger lengths.
Response posted 11/06/2020




Inquiry #2: Is this a Buy America project?
Inquiry submitted 10/28/2020

Response #1:Submitted for consideration.
Response posted 10/30/2020


Response #2:Yes, the project uses federal funds and must comply with Buy America.
Response posted 11/04/2020




Inquiry #3: Will Caltrans consider moving the bid date to January 13 ,2021 to allow additional DBE participation due to the current bid date being close to the holidays.
Inquiry submitted 11/11/2020

Response #1:Submitted for consideration.
Response posted 11/12/2020


Response #2:Addendum 1 moved the bid date to January 13, 2021.
Response posted 12/22/2020


Response #3:Addendum 5 moved the Bid Opening for Wednesday, January 20, 2021.
Response posted 01/06/2021




Inquiry #4: On sheet DQ-2 page 48 of 221, Please explain what is included in the quantities for miscellaneous iron and steel of 3,941 LB and 4,328 LB on Drainage System No. 9, Drainage Units “g” and “i” respectfully.
Inquiry submitted 11/12/2020

Response #1:Submitted for consideration.
Response posted 12/03/2020


Response #2:Bid per plans and specs.
Response posted 12/10/2020




Inquiry #5: Given the salt fog exposure of the steel pedestrian structure and the difficulty of access for maintenance painting in the future, we would suggest that the same Zinc, with two Polysiloxane top coats coating system be used as was used on the new bay bridge. The slightly increased material cost pales beside the savings to be realized in increasing the maintenance cycle.

Secondly given the need to increase the maintenance cycle as noted above and the impacts of the marine environment of the bridge painting operations both shop and field should require 3rd party NACE III inspection

Inquiry submitted 11/16/2020

Response #1:Submitted for consideration.
Response posted 11/16/2020


Response #2:Please bid per the current contract documents.
Response posted 11/19/2020




Inquiry #6: On sheet DQ-2 page 48 of 221, please explain what is included in the quantities for miscellaneous iron and steel of 3,941 LB and 4,328 LB on Drainage System No. 9, Drainage Units “g” and “i” respectfully.
Inquiry submitted 11/19/2020

Response #1:Submitted for consideration.
Response posted 11/20/2020


Response #2:Bid per plans and specs.
Response posted 01/13/2021




Inquiry #7: Ref. Project Plan Sheet 159 of 221; We assume the field splices at the 20” OD braces at the centerline of the bridge may be eliminated and the brace to arch rib welds at H-H/163 may be field welds. Please confirm this is acceptable.
Inquiry submitted 11/30/2020

Response #1:Submitted for consideration.
Response posted 11/30/2020


Response #2:Please bid per the current contract documents.
Response posted 12/03/2020




Inquiry #8: Addendum 1 is missing the email for the pre bid meeting (Section 2-1.05 OPTIONAL VIRTUAL PREBID MEETING).
Inquiry submitted 12/01/2020

Response #1:The Construction Duty Senior email and phone number are as follows:

Tel: 510-286-4575
Email: D4.Construction.Duty.Senior@dot.ca.gov
Response posted 12/01/2020


Response #2:An addendum is forthcoming to provide the above e-mail address and telephone number.
Response posted 12/03/2020




Inquiry #9: In Spec Section 8-1.10C, it talks about West and East Side Shared Use Paths and the LDs associated with not completing them. Can you define what work is meant by this description? Is it Abutment #1 to Bent 5 and Bent 6 to Abutment #10, including Retaining Walls 13 and 25?
Inquiry submitted 12/02/2020

Response #1:Submitted for consideration.
Response posted 12/03/2020


Response #2:See Addendum 3.
Response posted 12/22/2020




Inquiry #10: How do I register for the pre-bid meeting on December 7?
Inquiry submitted 12/03/2020

Response #1:To register for the December 7, 2020 Virtual Prebid Meeting, follow the link below:

https://zoom.us/meeting/register/tJIucemsqDMjHtwYU-0qUNQOIBPffRhC5R

Virtual prebid is over.
Response posted 12/03/2020




Inquiry #11: Does the permanent steel casing for the CIDH Piles fall under the Class N or Class R classification?
Inquiry submitted 12/14/2020

Response #1:Submitted for consideration.
Response posted 12/14/2020


Response #2:Please refer to the second paragraph of section 49-3.02A(1) and the first paragraph of section 49-2.02B(1)(a) of the Standard Specifications. Bid per the current contract documents.
Response posted 12/16/2020




Inquiry #12: Bid item #113(F) ISOLATON CASING: Plan page 158 notes 84" diameter 10 Gauge Galvanized CSP MULTI-PLATE 3" x 1" Corrugation. Multi-Plate Corrugation is 6" x 2". Do you wanted Corrugated Steel Pipe 3" x 1" 10 Gauge or Multi-Plate 6" x 2", 10 Gauge?
Inquiry submitted 12/17/2020

Response #1:Submitted for consideration.
Response posted 12/17/2020


Response #2:Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents.
Response posted 12/22/2020




Inquiry #13: To facilitate erection of the structural steel, we assume arch welds shown as shop welds may be performed in the field. Please confirm.
Inquiry submitted 12/17/2020

Response #1:Submitted for consideration.
Response posted 12/18/2020


Response #2:Arch rib splices may be field or shop welded. Please refer to the "Rib and Splice Details" on sheet no. 163 of 221. Bid per the current contract documents.
Response posted 12/22/2020




Inquiry #14: Are you make available the slides and the list of attendees from the Optional Pre-bid Virtual Meetings?
Inquiry submitted 12/22/2020

Response #1:The script of the meeting, the slides shown and a list of the attendees are zipped in a file which can be downloaded below.


LINK -http://website.dot.ca.gov/dist4/construction/contracts/04-0A7714/PreBidMeeting/PreBidMeetingMaterials.zip
Response posted 12/22/2020




Inquiry #15: I am reaching out to you as both of you have “stamped” portions of the Gilman Street POC project. We have had a number of contractors reach out to us for clarification on the luminaires selected for this project, as we represent Leotek, the manufacturer of the E-Cobra series used by the city of Berkeley. The Leotek luminaires specified in the project have a part number that may need to be changed, as there are no 90W options available. We worked with Berkeley to replace a number of failed street lights a few years ago, and I believe the product needed for this application is from the E-Cobra family, but using a lower wattage/output. I have included the link from the manufacturers website, as well as a snippet from the last schedule we used for the Berkeley Street Lighting project. The fixtures used for this project had a custom drive current to meet the lighting criteria requested by the city, but the types for your project may require something different. Based on the mounting height noted in your plans (12’ +/-), I don’t think you would need much more than the EC1-6M2-MV-WW 530mA version, or possibly the 700mA version (Type 2 or Type 3 depending on the distribution needed).

https://leotek.com/wp-content/uploads/e-cobra-m2-series-spec-sheet.pdf

EC1-6M2-MV-WW-2-GY-WL-430 Flux +/- 10% - 4100 Wattage 34W
EC1-6M2-MV-WW-3-GY-WL-430 Flux +/- 10% - 4000 Wattage 34W
EC3-10M2-MV-WW-2-GY-WL-600 Flux +/- 10% - 8300 Wattage 74W

Please review this information and let me know your thoughts, as we would like to ensure you have the proper solution specified for your client. Feel free to bounce back on email or call me on the number listed below.

Tim 925-997-5934

Inquiry submitted 12/22/2020

Response #1:Submitted for consideration.
Response posted 12/22/2020


Response #2:Light wattage revised in Addendum 5 to be 87W.
Response posted 01/13/2021




Inquiry #16: Regarding the response to Inquiry #13, the assumption was that ALL arch welds may be performed in the shop or field at the Contractors option, including the 20” brace welds at Section H-H Sheet 163 of 221. Please confirm this is correct.
Inquiry submitted 12/23/2020

Response #1:Inquiry #13 response does not apply to brace to rib welds. Brace to rib welds at Section H-H on sheet no.163 of 221 shall be performed in the shop. Please bid per the current contract documents.


Response posted 12/28/2020




Inquiry #17: ITEMS #140, CB60MC MODIFIED & #142, CB60MF MODIFIED:
Both of these Concrete Barriers have variable heights. Please provide X-sections or Barrier elevations on both sides for these Barriers, so that quantities and productions can be calculated.

Inquiry submitted 12/23/2020

Response #1:Submitted for consideration.
Response posted 01/13/2021


Response #2:The information shown on the plan sheet C-9 can be used to estimate the 60MC CB. For the 60MF, see Addendum 5.
Response posted 01/13/2021




Inquiry #18: We are requesting the bid date be postponed for 1 week. Contract 03-3F5604 is also bidding on January 13. Due to the current COVID lockdown orders and the end of year holidays, we are unable to complete our estimate for both projects by the current bid date. Several subcontractors and/or suppliers are encountering the same problem.
Inquiry submitted 12/30/2020

Response #1:Submitted for consideration.
Response posted 12/30/2020


Response #2:Addendum 5 moved the Bid Opening for Wednesday, January 20, 2021.
Response posted 01/13/2021




Inquiry #19: Would it be acceptable to move the bid due date one week? Combination of competing bids, covid and the holidays have caused a sub optimal bidding timeline. An additional week would be beneficial. Thank you.
Inquiry submitted 01/04/2021

Response #1:Submitted for consideration.
Response posted 01/06/2021


Response #2:Addendum 5 moved the Bid Opening for Wednesday, January 20, 2021.
Response posted 01/06/2021




Inquiry #20: Can the finish and final coats of paint be applied to the structural steel in the fabrication shop?
Inquiry submitted 01/05/2021

Response #1:Submitted for consideration.
Response posted 01/06/2021


Response #2:Please bid per the current contract documents.
Response posted 01/07/2021




Inquiry #21: "Replace Reserved in section 59-2.01A(3)(b) with:
Submit proof of each required SSPC-QP certification as specified in section 8-1.04C. Required certifications are:
1. SSPC-QP 1
2. AISC-420-10/SSPC-QP 3, enclosed shop" is stated on page 73 of the specifications. Section 8-1.04C is "Delayed Start Reserved".
Please clarify the submittal requirement of section 8-1.04C

Inquiry submitted 01/05/2021

Response #1:Submitted for consideration.
Response posted 01/06/2021


Response #2:The SSPC QP certifications required under 59-2.01A(3)(b) and 8-1.04C are the same – section 8-1.04C requires the certifications to be submitted and accepted by the Department before beginning job site activities.
Response posted 01/13/2021


Response #3:The SSPC QP certifications required under 59-2.01A(3)(b) and 8-1.04C are the same. Section 8-1.04C requires the certifications to be submitted and accepted by the Department before beginning job site activities. Please bid per the current contract documents.
Response posted 01/20/2021




Inquiry #22: From our site visit there are several homeless encampments in and around the project site. How is the contractor to be paid for cleaning waste generated from these homeless encampments? Caltrans Memorandum dated July 14, 2020 regarding homeless encampments indicates there may be construction delays during relocation of homeless encampments. Please confirm delays caused by removal of homeless encampments and /or waiting for them to be relocated will be paid by change order.
Inquiry submitted 01/05/2021

Response #1:Submitted for consideration.
Response posted 01/06/2021


Response #2:Bid per current plans and specs.
Response posted 01/13/2021




Inquiry #23: Has the Site Specific NPDES Permit mentioned in the Preliminary Site Investigation- Groundwater and Soil, included in Addendum No. 3, been obtained? Please provide.
Inquiry submitted 01/05/2021

Response #1:Submitted for consideration.
Response posted 01/06/2021


Response #2:See revised report included in Addendum 5. It is anticipated that all extracted groundwater from dewatering activities will be treated prior to discharge and therefore a site specific permit should not be needed.
Response posted 01/08/2021




Inquiry #24: What is meant by West Side Shared Use Path? We did not see that terminology on the project plans.
Inquiry submitted 01/11/2021

Response #1:Submitted for consideration.
Response posted 01/11/2021


Response #2:The westside shared use path is shown on Construction Details C-9, sheet 23.
Response posted 01/12/2021




Inquiry #25: What is meant by East Side Shared Use Path? We did not see that terminology on the project plans.
Inquiry submitted 01/11/2021

Response #1:Submitted for consideration.
Response posted 01/11/2021


Response #2:The eastside shared use path is shown on Construction Details C-9, sheet 23.
Response posted 01/12/2021




Inquiry #26: We have received a Solicitation from "GRAVIX" - Earth Wall Products to furnish Precast Retaining Walls for Retaining Walls 25R & L and 13R & L. We have never seen Precast Retaining Walls substituted for Caltrans Standard Cast-In-Place Concrete Retaining Walls. We see inherent design and constructability issues with these proposed Walls specifically with regard to their attachment to the designed 24-inch C-I-D-H Piling support piling and the use of Non-Structural Backfill per their solicitation. Is this product allowed for this intended use if proposed as "Value Engineering"?
Inquiry submitted 01/13/2021

Response #1:Submitted for consideration.
Response posted 01/19/2021


Response #2:The retaining walls must be built in compliance with the contract documents. All VECPs will be evaluated in accordance with the contract documents and Caltrans policies.
Response posted 01/19/2021




Inquiry #27: There are two different Caltrans projects of similar size and complexity that we are bidding on the same day. Due to government-mandated COVID lockdown and social distancing requirements, bidding two complicated and large projects on the same day will be very difficult. Please consider postponing the bid opening date by 1 week.
Inquiry submitted 01/14/2021

Response #1:Submitted for consideration.
Response posted 01/15/2021


Response #2:There are no plans to delay the bid opening.
Response posted 01/19/2021




Inquiry #28: Bid Item 48 - Remove Irrigation Facility - requires contractors to remove the underground irrigation system per the plan sheets IR - 1 & 2 (sheets 85 & 86 of 221). This work is within the footprint of the Tom Bates Regional Sports Complex and indeed upon field reconnaissance appears located under the existing synthetic sports surfacing at the Complex. Without further direction our assumption is that we dig through the synthetic sports surfacing, remove the irrigation facility to the limits as indicated and backfill the trenches necessary for the irrigation removals. We will do no synthetic sports surfacing restoration as nothing is indicated or detailed. Is this Caltrans intention for completing this Bid Item?
Inquiry submitted 01/14/2021

Response #1:Submitted for consideration.
Response posted 01/15/2021


Response #2:The irrigation shown on the removal plans is schematic. Removal of the irrigation system in question is not intended to extend out side of the EBRPD Maint Ease as shown on the plans.
Response posted 01/15/2021




Inquiry #29: Bid Item 108 Minor Concrete (Sidewalk) has a pay quantity of 129 cy but on sheet 83 (Q-1) it shows 85cy. Our take-off is coming up with +/- 85cy. Could the state please revise the bid schedule to reflect the correct quantity?
Inquiry submitted 01/18/2021

Response #1:Bid per plans and specs.
Response posted 01/19/2021




Inquiry #30: Bid Item 107 Minor Concrete (Brushed Concrete) has a pay quantity of 730sf but when doing a take-off and using C-7 as a reference drawing for the area covered by this pay item we are coming up with a much higher quantity. Our take-off is showing 1,980sf. Could the State please revise the pay item to reflect the correct quantity.
Inquiry submitted 01/18/2021

Response #1:Submitted for consideration.
Response posted 01/18/2021


Response #2:Bid per plans and specs.
Response posted 01/19/2021




Inquiry #31: Bid Item 104 Minor Concrete (Curb) This bid item has a pay quantity of 48cy but if you look at Sheet 83 (Q-1) the summary of quantities for this item equals 18.16cy. Our take-off confirms that 18cy is correct. Could the State please revise the bid sheet quantity to reflect the correct quantity?
Inquiry submitted 01/18/2021

Response #1:Submitted for consideration.
Response posted 01/18/2021


Response #2:Bid per plans and specs.
Response posted 01/19/2021




Inquiry #32: Please confirm that the Chain Link Railing (Type 4 Modified bid item #135 and the Chain Link Railing (Type 7 Modified) bid item #136 both have a Galvanized finish coating on the material.
Inquiry submitted 01/19/2021

Response #1:Submitted for consideration.
Response posted 01/19/2021


Response #2:As identified in special provision 83-2.06B the chain link fabric must comply with AASHTO M 181, Type IV, Class B which includes galvanizing the chain link before placing the vinyl coating.
Response posted 01/19/2021




Inquiry #33: On Bid item #135 - Chain Link Railing (Type 4 Modified) and Bid Item #136 - Chain Link Railing (Type 7 Modified ) can you please confirm that the finish coating for all the fence material for these Bid Items are to have a Galvanized Finish Coat.
Inquiry submitted 01/19/2021

Response #1:Submitted for consideration.
Response posted 01/19/2021


Response #2:See response to BI #32.
Response posted 01/19/2021


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.