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 04-3G4544

Submit new inquiry for this project


Inquiry #1: With the pre-bid job tour scheduled so close to the bid date, we request a 1 week extension of the bid date to better analyze and price the conditions of the bridge.
Inquiry submitted 10/23/2019

Response #1:Submitted for consideration.
Response posted 10/23/2019


Response #2:See Addendum 1.
Response posted 11/08/2019




Inquiry #2: How do I register for the mandatory prebid meeting?
Inquiry submitted 10/23/2019

Response #1:Email the Duty Senior at:
D4.Construction.Duty.Senior@dot.ca.gov

See also Section 2-1.05 MANDATORY PREBID MEETING AND JOB SITE VISIT of the Special Provisions for more information.

Below is the link to download the release form.

website.dot.ca.gov/dist4/construction/contracts/04-3G4544/release_04-3G4544.html
Response posted 10/23/2019




Inquiry #3: Is there an agenda for the mandatory meeting?
Inquiry submitted 10/29/2019

Response #1:See link below:

http://website.dot.ca.gov/dist4/construction/contracts/04-3G4544/MeetingAgenda.pdf
Response posted 10/29/2019




Inquiry #4: Is there an agenda for the mandatory meeting?
Inquiry submitted 10/29/2019

Response #1:See question above.
Response posted 10/29/2019




Inquiry #5: Can you post the list of people who attended the mandatory meeting?
Inquiry submitted 10/30/2019

Response #1:You can download the link below:

http://website.dot.ca.gov/dist4/construction/contracts/04-3G4544/prebid_attendees.pdf
Response posted 10/30/2019




Inquiry #6: Could you provide the excel documents for the Trestle Repair Schedules? This will facilitate bidding in a more efficient manner.
Inquiry submitted 10/31/2019

Response #1:Submitted for consideration.
Response posted 11/01/2019




Inquiry #7: Could you provide the excel documents for the Trestle Repair Schedules? This will facilitate bidding in a more efficient manner.
Inquiry submitted 10/31/2019

Response #1:Submitted for consideration.
Response posted 11/01/2019


Response #2:See link below:

website.dot.ca.gov/dist4/construction/contracts/04-3G4544/10-4-19_DefectScheduleSharedforBidding.xlsx
Response posted 11/05/2019




Inquiry #8: The shotcrete shrinkage criteria per Special Provision Section 53-1.01A of the special provisions (0.032 percent or less at 28 days) is not achievable. Could the State revise this number to 0.064 percent or less at 28 days?
Inquiry submitted 11/01/2019

Response #1:Your inquiry is being reviewed. Unless an addendum is issued addressing your concern, please bid per the current contract bid documents
Response posted 11/07/2019


Response #2:Refer to Addendum No. 2 dated November 21, 2019. Section 53, "Shotcrete," has been replaced.
Response posted 11/22/2019




Inquiry #9: We would like to request a 1-2 week postponement of the bid date.
Inquiry submitted 11/05/2019

Response #1:Submitted for consideration.
Response posted 11/05/2019


Response #2:Addendum 1 changed the bid date from November 13, 2019 to December 4, 2019.
Response posted 11/08/2019




Inquiry #10: The shotcrete shrinkage criteria per Special Provision Section 53-1.01A of the special provisions (0.032 percent or less at 28 days) is not achievable. Could the State revise this number to 0.064 percent or less at 28 days?
Inquiry submitted 11/06/2019

Response #1:See response to Bidder Inquiry #8.
Response posted 11/07/2019




Inquiry #11: The Concrete Repair Schedule on Sheets 8-20 include detailed location data for 6 types of repairs on the trestle section: CS Column Spall, SC Deck Soffit Crack, SS Deck Soffit Spall, GS Girder Spall, PCS Pier Cap Spall, and CCC Column-Cap Crack. However, only 3 types of quantities are summarized - CCC (ft), Area (SF), Crack (Ft).

The bid item schedule includes 2 types of repairs for the trestle section: Item No. 16 Inject Crack (Epoxy) - 487 LF, and Item No. 17 Repair Spalled Surface Area - 26,184 SQSF

The Bid Quantity for Item 16 seem to match the total that can be derived from the repair schedule. However, the total area (SF) of repair that can be derived from the repair schedule is several orders of magnitude less than the area provided for in Bid Item 17.

There is no bid item provided for the CCC repair at a LF unit of measure. It would appear that this quantity is converted to an area and included in the quantity for Bid Item No. 17. Is this correct? If so, what is the assumed width of repair? The details show the repair done at a corner, with approximately 4" depth and no dimension given for the height.

Inquiry submitted 11/13/2019

Response #1:Submitted for consideration.
Response posted 11/13/2019


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 11/15/2019


Response #3:Refer to Addendum No. 2 dated November 21, 2019. A clarifying dimension has been added to the CCC Repair detail on plan sheet 21 of 21. Please bid per the current contract documents.
Response posted 11/22/2019




Inquiry #12: The crack and spall repair details require the installation of galvanic anodes in CCC repairs and spall repairs. The frequency of installation is not provided. What is the criteria for the installation of these anodes in terms of the quanity per linear foot (LF) of CCC repair or square foot (SF) of spall repair?
Inquiry submitted 11/13/2019

Response #1:Submitted for consideration.
Response posted 11/13/2019


Response #2:Refer to Note 3 on plan sheet 21 of 21 of the contract bid documents.
Response posted 11/15/2019




Inquiry #13: Can a second mandatory pre-bid for this project be held for those contractors who were unable to attend the original mandatory pre-bid or those who wish to visit the site for a second visit?
Inquiry submitted 11/14/2019

Response #1:Submitted for consideration.
Response posted 11/19/2019


Response #2:There will be no additional prebid site visits.
Response posted 11/19/2019




Inquiry #14: The link provided by Caltrans in the response to Bidder Inquiry #7 does not open. Please advise as to how this responded information can be obtained.
Inquiry submitted 11/14/2019

Response #1:Fixed. Please try again.

Thank you for pointing it out.
Response posted 11/14/2019




Inquiry #15: We would like to request that an additional pre-bid meeting be scheduled in addition to the pre-bid meeting held on October 29, 2019 to allow Contractors who attended the October 29,2019 pre-bid meeting to further inspect the work to be performed and to allow Contractors who were unable to attend the October 29, 2019 pre-bid meeting to attend the additonal pre-bid meeting.
Inquiry submitted 11/19/2019

Response #1:Submitted for consideration.
Response posted 11/19/2019


Response #2:See response to bid inquiry #13.
Response posted 11/19/2019




Inquiry #16: If Contractors use the maximum dosage rate shown on the Authorized Material List for the shrinkage reducing admixture, does the submitted shrinkage test data need to meet the shrinkage limitation specified?
Inquiry submitted 11/20/2019

Response #1:Submitted for consideration.
Response posted 11/20/2019


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 11/20/2019


Response #3:Refer to Addendum No. 2 dated November 21, 2019. Section 53, "Shotcrete," has been replaced.
Response posted 11/22/2019




Inquiry #17: The contract special provisions and standard specifications allow the contractor to request as-built for the project. We have followed the normal procedure to obtain a set of as-builts. Mr. Hector Chinchilla, the Caltrans CPRA coordinator for District 4, has informed us that for this bridge, we should request them from the project team. Please provide a set of as-builts for the project.

Inquiry submitted 11/21/2019

Response #1:Submitted for consideration.
Response posted 11/22/2019


Response #2:Refer to section 2-1.06B of the Standard Specifications for how to obtain as-built drawings.
Response posted 11/25/2019




Inquiry #18: Please refer to Bidder’s Inquiry No. 11. With regard to the CCC repair, addendum No. 2 added a 4”+/- dimension for the vertical face of the repair area. While allowing the calculation of an anticipated volume of repair material, this does not answer the question as to how the area is calculated. Which dimension is used to calculate the area – the vertical face, the horizontal face, or the chipped diagonal face, or some other criteria? It is apparent from field inspection that both dimemsions may vary considerably, and it is vital to understand how this area will be calculated for measurement and payment. As an alternative, we suggest adding a bid item for the CCC repair with a unit of measure of cubic ft or cubic inches.
Inquiry submitted 11/21/2019

Response #1:Submitted for consideration.
Response posted 11/22/2019


Response #2:For CCC, the horizontal and vertical dimensions were added to get 8", which was then multiplied by the length of pier cap affected.
We understand there are many variables at play and we have addressed this concern with an amplified quantity.

The quantity is Repair Spalled Surface Area, so it will be in square feet. The depth, by standard spec, can be up to 4".


Response posted 11/25/2019


Response #3:No further information will be provided. Bid per the current contract bid documents.
Response posted 11/25/2019




Inquiry #19: Section 14-6-.03A, Item 10 under the SPA1 protection measures, (Page 21 and 22 of the Special Provisions), requires suspension of work activities with 330 ft of any eelgrass beds from December 1 – March 15. Does the Department have a map of any existing or potential eelgrass beds within 330 ft of the structure available for review?
Inquiry submitted 11/21/2019

Response #1:Submitted for consideration.
Response posted 11/22/2019


Response #2:See link below:

website.dot.ca.gov/dist4/construction/contracts/04-3G4544/3G4544_eelgrass.zip
Response posted 12/03/2019




Inquiry #20: The contract special provisions replaces Section 5-1.20G with 3 new Sections G thru I. The last paragraph of the added Section 5-1.20I states that “Days when your activities are restricted by the requirements of this section will not be considered nonworking days whether or not the controlling activity is delayed.”
Is this referencing only Section 5-1.20I, all of Section 5-1.20, or all of Section 5?

Inquiry submitted 11/21/2019

Response #1:Submitted for consideration.
Response posted 11/22/2019




Inquiry #21: Are the lengths shown in the chart for the Column-Cap Cracks (CCC) continuous sections or intermittent along the pier cap? In addition, is it shown which side of the pier cap these CCC lengths are found?
Inquiry submitted 11/21/2019

Response #1:Submitted for consideration.
Response posted 11/22/2019


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.