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 04-4G8404

Submit new inquiry for this project


Inquiry #1: RE: MANDATORY PREBID JOB SITE VISIT. The Duty Senior email and phone number does not work.
Inquiry submitted 11/29/2018

Response #1:Duty Senior Phone Number - (510) 286-4575.
Duty Senior Email - D4.Construction.Duty.Senior@dot.ca.gov
Response posted 11/29/2018


Response #2:For more information about the site tour and to register on-line, see link below:

www.dot.ca.gov/dist4/construction/contracts/04-4G8404/tour/tour.html
Response posted 11/29/2018




Inquiry #2: Please provide the Sign-In Sheet from the mandatory pre-bid meeting?
Inquiry submitted 12/10/2018

Response #1:See link below:

www.dot.ca.gov/dist4/construction/contracts/04-4G8404/tour/12-4-18_Prebid_Meet_SignIn.pdf
Response posted 12/11/2018




Inquiry #3: There are 5 each wells shown to be destroyed. Please provide the records of these wells including size and depth.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/11/2018


Response #2:"There are 5 each wells shown to be destroyed. The diameter of all wells is about 6-8 inches, the depth of all wells is 200-feet each and all the wells are constructed of steel.
Response posted 12/19/2018




Inquiry #4: Sheet U-1, Utility Plan, shows the overhead telephone and electrical lines that run parallel to the bridge are to be relocated away from the project alignment. Please indicate when these lines will be moved relative to project award. Please also indicate whether the overhead lines perpendicular to the alignment adjacent to Abutment 4 will be relocated as well.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/11/2018


Response #2:Utility work is planned to be completed prior to begin construction. Utility relocation includes the overhead utility that crosses Route 128 near Abutment 4, which shall be relocated near the existing driveway at Station 'C1' 109+90.
Response posted 12/17/2018




Inquiry #5: Section 10-1.03 of the Special Provisions states that work within the drainage channel may only occur between June 1 and October 15 of any year. Please provide boundaries or the reference elevation that defines the drainage channel.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/12/2018


Response #2:See Addendum 1.
Response posted 01/22/2019




Inquiry #6: Sheet No. 63 states that the OH conductors for the temporary signal system power are to be provided by PG&E. Please clarify whether the Contractor must include the cost for these conductors and PG&E's connection costs in its bid.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/12/2018


Response #2:Bidder needs to include cost to install the OH conductors to the Type H Service with the exception of the Utility connection fee (Electric-PG&E).
Response posted 01/22/2019




Inquiry #7: Section 14-1.02 of the special provisions states that more than one ESA exists on the project site and details management measures. Please provide the locations for each ESA.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/12/2018


Response #2:See Addendum 1.
Response posted 01/22/2019




Inquiry #8: Item 4 under "Work in this Stage" on SC-1 references Sheet SCD-3. This sheet is not included in the Project Plans. Please provide this sheet.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/12/2018


Response #2:Sheet SCD-3 is not required because there are no temporary drainage.
Response posted 12/17/2018




Inquiry #9: Sheet No. 31 shows the Temporary Access Easement (TAE) connecting the Construction Entrance to the Temp Construction Roadway. It appears that the TAE is approximately 10-feet in width. Please clarify what improvements may be made along this easement and whether it may be widened to allow access for large equipment such as drills and/or cranes.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 01/03/2019


Response #2:See Addendum 1.
Response posted 01/22/2019




Inquiry #10: Sheet No. 129 provides a legend for each type of concrete to be used in the various elements of the bridge structure. It appears that the diaphragms placed over Piers 2 and 3 should be Structure Concrete. However, Sheet No. 152 shows these diaphragms being placed with the bridge deck, which is Structure Concrete, Bridge (Polymer Fiber). Please clarify which concrete is to be used in these diaphragms and which Bid Item No. this quantity should be carried.
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/12/2018


Response #2:For concrete type limits please refer to Sheet 129. Sheet 152 shows construction sequence and concrete placement sequences only. No further information will be provided. Contractor to bid per the current contract bid documents.
Response posted 12/14/2018




Inquiry #11: Under the work for Bid Item No. 4, Develop Water Supply, may water from the creek be used for construction water?
Inquiry submitted 12/11/2018

Response #1:Submitted for consideration.
Response posted 12/12/2018


Response #2:No.
Response posted 12/17/2018




Inquiry #12: It appears that the locations of the CIDH pile at Pier 2 and 3 may conflict with the existing bridge footings. Where footing concrete removal will be required to accomodate the CIDH pile, please indicate how much clearance will be required between the CIDH and existing footing concrete that can remian in place.
Inquiry submitted 12/13/2018

Response #1:Submitted for consideration.
Response posted 12/17/2018


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 12/20/2018




Inquiry #13: It appears that the Pier 2 isolation casing may conflict with the existing bridge footing pile. Please clarify whether the isolation casing may be moved to avoid the footing pile or if footing pile removal will be required.
Inquiry submitted 12/13/2018

Response #1:Submitted for consideration.
Response posted 12/17/2018


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 12/20/2018




Inquiry #14: The Incidental Take Permit included in the Supplemental Information prescribes the means and methods to be used for bridge demolition. The narrative states: "Demolition of the existing bridge will be accomplished by cutting the deck and piers into sections and hauling it away...Falsework platforms will be constructed to capture construction debris, preventing material from falling to the ground." Please confirm that these means and methods will be required for demolition.
Inquiry submitted 12/17/2018

Response #1:Submitted for consideration.
Response posted 12/19/2018


Response #2:It is the District’s understanding that alternative methods of demolition to saw cutting (such as crumbling) can be proposed and discussed as long as the construction footprint remains the same, and all conditions within the Incidental Take Permit (File No. 2081-2018-002-03) are met. In addition, it is the District’s understanding that a falsework platform or suspended platform will be suspended beneath the existing bridge to capture material as the roadway deck is removed.
Response posted 01/15/2019




Inquiry #15: Will cross sections be made available for the detour alignment?
Inquiry submitted 12/26/2018

Response #1:Submitted for consideration.
Response posted 01/03/2019


Response #2:You can download the cross sections below.

www.dot.ca.gov/dist4/construction/contracts/04-4G8404/4G8404_XSections.zip
Response posted 01/11/2019


Response #3:See Addendum 1.
Response posted 01/15/2019




Inquiry #16: Bid item is prepare and stain 230 sq ft of concrete. there is not a drawing that shows the location of this bid item
Inquiry submitted 01/08/2019

Response #1:Submitted for consideration.
Response posted 01/08/2019


Response #2:See Addendum 1.
Response posted 01/15/2019




Inquiry #17: Due to the large number of unanswered bidder inquiries and the holidays, we are requesting a 2 week extension to the bid date.
Inquiry submitted 01/08/2019

Response #1:Submitted for consideration.
Response posted 01/08/2019




Inquiry #18: Page 62 of the Special Provisions adds to section 49-3.02C(6) and states, "Install permanent casings by oscillators or rotators".

Specification section 49-3.02C(6) pertains to placing casing into a drilled hole.

Is it the intent of the special provisions to preclude the contractor from placing the 144" casing into a drilled hole?

Inquiry submitted 01/11/2019

Response #1:Submitted for consideration.
Response posted 01/14/2019


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 01/15/2019




Inquiry #19: Please provide the wall thickness for the 144-inch diameter permanent steel casing in Bid Item 88.
Inquiry submitted 01/14/2019

Response #1:Submitted for consideration.
Response posted 01/14/2019




Inquiry #20: For item "Steel Plate Joint", we have the following questions:
1. Can end welded traction/knock off studs be used in lieu of the 3/8" tungsten carbide weld beads shown?
2. If traction studs are not allowed, would round or square milled pockets in the top surface of the deck plate be acceptable?
3. Is the epoxy grit surface on the deck plate to be 3/8" in thickness, level with the top of the weld beads/alternate non-skid system?
4. Molded rubber joint typically comes in standard segment lengths. Since there are four unique segment lengths shown, cutting standard segments to fit would be required. This would destroy the desired tongue and groove edges unless piece specific molds are created. Can the tongue and groove edges be eliminated?

Inquiry submitted 01/17/2019

Response #1:Submitted for consideration.
Response posted 01/17/2019


Response #2:Question 1 & 2 - No further information will be provided. Bid per the current contract bid documents.

Question 3 - Please refer to special provisions 51-2.05G(1)(d)(ii) and 51-2.023G(2)(e)

Question 4 - RMREJ placement must be according to special provisions 51-2.02G(2)(d)

Response posted 01/22/2019




Inquiry #21: Due to the large number of pending questions, and to allow for estimating once responses are posted, please consider extending the bid date by 2 weeks.
Inquiry submitted 01/17/2019

Response #1:Submitted for consideration.
Response posted 01/18/2019


Response #2:There are no plans to extend the bid opening date.
Response posted 01/22/2019




Inquiry #22: There are different application rates for Items 142 and 144. Item 142 is 6" Thermoplastic Traffic Stripe which the under Section 84-2.03C(92)(b)is applied at a minimum of .060 inches thick where as Item 144 6" Thermoplastic Traffic Stripe (Enhanced Wet Night Visibility) application rate per Section 84-2.03C(2)(e) is at a minimum of .090 inches thick. The issue is that the total length of the work area to be striped is 1000 linear feet with Item 142 being 698 linear feet and Item 144 being 302 linear feet. There is also know call out on the plan pages where the striping thickness changes. It would seem that combining all under a single application rate would be the prudent route to take.
Inquiry submitted 01/20/2019

Response #1:Submitted for consideration.
Response posted 01/22/2019


Response #2:On Sheet 39, PD-1: see note 2. The proposed bridge and approach slabs have PCC pavement surface.

Please bid per contract bid documents

Response posted 01/22/2019




Inquiry #23: There is a bid form item number 66 - 3" plastic pipe (schedule 40) (supply line) shown in BID ITEM LIST. However, the plans do not indicate any callouts, location, detail for it. Please provide more information for bidding.
Inquiry submitted 01/21/2019

Response #1:Submitted for consideration.
Response posted 01/22/2019


Response #2:See Sheet 12, C-8 for location of 3" plastic pipe (schedule 40) (supply line).

See Sheet 44, Q-2 for quantities

Response posted 01/22/2019




Inquiry #24: Per section 48-7.03C "Removal" of the special provisions, the contractor is required to dispose of the temporary abutments and retaining walls for the temporary bridge when it is no longer needed. Please confirm if we may remove only portions of the temporary abutments and retaining wall to 3' below finish grade. The removal of the required temporary retaining walls along the new abutments are in excess of 15' deep, therefore undermining the new wing walls and roadway embankment when demolished.
Inquiry submitted 01/21/2019

Response #1:Submitted for consideration.
Response posted 01/22/2019


Response #2:Please refer to special provisions 48-7.03C for removal.
Response posted 01/23/2019




Inquiry #25: What is required deck finish requirements on the temporary prefabricated modular steel truss bridge per section 48-7.01A of the special provisions?
Inquiry submitted 01/21/2019

Response #1:Submitted for consideration.
Response posted 01/22/2019


Response #2:The Bid Opening Date is 1/23/19. Bid per the current contract bid documents.
Response posted 01/23/2019


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.