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 05-1H4404

Submit new inquiry for this project


Inquiry #1: Please confirm sizing of #4 shear rings to be welded inside of 60" CISS piling.
Inquiry submitted 05/07/2025

Response #1:Your inquiry is being reviewed.
Response posted 05/07/2025


Response #2:The #4 bar reinforcing shear rings are confirmed as depicted in the pile details shown on Sheet 143 of the project plans.
Response posted 05/08/2025




Inquiry #2: Referencing Sheet 138 Pile Load Test Details Anchor Pile Head detail. Can you please provide further info in regards to the material and connection to be attached to the Anchor Pile Head to facilitate the bolts connected to the saddle to secure the cross beam. Please advise.
Inquiry submitted 05/13/2025

Response #1:Your inquiry is being reviewed.
Response posted 05/14/2025


Response #2:Refer to “Legend”, “Pile Load Test Setup” detail, “Anchor Pile Head” detail, and “Isometric View” detail on sheet 137 of 168 of the contract plans. Reference is also made to section 49-1.01D(3) “Load Test Piles” of the Standard Specifications for further clarification on materials and scope. Bid per the current contract bid documents.
Response posted 05/15/2025




Inquiry #3: On Sheet 25 for the PC/Prestensioned Wide Flange Girder, please confirm that the jacking force for the girders is 1760 kips (44kips/STRAND) and not 760 kips.
Inquiry submitted 05/23/2025

Response #1:Your inquiry is being reviewed.
Response posted 05/26/2025


Response #2:The 760 kips called out on Sheet 155 of the contract plans is confirmed to be inaccurate. An addendum will be forthcoming to address the jacking force discrepancy.
Response posted 05/29/2025


Response #3:Please refer to Addendum No. 3 dated June 3, 2025. The jacking force has been revised.
Response posted 06/12/2025




Inquiry #4: Specification section 49-1.01D(3) indicates that one load test is required at Pier locations 3 & 9. After the pile load testing is completed, the department has 10 days to review and revise the specified tip elevations. Due to the substantial lead time required to procure Class N piling, the intent would be for the contractor to procure the pipe piling based on the elevations per plans. Please confirm if all Class N pipe piling can be procured according to the lengths specified in the plans, prior to the load testing.
Inquiry submitted 06/03/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/04/2025


Response #2:No further information will be provided. Bid per the current contract bid documents.
Response posted 06/07/2025




Inquiry #5: 1. In the Caltrans revised Foundation Report for 05-1H440 on page 19 under SSP Section 51-1.03D(3) it states “Maintain an offsetting hydrostatic head using drilling slurry during excavation of the soil inside the driven shell and place seal course”. Since we will be drilling and cleaning out the inside of a steel casing, and not having to maintain a drilled hole can water be utilized in lieu of the drilling slurry mentioned?


Inquiry submitted 06/05/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/07/2025


Response #2:No further information will be provided. Please bid per the current contract bid documents.
Response posted 06/11/2025




Inquiry #6: Per special provision 73-4.01A to expose the aggregate along the dune pattern, how much of the top of the aggregate is required to be exposed for the heavy blast texture? 1/32" or 3/32"?
Inquiry submitted 06/09/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/10/2025


Response #2:Your inquiry is being reviewed.
Response posted 06/16/2025


Response #3:Refer to “Sandblast Detail” on sheet 149 -151 of the contract plans, section 83-3.01A and section 51-1.03G(1) of the special provisions, and the 4th paragraph of section 51-1.03G(1) of the Standard Specifications. Heavy blast texture must consist of an abrasive-blasted concrete surface of uniform color and sandy texture with air and water bubbles in the concrete partially exposed.
Response posted 06/17/2025




Inquiry #7: Please explain why Section 4-6.03B would not apply to this project.
Inquiry submitted 06/10/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/11/2025


Response #2:An addendum will be issued to address this inquiry.
Response posted 06/12/2025


Response #3:There is no Section 4-6.03B. I assume you are asking why 14-6.03B do not apply in Section 14-6.10. Please refer to Addendum No. 5 dated June 13, 2025. In the Special Provisions, Section 14-6.10 is replaced.
Response posted 06/13/2025




Inquiry #8: Sheets 64 and 65 of 168 state that "Construct NE and SW temporary access roads" will be performed in Stage 1 Phase 2. The SW temporary access road is shown on sheet 64, but I do not see the NE temp access road. Where is this to be constructed?
Inquiry submitted 06/10/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/11/2025


Response #2:An addendum will be issued to address this inquiry.
Response posted 06/12/2025


Response #3:Please refer to Addendum No. 5 dated June 13, 2025 for Sheet SC-2 and SC-3.
Response posted 06/13/2025




Inquiry #9: The utility sheets indicate that the underground fiber optic lines to the northeast and southeast of the existing bridge will be relocated by others, but I do not see any indication that the existing overhead fiber optic lines running parallel to and to the east of the existing bridge will be relocated. These lines would directly interfere with construction of the bridge in Stage 1 Phase 2. Please confirm this aerial fiber optic line will be relocated by others prior to bridge superstructure construction in Stage 1 Phase 2.
Inquiry submitted 06/10/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/11/2025


Response #2:An addendum will be issued to answer this inquiry. The aerial fiber optic line on the east side of the bridge will be relocated prior to Stage 1 Phase 2 as shown on the Informational Handout #19. A note will be added to Sheet U-2.
Response posted 06/12/2025


Response #3:Please refer to Addendum No. 5 dated June 13, 2025. Project Plan Sheet U-2 has been replaced.
Response posted 06/13/2025


Response #4:Plan Sheet U-2 will be replaced again via Addendum No. 6.
Response posted 06/17/2025


Response #5:Please refer to ADDENDUM No. 6 DATED JUNE 18, 2025. Project Plan Sheet U-2 is replaced.
Response posted 06/18/2025




Inquiry #10: The second paragraph added to section 19-6.03A is very confusing. In what instance would the contractor be required to pay the Department as stated in Note 3?
Inquiry submitted 06/10/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/11/2025


Response #2:Embankment is not a bid item. An addendum will be issued to delete the paragraph on embankment specs in Section 19-6.03A.
Response posted 06/12/2025


Response #3:Please refer to Addendum No. 5 dated June 13, 2025. In the Special Provisions, Section 19-6 is replaced.
Response posted 06/13/2025




Inquiry #11: How are preconstruction and post-construction surveys mentioned in addition to section 73-3.01C paid?
Inquiry submitted 06/10/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/11/2025


Response #2:An addendum will be issued to revise Special Provisions Section 73-3.
Response posted 06/12/2025


Response #3:Please refer to Addendum No. 5 dated June 13, 2025. Special Provisions Section 73-3 is replaced.
Response posted 06/13/2025




Inquiry #12: Please clarify extent of Bridge Removal. Section 60-2.01A calls out all "remove all components" and Sheet 133 shows Pier Walls and some retrofitted footings.
Inquiry submitted 06/11/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/11/2025


Response #2:Refer to Addendum No. 5 dated June 13, 2025. Hatch area shown for “Bridge Removal (Portion)” on sheet 133 of 168 of the contract plans have been updated to match section 60-2.01A of the Special Provisions.
Response posted 06/13/2025




Inquiry #13: Will girder delivery trucks be allowed into the riverbed area beside the proposed bridge?
Inquiry submitted 06/11/2025

Response #1:Please refer to Special Provisions Section 14-6.03A and Permits, Certification, and Agreements in the Information Handout for equipment staging and access restrictions.
Response posted 06/12/2025




Inquiry #14: Per our review of bid items for anti-graffiti coating and staining there is a note on drawing detail showing areas that are stained will receive anti-graffiti coatings, however there is a difference between bid item to prepare and stain concrete and anti-graffiti coatings please clarify or update numbers to match.
Inquiry submitted 06/12/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/13/2025


Response #2:Your inquiry is being reviewed.
Response posted 06/16/2025


Response #3:Your inquiry is being reviewed.
Response posted 06/16/2025


Response #4:Refer to the Note on “Barrier Elevation” view on sheet 151 of the contract plans. Only the Concrete Barrier (Type 836 Mod) (Sidewalk) has anti-graffiti coating.
Response posted 06/17/2025




Inquiry #15: Given the short haul distance for most materials suppliers with this project, the use of warm mix additive may not be necessary. The intended benefits of the additive are typically used over longer hauls or lower ambient temperatures. Would the owner remove the Warm Mix Additive requirement?
Inquiry submitted 06/13/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/16/2025


Response #2:The warm mix additive will be removed from contract requirement via Addendum No. 6.
Response posted 06/17/2025


Response #3:Please refer to ADDENDUM No. 6 DATED JUNE 18, 2025. In the Special Provisions, Section 39-2.02A(1) and Section 39-2.03A(1)is deleted.
Response posted 06/18/2025




Inquiry #16: Bid item 17 shoes 124 each of the Automated Flagger Assistance Device Day. Please confirm if this item is counted by the each or by the day?
Inquiry submitted 06/13/2025

Response #1:The bid item measurement is based on day of operation for each device.
Response posted 06/16/2025




Inquiry #17: Please confirm that the Sheet 65 that is to be replaced by Addendum No. 5 is the one marked SC-3 (not the one marked SC-4).
Inquiry submitted 06/13/2025

Response #1:Confirmed, Sheet 65 (SC-3) has been replaced by Addendum No. 5.
Response posted 06/16/2025




Inquiry #18: Please differentiate between which conduits are paid in Item 157 and which conduits are paid in Item Nos. 106-118. Also, there is a fiber optic line (oh?) called out as 3" HDPE on Sheet 57 that does not correlate with any of the runs on the new bridge. Is this run underground?
Inquiry submitted 06/15/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/16/2025


Response #2:Bid item 157 “Conduit System” is the bid item for the Caltrans Electrical work shown on sheets 112-114 (E-1 to EQ-1) and SSP Section 86 & 87. Bid items 106-118 is the bid item for the utility relocation work shown on sheets 31-34 (C-11 to C-13), informational handout #18-21, and SSP Section 77.

Sheet 57 (U-2) will revised again via Addendum No. 6. The fiberoptic will be relocated by others.
Response posted 06/17/2025


Response #3:Bid item 157 “Conduit System” is the bid item for the Caltrans Electrical work shown on sheets 112-114 (E-1 to EQ-1) and SSP Section 86 & 87. Bid items 106-118 is the bid item for the utility relocation work shown on sheets 31-34 (C-11 to C-13), informational handout #18-21, and SSP Section 77. Sheet 57 (U-2) is revised via Addendum No. 6 dated June 18, 2025. The fiberoptic will be relocated by others.
Response posted 06/18/2025




Inquiry #19: Please provide the Engineers Estimate pricing for each bid item used to come up with the total Engineers Estimate of $57,000,000
Inquiry submitted 06/18/2025

Response #1:Caltrans does not disclose an itemized estimated cost list to the bidders. Please bid per advertised contract documents.
Response posted 06/18/2025




Inquiry #20: What bid item will be the asbestos removal be paid under?
Inquiry submitted 06/18/2025

Response #1:Bid item 31 (140003 – Asbestos Compliance Plan) from the bid item list would cover the asbestos removal.
Response posted 06/18/2025




Inquiry #21: Sheet 143 of 168 provides pile details for the 60” CISS concrete pile and 48” column. Can you please confirm if a construction joint is acceptable at top of pile cut-off elevation?
Inquiry submitted 06/20/2025

Response #1:Your inquiry is being reviewed.
Response posted 06/23/2025


Response #2:No further information will be provided. Please bid per the current contract bid documents.
Response posted 06/24/2025


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.