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 10-0G8304

Submit new inquiry for this project


Inquiry #1: The following RFI questions pertain to the fiber-reinforced polymer (FRP) scope of work for Bridge
39- 0092, "San Joaquin River Bridge" (Contract No. 10-0G8304) sheet 1 of 6 & sheet 3 of 6:

1. Note 17 of the "Carbon Notes" on sheet 3 of 6 references a minimum thickness of 0.0065 inches.
The special provisions section 60-4.07A(4)(d)(ii) define the composite properties and
reference a thickness of 0.04 inches. Should all bidders assume that the number of layers stated in
the “Carbon FRP System” table be associated with the properties and thickness (0.04”) stated in the
special provisions?
2. Some suppliers report a higher modulus than that stated in the special provisions. It is our
understanding that the required number of layers and the required accumulated thickness cannot be
reduced despite having higher properties. Shall all bidders provide a minimum jacket thickness as
defined by the special provisions, and the “Carbon FRP System” table on sheet 3 of 6? (i.e. 0.04" x
N1 = 0.24" jacket thickness, 0.04" x N2 = 0.12" jacket thickness)?
3. Per "column retrofit" elevation on sheet 3 of 6, do all columns to be reinforced with FRP act in
double-bending, where a plastic hinge will form at the top of the columns & the bottom of the
columns? If single-bending then please indicate if the point of fixity is at the top or the bottom
of the column.
4. The required clear height of column jacket for each bent was not immediately clear without a
careful review of the elevations provided in the table on Sheet 3 of 6 (file xs7-020). Shall all
bidders assume total column casing wrap heights equivalent to the difference between the drop cap
elevations and the OG elevations provided plus 3’-0” of additional wrap height below grade?
5. Detail 1 on sheet 3 of 6 specifies to "fill voids with thickened epoxy minimum 7 days prior to
placement of FRP." Massing thickened epoxy is not advised as it will likely crack due to exothermic
properties when built up as shown. It is suggested that the note be replaced with "fill voids with
a non-shrink cementitious rapid setting grout or epoxy mortar that has equal or greater compressive
strength to the existing concrete minimum 7-days prior to placement of FRP. "

Inquiry submitted 05/03/2023

Response #1:Your Inquiry has been submitted for review
Response posted 05/04/2023


Response #2:Attention is directed to Addendum No.01 dated May 24,2023
Response posted 05/24/2023




Inquiry #2: Regarding Item 047060 "Carbon Fiber Reinforced Polymer Strip", though there are multiple approved suppliers listed in the spec, in reality there is only one company that can supply the spec'd material in the market, limiting contractors' option to bid the project with. Would it be possible to remove the "sanded finish" requirement as long as the alternative system meets the bond test requirements listed in 60-4.12A(4)(c)(ii)?
Inquiry submitted 05/19/2023

Response #1:Bid per the current Contract documents
Response posted 05/23/2023




Inquiry #3: Hows does the asbestos abatement get paid? Is it included in an item?
Inquiry submitted 05/24/2023

Response #1:Your Inquiry has been submitted for review
Response posted 05/30/2023


Response #2:Attention is directed to Addendum No.03 dated June 06,2023
Response posted 06/12/2023




Inquiry #4: Will a bid item for Contractor-Supplied Biologist be added? The Special Provisions and environmental regulatory permits in the Information Handout describe tasks to be performed by a biologist.
Inquiry submitted 05/26/2023

Response #1:Your Inquiry has been submitted for review
Response posted 05/30/2023


Response #2:The Department will provide a “Department-Supplied Biologist” as described in SSP 14-6.03A
Response posted 05/31/2023




Inquiry #5: Contract drawing 124 of 143 calls out for Class 90 Alt "X" (mod) piles, however there is no details of the modification to Class 90 piles. Please clarified if "(Mod)" is a typo.
Inquiry submitted 06/01/2023

Response #1:Your Inquiry has been submitted for review
Response posted 06/01/2023


Response #2:Refer to Section A-A on plan sheet #128 of 143. Bid per the current Contract documents.
Response posted 06/04/2023




Inquiry #6: Section 83-2.08A(1) - TUBULAR RAILINGS shows Paint for galvanized railing must comply with Section 59-3. Please clarify if Item # 110 - Tubular Handrailing need to be painted or just galvanized finish. Thanks
Inquiry submitted 06/02/2023

Response #1:Your Inquiry has been submitted for review
Response posted 06/05/2023


Response #2:Please refer to Standard Specs Sections 83-2.08A(1) and Section 59-3.03. (See below)

83-2.08 TUBULAR RAILINGS
83-2.08A General
83-2.08A(1) Summary
Section 83-2.08 includes specifications for constructing tubular railings.
Tubular railing includes rail tubes, post tubes, plates, rail splice sleeves, and fasteners.
Paint for galvanized railing must comply with section 59-3.

59-3 PAINTING GALVANIZED SURFACES
59-3.01 GENERAL
Section 59-3 includes specifications for preparing and painting galvanized metal surfaces.
59-3.02 MATERIALS
Coatings must comply with either State Specification PWB-174A or with section 91-2.02.
59-3.03 CONSTRUCTION
Clean galvanized surfaces by pressure washing or steam cleaning.
Roughen galvanized areas after cleaning by abrasive blasting. Use an abrasive no larger than 30 mesh. Do not remove galvanizing.
Apply 2 finish coats in at least 2 applications. Apply the 1st finish coat the same day abrasive blasting is performed unless otherwise authorized. Apply the 2nd finish coat after the 1st finish coat has dried at least 12 hours unless otherwise authorized. The dry film thickness of each finish coat must be at least 2 mils. The dry film thickness of all coats must be from 4 to 8 mils.
The 2nd finish coat color must match color no. 14090 of AMS-STD-595.
59-3.04 PAYMENT
Not Used
Response posted 06/05/2023




Inquiry #7: Project special provisions state to use a TEMPORARY AUTOMATED END OF QUEUE WARNING SYSTEM Type 1 (12-3.41) at multiple locations and End of Queue Monitoring and Warning with Truck Mounted Changeable Message Sign (12-4.02C(10)) at multiple locations but there is no bid item for these two items. Please advise if these are to be used on this project. If so can a bid item with quantities be provided so we are able to submit a competitive bid for these items?
Inquiry submitted 06/07/2023

Response #1:Your Inquiry has been submitted for review
Response posted 06/08/2023


Response #2:Attention is directed to Addendum No.04 dated June 12, 2023
Response posted 06/12/2023




Inquiry #8: Can you please advise where bid item 8, "Stationary Impact Attenuator Vehicle" are to be used? Typically the project special provisions provide the type of work this bid item is to be used for.
Please see section 12-4.02C(7)(b) on Caltrans project 04-0Y2104 for reference.

Inquiry submitted 06/07/2023

Response #1:Your Inquiry has been submitted for review
Response posted 06/08/2023


Response #2:Attention is directed to Addendum No.04 dated June 12, 2023
Response posted 06/12/2023


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.