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 06-470904

Submit new inquiry for this project


Inquiry #1: Please provide us the cross sections-Mad99.dgn in a PDF format. Thanks
Inquiry submitted 11/09/2018

Response #1:Your inquiry has been submitted for review.
Response posted 11/09/2018


Response #2:Please review the Supplemental Information package in the Bid documents.
Response posted 11/09/2018




Inquiry #2: Reference Section 9 Payment 9-1.16C: Please consider adding: Pavement Reinforcement, Tie Bars, Tie Bar Baskets, Dowel Bar, Dowel Bar Baskets; to the listing of items eligible for progress payment even if they are not incorporated into the work. This will reduce the risk on the contractor and allow more competitive bidding.
Inquiry submitted 11/14/2018

Response #1:Submitted for consideration.
Response posted 11/15/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #3: Please provide us plans and typical section details for the temporary roadway quantities ( HMA & CL 2 AB ) shown on the table SCQ-11, plans sheet 299.
Inquiry submitted 11/27/2018

Response #1:Submitted for consideration.
Response posted 11/28/2018


Response #2:Refer to Addendum No. 2, dated January 23, 2019.
Response posted 01/28/2019




Inquiry #4: Caltrans has many temporary storm drain facilities installed to facilitate storm water flows. With these temp systems installed, is it anticipated that the new facilities will be installed with similar phasing as the topside. Or is Caltrans expecting the contractor to cross live traffic to install new facilities. There are no notes on the stage construction on how the storm drain is to be installed.
Inquiry submitted 11/28/2018

Response #1:Submitted for consideration.
Response posted 11/28/2018


Response #2:The new facilities will be installed with similar phasing as the surface grade facilities.
Response posted 12/03/2018




Inquiry #5: Storm Drain systems 21 and 26 require the installation of a new 24" storm drain system along the existing type 60 barrier. The center of the pipe is called out to be anywhere from 1.3' to 2.2' left or right of the center of the existing type 60 barrier. With the trenching required for pipeline installation, you would need to dig under the median barrier, which is not feasible. Can Caltrans either shift the pipeline over several feet or provide items to remove and replace the barrier in the locations of storm drain systems 21 and 26.
Inquiry submitted 11/28/2018

Response #1:Submitted for consideration.
Response posted 11/29/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #6: Will the state please provide a bid item for the Wide Flange beams that are shown to be installed on the layout sheets? Also, will the state please quantify the cubic yardage of LCB, lineal footage of Expansion Joint Type WF, and LF of joint Seal both Type A and B required for this project?
Inquiry submitted 11/28/2018

Response #1:Submitted for consideration.
Response posted 11/29/2018


Response #2:Please Refer to Section 40-2.01A. Wide flange beam terminals are included with the pay item within continuously reinforced concrete payment item. Please refer to "REVISED STANDARD PLAN RSP P32A" and to advertise plans to help you determine our quantities.
Response posted 12/10/2018




Inquiry #7: Will the State please provide a detail for the concrete barrier and barrier pad (if required), for all median barriers, as no quantities or details are given except for the Typical cross sections?
Inquiry submitted 11/28/2018

Response #1:Submitted for consideration.
Response posted 11/29/2018


Response #2:Please refer to CONSTRUCTION DETAIL C-1 (CONCRETE BARRIER TYPE 60R), CONSTRUCTION DETAIL C-3 (CONCRETE BARRIER TYPE 60SD), CONSTRUCTION DETAIL C-13 (CONCRETE BARRIER TYPE 60M MODIFIED), REVISED STANDARD PLAN RSP A76A (CONCRETE BARRIER TYPE 60M AND TYPE 60MC) and REVISED STANDARD PLAN RSP A76BA (CONCRETE BARRIER TYPE 60MP) for concrete barrier details. You may also refer to SUMMARY OF QUANTITIES Q-3.
Response posted 12/03/2018




Inquiry #8: Please provide the missing cross sections in PDF format from STA 356+75.00 to STA 372+97.33. Thank you.
Inquiry submitted 11/29/2018

Response #1:Submitted for consideration.
Response posted 11/30/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #9: What is the typical section for the temporary asphalt outside shoulder work in stage 1 & 4 ( Plans sheet SC-1 & SC-4) ?
Inquiry submitted 11/29/2018

Response #1:Submitted for consideration.
Response posted 11/30/2018


Response #2:Refer to Addendum No. 2, dated January 23, 2019.
Response posted 01/28/2019




Inquiry #10: What is the existing pavement section in the inside shoulder areas between existing ETW and existing concrete barrier?
Inquiry submitted 11/30/2018

Response #1:Submitted for consideration.
Response posted 11/30/2018


Response #2:Refer to Addendum No. 1, dated Jan. 4, 2019.
Response posted 01/09/2019




Inquiry #11: It seems the quantity of temporary HMA shown on the outside shoulders on sheets SC-1 and SC-4 is not included in the HMA quantities. Please confirm. What is the structural section for the temporary outside shoulder widening shown on sheets SC-1 and SC-4. Is the roadway excavation quantity for the temporary outside shoulder widening shown on SC-1 and SC-4 included in the bid quantities for roadway excavation?
Inquiry submitted 11/30/2018

Response #1:Submitted for consideration.
Response posted 12/03/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #12: To avoid the questionable Contractors Schedule B (Time) bid. Can Caltrans consider the (Minimum and Maximum) working days allowed for this project instead?
Inquiry submitted 12/03/2018

Response #1:Submitted for consideration.
Response posted 12/03/2018


Response #2:Please refer to Notice to Bidder. “Do not bid more than 335 working days.”

Response posted 12/28/2018




Inquiry #13: Plan sheets SC-1 and SC-4 shows work to be done on the outside shoulders prior to Stage 1 and Stage 4 work. But, no typical details, no cross sections provide and how is it get paid? Please clarify.
Inquiry submitted 12/03/2018

Response #1:Submitted for consideration.
Response posted 12/03/2018


Response #2:Refer to Addendum No. 2, dated January 23, 2019.
Response posted 01/28/2019




Inquiry #14: 1). Is temporary k-rail required to protect the work when constructing Sound walls #2 and #3? Please clarify.
2). Is temporary k-rail required to protect the work when remove and replace the concrete barrier from Station 155+93 to 162+50, and Station 234+00 to 242+00 for temporary crossover? Please clarify.

Inquiry submitted 12/03/2018

Response #1:Submitted for consideration.
Response posted 12/03/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #15: The HMA quantities for R1, R2, R3 and stations 247+67.76-140+58.82 seems to be significantly over stated. Please confirm.
Inquiry submitted 12/03/2018

Response #1:Submitted for consideration.
Response posted 12/04/2018


Response #2:Refer to Addendum No. 1, dated January 4, 2019.
Response posted 01/07/2019




Inquiry #16: The Minor Concrete (Textured Paving) quantity seems to be significantly overstated. Please confirm.
Inquiry submitted 12/03/2018

Response #1:Submitted for consideration.
Response posted 12/04/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #17: Per Typical Cross Sections X-3, Sta 301+25 to 317+03 show the AC Dike seat on the outside shoulders. But there is no bid item and type of Dike? Please clarify.
Inquiry submitted 12/03/2018

Response #1:Submitted for consideration.
Response posted 12/04/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #18: Plans show PCC Dike to install on mainline shoulders, but No bid item. Please clarify.
Inquiry submitted 12/04/2018

Response #1:Submitted for consideration.
Response posted 12/04/2018


Response #2:The quantity of PCC Dike to install on the mainline is quantified in the item Minor Concrete (Misc Const) as shown of the sheet Q-1 of the plans.
Response posted 12/21/2018




Inquiry #19: On plan sheet L-16 There are multiple notes that seem to reflect a 60M concrete barrier stretching from Sta 232+00- Sta 243+11.28. However on sheet SW-1 it clearly shows Type 736SV Concrete barrier from Sta 236+60-Sta 243+11.28. Will the state please address this issue?
Inquiry submitted 12/04/2018

Response #1:Submitted for consideration.
Response posted 12/04/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #20: On Plan sheet 582 of the project specifications RSP P4 shows CRCP including longitudinal and transverse steel bar in the traveled way and to the edge of both shoulders, however sheet 583 of the project specifications RSP P5A shows the widened lane detail which only includes longitudinal and transverse steel bar in the traveled way and 1' and 2' beyond the ETW for the inside and outside shoulders respectively. Will the State please address which detail will be implemented on this project?
Inquiry submitted 12/04/2018

Response #1:Submitted for consideration.
Response posted 12/04/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #21: In response to the response submitted by the state for inquiry #7. Thank you for the details and quantity sheet information for the LF of concrete barrier. Is there a barrier pad (HMA, AB, Etc) required to be placed underneath the concrete barriers? If so, will the state please provide a detail with the thickness of the barrier pad required and material type to be placed, as no detail or quantity for this pad is currently shown?
Inquiry submitted 12/04/2018

Response #1:Submitted for consideration.
Response posted 12/04/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #22: On sheet no. 438, Top Table, please adjust the CMU sizing correctly. Typical CMU sizing is width x height x length. Also, some of the units are noted as flutes, are these precision flutes or split-face-2sided flutes? Flutes are very large units, is it the state's intention to use Flutes noted in the plans as shown or 4scored-splitface/4scored-precison units as shown in the example link below.

Thanks,

https://www.angelusblock.com/returns/return_detail.cfm?return_id=218&retDirect

Inquiry submitted 12/05/2018

Response #1:Submitted for consideration.
Response posted 12/05/2018


Response #2:Dimensions for concrete block shown in the contract documents are H x W x L. Flutes for concrete blocks are on the facing side of the block as shown in the detail on sheet SW-3 of the contract plans. Please bid as shown.

Response posted 12/19/2018




Inquiry #23: Plan sheets PR1-PR9 provide layouts of plants/Trees to be removed throughout the project. These plans do not show any trees or bushes to be removed from 178+40-191+75. This is significant because sound wall 3 is shown to be constructed in this location. After further review there appears to be numerous large eucalyptus trees in direct conflict with the proposed sound wall 3. Will the State please quantify the trees to be removed in this location, and amend the PR sheets to reflect the change?
Inquiry submitted 12/06/2018

Response #1:Submitted for consideration.
Response posted 12/07/2018


Response #2:Refer to Addendum No. 2, dated January 23, 2019.
Response posted 01/28/2019




Inquiry #24: Plan sheet DD-1 shows a concrete apron around all DI's in dirt areas. Please clarify the quantity of this work AND where it is paid.
Inquiry submitted 12/12/2018

Response #1:Submitted for consideration.
Response posted 12/13/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #25: Due to the magnitude of the project, upcoming holidays, especially a lot of missing information and details not show on the plans in order for Contractors and Subcontractors to do take-off and analyze the intelligent bid. Therefore, we requested Caltrans to postpone this project at least three (3) to four (4) weeks from the original bid opening date.
Inquiry submitted 12/17/2018

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


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #26: Bid Item 84(F) 560218 - Please confirm if walkways are required for the overhead sign structures? Standard plans show walkways on S16-S18 but these sheets are not called out on the Standard Plan list in the special provisions.
Inquiry submitted 12/17/2018

Response #1:Walkways are not required.
Response posted 12/18/2018




Inquiry #27: Will the state please verify their quantity for bid item (75) Continuously reinforced concrete pavement, as it appears to be overstated?
Inquiry submitted 12/19/2018

Response #1:Submitted for consideration.
Response posted 12/21/2018


Response #2:Refer to Addendum No. 1, dated Jan 4, 2019.
Response posted 01/07/2019




Inquiry #28: Construction Detail Sheet C-7 states that W6x15 Steel posts are required for the Single Thrie Beam Barrier. In Section A-A on this sheet, one spot states they are to be 8' long but the another note states they are 9' in length. Please confirm if they are to be 8' or 9' steel posts?

There are also no Bid Items or details that show how we are to connect the back to back Single Thrie Beam to the Concrete barrier. Please provide details and method of payment for these connections.

Inquiry submitted 12/20/2018

Response #1:Submitted for consideration.
Response posted 12/28/2018


Response #2:Refer to Addendum No. 2, dated January 23, 2019.
Response posted 01/28/2019




Inquiry #29: In regards to bid item 54 for the irrigation flow sensor. The special provisions mention that the department supplied booster pump includes a flow sensor (20-2.12B).

Is Bid item 54 necessary?

Inquiry submitted 12/24/2018

Response #1:Submitted for consideration.
Response posted 12/28/2018


Response #2:Bid Item #54 Flow Sensor corresponds with the flow sensor shown on Irrigation Plan IP-1 of the advertised contract plans. This flow sensor is separate from the flow sensor required at the booster pump. Please bid the contract as advertised.
Response posted 01/22/2019




Inquiry #30: The bid item quantity for 8,790 cubic yards of mulch is wrong according to the mulch areas on plan sheets PP-1 through PP-23. The planting area quantities chart for wood mulch on plan sheet PQ-1 is also wrong. The area on PP-14 for 678 cubic yards of mulch has been left out of the totals. The total for wood mulch should be 9,458.7 cubic yards.
Inquiry submitted 12/27/2018

Response #1:Submitted for consideration.
Response posted 12/28/2018


Response #2:The quantities for wood mulch are shown on the "Planting Plan" sheets and the quantities are totaled on the "Plant Quantities" sheet of the advertised contract plans. The quantities have been reviewed for accuracy and are accurate as advertised. Please bid as advertised.
Response posted 01/22/2019




Inquiry #31: Irrigation Plan IP-1 shows new 2" water meter, but there is no bid item for water meter. Specs don't specify on meter/what type nor provide information on meter charges if any? is water meter a bid item, if so please specify on the charges.. will the contractor be required to install and furnish meter or city?
Inquiry submitted 12/27/2018

Response #1:Submitted for consideration.
Response posted 12/28/2018


Response #2:Refer to Addendum No. 2 dated January 23, 2019.
Response posted 01/31/2019




Inquiry #32: The CA High Design Manual Section 850-34 dated December 30th, 2015 warns against specifying plastic pipe in areas with a potential for fire. This project lists Alternative Flared End Sections for bid items 96,97 in the Bid Schedule. Will Caltrans allow for Alternative Flared End Sections to be used instead of Precast Concrete Flared Ends?
Inquiry submitted 12/28/2018

Response #1:Your inquiry has been submitted for review.
Response posted 01/02/2019


Response #2:Per current contract documents, Alternative Flared End Sections are allowed.
Response posted 01/28/2019




Inquiry #33: Has the roadway excavation quantity been calculated to include the removal of the existing roadway section (PCC, CTB, etc.) below the proposed new grading plane? If not, how will this additional roadway excavation be measured and paid? How will the embankment or backfill of the void created by removal of the existing roadway section below the proposed grading plane be measured and paid?
Inquiry submitted 01/02/2019

Response #1:Your inquiry has been submitted for review.
Response posted 01/02/2019


Response #2:The roadway excavation quantity has been estimated according to Section 19 of the Standard Specifications. Bid per current contract documents.
Response posted 01/28/2019




Inquiry #34: ITEM #146, CONCRETE BARRIER, TYPE 60M MODIFIED:
The Concrete Barrier Quantity Chart on Sheet 435, Q-3, of the Plans, lists Type 60M Modified Barrier from Median Sta. 354+65 to 402+80. However, the corresponding Layout plans L-24 to L-28 show Types 60M, 60MC, and 60MP at those stations.
In addition, L-16 shows Type 60M Modified Barrier on the SB shoulder, while the Quantity chart lists this run as being Type 60M.
What is correct? What is the length and location of the Type 60M Modified barrier?

Inquiry submitted 01/02/2019

Response #1:Your inquiry has been submitted for review.
Response posted 01/02/2019


Response #2:Refer to Addendum No. 2, dated January 23, 2019.
Response posted 01/28/2019




Inquiry #35: MEDIAN CROSS SECTIONS:
X-sections between A1 Sta. 356+75 and 372+97.33 are also missing from the corresponding .pdf bundle. Please provide these X-sections for the contractors' use.

Inquiry submitted 01/03/2019

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


Response #2:Refer to Addendum No. 1, dated January 4, 2019.
Response posted 01/28/2019




Inquiry #36: In regards to bid item # 50 “12 station Irrigation Controller (Wall Mounted).” If controller is wall mounted why is the specified controller listed in the special provision in a 24” stainless steel heavy
duty pedestal enclosure? Likewise, plan sheet ID-4 shows a concrete footing to mount the controller. Please advise.

Inquiry submitted 01/04/2019

Response #1:Your inquiry has been submitted for review.
Response posted 01/04/2019


Response #2:Please see Section 20-2.06B(2)(a) for specifications on the irrigation controller. The irrigation controller shall be mounted in a 24" stainless steel heavy duty pedestal enclosure as specified. The irrigation pedestal enclosure shall be installed on the concrete raised pedestal as shown in the plans.
Response posted 01/09/2019




Inquiry #37: MEDIAN CROSS SECTIONS:
X-sections between A1 Sta. 345+57.24 and 354+98.26 are missing from the corresponding .pdf bundle in the project information. Please provide these X-sections for the contractors' use. Thank you.

Inquiry submitted 01/04/2019

Response #1:Your inquiry has been submitted for review.
Response posted 01/04/2019


Response #2:Refer to Addendum No. 2, dated January 23, 2019.
Response posted 01/28/2019




Inquiry #38: In reference to Addendum 1, Stage Construction Sheet SC-1, the contractor is to construct temporary access on the outside shoulders prior to stage 1 from Sta 16+00 to Sta 155+93 and prior to stage 4 from Sta 247+47 to Sta 429+50.
It appears that this temporary access would require additional grading beyond the outside shoulders. Will the state provide cross sections for the temporary work to be done?

Inquiry submitted 01/10/2019

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


Response #2:Refer to Addendum No. 2 and No. 3, respectively dated January 23 and January 31, 2019 for limits of widening. No additional cross sections will be provided. Bid per current contract documents.
Response posted 01/28/2019




Inquiry #39: Bid items # 111 and 112 are for wrought iron fence and wrought iron gate.Where can we find this on the L-sheets, and are there any details for the wrought iron fence and the gate?

Inquiry submitted 01/11/2019

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


Response #2:Please see Sheet ID-1 and Sheet IQ-2 of the advertised project plans for details and quantities for Wrought Iron Fence and Wrought Iron Gate.
Response posted 01/25/2019




Inquiry #40: Regarding the CRCP shoulder sections, please confirm that both the inside and outside shoulders are to be constructed with longitudinal and transverse bar reinforcement per Revised Standard Plan RSP P4.
Inquiry submitted 01/17/2019

Response #1:Submitted for consideration.
Response posted 01/20/2019


Response #2:Please reference Standard Plan P4 for details.
Response posted 01/28/2019




Inquiry #41: Due to the extreme pace of schedule, with the maximum allowable days bid not to exceed 335 Working days; will the state consider increasing the maximum allowable days bid? The current constraints do not allow the contractor to complete the project under conventional methods, and will result in a substantial cost increase, ultimately passed to the state. Not to mention all overtime, weekend and night work cost increases for not only the contractor, but the State's project team as well.
Inquiry submitted 01/21/2019

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


Response #2:Bid per current contract documents.
Response posted 02/04/2019




Inquiry #42: In spec section 8-1.09 Disincentive for late completion, a table is given showing allowable CALENDAR DAY closure's of ramps. The time table to complete shifting K-Rail, Roadway Excavation, Bond Breaker, Rebar, CRCP Placement and a 10 day (Minimum cure) is not achievable. Will the state please consider extending the closure window to show Working days instead of Calendar days?
Inquiry submitted 01/21/2019

Response #1:Bid per current contract documents.
Response posted 01/22/2019




Inquiry #43: In response to the State's response on inquiry #42. Since the state will not increase the amount of time allotted for the ramp closure work, will the State please add an additional bid item for Rapid Set Concrete in order to achieve the opening age strength required for ramp access?
Inquiry submitted 01/22/2019

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


Response #2:Refer to Addendum No.3, dated January 31, 2019.
Response posted 02/04/2019




Inquiry #44: Addendum #2 plan sheet SC-1 Note #2, second sentence stated “And 0-17’ of Temporary Widening of 1.0’ HMA structural section prior to Stage 1 from Sta 16+00 to 155+93, and Stage 4 from Sta 247+47 to Sta 429+50”. Is that meaning 1.0’ HMA structural section running the entire station from 16+00 to 155+93 and 247+47 to 429+50 at 0-17’ wide? This statement is so confused. Are there any roadway excavation and embankment for this temporary work? If yes, please provide us the Cross Sections and Details so we can determine the quantities.
Inquiry submitted 01/24/2019

Response #1:Submitted for consideration.
Response posted 01/25/2019


Response #2:Refer to Addendum No. 3, dated January 31, 2019. No additional cross sections will be provided. Bid per current contract documents.
Response posted 02/04/2019




Inquiry #45: On Sheet 436 or SW-1 It shows SW2 overall Height to be 14 ft. When deducting the 3 ft. for the Barrier that leaves the CMU Height to be 11 ft. which is not of Block dimensions. Also the Pattern on Sheet 438 or SW-3 is for a 10 ft. tall CMU wall which is the Height of SW3. Is it the intent for SW2 to be 10 ft.tall or 11?
Also pertaining to Inquiry 22 about the Fluted Block. Are Block B and D to be Fluted Split Face or Fluted Precision?

Inquiry submitted 01/27/2019

Response #1:Submitted for consideration.
Response posted 01/28/2019


Response #2:The height of Sound Wall No. 2 is measured from the OG to the top of the wall. Please bid as advertised. The pattern table shown on sheet SW-3 must not be used for wall dimensions. Please see the note at the bottom of the pattern table that reads "This table is accurate for pattern layout only." Block B and D are to be Fluted Split Face.

Response posted 01/31/2019




Inquiry #46: Specifications are calling out for only a 0.5 mile closure. Will Caltrans consider extending this distance to 1.0 mile closure for removal of existing Traffic Stripe? In particular, the extended closure will help with the shifting of traffic in the Stage Plans.
Inquiry submitted 02/01/2019

Response #1:Submitted for consideration.
Response posted 02/03/2019


Response #2:Bid per current contract documents.
Response posted 02/05/2019




Inquiry #47: With regards to Inquiry #38 and Addendum #2& #3 Plan sheet SC-1, Notes 2&3, where will the required grading work for the temporary 1' asphalt widening be paid for?
Inquiry submitted 02/04/2019

Response #1:Submitted for consideration.
Response posted 02/05/2019


Response #2:The grading work for the temporary asphalt widening will be paid for as Roadway Excavation and Hot Mix Asphalt (Type A).
Response posted 02/14/2019




Inquiry #48: On plan sheet SW-4 sound wall quantities for the project are shown. For sound wall SW 2 the quantity shown is stated at 9,128 SF. After looking over sheet SW-1 the elevation profile shows the length of the wall at 652.30 LF, and in a table directly above the elevation profile it shows elevations for the bottom of the barrier and the elevations for the top of SW 2. When the tops of SW-2 is subtracted from the elevation for the "Bottom of barrier" it is calculated at 14'. 14' x 652'= 9,128 sf. This quantity is overstated as the quantity should be the elevation difference from the top of SW-2 to the "top" of the barrier. Please revise the bid item quantity, as the state's quantity is in error.
Inquiry submitted 02/04/2019

Response #1:Submitted for consideration.
Response posted 02/05/2019


Response #2:Refer to Addendum No. 4, dated Feb 8, 2019.
Response posted 02/11/2019




Inquiry #49: As there is no item for Seal Pavement Joint, we are assuming the joints cut into the JPCP and CRCP will not be sealed.
Inquiry submitted 02/07/2019

Response #1:Submitted for consideration.
Response posted 02/07/2019


Response #2:Pavement joint material requirements for CRCP and JPCP have been identified in the plans and specifications. Please bid per current contract documents.
Response posted 02/14/2019




Inquiry #50: The maximum of 335 working days is inadequate for completion of this project due to the scope and complexity of the work and staging, the hour limitations for lane closures, lane closure length limits, restrictions to number of lane closures in one direction, restrictions to closures of consecutive ramps. Please consider increasing the maximum number of working days.
Inquiry submitted 02/07/2019

Response #1:Submitted for consideration.
Response posted 02/07/2019


Response #2:No increase in the maximum number of working days will be considered at this time. Bid per current contract documents.
Response posted 02/11/2019




Inquiry #51: BID ITEM # 132 - METAL (BARRIER MOUNTED SIGN)
Sheets SQ-3 and SQ-5 list a total of 4 @ 30lbs each. What type of Barrier Mount is required for this project? There is no reference in the project plans or Special Provisions.

Inquiry submitted 02/08/2019

Response #1:Submitted for consideration.
Response posted 02/11/2019


Response #2:Please refer to Revised Standard Plan RSP A76BA, sheet No. 562 and to the Standard Specification section 82-3.04. Thank you
Response posted 02/12/2019




Inquiry #52: In response to Question #22, please confirm that on SW-3 of the Sound Wall Details, that the block texture for Block Types, A, C & D are textured on one-sided only, with a smooth precison face on the other side.

Thank you.

Inquiry submitted 02/11/2019

Response #1:Please see table for Block Type on sheet SW-3 of the contract documents. The block face texture and color is for both sides.
Response posted 02/12/2019


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.