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 11-2888U4

Submit new inquiry for this project


Inquiry #1: Reference Special Notices - This section states "See section 2 for submittal requirements for DBE quotes, DVBE quotes, and Non-Small Business Subcontractor Preference". However, there is no reference to DBE quotes or DVBE quotes in this Section 2. Please provide the section reference for clarification.
Inquiry submitted 01/22/2019

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


Response #2:Please refer to the contract bid documents. Special Provisions, Standard Specifications and Revised Standard Specifications are part of the contract.
Response posted 01/28/2019




Inquiry #2: Reference Special Notices - This section states "See section 2-1.04 for mandatory prebid meeting requirements". However, Section 2-1.04 does not exist. Please confirm.
Inquiry submitted 01/22/2019

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


Response #2:Please refer to the contract bid documents. Special Provisions, Standard Specifications and Revised Standard Specifications are part of the contract.
Response posted 01/28/2019




Inquiry #3: Reference Section 2-1.10 - This section instructions bidders to submit a Subcontractor List for:

1. The total base bid
2. The total base bid with additive item 1.
3. The total base bid with additive items 1 and 2.

This electronic bid system does not allow for submittal of multiple separate Subcontractor Lists. Please provide clarification regarding this requirements.

Inquiry submitted 01/22/2019

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


Response #2:For each subcontractor, Bidders are to: -List the item number, -List the percentage(%)of the work the subcontractor is performing, -In the Description field, identify which Additive item, e.g. Ad-1 or Ad-2, under the Additive item, if the subcontractor is performing some, but not all of the work item, then include "partial" in the specific description of work. Bidders can list up to 60 subcontractors in the ESBX file.
Response posted 01/28/2019




Inquiry #4: Reference Section 2-1.12B(2) - This section instructs bidders to submit 3 separate sets of the DBE Commitment and DBE Confirmation forms for the total base bid; the total base bid with additive item 1; and the total base bid with additive items 1 and 2. Due to the limited timeframe to submit this information, we request that the process be simplified to avoid duplication of information and administrative burden to the Bidders.
Inquiry submitted 01/22/2019

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


Response #2:Please bid per the current contact documents.
Response posted 01/28/2019




Inquiry #5: Reference Section 2-1.12B(3) - This section instructs bidders to submit 3 separate sets of the DBE Good Faith Effort Documentation forms for the total base bid; the total base bid with additive item 1; and the total base bid with additive items 1 and 2. Due to the limited timeframe to submit this information, we request that the process be simplified to avoid duplication of information and administrative burden to the Bidders.
Inquiry submitted 01/22/2019

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


Response #2:Please bid per the current contact documents.

Response posted 01/28/2019




Inquiry #6: Section 51-1.01A of the Specials (Concrete Structures) states there are 2 locations that are considered to be mass concrete, however, the table references the same Bridge Number. Please confirm that the bent caps for Bridge 57-1154F (S125 / 905 Connector Separation) and Bridge 57-1253F (S125-E11 / SR11 Connector Separation) are mass concrete, or identify the the correct locations.
Inquiry submitted 01/22/2019

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


Response #2:Please refer to Addendum No. 1, dated February 15, 2019.
Response posted 02/15/2019




Inquiry #7: Section 90-1.02H of the Special Provisions lists several locations where "Concrete in contact with soil" is in a corrosive environment. Please confirm that this should read: "Concrete in contact with existing soil...".
Inquiry submitted 01/22/2019

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


Response #2:Please bid per the current contact documents.

Response posted 01/28/2019




Inquiry #8: Please provide DWG file with Design Layout Lines and Target Geometry.
Inquiry submitted 01/28/2019

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


Response #2:Please refer to Section 2-1.06B "Supplemental Project Information" of the Special Provisions.
Response posted 02/04/2019




Inquiry #9: The Stage Construction Plan for Location 1, Stage 1A lists "GRE Wall 'RW1'" (sheet 428). RW1 is shown in the bridge plans as a Type 1 wall (Sheet 860). Sheet 174 has details for a Geosynthetic Reinforced Embankment slope, but it is not labeled as RW1. Please confirm that RW1 is only the Type 1 wall and there is no GRE RW1.

Inquiry submitted 01/28/2019

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


Response #2:Please refer to Addendum No. 1, dated February 15, 2019.
Response posted 02/15/2019




Inquiry #10: Will the Caltrans On-Call Environmental Contract be used for necessary Compliance services?
Inquiry submitted 01/29/2019

Response #1:Submitted for consideration.
Response posted 01/29/2019


Response #2:Yes, Caltrans will be using an On-Call Environmental contract for compliance services, including the management of unanticipated hazardous waste encountered during construction.


Response posted 02/04/2019




Inquiry #11: Spec section 25-1.02D states “Obtain Class 5 AS material from a commercial location or material found on site.” Further, the gradation chart indicates that the majority of the material is required to be ½” to ¾’ with only 2% passing the No. 200 sieve. Based on the geotechnical report and borings available, it appears that the onsite materials are clays, sands and silts and will not meet this spec. Due to the large quantity of Class 5 AS required for this project, obtaining material from a commercial location would add considerable cost to project. Please consider revising the gradation and R-Value requirements to match the previous segment of Rte11/125/905 (Contract 11-288814) which required 100 % passing of the 6 Sieve and R-value greater than 10.

Inquiry submitted 02/01/2019

Response #1:Submitted for consideration.
Response posted 02/01/2019


Response #2:Please refer to Addendum No. 1, dated February 15, 2019.
Response posted 02/15/2019




Inquiry #12: Special Provisions Section 5-1.20D states that ROW parcels 34809 and 34811 will be vacated and removed by October 2019. Please confirm if they will be vacated by October 1, 2019 or another date in October.

Inquiry submitted 02/01/2019

Response #1:Submitted for consideration.
Response posted 02/01/2019


Response #2:Please refer to Addendum No. 1, dated February 15, 2019. Parcels will be vacated by October 31, 2019.
Response posted 02/15/2019




Inquiry #13: At the pre-bid meeting, it was stated that until ROW Parcels 34809 and 34811 are vacated in October 2019, the approved haul route from Location 1 to Location 2 is Otay Mesa to Alta Road. However, Alta Road is currently under construction. Please confirm when Alta Road will be available for Contractor's use.

Inquiry submitted 02/01/2019

Response #1:Submitted for consideration.
Response posted 02/01/2019


Response #2:Alta Road will be available for Contractor's use by the first working day of this contract.
Response posted 02/04/2019




Inquiry #14: With regard to Special Provisions Section 25-1.02D, along with a review of the GDR included in the Information Handout, it does not seem that the gradation requirements of the Class V AS align with the intention of utilizing onsite soils. The GDR indicates that “Class V Aggregate Sub-base materials is defined as material possessing a Resistance-value (R-value) greater than 25 and a Plasticity Index (PI) of less than 12. Alternatively, a Sand Equivalent (SE) of greater than or equal to 15 may be used to qualify the material in lieu of the R-value and PI.” The gradations provided in Section 25-1.02D would lend itself to a non-plastic, free-draining rock with virtually no fines and would not feasibly be generated onsite. Please provide clarification if the gradations included in Section 25-1.02D are the intended requirements for the Class V Subbase, and if so, where in the alignment is that material to be found?
Inquiry submitted 02/01/2019

Response #1:Submitted for consideration.
Response posted 02/01/2019


Response #2:Please refer to Addendum No. 1, dated February 15, 2019.
Response posted 02/15/2019




Inquiry #15: Bid item 142(F) 560208 Furnish Sign Structure (Tubular) - sheets 535 - 546 clearly call out walkways and illumination are not required for these OHSS's however sheets 551-552 do not call out if walkways and illumination are required or not required for these 2 Sign Structures. Please clarify if walkway and illumination are required for these 2 OHSS's (OS18-1 & OS20-1).
Inquiry submitted 02/04/2019

Response #1:Submitted for consideration.
Response posted 02/04/2019


Response #2:OS18-1 & OS20-1 sign structures will not require walkways or illumination. Please bid per the current contract documents.
Response posted 02/05/2019


Response #3:Bid Per the current contract plans. Please refer to 2018 Standard Plans S32.
Response posted 02/08/2019




Inquiry #16: S125 / 905 Connector Separation -Sheet 17 of 37 - Column Isolation Casing Details. The isolation casing is called out as 9' diameter , 3/16" thick (.1875) . Please clarify if 8 gauge CMP 9', .1644" (.168" w/ galvanization) thick is acceptable.
Inquiry submitted 02/04/2019

Response #1:Submitted for consideration.
Response posted 02/04/2019


Response #2:Please refer to Addendum No. 1, dated February 15, 2019.
Response posted 02/15/2019




Inquiry #17: 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 Pipe Culvert in the Bid Schedule. Will Caltrans still allow for plastic pipe to be used on this project?
Inquiry submitted 02/04/2019

Response #1:Submitted for consideration.
Response posted 02/04/2019


Response #2:Please bid per the current contract documents.


Response posted 02/11/2019




Inquiry #18: Please verify the minimum Class and D-load of the 54" RCP from Drainage System 8, Unit a.
Inquiry submitted 02/04/2019

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


Response #2:Please refer to Standard Plans A62D. Bid per the current contract plans.
Response posted 02/06/2019




Inquiry #19: • It is understood that Location 2 does not get striping under this contract. Please provide Pavement Delineation Plan for Location 2 for JPCP joint delineation.
Inquiry submitted 02/06/2019

Response #1:Submitted for consideration.
Response posted 02/06/2019


Response #2:Use 12' JPCP Lane widths for bidding purposes. Refer to Standard Plans for location of longitudinal joints.
Response posted 02/12/2019




Inquiry #20: • Referring to Standard Plan P18. Please clarify if Dowel Bars are to be used in lieu of tie bars at the longitudinal joints and specify where. The delineation of the concrete makes this unclear.
Inquiry submitted 02/06/2019

Response #1:Submitted for consideration.
Response posted 02/06/2019


Response #2:Use 12' JPCP Lane widths for bidding purposes. Refer to Standard Plans for location of longitudinal joints and type of bars to be used.
Response posted 02/12/2019




Inquiry #21: Per drainage quantities for location 1 there is no quantities to remove headwalls or drainage inlets. The following drainage systems have removals. SD 8 54" Headwall, DS 12 36" Headwall, DS 14 72" Wing Headwall and DS 19 2 inlets. How is the removal of existing drainage items going to be paid. There is quantities on location 2 for removals.
Inquiry submitted 02/12/2019

Response #1:Submitted for consideration.
Response posted 02/12/2019


Response #2:Please bid per the current contract documents.
Response posted 02/15/2019


Response #3:Please refer to Addendum No. 2, dated February 22, 2019.


Response posted 02/22/2019




Inquiry #22: Summary of Quantities Q-6 shows chain link fence to be vinyl-clad however Item # 240 calls for Chain Link Fence (Type CL-6) which is galvanized finish. Please clarify description for Item # 240 - Chain Link Fence (Type CL-6). Thanks
Inquiry submitted 02/13/2019

Response #1:Submitted for consideration.
Response posted 02/13/2019


Response #2:Please bid per current Bid Item List and contract documents. Please refer to Section 5-1.02 "Contract Components" of the Standard Specifications.


Response posted 02/15/2019




Inquiry #23: Per Typical Cross Sections Plans shows some of the MGS locations are less than 4'-0" to the hinge point. Due to the quantities and number of locations of the said MGS, please provide a method of payment and footage that would require longer posts (7'-0" wood posts) due to proximity of hinge point per Caltrans Std. Plan A77N3. Thank you very much.
Inquiry submitted 02/13/2019

Response #1:Submitted for consideration.
Response posted 02/13/2019


Response #2:Bid per Standard Plan A77N3 Detail A for all MGS locations. Please refer to Design cross sections provided, all hinges are 4' or greater in width.
Response posted 02/15/2019




Inquiry #24: Please confirm that the reporting requirements for 9-1.08 Renewable Diesel Verification applies only to equipment that is required to be registered with CARB (EIN #)?

Inquiry submitted 02/13/2019

Response #1:Submitted for consideration.
Response posted 02/14/2019


Response #2:Bid per the current contract documents. Please refer to Section 5-1.33 of the Notice to Bidders and Special Provisions.
Response posted 02/14/2019




Inquiry #25: Sanitary Sewer Detail (sheet 377 of 1009) shows the steel casing through the manhole wall. The detail for the cast in place manhole base states 'sewer casing end seal sewer main must extend 6" beyond the SM Wall' which is shown to be inside the manhole wall, and calls out detail 3/SSD-4. Detail 3/SSD-4 shows a 3.0' dimension between the manhole wall and the end seal, outside the manhole wall. Please advise the casing end seal requirements at the manholes.

Inquiry submitted 02/15/2019

Response #1:Submitted for consideration.
Response posted 02/15/2019


Response #2:Please bid per the current contract documents. Refer to Section 5-1.02 “CONTRACT COMPONENTS” of the Standard Specifications. Steel casing begins and ends 3 feet from the manhole wall per SSD-4 Detail 3.
Response posted 02/21/2019




Inquiry #26: Can you please confirm the asphalt binder grade.

Section 39-2.02B(3) of the specifications states:

The grade of asphalt binder for Type A HMA must be A.



Inquiry submitted 02/18/2019

Response #1:Submitted for consideration.
Response posted 02/19/2019


Response #2:Please refer to Addendum No. 2, dated February 22, 2019.
Response posted 02/22/2019




Inquiry #27: The Sanitary Sewer plans, sheets 373 and 374, note the removal of existing 8" PVC Sewer pipe. Plan sheet 386 of the Utility Plans notes the same sewer line as 8" ACP Sewer. Please clarify the type of 8" Sewer pipe to be removed at Enrico Fermi Drive.
Inquiry submitted 02/19/2019

Response #1:Submitted for consideration.
Response posted 02/19/2019


Response #2:Please bid per the current contract documents. Sanitary Sewer Plans show the removal of existing 8" PVC Sewer pipe at Enrico Fermi Drive.
Response posted 02/21/2019




Inquiry #28: Refer to plan sheet 741 and special provisions sections 87-19.01C(6) and 87-19.02D. Please confirm that tracer wires and markers will only be installed where MDCS is to be installed per plan sheet 741. Please clarify if otherwise.
Inquiry submitted 02/19/2019

Response #1:Submitted for consideration.
Response posted 02/19/2019


Response #2:Please bid per the current contract documents. Section 87-19 of the Notice to Bidders and Special Provisions refers to all Fiber Optic Systems, not just MDCS but also any conduit that has fiber or is empty.
Response posted 02/21/2019




Inquiry #29: Item 234 8" Sewer PVC (Fusion) is this a fusible PVC type of pipe or a HDPE fusible type of pipe? In section 77-25.01A makes no mention as to what type of pipe that is required. Just stating 8" PVC sewer pipe. In section77-25.02C There is no mention as to what type of pipe or class. It was stated in this section that the 30" casing pipe must be black or black with green stripe. Does the casing need to be black or black with green stripe? According to plan sheets SS-1&SS-2, the sewer pipe is in a 20" casing. Please clarify what is the intended type of material to be used for the 8" sewer. Also is what is the intended casing size for the sewer and does it need to be black or black with green stripe.
Inquiry submitted 02/19/2019

Response #1:Submitted for consideration.
Response posted 02/19/2019


Response #2:Please refer to Addendum No. 2, dated February 22, 2019.
Response posted 02/22/2019




Inquiry #30: Regarding Item 234 as shown on SS-1 and SS-2, what is the requested DR for the Fusible PVC? Casing Detail 3 on SSD-4 shows a DR35; however, that isn’t an option for Fusible PVC® because the wall is too thin to properly fuse. There are two alternatives for 8-inch: one matches closer in DR size, the second is thicker but closer in matching inner diameter, both in Ductile Iron Pipe Size.

Nominal 8-inch DR25 (8.28-inch inner diameter)
Nominal 8-inch DR18 (7.98-inch inner diameter, but thicker than required for a gravity system)

Inquiry submitted 02/20/2019

Response #1:Submitted for consideration.
Response posted 02/20/2019


Response #2:Please refer to Addendum No. 2, dated February 22, 2019.
Response posted 02/22/2019




Inquiry #31: Refer to plan sheet 698. Please confirm on station line "EFR2" if the contractor is to install conduit note(s) #4 or #5 or both.
Inquiry submitted 02/20/2019

Response #1:Submitted for consideration.
Response posted 02/20/2019


Response #2:Please bid per the current contract documents.
Response posted 02/21/2019




Inquiry #32: Do the joints for the JPCP get widened and seal, since there is no bid item for this work, we assume they will require sealant.
Inquiry submitted 02/20/2019

Response #1:Submitted for consideration.
Response posted 02/20/2019


Response #2:JPCP joints will not get widened and will not get sealed except as shown on contract plans. Please bid per current contract documents.
Response posted 02/21/2019




Inquiry #33: On sheet C-5, the detail for “Grind Existing Concrete Pavement,” the Limit of PCC Grind = 4’ is shown. There is no bid item for this. Please provide a bid item for Grind PCC Pavement.
Inquiry submitted 02/21/2019

Response #1:Submitted for consideration.
Response posted 02/21/2019


Response #2:Please bid per the current contact documents.

Response posted 02/21/2019




Inquiry #34: The 12" and 16" Asbestos Cement Pipe called out to be removed has previously been abandoned. Please advise if concrete fill was used to abandon these existing lines.
Inquiry submitted 02/21/2019

Response #1:Submitted for consideration.
Response posted 02/21/2019


Response #2:Please refer to Water Agency Standards drawing number WP-03, Cutting and Plugging Abandoned Water, Recycled Water and Sewer Mains.
Response posted 02/22/2019




Inquiry #35: Item 22. Temp. Hydraulic Mulch(Bonded Fiber Matrix) has 2 application rates in the plans...What is the specification on each application...
Inquiry submitted 02/21/2019

Response #1:Submitted for consideration.
Response posted 02/21/2019


Response #2:Please refer to Section 13-5.03D and 21-2.03D of the Standard Specifications. Bid per the current contract documents.


Response posted 02/22/2019


Response #3:Please refer to Section 13-5.03E and 21-2.03H of the Standard Specifications. Bid per the current contract documents.
Response posted 02/25/2019




Inquiry #36: Can Proganics be substituted as an equal for compost and incorporation as it has been used on other jobs?
Inquiry submitted 02/21/2019

Response #1:Submitted for consideration.
Response posted 02/21/2019


Response #2:No, please bid per the current contract documents.
Response posted 02/25/2019




Inquiry #37: The Special Provisions Section 12 indicate the falsework and pedestrian openings and their widths at Airway Road UC. These widths are inconsistent with the Stage Construction drawings sheet 443. The clear distance between abutment faces less the sum of the opening widths and K-rail as shown leaves only 1.85' for a working area for all falsework supports. Please clarify which dimensions are to be used for constructing the falsework.
Inquiry submitted 02/22/2019

Response #1:Submitted for consideration.
Response posted 02/22/2019


Response #2:Please refer to sheets SC-7 and SC-16 for opening widths and work area dimensions at Airway Road. Bid per the current project documents.
Response posted 02/22/2019




Inquiry #38: The casing detail for the sewer work 3/SSD-4 calls out for Polyethylene Spacers. Section 77-4.02C, the Welded Steel Pipe Casing specification states that casing spacers must be stainless steel... Please advise which type of casing spacers are required for the sewer.

Inquiry submitted 02/22/2019

Response #1:Submitted for consideration.
Response posted 02/22/2019


Response #2:Refer to SSD-4, Detail 3 for type of casing spacers. Bid per current contract documents.
Response posted 02/26/2019


Response #3:Refer to SSD-4, Detail 3 for type of casing spacers. Bid per current contract documents.
Response posted 02/26/2019




Inquiry #39: Inquiry #11 reqarding Spec. Section 25-1.02D resulted in a revision to Class 5 AS gradation per addendum No. 1. Does this material exist within this project's boundaries?
Inquiry submitted 02/22/2019

Response #1:Submitted for consideration.
Response posted 02/22/2019


Response #2:Please refer to Section 9.0, Material Sources, of the Geotechnical Design Report and Section 25-1.02D of the Special Provisions. Bid per current contract documents.
Response posted 02/26/2019




Inquiry #40: In this projects soils report, found in the Information Handout, a plan sheet titled "Location of Optional Available Material", Sheet 1 of 1 depicts a 200,000 CY stockpile at the southwest corner of Otay Mesa Rd and Harvest Rd. Can these be used as available embankment material ? If so, is there any soils report on the type of soil this is?
Inquiry submitted 02/22/2019

Response #1:Submitted for consideration.
Response posted 02/22/2019


Response #2:Yes, this stockpile can be used as available embankment material. Please refer to Section 9.0, Material Sources, of the Geotechnical Design Report (page 332 of 629 of the Information Handout).
Response posted 02/26/2019


Response #3:Please refer to Section 9.0, Material Sources, of the Geotechnical Design Report (page 332 of 629 of the Information Handout).
Response posted 02/26/2019




Inquiry #41: Does an attendance record exist for the participants who attended the mandatory pre-bid meeting?
Inquiry submitted 02/22/2019

Response #1:Submitted for consideration.
Response posted 02/22/2019


Response #2:http://ppmoe.dot.ca.gov/hq/esc/oe/project_ads_addenda/11/11-2888U4/supplemental_info/Copy_of_MPB_Attendees_1-23-19.pdf


Response posted 02/25/2019


Response #3:

Attendes


Response posted 02/25/2019




Inquiry #42: On sheet 170 Temp. Hydraulic Mulch(Bonded Fiber Matrix)…..What does Application 1. and Application 2. mean... The bid Item 22. is 703,000 SQYD and these two Applications are 232,055 SQYD and 232,055 SQYD equaling 701,704 SQYD'S.....
Inquiry submitted 02/22/2019

Response #1:Submitted for consideration.
Response posted 02/25/2019


Response #2:The contract provides for two separate applications of Temporary Hydraulic Mulch (Bonded Fiber Matrix) as needed as this project has a long duration. The bid item list quantity for Item # 22 of 703,000 SQYD does not match the quantities on WPCQ 1-3 because of rounding up required by the Basic Engineering Estimating System (BEES).


Response posted 02/26/2019


Response #3:The contract provides for two separate applications of Temporary Hydraulic Mulch (Bonded Fiber Matrix). The bid item list quantity for Item # 22 of 703,000 SQYD does not match the quantities on WPCQ 1-3 because of rounding up required by the Basic Engineering Estimating System (BEES).


Response posted 02/26/2019




Inquiry #43: Re: 77-2.02C Fussion Bonded Epoxy Coating
We are requesting to use Epoxy Coating per AWWA C210 in lieu of FBE

Inquiry submitted 02/25/2019

Response #1:Submitted for consideration.
Response posted 02/25/2019


Response #2:Epoxy Coating per AWWA C120 will not be allowed. Bid per current contract documents.
Response posted 02/26/2019




Inquiry #44: 1. Are the architectural metal panels (shown on SDS15 – SDS19) at Enrico Fermi Dr and Alta Rd to be supplied and installed by the contractor? If so, what item shall this work be paid under?
Inquiry submitted 02/25/2019

Response #1:Submitted for consideration.
Response posted 02/25/2019


Response #2:Yes, architectural metal panels are to be supplied and installed by the contractor. Work shall be paid under Item 317, Bridge Accent Lighting. Refer to Section 87-2.02C, Bridge Accent Lightings of the Special Provisions (Look for Bridge panel assemblies).
Response posted 02/26/2019




Inquiry #45: On the Enrico Fermi Drive location, on Sheet 914, deck drainage pipe size is not shown. What is the pipe size and fitting sizes for deck drainage system?
Inquiry submitted 02/25/2019

Response #1:Submitted for consideration.
Response posted 02/26/2019


Response #2:Please refer to the Note on Standard Plan B7-6 for the pipe size for bridge deck drainage. Bidder is to bid per the current contract documents.
Response posted 02/27/2019




Inquiry #46: Quantities for Class 5 Aggregate Subbase in the Summary of Quantities indicate 39, 898 CY as "Foundation Treatment" in Location 1. An additional 58,275 CY of Class 5 Aggregate Subbase is listed in Location 2 Quantities summary. In both location 1 and 2, the plans do not indicate where Class 5 would be placed except Location 1's Structural Sections 1 through 5. Please provide clarification.
Inquiry submitted 02/26/2019

Response #1:Submitted for consideration.
Response posted 02/26/2019


Response #2:At Location 1, Foundation Treatment is shown in the Typical Cross Sections and Contour Grading plans as Remedial Grading.

At Location 2, Class 5 Aggregate Subbase is shown in Construction Detail Sheets C-54 through C-58 as Pavement Foundation Treatment Areas.

Response posted 02/26/2019




Inquiry #47: In regards to hydroseeding, please clarify the following:

1. Which bid line item includes Seed Mixes #1 and #2 as shown on sheets PL-2 and PL-3? If included in total quantities for Bid Line Item #86, please provide separate quantities for Seed Mix #1 and #2 on PL-2 and PL-3.

Inquiry submitted 02/26/2019

Response #1:Submitted for consideration.
Response posted 02/26/2019


Response #2:Seed Mixes #1 and #2 are included in Bid Item #86, Hydroseed. Quantities are provided in Quantity Sheets ECQ-1, ECQ-2 and ECQ-3.
Response posted 02/26/2019




Inquiry #48: Thank you for clarifying that all seed mixes found on sheets PL-2, PL-3 and ECL-2 are included in Bid Line Item #86. In addition, please confirm and clarify the following:
1. Seed Mix on sheet ECL-2 and Seed Mix #1 on PL-2 are the same and are to be applied to the following Erosion Control Types, as shown on sheet ECL-1:
a. Erosion Control (Type 1) (Location 1 and 2)
b. Erosion Control (Type 1)(Location 2)(Additive Item #2)
c. Erosion Control (Type 3)(Location 2)
2. Seed Mix #2 on PL-3 shall only be applied to Erosion Control (Type 2)(Location 2) totaling 3,473 SQFT as shown on ECQ-1.
3. Erosion Control (Type 2)(Location 1) receives no hydroseeding
4. For Plant Group (H), is the total quantity available to harvest onsite and/or at nearby locations?
5. For Plant Group (H), what length of cutting is required?
6. What type of Gravel Mulch is required?
7. For Compost Sock, does Type 2 installation apply only to 12" diameter as shown on sheet ECL-2 or does Type 2 installation also apply to 8" diameter?





Inquiry submitted 02/27/2019

Response #1:Submitted for consideration.
Response posted 02/27/2019


Response #2:1. a. Yes
1. b. Yes
1. c. Yes
2. Yes
3. Yes
4. See Standard Specifications Section 20-3.01b(2)(b)(ii)
5. See Standard Specifications Section 20-3.01b(2)(b)(ii)
6. See Section 20-5.03E(2), Materials, of the Special Provisions.
7. No. See Standard Plans H-51

Response posted 02/28/2019


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.