Questions and Answers For:

CANCELLED - South (Route 2 & Route 102 Roundabout) HSIP 2017-CT-031

Please Note: If this is the first time accessing our system on our new web site, you will be required to reset your password.

The ask question function is now disabled;
please call 401-222-2495 with any new questions.

Date Asked: 07/24/2017 Date Answered: 07/24/2017
Poster: WAYNE CLARKE Company: cardi corp
Question:
Item Code #401.1000, Class 19.0 HMA; the bid quantity (4500 Tons) for Route 2 at Route 102 for the Temp Pavement at 4" depth and Full Depth Reconstruction at 6" depth appears to be significantly high compared to the takeoff quantity of 2,800 tons +/- based on the areas shown. Please clarify.
Answer:
Item Code 401.1000 Class 19.0 HMA – the quantity should be 3250 tons. This change will be reflected in addendum No.3.
Date Asked: 07/20/2017 Date Answered: 07/25/2017
Poster: WAYNE CLARKE Company: cardi corp
Question:
Item Code 501.9901, Colored and Stamped Concrete; The State is requesting a Warranty, minimum 3 years and maximum of 5 years against defects. The defects listed in the Job Specific section appear to be defects one would see immediately and not over a 3 to 5 year period. Please clarify if this warranty is required and if required, please specify a specific year warranty period (not a range).
Answer:
The warranty language in the specification for item code 501.9901 will be removed I addendum No. 3.
Date Asked: 07/20/2017 Date Answered: 07/24/2017
Poster: WAYNE CLARKE Company: cardi corp
Question:
Item Code 501.9901, Colored and Stamped Cement Concrete; The unit measure is 'CY' and the Job Specific states the 'Method of Measurement' and the 'Basis for Payment' shall be paid at the contract unit price per Square Foot. Please clarify.
Answer:
The quantity should be in cubic yards. The quantity is based on the 8 inch thickness previously commented on. Concrete is usually bid in cubic yards. This change will be reflected in addendum No.3.
Date Asked: 07/18/2017 Date Answered: 07/19/2017
Poster: WAYNE CLARKE Company: cardi corp
Question:
On Sheet #07, Details No. 2, Colored and Stamped Concrete Roundabout Truck Apron Detail; plan view states 10" thick concrete, sections state 8" thick concrete. Please clarify the required concrete thickness.
Answer:
The thickness of the concrete for the truck apron should be identified as 8 inches.
Date Asked: 07/12/2017 Date Answered: 07/19/2017
Poster: WAYNE CLARKE Company: cardi corp
Question:
The Quest Lite Bid Proposal, P-26 of the document is missing all the "Completion Date" information. The section was left blank.
Answer:
The issue of the blank completion date has been resolved in addendum No.2
Date Asked: 07/11/2017 Date Answered: 07/12/2017
Poster: Lee Taylor Company: D'Ambra Const. Co., Inc.
Question:
The RI Purchasing web site has been down for several days. At this time there is no way to download any addendums or RIVIP cover sheets. Is RIDOT aware of this, and is there any contingency for rescheduling of bid dates if the situation continues?
Answer:
The bid opening date has been extended to July 21 at 1pm and questions are open until July 14.
Date Asked: 07/11/2017 Date Answered: 07/12/2017
Poster: WAYNE CLARKE Company: cardi corp
Question:
Requesting the project bid date be postponed since Purchasing website has been inaccessible for several days and causing the inability to download Addn #1 which has the working Quest Lite Bid File to download. Bid disk Quest Lite Bid File was not working.
Answer:
The bid opening date has been extended to July 21 at 1pm and questions are open until July 14.
Date Asked: 07/10/2017 Date Answered: 07/12/2017
Poster: Lee Taylor Company: D'Ambra Const. Co., Inc.
Question:
Item #63 - truck mounted attenuator is supposed to be priced by the hour, with a minimum price given in Quest. per hour. Please clarify.
Answer:
Addendum No. 2 will include the following changes: The missing T07.9903 Wireless Lighting Controller items will be included. There will be minimum bid prices for 1) Truck mounted attenuator, 2) cleaning and maintenance of erosion controls and 3) maintenance and movement of traffic. The bid opening date has been extended to July 21 at 1pm and questions are open until July 14.
Date Asked: 07/10/2017 Date Answered: 07/12/2017
Poster: Lee Taylor Company: D'Ambra Const. Co., Inc.
Question:
Item #19 and #73 usually carry a minimum bid price. Not so on this project. Is this correct?
Answer:
Addendum No. 2 will include the following changes: The missing T07.9903 Wireless Lighting Controller items will be included. There will be minimum bid prices for 1) Truck mounted attenuator, 2) cleaning and maintenance of erosion controls and 3) maintenance and movement of traffic. The bid opening date has been extended to July 21 at 1pm and questions are open until July 14.
Date Asked: 07/05/2017 Date Answered: 07/10/2017
Poster: Anthony Cardinale Company: Arden Engineering
Question:
Job Specific Code T07.9903 Wireless Lighting Controller states Basis of Payment shall be paid for at the contract unit price per each as listed in the proposal. There currently is no listed contract item in the Proposal. Please advise
Answer:
The Wireless Lighting Controller, JS Code T07.9903, will be required at each luminaire. The items will be added to the contract in Addendum 2 which will be forthcoming.
Date Asked: 06/29/2017 Date Answered: 07/07/2017
Poster: Lee Taylor Company: D'Ambra Const. Co., Inc.
Question:
Quest bid file does not import from disk. Please make the correction.
Answer:
This has been corrected in Addendum No. 1