If you would like to download a copy of this file click here
  For additional information on Contract Number (PG1755170) click here


		  		MARYLAND STATE HIGHWAY ADMINISTRATION           
OFFICE OF HIGHWAY DEVELOPMENT          
DESIGN TECHNICAL SERVICES DIVISION          
707 NORTH CALVERT STREET          
BALTIMORE, MARYLAND 21202          
          
January 28, 2016          
          
Contract No.: PG1755170          
F.A.P. No.: AC-HP-NHIPP-G-121-1(35)N          
Description: MD 5 at Brandywine Road and MD 373(Accokeek Road) Interchange Phase 2          
          
ADDENDUM NO. 4          
          
To All Purchasers of Contract Documents:          
          
Please be advised that the Bid Opening Date for this contract has been POSTPONED from          
February 2, 2016 to February 25, 2016.          
          
The attention of prospective bidders is directed to the following revisions, additions and/or           
deletions to the Invitation for Bids booklet and Contract Plans.          
          
INVITATION FOR BIDS BOOKLET          
          
Page No. Description          
          
35-40 REPLACED Special Provision “PREVAILING WAGE DETERMINATION”.          
          
SCHEDULE OF PRICES          
          
Note: For your convenience all revised Schedule of Prices pages have been posted on the           
eMaryland Marketplace Website at https://emaryland.buyspeed.com/bso/, under “Open           
Bids”, under “Public Works, Park Equipment, and Construction Services”, and under the           
associated “Bid Number” and “Alternate ID”.          
          
Page No. Description          
          
531 INCREASED Quantity of Item No. 2010 (210025) “REMOVAL OF EXISTING           
PAVEMENT” from 4,949 to 5,309 CUBIC YARDS.          
          
538 DECREASED QUANTITY of Item No. 3042 (379120) “STANDARD TYPE S           
INLET, DOUBLE GRATE TANDEM-MINIMUM DEPTH” from 10 to 9 EACH.          
          
541 DECREASED Quantity of Item No. 3057 (387109) “6 INCH PERFORATED           
CIRCULAR PIPE UNDERDRAIN” from 3,934 to 3,892 LINEAR FEET.          
          
542 REVISED associated Item No. for Category Code No. (388135) in Addendum           
No. 1 from Item No. 3063 to Item No. 3064.          
          
          
SCHEDULE OF PRICES (continued)          
          
Page No. Description          
          
543 INCREASED Quantity of Item No. 3067 (390321) “CLASS I RIPRAP FOR           
SLOPE AND CHANNEL PROTECTION” from 2,114 to 2,127 SQUARE YARDS.           
          
544 INCREASED Quantity of Item No. 3076 (390640) “6 INCH SUB DRAIN PIPE”           
from 150 to 170 LINEAR FEET.          
          
547 DELETED item No. 4011 (445102) LUMP SUM of “RETAINING WALL”.          
          
557 INCREASED Quantity of Item No. 6021 (661387) “TRAFFIC BARRIER W           
BEAM ANCHORAGE AT BRIDGE END POST OR CONCRETE TRAFFIC           
BARRIER SINGLE FACE” from 5 to 6 EACH.          
          
558 INCREASED Quantity of Item No. 6025 (661540) “TYPE K TRAFFIC           
BARRIER END TREATMENT, ANY OPTION” from 8 to 9 EACH.          
          
575 INCREASED Quantity of Item No. 8078 (834002) “CONNECTOR KIT - TYPE           
II” from 177 to 144 EACH.          
          
581 REVISED Listing for “AGGREGATE AMOUNT AT UNIT PRICES           
ALTERNATE A IS USING BID”.           
          
CONTRACT PLANS          
          
Sheet No. Description          
          
1 ADDED notes to “TITLE SHEET”.          
          
2 REVISED “INDEX” to denote sheets changed in Addendum No. 4.          
          
48 REVISED the quantity note for Removal of Existing Pavement.          
          
REVISED the quantity note for Type ‘K’ Traffic Barrier End Treatment – Any Option.          
          
REVISED the quantity note for Traffic Barrier W Beam Using 6’ Posts.          
          
REVISED the quantity note for Traffic Barrier W Beam Anchorage at Concrete           
Traffic Barrier Single Face.          
          
108 REVISED detail for SGW 13.1 to add PVC underdrain between cells.          
          
114 REVISED BMP Outfall Pipe to be “ASTM C-361, Class B-25”.          
          
CONTRACT PLANS (continued)          
          
Sheet No. Description          
          
116 REVISED BMP Outfall Pipe to be “ASTM C-361, Class B-25”.          
          
129 REVISED the plan to add PVC underdrain between cells.          
          
130 REVISED the plan to add PVC underdrain between cells.          
          
132 REPLACED ENTIRE SHEET to Provide “SWM Facility MD 378 Construction Specifications”.          
          
145 REVISED I 2-16 to I 2-15 Pipes to be “ASTM C-361, Class B-25”.          
          
146 REVISED I 2-8 to MH 2-2, I 2-10 to MH 2-3, and I 2-4 to I 2-3 Pipes to be           
“ASTM C-361, Class B-25”.          
          
149 REVISED Storm drain profile EW-13-1 to I-13-4.          
          
154 ADDED “ASTM C-361, Class B-25” as Description for Pipes leaving Bioretention Facilities.          
          
197 REVISED layout to show SWM design change and grading changes.          
          
202 REVISED layout to show grading changes.          
          
206 REVISED layout to show SWM design change and grading changes.          
          
211 REVISED layout to show grading changes.          
          
215 REVISED layout to show SWM design change and grading changes.          
          
220 REVISED layout to show grading changes.          
          
          
          
          
Questions relating to this Addendum No. 4 may be directed in writing to:          
          
Mr. Jason A. Ridgway          
Director, Office of Highway Development           
707 North Calvert Street           
Baltimore, Maryland 21202           
ATTN: Ms. MarieFrance Guiteau          
          
If time is of the essence, handwritten questions may be transmitted to FAX No. 410-209-5001.           
All questions are to be addressed to Ms. MarieFrance Guiteau, Project Engineer, and the           
Contractor must identify the source of the question and the contract number.          
          
          
GREGORY I. SLATER, ACTING DEPUTY ADMINSTRATOR FOR PLANNING,           
ENGINEERING, REAL ESTATE, AND ENVIRONMENT.           
          
THIS ADDENDUM IS ISSUED TO CLARIFY, ADD TO, DELETE FROM, CORRECT           
AND/OR CHANGE THE BID DOCUMENTS TO THE EXTENT INDICATED AND IS           
HEREBY MADE PART OF THE SAID BID DOCUMENTS ON WHICH THE           
CONTRACT WILL BE BASED. COMAR 21.05.02.08 REQUIRES THAT ALL           
ADDENDA ISSUED BE ACKNOWLEDGED; THEREFORE, PRIOR TO SUBMITTING           
YOUR BID, ATTACH THE ADDENDUM RECEIPT VERIFICATION FORM TO THE           
FRONT OF THE PROPOSAL FORM PACKET. FAILURE TO DO SO MAY RESULT           
IN THE BID BEING DECLARED NON-RESPONSIVE.