If you would like to download a copy of this file click here
  For additional information on Contract Number (MO1885177) 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.: MO1885177          
F.A.P. No.: N/A          
Description: I-495 Inner Loop – From I-270 Spur to Seminary Road          
          
ADDENDUM NO. 1          
          
To All Purchasers of Contract Documents:          
          
Please be advised that the Bid Opening date for this contract is still scheduled for           
February 11, 2016.          
          
The attention of prospective bidders is directed to the following revisions, additions and/or           
deletions to the Invitation for Bids booklet and the Contract Plans.          
          
INVITATION FOR BIDS BOOKLET          
          
Page No. Description          
          
47-55 REPLACED Special Provision “NOTICE TO CONTRACTOR”.          
          
56 DELETED this page.          
          
56A-K ADDED approved permits – “MDE Authorization to Proceed” and “MDE Water           
Quality Certification”.          
          
56L-BB ADDED approved permit – “Maryland State Programmatic General Permit”.          
          
109-111A REPLACED Special Provision “308 – EROSION AND SEDIMENT CONTROL”.          
          
321 DELETED duplicate Roadside Tree Permit (RTP).          
          
376 REVISED Drawing DD-06 notes: “EROSION & SEDIMENT CONTROL           
NOTES FOR INLET CONSTRUCTION”.          
          
376A ADDED Drawing DD-06A.          
          
376B ADDED Drawing DD-06B.          
          
377 REVISED Drawing ES-01 sequence of construction (Sta. 104+45 to Sta. 114+00).           
          
          
          
INVITATION FOR BIDS BOOKLET (continued)          
          
Page No. Description          
          
377 ADDED notes “EQUIPMENT ACCESSING THE SITE” and “IN-STREAM RESTRICTIONS”.          
          
378 REVISED Drawing ES-02 legend.           
          
379 REVISED Drawing ES-03 dewatering note and legend.          
          
380 REVISED Drawing ES-04 note and legend.          
          
ADDED one new note.          
          
REMOVED stabilized construction entrance.          
          
REVISED limit of disturbance (LOD).          
          
381-387 REVISED legend note.          
          
388 REVISED Drawing MT-01 note: “TYPICAL APPLICATION”.           
          
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          
          
413 DELETED Item No. 3005 (301006) 50 TONS of “STABILIZED           
CONSTRUCTION ENTRANCE”.          
          
DELETED Item No. 3006 (301007) 50 TONS of “REHABILITATE           
STABILIZED CONSTRUCTION ENTRANCE”.          
          
428 REVISED Listing for “AGGREGATE AMOUNT AT UNIT PRICES          
ALTERNATE A IS USING BID.”          
          
          
CONTRACTOR QUESTIONS          
          
INCLUDED IN THIS RESPONSE ARE CONTRACTOR QUESTIONS RECEIVED AS OF           
1/21/2016          
          
The following questions were received from plan purchasers. The responses are provided for           
clarification to all bidders in bold after the questions:          
          
Q 1: It appears as though the SPI for Section 605, Metal Traffic Barriers, is the wrong           
specification for this project. Please clarify because the spec reads that all of the           
landscaping construction and materials are incidental to the traffic barrier items. This           
spec was deleted last year. Also, there are bid items in this project for Topsoil, Seed and           
Sod which will be used in the area of traffic barrier replacement, see the details on Sheets           
DD-02 and DD-05          
          
A1: All landscaping items (topsoil, sod etc.) will be considered incidental to traffic           
barrier w-beam pay item.          
          
Q 2: Bid item 1024 is for 1,200 lf of Temp Conc. Barrier. Per the detail on sheet MT 01 of 01,           
there are only two locations, one with 365 lf and the other with 1,425 lf. Both areas will           
not be done at the same time.          
          
A2: There are total three (3) areas that will require the use of temporary traffic barrier.           
Please refer to the dwg. MT-01 (changes have been included in this addendum).          
          
Q3: Bid item 1015 is for resetting 1,500 lf of Temp Conc. Barrier. Again, only two areas, see above.          
          
A3: Please see the response to question no. 2.          
          
Q 4: Bid item 1019 is for remove and resetting of Temp Crash Cushion, 38 each. The initial           
set of these is item 1017 has a quantity of 19 each. Again, there are only two areas and           
should only be one resetting of the cushions.          
          
A4: Please see the response to question no. 2.          
          
Q5: On plan Sheet ES-03 of 100, in the Legend, it says that a dewatering pump is incidental           
to “Class I excavation for shoulder reconstruction”. The quantity table for Class I on page           
288 does not include this shoulder excavation in the proposed quantity. How is this           
excavation paid?          
          
A5: The excavation required for shoulder reconstruction will be incidental to pay item           
for “Full Depth Patching” as shown on pavement details (page no. 313 note 5). In           
addition the legend on E&SC control plans has been revised to read “Dewatering           
Pump (Incidental to Full Depth Patching).          
          
          
          
Questions relating to this Addendum No. 1 may be directed in writing to:          
          
Mr. Brian Young           
District Engineer, District 3          
9300 Kenilworth Avenue          
Greenbelt, MD 20770          
ATTN: Ms. Angela Strevig          
          
If time is of the essence, handwritten questions may be transmitted to FAX No. 301-513-7490.           
All questions are to be addressed to Ms. Angela Strevig, 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.