If you would like to download a copy of this file click here
  For additional information on Contract Number (BA8835174) click here


		  		MARYLAND STATE HIGHWAY ADMINISTRATION           
OFFICE OF HIGHWAY DEVELOPMENT          
DESIGN TECHNICAL SERVICES DIVISION          
707 NORTH CALVERT STREET          
BALTIMORE, MARYLAND 21202          
          
February 5, 2016          
          
Contract No.: BA8835174          
F.A.P. No.: N/A          
Description: US 40 East of Allender           
Rd. Drainage Improvements          
          
ADDENDUM NO. 1          
          
To All Purchasers of Contract Documents:          
          
Please be advised that the Bid Opening date for this contract is has been POSTPONED from          
February 11, 2016 to February 18, 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          
          
91-104 DELETED these pages in their entirety.          
          
119-123 REVISED Special Provisions SECTION 104 – “MAINTENANCE OF TRAFFIC”.          
          
138A ADDED Special Provisions SECTION 201 – “ROADWAY EXCAVATION           
(CLASS1, CLASS 1-A, CLASS 2)”.          
          
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          
          
339 INCREASED Quantity of Item No. 1006 (120625) “TEMPORARY TRAFFIC           
SIGNS HIGH PERFORMANCE WIDE ANGLE RETROREFLECTIVE           
SHEETING” from 207 to 275 SQUARE FEET.          
          
342 INCREASED Quantity of Item No. 2006 (210030) “REMOVAL OF EXISTING           
MASONRY” from 7 to 8 CUBIC YARDS.          
          
342A ADDED Item No. 2007 (203030) 20 CUBIC YARDS of “TEST PIT EXCAVATION”.          
          
SCHEDULE OF PRICES (continued)          
          
Page No. Description          
          
350 DECREASED Quantity of Item No. 5002 (504560) “SUPERPAVE ASPHALT           
MIX 19.0MM FOR BASE, PG64S-22, LEVEL 2” from 232 to 36 TON.          
          
351 ADDED Item No. 5009 (504500) 605 TONS of “SUPERPAVE ASPHALT MIX           
9.5MM FOR SURFACE, PG64S-22, LEVEL 2”.          
          
ADDED Item No. 5010 (504605) 326 EACH of “PAYMENT ADJUSTMENT           
FOR PAVEMENT DENSITY”.          
          
ADDED Item No. 5011 (504615) 326 EACH of “PAYMENT ADJUSTMENT .          
          
355 REVISED Listing for “AGGREGATE AMOUNT AT UNIT PRICES          
ALTERNATE A IS USING BID.”          
          
CONTRACT PLANS          
          
Sheet No. Description          
          
1 ADDED Addendum 1 to “TITLE SHEET”.          
          
13 REVISED limits 1.5” Superpave asphalt.          
          
REMOVED all signs (W24-1cP).          
          
REVISED W1-4L to 48”x48”.          
          
RELOCATED W1-4R.          
          
REVISED taper, buffer and shoulder lengths and device spacing.          
          
14 REVISED note 3 stage 2.          
          
REVISED temporary barrier to Sta. 23+00.          
          
REVISED buffer and taper length and device spacing.          
          
CROSS SECTIONS          
          
The Cross Sections file that was advertised with this contract has been deleted.          
?          
CONTRACTOR QUESTIONS          
          
INCLUDED IN THIS RESPONSE ARE CONTRACTOR QUESTIONS RECEIVED AS OF           
FEBRUARY 5, 2016.          
          
The following questions were received from plan purchasers. The responses are provided for           
clarification to all bidders in bold after the questions:          
          
Q1: Remove Existing Masonry Table includes EW removal however note for pipe removal           
table states that removal of existing EW is incidental to pipe removal.          
          
A1: Remove Existing Masonry Table refers to two structures on the left side of the           
baseline at Sta 14+17 and 14+21. The existing HW attached to the pipe removal           
from Sta 14+13, RT to 14+15 RT is indeed incidental to the removal of the pipe.           
Please refer to Section 303.04.01 for clarification.          
          
Q2: Sheet DE-01 references several stations requiring full depth paving removal and           
replacement (15+20-15+60/16+90-17+40) however does not indicate 11+75-12+25. It           
appears on plan sheet PS-01 that this station shows paving removal and replacement.           
Please clarify the limits of Section C-C.          
          
A2: Station 11+75-12+25 will include shoulder reconstruction per Detail A on DE-02.          
          
Q3: Sheet DE-01 section C-C indicates that the new paving replacement sections (stations           
indicated on DE-02) will require 9 feet of excavation and then replacement with GAB.          
a. Please confirm this amount of excavation is to be included with the Class 1           
Excavation item.          
b. Will there be an item added for Support of Excavation along these 3 sections or           
will SOE be incidental to the Class 1 item?          
          
A3: The amount of excavation to 9’ depth is included within the Class 1 Excavation.           
Also, the SOE will be measured and paid according to a new Special Provision for           
Roadway Excavation. Please refer to Special Provision for Section 201.04, Roadway           
Excavation, Measurement and Payment included in this Addendum 1.          
          
Q4: MT-01 indicates that the temporary barrier is to be set between 5’ and 7’ from the edge of           
the existing shoulder along with WB limit of work. Station 11+75 to 12+25, 15+20 to           
15+60, and 16+90 to 17+40 are shown to require 9’ excavation and replacement with           
GAB a minimum of 10‘ from the edge of the existing shoulder.          
a) Please clarify how the excavation in these 3 locations is to occur if the           
barrier is to be set within the limit of work.          
          
A4: The 5’-7’ measurement shown on MT-01 shows the dimension from the outside           
shoulder limit to the other side of the F-Shape Barrier including the 1’ spacing from           
the travel lane. The F-Shape barrier is 2’ wide and there is a required 1’ spacing           
from the edge of the barrier to traffic, leaving a minimum of 2’ from the edge of the           
barrier to the point of excavation.           
          
CONTRACTOR QUESTIONS (continued)          
          
Q5: MT-01 indications 1.5” SPA Mix 9.5mm for Surface between station 8+25 to 26+50 WB           
however there is no bid item for this work. Please clarify.          
          
A5: The quantity was originally included in item 5001 SPA Mix 19.0mm. SPA Mix           
19.0mm has been reduced and SPA Mix 9.5mm (Item No. 5009) has been added to           
the estimate per this addendum.          
          
Q6: Quantity for item 5002 does not match tab quantities on PS-01. What is addition tonnage for?          
          
A6: See answer A5. The quantity has been reduced to remove the SPA 9.5mm from           
MT-01. The additional tonnage was to be used for the 1.5 inch overlay of the entire           
travel way of westbound US 40 for MOT. SPA mix 9.5mm is the new item added           
for the 1.5 inch overlay.          
          
Q7: It is not clear where item 5003 is required.          
          
A7: Item 5003 is in reference to the trenching of the pipe from MH-104 to EW-106 and           
Detail B Utility Patch on Sheet DE-02. This location is an existing parking           
lot/entrance to a business along US 40.          
          
Q8: What is the anticipated start date for this project?          
          
A8: The anticipated Notice to Proceed is April 18, 2016. Please refer to GP-Section 8 for           
clarification.          
          
Q9: Remove Existing Masonry Table does not include the existing section of concrete median           
that must be removed at Inlet I-103. How will the removal of the existing concrete           
median be paid for?          
          
A9: It is estimated that the removal at the barrier at I-103 will add 1 Cubic Yard. The           
Remove Existing Masonry Table on PS01 and the estimate has been updated per           
this addendum.          
          
Q10: In relation to the above question, how will the replacement of the concrete median at inlet          
I-103 be paid.          
          
A10: The replacement of the concrete median at inlet I-103 is incidental to the cost of the           
inlet. Please refer to Section 305 for clarification.          
          
Q11: Detail for structure I-103 indicates several “pours”. Is structure I-103 to be cast in place           
or can it be made as a precast?          
          
A11: The decision to precast or cast in the place structure I-103 is at the awarded           
contractor’s discretion.          
          
CONTRACTOR QUESTIONS (continued)          
          
Q12: How will Test Pitting be paid?          
          
A12: A Test Pitting has been added to the estimate per this addendum (Item No. 2007).          
          
Questions relating to this Addendum No. 1 may be directed in writing to:          
          
Mr. Jason Ridgway          
Director, Office of Highway Development          
707 North Calvert Street           
Baltimore, Maryland 21202          
ATTN: Mr. Garvin Guide          
          
If time is of the essence, handwritten questions may be transmitted to FAX No. 410-209-5031.           
All questions are to be addressed to Mr. Garvin Guide, 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.