If you would like to download a copy of this file click here
  For additional information on Contract Number (CE3865176) click here


		  		MARYLAND STATE HIGHWAY ADMINISTRATION           
OFFICE OF HIGHWAY DEVELOPMENT          
DESIGN TECHNICAL SERVICES DIVISION          
707 NORTH CALVERT STREET          
BALTIMORE, MARYLAND 21202          
          
February 22, 2016          
          
Contract No.: CE3865176          
F.A.P. No.: AC-CM-G-288-1(11)E          
Description: MD 273 (Telegraph Road) at Blue Ball Road Roundabout          
          
ADDENDUM NO. 2          
          
To All Purchasers of Contract Documents:          
          
Please be advised that the Bid Opening date for this contract is still scheduled for           
March 3, 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          
          
1A-B ADDED Notice to Contractors “CARGO PREFERENCE ACT”.          
          
17-26 REPLACED Contract Provisions “AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES FOR FEDERAL-AID CONTRACTS”.          
          
33-37 REPLACED Special Provision “WAGE DETERMINATION FOR CECIL COUNTY”.          
          
53-58 REPLACED Special Provision “NOTICE TO CONTRACTORS”.          
          
63 REVISED Special Provisions “TC SECTION 7.09 – PRICE ADJUSTMENT FOR DIESEL FUEL”.          
          
68 REVISED Special Provisions “SECTION 100 – CONSTRUCTION PROTECTION PLAN”.          
          
108-113K REPLACED Special Provision Insert “SECTION 308 – EROSION AND SEDIMENT CONTROL”.          
          
241-246 REPLACED Special Provision Insert “SECTION 901 – AGGREGATES”.          
          
345 REVISED Contract Provisions “PROPOSAL FORM PACKET – FEDERAL” Bid Opening date.          
          
369-411 REPLACED Contract Provisions “PROPOSAL FORM PACKET – FEDERAL”.          
          
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          
          
346 REVISED Unit and DECREASED Quantity of Item No. 1001 (100000) “CONSTRUCTION PROTECTION PLAN” from 2 EACH to 1 LUMP SUM.          
          
351A ADDED Item No. 2007 (210081) 7 EACH of “REMOVE EXISTING MANHOLE”.          
          
352 INCREASED Quantity of Item No. 3002 (301210) “REMOVAL OF EXISTING PIPE” from 65 to 388 LINEAR FEET”.          
          
DECREASED Quantity of Item No. 3006 (312424) “24 INCH X 38 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE, CLASS HE IV” from 286 to 281 LINEAR FEET.          
          
356 INCREASED Quantity of Item No. 3029 (390660) “BIORETENTION SOIL MIX” from 95 to 157 CUBIC YARDS.          
          
361 INCREASED Quantity of Item No. 7002 (704345) “PLACING FURNISHED TOP SOIL 4 INCH DEPTH” from 1,008 to 2,057 SQUARE YARDS.          
          
INCREASED Quantity of Item No. 7003 (705565) “REFERTILIZING” from 248 to 1,908 SQUARE YARDS.          
          
DECREASED Quantity of Item No. 7004 (707410) “LOWLAND MEADOW ESTABLISHMENT” from 1,065 to 524 SQUARE YARDS.          
          
INCREASED Quantity of Item No. 7006 (709130) “TYPE D SOIL STATBILIZATION MATTING” from 1,774 to 2,476 SQUARE YARDS.          
          
362 ADDED Item No. 7012 (700000) 588 SQUARE YARDS of “BIORETENTION SOIL MEADOW ESTABLISHMENT”.          
          
362A ADDED Item No. 7013 (705412) 19,151 SQUARE YARDS of “TEMPORARY MULCH”.          
          
ADDED Item No. 7014 (705500) 1,809 SQUARE YARDS of “TURFGRASS ESTABLISHMENT”.          
          
368 REVISED Listing for “AGGREGATE AMOUNT AT UNIT PRICES ALTERNATE A IS USING BID.”          
          
CONTRACT PLANS          
          
Sheet No. Description          
          
1 ADDED Addendum No.2 note in the Title Sheet.          
          
2 ADDED Addendum No.2 symbol to the Index Sheet.          
          
6 REVISED the word “HMA” in note 10 to “ASPHALT”.          
          
29 REVISED Structural Schedule for TMH-7, and Pipe Schedule for TMH-2 and TMH-7.          
          
30 REVISED Planting Details for Bio Swale 2.          
          
31 REVISED Planting Details for Bio Swale 3.          
          
32 REVISED Planting Details for Wet Swale 1.          
          
33 REVISED Note #4 under Clearing and Grubbing Phase, and Note #16 under Final Phase (MOT Phase 3B-5).          
          
ADDED Revision box.          
          
34 REVISED the LOD line approximately between Sta. 103+26 RT and Sta. 105+40 RT.          
          
35 ADDED label TES-1 for the end treatment approximately at Sta. 206+75.73 LT, and tree protection fence between Sta. 206+50 RT and Sta. 207+30 RT.          
          
REVISED the location of TMH-7 and the connecting pipe.          
          
36 ADDED tree protection fence along both sides of Nichols Way.          
          
38 REVISED the location of the connecting pipe south of TMH-2.          
          
40 ADDED label TES-1 for the end treatment approximately at Sta. 206+75.73 Lt, and tree protection fence Sta. 206+50 RT and Sta. 207+30 RT.          
          
REVISED the location of TMH-7 and the pipe.          
          
41 ADDED tree protection fence along both sides of Nichols Way.          
          
43 REVISED the location of the connecting pipe south of TMH-2.          
          
44 REVISED storm drain pipe lengths and slopes between TMH-2 and TMH-7 and between TMH-7 and TES-1.          
          
CONTRACT PLANS (continued)          
          
Sheet No. Description          
          
46 ADDED tree protection fence Sta. 206+50 RT and Sta. 207+30 RT.          
          
47 ADDED tree protection fence along both sides of Nichols Way.          
          
56 REVISED sediment and erosion control note, the master material list and the LOD line between Sta. 103+26 RT and Sta. 105+40 RT.          
          
57 ADDED Notes for stamped concrete.          
          
REVISED the Material List and Stabilization Notes.           
          
58 REVISED Stabilization Notes.          
          
59 ADDED Bio Swale 2 and related note.          
          
REVISED Stabilization Notes.          
          
CONTRACTOR QUESTIONS          
          
INCLUDED IN THIS RESPONSE ARE CONTRACTOR QUESTIONS RECEIVED AS OF 02/18/16.          
          
The following questions were received from plan purchasers. The responses are provided for clarification to all bidders in bold after the questions:          
          
Q1: Temporary drainage pipe and structures as described on sheets 33 through 38 are not clearly defined in the sequence as to when they can be removed. During which phase or at what point in the sequence are they to be removed? Also, under what bid item is their removal and disposal to be paid?          
          
A1: The sequence has been adjusted on Sheet No. 33 to clearly define when the temporary pipes will be removed. The pipe removal will be paid under the Removal of Existing Pipe (Item No. 3002) and the quantity has been adjusted. A new pay item, Remove Existing Manhole (Item No. 2007), has been created in Addendum No. 2 to remove and dispose the structures.          
          
Q2: Drainage structures TI-2, I-3, I-4, I-5 and I-6 all have a depth of 0.00 per plan. Please provide invert elevations for the structures.          
          
A2: The inlets mentioned under Question 2 are all open back COG inlets. They will be placed at grade with the surrounding curb and the ditch at the back will tie as needed. The grade elevations are provided on Sheet No. 15 to 18. The depth means additional vertical height, which are compared to the depth shown in the Standard No. MD 374.68.          
CONTRACTOR QUESTIONS (continued)          
          
Q3: Item 1001 Construction Protection Plan is stated to be paid as per each. Currently the bid quantity is for 2 EA. Please explain how the various stages of pre-construction, during construction, and post-construction activities involved with this item are to be quantified as 2EA? It seems as though this should be a Lump Sum item or as a 1 EA item.          
          
A3: The Measurement and Payment Unit for item No. 1001 has been revised in Addendum No. 2.          
          
Q4: Special Provisions 100 – Archeological Site 18CE385 Measurement and Payment states that backfilling archeological features uncovered during construction are to be paid at the unit price for Selected Borrow.          
a. Currently the bid item quantity for Selected Borrow is 303CY. Can you please provide the limits of the potential archeological areas?          
b. Under what item is the excavation of archeological features to be paid?          
          
A4: Archaeological features could be uncovered anywhere in the project LOD, except southeastern quadrant containing the gas station.  We cannot predict up front if any will be present, where they might be uncovered, or if they will require archaeological investigation. The special provision is designed to cover unanticipated discoveries. If archaeological features are uncovered during construction, SHA will be responsible for their scientific excavation not the contractor. Refer to the special provision - Potential Archeological Resources in the IFB for the procedure to be followed when encountering archeological features during construction.          
          
Q5: Item 3029 Bioretention Soil Mix 95CY appears to represent Bioswale 3 only. Quantity is off and seems does not include Bio swale 2. Please clarify.          
          
A5: The quantity of Bioretention Soil Mix (Item No. 3029) has been increased to account for the second bio swale.          
          
          
Questions relating to this Addendum No. 2 may be directed in writing to:          
          
Mr. Jason A. Ridgway, P.E.          
Director, Office of Highway Development          
707 North Calvert Street, C-102           
Baltimore, Maryland 21202          
ATTN: Ms. Mekdes Tabor          
          
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. Mekdes Tabor, 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.          
Contract No.: CE3865176          
Addendum No. 2          
February 22, 2016          
Page 6