MARYLAND STATE HIGHWAY ADMINISTRATION OFFICE OF HIGHWAY DEVELOPMENT DESIGN TECHNICAL SERVICES DIVISION 707 NORTH CALVERT STREET BALTIMORE, MARYLAND 21202 February 19, 2016 Contract No. FR1985177 F.A.P. No. N/A Description: Resurfacing on US 340 from MD 17 to Lander 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 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 iv REPLACED Special Provision “DESIGN DESIGNATION CHART”, revised design designation limits. 42 REPLACED Special Provision “PROJECT DESCRIPTION”. 43-48 REPLACED Special Provision “NOTICE TO CONTRACTOR”, revised sequence of construction, removed railroad statement. 103-106 REPLACED Special Provision – “SECTION 308 – EROSION AND SEDIMENT CONTROL”, site information updated. 108 REPLACED Special Provision “SECTION 309 – CONCRETE DITCHES”. 137A-137C ADDED Special Provision “SECTION 556 – PREFORMED THERMOPLASTIC PAVEMENT MARKINGS”. 232A-232D ADDED Special Provision Insert “SECTION 924 – COLD PATCH MATERIAL”. 245A-245D ADDED Special Provision “SECTION 951.06 – PAVEMENT MARKING MATERIALS”. 259 REVISED Special Provision “BRIDGE STRUCTURE CLEARANCE SCHEMATIC”, removed note regarding required clearance. INVITATION FOR BIDS BOOKLET (continued) Page No. Description 260A ADDED Special Provision “RIPRAP CHANNEL FROM M/M 5.03 TO 5.07”. 260B ADDED Special Provision “RIPRAP CHANNEL FROM M/M 4.76 TO 4.77”. 262 REVISED Special Provision “DETAIL DRAWING CURB REMOVAL WITH LOD SECTION”, added Class 1 Excavation note. 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 277 DELETED Item No. 1001 (110100) LUMP SUM of “CLEARING AND GRUBBING”. 281 INCREASED QUANTITY Item No. 2002 (202065) “COMMON BORROW” from 118 to 177 CUBIC YARDS. 285 REVISED Category Code Number and Description of Item No. 5014 from (585424) “24 INCH WHITE LEAD FREE REFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS” to (585625) “24 INCHD PREFORMED THERMOPLASTIC PAVEMENT MARKING LINES”. ADDED Item No. 5018 (504518) LUMP SUM of “SUPERPAVE ASPHALT MIX 9.5MM FOR WEDGE/LEVEL, PG 64S-22, LEVEL 2”. 289 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 02/08/2016. The following questions were received from plan purchasers. The responses are provided for clarification to all bidders in bold after the questions: Q1: Please clarify the area of Item 1001, Clearing and Grubbing. I cannot find any spec or area in the bid book. A1: Item 1001, Clearing and Grubbing has been removed (Addendum No. 1). Q2: Please clarify the use of Item 2001, Class 1 Excavation. I cannot find where this work is to be done. A2: Item 2001, Class 1 Excavation is to be used for grading adjustments associated with curb removal. A note has been added on page 262, Curb Removal with LOD Section (Addendum No. 1). Q3: On page 108 of the specs, it has an insert for “Concrete Ditch Repair”. I do not see where this work is and there isn’t a big item for it. Please clarify. A3: SP 309 – Concrete Ditches has been revised and “Concrete Ditch Repair” is no longer included (Addendum No. 1). Q4: There is a problem with the spec on page 259 for the Bridge Clearances. The existing clearance on the MD 17 bridge is 15.75’. The required minimum is 16.75’. That is 12” difference. For this area the problem is twofold. First, the existing asphalt is only 8.75” to 12.75” thick on the mainline 340 per the pavement legend on page 270. How do we remove 14” of existing asphalt when the most it can be is 12.75”? A4: The existing vertical clearance for the structures will be maintained and no changes to the grinding and resurfacing depths will be needed to meet vertical clearance requirements. The bridge structure clearance schematic (page 259) has been revised to remove the note about meeting minimum MDSHA Criteria (Addendum No. 1). Q5: Second, I cannot tell how far we must go in each direction of the bridge to get the clearance and on the west end are we going to go past the limit of the of mile marker 4.35? The same conditions exist for the Lander Road Bridge, which requires 9” of additional grinding to get the minimum clearance. Another problem is Maintenance of Traffic. How does the state propose we maintain traffic while doing these grinding depths? Please review these issues and clarify the work requirements for each bridge. A5: The resurfacing limits on the west end of the project is the existing resurfacing joint west of MD 17. On the east end, the resurfacing limit is just west of Lander Rd. Bridge. Please see response above regarding the vertical clearance for the structures. Questions relating to this Addendum No. 1 may be directed in writing to: Mr. Mark Crampton District Engineer, District 7 5111 Buckeystown Pike Frederick, Maryland 21704 Attn: Ms. April Stitt If time is of the essence, handwritten questions may be transmitted to FAX No.: (410)-624-8225. All questions are to be addressed to Ms. April Stitt, 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.: FR1985177 Addendum No. 1 February 19, 2016 Page 3