<<

Lower Westchester Bridge Bundle

DESIGN-BUILD PROJECT

PIN 8101.46, Contract D900049

Request for Proposals

Addendum #6

December 12, 2019 State Department of Transportation

Modification to the Request for Proposals Lower Westchester Bridge Bundle Design-Build Project PIN 8101.46, Contract D900049

Note to Proposers

Differences between the deleted pages and the revised pages have been identified as follows: • Brackets have been inserted on the left-hand margin of the pages to indicate where changes have been made to the documents; and • Text additions have been shown in underlined red font and text deletions have been shown in crossed out red font. General Instructions

Delete Page A-3 of the Instructions to Proposers, Appendix A, Project Information, and substitute the attached revised Page A-3.

Delete Form LDB, Form SCD and Form WPS of the Instructions to Proposers, Appendix E, Forms, and substitute the attached revised Form LDB, Form SCD and Form WPS.

Delete Pages 9, 10, 11, 119, 138, 149, 165, 176, 178 and 179 of the DB Contract Documents, Part 3, Project Requirements, and substitute the attached revised 9, 10, 11, 119, 138, 150, 165, 176, 178 and 179. Please note, there are no tracked changes on Page 179 but the page is included due to the shift of text resulting from the additions to Page 178.

Delete Pages 4-7, 4-8, 4-11, 4-14, 4-15 and 4-18 of the DB Contract Documents, Part 4, Utility Requirements, and substitute the attached revised Pages 4-7, 4-8, 4-11, 4-14, 4-15 and 4-18.

No other provision of the solicitation is otherwise changed or modified.

New York State Department of Transportation

https://www.dot.ny.gov/main/business-center/designbuildproject49

A5.0 PROCUREMENT SCHEDULE

A5.1 ANTICIPATED PROCUREMENT SCHEDULE The Department anticipates the following procurement schedule for the Contract:

Activity Date

Draft RFP Informational Meeting September 20, 2019

Final RFP to Shortlisted Firms October 4, 2019

Date Proposers may start submitting ATCs for review October 7, 2019

Proposal period one-on-one meetings with all Proposers. October 16 – December 10, 2019

Final date for Proposers to submit new ATC’s for review December 2, 2019 Final date for requests for changes to Proposer’s organization November 25, 2019 and personnel Final date for Proposers to submit revised ATCs for final review December 11, 2019 Final date for Department’s responses to new ATCs submitted December 9, 2019 for review Final date for Department’s responses to revised ATCs December 13, 2019 submitted for review Final date for receipt of Proposer questions December 1311, 2019 Final date for Proposers to respond to conditional approval of December 16, 2019 ATC’s Issue Date for Final Addendum and/or answers to Proposer December 20, 2019 questions Proposal Due January 15, 2019

Post Proposal meetings (if required) January 29-30, 2019

Selection of Best Value February 14, 2019

Limited Negotiations (if required) TBD

Contract Award April 30, 2020

Notice to Proceed April 30, 2020

This is a tentative schedule. All dates set forth in the preceding table and in this RFP are subject to change, in the Department’s’ sole discretion. To the extent that dates are changed, the Department shall notify the Proposers by Addendum.

A5.2 PROPOSAL DUE DATE The completed Proposal shall be delivered to the Department’s Designated Representative at the address specified in Section A8.0, no later than 12:00 P.M. (midday) (Eastern Time), on the date specified in Section A5.1 (the “Proposal Due Date”).

Lower Westchester Bridge Bundle Instructions to Proposers, Appendix A PIN 8101.46, Contract D900049 A-3 Addendum #6 December 12, 2019 New York State Department of Transportation

FORM LDB - LIST OF PROPOSED DBES

Complete Form LDB Table 1 to list all proposed DBE/MBE/WBE/SDVOBs in the Proposer’s team and total commitments. Complete Form LDB Table 2 to list proposed work items of DBE/MBE/WBE/SDVOB utilization for which DBE/MBE/WBE/SDVOB firms have not yet been assigned by the Proposer, excluding DBE/MBE/WBE/SDVOB activity covered in Form LDB Table 1. Refer to the contract goal page to determine which goals apply to this contract. The DBE program applies to Federal-Aid contracts; the MBE/WBE/SDVOB programs applies to non-Federal-Aid contracts. Use additional rows / sheets as necessary.

Form LDB Table 1 - PROPOSED LIST OF NAMED DBE/MBE/WBE/SDVOB PARTICIPANTS

CONTRACT # PROPOSER

Work Category NYSDOT Commitment % Credit (Design, Inspection, DBE/MBE/WBE/SDVOB DBE/MBE/WBE/SDVOB (In Dollars Description of Work Claimed Materials, Construction, Firm Name Work Codes Committed) (see Note 2) Trucking, etc) (See Note 1) (See Note 4) (See Note 3)

Lower Westchester Bridge Bundle Form LDB Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

Form LDB Table 1 - PROPOSED LIST OF NAMED DBE/MBE/WBE/SDVOB PARTICIPANTS

CONTRACT # PROPOSER

Work Category NYSDOT Commitment % Credit (Design, Inspection, DBE/MBE/WBE/SDVOB DBE/MBE/WBE/SDVOB (In Dollars Description of Work Claimed Materials, Construction, Firm Name Work Codes Committed) (see Note 2) Trucking, etc) (See Note 1) (See Note 4) (See Note 3)

Total Commitment = $

Lower Westchester Bridge Bundle Form LDB Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

Form LDB Table 2 - PROPOSED WORK FOR DBE/MBE/WBE/SDVOBs (excluding DBE/MBE/WBE/SDVOB commitments listed in Table 1) CONTRACT # PROPOSER

Work Category NYSDOT Net Minimum Proposed (Design, Inspection, Materials, DBE/MBE/WBE/SDVOB Description of Work Participation Construction, Trucking, etc) Work Codes (in Dollars) (See Note 4) (See Note 3) (See Note 1)

Lower Westchester Bridge Bundle Form LDB Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

Form LDB Table 2 - PROPOSED WORK FOR DBE/MBE/WBE/SDVOBs (excluding DBE/MBE/WBE/SDVOB commitments listed in Table 1) CONTRACT # PROPOSER

Work Category NYSDOT Net Minimum Proposed (Design, Inspection, Materials, DBE/MBE/WBE/SDVOB Description of Work Participation Construction, Trucking, etc) Work Codes (in Dollars) (See Note 4) (See Note 3) (See Note 1)

Note 1: For cross reference between NYSDOT work codes and NAICS work codes, go to: https://www.dot.ny.gov/main/business-center/civil-rights2/civil-rights-repository/Tab/20171108_NAICS.xls Note 2: This is: 100% for subcontracting, trucking, professional services, manufacturing, and fabricating; 60% of the value of materials for materials supply; and, the commission or fee percentage for brokering or manufacturer’s representative. Note 3: List only 1 Work Category per row, even if it is the same DBE/MBE/WBE/SDVOB. The Description of Work shall correspond to the Work Category in the same row. Note 4: The value of the Commitment reflects the net amount to be credited toward the goal based upon the % Credit Claimed. Example 1: Subcontracting clearing and grubbing $50,000 @ 100% = $50,000 Commitment. Example 2: Supply geotextile fabric $10,000 @ 60% = $6,000 Commitment.

Lower Westchester Bridge Bundle Form LDB Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

FORM SCD SCHEDULE OF CONTRACT DURATIONS

Table SCD - 1

OVERALL PROJECT COMPLETION LIQUIDATED PROJECTED DURATION DAMAGES COMPLETION ACTIVITY (Calendar Days AMOUNT (PER DATE past NTP) DAY) (MM/DD/YYYY) (See Notes 3 and 4) PROJECT SUBSTANTIAL COMPLETION $10,000 (See Notes 1 and 2) PROJECT COMPLETION $7,000 (See Notes 1 and 2)

Table SCD – 2a

PROJECT COMPONENT TRAFFIC IMPACT DURATIONS (See Note 5) TRAFFIC IMPACT LIQUIDATED DAMAGES AMOUNT PROJECT COMPONENT DURATION (PER DAY) (CALENDAR DAYS) (See Notes 4 and 6)

EAST LINCOLN AVENUE BRIDGE OVER HUTCHINSON Max Allowed RIVER PARKWAY AND $30,000 425 (See Note 8) EAST LINCOLN AVENUE/FIRST Max Allowed AVENUE CORRIDOR $15,000 (See Note 9) 525500 HUTCHINSON RIVER PARKWAY Max Allowed RECONSTRUCTION $20,000 (See Note 10) 150120

RAMP R RECONSTRUCTION Max Allowed $5,000 (See Note 11) 45

SAW MILL RIVER PARKWAY Max Allowed RECONSTRUCTION $20,000 475 (See Note 12) ROUTE 1 BRIDGE OVER Max Allowed $20,000 70 (See Note 13)

Lower Westchester Bridge Bundle Form SCD Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

ROUTE 1 RECONSTRUCTION Max Allowed $10,000 (See Note 14) 400240

Table SCD – 2b

PROJECT COMPONENT WEEKDAY NON-PEAK CLOSURES

LIQUIDATED DAMAGES AMOUNT PROJECT COMPONENT WEEKDAY NON-PEAK (PER CLOSURE) CLOSURES (See Notes 4 and 7)

RAMP S RECONSTRUCTION Max Allowed $5,000 (See Note 15) 5

Max Allowed RAMP T RECONSTRUCTION $5,000 10 (See Note 16)

RAMP U RECONSTRUCTION Max Allowed $5,000 (See Note 17) 10

Notes:

1.) The Project Completion Date, to be included in the DB Agreement, Article 4.2, shall be defined by the number of calendar days past NTP as proposed by the successful Proposer and agreed to by the Department. Project Substantial Completion for the purposes of this Form SCD is defined as all construction activities completed and no additional impacts to traffic. Remaining paperwork (i.e. As-Builts, close-out documentation, payments) may occur after the Project Completion date for the purposes of this Form SCD.

2.) The Project Completion Date shall be computed by adding 90 calendar days to the Project Substantial Completion Date from Table SCD-1 and shall include complete demobilization from the work sites.

The Design Builder’s attention is directed to the fact that in no event shall the Project Substantial Completion Date in Table SCD-1 exceed 7/16/2022. In the event the Project Substantial Completion Date exceeds 7/16/2022, it will result in the determination of non- responsiveness.

3.) Liquidated Damages will be assessed, in the amount indicated in Table SCD-1, for failure to achieve Project Completion and Project Substantial Completion as required.

4.) Multiple Liquidated Damages may be assessed concurrently for failure to complete the required project work in accordance with the Design-Builder’s SCD provisions.

Lower Westchester Bridge Bundle Form SCD Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

5.) Indicate the number of Traffic Impact Durations for each site. Traffic Impact Duration means the number of consecutive Calendar Days between the date of the first Traffic Impact Day for a given roadway or structure and the date of the last Traffic Impact Day for that roadway or structure, as defined in Notes 8 through 14. a) The use of WZTC devices and lane closures to collect engineering data in accordance with the RFP may be performed without counting toward the Traffic Impact Duration provided no physical work of any kind is performed. b) Landscaping work, including vegetative plantings but not turf establishment, is excluded from the counting of Traffic Impact Days.

6.) Liquidated Damages will be assessed, in the amount indicated, for each calendar day or partial calendar day due to failure to achieve all necessary work associated with the Project Component as submitted by the Design-Builder and indicated in Tables SCD-2a.

7.) Liquidated Damages will be assessed in the amount indicated for each Weekday Non- Peak Ramp Closure, regardless of duration, to achieve all necessary work associated with the Project Component as submitted by the Design-Builder and indicated in Table SCD- 2b.

8.) East Lincoln Avenue Bridge over Hutchinson River Parkway and Hutchinson River is defined as all work associated with the replacement of BINs 5500100 and 3348300, with a continuous multi-span structure. Counting of Traffic Impact Days will begin on the day vehicular or pedestrian traffic is detoured from the existing bridge and will continue until all work on the new structure is completed, with the exception of the stone veneer, and the bridge is permanently open to vehicular and pedestrian traffic in its final configuration.

9.) East Lincoln Avenue/First Avenue Corridor is defined as all permanent work associated with the Reconstruction of East Lincoln Avenue and First Avenue, that will impact traffic and local businesses within the Lincoln Ave. and First Ave. limits of work. Counting of Traffic Impact Days will begin upon the commencement of the setup of necessary WZTC devices to facilitate any permanent construction work not related to utilities within these limits, and will continue until all construction work is complete including relocation of utilities, removal of all temporary works, and final grading, and the roadways are permanently open to vehicular and pedestrian traffic in their final configuration, with no further disruption to traffic.

10.) Hutchinson River Parkway (HRP) work is defined as all permanent work within the pavement cross section from the existing edge of shoulder southbound to the existing edge of shoulder northbound between Station 95+05+- and Station 114+50+-. The Design Builder’s attention is directed to the fact that no permanent work may be performed on the HRP within the southbound edge of shoulder to the northbound edge of shoulder without triggering the start of the clock associated with the HRP on Form SCD. Work of any nature outside the edge of shoulders that is performed with the use of lane closures, as permitted within the time periods allowed, will not trigger the start of the HRP clock. Counting of Traffic Impact Days will begin on the day that permanent work not related to utilities, within the existing edge of shoulder southbound to the existing edge of shoulder

Lower Westchester Bridge Bundle Form SCD Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

northbound shoulder areas and mainline pavement and median, beginshas begun and will be counted continuously until all permanent construction on the HRP from edge of shoulder to edge of shoulder has been completed, including but not limited to: drainage, guide-railing, pavement, signs, pavement markings and median reconstruction, and the roadways are permanently open to vehicular traffic in their final configuration. Work of any nature outside the edge of shoulders that is performed with the use of lane closures, in accordance with project requirements, will not trigger the start of the HRP clock.

a. In the event that the Design-Builder fails to restore temporary lane closures or directional closures on the HRP in accordance with the time requirements stated in the OCMC Permit and Project Requirements, the Design-Builder will be assessed $250/minute/lane for each minute exceeding the permitted time for the lane closure.

11.) Ramp R Reconstruction is defined as all work associated with the reconstruction of Ramp R, including the replacement of the existing Ramp R culvert with a new bridge structure. Counting of Traffic Impact Days will begin on the first day that vehicular traffic is detoured from Ramp R, and will continue until all work associated with the reconstruction of the Ramp, including the new structure and pedestrian path, is complete and the Ramp is permanently open to vehicular and pedestrian traffic in its final configuration, with no further disruption to traffic.

12.) Reconstruction is defined as all work within and adjacent to the Parkway that will impact traffic from approximate Station 880+00 to approximate Station 956+00. This work includes, but is not limited to, subgrade stabilization from approximate Station 933+00 to approximate Station 950+00 and replacement of BINs 5500839 and 5500859. Counting of Traffic Impact Days will begin upon the commencement of the setup of necessary WZTC devices on Saw Mill River Parkway to facilitate any related construction work within these limits and will continue until all bridge and highway construction within Saw Mill River Parkway is complete, and Saw Mill River Parkway traffic is in its final configuration with no further disruption to traffic.

13.) Route 1 Bridge over Mamaroneck River is defined as all work associated with the replacement of BIN 1000040 that impacts traffic. Counting of Traffic Impact Days will begin on the day vehicular or pedestrian traffic is detoured from the existing bridge or traffic cannot be restored in accordance with Part 3, Section 19.3.5, and will continue until the new structure and approaches are completed to the extend necessary to conform with the WZTC requirements of Part 3, Section 19.3.5.

14.) Route 1 Reconstruction is defined as all work associated with the Reconstruction of Route 1 that will impact vehicular and pedestrian traffic within the Route 1 limits of work, including the adjacent park areas and the intersection with Mamaroneck Ave. Counting of Traffic Impact Days will begin upon the commencement of the setup of necessary WZTC devices to facilitate any related construction work not related to utilities within these limits, and will continue until all construction work including utilities is complete and the roadway, new bridge, and parks are permanently open to vehicular and pedestrian traffic in their final configuration, with no further disruption to vehicular or pedestrian traffic.

Lower Westchester Bridge Bundle Form SCD Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

15.) Ramp S Reconstruction is defined as all work associated with the reconstruction of Ramp S that impacts traffic. Counting of Weekday Non-Peak Closures will include any Non-Peak Closure, regardless of duration, which requires that vehicular traffic is detoured from Ramp S. All construction work associated with this ramp must be completed no later than the completion of the Hutchinson River Parkway Reconstruction as defined in Table SCD-2a.

16.) Ramp T Reconstruction is defined as all work associated with the reconstruction of Ramp T that impacts traffic. Counting of Weekday Non-Peak Closures will include any Non-Peak Closure, regardless of duration, which requires that vehicular traffic is detoured from Ramp T. All construction work associated with this ramp must be completed no later than the completion of the Hutchinson River Parkway Reconstruction as defined in Table SCD-2a.

17.) Ramp U Reconstruction is defined as all work associated with the reconstruction of Ramp U that impacts traffic. Counting of Weekday Non-Peak Closures will include any Non-Peak Closure, regardless of duration, which requires that vehicular traffic is detoured from Ramp U. All construction work associated with this ramp must be completed no later than the completion of the Hutchinson River Parkway Reconstruction as defined in Table SCD-2a.

The Proposer commits to meet the Contract Durations specified above.

PROPOSER SIGNED DATE NAME (printed or typed) TITLE

Lower Westchester Bridge Bundle Form SCD Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

FORM WPS WORK PAYMENT SCHEDULE

WORK PAYMENT SCHEDULE No. 1 - Item 800.06000115 Hutchinson River Parkway Flood Mitigation in the Vicinity of the East Lincoln Avenue (BINs 5500100, 3348300 and Culvert CIN 890715) PERCENT OF MAXIMUM LUMP SUM PERCENT WORK ITEM PRICE (To be OF LUMP completed by D- SUM PRICE B)1

Work Zone Traffic Control 3% Demolition and Removal of Existing East Lincoln Avenue 6% Bridge, including Approach Slabs Demolition and Removal of Existing Ramp R Culvert 2% Construct East Lincoln Avenue Substructures 1520% Fabricate and Install East Lincoln Avenue Superstructure 15% Construct East Lincoln Avenue Reinforced Concrete 15% Bridge Deck Slab, Barrier, Sidewalk and Curbs & Approach Slabs Construct Drainage System 53% East Lincoln Avenue Roadway Construction, including 6% utility relocations First Avenue Roadway Construction 4% Wilson Woods Park Road Roadway Construction 23% Ramp R Structure Roadway Construction 5% HRP Roadway Construction, including widening, 812% reconstruction, resurfacing, and barrier Ramp R Roadway Construction 4% Ramp S Roadway Construction 4% Ramp T Roadway Construction 4% Ramp U Roadway Construction 4% Flood Mitigation Elements 146% Fabricate and Install Roadway Lighting, Traffic Signals, 4% Signage and Markings Fabricate and Install Bridge Rail, Approach Guide Railing 6% and Fencing Punch list work, Site Cleanup and Restoration 2% (fixed)

Lower Westchester Bridge Bundle Form WPS Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

Final Acceptance (Per DB §109-09B) 1% (fixed) Final Agreement (Per DB §109-09D) 1% (fixed)

WORK PAYMENT SCHEDULE No. 2 - Item 800.06000215 Saw Mill River Parkway NY Route 987D Flood Mitigation (BINs 5500839 and 5500859) PERCENT OF MAXIMUM LUMP SUM PERCENT OF WORK ITEM PRICE (To be LUMP SUM completed by D- PRICE B)1

Work Zone Traffic Control 6% Demolition and Removal of BIN 5500839, including 45% Approach Slabs Demolition and Removal of BIN 5500859, including 45% Approach Slabs Demolition and Removal of Existing RCP Culvert 23% Construct Bridge Substructures and Wingwalls (BIN 68% 5500839 location) Construct Bridge Substructures and Wingwalls (BIN 68% 5500859 location) Fabricate and Install Bearings and Superstructure (BIN 68% 5500839 location) Fabricate and Install Bearings and Superstructure (BIN 68% 5500859 location) Construct Reinforced Concrete Bridge Deck Slab, 68% Barrier, Sidewalk and Curbs, and Concrete Approach Slabs (BIN 5500839 location) Construct Reinforced Concrete Bridge Deck Slab, 68% Barrier, Sidewalk and Curbs, and Concrete Approach Slabs (BIN 5500859 location) Construction of Earthwork and Embankment including 8% Graded Ditch Construct Drainage System 6% Roadway Construction, including widening, 20% reconstruction, resurfacing, and barrier Subgrade Stabilization in Pavement Settlement Area 2510% Fabricate and Install Roadway Lighting and Signage 5% Fabricate and Install Bridge Rail, Approach Guide Railing 5% and Fencing Construction of Wetland Mitigation 5%

Lower Westchester Bridge Bundle Form WPS Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

Punch list work, Site Cleanup and Restoration 2% (fixed) Final Acceptance (Per DB §109-09B) 1% (fixed) Final Agreement (Per DB §109-09D) 1% (fixed)

WORK PAYMENT SCHEDULE No. 3 - Item 800.06000315 Route 1 over the Mamaroneck River (BIN 1000040) PERCENT OF MAXIMUM LUMP SUM PERCENT OF WORK ITEM PRICE (To be LUMP SUM completed by D- PRICE B)1

Work Zone Traffic Control 6% Demolition and Removal of Existing Bridge Elements 20% including Approach Slabs Construct Bridge Substructures and Wingwalls 20% Fabricate and Install Bearings and Superstructure 15% Construct Reinforced Concrete Bridge Deck Slab, Barriers, 15% Sidewalk and Curbs Reconstruction of the bridge approaches, including 810% Approach Slabs, Barriers, Curbs, and Sidewalk ReplacementProtection of 66” Sewer Line 105% Construct Drainage System 4% Reconstruction of the bridge approachesRoute 1 roadway, including curbs, barrier, and sidewalks and 78% utility relocations Removal of Existing Traffic Signal 2% Fabricate and Install Roadway Lighting, Traffic Signals and 6% Signage Fabricate and Install Bridge Rail, Approach Guide Railing 2% and Fencing Reconstruction of Harbour Island Park 8% Landscaping Work 3% Punch list work, Site Cleanup and Restoration 2% (fixed) Final Acceptance (Per DB §109-09B) 1% (fixed) Final Agreement (Per DB §109-09D) 1% (fixed) (1) Percent of Lump Sum Price to be completed by Proposer. Total percent for all Work Items shall equal 100%

Lower Westchester Bridge Bundle Form WPS Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

(2) Subsequent to Selection of Best Value, the Design-Builder may submit to the Department a more detailed Work Payment Schedule which breaks individual work items into multiple stages, for the Department’s review and acceptance. However, the sum of the percentages proposed for each stage shall equal the percentage for that work item submitted by the Design-Builder included on Form WPS, and in no case shall the payment for any individual stage be more than 50% nor less than 10% of the total percentage bid for that work item. (3) Payment will be verified through the CPM Cost Loaded schedule per SP-8 and SP-3

Lower Westchester Bridge Bundle Form WPS Instructions to Proposers, Appendix E PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019

New York State Department of Transportation

justification and FHWA and/or NYSDOT approval are defined as those not meeting the criteria cited in the Standards listed in this Part 3 – Project Requirements.

1.8 DELIVERABLES Deliverables to be submitted by the Design-Builder throughout the design and construction of this Project, and upon completion of the Project, are specified in the NYSDOT manuals listed in Section 1.6 of this Part 3 – Project Requirements. The Design-Builder may submit deliverables for the Department’s consideration or consultation and written comment in addition to those cited in the NYSDOT manuals. The Design-Builder shall include such additional submittals in its review plan and revise the review plan as necessary to incorporate sufficient advance notice to the Department. It is the goal of the Department that all review and comments be completed within 10 business days. Should the Design-Builder elect to skip the Interim design review, the Department’s total review time as defined in Part 2 – Section 111-9.5 (20 days = Definitive design review + Interim design review + Release for Construction review) will not change.

Unless otherwise indicated elsewhere in the Contract Documents, or directed by the Department’s Project Manager, all deliverables shall be submitted in both electronic format and hardcopy format. Acceptable electronic formats include Bentley Microstation.dgn format and Bentley InRoads.alg and dtm format, Microsoft Word®, Microsoft Excel®, ArcMAP, or searchable portable document format (PDF) files, with no copy or password protection on the file content, unless otherwise indicated in a specific section of this Part 3 - Project Requirements or a Standard cited in a specific section of this Part 3 - Project Requirements.

1.9 INDICATIVE PLANS The Indicative Plans, if provided to the Design-Builder in Part 6 – RFP Plans, convey an overall potential solution to the Project’s needs that the Design-Builder may choose to consider in developing its design. The designs presented herein have been developed to a point sufficient to present the general concepts of the Project and specifically to show the current highway boundaries and the extent of property acquisitions provided by the Department. The Indicative Plans are not mandatory, with the exception of elements specifically mentioned elsewhere in this Part 3.

1.10 DIRECTIVE PLANS The Directive Plans, if provided to the Design-Builder in Part 6 – RFP Plans, depict required elements and components of the Project within specifically defined parameters. The Design- Builder has no latitude to adjust components or details shown on Directive Plans, unless specifically noted or through an approved Alternative Technical Concept (ATC).

1.11 CADD CADD formatting for Design and As-Built Plans shall conform to the Department’s CADD Drafting Standards and CADD Design Standards in effect on the Proposal due date.

1.12 SCHEDULE OF PROJECT COMPLETION All work on the design, and on the construction, shall be completed in accordance with Part 2, DB Section 100, 103-06, Article 4Part 1, DB Agreement, Article 2, Contract Time, but in no case shall the Project Completion Date be later than October 14, 2022.

Lower Westchester Bridge Bundle 9 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

1.13 WORK PAYMENT SCHEDULE Progress Payments will be made as each Work Item is completed to the satisfaction of the Department’s Construction Quality Assurance Engineer. Progress payments shall be subject to the requirements of DB §109-2. Payments for Design, Construction Inspection and Laboratory activities will be made in conformance with DB § 109-2.2.

WORK PAYMENT SCHEDULE No. 1 - Item 800.06000115 Hutchinson River Parkway Flood Mitigation in the Vicinity of the East Lincoln Avenue (BINs 5500100, 3348300 and Culvert CIN 890715) PERCENT OF MAXIMUM LUMP SUM PERCENT OF WORK ITEM PRICE (To be LUMP SUM completed by D- PRICE B)1

Work Zone Traffic Control 3% Demolition and Removal of Existing East Lincoln 6% Avenue Bridge, including Approach Slabs Demolition and Removal of Existing Ramp R Culvert 2% Construct East Lincoln Avenue Substructures 1520% Fabricate and Install East Lincoln Avenue 15% Superstructure Construct East Lincoln Avenue Reinforced Concrete 15% Bridge Deck Slab, Barrier, Sidewalk and Curbs & Approach Slabs Construct Drainage System 53% East Lincoln Avenue Roadway Construction, 6% including utility relocations First Avenue Roadway Construction 4% Wilson Woods Park Road Roadway Construction 23% Ramp R Structure Roadway Construction 5% HRP Roadway Construction, including widening, 812% reconstruction, resurfacing, and barrier Ramp R Roadway Construction 4% Ramp S Roadway Construction 4% Ramp T Roadway Construction 4% Ramp U Roadway Construction 4% Flood Mitigation Elements 146% Fabricate and Install Roadway Lighting, Traffic 4% Signals, Signage and Markings

Lower Westchester Bridge Bundle 10 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

Fabricate and Install Bridge Rail, Approach Guide 6% Railing and Fencing Punch list work, Site Cleanup and Restoration 2% (fixed) Final Acceptance (Per DB §109-09B) 1% (fixed) Final Agreement (Per DB §109-09D) 1% (fixed)

WORK PAYMENT SCHEDULE No. 2 - Item 800.06000215 Saw Mill River Parkway NY Route 987D Flood Mitigation (BINs 5500839 and 5500859) PERCENT OF MAXIMUM LUMP SUM PERCENT OF WORK ITEM PRICE (To be LUMP SUM completed by D- PRICE B)1

Work Zone Traffic Control 6% Demolition and Removal of BIN 5500839, including 45% Approach Slabs Demolition and Removal of BIN 5500859, including 45% Approach Slabs Demolition and Removal of Existing RCP Culvert 23% Construct Bridge Substructures and Wingwalls (BIN 68% 5500839 location) Construct Bridge Substructures and Wingwalls (BIN 68% 5500859 location) Fabricate and Install Bearings and Superstructure 68% (BIN 5500839 location) Fabricate and Install Bearings and Superstructure 68% (BIN 5500859 location) Construct Reinforced Concrete Bridge Deck Slab, 68% Barrier, Sidewalk and Curbs, and Concrete Approach Slabs (BIN 5500839 location) Construct Reinforced Concrete Bridge Deck Slab, 68% Barrier, Sidewalk and Curbs, and Concrete Approach Slabs (BIN 5500859 location) Construction of Earthwork and Embankment 8% including Graded Ditch Construct Drainage System 6% Roadway Construction, including widening, 20% reconstruction, resurfacing, and barrier Subgrade Stabilization in Pavement Settlement Area 2510%

Lower Westchester Bridge Bundle 11 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

The Design-Builder shall provide verification, integrity, and proof testing of columns as stated below and in accordance with Department and FHWA standards. The below requirements supplement, but do not supersede, Department and/or FHWA standards.

Driven Columns  Dynamic pile load testing, or equivalent verification testing, must be performed on a minimum of 2% of all driven columns, with a minimum of one test per pile design and/or representative subsurface condition at the project site.

 All driven columns must have a similar design and be driven to similar termination criteria as the closest load tested column.

Drilled Columns  Static axial compressive load tests must be performed on 0.2% of all drilled columns, with a minimum of one test per column design and/or representative subsurface condition at the project site. This testing must be completed on non-production columns and is to be used for design verification. For sites requiring more than 5 static axial load tests that have demonstrated consistent load test results, the Department may elect to substitute additional proof tests for required static axial compressive load tests.

 Integrity testing shall be performed on a minimum of 10% of all drilled columns. Integrity testing shall consist of, as a minimum, low strain impact and/or thermal integrity profiling.

 Proof testing of production columns must be performed on a minimum of 1% of all columns.

 All production columns must have a similar design and be constructed using similar methods, including grout/concrete placement volumes and installation pressures, as the closest test pile. All installation data and observations must be recorded on an installation log.

As part of the As-Built Plans, the Design-Builder shall provide installation records for all columns installed in accordance with Department standards.

13.4.4 Condition Surveys

13.4.4.1 Pre-Construction Condition Survey

The Design-Builder shall conduct a pre-construction inspection and survey of the existing condition of all structures and properties within 100 feet of vibration or settlement causing construction activities and generate photographic and video documentation of existing damage, leaks and cracks, in accordance with the requirements of NYSDOT Special Specification 634.99010017. The pre-construction condition survey shall form the basis against which all new cracks, existing progressive cracks, or damage will be measured.

The pre-construction inspection and survey of the existing bank building at the northwest corner of the Route 1 Bridge over Mamaroneck River shall confirm if the existing bridge is structurally independent from the existing bank building.

The Design-Builder shall conduct a pre-construction inspection and survey of the existing condition of the Westchester County sewer within the project limits of the Saw Mill River Parkway

Lower Westchester Bridge Bundle 119 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

16.3.3 Conduit/Cabling Requirements

The following cables shall be utilized during the installation of new signal heads, pedestrian/countdown timers, interconnect and pushbutton signs:

A) Pedestrian/Countdown Timer and pushbutton sign: furnish and install 5C#14 awg cable for each set display;

B) One way signal heads: furnish and install a minimum of 5C#14 awg cable;

C) Two-way signal heads: furnish and install a minimum of 10C#14 awg cable; and

D) Three-way signal heads: furnish and install a minimum of 15C#14 awg cable.

The Design-Builder shall furnish and install fiber optic cable for any underground interconnect installation. A drop cable meeting the requirements of the Department’s Special Specification 683.07250010 shall be connected to the cabinet. The interconnect shall be coordinated with ITS plans.

The Design-Builder shall furnish and install the following conduit as a minimum:

A) Detection loop conduits shall be 1” Flex between the first junction box and loop.

B) Conduits under roadway shall be 3” RGS.

C) Conduits between Span or Mast Arm poles and nearest junction box shall include a 1” RGS and 4” RGS.

D) Conduits between Pedestrian poles and nearest junction box shall use a 2” RGS.

E) All other underground conduit installations shall be 2” RGS.

16.3.4 Signal Heads/ Signal Poles

All signal faces to be installed as part of this Project shall be 12” LED. Mainline approaches require one through head for every through lane for multilane approaches. For the purposes of traffic signal design, signal heads not facing the mainline approach shall have 5” back plates with 3” yellow reflective tape.

All pedestrian signals shall be 1216” LED and shall consist of combination “Walking Man”/”Hand” symbols with countdown timers. Pedestrian signal installations shall also include audible signals, countdown timers and ADA compliant pedestrian pushbuttons for all marked, signalized crosswalks. Pedestrian countdown timers shall meet the requirements of Special Specification 680.81500010 – Pedestrian Count-down Module.

Span Pole Analysis shall be carried out using the latest version of the Department’s Span Wire Analysis Program to determine the signal pole sizes and foundations needed. Span pole sizes identified by the Span Wire Analysis Program shall be increased by a minimum of 15% loading rounded up to the nearest 1,000 lb increment. Footing size shall be increased to accommodate the maximum loading of the pole.

Lower Westchester Bridge Bundle 138 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

A. Hutchinson River Parkway Flood Mitigation in the Vicinity of the East Lincoln Avenue:

The Design-Builder shall install travel time probe stations in all approaches to the project ITS limits. The preliminary locations of probe stations are shown in Part 7 – Engineering Data. These can be referenced for the minimum required final probe station locations.

The Design-Builder shall provide the proposed locations of the probe stations as part of the ITS Conceptual Plan submittal for review and acceptance by the Department.

B. Saw Mill River Parkway NY Route 987D Flood Mitigation: There is no equipment required.

C. Route 1 over the Mamaroneck River: There is no equipment required.

18.3.1.6 Traffic Detector Stations

Multi lane traffic detector stations shall be furnished and installed along HRP and CCP within the project ITS limits. The detector stations shall be placed in 1/3 mile to ½ mile increments.

1. Installation of New Traffic Detector Stations A. Hutchinson River Parkway Flood Mitigation in the Vicinity of the East Lincoln Avenue: The Speed Traffic Detection installed shall meet or exceed the requirements of the following NYSDOT Special Specification ITEM 683.911502x08. Minimum of 3 new Multilane Radar traffic detectors with Embedded Camera shall be furnished and installed. Refer to Part 7 – Engineering Data for minimum Traffic Speed Detector locations. The Traffic Detector stations shall be furnished and installed with all field equipment and structure including:

i. Detector 40’ SS pole, ii. ITS field cabinet type 336, iii. Rugged Ethernet switch CISCO IE-3000 (DUAL POWER SUPPLY WITH POE+) OR APPROVED EQUAL iv. Rugged firewall v. Rugged Wireless modem with 4 Ethernet ports vi. Rugged/Industrial Ethernet Patch panel vii. IT Watch Dug with Temp, pressure, flood sensor and cabinet door tamper switches. viii. Power and communication and control cables, conduits, pull boxes, ix. Power Load center NEMA 3R (200A 120/240 VAC, with 24 CB x. Rugged IP PDU (30 A)) xi. Disconnect box with fuse NEMA 4X SS xii. Power, Data Surge protectors

If the Design-Builder proposes traffic detector station collocated with other ITS site for sharing the communication, power and structure, the collocation devices shall be specified and shown in the proposal.

B. Saw Mill River Parkway NY Route 987D Flood Mitigation: There are two traffic count stations within the project limits which are to be replaced in kindis no equipment required.

Lower Westchester Bridge Bundle 149 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

Peak hours are defined as: Weekdays Monday thru SundayFriday: 5:00 AM to 11:00 PM b. Lincoln Ave i. A minimum of one lane of vehicular traffic shall be maintained in both directions at all times. Offsite detours are not permitted. ii. An ADA compliant route for pedestrians shall be maintained at all times. c. Ramp R i. Shall remain open to traffic at all times except for one continuous closure in accordance with Form SCD. d. Ramps S, T and U i. One 54 hour weekend closure will be permitted per ramp between the hours of Friday at 11 PM to the following Monday at 5:00 AM. ii. Peak hours are defined as: Weekdays Monday thru SundayFriday: 5:00 AM to 11:00 PM e. Wilson Woods Park i. Public access to Wilson Woods Park must be maintained throughout the duration of construction. The existing walking path bridge shall not be removed until the new path has been constructed, and is open for use, on the new Ramp R structure, to maintain pedestrian access at all times. B. Saw Mill River Parkway NY Route 987D Flood Mitigation (BINs 5500839 and 5500859) i. A minimum of one lane of traffic, consisting of an 11’-0” travel lane and 2’-0” shoulder, shall be maintained in each direction at all times for both the Northbound and Southbound Saw Mill River Parkway. Concrete median barrier is required. Offsite detours are not permitted. All local roads shall maintain the same number of lanes at all times. ii. From December 1st through March 31st the Design-Builder shall maintain one of the following: 1. Four 11’-0” lanes of traffic on full depth hot mix asphalt roadway. Concrete median barrier is required. 2. Two 11’-0” lanes of traffic each with 3’-0” shoulder on full depth hot mix asphalt roadway. Concrete median barrier is required. iii. Access to Marble Ave must be maintained at all times. C. Route 1 Bridge over the Mamaroneck River (BINs 1000040) a. Route 1 over Mamaroneck River Full Closure: i. Full closure of the bridge carrying Route 1 over Mamaroneck River is permitted between July 7, 2021 and October 15, 2021 and is limited to 10 weeks. Vehicular and pedestrian traffic shall be maintained at all times via off site detours. The primary vehicular detour route shall utilize Mamaroneck Avenue, Halstead Ave and N. Barry Ave. and be signed with a combination of permanent signs and Portable Variable Message Signs. Coordination with the affected municipalities and local emergency personnel will be required before implementation of the closure. A broad ranged VMS and public notification plan (including but not limited to radio, television, and print media) shall be developed to inform the traveling public in advance of the full closure of Route 1. The Design Builder shall perform extensive outreach to encourage motorists to expect delays and plan for alternate routes including utilizing Interstate 95 as an alternate route to

Lower Westchester Bridge Bundle 165 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

Design requirements for the reconstruction of Hutchinson River Parkway Ramps shall be as specified below.  Design Speed: 30 mph;  Lane Widths: 15’ (Ramp R), 13’ (Ramp S and Ramp T) and 14’-6” (Ramp U);  Left Shoulder Width: 4’;  Right Shoulder Width: 6’;  Sidewalk: 5’ east side (Ramp R);  Curb: T 100 curb on right side and left side; Design requirements for the reconstruction of Lincoln Avenue shall be as specified below.  Design Speed: 35 mph;  Lane Widths: 2 – 13’;  Left Turn Widths: 11’;  Shoulder Widths: 10’ north side and 5’ south side;  Sidewalk: 10’ north side and 7’ south side;  Curb: VF 150 Design requirements for the reconstruction of First Avenue shall be as specified below.  Design Speed: 30 mph;  Lane Widths: 15’;  Shoulder Widths: 4’ minimum;  Curb: VF 150;  Sidewalk Width: 4’ minimum. Maintain grass buffer to match existing.

B. Saw Mill River Parkway NY Route 987D Flood Mitigation (BINs 5500839 and 5500859) Design requirements for the reconstruction of the Saw Mill River Parkway shall be as specified below.  Design Speed: 60 mph;  Lane Widths: Four, 11’;  Left Shoulder Width: 1’;  Right Shoulder Width: 8’;  Curb: T 100 (not required within the subgrade stabilization limits)

C. Route 1 over the Mamaroneck River (BIN 1000040) Design Requirements for the reconstruction of Route 1 shall be as specified below:  Design Speed: 30 mph;  Lane Widths: 4, 10’-6”;  Left Turn Lane Width: 10’;  Parking Lane: 8’;  Shoulder Width: None;  Sidewalk Widths: 8’-6” minimum north side (not less than existing) and 5’ south side;  Curb: VF 150 Other design requirements shall be as stipulated in the NYSDOT Highway Design Manual.

22.3.3 Guide Railing, Barrier Systems and Impact Attenuators

The Design-Builder shall remove and dispose of all existing guide railing, barrier systems and/or impact attenuators within the Project limits, and replace with new guide railing, barrier systems

Lower Westchester Bridge Bundle 176 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

SECTION 23 HYDRAULICS 23.1 DESIGN REQUIREMENTS A. Hutchinson River Parkway Flood Mitigation in the Vicinity of the East Lincoln Avenue (BINs 5500100 and 3348300)

The design solution shall eliminate inundation of the Hutchinson River Parkway, from edge of shoulder to edge of shoulder within the project limits in accordance with the Directive Drawings in Part 6, up to the Q50 storm event by replacing the dual bridge 5500100/3348300 configuration of Lincoln Ave. with a single multi-span bridge and entirely removing the existing embankment between them.

All hydraulic modelling shall be performed with SRH-2D or approved “2D” equivalent with bridge modeling capabilities as accepted by the Department.

If the Design-Builder incorporates floodwalls in their design solution, they shall be impervious with non-leaking joints, and may double as vehicular barrier as necessary. The walls shall not be directly overtopped below the Q100 flow rate. Floodwalls and flood mitigation components shall accommodate the future widening of the Hutchinson River Parkway without modification.

If the Design-Builder incorporates a bypass culvert in their design solution, it may be designed/modeled outside of the hydraulic model using approved drainage design software in accordance with Section 21. The local “Wartburg” drainage culvert(s) that currently cross the HRP just south of CIN c890710 shall be intercepted by the new bypass culvert.

The Design-Builder is directed to the fact that test pit number 3, located near the Oil-O-Static line which crosses the Hutchinson River Parkway south of East Lincoln Ave., indicates there may be a conflict between the Oil-O-Static line and the invert elevation of the bypass culvert depicted in the Indicative Drawings in Part 6. The indicative solution has not been vetted for this conflict or for any other potential utility conflicts. It is the responsibility of the Design-Builder to resolve all utility conflicts should they decide to incorporate the bypass culvert into their design solution for this site.

CIN c890715 shall be replaced by a bridge sized structure with a minimum span of 30’-0”. The hydraulic freeboard requirements may not comply with the 2017 Bridge Manual, allowing pressure flow conditions above the Q10 flow rate at the structure. The Westchester County owned pedestrian path bridge will be removed, with the trail relocated to the new Exit Ramp 12 bridge, and separated from vehicular traffic by an appropriate barrier.

The following storm flow rates for the Hutchinson River shall be used in the design of the proposed solution.

DESIGN FLOW RATES HUTCHINSON RIVER Hutchinson Hutchinson River Pelham Lake Outlet Offsite Storm River Flow Flow Water Surface Wartburg Event CIN c890710 Pelham Lake Outlet Elevation Drainage Q2 164 cfs 183 cfs 23.07 ft 32 cfs

Lower Westchester Bridge Bundle 178 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation

Q10 362 cfs 407 cfs 23.84 ft 74 cfs Q25 491 cfs 532 cfs 24.17 ft 103 cfs Q50 590 cfs 628 cfs 24.40 ft 128 cfs Q100 711 cfs 742 cfs 24.65 ft 156 cfs

B. Saw Mill River Parkway NY Route 987D Flood Mitigation (BINs 5500839 and 5500859)

The Design-Builder shall eliminate inundation of the Saw Mill River Parkway, from edge of shoulder to edge of shoulder, up to the Q100 storm event within the project limits in accordance with Directive Drawings in Part 6. The design solution shall incorporate increased spans for newly constructed BINs 5500839 and 5500859, in accordance with Section 14.

All hydraulic modelling shall be performed with SRH-2D or approved “2D” equivalent with bridge modeling capabilities as accepted by the Department.

The design solution shall be designed to prevent the River from spilling out of the channel for the 100yr flow between BIN 5500839 and the RR embankment.

The new drainage system shall be designed in accordance with Section 21 to prevent backwater inundation along the travel lanes at Q100.

The existing elliptical culvert along the east side of the Parkway from Sta. 924+22± to Sta. 931+26± shall be removed and graded as an open channel.

DESIGN FLOW RATES SAW MILL RIVER Storm Saw Mill River Saw Mill River Saw Mill River Saw Mill River Event Flow US of Flow US of Flow DS of Flow US of BIN 5500859 BINs 5500841/2 Nanny Hagen Br. BIN 5500829 Q50 1033 cfs 1092 cfs 1884 cfs 2016 cfs Q100 1264 cfs 1344 cfs 2304 cfs 2448 cfs Q500 1947 cfs 2052 cfs 3492 cfs 3696 cfs

C. Route 1 over the Mamaroneck River (BINs 1000040)

The design solution shall align the abutments to the riverine flow direction of the Mamaroneck River. It shall not reduce the horizontal opening or result in a chord elevation below the lowest elevation of the existing utility encasement. Existing hydraulic opening shall be maintained.

Lower Westchester Bridge Bundle 179 Part 3 - Project Requirements PIN 8101.46, Contract D900049 Addendum #6 December 12, 2019 New York State Department of Transportation a reinforced concrete structure specially constructed to span over the river and integrate with the existing arch bridge.

B. Village of Mamaroneck Sewer

The Village sewer system consists of 1-8" Cast Iron Sewer Main which runs parallel to Route 1. It currently hangs down below the existing bridge arch. It connects to manholes on the east and west side of the bridge.

C. Westchester Joint Water Works

The WJWW system consists of 1-10" Cast Iron Water Main which runs parallel to Route 1. It transitions on either side of the bridge to 8” to cross over the arch.

A-3 UTILITY RELOCATIONS BY OTHERS

The Design-Builder shall be aware that all time frames for utility relocation work presented in this section are approximate and are predicated on the assumption of a single relocation to the new, permanent utility locations. Should the Design-Builder’s design, means and methods require interim utility relocations, the Design-Builder shall be responsible for coordinating with the affected utilities to determine the time frames required for any and all interim relocations.

A-3.1 HUTCHINSON RIVER PARKWAY FLOOD MITIGATION IN THE VICINITY OF THE EAST LINCOLN AVENUE (BINS 5500100 AND 3348300)

A-3.1.1 Telecommunications

A. Verizon

There is no work by others.

B. Crown Castle

Crown Castle shall be responsible for the relocation of their existing overhead optic line and installing new line(s) in the conduit relocated, by the Design-Builder, within the existing bridge or on a temporary bridge. Crown Castle forces shall also be responsible for installing new line(s) in the conduit installed by the Design-Builder in the replacement bridge for BIN 5500100. Crown Castle will also be responsible for removing existing cables and vacating the Consolidate Edison pole. The approximate time frame for construction for this work is two (23) weeks after Consolidated Edison completes their work and vacates the poles.

C. Altice USA / Cablevision

Altice USA / Cablevision shall be responsible for the relocation of their existing overhead optic line and installing new line(s) in the conduit relocated, by the Design-Builder, within the existing

Lower Westchester Bridge Bundle 4-7 Part 4 - Utility Requirements PIN 8101.46, Contract D90049 Addendum #6 December 12, 2019 New York State Department of Transportation bridge or on a temporary bridge. Altice USA / Cablevision forces shall also be responsible for installing new line(s) in the conduit installed by the Design-Builder in the replacement bridge for BIN 5500100. Altice USA / Cablevision will also be responsible for removing existing cables and vacating the Consolidate Edison pole. The approximate time frame for construction for this work is two (23) weeks after Consolidated Edison completes their work and vacates the poles.

D. AT&T

AT&T shall be responsible for the relocation of their existing overhead optic line and installing new line(s) in the conduit relocated, by the Design-Builder, within the existing bridge or on a temporary bridge. AT&T forces shall also be responsible for installing new line(s) in the conduit installed by the Design-Builder in the replacement bridge for BIN 5500100. AT&T will also be responsible for removing existing cables and vacating the Consolidate Edison pole. The approximate time frame for construction for this work is two (23) weeks after Consolidated Edison completes their work and vacates the poles.

E. ExteNet Systems, Inc.

ExteNet Systems shall be responsible for the relocation of their existing overhead optic line and installing new line(s) in the conduit relocated, by the Design-Builder, within the existing bridge or on a temporary bridge. ExteNet Systems forces shall also be responsible for installing new line(s) in the conduit installed by the Design-Builder in the replacement bridge for BIN 5500100. ExteNet Systems will also be responsible for removing existing cables and vacating the Consolidate Edison pole. The approximate time frame for construction for this work is two (23) weeks after Consolidated Edison completes their work and vacates the poles.

F. FirstLight

FirstLight shall be responsible for the relocation of their existing overhead optic line and installing new line(s) in the conduit relocated, by the Design-Builder, within the existing bridge or on a temporary bridge. FirstLight forces shall also be responsible for installing new line(s) in the conduit installed by the Design-Builder in the replacement bridge for BIN 5500100. FirstLight will also be responsible for removing existing cables and vacating the Consolidate Edison pole. The approximate time frame for construction for this work is two (23) weeks after Consolidated Edison completes their work and vacates the poles.

G. Spectrum

Spectrum shall be responsible for the relocation of their existing overhead optic line and installing new line(s) in the conduit relocated, by the Design-Builder, within the existing bridge or on a temporary bridge. Spectrum forces shall also be responsible for installing new line(s) in the conduit installed by the Design-Builder in the replacement bridge for BIN 5500100. Spectrum will also be responsible for removing existing cables and vacating the Consolidate Edison pole. The approximate time frame for construction for this work is two (23) weeks after Consolidated Edison completes their work and vacates the poles.

Lower Westchester Bridge Bundle 4-8 Part 4 - Utility Requirements PIN 8101.46, Contract D90049 Addendum #6 December 12, 2019 New York State Department of Transportation also be responsible for installing new cables in the conduits installed by the Design-Builder in the replacement bridge for BIN 1000040. Con Edison will also be responsible for removing existing cables, punching holes into manholes, extending conduits into manholes, and making all connections. The approximate start day for this work is March 1, 2021 (pPrimary electric feeders cannot be taken out of service from May 15th to September 15th,) and the time frame required to run new cables, schedule the outages and energize the new system is ten (10) weeks for installation of the temporary overhead relocation and ten (10) weeks for relocation to the replacement bridge for BIN 1000040 after the Design-Builder completes the installation of conduits.

Consolidated Edison forces shall be responsible for supplying all materials for the temporary overhead relocation and permanent conduit installations including but not limited to manholes, conduits, poles, and all associated fittings.

A-3.3.3 Natural Gas

A. Consolidated Edison Co. of N.Y.

Consolidated Edison forces shall be responsible for supplying the gas main and all associated fittings and valves, performing all work necessary on live gas mains, conducting testing, making all tie-ins and for severing the ends of all gas mains. This shall apply to the gas mains located within Route 1, to be removed and/or installed as part of the temporary relocation on the north sidewalk and permanent installation within the replacement bridge for BIN 1000040.

They shall also be responsible for removing the gas from the existing gas main and the temporary gas main.

Consolidated Edison shall be given 120 days after the Design Builder’s design is completed to replace their gas mains between the tie-in points on both sides of the bridge and the paving limits for the contract. This work will be completed exclusively by Consolidated Edison forces. The Design Builder and Consolidated Edison should coordinate construction activities at this time as both will be working in the highway boundary at the same time.

Once the newly installed gas main in both the temporary and final relocation have satisfactorily passed all testing requirements, Consolidated Edison will require fourteen (14) working days for each live tie-in.

A-4 UTILITY RELOCATIONS BY THE DESIGN-BUILDER

The Design-Builder shall be responsible for coordinating the relocation of all utility services which are impacted by the Project, including the maintenance and protection of those utilities not listed below, participation in all meetings, preparing minutes of meetings, performing plan reviews, ground preparation, performing survey and markout required for utility relocations as well as excavating test pits as necessary to facilitate resolution of design utility conflict tables to

Lower Westchester Bridge Bundle 4-11 Part 4 - Utility Requirements PIN 8101.46, Contract D90049 Addendum #6 December 12, 2019 New York State Department of Transportation

The Design-Builder shall be responsible for removing the conduits on the existing bridges, excavating all necessary trenches and backfilling for temporary and final installation of the conduits and for supporting hardware for attachment to any temporary or permanent bridge. G. Spectrum

The Design-Builder shall be responsible for supplying and installing a new conduit to relocate the existing fiber optic cable within the existing bridge or on and off a temporary bridge and for the replacement bridge. Spectrum will require one (1) 1 ¼” HDPE innerduct of the eight (8) innerducts available for the communication utilities distributed within two (2) 4" PCV conduits for the temporary relocation and one (1) 4” conduit on the replacement bridge. The Design-Builder shall be responsible for furnishing and installing the hangers and other hardware necessary to accommodate the conduit on the temporary bridge. Conduits shall rise on the nearest available pole on each side of the bridges.

A-4.1.2 Electric

A. Consolidated Edison Company of N.Y.

The Design-Builder shall be responsible for installing the entire new conduit system to house the relocated electric system within the existing bridge or in a temporary relocation, and for the replacement bridge. This includes six (6) 5” conduits for the temporary relocation and twelve (12) 5” conduits on the replacement bridge. The Design-Builder shall be responsible for furnishing and installing the hangers and other hardware necessary to accommodate the conduits for the temporary relocation. Installation shall be to the nearest manholes or riser poles on each side of the bridges (BINs 5500100 and 3348300) according to the Con Edison plans and requirements found in Part 7 and the Reference Documents. If the termination point is at a manhole the Design-Builder shall terminate the conduits at the interior face of the manhole. The Design-Builder shall be responsible for removing the conduits on the existing bridges, excavating all necessary trenches and backfilling for temporary and final installation of the conduits and for supporting hardware for attachment to any temporary or permanent bridge including hanger system according to the Con Edison requirements found in Part 7 and the Reference Documents. The Design-Builder shall be responsible for furnishing the wooden block supports necessary for the installation of the conduits. All other material will be supplied by Con Edison.

The Design-Builder shall be responsible for supporting, maintaining and protecting, in place, the existing two (2) 5” Oil-O-Static transmission lines and the accompanying one (1) 4” communication line and the solid dielectric lines, during the demolition and construction of the Lincoln Avenue replacement bridge (BINs 5500100 and 3348300). Prior to any construction activities, the Design-Builder shall inspect and certify the condition of the existing transmission lines and prepare an inspection report documenting their condition. The Design-Builder shall design, furnish and construct additional support, including hangers and other hardware necessary, to prevent damage and to to the transmission lines and keep it in service for the entirety of the contract The Design-Builder shall be responsible for designing, furnishing and installing all hangers and other hardware necessary to temporarily and permanently support the existing Ooil-Oo-sStatic and communication conduits and keep them in service for the entirety of the contract. The Design-Builder shall be responsible for all trench excavation, backfill and maintenance off of the bridge.

The Design-Builder shall submit the inspection report, design of additional temporary support and a construction plan to the Department and Con Edison, sixty (60) days prior to beginning demolition of the Lincoln Avenue bridge, for the Department’s and Con Edison’s review and acceptance. At the completion of construction, the Design-Builder shall inspect and certify the condition of the transmission lines to demonstrate that the lines are in their original condition in accordance with Con Edison specifications.

Lower Westchester Bridge Bundle 4-14 Part 4 - Utility Requirements PIN 8101.46, Contract D90049 Addendum #6 December 12, 2019 New York State Department of Transportation

The Design-Builder shall be responsible for furnishing the wooden block supports necessary for the installation of the conduits. All other material will be supplied by Con Edison. The Design-Builder shall be responsible for all maintenance and protection of traffic.

The Design-Builder shall provide Con Edison the following notifications:

 Sixty (60) day review time, prior to the beginning demolition of the Lincoln Avenue bridge, for any temporary support design provided by the Design-Builder as well as the inspection report and construction plan  A thirty (30) day advance notice as to when conduits, manholes, and other materials need to be delivered to the job site.  Ten (10) days advance written notice by the Design-Builder as to when the Design-Builder expects to begin exposing the existing oil-o-static transmission lines.  Forty-eight (48) hours advance written notice by the Design-Builder prior to any bridge demolition, steel erection that may damage the conduit, and to afford Con Edison the opportunity to be present. The Design-Builder shall be responsible for all maintenance and protection of traffic. Con Edison shall be given access to the project site and its facilities at all times, 24 hours per day/7 days per week to operate, maintain, repair, and inspect its facilities in order to provide service to its customers or in the event of an emergency.

A-4.1.3 Natural Gas

A. Consolidated Edison Company of N.Y

The Design-Builder shall be responsible for installing the entire new twelve (12) inch gas main and appurtenances, including pressure testing and X-raying, to house the relocated gas system within the existing bridge or on and off a temporary bridge to the tie-in points. The Design-Builder shall also be responsible for furnishing the seat assemblies, hangers and other hardware necessary to accommodate the gas main on the temporary bridge as well as removal of the existing gas main after Consolidated Edison removes the gas from it. Once off of the temporary bridge, the gas installation will terminate (on Lincoln Avenue) on each side of the bridges at tie-in points as identified by Con Edison. Those points will be in the vicinity of the Wilson Woods Park Rd. intersection to the west and the First Avenue intersection to the east.

The Design-Builder shall be responsible for installing the entire new twelve (12) inch gas main and appurtenances, including pressure testing and X-raying, to house the new gas system on the replacement bridge to the tie-in points on each side of BIN 5500100 according to the Consolidated Edison requirements found in Part 7 and the Reference Documents. The Design-Builder shall also be responsible for furnishing the seat assemblies, hangers and other hardware necessary to accommodate the gas main on the replacement bridge, as well as removal of the temporary gas main after Consolidated Edison removes the gas from it. Once off of the replacement bridge, the gas installation will terminate (on Lincoln Avenue) on each side of the bridge at tie-in points as identified by Con Edison. Those points will be in the vicinity of the Wilson Woods Park Rd. intersection to the west and the First Avenue intersection to the east.

The Design-Builder shall be responsible for excavating access pits at both ends of Lincoln Avenue existing bridges (on the north side of Lincoln Avenue) so that Consolidated can test the abandoned twelve (12) inch gas main to ensure it is no longer active. Once confirmed inactive by Consolidated Edison, the Design-Builder will then be responsible for the removal and disposal of the abandoned gas main as necessary according to the Consolidated Edison requirements found in Part 7 and Reference Documents.

Lower Westchester Bridge Bundle 4-15 Part 4 - Utility Requirements PIN 8101.46, Contract D90049 Addendum #6 December 12, 2019 New York State Department of Transportation

Consolidated Edison shall be given access to the project site and its facilities at all times, 24 hours per day/7 days per week to operate, maintain, repair, and inspect its facilities in order to provide service to its customers or in the event of an emergency.

A-4.3.3 Natural Gas

A. Consolidated Edison Company of N.Y

The Design-Builder shall be responsible for installing the entire new transmission twenty (20) inch gas main and appurtenances, including pressure testing and X-raying, to house the new gas system within the replacement bridge and the temporary gas main to the tie-in points on each side of BIN 1000040 according to the Consolidated Edison requirements found in Part 7. The Design-Builder shall also be responsible for furnishing the seat assemblies, hangers and other hardware necessary to accommodate the gas main on the replacement bridge, as well as removal of the temporary gas main after Consolidated Edison removes the gas from it. Once off of the replacement bridge, the permanent and temporary gas installations will terminate (on Route 1) on each side of the bridge at tie-in points as identified by Con Edison. Those points will be in the vicinity of the Mamaroneck Avenue intersection to the west and the nearest valve to the east.

The temporary gas mains shall be installed on the sidewalk on the north side of Route 1 and shall be in operation by the closure date for Route 1. It shall be protected by pinned concrete barrier on both sides. Existing stone parapet wall may be used in place of pinned concrete barrier.

The Design-Builder shall hire a “Consolidated Edison Preferred Contractor” to perform the tapping of the existing 20” high pressure gas main. This work will need to be done once on each side of the bridge to provide a connection for both the temporary and permanent tie-ins to the existing 20” gas main. Consolidated Edison will provide a list of preferred contractors to the Design-Builder upon request. An estimate for this cost may be obtained by contacting the current contractor specified in the ConEd utility package.

The Design-Builder shall be responsible for excavating all necessary trenches and backfilling for temporary and final relocations according to the Consolidated Edison requirements found in Part 7.

The Design-Builder shall provide Consolidated Edison the following notifications:

• A thirty (30) day advance notice as to when the gas mains and appurtenances need to be delivered to the job site.

Lower Westchester Bridge Bundle 4-18 Part 4 - Utility Requirements PIN 8101.46, Contract D90049 Addendum #6 December 12, 2019