ATTACH TO CONTRACT DOCUMENTS THE CITY OF NEW YORK DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES BRIDGE ENGINEERING

Rehabilitation of Electrical and Mechanical Systems of Bridge over River

NYCDOT P.I.N. 84118MBBR158 E-P.I.N. 84118B0011 Contract No. HBX644S NYSDOT P.I.N. No. X758.86 Fed. Aid Project No. X758(863) B.I.N. 2-24007-9

TOGETHER WITH ALL WORK INCIDENTAL THERETO

BOROUGH OF AND BRONX

ADDENDUM NO. 1 February 23, 2018

THIS ADDENDUM IS HEREBY MADE A PART OF THE CONTRACT DOCUMENT

NOTE:

Attached please find Addendum No. 1 (Pages AA-1 to AA-68)

1. NOTICE TO BIDDERS (Pages AA-1 to AA-6) 2. Response to Contractor’s questions (Pages AA-7 to AA-9) 3. Contract Specification Book 1 of 2 – Revised Sheets 000011, 000013, 000022, 000023, 000027, 000031 and 000032 (Pages AA-10 to AA-16) 4. Contract Specification Book 2 of 2 – Revised Sheets 000908, 000969, 000984, 000985, 000986 and 000987 (Pages AA-17 to AA-22) 5. Pre-Bid Conference Meeting Attendance Sheets (Pages AA-23 to AA-25) 6. Pre-Bid Site Visit Attendance Sheets (Pages AA-26 to AA-28)

Page 1 of 2

7. Revised Drawings (Pages AA-29 to AA-68)

Sheets No. 2 (G-02), 3 (G-03), 6 (G-06), 13 (G-13), 14 (G-14), 33 (M-12), 41 (M-20), 44 (M-23), 46 (M-25), 51 (M-30), 54 (M-33), 61 (M-40), 62 (M-41), 63 (M-42), 66 (M-45), 67 (M-46), 73 (M-52), 77 (M-56), 78 (M-57), 82 (M-61), 83 (M-62), 86 (M-65), 87 (M-66), 92 (M-71), 93 (M-72), 94 (M-73), 103 (E-09), 117 (E-23), 144 (E-50), 157 (S-03), 159 (S-05), 161 (S-07), 162 (S-08), 170 (S-16), 174 (S-21), 175 (S-22), 176 (S-23), 177 (S-24), 180 (A- 02), 186 (A-08).

Page 2 of 2

ATTACH TO CONTRACT DOCUMENTS

THE CITY OF NEW YORK DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES BRIDGE ENGINEERING

Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over NYCDOT P.I.N. 84118MBBR158 E-P.I.N. 84118B0011 Contract No. HBX644S NYSDOT P.I.N. No. X758.86 Fed. Aid Project No. X758(863) B.I.N. 2-24007-9

ADDENDUM NO. 1 February 23, 2018

THIS ADDENDUM IS HEREBY MADE A PART OF THE CONTRACT DOCUMENTS

NOTICE TO BIDDERS:

1. Except as otherwise stated below and by any previous and subsequent Addenda, the above referenced Invitation for Bids (“IFB”), remains unchanged. Furthermore, this Addendum is hereby made part of the contract documents. 2. NYCDOT responses to fifteen (15) inquiries from prospective bidders. 3. In Contract Specification Book 1 of 2 – Sheets 000011, 000013, 000022, 000023, 000027, 000031 and 000032 were revised. 4. In Contract Specification Book 2 of 2- Sheets 000908, 000969, 000984, 000985, 000986 and 000987 were revised. 5. The Sign-In Sheet utilized for Pre-Bid Conference Meeting held on February 6, 2018 is included in this Addendum. 6. The Sign-In-Sheet utilized for the Site Visit held at the Madison Avenue Bridge on February 6, 2018 is included in this Addendum. 7. Forty (40) contract drawings were revised and included in this addendum. These drawings will not be available online. Separate package must be picked up at the ACCO’s Contract Unit, Bid Window, Ground Floor, and 55 Water Street, New York, NY 10041 between 9:00 AM and 3:00 PM Monday to Friday, excluding holidays, starting from 02/27/18 by 10:00 AM.

AA-1

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

A. REFER TO CONTRACT SPECIFICATION BOOK 1 OF 2

1. REFER To Sheet 000011 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000011R

2. REFER To Sheet 000013 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000013R

3. REFER To Sheet 000022 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000022R

4. REFER To Sheet 000023 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000023R

5. REFER To Sheet 000027 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000027R

6. REFER To Sheet 000031 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000031R

7. REFER To Sheet 000032 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000032R

B. REFER TO CONTRACT SPECIFICATION BOOK 2 OF 2

1. REFER To Sheet 000908 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000908R

2. REFER To Sheet 000969 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000969R

3. REFER To Sheet 000984 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000984R

AA-2

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

4. REFER To Sheet 000985 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000985R

5. REFER To Sheet 000986 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000986R

6. REFER To Sheet 000987 DELETE The referenced sheet in its entirety SUBSTITUTE with ATTACHED Sheet 000987R

C. REFER TO CONTRACT DRAWINGS

1. REFER To Dwg. No. G-02 (Sheet 2) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. G-02R (Sheet 2R)

2. REFER To Dwg. No. G-03 (Sheet 3) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. G-03R (Sheet 3R)

3. REFER To Dwg. No. G-06 (Sheet 6) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. G-06R (Sheet 6R)

4. REFER To Dwg. No. G-13 (Sheet 13) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. G-13R (Sheet 13R)

5. REFER To Dwg. No. G-14 (Sheet 14) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. G-14R (Sheet 14R)

6. REFER To Dwg. No. M-12 (Sheet 33) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-12R (Sheet 33R)

7. REFER To Dwg. No. M-20 (Sheet 41) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-20R (Sheet 41R)

AA-3

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

8. REFER To Dwg. No. M-23 (Sheet 44) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-23R (Sheet 44R)

9. REFER To Dwg. No. M-25 (Sheet 46) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-25R (Sheet 46R)

10. REFER To Dwg. No. M-30 (Sheet 51) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-30R (Sheet 51R)

11. REFER To Dwg. No. M-33 (Sheet 54) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-33R (Sheet 54R)

12. REFER To Dwg. No. M-40 (Sheet 61) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-40R (Sheet 61R)

13. REFER To Dwg. No. M-41 (Sheet 62) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-41R (Sheet 62R)

14. REFER To Dwg. No. M-42 (Sheet 63) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-42R (Sheet 63R)

15. REFER To Dwg. No. M-45 (Sheet 66) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-45R (Sheet 66R)

16. REFER To Dwg. No. M-46 (Sheet 67) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-46R (Sheet 67R)

17. REFER To Dwg. No. M-52 (Sheet 73) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-52R (Sheet 73R)

18. REFER To Dwg. No. M-56 (Sheet 77) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-56R (Sheet 77R)

AA-4

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

19. REFER To Dwg. No. M-57 (Sheet 78) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-57R (Sheet 78R)

20. REFER To Dwg. No. M-61 (Sheet 82) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-61R (Sheet 82R)

21. REFER To Dwg. No. M-62 (Sheet 83) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-62R (Sheet 83R)

22. REFER To Dwg. No. M-65 (Sheet 86) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-65R (Sheet 86R)

23. REFER To Dwg. No. M-66 (Sheet 87) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-66R (Sheet 87R)

24. REFER To Dwg. No. M-71 (Sheet 92) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-71R (Sheet 92R)

25. REFER To Dwg. No. M-72 (Sheet 93) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-72R (Sheet 93R)

26. REFER To Dwg. No. M-73 (Sheet 94) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. M-73R (Sheet 94R)

27. REFER To Dwg. No. E-09 (Sheet 103) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. E-09R (Sheet 103R)

28. REFER To Dwg. No. E-23 (Sheet 117) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. E-23R (Sheet 117R)

29. REFER To Dwg. No. E-50 (Sheet 144) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. E-50R (Sheet 144R)

AA-5

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

30. REFER To Dwg. No. S-03 (Sheet 157) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-03R (Sheet 157R)

31. REFER To Dwg. No. S-05 (Sheet 159) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-05R (Sheet 159R)

32. REFER To Dwg. No. S-07 (Sheet 161) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-07R (Sheet 161R)

33. REFER To Dwg. No. S-08 (Sheet 162) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-08R (Sheet 162R)

34. REFER To Dwg. No. S-16 (Sheet 170) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-16R (Sheet 170R)

35. REFER To Dwg. No. S-21 (Sheet 174) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-21R (Sheet 174R)

36. REFER To Dwg. No. S-22 (Sheet 175) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-22R (Sheet 175R)

37. REFER To Dwg. No. S-23 (Sheet 176) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-23R (Sheet 176R)

38. REFER To Dwg. No. S-24 (Sheet 177) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. S-24R (Sheet 177R)

39. REFER To Dwg. No. A-02 (Sheet 180) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. A-02R (Sheet 180R)

40. REFER To Dwg. No. A-08 (Sheet 186) DELETE The referenced drawing in its entirety SUBSTITUTE with ATTACHED Drawing No. A-08R (Sheet 186R)

AA-6

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

RESPONSES TO INQUIRIES FROM PROSPECTIVE BIDDERS Question 1: Part E – Schedule A document refers to Article 21 and states that 0% retainage would be kept for this contract. However, Contract Article 21. Retainage Percentage, section 21.1 states that 5% of the value of the work would be kept as retainage. Please clarify. Response: Article 21 for Retainage is deleted. See Specifications Book 1 of 2, page 000303. Question 2: Bid Item 575.00090029 – Swing Span Operation would only pay for bridge openings required for marine traffic. Bridge openings for span maintenance would not be paid under this item. Please provide details of NYCDOT’s current maintenance program and identify the number of monthly maintenance related openings. Response: Refer to Item 575.00100029 – Swing Span Maintenance. Question 3: Notes on Contract drawing M-53 refer to Machinery Covers to protect motors, reducers and adjacent components. Book 2 of specifications, page 751 refers to Machinery Guards for moving parts only. Please clarify the distinction between “Machinery Covers” and Machinery Guards” and clarify whether stationary machinery components such as motors and reducers will require these covers. Response: Refer to Note 5 on Drawing M-53 for machinery covers. Refer to Special Provisions Appendix C – General Specifications for Bridge Machinery, Section C.13 for machinery guards. Question 4: Please confirm that grout and anchor bolt work shown on drawing M-72 will be paid under bid items 555.09 and 586.0201 respectively. Response: Refer to drawing M-72R for modification: existing anchor bolts to remain. Question 5: On drawings S-03 (157) the channel size shown in Section B and Section C show C8 x 13.75. On drawing S-05 (159) the channel size shown in Section A and Detail 1 show C8 x 18.75 whereas Section C show C8 x 13.75. Please confirm the channel size that is to be used for the equipment room framing. Response: Section A and Detail 1 on Drawing S-05R are revised to show C8x13.75 channels Question 6: On drawing S-08 (162), is there a specific surface prep that is required to be performed on the existing concrete slab to accept the new 1:4 concrete chamfer? I.e. roughened, chipped to rebar. Response: Detail 1 on Drawing S-08R is revised to indicate the surface is to be roughened to ¼ inch minimum amplitude. Question 7: Please confirm that the left most existing stringer shown in Section A on drawing S-07 (161) is a W18 as shown in Section A on drawing S-03 (157).

AA-7

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

Response: The callout for the left stringer in Section A on Drawing S-07R is revised to “W18”. Question 8: Please clarify to which item the dimension 4’-9-1/2” is referring to in Section A on drawings S-03 (157) and S-07 (161). Response: The dimension on Section A on Drawing S-03R is changed to measure the distance between the centerlines of existing stringers. The new value is 4’-1-3/4”. Question 9: Refer to Note 6 on drawing M-42 (63). Please confirm to which item that work on the drawing is to be paid. Response: The work on the drawing is to be paid under 575.00050029. Question 10: Refer to Pinion Shaft Bearing Assembly and Section B on drawing M-20 (41). Please provide direction for the upper pinion shaft bearing connection to the pinion support bracket 2-1/2” plate as there is an interference with the L6x4 and the anchor bolts. Response: Section B on Drawing M-20R is revised to eliminate the interference Question 11: Is it permissible to close one (north or south) of the pedestrian walkways at any of the following capacities: a. During day-shift operations? b. During the week, Mon-Friday? c. Permanently for duration of project? Response: Refer to Special Provisions Appendix D – OCMC Stipulations Question 12: Refer to drawing S-16 (170). Please confirm which item the rivet removal is to be paid under. Section A directs item 586.05 and Section B directs 589.010001. Response: Drawing S-16R is revised to indicate rivet removal is paid under Item 589.010001 and installation of bolt is paid under Item 564.100001. Question 13: Please confirm that Railroad Protective Liability insurance is not required. The work required on the existing roadway gates on side are within 50-feet of the railroad, Metro North. Response: Railroad Protective Liability insurance is not required. Question 14: During the site visit, we were told that we were not allowed to take photos inside the bridge. We were also told that DOT has many photos that would be available to us. Response: Please, see Appendix J, pages S-457R for Supplemental Information that is available to all bidders.

AA-8

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES P.I.N. 84118MBBR158 Rehabilitation of Electrical and Mechanical Systems of Madison Avenue Bridge over Harlem River Addendum No. 1

Question 15: Given the complexity of the work required, we are requesting an extension of the bid by a minimum of two-weeks. Additionally, we are requesting that the period of questions is also extended by a minimum of two-weeks. Please confirm if the requests for the extensions are acceptable.

Response: Date for bid opening will not be extended.

AA-9 000011R 1

PART E – SCHEDULE A GENERAL CONDITIONS TO CONSTRUCTION CONTRACT (INCLUDING GENERAL CONDITIONS RELATING TO ARTICLE 22 -- INSURANCE)

PART I. REQUIRED INFORMATION

PART G ARTICLES G.55 TO G.61 AND PART H ARTICLE 19 BID BOND/SECURITY

The Contractor shall obtain a bid bond or bid security in Bid Security: 2% of Bid the amount indicated to the right. or Bid Bond: 10% of Bid For Bid Bond Form see Attachment 3d.

PART G ARTICLES G.55 TO G.61 AND PART H ARTICLE 19 PERFORMANCE BONDS

The Contractor shall obtain a performance bond in the 100% of the Contract Price amount indicated to the right.

For Performance Bond Form see Attachment 2b.

PART G ARTICLES G.55 TO G.61 AND PART H ARTICLE 19 PAYMENT BONDS

The Contractor shall obtain a payment bond in the 100% of the Contract Price amount indicated to the right.

For Payment Bond Form see Attachment 2a.

PART H ARTICLE 14 DATE FOR SUBSTANTIAL COMPLETION 1 1260 Days – beginning on the date indicated in the The Contractor shall substantially complete the Work Notice to Proceed or Order to Work in the number of Days indicated to the right.

PIN: 84118MBBR158 AA-10 Rehabilitation of Electrical and Mechanical Systems of E-PIN: 84118B0011 Madison Avenue Bridge over Harlem River 000013R 1

PART H ARTICLE 22 INSURANCE

(Per Directions Below)

PART H ARTICLE 24

DEPOSIT GUARANTEE

1% of Contract Price As security for the faithful performance of its obligations, the Contractor, upon filing its requisition for payment on Substantial Completion, shall deposit with the

Commissioner a sum equal to the percentage of the

Contract Price indicated to the right.

PART H ARTICLE 24 PERIOD OF GUARANTEE 365 Days after date of Substantial Completion Periods of maintenance and guarantee other than the period set forth in Article 24.1 are indicated to the right.

DBE / D/M/WBE / M/WBE GOAL(S)

The Contractor shall adhere to the goal(s) indicated to the right.

DBE Goal (Federal Funded) 14% DBE 1

ATTACHMENT 1e Applicable The Contractor shall comply with the Apprenticeship Program requirement, as indicated to the right.

PIN: 84118MBBR158 AA-11 Rehabilitation of Electrical and Mechanical Systems of E-PIN: 84118B0011 Madison Avenue Bridge over Harlem River E-PIN: 84118B0011 PIN: 84118MBBR158

Contract No. HBX 644S REHABILITATION OF ELECTRICAL AND MECHANICAL SYSTEM OF MADISON AVENUE BRIDGE OVER HARLEM RIVER

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Bid Item Estimated Unit Price for Sub-Totals Bid Item Description Unit Number Quantity Bid Item (Column 3 x Column 5)

EPOXY-COATED BAR REINFORCEMENT FOR 556.0202 3,200 POUND STRUCTURES

556.03 STUD SHEAR CONNECTORS FOR BRIDGES 4702181 EACH 000022R AA-12 PROTECTIVE SEALING OF STRUCTURAL CONCRETE SQUARE 559.18960118 ON NEW BRIDGE DECKS AND BRIDGE DECK 235 OVERLAYS FOOT

SQUARE

Rehabilitation ofElectrical andMechanical Systemsof 559.23000011 GRAFFITI REMOVAL FROM TREATED SURFACES 2,205 FOOT 1 Madison AvenueBridge over HarlemRiver SQUARE 559.90010011 ANTI-GRAFFITI PROTECTION COATING 245 YARD

CLEANING OF STONE MASONRY AND CONCRETE SQUARE 560.10070008 400 SURFACES FOOT

F - 2R 1 E-PIN: 84118B0011 PIN: 84118MBBR158

Contract No. HBX 644S REHABILITATION OF ELECTRICAL AND MECHANICAL SYSTEM OF MADISON AVENUE BRIDGE OVER HARLEM RIVER

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Bid Item Estimated Unit Price for Sub-Totals Bid Item Description Unit Number Quantity Bid Item (Column 3 x Column 5)

564.100001 STRUCTURAL STEEL REPLACEMENT 4,000 POUND

564.510001 STRUCTURAL STEEL 50,00042,0001 POUND 000023R AA-13

564.510002 STRUCTURAL STEEL 130,000 POUND

Rehabilitation ofElectrical andMechanical Systemsof 575.00010029 SPAN DRIVE MACHINERY 1 LUMP SUM 1 Madison AvenueBridge over HarlemRiver 575.00020029 TEMPORARY OPERATING SYSTEM 1 LUMP SUM

575.00030029 CENTERING LOCK MACHINERY 1 LUMP SUM

F - 3R 1 E-PIN: 84118B0011 PIN: 84118MBBR158

Contract No. HBX 644S REHABILITATION OF ELECTRICAL AND MECHANICAL SYSTEM OF MADISON AVENUE BRIDGE OVER HARLEM RIVER

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Bid Item Estimated Unit Price for Sub-Totals Bid Item Description Unit Number Quantity Bid Item (Column 3 x Column 5)

DRILLING AND GROUTING BOLTS, OVERHEAD OR 586.0401 65 EACH SUSTAINED TENSION, WITH PULLOUT TEST

REMOVAL OF RIVETS - REPLACEMENT WITH HIGH 586.05 750 EACH STRENGTH BOLTS 000027R

AA-14 586.10 FIELD DRILL HOLES IN EXISTING STRUCTURAL STEEL 600 EACH

Rehabilitation ofElectrical andMechanical Systemsof 589.010001 REMOVAL OF EXISTING STEEL 30,0004,2001 POUND 1 Madison AvenueBridge over HarlemRiver SQUARE 595.98200018 SPRAY-APPLIED WATERPROOFING MEMBRANE 1,550 FOOT

SQUARE 596.01 OPEN STEEL FLOOR 1,350 FOOT

F - 7R 1 E-PIN: 84118B0011 PIN: 84118MBBR158

Contract No. HBX 644S REHABILITATION OF ELECTRICAL AND MECHANICAL SYSTEM OF MADISON AVENUE BRIDGE OVER HARLEM RIVER

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Bid Item Estimated Unit Price for Sub-Totals Bid Item Description Unit Number Quantity Bid Item (Column 3 x Column 5)

CPM (CRITICAL PATH METHOD) PROGRESS 639.10010029 1 LUMP SUM SCHEDULE

644.11 ANCHOR BOLTS 100 POUND 000031R AA-15

656.01 MISCELLANEOUS METALS 2,000 POUND

Rehabilitation ofElectrical andMechanical Systemsof 656.01001029 STEEL DOORS (CUSTOM STEEL PLATE DOOR) 1 EACH 1 Madison AvenueBridge over HarlemRiver 656.01002029 FLOOR ACCESS DOOR 2 EACH

656.01003029 SHIPS LADDERS 1 1 EACH

F - 11R 1 E-PIN: 84118B0011 PIN: 84118MBBR158

Contract No. HBX 644S REHABILITATION OF ELECTRICAL AND MECHANICAL SYSTEM OF MADISON AVENUE BRIDGE OVER HARLEM RIVER

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Bid Item Estimated Unit Price for Sub-Totals Bid Item Description Unit Number Quantity Bid Item (Column 3 x Column 5)

656.45050025 GALVANIZED STEEL LADDER WITH CAGE 6 1 EACH

660.12000029 ELECTRICAL REMOVALS 1 LUMP SUM 000032R AA-16

660.12010029 BRIDGE ELECTRICAL EQUIPMENT 1 LUMP SUM

Rehabilitation ofElectrical andMechanical Systemsof 660.12020029 GATE HOUSE CONTROLS 1 LUMP SUM 1 Madison AvenueBridge over HarlemRiver 660.12030029 SUBMARINE CABLE TERMINAL BOX REMEDIATION 1 LUMP SUM

660.12050029 BRIDGE CONTROL SYSTEM 1 LUMP SUM

F - 12R 1 1 000908R SUPPLEMENTAL INFORMATION AVAILABLE TO BIDDERS

The following information is available at NYCDOT, as identified in the advertisement for bids, for inspection and review prior to the letting date. The documents may be picked up by appointment at NYCDOT, 59 Maiden Lane, 35th Floor, New York, NY 10038. Appointments may be arranged by contacting Ms. Rita Zbarsky at 212-839-4110 or by e-mail at [email protected]. The bidder’s signature on this proposal certifies that they have made themselves aware of the availability, for their inspection and review prior to the letting date, of the information indicated below.

INFORMATION/DOCUMENTS Digital

1 NYSDOT Biennial Inspection Report Dated 9/14/2016 X

NYSDOT Biennial Inspection Report Dated 9/20/2012 X

Draft Inspection Report (In-Place Machinery Report) Dated 5/30/2016 X

Madison Original Contract Drawings, 1907 (Partial set,5 Pages ) 1 X

Partial Set of American Bridge As-Builts Dated 1908 - 3 Pages 1 X

1 1949 Power Reconversion Contract Drawing X

1 1 Machinery Shop Drawing – Earle Gear Contract, 1959 X

1 Machinery Replacement Design, 1992 to 1994 - Partial Set X

Reconstruction of Madison Avenue End Lifts – Shop Drawings, 1994 X

1 Nosing Girder Shop Drawings, 1995 X

1 Machinery Room Modifications Shop Drawings, 1996-1998 (Partial set, not complete) X

PIN: 84118MBBR158 AA-17 S-457R 1 Rehabilitation of Electrical and Mechanical Systems of E-PIN: 84118B0011 Madison Avenue Bridge over Harlem River 000969R 1 CONTRACT NO. HBX644S

ITEM 575.00070029 - MOVABLE BRIDGE PROJECT COORDINATOR

DESCRIPTION Under this item the Contractor shall supply a single person responsible for all duties defined below in the Construction Details section, who shall be designated as the Movable Bridge Project Coordinator.

MATERIALS None specified.

CONSTRUCTION DETAILS The Contractor shall hire a Movable Bridge Project Coordinator (MBPC) who is a licensed Professional Engineer in the State of New York. A resume of the individuals experience and written evidence of commitment to the project shall be submitted prior to award of contract. The MBPC shall have a minimum prior professional experience of two recent projects in coordinating a structural-mechanical-electrical project for movable bridges. The project scope shall be major rehabilitation of structural elements and complete replacement of drive machinery and electrical control systems, with a construction cost of at least $8 million for each qualifying project. Should an acceptable individual not be found within the Contractor's permanent staff, consideration will be given to an individual hired especially for this position. Under all circumstances, prior movable bridge experience is mandatory, as described above. Written evidence of the willingness of the MBPC to commit fully throughout the duration of the project shall be offered to the Engineer as part of the qualification for the individual. The MBPC shall not be changed without prior approval of the engineer and until a successor has been approved by the Engineer. The MBPC shall have the responsibility of coordinating all construction work on the movable bridge portions of the project, from shop drawing preparation and review through field work and final acceptance, so that the Contractor and all Subcontractors perform in a timely and organized manner, working toward the common goal of finishing the project in a workmanlike manner and in accordance with the approved schedule and in conformance with the Contract Documents. The MBPC shall participate in 1 development of the Critical Path Method (CPM) Scheduling (pay item 639.10010029), to assure adequate planning and execution of the movable bridge work. The MBPC shall review the Operating and Maintenance Manuals and Training Materials Content (pay item nos. 575.00060029 and 575.00140029) prior to submittal to the Engineer. The MBPC shall be responsible for coordination of all work included in but not limited to the following pay items, as well as any structural work performed on the movable bridge: Pay Item Pay Item Description 575.00010029 Span Drive Machinery 575.00020029 Temporary Operating System 575.00030029 Centering Lock Machinery 575.00040029 End Lift Machinery 575.00050029 Hydraulic Machinery 575.00060029 Operating and Maintenance Training Page 1 of 3 09/20/16 Revised 11/21/17 PIN: 84118MBBR158 AA-18 I-60R 1 Rehabilitation of Electrical and Mechanical Systems of E-PIN: 84118B0011 Madison Avenue Bridge over Harlem River 000984R 1 CONTRACT NO. HBX644S

ITEM 599.14010029– TRAFFIC GATE REHABILITATION

DESCRIPTION All applicable requirements of the "General Specifications for Bridge Machinery - (Appendix C)" shall apply to this Item. Under these items the Contractor shall remove, store and deliver the existing gates for rehabilitation. The contractor shall re-install, test and place in operating condition rehabilitated Warning Gates and Barrier Gates, as indicated on Contract Plans and Specifications, and as directed by the Engineer. The models numbers for the existing gates are as follows: Barrier Gates Model VT-6801 as manufactured by B&B Electromatic Co. Inc., of Norwood, Louisiana. Warning Gates Model VT-77 as manufactured by B&B Electromatic Co. Inc., of Norwood, Louisiana. Rehabilitation of each Warning Gate and Barrier Gate shall include, but not be limited to the replacement in kind of all components as shown on the contract plans. This shall include the gate lights, flasher boxes, flashing warning lights, heavy-duty loud-tone warning gongs, manual control system, all hardware and spare parts, as shown on the Contract Plans and described herein. Rehabilitation of four spare gate arms held in the NYCDOT storage facility shall be included in this work. All lighting, striping, hardware, guy cables, bumpers and wiring as required by the contract plans shall be replaced. Included as part of this work shall be the 1 demolition of any support pedestals, railing, anchor bolts and related components required to complete the removal of the existing gates and for the installation of the new gates including spare parts, foundation work and painting. Protection of the gates until 1 final project acceptance is also included. Operation, maintenance and repair of the new and existing gates or substituting their function with trucks during the period when the Contractor is responsible for operating the swing span is included as part of this work. The cost of operating the trucks shall be included in Item NYC-1329. As part of this work, the Contractor shall guarantee the satisfactory operation of the gates for a period of one (1) year, measured from the date of final acceptance. The Contractor shall provide all apparatus, appliances, material and labor necessary to properly install, wire, connect, equip, test, adjust and put in approved working order the respective portions of the work herein specified. Working Drawings. The Contractor shall prepare and submit for review within ninety (90) days after award of the Contract, the following working drawings, executed in accordance with the provisions of the contract: Assembly drawings of gate stands including construction details of the operating machinery. Detail drawings showing the construction of gate arms, including provisions for guying and bracing.

Page 1 of 8 09/20/16 1 Revised 07/08/17 PIN: 84118MBBR158 AA-19 I-75R Rehabilitation of Electrical and Mechanical Systems of E-PIN: 84118B0011 Madison Avenue Bridge over Harlem River 000985R 1 CONTRACT NO. HBX644S

ITEM 599.14010029– TRAFFIC GATE REHABILITATION Detail drawings showing the offset arm supports for connecting the gate arms to the stands. Wiring diagrams of all gate electrical equipment, including development diagrams for the gate limit switches. All wires shall be suitably numbered. 1 Detail Drawings showing excavation and anchor bolt placement. Any other drawings which may, in the opinion of the Engineer, be necessary to show the work completely. The preparation and submission of the working drawings shall meet the provisions for Shop Drawings given in the New York State Steel Construction Manual. Upon completion of the work, the Contractor shall correct all working drawings to show the work as constructed.

MATERIALS All components and materials required for rehabilitation shall be new replacement parts recommended by the gate original equipment manufacturer. All equipment, materials and workmanship shall be manufactured and installed to the satisfaction of the Engineer. All electrical wiring for the rehabilitated gates shall be new and replaced in kind as recommended by the original equipment manufacturer. All gates shall be subject to inspection and witnessed testing at the plant of the manufacturer and in the field to demonstrate proper operation. If any departures from the Contract Drawings or these Specifications are deemed necessary by the Contractor, details of such departures and the reasons thereof shall be submitted to the NYCDOT for approval. No departures shall be made without approval of the NYCDOT. Materials shall be as indicated on the Plans and specified herein. All metal parts of the installation except structural steel shall be corrosion-resisting material such as aluminum, bronze, or stainless steel. Cast iron, malleable iron or steel, with a hot-dip galvanized finish shall be used where specified herein or permitted by the Engineer. Structural steel shall conform to the requirements given under New York State Department of Transportation Materials Section 715-01 and all galvanizing shall be in accordance with New York State Department of Transportation Materials Section 719-01 of the standard Specification. Each piece of electrical equipment and apparatus shall have attached to it a corrosion- resisting metal nameplate on which is stamped the name of the manufacturer and the rating or capacity of the equipment or apparatus. Gate Arms Gate arms shall be double-rail type constructed of variable diameter, schedule 40, type 6061 round aluminum pipe, hardened to T6 temper. Each assembled gate arm shall be adequately braced transverse to its motion to resist a wind loads and to reduce whipping and shall be guyed to prevent sagging. Each assembled gate arm shall be designed by the

Page 2 of 8 09/20/16 Revised 07/08/17 PIN: 84118MBBR158 AA-20 I-76R 1 Rehabilitation of Electrical and Mechanical Systems of E-PIN: 84118B0011 Madison Avenue Bridge over Harlem River 000986R 1 CONTRACT NO. HBX644S

ITEM 599.14010029– TRAFFIC GATE REHABILITATION manufacturer for a 100 mph wind load. A bumper rod with compression spring shall be provided near the end of each gate arm to stop the travel at the closed position without undue shock. The barrier gate arms shall be adjustable at the location shown on the plans by shims, slotted holes, or turn buckles such that when installed such that both end locks are engaged simultaneously and the arm moves freely throughout its entire range of motion. All bolts, screws or other fastenings used in the gate arm assembly and for connection to the gate stand shall be of stainless steel (Type 316). Highly reflectorized red and white adhesive striping shall be applied to all gate arms and pedestrian barriers. The alternate red and white reflectorized stripes shall be 16 inches wide in accordance with NYMUTCD requirements measured parallel to the edge of the gate arm. The stripes shall slope downward at an angle of 45 degrees toward the centerline of the roadway. Stainless steel truss cables and a spring roadway bumper shall be furnished with all arms. Arm mounting channels shall be carbon steel, hot-dipped galvanized. The roadway arm shaft shall be 69" above the base line of the gate housing. Channels shall be offset to place the gate arm centerline at the specified height above the roadway. Counterweight offset shall be determined by the manufacturer to balance the gate in both raised and lowered positions. Each gate shall be equipped with suitable hot-dip galvanized steel counterweights of the sectional, bolt-on type. Manufacturer's standard counterweights shall be modified as necessary to suit each individual location. Counterweights shall be adjustable and provide a 10% balance adjustment. The main arm shaft shall be mounted in heavy duty ball bearings and shall be lubricated from the inside. Main arm shaft shall be not less than 2.25 inches diameter. Shaft material shall be ASTM A311 Class B high strength, fatigue resistant steel. Housing The welded housing assembly shall be fully tamper proof and fabricated from 0.375 inches steel plate and shall be hot-dip galvanized after fabrication. Formed, channel- 1 shaped side plates shall be used to produce a strong configuration without welded corners. Cross members shall be heavy channels. After fabrication, The housing shall be cleaned and painted.

Front and rear access doors shall be hung on bronze hinges with stainless steel hinge 1 pins. Hinges shall be of the slip-off type. Door support bars shall be of galvanized steel held in place by nuts and bolts. Swing bolts shall hold bronze wing nuts permanently in place. Doors shall be held in place with pad lockable door locks and shall be sealed with neoprene strip gaskets. The top shall be held in place with cadmium plated hex head bolts. Openings for arm shafts shall be equipped with O-ring seals. A thermostatically controlled electric heating element shall be mounted in the housing. The barrier gate housing base and the warning gate housing base shall provide four 1.25" 1

Page 3 of 8 09/20/16 Revised 07/08/17 PIN: 84118MBBR158 AA-21 I-77R Rehabilitation of Electrical and Mechanical Systems of E-PIN: 84118B0011 1 Madison Avenue Bridge over Harlem River 000987R 1 CONTRACT NO. HBX644S

ITEM 599.14010029– TRAFFIC GATE REHABILITATION holes for mounting on the foundation. Anchor bolts shall be not less than 1 inch diameter. Anchor bolts and template shall be furnished by the gate manufacturer when specified. Anchor Bolts 1 Anchor Bolts shall conform to NYSDOT Materials Specification 723-60.

CONSTRUCTION DETAILS TheThe warning gates gates and and barrier barrier gates gates are shall installed be installed at the locations at the locations indicated indicated on the Plans on the Plansand shall and bein rehabilitatedaccordance with in accordance manufacturer's with manufacturer'srecommendations, recommendations, to the satisfaction to the of the 1 Engineer.satisfaction of the Engineer. A total of four motor-operated, single-arm warning gates and four motor-operated single arm impact attenuating barrier gates shall be rehabilitated as indicated on the 1 Contract Drawings. The warning gates shall have a pedestrian barrier as indicated on the contract plans. Each gate shall have an arm of the length required to span the roadway and as shown on the Plans, which shall open through an angle of 90 degrees from the horizontal to the vertical. Each gate shall have a welded steel stand arranged to provide a weather-tight housing for the motor, disconnect switch, gear train, limit switch and fuses for warning lights. The transmission gearing for each gate shall be enclosed. Weather-tight, gasketed doors shall be provided for access to the operating equipment. A hand crank shall be provided for manual operation of each gate. Warning Lights The number of warning lights on the gate arms shall be as shown on the contract drawings. Each warning light shall be a weatherproof, two-way, cast aluminum unit with red Fresnel lenses front and back. The lights shall be interconnected with three-conductor portable cord using watertight connectors, at the fixtures. A LED, clear traffic signal lamp shall be installed in each fixture. The lights shall be connected so that adjacent units will flash alternately. Fuses for the warning lights shall be 10-ampere midget cartridge fuses installed in molded rubber connection kits. Flasher The flasher shall be a solid state flasher having two alternately flashing circuits and one steady burn circuit. The flasher shall be designed for heavy-duty applications including traffic control gates and barriers. The flasher assembly shall include mounting hardware as required, solid state flasher circuitry, a terminal block and a heat sink. The flasher assembly shall be fully wired at the factory. The heat sink shall be adequate to dissipate heat generated by continuous operation and shall be anodized for corrosion protection. All components shall be corrosion resistant. All solid state components shall be of industrial quality. The terminal block shall be clearly labeled for field connections. The standard flash rate for the two alternately flashing circuits shall be fifty seconds on, fifty seconds off. An additional steady burn circuit shall also be provided. Input and output voltage shall be 120 VAC.

Page 4 of 8 09/20/16 Revised 07/08/17 PIN: 84118MBBR158 AA-22 I-78R 1 Rehabilitation of Electrical and Mechanical Systems ofR E-PIN: 84118B0011 Madison Avenue Bridge over Harlem River AA-23

AA-23 AA-24

AA-24 AA-25

AA-25 AA-26 AA-27 AA-28