<<

ATTACH TO CONTRACT DOCUMENTS

THE CITY OF DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES BRIDGE ENGINEERING

NORTHERN BOULEVARD BRIDGE FENDER SYSTEM OVER THE FLUSHING RIVER NYCDOT P.I.N. 84120QUBR387 E-P.I.N. 84120B0015 Contract No. HBQENB012 B.I.N 2-05580-1, 2-05580-2

TOGETHER WITH ALL WORK INCIDENTAL THERETO

BOROUGH OF

ADDENDUM NO. 3 July 15, 2020

THIS ADDENDUM IS HEREBY MADE A PART OF THE CONTRACT DOCUMENT

NOTE:

Attached please find Addendum No. 3 (Pages AC-1 to AC-20)

1. Notice to Bidders (Page AC-1 to AC-2) 2. Response to Bidder’s questions (Pages AC-2 to AC-14) 3. Copy of Section 9.6 from NYSDOT Highway Design Manual Chapt_09 (Pages AC-15 to AC-20)

ATTACH TO CONTRACT DOCUMENTS

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

NORTHERN BOULEVARD BRIDGE FENDER SYSTEM OVER THE FLUSHING RIVER NYCDOT P.I.N. 84120QUBR387 E-P.I.N. 84120B0015 Contract No. HBQENB012 B.I.N 2-05580-1, 2-05580-2

TOGETHER WITH ALL WORK INCIDENTAL THERETO

BOROUGH OF QUEENS

ADDENDUM NO. 3 July 15, 2020

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 sixty (60) inquiries from prospective Bidders. 3. Attached a copy of Section 9.6 from NYSDOT Highway Design Manual Chapt_09 in reference to response to question No. 33. 4. All the bidders should provide name of the contact person and email address on the bid package in order for NYCDOT to email bid opening instructions to vendor’s contact person.

AC-1

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

CLARIFICATIONS IN RESPONSE TO QUESTIONS FROM PROSPECTIVE BIDDERS

1. Question: Where is the bridge inspection report locates as noted on Sheet 26, note 4?

Response: The Bridge Inspection Report is available upon request from NYCDOT.

2. Question: For Bid Item 560.13000001 “Remove & Reset Stone Wall”, the bid quantity is 5 CY. What is the average stone size so we may determine how many stones need to be reset?

Response: Typical stone size is 5'-10" in length, 30" height, and 16" depth.

3. Question: What item are required in the Type 4 Field Office to be provided by the contractor?

Response: See minimum computer hardware and software in Book 2, page 000403- 404 and NYSDOT standard specifications item 637.14 for requirements.

4. Question: What is the average thickness of the Class D concrete required under bid item 582.06?

Response: The average thickness at top slab is 10".

5. Question: What’s the square footage of areas to receive concrete grout underwater placement, Bid Item 555.25030007?

Response: 15,000 square footage.

6. Question: Same question 5 for Bid Item 582.05.

Response: Approximate 1 cubic yard.

7. Question: What is the average masonry stone joint height under Bid Item 560.10190006? The bid item units are in square feet and a lineal foot of joint needs to be determined.

Response: Typical stone joint height is 30”.

AC-2

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

8. Question: Also, what is the average depth of joint to be removed/replaced?

Response: Average depth of joint is 16”.

9. Question: What are the approximate dimensions of the stone wall areas under Bid Item 560.13000001 “Remove & Reset Stone Wall”?

Response: Typical stone size is 5'-10" in length, 30" height, and 16" depth.

10. Question: It appears the 420 anchor bolts required for the arch fenders. Bid Items 586.0201 & 586.0301 total 486 bolts (with & without pull-out test). Please clarify where the additional 66 bolts are to be installed.

Response: 66 bolts to be installed for Bridge Clearance Signs. See Dwg No P-6 (Sheet No 25).

11. Question: Please clarify what’s required under Bid Item 619.01 “Basic Work Zone Traffic Control”.

Response: See NYSDOT standard specifications item 619.01 for requirements.

12. Question: We respectfully request a bid extension of 2 weeks?

Response: Bid deadline will be extended to 8/5/20.

13. Question: ITEM 560.10190006 - MASONRY STONE JOINT INJECTION – 2600 SQUARE FEET. Please clarify the unit price bid per square foot. Please confirm if this is this the square feet of wall surface area in which the joints have been repointed? Or was this quantity meant to be in Linear Foot for the Linear Foot of joint repaired between blocks?

Response: Pay unit for Item 560.10190006 shall be in square foot. See NYSDOT special specifications item 560.10190006 for description and method and measurement.

14. Question: ITEM 582.06 - REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITH CLASS D CONCRETE - 2000 SQUARE FEET Please clarify the unit price bid per square foot. - Does the 2000 SF quantity consist of documented repairs at specific locations? Can these deficiencies and recommended repair types be provided? - Please indicate if the repair locations need the concrete pier cap removed in entirety for the limits provided and replaced with concrete in kind, or if this item is meant to be a localized repair as needed? The notes on the drawing indicate that this is a AC-3

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

rub and patch / repair as needed item: “Cracked and Spall Pier Roof Slab Conc to be Repaired - Can a typical repair detail for a specific square foot measurement be provided? - Please confirm if there is any rebar in the pier cap? Will there be any required reinforcing repairs or replacement required?

Response: - Repaired quantity of 2,000 SF was estimated based on no more than 25% of the entire concrete pier cap. See NYSDOT special specifications item 560.10190006 for construction details. - This item is meant to be localized repair as needed. - Actual quantities as the number of square feet shall be determined at field. See NYSDOT specifications item 582.06 for method and measurement. - Existing top rebars are #6 transversely and #5 longitudinally. Existing rebars are not required to be repaired/replaced.

15. Question: In reference to the New Dolphin System Steel Clamps, with details provided on Sheet No 36. Please provide the two end clamp details showing how the 16” steel connector clamp is used to connect the 10”x10” plastic lumber piece from the center pile in the dolphin cluster to the exterior pile?

Response: Connection detail between the center pile and perimeter piles is shown in F-10. Three piles (perimeter pile + center pile + perimeter pile) are connected by a thread rod (1" dia. TYP).

16. Question: ITEM 586.0301 - Drilling and Grouting Bolts or Reinforcement Bars with Pullout Test – 420 EACH - Please indicate if these locations are Epoxied Anchors or can they be Mechanical Expansion Anchors? - Please provide the testing criteria requirements for the pullout testing? - What is the pullout capacity or torque requirements that the bolts need to be tested to?

Response: - Anchor bolt shall be stainless steel, see Dwg No P-4 (Sheet No 23) and special provision Item No. 76 in Book 2. Chemical anchors are specified and preferred in this project. - See NYSDOT standard specifications Item 586.0301 for pullout test requirements. - See NYSDOT standard specifications Item 586.0301 for pullout test requirements.

AC-4

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

17. Question: ITEM 202.10010039 – Timber Removal – 12562 Cubic feet - Please provide the installed length of the existing timber fender piles to be removed. - Please verify that the quantity for the timber removal. As-built of the existing fender.

Response: - Quantity of 12,562 CF was estimated based on the survey of total area existing timber fender piles to be removed in all faces. Thicknesses of timber sheets and walers were assumed to be 4"" and 8"" respectively. Length of fender piles are vary. - The quantity for timber removal was based on the survey reflecting current condition. The timber piles are deteriorated and broken. As-built existing fender will not reflect current condition.

18. Question: Drawing Note 8 under General Notes Sheet No 3: “FOR MORE INFORMATION ON THE EXISTING TIMBER DOLPHIN AND FENDERING SYSTEMS, THE ABOVE AND UNDERWATER INSPECTION REPORTS FROM 10/2018 ARE AVAILABLE FOR REVIEW UPON REQUEST BY THE CONTRACTOR.” - Please provide the Inspection report from 10/18.

Response: The Bridge Inspection Report is available upon request from NYCDOT.

19. Question: For Items 555.25030007 and 560.10190006 we are looking for some clarification. The items are shown on sheets 14 through 17 referring to a specific elevation of granite course. Please clarify if this refers to filling voids in the bridge piers or do these items include pointing work between the granite courses? If these items are not specific to an elevation, do these items refer to any area in the footing where voids exist? Can these areas be indicated? Do any of the areas exist below the first level of granite course at MLLW?"

Response: 555.25030007 and 560.10190006 are both filling void in between stones, one is above and the other is submerge under the water. The existing mortar is in poor condition and mostly washed away under the water. To be conservative, the contractor should estimate the entire void between stones needed to be filled. The first level of stone below MLLW shall be filled according to 555.25030007.

20. Question: In reference to PIN#84120QUBR387 we would like to request the additional information referenced in General Note 8 on dwg. G-2: “For more information on the existing timber dolphin and fendering systems, the above and underwater inspection reports from 10/2018 are available for review upon request by the contractor”. Could you please provide these reports and any other as-built information that may be available on existing structures?

AC-5

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

Response: Past contract drawings that reflect existing conditions are available upon request from NYCDOT.

21. Question: Is there a bridge clearance sign on the west face of pier 27? It is not shown on DWG P-3 but is shown in P-1?

Response: Please see Dwg No P-1 for location and P-5 for Bridge Clearance Sign details. Bridge Clearance Sign not shown on P-3 for clarity.

22. Question: Are 13" diameter type IV piles acceptable as stated in the specs p. 512, under Materials section A.1.e.2, or are the 16" diameter type IV piles described in the drawings the only acceptable piles?

Response: The reference to 13" OD FRPE pile should not be included on page 512, under Materials section A.1.e.2. Only 16" OD piles are allowed.

23. Question: Page P4 section 2 - "Exterior vertical fender" shows 8ea out of the 10ea anchor bolts into the stone at 2'-4" and the other 2ea are shown shorter. On page P5, the exterior arch fender section indicates all anchors are 2'-4" long. What are the desired lengths of the bottom anchor bolts for the exterior vertical fender section?

Response: Section 2 shows 2 out of 10 anchored into the existing concrete portion of the pier foundation; these anchors for concrete only are short anchors - minimum 8" long and 5" embedment into concrete. In contrast, the desired embedment lengths for 2'-4" long bolts drilled through both stone and concrete is 25" only at the exterior vertical fender.

24. Question: What is the connection detail between the 10" plastic lumber connecting the center pile of the dolphins to the outer piles? Is it a similar minded connection as the plastic lumber stubs between the outer piles? The connection sequence suggestion details they are similar to Sections E and F on page F11 but that detail will not work as its shown. Is the threaded rod presumably running through the middle of the plastic lumber the only connection between the piles and the lumber stub pieces?

Response: Connection detail between the center pile and perimeter piles is shown in F-10. Three piles (perimeter pile + center pile + perimeter pile) are connected by a thread rod (1" dia. TYP).

25. Question: What is the diameter of the threaded rod running through the piles and the plastic lumber "stubs"?

AC-6

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

Response: As shown on dwg F-11, threaded rods connecting the steel clamps to the piles are 1/4" dia. Threaded rods connecting the steel clamps to the plastic lumber are 7/8" dia. The rod connecting the center pile to perimeter piles through stubs are 1" dia.

26. Question: In reference to PIN#84120QUBR387 we would like to request the additional information referenced in General Note 8 on dwg. G-2: “For more information on the existing timber dolphin and fendering systems, the above and underwater inspection reports from 10/2018 are available for review upon request by the contractor”. Could you please provide these reports and any other as-built information that may be available on existing structures?

Response: Underwater Inspection Reports and as-built information are available upon request from NYCDOT.

27. Question: Drawings D-4, D-5, D-6, and D-7 call for both conc grout under water placement and masonry stone joints injection for the east and west faces of both Pier 26 and Pier 27. Drawing D-8, showing the north and south faces of Pier 26 and Pier 27, does not mention conc grout under water placement or masonry stone joints injection. Please confirm whether these two items need to be performed on the North and South faces of Pier 26 and 27.

Response: Both concrete grout under water placement - Item 555.25030007 and masonry stone joints injection - Item 560.10190006 shall be performed on the North and South faces of Piers 26 and 27, as well as all faces of both piers.

28. Question: Special Provisions section 18 (pg. S-10) states “the contractor shall retain the services of a licensed [NYS PE] to…determine the type, size and weight of vehicles and equipment that can be supported by the existing structures during construction”. For purposes of bidding, please provide any load restrictions that should be assumed for equipment/materials placed on the top of pier roof slabs for both Pier 26 and Pier 27. Will these areas be available for staging equipment/materials?

Response: For the purpose of bidding, please assume live load is 100 psf on top of pier roof slab. These areas are available for limited staging equipment/materials.

29. Question: Please provide the slide show presented at pre-bid conference as well as attendance sheet.

Response: The slide show presentation file was included in Addendum 1.

30. Question: During the pre-bid conference there was discussion that there are potentially high levels of marine traffic at the Tilcon plant immediately north of the Northern Boulevard Bridge (and that this traffic may even use existing dolphin fenders for AC-7

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

maneuvering). To provide an equal basis for all bidders, please confirm what areas of the Flushing River will be available for staging floating equipment. Will the contractor have to move on demand during work shifts as a result of Tilcon’s operations? If so, please provide an allowance or an estimated frequency/duration so we may include costs.

Response: The contractor may propose staging floating equipment to be located north and/or south of the bridge fascia, understanding that traffic along the south side of bridge is infrequent. Contractor will need to coordinate operations with Tilcon. For the purpose of providing an equal basis for all bidders, assume no movement on demand during work shifts resulting from Tilcon's operations.

31. Question: “Site Storage and Staging Area” note 1 on dwg. G-4 says “See special provisions item no. 25 of the contract specifications.” Special provisions item no. 25 says

Response: Please refer to Special Provisions Items 25 and 66 for "Site Storage and Staging Area". There is no identified staging area or site access points shown in the contract documents.

32. Question: Please confirm whether Buy America(n) provisions apply to this contract. Does Section 106-11 Buy America of NYS DOT standard specifications apply?

Response: Buy American requirement is not required for this contract.

33. Question: Special Provisions item [4]9 discusses vibration criteria during construction activities. Please confirm any vibration monitoring is to be provided by others.

Response: Special Provision 49 is a standard provision included in NYCDOT contracts. Vibration monitoring as per Section 9.6 from NYSDOT Highway Design Manual (see attached) is the responsibility of the bidder.

34. Question: Please identify location on site for Engineer’s Field Office – Type 4. Is electrical hookup available on site (if so, please identify where) or will a generator need to be provided?

Response: There is no identified location for the Engineer's Field Office. Contractor has the option to locate Field Office in a nearby off-site building.

35. Question: In regards to the USACE permit, Special Provisions item 77 states “The contractor shall contact USACE to resume and complete the permit process…”. Given the uncertainties inherent in such a permitting process (including the potential for permit denial and an appeals process), a third party consultant would never provide AC-8

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

lump sum pricing for “complet[ing] the permit process” and would instead operate on a T&M or net cost basis for services performed. Accordingly bidding contractors should not be expected to include lump sum costs for the same. For example, Appendix D “Processing Step” 8 states “The Corps may ask the applicant to provide additional information to assess environmental impacts.” As there is no way to estimate what additional info will be requested during the process (be it drawings, documents, surveys, environmental/site studies, etc.), please provide a fixed price lump sum allowance or a clearly defined basis for bidders to include costs for.

Response: Appendix D contains standard documents for the USACE Permitting Process that NYCDOT uses. During design, a permit application (NAN-2018-01329- EBR) with USACE was filed and deemed complete, but approval was halted due to need for additional information and coordination with US Coast Guard. See Book 2 Special Provision 77 and 78 for additonal information and how to complete the permit application with USACE. No additional FPLS item should be assumed. Alternate USACE contact: Christopher Minck, Biologist/Project Manager, tel. no. 917-790- 8547, email: [email protected].

36. Question: As a follow-up to question 9, Appendix D “Processing Times” (pg. S-119) states “On average, individual permit decisions are made within two to three months from receipt of a complete application”. While that may be an average time frame, USACE permits can often take from six months to over a year to obtain (considering the uncertainties outlined above). As currently written the contractor is responsible to “complete the permit process” but has little to no control over the time frame. Will the contractor’s end date will be adjusted accordingly for delays in the permitting process outside the contractor’s control (beyond the assumed 2-3 months)? This is especially pertinent given the liquated damages included under this contract.

Response: It is recognized that USACE response may take time, and this is the reason the NYCDOT started the permit application during design.

37. Question: Due to 4th of July holiday and close proximity between RFI due date and bid date, we respectfully request a postponement of bid date to allow for adequate time to incorporate new information obtained in question responses.

Response: Bid deadline will be extended to 8/5/20.

38. Question: Special Provisions item 2 states “As all work on this project relates to construction in the Flushing river, WZTC of existing roadways will be very limited on this project.” In the scenario that no equipment, materials, labor are ever on or overhead the Northern Boulevard roadway during the performance of the work, please confirm lane closures or barricades are not required.

AC-9

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

Response: No lane closures on the Northern Blvd. bridges are required to perform the work, since it is expected that other means from below the bridges will be used. The Contractor has the option to request access to the underside from the bridge level; however, permission must be obtained from NYCDOT.

39. Question: Similarly, Special Provisions Item 65 states “No Work shall be done above areas not protected by fencing, lane closures or overhead projective (sic) shielding”. The installation of new dolphin fenders necessitates work closely adjacent (but not overhead) of the roadway. Given the work is not overhead, it is understood overhead protective shielding would not be required. Accordingly, please clarify what sort of protection would be required as indicated by the statement: “Work Zones not protected by overhead shielding or isolated by the WZTC plan shall be fenced or otherwise isolated”.

Response: Protective shielding is not required since there is no overhead work included in this contract.

40. Question: Special Provisions Item 26 states “The Project Site shall therefore be secured by erecting concrete barriers with chain-link fence all around its perimeter, restricting unauthorized entry.” Please clearly identify on a drawing where the concrete barriers, chainlink fence, and entrance gate are required.

Response: Special Provision 26 is a standard NYCDOT provision. Once staging and/or storage areas are proposed, the general requirements of this provision shall be met.

41. Question: Special Provisions Item 26 states “The contractor shall establish a separate entrance…the gate shall be kept closed and only be operated by a security guard, paid by the contractor…” Please confirm requirements for such a security guard. Are they required only during work hours, only outside of work hours, seven days a week, 24 hours a day, etc.?

Response: Construction site security is the responsibility of the contractor.

42. Question: Part Plan 1-7 on dwg. F-10 shows the arrangement of inner “spiral” composite timbers. The two timbers in each part plan span three piles. Please provide a connection detail for these inner composite timbers. While the details shown on dwg. F-10 could be assumed for connection of inner composite timbers to the central pile, additional information is required to accurately price connection to the exterior piles. For connection to exterior piles, should the stainless steel clamp fully encircle the pile? Should it be two half clamps (connected by an ~1/2” long screw)? Please clarify. Also please note these clamps will potentially interfere with the clamps connecting the “perimeter stub pieces”.

AC-10

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

Response: Connection detail between the center pile and perimeter piles is shown in F-10. Three piles (perimeter pile + center pile + perimeter pile) are connected by a thread rod (1" dia. TYP). Two half clamps are for connecting two adjacent perimeter piles. There are no clamps between the center pile and the perimeter piles.

43. Question: Given the uncertainty in what will be required to locate the submarine cables (as it contingent on successful contractor contacting both Verizon and ConEd), we strongly suggest a fixed price lump sum allowance for this item to provide an equal basis for all bidders. Firms providing such locating services will not provide lump sum pricing given the open-ended nature of the scope and partial dependency on the utility companies.

Response: All survey works are included in Survey Operations - Item 625.01. Pay unit shall be lump sum. As per note 7.C on dwg G-4 states, it is recommended that the contractor perform surveys to obtain more information on the river bed around the existing and proposed dolphin fender structures. Payment for this survey should be included in the cost for removal of existing timber dolphin fender structures. No additional FPLS item should be assumed.

44. Question: Appendix E item 7 states “Placement of construction barges in the navigable channel shall be done so as to provide a minimum horizontal clearance reduction.” Please confirm what minimum horizontal clearance reduction should be assumed for bidding purposes. Further more item 7 states “Barges must be moved out of the navigable channel after working hours…”, please confirm contractors should assume such (even though marine traffic to the south of Northern Boulevard has been stated to be limited).

Response: As there is infrequent traffic to the south, bidders should assume that the navigation channel may be blocked during its construction, and should expect to request approval in writing from the USCG to allow barges to block the navigation channel and to remain after working hours. These logistics of operations are part of the remaining permit application process with USCG, which is expecting to review the Contractor's means and methods.

45. Question: For the concrete underwater grout repair and the masonry injections (items 555.25030007 and 560.10190006 respectively) are these voids and cracks seen throughout the entire length of each face of the pier or is the placement of the underwater grout and mortar injections contained to only the north end of Pier 27 and south end of Pier 26 as shown in drawings D-4 through D-7?

Response: The voids and cracks can be found throughout all faces of both piers, especially for areas located in the tidal zone and under the water. See response to Item 27 above. AC-11

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

46. Question: Are their any fish windows or specific times throughout the year we are not allowed to drive piles, or complete any work above, in or on the water due to environmental matters?

Response: There is no fish windows requirement in the project site.

47. Question: In the drawings it specifies “All work shall be so conducted that the free navigation of the waterway is not unreasonably interfered with and the present navigable depths are not impaired.” What amount of obstruction to the waterway is deemed unreasonable?

Response: As there is infrequent traffic to the south, bidders should assume that the navigation channel may be blocked during its construction, and should expect to request approval in writing from the USCG to allow barges to block the navigation channel and to remain after working hours. These logistics of operations are part of the remaining permit application process with USCG, which is expecting to review the Contractor's means and methods.

48. Question: Are barges permitted to be spudded to close proximity of unknown and known submarine cables.

Response: Yes, as long as there is no damage to existing active submarine cables.

49. Question: Will contractor have a nearby staging area?

Response: Yes. Please refer to Special Provisions Items 25 and 66 for "Site Storage and Staging Area". There is no identified staging area or site access points shown in the contract documents.

50. Question: Are the barges required to move from the channel at the end of each shift?

Response: Contractor will need to coordinate operations with Tilcon. For the purpose of providing an equal basis for all bidders, assume no movement on demand during work shifts resulting from Tilcon's operations.

51. Question: Masonry Stone Joint Injection is listed as SF item. Is this SF of actual joint or SD of wall. Pointing is traditionally priced as a LF item.

Response: Pay unit for Item 560.10190006 shall be in square foot. See NYSDOT special specifications item 560.10190006 for description and method and measurement.

AC-12

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

52. Question: Noticed Spalling on pedestals. Are concrete repairs to pedestal part of this contract?

Response: The project limit starts from the top of pier roof concrete slab to the bottom of existing fender system. Concrete pedestals (bridge pier columns) are not included in this project.

53. Question: Is the contractor responsible for removal of timber debris on the river bed?

Response: No, unless existing debris conflicts with the Contractor's proposed operations. The contractor is responsible for preventing additional pollution to the river during timber removal and other operations. See "Waterway Protection" Note 1 on Contract Dwg G-3.

54. Question: Request a 2 week extension on bid date.

Response: Bid deadline will be extended to 8/5/20.

55. Question: Will the NYC DOT plant to the north west of pier 26 be available as a staging area for materials or potential access to the jobsite?

Response: No. To be determined pending NYCDOT’s Component Rehabilitation project.

56. Question: Will the gate underneath the northern boulevard bridge, just south of the NYC DOT plant, be available to be opened for material trucks or potential access for working areas?

Response: No. To be determined pending NYCDOT’s Component Rehabilitation project.

57. Question: Is there a dedicated area for workers to park their vehicles?

Response: No. Also see special provision Item No. 32 in Book 2.

58. Question: In the drawings it specifies “All work shall be so conducted that the free navigation of the waterway is not unreasonably interfered with and the present navigable depths are not impaired.” What amount of obstruction to the waterway is deemed unreasonable?

Response: As there is infrequent traffic to the south, bidders should assume that the navigation channel may be blocked during its construction, and should expect to request approval in writing from the USCG to allow barges to block the navigation AC-13

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DIVISION OF BRIDGES PIN 84120QUBR387 Northern Boulevard Bridge Fender System over Flushing River Addendum No. 3

channel and to remain after working hours. These logistics of operations are part of the remaining permit application process with USCG, which is expecting to review the Contractor's means and methods.

59. Question: When converting the drawing P-1, proposed fender system, for the Northern Boulevard Bridge Fender project I converted the drawing to an Autocad file and I noticed the fender systems in the drawing P-1 do not match the same fenders we are bidding to install on Pages F-3 and F-5. The lumber seems longer and the Diameter of the piles seems shorter than what is detailed on the F-3 and F-5 pages. Can you clarify which is correct and send us the updated drawings?

Response: The plan of the proposed dolphin fender system on dwg. P-1 does indeed reflect an earlier design and layout, with slightly longer lumber lengths for the fender panel between dolphins, and slightly differently alignments of the proposed system with respect to the existing system. It is a general plan view to be used for reference only, and no reissuance of the drawing is needed. The layout, alignment, and dimensions shown on dwgs F-3 and F-5 are the final design, and shall be used for construction.

60. Question: Just following up on this request for the dive inspection reports. Is this going to be released in an addendum or will this be sent to companies strictly who request it? Where can this be found? Will this be on the City page as well as the other addendums?

Response: The Underwater Inspection Report is available upon request from NYCDOT.

AC-14