route 110 over route 27 (bin 1019119) design-build project

22
Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT PIN 0112.57, D900027 Request for Proposals Addendum #1 March 12, 2015

Upload: others

Post on 12-Jan-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

Route 110 over Route 27(BIN 1019119)

DESIGN-BUILD PROJECT

PIN 0112.57, D900027

Request for Proposals

Addendum #1

March 12, 2015

Page 2: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Superstructure and Bridge Replacements in R2&9 Request for Proposals Addendum #1PIN 0112.57, D900027 1 March 12, 2015

Modification to the Request for Proposals

Route 110 over Route 27(BIN 1019119)

Design-Build Project

PIN 0112.57, D900027

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 wherechanges have been made to the documents; and

• Text additions have been shown in underlined red font and text deletions have beenshown in crossed out red font.

General Instructions

Delete Pages C-2, C-4 and C-10 of the Instructions to Proposers, Appendix C, and substitutethe revised pages C-2, C-4 and C-10.

Delete Form R and Form SA of the Instructions to Proposers, Appendix E, and substitute theattached revised Form R and Form SA.

Delete Pages 36, 45, 46, 56 and 58-60 of the DB Contract Documents, Part 3, ProjectRequirements, and substitute the attached revised Pages 36, 45, 46, 56 and 58-60.

Delete Pages A-4, A-5 and A-7 of the DB Contract Documents, Part 4, Utility Requirements, andsubstitute the attached revised pages A-4, A-5 and A-7.

Delete Page 41 of the DB Contract Documents, Part 5, Special Provisions, and substitute theattached revised Page 41.

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

Note that, with the exception of Form R and Form SA, Proposers may utilize the Final RFP, orAddendum #1version of the editable forms. For Form R and Form SA, only the Addendum #1version of the editable form shall be utilized.

Page 3: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 Instructions to Proposers, Appendix CPIN 0112.57, D900027 C-2 Addendum #1 March 12, 2015

C3.0 MANAGEMENT APPROACHThe Proposer should submit, as its Management Approach Submittal in the Technical Proposal,initial plans relating to management aspects of the Project, as described in ITP Appendix A.Each initial plan should outline the key features of that particular aspect and how it will beaddressed during the Contract. Each initial plan should be capable of being developed duringthe early stages of the Contract into a full comprehensive plan for that aspect in accordancewith the requirements of the Contract Documents.

The initial plans and documents that are to be submitted as part of the Management ApproachSubmittal are described in Section C3.1 Initial Project Management Plan Components of thisITP Appendix C.

C3.1 INITIAL PROJECT MANAGEMENT PLAN COMPONENTSThe Proposer should include in the Technical Proposal the following components of the ProjectManagement Plan:

A) Initial Overall Design-Build Organizational Plan;

B) Initial Design Management Plan;

C) Initial Construction Management Plan; and

D) Initial Quality Plan.

Additional components of the Project Management Plan shall be required from the successfulProposer. See Section 2 of Part 3 – Project Requirements of the Contract Documents foradditional information.

C3.1.1 Initial Overall Design-Build Organizational PlanThe Proposer should include a narrative describing the organizational arrangements it intendsto implement for quality, safety, design and construction to achieve the Project’s goals. Theorganizational arrangements described should clearly identify responsibilities and reporting linesof staff, particularly relating to Key Personnel. The narrative should include a review of theProposer’s assessment of the roles that the Key Personnel shall take in the Proposer’sorganization.

The Proposer should provide an organization chart (on an 11”x17” sheet of paper), illustratingthe Proposer’s Key Personnel and their prospective roles and responsibilities, as well as otherprincipal participants and any known Subcontractors having a material role in the Project’sdesign Work, design check Work and construction Work and construction inspection work. TheProposer should provide resumes (maximum of two 8.5" x 11" pages per person) for allpersonnel listed in the organization charts.

The Proposer should describe the interrelationships and interfaces between each member ofthe Design-Builder’s Team (e.g., design, design checks, shop drawing preparation and review,construction, construction Inspection, Materials Testing, quality management, etc.).

The Proposer should describe how the Proposer will communicate with the Department’sProject Manager, Construction Quality Assurance Engineer, the Design Quality AssuranceEngineer and their staff and describe the integration of the design and construction efforts toachieve efficient progression of the work. The Proposer should also describe the means ofreporting on and controlling progress of the work to the Department and for Project control.

Page 4: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 Instructions to Proposers, Appendix CPIN 0112.57, D900027 C-4 Addendum #1 March 12, 2015

coordination with other agencies and how detours (if any) will be maintained. The InitialConstruction Management Plan should also describe how the interaction of the ConstructionInspection Professional Engineering Firm and the Materials Testing Firm/Laboratory will occurand how these firms will contribute to the Construction Management and quality of the Project.

The description should, at a minimum, include: (i) the structure of the Proposer’s constructionorganization; (ii) the resources and personnel needed to effectively and efficiently manage theProject during the construction phase; (iii) the management and integration of Subcontractorsand suppliers; and (iv) the management of the construction inspection operations.

The Proposer should include an organization chart (on an 11"x17" sheet of paper) titled“Proposed Construction Organization”, illustrating the proposed construction organization,indicating the responsibilities and structure of the construction staff, down to and including fieldsuperintendents and the staff positions proposed under each field superintendent for all shifts.The Design-Builder shall also describe the proposed Construction Inspection staffing to beprovided throughout construction.

C3.1.4 Initial Quality Control PlanThe Proposer should include an Initial Quality Control Plan. The Initial Quality Control Planshould be in the format shown in DB §113, Appendix 113A, and describe the Proposer’sproposed quality control program for the design Work, the QC program for the constructionWork, and how the design and construction activities performed by different entities will becoordinated to ensure consistency of quality. The Initial Quality Control Plan shall be consideredan interim document for the purpose of conveying the overall approach of the Proposerregarding QC, and shall be expanded and/or amended prior to implementation on the Project.See Contract Document Part 2 - DB §113.

The Initial Quality Control Plan should include two, separate QC organization charts (on 11”x17”sheets) for the design Work and the construction Work, clearly defining to whom the QC staffshall report within the Proposer’s organization. The Proposer should provide resumes (each nomore than two 8.5” x 11” pages per person) for all QC personnel identified in the QCOrganization Charts not previously identified as Key Personnel in the Proposer’s SOQ.

The narrative for the Initial Quality Control Plan should describe the approximate number, rolesand responsibilities of key QC personnel during each phase of the Project to ensure qualitydesign and construction, and describe the inter-relationship and relative authority within theProposer’s organization of QC staff and design and construction staff and the interaction withDesign and Construction QA Engineers. The Proposer should also describe the proposedConstruction Inspection staffing to be provided throughout construction.

C4.0 TECHNICAL SOLUTIONS SUBMITTALThe Proposer should include a Technical Solutions submittal, as described in ITP Appendix A,which should include a Design Approach, a Construction Approach, an Initial BaselineSchedule, Gantt Chart and Form SCD in accordance with ITP Sections C4.1, C4.2 and C4.3.The narratives and drawings described in C4.1.1 and C4.1.2 should (i) provide an overview ofthe proposed design and construction concepts, (ii) describe the key features and anyinnovative aspects of the Proposer’s design concepts.

The Technical Solutions submittal should represent a level of design sufficient to enable athorough evaluation of Proposer’s design concepts, should address all elements of the

Page 5: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 Instructions to Proposers, Appendix CPIN 0112.57, D900027 C-10 Addendum #1 March 12, 2015

Table CFormat of Volume 2

Proposal Component ReferenceVolume 2, Section 1 – Key Personnel and Firms Experience

Key Personnel Resumes (Max. 2 pages each resume) C2.0Form R – Summary of Individuals Experience C2.0

Volume 2, Section 2 – Management Approach Submittal (Initial Plans)Initial Project Management Plan Components (organization charts andresumes of personnel not identified as key personnel are not included inmaximum pages for each component as identified below)

Initial Design-Build Team Organization Plan (max. 5 pages) C3.1.1Initial Design Management Plan (max. 3 pages plus org. charts) C3.1.2Initial Construction Management Plan (max. 3 pages plus org. charts) C3.1.3Initial Quality Control Plan (Narrative max. 10 pages plus org. charts plusresumes) C3.1.4

Volume 2, Section 3 – Technical Solution Submittal (Narratives)Design Narrative (maximum 4 pages) C4.1.1Copies of Department’s approval letters for each ATC that is incorporatedinto the Proposer’s Proposal (max. 3 letters)Construction Approach

Overall Project Construction Sequence ( maximum 5 pages) C4.2.1Work Zone Traffic Control (maximum 3 pages) C4.2.2

Protection of Existing Facilities (maximum 1 pages) C4.2.3Utility Work (maximum 2 pages) C4.2.4

Drainage Modifications (maximum 1 page) C4.2.5Volume 2, Section 4 – Drivers First

Form DF C5.0Volume 2, Section 5 – Project Support

Project Support (Maximum 2 Pages) C6.0Volume 2, Attachment A – Technical Solution Submittal (Design Drawings)

Project Limits C4.1.2General Configurations C4.1.2Construction Phasing C4.1.2Demolition Limits C4.1.2Work Zone Traffic Control C4.2.2

Volume 2, Attachment B – Technical Solution Submittal (Project Schedules)Initial Baseline Progress Schedule (maximum 2 pages) C4.3.1Initial Baseline Progress Schedule Narrative (maximum 2 pages) C4.3.1Form SCD – Schedule of Contract Durations C4.3.2Gant Chart (maximum 1 page) C4.3.3

Note: Volume 2, Attachment A – Design Drawings, shall be submitted in a separate 11”x17”binder.

Page 6: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27PIN 0112.57, D900027

Form R Instructions to Proposers, Appendix EAddendum #1 March 12, 2015

FORM RSUMMARY OF INDIVIDUAL’S EXPERIENCE

Form R shall be completed by the Proposer for the Key Personnel indicated in ITP Appendix A, as well asany key personnel that have been changed since submission of the SOQ. Add lines/pages as necessary.Under “Contact Information”, provide the contact name, phone number, and e-mail address for the ProjectOwner. NYSDOT reserves the right to contact any Project Owner to verify the information provided.

Name of Proposer:

Name of Firm:

Individual’s Name:Is Applicant Licensed as a Professional Engineerin the State of New York? Yes: No:

NYS Professional Engineering License Number

Title for this Project:Total number of years experience meeting requirements stated in Part 3,Project Requirements, Section 2.2 for Title above:

Please complete the information below to confirm the total years experience stated aboveProject Name:Project Owner:Contact Information:Title on Project:% time spent on Project

Individual’s Start Dateon Project:

Individual’sEnd Date onProject:

Individual’sTotal Timeon Project:

Project Name:Project Owner:Contact Information:Title on Project:% time spent on Project

Individual’s Start Dateon Project:

Individual’sEnd Date onProject:

Individual’sTotal Timeon Project:

Project Name:Project Owner:Contact Information:Title on Project:% time spent on Project

Individual’s Start Dateon Project:

Individual’sEnd Date onProject:

Individual’sTotal Timeon Project:

Page 7: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27PIN 0112.57, D900027

Form SA Instructions to Proposers, Appendix EAddendum #1 March 12, 2015

FORM SA

STIPEND AGREEMENT

(For Reference Only. Not to be completed or submitted with proposal)

COMPTROLLER'S CONTRACT NO.

PIN:

PROJECT: ________________________________________________

This Agreement made this day of , 20___, by and between NEW YORK STATEDEPARTMENT OF TRANSPORTATION (hereinafter “NYSDOT”), whose principal office islocated at 50 Wolf Rd., Albany, New York 12232, and

, duly organized and existing under the laws of theState of _____________________, having its principal office at______________ (hereinafterreferred to as "Proposer").

WITNESSETH:

WHEREAS, NYSDOT is currently procuring a design-build contract (the “Contract”) forthe __________________________ Project (the “Project”);

WHEREAS, the Proposer submitted a proposal (“the Proposal”) in response to theRequest for Proposals issued by NYSDOT on __________________, as amended by anyaddenda (as amended, the “RFP”);

WHEREAS, the Proposal met the criteria set forth in Article 3(A) of this StipendAgreement; and

WHEREAS, the Department has not awarded the Contract to the Proposer.

NOW, THEREFORE, the parties agree as follows:

ARTICLE 1. WORK PRODUCT AND INTELLECTUAL PROPERTY RIGHTS. Theterm “Work Product” shall mean ideas or information, and the expression of ideas orinformation, included in the Proposal or otherwise submitted or communicated in any manner byor on behalf of the Proposer to NYSDOT during the Project’s procurement process at any timeprior to the awarding of the Contract. Work Product does not include any sensitive andconfidential financial information regarding the Proposer that was included in the Proposal.

ARTICLE 2. NYSDOT’S RIGHTS TO WORK PRODUCT. Under the terms of thisAgreement, NYSDOT may use the Work Product for the purposes of the Project or any futureproject pursued by NYSDOT without any obligation to pay any additional compensation to theProposer.

Page 8: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27PIN 0112.57, D900027

Form SA Instructions to Proposers, Appendix EAddendum #1 March 12, 2015

With respect to any Work Product that incorporates intellectual property owned ordeveloped by the Proposer, the Proposer’s team members or other third parties, the Proposerrepresents and warrants that it has the right to grant NYSDOT irrevocable, non-exclusive,perpetual, royalty-free licenses to use such intellectual property for the purposes specifiedherein. As of the date of this Agreement, the Proposer hereby assigns such licenses toNYSDOT, and agrees to indemnify, defend, and hold harmless NYSDOT and the State of NewYork from any and all claims, costs, expenses, and damages of every kind resulting frominfringement allegations related to NYSDOT’s exercise of the intellectual property rights grantedherein.

The foregoing shall not be deemed a requirement for the Proposer to provide off-the-shelf software to NYSDOT.

ARTICLE 3. PROVISION FOR PAYMENT.

A) The Stipend will be paid by NYSDOT to the Proposer only under thecircumstances specified in this Article 3. The Proposer will not be entitled to payment of anyStipend Amount if the Proposal fails to:

1) Achieve a rating of “pass” on all Pass/Fail Evaluation Factors found in the RFPfor the Project; or

2) Meet or exceed the minimum qualifying quality based evaluation threshold asrequired in the RFP; or

3) Include a competitive and responsible price proposal for the Project.

B) The Proposer will not be entitled to payment of any Stipend Amount if theProposer has filed an unsuccessful protest of the procurement process, award or cancellation ofthe procurement. In addition, as a condition of accepting payment of any Stipend Amount, theProposer agrees to not file any protest of the procurement process, award, or cancellation of theprocurement after accepting payment of the Stipend.

C) The Proposer will not be entitled to payment of any Stipend Amount if theProposer fails to submit an invoice in accordance with 3(D), below, or fails to providesatisfactory evidence substantiating its Qualified Costs (as defined in 3(E), below) inaccordance with (D), below.

D) In order to receive payment of the Stipend Amount, the Proposer shall submit toNYSDOT: two signed originals of Attachment 1 of this Stipend Agreement, two copies of asingle invoice for its proposed Stipend Amount, and two copies of all documentation requiredunder (E), below, and proof of Workers’ Compensation and Disability Insurance as described inArticle 8 of this Stipend Agreement, not later than 20 calendar days following the date of awardof the Contract. If NYSDOT disagrees with the proposed Stipend Amount set forth in theProposer’s initial invoice, NYSDOT will notify the Proposer in writing of its determination of theappropriate Stipend Amount based on its review of the Proposer’s substantiated costs, and theProposer shall submit a revised invoice to NYSDOT within 14 days following receipt of any suchnotice.

E) The Proposer shall maintain written records substantiating all Qualified Costs insufficient detail to permit a proper audit thereof. Such records shall be made available for audit

Page 9: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27PIN 0112.57, D900027

Form SA Instructions to Proposers, Appendix EAddendum #1 March 12, 2015

or verification of Qualified Costs upon request of NYSDOT at the time of this Agreement and forthree years after final payment of the Stipend Amount is made. “Qualified Costs” shall comprisethe direct costs, and overhead costs that are allowable and reasonable, and incurred by theProposer, the Proposer’s team, or third-parties acting at the direction of the Proposer in theproduction of the Work Product. Unallowable Proposer costs are described in CFR-2011 - title48 – volume 1 - part 31 – subpart 31.6. The Proposer shall submit to NYSDOT copies of allsubstantiating documentation of Qualified Costs concurrently with the submission of its invoicefor the Stipend Amount, and at any other time upon NYSDOT’s request. Failure of theProposer, the Proposer’s team, or third-parties acting at the direction of the Proposer tomaintain and retain sufficient records to allow audit or verification of Qualified Costs, or failure toallow NYSDOT or its agents access to the same, shall constitute a waiver of the right to anypayment of a Stipend, and any Stipend Amount paid to the Proposer under this Agreement shallbe immediately returned to the NYSDOT.

F) The Proposer must execute this Stipend Agreement and provide NYSDOT withthe licenses required by Article 2 no later than 20 calendar days after the Proposal Due Date.Extensions may be granted at the sole discretion of NYSDOT.

G) A failure by any Proposer to comply with Article 3(F) constitutes a waiver to theright to any payment of a Stipend

H) Subject to the requirements and limitations set forth herein, NYSDOT shall pay tothe Proposer, and the Proposer agrees to accept as full compensation for its Work Product, anamount (the “Stipend Amount”) equal to 50% of the Proposer’s total Qualified Costs, assubstantiated in accordance with (D) & (E), above, not to exceed $ 85,000.00.

ARTICLE 4. PAYMENT OF STIPEND AND WAIVER OF CLAIMS.

A) The Proposer is required, if it is a foreign or out of state corporation or entity, toobtain and submit the required tax clearance certificate to NYSDOT to enable the processing ofthe payment of the Stipend Amount. It should be noted that any time taken to satisfy or furnishthis tax clearance certificate shall extend any required payment date by an equal period of time.

B) Acceptance by the Proposer of payment of the Stipend Amount from NYSDOTshall constitute a waiver by the Proposer of any and all rights, equitable or otherwise, to bringany claim or protest against either of NYSDOT or the State of New York, or any of their officers,directors, agents, employees, representatives or advisers and their successors and assigns, inconnection with the procurement of the Project, including, without limitation, the procurementprocess, any award of the Contract or any cancellation of the procurement.

ARTICLE 5. NYSDOT’S PROJECT MANAGER. The following person, or his/hersuccessor, is NYSDOT’s Project Manager:

Name:Title:Address:Phone:Email :

Page 10: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27PIN 0112.57, D900027

Form SA Instructions to Proposers, Appendix EAddendum #1 March 12, 2015

ARTICLE 6. PROPOSER’S PERSONNEL. The following person, or his/her successor,is the Proposer’s Authorized Representative:

Name:Address:Phone:Email:

ARTICLE 7. NEW YORK STATE FINANCE LAW §§ 139-J AND 139-KCERTIFICATION. By execution of this Agreement, the Proposer certifies that all information theProposer has provided to NYSDOT with respect to New York State Finance Law §§ 139-j and139-k is complete, true and accurate. NYSDOT shall have the right to terminate this Agreementif NYSDOT finds that the certification made by Proposer in accordance with New York StateFinance Law §§ 139-j and 139-k was intentionally false or intentionally incomplete.

ARTICLE 8. WORKERS’ COMPENSATION AND DISABILITY INSURANCE. Asrequired by State Finance Law §142, the Proposer shall maintain in force Workers’Compensation insurance upon forms required by or acceptable to the Workers CompensationBoard for all of the Proposer’s Team. The Proposer shall also maintain Disability Insurance asrequired by the Disability Benefits Law of the State of New York.

ARTICLE 89. MISCELLANEOUS TERMS.A) All of the Proposer’s team members and subcontractors shall be bound by the

same provisions of this Agreement as the Proposer. All agreements between the Proposer,Proposer’s team members, and/or subcontractors shall include provisions effectuating this term,and all such agreements shall be subject to review by NYSDOT.

B) Proposer may neither assign nor transfer any rights or obligations under thisAgreement without the prior consent of NYSDOT.

C) Any amendment to this Agreement must be in writing and will not be effectiveuntil it has been executed and approved by the same parties that executed and approved thisAgreement, or their successors.

D) If NYSDOT fails to enforce any provision of this Agreement, that failure does notwaive the provision or NYSDOT’s right to subsequently enforce it.

E) New York law, without regard to its choice-of-law provisions, governs the validity,interpretation, and enforcement of this Agreement.

F) This Agreement contains all prior negotiations and agreements between theparties. No other understanding regarding this Agreement, whether written or oral, may be usedto bind either party.

G) All confidentiality provisions of the RFP shall continue to apply to the Proposer.

ARTICLE 910. POWER TO EXECUTE AGREEMENTThe undersigned representative of the Proposer certifies that he or she has full and

complete authority to bind the Proposer, the Proposer’s team members, and subcontractors toall terms and conditions of this Agreement, and that by executing the Agreement does so bindsuch entities.

Page 11: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27PIN 0112.57, D900027

Form SA Instructions to Proposers, Appendix EAddendum #1 March 12, 2015

IN WITNESS WHEREOF, this agreement has been executed by NYSDOT and the Proposer,who have executed this Agreement on the day and year first written above.

Recommended by

(Signature)

Contract No. _________

In addition to the acceptance of this contract, I also certify that original copies of this signaturepage will be attached to all other exact copies of the contract.

ATTORNEY GENERAL:___________________________________New York State Department ofTransportation

________________Date

Approved________________

(Date)

___________________________________(Signature) (Title)

_______________________For State Comptroller

___________________________________(Contractor Firm Name)

[Proposer]

By ________________________________

Page 12: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 36 Part 3 - Project RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

Barriers, railings and/or fencing that will be designed and constructed to contain users andmaterials, shall be detailed to prevent people from climbing and provide for maximumsafety and security.

Refer to Section 10.3.2 for aesthetic requirements related to bridge parapet walls andfencing.

B) Decks: Precast panel and/or cast in place decks are preferred. Two-course decks withasphalt overlays as defined in the NYSDOT Bridge Manual are not permitted. Bridgedecks shall be made fully composite with the underlying primary member system. Unfilledsteel grating decks and orthotropic steel decks are not permitted. All decks shall beprotectively sealed.

C) Deck Joints: The number of deck joints shall be minimized to the extent practical tominimize future maintenance. No more than one deck joint may be located over theabutments. At a minimum, a joint-less deck system is required at one abutment. Wherethe range of movement of a deck joint is 2-½ inches or less Armorless Bridge JointSystems per the NYSDOT BD Sheets shall be used unless the nature of the movement(i.e. significant transverse movement) precludes their use.

If steel girders or prestressed concrete girders are utilized as primary members inconjunction with a composite reinforced concrete bridge deck, then, at a minimum, thebeams and deck shall be made continuous for both dead and live loads in lieu of installinga bridge deck joint over the pier. The minimum number of deck joints shall be used toaccommodate movements.

All joint headers shall be constructed using stainless steel reinforcement.

D) Superstructure: The superstructure may be constructed of concrete or steel. Structuralsteel, if used, shall be either weathering steel or conventionally painted steel. Ifweathering steel is used, the fascia side of all exterior girders, including the underside ofthe top flange and the top and underside of the bottom flange, shall be painted. Inaddition, all girder ends within 1.5 times the depth of the girder or five (5) feet, whichever isgreater from a joint, shall be painted.

Timber superstructure systems are not permitted. Composite beams, such as fiberreinforced polymer beams, are not permitted. Fracture-critical members are not permitted.

Refer to Section 10.3.2 for color requirements related to painted steel superstructureelements.

E) Prefabricated superstructure components and precast bridge deck panels: If prefabricatedsuperstructure components and precast bridge deck panels are used, field cast jointsbetween prefabricated components and panels shall be made with ultra-high-performanceconcrete (UHPC). The proposed special specification for UHPC joints shall be similar toNYSDOT Special Specification 557.21020016 and in compliance with guidance given inFHWA Publication No. FHWA-HRT-14-084, Design and Construction of Field Cast UHPCConnections. This publication can be found at the following link:http://www.fhwa.dot.gov/publications/research/infrastructure/structures/14084/14084.pdf

Page 13: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 45 Part 3 - Project RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

SECTION 13 LIGHTING

13.1 SCOPEThe Design-Builder shall conduct all Work necessary to provide all required lighting and lightingcomponents required for the Project. This includes design, fabrication and construction of alltransportation related permanent and temporary roadway lighting of the bridge and roadwaywithin the Project Limits along Route 110 and under the new bridge on Route 27.

The Design-Builder shall be responsible for the review and approval of all shop drawingsneeded for the scope of work. The review and approval process shall be in conformance withthe Design-Builder’s Quality Control Plan.

13.2 STANDARDS

The Design-Builder shall perform the lighting activities in accordance with the ContractRequirements and the applicable Standards, Design Codes and Manuals listed in Section 1.6,or otherwise applicable to the Project, and the following additional Standards:

13.2.1 Standards

A) ANSI/IES ANSI Approved Recommended Practice for Roadway Lighting, RP-8-00

B) ANSI/IES ANSI Approved Recommended Practice for Roadway Sign Lighting, RP-19-01

C) FAA Advisory Circular 70/7460-1K, Obstruction Marking and Lighting

D) IES Recommended Lighting for Walkways and Class 1 Bikeways, DG-5-94

E) NFPA NFPA 70 – National Electrical Code (NEC)

F) NYSDOT Policy on Highway Lighting

G) USCG 33 CFR 118 – Bridge Lighting and Other Signals

13.2.2 ReferencesA) IES Guideline for the Application of General Illumination (“White”) Light-Emitting

Diode (LED) Technologies G-2-10

B) NFPA NFPA 70E Standard for Electrical Safety in the Workplace

C) NFPA NFPA 780 Standard for the Installation of Lightning Protection Systems

13.3 REQUIREMENTS

13.3.1 General RequirementsThe Design-Builder shall be responsible for designing, furnishing and installing all componentsrequired for the implementation of the lighting system for the Project including new luminaires,controls, poles, mounting, wiring, conduits, and support hardware, as necessary for delivering acomplete and functional lighting system.

The Lighting System within the Project limits shall be fully maintained by the Design-Builder forthe duration of the Project.

Page 14: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 46 Part 3 - Project RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

13.3.1.1 Power Supply Requirements

For reference, the lighting installation shall comply with the following:

A) Meet all requirements of NFPA 70 – National Electrical Code (NEC);

B) All outdoor electrical enclosures shall be type 316 stainless steel, rated NEMA 4X or ahigher degree of protection; and

C) Meet all requirements of applicable IEEE and ANSI power engineering standards.13.3.1.2 Removal of Existing Equipment

All disconnected luminaires, light poles, and associated equipment shall be removed anddisposed of by the Design-Builder. All wiring, switches, panels, cabinets, enclosures, and otherelectrical equipment shall be removed and disposed of by the Design-Builder.

13.3.2 Permanent Lighting System

13.3.2.1 General

The Design-Builder shall be responsible for ensuring that the permanent lighting system meetsthe following requirements:

A) Provides illumination such that the road surface illumination, including the road surfaceunder the bridge, meets or exceeds the uniformity and the illuminance and/or luminancecriteria during darkness;

B) Utilizes energy efficient and long-life, low maintenance lighting technologies that havebeen reviewed and accepted by the Department;

C) Can be fully and seamlessly integrated into the existing permanent lighting elementsadjacent to the Project limits;

D) Utilizes a photo-control switch system that automatically activates lighting before dusk anddeactivates the system past dawn; and

E) Contains surge suppression devices for protection against damage by lightning strikes andcomplying with NFPA-780 and UL 96;

F) Provides fixtures that are water tight and intended for a marine/industrial environment; and

G) Utilizes lighting components that are readily available and not proprietary equipment.

13.3.2.2 Construction Requirements

The Design-Builder shall use materials listed on the NYSDOT approved list of materials andconsistent with the details shown on the Department’s Standard Sheets. The Design-Buildershall submit luminaires and other lighting system elements not included on the NYSDOTapproved list of materials or shown on the Standard Sheets for reviewed and acceptance by theDepartment

The Design-Builder shall provide permanent lighting materials that satisfy the ProjectRequirements and applicable codes. In addition, the Design-Builder shall:

Page 15: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 56 Part 3 - Project RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

SECTION 15 WORK ZONE TRAFFIC CONTROL AND ACCESS

15.1 SCOPE

The Design-Builder shall be responsible for the planning and provision of Work Zone TrafficControl (WZTC), required to perform the Project Work until Project Completion. This ProjectRequirement applies to any roads, ramps, cross roads, local streets, maintenance roads,driveways, and active paths within and/or affected by the Project.

The Design-Builder shall provide WZTC for the safe and efficient movement of people, goods,and services through the Project area(s) while maintaining access and minimizing negativeimpacts to residents, commuters, businesses, and NYSDOT maintenance operations.

Note that, as used in this section, “Work Zone Traffic Control plan” or “WZTC plan” is theequivalent of “Maintenance and Protection of Traffic plan” or “MPT plan” as described inChapter 16 of the Highway Design Manual (HDM).

15.2 STANDARDS

The Design-Builder shall perform the work zone traffic control activities in accordance with theContract Requirements and the applicable Standards, Design Codes and Manuals listed inSection 1.6, unless otherwise stipulated in this Project Requirements, or otherwise applicable tothe Project.

15.3 REQUIREMENTS

15.3.1 General Requirements

Except as noted in Sections 15.23.3 and 15.23.5, the Design-Builder shall maintain the existingnumber of through travel lanes in each direction during construction on both NY110 and NY27.

15.3.2 Work Zone Traffic Control Plan

The Design-Builder shall prepare and submit a WZTC Plan for managing traffic operations andcontrolling access until Project Completion. A WZTC Plan must be submitted in advance of anywork that restricts the roadway cross section and includes durations and traffic pattern changesthat will exceed 10 hours in any 24-hour period.

The WZTC Plan shall be submitted to the Department’s Design Quality Assurance Engineer aminimum of two weeks prior to initiation of any Work requiring a lane closure or theimplementation of any change in traffic patterns.

The WZTC Plan shall include:

A) Contingency plans for reasonable unforeseen interruptions;

B) Duration of each WZTC stage, including duration of lane closure(s), if any;

B)C) Provisions for maintaining pedestrian traffic through the Project area at all times.

Page 16: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 58 Part 3 - Project RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

2. No closures of through lanes shall be permitted between 6 A.M. and 10 A.M. orbetween 3 P.M. and 10 P.M., Monday through Friday.

3. A single through lane closure will be allowed between 10 A.M. and 3 P.M. and between10 P.M. and 6 A.M., Monday morning through Friday evening.

4. Multiple lane or full road closure will be allowed between 10 P.M. and 6 A.M. Mondayevening through Friday morning, subject to the requirements of Section 15.2.3 above.

4.5. Short-duration roadway closures of NY 110 and/or NY 27, not to exceed 20 minutes induration and specifically for the purpose of erection of primary members, may beimplemented between 10 P.M. and 6 A.M. Multiple such closures may be implementedduring a single night, provided that any residual traffic delays from one closure shall, inthe opinion of the CQAE, have completely dissipated prior to the imposition of anysubsequent closure.

For full road closures of NY110 and/or NY27 exceeding 20 minutes in duration, the Design-Builder shall implement a detour which maintains traffic within the intersection right-of-way.Such detour may involve use of the existing interchange ramps and/or temporary roadways,shall maintain two lanes of traffic on all detour segments, and shall permit all existingmovements between NY110 and NY27.

15.3.6 Minimum Lane Widths during Construction

The Design-Builder shall maintain a minimum travel lane width of 10.5 feet during construction.

15.3.7 Portable Variable Message Signs

The Design-Builder shall provide, as a minimum, eight (8) Portable Variable Message Signs, butmore should the Design-Builder’s design dictate, for the duration of this Contract. The PortableVariable Message Signs shall be deployed as necessary for the various WZTC schemesdeveloped, in coordination with, and with concurrence/acceptance from, the Department’sProject Manager. The portable variable message signs provided shall meet the requirements ofNYSDOT Item No. 619.110202 (Portable Variable Message Boards with Cellular Option)

The development of messages for the Variable Message Sign(s) shall be the responsibility ofthe Department’s CQAE and operations staff at the NYSDOT’s Transportation ManagementCenter.

The Design-Builder shall contact the Department’s CQAE at least two weeks prior to placementof any Variable Message Sign regarding their location and receive his concurrence of thelocation.

15.3.8 Temporary and Interim Pavement Markings

The Design-Builder shall provide temporary and interim pavement markings during allconstruction phases conforming to the requirements of the NYSDOT Standard Specifications.

15.3.9 Coordination with Regional Traffic Management Center

The Design-Builder is advised that the NYSDOT’s Traffic Management Center will providesupport for the Project’s WZTC activities. Therefore, coordination among the Department’s

Page 17: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 59 Part 3 - Project RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

Construction Quality Assurance Engineer, Design-Builder, and NYSDOT’s Traffic ManagementCenter, will be required for all WZTC activities, particularly with respect to the use of VariableMessage Signs (VMS)) in the Project area.

15.3.10 Emergency Response and Transportation Management Plans

The Design-Builder shall notify the Department’s CQAE immediately following any impacts tomotorists due to construction activities and/or unforeseen circumstances. The CQAE will beresponsible for disseminating the information to the appropriate personnel/entities forappropriate response to mitigate impacts to motorists.

The Design-Builder shall prepare an Emergency Response Plan to be implemented in the eventNY 110 and/or Sunrise Highway (NY27) is shut down for unforeseen or unplannedcircumstances. The Plan shall be implemented when the anticipated duration of closureexceeds twenty (20) minutes. The Plan shall be submitted to the Department’s Project Managerfor review and comment a minimum of two weeks prior to the beginning of Work. Work on thisProject shall not begin until the Design-Builder receives written notification from theDepartment’s Project Manager that the Emergency Response Plan has been reviewed by theDepartment and all Department comments have been resolved.

The Emergency Response Plan shall include a notification and communication plan thatdescribes how the Design-Builder will promptly inform the appropriate personnel/entities of anunforeseen or unplanned circumstance. No later than 30 calendar days following NTP, theDepartment’s Project Manager will provide the Design-Builder with a list of personnel andentities that need to be contacted in this section of the Emergency Response Plan.

The Design-Builder shall also provide the Department’s Project Manager a TransportationManagement Plan (TMP) per FHWA’s Final Rule on Work Zone Safety and Mobility, 23 CFR630 Subpart J. The intent of the TMP is to minimize impacts to the travelling public and toprovide continuity of reasonably safe and efficient road user flow and highway worker safety.The Emergency Response Plan shall be a component of the TMP and shall be located in thecontingency section of the TMP.

15.3.11 Lifting Operations

The Design-Builder shall be aware that under no circumstances shall lifting operations for bridgesuperstructure elements, overhead sign structures, or any other items, be carried out overactive traffic lanes. All such operations shall at a minimum require short-duration roadwayclosures in accordance with the provisions of this Section 15.

Page 18: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 60 Part 3 - Project RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

SECTION 16 PAVEMENT DESIGN AND CONSTRUCTION

16.1 SCOPE

The Design-Builder shall perform all Work necessary to provide all pavement required for theProject. This includes design, furnishing of materials, fabrication and construction of alltemporary and permanent pavement for roadways within the Project Limits.

The Design-Builder shall be responsible for the review and approval of all submittals needed forthe scope of work. The review and approval process shall be in conformance with the Design-Builder’s Quality Control Plan.

16.2 STANDARDS

The Design-Builder shall perform the pavement activities in accordance with the ContractRequirements and the applicable Standards, Design Codes and Manuals listed in Section 1.6,unless otherwise stipulated in this Project Requirement, or otherwise applicable to the Project.

16.3 REQUIREMENTS

All pavement materials and construction methods shall be in accordance with the requirementsof the NYSDOT Standard Specifications and the NYSDOT materials and pavement installationmethods.

Limestone and/or dolomite, regardless of the acid insoluble residue content, shall not beallowed for Type 1 or F1 friction aggregate requirements.

16.3.1 Full Depth ReconstructionThe Design-Builder shall develop and construct a pavement section(s) for full depthreconstruction, including subbase, of the Project roadways in conformance with theComprehensive Pavement Design Manual, using the ESAL-based pavement design method.No partial-width full depth reconstruction will be permitted; any roadway requiring full depthreconstruction shall be reconstructed for its full width.

If the profile of any roadway is modified in connection with this Project, such roadway shall bereconstructed for its full depth until such point as the revised vertical alignment meets theexisting. In no case shall profile adjustments be made through asphalt overlays.

If any roadway is permanently widened for the purpose of providing additional travel and/orturning lanes, new full depth pavement need only be developed and constructed for the widenedsection, provided that no other portion of the pavement within the widened section requires fulldepth reconstruction for any other purpose. However, the existing pavement within the widenedsection shall be milled and resurfaced from curb to curb or edge of pavement to edge ofpavement to provide a uniform pavement as specified in Section 16.3.2.16.3.2 Milled and Resurfaced RoadwaysThe Design-Builder shall mill and resurface pavement areas as necessary to provide for asmooth transition between the existing and fully reconstructed pavement surfaces inaccordance with the applicable Standard Sheets. The Design-Builder shall mill a minimum of50’ beyond the limits of any full depth reconstructed pavement sections.

Within the horizontal limits of any widened pavement section, the existing pavement shall bemilled and resurfaced in conjunction with the top course placement for the widened section inorder to provide a uniform pavement within the widened section of roadway.

Page 19: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 A-4 Part 4 - Utility RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

A-3.1 Telecommunications

A-3.1.1 Verizon

Relocation and hazardous materials abatement of Verizon facilities within the northboundsidewalk area of the bridge is the responsibility of the Verizon. It is anticipated that Verizon willrelocate their facilities currently on the bridge structure to the adjacent conduit system currentlycrossing under Sunrise Highway. The relocation is expected to take approximately 8 -1012weeks after coordination with and notification from the DB that the ground is available foraccess. Two (2) manhole adjustments between Sprague Avenue and Washington Avenue willalso be required to accommodate modifications of the bridge approach grades. Eachadjustment is anticipated to take two (2) weeks.

Verizon will require up to three (3) new conduits on the replacement structure. Verizon shall beresponsible for: supplying the replacement conduits and all appurtenances (including anynecessary hangars, rollers, etc.) necessary for conduit installation on the bridge; all work in theapproaches necessary to connect to the new conduits (including excavation and backfill); andfor pulling all cable through the new conduits.

Approximately five (5) utility poles adjacent to the northbound lanes of NY 110, betweenWashington Avenue and Sprague Avenues, may be impacted by the adjustment of approachgrades, the selection of final bridge type, and construction methods for the replacement anddemolition of the bridge. The need for relocation of these poles will be dependent on theDesign-Builders design, means and methods. If the Verizon poles are impacted, relocation ofthe poles is expected to require two weeks for the installation of new poles and relocation ofVerizon facilities plus one week for each third party attachment and one week for removal of theexisting poles. It is estimated that the total time frame for utility pole relocation in this area isapproximately five weeks. Note that this time frame is exclusive of any necessary relocations ofINFORM facilities, which shall be relocated by the Design-Builder. Verizon shall be responsiblefor all work related to the relocation of their aerial facilities and utility poles, including restorationof any service connections.

A-3.1.2 AT&T

If relocation of the existing utility poles adjacent to the northbound lanes of NY110 is required,AT&T shall be responsible for the relocation of their facilities from the existing poles to the newpoles, including restoration of any impacted service connections. Note that AT&T will require aminimum of four weeks advance notice to be able to secure contract services for the relocationof their facilities. See Section A-3.1.1 for additional information.

A-3.1.3 Lightower

If relocation of the existing utility poles adjacent to the northsouthbound lanes of NY110 isrequired, Lightower shall be responsible for the relocation of their facilities from the existingpoles to the new poles, including restoration of any impacted service connections. See SectionA-3.2.1 for additional information.

Page 20: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 A-5 Part 4 - Utility RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

A-3.1.4 Cablevision (CSC Holdings LLC.)

If relocations of utility poles carrying Cablevision facilities are required, Cablevision shall beresponsible for the relocation of their facilities from the existing poles to the new poles, includingrestoration of any impacted service connections. See Sections A-3.1.1 and A-3.2.1 foradditional information.

A-3.2 Electric

A-3.2.1 LIPA / PSEG LI

Approximately five Utility poles adjacent to the southbound lanes of NY 110 betweenWashington Avenue and Sprague Avenues may be impacted by the adjustment of approachgrades, the selection of final bridge type, and construction methods for the replacement anddemolition of the bridge. The need for relocation of these poles will be dependent on theDesign-Builders design, means and methods. If impacted, relocation of the LIPA poles isexpected to require three weeks for the installation of new poles and relocation of LIPA facilitiesplus one week for each third party attachment and one week for removal of the existing poles. Itis estimated that the total time frame for utility pole relocation in this area is approximately seven(7) weeks. PSEG LI shall be responsible for all work related to the relocation of their aerialfacilities and utility poles, including restoration of any impacted service connections. Note thatthis time frame is exclusive of any necessary relocations of INFORM facilities, which shall berelocated by the Design-Builder.

Regardless of whether or not LIPA poles require relocation, it is anticipated that electric outagesmay be necessary during demolition and erection activities. Such outages must be coordinatedwith the PSEG LI. Demolition and erection activities may also require lowering of the cables tofacilitate lifting operations. The Design-Builder shall be aware that summer peak electric usageperiods may affect the ability to perform electric shutdowns.

A-3.3 Natural Gas

A-3.3.1 National Grid

It is not anticipated that National Grid’s gas main will be affected. Gas valves will likely requireadjustment as a result of valves which are currently below grade and/or modifications to thebridge approach grades. Adjustment of valves, if required, shall be performed by NationalGrid, and is expected to take two (2) weeks after appropriate notification and preparation of thearea by Design-Builder.

A-3.4 Water

A-3.4.1 Suffolk County Water Authority (SCWA)

Protection, relocation or adjustment of water mains and valves shall be the responsibility of theDesign-Builder. Refer to Section A-4.4.1 for additional information.

Page 21: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 A-7 Part 4 - Utility RequirementsPIN 0112.57, D900027 Addendum #1 March 12, 2015

A-4.3 Natural Gas

A-4.3.1 National Grid

All work related to National Grid facilities shall be performed by National Grid, as noted inSection A-3.3.1.

A-4.4 Water Mains

A-4.4.1 Suffolk County Water Authority (SCWA)

Impacts to the existing 8” water main are not anticipated. However, any adjustments,replacements and/or water main relocations necessitated by the Design-Builder’s design shallbe the Design-Builder’s responsibility. Any such work shall be coordinated with the SCWA. TheDesign-Builder shall include all associated costs to design and construct any relocation or offsetof the water main required to accommodate the replacement of BIN 1019119 in their priceproposal. This includes but is not limited to connecting distribution mains, all serviceconnections, hydrants, valves, water meters, curb stops, water meter pits and sleeves requiredto complete the Work and, restore the system, and adjust surface features to final grade. Allwork shall be done in accordance with the standards and specifications of the Suffolk CountyWater Authority for water main work.

At least two (2) weeks prior to beginning any Work related to the water main, the Design-Buildershall submit plans to the SCWA for review and approval. The Design-Builder shall not beginany water main Work prior to obtaining approval for the work from the SCWA.

A-4.5 Other Utilities

A-4.5.1 Suffolk County DPW – Sanitary Sewers

It is not anticipated that the existing sewer system will be impacted by the replacement of thebridge structure. The adjustment of approach grades and or WZTC proposals may requirevertical adjustment of the manhole in the vicinity of the ramps north of NY 27. Any adjustmentsor replacements necessary shall be the Design-Builder’s responsibility, and the cost of any suchwork shall be included in the Design-Builder’s price proposal. Any such work shall becoordinated with Suffolk County DPW and shall be performed in accordance with the standardsand specifications of the Suffolk County DPW.

At least two (2) weeks prior to beginning any Work related to the sanitary sewers, the Design-Builder shall submit plans to the Suffolk County DPW for review and approval. The Design-Builder shall not begin any sewer Work prior to obtaining approval for the work from the SuffolkCounty DPW.

A-5 DESIGN BUILD UTILITY DOCUMENTS

The Design-Builder shall provide documentation regarding the coordination and locations of theimpacted utilities to the Department’s Project Manager, and the Department’s Project Managershall coordinate with Regional Utility Engineer. The required documents are: utility

Page 22: Route 110 over Route 27 (BIN 1019119) DESIGN-BUILD PROJECT

New York State Department of Transportation

Route 110 over Route 27 Part 5 - Special ProvisionsPIN 0112.57, D900027 41 Addendum #1 March 12, 2015

2. The Design-Builder’s vehicles and equipment, and debris, shall be removed from thetravel lanes in the work area prior to opening the lanes to traffic.

Liquidated Damages, in accordance with DB 108-5, Liquidated Damages, in the amount shownin the following table will be assessed against the Design-Builder for each and every hour, orpart thereof, of failure to adhere to the lane closure restrictions set forth in the ContractDocuments, as determined by the Department’s Project Manager. Such failure constitutes aviolation. Said damages along with non-payment for Work Zone Traffic Control as specified inDB §109-7.2 shall be deducted from any monies due the Design-Builder.

Closure Type Closure Periods

Liquidated Damages forClosure Period Violations*Initial 15minutes

Per additional5 minutes

NY 27 E/B or W/BSingle Lane

6am – 10am Weekdays $5,500 $2,00010am – 3pm Weekdays $18,000 $6,0003pm - 10pm Weekdays $3,500 $1,000Weeknights / Weekends $31,000 $10,500

NY 27 E/B or W/BTwo-Lane Closure

Weekdays $3,500 $1,000Weeknights / Weekends $23,000 $8,000

NY 27 E/B or W/BFull Road Closure(with Onsite Detour)

Weekdays $3,500 $1,000

Weeknights / Weekends $23,000 $8,000

NY 27 E/B or W/BFull Road Closure(with Offsite Detour)

Weekdays, Monday-Thursday $31,000 $12,000Weekdays, Friday $56,000 $19,000

Weeknights / Weekends $125,000 $42,000

NY 110 N/B or S/BSingle Lane Closure

6am – 10am Weekdays $18,000 $6,00010am – 3pm Weekdays $32,000 $11,0003pm - 10pm Weekdays $3,500 $1,000Weeknights / Weekends $56,000 $19,000

NY 110Full Road or Multi-Lane Closure(with Onsite Detour)

Weekdays $3,500 $1,000

Weeknights / Weekends $24,000 $8,000

NY 110Full Road or Multi-Lane Closure(with Offsite Detour)

Weekdays, Monday-Thursday $31,000 $12,000Weekdays, Friday $56,000 $19,000

Weeknights / Weekends $125,000 $42,000

NY 110- NY 27Interchange Ramp Closure

6am – 6am Weekdays $7,000 $2,500Weekends $16,000 $5,500

* For any closure period violation exceeding two (2) hours, the violation shall be considered anAdditional Lane Closure and Liquidated Damages shall be assessed in accordance with thetable in SP-6, Section 6.1.5, for the period during which the violation occurred.

6.1.5 Additional or Reduced Lane Closures

Liquidated Damages shall be applied to additional lane closure instances in excess of thenumber of closures proposed in Form DF (ITP Appendix E), except that short duration closuresas described in Section 15.3.5 of Part 3 – Project Requirements shall not be consideredAdditional Lane Closures.