Loading...
HomeMy WebLinkAbout4.652 Original ContractCONTRACT DOCUMENTS CITY OF PORT ANGELES WASHINGTON June 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEVE SPERR, P.E., DEPUTY DIRECTOR OF PUBLIC WORKS /CITY ENGINEER Reviewed b Steve Spurr, P.E."l Deputy Director of Public Works /City Engineer Project No 05 -31 Senior Assistant City Attorney Two Prefabricated Weathering Steel Bridges PURCHASE CONTRACT NO. 05 -31 9 for Page 1 of 23 June 7, 2010 CITY OF PORT ANGELES INVITATION TO BID for Two Prefabricated Weathering Steel Bridges Sealed bids will be received by the Director of Public Works Utilities until 2:00PM Monday, June 21 2010, and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for: Two Prefabricated Weathering Steel Bridges The items to be bid includes the Two Prefabricated Weathering Steel Bridges listed above, hereinafter collectively called the "Bridges." Bid documents may be obtained by calling Michael Szatlocky, PE, Project Engineer, at (360) 417 -4808 or by emailing mszatloc @cityofpa.us. All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. PUBLISH: Peninsula Daily News: June 10, 2010 Daily Journal of Commerce: June 8, 2010 Glenn A. Cutler, Director Project No. 05 -31 Page 2 of 23 BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE June 21, 2010, PURCHASE CONTRACT NO. 05 -31. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to describe the minimum requirements for the Bridges requested in sufficient detail to secure bids on comparable Bridges. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. Bidders are required to bid on schedule A. Bidders are required to bid all options pertaining schedule A. Failure to do so could be cause for the bid to be considered non responsive. Bid award will be based on lowest responsive bid. If a bidder's corporate policy mandates use of an official quotation form, it may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate items are proposed, bidders are required to submit a separate bid sheet for each unit offered. INSTRUCTIONS FOR BIDDERS Equipment Bids All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. All items called for in the specifications, including but not limited to the items constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. WARRANTY: The purchased Bridges must have full Manufacturer's warranties, and the warranties must inure to the benefit of the City. Vendor agrees to these warranty provisions by signing the bid proposal. Project No. 05 -31 Page 3 of 23 SAFETY: The Bridges shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The Bridges shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations. COMPLETION OF FABRICATION, DELIVERY ACCEPTANCE: The successful bidder shall be responsible to complete fabrication of the Bridges and have said completed Bridges at its place of business no later than September 24, 2010, pending instructions for delivery. City will thereafter provide successful bidder with specific written delivery instructions allowing fourteen days advance notice for delivery to the erection site to comply with schedule for the abutment and erection contract. GENERAL INFORMATION: The City of Port Angeles may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The Contractor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Michael Project No. 05 -31 Page 4 of 23 Szatlocky, PE, Project Engineer, (360) 417- 4808 or to mszatlocacitvofpa.us. Project No. 05 -31 Page 5 of 23 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling unless otherwise stated herein. 3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and /or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's project staging area(s) in the City of Port Angeles, Washington, between the hours of 8:00 AM and 12:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: a. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and b. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD 0.15C /T Project No. 05 -31 Page 6 of 23 where: LD liquidated damages per working day (rounded to the nearest dollar) C original Contract amount T original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS. Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. Project No. 05 -31 Page 7 of 23 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and matenals ordered herein which occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. ANTI TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti -trust violations are borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 17. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 18. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 19. SAFETY: The items shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The items shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. 20. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project No. 05 -31 Page 8 of 23 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this I 2,- of 2010 between the City of Port Angeles (hereinafter called the "City and ,_rs IQ L5 rvc 4 r_ (hereinafter called the "ContractorTM, "VendorTM, or "Bidder U Q WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract All obligations of the City and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST ARTICLE Ill ASSIGNMENT ARTICLE IV APPLICABLE LAW AND VENUE The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Contractor the items as described and set forth in the Contract Documents and the provisions of the Contractor's bid attached and made a part hereof. The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the City. This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. Project No 05 -31 Page 9 of 23 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the City may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the City may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Contractor, and the Contractor shall be liable to the City for any excess cost thereby. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. Project No. 05 -31 Page 10 of 23 Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. CONTRACTOR CITY OF PORT ANGELES Dated: "7 /I 7 -11 ATT ST: P ARTICLE VIII WAIVER By By: Ja so✓ cyo kus "roNc Title: tail exit T tA+0-4. katika CI' Title: Ch41 Ut u Dated: •74 2 3 /o ATTEST: A.. roved to a to form Attorney Project No. 05 -31 Page 11 of 23 1.0 GENERAL 1.1 Scope 1.2 Qualified Suppliers Schedule A City of Port Angeles Invitation for Bid Two Prefabricated Weathering Steel Bridges Purchase Contract: 05 -31 SPECIFICATION FOR: TWO PREFABRICATED WEATHERING STEEL BRIDGES These specifications are for two fully engineered 110 ft 0 in long by 10 ft 0 in wide prefabricated weathering steel bridges and shall be regarded as minimum standards for design and construction. Each bidder is required to identify their intended supplier fabricator as part of the bid submittal. Qualified suppliers must have at least 5 years experience fabricating these types of structures and be AISC certified Major Bridge Fabricator with Fracture Critical endorsement All suppliers shall fabricate their product, no brokers are allowed. Suppliers fabricators shall submit the following as documentation: Product Literature, Name and resume of design engineer, Copy of AISC certification, Representative copies of detailed fabrication drawings, field procedures, structural calculations, quality control manual, welder's certifications, Listing of these types of structure projects including owner, location, size, year of fabrication, contact person 1.3 Suppliers Fabricators Engineer The supplier fabricator shall employ a design engineer who is experienced in bridge design to perform all engineering related task and design. The engineer shall have a minimum of 5 years experience in bridge design and be a currently licensed civil or structural engineer in the State of Manufacture as well as a currently licensed civil and structural engineer in the State of Washington. 2.0 APPLICABLE CODES AND STANDARDS 2.1 Codes and Standards AASHTO LRFD Guide Specifications for the Design of Pedestrian Bridges, December 2009 Project No. 05 -31 Page 12 of 23 AASHTO LRFD Bridge Design Specifications, 4th Edition 2007, including 2008 Interim Revisions AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals, 5 Edition AASHTO /AWS D1.5M/D1.5 2008:Bridge Welding Code, including 2009 Interim Revisions Steel Structures Painting Council (SSPC), Surface Preparation Specification No. 7, latest edition, (SSPC -SP7) AISC, Steel Construction Manual, Thirteenth Edition 3.0 GENERAL DESIGN 3.1 Span Bridge spans shall be 110 ft 0 in (horizontal straight line dimension) and shall be measured from out to out of the bridge structure. 3.2 Width The bridge width shall be 10' 0" as measured from inside face of structural rail element to inside face of structural rail element. 3.3 Bridge Structure The bridge shall be an "H- Section with the floor beams welded into the inside face of the verticals. The bridge shall have a single diagonal per panel. The design engineer shall determine the distance from the top of deck to the top and bottom truss members based on structural and /or shipping requirements. The top of the top chord shall be a minimum of 4' -6" above the finished deck, adjacent to the chord. The bridge shall be designed for an occasional maintenance vehicle load of 10,000 pounds with 60% of the load on the rear axle. The bridge shall have horizontal rails and a steel toe plate, as specified in Section 6.0. The bridge shall be designed for a uniformly distributed load of 90 pounds per square foot. The concrete bridge decks shall be designed for an equestrian load, if equestrian loading controls over other loads. The bridge shall be designed for a 6 in diameter pressurized sewer line, encased in a 14" carrier pipe, suspended beneath the steel truss structure. The steel floor beams shall be designed and fabricated to accommodate the sewer line pipe brackets. The bridge shall also be designed for electrical conduits and a fiber optic conduit as specified in Section 4.3. The bridge shall be cambered for dead load of the bridge plus 1% of the overall span length. Project No. 05 -31 Page 13 of 23 Wind loads shall be as specified by AASHTO Signs, Articles 3.8 and 3.9. Wind Importance Factor shall be 1.15. 4M MATERIALS 4.1 Structural Steel All members of the truss and deck support system shall be fabricated from square or rectangular hollow structural shapes (HSS), with the exception that floor beams and stringers may be wide flange shapes (W). All open ends of end posts and floor support beams shall be capped. Drain holes shall be provided for all sections at the low point of the member that may become filled with water. Bridge shall be fabricated from corrosion resistant high- strength low -alloy weathering steel material meeting, ASTM A588. Minimum thickness of primary hollow structural shapes shall be 1/4 inch. Rolled shapes shall have a minimum thickness of 1/4 inch. All exposed surfaces of the unpainted weathering steel shall be blast cleaned in accordance with SSPC requirements for Brush -Off Blast Cleaning. Welding procedures and weld qualification test procedures shall conform to the provisions of AWS requirements. Filler metal shall be in accordance with the applicable AWS Filler Metal Specification, and shall match the corrosion properties of the base metal. Welders shall be qualified for each process and position used while fabricating the bridge. Qualification tests shall be in accordance with AWS requirements. All weld qualifications and records shall be kept in accordance with the Fabricator's Quality Assurance (QA) Manual which has been approved by AISC. All welds shall be inspected visually for conformance to size, under cut, profile and finish. Welded splices in main truss members shall be magnetic particle tested in accordance with QC Manual procedures. 4.2 Reinforced Concrete and Steel Reinforcing Bar (by others) The concrete bridge decks shall be designed by the supplier fabricator. Structural concrete for bridge decks shall be normal weight concrete and shall have a minimum 28 day compressive strength of 4,000 psi at 28 days. The surface of deck concrete shall be finished with a transverse roughened broom finish. The structural concrete for the bridge decks will be provided and installed by others. Reinforcing shall be ASTM A615 Grade 60 epoxy coated bars. All bar bends and anchorage shall be in accordance with AASHTO Specifications. Top reinforcing shall have a minimum clearance of 1.5" to the top of deck. The reinforcing steel bars for bridge decks will be provided and installed by others. Stay -in -place galvanized metal form deck shall be used and shall be a minimum of 22 gauge metal. Form deck shall not be considered as acting as composite reinforcing. Metal form deck shall be secured to the support members with fasteners or weld in accordance with the deck manufacturers and design engineers recommendation. Metal Project No. 05 -31 Page 14 of 23 form deck panels shall be of a length to span a minimum of two bays of the truss supports. Metal form deck shall be designed for a construction live load of either 20 psf or a 200 lb moving point load. Dead load deflection due to normal weight wet concrete shall be limited to L/180 or 3 /a in. 4.3 Utility Attachments to the Bridge (partially by others) The required type, size, and location of the sewer line pipe, electrical conduit, and fiber optic conduit (Utilities) are shown on the Bridge Typical Section Schematic drawing. The prefabricated weathering steel bridges shall be designed for the following loads in addition to the design dead load self weight of the bridge and the design live loads acting on the bridge: Sewer line (1) 96.6 pounds per lineal foot Electrical conduits (2) 12.2 pounds per lineal foot Fiber Optic conduit (1) 7.7 pounds per lineal foot Threaded couplings, with standard threads for threaded rod, size as indicated on the Bridge Typical Section Schematic drawing, shall be furnished with the prefabricated weathering steel bridges to facilitate attaching the Utilities to the bridge, as shown on the Bridge Typical Section Schematic drawing. Couplings shall be furnished at every floor beam and attached to the floor beams of the delivered prefabricated weathering steel bridges. The Utilities and utility hanger brackets, except for the required threaded couplings, will be provided and installed by others. 5.0 DESIGN REQUIREMENTS 5.1 Structural Analysis and Design Design calculations and fabrication plans shall be stamped, signed and dated by the Engineer. The engineer shall use a three dimensional frame analysis for the truss design considering all loads and load combinations specified by the AASHTO specifications. All joints capable of transferring moments shall be modeled as fixed or continuous members. Trusses shall be designed as fully welded except at required field splices. Design shall consider the pony truss top chord stability criteria as defined in the AASHTO specifications where applicable. Truss vertical and floor members shall make a rigid frame to resist all lateral loads and stability loads specified by the AASHTO specifications. All welded connections shall be designed for the loads present at the connections. Main member truss splices shall be designed as bolted. Main member connections shall use ASTM A325 bolts to match the material properties of the truss members and shall be designed as slip critical connections. Field installed bolts shall be fully tightened to the AASHTO specifications pretensions specified. Flaying surfaces shall not be painted and shall have a Class A contact surfaces. Diagonal, vertical and other braces may be spliced with splice plates or through bolts at the option of the fabricator's engineer. Vertical deflection of the main truss due to service pedestrian load shall not exceed L /500 of the span. Project No. 05 -31 Page 15 of 23 6.0 ATTACHMENTS Horizontal deflection of the main truss due to lateral wind deflection shall not exceed L /400 of the span. Elastomeric bearings shall be used at each support of the bridge. Bearings shall be designed in accordance with Method A, preferred, or Method B as defined in the AASHTO specifications. Elastomer hardness shall conform to the temperature zones shown in the AASHTO specifications. Elastomeric bearing pads shall be designed as steel reinforced where necessary. Cotton duct or fiberglass reinforcement shall not be permitted. Anchor rods shall be designed at the fixed and expansion end of the bridge for the forces present at that point. Anchor rods conforming to ASTM F1554 Grade 36, 55 or 105 shall be used. J shaped or hooked rods shall not be used if uplift is present under 0.9DL plus any uplift forces. The design shall consider longitudinal, transverse and uplift forces present under the AASHTO specification load cases. The anchor plates that accommodate the anchor rods shall be designed to be "pinned connection" at Pier 2. At each abutment, the anchor plates shall have slotted holes that allow for 2" of bridge shortening and 2" of bridge lengthening. 6.1 Bridge Attachments 7.0 SUBMITTALS Horizontal safety rails shall be placed on the structure to a minimum height of 4 ft 6 in above the deck surface. The rails shall be so spaced as to prevent a 4 in sphere from passing through the rail. Rails may consist of round, square or rectangular hollow steel sections, as required. Rails shall be welded directly to the truss or to spacers which are welded to the truss. The bridge shall have a tubular handrail on each side placed at a height of 3 ft 6 in. Handrail shall be mounted to the truss members to supply a clear 1.5 in space between the inside of the rail and any truss member. Rail shall be designed for a horizontal load of 50 plf applied in any direction and a non concurrent load of 200 lbs in any direction applied at the top of the rail. When rails are designed to allowable stress criteria, the allowable stresses for members and attachments may be increased by one third. Steel toe plates shall consist of in x 6 in material or channel and shall be welded to the inside face of the verticals 2 in above the finished height of the deck. 7.1 Supplier Documentation Two copies of qualified supplier documentation shall be prepared and submitted to the City for review after award of the contract, in accordance with Section 1.2. 7.2 Fabrication Drawings Two copies of fabrication drawings shall be prepared and submitted to the City for review after award of the contract. Submittal drawings shall be unique drawings, prepared to illustrate the specific portion of the bridge being fabricated. All relative design information such as member size, ASTM material specification, dimension necessary to fabricate and Project No. 05 -31 Page 16 of 23 required welding shall be clearly shown on the drawings. Drawings shall have cross referenced details and sheet numbers. All drawings shall be stamped, signed and dated by the Fabricator's Design Engineer who is licensed in accordance with Section 1.3. 7.3 Structural Calculations Two copies of the structural calculations for the design of the prefabricated weathering steel bridges shall be prepared and submitted to the City for review after award of the contract. Calculations shall include complete deck design, analysis and code check of the three dimensional truss with appropriate member connectivity and support conditions, pony truss stability checks, deflection checks, bearing and anchor rod designs and all splices. All calculations shall be stamped, signed and dated by the Fabricator's Design Engineer who is licensed in accordance with Section 1.3. 7.4 Welding Certification and Procedures 8.1 Delivery 8.2 Erection Two copies of welder certifications and one copy of welding procedures to be used shall be prepared and submitted to the City for review after award of the contract, in accordance with Section 4.1. 7.5 Field Procedures Two copies of written bridge field lifting and splicing procedures to be used shall be prepared and submitted to the City for review after award of the contract, in accordance with Section 8.2. 7.6 Warranty Document Two copies of the prefabricated weathering steel bridge warranty document shall be prepared and submitted to the City for review after award of the contract, in accordance with Section 9.1. 8M DELIVERY AND ERECTION Delivery shall be made via truck to the bridge construction site at Dry Creek, in the City of Port Angeles, WA. The site is accessible to normal over the -road equipment. All trucks delivering bridge materials will be unloaded at the time of arrival. The fabricator will coordinate the exact time of delivery to the site with the Contractor and the City in order to meet the Contractors schedule, for erection of the two 110 ft 0 in span bridges, on the newly constructed substructure for the Dry Creek Bridge. The fabricator will provide written field procedures for lifting and splicing the bridge. All methods, equipment and sequence of erection are the responsibility of others. 9.0 BRIDGE WARRANTY 9.1 Warranty Document The bridge supplier shall warrant the steel structures to be free of design, material, and workmanship defects for a period of ten years from the date of delivery. Project No. 05 -31 Page 17 of 23 This warranty shall not cover defects in the bridge caused by abuse, misuse, overloading, accident, improper maintenance, alteration, or any other cause not the result of defective materials or workmanship This warranty shall be void unless owner's records can be supplied which shall indicated compliance with the minimum guidelines specified in the inspection and maintenance procedures. Repair or replacement shall be the exclusive remedy for defects under this warranty. The bridge manufacturer shall not be liable for any consequential or incidental damages for breach of any express or implied warranty on their structures. Project No. 05 -31 Page 18 of 23 SEWER LINE 96.6 lb/ft 70P OF CONCRETE PECK PREFABRICATED WEATHERING STEEL BRIDGE 10' -0" BRIDGE WIDTH 5' -0" A P' ROD 1 ROD j P ,l l I 1 i I- I 3 -3 V-6" A TO BE DETERMINED BASED ON DISTANCE FROM BOTTOM OF FLOOR BEAM TO OF SEWER LINE NOTE. PLACE COUPLING FOR DIAGONAL SEWER BRACE ON OPPOSITE SIDE OF FLOOR BEAM FROM COUPLING FOR SEWER VERTICAL RODS B COUPLING WITH THREADS FOR r ROD C o COUPLING WITH THREADS FOR 3/4" ROD O COUPLING WITH THREADS FOR 5/9" ROD e x e l t e c h SCALE I/2 1' SHOWING UTILITY ATTACHMENT LOCATIONS AND UTILITY DESIGN WEIGHTS FLOOR BEAM- SIZIOGE TYPICAL SECTION SCHEMATIC f����III 3/4" ROD `5/8' ROD t 44 1_1/ f 1 L TRUSS (17P) FIBER OPTIC 7.7 lb/ft ELECTRICAL 122 lb/ft PVRLIG WORKS DEPARTMENT CITY OF PORT ANGELES 32! EAST 5TH STREET PO BOY 1150 PORT ANGELES. WA. 90762 PHONE. 12061 457 -0411 e Project No. 05 -31 Page 19 of 23 Subtotal Sales Tax Total ITEM Two Prefabricated Weathering Steel Bridges 1 1 City of Port Angeles Bid No. 05 -31 BID FORM Two Prefabricated Weathering Steel Bridges Bidder must bid on all bid items. The bidder hereby bids the following amounts for all material described in the Contract Documents. QTY BASE PRICE EXTENDED PRICE Project No 05 -31 Page 20 of 23 City of Port Angeles Bid No. 05 -01 Two Prefabricated Weathering Steel Bridges BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER TYPE OF BUSINESS: Corporation Partnership (general) Partnership (limited) ADDRESS CITY /STATE /ZIP PHONE NAME (PLEASE PRINT) TITLE SIGNED Sole Proprietorship Limited Liability Company FAX DATE Project No. 05 -31 Page 21 of 23 STATE OF WASHINGTON COUNTY OF NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Signature of Bidder /Contractor Subscribed and sworn to before me this day of 2010. Notary Public in and for the State of Residing at My Comm. Exp.: Project No. 05 -31 Page 22 of 23 BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No. 05 -31 Page 23 of 23