· web viewthe city’s standard contract will be published on the city’s website as appendix b....

54
CITY OF CHATTAHOOCHEE HILLS REQUEST FOR PROPOSAL (THIS IS NOT AN ORDER) RFP Number: 18-004 RFP Title: Supply Prefabricated Pedestrian/bike/handicap accessible Bridge Little Bear Creek RFP Due Date and Time: May 1, 2018 Local Time: 12:00 PM Number of Pages: 39 ISSUING DEPARTMENT INFORMATION Procurement Officer: Dana Wicher Issue Date: 03/30/2018 City of Chattahoochee Hills 6505 Rico Rd. Palmetto, GA 30268 Phone: 404-463-6572 Fax: 770-463-8550 Website: www.chatthillsga.us INSTRUCTIONS TO OFFERORS Return Proposal to: City of Chattahoochee Hills 6505 Rico Rd. Palmetto, GA 30268 Attn: Finance Dept – RFP Enclosed Mark Face of Envelope/Package: RFP Number: 18-004 RFP Due Date: May 1, 2018 Local Time: 12:00 PM (See Special Instructions Labeling Special Instructions: Bid proposal shall be submitted in 2 labeled and sealed envelopes. A) “Proposal Details” B) “Proposal Price sheets” IMPORTANT: SEE STANDARD TERMS AND CONDITIONS OFFERORS MUST COMPLETE THE FOLLOWING Offeror Name/Address: Authorized Offeror Signatory: (Please print name and sign in ink) Offeror Phone Number: Offeror FAX Number: Template revision (3/08)

Upload: trinhdan

Post on 17-May-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

CITY OF CHATTAHOOCHEE HILLSREQUEST FOR PROPOSAL

(THIS IS NOT AN ORDER)

RFP Number:

18-004

RFP Title: Supply Prefabricated Pedestrian/bike/handicap accessible Bridge Little Bear Creek

RFP Due Date and Time: May 1, 2018Local Time: 12:00 PM Number of Pages: 39

ISSUING DEPARTMENT INFORMATIONProcurement Officer: Dana Wicher

Issue Date:03/30/2018

City of Chattahoochee Hills6505 Rico Rd.Palmetto, GA 30268

Phone: 404-463-6572Fax: 770-463-8550

Website: www.chatthillsga.us

INSTRUCTIONS TO OFFERORSReturn Proposal to:

City of Chattahoochee Hills6505 Rico Rd.Palmetto, GA 30268Attn: Finance Dept – RFP Enclosed

Mark Face of Envelope/Package:RFP Number: 18-004RFP Due Date: May 1, 2018 Local Time: 12:00 PM(See Special Instructions Labeling

Special Instructions: Bid proposal shall be submitted in 2 labeled and sealed envelopes.A) “Proposal Details”B) “Proposal Price sheets”

IMPORTANT: SEE STANDARD TERMS AND CONDITIONSOFFERORS MUST COMPLETE THE FOLLOWING

Offeror Name/Address: Authorized Offeror Signatory:

(Please print name and sign in ink)Offeror Phone Number: Offeror FAX Number:

Offeror Federal I.D. Number: Offeror E-mail Address:

OFFERORS MUST RETURN THIS COVER SHEET WITH RFP RESPONSE

Template revision (3/08)

2 | P a g e

TABLE OF CONTENTS

PAGE

Offeror’s RFP Checklist................................................................................................3

Disclosure Form............................................................................................................4

Schedule of Events.......................................................................................................5

Section 1: Project Overview and Instructions...........................................................6

Section 2: RFP Standard Information........................................................................9

Section 3: Scope of Project.......................................................................................12

Section 4: Offeror Qualifications..............................................................................15

Section 5: Evaluation Criteria...................................................................................17

Section 6: Standard Contract Information...............................................................18

Exhibit A: Existing Bridge and Wing Walls.............................................................21

Exhibit B: Design & Fab Specifications...................................................................24

3 | P a g e

OFFEROR’S RFP CHECKLIST

The 10 Most Critical Things to Keep in Mind When Responding to an RFP for the City of Chattahoochee Hills

1. _______ Read the entire document. Note critical items such as: mandatory requirements; supplies/services required; submittal dates; number of copies required for submittal; funding amount and source; contract requirements (i.e., contract performance security, insurance requirements, performance and/or reporting requirements, etc.).

2. _______ Note the procurement officer's name, address, phone numbers and e-mail address. This is the only person you are allowed to communicate with regarding the RFP and is an excellent source of information for any questions you may have.

3. _______ Attend the pre-proposal conference if one is offered. These conferences provide an opportunity to ask clarifying questions, obtain a better understanding of the project, or to notify the City of any ambiguities, inconsistencies, or errors in the RFP.

4. _______ Take advantage of the “question and answer” period. Submit your questions to the procurement officer by the due date listed in the Schedule of Events and view the answers given in the formal “addenda” issued for the RFP. All addenda issued for an RFP are posted on the City’s website and will include all questions asked and answered concerning the RFP.

5. _______ Follow the format required in the RFP when preparing your response. Provide point-by-point responses to all sections in a clear and concise manner.

6. _______ Provide complete answers/descriptions. Read and answer all questions and requirements. Don’t assume the City or evaluation committee will know what your company capabilities are or what items/services you can provide, even if you have previously contracted with the City. The proposals are evaluated based solely on the information and materials provided in your response.

7. _______ Use the forms provided, i.e., cover page, sample budget form, certification forms, etc.

8. _______ Check the City website for RFP addenda. Before submitting your response, check the City website at www.chatthillsga.us to see whether any addenda were issued for the RFP. If so, you must submit a signed cover sheet for each addendum issued along with your RFP response.

9. _______ Review and read the RFP document again to make sure that you have addressed all requirements. Your original response and the requested copies must be identical and be complete. The copies are provided to the evaluation committee members and will be used to score your response.

10. _______ Submit your response on time. Note all the dates and times listed in the Schedule of Events and within the document and be sure to submit all required items on time. Late proposal responses are never accepted.

This checklist is provided for assistance only and should not be submitted with Offeror’s Response.

4 | P a g e

CITY OF CHATTHOOCHEE HILLS

DISCLOSURE FORM

This form is for disclosure of campaign contributions and family member relations with City of Chattahoochee Hills officials/employees.

Please complete this form and return as part of your RFP package when it is submitted.

Name of Offeror __________________________________________________

Name and the official position of the City of Chattahoochee Hills Official to whom the campaign contribution was made (Please use a separate form for each official to whom a contribution has been made in the past two (2) years.)

________________________________________________________________

List the dollar amount/value and description of each campaign contribution made over the past two (2) years by the Applicant/Opponent to the named Chattahoochee Hills Official.

Amount/Value Description

________________ ___________________________________________

________________ ___________________________________________

________________ ___________________________________________

Please list any family member that is currently (or has been employed within the last 12 months) by the City of Chattahoochee Hills and your relation:

________________ ___________________________________________

_________________ ___________________________________________

5 | P a g e

SCHEDULE OF EVENTS

EVENT DATE

RFP Issue Date......................................................................................March 30, 2018

Pre-Proposal Conference (Optional but recommended)............. April 17, 2018 1:00 PM

Deadline for Receipt of Written Questions .......................................... April 23, 2018

Deadline for Posting Answers to the City’s Website …………………. April 27, 2018

RFP Response Due Date.......................................................May 1, 2018 at 12:00 PM

Bid Opening .............................................................................. May 1, 2018 12:15 PM

Intended Date for Contract Award ....................................... June 5, 2018 at 6:30 PM

6 | P a g e

SECTION 1: PROJECT OVERVIEW AND INSTRUCTIONS

1.0 PROJECT OVERVIEW

The City of Chattahoochee Hills (hereinafter referred to as “the City”) invites you to submit a proposal to provide and deliver A Prefabricated Pedestrian/bike/Handicap Assessable Bridge. A more complete description of the services sought for this project is provided in Section 3, Scope of Project. Proposals submitted in response to this solicitation must comply with the instructions and procedures contained herein.

1.1 SINGLE POINT OF CONTACT

From the date this Request for Proposal (RFP) is issued until an offeror is selected and the selection is announced by the procurement officer, offerors are not allowed to communicate with any City staff or elected officials regarding this procurement, except at the direction of Dana Wicher, the procurement officer in charge of the solicitation. Any unauthorized contact may disqualify the offeror from further consideration. Contact information for the single point of contact is as follows:

Procurement Officer: Dana Wicher, Procurement CoordinatorAddress: 6505 Rico Rd., Palmetto, GA 30268

Telephone Number: 770-463-6572Fax Number: 770-463-8550

E-mail Address: [email protected]

1.2 REQUIRED REVIEW

1.2.1 Review RFP. Offerors should carefully review the instructions; mandatory requirements, specifications, standard terms and conditions, and standard contract set out in this RFP and promptly notify the procurement officer identified above in writing or via e-mail of any ambiguity, inconsistency, unduly restrictive specifications, or error which they discover upon examination of this RFP.

1.2.2 Form of Questions. Offerors with questions or requiring clarification or interpretation of any section within this RFP must address these questions in writing or via e-mail to the procurement officer referenced above on or before April 17, 2018 5:00 PM. Each question must provide clear reference to the section, page, and item in question. Questions received after the deadline may not be considered.

1.2.3 City’s Answers. The City will provide an official written answer to all received questions by April 27, 2018 5:00 p.m. The City's response will be by formal written addendum attached in an e-mail form to all interested consulting firms that provide e-mail addresses and on the City’s website. Any other form of interpretation, correction, or change to this RFP will not be binding upon the City. Any formal written addendum will be posted on the City of Chattahoochee Hill’s website alongside the posting of the RFP at www.chatthillsga.us by the close of business on the date listed. Offerors must sign and return any addendum with their RFP response.

1.2.4 Mandatory Requirements. To be eligible for consideration, an offeror must meet the intent of all mandatory requirements. The City will determine whether an offeror’s RFP response complies with the intent of the requirements. RFP responses that do not meet the full intent of all requirements listed in this RFP may be subject to point reductions during the evaluation process or may be deemed non-responsive.

1.3 PRE-PROPOSAL CONFERENCE

An optional Pre-Proposal Conference will be conducted at the shelter at Cochran Mill Park, 6875 Cochran Mill Rd, Chatt Hills, GA. 30268 on April 17, 2018 at 1:00PM. Offerors may use this opportunity to ask clarifying

7 | P a g e

questions or obtain a better understanding of the project or to notify the City of any ambiguity, inconsistency, or error which they may discover upon examination of this RFP. All responses to questions at the Pre-Proposal Conference will be oral and in no way binding on the City. If the firm cannot attend the scheduled pre-proposal conference, they are to contact Dana Wicher at 770-463-6572 to schedule an alternative coordination meeting date and time, although it is encouraged to attend the pre-bid conference at site listed above.

1.4 SUBMITTING A PROPOSAL

1.4.1 Organization of Proposal. Offerors must organize their proposal into sections that follow the format of this RFP, with tabs separating each section. A point-by-point response to all numbered sections, subsections, and appendices is required. If no explanation or clarification is required in the offeror’s response to a specific subsection, the offeror shall indicate so in the point-by-point response or utilize a blanket response for the entire section with the following statement:

“(Offeror’s Name)” understands and will comply.

1.4.2 Failure to Comply with Instructions. Offerors failing to comply with these instructions may be subject to point deductions. The City may also choose to not evaluate, may deem non-responsive, and/or may disqualify from further consideration any proposals that do not follow this RFP format, are difficult to understand, are difficult to read, or are missing any requested information.

1.4.3 Multiple Proposals. Offerors may, at their option, submit multiple proposals, in which case each proposal shall be evaluated as a separate document.

1.4.4 Price Sheets. Offerors must respond to this RFP by submitting a price sheet In Sealed, separate envelope from other bid documents. Labeled “Proposal Price Sheet” displaying a line item break down of each associated cost. Offeror will also include all deliverable costs as part of their overall process. These price sheets will be used as the primary representation of each offeror’s cost/price and will be used extensively during proposal evaluations. Additional information should be included as necessary to explain in detail the offeror’s cost/price. See Exhibit A

1.4.5 Copies Required and Deadline for Receipt of Proposals. Offerors must submit one (1) original proposal and seven (7) copies of both price sheets and separate envelope bid documents to the City of Chattahoochee Hills Finance Department. Proposals must be received at the receptionist’s desk prior to 12:00 PM (noon), local time, May 1, 2018.

1.4.6 Late Proposals. Regardless of cause, late proposals will not be accepted and will automatically be disqualified from further consideration. It shall be the offeror’s sole risk to assure delivery at the receptionist's desk at the designated office by the designated time. Late proposals will not be opened and may be returned to the offeror at the expense of the offeror or destroyed if requested.

1.5 OFFEROR'S CERTIFICATION

1.5.1 Understanding of Specifications and Requirements. By submitting a response to this RFP, offeror agrees to an understanding of and compliance with the specifications and requirements described in this RFP.

1.5.2 Offerors Signature. The proposals must be signed in ink by an individual authorized to legally bind the business submitting the proposal. The offeror’s signature on a proposal in response to this RFP guarantees that the prices quoted have been established without collusion and without effort to preclude the City of Chattahoochee Hills from obtaining the best possible supply or service. Proof of authority of the person signing the RFP response must be furnished upon request.

8 | P a g e

1.5.3 Offer in Effect for 120 Days. A proposal may not be modified, withdrawn or canceled by the offeror for a 120-day period following the deadline for proposal submission as defined in the Schedule of Events, or receipt of best and final offer, if required, and offeror so agrees in submitting the proposal.

1.6 COST OF PREPARING A PROPOSAL

1.6.1 City Not Responsible for Preparation Costs. The costs for developing and delivering responses to this RFP and any subsequent presentations of the proposal as requested by the City are entirely the responsibility of the offeror. The City is not liable for any expense incurred by the offeror in the preparation and presentation of their proposal.

1.6.2 All Timely Submitted Materials Become City Property. All materials submitted in response to this RFP become the property of the City of Chattahoochee Hills and are to be appended to any formal documentation, which would further define or expand any contractual relationship between the City and offeror resulting from this RFP process.

9 | P a g e

SECTION 2: RFP STANDARD INFORMATION

2.0 AUTHORITY

This RFP is issued under the authority of the City of Chattahoochee Hills. The RFP process is a procurement option allowing the award to be based on stated evaluation criteria. The RFP states the relative importance of all evaluation criteria. No other evaluation criteria, other than as outlined in the RFP, will be used.

2.1 OFFEROR COMPETITION

The City encourages free and open competition among offerors. Whenever possible, the City will design specifications, proposal requests, and conditions to accomplish this objective, consistent with the necessity to satisfy the City’s need to procure technically sound, cost-effective services and supplies.

2.2 RECEIPT OF PROPOSALS AND PUBLIC INSPECTION

2.2.1 Public Information. All information received in response to this RFP, including copyrighted material, is deemed public information and will be made available for public viewing and copying shortly after the time for receipt of proposals has passed with the following four exceptions: (1) bona fide trade secrets meeting confidentiality requirements that have been properly marked, separated, and documented; (2) matters involving individual safety as determined by the City of Chattahoochee Hills; (3) any company financial information requested by the City of Chattahoochee Hills to determine vendor responsibility, unless prior written consent has been given by the offeror; and (4) other constitutional protections.

2.2.2 Procurement Officer Review of Proposals. Upon opening the proposals received in response to this RFP, the procurement officer in charge of the solicitation will review the proposals and separate out any information that meets the referenced exceptions in Section 2.2.1 above, providing the following conditions have been met:

Confidential information is clearly marked and separated from the rest of the proposal. The proposal does not contain confidential material in the cost or price section. An affidavit from an offeror’s legal counsel attesting to and explaining the validity of the trade secret claim

is attached to each proposal containing trade secrets.

Information separated out under this process will be available for review only by the procurement officer, the evaluation committee members, and limited other designees. Offerors must be prepared to pay all legal costs and fees associated with defending a claim for confidentiality in the event of a “right to know” (open records) request from another party.

2.3 CLASSIFICATION AND EVALUATION OF PROPOSALS

2.3.1 Initial Classification of Proposals as Responsive or Nonresponsive. All proposals will initially be classified as either “responsive” or “nonresponsive”. Proposals may be found nonresponsive any time during the evaluation process or contract negotiation if any of the required information is not provided; the submitted price is found to be excessive or inadequate as measured by criteria stated in the RFP; or the proposal is not within the plans and specifications described and required in the RFP. If a proposal is found to be nonresponsive, it will not be considered further.

2.3.2 Determination of Responsibility. The procurement officer will determine whether an offeror has met the standards of responsibility. Such a determination may be made at any time during the evaluation process and through contract negotiation if information surfaces that would result in a determination of non-responsibility. If an offeror is found non-responsible, the determination must be in writing, made a part of the procurement file and mailed to the affected offeror.

10 | P a g e

2.3.3 Evaluation of Proposals. The evaluation committee will evaluate the remaining proposals (“Pricing” envelopes will be held until all other documents are reviewed and evaluated, then reevaluated considering pricing data) and recommend whether to award the contract to the highest scoring offeror or, if necessary, to seek discussion/negotiation or a best and final offer in order to determine the highest scoring offeror. All responsive proposals will be evaluated based on stated evaluation criteria. In scoring against stated criteria, the City may consider such factors as accepted industry standards and a comparative evaluation of all other qualified RFP responses in terms of differing price, quality, and contractual factors. These scores will be used to determine the most advantageous offering to the City.

2.3.4 Completeness of Proposals. Selection and award will be based on the offeror’s proposal and other items outlined in this RFP. Submitted responses may not include references to information located elsewhere, such as Internet websites or libraries, unless specifically requested. Information or materials presented by offerors outside the formal response or subsequent discussion/negotiation or “best and final offer,” if requested, will not be considered, will have no bearing on any award, and may result in the offeror being disqualified from further consideration.

2.3.5 Opportunity for Discussion/Negotiation and/or Oral Presentation/Product Demonstration. After receipt of all proposals and prior to the determination of the award, the City may initiate discussions with one or more offerors should clarification or negotiation be necessary. Offerors may also be required to make an oral presentation and/or product demonstration to clarify their RFP response or to further define their offer. In either case, offerors should be prepared to send qualified personnel to Chattahoochee Hills, Georgia to discuss technical and contractual aspects of the proposal. Oral presentations and product demonstrations, if requested, shall be at the offeror’s expense.

2.3.6 Best and Final Offer. The “Best and Final Offer” is an option available to the City under the RFP process which permits the City to request a “best and final offer” from one or more offerors if additional information is required to make a final decision. Offerors may be contacted asking that they submit their “best and final offer,” which must include any and all discussed and/or negotiated changes. The City reserves the right to request a “best and final offer” for this RFP.

2.3.7 Evaluation Committee Recommendation for Contract Award. The evaluation committee will provide a written recommendation for contract award to the finance director that contains the justification and rationale for its decision. The finance director and procurement officer will review the recommendation to ensure its compliance with the RFP process and criteria before concurring in the evaluation committee’s recommendation.

2.3.8 Request for Documents Notice. Upon concurrence with the evaluation committee’s recommendation for contract award, the procurement officer will issue a “Request for Documents Notice” to the highest scoring offeror to obtain the required insurance documents, contract performance security, and any other necessary documents. Receipt of the “Request for Documents Notice” does not constitute a contract and no work may begin until a contract signed by all parties is in place. The procurement officer will notify all other offerors of the City's intent to begin contract negotiation with the highest scoring offeror.

2.3.9 Contract Negotiation. Upon issuance of the “Request for Documents Notice,” the procurement officer and/or city department representatives may begin contract negotiation with the responsive and responsible offeror whose proposal achieves the highest score and is, therefore, the most advantageous to the City. If contract negotiation is unsuccessful or the highest scoring offeror fails to provide necessary documents or information in a timely manner, or fails to negotiate in good faith, the City may terminate negotiations and begin negotiations with the next highest scoring offeror.

2.3.10 Contract Award. Contract award, if any, will be made to the highest scoring offeror who provides all required documents and successfully completes contract negotiation. A formal contract will be executed by all parties.

11 | P a g e

2.4 STATE’S RIGHTS RESERVED

While the City has every intention to award a contract as a result of this RFP, issuance of the RFP in no way constitutes a commitment by the City of Chattahoochee Hills to award and execute a contract. Upon a determination such actions would be in its best interest, the City, in its sole discretion, reserves the right to:

cancel or terminate this RFP; reject any or all proposals received in response to this RFP; waive any undesirable, inconsequential, or inconsistent provisions of this RFP which would not have

significant impact on any proposal; not award if it is in the best interest of the City not to proceed with contract execution; or if awarded, terminate any contract if the City determines adequate funds are not available.

12 | P a g e

SECTION 3: SCOPE OF PROJECT

REQUEST FOR PROPOSALS______________________________________________

Issued: March 30, 2018

The City of Chattahoochee Hills is seeking qualified bidders to submit proposals for designing, fabricating and delivering to site a Prefabricated Pedestrian/bike/Handicap Accessible Bridge to span Little Bear Creek at present bridge location, Cochran Mill Park, Chattahoochee Hills, Ga. 30268The proposals shall include the following information and follow this organization:

Envelope (A) labeled “Proposal Details”

1. A cover letter which expresses an understanding of the contractor’s project responsibilities.

Description of the prospective bridge fabrication company, years in service, scope of work, quality of workmanship and related material/labor guarantees. Include a contact name, address, phone number, FAX number and email address. The person listed shall be the primary contact.

Bridge Manufacturer’s Product Literature, Name and resumé of Bridge Manufacturer’s design professional who will be signing and sealing the

engineering submittals. Copy of current AISC certification. Representative copies of detailed drawings, field procedures, calculations, quality control manual, welder’s

certifications, Listing of projects including owner, location, size, year of fabrication, contact person.

2. A proposed scope of services including a description of work to be performed. Proof of liability and professional insurance information - The firm shall provide proof of all liability, workers’ compensation, and other professional insurance necessary to hold the city free of liability for any and all actions of the bidder and/or his/her employees in the performance of their duties.

3. Provide a brief discussion of any litigation for which the organization has been involved within the previous five years.

4. Provide a brief discussion of any potential conflict of interest for the firm or its team members should it be selected to provide services for the city. Detail how the firm or its team members will handle these and future conflicts of interest.

5. The entire written proposal shall be no more than 30 pages in length, printed on one-side only in a font not smaller than 11 point type.

6. Proposed Bridge Design, Fabrication, and Delivery documents (Provide any and all information pertinent to proposal evaluation.)

a. Concept design drawings i. Shall be on 11” by 17” sheets.ii. Show bridge framing configuration

b. Material size and specification sheets, if not shown on drawings. Including decking to be supplied.

c. Welding proceduresd. Design Engineer’s certificationse. Certification of compliance to specifications, applicable codes, and applicable compliance to

Federal provisions of the “Recreational Trails Program Grant (RTP)”.

13 | P a g e

f. Description for Alternates. Provide drawings and/or revisions to primary drawing set to be provided. (Compensation will be reflected in Proposal Price Sheets)

i. Width increased 7’ to 8’ ii. Width decreased 7’ to 6’ iii. Manufacturer’s standard optimum truss design option . (The only deviation from the

Base design will be in the configuration of the trusses. All other aspects will remain the same. Provide sufficient detail for comparison to the Base Design.)

iv. Modified H shape frame The “H” members shall not project below the existing 5 transverse beams, approximately 12”, and configured so that no new bridge members will contact and/or impose load to these 5 existing beams when new bridge is fully loaded. (This option will be proposed only if needed to accommodate the bridge span and/or appreciable cost savings to Owner.)

v. Fabricator’s standard fence and rail system Disregarding Owner’s desire for minimal visual impact, provide your Manufacturers typical design to comply with all safety requirements. Provide drawings depicting the proposed changes. Be prepared to provide full drawing set if Owner elects to consider this option pursuant to finalizing bid acceptance decision.

vi. Substitute southern yellow pine pressure treated deck boards comparable in strength to base bid. Provide full specifications.

vii. Substitute FRP deck boards comparable in strength to base bid. Provide full specifications.

viii. Factory installed attachment clips for skirt Proposed for Owner to provide and field install skirt material for a safety skirt on each side of bridge, to be attached at deck level of new bridge, and sloping down to bottom cord of existing bridge.

ix. Field placement of bridge by fabricator Manufacturer to provide and/or contract for all labor, materials, and equipment to receive at site all components, assemble as necessary, provide/install required base plates to existing wing walls, and place fabricated bridge complete for intended use. The Owner will have completed any required wing wall reinforcement prior to delivery of bridge and after bridge erection will provide and install required approach ramp to new bridge deck.

x. Voluntary Alternates . Provide full description to include but not limited to drawings and specifications sufficient for Owner’s understanding and evaluation.

7. Proposed Project Schedule Offeror to provide a schedule showing all critical path durations beginning with award, including but not limited to: design intent clarification, field visit, shop drawing submittal/approval, fabrication materials delivery to plant, fabrication (25%, 50%, 75%, 100% complete), delivery, and erection if that alternate is contracted for by Owner. Owner reserves the right to visit Proposer’s facilities and/or during construction the fabrication plant.

Envelope (B) labeled “Proposal Price Sheets”

1. The price quoted shall include all labor, materials, equipment, and other costs necessary to fully complete the services in accordance with specifications of this request for proposals.

2. Progress Payment Schedule (submit proposed time schedule. Progress invoice to include proof of progress documentation)

% of contract valuea. Submission of design documents for Owner approval ___________%b. Receipt of all fabrication materials at fabrication plant ___________%c. Fabrication 35% complete ___________%d. Fabrication 70% complete ___________%

14 | P a g e

e. Fabrication 100% complete ___________%f. Delivered to site ___________%g. Retainage (10% retainage from each progress payment) _________10%

100%

3. Proposal Price Sheet For: Weathering Steel Frame Bridge with True Warren truss configuration type, with U shape under deck support. Ironwood or equal deck boards. Delivered to Site in two pieces for field coupling. (See section 3.6.f for detail description)

a. Base Bid Price $ $___________________b. Add/Deduct Items

i. Width increased to 8’ (+) $____________ii. Width decreased to 6’ (-) $____________iii. Manufacturer’s standard truss option (-) $

____________iv. Modified H shape (-) $____________v. Manufacturer’s standard fence system (-)

$____________vi. Southern Yellow Pine Deck Boards (+/-) $____________vii. FRP Deck Boards (+/-) $____________viii. Factory attachment clips for safety skirt (+) $____________

ix. Field placement of bridge by Manufacturer (+) $____________c. Voluntary Alternates: All items will be accompanied with full description including effect

to price, schedule, and value to Owner (These will be reviewed but may not be considered at the proposal evaluation)

Project Scope and Background

The City of Chattahoochee Hills (Chatt Hills), Parks and Recreation Commission seeks to have a Pedestrian/bike/handicap accessible bridge fabricated to be placed across Little Bear Creek in Cochran Mill Park. Chatt Hills staff and volunteers plan to remove the bridge deck and its direct support beams from the center to the existing historic Warren Truss steel bridge. Both side trusses and the 5 interconnection beams will be left in place for historic and aesthetic reasons. The prefabricated bridge to be supplied under this contract will be placed on the existing wing walls ledge presently supporting the bridge deck. The trusses and 5 interconnecting cross beams with will remain. This project is funded by a grant from Georgia DNR under the Federal Recreational Trails Program. Memoranda of Agreement was signed on January 6, 2018 by and between City of Chattahoochee Hills and Georgia Department of Natural Resources.

Pictures of existing bridge and surrounding area are provided for general information only and cannot be used in design or performance of this contract. See Attached “Exhibit A”

Complete Specifications. See Attached “Exhibit B”

Design & Fab Specifications

Prefabricated Pedestrian/bike/Handicap BridgeDesign and Fabrication Specifications

Little Bear Creek, Cochran Mill Park15 | P a g e

City of Chattahoochee Hills, GABy: Robert R. ShelorDate: March 12, 2018

Revision # 0

SECTION 4: OFFEROR QUALIFICATIONS

4.0 CITY’S RIGHT TO INVESTIGATE

The City may make such investigations as deemed necessary to determine the ability of the offeror to provide the supplies and/or perform the services specified.

4.1 OFFEROR INFORMATIONAL REQUIREMENTS

In determining the capabilities of an offeror to perform the services specified herein, the following informational requirements must be met by the offeror. (Note: Each item must be thoroughly addressed. Offerors taking exception to any requirements listed in this section may be found non-responsive or be subject to point deductions.)

4.1.1 References. Offeror shall provide a minimum of three (3) references that are using services of the type proposed in this RFP. The references may include any government or universities where the offeror, preferably within the last five (5) years, has successfully implemented and managed a building inspections and permitting program. At a minimum, the offeror shall provide the company name, the location where the services were provided, contact person(s), customer’s telephone number, a complete description of the service type, and dates the services were provided. These references may be contacted to verify offeror’s ability to perform the contract. The City reserves the right to use any information or additional references deemed necessary to establish the ability of the offeror to perform the conditions of the contract. Negative references may be grounds for proposal disqualification.

4.1.2 Qualified of Bridge Manufacturer. Qualified Bridge Manufacturers must have at least 5 years’ experience fabricating these types of structures and shall have an up to date certification by AISC as a Certified Bridge Fabrication - Intermediate (Major) with Fracture Critical Endorsement. All suppliers shall fabricate their product, no brokers are allowed.

4.1.3 Resumes/Company Profile and Experience. Offeror shall specify how long the company submitting the proposal has been fabricating Pedestrian/bike bridges. Provide the following.

Bridge Manufacturer’s Product Literature, Name and resume of Bridge Manufacturer’s design professional who will be signing and

sealing the engineering submittals, Copy of current AISC certification, Representative copies of detailed drawings, field procedures, calculations, quality control

manual, welder’s certifications, Listing of projects including owner, location, size, year of fabrication, contact person.

4.1.4 Bridge Manufacturer’s Design Professional and Submittals The Bridge Manufacturer shall have as a direct employee, an engineer who is experienced in bridge design to perform all engineering related task and design. The engineer shall have a minimum of 10 years’ experience in bridge design and be a currently licensed civil or structural engineer in the State of Georgia.Engineering concept drawings, 11x17 format, shall be submitted with the bid.

16 | P a g e

Engineering drawings, 11x17 format, shall be prepared and submitted to the City Manager, City of Chattahoochee Hills, Ga. for their review after receipt of the order. Reference copies may be provided to selected Contractor as directed by Owner’s Representative. 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 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 Bridge Manufacturer’s Design Professional.

Structural calculations for the design of the bridge superstructure shall be prepared and submitted to the Customer for their review after receipt of the order. Calculations shall include complete design, analysis and code checks for the controlling member, connectivity and support conditions, truss stability checks, deck design, deflection checks, bearings and all splices.

17 | P a g e

SECTION 5: EVALUATION CRITERIA

5.0 EVALUATION CRITERIA

The evaluation committee will review and evaluate the offers according to the following criteria:

Evaluation Criteria

The City of Chattahoochee Hills will review all Prospective Manufacturer’s proposals based on the merit of the proposal methodology utilizing a points system to evaluate the preferred Prospective Manufacturer’s for the contract. The evaluation criteria will include but not be limited to the following assessments in the overall selection process:

Step 1 Envelope A

Each proposal will be evaluated for proposal completeness, acceptability of Firm’s operations, financial, and proposed technical staff. Pass/fail.

Proposers ability to complete the project. (pass/fail)

Step 2

Review and rate proposed design for adherence to Chatt Hills’ bridge design objectives for structural configuration and proposed materials.

Fabrication, welding, and inspection procedures will be classed pass/fail. Review proposed project schedules. If there is significant distinction between proposers each will be rated.

Step 3 Envelope B

Prepare a bid pricing comparison spreadsheet showing Base Price and Prices for Alternates submitted by each offeror.

Using base and alternate prices submitted will be compared to Chatt Hills budget and objectives. If base pricing is within budget, award will be made based on lowest price, unless steps 1 & 2 reveal a need to proceed to next lowest bid.

The committee may elect to develop a revised design scope, considering the pricing for alternates provided by bidders. The 3 lowest priced proposals (calculated using base and applicable alternatives from submitted price sheets) will be asked to confirm their pricing based on the revised scope.

Unless there are other mitigating circumstances, such as appreciably longer proposed schedule, the lowest price proposal will move to contract stage.

LINKS

City of Chattahoochee Hillswww.chatthillsga.us

18 | P a g e

SECTION 6: STANDARD CONTRACT INFORMATION

6.0 STANDARD TERMS AND CONDITIONS

The City’s standard terms and conditions will be published on the City’s website as Appendix A. Offerors should notify the City of any terms within the standard terms and conditions that either preclude them from responding to the RFP or add unnecessary cost. This notification must be made by the deadline for receipt of written/e-mailed questions or with the offeror’s RFP response. Any requests for material, substantive, important exceptions to the standard terms and conditions will be addressed in any formal written addendum issued by the procurement officer in charge of the solicitation. The City reserves the right to address any non-material, minor, insubstantial exceptions to the standard terms and conditions with the highest scoring offeror at the time of contract negotiation.

6.1 STANDARD CONTRACT

The City’s standard contract will be published on the City’s website as Appendix B. Offerors should notify the City of any terms within the standard contract that either preclude them from responding to the RFP or add unnecessary cost. This notification must be made by the deadline for receipt of written/e-mailed questions or with the offeror’s RFP response. Any requests for material, substantive, important exceptions to the standard contract will be addressed in any formal written addendum issued by the procurement officer in charge of the solicitation. The City reserves the right to address any non-material, minor, insubstantial exceptions to the standard contract with the highest scoring offeror at the time of contract negotiation.

6.2 ADDITIONAL CONTRACT PROVISIONS AND TERMS

This RFP and any addenda, the offeror’s RFP response, including any amendments, a best and final offer, any clarification question responses, and any negotiations shall be included in any resulting contract. The City’s standard contract contains the contract terms and conditions which will form the basis of any contract negotiated between the City and the highest scoring offeror. The contract language contained in Appendix B does not define the total extent of the contract language that may be negotiated. In the event of a dispute as to the duties and responsibilities of the parties under this contract, the contract, along with any attachments prepared by the City, will govern in the same order of precedence as listed in the contract.

6.3 CONTRACT TERM

The initial contract term will be Lump Sum for The Prefabricated Bridge delivered to site. An additional Lump Sum contract may be issued for field erections.

6.4 SUBCONTRACTORS

If a contract is awarded and contractor shall be responsible, in total, for all work of any subcontractors. All subcontractors, if any, must be listed in the proposal. The City reserves the right to approve all subcontractors. The Contractor shall be responsible to the City for the acts and omissions of all subcontractors or agents and of persons directly or indirectly employed by such subcontractors, and for the acts and omissions of persons employed directly by the Contractor. Further, nothing contained within this document or any contract documents created as a result of any contract awards derived from this RFP shall create any contractual relationships between any subcontractor and the City.

6.5 GENERAL INSURANCE REQUIREMENTS

19 | P a g e

6.5.1 General Requirements. The Contractor shall maintain for the duration of the contract, at its cost and expense, insurance against claims for injuries to persons or damages to property, including contractual liability, which may arise from or in connection with the performance of the work by the Contractor, agents, employees, representatives, assigns, or subcontractors. This insurance shall cover such claims as may be caused by any negligent act or omission.

6.5.2 Primary Insurance. The Contractor’s insurance coverage shall be primary insurance as respect to the City, its officers, officials, employees, and volunteers and shall apply separately to each project or location. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. 6.6 COMPLIANCE WITH LAWS

The contracted Manufacturer must, in performance of work under this contract, fully comply with all applicable federal, state, or local laws, rules and regulations, including the Civil Rights Act of 1964, the Age Discrimination Act of 1975, the Americans with Disabilities Act of 1990, and Section 504 of the Rehabilitation Act of 1973. Any subletting or subcontracting by the Contracted bridge manufacturer binds subcontractors to the same provision. The Contractor agrees that the hiring of persons to perform the contract will be made on the basis of merit and qualifications and there will be no discrimination based upon race, color, religion, creed, political ideas, sex, age, marital status, physical or mental disability, or national origin by the persons performing the contract.

6.7 INTELLECTUAL PROPERTY

All patents and other legal rights in or to inventions created in whole or in part under the contract must be available to the City for royalty-free and nonexclusive licensing. Both parties shall have a royalty-free, nonexclusive, and irrevocable right to reproduce, publish or otherwise use and authorize others to use, copyrightable property created under the contract.

6.8 CONTRACT TERMINATION

The following three termination provisions are presented as options for Section 6.8.1. The first is a “Termination for Cause,” the second is a “Termination for Cause” with a notice to cure option, and the third is a “Termination of Convenience.” In deciding which provision to use, consideration should be given to the circumstances of each individual contract.

6.8.1 The City may, by written notice to the Contracted Manufacturer, terminate this contract in whole or in part at any time the Manufacturer fails to perform this contract.

OR

6.8.1 The City may terminate this contract for failure of the Manufacturer to perform any of the services, duties, or conditions contained in this contract after giving the Contracted Manufacturer written notice of the stated failure. The written notice must demand performance of the stated failure within a specified period of time of not less than ten (10) business days. If the demanded performance is not completed within the specified period, the termination is effective at the end of the specified period.

OR

6.8.1 The City may, by written notice to the Contracted Manufacturer, terminate this contract without cause. The City must give notice of termination to the Contractor at least ten (10) business days prior to the effective date of termination.

20 | P a g e

The City, at its sole discretion, may terminate or reduce the scope of this contract if available funding is reduced for any reason. Compensation contracted Manufacturer for work performed and fabrication materials will be negotiated prior to cancelation.

6.9 Fabricated Bridge Acceptance and Warranty.

6.9.1 The City reserves the right at any time to inspect the fabrication and fabrication facility to ascertain compliance to schedule, compliance to specifications, and for final acceptance of fabricated bridge. Manufacturer will submit a progress schedule noting stage completion for submission of no less than 4 progress reports with photos to be agreed on with contract sighing. This requirement will be more frequent if fabrication falls behind schedule.

6.9.2 Warranty. The Bridge Manufacturer shall warrant their steel structure(s) to be free of design, material, and workmanship defects for a period of ten years from the earlier of the date of delivery or from 60 days after final fabrication. Naturally durable hardwood decking, and hardwood attachments shall carry a one-year warranty against rot, termite damage, or fungal decay from the earlier of the date of delivery or from 60 days after installation on the structure. Other types of wood are excluded under this warranty. 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. Paint, galvanizing and other special coatings shall be warranted by the coating manufacturer and is not covered by the Bridge Manufacturer. 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.

21 | P a g e

Exhibit AExisting Bridge and Wing Walls

Existing single vehicle lane, riveted, lead painted, structural steel, Warren Type truss bridge. Eighty foot total length. The bridge rests on 27” thick, concrete wing walls approximately 10’ high, placed on bedrock. The bridge was constructed in the 1920’s and decommissioned for traffic 1975 due to road reroute and new road bridge. Bridge condemned and barricaded from any use after hurricane Opel in 1996.

Present bridge dimensions: length- 80.0’ max at supports & 143” clear approx. 159” overall width. Ledge – 18” depth & 180” wide & rise 9” & wing walls 27” thick. Deck beams 6” channel with 7” wood on top. Bridge deck to top of steel 104” app. 8” x 4” channel frame. Two trusses with five vertical triangles. The two Trusses are connected by 5 evenly spaced, 12”height vertical transverse. These beams in turn support the bridge deck beams, which supports the wooden deck. These beams and the bridge decking will be removed to allow for the placement of the new Pedestrian/bike/handicap accessible bridge.

22 | P a g e

-

The deck and center support steel will be removed leaving the superstructure and 5 cross beams intact. The prefabricated bridge will be lifted in place to rest only on existing wing walls’ platform vacated by the removing the wooden deck and beams with clear space above the 5 existing transverse beams of the existing bridge. The clear space will prevent any load being transferred to existing bridge structure, even under full live load. The bottom of the steel on both bridges will be 2’ above the projected 500-year flood waters level. From the Bottom of deck support channels to top of the deck is presently 15”. New bridge should be no more than 18”.

23 | P a g e

New bridge beams (If necessary due to bridge span) can drop between the 5 transvers to a level not below the bottom of the existing bridge structure. This can be approximately an additional 12”. The new bridge will be designed to, under no circumstances, contact and/or put load on those beams and trusses from the existing bridge that will remain along with the new Pedestrian/bike/handicap accessible bridge structure.

24 | P a g e

Exhibit BDesign & Fab Specifications

Prefabricated Pedestrian/bike/handicap accessible/Handicap BridgeDesign and Fabrication Specifications

Little Bear Creek, Cochran Mill ParkCity of Chattahoochee Hills, GA

By: Robert R. ShelorDate: March 12, 2018

Revision # 0

1.0 GENERAL

1.1 Scope

These specifications are for fully engineered bridge of steel construction with parallel chords and shall be regarded as minimum standards for design and construction. The work included under this item shall consist of design, fabricating, finishing and transporting the steel truss bridge superstructure(s) including bearings.

1.2 Definitions

Owner: City of Chattahoochee Hills, Ga (Parks Department)Project Manager: Robert R. ShelorContractor: Prefabricated Bridge to be purchased by City of Chattahoochee Hills and

assigned to selected contractor for coordination, foundations and bridge placement.

Bridge Manufacturer: Firm who will be supplying the bridge(s) in accordance with these Special Provisions.

1.3 Engineering concept drawings, 11x17 format, shall be submitted with the bid.

Engineering drawings, 11x17 format, shall be prepared and submitted to the City Manager, City of Chattahoochee Hills, Ga. for their review after receipt of the order. Reference copies may be provided to selected Contractor as directed by Owner’s Representative. 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 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 Bridge Manufacturer’s Design Professional.

Structural calculations for the design of the bridge superstructure shall be prepared and submitted to the Customer for their review after receipt of the order. Calculations shall include complete design, analysis and code checks for the controlling member, connectivity and support conditions, truss stability checks, deck design, deflection checks, bearings and all splices.

25 | P a g e

2.0 APPLICABLE CODES AND STANDARDS2.1 Governing Specifications

Bridge(s) shall be designed in compliance with the LRFD Guide Specifications for Design of Pedestrian/bike/handicap accessible Bridges, 2nd Edition, by AASHTO. Calculations shall be in accordance with this document, and formulas shall reference the appropriate sections.

2.2 Other Reference Codes, Specifications and Standards

AISC, Steel Construction Manual, Latest Edition

AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals, 5th Edition (AASHTO Signs)

American Welding Society, Structural Welding Code, D1.1, Latest Edition

International Building Code (IBC), Latest Edition

ASCE/SEI 7 Minimum Design Loads for Buildings and Other Structures, Latest Edition

National Design Specification for Wood Construction, ANSI NDS-Latest Edition

Tropical Timbers of the World, US Forest Products Laboratory

The LRFD Guide Specifications for Design of Pedestrian/bike/handicap accessible Bridges, shall control if any conflicting requirements occur with the Other Reference Documents and/or other local Codes.

26 | P a g e

3.0 BRIDGE SYSTEM TYPE 3.1 Special design constraints

3.1.1 The new bridge will be designed to sit centered between the existing historic bridge superstructure and above the 5 underslung cross members bracing the 2 to trusses. The new prefabricated bridge will be positioned where the existing bridge deck has been removed. Being supported only on the 12” wide by 9’ 6” long top ledge of the existing wing wall foundation and will not be allowed to be supported and/or interfere with the remaining existing bridge structure.

3.2 Parallel Chord Truss The new bridge to be designed to mimic existing Warren Truss bridge. Including similar

structural components where practical. The “U” shaped bridge shall utilize an underhung floor beam where the top face of the floor beam shall be welded to the bottom face of the bottom chord. The distance from the top of deck to the bottom of the floor beam shall be determined by the Bridge Manufacturer during final design. The bottom of structure shall be above and not supported by any of the existing 5 bridge support beams. If necessary due to span length a modified H design will be considered if bottom of H structure does not project below and interfere with existing bridge structure.

3.3 The vertical trusses shall be designed such that the top and bottom chord members are parallel

for the entire length of bridge. The interior verticals of the trusses shall be perpendicular to the top face of the bottom chord.

End Vertical Type: The end vertical of the trusses shall be sloped. The angle of the slope shall be

approximately 60-degrees with respect to the bottom chord floor beam location

The bridge shall utilize an underhung floor beam where the top face of the floor beam shall be welded to the bottom face of the bottom chord. The distance from the top of deck to the bottom of the floor beam shall be determined by the Bridge Manufacturer during final design. The bottom of structure shall be above and not supported by any of the existing 5 bridge support beams. If necessary due to span length a modified H design will be considered if bottom of H structure does not project below and interfere with existing bridge structure.

Diagonal Style

The vertical truss shall use two opposing diagonals, Warren Truss design, where all of the diagonals are in tension. For a truss with odd number of bays, a second diagonal shall be added to the center bay to form an “X”.

27 | P a g e

4.0 BRIDGE GEOMETRY

4.1 Span Length

The bridge span length shall be a nominal 80’-0” (straight line dimension) and measured from end to end of the bridge structure. Twelve inches on each end will be supported on the ledge of the existing wing walls. Actual dimension to be provided at time of award.

4.2 Width

The bridge width shall provide a minimum inside clearance of 7'-0” between all interior railing elements. Maximum exterior width 132” and will sit inside and maintain clearance from existing bridge structure.

4.3 Top of Truss Height

The top of the top chord shall not be less than 42" above the deck (measured from the high point of the deck). Note that this dimension may be exceeded due to truss height requirements for structural, deflection and vibration requirements but not more than 60”” above the deck.

4.4 Lower Steel Clearance

The bridge manufacturer shall determine the distance from the top of the deck (measured from the highest point of the deck) to the bottom of any steel member. The customer preference for this dimension is approximately 1’-2”. The bottom of structure shall be above and not supported by any of the 5-existing Warren bridge support beams. If necessary due to span length a modified H design will be considered if bottom of H structure does not project below and interfere with existing bridge structure.

4.5 Truss Bay Spacing

The number of bays and the dimension of the panel points shall be determined by the Bridge Manufacturer. However, at no time shall the panel point dimension be a distance which will cause the diagonals to be at an angle shallower than 35-degress with the bottom chord.

4.6 Camber

For simple span bridges end to end, the vertical camber dimension of each span, shall be equal to 100% of the anticipated full dead load deflection plus ¼”, or 150% of the anticipated full dead load deflection, whichever is smaller plus the anticipated live load so as to prevent the new bridge from contacting the existing old bridge.

4.7 Elevation Difference

The top of the decks shall be at the same elevation at each end of the bridge.

28 | P a g e

5.0 STRUCTURAL DESIGN LOADS

5.1 Pedestrian/bike/Handicap Loading (PL)

The bridge structure shall be designed for a uniform pedestrian loading of 90 psf. This loading shall be pattered to produce the maximum load effects. Consideration of dynamic load allowance is not required with this loading.

5.2 Vehicle Load (VL) N/A No vehicles, or horses will be permitted.

5.3 Wind Load (WS)

Pedestrian/bike/handicap bridge shall be designed for wind loads as specified in AASHTO Signs, Articles 3.8 and 3.9. The Wind Importance Factor shall be taken as 1.15. The loading shall be applied over the exposed area in front elevation including all enclosures.

5.4 Fatigue Load (FL) The fatigue loading shall be as specified in Section 11 of AASHTO Signs. The Natural Wind Gust specified in Article 11.7.3. The Truck-Induced Gust specified in Article 11.7.4 of AASHTO is N/A

5.5 Railing Loads (RL)

Each element of the Pedestrian/bike/handicap rail system shall be designed to support a uniformly applied load of 50 pounds per lineal foot, both transversely and vertically, acting simultaneously. In addition, each longitudinal element shall be designed to support a concentrated load of 200 pounds, which will act simultaneously with the above uniform loads at any point and in any direction at the top of the longitudinal element.

The posts of the Pedestrian/bike/handicap rail system shall be designed for a concentrated load applied at either the center of gravity of the upper longitudinal element or 60" above the top of the walkway, whichever is less. This concentrated load shall be equal to 200 pounds plus 0.05 times the post spacing in feet.

5.6 Fence Loads

All elements of the fence system (support frames, posts, fence fabric, attachments, etc.) shall be designed to support a uniform load of 15 pounds per square foot applied normal to the entire surface.

5.7 Combination of Loads

The load combinations and load factors to be used shall be as per specified in AASHTO LRFD Table 3.4.1-1, with the following exceptions:

Load combinations Strength II, Strength IV, and Strength V need not be considered. The load factor for Fatigue I load combination shall be taken as 1.0, and Fatigue II load

29 | P a g e

combination.

6.0 STRUCTURAL DESIGN CRITERIA

6.1 Modeling

The bridge shall be modeled and analyzed utilizing a three-dimensional computer software which shall account for moments induced in members due to joint fixity where applicable. Moments due to both truss deflection and joint eccentricity must be considered. Analyzing the truss as a pure pinned structure will not be allowed. All loads listed in Section 5 of these specifications shall be applied to the model and analyzed appropriately.

6.2 Lateral Frame Design

The bridge shall be designed and proportion such that appropriate lateral stiffness is provided locally and globally, to ensure that the structure is stable.

For bridges without any overhead members (Half-Through Trusses), the vertical truss members, the floor beams and their connections shall be proportioned to resist a lateral force applied at the top of the truss verticals. This lateral force shall be applied as an additional load to the top of the vertical, creating a cantilever moment, which is then added to the forces obtained from the three-dimensional model. The magnitude of this lateral force shall not be less than 0.01/K times the average factored design compressive force in the two adjacent top chord members.

The top chord shall be analyzed as a column with elastic lateral supports at the panel points, taking into account all moments due to in-plane and out-of-plane bending, along with moments due to eccentricities of the members.

The U-Frame Stiffness of the verticals and floor beams shall be as determined in the AASHTO Guide Specification Section 7.1.2, assuming that the vertical and floor beam connection is rigid. This means that the following must be met:

Matched member widths in simple unreinforced HSS connections between the floor beam and vertical, that is, no deformation is allowed due to tube wall plastification of the member faces at service loads. The connection of the floor beam to the vertical shall not include the HSS bottom chord member, that is, the vertical and floor beam shall not be connected to different sides of a HSS chord. These members shall not be connected to faces of the bottom chord at a 90-degree to one another.

All fixed end moments in the floor beams and verticals due to floor beam rotations, in addition to the loads derived from a U-Frame analysis have been accounted for in the strength design of the connections.

At no time shall a K>2.0 be used in the design of the top chord.

The end verticals shall be designed as a simple cantilever to carry the loads obtained from the three-dimensional model, plus the cantilever moment due to a lateral load of 0.01 times the axial force in the end vertical, applied laterally at the upper end of the end vertical.

30 | P a g e

The floor beams shall always be sized for the forces obtained from a simple span, pinned end analysis, or from the forces obtained from the three-dimensional model, whichever controls.

The diagonals and brace diagonals shall be analyzed as pinned-end connection members. All other members shall be analyzed as fixed-end connections.

6.3 Deflections

The vertical deflection of the bridge due to the unfactored Pedestrian/bike/handicap live loading shall not exceed 1/360 of the span length.

The horizontal deflection of the bridge under unfactored wind loading shall not exceed 1/360 of the span length.

The deflection shall be designed so as under no circumstances to exceed amount that will cause the bridge to deflect downward, thus applying load to existing bridge members.

6.4 Fracture

The fracture toughness requirements and designation of Fracture Critical Member and Main Member designation are hereby waived for these structures.

6.5 Vibrations

Vibration of the structure shall not cause discomfort or concern to the users of the bridges. To assure this, the fundamental frequency (f) of the pedestrian bridge in the vertical direction, without live load, shall be greater than 3.0 hertz (Hz) to avoid the first harmonic. The fundamental frequency of the Pedestrian/bike/handicap bridge in the lateral direction, shall be greater than 1.3 Hz. If the fundamental frequency cannot satisfy these limitations, then the bridge should be proportioned such that either of the following criteria are satisfied:

f > 2.86 * ln(180/W)or

W > 180 * e(-0.35 * f)

Where W is the weight of the bridge in kips and f is the fundamental frequency in the vertical direction in Hz.

6.6 Wheel Load Distribution Not applicable for this wheel chair, bike, and pedestrian restricted bridge. However, the decking will be design for the equivalent load for pedestrians, bikes, and wheel chairs.

Each wood plank shall be designed to support the maximum wheel load from the design vehicle. Distribution to other planks will only be allowed if those planks are doweled together. The Tire Contact Area will be calculated as 0.01 times the wheel load. The wheel width transverse to the direction of traffic, is 2.5 times the wheel length. The wheel width is calculated as follows:

o The Wheel Width (in inches) is 2.5∗√ ( 0.01∗P2.5

) , where P is the wheel load in

31 | P a g e

pounds.

Plank shall be checked for both shear and moment and meet all allowable stresses as per ANSI NDS or Tropical Timbers of the World.

7.0 MATERIALS OF CONSTRUCTION

7.1 Weathering Structural Steel (consider choice of shapes to complement existing bridge constructed primarily constructed of channel iron)

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 may be wide flange shapes. 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.

All bridges shall be fabricated using A847 tube or A588 structural shapes.

Minimum nominal thickness of primary hollow structural shapes shall be 1/4". Rolled shapes shall have a minimum thickness of 1/4".

7.2 Deck Material The wood deck timber planks shall be tropical timber such as Ironwood for longevity and consistent with existing bridge.

Allowable bending stresses shall be as determined for wet condition, as outline in ANSI ADS.

Deck planks shall be secured utilizing 5/16” torx head self-drilling self-tapping screws. Each plank shall have two screws at each end and one screw at each interior supporting member. Screws shall have adequate edge distance to prevent splitting and cracking. Deck planks shall be placed tight together with no gaps.

Deck planks shall be sized to support the loads specified in Section 5.0 of these specifications, and per the wheel distribution in Section 6.6.

7.3 Fasteners

Structural bolts used to field splice or connections. All main members shall be ASTM A325, in accordance with the Specification for Structural Joints using ASTM A325 or A490 Bolts. The nuts for these structural bolts shall be ASTM A563. The Bridge Manufacturer shall determine the finish of the structural bolts. They will be either Type 3 (Weathering) or Type 1 (Hot-Dipped or Mechanically Galvanized) as specified by the Bridge Manufacturer.

Bolts used for the connection of a rub rail shall be ASTM A307 or SAE J429 Grade 2, ¼” diameter carriage bolts, zinc plated.

Self-drilling fasteners for attachment of the form decking shall be #14 x 1” Zinc Plated Hex Washer Head TK Screws.

32 | P a g e

Power Actuated fasteners shall be Hilti sheet metal nail X-ENP-19 fastener.

Other miscellaneous fasteners shall be ASTM A307 zinc plated or galvanized, as determined by the Bridge Manufacturer.

7.4 Rub Rail Timber Rub Rail timber planks shall be compatible with wood deck. Ipe wood (Tabebuia spp. -lapacho group), all heartwood (no sapwood), clear (no knots), straight grained, with no worm holes, surfaced 4 sides (S4S) and eased at four edges, and be air dried to no more than 20% moisture content prior to installation. Planks shall be untreated, except ends of planks shall be sealed with “Anchorseal” as manufactured by Mobil CER-M or an equal aqueous wax log sealer. Based on the Forest Products Laboratory value of 27,270 psi for Modulus of Rupture, Modulus of Elasticity of 3,030,000 psi and Maximum Crush Strength of 13,720 psi the following allowable stresses shall apply: Allowable bending stress without modification factors of 3,700 psi; allowable shear without modification factors of 320 psi.

33 | P a g e

8.0FINISH Weathering steel may be field painted for visible areas above deck sections so as to be similar to existing weathered green paint on existing bridge. Paint will be decorative only and not for corrosion protection. Inconsistency and laps in paint coating encouraged to simulate existing bridge paint. Factory preparation will be such that at a later date Owner may elect to paint both existing bridge and new Pedestrian/bike bridge for visual effect. ****

8.1 Blast Cleaning

Exposed surfaces of structural steel shall be blast cleaned in accordance with the Steel Structures Painting Council (SSPC), Surface Preparation Specification No. 7, latest edition, (SSPC-SP7), Brush-Off Blast. Exposed surfaces of steel shall be defined as those surfaces seen from the deck or from the outside and bottom of the structure.

8.2 Paint N/A

34 | P a g e

9.0 ATTACHMENTS TO BRIDGE

9.1 Safety Rails

Safety rails shall be placed on the inside of the structure, spaced so as to prevent a 4” sphere from passing through the side truss for the full height of the side truss, or 42", whichever is less. Rails shall be welded directly to the truss verticals whenever possible. When safety rails are placed on the inside of the structure, the ends of any longitudinal rails near the end of the bridge shall be mitered at a 45-degree angle, capped, and ground smooth. No solid plate covering all rails as a unit will be allowed.

Safety rails shall be placed vertically as pickets.Safety rails shall be placed longitudinally.Vertical picket safety rails for weathering steel bridges shall have a top and bottom longitudinal rail, made from a HSS 1 ½ x 1 ½ x 3/16, welded directly to the truss verticals, or the pickets can be welded to the exterior faces of the top and bottom chords utilizing a L 2 x 2 x 3/16 top cover angle. If the vertical spacing exceeds 12'-0" then mid-bay supports will be required. The ends of the longitudinal rails shall be capped, welded and ground smooth. In between these rails, vertical pickets of L 1 ½ x 1 ½ x 1/8 shall be welded. If a toe plate is also specified, then the toe plate may be used as the bottom longitudinal rail.

9.2 Fencing

Fencing shall be installed. Fencing wire shall be weathering steel with a minimum thickness of 9-gage. Fencing shall be both top and bottom. Fencing shall be in continuous runs as detailed on the Bridge Manufacturer’s drawings, from end to end of shipped section. End attachment of the fencing shall follow industry standards using tension bars and tension bands, attached to a steel frame which is part of the bridge. Along the length of the bridge, the fencing shall be attached to a steel frame utilizing aluminum tie wires at a maximum spacing of 2’-0” on center. Longitudinal framing shall be placed such that the fencing does not span more than 5’-0”.

Fencing shall be installed as follows:

Both side trusses, on the inside of the bridge, to a height of 42”.

Fencing Mesh Size shall be:

2-inch2-inch

All hardware, tension bars, tension bands, tie wires and mesh shall have the following finish: Weathering Steel

9.3 Toe Plate

Steel toe plates for a weathering steel bridge shall consist of ASTM A588 ¼” x 6” plate material or a C4x5.4 channel, and shall be welded to the truss verticals. If the vertical spacing exceeds 5’-0”, a mid-bay support shall be utilized for the 1/4" x 6" plate. For spans greater than 5'-0" with

35 | P a g e

no mid-bay support, but less than 12'-0", the toe plate should be a C4x5.4 channel with the end of the legs welded directly to the truss verticals. The bottom of the toe plate shall be placed 2” above the finished height of the deck. All seams of the toe plate shall be fully welded to give the appearance of a continuous member (welding should be located at a support member).

9.4 Rub Rail – Wood

Rub Rails shall be provided at a height of Feet’-Inches” from top of the deck to the top of rub rail. Rub Rails shall be nominal 5/4x6 Ipe hardwood unless the center to center spacing of truss verticals exceeds 6’-0” at which time a mid-bay support shall be used. For spans exceeding 6'-0" without a mid-bay support, but less than 8'-0", the Rub Rails shall be nominal 2x6 Ipe hardwood. Nominal 2x6 Ipe Hardwood shall require mid-bay supports for spans exceeding 8'-0" but less than 12'-0". Rub rails shall be supplied S4S. All exposed surfaces shall be smooth with no exposed sharp edges. Rub Rails shall be attached flush tight to each truss verticals. Attachment shall be made using two ¼” diameter zinc plated carriage bolts with lock nuts. Attachment shall be to a structural angle welded directly to the side of the vertical. Where a seam occurs between two adjacent pieces of Rub Rail, two structural angles shall be used, one on each side of the truss vertical. Slotted holes in the structural angles shall be used to provide thermal differential moment between the rub rail and the steel truss.

9.5 Pipe Handrail

A steel pipe handrail shall be installed on each side of the bridge, at a height of Feet’-Inches” from the top of the deck to the top of the pipe handrail. The pipe shall be ASTM A53, Grade B, Schedule 40 pipe. The pipe shall be attached to handrail brackets which are then attached to the truss verticals. 1 ¼” diameter pipe shall be used unless the center to center spacing of the truss verticals exceeds 6’-0”. For vertical spacing larger than this, 1 ½” diameter pipe shall be used. The ends of the pipe shall be capped with either a welded plate or a push-in cap. Pipe handrail shall be placed so as to provide a minimum 1 ½” knuckle clearance from any surface.

The finish of the pipe handrail shall be: .

Painted steel (color to be chosen by the Owner)Painted steel (color to be chosen by the Owner)

9.6 Expansion Joint

If the gap between the end of the bridge deck and the back wall of the foundation system is 1" or less, then no expansion joint cover is required. If the gap is greater than 1", then the joint shall be covered with a ¼” thick plate which attaches to the bridge and extends over the gap and onto the top of the foundation system back wall. This plate shall have its edges beveled at a 45-degree angle to minimize the potential trip hazard.

36 | P a g e

10.0 BEARINGS

10.1 Steel on Steel Expansion and fixed bearings shall be a steel on steel with Teflon slip sheet between Slide Plates. Size shall be per loads and anticipated moments determined by the bridge manufacturer. Both expansion and fixed bearings shall have slotted holes for ease of installation. Fixed bearings shall have the nuts of the anchor rods tight, whereas the expansion bearings shall have the nuts of the anchor rods finger tight.

10.2 Design Temperature Range

The Design Temperature Range will be site specific and will be determined from the Tables in AASHTO Section 3.12.2.2 Temperature Range.

10.3 Non-Shrink Grouting

The bridge will be supplied with a lower setting plate. This setting plate shall be leveled and shimmed to the proper elevation. The space between the lower surface of the setting plate and the foundation surface shall be filled with a non-shrink grout capable of achieving a minimum compressive strength of 4000 pounds per square inch. The cost of the leveling, shimming and non-shrink grout shall be the responsibility of the Contractor.

10.4 Anchor Rods

Bridge Manufacturer shall design the diameter and grade of anchor rods, based on the shear and tensile strength of the anchor rod material only. All design considerations regarding concrete breakout strength in shear and tension, pullout strength, concrete side-face blowout strength, concrete pry out strength, embedment depth, type of anchorage or any other concrete failure modes are the responsibility of the Foundation Engineer and shall be shown on the contract plans. All anchor rods shall be galvanized. The foundation engineer shall determine if the anchor rods shall be drilled/epoxy, or expansion anchors.

37 | P a g e

11.0 FABRICATION

11.1 Welding

Welding procedures and weld qualification test procedures shall conform to the provisions of AWS D1.1, Structural Welding Code, latest edition. Filler metal shall be in accordance with the applicable AWS Filler Metal Specification and shall match the corrosion properties of the base metal.

11.2 Welders

Welders shall be qualified for each process and position used while fabricating the bridge. Qualification tests shall be in accordance with AWS D1.1. All weld qualifications and records shall be kept in accordance with the Manufacturer’s Quality Assurance Manual which has been approved by AISC.

11.3 Shop Splices

Shop splices for main truss members shall be full penetration welds all around the perimeter of the member. These shop splices shall be performed using a full perimeter backing plate. After welding of the shop splices, the weld shall be ground smooth to match the perimeter of the member. No grinding of this weld shall not be permitted and will be grounds for rejection of the bridge upon delivery.

11.4 Bolted Splices

For shipping purposes, the bridge may be fabricated in sections. Sections shall be field assembled using bolted connections. No field welding of members shall be allowed.

The chord members of the bridge shall be bolted such that all faces of the member are bolted. This is to provide equal force distribution around the perimeter of the member. Bolting in only two faces of an HSS is not allowed. Bolted splices shall be designed and fabricated such that the head of the bolt is the only item exposed. No through-bolting of the member is allowed.

The diagonals and brace diagonals shall be bolted utilizing a through-bolt system with plates on the exterior faces of the members. An internal stiffening plate is required to keep the member from crushing during the bolt tightening process.

Tightening of the bolts shall be by Turn-of-the-Nut Method. No washers will be required or furnished by the Bridge Manufacturer.

38 | P a g e

12.0 QUALITY CONTROL

12.1 AISC Certification

The bridge shall be fabricated in a shop owned by the Bridge Manufacturer. This facility shall have up to date certification by AISC as a Certified Bridge Fabrication - Intermediate (Major) with Fracture Critical Endorsement.

12.2 Certified Weld Inspector

The bridge manufacturer shall employ a Certified Weld Inspector (CWI), with endorsement by AWS QC1. This CWI shall be present during the complete fabrication of the bridge. The CWI shall provide written documentation that the bridge has been fabricated in accordance with these specifications and the approved design drawings.

12.3 Documentation

Material Certifications shall be available for review for all materials within the bridge. Traceability of heat numbers is required for all steel.

Documentation showing the performance of all critical quality checks shall also be made available for review by the Engineer or Owner.

12.4 Non-Destructive Testing

All welds within the structure, shall be visually inspected for conformance to size, under cut, profile and finish.

All shop splices of main truss members shall be magnetic particle tested.

39 | P a g e

13.0 DELIVERY AND ERECTION

13.1 Delivery

Delivery shall be made via truck to a location nearest the site which is accessible to normal over-the-road equipment. All trucks delivering bridge materials will need to be unloaded at the time of arrival. If the erection Contractor needs special delivery or delivery is restricted, he shall notify the Bridge Manufacturer prior to bid date. This includes site issues which may prevent over-the-road equipment from accessing the site. Steerable dollies are not used in the cost provided by the Bridge Manufacturer. Determining the length of bridge section which can be delivered is the responsibility of the Contractor and shall be communicated to the Bridge Manufacturer prior to the bid date.

13.2 Installation & Lifting Procedures.

The Bridge Manufacturer will provide standard typical written procedures for lifting and splicing the bridge. All actual methods, equipment and sequence of erection used are the responsibility of the Contractor.

40 | P a g e