Loading...
Contech Engineered Solutions, LLC ~ CP18006 City of Tigard CONTRACT CHANGE ORDER/ 13125 SW Hall Blvd.Tigard,Oregon 9'223 ■� AMENDMENT #2 SUMMARY Phone- (503) 639-4171 FIELD CHANGE ORDER FORM Fax- (503) 684-7297 W- v-w-vv d-or. ov� Project Title: Pedestrian Bridge Fabrication Tiedeman Project Manager: Carla Staedter Re-Alignment of the Fanno Greenway Trail Contractor:Contech Engineered Solutions,LLC Original Contract#: CP18006 Effective Dates: 7/26/17— 12/31/18 Chane Order/Amendment Amount: $ Accounting String: 420-8000-56005-92051 Amendment Percentage Running Total: AMENDMENT DETAILS Extend contract termination date to 12/31/18 CHANGE ORDER DETAILS UNIT QTY UNrI $ TOTAL$ Original Contract 110,220 Amendment#1 5,040 Amendment#2—change in date only TOTAL CONTRACT 115,260 REASONING FOR CHANGE ORDER/AMENDMENT Delayed construction hoping for a favorable construction bid. Fabrication and delivery of the bridge will be delayed to coincide with construction BUDGET IMPACT AND REQUIRED ACTIONS IREQUE AGER APPROVING CITY STAFF QLA r : 'Signature S ature 2'0 17 %Z;z ! Dae Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules,regulations,and laws that may be in effect for the Signature work. The unit pricing in the original contract shall apply to all additional work. A copy of this form, once completed,is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met Remember— the cumulative total of Amendments cannot exceed the ro'eces FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO AGREEMENT FOR SERVICES RELATED TO PEDESTRIAN BRIDGE FABRICATION TIEDEMAN RE-ALIGNMENT OF THE FANNO CREEK TRAIL CP18006 AMENT MENT #2 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City, and Contech Engineered Solutions,LLC,hereinafter referred to as Contractor,entered into on the 28th day of June,2017,is herebv amended as follows: 2. LC:1'IVC:DATE' ANI7 Dt RATION Contractor shall initiate services upon receipt of City's notice to proceed, together with an executed copy of this Agreement. This Agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended, on Dvt 1 m4ft ►, tl December 31. 2018. ,111 services shall be completed prior to the expiration of this Agreement. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD CONTECH ENGINEEIRFI)SOLUTIONS,LLC Signature V r , Signature W t 1 Printed Name Printed Name Date Date _ City of Tigard CONTRACT CHANGE ORDER/ 13125 SW'Hail Blvd AMENDMENT #1 SUMMARY Tigard,Oregon 97223 Phone- (503) 639-4171 FIELD CHANGE ORDER FORM Fax- (503) 684-7297 Project Title: Pedestrian Bridge Fabrication Tiedeman Project Manager: Carla Staedter Re-Aligntnent of the Fanno Greenway Trail Contractor:Contech Engineered Solutions,LLC Original Contract #: CP18006 Effective Dates: 7/26/17— 12/30/17 1 Chane Order/Amendment Amount: $5,040 Accountin String: 420-8000-56005 1 Amendment Percentage Running Total: 5% AMENDMENT DETAILS Fabricate 4 end panels consisting of Galvanized Mesh Panels and framing that match prefabricated pedestrian bridge CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Original Contract 110.220 Amendment#1 5,040 TOTAL CONTRACT 115,260 REASONING FOR CHANGE ORDER/AMENDMENT To ensure end panels work with and match pedestrian bridge amend existing contractor's scope. End panels were shov,m as 'Ty Others" on the plan. BUDGET IMPACT AND REQUIRED ACTIONS REQUESTING PROJECT MANAGER APPRO G CITY STAFF Signature Signatute (I Date Date CONTRACTOR Signature Date CITY OF TIGARD, OREGON AMENDMENT TO AGREEMENT FOR SERVICES RELATED TO PEDESTRIAN BRIDGE FABRICATION TIEDEMAN RE-ALIGNMENT OF THE FANNO CREEK TRAIL(CONTRACT NUMBER CP18006) AMENDMENT #1 7 he.Agreement between the City-of Tigard,a municipal corporation of the State of Oregon,hereinafter called City,and Contech Engineering Solutions,LLC, hereinafter referred to as Contractor, entered into on the 28th day of June, 201-1,is hcreby amended as follows: 3. COMPENSATION City agrcLs to pay Contractor an amount not e—c :eding ' .e_ ~, +.,...a'_ x:= Th m"fid -n-�•r,:; 1:i 0.13;,+_4,r ;y f: ti.,, :,; ��'. `i3.af . .` j6 1 .1 .,rt{'i 'r f r s' T r��R ' •T .. r `�.... ... ��1 ..�". �,.r,;^• PYr/ "'# Lh �l4xea;; ( 1.15,�'.ti+l.<►V?: for performance of thus( services described herein SCOPE OF SERVICE Provide 4 end panels consisting of Gah-anized Mesh Panels and Framing that match prcfabricatcd pedestrian bridge. Per attached letter dated August 31, 2017, from Daniel Niederberger, E.I.T. to Carla Staedter. I?V WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has e..ecuted this Amendment upon signature and date hstcd below. CITY OF TIGARD CONTECH ENGINEERED SOLUTIONS,LLC Signature Signature AA(4r-4,a 14Jf^e-, Daniel Niederberger Printed Name Printed-Name 09/13/2017 Date Date Drix. %^5 F+,;r:e: -:131 rim*-X':' ENGINEERED SOLUTIONS :-oi:F-e,-:W—W,38-1 t-.2 A Q#1WWWW1 COMPANY CHANGE ORDER 545338-001 August 31,2017 Carla Staedter City of Tigard Project Name: Fanno Greenway Trail Pedestrian Bridge Project Location: Tigard, OR Response Date: ASAP CONTECH Project: 545338 Carla, This letter serves as a Change Order regarding the above referenced project that is currently on order and being designed by Contech. Addition of end panels to scope of work. End Panels shall consist of Galvanized Mesh Panels and Framing that match prefabricated pedestrian bridge. Cost per panel: $1,260 Qty:4 Total Cost: $5,040 Please do not hesitate to contact me @ (916) 990-7594 or at should you have any questions, comments, and/or concerns regarding the content of this letter. On behalf of the entire CONTECH team, we appreciate the opportunity to work with you on this project and look forward to continue to work with you in the future. Respectfully submitted, Dank,fl Niiedertwrqer, E.I.T. Con-"ech Enc,irieerad Solutions LLC Signature represents acceptance of this order. Please sign and return via fax or email. Authorized Signature 14au,OONTINENTAr Page 1 LWFAomsr j CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM THIS FORM MUST ACCOMPANY EVERY CONTRACT Contract Title: Pedestrian Bridge Fabrication Tiedeman Re-Alignment of the Fanno Greenway Trail Number: Contractor: Contech Engineered Solutions,LLC Contract Total: $110,220.00 Contract Overview: Contract is to fabricate and deliver a steel truss pedestrian bridge for the re- alignment of the Fanno Greenway Trail Project Initial Risk Level: ❑ Extreme ❑ High ❑ Moderate X Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager Carla Staedter Ext: 2788 Department: PW Engineering Type: ❑ Purchase Agreement ❑ Personal Service ❑ General Service ❑ Public Improvement ❑ IGA Z Other: Service Agreement Start Date: 7/26/2017_ End Date: 12/30/2017 Quotes/Bids/Proposal: FIRM AMOUNT/ CORE Contech Engineered Solutions.LLC $110,220.00/1 TS Grav Construction $137,250.00/2 Big R Bridge $91,600.00/3 Account String: Fund-Division-Account Work Order—Activity Type Amount FY 17/18 420-8000-56005 92051-140 $110,220.00 FY FY FY FY Approvals - LCRB Date:June 27,2017 Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: City Manager Comments: City Manager Signature: ,. After securing all required approvals,forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. City o f Tigard ■ FINANCE AND INFORMATION SERVICES Request for Proposal (RFP) PEDESTRIAN BRIDGE FABRICATION FOR THE TTIEDEMAN REAALIGNMENT OF THE FANNO CREEK TRAIL FINAL DESIGN, FABRICATION & DELIVERY Proposals Due:Wednesday,May 24,2017-2:00 pm local time Submit Proposals To: City of Tigard—Contracts&Purchasing Office Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard,Oregon 97223 Direct Questions To: Joe Barrett,Sr. Management Analyst Phone: (503) 718-2477 Email: josej2hgtigard-or.gov City of Tigard 1 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-4171 www.tigard-o.r.gov PUBLIC NOTICE REQUEST FOR PROPOSAL PEDESTRIAN BRIDGE FABRICATION FOR THE TIEDEMAN RE-ALIGNMENT OF THE FANNO CREEK TRAIL The City of Tigard is seeking sealed proposals from qualified firms to provide final design, fabrication, and delivery services for the City's New Pedestrian Bridge for the Tiedeman Re-Alignment of the Fanno Creek Trail project. Proposals will be received until 2:00 pm local time, May 24,2017 at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd.,Tigard,Oregon 97223. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic (email)proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. RFP packets may be downloaded from www.tigard-or.gov/business/bids or obtained in person at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd.,Tigard,Oregon 97223. Proposers are required to certify non-discrimination in employment practices, and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. However Tigard is requiring a minimum level of experience for proposers of five years continuous experience in the design and construction of prefabricated steel bridges. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board(LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements,and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. PUBLISHED: Daily-ournal of Commerce DATE: May 10,2017 RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 2 1 Page TABLE OF CONTENTS TITLE PAGE TitlePage-------------•...... ---•••--••------•----•-----.1 Public Notice 2 -------------------------------------•--- --------------------••------------------------------- Table of Contents 3 SECTIONS Section 1 Introduction Section 2 Proposer's Special Instructions______________________________________________________ _________________ 4 Section 3 Background-- ----------------------•- ---••---•--•---------------_--------•------------ 7 Section 4 Scope and Schedule of Work ---•-------------------- Section 5 Proposal Content and Format8 ___________________ ----•---------•--------••--------•-------------- Section 6 Proposal Evaluation Procedures_____________...............................................................10 Section 7 Proposal Certification--------------------------------- --- 12 Section 8 Signature Page_________________ ATTACHMENTS Attachment A Acknowledgement of Addendum Attachment B Statement of Proposal__________________________ __-_________----_-_.15 Attachment C City of Tigard General Services Agreement____ _________16 EXHIBITS Exhibit A Geotechnical Report DRAWINGS Tiedeman Re-Alignment of the Fanno Greenway Trail,3 sheets including plan and elevation sheet,general notes sheet,and detail sheet RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 3 1 Page SECTION 1 INTRODUCTION The City of Tigard is seeking sealed proposals from qualified firms to provide final design, fabrication, and delivery services for the City's New Pedestrian Bridge for the Tiedeman Re-Alignment of the Fanno Creek Trail Project. Proposals,%ill be received until 2:00 pm local time,Wednesday, May 24, 2017, at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd.,Tigard,Oregon 97223. No.proposal will be considered unless frilly completed in a manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. Proposers are required to certify non-discrimination in employment practices, and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements,and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. SECTION 2 PROPOSER'S SPECIAL INSTRUCTIONS A. PROPOSED TIMELINES Wednesday,May 10,2017 Advertisement and Release of Proposals Wednesday,May 24,2017—2:00 pm Deadline for Submission of Proposals Tuesday,June 13,2017 Award of Contract by Local Contract Review Board Monday,July 3,2017 Commencement of Services NOTE: The City reserves the right to modify this schedule at the City's discretion B. GENERAL By submitting a proposal, the Proposer certifies that the Proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. C. PROPOSAL SUBMITTAL The Proposal and all amendments must be signed and submitted no later than 2:00 pm,Wednesday, May 24`'', 2017, to the address below. Each proposal must be submitted in a sealed envelope and designated with proposal title. To assure that your proposal receives priority treatment,please mark as follows. RFP—New Pedestrian Bridge for the Tiedeman Re-Alignment of the Fanno Creek Trail City of Tigard—Utility Billing Counter Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard,Oregon 97223 Proposer shall put their name and address on the outside of the envelope. It is the Proposer's responsibility to ensure that proposals are received prior to the stated closing time. The City shall not be responsible for the proper identification and handling of any proposals submitted incorrectly. Late proposals, late modification or late withdrawals shall not be considered accepted after the stated bid RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 4 1 Page opening date and time and shall be returned unopened. Facsimile and electronic (email) proposals will not be accepted. D. PROTEST OF SCOPE OF WORK OR TERMS A Proposer-Nvho believes any details in the scope of work or terms detailed in the proposal packet and sample contract are unnecessarily restrictive or limit competition may submit a protest in writing, to the Purchasing Office. A protest may be submitted via facsimile. Any such protest shall include the reasons for the protest and shall detail any proposed changes to the scope of work or terms. The Purchasing Office shall respond to any protest and,if necessary,shall issue any appropriate revisions, substitutions, or clarification via addenda to all interested Proposers. To be considered, protests must be received at least five (5) days before the proposal closing date. The City shall not consider any protest against award due to the content of proposal scope of work or contract terms submitted after the established protest deadline. All protests should be directed to the attention of Joe Barrett,Sr. Management Analyst, and be marked as follows: RFP Specification/Term Protest City of Tigard—Contracts and Purchasing Office Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard,Oregon 97223 If a protest is received in accordance with section above, the proposal opening date may be extended if necessary to allow consideration of the protest and issuance of any necessary addenda to the proposal documents. E. PROPOSAL SUBMISSION AND SIGNING All requested forms and attachments (Signature Page, Acknowledgment Addendum, Statement of Proposal, etc.) must be submitted with the Proposal and in the required format. The submission and signing of a proposal shall indicate the intention of the firm to adhere to the provisions described in this RFP. F. COST OF PREPARING A PROPOSAL The RFP does not commit the City to paying any costs incurred by Proposer in the submission or presentation of a proposal,or in making the necessary studies for the preparation thereof. G. INTERPRETATIONS AND ADDENDA All questions regarding this project proposal shall be directed to Joe Barrett,Sr. Management Analyst. If necessary, interpretations or clarifications in response to such questions will be made by issuance of an "Addendum" to all prospective Proposers within a reasonable time prior to proposal closing, but in no case less than 72 hours before the proposal closing. If an addendum is necessary after that time, the City, at its discretion, can extend the closing date. Any Addendum issued, as a result of any change in the RFP,must be acknowledged by submitting the "Acknowledgment of Addendum"with proposal. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarificationswill' be without legal effect. H. BUSINESS LICENSE/FEDERAL TAX ID REQUIRED The City of Tigard Business License is required. Chapter 5.4 of the Tigard Municipal Code states any business doing business in the City of Tigard shall pay a City of Tigard Business License. Successful RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 5 1 Page Contract will be required to present a copy of their City of Tigard Business License at the time of contract execution. Successful Contractor shall also complete a W-9 form for the City at the time of contract execution. I. CITY'S PROJECT MANAGER The City's Project Manager for this work will be Carla Staedter, Project Coordinator, who can be reached by phone at(503) 718-2788 or by email at c arla(a�tiera� r�gov. 3. PROPOSAL VALIDITY PERIOD Each proposal shall be irrevocable for a period of sixty(60) days from the Proposal Opening Date. K. FORM OF CONTRACT A copy of the City's standard general services agreement,which the City expects the successful firm or individual to execute,is included as "Attachment C". The contract will incorporate the terms and conditions from this RFP document and the successful proposer's response documents. Firms taking exception to any of the contract terms shall submit a protest or request for change in accordance with Section 2.13 "Protest of Scope of Work or Terms" or their exceptions will be deemed immaterial and waived. L. TERM OF CONTRACT To meet the construction schedule, delivery of the steel truss pedestrian bridge shall occur between October 9, 2017 and October 31, 2017. Actual delivery date shall be coordinated with the general contractor completing the Fanno Creek Trail Re-alignment Project and the Engineer. M. TERMINATION The contract may be terminated by mutual consent of both parties or by the City at its discretion with a 30 days'written notice. If the agreement is so terminated, Contractor shall be paid in accordance with the terms of the agreement. N. INTERGOVERNMENTAL COOPERATIVE PURCHASING The bidder submitting this proposal agrees to extend identical prices and services under the same terms and conditions to all public agencies in the region. Quantities stated in this solicitation reflect the City of Tigard usage only. Each participating agency shall execute its own contract with the lowest responsible/responsive bidder for its requirements. Any bidder(s), by written notification included with their bid, may decline to extend the prices and terms of this solicitation to any and/or all other public agencies. O. NON-COLLUSION Proposer certifies that this proposal had been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. P. PUBLIC RECORD All bid material submitted by bidder shall become the property of the City and is public record unless otherwise specified. A bid that contains any information that is considered trade secret under ORS 192.501(2) should be segregated and clearly identified as such. This information will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS 192. The above restrictions may not include cost or price information,which must be open to the public. RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 6 1 Pi g e SECTION 3 BACKGROUND In 2012, the City of Tigard established a 20-year strategic plan focusing on becoming the most walkable community in the Pacific Northwest where people of all ages and abilities can enjoy interconnected lives. Completing the Fanno Greenway Regional Trail and bringing the trail up to regional design standards supports Tigard's strategic plan. The re-alignment of the Fanno Creek Trail at Tiedeman Avenue and the resulting new pedestrian bridge are part of planned upgrades to the trail. This phase of the re-alignment project consists of designing, fabricating,and delivering a steel truss pedestrian bridge. The bridge will be installed over Fanno Creek approximately 80 feet downstream of the Tiedman Avenue Road Bridge. Tigard has secured engineering services to determine layout, functionality, design tolerances, and material specifications. Plans and specifications are included and include a plan and elevation, general notes, and rail details. SECTION 4 SCOPE AND SCHEDULE OF WORK The plans and specifications provided represent constructible steel bridge trusses. The selected supplier shall design, fabricate,and deliver the simple span welded tubular steel truss pedestrian bridge,including stay-in-place deck forms and bearing assemblies. Task 1—Design Comply with section 00561.40 of the attached specification. Task 2—Fabrication Comply with Section 00561.40 and 00561.42,and 00561.44 of the attached specification. Task 3—Delivery Comply with Section 00561.45 of the attached specification. Project Schedule Task Deliverable Date Detailed Design,Specification,and Structural Calculation Delivery July 27,2017 Bridge Fabrication July 31,2017 to October 9,2017 Bridge Delivery October 9—31,2017 SECTION 5 PROPOSAL CONTENT AND FORMAT A. FORMAT To provide a degree of consistency in review of the written proposals, firms are requested to prepare their proposals in the standard format specified below. 1. Title Page Proposer should identify the RFP Title,name and title of contact person, address, telephone number, fax number,email address and date of submission. 2. Transmittal Letter The transmittal letter should be not more than one (1) page long and should include as a minimum the following: a. A brief statement of the Proposer's understanding of the project and services to be performed; RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 7 1 Page b. A positive commitment to perform the services within the time period specified, starting and completing the project within the deadlines stated in this RFP; and the names of persons authorized to represent the Proposer, their title, address and telephone number (if different from the individual who signs the transmittal letter.) 3. Table of Contents The table of contents should include a clear and complete identification by section and page number of the materials submitted. 4. _Firm and Team Qualifications a. Background of the firm. This should include a brief history of the firm and types of services the firm is qualified to perform. b. Qualifications of the firm in performing this type of work. This should include at least two (2) examples of relevant experience and references for similar projects. c. Proposers must identify the anticipated members of their firm that will be assigned to meet the City's needs. Proposers should identify individuals and subcontractors who will provide the services,their experience,and their individual qualifications. A resume of the registered Structural Engineer should be included. 5. Project Understanding and Approach Proposers should provide the City with information regarding their understanding of the City's needs with regards to the Scope and Schedule of Work. As part of their project understanding documentation, Proposer's should address their availability to meet the City's need. Provide an approach for a successful and timely delivery of the bridge components and discuss how you will coordinate with the general contractor. Proposers are encouraged to visit the site to review existing conditions prior to submitting proposals. The City's project manager can be made available to conduct site visits with interested proposers up to 72 hours prior to RFP closing. 6. Cost Structure The proposed fee structure should include the complete breakout for the Supper's costs to provide all of the services under the subsequent contract. B. ADDITIONAL INFORMATION Please provide any other information you feel would help the Selection Committee evaluate your company for this project. C. REFERENCES Contractor must demonstrate successful past performance of the firm's ability to provide services as set forth in this specification. Contractors must detail three (3) references to document relevant experience. References must be detailed in Attachment B "Statement of Proposal" RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 8 1 Page D. DISPUTES Should any doubt or difference of opinion arise between the City and a Proposer as to the items to be furnished hereunder or the interpretation of the provisions of this RFP, the decision of the City shall be final and binding upon all parties. E. CITY PERSONNEL No Officer,agent,consultant or employee of the City shall be permitted any interest in the contract. SECTION 6 PROPOSAL EVALUATION PROCEDURES A. SELECTION AND EVALUATION PROCESS A Selection Committee assembled by the City will review the written proposals. Proposals will be evaluated to determine which ones best meet the needs of the City. After meeting the mandatory requirements, the proposals will be evaluated on both their technical and fee aspects. The Selection Committee will select the Proposer which best meets the City's needs based upon its evaluation of a firms proposal. Proposals will be evaluated in accordance with the following: 1. Completed Proposal submitted on time and minimum experience Pass Fail 2. An original plus a flash drive of the complete proposal Pass Fail 3. Transmittal letter Pass Fail 4. Firm and team qualifications 40 points 5. Project understanding and approach 30 points 6. Cost structure 30 points TOTAL EVALUATION POINTS 100 POINTS B. PRESENTATION/INTERVIEW At the option of the City, the top scoring proposers (based on the criteria points) may be asked to make a presentation of their proposal. This will provide an opportunity to clarify or elaborate on the proposal, but will not, in any way provide an opportunity to change any fee amount originally proposed. The City's Project Manager will schedule the time and location of these presentations and notify the selected firms. If the City elects to conduct a presentation/interview process, 25 criteria points will be assigned to the process and will be added to the participating Proposers'total points. C. INVESTIGATION OF REFERENCES The City reserves the right to investigate references and the past performance of any Proposer with respect to its successful performance of similar projects, compliance with specifications and contractual obligations,its completion or delivery of a project on schedule and its lawful payment of employees and workers. D. CLARIFICATION OF PROPOSALS The City reserves the right to obtain clarification of any point in regards to a proposal or to obtain additional information necessary to properly evaluate or particular proposal. Failure of a Proposer to respond to such a request for additional information or clarification could result in rejection of their proposal. E. RESERVATION IN EVALUATION The Selection Committee reserves the right to either: (a) request "Best and Final Offers" from the two finalist firms and award to the lowest priced or (b) to reassess the proposals and award to the vendor determined to best meet the overall needs of the City. RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 9 1 Page F. INTENT OF AWARD Upon review of the proposals submitted,the City may negotiate a scope of work and a general services agreement with one firm,or may select one or more firms for further consideration. G. PROTEST OF AWARD In accordance with Tigard Public Contracting Rule 30.135,any adversely affected Proposer has seven (7) calendar days from the date of the written notice of award to file a written protest. H. PROPOSAL REJECTION The City reservesthe right to: 1. Reject any or all proposals not in compliance with all public procedures and requirements; 2. Reject any proposal not meeting the specifications set forth herein; 3. Waive any or all irregularities in proposals submitted; 4. In the event two or more proposals shall be for the same amount for the same work,the City shall follow the provisions of LCRB 30.095 and Section 137-095 of the Oregon Attorney General's Model Public Contract Manual; 5. Reject all proposals; 6. Award any or all parts of any proposal;and 7. Request references and other data to determine responsiveness. RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 10 1 Pa g e SEC'T'ION 7 PROPOSAL CERTIFICATIONS Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services,because of race, color, religion, sex, national origin, handicap or age with regard to, but not limited to,the following:employment upgrading,demotion or transfer;recruitment or recruitment advertising;layoffs or termination;rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order from the City,unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Firm Name: Contech Engineered Solutions,LLC Address: 9025 Centre Pointe Drive,Suite 400 West Chester,OH 45069 Resident Certificate Please Check One: Resident Vendor. Vendor has paid unemployment taxes and income taxes in this state during the last twelve calendar months immediately preceding the submission of this proposal. Or Q Non-resident Vendor:Vendor does not qualify under requirement stated above. (Please specify your state of residence: Officer's signature: Type or print officer's name: o `` RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 111 Page SECTION 8 SIGNATURE PAGE The undersigned proposes to perforin all work as listed in the Specification section, for the price(s) stated; and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable laws and regulations,the accompanying specifications and by City policies and regulations. The undersigned,by submitting a proposal,represents that: A) The Proposer has read and understands the specifications. B) Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. The undersigned certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned certifies that all addenda to the specifications has been received and duly considered and that all costs associated with all addenda have been included in this proposal: Addenda: No. — through No. — inclusive. We therefore offer and make this proposal to furnish services at the prices)indicated herein in fulfillment of the attached requirements and specifications of the City. Name of firm: Contech Engineered Solutions.LLC Address: 9025 Centre Pointe Drive,Suite 400 West Chester, OH 45069 Telephone Number: 1-8800/338-1122 Fax Number: By: Date: f 23 J 2�a-7 (Signature of Authorized Official. If partnership_,fsign�ature of one tpartnner. Typed Name/Titl e f � C C t t Ue LJt If corporation,attest: t � &" e—% (Corporate Officer) 0 Corporation Partnership F� Individual Federal Tax Identification Number k 1TN): 31-1177165 RFP—Pedestrian Bridge Fabrication—Tiedeman Re-Alignment of Fanno Creek Trail 12 Page ATTACHMENT A CITE'OF TIGARD, OREGON ACKNOWLEDGMENT OF ADDENDA Project Title: Pedestrian Bridge Fabrication-Tiedernan Re-Alignment of Fanno Creek Trail Close: Wednesday, May 24,2017 2:00 tem I/VIE HAVE RECEIVED THE FOLLOWING ADDENDA (If none received,write "None Received"l: 1. N0:1t Q-ec�e- ye 3. 2. 4. S/ 2-3/ Date Signature of Proposer Inside Truss Consultant Title Contech Engineered Solutions LLC Corporate Name RFP—Pedestrian Bridge Fabrication—Tiedeman Re,alignment of Fanno Creek Trail 13 ATTACHMENT B CITY OF TIGARD, OREGON STATEMENT OF PROPOSAL Name of Consultant: Contech Engineered Solutions,LLC Mailing Address: 9025 Centre Pointe Drive, Suite 400 West Chester, OH 45069 Contact Person: Daniel Niederberger Telephone: 916-945-3625 Email: dniederberger(&conteches com accepts all the terms and conditions contained in the City of Tigard's Request for Proposal for the fabrication of a pedestrian bridge for the Tiedeman re-alignment of Fanno Creek Trail project and the attached general services agreement (Attachment C): /2-3 / 7-01-7 Signature of authorized representativ Date Daniel Niederberger 916-945-3625 Type or print name of authorized representative Telephone Number Brent Flom 303-929-2025 Type or print name of person(s) authorized to negotiate contracts Telephone Number REFERENCES City of Madras,OR (541)475-2622 Reference#1 Telephone Number Buff Street Travis Wells Project Title Contact Individual Kitsap County,WA (360) 337-4410 Reference #2 Telephone Number Clear Creek Ped Bridge R'Lene Orr Project Title Contact Individual City of Rexburg, ID (208) 716-1331 Reference #3 Telephone Number Rexburg Pedestrian Bridge Joel Gray Project Title Contact Individual RFP—Pedestrian Bridge Fabrication—Tiedeman Realignment of Fanno Creek Trail 14 ATTACHMENT C CITY OF TIGARD,OREGON AGREEMENT FOR SERVICES RELATED TO PEDESTRIAN BRIDGE FABRICATION TIEDEMAN RE-ALIGNMENT OF FANNO CREEK TRAIL THIS AGREEMENT made and entered into this 28"' of June, 2017 by and between the City of Tigard, a municipal corporation of the State of Oregon,hereinafter called"City",and Contech Engineered Solutions LLC, hereinafter called"Contractor",collectively known as the"Parties." RECITALS WHEREAS, Contractor has submitted a bid or proposal to City to provide specific services; and WHEREAS,Contractor is in the business of providing specific services and is aware of the purposes for which City requires the services;and WHEREAS, City and Contractor wish to enter into a contract under which City shall purchase the services described in Contractor's bid or proposal; THEREFORE,The Parties agree as follows: 1. SERVICES TO BE PROVIDED Contractor agrees to provide services related to design, of a pedestrian bridge as detailed in Exhibit A— Scope of Services and by this reference made a part hereof. 2. EFFECTIVE DATE AND DURATION Contractor shall initiate services upon receipt of City's notice to proceed,together with an executed copy of this Agreement. This Agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended, on December 30, 2017. All services shall be completed prior to the expiration of this Agreement. 3. COMPENSATION City agrees to pay Contractor an amount not exceeding One Hundred Ten Thousand Two Hundred Twenty and No/100 Dollars ($110,220.00) for performance of those services described herein, which payment shall be based upon the following applicable terms: A. Payment will be made in installments based on Contractor's invoice, subject to the approval by the City, and not more frequently than monthly. Payment shall be made only for work actually completed as of the date of invoice. B. Payment by City shall release City from any further obligation for payment to Contractor, for services performed or expenses incurred as of the date of the invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Contractor shall make payments promptly, as due, to all persons supplying labor or materials for the prosecution of this work. D. Contractor shall not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. City of Tigard 1 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-41711 www.tigard-or.gov E. Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. F. If Contractor fails,neglects or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due the Contractor. The payment of the claim in this manner shall not relieve Contractor or their surety from obligation with respect to any unpaid claims. G. Contractor shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one work week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. H. Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation,furnishing medical,surgical,hospital care or other needed care and attention incident to sickness or injury to the employees of Contractor or all sums which Contractor agrees to pay for such services and all moneys and sums which Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. I. The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract during the current fiscal year. Appropriations for future fiscal years shall be subject to budget approval by the City Council. 4. ASSIGNMENT/DELEGATION Neither party shall assign or transfer any interest in or duty under this agreement without the written consent of the other and any attempted assignment or transfer without the written consent of the other party shall be invalid. 5. SUBMITTING BILLS AND MAKING PAYMENTS All notices and bills shall be made in writing and may be given by personal delivery,mail or fax. Payments may be made by personal delivery,mail, or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: CITY OF TIG.IRD CONTEm ENGINEERED SOLUTIONS LLC Attn: Carla Staedter Attn: Daniel Niederberger Address: 13125 SW Hall Blvd. Address: 5 Sierra Gate Plaza,Suite 390 Tigard,Oregon 97223 Roseville,California 95678 Phone: (503) 718-2788 Phone: (916) 945-3625 Email: carlaca" jiti d-or.gov Email: dniederbergerna,conteches.com 6. TERMINATION The parties agree that any decision by either party to terminate this Agreement before the 30" of December,2017 shall be accompanied by thirty(30) days written notice to the other party prior to the date termination would take effect. There shall be no penalty for early termination. If City terminates the contract pursuant to this paragraph,it shall pay Contractor for services rendered prorated to the date of termination. 2 1 P 7. ACCESS TO RECORDS City shall have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts and transcripts. 8. FORCE MMEURE Neither City nor Contractor shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, natural disaster,war, civil unrest,volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten (10) days from the beginning of such delay,notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under the Agreement. 9. NON-DISCRIMINATION Contractor agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Contractor also shall comply with the Americans with Disabilities.Act of 1990,ORS 659A.142,and all regulations and administrative rules established pursuant to those laws. 10. INDEMNITY Contractor agrees to and shall defend, indemnify and hold harmless City, City's officers, employees, agents and representatives from and against all liability, claims, costs, demands, judgments,penalties, and causes of action of any kind or character,or other costs or expenses incidental to the investigation and defense thereof,ofwhatever nature,resulting from or arising out of the activities of the Contractor or its subcontractors,agents, or employees in performance of this contract, except, however, that the foregoing shall not apply to liability that arises out of the City's, its officers, employees, agents and representatives sole negligence. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the remainder of this indemnification. 11. INSURANCE Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Contractor's activities or work hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Contractor shall obtain,at contractor's expense,and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: 3 � - Coverage Limit General Aggregate 3,000,000 Products-Completed Operations aggregate 2,000,000 Personal&advertising Injury 1,000,000 Each Occurrence 2,000,000 Fire Damage (any one fire) 50,000 B. Commercial Automobile Insurance Contractor shall also obtain, at contractor's expense, and keep in effect during the term of the contract, Commercial automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles on an"occurrence" form.The Combined Single Limit per occurrence shall not be less than$2,000,000. If Contractor uses a personally-owned vehicle for business use under this contract, the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract, business automobile liability coverage for all owned vehicles on an"occurrence" form. The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Workers' Compensation Insurance The contractor,its Subcontractors, if any, and all employers providing work, labor, or materials under this Contract that are subject employers under the Oregon Workers' Compensation Law shall comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not obtain workers' compensation coverage. all non- exempt employers shall provide Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. D. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its officers, employees, agents and representatives as additional insureds with respect to this contract. E. Insurance Carrier Rating Coverages provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of"A VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. F. Self-Insurance The City understands that some Contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If the Contractor is self-insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. 4 I' a G. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Contractor shall furnish a Certificate of Insurance to the City. No contract shall be effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the below address prior to coverage expiration. H. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer, employee or agent of the City as those terms are used in ORS 30.265. I. Primary Coverage Clarification The parties agree that Contractor's coverage shall be primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. J. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability, professional liability,pollution and errors and omissions policies required by this contract. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd. Tigard, Oregon 97223 At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage,injury,or loss caused by negligence or neglect connected with this contract. 12. ATTORNEY'S FEES In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the court may adjudge reasonable attorney fees and court costs, including witness fees (expert and non-expert),attorney's fees and court costs on appeal. 13. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor shall comply with all applicable federal, state and local laws, rules and regulations, including, but not limited to, the requirements concerning working hours, overtime, medical care, workers compensation insurance, health care payments, payments to employees and subcontractors and income tax withholding contained in ORS Chapters 279A, 279B, and 279C, the provisions of which are hereby made a part of this agreement. 51i' : 14. CITY OF TIGARD BUSINESS LICENSE Contractor shall obtain,prior to the execution of any performance under this Agreement,a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro- rated fee though the end of the calendar year. 15. CONFLICT BETWEEN TERMS It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the terms of proposal conflicting herewith. 16. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 17. COMPLETE AGREEMENT This agreement,including the exhibits,is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibits,the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control. No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor,by the signature of its authorized representative,hereby acknowledges that he/she has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF,City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this agreement on the date hereinabove first written. awarded by Tigard's Local Contract Review Board at their June 27,2017 meeting. CITY OF TIGARD CONTECH ENGINEERED SOLUTIONS LLC By: Authorized City Representative By: Authorized Contractor Representative ,- ZS-' ZO t 7 July 12, 2017 Date Date 6 � Table of Contents — Special Provisions DESCRIPTION PAGE SECTION 00561 - PREFABRICATED STEEL BRIDGES ................................................... 3 SECTION 00582- BRIDGE BEARINGS............................................................................. 5 SECTION 02560- FASTENERS......................................................................................... 6 SECTION 02571 - ELASTOMERIC BEARING PADS......................................................... 7 Tiedeman Realignment of Fanno Creek Greenway Trail April 6, 2017 1 Professional of Record Certification Signing as the Professional of Record for the Special �Gt NProvisions sections listed below: uJ 16 Project Specific Special Provisions Sections OREGON 20, C WA � Sections 00561,00582,02560,and 02571. �RES:1213111 �r Tiedeman Realignment of i=anno Creek Greenway Trail April 6, 2017 2 SECTION 00561 - PREFABRICATED STEEL BRIDGES Section 00561, which is not in the Standard Specifications, is included in this Project by Special Provision. Description 00561.00 Scope - This work consists of designing, fabricating, and delivering the simple- span welded tubular steel truss pedestrian bridge, including stay-in-place deck forms and bearing assemblies, as shown and according to these Specifications. Materials 00561.10 Structural Steel — Provide new material for all structural steel. Provide certified copies of mill test reports for all structural steel and bolts. Provide all floor beams, stringers, and truss members (upper and lower chords, diagonals, end posts, and vertical posts) meeting a longitudinal Charpy V-notch (CVN) value of 15 ft-lbs at 40 OF. Test in accordance with AASHTO T 243 (ASTM A 673). Use the H frequency of heat testing. Provide certified copies of all CVN rest reports. Provide all square and rectangular structural steel tubing conforming to the requirements of ASM A�A7.ATr, -Tr Drovide all other structural a steel shapes and plates conforming to the requirements of ASTM A588. 00561.11 Fasteners — Bolt all structural field connections with high-strength bolts. Provide high-strength bolts, heavy hex nuts and hardened washers conforming to the following requirements, unless approved in writing by the Engineer: Bolts..............................................................ASTM A 325, Type 3 Nuts...........................Appropriate class of ASTM A 563, Grade C3 Washers........................................................ ASTM F 436, Type 3 Shear Connectors.......................................................ASTM A 108 Anchor Rods.............................................ASTM F 1554, Grade 55 All anchor bolts and nuts shall be galvanized in accordance with the requirements of ASTM A 123 or ASTM A 153 as appropriate to the product. 00561.13 Elastomeric Bearings — Provide elastomeric bearings complying with Section 00582. 00561.14 Stay-In-Place Deck Forms — Provide stay-in-place deck forms conforming to ASTM A 653. Galvanize the deck forms in accordance with ASTM A653, G60 or G90. Construction Tiedeman Realignment of Fanno Creek Greenway Trail April 6. 2017 3 00561.40 Design - Design the prefabricated steel bridge according to AASHTO LRFD Bridge Design Specifications (AASHTO LRFD Specification), current edition. Use AASHTO "Guide Specifications for Design of Pedestrian Bridges", current edition, when indicated. Provide a superstructure consisting of a modified bowstring truss, with at least one diagonal member per panel, dropped floorbeams, and shall be substantially similar in appearance to the conceptual configuration shown in the plans. The truss shall be the primary load-carrying member of the bridge. Fabricate the members of the truss (chords, vertical posts, and diagonals) from square and/or rectangular structural steel hollow structural sections (HSS). Fabricate the floor beams and stringers (if used) from structural steel shapes or square and/or rectangular structural steel HSS. Design the structure to conform to the clear span and width requirements shown. Comply with the following: • Calculate loads for appropriate limit states according to Section 3 of the AASHTO LRFD Specification and the following: • Consider only DC, DW, LL, IM, PL, WA, and WS loads • Use the loads shown in the plans where provided. • Use Yl= 1.00 • Provide shear connectors on the floorbeams to make them fully composite with the deck. • Camber the steel truss to compensate for all the dead loads and the grade as required by the plans. • Provide structural steel shapes with minimum thicknesses of all structural steel of 5/16 inch. Submit stamped design calculations and shop fabrication details, according to 00150.35(b), for the bridge to be constructed (including stay-in-place deck forms and reinforced elastomeric bearings). 00561.42 Shop Fabrication - Welding and fabrication shall conform to the current edition of the Bridge Welding Code ANSI/AWS D1.5 except that welding for tubular sections (HSS) shall conform to the requirements of the Structural Welding Code ANSI/AWS D1.1, current edition. All filler metals shall conform to the requirements of the Bridge Welding Code ANSI/AWS D1.5. Use forms in Annex III for submittals, as applicable. Submit a Quality Control Plan furnished by the bridge manufacturer. Include requirements for personnel qualifications and certifications, and a written practice in accordance with ASNT SNT-TC-1 A. Provide copies of all Procedure Qualification Records and Welder Qualification Test Records obtained within three years of the date of beginning fabrication. Submit for approval a copy of all: Tiedeman Realignment of Fanno Creek Greenway Trail April 6, 2017 4 • Procedure Qualification Records • Welder Qualification Test Records • Visual and non-destructive test reports Quality Control inspection is the responsibility of the Fabricator. Submit Quality Assurance inspection verification from the Fabricator performed by an independent 3' party firm or individual approved by the Agency. 00561.44 Concrete Deck- Deck concrete and reinforcement will be provided by others. Provide connections to make the deck composite with the floor beams, using shear connectors welded to the floor beams according to 00561.40. 00561.45 Delivery — Deliver the bridge components, including the trusses, handrails, bearings, fasteners, and all other incidental items, to the project site. Deliver all bridge components at the same time between October 9, 2017 and October 31, 2017. Provide the Engineer a 10-day notice prior to delivery. Unload the bridge components and store on timber bunking as recommended by the manufacturer in the location identified by the Engineer. Measurement 00561.80 Lump Sum Basis - No measurement of quantities will be made for work performed under this Section. Payment 00561.90 General - Payment for the prefabricated pedestrian bridge, complete and accepted, will be made at the Contract lump sum amount for the item "Prefabricated Steel Bridge." Payment will be full compensation for design, fabrication, shop inspection, and transportation to the stockpile site,; including truss, stay-in-place deck form, bridge rails (including those sections on the end panels), shear connectors, anchor bolts, bearing devices; and all materials, equipment, labor and incidentals required to perform the work. Payment will not be made until all required reports, certifications, and forms have been submitted and approved. SECTION 00582 -BRIDGE BEARINGS Comply with Section 00582 of the Standard Specifications. Tiedeman Realignment of Fanno Creek Greenway Trail April 6, 2017 5 SECTION 02560 - FASTENERS Comply with Section 02560 of the Standard Specifications modified as follows: 02560.30 Tie Rods and Anchor Bolts - Replace this subsection with the following subsection: 02560.30 Tie Rods, Anchor Bolts, and Anchor Rods: (a) Steel Tie Rods, Anchor Bolts, and Anchor Rods - Steel tie rods, anchor bolts, and anchor rods shall conform to: AASHTO M 314, Grade 36 or 55; ASTM F 1554, Grade 36 or 55. (b) High-Strength Tie Rods, High-Strength Anchor Bolts, and High-Strength Anchor Rods - High-strength tie rods, high-strength anchor bolts, and high-strength anchor rods shall conform to: AASHTO M 314, Grade 105; ASTM F 1554, Grade 105; or ASTM A 449, Type 1. (c) Nuts- Nuts for tie rods, anchor bolts, and anchor rods shall conform to the requirements of the following, or equivalent: Plain Steel Tie Rods, Anchor Bolts, and Anchor Rods: • All - Heavy Hex AASHTO M 291 (ASTM A 563), Grade A Galvanized Steel Tie Rods, Anchor Bolts, and Anchor Rods: • All- Heavy Hex AASHTO M 291 (ASTM A 563), Grade A, C, D, or DH Plain Or Galvanized High-Strength Tie Rods, High-Strength Anchor Bolts, and High-Strength Anchor Rods: • All - Heavy Hex AASHTO M 291 (ASTM A 563), Grade DH (d) Washers -Washers for anchor bolts shall conform to ASTM F 436, Type 1. 02560.40 Galvanizing and Coating of Fasteners, Tie Rods, and Anchor Bolts - Replace this subsection title with the title "Galvanizing and Coating:" 02560.40(a) Galvanizing of Fasteners, Tie Rods, and Anchor Bolts - Replace this subsection with the following subsection: 02560.40(a) Galvanizing of Fasteners, Tie Rods, Anchor Bolts, and Anchor Rods - Hot- dip galvanize fasteners, tie rods, anchor bolts, anchor rods, nuts, and washers according to AASHTO M 111 (ASTM A 123) or AASHTO M 232 (ASTM A 153) as appropriate to the product. When specified, mechanically galvanize fasteners according to ASTM B 695, Class 50, Type 1. Tiedeman Realignment of Fanno Creek Greenway Trail April 6, 2017 6 Match galvanized bolts, tie rods, anchor bolts, and anchor rods with appropriate galvanized nuts for assembly. Ship nuts in the same container consisting of bolts, tie rods, anchor bolts, or anchor rods. Overtap nuts for galvanized fasteners, galvanized tie rods, galvanized anchor bolts, and galvanized anchor rods according to AASHTO M 291 (ASTM A 563). Measure the zinc thickness on the wrench flats or top of bolt head of galvanized bolts and on the wrench flats of galvanized nuts. 02560.60(a) Rotational Capacity Test- In the paragraph that begins "Test all high-strength fasteners...", replace the first sentence with the following sentence: Test all high-strength fasteners, except high-strength tie rods, high-strength anchor bolts, and high-strength anchor rods, according to Method 1 or 2 below, as applicable. 02560.60(b) Other Test Requirements - Replace the two paragraphs that begin "Provide three extra high strength bolt assemblies..." and "Provide three extra high strength tie rod and..."with the following two paragraphs: Provide three high-strength bolt assemblies per size per lot for check testing. Provide one high-strength tie rod assembly, one high-strength anchor bolt assembly, and one high-strength anchor rod assembly per size per lot for check testing. SECTION 02571 - ELASTOMERIC BEARING PADS Comply with Section 02571 of the Standard Specifications modified as follows: 02571.10 Elastomeric Compound - Replace the paragraph that begins "The elastomer portion of...", but not Table 02571-1, with the following paragraph: The elastomer portion of the elastomeric compound shall be 100 percent virgin polychloroprene (Neoprene) or natural rubber (polyisoprene) meeting the requirements of section 18 of the AASHTO LRFD Bridge Construction Specifications including the properties from the following table: Tiedeman Realignment of Fanno Creek Greenway Trail April 6, 2017 7