10
ADDENDUM Bid No.: 7584 Addendum No.: 3 Issued: March 6, 2018 Opening Date and Time: March 21, 2018 at 2:00 P.M. Title: Rehabilitation of Bridge No. 04745 Pleasant Street Over Yantic River, F.A.P. #6103(009). State Project No. 103-270 Bidders Note: This addendum is issued to accomplish the following: 1. Revise the Special Provisions for Item #5210003A – Bearing Replacement with Elastomeric Bearing Pads. 2. Add to the Special Provisions new Item #0904990A – Metal Bridge Rail, which replaces original Item #0904990 – Metal Bridge Rail (which had no associated Special Provision). 3. Provide a new Schedule of Prices, which has been updated to reflect replacement of the original Item #0904990 with new Item #040990A, in accordance with 2. Above. All other terms and conditions remain the same. City of Norwich Department of Finance – Purchasing Agent Phone: (860)823-3706 100 Broadway, Room No. 105 Fax: (860)823-3812 Norwich, CT 06360 E-mail: [email protected]

City of Norwich - biznet.ct.gov · AASHTO M 251. The elastomer shall be low-temperature Grade 3 as defined by ASTM D 4014. Each steel-laminated elastomeric bearing shall have marked

Embed Size (px)

Citation preview

ADDENDUM

Bid No.: 7584 Addendum No.: 3 Issued: March 6, 2018 Opening Date and Time: March 21, 2018 at 2:00 P.M. Title: Rehabilitation of Bridge No. 04745 Pleasant Street Over Yantic River, F.A.P. #6103(009). State Project No. 103-270 Bidders Note: This addendum is issued to accomplish the following: 1. Revise the Special Provisions for Item #5210003A – Bearing Replacement with Elastomeric Bearing Pads. 2. Add to the Special Provisions new Item #0904990A – Metal Bridge Rail, which replaces original Item #0904990 – Metal Bridge Rail (which had no associated Special Provision). 3. Provide a new Schedule of Prices, which has been updated to reflect replacement of the original Item #0904990 with new Item #040990A, in accordance with 2. Above. All other terms and conditions remain the same.

City of Norwich

Department of Finance – Purchasing Agent Phone: (860)823-3706 100 Broadway, Room No. 105 Fax: (860)823-3812 Norwich, CT 06360 E-mail: [email protected]

Note:

Item Approximate Amounts

Numbers Items Units Quantities Figures Words (Figures)

0020903A Lead Compliance for Miscellaneous Exterior Tasks l.s. 1

0201001 Clearing and Grubbing l.s. 1

0201214A Reset Sign ea. 3

0202000 Earth Excavation c.y. 55

0202100 Rock Excavation c.y. 5

0202452A Test Pit ea. 1

0202512A Cut Concrete Sidewalk l.f. 5

0202529 Cut Bituminous Concrete Pavement l.f. 210

0209001 Formation of Subgrade s.y. 90

0212000 Subbase c.y. 30

0219001 Sedimentation Control System l.f. 282

0304002 Processed Aggregate Base c.y. 20

0305000 Processed Aggregate ton 30

0406171 HMA S0.5 ton 106

0406173 HMA S0.25 ton 23

0406236 Material for Tack Coat gal. 45

0406272A Milling of Bituminous Concrete (0" to 4") s.y. 310

0503151A Removal of Superstructure (Site No. 1) l.s. 1

0503887A Jacking Existing Superstructure (Site No. 1) l.s. 1

0511203A Polyvinyl Chloride Plastic Pipe Weepholes ea. 2

0520036A Asphaltic Plug Expansion Joint System c.f. 23

0521003A Bearing Replacement with Elastomeric Bearing Pads ea. 16

0522178A Construct Concrete Keeper Blocks ea. 3

0601070A Class "S" Concrete c.y. 1

0601097A Variable Depth Patch c.f. 2

0601201A Class ''F'' Concrete c.y. 175

0602006 Deformed Steel Bars - Epoxy Coated lb. 27,500

0707009A Membrane Waterproofing (Cold Liquid Elastomeric) s.y. 401

0811001 Concrete Curbing l.f. 40

0814008 Reset Granite Stone Transition Curbing l.f. 39

0815001 Bituminous Concrete Lip Curbing l.f. 90

0822001 Temporary Precast Concrete Barrier Curb l.f. 100

0904990A Metal Bridge Rail l.f. 245

0910173 R-B 350 Bridge Attachment - Vertical Shaped Parapet ea. 3

0910300 Metal Beam Rail (R-B Mash) l.f. 170

0911923 R-B End Anchorage - Type I ea. 2

0911924 R-B End Anchorage - Type II ea. 1

0912503 Remove Metal Beam Rail l.f. 260

0921001 Concrete Sidewalk s.f. 109

0921005 Concrete Sidewalk Ramp s.f. 35

0921039 Detectable Warning Strip ea. 1

0944000 Furnishing and Placing Topsoil s.y. 50

0950019A Turf Establishment - Lawn s.y. 50

0969060A Construction Field Office, Small mo. 8

0970006 Trafficperson (Municipal Police Officer) (Estimated Cost) est. 1 15,000.00$ Fifteen Thousand Dollars and No Cents 15,000.00$

0971001A Maintenance and Protection of Traffic l.s. 1

0975004 Mobilization and Project Closeout l.s. 1

0976002 Barricade Warning Lights - High Intensity day 1,000

0979003 Construction Barricade Type III ea. 16

0980001 Construction Staking l.s. 1

1208932 Sign Face - Sheet Aluminum (Type IV Retroreflective Sheeting) s.f. 16

1210102 4" Yellow Epoxy Resin Pavement Markings l.f. 500

1210105 Epoxy Resin Pavement Markings, Symbols and Legends s.f. 150

1220027 Construction Signs s.f. 330

1803060A Type B Impact Attenuation System (Non-Gating) ea. 1

BID OPENING DATE: ________________________________________________________________ TIME: _______________________________ NO BIDS WILL BE ACCEPTED AFTER _________________________________ "NO EXCEPTIONS"

Kindly insert here the total amount of your Bid $ _ _ _ _ _ _ _ _ _ _ _ _

It is understood that the unit prices shall govern in case of discrepancy between the unit-prices and this amount.

This bid includes Addendum(a) No(s).: 1, 2 and 3

CITY OF NORWICH

SCHEDULE OF PRICES

FOR THE CONSTRUCTION OF

STATE PROJECT NO. 103-270, FA #6103(009)

Unit Prices Bid

The bidder shall fill in, under the column "Unit Prices Bid," the unit prices, written in figures and in words, for which he proposes to perform the various items of work called for, and under the column headed "Amounts," the total amount for each of the

items at the unit price bid. After the proposal is opened and read, the quantities will be extended and totaled in accordance with the bid prices written in words and the bid will be verified or corrected.

REHABILITATION OF BRIDGE NO. 04745

PLEASANT STREET OVER YANTIC RIVER

IN THE

CITY OF NORWICH

B.

D.

E.

G.

H.

A Contract will not be awarded until the above requirements have been fulfilled and approved.

Please be aware that the City, prior to awarding the Contract, may require further financial and other information from the the low bidder.

Proposal Guaranty (Bid Bond): Except when otherwise specified, no proposal will be considered unless accompanied by a proposal guaranty in the form of a bond furnished by a surety

company, satisfactory to the Engineer, in an amount equal to at least 30% of the amount of the bid, or unless the bidder has on file with the City, an annual bid bond in the proper amount.

The surety must be a corporate surety licensed to sign surety bonds in the State of Connecticut.

A.

F. Statement of Bidder's Qualifications: Each bidder is required to submit to the City a recent sworn statement of the bidder's qualifications on the form furnished by the City for this purpose.

The low bidder is required to submit to the City, on or before the signing of the Contract, both a Certificate of Insurance and a Workers' Compensation Certificate.

This bid includes Addendum(a) No(s).: 1, 2 and 3

CONTRACT TIME AND LIQUIDATED DAMAGES:

One Hundred Forty-six (146) calendar days will be allowed for completion of all work as described in the contract documents for Federal Project No. 6103(009), State Project No. 103-270, and theliquidated damages charge to apply will be Two Thousand One Hundred Dollars ($2,100.00) per calendar day.

PRIME CONTRACTOR'S REQUIREMENTS:

Not less than 13% of the total Contract value shall be subcontracted to, performed by, and paid to Disadvantaged Business Enterprise(s) (DBE).

Kindly insert here the total amount of your Bid $ _ _ _ _ _ _ _ _ _ _ _ _

It is understood that the unit prices shall govern in case of discrepancy between the unit-prices and this amount.

C. If the Contractor is unable to fulfill the DBE percentage requirement, he may request an exception to the above percentage by completing and submitting to the City, the "Application for

Review of Pre-award Good Faith Efforts," as contained in the General Special Provisions.

Contractors must ensure that, at the time of bidding, they have an approved Affirmative Action Plan on file with the State of Connecticut, Department of Transportation.

CITY OF NORWICH

SCHEDULE OF PRICES

FOR THE CONSTRUCTION OF

STATE PROJECT NO. 103-270, FA #6103(009)

REHABILITATION OF BRIDGE NO. 04745

PLEASANT STREET OVER YANTIC RIVER

IN THE

CITY OF NORWICH

BID OPENING DATE: ________________________________________________________________ TIME: _______________________________ NO BIDS WILL BE ACCEPTED AFTER _________________________________ "NO EXCEPTIONS"

Rev. 02-27-18

ITEM #0521003A

103-270 ADDENDUM NO. 3

ITEM #0521003A - BEARING REPLACEMENT WITH ELASTOMERIC

BEARING PADS

Description: Work under this item shall consist of the removal and disposal of existing bearing assemblies,

furnishing and installing new elastomeric bearing pads and sole plates, and removal of existing

galvanized coating from the bottom flange at the bearing location so as to install the new sole

plates, removal of the hot dipped galvanized coating from the new sole plates to complete field

welding and applying a coat of zinc rich primer over the field welds, in accordance with the plans

and these specifications, and as directed by the Engineer. Contractor is alerted to the presence of lead wool within the slotted holes of the existing bearing

masonry plate. The handling and disposal of lead wool encountered during the bearing

replacement work shall be performed in accordance with the special provisions for

Item #020903A - Lead Compliance for Miscellaneous Exterior Tasks. Materials:

1. Elastomer: The elastomeric compound used in the construction of the bearings, shall

contain only virgin polychloroprene (Neoprene) as the raw polymer. It shall conform to the

requirements of Section 18.2 of the AASHTO LRFD Bridge Construction Specifications and

AASHTO M 251. The elastomer shall be low-temperature Grade 3 as defined by ASTM D

4014.

Each steel-laminated elastomeric bearing shall have marked on it, with indelible ink, the

following: the Manufacturer's identification code or symbol, the month and year of

manufacture, the orientation, order number, lot number, bearing identification number, and

elastomer type and grade (Neoprene, Grade 3). The markings should be placed on a side of

the bearing that is visible after installation.

The Contractor shall furnish test bearings in addition to the bearings shown on the plans for

each type (size and thickness) of bearings for destructive testing. The furnished test bearings

shall not include sole plates or load plates.

The Contractor shall furnish a Certified Test Report, confirming that the elastomeric bearings

satisfy the requirements of these specifications, in conformance with the requirements set forth

in Article 1.06.07. 2. Steel Laminae: The internal steel laminae shall conform to the requirements of ASTM A

1011 Grade 36. The internal steel laminae edges shall be ground smooth or otherwise

rounded before molding the bearing. 3. Steel Sole Plates: Steel sole plates shall conform to the requirements of AASHTO M270,

Grade 36 and Article M.06.02 and shall be galvanized to meet the requirements of ASTM A123.

Rev. 02-27-18

ITEM #0521003A

103-270 ADDENDUM NO. 3

Adhesive bonding of the elastomer portion of the bearings to the external steel plates or

concrete is not permitted. 4. Elastomeric Shims: The elastomer for shims shall conform to the same requirements as the

bearing elastomer and be 1/16 inches and 1/8-inches thick. 5. Adhesive: The adhesive for bonding the shims shall consist of a long lasting, high strength,

cold applied, air cured, water and heat resistant material specifically formulated for bonding

neoprene and shall meet the following requirements:

Property Requirement ASTM Test Procedure

Adhesion 30 # per inch D 429, Method B

Hardness 50 ± 5 Shore A points D 2240

Tensile Strength, min. 1,800 psi D 412

Elongation before breaking, min. 750% D 412

6. Non-Shrink Grout: Non-shrink grout shall conform to Sub-Article M.03.01-12. Construction Methods: The Contractor shall notify the Engineer before submitting shop drawings if, after taking

field measurements of the existing bearing assembly height, it is determined the proposed sole

plate thickness will be less than the minimum value shown on the plans. The Contractor shall submit shop drawings to the Engineer, for review and approval, in

accordance with Article 1.05.02. These drawings shall include but not be limited to the

following information: Manufacturer's name, complete details of the bearings, material

designations, nominal hardness of the elastomer, the quantity of bearings required, including test

bearings, and the location of the bearing identification. A minimum of thirty (30) days prior to the installation of the elastomeric bearings, the

Contractor shall deliver to the job site, the required number of bearings for installation plus the

required number of test bearings. The Contractor shall pack the bearings in containers

holding no more than 10 bearings. Bearings in one container shall contain the same type and

size of bearing required for one structure only. The Contractor shall mark the container with the

project number, the bridge number, the number of bearings, the intended location on the

structure, the name of the Manufacturer, and the lot number. The Contractor shall remove the

existing bearing assemblies using methods that do not damage them or the existing beam.

Existing welds shall be removed by machining, grinding, chipping, or air carbon-arc gouging,

and in such a manner that the remaining base metal is not wicked or undercut. A minimum of

1/8 inch of weld metal shall be left in place if arc gouging is the selected removal method

and the remaining weld metal shall be removed by grinding. Welders who perform arc gouging

shall be SMAW certified. Use of flame cutting equipment to cut the anchor bolts is not

allowed. The Contractor shall remove the bolts by sawing the anchor bolt unless another

method is approved by the Engineer. The Contractor shall grind smooth the portion of welds

remaining after removal of the existing sole plate.

Rev. 02-27-18

ITEM #0521003A

103-270 ADDENDUM NO. 3

Lead wool present in the slotted holes of the existing bearing masonry plate shall be handled as

stated in the special provisions for Item #020903A - Lead Compliance for Miscellaneous

Exterior Tasks.

The Engineer will inspect the concrete bearing pads before the installation of the elastomeric

bearings. Portions of protruding anchor bolts shall be cut off below the surface of the concrete

and the holes filled in with non-shrink grout. All other cracks, spalls, or deterioration shall

be repaired as ordered by the Engineer.

The concrete bearing pads shall have smooth, even and level surface. They shall show no

variation from a true plane greater than 1/16 inches over the entire area upon which the

elastomeric bearings are to rest. The Contractor shall grind the concrete as required to achieve

these requirements.

Before installing the elastomeric bearings, the Contractor shall clean the concrete bearing pad of

dirt, grease, oil or other foreign material.

The Contractor shall install the elastomeric bearings as shown on the plans. The Contractor shall

install the elastomeric bearings when the superstructure surface temperature of the second

interior girder and the exterior girder is between 40º F to 80º F, and has been within this range

for at least 2 hours. The superstructure surface temperature shall be determined from the average

of three (3) or more surface temperature readings taken at different locations on the girder

surfaces by the Contractor, as directed by the Engineer. The difference between the average

surface temperature of the exterior girder and second interior girder shall be less than 10º F.

Temperature measurements of the superstructure shall be taken by the Contractor with a

calibrated hand-held digital infrared laser-sighted thermometer on the surfaces of the interior

steel girder, or interior concrete girder protected from direct sunlight. The infrared thermometer

to be supplied by the Contractor for this purpose shall meet certification requirements of

EN61326-1, EN61010-1, and EN60825-1, maintained by the European Committee for

Electrotechnical Standardization (CENELEC). The thermometer shall have a minimum

distance-to-spot ratio of 50:1, and shall have adjustable emissivity control. The thermometer

shall have a minimum accuracy level of ±1% of reading or ±2º F, whichever is greater. The

thermometer shall be used in strict accordance with the manufacturer's written directions. An

additional infrared thermometer satisfying the same standards to be used in this application shall

also be provided to the Engineer for quality assurance purposes.

Welding with the elastomeric bearings in place will not be permitted unless there is more than

1½ inches of steel between the weld and the elastomer. In no case shall the elastomer be

exposed to temperatures greater than 400º F. Temperature Indicating Crayons shall be used

during field welding to ensure that these temperature restrictions are not exceeded.

Welding details, procedures and testing methods shall conform to the latest ANSI/AASHTO/

AWS D1.5: Bridge Welding Code, unless otherwise noted.

Rev. 02-27-18

ITEM #0521003A

103-270 ADDENDUM NO. 3

The Contractor's welding and inspection procedures for each type of field weld and field tacking

must be submitted to the Engineer on the form designated by the Department. All procedures

must be approved by the Division Chief of Material Testing prior to any work and must be

adhered to at all times.

Quality control is the responsibility of the Contractor. The Contractor must provide an AWS

Certified Welding Inspector (CWI) in accordance with AWS D1.5. The CWI must be qualified

and certified in accordance with the provisions of AWS Q1, Standard for Qualification and

Certification of Welding Inspectors.

The CWI shall make a visual inspection of all welds. The Contractor will perform magnetic

particle inspection, ultrasonic testing inspection, or radiographic testing inspection of field welds

if required on the plans. Each test must be witnessed by an authorized representative of the

Engineer.

Welds or sections of welds containing imperfections determined to be unacceptable by either the

CWI or the Engineer shall be removed and re-welded by the Contractor at his expense. Welds so

removed and replaced shall be reinspected by the CWI. All costs for reinspection or testing of

such welds shall be borne by the Contractor.

Upon completion of the field welding and inspection of the welds between the girder bottom

flange and the bearing sole plate, the Contractor shall grind the welded surface smooth and

remove any protrusions or burrs from the welds and apply a coat of zinc rich primer over the

field welds and neighboring surfaces. Repair and touch-up of damaged galvanized steel surfaces

shall be performed in accordance with ASTM A780.

The elastomeric bearings shall rest uniformly on the concrete bearing pads when the bearings are

under the full dead load of the superstructure. If uniform contact is not present, the

Contractor shall fill the gaps beneath the bearing by inserting elastomeric shims that are slightly

thinner than the gaps. The Contractor, in the presence of the Engineer, shall measure the gaps

to determine the locations and sizes of the shims.

The Contractor shall bond the individual shims to the elastomer portion of the bearing with

adhesive applied over the entire shim interface. The surface preparation, application and curing

of the adhesive shall comply with the Manufacturer's recommendations. If shims in excess of

1/8 inch are required, bonding of multiple shims is permitted. In areas that vary in thickness, the

Contractor shall shim by stepping shims.

The Contractor shall provide the Engineer with safe access to the work for inspection purposes.

Method of Measurement:

This work shall be measured for payment by the actual number of elastomeric expansion

bearings installed and accepted. Test bearings will not be measured for payment.

Rev. 02-27-18

ITEM #0521003A

103-270 ADDENDUM NO. 3

Basis of Payment:

This work shall be paid for at the Contract unit price each for "Bearing Replacement with

Elastomeric Bearing Pads" complete, in place and accepted, which price shall include obtaining

field measurements, non-shrink grout, vulcanizing, removal of existing galvanized coating, sole

plates, galvanizing of sole plates, application of zinc rich primer, test bearings, shims, adhesive,

furnishing and installing elastomeric bearings, disposal of the existing bearings, cutting existing

anchor bolts, field welding, furnishing and installing steel plates, and all materials, equipment,

tools, labor and work incidental thereto.

Pay Item Pay Unit

Bearing Replacement with Elastomeric Bearing Pads Ea.

02/27/18

ITEM #0904990A

103-270 ADDENDUM NO. 3

ITEM #0904990A – METAL BRIDGE RAIL

Description: Work under this item shall consist of fabricating and installing a steel open bridge railing,

consisting of steel wide flange shapes for posts and steel rectangular tube shapes for rails, as

shown on the plans or as directed by the Engineer and in accordance with this specification. Materials: Materials for this work shall conform to the following requirements:

The steel rails shall be fabricated from structural steel tubing meeting the requirements of

ASTM A500, Grade B and meeting the longitudinal CVN requirements of 15 ft-lbs. at

0 degrees Fahrenheit.

Rail posts, shims, plates and other shapes shall be fabricated from steel meeting the

requirements of AASHTO M270, Grade 50.

All posts, railing, rail splices, shims, base plates and other shapes shall be galvanized after

fabrication in conformance with ASTM A123 and powder coated with a duplex coating

system.

Button head and domed hex head bolts, embedded threaded rods, deflected thread-type lock

nuts, washers and cap screws shall conform to the requirements of ASTM A307.

Bolts, deflected thread-type lock nuts and washers for splices shall conform to the

requirements of ASTM A307.

All hardware, including bolts, threaded rods, lock nuts, nuts, cap screws and washers shall be

galvanized in conformance with ASTM A153.

Anchor plates shall conform to the requirements of AASHTO M270, Grade 50 and shall be

galvanized in conformance with ASTM A123.

Molded pads shall be manufactured from new un-vulcanized elastomer and unused synthetic

fibers, with a weight proportion of fiber content equal to approximately one-half of the total

weight of the pad. The pads shall be formed into single sheets of 1/8-inch minimum

thickness, with a tolerance of plus or minus 10 percent. Pads shall have a shore 'A' Durometer

hardness within the range of 70 to 90, and shall have a minimum compressive breakdown of

7,000 psi.

Chemical anchoring material shall conform to M.03.07.

The Contractor shall furnish a Materials Certificate in conformance with the requirements of

Article 1.06.07 for the following materials: rail posts, rails, post connection devices, rail

splices, preset anchorages, bolts, nuts, washers and molded pads.

02/27/18

ITEM #0904990A

103-270 ADDENDUM NO. 3

Construction Methods:

Before fabricating any materials, the Contractor shall submit shop drawings to the Engineer for

approval in accordance with Subarticle 1.05.02-3. These drawings shall include but not be

limited to the following information: a layout plan showing post spacing, rail to post

connections, anchorage details, expansion joint locations, material designations and the name

and telephone number of a person to contact who can answer questions about the shop drawings.

Repair of damaged galvanized steel surfaces shall be in accordance with ASTM A780.

Welding details and procedures shall conform to AWS D1.1 - Structural Welding Code - Steel.

See the contract drawings for rail post layout and spacing.

The posts shall be fabricated and installed plumb. If required, steel shims shall be installed to

plumb the posts. One 1/8" and two 1/16" steel shims shall be provided for 25% of the posts.

The shims shall be the same dimensions as the base plate.

The rails and the holes in the posts shall be constructed parallel to the roadway. Holes may be

field drilled in rails. All field-drilled holes shall be coated with an approved zinc rich paint

before erection.

The rails shall be carefully adjusted prior to fixing in place to ensure proper matching at abutting

joints and correct alignment and curvature throughout their length.

Lengths of rails shall be sufficient to be attached to at least two rail posts.

After installation, all rails and posts shall be free of burrs, sharp edges and irregularities.

Method of Measurement:

This work will be measured for payment by the actual number of linear feet of open bridge rail

completed and accepted, measured along the rail from one rail end anchorage to the other rail

end anchorage.

Basis of Payment:

This work will be paid for at the contract unit price per linear foot for "Metal Bridge Rail”,

complete and accepted in place, which price shall include all materials, anchorages, coatings,

equipment, tools, labor and work incidental thereto.

Pay Item Pay Unit

Metal Bridge Rail L.F.