City of Seattle

Invitation to Bid #SPU-548

Title: Webster Creek Bridge

Closing Date & Time: 04/02/2012; 4:00PM

Table 1: Procurement Schedule

Schedule of Events / Date
ITB Release date / 03/15/2012
(Optional)Pre Bid Conference / 03/20/2012, 3:00 PM
Deadline for Questions / 03/22/2012
Sealed Bids Due to the City / 04/02/2012; 4:00PM

The City reserves the right to modify this schedule at the City’s discretion. Notification of changes in the response due date would be posted on the City website or as otherwise stated herein.

All dates and times are Pacific Time.

BIDS MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE AND TIME AT THIS LOCATION:

Mark the outside of your mailing envelope indicating ITB #SPU-548

If delivered by the U.S. Postal Service, it must be addressed to:
David Stubblefield

City Purchasing

PO Box 94687
Seattle, WA 98124-4687
If delivered by other than the U.S. Postal Service, address to:
David Stubblefield
City Purchasing

700 5th Ave., #4112
Seattle, WA 98104-5042

1.  BACKGROUND AND PURPOSE

Purpose:

The City of Seattle, Seattle Public Utilities (SPU) Watershed Management Division plans to purchase one modular weathering steel vehicle bridge with wood deck, for installation and use in the Cedar River Municipal Watershed. Bridge superstructure will be installed for a permanent crossing of Webster Creek by SPU personnel using conventional heavy equipment. The bid requested shall cover bridge design, fabrication, and delivery to a site about three miles east of Hobart, Washington, via existing roads. The modular bridge will be lifted off the delivery truck(s) using SPU hydraulic excavators. No bridge installation, concrete design or construction, or on-site work is included in this solicitation. This is for purchase of the bridge superstructure and items to be attached (e.g. guardrails and bolts for bridge, diaphragms, guardrails, bearing plates). Contract award will be made to the lowest responsible bidder

Single Award: With this solicitation, the City intends to award one contract and does not anticipate multiple awards. Regardless, the City reserves the right to make multiple or partial awards.

2.  SOLICITATION OBJECTIVES

The City expects to achieve the following outcomes through this solicitation:

·  Award a contract to qualified vendor having the ability to fabricate and deliver fabricated steel bridge to the

Cedar River Watershed in accordance with the general conditions and specifications stated herein. Installation is not required.

3.  MINIMUM QUALIFICATIONS

The following are minimum qualifications and licensing requirements that the Vendor must meet in order to be eligible to submit a bid. Responses must clearly show compliance to these minimum qualifications. Those that are not clearly responsive to these minimum qualifications shall be rejected by the City without further consideration:

·  The supplier shall be AISC (American Institute of Steel Construction) certified for fabrication of all facets of steel structures.

·  Supplier shall be able to provide calculations and drawings stamped by a Professional Engineer (P.E.) licensed in the State of Washington.

4.  LICENSING AND BUSINESS TAX REQUIREMENTS

This solicitation and resultant contract may require additional licensing as listed below. The Vendor needs to meet all licensing requirements that apply to their business immediately after contract award or the City may reject the Vendor.

Companies must license, report and pay revenue taxes for the Washington State business License (UBI#) and Seattle Business License, if they are required to hold such a license by the laws of those jurisdictions. The Vendor should carefully consider those costs prior to submitting their offer, as the City will not separately pay or reimburse those costs to the Vendor.

Seattle Business Licensing and associated taxes

1.  If you have a “physical nexus” in the city, you must obtain a Seattle Business license and pay all taxes due before the Contract can be signed.

2.  A “physical nexus” means that you have physical presence, such as: a building/facility located in Seattle, you make sales trips into Seattle, your own company drives into Seattle for product deliveries, and/or you conduct service work in Seattle (repair, installation, service, maintenance work, on-site consulting, etc).

3.  We provide a Vendor Questionnaire Form in our submittal package items later in this ITB, and it will ask you to specify if you have “physical nexus”.

4.  All costs for any licenses, permits and Seattle Business License taxes owed shall be borne by the Vendor and not charged separately to the City.

5.  The apparent successful Vendor must immediately obtain the license and ensure all City taxes are current, unless exempted by City Code due to reasons such as no physical nexus. Failure to do so will result in rejection of the bid/proposal.

6.  Self-Filing You can pay your license and taxes on-line using a credit card https://dea.seattle.gov/self/

7.  For Questions and Assistance, call the Revenue and Consumer Protection (RCP) office which issues business licenses and enforces licensing requirements. The general e-mail is . The main phone is 206-684-8484, or call RCP staff for assistance (Anna Pedroso at 206-615-1611, Wendy Valadez at 206-684-8509 or Brenda Strickland at 206 684-8404).

8.  The licensing website is http://www.seattle.gov/rca/taxes/taxmain.htm.

9.  The City of Seattle website allows you to apply and pay on-line with a credit card if you choose.

10.  If a business has extraordinary balances due on their account that would cause undue hardship to the business, the business can contact our office to request additional assistance. A cover-sheet providing further explanation, along with the application and instructions for a Seattle Business License is provided below for your convenience.

11.  Please note that those holding a City of Seattle Business license may be required to report and pay revenue taxes to the City. Such costs should be carefully considered by the Vendor prior to submitting your offer. When allowed by City ordinance, the City will have the right to retain amounts due at the conclusion of a contract by withholding from final invoice payments.

State Business Licensing and associated taxes.

Before the contract is signed, provide the State of Washington business license (a State “Unified Business Identifier” known as a UBI#) and a Contractor License if required. If the State of Washington has exempted your business from State licensing (for example, some foreign companies are exempt and in some cases, the State waives licensing because the company does not have a physical presence in the State), then submit proof of that exemption to the City. All costs for any licenses, permits and associated tax payments due to the State as a result of licensing shall be borne by the Vendor and not charged separately to the City.

Instructions and applications are at http://www.dol.wa.gov/business/file.html.

Permits: All permits required to perform work are to be supplied by the Vendor at no additional cost to the City

5.  SPECIFICATIONS and SCOPE OF WORK

General Specifications for the Webster Creek Bridge

Overall bridge dimensions are listed below. Span listed is beam end-to-end. Width listed shall be the clear distance between guardrails. At the time of this Invitation, the bridge will need to be fabricated in time for delivery at the earliest date listed. However, the City may schedule a delivery date any time after the “early date”, until the latest delivery date listed.

·  Length: 50-foot total span

·  Width: 18-foot inside guardrails.

·  Live load for design shall be HL-93 with occasional U-80 (80-ton GVW off-highway truck) overload. Dead loads for design shall include the bridge structure, plus a 6”-thick crushed rock surfacing over the entire deck (assume 130 lb/ft3). The supplied deck will be 4x12 wood timbers (specified below); however, SPU may eventually place a crushed rock surfacing. Bridge beam deflection under the loads listed above shall be < L/500.

·  Superstructure; Primary structural members shall be steel I-beams parallel with bridge alignment; at least four bridge beams shall be provided for the bridge. Secondary members shall be structural steel shapes. Structural steel members shall be ASTM A588 (weathering steel). The size and number of bridge beams shall be listed as part of the bridge supply quote submitted to the City (e.g. 4 beams @ W36x150). Structural members shall be pre-assembled in shop as much as practical. Field welding and/or field connections shall be minimized. Each bridge module shall include four “lifting points” consisting of steel eyes, rotating steel bar loops, etc. for module handling and placement. These lifting points shall be a permanent part of the bridge (removal not required for placement or removal of wood deck timbers).

·  The year of fabrication shall be stamped or stenciled on each right side of the bridge.

·  Deck and Curb; Bridge deck shall be 7-gage galvanized steel bent plate attached directly to the bridge superstructure, then a final surface deck of 4x12 (4” x 12” nominal) timber planks bolted to the steel plates. Wood deck shall be 4x12 Douglas fir (No. 2 or better, untreated) wood timbers covering the entire bridge surface. Wood members shall lie flat, and parallel with bridge beams. Each wood plank shall be attached to the bridge steel deck panels with galvanized steel carriage bolts (1/2”-diameter) @ 24” on-center +/-; the wood decking shall be installed prior to shipping bridge modules. Each end of each wood member shall be secured to the steel panels with carriage bolts within 6” of the plank ends. Curbs shall be weathering steel flat bar to extend 3” to 4” above the top of the steel deck, more-or-less flush with top of wood decking. These curbs would retain crushed rock surfacing if later placed by SPU.

·  Guardrails; Steel posts for guardrails are considered part of the bridge structure and shall be weathering steel. Guardrails shall be galvanized steel W-beam meeting requirements of Washington State Department of Transportation Standard Specification 9-16.3(1), 9-16.3(3) and 9-16.3(4). (Year 2010 edition). The top of guardrail W-beams shall be 18” (+/- 1”) above the finished wood plank deck at outside edges, with posts pre-drilled for guardrail installation. Guardrails shall have flared ends similar to WSDOT Standard Plan C-7, Design A.

·  Foundation Connections; Connections for bridge beams to foundation shall be provided (e.g. bearing plates for beams to rest on). Elastomeric pads shall be provided to be placed under each bearing plate. One set of bearing plates shall have slotted holes (to allow for thermal expansion and contraction); one set of bearing plates shall have circular holes for attachment to foundation anchor bolts. Anchor bolt and nut supply is not a part of this Invitation to Bid.

·  Backwalls to be placed outside the ends of beams (to retain road backfill materials) are not required for the bridge supply contract.

·  Prior to fabrication, manufacturer shall submit shop drawings, design calculations and specifications to the City, stamped by a professional engineer (P.E.) licensed in the State of Washington. Such plans should provide detailed erection and placement procedures or guidelines. Shop drawings and calculations will be subject to review by a City structural engineer, and written approval from the City is required prior to bridge fabrication.

·  Manufacturer shall provide to City a copy of the AISC certification for steel construction.

·  Manufacturer shall provide dimensions of bearing plates and beam spacing to allow SPU to modify footing and anchor bolt design as required.

·  Supplier shall inform City of the approximate weight of prefabricated bridge modules, and also the weight of each pre-cast concrete deck panel.

·  The Manufacturer shall be responsible for any damages to bridge components until the bridge components are unloaded at the job site.

·  Payment(s) will be made in full upon delivery and acceptance of the bridge (Net 30 Days).

Delivery

·  The delivery point is approximately 3 miles east of Hobart, WA via SE 208th Street (paved county road). From the paved road, delivery would be up to one mile along a crushed rock road where truck turnaround would be practical, and the bridge modules would be lifted off the truck(s) with SPU equipment.

·  The bid(s) should include transportation costs for approximately 4 hours for off-loading activities.

·  The bridge must be ready for delivery between June 15, 2012 and September 1, 2012. Delivery date is merely an estimate; the actual date of delivery will be set at the discretion of SPU and the installation contractor. All scheduling/off-loading arrangements will be made between SPU and manufacturer.

Expansion Clause: Any resultant contract or Purchase Order may be expanded as allowed below. A modification may be considered per the criteria and procedures below, for any ongoing Blanket Contract that has not yet expired. Likewise, a one-time Purchase Order may be modified if the bid reserved the right for additional orders to be placed within a specified period of time, or if the project or body of work associated with a Purchase Order is still active. Such modifications must be mutually agreed. The only person authorized to make such agreements on behalf of the City is the Buyer from the City Purchasing Division (Department of Finance and Administrative Services). No other City employee is authorized to make such written notices. Expansions must be issued in writing from the City Buyer in a formal notice. The Buyer will ensure the expansion meets the following criteria collectively: (a) it could not be separately bid, (b) the change is for a reasonable purpose, (c) the change was not reasonably known to either the City or vendors at time of bid or else was mentioned as a possibility in the bid (such as a change in environmental regulation or other law); (d) the change is not significant enough to be reasonably regarded as an independent body of work; (e) the change could not have attracted a different field of competition; and (f) the change does not vary the essential identity or main purpose of the contract. The Buyer shall make this determination, and may make exceptions for immaterial changes, emergency or sole source conditions, or for other situations as required in the opinion of the Buyer.

Note that certain changes are not considered an expansion of scope, including an increase in quantities ordered, the exercise of options and alternates in the bid, or ordering of work originally identified within the originating solicitation. If such changes are approved, changes are conducted as a written order issued by the City Purchasing Buyer in writing to the Vendor.