26
NOTICE TO BIDDERS The Allegany County Department of Public Works will receive sealed bids until 10:00 a.m. on January 23, 2019. At that time bids will be opened in Room 210, Allegany County Office Building, Belmont, New York on the following items: MATERIALS FOR PREFABRICATED PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURE & GUIDE RAIL SYSTEMS Specifications are available for download at www.alleganyco.com; click on Government, then Public Works Department. Specifications are also available at the Allegany County Department of Public Works Office, 7 Court Street, Room 210, County Office Building, Belmont, New York. The Allegany County Department of Public Works reserves the right to reject any or all bids and to accept the bid determined to be in the best interest of the County. Justin D. Henry Superintendent Department of Public Works 7 Court Street, Room 210 Belmont, New York 14713 Phone: 585-268-9230 Fax: 585-268-9648 Page 1 of 26

NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

NOTICE TO BIDDERS

The Allegany County Department of Public Works will receive sealed bids until 10:00 a.m. on January 23, 2019. At that time bids will be opened in Room 210, Allegany County Office Building, Belmont, New York on the following items:

MATERIALS FOR PREFABRICATED PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURE & GUIDE RAIL SYSTEMS

Specifications are available for download at www.alleganyco.com; click on Government, then Public Works Department. Specifications are also available at the Allegany County Department of Public Works Office, 7 Court Street, Room 210, County Office Building, Belmont, New York. The Allegany County Department of Public Works reserves the right to reject any or all bids and to accept the bid determined to be in the best interest of the County. Justin D. Henry Superintendent

Department of Public Works 7 Court Street, Room 210 Belmont, New York 14713 Phone: 585-268-9230 Fax: 585-268-9648

Page 1 of 26

Page 2: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

GENERAL TERMS AND CONDITIONS:

1. Objective: This bid document is published in order to obtain competitive prices for Materials For Prefabricated Prestressed Concrete Bridge Superstructures & Guide Rail Systems.

2. Acquisition of Bid Documents: a. Bid documents are available for download at www.alleganyco.com; click

on Government then Public Works Department. They are also available at the Office of the Superintendent of Public Works, 7 Court Street, Room 210, Belmont, New York 14813. The office is open Monday – Friday 8:00 a.m. to 4:00 p.m. Telephone number is (585) 268-9230.

b. Each vendor bears sole responsibility for acquisition of bid documents.

Requests for bid documents to be forwarded are neither a guarantee nor an incurred obligation on the part of Allegany County to ensure vendors requested receipt of bid documents, timely or otherwise.

c. Receipt of these documents, unsolicited or otherwise, shall not be

construed a predetermination of a vendor’s qualifications to receive a contract award. Nor shall receipt of these documents be interpreted an endorsement that the vendor’s equipment, materials, products, and/or services are in compliance with the bid specifications.

3. Examination, Interpretation, Correction of Bid Documents:

Each vendor shall examine all bid documents and judge all matters relating to the adequacy of such documents. Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to this bid solicitation shall be in writing and submitted to the Public Works Department. The County shall not be responsible for oral interpretations given by any county employee, representative or others. The issuance of written addendum/addenda is the only official method whereby clarification or additional information can be given.

4. Preparation of Bid Documents: Bids must be submitted on the forms provided in these bid documents and prepared in the following manner:

a. All forms shall be clearly legible, completed using a permanent medium (i.e. ink, typewriter, laser printer, etc.) Illegible entries may be rejected.

i. If submittal of unit price(s) is a requirement, said unit price(s) shall prevail.

ii. All mathematical functions (extensions, additions, etc.) are subject to audit.

iii. Each price shall be expressed as a numerical dollar value, indicators such as ditto marks, arrows, etc. are not acceptable.

Page 2 of 26

Page 3: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

b. All forms requiring a vendor’s signature shall be signed by the vendor or

the vendor’s authorized representative. Erasures and/or alterations shall be initialed by the representative whose signature appears on the forms.

c. The vendor shall submit the bid in accordance with the bid documents and

shall not make any changes in the wording or the bid forms or make any stipulations or qualify the bid in any manner.

d. All bids shall be firm for a period of forty-five (45) days from the bid

opening date; during which time the County shall render its decision.

5. Bid Surety: None Required

6. Non-Collusive Bidding Clause and Certificate:

The vendor shall submit a signed, dated and notarized Non-Collusive Bidding Certificate with its bid which is included in this bid document. Said certificate is mandated by Section 103-d of the General Municipal Law.

7. Hold Harmless Clause and Form: The vendor shall submit a signed and dated Hold Harmless Clause Form with its bid, which is included in this bid document.

8. Iranian Energy Sector Divestment Certification: Vendor hereby represents that said vendor is in compliance with New York State General Municipal Law; Section 103-g entitled “Iranian Energy Sector Divestment.” By submission of this bid, each vendor and authorized representative signing on behalf of any vendor certifies, and in case of a joint bid, each party hereto certifies as to its own organization, under penalty of perjury, to the best of their knowledge and belief, that each vendor is not on the list created pursuant to NYS Finance Law Section 165-A (3) (b). The vendor shall submit a signed, notarized and dated Iranian Energy Sector Divestment Certification, included in this document, with its bid. Said certificate is mandated by Section 103-g of the General Municipal Law. Reference the Iranian Energy Sector Divestment Certificate Form included in this document.

9. Required Insurance: a. This bid document includes an information sheet entitled: ALLEGANY

COUNTY STANDARD INSURANCE REQUIREMENTS. These requirements establish the minimum insurance(s) which the vendor shall have in effect prior to entering into a contract with Allegany County. Said insurance(s) are required to remain in effect through the term of the

Page 3 of 26

Page 4: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

contract(s), the County reserves, as its right the right, the right to cancel the vendor’s contract(s), and to purchase the contracted product(s)/service(s) on the open market; with any increase in cost(s) to Allegany County charged to the awardee. Credit shall not be issued to the awardee where open market cost(s) to the County are less than the cost(s) contracted with the awardee.

b. Additional Insured & Certificate Holder:

i. Allegany County shall be named as an “additional insured” for the

purpose of coverage on direct, primary and non-contributory basis in the vendor’s policy for all intents and purposes of contract(s) issued as a result of an award of this bid. Additional insured shall read - Allegany County, 7 Court Street, Room 210, Belmont, New York 14813.

ii. Certificate Holder shall read- Allegany County, 7 Court Street, Room 210, Belmont, New York 14813.

10. Sales Tax Exemption: The County is exempt from payment of sales and compensating use taxes of the State of New York and cities within the State of New York.

11. Protection from Claim Against or Equal: In the event of any claim concerning or relating to the issues of equal or better, the vendor agrees to hold the County of Allegany free and harmless from any and all claims, legal fees and court costs for loss or damage arising out of this transaction for any reason whatsoever.

12. Addendum/Addenda: a. If an addendum has been issued prior to the County’s receipt of bids:

Allegany County shall attempt to notify vendor’s known to have received the sealed bid documents and whose contact information is on file with the County. Allegany County does not ensure the potential vendors receipt of the addendum. It shall be the responsibility of the vendor, prior to submitting its bid, to contact the Department of Public Works (585) 268-9230, to determine if an addendum has been issued.

b. Addendum shall be available online at www.alleganyco.com; click on

Government then Public Works Department. They are also available at the Office of the Superintendent of Public Works, 7 Court Street, Room 210, Belmont, New York 14813.

c. It is a requirement that the vendor sign, date and include the addendum with its bid submittal. Failure to do so may result in rejection of bid.

Page 4 of 26

Page 5: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

13. Multiple/Alternate Bid Submittal(s):

For those vendor’s intending to submit multiple/alternate bids in response to this bid solicitation; the vendor is required to and shall submit, a complete bid document for each bid submitted. Note: If there is a bid surety requirement, one (1) surety instrument written for the highest amount, shall suffice.

14. Submittal of Bid(s): a. The bid shall be submitted in a sealed envelope with the following marked

on the outside: i. Print your company’s name in the upper left corner ii. In the lower left corner print:

Sealed Bid: January 23, 2019 Materials for Prefabricated Prestressed Concrete Bridge Superstructure & Guide Rail System

b. The envelope shall be addressed to Allegany County DPW, 7 Court

Street, Room 210, Belmont, New York 14813.

c. Bids will be received at the Public Works Department at the time specified, at which time bids will be opened.

d. Facsimile/electronically transmitted bids are not acceptable and shall be

rejected.

e. Security procedures are in effect at the Allegany County Office Building. Interested parties, especially vendors who intend to hand deliver bids and/or conduct business with Allegany County Department of Public Works should allow sufficient time for any delay which may arise as a result of security procedures. To be considered delivered and on time a bid submittal must be received at the Public Works Department by the appointed hour.

f. All bid proposal sheets shall remain intact and be submitted with the bid.

15. Late Bids:

Vendors bear the sole responsibility for the delivery of their bid in a timely manner. Reliance upon the U.S. Postal Service or other carriers is at the vendor’s risk. Late bids will not be considered and will be returned unopened. Allegany County is not a priority shipping location.

16. Supportive Documentation: In addition to specifications stated herein, all equipment/material/products/services shall meet or exceed current standards of the industry. All technical tolerances, ratings, power outputs or any technically specified criteria contained within these specifications are considered to be within

Page 5 of 26

Page 6: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

the current state of the art and are currently being met by commercially available equipment/material /products/services. The fact that a manufacturer chooses not to produce equipment/material/products to meet these specifications shall not be considered sufficient cause to adjourn these specifications as restrictive. Bidder shall offer the equipment, material, products, and/or services which come closest to meeting these specifications. Where deviation(s) from the specifications contained herein is necessary, the bidder shall note such deviation(s). Bidder shall include supportive documentation that clearly indicates the equipment/material/products/services they bid is equivalent to the specified herein. Failure to detail all such deviations will comprise sufficient grounds for rejection of the entire bid.

17. Compensation: Payment shall be rendered to the vendor(s) for satisfactory compliance with the general terms and conditions of this bid. Invoice terms shall be net 30 days. The county normally processes invoices for payment bi-monthly, according to a regular established schedule.

18. Right of County to Seek Clarification, Accept or Reject Bid(s), etc: a. Allegany County reserves as its right, the right to require clarification from

the vendor for the purpose of assuring a full understanding of the vendor’s responsiveness to the solicitation requirements.

b. Allegany County reserves as its right, the right to accept or reject any and

all bids (or separable portions thereof), the right to waive irregularities and technicalities, and the right to request resubmittal of bids (re-bid).

19. Civil Rights:

The County of Allegany in accordance with the provisions of Title VI of the Civil Rights Act of 1964 and New York Labor Law; Article 8- Public Works, Section 220e hereby notifies all vendors will affirmatively ensure that any contract awarded as a result of this bid solicitation will be awarded without discrimination on the grounds of race, color, sex or natural origin.

20. Award of Bid: For the purpose of this bid and subsequent award(s), it is intended that award(s) will be made on a line item basis.

a. Bids will be awarded to qualified and responsible vendor(s) who sufficiently meet the terms, conditions and specifications stated herein. However, under all circumstances and all statements to the contrary notwithstanding, Allegany County reserves as its right, the right to determine award(s)/awardee(s) in accordance with the best interest of Allegany County.

Page 6 of 26

Page 7: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

b. Award of Bid is not made at the bid opening. All bids are subject to final review and acceptance by the Public Works Committee of the Allegany County Legislature before any award may be made.

21. Executory Clause:

Allegany County shall have no liability under any contract or contracts or to anyone else beyond funds appropriated and available for the purpose of this document and resultant contract(s).

22. Assignability: The vendor shall not assign, transfer, convey, sub-contract, sublet or otherwise dispose of all or portions of this contract (and/or work to be performed as a result of this contract) or its right, title, or interest to any other person, company, corporation, without prior written consent of the Superintendent of Public Works.

23. Extension of Contract Usage by Political Subdivisions: Political subdivisions within Allegany County (Towns, Villages, School Districts and Fire Districts), as defined in Section #103 of the General Municipal Law may participate in any contract awarded as a result of this bid document. Additionally, per County Resolution 202-15 this contract may be extended to any municipality or political subdivision within New York State upon written agreement by both parties. Responsibility, financial or otherwise for purchase(s) made by other parties as a result of the extension of this contract, shall not be borne by Allegany County.

24. Vendor’s Failure to Comply: The vendor’s failure to comply in compliance with the bid award shall result in withholding of payment. The payment shall be withheld until such times as a vendor fulfils its responsibilities. Compliance shall be determined by and to satisfaction of Allegany County. Such action would not necessarily preclude further initiatives on the part of Allegany County to protect and preserve its best interest.

25. Cancellation of Contract: Allegany County reserves as its right the right, to cancel the contract(s) resulting from an award of this bid solicitation at any time during the contract period, without penalty of Allegany County and without stated reason, by delivering a written ten (10) day notice of intent to the vendor(s) or its representative(s). Said notification mailed to the vendor or its representatives via the US Postal Service, First Class Mail shall be considered sufficient and delivered.

Page 7 of 26

Page 8: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

SPECIFICATIONS AND BID PROPOSAL

FOR

MATERIALS FOR PREFABRICATED PRESTRESSED CONCRETE BRIDGE

SUPERSTRUCTURES & GUIDE RAIL SYSTEMS

CONSTRUCTION BY:

THE ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS

PROJECT LOCATION

1) Local Bridge #04-11 2) Local Bridge #10-01

BIN 2213850 BIN 3330060

Emerson Rd over CR 18 over

Trib. Canisteo River California Creek

Town of Almond Town of Bolivar

Allegany County Allegany County

3) Local Bridge #11-10

BIN 2214400

Narrows Road over

Slader Creek

Town of Burns

Allegany County

BID OPENING: January 23, 2019, 10:00 a.m.

Room # 210 - Allegany County Office Building

Belmont, New York 14813

Page 8 of 26

Page 9: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 2 of 10

SCOPE:

This specification presents requirements for pre-engineered longitudinal, panelized, prefabricated,

concrete superstructures and guide rail systems. The local Municipality will install the materials. Under

these specifications, the successful bidder will be required to submit plans and specifications for the

systems proposed, that are not contradicting to the existing Allegany County Department of Public

Works Generic Drawings. Awarding of this contract will be contingent upon review of such plans and

specifications by the Municipality's reviewing agency. The successful bidder shall be required to

furnish all materials, including a compatible asphalt impregnated membrane (Petrotac or Equal), steel

laminated elastomeric bearing pads and hardware required to construct the systems described in the

plans and specifications, and to deliver all materials (appropriately labeled with the local bridge

number) to the specified project site unless otherwise notified. All materials shall be ready for delivery

within eight (8) weeks from date of award unless otherwise planned with the Municipality after award is

made. In event materials are not ready for delivery when the Municipality needs them, the contractor

shall be subject to a charge of One Thousand Dollars ($1,000.00) per day, which sum shall be liquidated

damages.

QUALIFICATIONS OF BIDDERS: The Municipality may make such investigations as it deems necessary to determine the ability of the

bidder to perform the work, and the bidder shall furnish to the Municipality all such information and

data for this experience. Bidder shall submit with the bid, the name of the bridge manufacturer selected

for this proposal. The Municipality may reserve the right to reject any bid if the evidence submitted by

or investigation of such bidder fails to satisfy the municipality that such bidder is properly qualified to

carry out the obligations of the contract and the work contemplated therein.

MUNICIPALITY RESPONSIBILITY: Municipality shall provide for bridge erection with its own forces (unless noted otherwise), all right-of-

way easements, notify affected services, police, ambulance, fire protection etc. The Municipality shall

notify and bear the costs of any utility service relocations that may be required for this project.

Municipality shall bear the costs of backfilling new structures, final finished pavement, approach guide

rails, unloading and storage of materials.

CONTRACT LIMITS: Deck panel systems, bridge guide rail systems as specified, mechanical fasteners to join deck panels,

bridge seating and anchoring materials, compatible asphalt impregnated membrane (Petrotac or Equal),

steel laminated or plain elastomeric bearing pads as required, grout, hardware, fasteners, and bolts

shown in design required to complete the erection of these structures shall be provided by the successful

bidder. A Material Safety Data Sheet (MSDS) shall be provided for the membrane system.

Successful bidder shall provide technical advice during construction as required. Successful bidder shall

perform the post-tensioning operation of the assembled superstructure system as required by design.

Because of possible unforeseen circumstances associated with the Municipality’s ongoing construction

obligations, the Successful Bidder may be required to store and hold delivery of the superstructure

materials for a significant period. It shall be expected that delivery is at the Municipality’s convenience.

Payment will not be made until all materials are received and deemed satisfactory by the Municipality

under this contract.

Page 9 of 26

Page 10: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 3 of 10

DRAWINGS:

ALL BIDS SHALL INCLUDE PRELIMINARY DRAWINGS WITH PANEL SIZES, PANEL

WEIGHTS AND GUIDE RAIL SYSTEMS, also manufacturer's product information literature,

showing material and general appearance to the structures proposed. Ten (10) working days after bid

opening or after notification by the Municipality, the bidder shall furnish three (3) sets of shop

drawings, design calculations, and stamped summary sheets indicating inventory and operating

loads for approval. Upon approval, the bidder must then submit three sets of final drawings and

calculations, including a LEVEL I LOAD RATING, AND LOAD RATING SUMMARY

SHEETS, all stamped by a New York State Licensed Professional Engineer indicating that the

structure is designed to carry the following:

1) Dead Load: 150 pounds per cubic foot of concrete;

100 pounds per square foot of asphalt wearing surface;

2) Live Load: HL-93 Loading. Design must be approved by the County

**The Level I Load Rating described above shall be a Load Resistance Factor Ratings based on HL-93

loading, expressed as a rating factor.**

CONCRETE PANELIZED BRIDGE DECK & GUIDE RAIL REQUIREMENTS: A. The panelized bridge manufacturer shall be one regularly engaged in the business of

manufacturing concrete bridge members.

1) Bridges may be factory fabricated as far as practical by a fabricator with proven

experience in the manufacturing of precast and prestressed bridges. This experience shall

include full-scale product tests to AASHTO vehicle loadings, and references of existing

Department of Transportation Bridge Structures which have been furnished by bidder.

B. CODES & STANDARDS:

1) In addition to complying with all pertinent codes and regulations, materials and

installation procedures shall comply with the following:

a) American Association of State Highway Transportation Officials (AASHTO)

Standard Specifications for Highway Bridges, 17th

Edition, 2002, and as revised by

interim specifications.

b) New York State Department of Transportation (NYSDOT) Bridge Manual – US

Customary, 1st Edition with Addendum #3, April 2014 and as revised by interim

specifications.

c) New York State Department of Transportation (NYSDOT) Standard Specifications,

May 2008, with all revisions effective with the letting of September 01, 2015.

d) New York State Department of Transportation (NYSDOT) Prestressed Concrete

Construction Manual, September 2000

e) PCI – Precast Prestressed Concrete Short Span Bridges, 1980

Page 10 of 26

Page 11: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 4 of 10

TECHNICAL SPECIFICATIONS FOR CONCRETE DECKS,

RAILINGS & COMPATIBLE MEMBRANES

GENERAL: This contract is to supply and deliver prestressed concrete superstructures, guide railings and compatible

membranes, in accordance with the attached drawings and specifications.

PRODUCTS:

Concrete:

1) Concrete shall be designed to produce a minimum strength of 7000 psi at transfer and

10000 psi at 56 days. Concrete shall meet the requirements of NYSDOT Standard

Specifications, Section 718-06

2) Manufacture and quality control to be in accordance with:

a) All applicable ACI specs.

b) AASHTO standard specs for highway bridges.

c) NYSDOT Standard Specifications, Section 718

d) NYSDOT Prestressed Concrete Construction Manual (PCCM), September 2000

3) A 30% calcium nitrite corrosion inhibitor shall be added to the concrete mix at a rate of 5

gal./ cubic yd.

4) Top surface of all units shall be supplied with a smooth finish.

5) All surfaces shall be free from voids, honeycombs, depressions or projections.

6) Actual dimensions of concrete units to be supplied shall be shown on the submitted shop

drawings.

7) Accelerated or Non-Accelerated curing is acceptable, but must be clearly noted on the

shop drawings for approval.

8) Test cylinders shall be taken in a sufficient enough quantity to fulfill the concrete test

requirements.

9) Dimensions given on these drawings are for bidding basis. The Contractor must verify

all dimensions prior to beginning deck fabrication.

10) All concrete surfaces shall be coated with two (2) coats of a penetrating silane sealer as

stated in Sections 4.4 and 6.2 of the NYSDOT PCCM prior to delivery.

Page 11 of 26

Page 12: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 5 of 10

PRODUCTS:

Waterproofing Membrane:

1) The membrane waterproofing system shall be a preformed sheet of the size to completely

cover the concrete deck surface. The membrane shall be a Petrotac Preformed System

or Equal; and shall be compatible with the concrete deck. The type of system proposed

shall be included with the bid package; and a statement by the membrane manufacturer

shall be required before the delivery of the material stating that the proposed system is

compatible with the type of deck and the asphalt overlay to be installed.

Elastomeric Bearing Pads:

1) Only Plain Elastomeric (Type E.P.) or Steel Laminated Elastomeric (Type E.L.) bearings

shall be used. All elastomeric bearings shall be supplied to the size requirements as

outlined in the stamped shop drawings.

Prestressing Strands:

1) Only 270 ksi Low-Relaxation Prestressing Steel Strand shall be used. Strand diameter

shall be 0.6 inch. Strand properties shall comply with ASTM A416.

STRUCTURE DESIGN SPECIFICATIONS:

1) Bridge superstructures and guide rail systems shall be designed in accordance with good

engineering practices and current standard specifications as adapted by the American

Association of State Highway & Transportation Officials (AASHTO). Design to be

longitudinal, panelized system.

2) The superstructures shall be designed to carry the following loads:

a) Dead Load: 150 lbs. per cubic foot of concrete and 100 lbs. per square foot of asphalt

wearing surface.

b) Live Load: HL-93 loading

3) An acceptable bridge deck drainage system shall be provided, taking into account that the

bridge deck may be paved with up to five inches (5”) of asphalt at the curb/rail line.

4) Successful Bidder shall supply through-panel dowel holes to allow for panel to abutment

connection. Dowel holes shall be located at centerline of bearing and designed by

successful bidder. Coordination shall be made with county as to which type of dowel to

provide for each bridge awarded.

5) If applicable, NEXT Beam Superstructures shall utilize end diaphragms that will also

serve as integral backwalls similar to “End diaphragm Detail w/o Approach Slab” shown

in PennDOT Drawing No. 09-602-BQAD, Rev. 1 (sheet 2 of 2).

Page 12 of 26

Page 13: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 6 of 10

STRUCTURE DESIGN SPECIFICATIONS: (Continued from Previous Page)

5) Structures, Dimensions and Data: Unless noted otherwise below, Successful Bidder

shall determine number of beams per bridge and individual beam width per the

following: Each bridge shall be designed symmetric about its centerline. Even or odd

beam counts are allowed. The centerline of the structure shall fall at a joint between

adjacent beams or at the center of the center beam. (Also, see accompanying sketches.)

Structure #1:

LOCAL BRIDGE # 04-11

EMERSON ROAD, TOWN OF ALMOND, B. I. N. 2213850

a) STRUCTURAL SPAN: 34’6” (C/L of Bearings to C/L of Bearings)

b) Total Length: 36’ Length may require second crane and slider beam. TBD by supplier.

c) Width: 24’ minimum clear roadway width face of rail to face of rail.

d) Skew: 2° Left Forward

Structure #2:

LOCAL BRIDGE # 10-01

COUNTY ROAD 18, TOWN OF BOLIVAR, B. I. N. 3330060

a) STRUCTURAL SPAN: 61’ (C/L of Bearings to C/L of Bearings)

b) Total Length: 62’6” Length may require second crane and slider beam. TBD by

supplier. c) Width: 30’ minimum clear roadway width face of rail perpendicular to face of rail.

d) Skew: 45° Left Forward

Structure #3(a):

LOCAL BRIDGE # 11-10

NARROWS ROAD, TOWN OF BURNS, B. I. N. 2214400

a) STRUCTURAL SPAN: 61’ (C/L of Bearings to C/L of Bearings)

b) Total Length: 62’6” Length may require second crane and slider beam. TBD by

supplier. c) Width: 24’ minimum clear roadway width face of rail perpendicular to face of rail.

d) Skew: 45° Left Forward

Structure #3(b):

LOCAL BRIDGE # 11-10

NARROWS ROAD, TOWN OF BURNS, B. I. N. 2214400

a) STRUCTURAL SPAN: 61’ (C/L of Bearings to C/L of Bearings)

b) Total Length: 62’6” Length may require second crane and slider beam. TBD by

supplier. c) Width: 27’ minimum clear roadway width face of rail perpendicular to face of rail.

d) Skew: 45° Left Forward

Page 13 of 26

Page 14: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 7 of 10

6) Minimum Precast unit depth shall be 15 inches for all structures.

7) GUIDE RAIL SYSTEMS:

Structure(s) shall be provided with Top Mounted, Double Box Beam Bridge Rail

Curbless for Low Volume Bridges installed the full length of each side of the bridge.

These systems shall meet NYSDOT’s specifications and guidelines for adjacent precast

box beams and voided slabs with a curbless rail system application with HL-93 loading.

(See NYSDOT BD-RL3E, BD-RL4E, & BD-RL5E standard sheets for details)

a) Bridge Rail system shall be shipped pre-assembled and attached to the fascia

beams.

b) Height, from ultimate five inch (5”) asphalt wearing surface to top of railing post

shall be as required per AASHTO. Bridge Railing post spacing shall be 10’

maximum on center for this system (spacing shall be shown on submittals).

c) The Successful Bidder shall supply all required splice connectors (“A”, “B”, “C”, &

“D” per BD-RL4E) with connection hardware for approach transitions.

MATERIALS:

1) Hardware

a) Successful Bidder shall provide all connection steel and hardware for joining bridge

members to each other and to their supports, including deck to abutment connection,

transverse tendons, and bridge rail connections. Coordination shall be made with the

County to determine which type of anchor dowel to provide for each structure awarded.

(Plain rebar dowel or double nut A449 all-thread)

b) Successful Bidder shall open and inspect all outsourced packaged hardware and

appurtenances required for the assembly of the structure prior to delivery to the County. If

hardware and appurtenances do not match what is shown in the shop drawings they shall be

replaced or corrected by the Successful Bidder prior to delivery to the County.

c) All hardware shall be galvanized steel ASTM A325 or A572 Gr. 50 minimum strength.

d) SUCCESSFUL BIDDER SHALL PROVIDE A MINIMUM OF FIVE PERCENT

(5%) OVERAGE ON ALL HARDWARE NECESSARY FOR ERECTION BY THE

MUNICIPALITY (BOLTS, NUTS, WASHERS, CONNECTORS, CLIPS, ETC.)

2) Guide Rail All guide rail components shall be hot dipped galvanized to AASHTO Type II specifications.

3) Compatible Asphalt Impregnated Membrane: Petrotac or Equivalent

4) All Components (or their containers): Shall be labeled with the Local Bridge Number.

5) Elastomeric Bearing Pads: Plain Elastomeric Bearing Pads (Type E.P.) shall meet the requirements of NYSDOT Section 716-10. Steel Laminated Elastomeric Bearing Pads (Type E.L.) shall meet the requirements of NYSDOT Section 716-11.

Page 14 of 26

Page 15: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 8 of 10

EXECUTION:

1) Delivery of the materials will be coordinated with Allegany County. A minimum of

twenty four (24) hours notice will be given by the County prior to the delivery of all

materials. All deliveries shall be made between 7:00 a.m. and 3:00 p.m., Monday

thru Thursday and shall be made to site for immediate off-load onto abutments. A

representative of the County will make inspection of the materials upon delivery. Until

the inspection is made and the materials are unloaded from the truck in a location

specified by the County, any damage will be the responsibility of the Successful Bidder.

All panels shall be placed on 2" stickers for ease of unloading.

2) Instructions for the application of the membrane waterproofing system shall be included

with the material. Technical assistance shall be available from the manufacturer by

telephone.

3) As part of the delivery, the Successful Bidder shall provide a second crane with operator,

dunnage/blocking and rigging for said crane, and slider beam for the erection of Structure

if needed. The cost of providing said crane/operator and slider beam shall be included in

the bid price for that structure.

4) As part of the delivery, the Successful Bidder shall provide a crane of sufficient capacity

to erect the adjacent beams unassisted. Said crane shall include an operator and any

necessary dunnage/blocking and rigging. The cost of providing the appropriate

crane/operator shall be included in the corresponding bid prices for those structures.

5) The Successful Bidder shall provide bagged grout in sufficient quantity to fill the shear

keys meeting the requirements of section 4.5.2 of the NYSDOT Prestressed Concrete

Construction Manual.

6) The Successful Bidder shall provide post-tensioning services for each structure awarded.

7) On superstructures where the bridge railing is erected and installed by the Successful

Bidder prior to delivery, railing elements shall be inspected to ensure that they are

installed correctly corresponding to the direction of traffic adjacent to the railing element. CONCRETE BRIDGE SYSTEM TEST REQUIREMENTS: 1) Deck: As per AASHTO with vehicle wheel load configuration. 2) Guide railing: Lateral loading as per AASHTO. 3) Deck & Rail Assembly: Two-Lane vehicle wheel load configuration.

Page 15 of 26

Page 16: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES & GUIDERAIL SYSTEMS

Page 9 of 10

DEVIATION FROM SPECIFICATIONS: Any deviation from these specifications must be fully explained in writing and is subject to the approval of the County. Deviation from specifications may result in rejection of the bid. A non-collusive bidding certification must be executed and accompany each bid proposal. NOTICE TO BIDDERS: All bids must be received by the Allegany County Department of Public Works by 10:00 a.m., January 23, 2019. Bids will be opened at that time in Room # 210, Allegany County Office Building, Belmont, New York. Bids submitted shall remain open and in effect for 120 days from date of opening or until awarded. The Allegany County Department of Public Works reserves the right to reject any or all bids and to accept the bid(s) determined to be in the best interest of the County. INFORMATION FOR BIDDERS AND CONDITIONS AND REQUIRMENTS APPPLICABLE TO ALL BIDS AND AWARDS By submitting a bid the bidder certifies and agrees as follows:

1. that it will maintain normal business hours during the time in which the material bid will be

needed by the County. Bidders agree that normal business hours shall mean 8:00 AM to

4:00PM. Bidders also acknowledge and agree that on some occasions it may be necessary to

remain open before or beyond normal business hours in order to provide the County with the

material bid.

2. that all materials proposed or materials supplied by the bidder to the County shall conform to the

requirements set forth in Standard Specifications, Construction and Materials manual published

by the New York State Department of Transportation, Office of Engineering, 2008 or to any

other standard or standards for such materials or sources of materials specifically set forth in

these specifications. If the materials bid or the source of the materials bid are subject to

certification or approval by the New York State Department of Transportation for materials or

sources of materials which are purchased by the State of New York, the bidder certifies that the

materials bid or proposed and/or the source of such materials are currently approved and/or

certified by the New York State Department of Transportation for use by the State of New York

and the bidder shall furnish with his bid proof of such current approval or certification.

3. that the Allegany County Superintendent of Public Works may order tests of the materials

proposed by a bidder or supplied by a successful bidder, at any time, and that the costs of such

testing shall be the responsibility of the bidder and/or successful bidder as the case may be. That

the bidder and/or the successful bidder agrees to pay the costs of any such tests when presented

with an invoice by Allegany County or by the testing entity.

Page 16 of 26

Page 17: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

Page 10 of 10

ALLEGANY COUNTY DPW JANUARY 23, 2019

BID PROPOSAL FOR

PRESTRESSED CONCRETE BRIDGE SUPERSTRUCTURES

AND GUIDE RAIL SYSTEMS IMPORTANT: *ALL ENTRIES ARE TO BE TYPED* (Except #3) 1) Selected Concrete Bridge Manufacturer: 2) Legal Name of Bidding Firm: 3) Signature of Representative: (Submitting the Bid) 4) Title of Representative: 5) Address of Bidding Firm: 6) Phone number of Bidding Firm: 7) Fax number of Bidding Firm: 8) Tax Identification Number of Bidding Firm: I. Total Bid Price for Local Bridge # 04-11 $ (with appropriate Crane and Slider Beam if necessary) DELIVERY DATE OF ALL BRIDGE COMPONENTS (Must be ready by 04/15/19) II. Total Bid Price for Local Bridge #10-01 $ (with appropriate Crane and Slider Beam if necessary) DELIVERY DATE OF ALL BRIDGE COMPONENTS III(a). Total Bid Price for Local Bridge #11-10 (24’wide) $ (with appropriate Crane and Slider Beam if necessary) III(b). Total Bid Price for Local Bridge #11-10 (27’wide) $ (with appropriate Crane and Slider Beam if necessary) DELIVERY DATE OF ALL BRIDGE COMPONENTS (Only one option will be selected for purchase) All bids to be received by the Allegany County Department of Public Works by 10:00 a.m., January 23, 2019.

Bids will be opened at that time in Room # 210, Allegany County Office Building, Belmont, New York. The

Allegany County Department of Public Works reserves the right to reject any or all bids and to accept the bid(s) it

determines to be in the best interest of the County.

W:\My Documents\2019 Bridge Bids\Prestressed Deck Bid Specs 2019.docx

GRJ:thw

11/15/2018

Page 17 of 26

Page 18: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

NON-COLLUSIVE BIDDING CERTIFICATION

By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief:

1. The prices is this bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor;

2. Unless otherwise required by law, the prices which have been quoted in

this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and

3. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, a bid for the purpose of restricting competition.

_______________________________ Name of Bidder _______________________________ Signature of Bidder _______________________________ Date

Subscribed and sworn to before me This_____day of _________, 20___ ____________________________ Notary Public Note: If bidder is a corporation, the corporate name and title of officer signing must be stated.

Page 18 of 26

Page 19: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

HOLD HARMLESS CLAUSE

The agent shall at all times defend, indemnify and hold harmless the County of Allegany and its employees from any and all claims, damages or judgments or for the defense or payment thereof, based on any claim, action or cause of action whatsoever, including any action for libel, slander or personal injury, or any affiliated claims, by reason of any act or failure to properly act on the part of Agent and in particular as may arise from the performance under this contract. Such obligation to the County shall not be construed to negate, abridge or reduce other rights of indemnity which would otherwise exist. This provision shall supersede any other provision in this Agreement deemed to be in conflict, unless specifically stated otherwise. In the event of an injury by the subcontractor or its employees, they shall cause notice to be served upon the County within twenty-four (24) hours of any such injury.

PLEASE PRINT OR TYPE:

Company Name: _____________________________________________________

Company Address: ___________________________________________________

Name: ____________________________________ Title: ____________________

Signature: _________________________________ Date: ____________________

Telephone No: ______________________ Fax No: _________________________

Federal Employee ID#_________________________________________

Bid Name:____________________________________________________________

Page 19 of 26

Page 20: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

IRANIAN ENERGY SECTOR DIVESTMENT

1. Contractor/proposer hereby represents that said contractor/proposer is in compliance with New York State General Municipal Law Section 103-g entitled “Iranian Energy Sector Divestment”, in that said contractor/proposer has not

a. Provided goods or services of $20 million or more in the energy sector of Iran

including but not limited to the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran; or

b. Acted as a financial institution and extended $20 million or more in credit to another person for forty-five (45) days or more, if that person’s intent was to use the credit to provide goods or services in the energy sector in Iran.

2. Any contractor/proposer who has undertaken any of the above and it identified on a list

created pursuant to Section 165-a (3) (b) of the New York State Finance Law as a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law.

3. Except as otherwise specifically provided herein, every contractor/proposer submitting a

bid/proposal in response to this request for bids/request for proposals must certify and affirm the following under penalties of perjury:

a. “By submission of this bid, each bidder and each person signing on behalf of any bidder certifies and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief, that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a (3) (b).”

Allegany County will accept this statement electronically in accordance with the provisions of Section 103 of the General Municipal Law.

4. Except as otherwise specifically provided herein, any bid/proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the bidder/proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The County reserves its rights in accordance with General Municipal Law Section 103-g to award the bid/proposal to any bidder/proposer who cannot make the certification, on a case-by-case basis under the following circumstances:

a. The investment activities in Iran were made before April 12, 2012, the investment

activities in Iran have not been expanded or renewed after April 12, 2012 and the bidder/proposer has adopted, publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or

b. The County of Allegany has made a determination that the goods or services are necessary for the County to perform its functions and that, absent such an exemption, the County of Allegany would be unable to obtain the goods or

Page 20 of 26

Page 21: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

services for which the bid/proposal is offered. Such determination shall be made by the County in writing and shall be a public document.

______________________________ ________________________________ Signature Title ______________________________ ________________________________ Company Name Date State of New York) County of Allegany) ss: On the _________day of ____________________in the year ____________before me, the undersigned, personally appeared_______________________________________, personally known to me or proved to me on the basis on satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his /her/their capacity (ies) and that by his/her/their signature(s) on the instrument, the individual(s) or the person upon behalf of which the individual (s) acted, executed as instrument. ___________________________________ Notary Public

Page 21 of 26

Page 22: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

ALLEGANY COUNTY STANDARD INSURANCE REQUIREMENTS

Insurance shall be procured and certificates of Insurance delivered to the County Attorney’s Office, the County department responsible for the agreement, and the Clerk of the County Board of Legislators prior to commencement of work or delivery of merchandise or equipment. The Certificates of Insurance shall be made to the County of Allegany, County Office Building, 7 Court Street, Belmont, New York 14813 must comply with all coverage specifications of the contract; and must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York. The “ACORD” form certificate may be used, provided the following two additions are added to the form verbatim:

A. ACKNOWLEDGMENT: The insurance companies providing these coverages acknowledge that the named insured is entering into a contract with Allegany County in which the named insured agrees to defend, hold harmless, and indemnify the County, its officials, employees and agents against all claims resulting from work performed, material handled and services rendered. The contractual liability coverage evidenced above covers the liability assumed under the County-Contractor agreement. B. Prior to non-renewal or cancellation of these policies, at least thirty (30) days advance written notice shall be given to Allegany County Attorney’s Office and the County Department requesting this certificate before such change shall be effective, except that five (5) days advance written notice shall be sufficient for Certificates from the State Worker’s Compensation Fund.

MINIMUM COVERAGE LIMITS ARE AS FOLLOWS:

Policy Construction and

Maintenance

Professional Services

Property Leased to Others or Use of Facilities or Grounds

Concessionaires Services

Livery Services All Purposes Public Entity Contracts

Comp. Gen. Liab* $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL

Prem. & Ops. INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Prods/Compl Ops INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Independent Cont INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Contractual INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Broad Form P.D. INCLUDE

X.C.U INCLUDE

Personal Injury INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Liquor Law INCLUDE

Host Liquor INCLUDE

Auto Liability $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL $1,000,000 CSL

Owned INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Hired INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Non-owned INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE INCLUDE

Excess Umbrella Liability *

$2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000

Worker’s Compensation & Employers Liability

STATUTORY STATUTORY STATUTORY STATUTORY STATUTORY

Disability Benefits

STATUTORY STATUTORY STATUTORY STATUTORY STATUTORY

Professional Liab.

$1,000,000

Allegany County shall be named as additional named insured on all policies for purposes of coverage but not the payment of premium. *The comprehensive general liability can be met by one or more policies or in combination with an excess umbrella liability policy. No umbrella policy is required if underlying coverage is at least $2,000,000. Bid specifications or particular contracts, leases or agreements may require alternative coverage and limits, which must be evidenced on the certificate in lieu of the coverages specified above. The expiration date for any claims made policy must be at least ninety (90) days after the expiration of the contract for services or final delivery of any products.

Page 22 of 26

Page 23: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

Page 23 of 26

AutoCAD SHX Text
Town Of:
AutoCAD SHX Text
Prepared By:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
THW
AutoCAD SHX Text
Not to Scale
AutoCAD SHX Text
11/15/2018
AutoCAD SHX Text
Emerson Road over
AutoCAD SHX Text
Almond
AutoCAD SHX Text
B.I.N. 2213850
AutoCAD SHX Text
Local Bridge #04-11
AutoCAD SHX Text
Trib. to Canisteo River
AutoCAD SHX Text
34'-6" C of bearings
AutoCAD SHX Text
36'-0"
AutoCAD SHX Text
L
AutoCAD SHX Text
Railing Posts, 10' C/C Max.
AutoCAD SHX Text
(Typical both sides)
AutoCAD SHX Text
2' (typ)
AutoCAD SHX Text
1'Min./
AutoCAD SHX Text
2'Max.
AutoCAD SHX Text
24' Min. Face of Rail to Face of Rail
AutoCAD SHX Text
(# of beams shown for reference only, actual # TBD)
AutoCAD SHX Text
2%%D Left
AutoCAD SHX Text
Forward
AutoCAD SHX Text
Skew
Page 24: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

Page 24 of 26

AutoCAD SHX Text
Town Of:
AutoCAD SHX Text
Prepared By:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
THW
AutoCAD SHX Text
Not to Scale
AutoCAD SHX Text
11/15/2018
AutoCAD SHX Text
County Road 18 over
AutoCAD SHX Text
Bolivar
AutoCAD SHX Text
B.I.N. 3330060
AutoCAD SHX Text
Local Bridge #10-01
AutoCAD SHX Text
California Creek
AutoCAD SHX Text
61' C of bearings
AutoCAD SHX Text
62'-6"
AutoCAD SHX Text
45%%D Left
AutoCAD SHX Text
30' Min. Face of Rail to Face of Rail
AutoCAD SHX Text
(# of beams shown for reference only, actual # TBD)
AutoCAD SHX Text
Forward Skew
AutoCAD SHX Text
L
AutoCAD SHX Text
10' Maximum Spacing
AutoCAD SHX Text
(Typical both sides)
AutoCAD SHX Text
1' Min./2' Max.
AutoCAD SHX Text
2' Overhang (typ)
Page 25: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

Page 25 of 26

AutoCAD SHX Text
Town Of:
AutoCAD SHX Text
Prepared By:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
THW
AutoCAD SHX Text
Not to Scale
AutoCAD SHX Text
11/15/2018
AutoCAD SHX Text
Narrows Road over
AutoCAD SHX Text
Burns
AutoCAD SHX Text
B.I.N. 2214400
AutoCAD SHX Text
Local Bridge #11-10
AutoCAD SHX Text
Slader Creek
AutoCAD SHX Text
61' C of bearings
AutoCAD SHX Text
62'-6"
AutoCAD SHX Text
45%%D Left
AutoCAD SHX Text
24' Min. Face of Rail to Face of Rail
AutoCAD SHX Text
(# of beams shown for reference only, actual # TBD)
AutoCAD SHX Text
Forward Skew
AutoCAD SHX Text
L
AutoCAD SHX Text
10' Maximum Spacing
AutoCAD SHX Text
(Typical both sides)
AutoCAD SHX Text
1' Min./2' Max.
AutoCAD SHX Text
2' Overhang (typ)
AutoCAD SHX Text
OPTION A
Page 26: NOTICE TO BIDDERS · requested receipt of bid documents, timely or otherwise. c. Receipt of these documents, unsolicited or otherwise, shall not be construed a predetermination of

Page 26 of 26

AutoCAD SHX Text
Town Of:
AutoCAD SHX Text
Prepared By:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
THW
AutoCAD SHX Text
Not to Scale
AutoCAD SHX Text
11/15/2018
AutoCAD SHX Text
Narrows Road over
AutoCAD SHX Text
Burns
AutoCAD SHX Text
B.I.N. 2214400
AutoCAD SHX Text
Local Bridge #11-10
AutoCAD SHX Text
Slader Creek
AutoCAD SHX Text
61' C of bearings
AutoCAD SHX Text
62'-6"
AutoCAD SHX Text
45%%D Left
AutoCAD SHX Text
27' Min. Face of Rail to Face of Rail
AutoCAD SHX Text
(# of beams shown for reference only, actual # TBD)
AutoCAD SHX Text
Forward Skew
AutoCAD SHX Text
L
AutoCAD SHX Text
10' Maximum Spacing
AutoCAD SHX Text
(Typical both sides)
AutoCAD SHX Text
1' Min./2' Max.
AutoCAD SHX Text
2' Overhang (typ)
AutoCAD SHX Text
OPTION B