HomeMy WebLinkAboutBID - 10167 Concrete Products
ITB 10167 Concrete Products
Page 1 of 11
INVITATION TO BID
10167 CONCRETE PRODUCTS
BIDS DUE: 3:00 PM MT (our clock), June 13, 2025
The City of Fort Collins Light and Power Utility is requesting bids from approved suppliers for
supplying Flowable Fill (a.k.a. Non-Yielding), Ready Mix Concrete, Slurry Concrete, Sand and
Water Mix and Pumpable Flowable Fill in accordance with Specification 366-501, attached hereto
as Exhibit A and incorporated by this reference.
Rocky Mountain E-Purchasing System hosted by BidNet
As part of the City’s commitment to Sustainable Purchasing, electronic bid submission is required.
Bids shall be submitted online through the Rocky Mountain E-Purchasing System (RMEPS) at
http://www.bidnetdirect.com/colorado/city-of-fort-collins. Please note: submitting bids through
RMEPS may need additional time for completion. Bids not submitted by the designated Opening
Date and Time will not be accepted by the system.
A copy of the Bid may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Any additional questions should be submitted, in writing via email, to JD McCune, Senior
Buyer at jmccune@fcgov.com, no later than 3:00 PM MT (our clock) on May 27, 2025.
Please format your e-mail to include: ITB 10167 Concrete Products in the subject line. Questions
received after this deadline may not be answered. Responses to all questions submitted before
the deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing
System webpage.
Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the
provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy “sexual orientation” means a
person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages
in protected activity. Protected activity includes an employee complaining that he or she has been
discriminated against in violation of the above policy or participating in an employment
discrimination proceeding.
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
fcgov.com/purchasing
ITB 10167 Concrete Products
Page 2 of 11
The City requires its Service Providers to comply with the City’s policy for equal employment
opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement
applies to all third-party Service Providers and their subcontractors/subconsultants at every tier.
Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records
Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject
to public disclosure by the City pursuant to CORA and City ordinances. Service Providers may
submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this
version of the proposal, Service Providers may redact text and/or data that it deems confidential
or proprietary pursuant to CORA. All pricing will be considered public records subject to
disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC
VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a
waiver of any claim of confidentiality under CORA without regard to how the applicant’s
proposal or certain pages of the proposal are marked confidential, proprietary, or similar. Such
statement does not necessarily exempt such documentation from public disclosure if required
by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally,
under CORA, trade secrets, confidential commercial information and financial data information
may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’
in their entirety. By responding to this RFP, Service Providers hereby waives any and all claims
for damages against the City for the City’s good faith compliance with CORA. All provisions
and pricing of any contract resulting from this request for proposal will be public
information.
Special Instructions
All bids must be properly signed by an authorized representative of the company with the legal
capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour
set for closing. Once bids have been accepted by the City and closing has occurred, failure to
enter into contract or honor the purchase order will be cause for removal of supplier's name from
the City of Fort Collins' bidders list for a period of twelve months from the date of the opening.
The City may also pursue any remedies available at law or in equity.
Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained
in the City's specifications initially provided to the Service Provider. Any proposed modification
must be accepted in writing by the City prior to award of the bid.
Only bids properly received by the Purchasing Office will be accepted. All bids should be
clearly identified by the bid number and bid name contained in the bid proposal.
No bid will be accepted from, or any purchase order awarded, to any person, firm or corporation
in default on any obligation to the City.
Bids must be furnished exclusive of any federal excise tax, wherever applicable.
Service Providers must be properly licensed and secure necessary permits wherever applicable.
The City may elect where applicable to award bids on an individual item/group basis or on a total
bid basis, whichever is most beneficial to the City. The City of Fort Collins reserves the right to
split the Bid award to multiple Service Providers as deemed by the City to be most advantageous.
The City reserves the right to accept or reject any and all bids, and to waive any irregularities or
informalities.
ITB 10167 Concrete Products
Page 3 of 11
Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity, favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All
freight charges must be included in the unit prices submitted.
Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and
reported to authorities as such. Your authorized signature of this bid assures that such bid is
genuine and is not a collusive or sham bid.
Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow
other state and local governmental agencies, political subdivisions, and/or school districts to
utilize the resulting award under all terms and conditions specified and upon agreement by all
parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in
the current term or in any future terms.
Service Provider Registration: The City requires new Service Providers receiving awards from
the City to submit IRS form W-9 and requires all Service Provider to accept Direct Deposit
(Electronic) payment. If needed, the W-9 form and the Service Provider Direct Deposit
Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing
under Service Provider Reference Documents. Please do not submit these documents with
your proposal, however, if you take exception to participating in Direct Deposit (Electronic)
payments please clearly note such in your proposal as an exception. The City may waive the
requirement to participate in Direct Deposit (Electronic) payments at its sole discretion.
Bid results are posted online at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Gerry Paul
Purchasing Director
ITB 10167 Concrete Products
Page 4 of 11
CITY OF FORT COLLINS
GENERAL INFORMATION
The City of Fort Collins Light and Power Utility is requesting bids from approved suppliers for
supplying Flowable Fill (a.k.a. Non-Yielding), Ready Mix Concrete, Slurry Concrete, Sand and
Water Mix and Pumpable Flowable Fill in accordance with Specification 366-501, attached hereto
as Exhibit A.
Schedule
The following represents the City’s target schedule for the bid. The City reserves the right to
amend the target schedule at any time.
• Bid issuance: May 12, 2025
• Question deadline: 3:00 PM MT on May 27, 2025
• Addendum Due: June 3, 2025
• Bid Due Date: 3:00 PM MT (our clock) on June 13, 2025
Method of Award
The City may elect to award each material individually, by line item or as a total package, or to all
Service Providers responding, whichever is in the best interest of the City. Additionally, each
material may be split between two or more Bidders.
Award(s) from this bid will be based primarily on lowest bid price. Delivery lead times and
exceptions taken will also be considered.
Satisfactory pricing and delivery are required for future orders based on this bid.
Included in this Invitation to Bid is a sample Agreement that the City intends to use for
obtaining the Services of the Service Provider, attached as Exhibit B. The Service Provider
is required to review this Agreement and indicate any objections to the terms of the
Agreement. If revisions to the Agreement terms are requested, provide suggested
revisions with the Bid Submittal.
The initial Agreement will be effective for a period of one (1) year. At the sole option of the City,
the Agreement may be extended for additional one (1) one-year periods for up to two (2) additional
one (1) year periods. Renewals and pricing changes shall only be negotiated and agreed to by
both parties at the time of renewal. Written notice of renewal shall be provided to the Service
Provider and mailed no later than thirty (30) days prior to the Agreement expiration date.
Invoices & Payments
Invoices should be emailed monthly or after a shipment to invoices@fcgov.com with a copy to the
Project Manager. The cost of the item(s) delivered shall be paid to the Service Provider each
month following the submittal of a correct invoice. Service Provider should include Purchase
Order Number and a detailed description of item(s) on each invoice submitted. The City pays
invoices on Net 30 terms.
ITB 10167 Concrete Products
Page 5 of 11
Laws and Regulations
The Service Provider agrees to comply fully with all applicable local, State of Colorado, and
Federal laws and regulations and municipal ordinances to include American Disabilities Act
(ADA).
Fees, Licenses, Permits
The successful Service Provider(s) shall be responsible for obtaining any necessary licenses,
fees or permits without additional expense to the City. All vehicles and equipment shall be
properly licensed and insured, carry the appropriate permits and be placarded as required by law.
Insurance
Service Provider(s) are responsible for providing the City with insurance as required in the
attached Agreement.
Dust Control
The Service Provider shall abide by the City of Fort Collins “Dust Control and Prevention Manual,”
which is available for public download at https://www.fcgov.com/airquality/pdf/dust-prevention-
and-control-manual.pdf, and is incorporated herein by this reference. The City of Fort Collins has
implemented this manual for all projects performed for the City of Fort Collins or located within
the City of Fort Collins City limits.
ITB 10167 Concrete Products
Page 6 of 11
CONCRETE REQUIREMENTS
SPECIFICATIONS AND APPROVED SERVICE PROVIDERS:
The City of Fort Collins Light and Power Utility (City) requires all firms supplying Flowable Fill
(a.k.a. Non-Yielding), Ready Mix Concrete, Slurry Concrete, Sand and Water Mix and
Pumpable Flowable Fill to conform to the attached Exhibit A, Material Specification #366-501.
An important aspect of the specifications is Section 7.0 Requirements to be an Approved
Supplier (prequalification). Due to the extensive test data, certification of the supplier's plant,
and references requested, only those Suppliers listed on Appendix A Approved Suppliers
Specification 366-501 may bid these requirements. All Approved Suppliers must be located
within 10 miles of Fort Collins' urban growth area.
Firms wishing to be approved for future work can submit all required documentation for approval
at any time. The City will analyze the documentation and determine the firm's status of
approval. The firm will be notified immediately of their status, however firms not currently
approved by the City will not be eligible for this ITB..
Delivery Time: Service Provider must deliver concrete a minimum of 2 hours and a maximum
of 24 hours after the order is called in, unless agreed otherwise by the City. The City will give
Service Provider as much time as possible for large deliveries. Please reference Section 4.0 of
Material Specification #366-501 for more details about delivery requirements.
Admixtures: Due to the detailed specifications for these materials, there will be no adders bid
for admixtures.
ITB 10167 Concrete Products
Page 7 of 11
CITY OF FORT COLLINS
10167 BID SUBMITTAL INSTRUCTIONS
The following items must be provided in the bid submittal package:
• Bid Schedule Form: The Bid Schedule Form is provided as a separate
document in word format as an attachment in Bidnet, or in PDF format in the
Solicitation document. Please only fill out one version of the Bid Submittal. One
version must be filled out completely to be considered responsive for this Bid.
• References: Form is provided as a separate document in word format, or in
PDF format in the Solicitation document, Please only fill out one version. One
version must be filled out completely to be considered responsive for this Bid.
• Service Provider Acknowledgement: The Acknowledgement Form is provided
as a separate document in word format, or in PDF format in the Solicitation
document. Please only fill out one version. One version must be filled out
completely to be considered responsive for this Bid.
Failure to submit any of the above may result in your bid being considered non-responsive.
ITB 10167 Concrete Products
Page 8 of 11
10167 CONCRETE PRODUCTS
BID SUBMITTAL FORM
SERVICE PROVIDER NAME: ___________________________________________________
BID SCHEDULE
A. Pricing
Cost of material includes batching, handling and delivery (within the Fort Collins urban
growth area).
See attached Material Specification 366-501 for complete specifications.
1. Flowable-Fill (a.k.a. Non-yielding) Backfill, 3/8” $____________/cy
2. Ready-Mix Concrete, ¾” (#57/67) $____________/cy
3. Slurry, 5/8” $____________/cy
4. Sand and Water $____________/cy
5. Pumpable Flowable Fill 5/8” (#57/67) $____________/cy
B. Delivery
Over 5 miles from urban growth area of Fort Collins, not in the mountains, ADD $_________
per load mile.
Over 5 miles from urban growth area of Fort Collins, in mountains, ADD $_________ per
load mile.
List the volume (cy) of a full load for the various sizes of trucks available.
Additional charges if less than full load is $ cy/load.
Additional charges for weekends or nighttime $ cy/load.
ITB 10167 Concrete Products
Page 9 of 11
REFERENCES
Client:
Contact
Name: Title:
Phone: Email:
Please note: The City reserves the right to request and contact additional references.
ITB 10167 Concrete Products
Page 10 of 11
ACKNOWLEDGEMENT
Service Provider hereby acknowledges receipt of the City of Fort Collins Bid and
acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and
other provisions set forth in 10167 Concrete Products as otherwise noted. Additionally,
Service Provider hereby makes the following representations to City:
a. All of the statements and representations made in this proposal are true to the best of the
Service Provider’s knowledge and belief.
b. Service Provider commits that it is able to meet the terms provided in this Invitation to Bid.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Service Provider further agrees that the method of award is acceptable.
e. Service Provider acknowledges receipt of addenda.
f. Service Provider acknowledges no conflict of interest.
g. Public Viewing Copy: The City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted
hereunder are subject to public disclosure by the City pursuant to CORA and City
ordinances. Service Providers may submit one (1) additional complete proposal clearly
marked “FOR PUBLIC VIEWING.” In this version of the proposal, Service Providers
may redact text and/or data that it deems confidential or proprietary pursuant to CORA.
All pricing will be considered public records subject to disclosure under CORA and as
such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the
proposal. Failure to provide a public viewing copy will be considered a waiver of any
claim of confidentiality under CORA without regard to how the applicant’s proposal or
certain pages of the proposal are marked confidential, proprietary, or similar. Such
statement does not necessarily exempt such documentation from public disclosure if
required by CORA, by order of a court of appropriate jurisdiction, or other applicable law.
Generally, under CORA, trade secrets, confidential commercial information and financial
data information may not be disclosed by the City. Proposals may not be marked
“Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Service
Providers hereby waives any and all claims for damages against the City for the City’s
good faith compliance with CORA. All provisions and pricing of any contract
resulting from this request for proposal will be public information.
ITB 10167 Concrete Products
Page 11 of 11
Legal Firm Name:
Remit to Address:
Name of Authorized Agent of Firm:
Email of Authorized Agent of Firm:
Signature of Authorized Agent:
Title: Email Address:
Phone: Cell Phone:
THE CITY OF FORT COLLINS
UTILITIES
Electric Department
P.O. Box 580
Fort Collins, CO 80522
SPECIFICATION NO: 366-501, Revision K
TITLE: Material Specification for Ready Mix Concrete, Slurry Concrete,
Flowable Fill (a.k.a. Non-Yielding) Backfill, and Sand and Water Mix
UPDATED BY:
Christian Gottschalk
Standards Engineering
APPROVED BY:
Jim Spaulding
Standards Engineering Lead
ORIGINATED: April 10, 1990
LAST REVISED: May 9, 2025
EXHIBIT A
Rev. K
REVISION DESCRIPTIONS
REVISION DESCRIPTION APPROVED
REVISION
• Change Flow-Fill backfill spec for 28 day compressive strength 4-10-90 DM
B
• Add Fort Collins Ready-Mix to the approved suppliers list for 7-16-93 DM
C
• Add Bestway Concrete to the approved suppliers list for ready-5-30-91 DM
D
• Add Bestway Concrete to the approve suppliers list for slurry 6-25-92 DM
E
• Remove Bestway concrete from the approved suppliers list per 11-14-94 BV
F
• Correct zip code on mailing address of purchase and risk 6-8-95 DM
G
•6-8-95 DM
H
•10-10-05 BV
I
• Clarified material specification references
• Added Table 1 title for concrete temperature requirements
• Added reference to section 7 test requirements in Section 5
• Added table 2 to mix designs section to more clearly define the
desired properties of mixes
• Updated approved suppliers list
• Converted spec to Word doc
• Changed L&P contact person to Standards Engineering
2-4-16 JS / KEB
• Updated delivery conditions in 4.0.2
• Updated mix design table to include a pumpable flowable fill 1/22/2021 JS/KB
• Updated paragraph 4, section 4.0.3 to ensure mixes are pre-
mixed before delivery to job site.
• Updated aggregate sizes for slurry and pumpable flowable fill in
table 2.
• Updated paragraph 7 contact information
• Updated Approved Manufacturer listing
• Removed On-Demand from conditionally approved
2/13/2025 CG/JS
•5/9/2025 CG/JS
Rev. K
Table of Contents
1. SCOPE .................................................................................................................................................. 4
2. APPLICABLE DOCUMENTS ................................................................................................................. 4
3. GENERAL REQUIREMENTS FOR CONCRETE PRODUCTION AND DELIVERY ............................. 4
3.1 MATERIALS ........................................................................................................................................ 5
3.2 CONCRETE BATCHING AND HANDLING ........................................................................................ 6
4. DELIVERY ............................................................................................................................................. 6
5. MIX DESIGNS ....................................................................................................................................... 6
6. FIELD CONTROL TESTING ................................................................................................................. 8
7. REQUIREMENTS TO BE AN APPROVED SUPPLIER ........................................................................ 8
8. WITHDRAWAL OF CONTRACTUAL AWARD ...................................................................................... 9
9. EVALUATION OF PROPOSALS ........................................................................................................... 9
Rev. K
1. SCOPE
This specification sets forth minimum requirements for the making, delivery and off-loading of concrete
mixtures and sand & water mix as described in this document, for use by the City of Ft. Collins Light and
Power utility. Finishing will be by the City.
2. APPLICABLE DOCUMENTS
• American society for Testing and Materials (ASTM)
o ASTM C31 / C31M; Standard Practice for Making and Curing Concrete Test Specimens
in the Field
o ASTM C33; Standard Specification for Concrete Aggregates
o ASTM C39 / C39M; Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
o ASTM C136; Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates
o ASTM C143; Standard Test Method for Slump of Hydraulic Cement Concrete
o ASTM C150; Standard Specification for Portland Cement
o ASTM C618; Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
o ASTM C260; Standard Specification for Air-Entraining Admixtures for Concrete
o ASTM 989; Standard Specification for Ground Granulated Blast-Furnace Slag for Use In
Concrete and Mortars.
• American Concrete Institute (A.C.I) standards
o ACI 304; Guide for Measuring, Mixing, Transporting, and Placing Concrete
3. GENERAL REQUIREMENTS FOR CONCRETE PRODUCTION AND DELIVERY
Production, transportation, and off-loading shall be by a company specializing in providing concrete
mixtures and services normally associated with concrete production and delivery. Personnel at the
batching and mixing plant, as well as the delivery driver shall be qualified and experienced.
Rev. K
3.1 MATERIALS
3.1.1 Cement shall be standard brand Portland cement, conforming to ASTM C150 for Type I-II.
3.1.2 Water shall be potable, clean and free from objectionable quantities of silty organic matter, alkali,
salts and other impurities.
3.1.3 Fine Aggregate shall be clean, hard natural sand conforming to ASTM C33.
3.1.4 Coarse Aggregate shall be hard, durable, clean crushed stone or gravel conforming to ASTM
C33.
3.1.5 Air Entraining Agent shall conform to ASTM C260. The air entraining agent shall be added to the
batch in a portion of the mixing water. The solution shall be batched by means of a mechanical
batcher capable of accurate measurement.
3.1.6 Admixture may be added to concrete mixes to control the set, effect water reduction and increase
workability. The admixture shall be water-reducing normal or retarding admixture conforming to
ASTM C 494 but shall contain no calcium chloride. The required quantities of cement shall be
used in the mix regardless of whether or not any admixture is used. The quantity of admixture
used and the method of mixing shall be in accordance with the manufacturer’s instructions.
3.1.7 Fly Ash shall conform to ASTM C618 Type C or F.
3.1.8 Water, or other additives, added at the job site by the truck driver shall be the responsibility of the
providing company, unless directed by Light and Power personnel.
3.1.9 The temperature of the material, when off-loaded from the delivery truck shall not exceed 90°F. In
cold weather conditions, the temperature of material at the time of mixing shall not be less than
that indicated in the following table for corresponding outdoor temperature (in shade) existing at
the time of placement.
Table 1 – Concrete Temperature Requirements
T < 30°F 70°F
30°F ≤ T ≥ 45°F 60°F
T > 45°F 45°F
Rev. K
3.2 CONCRETE BATCHING AND HANDLING
3.2.1 The ready-mix batch plant equipment and facilities must comply with the requirements of ACI 304
and ASTM C94.
3.2.2 Concrete shall be measured, mixed, and delivered in accordance with ASTM C94. All concrete
not placed within 1 ½ hours of initial contact of cement and water shall be rejected.
3.2.3 Where additional water is added to concrete mixes, it shall be mixed thoroughly for 40 revolutions
of drum or 3 ½ minutes at mixing speed, whichever is greater.
3.2.4 Bidder agrees to on-site plant inspections without prior notice both prior to bid award and during
the period of the contract. Inspections will be during normal working hours.
4. DELIVERY
4.0.1 Material shall be delivered to the job site, at various locations around Fort Collins, in truck mixers
of the revolving drum type. Trucks shall be equipped with a mixing water tank.
4.0.2 Contractor shall strive to deliver concrete product to work site within 24 hours of order placement,
unless an alternate timeframe is mutually agreed upon by the Contractor and Light and Power.
City shall strive to provide as much notice as practical (up to 1 week) for large deliveries
(exceeding 50 yards).
4.0.3 All deliveries shall fulfill the volume of concrete product requested per delivery and shall arrive to
the jobsite pre-mixed. At the City’s option, it may be necessary for one delivery truck to be
standing by at the work site ready to unload upon completion of delivery from another truck.
4.0.4 A delivery ticket shall be prepared for each load of material delivered. A copy of each ticket shall
be handed to the Light and Power crew chief (or his designate) by the truck operator at the time
of delivery. Tickets shall show the mix identification, the number of cubic yards delivered, the
outdoor temperature in the shade, the time at which the cement was added, and the numerical
sequence of the delivery.
5. MIX DESIGNS
5.0.1 Mix designs shall conform to the performance requirements of Table 2 in this specification. A
written mix design of the bidder’s proposed material meeting those requirements shall be
included with the bid.
5.0.2 Design mix shall contain all admixtures required by these specifications and proposed by the
bidder to be used in the mixture.
5.0.3 In lieu of designing new mixes for each bid proposal, existing mix designs meeting all
requirements specified for each mix and used successfully on previous bids may be used
provided the following test information consistent with the requirements of Section 7 in this
specification is submitted with the bid proposal:
A. Report of mix design and previous test results for that exact mix.
B. Reports of at least 3 sets of 7 and 28-day compressive strength tests for ready-mix
concrete.
C. Reports of 3 sets of 24-hour and 28-day compressive strength tests for Flow-Fill backfill
mix made during the last six months.
Rev. K
D. Reports of compliance tests of fine and coarse aggregates made during the last six
months.
Table 2 – Mix Designs and Performance Requirements
Requirements Concrete Water Flowable
Application
Trench and
underground power
conduit encasement
sidewalk repair,
setting bollards,
reinforcing 90o
bends on long
cable pulls,
shallow circuit
encasement
concrete
around
vaults and
streetlight
poles
backfill for
large
directional
boring
casings.
24-hour Strength
7 day Strength
28 day Strength
Max Aggregate
Size
Slump-at point of
placement
Cement
C 150) content: 5.5 content: 4
Air Entrainment
Sand
per 50-55
gallons of
water,
depending
on sand
moisture
Thermal
Resistivity Range
0
Wet: 42 - 52
Dry: 107 - 109 Dry: Dry: 75 - 97 Dry: 107
Rev. K
6. FIELD CONTROL TESTING
Tests, consisting of aggregate gradation tests, slump tests, air content tests, temperature testing, and/or
the securing of compression test cylinders, may be made at the discretion of Light and Power. These
tests will be performed by an independent testing laboratory selected by the city. The costs for field tests
will be borne by Light and Power, unless the tests show failure to meet specifications outlined in this
document. In the event of failure, the costs for testing, and all expenses incurred by Light and Power to
remove and replace the defective materials, if necessary, shall be borne by the company providing the
material.
7. REQUIREMENTS TO BE AN APPROVED SUPPLIER
Material purchased under this specification shall be from the suppliers listed in Appendix A. Suppliers not
listed may submit written proposals demonstrating compliance with this specification and request addition
to the approved suppliers list prior to the next request for bids. In addition to inclusion on approved
suppliers list, suppliers must satisfy all requirements of this specification to be acceptable.
In order to be added to the approved supplier list (Appendix A), a perspective bidder must complete the
following requirements and submit the information to the following address.
City of Fort Collins
Purchasing and Risk Management
P.O. Box 580
Fort Collins, CO 80522
Requests for clarification or information should be directed to
Standards Engineering
standardsengineering@fcgov.com
970-221-5700
In order to be added to the approved supplier list, the following must be submitted prior to the request for
bids.
7.2.1 Written mix design
7.2.2 Certification by an independent laboratory of the city’s choice. Certification will include a
plant inspection to determine bidder’s ability to adhere to the requirements of this
specification, including conformance to referenced ACI and ASTM standards.
Inspection and certification will be at the expense of the city. A written request for
inspection and certification may be submitted to the address above.
7.2.3 Certified test reports from two sets of compression test cylinders, each from different batches.
Reports for ready mix concrete shall include two at 7 days cure, and two at 28 days cure. Reports
for Flow-Fill backfill shall include two at 24 hours cure, and two at 28 days cure. Compression test
cylinders shall be cast and stored as specified in ASTM C 31. Laboratory cured compression test
cylinders for Ready-Mix Concrete shall be at least 15% greater than the minimum specified
strength.
Rev. K
7.2.4 Certified results of slump tests from each of the two batches. Slump tests shall conform to ASTM
C 172.
7.2.5 The above tests shall be performed and certified by and independent testing laboratory approved
by the City, and be dated no earlier than 24 months prior to bid opening. With written concurrence
from the City, test results exceeding 24 months old may be submitted.
7.2.6 Sand & Water mix is exempt from qualification test requirements.
7.2.7 Test reports shall include at least the following information.
1. Description of material tested
2. Source of concrete aggregate and cement
3. Cement type and brand
4. Manufacturers and brand name admixtures
5. Proportions of concrete mixed per cubic yard
6. Test results for each property specifier for design mix
7. Date of batch preparation
8. Date of break tests
9. City of Fort Collins specification number
10. Slump of mix, in inches
11. Breakage strength in pounds per square inch
12. Signature of a representative of the testing laboratory
7.2.8 The above qualification tests shall be performed at the expense of the company requesting
inclusion in the approved suppliers list.
7.2.9 Three references other than the City of Fort Collins, from the previous 12 months’ business.
Please include the following information per reference.
1. Name of Company
2. Address
3. Contact Person & Phone Number
8. WITHDRAWAL OF CONTRACTUAL AWARD
Purchase order is contingent on conformance with these specifications and attachments. The City
reserves the right at any time to cancel the purchase contract, if in the opinion of the City, the product or
delivery does not meet specifications, even if non-conforming material has previously been accepted. At
the discretion of the City, a supplier providing non-conforming material may be removed from the
approved suppliers list for an indefinite reevaluation period of not less than two years.
9. EVALUATION OF PROPOSALS
In evaluation the proposals, the purchaser will consider whether the bidder can perform the contract and
provide the services specified within the time specified without delay or interference. In addition, the
following and any other factors that determine which proposal best serves the interests of the City will be
considered. Failure to comply with the requirements of this specification, including 3 positive references,
will result in disqualification of the bid.
Rev. K
9.1.1 Proposal price
9.1.2 Qualification compression test reports (for concrete mixtures).
9.1.3 Qualification slump test reports (for concrete mixtures).
9.1.4 Written mix design
9.1.5 Aggregate compliance report
9.1.6 Certification as outlined in this specification
9.1.7 The charter, integrity, reputation, judgment, experience, efficiency, and quality of performance of
previous contracts or services.
9.1.8 The material bid meets all referenced specifications, without exception (check one)
9.1.9 At the discretion of the city, the bid award may be split between two or more bidders.
Rev. K
Appendix A
Approved Suppliers
Specification 366-501
Materials purchased under this specification shall be provided by one or more of the following approved
suppliers.
Holcim Cement3060 W County Rd 56, Fort Collins, CO 80524
EZ Pour Ready Mix
PO Box 1166 Wellington, CO 80549
970-568-9756
Smyrna Ready Mix
1800 N Taft Hill Rd, Fort Collins, CO 80521
970-407-3600
Ken Nelson (Sales Rep) 970-407-3625
Conditionally Approved Suppliers
The manufacturers in the following list have been conditionally approved and may bid as an alternate.
The definition and intent of "Conditional Approval" of a manufacturer is to allow the City to gain some
experience with the manufacturer's product. To be added to the Conditionally Approved List, the
manufacturer shall submit drawings or test reports demonstrating that their design meets technical and
dimensional requirements contained within this Specification. Should a conditionally approved
manufacturer be the evaluated low bidder, the City reserves the right to award all, part, or none of the
order to them, dependent upon the current needs of the City for that item or items.