Loading...
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.