Loading...
HomeMy WebLinkAboutCORRESPONDENCE - BID - 5929 CSU TRANSIT CENTERCOLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. ANTI -COLLUSION AFFIDAVIT LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's turn or company name By Date Title 2nd contractor's firm or company name. (If joint venture.I By Dale Title Sworn to before me this day of, 20 Notary Public My commission expires NOTE: This document must be signed in ink. CDOT Form #606 1/02 -3- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-06-05 GENERAL DECISION NUMBERS C0030014 AND C0030015. HIGHWAY CONSTRT TCTTON General Decision No. C0030014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod 1500 Bricklayers 15.55 2.85 Carpenters: 1600 Form Work (Excluding curbs and gutters) 16.54 3.90 1601 All other work 16.61 3.88 1700 Concrete Finishers/Cement Masons 16.05 3.00 Ironworkers: 1900 Reinforcing 16.69 5.45 1901 Bridge Rail (Excludes guardrail) 18.22 6.01 Laborers: 2001 Fence Erector (Includes fencing on bridges) 13.02 3.20 2002 Form Work (Curbs and gutters only) 11.85 3.45 2003 Guardrail Erector (Excludes bridgerail) 12.89 3.20 2004 Landscape and Irrigation Laborer 12.26 3.16 2005 Pipelayer 13.55 2.41 2006 Striping Laborer (Pre -form layout and removal of pavement markings) 12.62 3.21 2007 Traffic Director/Flagger 9.55 3.05 2008 Traffic and Sign Laborer (Sets up barricades and cones, and installs permanent signs) 12.43 3.22 PAINTERS 2100 Brush 16.94 2.10 2101 Spray 16.99 2.87 POWER EQUIPMENT OPERATORS: 2200 Backhoes 16.54 4.24 2201 Bobcat/Skid Loader 15.37 4.28 2202 Concrete Pump Operator 16.52 4.30 -4- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-06-05 GENERAL DECISION NIJMBF.RS C 0010014 ANn M0 0M S NT( TIW ev rr)Mr TATTrTTnT.T General Decision No. C0030014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS (cont.): Drill Operator: 2203 All except William MF/Watson 2500 16.74 2.66 2204 Forklift 15.91 4.09 2205 Rotomill Operator 16.22 4.41 2206 Post Driver/Punch Machine 16.07 4.41 2207 Tractor 13.13 2.95 2208 Compactor 16.70 3.30 2301 Groundman (Traffic signalization) 11.44 3.25 Truck Drivers: 2400 Floats -Semi Truck 14.86 3.08 2401 Multipurpose Truck - Specialty & Hoisting 14.35 3.49 2402 Truck Mechanic 16.91 3.01 2403 Pickup Truck (Includes Pilot and Sign/Barricade Truck) 13.93 3.68 2405 Single Axle Truck 14.24 3.77 2406 Distributor Truck 15.80 5.27 2407 Dump Truck: 2408 14 cubic yards and under 14.93 5.27 2409 15 to 29 cubic yards 15.27 5.27 2410 30 to 79 cubic yards 15.80 5.27 2411 80 cubic yards and over 16.45 5.27 2412 Low Boy Truck 17.25 5.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)]. END OF GENERAL DECISION NUMBER C0030014. COLORADO DEPARTMENT OF TRANSPORTATION Project No.: UNDERUTILIZED DBE (UDBE) BID CONDITIONS ASSURANCE Location: Instructions: Contractor — Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participation percentages which qualify under the contract goal specification for this project. POLICY It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds. UNDERUTILIZED DBE PARTICIPATION COMMITMENT 1) Will your company's Underutilized DBE (UDBE) participation commitment meet contract goals? ❑ Yes ❑ No 2) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: % 3 List the UDBE firms, committed work items, and eli ibla UDBE percent of your bid that you are committing to each UDBE FIRM NAME CERTIFICATION COMMITTED SUBCONTRACT ELIGIBLE EXP. DATE WORK ITEM(S) CATEGORY UDBE % ❑ Subcontractor 1. / ! El Supplier ❑Broker % ❑ Subcontractor 2. ! ! El Supplier El Broker % ❑ Subcontractor 3. l I ❑ Supplier ❑Broker % ❑ Subcontractor 4. / ! ❑ Supplier El Broker % ❑ Subcontractor 5. 1 I ❑ Supplier ❑Broker % ❑ Subcontractor 6.0 ! / ❑ Supplier ❑ Broker /0 BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT: % (Round percentage amounts to the nearest hundredth) * Additional instructions on how to calculate the actual eligible amounts and percentages for the subcontractor, supplier, and broker categories are available on the CDOT Form #715 and in the "Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal" section of the "DBE — Definitions and Requirements' in the Standard Special Provisions. I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed on this form to the Transportation Department by 4:00 pm the day after the bids are opened. The actual amounts submitted on each CDOT Form #715 must equal or exceed the percentage commitments documented on this form. In addition, if my company does not meet the DBE/UDBE goal for this project, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before the above stated deadline. CDOT Form #715s submitted for firms not included on this form, OR for amounts exceeding those listed on this form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made prior to the bid opening will count as Good Faith Efforts. I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Company Name: Date: Company Officer Signature: Title: Previous editions may not be used CDOT Form 714 08104 COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATE OF PROPOSED Project No.: UNDERUTILIZED DBE (UDBE) Project Code (SA#): PARTICIPATION Location: Form #: of Prime Contractor— Send completed/signed form to the Business Programs Office (instructions on second page). (NOTE: See 49 CFR part 26.55, and the "DBE - Definitions and Requirements" in the Standard Special Provisions, for further information concerning counting DBE participation of subcontractors, suppliers and service providers toward the projects UDBE goal.) PART 1 a — SUBCONTRACT EXPIRATION ELIGIBLE UDBE SUBCONTRACT NAME OF UDBE FIRM TIER CERTIFICATION # DATE AMOUNT ACTUAL CONTRACT AMOUNT ITEMS OF WORK SUBCONTRACTED: PART 1 b — SUPPLY CONTRACT If the supplier is a UDBE "Manufacturer' of the item(s): • ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies including cost of any detivery services provided by the firm • ELIGIBLE UDBE SUPPLY AMOUNT = (ACTUAL UDBE AMOUNT) X 100% If the supplier is a UDBE "Regular Dealer' of the item(s): • ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies including cost of any delivery services provided by the firm • ELIGIBLE UDBE SUPPLY AMOUNT = (ACTUAL UDBE AMOUNT) X 60% If the supplier is neither a "Manufacturer' nor a "Regular Degler" of the items) see PART 1 c — SERVICE / BROKER CONTRACT. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION ACTUAL UDBE ELIGIBLE UDBE SUPPLY DATE,- AMOUNT AMOUNT 1 I MATERIALS SUPPLIED: PART 1 c — SERVICE / BROKER CONTRACT Transportation service (hauling) fees/commissions are to be counted toward contract goals in this section (provided the trucker is NOT classified as a "Manufacturer' or a 'Regular Dealer' for the materials supplied). Examples of other services to include in this section would be brokering, bonding, consulting, security guards, and insurance. For a UDBE "Service/Broker Contract": • ACTUAL UDBE AMOUNT = Entire expenditure for services rendered including cost of any materialsisupplies provided by the firm ELIGIBLE UDBE SERVICE FEE AMOUNT = [ (ACTUAL UDBE AMOUNT) — (Cost of any materials and supplies) l (NOTE: The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the feelcommission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar services.) NAME OF UDBE FIRM CERTIFICATION # EXPIRATION ACTUAL UDBE ELIGIBLE UDBE SERVICE FEE DATE AMOUNT AMOUNT SERVICES RENDERED: Original — Business Programs Office Previous editions may not be used CDOT Form 715 05/03 PART 2 — UDBE PARTICIPATION SUMMARY A) What is the total dollar value of this proposed subcontract, supply contract, OR service/broker contract that is eligible for counting toward contract goals? (NOTE: Provide in actual subcontractor dollars and not prime contract prices) A> A = [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 ] B) What is the total dollar value of proposed subcontracts that are eligible for counting towards B> contract goals from prior sheets/forms? C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> C=[A + B] D) What is the original contract bid total? D> E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E> E=[(C _ D) X 1001 PART 3 — PRIME CONTRACTOR CERTIFICATION I certify that: • my company has met the contracted UDBE goals or has attached "a completed CDOT Form #718, DBE Good Faith Effort Documentation. • my company has accepted a proposal from the UDBE"subcdntractor named above. • my company has notified the proposed UDBE subcontractor of the contracted UDBE commitment. • my company's use of the proposed UDBE subcontractor forthe items of work listed above is a condition of the contract award. • my company will invite the proposed `UDBE subcontraetor'to attend the preconstruction conference. • my company will not use a substitute UDBE subcontractor for the proposed UDBE subcontractor's failure to perform under a fully executed subcontract, unless my company complies with the definitions and requirements section of the DBE Special Provisions. • I understand that failure to comply with the information shown on this form will be considered grounds for contract termination. I declare under penalty of perjury in the second degree, and any other applicable state or federal laws, that the statements made on this document are true and complete to the best of my knowledge. Prime Contractor Name: Officer Signature and Title: FORM INSTRUCTIONS Date: I / Prime Contractor: 6. Retain a photocopy for your records. 1. An officer of the contractor(s) must complete this form. 7. Send original to: 2. Include only DBE firms which meet the underutilized criteria in Colorado Department of Transportation the contract goal specification for this project (i.e., UDBE firms). Business Programs Office 3. Complete ONLY ONE section for Part 1 (1a, 1b, OR 1c) 4201 E. Arkansas Ave. 4. Complete ALL sections of Part 2 and Part 3 Denver, Colorado 80222 5. Submit a separate CDOT Form #715 for EACH proposed UDBE. FAX: (303) 757-9019 Orioinal - Business Proarams Office Previous editions may not be used COOT Form 715 PAGE 2 COLORADO DEPARTMENT OF TRANSPORTATION Project UNDERUTILIZED DBE GOOD FAITH EFFORT Location DOCUMENTATION Date who is the aooarent low bidder on a CDOT construction Droiect and has failed to meet contract goals shall use this form to document good faith efforts made to date by said Contractor to attempt to meet these goals. FAILURE TO FULLY COMPLETE THIS FORM MAY RESULT IN REJECTION OF THE BID. Each portion of this form is to be addressed in the space provided, or on supplemental sheets. Attach supporting documentation as required. This completed form and required attachments are to be submitted to the Business Programs Office in the Center for Equal Opportunity prior to 4:00 p.m. on the day after the day bids are opened. This form may be submitted by FAX (303-757-9019) with an original copy to follow. An extension may be granted by the DBE Liaison. Solely at its discretion, CDOT may request additional information and accept additional UDBE participation at any time and prior to the final decision concerning Good Faith Efforts. I. List sufficient bid items (including portions of bid items) identified as subcontract work to be performed by UDBEs to achieve the established UDBE participation goal. Indicate the total percentage of work identified for UDBE participation. The total percentage of subcontract items identified for UDBE participation must equal or exceed the percentage goal established by CDOT. It. For each subcontract item identified, contact by mail, FAX and/or telephone a minimum of two currently CDOT-certified UDBEs whose work and function codes match the type of work being solicited. For projects in areas of the state where there are more than two UDBEs capable of performing identified subcontract items, contact at least two thirds of those UDBEs. If soliciting by telephone, provide a telephone log of calls, including topic of discussion, date, time, name of person contacted, and the response received. If soliciting by mail, provide copies of letters to UDBEs and their responses. Letters and FAXes must specifically identify the project, the items to be subcontracted, and the bid date. Letters and FAXes must provide an address and phone number where specific quantities or details will be available to bidders. The Contractor shall provide sufficient time to allow the UDBEs to participate effectively in the bidding process. Submit a detailed explanation addressing failure to provide any of the above. Original -Business Programs Office, Copy -Contractor UVI=R Previous editions are obsolete and may not be used CDOT Form ViB 3/99 III. List all UDBE and non-UDBE bidders, bid dollar amounts for each bid item, and the name of the successful bidder. Describe how bid items were broken down to increase opportunities for specific UDBE bidders. If the UDBE bids were rejected, give reasons for each case. Cost alone may not be adequate justification for failure to use a UDBE bid. If the work is to be counted as a potential UDBE subcontract item, the Contractor cannot elect to perform that work itself when a UDBE bid is competitive or only UDBE bids are received. When a non-UDBE bid is significantly lower than a UDBE bid, the Contractor may choose to perform the item itself. Whether a bid is "competitive" or "significantly lower" will be determined by CDOT. Provide a detailed explanation for failure to provide any of the above. IV. The efforts required herein are not exhaustive or exclusive. Other factors or types of efforts may be relevant in appropriate cases. In determining whether Good Faith Efforts have been made, the quantity and intensity of the efforts made as well as kinds of efforts made may be considered. List any additional efforts to increase UDBE contract participation, such as requesting subcontractors to assist wilt providing UDBE participation. Note the results of such efforts. THE CONTRACTOR UNDERSTANDS THAT DEMONSTRATION OF GOOD FAITH EFFORTS IN ACHIEVING THE UDBE GOALS ESTABLISHED BY CDOT IS REQUIRED THROUGHOUT THE PERFORMANCE OF THE CONTRACT. Company Signature Title Phone FAX May 06, 2005 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO GENERAL DECISION NUMBERS C0030014 AND C0030015 HIGHWAY CONSTRUCTION NOTICE This is a standard special provision that revises or modifies CDOT's Standard Specifications for Road and Bridge Construction. It has gone through a formal review and approval process and has been issued by CDOT's Project Development Branch with formal instructions for its use on CDOT construction projects. It is to be used as written without change. Do not use modified versions of this special provision on CDOT construction projects, and do not use this special provision on CDOT projects in a manner other than that specified in the instructions, unless such use is first approved by the Standards and Specification Unit of the Project Development Branch. The instructions for use on CDOT construction projects appear below. Other agencies which use the Standard Specifications for Road and Bridge Construction to administer construction projects may use this special provision as appropriate and at their own risk. Instructions for use on CDOT construction projects: Use this standard special provision on all federal -aid projects with contracts exceeding $2000, except for projects on roadways classified as local roads or rural minor collectors, which are exempt. -1- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-06-05 GENERAL DECISION NUMBERS C0030014 AND C0030015. 14TG14WAY CONgTRUCTtnrr Decision Nos. C0030014 and C0030015 dated June 13, 2003 Modifications ID supersedes Decision Nos. C0020014 and C0020015 dated MOD 1 08-15-03 Pages 1, 5 1 March 12, 2002. MOD 2 09-19-03 Pages 1,2,5,6 MOD 3 01-16-04 Pages 1, 5 2 3 When work within a project is located in two or more counties, and the minimum wages and fringe benefits are different for one MOD 4 03-05-04 Pages 1, 5 4 or more job classifications, the higher minimum wages and MOD 5 05-14-04 Pages 1, 5 5 fringe benefits shall apply throughout the project. MOD 6 06-18-04 Pages 1,2,5,6 6 MOD 7 08-20-04 Pages 1,4,5 7 MOD 8 09-17-04 Pages 1, 5 8 MOD 9 03-04-05 Pages 1, 5 9 MOD 10 04-04-05 Pages 1, 5 10 MOD 11 05-06-05 Pages 1,2,5,6 1 11 General Decision No. C0030014 applies to the following counties: Adams, Arapahoe, Boulder, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld counties. General Decision No. C0030014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod ELECTRICIANS: (Excluding traffic signal installation) 1200 Electrical work $150,000 or less (Pueblo county) 20.84 8.85 + 3% 11 1201 Electrical work over $150,000 (Pueblo county) 24.49 8.85 + 3% 11 1202 Electricians (Adams, Arapahoe, Boulder, Denver, Douglas, Jefferson, Latimer, and Weld counties) 28.91 10.19 10 1203 Electricians (El Paso county) 24.54 11.20 + 3% 3 1204 Electricians (Mesa county) 18.40 7.20 4 1205 Traffic Signal Installer (Zone 1) 22.91 1.75 + 13% 7 1206 Traffic Signal Installer (Zone 2) 25.91 1.75 + 13% 7 Traffic Installer Zone Definitions Zone 1 — Within a 35 mile radius measured from the addresses of the following cities: Colorado Springs - Nevada & Bijou Denver - Ellsworth Avenue & Broadway Ft. Collins - Prospect & College Grand Junction - 12th & North Avenue Pueblo - I-25 & Highway 50 Zone 2 - All work outside these areas. POWER EQUIPMENT OPERATORS: 1300 Asphalt Screed 20.47 7.22 11 1301 Bituminous or Asphalt Spreader/Laydown Machine 20.47 7.22 11 1302 Bulldozer 20.47 7.22 11 Crane: 1305 50 tons and under 20.62 7.22 11 1306 51 to 90 tons 20.77 7.22 11 1307 91 to 140 tons 20.92 7.22 11 1308 141 tons and over 21.68 7.22 11 -2- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-06-05 GENERAL DECISION NUMBERS C0030014 AND C0030015. HIGHWAY CONSTRUCTION General Decision No. C0030014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS (cont.): Drill Operator: 1309 William MF/Watson 2500 only 20.77 7.22 11 Grader/Blade: 1310 Rough 20.47 7.22 11 1311 Finish 20.77 7.22 11 Loader: 7.22 11 1312 Barber Green, etc., 6 cubic yards and under 20.47 7.22 11 1313 Over 6 cubic yards 20.62 7.22 11 Mechanic and/or Welder (Includes heavy duty and combination mechanic and welder): 7.22 11 1314 Mechanic and/or Welder 20.62 7.22 11 1315 Mechanic/Welder (Heavy duty) 20.77 7.22 11 1316 Oiler 19.77 7.22 11 Power Broom: 7.22 11 1317 Under 70 HP 19.77 7.22 11 1318 70 HP and over 20.47 7.22 11 Roller: 7.22 11 1319 Self-propelled, rubber tires under 5 tons 20.12 7.22 11 1320 Self-propelled, all types over 5 tons 20.47 7.22 11 Scraper: 7.22 11 1321 Single bowl under 40 cubic yards 20.62 7.22 11 Single bowl including pups 40 cubic yards and tandem bowls 1322 and over 20.77 7.22 11 1323 Trackhoe 20.62 7.22 11 1324 Water Truck 20.62 7.22 11 Laborers: Asphalt Laborer/Raker, Common Laborer, 1400 and Concrete Laborer/Mason Tender 16.29 4.25