Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 8477 DIRECTIONAL BORING FOR NEW TRAFFIC SIGNALS
BID SHEET — 8477 DIRECTIONAL BORING FOR NEW TRAFFIC SIGNALS BID SCHEDULE AND SIGNATURE PAGE PROJECT: 8477 DIRECTIONAL BORING FOR NEW TRAFFIC SIGNALS TRAFFIC OPERATIONS DEPARTMENT CITY OF FORT COLLINS FORT COLLINS, CO Bid from t (ITCCae-A- (c—o Communt w ,xui; 6evLp l ac a corporation organized and existing under the laws of the state of 00c.c.)2A,00 : or a partnership consisting of n l a and partners; or an individual hereinafter called the bidder. TO OWNER: CITY OF FORT COLLINS — TRAFFIC OPERATIONS DEPARTMENT Bid Proposal — 8477 DIRECTIONAL BORING FOR NEW TRAFFIC SIGNALS Attn: GERRY PAUL, Director of Purchasing (2"d Floor) PO Box 580, 215 N. Mason Street Fort Collins, CO 80522-0580 1. Acknowledgments A. The undersigned acknowledges that he has received and familiarized himself with the Bid Invitation and the bid documents included. B. The undersigned acknowledges receipt of addendum. C. The undersigned further acknowledges that he has familiarized himself with the site and the local conditions affecting the cost of the work at the places work is to be performed. D. In submitting the Bid the undersigned agrees: 1. To enter into and execute a contract, if awarded on the basis of this Bid, and to furnish a Performance Bond and Payment Bond in accordance with the requirements of the contract if the contract price exceeds $100,000. 2. Buy America and Certification Regarding Lobbying A. The undersigned acknowledges that he has received signed and submitted the required Buy America and Certification Regarding Lobbying signature forms. 3. Reference Projects A. Provide documentation of at least three (3) reference projects including the required information listed in the Section 4: Qualifications. BID 8477 Directional Boring for New Traffic Signals Page 7 of 144 INTECOM-01 SFORSBERG ,4coRL� CERTIFICATE OF LIABILITY INSURANCE DATE 1 9123/223/2016 `--� _ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). _ PRODUCER NAME: CT Sarah Trip Forsberg Engerman Co PHONE 3575 S Sherman St Arc No Ems: (303 )762-1717, No): (303) 762.1733 Englewood, CO 80113 ASS: samh@forsborg-engerman.com INSURED Integrated Communications Group Inc 253 SW 42nd St Unit C Loveland, CO 80537-7599 COVFRAGFS CERTIFICATE NUMRER- INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Chidnnad Specialty Underwriters Irteurarme Company 13037 INS~III: Cincinnati Insurance Companies 10677 INSURER c : Travelers Excess and Surplus Lines Company INSURER D : Pinnacol Assurance 41190 INSURERE: Westchester Surplus Lines Insurance Company 10172 INSURER F : REVISION NUMBER - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLIS INSD B VIVO POLICY NUMBER POLICY EFF I MIND PbLIEY EXP MIND LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X CSUOMM 0912212016l 0912212017 EACH OCCURRENCE $ 1,000,001 PREMISES occurrence) $ i00100 MED EXP (Arty one person) $ Exclude. PERSONAL & ADV INJURY $ 1,000,001 GEML AGGREGATE LIMIT APPLIES PER: X POLICY n � LOC OTHER GENERAL AGGREGATE $ 2,000,00 PRODUCTS - COMPIOP AGG $ 2,000,00 $ B AUTOMOBILE LIABILITY X ANY AUTO SCHEDULED ALL OWNED F AUTOS X H RT DSAUTOS X NON -OWNED AUTOS ENP 0279035 09/22/2016 09/22/2017 COa eBINEEDD SINGLE LIMIT $ 1,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PERTY DAMA E (Par accident) $ _ $ C X UISRELLA LIAR X !OCCUR EXCESS LIAB CLAIMS -MADE DED X RETENTION $ 10,000 P-61M15154-1bNF 09122=46 09=2017 EACH OCCURRENCE $ 2,000,W AGGREGATE $ 2,000,00 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY D �ANYPROPRIETOR/PARTNER/EXECUTIVE YIN a OFFICER/MEMBER EXCLUDED? (Mandatory in NH) IT yes, describe under DESCRIPTION OF OPERATIONS below NIA U29303 10101/2016 10/01/2017 X STATUTE X ER E.L. EACH ACCIDENT $ 1,000, E.L. DISEASE - EA EMPLOYEE ---- $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Leased/Rented Equip E Pollution ENP 0279035 G27507050 002 09/22/2016 09/22/2017 09/22/2016 09/22/2017 Limit 90,00 Limit 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached I more space is required) City of Ft Collins is named as additional insured with respect to general liability per form CSGA43712113. CERTIFICATE Mr11 nFR CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Collins ty THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Engineering Dept PO Box 580 AUJrTHORIZED REPRESENTATIVE Ft. Collins, CO 80522 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ATTACHMENT 3 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO ANTI -COLLUSION AFFIDAVIT LOCATION FT. 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. 1 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. 28. 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. 38. 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. Contractors firm or company name By Date 7 C'_/ Tile 2nd contractors firm orcompany name (it joint venture) By Date Me Sworn to before me this /S day of, at J� 20 Notary Pu TREACEY A. KENNEDY NOTARY PUBLIC My commission e)ires 1 / /k/ STATE OF COLORADO NOTARY ID #201340T4251 NOTE: This ocume t must be signed in ink. DOT Form N606 1/02 biu b4r t uirectionai boring Tor NeW I ramc Ngnais rage iz oT .144 /NTF&A4I"F0 INC - Integrated Communications Group, Inc. was incorporated in 1995. Our office has been located in Loveland for the last 20 years. We specialize in the telecommunications industry in Northern Colorado. We pride ourselves on providing safe and quality projects. We are the recipients of three Conscientious Excavator Of The Year awards. Our company information is as follows: Integrated Communications Group, Inc. 253 SW 42nd Street, Unit C Loveland, CO 80537 Office 970-461-9784 Fax 970-461-9786 Jay Herbert, President—jaydherbert@comcast.net Marty Jansen, VP/Treasurer—martyjansen@comcast.net Bill Jansen, VP/Secretary—biljansen@comcast.net References: Pauley Construction LLC 2021 Melinda Lane Phoenix, AZ 85027 Marshall Ellis, Project Manager 303-901-0490, mellis@pauleyc.com Thousands of completed projects for Pauley Construction (Century Link) Telephone mainline, fiber optic cable, both maintenance & new plant extensions Weld County School District RE-4 PO Box 609 Windsor, CO 80550 Trevor Timmons, Project Superintendent 970-686-8000, trevor.timmons@weldre4.org One of several completed projects for Weld County School District RE-4 Five miles placing 2" poly with 96ct fiber (bore, trench, splice & activate) Completed in three months 253 SW 42nd Street, Unit C Loveland, CO 80537 (970) 461-9784 Phone (970) 461-9786 Fax References continued: Coyote Ridge Construction LLC PO Box 3128 Loveland, CO 80539 Guillermo Hernandez, Project Manager 970-685-0950, ghernandez@crc-co.net One of over 20 completed projects for Coyote Ridge Construction Street bore for three electric sleeves. 8,000 ft of open trench in Hidden Valley Subdivision in Severance for Century Link fiber to home Completed in two weeks Highland Meadows Development, Inc. 8020 South CR 5, Suite 200 Windsor, CO 80528 Andy Krill, President 970-566-3686, andy@ldscolorado.com One of 20 completed projects for Highland Meadows Development, Inc. 20,000 ft open trench for phone & cable, bore six street sleeves for Century Link & Comcast in the Highland Meadows subdivision in Windsor (fiber backbone) Throughout 2016 Sioux Falls Tower & Communications (Formerly Mason Wireless) 240 Wyandot St. Denver, CO 80223 Sean McCormick, Production Supervisor 602-402-9563, smccormick@siouxfallstower.com Provide customer conduit from hundreds of cell tower sites to the POP (Point of Presence) Since 2009 253 SW 42nd Street, Unit C Loveland, CO 80537 (970) 461-9784 Phone (970)461-9786 Fax 4. Bid Schedule Item Quantity Unit Cost ($/unit) Total Cost Mobilization 2 EACH $ --I — $ 1-2", 1-3" Directional Bore 115 EACH $ J_ $ 2-2", 2-3" Directional Bore 200 EACH $ C _ $ S _ 2-2", 1-3", 14" Directional Bore 200 EACH $ c JC� - (U, UUCP Potholes - Concrete 30 EACH $ `Ci�� _ $ Si --) Ov _ Potholes - Asphalt 20 EACH $ 1 (-00 _ $ 3IQ-00 _ Potholes - Dirt 10 EACH $ (�J _ $ Schedule 80 Conduit - 2" HDPE 1000 EACH $ `-� �J $ _ �S Schedule 80 Conduit - 3" HDPE 800 EACH $ , �� $ Schedule 80 Conduit - 4" HDPE 250 EACH $ -� $ Tracer Wire 515 LF $ 4 l $ S� l95 Mule Tape 1830 LF $ $ Mechanical/Bore Pit 12 EACH $ -� $ ._ Work Area Traffic Control (per day) 8 EACH $ ` 3y S _ $ C __ TOTAL BASE BID $ IS'S L4 -7 �0,0 S BID 8477 Directional Boring for New Traffic Signals Page 8 of 144 5. Right of Owner In submitting this Bid, it is understood that the right to reject any and all Bids and to waive irregularities in the bidding has been reserved by the Owner. Dated this t day of M A Lc 14 2017 nr� C,2�T C ommur> c�-nc.�s C;�2o Inc.. Firm/Contractor Name: �S3 S� gQnQ S-r. llvilT C_ , �c���l ne Co SC�J3� Address of Firm/Contractor C-)O - (ito I - C 'I SS�I Telephone Number I nTEG2�;�.�Camm�.�-r`1 cs>��s f,�o�� �malL.com Email Address By: , 441 - Signature of Authori ed 9#1cer Printed Name Title:C- Date: :S—f Is'— / ">r BID 8477 Directional Boring for New Traffic Signals Page 9 of 144 (BIDDERS LIST Project Name and Number Project Code I Proposal Date Contractor Region c-_- ncn q` z.�c 43-15 11 Inr Ge-arC;-o eQMM Mari A ," G%,Z r InC, n ubcontractors/SuppiiersNendors: The bidder must list all firms seeking to participate on the contract. This information is used by the Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to submit this form may result in the proposal being rejected. Firm Name Email Work Proposed DBE I Selected (Select all that ar)oly) (Y/N) (Y/N) L 1 certify that the information provided herein is true and correct to the best of my knowledge. Name Signature/i Is Title Date Work Proposed Categories: 1 t.latenals and Supplies 2 Flagging and Traffic Control 3 Trucking and Hauling 4 Precast Concrete Foundations and Footings 5. Concrete Paving. Fianvork and Repair 6 Lighting and Electrical 7 Signs Signal Installation and Guardrail 8 Fencing 9 Buildings and Vertical Structures 10 Utility Water and Sevmr Lines form must be submitted by the 11 Structural Steel and Steel Reintwcement 12 Riprap and Anchored Retaining Walls 13. Landscape and Erosion Control 14 Bridge and Bridge Deck Construction 15 Asphalt Paving 16 Road and Parking Lot f farking 17 Chip Seat Crack Seat Joint Seal and Crack Fill 18 Bndge Painting and Coating 19 Stainvay and Ornamental b:fatal 20 Parking Lots and Commercial Sidewalks deadline. For COOT projects, submit to 21 Clearing Demolition Excavation and Earthwork 22 Engineering and Surveying Services 23 Public Relations and Involvement 24 Piles and Deep Foundations 25 Waste t.. fanagement and Recycling 26 Site Clean Up 27 Afechanical and HVAC 28 Tunnel Construction 29 Profiling and Grinding 30 Environmental Health and Safety AS. MOT Form #1413 01114 BID 8477 Directional Boring for New Traffic Signals Page 13 of 144 COLORADO DEPARTMENT OF TRANSPORTATION ANTICIPATED DBE PARTICIPATION PLAN Bidder: �. Cpmrnwl�cA'nonS yRGu.( Ins Project v+Qc-cnor,k� so��nc, F�cz -w A �C �+ Contact 1 iLL 1 Arn TAWS&vi Project Code. - Phone: v __ _ y -t Date of Proposal: 3_ IS _ i Email: [�+� An56r� ��mcc �q�; Contract Goal: Preferred Contact Method: �HO�� Region: UBE Commitments DBE Firm Name Work to Be Performed Commitment Amount Eligible Participation L���CS S6�v+c.�5 Trz�� ' �c_ ° -� •L- I©+�CQO - pl,y ' � ._ Total Eligible Participation. - Total Bid Amount �ISCo Total Eligible Participation Percentage, I cc c'o Bidder Signature This section must be signed by an individual with the authority to bind the Bidder. By signing this form, as an authorized representative of the Bidder, you declare under penalty 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 your knowledge. Further, you attest that you have read the Standard Special Provision Disadvantaged Business Enterprise Requirements and understand the following: CDOT shall not award a contract until it has been determined that the contract goal has been met or that you have otherwise demonstrated good cause. Once your proposal has been submitted, commitments may not be modified or terminated without the approval of CDOT. If selected as the lowest apparent bidder, you shall submit a Form 1415 for each commitment listed above. If you have not met the contract goal, you will also be required to submit documentation of all good faith efforts to meet the contract goal. It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their eligible participation has been properly counted. For additional information and instructions on calculating eligible participation, see the Standard Special Provision Disadvantaged Business Enterprise Requirements. Name I rile Signature Date This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot-hq_Abeforms@state.co.us. Civil Rights and Business Resource Center CDOT Form # 1414 01/14 BID 8477 Directional Boring for New Traffic Signals Page 14 of 144 Wyoming 0 Department of Transportation `Providing a safe, high quality, and efficient transportation system' rem Matthew H. Mead William T. Paaos Govemor 5300 Bishop Boulevard D redor Cheyenne, Wyoming 82009-3340 Nov 29, 2016 Carnes Services Corporation ATTN: Connie Carries 13414 N. County Road 7 P.O. Box 1258 Wellington, CO 80549 Disadvantaged Business Enterprise (DBE) Certification Dear Ms.Connie Carries We are pleased to inform you that your firm's Wyoming DBE certificate has been reviewed in accordance with Part 49, Section 23, Code of Federal Regulations, for the purpose of participating in Wyoming Department of Transportation (WYDOT) Federal -aid highway construction projects. The DBE certification is continuing, but contingent upon the firm maintaining its eligibility annually through this office. The annual update packet will be sent prior to your firm's anniversary date, to be completed and returned promptly for continued certification. WYDOT requires concurrent certification of a non-resident DBE by the Unified Certification Program in the firm's resident state. Proof of concurrent certification must be submitted with each Annual Update Notification. Our records indicate that your resident state certification renews annually in May. If at any time during the period of certification there is a material change in your business, you must advise this office by sworn affidavit and supporting documents within thirty (30) days. Changes include, but are not limited to: ownership, officers, directors, management, key personnel, scope of work performed, daily operations, the firm's physical location, and/or on -going business relationships with other firms or individuals. After a review of the submitted changes, you will receive instructions as to how you should proceed, if necessary. Failure to comply with any of the above requirements could result in immediate action to remove your Wyoming DBE certification. DBE certification is not a guarantee of work, but enables your firm to compete for and perform work on contracts throughout Wyoming and earn DBE credit for in the areas of certification. Only those firms listed in the WYDOT DBE directory are certified members. Prime contractors and consultants should verify DBE certification status and identify the work area(s) for which the firm is DBE eligible through this directory: -- http://www.dot.state.wy.us/home/business with wydoticontractors/Disadvantaged_Business_Enterprise.htmi - If you wish to bid as a Prime Contractor on WYDOT projects, you may request a Standard Prequalification Questionnaire by contacting this office at 5300 Bishop Blvd., Cheyenne, Wyoming 82009-3340 or telephone Jim Messer at (307) 777-4056. Sincerely, Civil Rights Director By: DBE Program Coordinator Ms. Connie L. Carnes Carnes Services Corporation P.O. Box 1258 Wellington, CO 8o549 Re: DBE Certification Renewal Dear Ms. Carnes, The Colorado Department of Transportation Civil Rights & Business Resource Center is pleased to inform you that Carnes Services Corporation's DBE certification has been renewed. Carnes Services Corporation will remain listed on the Colorado Unified Certification Program (UCP) DBE Directory at hu://www.coloradodbe.orgl. Carnes Services Corporation is eligible to participate as a DBE on U.S. Department of Transportation financially -assisted projects in Colorado in the following work codes: CO UCP NAICS-56199o: FLAGGING (I.E., TRAFFIC CONTROL) SERVICES Only work performed by Carnes Services Corporation within the work codes listed above is eligible to be counted as DBE participation. You may request a work code change if you do not believe the work codes assigned sufficiently represent the work performed by Carnes Services Corporation. Your firm's DBE Certification must be renewed annually. The anniversary date of your firm's certification is May 31, 2016. Forty five (45) days prior to the anniversary date, CDOT will send you a courtesy notice reminding you to submit a renewal application. However, CDOT is not responsible for undelivered notices. Failure to complete a renewal application by your firm's anniversary date may result in decertification and removal from the Colorado UCP DBE Directory. Prior to renewal, if any change occurs in your firm's legal structure, ownership, management, control, or work performed, you must notify the Civil Rights & Business Resource Center within thirty (3o) days of the change. Please include any available supporting documentation in your notice. If you have questions or require assistance, please contact our office at (303)757-9234• Sincerely, Katherine Williams Small Business Programs & Title VI Supervisor Colorado Department of Transportation Civil Rights & Business Resource Center Darrell Wells Small Business Certification Analyst Colorado Department of Transportation Civil Rights & Business Resource Center CDOT Civil Rights & Business Resource Center 4201 East Arkansas Avenue Room 15o Denver, CO 80222 303-757-9234 Office 303-952-7091Fax cdotOdbesystem.com htWs://cdot.dbtUstem.coni This message was sent to: tammvdPCarnesServices.net Sent on: 6/1/2015 12:41:33 PM System ReferencelD: 26995751