Loading...
Proposal/Schellinger ConstPROPOSAL FOR KALISPELL CITY AIRPORT IV 1 . .. ,1 Bidders: The undersigned Bidder, having examined the Plans, Specifications and other proposed Contract Documents, the extent, character, and location of the proposed work, the nature and type of the excavation to be done, the conditions and arrangement of existing structures affecting and affected by the proposed work, and being cognizant of the location and condition of existing roadways giving access to the sites of the work, and the topography of the site of the work, and its effect on drainage and surface runoff which might affect the work, hereby proposes to furnish all materials, tools, labor, and equipment for the completion of the approximate quantities of work listed below and all of the work appurtenant thereto in connection with this project for the Kalispell City Airport, Montana. Airport Improvements consisting of the following to be awarded as one contract: • Construct New Taxiways • Construct Aircraft Parking Apron • Install Taxiway Marking and Markers This work is to include all tools, equipment, materials, and labor to complete this project; and all specified work appurtenant thereto in connection with this project for the Kalispell City Airport North End Surface Improvements, in accordance with Plans, Specifications, and other Contract Documents for the unit prices quoted on the Bid Sheets included herein. PROPOSAL PAGE 1 LISPELL CITY AIRPORT - NORTH ESURFACING IMPROVEMENTS BASE BID NOTE: Quantities may vary slightly due to the nature of the scope of work. The Contractor shall be paid for the final quantities required to satisfactorily complete the job. Item ,Estimated Unit Unit Description Unit Price Total Price Number Quantity 101 1 LS Mobilization (Special Provisions) (Shall not exceed 5% of total bid price) 6ocr7!/ -F/4 .7H-'<Si4�Z� ®�®� 1�M,4e 5 PerLS 57S, a®o. ` 4�® 000. aR Unit Price Written in Words on this line — Typical of All Bid Items 102 14,010 CY Unclassified Excavation (P-152-4.1) F! Pow 5 FI F71 103 1251 SY Remove Exii (P-1014.1b) Asphalt Pavement I Do 4(AZS A10 CEMIS Per SY 104 1,772 LF 18" RCP, Class III, Storm Drain Pipe, includes FETS (D-701-5.1) f ogG( Per LF 105 838 LF 12" RCP, Class III, Storm Drain Pipe, includes FETS (D-701-5.1) S'® ff 5 No i--s Per LF 106 7 EA 48" Storm Drain Inlet, Includes Grates (D-751-5.3) 6045 � ® x� ffri rtDD F6 Dv No Per EA 107 3 EA Manhole Adjustments (Special Provisions) F14 tf7- Ha ND s Do s Per EA 108 5 EA Valve Box Adjustments (Special Provisions) 'Jo. �® S t✓ VE—A) WLA1b2.e~r7 00 5 D %�: Per EA 700. 109 33,418 SY Subsurface Separation Fabric (P-669-5.1) A/ imr r] Ve G&W 110 14,139 CY Subbase Course (P-154-5.1) Per SY s ._ - — 8q,614- PROPOSAL, PAGE 2 KALISPELL CITY AIRPORT - NORTH END SURFACING IMPROVEMENTS BASE BID NOTE: Quantities may vary slightly due to the nature of the scope of work. The Contractor shall be paid for the final quantities required to satisfactorily complete the job. Item Estimated Unit Unit Description Unit Price Total Price Number Quantity ill 3,713 112 45.2 CY Crushed Aggregate Base Course (P-208-5. 1) W 0 W1'-V'C� . TON Bituminous Prime (P-602-5. 1) 7?*O�F E7 -t4y mDen;i3 D, K*ejS A)o a-03: Per TON 300 - SGC 113 5,348 TON Bituminous Surface Course (P-401-8. 1) -/WlLZn, WpZV°� 0014*C_S -� Ata d-,,t Per TON 3 114 74 TON Bituminous Material, Asphalt Cement - PG 58-28 (P-401-8.2) -Rfr197!:j DWAV-S AID T er TON Igo. 6.)-0. 115 2 EA Catch Basin Removal (Special Provisions) 0 44*ze ®-aum�s J A�o CjW 75 Per EA 116 36 EA Tie -Down Removal (Special Provisions) Two 44L, do Per EA e—x> 117 99 EA Tiedown Anchors (D-755-4.1) F-1 VE_ 04UWK*32AE�;� Z)-k-Ag='-� t 0o �13, Per E 500. 00 118 125 LF Trenching for PVC Ducts, 36" Deep (L-110-5.1) n-W o -f F1 fzl`A ice. Per LF 5t> 119 125 LF 4" PVC Sch, 80 buct (L-1 10-5. 1) Per LF o. S�o PROPOSAL PAGE I,ISPELL CITY AIRPORT - NORTH END SURFACING IMPROVEMENTS BASE BID NOTE: Quantities may vary slightly due to the nature of the scope of work. The Contractor shall be paid for the final quantities required to satisfactorily complete the job. Item Estimated Unit Unit Description Unit Price Total Price Number Quantity 120 16 EA Pavement Duct Markers (L-110-5.2) 121 35 EA L-853, 24" High Retroreflective Blue Taxiway Markers with Frangible Coupling and Mounting Stake (L-125-5.3) 122 3,106 SF Taxiway Fainting Full Rate w/ Reflective Media (P-620-5.1) ® D Per SF 123 176 GAL Coal Tar Pitch Emulsion Seal Coat (P-625-7.1) "TW P64M5 A O -1-5 Per GAL ®® 124 —`65 LF 6ft Chain Link Fence - Relocate (F=162-5.1) E716 44Ti 0-I oP`,4-2.5 Per LF 125 23,610 CY Topsoil Stripping, Stockpiling and Placing(T-905-5.1) Per CY "'4 • 0® 126 5 AC Seedi(ig, Fertilizing & Mulching (T-901-5.1 & T-908-5.1) .. r � ,4tio �✓ + . $ 1II—+,7t34 t ®r1E f"t"/cal t4api1v&6:J T`oyr-kir, a-! b 1, :�i�VgF'oy 1-{u1v0gXF7 (Total Base Bid Price in Words) Please be sure to write»»»»»»» Unit Price Written in Words for each line — Typical of All Bid Items PROPOSAL PAGE 4 LISPELL CITY AIRPORT - NORTH END SURFACING IMPROVEMENTS ADDITIVE ALTERNATE NOTE: Quantities may vary slightly due to the nature of the scope of work. The Contractor shall be paid for the final quantities required to satisfactorily complete the job. Item Estimated Unit Unit Description Unit Price Total Price Number Quantity AA-1 108 LF 12" RCP, Class III, Storm Drain Pipe, includes FETS (D-701-5.1) Mt Hj&n►z>1'7o S I Ajo PerLF //®. Q9 /'¢ 880.�' AA-2 1 EA Manhole Adjustments (Special Provisions) Worer EA AA-3 2,225 SY Subsurface Separation Fabric (P-669-5.1) iv i eve 211 -Fi veF 7S Per SY ®® 95` 1 I.. `T S AA-4 942 CY Subbase Course (P-154-5.1) Tzy �/ X �C S Per CY �G • -- 1' AA-5 247 CY Crushed Aggregate Base Course (P-208-5.1) —/f/t 12 ?7n10 k(5 ND 09M 77, Per CY . 00 -19 ®4. C�a AA-6 2.8 TON Bituminous Prime Coat (P-602-5.1) -rtt.e Au--,Y?,c-p Do 9 5 , Per TON Jf .3 00. ®® B40. AA-7 328 TON Bituminous Surface Course (P-401-8.1) a '- AA-8 ► 23 TON -Bituminous Material, Asphalt Cement - PG 58-28 (P-401-8.2) IP"er TON I SO . AA-9 65 LF 6ft Chain Link lFence - (F-162-5.1) "Ting c> � N 1 J)n �J o Cz^ Per LF AA-10 I EA Chain Link Fence - Cantilever Slide Gate (F-164-5.1) TOTAL ADDITIVE ALTERNATE $ -7AJ f lS 56yC-n r 7 . /6 7-w FNTi F% DQ S SEu cn (TOTAL ADDITIVE ALTERNATE IN W0 S) �� Please be sure to write»»»»»»» Unit Price Written in Words for each line — Typical of All Bid Items cey F:WRPOR S]VCAIif l£IL C!T 1'-]003Y•'OR1H fND SUR£.{ClH04vj---t-q•eNROP-]dw PROPOSAL PAGE 5 The following constants and contingency factors have been used as the basis for quantities in this Proposal: Unclassified Excavation (P-152) Actual cut volumes. Subbase Course (P-154) Pay to neat lines only, unless footprint is changed by Engineer. Crushed Agg. Base Course (P-208) Pay to neat lines only, unless footprint is changed by Engineer. Agg. for Bit. Surface Course (P401) 110#/sy-in + no contingencies Portland Cement Concrete Pay to neat lines only, unless footprint is changed by Engineer. Pavement (P-501) Bituminous Material (PG58-28) 7.0% by weight of total bituminous surface course. To be adjusted by mix design. Prime Coat (P-602) 0.35 gaUsy @ 251 gal/ton + no contingencies (this item may be waived by the Engineer / RPR) Coal Tar (P-625) 0.1 gaUsy x 2 applications Pavement Markings (P-620) Area on Plans with no contingencies Some bid items @ 1/2 rate of 230 sf/gal Some bid items @ full rate of 115 sf/gal Soil Sterilant (P-631) Entire Pavement Perimeter x 1-ft wide, plus 3-ft diameter around taxiway reflectors. Application rate of 7.5 gal/acre (undiluted) + no contingencies The undersigned Bidder further agrees to furnish the required bonds and to enter into a Contract for the work awarded to him within 10 consecutive calendar days from and including the date of his acceptance of this Proposal. The Bidder further agrees that, if awarded the Contract, they will Commence Work: rk�n er thsproct is anttctpa#ed tortto ''uiOb =ontract6 .ja irotreijulredA6.,co in . n _ 1 1 [ )\lotac-p #trPrra : ,i l" The Contractor will commence work within 10 calendar days after the date of the "Notice to Proceed," and further agrees to, Complete Work: Enclosed ljerewith is a Si hJ. in the amount of T40 Leo r, t oar ($ 10 In ) which the undersigned agrees is to be forfeited to and become the property of the City of Kalispell as liquidated damages, should this Proposal be accepted and the Contract awarded to him and he fail to enter into a contract in the form prescribed and to furnish the required bond within 10 days as above stipulated, but otherwise, the check or bid bond shall be returned to the undersigned upon the signing of the contract and delivery of the approved bond to the Owner. The Bidder certifies, by submission of this proposal or acceptance of this Contract, that neither it nor its PROPOSAL PAGE6 principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this proposal. The Bidder shall complete the following "Certification of Nonsegregated Facilities," "Disadvantaged Business Enterprise Utilization" and 'Bidder's Statement on Previous Contracts Subject to EEO Clause." (VERSION i 9t 1. A Certification of Nonsegregated Facilities shall be submitted prior to the award of a Federally -assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) The Federally -assisted construction contractor certifies that he will not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Federally -assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in his contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on a basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Federally -assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. PROPOSAL. PAGE 7 ' • ''1 i IM1111111 A a WIN To be eligible for award of this contract, the Bidder must execute and submit as part of his/her bid these DBE requirements. Award of the contract will be conditioned upon satisfaction of the Sponsor's requirements as set forth below: (a) The Schedule of Participation by DBE Firms and Disadvantaged Business Enterprise Utilization shall be used to determine whether the Bidder has complied with the DBE goals. Bids that do not contain a schedule, or bids containing a schedule that is incomplete, shall be considered as nonresponsive and shall be rejected. Bids submitted by certified DBE firms will be considered to have met the DBE contract goals. )r .I DPez SHALL `��ctie�rit6 c,-e' 3•J}v 1 G�lYi "irlc T�o(i 2 cF i 1 f E -n r a1 AA/, ".c,v-r c)C -rkt - �ti1Th�t � -Ca Q V�ALt t Ft E� Contract Goals: 's The bidder shall submit: 1. The names, addresses of DBE firms that will participate in the contract; 2. A description of work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm; 4. Written and signed document of commitment to use the DBE subcontractor whose participation it submits to meet a contract goal in the form of the "Letter of Intent"; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment. 6. If the bidder fails to meet the contract goal, evidence of good faith efforts, as described below shall be submitted. A bidder who fails to meet these requirements and who cannot show good faith effort will be considered non- responsive. (b) The successful Bidder shall be selected on the basis of having submitted the lowest bid, which has met the DBE goals. Should the low and otherwise responsive Bidder fail to meet the contract goal, responsiveness shall be determined on the basis of good faith efforts taken to attain the contract goal. The apparent successful Bidder will be required to submit documentation of the efforts it made. The Sponsor will then determine whether these are "good faith efforts." The following actions, by the bidder, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive, but should be used as a guide in determining good faith effort: 1. Attendance at pre -bid meetings scheduled to inform DBE's of the project. 2. Advertisement in general circulation, trade association and minority focus media concerning subcontracting opportunities. 3. Written notice to DBE's allowing sufficient time for reply. 4. Follow up of initial solicitation. 5. Section of portions of the work likely to be performed by DBEs. 6. Provide interested DBE's adequate information for bidding. 7. Negotiation with interested DBE's. 8. Assist interested DBE's with bonding; insurance; credit; or in obtaining equipment, supplies, and materials. Use of minority contractors' groups and minority business assistance offices. c) The Contractor must also submit a "bidders list" of subcontractors offering quotes on this project. The bidder shall submit the name, address, description of work being done, DBE status, age, and gross receipts of all firms bidding or quoting subcontracts on DOT -assisted projects. The attached form may be used to report this information. PROPOSAL PAGES d) The City of Kalispell will use the certification standards of Subpart D of part 26 and the certification procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT - assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility standards. We will make our certification decisions decision based on Montana Department of Transportation acceptance. The certification application form and documentation requirements are found in the Montana Department of Transportation's DBE program as Attachment A. This can be found at http://www.mdt.state.mt.us/scripts/cntrct/contract.pl For information about the certification process or to apply for certification, firms should contact: Debbie Riemann at the Montana Department of Transportation Civil Rights office (406) 444-6337. Disadvantaged Business Enterprise Utilization: The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): +� The Bidder is committed to a minimum of % DBE utilization on this project` ' ► 61 a F u pi A o VE -Cr, OA e P- 17t� 4 gal- of -2.4 �5 61c -UZO i -'> dot %vt i YUvt I'w �F- �/a -og� i.t 1 I Ll 2Aiz r ti c� �.,r •' j �-�e s �ft�,�t.'� �t �v� i� `� �c� � ti%t.. i i �i� 1�_v�--��.�., v�'� :� Contractor: Z> F.A I T" Albe:ac V n. Title po ►3Q i 39 Address: L' )Iurr, ig EcAk il-E Phone Number: q6(n ?9Q- Q t YY Zip Code: 5991.2 PROPOSAL PAGE 9 1_4 DC"l1Zl] MVII10 Name of Bidder's Firm: ,���; a �_�� �t=1 ,E� r� CO.; ZnC. Bidder's Address: Eb I :39 City: State: tr "T Zip: 59g 1 2- Name of DBE Firm: „-7E yA I Address: 314 C.+LiF:iPaA1 `A A VF. City: L-166 V State: r— Zip: 5 7 .;-s Telephone (including area code): MJ06) -:V93 --Yss`4 Description of work to be performed by DBE Firm: Sesa�y� 5 t l Bidder intends to utilize the above -named minority firm for the work described above. The estimated amount of work is valued at $ Don . If the above -named bidder is not determined to be the successful bidder, the Letter of Intent_ shall be null and void. (copy this page for each minority subcontractor) PROPOSAL PAGE 10 °L7 I � o 0 g� T� V V h°IDO V h tla GC O u 04 lD y O br It .0 ® iz � w s a� b • U � w®1 Q to O ,vp 24 � M .c •� 0.0 G � h U U N � G :C y cd U y � e-+ •O �C1+ � w U 6+ N � un 0 O e.+ .4 E Oco m � � � O h � o� 3 i 0 9 fV N W U� � G y„ PC '.O �jn ,q Lot o �\ T�c � 21 ayi iC W 0] A 0 d 0 J a y a o uz 2 2 �o b h _ ^ s h z� o zJCa id _1 Q U y 0 0 in 'to- i i1:. •;•. I'll 1. • i The Bidder (proposer) has'L has not — participated in a previous contract subject to the nondiscrimination clause prescribed by Section 202 of Executive Order No. 11246 dated September 24, 1965. The Bidder (proposer) has has not _ submitted compliance reports in connection with any such contract as required by applicable instructions. If the Bidder (proposer) has participated in a previous contract subject to the nondiscrimination clause and has not submitted compliance reports as required by applicable instructions, the Bidder (proposer) shall submit Standard Form 100 (for federal construction contracts) with the Bid or Proposal indicating current compliance. .. l 111rev W1 9LIMMIJIMI• , .. (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, material men, and suppliers in the performance of this contract, except those- (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. (End of Clause) PROPOSAL. PAGE 13 The Bidder hereby certifies (a) that this bid is genuine and is not made in the interest of, or on behalf of, any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; (b) that he has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid; (c) at he has not solicited or induced any person, firm or corporation to refrain from bidding; and (d) that he has not sought by collusion or otherwise to obtain for himself any advantage over any other bidder or over the City of Kalispell. And, further certifies that he is not presently working beyond the contract time, including authorized extensions, onanypreviously awarded Montana public contract project. DATED AT NAU M� 0 EsQ-J�:s--_, MONTANA this ZI t day of Mcsj ----2005 Firm Name Signature Name & Tit e tr A So ; e r7+ Address r6 _ • s Internal Revenue Service Employer Identification Number 1-h� The Bidder acknowledges receipt of the following Addenda: Contractor's Montana Registration Number Y1q f -i F:WIRPORTNCALISPELL CITY-200MORT11 END SURFACINGburf"ing-specs\PROP-3.doc PROPOSAL PAGE 15