Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20191023.tiff
i Rose a rett From: Sent: To: Subject: Attachments: Randy Lindsay-Brisbin <RBrisbin@LindsayPrecast.com> Wednesday, March 6, 2019 9:26 AM bids Lindsay Precast - Bid# B1900029 - Reinforced Concrete Box Culvert (Precast) Lindsay Precast - Bid# B 1900029.pdf Caution: This email originated from outside of Weld County Government Do not click links or open attachments unless you recognize the sender and know the content is safe. Attached please find our response to Bid# 81900029 del hereby waive my right to a sealed bid opening." Thank you, ottot: t€G a&e*i t m ttywr-. enitswij Reinforced Concrete Box Culvert. Randy Lindsay-Brisbin I VP rbrisbin@litylsayprecastcom wwvv,linclsayprcast.com ph 719.392.9036 x314 I fax 719.392.0066 1 cell 719.499 e 2861 Ohio Florida ® Colorado North Carolina ® South Carolina "Check us out on Facebook" https://www..facebook.comilindsayarecast rig on7 e&toi ITEM ITEM DESCRIPTION UNIT QUANTITY BID UNIT PRICE TOTAL PRICE 1 15 FOOT X 5 FOOT RCBC LF -2)40,00 (PRECAST) 25297e)400 7e) 0 0 21°I 4 1 2 STORAGE OF RCBC DAY a 59 - - e 3 DELIVERY AND JOINT LS SEALING OF RCBC 1 � 31 ® k a a o o n,, 0 1"2... , co TOTAL P ere-- y 1/4Pe. PAy 4-o ep, --P4vs1/44) RACE BID 4,4.4.,L. iota, 2624, ac too The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1900029. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM L ti N 5 e-rc.- SA '''C - pc) ADDRESS -3-70 Vic:1)C SNIC‘A CITY, STATE, ZIP CODE COL- A)c)C} S?gjJs Co 8 cy°13 ‘ j TELEPHONE NUMBER �' Pt e X92.9 0 3 G, TAX ID # 39 — t O ;" 3�') PRINTED NAMpQfL%T1TLE IehNhp`( L\ WeDA�!— R(esk.c�� SIGNATURE n � UP E-MAIL ADDRESS -Ratak5PS1 & e. L\ SIPP.2 -MT;C° DATE 2_019 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld BY: yC Deputy C `-rk to the B BOARD OF COUNTY COMMISSIONERS oard WE _ D COUNTY, COLORADO BID REQUEST #B1900029 Barbara Kirkmeyer, c hair o 4 2019 Page 11 o?o/9-/o3 Name: City: Quoted: Quote: LncJj PRECAST WCR I3&WCR3416x5Box Culvert Weld County, CO 3/6/2019 8305-06rp ** Colorado Division Quote To: Attn: Phone; Quote By: Phone: FOR REFERENCE ** 3330 East Los Vegas Blvd_ Colorado Springs, Co 80906 bidsanteldgov.com Randy Lindsay- Brisbin 719-392-9036 LF: Product: Price Each: Price Total: 252 16'x5' Box Culvert 1,001.00 252, 252.00 Loading: HI- 93 Walls: 12" Earth Coverage: 0'-2' Slabs: 12" Max Section Length: 7' Haunches: 12" Heavy Lift Tons: 25.20 Number of pieces: 36 36 pieces at 7.0' lay lengths. Price includes epoxy coated top mat per wing to delivery COOT walls. tie in to spec. headwalls, job Price site Price includes wing with does #5 walls County/others not include rebar and toe protruding wails. to headwalls, unload Price from toe includes and end install. walls, sections or• NOTE: ANY CHANGE IN QUANTITY OR SIZE WILL CHANGE 3 PRICING. PRICE DOES NOT INCLUDE ANY COATINGS. Quote total: $252,252.00 NOTE: Price includes #5 rebar protruding from the end pieces to tie in C.I.P. wingwalls, headwalls and toewall as appropriate. ALL SPECIAL AND SKEWED PIECES ARE BILLED AT FULL LENGTH FOOTAGE PRICE IF APPLICABLE Price includes the following: Delivery - Contractor to offload product. Contractor might need to rotate into upright position. Price is F.O.B. job site to the nearest accessible point under the trucks own power. Price includes one hour free unloading time per truck. Additional unloading time will be billed at $200.00/hour/truck. Approximate Availability: Manufacturing completed by 6/3/19 Price includes use of "SwiftLift" lifting eyes. Price does not include any other rigging. Swiftlift lifting eyes may be purchased or returned at completion of job. Price includes epoxy coated top mat mesh steel design. Price includes 1.5" conseal and 12°' joint wrap. Price does not include gaskets or gcasketed joints. Price does not include mechanical connectors, unless noted above. Price does not include Priming of Joints. Price does not include guardrail inserts. Price does not include crane service. Price does not include unloading or setting of pieces. Price does not include waterproofing membranes, concrete sealers, coatings, or mortar not listed above. Price does not include sales taxi, if applicable. All shop drawings must be approved prior to production. Production and Delivery: Production and delivery schedule to be determined upon receipt of PO and approved shop drawings. Terms of payment - net 30 days with approved credit application Quote is bused on design factors above. ** **Our quality control program has been certified by The NATIONAL PRECAST CONCRETE ASSOCIATION ** j ADDENDUM#1 BID REQUEST NO. B1900029 REINFORCED CONCRETE BOX CULVERT (PRECAST) PLEASE NOTE THE FOLLOWING SIN AND EMAIL BACK TO bids _weld oy.cg f Bid specifications read as: DATE: 2/13/19 BID NUMBER: B1900029 DESCRIPTION: Reinforced Concrete Box Culvert (Precast) DEPARTMENT: Public Works Department BID OPENING DATE: 3/05/19 IT SHOULD READ: DATE: 2/13/19 BID NUMBER: B1900029 DESCRIPTION: Reinforced Concrete Box Culvert (Precast) DEPARTMENT: Public Works Department BID OPENING DATE: 3/06/19 (3/6/19) ***We need signed copy on file. Thank You!*** Addendum received by: Li Np�� ?e2 Sir =� C- FIRM &L.° asscQo camP CITY AND STATE r BY g v0,4,41,n ttcit joy— Vier si3 2 `s g ‘ ov nol S,ets{ Pale 04-s1 Ar Co w` EMAIL FEBRUARY 8, 2019 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O ST E E T GREELEY, CO 80631 DATE: 2/13/19 BID NUMBER: B1900029 DESCRIPTION: Reinforced Concrete Box Culvert (Precast) DEPARTMENT: Public Works Department BID OPENING DATE: 3/05/19 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Reinforced Concrete Box Culvert (Precast) Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley, CO 80631, until: (10:00 AM) on (March 6, 2019 (Weld County Purchasing Time Clock). 2. INVITATION TO BID: Bids shall include all charges for manufacturing, storage, delivery and joint sealing, and shall in every way be the total net price which the bidder will expect Weld County to pay, if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 2 methods: 1. Email: Emailed bids are preferred. Bids may be emailed to: bids©weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid." An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery: Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any quesfoo 3. GENERAL PROVISIONS: ns. A. Fund Availability: Financial obligations of Weld County, payable after the current fiscal year, are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidentoa0 0rnformati. n: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that e3s a public entity, Weld County must comply ith Me provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (COA), with regard to public records, and cannot guarantee the confidentiality •f all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-2O4(3)(a)(0V) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld C.Dunty receives a CORA request for bid information marked "CON I D ENTIL" staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to C "A, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an xhibit into any contract executed by the C•unty shall be a public dcument regardless of whether it is marked as confidential. C. GovermmeraMah 0mmunoty: No term or condition of the contract shall be c•nstrued or interpreted as a waiver, express or implied, of any of the immunities, rights, nenefits, protections, or other provisins, o the Colorado Governmental Immunity Act %24-10-101 et seq., as applicable now or hereafter amended. D. 0r dependent C•tntractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible fir its acts and those of its agents and employees for all acts performed pursuant to the contract. E. CompHarice w th Law: IIIse successful bidder shall strictly comply with , II applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unf it employment practices. F. Choke of Law: Colorado law, and rules and regulations, established pursuant thereto, small be applied in the interpretation, execution, aid enforcement of the contract. ny provision included or incorporated her in by reference which conflicts with said laws, rules and/or regulations shall oe null and void. frt G. No Third=Pa: y Bea of Clary Enforcement: It is expressly understood and agreed that the enfrcement f the terms and conditins of the contract, and all rights of action relating to such enfrccment, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of actin whatsoever by any other person not included in the contract. H. T c rm: The term of this agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibi ities described in the Bid. I. Term aatoo : County has the right to terrain to this Agreement, with or without cause, on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time, without notice, upon a material breach of the terms of the Agreement. J. Exteraf&on or to .lcflora: Any amendments or modifications to writing, signed by both parties. his agreement shall be in K. SL bcor ractors: The successful bidder acknowledges tnat County has entereo into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter int any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. BID REQUEST #B1900029 Page 2 L. Warranty: The successful bidder shall provide a one-year warranty after delivery to the County as arranged by the parties. M. Non -Assignment: The successful bidder may not assign or transfer this Agreement, or any interest therein or claim thereunder, without the prior written approval of County. N. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. O. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. P. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest, direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services, and the successful bidder shall not employ any person having such known interests. Q. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. R. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #61900029 Page 3 WELD COUNTY PUBLIC WORKS DEPARTMENT PROJECT SPECIAL PROVISIONS The Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Page Index Page 4 Revision of Section 102 — Bidding Requirements and Conditions (February 2019) 5 Revision of Section 105 — Control of Work (February 2019) 6 Revision of Section 106 — Control of Material (February 2019) 7 Revision of Section 601 — Structural Concrete (February 2019) 8 Revision of Section 603 — Culverts and Sewers (February 2019) 9 Revision of Section 706 — Concrete and Clay Pipe (February 2019) 10 BIDDING FORM 11 BID REQUEST #B1900029 Page 4 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: The following documents shall be provided by the Weld County Public Works office until the date set for opening of bids: • Bid Plans for WCR 13 and WCR 34 Intersection 16 feet by 5 feet Precast Concrete Box Culvert Materials (5 Sheets). BID REQUEST #B1900029 Page 5 REVISION OF SECTION 105 CONTROL OF WORK Section 105 — Definition and Terms is hereby revised for this project as follows: Subsection 105.22 shall be revised as follows: The Colorado Department of Transportation will not participate in the resolution process for any claims filed by the Contractor. Contract claims will follow the appropriate procedures for Subsection 105.17 except that all claims reviews will be handled by Weld County or its duly authorized representative. The following terms of this subsection shall be defined as follows: Project Engineer shall be Weld County Public Works. District Engineer shall mean the Weld County Public Works Department of its duly authorized representative. Chief Engineer shall mean the Weld County Public Works Department of its duly authorized representative. For this project the Weld County Duly Authorized Representatives are: Project Manager: Don Dunker, P.E., County Engineer Project Engineer: Michael Bedell, P.E., Senior Engineer Project Inspector: Joshua Holbrook, Inspection Supervisor BID REQUEST #61900029 Page 6 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.08 shall be revised as follows: Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials, even though conditionally approved before storage, will be subject to inspection and testing prior to delivery. Storage of material could be required for the length of the contract, or until a site is secured for delivery. In subsection 106.12, delete the second paragraph and replace it with the following: The original Certificate of Compliance shall include the Contractor's original signature as directed above. The original signature (including corporate title) on the Certificate of Compliance, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer. It shall state that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy of the fully signed Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. In subsection 106.13, delete the second paragraph and replace it with the following: The Certified Test Report shall be a legible copy or an original document and shall include the Contractor's original signature as directed above. The signature (including corporate title) on the Certified Test Report, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer or the independent testing laboratory. It shall state that the test results show that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy or original document of the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of material. Failure to comply may result in delays to the project or rejection of the materials. BID REQUEST #B1900029 Page 7 REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.04 shall be revised as follows: The sulfate exposure for all concrete shall be Class 3. r `�lri, ;'i�": f �+ `.• { ter..,, :5'r�1' . ,i [s� a� ter. �s^lei { �R=� BID REQUEST #B1900029 Page 8 REVISION OF SECTION 603 CULVERTS AND SEWERS Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.14 is hereby added for this project as follows: Delivery Requirements: This project shall include delivery of the reinforced concrete box culvert sections to the project site. The site will be the intersection of WCR 13 and WCR 34 as shown on the Project Drawings. The County shall have cranes or other suitable equipment available for unloading the reinforced concrete box culvert sections from the delivery trucks. Full delivery of all the sections to the jobsite will likely take place over a period of at least five (5) working days. Joint Sealing Requirements: This project shall include supplying the materials, labor, and tools necessary to install external joint wrap at all exposed section joints, prior to backfilling. The material supplied shall be Henry RU116 RUBR-NEK External Joint Wrap or approved equal. The material width shall be twelve inches (12") minimum and the material thickness shall be 40 mils minimum. Joint Sealing materials shall be applied per the manufacture's recommendations. BID REQUEST #B1900029 Page 9 REVISION OF SECTION 706 CONCRETE AND CLAY PIPE Section 706 of the Standard Specifications is hereby revised for this project as follows: Subsection 706.02 shall include the following: • Manufacturer shall design and construct the reinforced concrete box culverts capable of withstanding a traffic loading of HL -93 with less than 2 feet of cover. s Manufacturer shall provide the County with the concrete mix design which shall meet all the requirements of a CDOT Class D (4,500 psi) mix design. • Manufacturer shall provide a set of drawings to the County stamped by a Professional Engineer able to practice in the State of Colorado for final acceptance prior to casting this reinforced concrete box culvert. • Manufacturer shall adhere to the latest revision of COOT M & S Standard M-603-3. • Manufacturer shall adhere to the latest version of American Concrete Institute (ACI) specifications. • Manufacturer shall supply documentation that all reinforcing steel meets FY = 60ksi. .•. r; : ,r, , n •.`f BID REQUEST #B1900029 Page 10 ITEM ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE TOTAL PRICE 1 16 FOOT X 5 FOOT RCBC (PRECAST) LF 252 2 STORAGE OF RCBC DAY 59 3 DELIVERY AND JOINT SEALING OF RCBC LS 1 TOTAL PRICE BID $ The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1900029. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM ADDRESS CITY, STATE, ZIP CODE TELEPHONE NUMBER TAX ID# PRINTED NAME AND TITLE SIGNATURE E-MAIL ADDRESS DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALE L TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair BID REQUEST #B1900029 Page 11 MEMORANDUM Date: March 18, 2019 To: Rob Turf, Purchasing Manager From: Michael Bedell, P.E., Senior Engineer RE: Bid Request No. B1900029 BOCC Approval Date March 25, 2019 Bids were received and opened on March 6, 2019 for contracted manufacture and delivery of a precast concrete box culvert associated with the WCR13/34 Intersection Improvements Project. Three (3) bids were received ranging from $252,252.00 to $310,328.00 with the lowest bid submitted by Lindsay Precast Inc. from Colorado Springs. My Engineer's Estimate for this project was $364,600.00. Weld County will be receiving grant funds from DOLA in the amount of $1,000,000.00 associated with this road improvements project. The submitted bids have been reviewed for errors and completeness. The bid submitted by Forterra had math errors and documents filled out incorrectly. The bid tabulation is attached for your information. It is my recommendation to award the contract to Lindsay Precast Inc. for a total amount of $252,252.00. This Company is well -qualified for this work. If this bid is approved by the BOCC on March 25th, manufacture of the precast concrete box culvert will commence later in the month. I will be at the meeting to answer any questions the BOCC may have. Delivery and construction (by County crews) of the box culvert is currently planned for the summer of 2019. 3/96 a (ribs BID TABULATION 3-6-19 WCR 13/34 PRECAST CONCRETE BOX CULVERT B1900029 NUMBER ITEM CONTRACT ITEM UNIT A ESTIMATED QUANTITY UNIT Engineer's PRICE Engineer's TOTAL UNIT Lindsay PRICE TOTAL Lindsay UNIT Panhandle PRICE TOTAL Panhandle UNIT Forterra PRICE Forterra TOTAL 1 16' x 5' RCBC (PRECAST) LF 4 252 $1,200.00 $302,400.00 $870.00 $219,240.00 $850.00 $214,200.00 $1,214.00 $305,928.00 2 STORAGE OF RCBC DAY 59 $200.00 $11,800.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 3 DELIVERY AND JOINT SEALING OF RCBC LS 1 $50,400.00 $50,400.00 $33,012.00 $33,012.00 $42,840.00 $42,840.00 $4,400.00 $4,400.00 TOTAL $364,600.00 TOTAL $252,252.00 TOTAL $257,040.00 TOTAL $310,328.00 Bidding Errors or Discrepancies N/A No Errors No Errors $2,428.00 LINDSAY PRECAST INC PO BOX 5440 COLORADO SPRINGS CO 80931 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: reverett(a�weldgov.com E-mail: cmpeters(a�weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MARCH 6TH, 2019 REQUEST FOR: REINFORCED BOX CULVERTS DEPARTMENT: PUBLIC WORKS BID NO: #B1900029 PRESENT DATE: MARCH 11, 2019 APPROVAL DATE: MARCH 25, 2019 VENDOR ITEM 1 ITEM 2 ITEM 3 TOTAL $219,240 - 0 - $33,012 $252,252.00 PANHANDLE CONCRETE PRODUCTS $214,200 0 $42,840 $257,040.00 PO BOX 209 SCOTTSBLUFF NE 69363 FORTERRA 9455 BOSTON COURT HENDERSON CO 80640 ITEM NO 1 - Qty. 252 - 16 foot x 5 foot RCBC (Precast) ITEM NO 2 - Qty. 59 - Storage of RCBC ITEM NO 3 — Qty. 1 - DELIVERY AND JOINT SEALING OF RCBC Public Works will review the bids. 3hr $307,900.00 2019-1023
Hello