Qualified General Contractors are invited to bid on the construction of a concrete secondary containment structure to be constructed at the Colorado Department of Transportation (CDOT) Fowler facility located at 33936 Highway 167 Fowler, CO.
The work will consist of the construction of walls, floors and a single pad to provide secondary containment around and under future vertical cylindrical tanks that will contain chemical de-icing materials. The floors will consist of one singularly poured tank pad surrounded by a tilted footer with a 2 ft x 2 ft sump located in the lowest portion of the footer. The containment structure will be constructed per CDOT provided Drawings. The “Dimensions and for Bid-Information-Only Quantities” Table presented on Sheet S1.0 of the drawing set shall be used for bidding purposes. The containment will maintain structural integrity to contain the liquid material in the structure in case of an accidental spillage or leakage of the product from the tanks.
The work also includes installation of OHSA-compliant access/egress stairs that will be constructed per CDOT provided Drawings. Installation of a new electrical panel, including two 20-amp breakers, a 30-amp breaker and a convenience outlet, is required to be installed on the outer wall of the containment structure. Electrical service will be required to be brought to the containment structure in a 1 ¼ -inch conduit. This service is located on the adjacent containment structure.
The electrical panel, sump and access stairs for this containment shall be located per the direction of site personnel.
There are currently no tanks onsite therefore, the contractor will NOT be responsible for moving any tanks at this location. CDOT will remove any asphalt and concrete at the site prior to the construction of the containment. The contractor is responsible for following the recommendations set forth in the geotechnical report provided as part of the bid package for site preparation prior to construction, as well as the site finishing work in accordance with the Site Clearance and Restoration section.
All bidders are required to visit the location in order to provide an adequate quote. The primary site contact is Mike Asbury at michael.asbury@state.co.us, office: 719-384-7597, Cell 719-250-8915. Secondary contact is Robert Madrid at robert.madrid@state.co.us, 719-546-5764.
The Contractor will be responsible for obtaining a State electrical permit and associated fees, and to comply with all Federal, State and Local Codes and Regulations.
Davis Bacon prevailing wage rate requirements apply to this project. Appendix E – Applicable Prevailing Wage Rates provided with this advertisement set the prevailing wages for this project. Contractors will be required to pay their employees at weekly intervals, at or above the rates set in Appendix E and shall comply with the enforcement provisions of C.R.S. 24-92-209. The contractor will be required sign Appendix F – Contractor Wage Compliance Statement with each monthly pay applications certifying that all payments made to direct employees and subcontractors are made in accordance with the Davis-Bacon Act and C.R.S. §24-92-202