L IBERTY C OUNTY, T EXAS

Similar documents
County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Rockwall State of Texas

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

NAVARRO COUNTY AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

Bid Documents for POLYMER MODIFIED ASPHALT CEMENT AC-15P. Comal County, Texas BID #

No late bids will be considered.

Taylor County Purchasing Agent

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

COUNTY OF COLE JEFFERSON CITY, MISSOURI

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

County of Rockwall State of Texas

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Asbestos Survey Services

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

NOTICE OF PROPOSAL INVITATION

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Annual Fuel Bid - #01-09

construction plans must be approved for construction by the City PBZ department.

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

Scofield Ridge Homeowners Association

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

REQUEST FOR PROPOSAL BRIDGEPORT ISD. PROPOSAL TITLE: Mowing and Weed Eating Services Proposal

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

Please include a business card with updated contact information in the packet.

RFP GENERAL TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

PURCHASING DEPARTMENT

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

PURCHASING DEPARTMENT

Annual Fuel Bid - #01-08

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Request for Quotation

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

City Of Hammond Purchasing Department PROVIDE PRE EMPLOYMENT AND RETIREMENT PHYSICALS FOR THE CITY OF HAMMOND RFP # 15-41

REQUEST FOR QUOTE # 16471

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

Request For Proposal (RFP) for

City of Forest Park Request for Proposals. Secure Access Control Systems

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

INSTRUCTIONS TO BIDDERS

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

7/14/16. Hendry County Purchase Order Terms and Conditions

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

PURCHASING DEPARTMENT

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

INVITATION TO BID Retaining Wall

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

PURCHASING DEPARTMENT

St. George CCSD #258

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

Alabama State Port Authority

BID DOCUMENTS FOR. WTP VFD Replacement Bid

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

PURCHASING DEPARTMENT

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

RFQ NO REQUEST FOR QUALIFICATIONS FOR SUPPLIERS OF VACCINES MANUFACTURED BY MERCK & CO., INC. RESPONSES DUE MAY 11, :00 P.M.

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

CONSTRUCTION CONTRACT

Alabama State Port Authority

PUBLIC NOTICE LORI FULKS GARVIN COUNTY CLERK

Transcription:

L IBERTY C OUNTY, T EXAS Bid Documents for ROAD CONSTRUCTION SERVICES BID # 18-18

BIDDER S CHECKLIST 1. The Bid Form/Bidder Certification has been signed and is the first page of the bid. 2. The Specifications and Terms and Conditions have been read. 3. The mailing envelope has been addressed to: Liberty County Purchasing Agent 1901 Cos St. Liberty, Texas 77575 4. The envelope has been sealed and marked with: Bid Number Bid Title Opening Date Opening Time Page 1 of 11

Liberty County, Texas County Purchasing Agent 1901 Cos St. Liberty, Texas 77575 936/336-4607 Fax 936/336-4638 LIBERTY COUNTY INVITATION TO BID COVER SHEET The enclosed INVITATION TO BID and accompanying documents are for your convenience in submitting a bid for the following products for LIBERTY COUNTY: BID # 18-18 ROAD CONSTRUCTION SERVICES IMPORTANT BID DATES: DUE DATE: SEPTEMBER 10, 2018 at 10:00 am ** The original due date was advertised as September 6, 2018. The due date has been extended to September 10, 2018. Bidder shall sign and date the offer as requested on each page. Offers that are not signed and dated may be rejected. SUBMIT BIDS IN A CLEARLY MARKED, SEALED ENVELOPE TO: COUNTY PURCHASING AGENT 1901 COS ST. LIBERTY, TEXAS 77575 Please note that all offers must be received at the designated location by the deadline shown. Offers received after the deadline will be considered void. Liberty County is not responsible for lateness of mail carrier, delivery to wrong office, etc. The time/date clock in the Purchasing Office shall be the official time of receipt. Liberty County reserves the right to accept or reject any and all bids and to waive formalities for the best interest of Liberty County. Page 2 of 11

Carefully read all instructions, requirements and specifications. Fill out all forms properly and completely. Liberty County will award the bids as promptly as possible consistent with the time required for a thorough analysis of the bids submitted. Harold Seay Liberty County Purchasing Agent Page 3 of 11

SPECIFICATIONS Form 1295 All contracts entered into after January 1, 2016, require that a business entity contracting with Liberty County access the Texas Ethics Commission website and complete a Form 1295. The completed Form 1295 does not need to be submitted to Liberty County until the Bid is awarded. However, it must be submitted before any work can commence. Insurance The successful bidder shall maintain the following insurances during the execution of the contract: General Liability $ 1,000,000 per occurrence limit $ 2,000,000 aggregate limit Automobile Liability $ 1,000,000 combined single limit Workers Compensation Statutory Limits $ 1,000,000 employer s liability limits Bidder shall provide to the County insurance certificates as proof of the insurance policies obtained by the Contractor. All insurance required shall be taken out and maintained with responsible insurance companies organized under the laws of one of the states of the United States, qualified to do business in Texas and having a rating from A.M. Best of A- or higher. All policies shall provide that coverage shall not be cancelled without thirty (30) days prior notice to the Certificate Holder and Liberty County. Insurance certificates do not need to be submitted to Liberty County until the Bid is awarded. However, it must be submitted before any work can commence. Bond Requirements Performance and Payment Bonds, if required, are to be submitted to Liberty County for each separate job that the County contracts for. Do not submit to Liberty County until a contract is awarded for a job. Performance Bond For each job contracted by Liberty County, if the estimated contract total is $ 100,000 or greater for the construction, repair or alteration of any public work the performance bond shall be for 100% of the contract total. The contractor must execute a performance bond that: Page 4 of 11

1. Is payable to Liberty County, 2. Is in the full amount of the contract, 3. Is conditioned on faithful performance of work in accordance with the plans, specifications and contract documents. 4. Is solely for the protection of the County, and 5. Is executed by a corporate surety or sureties in accordance with the Insurance Code. Payment Bond For each job contracted by Liberty County, if the estimated contract total is $ 25,000 or greater for the construction, repair or alteration of any public work the payment bond shall be for 100% of the contract total. The contractor must execute a payment bond that: 1. Is solely for the protection of all claimants supplying labor and material in performance of work provided in the contract, 2. Is payable to Liberty County for the use of these claimants, 3. Is in the full amount of the contract, and 4. Is executed by a corporate surety or sureties in accordance with the Insurance Code. Page 5 of 11

LIBERTY COUNTY, TEXAS BID FORM/BIDDER CERTIFICATION BID # 18-18 ROAD CONSTRUCTION SERVICES We are pleased to submit for your consideration our bid for ROAD CONSTRUCTION SERVICES based on the attached Specifications and Terms and Conditions: LEGAL NAME OF COMPANY COMPLETE MAILING ADRESS CONTACT PERSON TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS CERTIFICATION: By my signature hereon, I certify that the Goods and/or Services that I propose to furnish will meet or exceed every specification contained herein, and that I have read each and every page of the Specifications and the Terms and Conditions. I understand that Liberty County reserves the right to accept or reject in part or in whole any bids submitted, and to waive any formalities in the best interest of Liberty County. SIGNATURE DATE PRINTED NAME TITLE **This page must be page 1 of the bid, or the bid may be rejected.** Page 6 of 11

Liberty County Road Construction Services Bid Submission Form Bid #18-18 SERVICES PRECINCT 1 PRECINCT 2 PRECINCT 3 PRECINCT 4 DEVERS RAYWOOD OLD RIVER HARDIN TARKINGTON CLEVELAND DAYTON Contractor Provides All Road Materials and Services (Bid by Square Yard): 1) Hot Mix Type D modified in place 2) Furnish All Equipment & Labor to lay down 2" Hotmix compacted to 1 1/2" 3) Furnish All Equipment & Labor to lay down 2 1/2" Hotmix compacted to 2" Liberty County Provides All Road Materials And Contractor Provides Services (Bid by Square Yard): 1) Hot Mix Type D modified in place 2) Furnish All Equipment & Labor to lay down 2" Hotmix compacted to 1 1/2" 3) Furnish All Equipment & Labor to lay down 2 1/2" Hotmix compacted to 2" Page 7 of 11

TERMS AND CONDITIONS BID # 18-18 ROAD CONSTRUCTION SERVICES 1. Bids must be submitted on the BID FORM only and must be delivered to the County Auditor by the time and date specified. Late bids will not be opened and will be considered void. Submit one copy in a sealed, clearly marked envelope. Inquiries pertaining to this bid should be identified by title and date. When sent by mail, Federal Express, Express Mail, or other delivery service, the sealed bid shall be enclosed in an additional envelope clearly identified on outside as a bid to County with bidder s name and address, bid name, and bid date and time. It is the sole responsibility of the bidder to ensure timely delivery of bid. The bid is timely delivered when it is actually received by the Auditor s Office on or before the DUE DATE. The County will not be responsible for failure of service on the part of the U.S. Post Office, courier services, or any other form of delivery service chosen by the Bidder. You may call the Purchasing Department at (936) 336-4605 to see if your bid has been received. You may also deliver the package in person to County Purchasing Agent, 1901 Cos St, Liberty, TX 77575. NOTE: The Time-Date Stamp Clock located in the Auditor s Office will serve as the OFFICIAL CLOCK for the purpose of verifying the date and time of receipt of bids. 2. Bids must give bidder s full name and address and shall bear the manually executed signature and the title of the authorized agent. Bids may be withdrawn at any time prior to the official opening. After the official opening, bids may not be amended, altered, or withdrawn without the approval of the Commissioners Court. 3. The County is exempt from federal excise and state sales tax; therefore, tax must not be included in this bid, 4. PRICING AND ADJUSTMENTS: Pricing must remain firm for ninety (90) day increments. This specification provides for a price increase or decrease every (90) days, if needed, based upon changes in costs to the Vendor for furnishing the product. Each price change shall be made known by a letter addressed to Harold Seay, County Purchasing Agent, 1901 Cos St, Liberty, Tx 77575, stating the price change, reason for the change and the effective date. The Vendor will be required to submit an affidavit substantiating that the increase represents the cost for services or materials and in no way represents an increase of profits, labor, or other overhead. The Vendor must justify its request for an increase by submitting evidence from the suppliers detailing the price changes, the effective date for change and any other information requested by the County to verify Page 8 of 11

the price change. Conversely, if costs in services or materials decrease, the same amount of decrease shall be immediately passed on to the County. The County may request information to verify pricing throughout the term of the contract. Any product delivered to or picked up by the County at the proposed new price without a properly executed statement is made at the Vendor s risk. Consequently, in the event that such statement or affidavit is not received and approved by the County, the Vendor hereby releases the County from any and all liability whatsoever to pay for delivered materials at the new price prior to the Vendor s notification to the County. All increases will be subject to approval by Commissioners Court. If the price increases from the amount bid, Liberty County may elect to terminate this contract if the County is able to purchase, from another source on similar terms, product of like grade and quality, and in like amount at a lower price than the increased price and the successful Vendor declines to meet such lower price. 5. FUEL SURCHARGE: Vendor may add a fuel surcharge to the invoice price. Fuel surcharge shall be based upon information from the Energy Information Administration s Gulf Coast Region (PADDIII), Gulf Coast OPIS (Oil Price Information Service)/Petrosat Net Price, or an authorized agency monitoring fuel prices. The applicable fuel surcharge shall be determined on a bi-weekly basis according to the results of the survey for diesel fuel pricing conducted every Monday by the Department of Energy-Energy Information Administration for the previous week s actual prices. The fuel surcharge shall be computed and stated separately on each freight bill or invoice. Documentation must be provided by the Vendor detailing pricing for the fuel surcharge. 6. The County reserves the right to accept or reject in part or in whole any bids submitted, and to waive any technicalities for the best interest of the County. 7. Continuing non-performance of the bidder in terms of specifications shall be a basis for the termination of the contract by the County. The County shall not pay for materials which are unsatisfactory. The County may give the Vendor a reasonable opportunity before termination to correct the deficiencies. This, however, shall in no way be construed as negating the basis for termination for non-performance. 8. Any quantities indicated in the bid are estimated based upon the best available information. The County reserves the right to increase or decrease the quantities by any amount deemed necessary to meet its needs without any adjustment in the price. 9. SOLE SOURCE MATERIAL All Road Materials considered Sole Source must be bid and Commissioners Court must accept a signed statement from the Vendor certifying the existence of only one source, and enter in its minutes a statement to that effect. Page 9 of 11

10. The Bid Award shall be based on, but not necessarily limited to, the following factors: a. Unit Price b. Total Price c. Timeliness of delivery d. Special needs and requirements of Liberty County e. Vendor s past performance record with Liberty County f. Liberty County s evaluation of Vendor s ability g. Quality of products furnished h. Compliance with Specifications and Terms and Conditions i. FOB Vendor s Plant Price only: Cost and distance Liberty County must travel to pick up products at Vendor s plant 11. It is understood and agreed that the Bidder is solely responsible for all services provided and shall provide adequate insurance to cover against any and all losses incurred by the Bidder s employees and/or equipment during the course of the contract. 12. Liberty County makes no guarantee that any materials and/or services will be purchased as a result of this Invitation to Bid, and reserves the right to reject any and all bids. All Bids and their accompanying documentation will become the property of Liberty County. 13. The Bidder is expected to examine all documents, forms, specifications and all instructions. Failure to do so will be at the Bidder s risk. 14. ETHICAL CONDUCT The Bidder shall not offer or accept gifts or anything of value, not enter into any business arrangement with any employee, official, or director of Liberty County. No public official shall have an interest in this contract, in accordance with Texas Local Government Code, Chapter 171. The Bidder affirms that the only person or parties interested in this bid/offer as principals are those named herein, and that this bid/offer is made without collusion with any other person, firm, or corporation. 15. The Vendor shall make himself familiar with and at all times shall observe and comply with all federal, state, and local laws, ordinances and regulations which in any manner affect the conduct of the work. 16. All insurance requirements, including workmen s compensation and liability, as outlined in Texas state statutes, shall be met prior to any services rendered and shall remain in effect during the term of this contract. 17. HAZARD SUBSTANCES: State law requires that shipments of hazardous substances shall include MATERIAL SAFETY DATA SHEETS (MSDS). Page 10 of 11

18. The Vendor shall indemnify and hold harmless the County and its duly appointed officers, agents and employees for all suits, actions, losses, damages, claims, or liability of any character, type, or description, including without limiting the generality of the foregoing all expenses of litigation, court costs, and attorney fees for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, arising out of, or occasioned by, the acts of Vendor s officers, agents, or employees. 19. No provision of this agreement shall affect or waive any sovereign or governmental immunity available to the County and/or its elected officials, employees and agents under Federal or Texas law, nor waive any defenses available to the County and/or its elected officials. Employees and agents under Federal or Texas law. 20. FORM W-9 and FORM CIQ: No payments will be made for any invoices submitted by the successful Bidders until a Form W-9 Request for Taxpayer Identification and Certification (attached) and a Form CIQ Conflict of Interest Questionnaire (attached) are completed and filed with the County Purchasing Agent at 1901 Cos St., Liberty, Texas 77575. For any additional information concerning the Road Construction Services being bid, please contact the Commissioners listed below: Precinct #1 Bruce Karbowski (936)587-4922 Precinct #2 Greg Arthur (936)298-2790 Precinct #3 James Reaves (281)592-1653 Precinct #4 Leon Wilson (936)258-5202 Page 11 of 11