HomeMy WebLinkAboutBid SubmittalSubmit Bid To:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1s' Street
17`" Floor, Suite 202
Miami, Florida 33128-1983
M1AMt•17tAD5
COUNTY
OPENING: 2:00 P.M.
WEDNESDAY
March 29, 2006
BID NO.: 6827-0/11
INVITATION TO BID
SECTION 4
BID SUBMITTAL FORM
PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN
MIAMI-DADE COUNTY, FLORIDA
NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all
taxes. Tax Exemption Certificate furnished upon request.
Issued by:
Laura
Gonzalez
DPM
Bids & Contracts Unit
Date Issued: 3/6/2006 This Bid Submittal Consists of
Pages 16 through 20 +
AFFIDAVITS
Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such
other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the
Bid Submittal, will be received at the office of DPM, Bids and Contracts Division, Vendor Assistance section at the
address shown above until the above stated time and date, and at that time, publicly opened for furnishing the
supplies or services described in the accompanying Bid Submittal Requirement.
READY MIXED CONCRETE
DO NOT WRITE IN THIS SPACE
ACCEPTED HIGHER THAN LOW
NON -RESPONSIVE UNRESPONSIBLE
DATE B.C.C. NO BID
ITEM NOS. ACCEPTED
COMMODITY CODE: 750-70
Laura Gonzalez Sr. Contracting Agent
FIRM NAME:
RETURN THREE COPIES OF BID SUBMITTAL PAGES ONLY
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL
PREFERENCE ON PAGE 20 OF SECTION 4, BID SUBMITTAL FORM SHALL
RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE
FAILURE TO SIGN PAGE 20 OF SECTION 4, BID SUBMITTAL FORM, WILL
RENDER THE BID NON -RESPONSIVE
16
MIAMI-DADE COUNTY BID NO.: 6827-0/11
BID SUBMITTAL FOR: Ready Mixed Concrete
FIRM NAME:
PRE -QUALIFICATION CRITERIA CHECKLIST:
1. The bidder has been in concrete business for at least 1 year Yes No
2. The bidder has a Plant located in South Florida Yes No
3. The bidder has a phone, fax and point of contact Yes No
Phone#_ Fax #
Contact Person:
Email Address:
4. Bidder to provide an equipment list, to include trucks,
concrete pumps and other . Yes
5. Bidder can provide Ready Mixed Concrete in accordance with section 3.2 of the
specifications:
Strength PSI 28 Days Coarse Aggregate 2500 — 5000 Pound square inch (PSI) Yes No
Strength PSI 28 Days Pea -rock 3/8" 2500- 5000 PSI Yes No
Strength PSI 28 Days Pea -rock 3/8" with 2" Line 2500 -5000 PSI Yes No
Strength PSI 28 Days Shot-crete 3/8" with 2"Line with 1" Nozzle 2500-5000 PSI Yes No
Strength PSI 12 Hours Pea -rock 3/8" — 6000 PSI for Miami Dade Transit Yes No
6. Bidder can provide pumping services as per the specification listed in section 3.0, paragraph
3.3 and can provide list of necessary equipment. Yes No
7. Bidder can provide concrete finishing services Yes No
8. Bidder can provide services in the following zones:
North Zone: Any area from Flagler Street north to the Broward County Line Yes No
South Zone: Any area from Flagler Street south to the Monroe County Line Yes No
17
� 1
M1AMI-1)ADE COUNTY BID NO.: 6827.0/11
BID SUBMITTAL FOR: Ready Mixed Concrete
FIRM NAME:
9. Bidders Minimum order amount for delivery is:
Cubic Yards
10. Bidder is certified to provide Federal Department of Transportation (FDOT) Flowable
Fill concrete per the specifications.
Yes FDOT approved No not FDOT approved
11. Bidder can provide the following materials per the specifications:
Tremmie Concrete Yes No
FDOT approved Tremmie Concrete Yes No
RIPRAP in burlap sacks Yes No
On -Site Job Mix Concrete Yes No
12. Bidders can provide service to open plant after hours, on weekends or holidays at a set
price for the term of the contract.
Open Plant Charge (After hours, Weekends or Holidays) $
(Price quoted is to be fixed and firm for the term of an awarded contract or any options to
renew)
13. Bidder can quote any fees to be charged for wait time extended past 30 minutes. The
county will not pay for wait time less than 30 minutes. This charge is fixed and firm for
the term of an awarded contract and any option to renew.
$ per minute after 30 minutes
18
MIAMI-DADE COUNTY
BID NO.: 6827-0/11
SECTION 4
BID SUBMITTAL FOR:
READY MIXED CONCRETE
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN
CONNECTION W1TH THIS BID
Addendum #1, Dated
Addendum #2, Dated
Addendum 43, Dated
Addendum #4, Dated
Addendum #5, Dated
Addendum #6, Dated
Addendum #7, Dated
Addendum #8, Dated
PART II:
❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE: DATE:
TITLE OF OFFICER:
19
.ML4MI-DARE COUNTY
BID NO.: 6827-0/11
Signature:
MIAMbD14pE
COUNTY
.Bid Title: READY MIXED CONCRETE
By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all
Conflict of Interest and Code of Ethics provisions in Section 2.11 of the Miami -Dade County Code. Any County employee or member of his or her immediate
family seeking to contract with the County shall seek a conflict of interest opinion from she Miami -Dade County Ethics Commission prior to submittal of a Bid
response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of Ihot request For opinion and
any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a
statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the
nature of the intended contract at the sante time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of
Commissioners, must be submitted with the response to the solicitation.
the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County
In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying yarding this solicitation. the )Bidder rgust file the
o Ih h CI k i t e s tin th 1 ar is r b is 1 r a d t r re ent h i cr. Failure to file the appropriate
form in relation to each solicitation may be considered as evidence that the Bidder is nor a responsible contractor,
The Bidder conforms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the
same goods andlor services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges
that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being
considered for award.
Pursuant to Section 2-8.6, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been
convicted ofa felony during the past ten (1 Q) years shall disclose this information prior to entering into a contract with or receiving funding from the County.
❑ Place a Etek mark here to affirm compliance with kis disclosure renuirement.
COUNTY USER .ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program
For the County's information, the bidder is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the
County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor
information only and shall not be binding on the bidder.
participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest al 'A' and B' below is for the County's
A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental,
quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County?
Yes No
B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other
governmental, quasi -governmental or not -for -profit entities located gsgFisk the geographical boundaries of Miami -Dade County?
Yes No
LOCAL PREFERENCE CERTIFICATION• The responding vendor hereby attests, by checking one of the following blocks, that it is
0, or is net local business. For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward Count in a
accordance with the Interlace] Agreement between the two counties) That conforms with the provisions of Section 1.10 of the General Terms and Conditions of
this solicitation and contributes to the economic development of the conununity in a verifiable and measurable way. This may include, but not be limited to,
the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this
time (by checking the appropriate box above) shall render the vendor ineligible for Local Preference.
Firm Name:
BID SUBMITTAL. FORM
Street Address:
Mailing Address (if different):
Telephone No.
Fax No.
Email Address:
FEIN No. J / / / /_,_/ /
Prompt Payment Terms: % days net days *"By signing _
is docagrees to all Terms
(Please see paragraph 1.2 H of General Terms and Conditions) and Conditions ofthis1ment Solicitation and the he resulting Contract"
(Signature of authorized agent)
Print Name:
Title:
Failure to sign this page shall render your Bid non -responsive.
20