Loading...
HomeMy WebLinkAboutBid SubmittalSubmit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1" Street 17th Floor, Suite 202 Miami, Florida 33128-1983 MIAMI•DAD COUNTY OPENING: 2:00 P.M. WEDNESDAY March 8, 2006 BID NO.: 6752-0/11 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: 2/6/2006 This Bid Submittal Consists of Pages 11 through 16 PLUS 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. ASPHALTIC 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: 745-14,-21; 65,67-,-08,-10,-12,-68 Laura Gonzalez Sr. Contracting Agent FIRM NAME: RETURN THE ORIGINAL BID PLUS TWO COPIES OF BID SUBMITTAL PAGES ONLY FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 16 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 16 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER THE BID NON -RESPONSIVE 11 MIAMI-DADE COUNTY BID NO.: -OTR FIRM NAME: BID SUBMITTAL FOR: Item I Estimated Otv (5 yrs)Description Price Extended Totals ASPHALTIC CONCRETE HOT -MIX (TYPE S-I) 1. 200,000 PER TON, F.O.B. PLANT: $ $ 2. 300,000 PER TON, NORTH ZONE DELIVERED: $ $ 3. 300,000 PER TON, SOUTH ZONE DELIVERED: $ $ RC-70 TACK 4. 50,000 PER GALLON, F.O.B. PLANT: $ $ 5. 10.000 PER GALLON, NORTH ZONE DELIVERED:$ $ 6. 10,000 PER GALLON, SOUTH ZONE DELIVERED:$ $ ASPHALTIC POTHOLE PATCH (COMM-PATCH OR EZ STREET) 5. 5,000 PER TON, F.O.B. PLANT: $ $ 6. 10,000 PER TON, NORTH ZONE DELIVERED: $ $ 7. 10,000 PER TON, SOUTH ZONE DELIVERED: $ $ PRODUCT SUPPLIED: ASPHALTIC POTHOLE PATCH (COMM-PATCH OR EZ STREET) S. 10,000 PER LB., F.O.B. PLANT: Offered in LB. BAG, OR LB. PAIL $ $ 9. 10,000 PER LB., NORTH ZONE DELIVERED: $ $ 10. 10,000 PER LB., SOUTH ZONE DELIVERED: $ $ PRODUCT SUPPLIED: TYPE 80/20 MIX OR SAND (HOT -MIX) 11. 30,000 PER TON, F.O.B. PLANT: $ $ 12. 30,000 PER TON, NORTH ZONE DELIVERED: $ $ 13. 30,000 PER TON, SOUTH ZONE DELIVERED: $ $ 12 M1AMI-DADE COUNTY BID NO.: -OTR FIRM NAME: Bll) SUBMITTAL FOR: Item # Estimated Otv (5 yrs) Description EMULSIFIED TACK Price Extended Totals 14. 10,000 PER GALLON, F.O.B. PLANT: $ $ 15. 10,000 PER GALLON, NORTH ZONE DELIVERED:$ $ 16. 10,000 PER GALLON, SOUTH ZONE DELIVERED:$ $ READY ROAD REPAIR 17. 5,000 PER TON, F.O.B. PLANT: $ $ 18. 5,000 PER TON, NORTH ZONE DELIVERED: $ $ 19. 5,000 PER TON, SOUTH ZONE DELIVERED: $ $ READY ROAD REPAIR 20. 10,000 PER PER LB., F.O.B. PLANT: offered in LB. BAG, OR LB. PAIL $ $ 21. 10,000 __ PER LB., NORTH ZONE DELIVERED: $ $ 22. 10,000 PER LB., SOUTH ZONE DELIVERED: $ $ R.A.P. RECYCLED ASPHALT PIECES (MILLED ASPHALT GROUND TO NO BIGGER THAN 1 '/a") 23. 10,000 PER TON, F.O.B. PLANT: $ $ 24. 10,000 PER TON, NORTH ZONE DELIVERED: $ $ 25. 10,000 PER TON, SOUTH ZONE DELIVERED: $ $ 13 MIAMI-DADE COUNTY BID NO.: -OTR FIRM NAME: BID SUBMITTAL. FOR: ALL BIDDER'S NEED TO COMPLETE BUSINESS INFORMATION BELOW: Plant Location: Contact Person: Phone No.: Emergency Contact and Phone No.: Normal Business Hours from: A.M. to P.M. Days Open: thru OPTIONS: 1. Mobilization charge per occurrence to open and operate plant, other than normal hours: $ 2. Additional charge per ton, to deliver, other than normal business hours: $ 14 MIAMI-DADE COUNTY BID NO.: 6752-0/11 SECTION 4 BID SUBMITTAL FOR: ASPHALTIC CONCRETE ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: L1ST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, 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: 15 M1AMI-DADE COUNTY BID NO.: 6752-0/11 MIAMIQY4DE COUNTY BID SUBMITTAL FORM .lard Title: ASPHALTIC CONCRETE By signing this Bid Submittal Form the 13iddcr 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 the 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 that request 1'or 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 same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of 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 Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation. the Bidder must file the appropriate form with the Clerk of the Board stating that a Earticular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or 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 2-8.0, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. to Place a check mark here to affirm compliance with this disclosure requirement. 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 participation in the Joint Purchase portion of the UAP is voluntary and the bidder's expression of general interest at 'A' and `B' below is for the County's information only and shall not be binding on the bidder. 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 apd 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 outside 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 ❑, or is not ❑, a local business. For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County(or Broward County in accordance with the Interlace] Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Tents and Conditions of this solicitation and contributes to the economic development of the community 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. Film Name: Street Address: Mailing Address (if different): Telephone No. Email Address: Fax No. FEIN No. 1- M i l l/ Prompt Payment Terms: % days net days * "By signing this document the bidder agrees to all Terms (Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and Me resulting Contract" Signature: (Signature of authorized agent) Print Name: Title: Failure to sign this page shall render your Bid non -responsive. 16