RFQ #25-024 - Term Contract for Aggregate

expired opportunity(Expired)
From: Juneau(City)
RFQ #25-024

Basic Details

started - 09 Apr, 2024 (22 days ago)

Start Date

09 Apr, 2024 (22 days ago)
due - 23 Apr, 2024 (7 days ago)

Due Date

23 Apr, 2024 (7 days ago)
Bid Notification

Type

Bid Notification
RFQ #25-024

Identifier

RFQ #25-024
Juneau City and Borough

Customer / Agency

Juneau City and Borough
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INTENT : The intent of this quote is to establish a term contract to purchase aggregate per specifications to be used by the City and Borough of Juneau (City or CBJ), Parks and Recreation, Landscape Maintenance division. The contract will be utilized on an as needed by various CBJ departments and divisions. SUBMISSION I NSTRUCTIONS : Timely responses are accepted via Electronic Submission at Public Purchase the CBJ’s eProcurement Provider. *Late responses will not be accepted. To respond complete the free online registration.Tips: Registration is a two-step process; Use the ‘Help’ Menu Tab Public Purchase , Register early - Registration may take up to 24-hours to complete. Vendors who successfully register may submit a response by doing the following: Access the solicitation online at Public Purchase and complete pricing for the line item listed, or download the provided excel sheet, fill out all fields and upload to Public Purchase. Public Purchase will automatically calculate
totals. Do not submit more than one pricing schedule. Download PDF Bidders Signature Page, fill out all fields indicated, sign and upload Public Purchase. Use only the documents provided. Completeonline acknowledgement of the Terms & Conditions* (ATTACHMENT A), Vendors must acknowledge, or acknowledge with exceptions. Exceptions may not qualify for award. CONTACT, QUESTIONS & ADDENDA : CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this solicitation. Submit any questions to purchasing@juneau.gov or fax (907) 586-4561. You can also utilize the “Ask Questions” link available on Public Purchase CBJ’s eProcurement platform. No oral interpretations will be made. Submit all questions in writing, noting issuing buyer, solicitation number and title. Requests must be received a minimum of three (3) business days prior to the solicitation deadline. Any changes to CBJ issued documents will be in the form of an addendum to the solicitation, and will be issued as promptly as possible to all plan holders. All such addenda will become part of the solicitation. INTENT : The intent of this quote is to establish a term contract to purchase aggregate per specifications to be used by the City and Borough of Juneau (City or CBJ), Parks and Recreation, Landscape Maintenance division. The contract will be utilized on an as needed by various CBJ departments and divisions. CONTRACT PERIOD : The contract will be in effect from July 1, 2024 through June 30, 2025 with an automatic annual renewal period for three (3) additional years, with the final expiration date of June 30,2028. Contractor may provide written notice to terminate the contract without penalty providing the notice is given sixty (60) days prior to the upcoming renewal period. CONTRACT PRICE: Contract prices are to remain firm for the duration of the contract period including any automatic annual renewal or extension periods unless a price adjustment is requested and agreed upon. CONTRACT ADMINISTRATOR: The contract administrator for this contract will be Colby Shibler, Parks and Landscape Supervisor, for the CBJ Parks and Rec Department or upon notification, an alternative assigned designee. PRICE & PAYMENT : Quote price is to include all related costs, including shipping and delivery to the final destination or FOB Point. Payment will be initiated upon receipt of proper invoice and acceptance of the product by City personnel. All invoices will be submitted via email to accounts.payable@juneau.gov and reference the department/division, name of CBJ personnel requesting services, and applicable purchase order number. F.O.B. POINT : The FOB Point is the Contractor's Juneau facility. The aggregate is to be loaded into City trucks by the Contractor. Over the duration of the contract, product should be available for pickup during standard CBJ business hours of Monday thru Friday from 8:00 a.m.to 4:30 p.m. Lack of product or availability may be a factor in the award of this quote. QUANTITIES : The quantities listed in the Quote Schedule Page are estimated annual requirements. The City does not guarantee any maximum or minimum quantities. The larger part of the annual requirements will be ordered early in the contract period. Additional orders will be made on an "as needed basis". Quantities for each renewal period may vary, based on current needs and available funding. ACCEPTANCE & RETURNS : The City reserves the right to determine suitability of items offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor's risk and expense. CERTIFIED WEIGHT/SCALE : The Contractor is responsible for providing a certified scale. The Contractor must provide a certified weight/load slip for each delivery to the CBJ user receiving the shipment. PERMITS : The Contractor must comply with all applicable Federal, State, City laws which have a bearing on this contract and must have all licenses and permits required by the State and/or City for performance of this contract. AWARD : Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. TECHNICAL SPECIFICATIONS: Contractor is to supply clean 6” minus crushed rock, 2” minus crushed rock and D-1. METHOD OF MEASUREMENT : Aggregate to be measured by the ton, with the term "ton" meaning a short ton consisting of 2,000 pounds. Material must be adjusted for excess moisture as described below. The measurements may include moisture up to a maximum of 7.0% of the dry weight of the material. If the moisture content is in excess of 7.0%, the tonnage as measured over the period of time the material is out of specification will be reduced by the difference between the actual value and 7.0%. No credit will be given to the Contractor should the moisture content be less than 7.0%. All samples for moisture content will be collected on the Contractor's site. SCALES : As this product is paid for by the ton, the Contractor will furnish platform scales, certified by the State of Alaska, and a weight-house, that meet the general requirement for weighing equipment and are calibrated in accordance with the manufacturer’s instructions. Contractor will supply weight tickets. Platform scales are to be of sufficient size and capacity to weigh, in one operation, the entire loaded vehicle. The scales provided by the Contractor at no charge to the City and will be responsible for maintenance and accuracy. The scales must be maintained according to the specifications, tolerances and regulations for commercial weighing and measuring devices as adopted by Alaska Statute 45.75, and display a current certification sticker from the State of Alaska Division of Weights and Measures. Access or right of way to the scale area will be maintained by the Contractor and kept in good condition at no cost to the City. TESTING : The Contractor will be required to provide sieve analysis and Alaska T-4 tests on the D-1 aggregate if requested, there is no testing of the 2” clean crushed rock. Testing will be required at the following intervals during processing: Testing before more than 500 tons have been processed and a second test at each subsequent 1,000 tons. 2. These testing requirements are to be used for each newly crushed stock pile. All material samples must be obtained by laboratory personnel. All tests must be performed at a certified laboratory by trained laboratory technicians. The results must be submitted to the CBJ when requested within 24 hours of completion. The test documents must contain written certification that the material tested was removed from areas where aggregate is to be supplied to the City. Failure to perform testing at above intervals could result in delay of payment or materials being rejected. CBJ reserves the right to have additional testing performed at its option. If additional testing is required and it shows the material to be out of specification, these tests will be paid for by the Contractor at his own expense. Additional tests that show the material to be within specifications will be paid for by the CBJ. Payment will be made on a per test basis. BASE COURSE : The base course is to consist of crushed rock, gravel, sand, and other approved materials. The aggregate to be free from lumps, balls of clay, and other objectionable matter and must be durable and sound. The portion of the material retained on the No.4 sieve will be known as course aggregate, and the material passing the No. 4 sieve will be known as fine aggregate. Both must conform to the quality requirements of AASHTO M-147. A. Course Aggregate : Course aggregate conforming to the requirements above must have a percentage of wear not to exceed 50 after 500 revolutions as determined by ASTM Spec. C-131. It must consist of angular fragments uniform in density and quality and free from thin and elongated pieces, dirt and other objectionable material. At least eighty percent (80%) of the course aggregate particles must have one or more mechanically fractured faces. B. Fine Aggregate : Fine aggregate must consist of sand, stone screening, or crushed gravel or a combination thereof, and unless otherwise stipulated and will conform to the quality requirements of AASHTO M-29. C. Gradation : The aggregate fractions for the mixture to be sized, graded, and combined in such proportions that the resulting composite blend conforms to the grading requirements listed in the table below SIEVE GRADATION BASE COURSE D-1 1-1/2 in. 1 in. 100 3/4 in. 70-100 3/8 in. 50-80 No. 4 35-65 No. 8 20-50 No. 40 8-30 No. 200 0-6

155 S. Seward Street, Juneau AK 99801Location

Address: 155 S. Seward Street, Juneau AK 99801

Country : United StatesState : Alaska

You may also like

2024 Arterial Road Rehabilitation Contract #1

Due: 16 May, 2024 (in 15 days)Agency: City of London