Concrete

expired opportunity(Expired)
From: Gillespie(County)
Bid No. 2023.07

Basic Details

started - 03 Jan, 2023 (15 months ago)

Start Date

03 Jan, 2023 (15 months ago)
due - 09 Feb, 2023 (14 months ago)

Due Date

09 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
Bid No. 2023.07

Identifier

Bid No. 2023.07
Gillespie County

Customer / Agency

Gillespie County
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.

County of Gillespie Bid Package for CONCRETE Bid No. 2023.07 January 2023 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 2 Gillespie County, Texas INVITATION FOR BID INSTRUCTIONS/TERMS OF CONTRACT The Commissioners’ Court of Gillespie County will receive bids for: CONCRETE TO PROVIDE a concrete contract for the period January – December 2023. This is a rebid from Bid No. 2023.04. IT IS UNDERSTOOD that the Commissioners’ Court of Gillespie County, Texas reserves the right to accept or reject any and/or all bids for any or all products and/or services as covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interest of Gillespie County. BIDS MUST BE submitted on the attached forms. Each bid shall be placed in a separate sealed envelope, manually signed in ink by a person having the authority to bind the firm in a contract and marked
clearly on the outside as outlined below. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. SEALED BIDS SHALL BE SUBMITTED TO: Gillespie County Auditor’s Office Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 Sealed bids shall be received no later than: 2:00 P.M., Thursday, February 9, 2023 MARK ENVELOPE: BID NO. 2023.07 - CONCRETE ALL BIDS MUST BE RECEIVED IN COUNTY AUDITOR’S OFFICE BEFORE OPENING DATE AND TIME. 3 GENERAL INFORMATION FUNDING: Funds for payment have been provided through the Gillespie County budget approved by the Commissioners Court for this fiscal year only. State of Texas statutes prohibit the obligation and expenditures of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current Gillespie County fiscal year shall be subject to budget approval. LATE BIDS: Bids received in the County Auditor’s office after submission deadline shall be returned unopened and will be considered void and unacceptable. Gillespie County is not responsible for lateness of mail, carrier, etc. and time/date in Auditor’s Office shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alterations, or erasures made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: A bid may not be withdrawn or canceled by the bidder for a period of thirty (30) days following the date designated for the receipt of bids, and bidder so agrees upon submittal of their bid. SALES TAX: Gillespie County is by statute exempt from the State Sales Tax and Federal Excise Tax; therefore, the bid price shall not include taxes. BID AWARD: Gillespie County reserves the right to award bid as a lump sum as it deems to be in the best interest of the County. Also, pursuant to Section 262.027 (e) of the Local Government Code, Gillespie County, in determining the lowest and best bid for a contract for the purchase of road construction material, will consider the pickup and delivery locations of the bidders and the cost to the County of delivering or hauling the material to be purchased. Commissioners Court may, in the best interest of the County, award contracts for the purchase of road construction material to more than one bidder if each of the selected bidders submits the lowest and best bid for a particular location or type of material. CONTRACT: This bid, when properly accepted by Gillespie County, shall constitute a contract equally binding between the successful bidder and Gillespie County. No different or additional terms will become part of this contract with the exception of a Change Order. CHANGE ORDERS: No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by Gillespie County Auditor’s Office. 4 CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon’s Texas Codes Annotated, Local Government Code Title 5, Subtitled C, Chapter 171. ETHICS: The bidder shall not accept or offer gifts or anything of value nor enter into any business arrangement with any employee, official or agent of Gillespie County. EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions and the County shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. Gillespie County Commissioners Court reserves the right to accept any and/or all/none of the exceptions(s)/substitutions(s) deemed to be in the best interest of the County. ADDENDA: Any interpretations, corrections or changes to this Invitation For Bid and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the Gillespie County Auditor’s Office. Addenda will be mailed to all who are known to have received a copy of this Invitation For Bid. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLY with all federal, state, county and local laws concerning this type of material. DESIGN, STRENGTH, QUALITY of materials and workmanship must conform to the highest standards of manufacturing and engineering practice. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder’s responsibility. A prospective bidder must meet the following requirements: 1.) Have adequate financial resources, or the ability to obtain such resources as required; 2.) Be able to comply with the required or proposed delivery schedule; 3.) Have a satisfactory record of performance; 4.) Have a satisfactory record of integrity and ethics; 5.) Be otherwise qualified and eligible to receive an award. Gillespie County may request representation and other information sufficient to determine bidder’s ability to meet these minimum standards listed above. 5 BIDDER SHALL PROVIDE with this bid response, all documentation required by this IFB. Failure to provide this information may result in rejection of bid. SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless Gillespie County and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any contract which may result from bid award. Successful bidder shall pay any judgment with cost which may be obtained against Gillespie County growing out of such injury or damages. TERMINATION OF CONTRACT: This contract shall remain in effect until contract expires, delivery/completion of products and/or services ordered is accepted, or terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful bidder must state therein the reasons for such cancellation. Gillespie County reserves the right to award the cancelled contract to the next lowest bidder as it deems to be in the best interest of the County. TERMINATION FOR DEFAULT: Gillespie County reserves the right to enforce the performance of this contract in any manner prescribed by law or deemed to be in the best interest of the County in the event of breach or default of this contract. Gillespie County reserves the right to terminate the contract immediately in the event the successful bidder fails to: 1.) Meet delivery or completion schedules, or 2.) Otherwise perform in accordance with these specifications. Breach of contract or default authorizes the County to award to another bidder. TESTING: Testing may be performed at the request of Gillespie County, by an agent so designated, without expense to Gillespie County. PATENTS/COPYRIGHTS: The successful bidder agrees to protect Gillespie County from claims involving infringements of patents and/or copyrights. PACKING SLIPS or other suitable shipping documents shall accompany each shipment and shall show: (a) name and address of successful bidder, (b) name and address of receiving department and/or delivery location, and (c) descriptive information as to the product delivered, including product code, item number, quantity, number of containers, etc. INVOICES shall show all information as stated above and shall be mailed directly to the Gillespie County Auditor’s Office, 101 W. Main, Unit #4, Fredericksburg, Texas 78624. PAYMENT will be made upon receipt and acceptance by the County of item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601fV.T.C.S. Successful bidder(s) is required to pay subcontractors within ten (10) days of receipt of their payment. Under the provisions of 6 Section 154.045 of the Local Government Code, the County may not draw a warrant on a county fund if the payee of the warrant has an outstanding debt due the County. Therefore, the County may not pay successful bidder(s) unless all county taxes are in a current paid status. CONCRETE supplied under this contract shall be subject to the County’s approval. Concrete found defective or not meeting specifications will not be accepted by the County. SAMPLES: When requested, samples shall be furnished free of expense to Gillespie County. WARRANTY: Successful bidder shall warrant that all products shall conform to the proposed specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. REMEDIES: The successful bidder and Gillespie County agree that both parties have all rights, duties, and remedies available as stated in the Uniform Commercial Code. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Gillespie County. ASSIGNMENT: The successful bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Gillespie County. SILENCE OF SPECIFICATION: The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. INSURANCE: Before commencing work, the successful bidder shall be required, at his own expense, to furnish the Gillespie County Auditor’s Office within ten (10) days of notification of award with evidence showing the following insurance coverage to be in force throughout the term of the contract. a) Worker’s Compensation in accordance with State Territorial Worker’s Compensation Laws; and Employers’ Liability Insurance; b) Public liability and property damage insurance including Independent contractor’s liability, covering, but not limited to, the liability assumed in the indemnification provisions (as specified in the IFB) fully insuring contractor’s and/or subcontractor’s liability for injury to, or death of, county employees and third parties, extended to include personal 7 injury liability coverage, and for damage to property of third parties, with a minimum combined coverage for each occurrence of $500,000.00. c) Comprehensive automobile and truck liability insurance to include coverage of owned, hired, and non-owned vehicles with minimum limits of $300,000.00 each occurrence for bodily injury and $100,000.00 each occurrence for property damage. Such insurance is to include coverage for loading and unloading hazards. Each insurance policy to be furnished by successful bidder shall include, by endorsement to the policy, a statement that a notice shall be given to Gillespie County by certified mail thirty (30) days prior to cancellation or upon any material change in coverage. ANY QUESTIONS concerning this Invitation For Bid and Specifications should be directed to the Auditor’s Office at (830) 997-6777. 8 GILLESPIE COUNTY SPECIFICATIONS AND BID SHEETS CONCRETE Gillespie County has a need for Portland Cement Concrete, meeting the standards as set forth below: GENERAL: This specification shall govern the materials, proportions, and strengths of Portland Cement Concrete delivered to specified sites by use of transit mix trucks. The concrete shall be composed of Portland Cement, aggregates (fine and coarse), admixtures if desired or required, and water. Accelerating admixtures will not be permitted. MATERIALS: 1. Cement: The cement shall be Type 1 Portland Cement conforming to the requirements of ASTM C150. 2. Coarse Aggregates: Coarse aggregate shall consist of washed durable particles of gravel, crushed stone or combination thereof; free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material. It shall be free of clay lumps, laminated or friable particles. The coarse aggregate shall conform to the requirements of ASTM C33 and the gradation shall be Nominal size 11⁄2 inch unless otherwise specified. 3. Fine Aggregates: Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or combinations thereof. Fine aggregate shall conform to ASTM C33. 4. Water: Water for use in concrete shall be potable water. 5. Admixtures: Admixtures shall conform to ASTM C260 and C494. STORAGE OF AGGREGATES: The method of handling and storing concrete aggregates shall prevent contamination with foreign materials. MEASUREMENT OF MATERIALS: The measurement of materials except water, used in batches of concrete shall be by weight. The concrete supplier shall be prepared to furnish evidence of recent calibration of scales or meters if requested. 9 MIX DESIGN: The concrete supplier shall be responsible to furnish an acceptable mix design based on a recognized method of solid volume method of design. CONSTISTENCY: The slump of delivered concrete shall be as directed but in no case shall the slump exceed 6 inches. WATER-CEMENT RATIO: The water-cement ratio of delivered concrete shall not exceed 0.53 by weight. DELIVERY DOCUMENTATION: All deliveries of concrete shall be accompanied with a delivery ticket, which shows the following: 1. Batch weights of aggregates and cement. 2. Quantity of water added to the batch in gallons. 3. Admixtures added and quantity. 4. Time that water was added to the cement. TIMING: The maximum time between addition of cement to the batch and placing shall not exceed 1 hour unless otherwise approved. CONCRETE CLASSIFICATION: CLASS MINIMUM CEMENT CONTENT MINIMUM COMPRESSIVE SACKS/CEMENT PER CUBIC STRENGTH (f’c) AT YARD OF CONCRETE 28 DAYS PSI A 5 3,000 B 4 2,000 Grout 6 DELIVERY LOCATION: Unless otherwise indicated when ordered, all concrete is to be delivered directly to the job site in Gillespie County. DELIVERY TIME: Delivery time is an important consideration in the evaluation of the lowest and best bid. Bidder shall state number of days required to place concrete at the County’s designated location in the space provided. 10 BID NO. 2023.07: CONCRETE CONCRETE BID SHEET Price/cubic yard Class A (5 Sack) Concrete: $ Price/cubic yard Class B (4 Sack) Concrete: $ Price/cubic yard Grout (6 Sack): $ Short Load (1-2 yards) Price/cubic yard Class A (5 Sack) Concrete: $ Short Load (1-2 yards) Price/cubic yard Class B (4 Sack) Concrete: $ Short Load (1-2 yards) Price/cubic yard Grout (6 Sack): $ Cost/mile per load (one way) to deliver to job site: $ Delivery time after receipt of order: Bidder Does ( ) Bidder Does Not ( ) Meet All Specifications EXCEPTIONS: ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ 11 BID NO. 2023.07: CONCRETE NAME OF BIDDER: ____________________________________________________________________________________ ADDRESS OF BIDDER: ________________________________________________________________________________ _____________________________________________________________________________________ BY: ______________________________________________TITLE: _____________________________ TELEPHONE #: ___________________________________FAX: ______________________________ EMAIL: _____________________________________________________________________________ SIGNATURE: _________________________________________________________________________ BIDDER MUST SIGN AFFIDAVIT ON PAGE 12 AS PART OF THIS BID RETURN PAGES 10, 11, AND 12 OF BID PACKAGE AND ALL DOCUMENTATION REQUIRED BY THIS INVITATION FOR BID 12 BID NO. 2023.07: CONCRETE BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon conditions contained in the specifications of the Invitation for Bid. The period of acceptance of this bid will be _________calendar days from the date of the bid opening. (Period of acceptance will be thirty (30) calendar days unless otherwise indicated by bidder.) STATE OF ___________________________COUNTY OF _________________________ BEFORE ME, the undersigned authority, a Notary Public in and for the State of _________________________, on this day personally appeared __________________________________________________, who appeared after being by me duly sworn, did depose and say: “I, ______________________________________am a duly authorized officer of/agent for _________________________________________and have been duly authorized to execute the foregoing on behalf of the said ______________________________________. I hereby certify that the foregoing bid has not been prepared in collusion with any other bidder or other person or persons engaged in the same line of business prior to the official opening of this bid. Further, I certify that the bidder is not now, nor has been for the last six (6) months, directly or indirectly concerned in any pool or agreement of combination, to control the price of services/commodities bid on, or to influence any persons to bid or not to bid thereon.” Name of Bidder: ____________________________________________________________ Address of Bidder: __________________________________________________________ __________________________________________________________ By: ___________________________________Title: ______________________________ Telephone # _____________________________Fax: _____________________________ Signature: _________________________________________________________________ State of Texas County of ____________________________ SWORN AND SUBSCRIBED before me by _____________________________________ On this ________________________day of ______________________, 2023. ________________________________ Notary Public Signature

101 West Main St Mail Unit 4, Room 203 Fredericksburg, TX 78624Location

Address: 101 West Main St Mail Unit 4, Room 203 Fredericksburg, TX 78624

Country : United StatesState : Texas

You may also like

Purchase of Concrete and Concrete Services

Due: 16 May, 2024 (in 21 days)Agency: St. Lucie School District

18-DOC-1000-READY-MIX CONCRETE

Due: 01 Oct, 2025 (in 17 months)Agency: State of Massachusetts

Redi-Mix Concrete

Due: 03 May, 2024 (in 8 days)Agency: Gallup McKinley County Schools ( Part of Demandstar Extended Network )

Please Sign In to see more like these.

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