Aggregate Road Material

expired opportunity(Expired)
From: Grayson(County)
2022-11

Basic Details

started - 31 Jan, 2022 (about 2 years ago)

Start Date

31 Jan, 2022 (about 2 years ago)
due - 04 Mar, 2022 (about 2 years ago)

Due Date

04 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
2022-11

Identifier

2022-11
Grayson County

Customer / Agency

Grayson 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.

1 Grayson County Purchasing 100 W. Houston, Third Floor Sherman, TX 75090 INVITATION FOR BID AGGREGATE ROAD MATERIAL Bid No. 2022-11 2 TABLE OF CONTENTS Invitation For Bid Page 3 Instructions/Terms of Contract Pages 4-12 Specifications Pages 12-14 Bid Sheet Pages 15-19 References Page 20 Certificate of Interested Parties Pages 21-23 Signature Page Page 24 Legal Notice Page 25 3 GRAYSON COUNTY, TEXAS INVITATION FOR BID RETURN BID TO: GRAYSON COUNTY PURCHASING 100 W. HOUSTON ST., THIRD FLOOR SHERMAN, TX 75090 The enclosed INVITATION FOR BID and accompanying SPECIFICATION AND BID SHEET(S) are for our convenience in bidding the enclosed referenced products and/or services for Grayson County. Sealed bids shall be received no later than: 10:00 A.M., FRIDAY, MARCH 4, 2022 MARK ENVELOPE OR ELECTRONIC TRANSMISSION: “BID NO. 2022-11; AGGREGATE ROAD MATERIAL” Grayson County appreciates your time and effort in preparing a bid. Please note that all bids must be received at the designated location
by the deadline shown. Bids received after the deadline will be returned unopened and shall be considered void and unacceptable. Opening is scheduled to be held in the Grayson County Purchasing Department, 100 W. Houston St., Third Floor, Sherman, Texas 75090. Bidders desiring a copy of the bid tabulation sheet may refer to the Grayson County Purchasing website under Bid Tabulations tab. BID RESULTS WILL NOT BE GIVEN BY TELEPHONE. If you have any questions, please contact the Grayson County Purchasing Department at 903-813-4259, Jodi Platt – County Purchasing Agent. Grayson County is always very conscious and extremely appreciative of the time and effort you must have expended to submit a bid. We would appreciate you indicating on your 4 GRAYSON COUNTY INVITATION FOR BID INSTRUCTIONS/TERMS OF CONTRACT BID NO. 2022-11 By order of Commissioners Court, Grayson County, Texas, the Purchasing Agent is authorized to advertise to receive SEALED BIDS for the FOLLOWING; AGGREGATE ROAD MATERIAL To PROVIDE for an annual contract commencing on the date of award and continuing for a twelve (12) month period. Commissioners Court reserves the right to extend this contract for two (2) additional one-year periods as it deems to be in the best interest of the County and mutually agreed upon. IT IS UNDERSTOOD that the Commissioners Court of Grayson County, Texas reserves the right to accept or reject any and/or all bids for any or all products and/or services in this bid request and to waive informalities or defects in the bids or to accept such bids as it shall deem to be in the best interest of Grayson County. BIDS MUST BE submitted on the forms provided in this packet. 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. FACSIMILIE TRANSMITTALS SHALL NOT BE ACCEPTED. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. ALL PAGES OF THE BID PACKET, including any addendum, must be submitted to be considered a responsible submission. Each bid shall be placed in a 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. SUBMISSION OF BIDS: Sealed bids shall be submitted to: Grayson County Purchasing 100 W. Houston St. Third Floor Sherman, TX 75090 ELECTRONIC BIDS WILL NOT BE ACCEPTED. ALL BIDS MUST BE RECEIVED IN THE COUNTY PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME 5 TERMS AND CONDITIONS FUNDING: Funds for payment have been provided through the Grayson County budget approved by the Commissioners Court for this fiscal year only. State of Texas statute prohibits the obligation and expenditure 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 Grayson County fiscal year shall be subject to budget approval. Fiscal year end for Grayson County, Texas is September 30. COOPERATIVE PURCHASING: Other governmental entities may wish to also participate under this contract (piggyback). Each entity wishing to piggyback must have prior authorization from Grayson County and successful bidder. If such participation is authorized, all purchase orders will be issued directly from and shipped directly to the entity requiring materials. Grayson County shall not be held responsible for any orders placed, deliveries made or payments required for materials ordered by these entities. Bidder is requested to state whether they will be willing to allow other governmental entities to piggyback off this contract, if awarded, under the same terms and conditions in the space provided. LATE BIDS: Bids received in the County Purchasing Department, or e-mail address, after the submission deadline shall be returned unopened and will be considered void and unacceptable. Grayson County is not responsible for lateness of mail or carrier, electronic systems failure, etc. The Purchasing Department shall document the official time of receipt for submissions. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any inter-lineation, alteration, or erasure made before opening time must be initialed by the signer of the bid guaranteeing authenticity. REQUEST FOR NON-CONSIDERATION: Bids submitted with the County cannot be withdrawn prior to the time set for opening bids. Request for non-consideration of bids must be made in writing to the Purchasing Agent and received prior to the time set for opening bids. After other bids are opened and publicly read, the bid for which non-consideration is properly requested may be returned unopened. The bid may not be withdrawn after the bids have been opened. Bidder, in submitting the same, warrants and guarantees that this bid has been carefully reviewed and checked and that it is in all things true and accurate and free of mistakes and that such bid will not and cannot be withdrawn because of any mistake committed by the Bidder. SALES TAX: Grayson County is by statute exempt from the State Sales Tax and Federal Excise Tax; therefore, the bid price shall not include taxes. BID AWARD: Grayson County reserves the right to award bid as unit price or lump sum as it deems to be in the best interest of the County. Grayson County reserves the right to award a bid to multiple vendors to suit the needs of the County. 6 CONTRACT: This bid, when properly accepted by Grayson County, shall constitute a contract equally binding between the successful bidder and Grayson 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 the Grayson County Purchasing Agent. IF DURING the life of the contract, the successful bidder’s net prices to other customers for aggregate awarded herein are reduced below the contracted price, it is understood and agreed that the benefits of such reduction shall be extended to Grayson County. Notification shall be sent to Jodi Platt, Purchasing Agent at plattj@co.grayson.tx.us or by U.S. Postal Service to Grayson County Purchasing, Attention: Jodi Platt, 100 W. Houston St, Third Floor, Sherman, TX 75090. PRICE RE-DETERMINATION: A price re-determination may be considered by Grayson County annually. Vendor shall notify Grayson County Purchasing Agent, in writing, ninety (90) days prior renewal date. Grayson County reserves the right to accept or reject any/all of the price re-determination as it deems to be in the best interest of the County. DELIVERY: All delivery and freight charges (FOB Grayson County designated location) are to be included in the price. DELIVERY TIME: Bids shall show the number of days required to place Aggregate at the County’s designated location. Failure to state delivery time may cause bid to be rejected. Successful bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful bidder shall give written notice to the Purchasing Agent. The County has the right to extend delivery time if reason appears valid. Successful bidder must keep the Purchasing Department advised at all times of the status of the order. In the event the delivery schedule cannot be met due to allocation of product, Grayson County reserves the right to contact non-contracted vendors for available product at no penalty to Grayson County. 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 Grayson County. EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of the invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering mailto:plattj@co.grayson.tx.us 7 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 shall hold the bidder responsible to perform in strict accordance with the specification of the invitation. Grayson County Commissioners Court reserves the right to accept any and/or all/none of the exception(s)/substitution(s) deemed to be in the best interest of the County. NOTE: Grayson County reserves the right to reject any bid submitted by a person(s) or company(s) having delinquent property taxes owed to Grayson County Texas. DESCRIPTIONS: Any reference to model and/or make/manufacturer used in bid specifications is descriptive, not restrictive. It is used to indicate the type and quality desired. Bids on materials of like quality will be considered. ADDENDA: Any interpretations, corrections or changes to this Invitation for Bid and Specifications will be made by addenda. Sole issuing authority shall be vested in the Grayson County Purchasing Agent. Addenda will be posted to the Grayson County Purchasing website. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLY with all federal, state, county and local laws concerning this type of product. DESIGN, STRENGTH AND QUALITY of materials workmanship must conform to the highest standards of manufacturing and engineering practice. ALL PRODUCT must be new and unused, unless otherwise specified, in first-class condition and of current manufacture. 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; 6.) All fees and taxes paid current to the Grayson County Tax Assessor Collector’s Office. Grayson County may request representation and other information sufficient to determine bidder’s ability to meet these minimum standards listed above. 8 REFERENCES: Grayson County requests bidder to supply, with this IFB, a list of at least three (3) references where like materials have been supplied by their firm. Include name of firm, address, telephone number and name of representative. INDEMNIFICATION: Successful bidder shall defend, indemnify and save harmless Grayson 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 judgement with cost which may be obtained against Grayson County growing out of such injury or damages. TERMINATION OF CONTRACT: This contract shall remain in effect until contract expires, delivery/completion and acceptance of products and/or services ordered or terminated by either party with a thirty (30) days written notice prior to any cancellation. The successful bidder must state therein the reasons for such cancellation. Grayson County reserves the right to award cancelled contract to the next lowest and best bidder as it deems to be in the best interest of the County. TERMINATION FOR DEFAULT: Grayson 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. Grayson 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, purchase elsewhere and charge the full increase in cost and handling to the defaulting successful bidder. RIGHT TO PURCHASE ELSEWHERE: Grayson County will not actively solicit bids, proposals, quotations or otherwise test the market solely for the purpose of seeking alternative sources; however, Grayson County reserves the right to purchase elsewhere any and/or all items covered by this contract if available from another source at a price lower than the contract price or if contract term(s) are not met, and in cases where the successful bidder cannot meet the County’s desired delivery schedule. TESTING: Testing may be performed at the request of Grayson County, by an agent so designated, without expense to Grayson County. TRUCK WEIGHT: Grayson County reserves the right to verify the gross and tare weights by use of local certified public scales. PATENTS/COPYRIGHTS: The successful bidder agrees to protect Grayson County from claims involving infringements of patents and/or copyrights. 9 CONTRACT ADMINISTRATOR: Under this contract, Grayson County may appoint a contract administrator with designated responsibility to ensure compliance with contract requirements, such as but not limited to, acceptance, inspection and delivery. The contract administrator will serve as liaison between the Grayson County Purchasing Department (which has overall contract administration responsibilities) and the successful bidder. CONTRACT NUMBER: A contract shall be generated by Grayson County to the successful bidder. This contract number must appear on all itemized invoices, packing slips, and delivery tickets. Grayson County will not be held responsible for any orders placed/delivered without a valid/current contract number. PAYMENT TERMS & CONDITIONS: All bids shall specify terms and conditions of payment, which will be considered as part of, but not control, the award of bid. County review, inspection, and processing procedures ordinarily require thirty (30) days after receipt of invoice, materials or service. Bids which call for payment before thirty (30) days from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the County, the review, inspection and processing procedures can be completed as to the specific purchases within the specified time. It is the intention of Grayson County to make payment on completed orders within thirty (30) days of receiving invoicing unless unusual circumstances arise. Invoices shall be fully documented as to labor, materials, equipment, and delivery provided. 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, (c) Grayson County Purchase Order number, and (d) descriptive information as to the aggregate 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 Grayson County Auditor’s Office, P.O. Box 876, Sherman, Texas 75091. IN ACCORDANCE with the State of Texas Prompt Payment Act, Article 601(f) V.T.C.S., payment will be made after receipt and acceptance, by the County, of the merchandise ordered and of a valid invoice. Successful bidder(s) is required to pay subcontractors within ten (10) days after the successful bidder receives payment from the County. AGGREGATE supplied under this contract shall be subject to the County’s approval. Aggregate found defective or not meeting specifications shall be picked up by the successful bidder within one (1) week after notification at no expense to the County. If aggregate is not picked up within in one (1) week after notification, the aggregate will become a donation to the County for disposition. 10 SAMPLES: When requested, samples shall be furnished free of expense to Grayson County. WARRANTY: Successful bidder shall warrant that all aggregate 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 Grayson 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 Grayson County, Texas. ASSIGNMENT: The successful bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Grayson County Commissioners. 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 Grayson County Purchasing Agent, within ten (10) days of notification of award, certified copies of all insurance policies or certificates of insurance for General Liability, Workers Compensation, and Vehicle insurance coverage to be in force throughout the term of the contract. MINIMUM INSURANCE REQUIREMENTS: A. Vendor shall take out, pay for an maintain at all times during the prosecution of the work under the contract, the following forms of insurance, in carriers acceptable to and approved by Grayson County. 1. Workers’ Compensation/Employer’s Liability a. Workers’ Compensation – statutory b. Employer’s Liability - $500,000 2. Commercial General Liability: a. Bodily Injury/Personal Injury/Property Damage – $1,000,000 per occurrence/$2,000,000 aggregate 3. Auto Liability: a. Combined Single Limit - $500,000 per occurrence 11 B. Grayson County reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverage and their limits when deemed necessary and prudent by Tarrant County based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Vendor. C. Required Provisions: 1. Proof of Insurance − All Certificates of Insurance will be required in duplicate and filed with the Grayson County Purchasing Agent at 100 W. Houston Street, Sherman, TX 75090 prior to work commencing. 2. All Certificates shall provide Grayson County with an unconditional thirty (30) days written notice in case of cancellation or any major change. 3. As to all applicable coverage, policies shall name Grayson County and its officers, employees, and elected representatives as an additional insured. 4. All copies of the Certificates of Insurance shall reference the project name and solicitation number for which the insurance is being supplied. 5. Vendor agrees to waive subrogation against Grayson County, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent the loss, if any, is covered by the proceeds of insurance. 6. If applicable, the Vendor is responsible for making sure any subcontractor(s) performing work under this agreement has the required insurance coverage(s) and supplies Grayson County with the proper documents verifying the coverage. EQUAL EMPLOYMENT OPPORTUNITY: The independent contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, sexual orientation, national origin, physical handicap, age, height, weight, marital status, veteran status, religious or political belief (except as it relates to a bona fide occupational qualification reasonably necessary to the normal operation of the business). The independent contractor agrees to post notices containing this policy against discrimination in conspicuous places available to applicants for employment and employees. All solicitations or advertisements for employees, placed by or on behalf of the independent contractor, shall state that all qualified applicants shall receive consideration for employment without regard to race, color, creed, sex, sexual orientation, national origin, physical handicap, age, height, weight, marital status, veteran status, religious or political belief. EQUAL ACCESS: The independent contractor shall provide the services without discrimination on the basis of race, color, religion, national origin, sex, sexual orientation, marital status, physical handicap or age. EXTENT OF CONTRACT: This contract represents the entire agreement between the parties and supersedes all prior representations, negotiations or agreements, whether written or oral. 12 The bid award shall be based on, but not necessarily limited to, the following factors: 1. Unit Price 2. Total Price 3. Special Needs and requirements of Grayson County 4. Results of testing samples 5. Delivery 6. Grayson County’s experience with products bid 7. Grayson County’s evaluation of vendor’s ability to fulfill contract 8. Vendor’s past performance record with Grayson County 13 SPECIFICATION AND BID SHEETS AGGREGATE ROAD MATERIAL GENERAL: It is the intent of the following specifications to describe Aggregate for Surface Treatment needed by Grayson County. APPROXIMATE USAGE estimated annual quantities are given for each product requirement. Approximate usage does not constitute an order, but only implies the probable quantity the County will use. Road oils will be ordered on an as-needed basis. TYPES AND GRADE NOT HEREIN LISTED: Due to the many unforeseen needs, the County may require over the contract period that the bidder provide to the County a percent discount allowed off of latest published suggested list price for types/grades not listed. DELIVERY LOCATION: Aggregate shall be delivered to road and bridge precincts and jobsite locations within Grayson 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 aggregate at County’s designated location in the space provided. PREFERENTIAL REQUIREMENT: The County of Grayson, as a governmental agency of the State of Texas, may not award a contract for general construction, improvements, services or public works projects or purchases of supplies, materials, or equipment to a nonresident bidder unless the nonresident’s bid is lower than the lowest bid submitted by a responsible Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located (Article 601g V.T.C.S.). Bidder shall answer the following questions by encircling the appropriate response or completing the blank provided: 1.) Is your principal pace of business in the state of Texas Yes or No 2.) If the answer to question 1 is “yes”, no further information is necessary; if “no” please indicate: 14 a.) In which state is your principal place of business located:__________________ b.) If that state favors resident bidders (bidders in your state) by some dollar increment or percentage: Yes or No c.) If “yes”, what is that dollar increment or percentage? $___________ or _______% SPECIFICATIONS: Specifications shall be in accordance with the Texas State Department of Highways and Public Transportation, latest edition of the Standard Specifications for Construction of Highways, Streets and Bridges. The County reserves the right to refuse delivery of product presented below the minimum delivery temperatures. DELIVERY DOCUMENTS: Each load delivered shall have a “producer issued” Bill of Lading showing the gross, tare and net weights, and net gallons loaded. Invoices shall be supported with copies of the above Bill of Lading and signed delivery tickets, and shall be paid at the contracted price. 15 BID SHEETS WEIGHT, MEASURE: Weight of materials are to be measured by the “dry weight ton”. NUMBER 1 BASE: TYPE A, GRADE 1 Description: Texas Highway Dept. Specifications Item 247. Sieve Size % Retained 1 3/4” 0 7/8” 10 - 35 3/8” 30 - 50 No. 4 45 – 65 No. 40 70 – 85 Max. LL = 35, Max. PI = 10 Wet ball Mill Max. Amt. = 40 Max. Increase in passing No. 40 = 20 ESTIMATED ANNUAL REQUIREMENTS (TON): 95,300 1. GRAYSON COUNTY’S PRICE PER TON AT PLANT SITE: $_____________ 2. DELIVERY TIME ARO:____________________________________________ 3. MINIMUM QUANTITY (IF ANY): ___________________________________ 4. LIMITATIONS ON DELIVERY SCHEDULE (IF ANY): _________________________________________________________________ 5. PLANT SITE LOCATION: __________________________________________ 6. DISTANCE IN MILES FROM PLANT SITE TO: Hwy 69 & Bus. 75, Denison Miles_________________ Hwy 75 & FM 1417, Sherman Miles_________________ Hwy 377 & Hwy 901, Gordonville Miles_________________ Hwy 377 & Hwy 56, Whitesboro Miles_________________ FM 1417 & FM 120, Pottsboro Miles_________________ 16 NUMBER 2 BASE: TYPE A, GRADE 2 Description: Texas Highway Dept. Specifications Item 247. Sieve Size % Retained 1 3/4” 0 - 10 No. 4 45 – 75 No. 40 60 – 85 Max. LL = 40, Max. PI = 12 Wet Ball Mill Max. Amt. = 50 Max. Increase in passing No. 40 = 20 ESTIMATED ANNUAL REQUIREMENTS (TON): 302 7. GRAYSON COUNTY’S PRICE PER TON AT PLANT SITE $_________________ 8. DELIVERY TIME ARO: _______________________________________________ 9. MINIMUM QUANTITY (IF ANY): ________________________________________ 10. LIMITATIONS ON DELIVERY SCHEDULE (IF ANY): ___________________________________________________________ 11. PLANT SITE LOCATION: _______________________________________________ 12. DISTANCE IN MILES FROM PLANT SITE TO: Hwy 69 & Bus. 75, Denison Miles ___________________ Hwy 75 & FM 1417, Sherman Miles____________________ Hwy 377 & Hwy 901, Gordonville Miles____________________ Hwy 377 & Hwy 56, Whitesboro Miles____________________ FM 1417 & FM 120, Pottsboro Miles____________________ 17 CRUSHER RUN BASE: Description: 3/4" Non State Spec. 1” Non State Spec. 1.5 “ Non State Spec. ESTIMATED ANNUAL REQUIREMENTS (TON): 35,200 13. GRAYSON COUNTY’S PRICE PER TON AT PLANT SITE ¾”: $________________ 14. GRAYSON COUNTY’S PRICE PER TON AT PLANT SITE 1”: $_________________ 15. GRAYSON COUNTY’S PRICE PER TON AT PLANT SITE 1.5”: $________________ 16. DELIVERY TIME ARO: ___________________________________________________ 17. MINIMUM QUANTITY (IF ANY): __________________________________________ 18. LIMITATIONS ON DELIVERY SCHEDULE (IF ANY): ___________________________________________________ 19. PLANT SITE LOCATION: _________________________________________________ 20. DISTANCE IN MILES FROM PLANT SITE TO: Hwy 69 & Bus. 75, Denison Miles ________________________ Hwy 75 & FM 1417, Sherman Miles ________________________ Hwy 377 & Hwy 901, Gordonville Miles ________________________ Hwy 377 & Hwy 56, Whitesboro Miles ________________________ FM 1417 & FM 120, Pottsboro Miles ________________________ 18 NON-SPEC AGGREGATE ROCK: DESCRIPTION EST. QTY – TON PRICE – TON ANNUAL FOB Plant 21. 1/2” Un-Washed Limestone 5,000 $______________ 22. 5/8” Un-Washed Limestone 8,000 $______________ 23. Grade 4 Granite Cover-stone 10,000 $______________ 24. 3/8” #2 Cover/Un-Washed 4,000 $______________ 25. 5/8” Granite Chips 10,000 $______________ 26. 1/4" Granite Chips 4,000 $______________ 27. Grade 4, washed Dolomite, non-spec 4,000 $______________ 28. Grade 4 Pea Gravel 5,000 $______________ 29. 1 1/2” Native Road Gravel 8,000 $______________ 30. 3/8” Washed Limestone 8,000 $______________ 31. Creek Gravel 8,000 $______________ 32. Sand 8,000 $______________ 33. Decomposed Granite, pit run 20,000 $______________ 34. 5/8 – 2” Decomposed Granite 5,000 $______________ 35. 3/8” Washed Decomposed Granite 10,000 $______________ 36. 1/2” or less D-2 Chips 10,000 $______________ 19 37. DELIVERY TIME ARO: __________________________________________________ 38. PLANT SITE LOCATION: ________________________________________________ 39. DISTANCE IN MILES FROM PLANT SITE TO: Hwy 69 & Bus. 75, Denison Miles_________________ Hwy 75 & FM 1417, Sherman Miles_________________ Hwy 377 & Hwy 901, Gordonville Miles_________________ Hwy 377 & Hwy 56, Whitesboro Miles_________________ FM 1417 & FM 120, Pottsboro Miles_________________ Would bidder be willing to allow other governmental entities to piggyback off this contract, if awarded, under the same terms and conditions: Yes or No Exceptions/Alternative Products: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Bidder Company Name: Authorized Contact: Address: Contact Phone Number: Email Address: 20 REFERENCES List three (3) companies or governmental agencies where these commodities have been provided: Reference One Government/Company Name: Address: Contact Person and Title: Email Address: Contact Phone Number: Reference Two Government/Company Name: Address: Contact Person and Title: Email Address: Contact Phone Number: Reference Three Government/Company Name: Address: Contact Person and Title: Email Address: Contact Phone Number: 21 FOREIGN AFFAIRS: To sell Grayson County goods, services or supplies, your firm/company affirms that it is not: engaged in business with Iran, Sudan, or foreign terrorist organizations or is listed on the Comptroller’s list of companies known to have contracts with or provide supplies or services to a foreign terrorist organization under Government Code Section 2252, Subchapter F. By accepting a purchase order/contract, the Vendor (Professional or other applicable term defining the contracting party) verifies that it does not Boycott Israel, and agrees that during the term of this Agreement (Contract as applicable) will not Boycott Israel as that term is defined in Texas Government Code Section 808.001, as amended. CERTIFICATE OF INTERESTED PARTIES (FORM 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies (with a few exceptions) only to a contract between a business entity and a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. CHANGED OR AMENDED CONTRACTS: Form 1295 is only required for a change made to an existing contract in certain circumstances: (1) if a Form 1295 was not filed for the existing contract, then a filing is only required if the changed contract either requires an action or vote by the governing body or the value of the changed contract is at least $1 million; or (2) if a Form 1295 was filed for the existing contract, then another filing is only required for the changed contract if there is a change to the information disclosed in the Form 1295, the changed contract requires an action or vote by the governing body, or the value of the changed contract increases by at least $1 million. As required by law, the Commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The Commission also adopted rules (Chapter 46) to implement the law. The Commission does not have any additional authority to enforce or interpret section 2252.908 of the Government Code. 22 FILING PROCESS: A business entity must use the Form 1295 filing application the Commission created to enter the required information on Form 1295 and then print a copy of the completed form. Once entered into the filing application, the completed form will include a unique certification number, called a “certification of filing.” An authorized agent of the business entity must sign the printed copy of Form 1295 affirming, under the penalty of perjury, that the completed form is true and correct. The completed, printed, and signed Form 1295, bearing the unique certification of filing number, must be filed with the governmental body or state agency with which the business entity is entering into the contract. ACKNOWLEDGEMENT BY STATE AGENCY OR GOVERNMENTAL ENTITY: The governmental entity or state agency must acknowledge receipt of the filed Form 1295 with the certification of filing, using the Commission’s filing application, not later than the 30th day after the date the governing body or state agency receives the Form 1295. The Commission will post the completed Form 1295 to its website within seven business days after the governmental entity or state agency acknowledges receipt of the form. ADDITIONAL INFORMATION: Section 2252.908, Government Code. 23 CERTIFICATE OF INTERESTED PARTIES (FORM 1295) **Below is a sample form for illustration purposes only. DO NOT FILL OUT THIS SAMPLE FORM. Form 1295 MUST BE FILED ELECTRONICALLY! Paper copies and PDF copies of this sample form are not accepted! Chapter 46, Ethics Commission Rules (includes new rule 46.4, regarding changes to contracts, which went into effect on January 1, 2017) 24 SIGNATURE FORM The undersigned, on behalf of and as the authorized representative of Bidder, agrees this proposal becomes the property of Grayson County after the official opening. The undersigned affirms that the Bidder has familiarized itself with the local conditions under which the work is to be performed; satisfied itself of the conditions of delivery, handling, and storage of equipment and all other matters that may be incidental to the work, before submitting a proposal. The undersigned agrees, on behalf of Bidder that if this proposal is accepted, Bidder will furnish all materials and services upon which price(s) are offered, at the price(s) and upon the terms and conditions contained in the specifications. The period for acceptance of this proposal will be ninety (90) calendar days. The undersigned affirms that they are duly authorized to execute this document as the contract. That this proposal has not been prepared in collusion with any other Bidder, nor any employee of Grayson County, and that the contents of this proposal have not been communicated to any other Bidder or to any employee of Grayson County prior to the official opening of this proposal. By submitting a proposal in response to this solicitation, the Vendor certifies that at the time of submission, they are not on the Federal Government’s list of suspended, ineligible, or debarred entities. In the event of placement on the list between the time of proposal submission and time of award, the Bidder will notify the Grayson County Purchasing Agent. Failure to do so may result in terminating this contract for default. Vendor hereby assigns to Grayson County all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. The undersigned affirms that they have read and understand the specifications and any attachments contained in this solicitation. Failure to sign and return this form will result in the rejection of the entire proposal. __________________________________ _________________________________ Signature Grayson County Judge __________________________________ _________________________________ Printed Name Printed – William L. Magers __________________________________ _________________________________ Date Date 25 LEGAL NOTICE NOTICE OF REQUEST FOR BIDS By order of Commissioners Court, Grayson County, Texas, the Purchasing Agent is authorized to advertise to receive SEALED BIDS for the FOLLOWING: 2022-11 AGGREGATE ROAD MATERIAL Bid Packages are available online at: https://www.co.grayson.tx.us/page/pur.bids. Bids for furnishing the services described herein will be received until 10:00 A.M. (CST) on, FRIDAY, MARCH 4, 2022 at which time the submissions will be publicly opened and acknowledged. RETURN BID TO: GRAYSON COUNTY PURCHASING 100 W HOUSTON ST, THIRD FLOOR SHERMAN, TX 75090 Grayson County reserves the right to accept or reject any and all proposals, and to award based on the lump sum price. Jodi Platt, CPP Purchasing Agent Please Publish: ONE (1) TIME, THURSDAY, FEBRUARY 17, 2022 AND ONE (1) TIME, THURSDAY, FEBRUARY 24, 2022 26

100 W. HOUSTON ST., 3RD FLOOR SHERMAN, TX 75090Location

Address: 100 W. HOUSTON ST., 3RD FLOOR SHERMAN, TX 75090

Country : United StatesState : Texas

You may also like

Road Materials

Due: 30 Apr, 2024 (Tomorrow)Agency: City of Peoria

Road Materials Bid

Due: 14 May, 2024 (in 14 days)Agency: Union County

RDO CRUSHED AGGREGATE

Due: 30 Nov, 2024 (in 7 months)Agency: BUREAU OF LAND MANAGEMENT

Please Sign In to see more like these.

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