NOTICE TO BIDDERS 2015-SAND, STONE & GRAVEL

Similar documents
BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

BID ON ALUMINUM SULFATE

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

ATTENTION ALL BIDDERS

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

INVITATION TO BID AGGREGATE MATERIALS WINSTED PUBLIC WORKS DEPARTMENT TOWN OF WINCHESTER, CT

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand

TERMS AND CONDITIONS OF THE INVITATION TO BID

ATTENTION ALL BIDDERS

Gravel Crushing Forms Tender T-PW-14-02

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

OSWEGO COUNTY PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

Bid #15-15 Goodyear Tires

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF HOPKINSVILLE

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

BERRIEN COUNTY ROAD COMMISSION

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

City Of Oneida. Invitation for Bids

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

INVITATION TO BID MAIL DATE: 06/20/2013

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

INSTRUCTIONS TO BIDDERS Medical Center

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

INVITATION TO BID ISSUE DATE: Nov. 16, 2017 BID REQUESTED:

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW


TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

REQUEST FOR BID # TIRE DISPOSAL SERVICES

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

RETRO REFLECTIVE GLASS BEADS

PURCHASE OF HOT MIX ASPHALT

5 REQUEST FOR QUOTATION. Company Name: Address: Contact Name: Contact Title: Phone Number: REQUEST FOR QUOTATION THIS IS NOT AN ORDER

ROCK SALT FOR ICE CONTROL

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

PUBLIC BID LAW. Erin Day Assistant Attorney General Louisiana Department of Justice

PRECAST CONCRETE BOX CULVERT FOR DAYTON CULVERT No. 11

WESTERN NATIONAL MUTUAL INSURANCE COMPANY (WNMIC) General / Prime Contractor Questionnaire Bond #

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Wastewater Treatment Plant Chemicals TABLE OF CONTENTS

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

ATTENTION ALL BIDDERS

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV)

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

City of Rialto Purchasing Division Purchasing Manager: William Jernigan Phone: (909) Fax: (909)

COVER PAGE. Bid Proposal # Ready Mix Concrete

BID INVITATION. Bid Invitation

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

SECTION INSTRUCTIONS TO BIDDERS

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

these specifications shall be made based on this statement.

REQUEST FOR PROPOSAL Enterprise Asset Management System

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CITY OF FARMINGTON 800 MUNICIPAL DRIVE FARMINGTON, NEW MEXICO Concrete, Sand & Gravel BID # May 16, :00 P.M.

INVITATION TO BID (ITB) FOR FOOD PRODUCTS ISSUE DATE: NOVEMBER 2, 2018 DUE DATE: NOVEMBER 30, 2018

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

COMMONWEALTH OF PENNSYLVANIA POSTING AUTHORITY EXCESS MAINTENANCE AGREEMENT

Proposals shall be submitted in sealed envelopes labeled with the solicitation number, solicitation name, and the name and address of the Proposer.

WESTERN NATIONAL MUTUAL INSURANCE COMPANY (WNMIC) Sub-Contractors and/or Material Supplier Questionnaire

County of Curry. Invitation to Bid No. 2017/ Hot Mix Cold Lay & Hot Mix Material for the Curry County Road Department. Issue Date: June 6, 2018

Freedom of Information

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

Commercial Front Loader Garbage Truck

CITY OF TITUSVILLE, Formal Invitation for Bid

ATTENTION ALL BIDDERS

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

Transcription:

PURCHASING DEPARTMENT DEBBIE ZVIRZDIN, PURCHASING AGENT COUNTY OFFICE BUILDING 197 MAIN STREET COOPERSTOWN, NEW YORK 13326-1129 PHONE: (607) 547-0538 FAX: (607) 547-6027 NOTICE TO BIDDERS PLEASE TAKE NOTICE that sealed bids will be received by the Otsego County Clerk of the Board for the following Otsego County Highway Department, all in accordance with the specifications prepared by the Purchasing Agent of Otsego County: 2015-SAND, STONE & GRAVEL All bids must be enclosed in a securely sealed envelope with the notation of the Bid Number and Commodity inserted thereon (i.e. 2015- SAND, STONE @ GRAVEL) and must be received at the office of the Clerk of the Board at 197 Main Street, Cooperstown, New York no later than TUESDAY, MARCH 03, 2015 at 10:00 a.m. BIDS MUST BE MAILED TO OR DELIVERED TO THE CLERK OF THE BOARD, NOT THE HIGHWAY DEPARTMENT. BIDS WILL BE OPENED AND READ ALOUD AT THE HIGHWAY DEPARTMENT, 20 Linden Avenue, Cooperstown, New York at 11:00 A.M on MARCH 3, 2015. Bidders are advised not to rely on next day mail services. Bids must be in the Office of the Board Agent no later than the above specified date and time. Faxes or electronic mail will not be accepted. All bidders must comply with the provisions of the General Municipal Law and all other applicable laws. The County reserves the right to reject any and all bids. Details and specifications may be obtained by contacting the Purchasing Agent @ zvirzdind@otsegocoubnty.com or by visiting our Purchasing Department website at www.otsegocounty.com to view bid. DEBBIE ZVIRZDIN PURCHASING AGENT OTSEGO COUNTY NEW YORK Dated: February 23, 2015

PRICE ADJUSTMENTS: Unless otherwise stated in this document, at no time during the term of the any contract arising from an award the Board of Representatives for Otsego County may any of the contract pricing be changed for any reason without written approval by the County. Once, per a six month period the vendor or the County may request a price adjustment. The vendor shall give the County a minimum of thirty (30) calendar days to notifiy of any request for a price adjustment. Said adjustment may at no time exceed the Consumer Price Index for all items as calculated by the Otsego County Purchasing Department. Should the County deem the requested adjustment unacceptable, the County reserves the right to terminate the contract in accordance with the terms of the bid and seek pricing form whatever sources legally available. The vendor will provide a copy of the index necessary to support the increase or decrease to the district as appropriate. After an approved increase, the Vendor has the sole responsibility to submit invoices at the approved adjusted rate.

ERRORS In the case of a unilateral bid/proposal mistake, or error, by a Bidder/Proposer, on any bid/ proposal, legislation allows the Bidder/Proposer to withdraw the bid/proposal after showing that: a). The mistake was known, or made known to the Purchasing Agent PRIOR to the awarding of the contract, or within three (3) days after the bid/proposal opening/receipt, whichever period is shorter; b). the price bid/proposed was based on an error of such magnitude that enforcement would be unconscionable; c). the bid/proposal was submitted in good faith and the Bidder/Proposer submits credible evidence that the mistake was a clerical error rather than a judgmental error; d). the error was actually due to an unintentional substantial mathematical error, or unintentional omission of a substantial quantity of work, labor, material, or services, made directly in the compilation of the bid/proposal. (Which error or omission can be shown by objective evidence drawn from certain listed documents); and e). it is possible to put the County in "status quo ante". THE SOLE REMEDY FOR SUCH BID MISTAKE IS WITHDRAWAL OF THE BID/PROPOSAL AND THE RETURN OF ANY SECURITY. ANY AMENDMENT OR REFORMATION OF THE BID/PROPOSAL IS EXPRESSLY PROHIBITED.

CHECKLIST ANSWER YES OR NO 1. I have read ALL of the instructions and specifications. 2. I have filled in ALL of the blank spaces. 3. I have furnished all required information. (Descriptive literature, catalogs, price books, etc.) 4. I have signed the Non-Collusion Statement. 5. I am an officer of the company. 6. I have the express authority to obligate my company under the laws of the State of New York. 7. I am returning the original Bid/Proposal sheet. 8. I have made copies for my record. 9. References (if applicable) 10. Exceptions/substitutions: (attach sheets as necessary) 11. If successful, a "Performance Bond" will be provided within ten (10) days after notification of the award. (if applicable)

12. If successful, the "Insurance Requirements Certificate", from an insurance company licensed to do business by New York State, will be provided within ten (10) working days after notification of the award. (if applicable) SIGNATURE: DATE: NAME (type or print): TITLE: TELEPHONE NO.: FAX NO.:

INSTRUCTIONS TO BIDDERS (CONT.) The bidder hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosection or to answer any relevant questions concerning such transaction or contract, (a) such person, any firm, partnership or corporation of which he/she is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he/she is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The contractor or bidder to whom a contract shall be let, granted or awarded is prohibited from assigning, transferring, conveying, subletting or otherwise disposing of the same or of his/her right, title or interest therein or his/her power to execute such contract, to any other person or corporation, except as provided in Section 103 of the General Municipal Law. The contractor or bidder to whom a contract shall be let, granted, or awarded shall comply with all rules and regulations of the Americans with Disabilities Act (ADA).

SPECIFICATIONS & INSTRUCTIONS TO BIDDERS FOR STONE, SAND AND GRAVEL Proposals to be entitled to consideration must be made in accordance with the following: 1. New York State specifications dated January 2, 1995, or as amended, by the New York State Department of Transportation are to be considered as part of these specifications. Should product supplied by the apparent low bidder fail these requirements, the Otsego County Highway Department reserves the right to withhold payment and purchase from the second low bidder. 2. All stone and gravel bids must be submitted with a New York State Approval Number. 3. The price stated in this proposal shall be F.O.B. County trucks at the bidder s plant. 4. The proposal for crushed stone shall be in effect from the date of acceptance to March 1, 2006, unless canceled by the County Superintendent of Highways. 5. The estimated quantities for this proposal are 35,000 tons of sand; 35,000 tons of stone; and 20,000 tons of Item #4 for a total amount of 90,000 tons, approximately. The County Superintendent of Highways reserves the right to use any combination of the sizes listed in this proposal to make up this total. 6. The bidder shall maintain adequate equipment for loading and weighing the material specified in this proposal. 7. The Superintendent of Highways of Otsego County may, upon written notice of ten days, cancel this contract with the vendor. 8. The employees of the bidder shall perform their duties in regard to loading and weighing Countyowned vehicles, in an efficient manner and shall cause no delay in loading and weighing Countyowned vehicles. 9. The bid price submitted shall be exclusive of Federal and State taxes and the County reserves the right to waive any informality or to reject any and all bids. 10. The attached bid, when signed by an authorized representative of the bidder and accepted by the County, shall be the only contract for furnishing stone, sand and gravel for the contract period between the bidder and the County of Otsego, and shall be considered as an agreement to the specifications and provisions as herein stated. 11. The County reserves the right to award this bid to more than one vendor based on the proximity of the bidder s plant to the various maintenance projects in Otsego County.

STONE, SAND AND GRAVEL TO: THE COUNTY OF OTSEGO, COOPERSTOWN, NEW YORK 13326 The undersigned having a principle place of business at the address listed below, and being experienced and responsible for the performance of same, agrees to furnish to the County of Otsego the following items at the unit price as herein stated and in accordance with New York State Department of Transportation standard specifications, Section 304 - Subbase Course, Section 620 - Bank and Channel Protection and Section 703 - Aggregates dated January 2, 1995 or as amended. The attached Non-Collusion Statement must be signed and attached to the bid. All bids must be submitted on this form. All prices must be firm for 60 days. The County reserves the right to reject any and all bids. Do not detach the specifications from this form. All bidders must submit their bid proposals on the form. Make no changes or additions to this form. SECTION 304 - SUBBASE COURSE PER CUBIC YARD ITEM NO. ITEM BID PER CUBIC YARD BID PER CU.YD Crushed Stone Screened Gravel 304.02 Type 1 304.03 Type 2 xxxxxxxxxxxxxxxxxx 304.04 Type 3 304.05 Type 4 SECTION 304 - SUBBASE COURSE PER TON ITEM NO. ITEM BID PER TON BID PER TON Crushed Stone Screened Gravel 304.02 Type 1 304.03 Type 2 xxxxxxxxxxxxxxxxx 304.04 Type 3 304.05 Type 4 _ SECTION 620 - BANK AND CHANNEL PROTECTION PER TON ITEM NO. ITEM BID PER TON 620.03 Light Stone Filling 620.04 Medium Stone Filling 620.05 Heavy Stone Filling SECTION 703 - AGGREGATES PER TON SIZE CRUSHED STONE PER TON CRUSHED GRAVEL PER TON SCREENED GRAVEL PER TON 703-0203 703-0201 703-0203

1ST 1A 1 2 3 1B (Sand) SECTION 703 - AGGREGATES PER CUBIC YARD SIZE CRUSHED STONE P/YD CRUSHED GRAVEL P/YD SCREENED GRAVEL P/YD 1B (Sand) When delivery is requested, rates for such delivery shall be: 0-5 miles $0. ton/mile $0. yard/mile 6-15 miles $0. ton/mile $0. yard/mile 16-50 miles $0. ton/mile $0. _ yard/mile Dated: Bidder: By: Title: Address: Telephone No.: ( ) Fax No.: ( ) e-mail: Location of the plant which will serve the County under this proposal:. New York State Approval Number: