INVITATION TO BID. PO Box N. Main Street Clovis, NM

Similar documents
INVITATION TO BID (ITB) Road Materials Crushed Caliche Roosevelt County Road Department. ITB No Released: Feb. 25, 2018

The proposal response must include a full description of similar services that the Offeror has performed.

New Mexico Bidder s Number

RFP SB09-PO1617 Taos Guided Tours with Licensed Transportation Page 1

TAOS COUNTY HOUSING AUTHORITY

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. LEASE OF REAL PROPERTY 4.8 acres with utiliities 2301 E. Gilmore Road PROPOSAL GIL Proposal Due Date & Time

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Design and Delivery of Playground Equipment and Parts for repair and/or replacement

Invitation to Bid BOE. Diesel Exhaust Fluid

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5

INSTRUCTIONS TO VENDORS

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

MELBA SCHOOL DISTRICT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Central Consolidated School District

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

Core Technology Services Division PO Box Grand Forks, ND

INVITATION TO BID (ITB)

LIVINGSTON PARISH PUBLIC SCHOOLS INVITATION TO BID

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

RFP GENERAL TERMS AND CONDITIONS

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.

Invitation to Bid BOE. Fluorescent Bulbs

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

Please include a business card with updated contact information in the packet.

NEAPA Northeast Alabama Purchasing Association

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

Mail Bids to: TENNESSEE STATE UNIVERSITY OFFICE OF PROCUREMENT 3500 John A. Merritt Boulevard, Box 9633 Nashville, Tennessee

NOTICE TO BIDDERS BID #FY150019

Invitation to Bid (ITB) for Athletic Trainers Services

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

MANDATORY GENERAL TERMS AND CONDITIONS:

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF TITUSVILLE, FLORIDA

REQUEST FOR FORMAL BID

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

May 23, REQUEST FOR BID Dover School District SAU #11 Chromebooks

Invitation To Bid. for

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID

City of New Rochelle New York

Botetourt County Public Schools

INVITATION TO BID 285(Rev 7/94) PAGE :

City of New Rochelle New York

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

PURCHASING DEPARTMENT

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR BID Electrical Supplies BID #

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

TOWN OF LINCOLN GENERAL SPECIFICATIONS

INSTRUCTIONS TO BIDDERS

Request for Proposals

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Centennial School District

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CITY OF GAINESVILLE INVITATION TO BID

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

REQUEST FOR PROPOSAL. UPS Maintenance

INVITATION TO BID # 441

Standard Bid Terms Table of Contents

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

BID FORM (Lump Sum or Unit Price)

Request for Proposals for Agent of Record/Insurance Broker Services

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

Vertical Milling Machine

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

ALL TERRAIN SLOPE MOWER

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

Invitation To Bid. for

INVITATION TO BID Retaining Wall

Invitation to Bid No Triennial Requirements-Liquid Caustic Soda

Invitation To Bid. for

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

Request For Proposal (RFP) for

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M.

JACQUELINE M. IZZO MAYOR

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

BID FOR LUMP SUM CONTRACT

GENERAL CLAUSES AND CONDITIONS

Transcription:

INVITATION TO BID ITB Number 17-107 CLOVIS MUNICIPAL SCHOOLS PO Box 19000 1009 N. Main Street Clovis, NM 88102-9000 Enclosed are specifications on Bidder s Forms for Band Instrument Repair. If you are interested in submitting bids on any or all of the items listed, PLEASE SUBMIT one copy of your proposal to Central Purchasing Office, Clovis Municipal Schools, PO Box 19000, Clovis, NM 88102-9000 by 2:00 p.m. MDT (time) May 9, 2017. Envelopes or Containers in which bids are submitted shall be plainly marked BIDS TO BE OPENED (month/day), May 9, 2017. Use ITB Number 17-107. All bids are subject to the following general conditions: All Prices must be quoted F.O.B. Clovis Municipal Schools, Clovis, New Mexico 88101 and merchandise DELIVERED F.O.B CLOVIS OR AS SPECIFIED IN THE BID DOCUMENT. We reserve the right to accept or reject any bid or part of bid and waive any formalities thereof. Bids will be evaluated on the basis of advantages or disadvantages to our school district. The bidder shall enter his bid in the blank space of the bid form hereto attached. Additional forms will be furnished on request. Any bids on items which do not conform exactly to the brand names and/or specifications as listed in the Bid Form must be accompanied by literature completely illustrating and describing the items being substituted. Successful bidders will be notified AS SOON AS POSSIBLE. Successful bidders shall guarantee delivery AS SPECIFIED and is to invoice the school AFTER DELIVERY. The time of delivery may be considered as a determining factor in awarding purchase contracts. BOARD OF EDUCATION Clovis Municipal Schools /s/ Mr. Paul Cordova, President ITB No. 17-107 Publication date: April 16, 2017 If you have any additional questions regarding this bid or specifications, please write, call or e-mail Bryan Jones at 575-935-0012. FAX at 575-769-4512 or e-mail purchasing at bryan.jones@clovis-schools.org. Bryan Jones, Chief Procurement Officer

N O T I C E T O B I D D E R S The Board of Education of the Clovis Municipal Schools hereby invites the submission of sealed bids for for the Clovis Schools. BAND INSTRUMENT REPAIR Bids shall be received until 2:00 p.m. MST on the 9th day of May, 2017 at the CENTRAL PURCHASING OFFICE, Clovis Municipal School, P.O. Box 19000, 1009 N. Main Street, Clovis, New Mexico 88102-9000 at which time and place all bids will be publicly opened. Specifications and bid forms may be obtained at the same office. The Board of Education reserves the right to reject any or all bids and to waive formalities. Board of Education Clovis Municipal Schools /s/ Mr. Paul Cordova, President ITB NUMBER: 17-107 PUBLICATION DATE: April 16, 2017

INSTRUCTIONS TO BIDDERS 1. Sealed bids for the furnishing and delivery, and installing, where called for, of the services, materials, equipment and/or supplies, as required by the Board of the Clovis Municipal Schools and as set forth in the following Specifications, will be opened at the time, place, and date as stated in the Notice to Bidders thereof. 2. The person, firm or corporation making such proposal shall submit it in a sealed envelope to CENTRAL PURCHASING DEPARTMENT at the place herein mentioned on or before the hour and day so stated, and the envelope endorsed on its face with the name of the person, firm, corporation making such proposal, and the title of the services, materials, equipment, or supplies for which proposal is made. 3. The bidder shall insert a unit price and extension where necessary. In the event of a discrepancy between the unit price and the extension, the unit price will govern. The price inserted must be net and must include delivery charge if any. Any applicable discounts should be included in the price of the item. 4. No charge will be allowed for Federal, State or Municipal sales and excise taxes for the purchase of tangible personal property, from which Clovis Schools are exempt. Taxes for the purchases of services are not exempt. The price offered shall be net and shall not include the amount of any such tax, but the contracting agency shall be required to pay the applicable tax including any increase in the applicable tax becoming effective after the date the contract is entered into. All applicable taxes, including gross receipts tax or applicable local option tax, shall be shown as a separate amount on each billing or request for payment made under the contract. A nontaxable transaction certificate and number is available upon request from the Clovis Schools Business Office. 5. Bids will be awarded to the bidder submitting the lowest price which satisfactorily meets the specifications. Items will be awarded on a Line Item basis unless otherwise indicated in the bid. Bidders offering specific items grouped as All or None must show savings over same items offered on a line item basis to be considered for award. Differences from bid requirements must be clearly identified. Examples are such things as length of warranty or unit of issue. Purchase Orders are not payable until all goods and services are received. Award of bid is contingent on available budgeted funds. 6. Articles identified in this invitation by brand name or approved equal are intended to be descriptive but not restrictive, and serve to indicate to prospective bidders a description of

articles that will be satisfactory. Bids offering articles other than brands or models identified in this invitation will be considered provided: a. Substitutes are clearly identified by brand and/or model b. A statement of basic differences between the substitute and that identified in the invitation is enclosed along with any descriptive literature the bidder feels is worthy of inclusion. c. Samples of products offered by the bidder are to be submitted upon request. Samples must be labeled with name of bidder, bid number and item number. All expenses incurred in submitting samples must be borne by the bidder. Upon completion of evaluation of the sample, bidders may pick up unused samples, or request in writing the return shipment to bidder at expense of bidder. All bid samples not claimed within 90 days after bid opening would become property of the Clovis Municipal Schools. 7. The burden of proof concerning an item being equal to one identified in the invitation does not fall on the Clovis Schools, but upon the bidder. 8. Unless the bidder clearly indicates in his bid that he is offering a difference in an article, his bid will be considered as offering a brand name and/or model identified in the specifications. 9. All prices quoted to be F.O.B. Clovis Municipal Schools Warehouse, 500 E. Llano Estacado, Clovis New Mexico 88101. Items must be furnished at the prices quoted in the bid proposal during the term of the contract. 10. Out of State bidders must show 5% saving under In-State bidders to receive contract of sale as per state law governing it. This shall not apply when the expenditure of federal funds designated for a specific purchase if involved. 11. Bids received after the time shown in the NOTICE TO BIDDERS shall be returned unopened. UNSIGNED BIDS SHALL NOT BE ACCEPTED. 12. It shall be the option of the bidder (unless otherwise stipulated) as to the length of time during the current fiscal year that purchases in even lots may be made at these prices, plus transportation. The quantity of any or all items ordered may be increased at the per unit bid price. 13. Vendor shall guarantee that the product shall be new, the latest model available, and shall carry the standard manufacturer s warranty for all items submitted on the bid. No item shall be outdated or near manufacturers use not later than date. 14. By submission of this bid or proposal, the bidder certifies that this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor, and that it is in all respects fair and in good faith, without collusion or fraud.

This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor. No attempt has been or will be made to induce any other person, partnership, firm or corporation to submit or not submit a bid or proposal. 15. Recycled content goods may be acceptable, provided they meet price, quality, quantity, availability and delivery requirements. 16. Performance bonds or other security at 100% of the amount of the contract, and to be submitted within thirty days from date of notice, may be required prior to award of this contract, as the Central Purchasing Office deems necessary to protect the interests of the Clovis Municipal Schools. Any such bond requirements shall not be used as a substitute for a determination of the responsibility of a bidder or offeror. 17. Any bidder or offeror who is aggrieved in connection with a solicitation or award of a contract may protest to the Central Purchasing Office. The protest shall be in writing within fifteen (15) calendar days after knowledge of the facts or occurrences giving rise to the protest. (13.1.172) The protest shall include the following information: Name and address of the protestant or aggrieved, RFB or RFP number, statement of grounds for protest, including all documents, evidence or information to substantiate any claim, and specify ruling requested from the Central Purchasing Office. 18. Vendor shall provide Manufacturer s Safety Data Sheet (MSDS) with products shipped as required by law. 19. A potential contractor or the Contractor agrees to comply with state laws and rules pertaining to workers compensation insurance coverage for its employees. If a contractor fails to comply with the Workers Compensation Act and applicable rules when required to do so, the contract may be cancelled effective immediately. 20. All corporations operating in New Mexico must be registered with the State Corporation Commission and have a certificate of incorporation that amounts to legal standing to operate in the state. 21. Any firm or person failing to acknowledge an invitation to bid will be automatically dropped from our bidder's list and must re-apply to be placed on the list again. 22. A resident business, or a resident veteran business shall be awarded the appropriate percentages pursuant to Section 13-1-22 NMSA 1978. The Clovis Municipal School District does not discriminate on the basis of race, color, national origin, sex, age or disability in its programs and activities. The following person has been designated to handle inquiries regarding the nondiscrimination policies: Assistant Superintendent for Personnel, Clovis Municipal School District, 1009 N. Main Street, P.O. Box 19000, Clovis, NM 88102-9000. Phone 575-769-4322.

The following criminal laws of the state of New Mexico specifically prohibit bribes, gratuities and kickbacks: 30-24-1 to 30-24-3 NMSA 1978 and 30-24-2 NMSA 1978.

CAMPAIGN CONTRIBUTION DISCLOSURE FORM Pursuant to the Procurement Code, Sections 13-1-28, et seq., NMSA 1978 and NMSA 1978, 13-1-191.1 (2006), as amended by Laws of 2007, Chapter 234, any prospective contractor seeking to enter into a contract with any state agency or local public body for professional services, a design and build project delivery system, or the design and installation of measures the primary purpose of which is to conserve natural resources must file this form with that state agency or local public body. This form must be filed even if the contract qualifies as a small purchase or a sole source contract. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or a representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period. Furthermore, the state agency or local public body may cancel a solicitation or proposed award for a proposed contract pursuant to Section 13-1-181 NMSA 1978 or a contract that is executed may be ratified or terminated pursuant to Section 13-1-182 NMSA 1978 of the Procurement Code if: 1) a prospective contractor, a family member of the prospective contractor, or a representative of the prospective contractor gives a campaign contribution or other thing of value to an applicable public official or the applicable public official s employees during the pendency of the procurement process or 2) a prospective contractor fails to submit a fully completed disclosure statement pursuant to the law. The state agency or local public body that procures the services or items of tangible personal property shall indicate on the form the name or names of every applicable public official, if any, for which disclosure is required by a prospective contractor. THIS FORM MUST BE INCLUDED IN THE REQUEST FOR PROPOSALS AND MUST BE FILED BY ANY PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBER, OR THEIR REPRESENTATIVE HAS MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: Applicable public official means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. Campaign Contribution means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official s behalf for the purpose of electing the official to statewide or local office. Campaign Contribution includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or unreimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. Family member means spouse, father, mother, child, father-in-law, mother-in-law,

daughter-in-law or son-in-law of (a) a prospective contractor, if the prospective contractor is a natural person; or (b) an owner of a prospective contractor. Pendency of the procurement process means the time period commencing with the Public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. Prospective contractor means a person or business that is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person or business qualifies for a sole source or a small purchase contract. Representative of a prospective contractor means an officer or director of a corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor.

THIS FORM SHALL BE INCLUDED IN YOUR PROPOSAL ENVELOPE: 17-107 DISCLOSURE OF CONTRIBUTIONS: (Note; Please attach a list if necessary) Contribution Made By: Relation to Prospective Contractor: Name of Applicable Public Official on the District Board of Education: Kyle Snider - Paul Cordova - Terry Martin Justin Howalt - Cindy Osburn Date Contribution(s) Made: Amount(s) of Contribution(s): Nature of Contribution(s): Purpose of Contribution(s): (Attach extra pages if necessary) Signature Date Title (position) --OR NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable public official by me, a family member or representative. Signature Date Title (position)

SUBMITTAL SHEET ITB 17-107 BAND INSTRUMENT REPAIR The items to which this sheet is attached represents our bid as described therein. We certify that we have read the conditions of the bid and that we understand them fully. We understand that any discrepancies in this invitation which come to our attention must be mentioned to the Clovis Municipal Schools prior to the opening of bids or adjudication will be made by executive decision. (IF YOU WISH, YOU MAY INITIAL OR OTHERWISE IDENTIFY ALL SHEETS ATTACHED TO THIS SUBMITTAL SHEET) Please type or print. NAME OF BIDDING FIRM NAME AND TITLE OF AGENT ORDER ADDRESS CITY STATE ZIP TELEPHONE NUMBER FAX NUMBER TOLL FREE NUMBER E-MAIL If you qualify for the 5% Resident Preference as per the enclosed information (Resident Preference) include your current number. RESIDENT PREFERENCE NUMBER TAX ID NUMBER DATE OF DELIVERY ARO SIGNATURE (Bid must be signed to be considered) Attach Signed Cost Submittal Sheet Attach Signed Campaign Contribution Disclosure Form Attach Copy of Resident Preference Certificate

CLOVIS MUNICIPAL SCHOOLS P.O. Box 19000 1009 N. Main Street Clovis, New Mexico 88102-9000 ITB 17-107 BAND INSTRUMENT REPAIR The Board of Education for the Clovis Municipal Schools (CMS) is requesting bids Band Instrument Repair. Specifications: All repair work is to be performed by trained and experienced technicians. CMS reserves the right to require evidence of training and experience prior to any award. The attached list of instruments, quantities, and needed repairs are to serve as a guide to the minimum repairs needed. Any additional repairs not listed on the attached list must be approved by CMS prior to work beginning. Deviation from the pick up and return dates will also require prior consent of CMS. All warranties will begin upon acceptance of the instrument by CMS. All prices bid are to include any shipping cost from and to Clovis Municipal Schools, Clovis, NM 88101. Award: This bid shall be awarded to the responsible bidder(s) submitting the lowest cost proposal for each bid lot.

COST SUBMITTAL SHEET ITB 17-107 BAND INSTRUMENT REPAIR Price of lot picked up and returned to Clovis Municipal Schools. LOT #1 - LUMP SUM PRICE $ LOT #2 - LUMP SUM PRICE $ LOT #3 - LUMP SUM PRICE $ LOT #4 - LUMP SUM PRICE $ Following information must be attached. Warranty information on all items bid. List of any deviation from specifications Company (Attach completed Submittal Sheet) Signature

Lot #2 - Concert Brass Quan. Work to be completed Return Date French Horns 49 Playing Condition, Flush, and Dent Available for pick up on 6/4, return by 8/1 Bass Trombones 2 Playing Condition, Flush, and Dent Available for pick up on 6/4, return by 8/1 Euphoniums (4-valve) 38 Playing Condition, Flush, and Dent Available for pick up on 6/4, return by 8/1 Tubas - 4-valve Piston 26 Playing Condition, Flush, and Dent Available for pick up on 6/4, return by 8/1 Tubas - 4-valve Rotary 11 Playing Condition, Flush, and Dent Available for pick up on 6/4, return by 8/1 Lot #3 - Concert Woodwinds Quan. Work to be completed Return Date Bass Clarinets 14 Polish, adjust, replace pads as needed Available for pick up on 6/4, return by 8/1 Tenor Saxophones 9 Polish, adjust, replace pads as needed Available for pick up on 6/4, return by 8/1 Baritone Saxophones 7 Polish, adjust, replace pads as needed Available for pick up on 6/4, return by 8/1 Lot #4 - Quan. Work to be completed Return Date Flutes 12 PC, adjust, replace pads/cork as needed Available immediately, return by 9/1 Bb Clarinets 12 PC, adjust, replace pads/cork as needed Available immediately, return by 9/1 Bass Clarinets 19 PC, adjust, replace pads/cork as needed Available immediately, return by 9/1 Alto Saxophones 4 PC, adjust, replace pads/cork as needed Available immediately, return by 9/1 Tenor Saxophone 6 PC, adjust, replace pads/cork as needed Available immediately, return by 9/1 Baritone Saxophone 5 PC, adjust, replace pads/cork as needed Available immediately, return by 9/1 Trumpet/Cornet 12 PC and Flush ONLY, minor solder if needed Available immediately, return by 9/1 French Horn 13 PC, Flush, and Dent, minor solder if needed Available immediately, return by 9/1 Trombone 12 PC and Flush ONLY, minor solder if needed Available immediately, return by 9/1 Trombone F-attachement 2 PC, Flush, and Dent, minor solder if needed Available immediately, return by 9/1 Euphonium (4-valve) 13 PC and Flush ONLY, minor solder if needed Available immediately, return by 9/1 Tuba - 4 Valve Piston 16 PC, Flush, and Dent, minor solder if needed Available immediately, return by 9/1 Clovis Municipal Schools Band Instrument Repair Bid All instruments listed are from major manufacturers such as Yamaha, Vito, Conn, Noblet, Blessing, etc... 4/18/17 **Bids Must include Shipping Costs** Lot #1 - CHS Woodwinds Quan. Work to be completed Return Date Bass Clarinet 10 Polish, adjust, replace pads/cork as needed Available for pick up on 6/4, return by 7/15 Tenor Saxes 5 Polish, adjust, replace pads/cork as needed Available for pick up on 6/4, return by 7/15 Baritone Saxes 4 Polish, adjust, replace pads/cork as needed Available for pick up on 6/4, return by 7/15