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

Similar documents
HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. PIZZA Middle Schools Snack Bar and Athletics Concession Only

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

INVITATION TO BID (ITB)

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

PURCHASING DEPARTMENT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PURCHASING DEPARTMENT

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

RFP GENERAL TERMS AND CONDITIONS

HEATING AND COOLING SYSTEM MAINTENANCE

HOBBS MUNICIPAL SCHOOLS PO BOX 1030 HOBBS, NEW MEXICO PRICE INQUIRY. Fire Extinguisher Maintenance & Annual Inspection

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

INSTRUCTIONS TO BIDDERS

INVITATION TO BID (ITB)

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

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

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Erie County Water Authority

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

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

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

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

Black Hawk County Engineer

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

PURCHASING DEPARTMENT

OFFICE OF REGISTER OF DEEDS

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

PURCHASING DEPARTMENT

INSTRUCTIONS TO BIDDERS

CITY OF GREENVILLE Danish Festival City

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Clark County Department of Job and Family Services Request for Proposals (RFP) Professional Legal Services

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

REQUEST FOR PROPOSALS FOR Computer Equipment- Servers Eng & Maintenance Services

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

INSTRUCTIONS TO VENDORS

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INVITATION TO BID Retaining Wall

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

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

REQUEST FOR QUOTATION

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR SEALED BID PROPOSAL

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

PROPOSAL LIQUID CALCIUM CHLORIDE

OGC-S Owner-Contractor Construction Agreement

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR QUOTATION

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

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

INSTRUCTIONS TO BIDDERS

Core Technology Services Division PO Box Grand Forks, ND

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

REQUEST FOR SEALED BID PROPOSAL

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Transcription:

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico 88241 INVITATION TO BID SUBJECT: HMS NUTRITIONAL SERVICES SNACK BAR - CHIPS BID NUMBER: 1415-13 OPENING DATE: PLACE OF OPENING: January 12 th, 2015 2:00 p.m. Hobbs Municipal Schools Administration Office 1515 E. Sanger P.O. Box 1030 Hobbs, New Mexico 88241 BIDDER INFORMATION: We agree to provide the items as listed for the bid prices indicated on the attached Line Item Bid Form. We agree to adhere to the General Conditions and Specifications of this bid. COMPANY ADDRESS SIGNATURE NAME (PRINT) TITLE TELEPHONE DATE Page 1 of 8

GENERAL CONDITIONS 1415-13 1. The Hobbs Board of Education reserves the right to accept or reject any or all bids, to make a single award or multiple awards, and to waive any irregularities deemed to be in the best interest of the District. 2. Term of payment net 30 days after satisfactory delivery. 3. No bids will be accepted which do not quote firm prices. Prices quoted as of the delivery date will not be accepted. If a discrepancy arises between the unit and extended total prices, the unit price shall govern. 4. Bidder may quote on any or all the items on the Proposal Form. For a bid to be accepted on the all or none basis, each item bid must have a unit price listed. 5. The agreement to provide Snack Bar Chips shall be in effect for a one (1) year period beginning on the day after the official notification of award, with options to renew two (2) additional years upon mutual agreement by both parties. A determination will be made by the District to extend the agreement at contract renewal. The successful bidder will be allowed to negotiate pricing for each subsequent renewal period. Any request for an increase in pricing shall be submitted in writing to the Chief Procurement Officer for review and formal approval as a matter of record for the procurement file. The Hobbs Municipal Schools reserves the right to terminate any or all agreements prior to the end of the period upon formal notification ten (10) days prior to termination date. 6. The product will be ordered on an as needed basis. 7. Award of contract will be based upon the following criteria: A. Low Price: The lowest price that meets or exceeds the specifications will be accepted if items quoted are as specified, or if items quoted are evaluated as being equal to specified items in quality, workmanship, and suitability for purpose. B. New Mexico Resident Bidder Preference and Veteran s Preference In accordance with Section 13-1-21, NMSA, 1978, bidders who have a Resident Bidder Certificate or a Veteran s Business Preference Certificate issued by the New Mexico Taxation and Revenue Department, a Resident Business will be given a 5% preference over bidders who do not hold a Preference Certificate; and a Veteran Business who s volume of business for the previous year is under $1,000,000.00 shall be awarded a 10% preference, or the volume of business is between $1,000,000 and $5,000,000 will be awarded an 8% preference; or the volume of Business is more than $5,000,000 will be awarded a 7% preference. The preference will be calculated on the total bid price to determine the low bid. The contract award shall be made based on the total bid amount exclusive of the preference calculation. To qualify for this preference, the bidder must provide a copy of their Resident Business or Veteran s Business Certificate and the Preference number must be provided in the space indicated and the vendor must be bidding from a New Mexico address. Page 2 of 8

General Conditions 1415-13 C. Delivery The Hobbs Municipal Schools desire delivery as quickly as possible. If a large discrepancy in delivery dates occurs between bidders, the award may be based upon earliest delivery in addition to the lowest price that meets or exceed the specifications, if the difference in price inquiries is not excessive. 8. Where a brand name or equal specification is used in a solicitation, the solicitation shall contain explanatory language that the use of a brand-name is for the purpose of describing the standard of quality, performance and characteristics desired and is not intended to limit or restrict competition. Brands are specified as a guide to quality. Bids on equal items will be considered except on those items where a brand only is specified. The Hobbs Municipal Schools will make the final determination on whether a brand is equal. 9. Submit descriptive information if the item quoted is different from the brand specified. If detailed specifications for an alternate brand are not received from at least one bidder, that alternate will not be considered. 10. Pursuant to Section 13-1-191, NMSA, 1978, no bonus or premiums will be accepted or considered in awarding price inquiries or as a result of the purchase of any items. 11. For a bid to be considered, it must bear the signature of the bidder. Bids must be typed or handwritten in ink. The bid must be sealed, clearly identify the name of your business and the bid number on the outside of the envelope. Late bids will not be accepted under any circumstances. It is the responsibility of the bidder to ensure that their bid arrives prior to the deadline set herein. Bids will be date and time-stamped upon receipt at the District location where bids are to be submitted. 12. Pursuant to Section 13-1-102, NMSA, 1978, facsimile bids will not be accepted or considered in awarding a bid. 13. Bids will be accepted at the Hobbs Schools Administration Office until January 12 th, 2015, at 2:00 p.m. The bids will be opened publicly and read aloud. The District shall announce a tentative low bidder, however, each bid will be reviewed for responsiveness, and to determine if the low bidder is also responsible, before making a recommendation to the Hobbs Board of Education on Tuesday, January 20 th, 2014. 14. To expedite identification of bid envelopes and to insure security, place the enclosed label on the lower left corner of the bid envelope. 15. Questions concerning this bid are to be directed to Jessica Munoz, Chief Procurement Officer @ 575-433-0100 or e-mail address: munozj@hobbsschools.net. Page 3 of 8

1415-13 SPECIFICATIONS 1. Applicable Law: The contract will be governed by the laws of the State of New Mexico, as to interpretation and performance. Suits pertaining to this contract can be brought only in courts in the State of New Mexico. 2. Arbitration: This contract is subject to arbitration to the extent required by the New Mexico Procurement Code. 3. Assignment: No right or interest in this contract will be assigned or transferred by the Bidder without prior written approval by the Hobbs Municipal School District, and no delegation of any duty for the Bidder will be made without prior written permission by the District. The District will not unreasonably withhold approval and will notify the Bidder within 15 days of receipt of written request by the Bidder. 4. Audit Rights: In accordance with applicable New Mexico and federal law, the Bidder s books and records related to any process and/or activity that occurs under this contract may be audited at a reasonable time and place. 5. Discontinued Products: In the event that a product is discontinued by the Vendor, the Vendor may substitute a new product if the pricing discount is equivalent to the discontinued product, upon written request by the Vendor and approval by the District. 6. Improper Delivery: Unless contrary to other parts of this solicitation, if the goods or the tender of delivery fail in any respect to conform to the contract, the District may reject the whole, or accept the whole, or accept any unit or units and reject the rest. 7. Indemnification: Vendor shall indemnify and hold harmless the Hobbs Municipal Schools officers and employees, against liability, claims, damages, losses or expenses arising out of bodily injury to persons or damage to property caused by, or resulting from, contractors and/or its employees, own negligent acts or omissions while Vendor, and/or its employees, performs or fails to perform its obligations and duties under the terms and conditions of this agreement. This save harmless and indemnification clause is subject to immunities, provisions, and limitations of the tort claims act (41-4-1, et seq., N.M.S.A. 1978 comp.) and any amendments thereto. It is specifically agreed between the parties executing this agreement that it is not intended by any of the provisions of any part if the agreement to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the agreement to maintain a suits for the wrongful deaths bodily and/or any personal injury to persons, damages to any/all property and/or any other claims whatsoever pursuant to the provisions of this agreement. Vendor shall provide all insurance necessary to employees on the work site, including, but not limited to, workman s compensation. Page 4 of 8

SPECIFICATIONS 1415-13 8. Insurance: On contact award, the Vendor will, at its own expense, purchase and maintain insurance that will protect it from claims that may arise out of or as a result from its activities under this contract, where those activities are performed by it, by any subcontractor, by anyone directly or indirectly employed by any of the vendors or by anyone for whose acts the Vendor may be liable during the entire performance period of this contract. The Vendor must furnish a Certificate of Insurance to the District prior to official award. If policy changes occur during the life of the contract, it is the Contractor s responsibility to provide updated proof of coverage to the District procurement officer. a. Bidders will submit proof of coverage under the Workman s Compensation Insurance as required by the Labor Laws and New Mexico Statues. b. Bidders will submit a certificate of general liability insurance for personal injury, occupational disease, sickness or death, and property damage. Insurance will include occurrence claim provisions. Minimum acceptable coverage is $1,000,000.00 combined single limit for bodily injury and property damage, or $750,000.00 bodily injury and $250,000.00 property damage (each occurrence). The Offeror will name District and the District Member as co-insured up to the limits of the Tort Claim Act. Additional punitive damages liability to $500,000 will be provided naming District as co-insured. c. Comprehensive Vehicle Liability Insurance, for the both owned and non-owned vehicles, shall be one million dollars ($1,000,000) per occurrence combined single limit for both personal injury and property damage. 9. Notice: Notices under this contract will be in writing and will, for all purposes, be deemed to have fully given when sent by registered or certified mail, return receipt requested, postage prepaid, properly addressed to the respective parties as specified herein, or at such other address as may be specified by either party from time to time. 10. Protest: Protests will be filed and resolved in accordance with the State of New Mexico Procurement Code 13-1-172 NMSA 1978 and applicable Hobbs Municipal Schools Board policies. Venue for any and all legal actions regarding or arising out of the transaction covered herein shall be solely in the District Court, in and for, the County of Lea, State of New Mexico. The laws of the State of New Mexico will govern any resulting transactions. A protest period of fifteen (15) days shall begin on the day following the contract award notice and end at 5:00pm Mountain Daylight Time at the end of the fifteenth (15th) day. A protest must be written and include: The company name, contact name, address and telephone number of the protester; The original signature of the protester or its representative; Identification of the Invitation to Bid (ITB) by solicitation number; A detailed statement of the legal and factual grounds of protest, including copies of any relevant and supporting documents and exhibits; and The form of relief requested. Protest shall be filed with the Chief Procurement Officer, Jessica Munoz at the Hobbs Municipal Schools. Page 5 of 8

SPECIFICATIONS 1415-13 11. Termination for Non-Performance or Vendor Deficiency: District can terminate any contract, and reserves the right to cancel the whole or any part of this contract due to failure by Vendor to carry out any obligation, term or condition of the contract. District may issue a written notice to the Vendor for acting or failing to act in any of the following: a. Providing material that does not meet the specifications of the contract; b. Failing to adequately perform the services set forth in the scope of work, specifications or contact; c. Failing to complete required work or furnish required material within a reasonable amount of time; d. Failing to make progress in performance of the contract and/or giving District reason to believe that Vendor will not or cannot perform the requirements of the contract; e. Fails to observe any or all of the terms and conditions of the contract. f. Any other conditions that, in the opinion of the District warrants such action. Upon receipt of a written notice, Vendor will have ten (10) days to provide a satisfactory response to the District. Failure to adequately address all issues of concern may result in contract cancellation. Upon cancellation under this paragraph, all goods, material, work, documents, data, and reports prepared by Vendor under the contact will become the property of the District on demand. 12. Termination for Non-Appropriations: This contract may be terminated if sufficient appropriations or authorizations do not exist due to changes in state or federal law, or because of court order, or because of insufficient appropriations made available to the governing board and/or the New Mexico State Legislature. Such termination will be effected by sending fifteen (15) days written notice to the Vendor. The District s decision as to whether sufficient appropriations and authorizations are available shall be accepted by the Vendor and shall be final. Page 6 of 8

PROPOSAL FORM 1415-13 Item Case Count Description Cost per Case (Specify if different count) 1. 64ct BBQ LSS 1.5 oz $ 2. 48ct Cheetos Crunchy Flamin Hot 1 1/8 oz. $ 3. 48ct Chester s Flamin Hot Fries 1 1/8 oz. $ 4. 48ct Doritos Dinamita Chile Limon 1 1/8 oz. $ 5. 64ct Doritos Cool Ranch 1.75 oz. $ 6. 64ct Doritos Nacho Cheese 1.75 oz. $ 7. 48ct Frito Chili Cheese 1 1/8 oz. $ 8. 40ct Funyuns 1.25 oz. $ 9. 40ct Funyuns Flamin Hot 7/8 oz. $ 10. 36ct Jumbo Puff Cheese 1.0 oz. $ 11. 64ct Regular Lays 1.5 oz. $ 12. 44ct Ruffles Queso Cheese 1 1/8 oz. $ 13. 64ct Sourcream & Onion 1.5 oz. $ Page 7 of 8

PROPOSAL FORM 1415-13 Item Case Count Description Cost per Case (Specify if different count) 14. 64ct Sunchip Garden Salsa 1.5 oz. $ 15. 64ct Sunchip Harvest Chedder 1.5 oz. $ 16. 64ct Sunchip Original 1.5 oz. $ Page 8 of 8