Amendment #1

Purchasing Department
525 Buena Vista SE
Albuquerque, NM 87106
(505) 224-4546
AMENDMENT # 1
DATE:
May 3, 2012
TO:
All Bidders of Record
FROM:
Gil Rivera, Buyer
SUBJECT:
Amendment #1 to T-2858 “Commercial Cooking Supplies & Equipment”
BIDDERS ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF ALL AMENDMENTS IN THE SPACE PROVIDED IN
SECTION E.
This amendment becomes part of the Contract Documents and modifies the original bidding documents as noted below:
1.
CLARIFICATION:
The Request for Bids notification and Request for Bids document includes erroneous reference to
T-2848. This request for bids number is T-2858. The bid document per this Amendment # 1 has
been updated to reflect the correct bid number. Prospective bidders shall download this
Amendment from the Purchasing website and use the bid document attached to the Amendment.
CNM will remove the link to the previous document.
2.
CLARIFICATION:
The items requested on this Request for Bids are funded with current fiscal year funding expiring
June 30, 2012. All items/lots awarded against this RFB must be received at CNM’s Shipping and
Receiving dock on or before June 29, 2012 as stated in Section C. Any items received after June
29, 2012 shall be rejected and returned to the vendor with no penalty to CNM. The vendor shall
pay shipping to and from CNM should this occur.
3.
CLARIFICATION:
Due to the requirement for Delivery at CNM on or before June 29, 2012 for all awarded items,
CNM will NOT extend the due date on this Request for Bids # T-2858 beyond May 16, 2012.
BIDDERS ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF ALL AMENDMENTS IN THE SPACE PROVIDED IN
SECTION E.
All other specifications, terms and conditions remain unchanged. This amendment may also be downloaded from CNM’s website
http://www.cnm.edu/purchasing/rfb.php. The due date and time of Wednesday, May 16, 2012 at 3PM MDT remains unchanged.
Page 1
Central New Mexico Community College
525 Buena Vista SE
Purchasing Department Bldg A, Room A128
Albuquerque, NM 87106
REQUEST FOR BIDS NUMBER: T-2858
DUE DATE: Wednesday, May 16, 2012
BUYER:
Gil Rivera
Telephone number:
505-224-4546
Fax number:
505-224-4548
E-mail address:
[email protected]
NUMBER OF RESPONSES REQUIRED:
TITLE: Commercial Cooking Supplies & Equipment
TIME: 3:00 PM local time (MDT)
FREIGHT TERMS: FOB Destination Freight Included
PAYMENT TERMS: Net 30 Days
One Original
INSTRUCTIONS TO BIDDERS:
The Central New M exico Community College (CNM) invites you to submit a bid on the material and/or services specified
within this Request for Bid (RFB). Please read carefully all instructions, specifications, terms and conditions. Failure to comply
with the instructions, specifications, terms and conditions of the Invitation may result in your bid being declared non-responsive.
The purchase of materials and/or services awarded under this Invitation are subject to CNM's General Terms and
Conditions as well as all statements contained in this Request for Bid. All terms and conditions of the Request for Bid
will remain unchanged for the duration of any resultant agreement(s) and will supersede and take precedence over any
bidder agreement forms. Additional or different terms proposed by the vendor are hereby rejected. New M exico
criminal law prohibits bribes, gratuities and kickbacks (13-1-28 through 13-1-199, NMSA 1978).
To bid on the goods or services specified herein, type or print the information requested in the spaces provided on the response
forms supplied per SECTIONS D, E.1 AND E.2. All blank spaces for bid prices, m anufacturer’s name and product num ber
offered, delivery, warranty, etc. must be written in ink or typed. Information on the Bid form can be completed using a PC
with Adobe READER v7.0 or higher. Select “Highlight Fields” in Adobe Reader and enter data in the BLUE shaded
boxes. The completed form must then be printed out, signed, and submitted with the SEALED response. Corrections
shall be initialed in ink by person signing the bid. When bidder makes mistakes in calculating total price where quantities are
involved, the unit price shall prevail. If you wish to offer more than one bid for a single item or group of items specified, copy
the response form and fill in all spaces by typing or printing in ink. Clearly label the top as an alternate bid, and subm it all
responses in the same envelope as the original bid. Submit the number of copies of your bid specified above. Each copy is to
include all supporting documentation. Failure to submit the required number of copies may result in your bid being considered
non-responsive.
The completed bid package must be placed in a SEALED ENVELOPE and submitted to the above address no later
than the time and date specified above. Failure to properly identify this RFB #, the RFB Due Da te and Opening Time, and
the respondent firm’s company name, cont act person, phone and emai l on t he lower left o utside corner of y our sealed
proposal envelope may result in either premature opening of your proposal or failure to open it upon the correct closing date and
time. Fax or email responses will not be considered for award.
Note: Any and all clarifications of instructions, specifications, scope, requirements, terms and conditions, insurance, bonds,
or bid preparation, etc. shall be made only by the Buyer listed above. All requests for clarification or exception to instructions,
terms and conditions, specifications , requirements, scope, insurance, bonds, or bid preparation, etc. must be made in writing,
addressed to the Buyer listed above, and submitted no later than five (5) days prior to the bid due date. Technical
questions concerning the requirements of the requester should be directed to the technical clarification contact listed above. If
appropriate, CNM Purchasing shall issue written Amendments and addendums and post them at
http://www.cnm.edu/purchasing/. It is ultimately the offeror’s responsibility to check for any updates to this
procurement and acknowledge any amendments in SECTION E.1.
TABLE OF CONTENTS
SECTION A:
SECTION B:
SECTION C:
SECTION D:
SECTION E.1:
SECTION E.2:
Standard Bid Terms and Conditions
CNM General Terms and Conditions
Scope of Work and Specifications
Response Form
Signature of Firm’s Authorized Representative
Debarment/Suspension Status & Non-Collusion Affidavit Form
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
PAGE #:
2-4
5
6
7 – 65
66
67
Page 1 of 67
SECTION A: STANDARD BID TERMS AND CONDITIONS
1.
ACCEPTANCE.
Equipment and/or Services - Right to reject; specifications.
(I) All equipment and/or services furnished w ill be subj ect to
inspection and testing by buyer and buyer's agents upon arrival and
after installation. Any equipment and/or services found by buyer in
its sole discretion to be not in accordance
with the specifications,
drawings, plans, instructions, perfo rmance criteria, samples or other
description furnished or adopted by buyer for the order or otherwise
not in conformance w ith the terms of the order shall be subject to
rejection, return and back charge as appropriate, together w ith the
necessary costs of handling and shipping. Buyer's payment of all or
any part of the purchase price prior to such inspection, testing and
non-acceptance of the equipment and/or services involved shall not
constitute a waiver of any of buyer's rights hereunder.
9.
(II)
When supplier believes that the work and equipment are
"finally completed", it shall notify buyer in writing and upon receipt
of said notice, buyer shall inspect the work and either accept such
work as being "finally completed" or identify in writing to supplier
that the work is not finally completed in the opinion
of buyer and
state specifically why buyer believes the work is not finally
completed. The work and equipment shall
be considered finally
completed following successful start-up of the equipment and full
operation of such equipment for a reasonable number of days or for
such period of time set forth in the applicable Purchase O rder, and at
that time supplier shall submit a fi nal payment application for all
amounts remaining due and owing to supplier under the applicable
Purchase Order.
12. CONTRACT. CNM’s purchase order shall be considered the binding
agreement/contract. In the event of any inconsistent or incompatible
provisions, the purchase order (excludi ng contractor’s bid) shall take
precedence, followed by the provisions of the Invitation to Bid, and
then lastly, the terms of the vendor’s bid response.
2.
ACKNOWLEDGMENT OF AMENDMENT/ADDENDUM.
Bidders shall acknowledge receipt of any amendments/Addenda to
this Invitation by identifying the amendment number and date in the
space provided on the form labeled “Signature of Firm’s Authorized
Representative”. Failure to acknowledge Amendments/Addendums
may render the offer as being non-responsive. Non-responsive offers
will not be considered for award.
3.
ADDRESSES FOR NOTICES. Any notice required to be given or
which may be given under this Invitation or the
resultant price
agreement shall be in writing and delivered in person or via first class
mail to the following address:
Central New Mexico Community College
Purchasing
Department
525 Buena Vista, SE
Albuquerque, NM 87106
4.
AWARD OF BIDS. CNM reserves the right to award this bid based
on price and any other evaluation criteria contained herein; to reject
any and all bids or any part thereof, and to accept the bid that is in the
best interest of CNM.
5.
AWARDS. CNM reserves the right to make multiple awards of the
items, projects and/or sections of th is Invitation. Price agreements
may be awarded on a unit basis for each individually numbered item to
the lowest responsible bidder; or when a group of items have been
consolidated for uniformity, it may be necessary to bid all inclusive
items to receive consideration.
6.
BID NEGOTIATION. Bidders will not be afforded an opportunity
for discussion and revision of bids.
7.
BID OPENING. Bid will be opened publicly on the bid due date
and time specified on the bid cover sheet
in the Purchasing
Department Office. Anyone may attend the opening.
8.
BRAND NAME NOT REQUIRED. Brand name restrictions do not
apply to this invitation and alternate brands will be considered.
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
CANCELLATION. CNM reserves the right to cancel
without
penalty this Invitation, the resultant price agreement or any portion
thereof for unsatisfactory performance, unavailability of funds, or
when it is in the best interest of CNM.
10. CHANGES/ALTERATIONS AFTER AWARD. Changes or
alterations after the award can only be made if agreed to in w riting by
CNM.
11. CONFIDENTIALITY. Any information provided to or developed
by the Contractor in the performance of the resultant agreement shall
be kept confidential and shall not be
made available to any other
individual or organization by the Contractor without prior written
approval of CNM.
13. CONTRACTOR GUARANTEE. The contractor shall guarantee all
materials, equipment and workmanship furnished and or installed to be
free of defects and shall agree to replace solely at his/her expense any
and all defective equipment, parts, etc. within a one year period after
the date of acceptance of the items and or installation by CNM, unless
otherwise agreed to in writing at the time of award.
14. DAMAGE AND SECURITY OF CNM PROPERTY. The
contractor shall be responsible for all damage to persons or property
that occurs as a result of his/her fault or negligence, or that of any of
his/her employees, agents and or s ubcontractors. He/she shall save
and keep harmless C NM against all loss, cost, damage, claims,
expense or liability in connection with the performance of the resultant
price agreement. A ny equipment or facilities damaged by the
contractor's operations shall be repaired and or restored to their
original condition at the contractor's expense, including but not limited
to cleaning and painting. The contractor shall be responsible for
security of all his/her equipment and for the protection of work done
under the resultant price agreement until final acceptance of the work.
15. DELIVERY. Delivery is an important consideration and may be a
factor in determining the award. Please state your earliest delivery
date in the space provided on the response form. Delivery to be made
to CNM Receiving/Warehousing, 901 Buena Vista SE, Albuquerque,
NM 87106, unless otherwise specified.
16. DELIVERY DELAYS. If after award, the contractor becomes aware
of possible problems that could result in delay in the agreed-to delivery
schedule, the contractor must immediately notify the B uyer or the
designated representative. The initial notification of the delay may be
verbal with a written confirmation, giving the probable cause and
effect, with recommendations for alternate action. N othing in this
paragraph will be interpreted as relieving the contractor of his/her
contractual obligations. However, failure to notify CNM
promptly
will be a basis for determining the contractor responsibility in an
otherwise excusable delay.
17. DISCREPANCIES. If any bidder is of the opinion that the bid
specifications as w ritten preclude him/her/it from submitting
a
response to this Invitation to Bid, it is specifically requested that the
bidder’s opinion be made known to the Buyer, in writing, at least
seven (7) days prior to the established bid opening date.
Page 2 of 67
18. DISRUPTION OF NORMAL ACTIVITY. A ll work shall be
performed so as not to interfere with normal CNM activities. When it
is necessary to disrupt normal activities, the schedule of work and the
areas to be affected must be approved
by CNM's authorized
representative prior to commencement of the work.
19. EMPLOYEE CERTIFICATION. The contractor and all
contractor's employees utilized on the work to be performed under this
Invitation must have the proper certification(s) and license(s) to
comply with State and local requirements connected to this invitation.
The contractor shall use only fully qualified and approved service
technicians to perform inspections, service and or repairs under this
Invitation.
20. EQUIPMENT REQUIRED. The contractor shall be responsible for
supplying and maintaining all equipment and materials necessary to
complete the work under this Invitation except as otherwise noted in
the Specifications.
21. EXCLUSIVE RIGHTS. Under no circumstances shall this
Agreement be construed or deemed to be a contract whereby CNM
grants Contractor exclusive right to furnish CNM its needs
or
requirements for services described herein.
22. FORCE MAJEURE. Neither party to the resultant agreement will be
liable to the other for any failure or delay in performance under the
resultant agreement due to circumstances beyond its reasonable control
including, but not limited to, acts of God, accidents, labor disputes,
acts or omissions and defaults of third parties, and official, government
or judicial action not the result of negligence of the party failing or late
in performing.
23. GENERAL TERMS AND CONDITIONS. CNM's General Terms
and Conditions are an equal and integral part of this Invitation.
24. GOVERNING LAW. T his Invitation and the resultant price
agreement will be interpreted and governed by the Laws of the State of
New Mexico.
25. INSPECTIONS. The contractor shall be responsible for securing at
his/her expense, all required inspections to comply with Federal, State,
and or local regulations governing the
work performed under this
Invitation. CNM will inspect all work done under this invitation to
verify compliance with specifications contained
herein.
The
contractor shall call for all required inspections and have a
representative present at all inspections.
26. INVITATION TERMS PART OF CONTRACT. T his Invitation
along with its attachments will be considered to be part of the resultant
price agreement and or purchase order and is to be incorporated by
reference.
30. NUMBER FOR BID CLARIFICATION. The Bidder should
include a local or toll-free number for bid clarifications. Failure to do
so may result in the bid being declared non-responsive.
31. OPTION TO RENEW. CNM reserves the option to renew the
resultant agreement, contingent upon fiscal funding, as provided for
within Section 13-1-150 NMSA 1978, if such renewal is found to be
in the best interests of C NM. R enewal options w ill be exercised in
increments of one-year terms unless otherwise agreed
to by both
parties.
32. OWNERSHIP OF MATERIAL. During the term of the resultant
agreement, ownership of all data, material, and documentation
originated and prepared by the contractor for CNM
shall belong
exclusively to CNM.
33. PACKAGING. Packaging of materials shall be suitable to insure that
the materials are received in an undamaged condition. All material
returns will be at the contractor's expense.
34. PAYMENT DISCOUNTS. C NM will take advantage of payment
discounts offered whenever possible; however, payment discounts
will not be used as a means to determine the lowest responsible
bidder.
35. PERIOD FOR BID ACCEPTANCE. The Bidder agrees, if his/her
bid is accepted within 90 calendar days of the closing date, to furnish
the goods and services at the prices set forth in his/her bid, delivered
to the designated point(s) w ithin the specified time in the delivery
schedule. Failure to comply may result in removal from the bidlist.
An additional time period may be requested elsew here in this
Invitation.
36. PUBLIC INFORMATION. All information, except that marked as
confidential, will become public info rmation at the time that the Bid
is opened. C onfidential information must be marked
"CONFIDENTIAL" in red letters in the upper right hand corner of
the sheets containing the confidential
information. Price and
information concerning the specifications cannot be
considered
confidential.
37. REFERENCES MAY BE REQUIRED. Bidder may be requested
to furnish the minimum number of references requested herein.
Failure to submit the information may result in your bid being
considered non-responsive. Bidder, by furnishing these references,
agrees to allow CNM to contact any person or organization listed, and
to utilize information obtained in the evaluation of the bid response.
27. LATE SUBMISSIONS. Late submissions of bids w
ill not be
considered unless it is determined by CNM that the late receipt was
due solely to mishandling by CNM or if the bid is the only one
received. All other late submissions will be returned unopened.
38. RELEASES. Upon final payment of the amount due under the terms
of the resultant agreement, the C ontractor shall release CNM, its
officers and employees from all liabilities, claims and obligations
arising from or under the terms of the resultant agreement. The
Contractor agrees not to purport to bind CNM to any obligation not
assumed herein by CNM unless CNM has expressly authorized the
Contractor to do so and then only w ithin the strict limits of that
authority.
28. MODIFICATIONS. Only modifications received prior to the time
specified for the closing will be accepted. No modifications will be
accepted following the opening. Techni cal clarifications of the offer
may be requested by the Buyer following the opening.
39. REPLACEMENT PARTS. The quality of all replacement parts
shall be equal or greater than the quality of the original parts being
replaced. All replacement parts shall be new unless otherwise agreed
to in writing.
29. NEW MATERIALS REQUIRED. A ll materials and equipment
delivered and or installed under this Invitation shall be new and be the
standard products of a manufacturer regularly engaged in the
production of the materials and equi pment (unless otherwise specified
in the supplementary bid terms and conditions). Where two or more
units of the same class of materials and or equipment are required, the
units shall be the products of the same manufacturer. Any
manufacturer's data supplied with the items shall be submitted to
CNM's authorized representative.
40. REPORTS AND INFORMATION. At such times and in such
forms as CN M may require, there shall be furnished to CNM such
statements, records, reports, data and information, as
CNM may
request pertaining to matters covered by all resultant agreements to
this Invitation to Bid.
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
41. RESIDENTIAL PREFERENCE. In evaluating bids for purchases
over $20,000 using State funds, residential preference of 5% will be
used in compliance with Sections 13-1-21 of the New Mexico
Statutes 1978 Annotated, Chapter 13. Federal law prohibits the use
Page 3 of 67
of residential preference when the expenditure involves Federal
funds.
42. RESPONSIBLE BIDDER. CNM reserves the right to conduct any
investigations deemed necessary to determine the responsibility of a
bidder (i.e., prove that his/her financial resources, production or
service facilities, personnel, service reputation and experience are
adequate to make satisfactory delivery of the services, construction or
items of tangible personal property described in the invitation for
bids). Bidder shall provide audited financial statements if requested
by CNM.
43. RESPONSIVENESS OF BIDS. Bidders are hereby expressly
instructed that all bids in respons e to this solicitation shall meet all
specifications and requirements of this solicitation.
44. SEVERABILITY. If any provision of the resultant agreement is
found invalid or unenforceable, the remainder of the resultant price
agreement will be enforced to the maximum extent permissible and the
legality and enforceability of the other
provisions of the resultant
agreement will not be affected.
45. SIGNATURE. The response must be signed by an authorized
representative in order for bid to be considered responsive. Compete
and return the form labeled “Signature of Firm’s
Authorized
Representative” with bid response.
46. STATE AND LOCAL ORDINANCES. The contractor shall
perform work under the resultant price agreement in strict accordance
with the latest version of all State and local codes, ordinances, and
regulations governing the work involved. All materials and labor
necessary to comply with the rules, regulations and ordinances shall be
provided by the contractor. Where th e drawings and or specifications
indicate materials or construction in excess of the code requirements,
the drawings and or specifications shall govern. The contractor shall
be responsible for the final execution of
the work to meet these
requirements. In the event of a conflict between various codes and
standards, the more stringent shall apply.
47. STATUS OF CONTRACTOR. The Contractor is an independent
contractor performing services for CNM and neither he/she nor his/her
agents or employees shall, as a result of the resultant agreement,
accrue leave, retirement, insura nce, bonding authority, use of CNM
vehicles, or any other benefits, pr erequisites or allow ances normally
afforded only to employees of CNM. The contractor acknowledges
that all sums received under the resultant agreement
are personally
reportable by him/her for income,
self-employment and other
applicable taxes.
48. SUBCONTRACTORS. Any work subcontracted by the contractor
shall require the prior written approval of the subcontractor by CNM.
49. SUBMISSIONS OF SAMPLES/DRAWINGS/LITERATURE. It
may be necessary to test samples or have demonstrations to make an
award. A ll samples, when required, shall be furnished free of
expense to CNM. Returns shall only be made at the Bidder’s request
and expense. Bid samples or descriptive literature should not be
submitted unless expressly requested; and, regardless of any attempt
by a bidder to condition the bid, unsolicited bid samples or
descriptive literature shall be submitted at the Bidder’s risk.
50. SUBMITTALS. All submittals must be in a SEALED envelope,
received at CNM’s Purchasing Office on or before the due date and
time. Faxed or electronically mailed responses will NOT be accepted.
51. TAXES. CNM is exempt from Federal Excise Taxes and from New
Mexico Sales Taxes on Materials, except construction materials used
by a contractor. Services are not exempt. Taxes on services should
be included as a separate line item and
not included in your base
price bid. Applicable taxes are excluded from the evaluation of the
bid.
52. TECHNICALITIES. CNM reserves the right to waive any technical
irregularities in the form of the bid of the low bidder which do not alter
price, quality or quantity of the services,
construction or items of
tangible personal property bid.
53. TELEGRAPHIC/FACSIMILE BIDS. Telegraphic/Facsimile bids
will not be considered.
H owever, bids may be modified by
telegraphic/facsimile notice, provided that the notice is received by
the time and date specified for the closing.
54. TERMINATION. Termination for cause. If the contractor, for
any cause, fails or omits to carry out the work in an acceptable
manner, CNM may give notice in writing of
such failure or
omission and of a reasonable time w
ithin which to cure the
deficiency. Contractor shall be required to take corrective measures
within such time. Contractor's failure to comply w ith such notice
and to cure the deficiency as provided in the notice shall subject the
Agreement to immediate termination by C NM. In the event of a
for-cause termination, CNM shall terminate the A greement by
delivering to the C ontractor a w ritten notice of termination. The
effective date of termination shall be the date stated in the notice or,
if no date is stated, then the date of delivery of
the notice. Upon
delivery of such notice, Contractor shall have the right to receive
payment for services performed prior to termination date, including
reimbursement then due.
Termination for convenience of CNM. On fifteen (15) business
days written notice to C ontractor, CNM may terminate the
Agreement in whole or in part for its own convenience in the
absence of any default by Contractor. In the event of a no-cause
termination, CNM shall terminate the A greement by delivering to
Contractor notice of termination without cause specifying the extent
to which performance of work under the Agreement is terminated
and the date upon which such termination becomes effective. The
effective date of termination shall be the date stated in the notice or,
if no date is stated, then the fifteenth (15) business day after delivery
of the notice. Within ten (10) calendar days of the effective date of
termination, Contractor shall deliver to CNM all documents and any
other materials developed under the Agreement. Upon delivery of
such notice, the Contractor shall have the right to receive payment
for services performed to termination date, including reimbursement
then due.
55. WITHDRAWAL OF BIDS. B ids may be w ithdrawn by w ritten
notice, telegram or in person by a bidder or
an authorized
representative any time prior to the aw ard. B ids requiring bid
security may result in forfeiture of the security if the bid is withdrawn
following the opening.
56. WORKMANSHIP/COOPERATION. All work shall be done in a
neat, workman-like manner using acceptable equipment and methods.
The contractor will cooperate with CNM and other
contractors and
coordinate his/her work involvi ng other contractors through CNM's
authorized
representative.
The sealed envelope should be marked on the lower left outside corner
to identify this RFB #, the RFB Due Date and Opening Time, and the
respondent firm’s company name, contact person, phone and email.
Note: if you wish to offer more th an one offer, clearly label each
additional offer as an alternate a nd submit all responses in the same
envelope/package as the original offer.
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 4 of 67
SECTION B, GENERAL TERMS AND CONDITIONS
1. Inspection and Audit. a. CNM m ay inspect, at any reasonable time, any part of Seller's plant or
place of business which is related to performance of this Purchase Order. Acceptance of delivery shall
not be considered acceptance of the m aterials, supplies or services furnished. Final inspection of
product and services will be made at the destination. Any testing or inspection procedures required by
the specification are in addition to CNM's rights under this paragraph.
b. The Contractor shall maintain detailed time records which indicate the date, tim e and
nature of services rendered. Contractor shall m aintain detailed records of all materials or supplies
delivered to CNM under this Purchase Order, including serial num
bers and other appropriate
identifiers. These records shall be subject to internal and external audit. CNM shall have the right to
audit billings both bef ore and af ter payment. Pay ment under the resultant Agreem ent shall not
preclude CNM from recovering excessive, erroneous or illegal pay ments previously made to the
Contractor.
11. Penalties. The Procurem ent Code, Section 13-1-28 et seq., imposes civil and criminal penalties
for its violation. In addition, the New Mexico crim inal statutes im pose felony penalties f or bribes,
gratuities and kickbacks.
2. Warranties. Seller warrants the m aterials, supplies or services f urnished to be exactly as specified
in this order, f ree from defects in Seller's design, labor, m aterials and m anufacture, and to be in
compliance with any drawings or specif ications incorporated herein and with any samples furnished
by Seller. All applicable UCC warranties, express and implied, are incorporated herein.
Other Applicable Laws. Any provision required to be included in a contract of this type
by
any applicable and valid Executive order, federal, state or local law, ordinance, rule or regulation shall
be deemed to be incorporated herein.
3. Acceptance and Rejection. If prior to final acceptance, any materials, supplies or service are found
to be defective or not as specified, or, if CNM is entitled to revoke acceptance of them, CNM may
reject or revoke acceptance, require Seller to correct without charge within a
reasonable time, or
require delivery at an equitable reduction in price at CNM's option. Seller shall reim burse CNM for
all incidental and consequential costs related to unaccepted m
aterials, supplies or service.
Notwithstanding final acceptance and payment. Seller shall be liable f or latent defects, fraud, or such
gross mistakes as amount to fraud. Acceptance of performance shall not waive CNM's right to claim
damages for breach.
15 OSHA Regulations. The contractor shall abide by
Federal Occupational Safety and Health
Administration (OSHA) regulations and the State of New Mexico Environmental Improvement Board
Occupational Health and Safety regulations that apply to the work perf ormed under this Invitation.
ALL PRODUCTS CONTAINING HAZARDOUS SUBSTANCES
MUST BE PROPERLY
LABELED AND ACCOMPANIED BY MATERIAL SAFETY DATA SHEETS.
The contractor
shall defend, indemnify and hold CNM free and harmless against any and all claims, loss, liability and
expense resulting f rom any alleged violations of said regulations including but not limited to fines,
penalties, judgments, court costs and attorney fees.
4. Assignment. This order is assignable by CNM. Except as to any payment due hereunder, this
order is not assignable by Seller without written approval of CNM.
5. Changes. CNM’s Purchasing department may make changes within the general scope of this order
by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect
the cost of , or the tim e required f or performance of this order, an appropriate equitable adjustm ent
shall be m ade. No change by Seller shall be recognized without prior written approval of CNM.’s
Purchasing department. Any claim of Seller for an adjustment under this paragraph m ust be made in
writing within thirty (30) days from the date of receipt of Seller of notification of such change, unless
CNM waives this condition. Nothing in this paragraph shall excuse Seller f rom proceeding with
performance of the order as changed hereunder.
6. Termination and Delays. CNM, by written notice stating the extent and ef fective date m ay
terminate this order for convenience in whole or in part, at any time. CNM shall pay Seller as f ull
compensation for performance until such termination: (1) the unit or pro rata order price f or the
delivered and accepted portion; and (2) a reasonable amount to be approved by CNM, and not
otherwise recoverable f rom other sources by Seller, with respect to the undelivered or unaccepted
portion of this order. Provided, however, com pensation hereunder shall in no event exceed the total
order price. Such amount will be limited to Seller's actual cost and may not include anticipated profits.
CNM may terminate this order by written notice in whole or in part for Seller's default if Seller
refuses or fails to comply with the provision of this order, or f ails to make progress so as to endanger
performance and does not cure such f ailure within a reasonable period of time. In such event, CNM
may otherwise secure the materials, supplies or services ordered, and Seller shall be liable for damages
suffered by CNM, including incidental and consequential damages.
If, after notice of termination, CNM determines Seller was not in default, or if Seller's default is
due to failure of CNM, termination shall be deemed for the convenience of CNM.
The rights and remedies of CNM provided in this article shall not be exclusive and are in
addition to any other rights and remedies provided by law or under this order.
As used in this paragraph, the word "Seller" includes Seller and its subsuppliers at any tier.
7. Equal Employment Opportunity. Contractor shall not discrim inate with regard to hiring,
termination or other incidents of employment on the basis of race, sex, national origin, religion, age or
handicap.
12. Title and Delivery.
Title to the materials and supplies passed hereunder shall pass to CNM at
the F.O.B. point specified subject to the right of CNM to reject upon inspection. For any exception to
the delivery date specified, Seller shall give prior notif ication and obtain approval f rom CNM's
Purchasing Department. Time is of the essence and the order is subject to term ination for failure to
deliver on time.
13. Payment Charges. Late pay ment charges shall be paid in the am ount and under the conditions
stated in Section 13-1-158, NMSA 1978.
1.
.
16.
Debarment/Suspension. In performing the services and/or f urnishing the goods specif ied
within this purchase order, the vendor/contractor certifies that it is not suspended, debarred or declared
ineligible from entering into contracts with the Executive Branch of
the Federal Government, any
State agency or local public body; nor is in receipt of a notice of proposed debarment or suspension
from the Executive Branch of the federal Government, any State agency or local public body.
SECTION 2
GOVERNMENT SUBCONTRACT PROVISIONS
If this order is subcontract under a U.S. Governm ent Prime Contract, the applicable clauses
listed below are incorporated into, and f orm a part of , the terms and conditions of this order. In the
event of any conflict between the term s and condition of Section 2 and any other provisions of this
order the terms and conditions of Section 2 shall prevail. The clauses contained in the f
ollowing
paragraphs of the Federal Acquisition Regulations are incorporated herein by reference. For purposes
of this Purchase Order, in the f ollowing clauses, the term "contract" shall mean "this order", the term
"contractor" shall mean "Seller" and the term "Government" and "Contracting Of ficer" shall mean "
CNM" and the "Director of Purchasing," respectively.
The following provisions of the Federal Acquisition Regulations (FAR) apply regardless of the
amount of this order:
* Anti-kickback Procedures:
52.203-7
Buy American Act
52.225-1
* Contract Work Hours and Safety Standards Act-Overtime Comp.
52.222-4
* Equal Employment Opportunity
52.222-26
Notice to the Government of Labor Disputes
52.222-1
Preference for U.S. Flag Air Carriers (For internal air travel)
52.247-63
Restriction on Subcontractor Sales to the Government
52.203-6
Service Contract Act of 1965 (Reserved)
52.222-41
* Termination for Convenience of Government
(Education and other Nonprofit Institutions)
52.249-5(a)(f)
CNM reserves all administrative, contractual, and legal remedies against Seller in case of any breaches
of the contract.
* On contracts f unded by federal grants, only the Special Term s and Conditions clauses
by the asterisk (*) are incorporated into this contract.
8. Indemnification and Insurance Seller assum es the entire responsibility and liability for losses,
expenses, damages, demands and claim s in connection with or arising out of any actual or alleged
personal injury (including death) and/or damage or destruction to property sustained or alleged to have
been sustained in connection with or arising out of the performance of the work by Seller, its agents,
employees, subcontractors or consultants, except to the extent of liability arising out of the negligent
performance of the work by or willf ul misconduct of CNM. In any event, CNM's liability shall be
subject to the lim itations of the New Mexico Tort Claim s Act. Seller shall indem nify and hold
harmless CNM, its officers, agents, and employees from any and all liability for such losses, expenses,
damages, demands, and claims and shall def end any suit or action brought against any or all of them
based on any actual or alleged personal injury or damage and shall pay any damage costs and expenses
including attorneys fees, in connection with or resulting from such suit or action.
Seller agrees that it and its subcontractors will m aintain public liability and property damage
insurance in reasonable amounts covering the above obligation and will m
aintain workers'
compensation coverage covering all employees performing this order.
9. Patent and Copyright Indemnity. Seller shall pay all roy alty and license f ees relating to
deliverables and other items covered hereby . In the event any third party shall claim that the
reproduction, manufacture, use, or sale of goods or item s covered hereby infringes any copyright,
trademark, patent, or other intellectual property rights, Seller shall indemnify and hold CNM harmless
from any cost, expense, damage, or loss resulting therefrom.
10. Discounts. Any discount time will not begin until the m aterials, supplies, or services have been
received and accepted and correct invoice received by CNM's Purchasing Departm ent. In the event
testing is required, the discount time shall begin upon the completion of the tests.
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 5 of 67
identified
SECTION C:
SCOPE OF WORK AND SPECIFICATIONS FOR CNM’S, BID #T-2858
Central New M exico Community College (CNM) Purchasing Department on behal f of t he Business & Inform ation Technology (BIT)
Department is soliciting bids for Commercial Cooking Equipment. C NM is an educational institution, and as su ch, qualifies for
Educational software products and discounts, and all other types of discounts such as governmental, high volume, etc.
INSTRUCTIONS TO BIDDERS
Bidders are encouraged to submit prices on any or all items as their ability to furnish dictates. CNM reserves the right to make multiple
awards of the items, projects and/or sections of this Invitation.
1.
All prices shall be F.O.B. Destination to and shall include all charges, including but not limited to freight, insurance, and other
associated costs that may be imposed in fulfilling the terms of this agreement. All equipment, labor, packaging, supplies,
materials, freight, shipping, handling, delivery, set up, installation, manufacturers warranty, insurance, documentations and
other associated costs are to be included in the unit costs bid.
2.
Brand name or equal specification:
a. Alternate brands will be considered.
b. 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.
c. Any offer that proposes like quality, design or performance will be considered, providing sufficient descriptive
literature, specification sheets, etc. are included to properly evaluate the equivalency.
d. It is the bidder’s responsibility to make sure all products proposed are adequately described.
e. Bidders shall provide brand name, model, and all applicable part numbers, for all substitute items offered, in Section D
of the Bidder’s Response Form.
3.
NEW AND UNUSED EQUIPMENT IS REQUIRED; USED OR GRAY MARKET PRODUCTS ARE NOT ALLOWED.
4.
It should not be assumed that the buyer has specific knowledge of the products proposed, but has sufficient technical background
to conduct an evaluation when presented complete information.
5.
Questions should be directed to the Buyer, Gil Rivera (505) 224-4546. Note: Any and all clarifications of instructions,
specifications, scope, requirements, terms and conditions, insurance, or bid preparation, etc. shall be made only by the Buyer. All
requests for clarification or exception to instructions, terms and conditions, specifications, requirements, scope, insurance, or bid
preparation, etc. must be made in writing, addressed to the Buyer and submitted no later than five (5) days prior to the bid due
date. If appropriate, CNM Purchasing shall issue a written Amendment/Addendum, which shall thereafter become part of this
Invitation to Bid and must be acknowledged in Section E. No oral interpretations shall be binding upon CNM unless reduced to a
written Amendment/Addendum issued by CNM Purchasing prior to the bid due date and time.
6.
Bidders shall provide no less than manufacturer’s warranty or as indicated on the Bid response form which ever is greater.
7.
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or
consolidate all or groups of bid item s, whatever is in the best interest of
CNM. Any services in addition to standard
manufacturer’s warranty shall be provided with bid submission.
8.
ALL ITEMS MUST BE RECEIVED AT CNM’S SHIPPING/RECEIVING DOCK ON OR BEFORE JUNE 29, 2012.
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 6 of 67





Please return with your Sealed Bid Response:
Section D: Bid response Form
Section E.1: Signature of Firm’s Authorized Representative
Section E.2: Debarment/Suspension Status & Non –Collusion Affidavit Form
Bidders wishing to receive the 5% residential preference as applicable per NMSA 13-1-21 must submit a valid residential
preference certificate with their sealed response.
KEEP FOR YOUR RECORDS, BUT DO NOT INCLUDE SECTIONS A, B, AND C WITH YOUR RESPONSE
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
LOT # 1
1.
1
Ea.
Model No. CWTF35-3-0381, coffee brewer for glass
decanters, automatic, with 3 lower warmers, brews 7.5
gallons per hour, hot water faucet, stainless funnel,
pourover feature, stainless decor, 120/208-240V/60/1-PH,
17.1 AMPS, 3850 watts, UL, NSF, BUNN-O-MATIC OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 7 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
2.
2
Ea.
No.
Part Number and Description
Model No. BES860XL, Espresso Machine, Innovations
Triple-Prime™ Feature Dual-wall créma system, AutoPurge™ Beans-to-espresso in under a minute, manual or
programmable settings, Sealed bean hopper with 8 oz (250
ml) capacity, integrated conical burr grinder, preset or
adjustable grind amount, hands free grinding cradle,
removable 67 oz (2 L) water tank with water filtration
system, 360° swivel steam wand with froth enhancer, power
save mode, dry puck feature, concealed storage
compartment with cleaning kit, in-built tamper with
pressure guide, Stainless steel frothing pitcher, 1 cup and 2
cup single and dual-wall filters, BREVILLE OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 8 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
3.
Qty
Unit
1
Ea.
Part Number and Description
Model No. ITCB-DV-0019, 35700.0019 ITCB-DV
Infusion Series® Tea/Coffee Brewer, 3 or 5 gallon
capacity single brewer, 29" trunk w/flip tray & overlays,
full/half batch switches, BrewWISE® intelligence w/preinfusion & pulse brew, Energy-saver mode, English /
Spanish alphanumeric & advertising display, brew counter,
brews into BUNN tea dispensers brews into TD4, TD4T,
TDS-3, TDS-3.5, TDO-4, TDO-5, TDO-N-3.5 & TDO-N4 (sold separately) & 1.9 to 3.8 litre airpots UL, NSF,
120V/60/1-ph, 1700w, 14amps, NEMA 5-15P, cord
attached, BUNN-O-MATIC OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 1 Subtotal (Items 1-3):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 9 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
LOT # 2
4.
3
Ea.
SINK SYSTEM, (4) FOUR COMPARTMENT,
COMPRISING:
1.
One (1) each Model No. 93-84-80, Regaline Sink,
four compartment, 28" front-to-back x 20" W
compartment, 12" deep, with 8" high splash, s/s open
frame base, side crossrails, 16/304 stainless steel,
overall 35" F/B x 97" L/R, Prerinse faucets,
ADVANCE TABCO OR EQUAL PERFORMANCE.
2. One (1) each P/N 17-109WL, Low Lead Royal Series
Pre-Rinse Assembly with Wall Bracket, wall-mounted,
8" centers, add-on faucet with 12" spout, 8" centers,
spring action flexible gooseneck, 38" high with 15"
overhang, internal check valves, 1/2" NPT female
inlets, NSF/ANSI Standard 61-G, KROWNE
METAL OR EQUAL PERFORMANCE.
Four (4) each P/N C-TWV35, Twist Handle Lever
3.
Waste Drain, 3-1/2" sink opening, valve body comes
standard with a 2" outlet (drain outlet 1-1/2" or 2"),
CENTAUR OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 10 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
5.
16
Ea.
No.
Part Number and Description
Model No. 7-PS-81, Hand Sink, wall model, 14" wide x
10" front-to-back x 5" deep bowl, 20 gauge stainless steel
construction, electronic faucet, lever drain w/overflow, Ptrap, soap and towel dispenser, wall bracket, ADVANCE
TABCO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
6.
2
Ea.
Model No. FE-2-1812-18RL-X, Fabricated NSF Sink, 2
compartment, 18" right & left drain boards, bowl size 18" x
18" x 12" deep, 18/304 s/s, tile edge splash, rolled
edge, faucet holes on 8" centers, galvanized legs, 1"
adjustable plastic bullet feet, NSF, overall 24" F/B x 72"
L/R, ADVANCE TABCO OR EQUAL
PERFORMANCE with:
1. One (1) each P/N 15-812, Royal Series Faucet,
deck-mounted, 8" centers, swing nozzle, 12" long,
mounting kit, NSF, KROWNE METAL, OR
EQUAL PERFORMANCE
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
“Yes” or “No” or state other
No  Check
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 11 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
7.
Qty
Unit
1
Ea.
Part Number and Description
Model No. FC-1-2424, Fabricated NSF Sink, 1
compartment, no drainboards, bowl size 24" x 24" x 14"
deep, 16/304 s/s, tile edge splash, rolled edge, faucet holes
on 8" centers, s/s legs, 1" adjustable s/s bullet feet, NSF,
overall 29"ADVANCE TABCO OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
8.
1
Ea.
Model No. WB3T1928, Bakery and Deli Sink, Three
Compartment, 28" front-to-back x 19" w. compartment, 12"
deep with backsplash as shown, stainless steel legs &
adjustable feet, 16/304 stainless steel, WIN–HOLT
EQUIPMENT GROUP OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 12 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
9.
1
Ea.
No.
Part Number and Description
Model No. 94-3-54-18RL, Regaline Sink, three
compartment, w/left & right-hand drainboards, 20" front-toback x 16" W compartment, 14" deep, with 11" high
splash, s/s open frame base, boxed crossrails, 18"
drainboards, s/s bullet feet, 14/304 stainless steel, overall
27" F/B x 91" L/R, ADVANCE TABCO OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
10.
1
Ea.
Model No. TSA-60-S, Underbar Work Board Sink Unit,
three s/s sink compartments, 60"L, 12" right & left
drainboards, 19" front-to-back, with backsplash, s/s
construction, 9-1/2" x 14-1/2" x 9-7/8" deep sink bowls,
faucet (low lead compliant), GLASTENDER OR EQUAL
PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 13 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
11.
2
Ea.
No.
Part Number and Description
Model No. HSA-12, Hand Sink Unit, free standing design,
12" long x 19" deep, with deck-mounted faucet (low lead
compliant), stainless steel construction including legs,
GLASTENDER OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
12.
1
Ea.
Model No. FC-2-1818, Fabricated NSF Sink, 2
compartments, no drainboards, bowl size 18" x 18" x 14"
deep, 16/304 s/s, tile edge splash, rolled edge, faucet holes
on 8" centers, s/s legs, 1" adjustable s/s bullet feet, NSF,
overall 41" ADVANCE TABCO OR EQUAL
PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 14 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
13.
8
Ea.
No.
Part Number and Description
Model No. FIS-70246, Single Wall Mount Pot Filler
Faucet, includes: 24" DJ swing spout, Wrist Handles,
Dimension A: 7”, Dimension B: 12.5”, and Dimension C:
7.5”, PLUMBINGSUPPLY.COM OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
14.
1
Ea.
Model No. B-0133-ADF12-B, EasyInstall Prerinse Unit,
spring action, wall mount base, 8" centers, 12" add-on
faucet, T & S BRASS OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 15 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
15.
1
Ea.
No.
Part Number and Description
Model No. B-0113-B, EasyInstall Prerinse Unit, spring
action gooseneck, single hole base faucet, 18" flexible
stainless steel supply lines with comp. fittings for 5/8" OD
copper tubing, 45"H, 14" overhang, 19-3/8" clearance, 24"
riser, spray valve (B-0107), stainless steel hose (B-0044-H)
and 6" wall bracket, T & S BRASS OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
16.
1
Ea.
Model No. 200-CA-12-ARSS-2, Disposer, with 12" cone
assembly, 2 Hp motor, start/stop push button
automatic reversing ARSS-2 control, includes fixed nozzle,
vacuum breaker, solenoid valve, scrap ring and flow
control, heat treated aluminum alloy housing, 115v/60hz/1ph, 24.0 amps, SALVAJOR OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 16 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
17.
3
Ea.
No.
Part Number and Description
Model No. B-3950, Twist Waste Valve, 3-1/2" sink
opening, 2" drain outlet with 1-1/2" adapter (replaces B3912, B-3916), T & S BRASS OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
18.
1
Ea.
Model No. VLG-4812, Work Table, 48" wide top, without
splash, 144" long, with adjustable undershelf, galvanized
frame & shelf, 14 gauge, type 304 stainless steel top, with
countertop non drip edge, ADVANCE TABCO OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 17 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
19.
1
Ea.
No.
Part Number and Description
Model No. ST28, Equipment Stand, for single kettles only,
open base with sliding drain drawer & splash screen, 28" x
26", 18" high, stainless steel top and legs, allows unit to be
hard piped to a floor drain, CLEVELAND RANGE OR
EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
20.
1
Ea.
Model No. SS-300, Work Table, 30" wide top, without
splash, 30" long, with adjustable undershelf, s/s frame &
shelf, 14 gauge, type 304 stainless steel top, s/s bullet feet,
with:
1. Set of four (4), TA-25 Casters, 5", swivel, with rubber
wheels
2. TA-25B Brakes, on all casters
ADVANCE TABCO OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 18 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
21.
2
Ea.
No.
Part Number and Description
Model No. EG-LG-245, Budget Equip Stand 24X60
ADVANCE TABCO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
22.
1
Ea.
Model No. DTA-79, Double Sided Slant Tubular Rack
Sorting Shelf, Five (5) feet, table mounted, ADVANCE
TABCO OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 19 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
23.
1
Ea.
No.
Part Number and Description
Model No. DTS-D30-84R, Dishlanding-Soil Dishtable, Lshaped with landing, right-to-left, 10-1/2" backsplash, with
pre-rinse sink, stainless steel legs with crossrails front
to back, 83" long, 14/304 stainless steel, ADVANCE
TABCO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
24.
1
Ea.
Model No. DTC-S30-84L, Straight-Clean Dishtable, rightto-left, 10-1/2" backsplash, 3" rolled front & side rims,
stainless steel legs, with stainless steel crossrails, 83" long,
14/304 stainless steel, ADVANCE TABCO OR EQUAL
PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 2 Subtotal (Items 4-24):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 20 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
___________
________________
LOT # 3
25.
1
Ea.
Model No. TCGD-50, display case, non-refrigerated
bakery, Curved Glass Non-Refrigerated (Dry) Bakery Case,
50-7/8"L, glass ends, H.D. vinyl coated wire shelves,
fluorescent interior lights, s/s top, white interior, sliding
glass rear doors, white laminate, TRUE FOOD SERVICE
EQUIPMENT OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
26.
3
Ea.
Model No. T-49DT, Refrigerator/Freezer, Reach-in, twosection, refrigerator & freezer, (6) shelves, stainless steel
front & aluminum ends exterior, white anodized aluminum
interior with 300 stainless steel floor, (2) s/s doors with
locks, (2) exterior mounted digital temperature monitors, 4"
castors, 1/3HP refrigerator, 1/3HP freezer, Self-contained
refrigeration, 4" Swivel castors, Left door hinged left, right
door hinged right, 115/208-230/60/1-ph, 9' cord, NEMA
14-20P, 14.1 amps, cUL, CE, NSF, MADE IN
USA:TRUE FOOD SERVICE EQUIPMENT OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 5 year compressor, 1-Year parts and
labor warranty: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 21 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
27.
2
Ea.
No.
Part Number and Description
Model No. TS-49, Refrigerator, Reach-in, two-section, (6)
shelves, stainless steel front, interior & floor, (2) stainless
steel full doors w/locks, digital solar LCD thermometer, 4"
castors, Self-contained refrigeration, 4" Swivel castors, Left
door hinged left, right door hinged right, 1/2 HP,
115v/60/1-ph, NEMA 5-15P, 9.1 amps, MADE IN USA,
EnergyStar® rated, TRUE FOOD SERVICE
EQUIPMENT OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 5 year compressor, 1-Year parts and
labor warranty: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
28.
2
Ea.
Model No. TUC-27D-2 Undercounter Refrigerator, 33-38°
F, s/s top & sides, white aluminum interior with 300
stainless steel floor, (2)drawers each accommodates (1)
12x20x6 food storage box (NOT included), 5"
castors, front breathing, 1/6 HP, 115v/60/1-ph, 3.9 amps,
NEMA 5-15P, TRUE FOOD SERVICE EQUIPMENT
OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: 5-year compressor, 1-year
parts and labor: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 22 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
29.
2
Ea.
No.
Part Number and Description
Model No. TS-49, Refrigerator, Reach-in, two-section, (6)
shelves, stainless steel front, interior & floor, (2) stainless
steel full doors w/locks, digital solar LCD
thermometer, 4" castors, 1/2 HP, 115v/60/1-ph, NEMA 515P, 9.1 amps, MADE IN USA, EnergyStar® rated, with:
1. Self-contained refrigeration
2. 4" Swivel castors
3. Left door hinged left, right door hinged right
TRUE FOOD SERVICE EQUIPMENT OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 5 year compressor and 1 year parts and
labor Warranty: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 23 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
30.
1
Ea.
No.
Part Number and Description
Model No. G4SM-23, Specialty Merchandiser, reach-in,
one-section, 23 cu. ft., (4) shelves, aluminum finish with
black trim exterior, white aluminum interior liner with 300
series s/s floor, (4) Low-E thermal glass sides including (1)
hinged glass door, low UV emitting fluorescent lighting,
bottom mounted self-contained refrigeration, 1/2 HP,
115v/60/1-ph, 10 amps with:
1. Exterior: Copper-aluminum
2. Interior: White aluminum
3. S-TD-11 Illuminated sign decal: S-TD-11 "Desserts"
picture graphic
TRUE FOOD SERVICE EQUIPMENT OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: 5-year compressor, 1-year
parts and labor: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 24 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
31.
2
Ea.
No.
Part Number and Description
Model No. TSSU-72-18M-B, Refrigerator, Mega Top
Sandwich/Salad Unit, (18) 1/6 size (4"D) poly pans,
stainless steel insulated cover, 8-7/8"D cutting board, s/s
top/front/sides, aluminum back, (3) full doors, (6) shelves,
white aluminum interior with 300 stainless steel floor, 5"
castors, Self-contained refrigeration, Set of 5" Castors, 1/2
hp, 115v/60/1-ph, 10.3 amps, 7' cord, NEMA 5-15P, cUL,
NSF, CE, MADE IN USA, TRUE FOOD SERVICE
EQUIPMENT OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 5 year compressor, 1 year parts and
labor, warranty: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
32.
2
Ea.
Model No. TSSU-48-10, Refrigerator, Sandwich/Salad
Unit, (10) 1/6 size (4"D) poly pans, stainless steel
insulated cover, 11-3/4"D cutting board, stainless steel top,
front, sides, aluminum back, (2) full doors, (4) shelves,
white aluminum interior with 300 stainless steel floor, Selfcontained refrigeration, 5" castors, 1/3 hp, 115v/60/1-ph,
8.3 amps, 7' cord, NEMA 5-15P, cUL, NSF, CE, MADE
IN USA, TRUE FOOD SERVICE EQUIPMENT OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 5 year compressor, 1 year parts and
labor, warranty: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 25 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
33.
5
Ea.
No.
Part Number and Description
Model No. C519-CFC-4, C5™ 1 Series Heated Holding &
Proofing Cabinet, mobile, full height, non-insulated, clear
polycarbonate door, removable bottom mount control
module, thermostat to 190ºF, fixed wire slides on 3"
centers, (18) 18" x 26" or (34) 12" x 20" x 2-1/2" pan
capacity, 5" casters (two with brakes), aluminum,
120v/60/1-ph, 2000 watts, 16.7 amps, NEMA 5-20P, UL,
CUL, NSF, METRO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 26 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
34.
2
Ea.
No.
Part Number and Description
Model No. IY-0854A, Indigo™ Series Ice Maker, cubestyle, air-cooled, self-contained condenser, up to 940-lb
approximately/24 hours, stainless steel finish, half-dice size
cubes, ENERGY STAR® Qualified, with:
1. One (1) each P/N AR-20000, Arctic Pure® Primary
Water Filter Assembly, includes head, shroud,
hardware, mounting assembly, and one filter cartridge,
20,000 gallon capacity, 601-1,000 lbs./ice per day
2. One (1) each P/N B-570 Ice Bin, w/top-hinged frontopening door, approximately 430 lb ice storage
capacity, for top-mounted ice maker, stainless steel
exterior
3. One (1) set 6" adjustable stainless steel legs
MANITOWOC OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s 3 year parts & labor Commercial warranty,
5 year parts & labor Commercial warranty on evaporator,
5- year parts & 3- year labor Commercial warranty on
compressor: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
35.
1
Ea.
Model No. 203, Ice Chest, drop-in design, 90 lb. ice
capacity, DELFIELD OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 3 Subtotal (Items 25-35):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 27 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
___________
________________
LOT # 4
36.
34
Ea.
Model No. KSM7990WH, NSF 7 quart mixer,
KITCHENAID OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
37.
18
Ea.
Model No. HL200-1STD, Legacy Planetary Mixer, Bench,
20-qt., 3 fixed speeds/stir speed, gear trans, 15 min.
SmartTimer, #12 taper hub, manual bowl lift, s/s bowl,
aluminum "B" beater, s/s "D" wire whip, s/s bowl guard,
100-120/50/60/1, 1/2 hp, cord w/plug, with:
1. One (1) each P/N EDDOUGH-HL20, 20 qt aluminum
ED dough arm
2. One (1) each P/N TABLEHW-HL2012, Mixer Table
w/Casters 27"x32" w/hardware
HOBART OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 4 Subtotal (Items 36 & 37):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 28 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
___________
________________
LOT # 5
38.
4
Ea.
Model No. SG14S, Solstice Fryer, gas, heavy duty floor
model, 40-50 lb. oil capacity, millivolt control, s/s tank,
front & sides, 110,000 BTU, with:
1. One (1) each P/N P6072145 Basket, (2) oblong/twin
size, 13-1/2" x 6-1/2" x 5-1/2" deep, long handle,
regular mesh (shipped std (n/c) with models "T" SG14,
SG14R, SSH55, E14, E14X, E14B, SG14T, 35+, 45+,
batteries shipped with (1) per fryer
PITCO FRIALATOR OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
39.
18
Ea.
Model No. C36-S-6B, Challenger XL™ Restaurant Range,
36", gas, (6) 30,000 BTU burners with lift-off burner heads,
27" deep standard oven base, s/s front, sides, backriser &
lift-off high shelf, fully mig welded chassis, 6"
adjustable legs, 215,000 BTU, CSA, NSF, with:
1. One (1) set P/N CASTERS-RR4 of four (4) casters.
WOLF RANGE OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 29 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
40.
6
Ea.
No.
Part Number and Description
Model No. RB36, Salamander Broiler, Gas, 36" wide
range, counter or wall mount, 66,000 BTU total, (6) 11,000
BTU burners, with s/s radiants, infinite manual control,
standing pilot ignition system, trigger grip positive
rack positioning, stainless steel front, bottom, top and sides,
3/4" top gas connection with regulator, CSA, NSF, WOLF
RANGE OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
41.
7
Ea.
Model No. FM-RMB-624, Radiant Charbroiler, floor
model, gas, 24" wide, 34" high, free floating round rod top
grate with EZ tilt to front grease trough, s/s radiants, 95%
s/s unit, 6" service shelf with utility bar, water tubs, open
cabinet base, 6" adjustable legs, top grid scraper, Natural
gas, elevation over 2000 feet (5,000’), Standard output
burners 60,000 BTU, MAGIKITCH'N OR EQUAL
PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 30 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
42.
3
Ea.
No.
Part Number and Description
Model No. V24, Value Series Restaurant Range, 24", gas,
(4) 28,000 BTU burners, space saver oven base, s/s front,
sides, backriser & lift-off high shelf, fully welded chassis,
6" adjustable legs, 140,000 BTU, CSA, VULCAN OR
EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
43.
1
Ea.
Model No. VCCB25-2, Gas Charbroiler, Low Profile 251/4" Wide, stainless steel front, sides, top rim and grease
trough. Full width front grease drawer. One infinite heat
control valve for each burner allows a variety of cooking
jobs at the same time. 4 controls. Heavy cast iron charradiants and broiling grates. Standing pilot ignition system.
4" adjustable legs. 251⁄4"Wx271⁄4"Dx143⁄4"H overall. 13"
working height. 58,000 BTU, Natural gas, VULCAN OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 31 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
44.
1
Ea.
No.
Part Number and Description
Model No. VT24, 55,000 BTU/Hr, Thermostatically
controlled gas griddle, Stainless steel front, sides,
backsplash and welded frame. 4" adjustable stainless steel
legs. 24"w x 24"d x 1" thick highly polished steel griddle
plate. 51⁄2" high stainless steel back splash. Side splash
tapers forward to 23⁄4". 31⁄4" wide stainless steel front
grease trough drains into large capacity grease collector(s).
One 27,500 BTU/hr. burner and one modulating thermostat
per 12" of griddle width. Adjusts from 250° to 500°F.
Standing pilot ignition system. 3⁄4" rear gas connection
with gas pressure regulator. Exterior dimensions: 24"w x
313⁄8"d x 9" working height on 4" legs, WOLF RANGE
OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 5 Subtotal (Items 38-44):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 32 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
___________
________________
LOT # 6
45.
1
Ea.
Model No. NE-1064F, Pro Commercial Microwave Oven,
1000 Watts, single shelf, 10 programmable memory pads,
with double Quantity pad and Braille key pad, 6 power
levels, s/s cabinet & cavity, digital display, cavity:
13"Wx13"Dx8-1/16"H, 120v/60/1-ph, 13.4 amps, UL,
NSF, PANASONIC OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
46.
1
Ea.
Model No. MB-3/8, Bread Slicer, painted white, 3/8" slice
thickness, 6' cord & plug, 1/3 HP, 115v/60/1-ph, 6.2 amps,
ETL, NSF, BERKEL INC. OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 33 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
47.
3
Ea.
No.
Part Number and Description
Model No. 829A, Slicer, manual, 45° angled gravity feed,
14" dia. C.S. knife, gauge plate interlock, permanent knife
guard, dual action sharpener, 6' cord & plug, 1/2 HP,
115v/60/1-ph, 2.9 amps, ETL, NSF, BERKEL INC. OR
EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
48.
2
Ea.
Model No. 1005, (VM0101D) Vita-Prep® 3 Commercial
Food Blender, variable speed, 64 oz. (2.0 liter) high-impact,
clear container w/wet blade, black base, 54 page recipe and
technique guide, 3 peak HP, 120V, 50/60 Hz, 12 amps,
cUL listed, NSF certified, and 120 volt standard.
VITA-MIX OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 34 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
49.
2
Ea.
No.
Part Number and Description
Model No. R2N ULTRA, Commercial Food Processor, 3
qt. s/s bowl w/handle, kidney-shaped opening, vegetable
prep attachment with external ejection, "S" blade, 27577
5/64" (2mm) grating disc and 27566 5/32" (4mm) slicing
disc, continuous feed, bowl attachment designed for vertical
cutting and mixing, on/off & pulse switch, single speed,
1725 RPM, 120v/60/1-hp, 7 amps, 1 HP, ETL electrical
and sanitation, cETL, ROBOT COUPE OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
50.
1
Ea.
Model No. 300-HW/D4, Halo Heat® Hot Food Well Unit,
Drop-In, Electric, (3) 12" x 20" full-size pan capacity (pans
NOT included), 4-3/8" deep well, holds 4" deep pans,
adjustable thermostatic controls, stainless steel construction,
EcoSmart®, UL, CE, 120v/60/1, 21.4 amps, 2.6kW,
NEMA L5-30P, ALTO-SHAAM INC. OR EQUAL
PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 35 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
51.
6
Ea.
No.
Part Number and Description
Model No. IFW-63-10-PN, Warmer, retractable ceiling
mounted, infra red, 30-1/2"-60-1/2" adjustable length,
spring tension cord reel, on-off switch, (1) 250 watts lamp,
polished nickel hood, NSF, CSA, 120V/60/1-ph, 2.0 amps,
250 watts (per bulb), NEMA 5-15P, CRESCOR OR
EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1 year labor, 2 years parts
warranty: Yes  No 
Check “Yes” or “No” or state other
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
52.
34
Ea.
Model No. RD13N, Tray Rack, mobile, end load, single
section, pass-thru, 21-1/4" W, 68-1/4" H, 26-1/2" D, passthru, open sides with slides for (40) 18"x26" pans, slides on
1-1/2" centers, riveted aluminum construction, METRO
OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 36 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
53.
24
Ea.
No.
Part Number and Description
Model No. 430A, Bun Pan Rack, Under-Counter, 32"H, 3"
spacing, capacity (8) 18" x 26" bun pans, front loading,
aluminum construction, 5" swivel plate casters, NSF,
CHANNEL MANUFACTURING OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
54.
2
Ea.
Model No. MPR-12, Panco® Rack, Mobile Universal,
open frame design, square tube construction, 12 sets
universal slides, multi-purpose, slides on 2-1/2" centers,
welded square tubular aluminum construction, front
loading, EAGLE GROUP OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 6 Subtotal (Items 45-54):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 37 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
___________
________________
LOT # 7
55.
39
Ea.
Model No. FG360388WHT, ProSave® Ingredient Bin,
mobile, 4-1/8 cu. ft., 29-3/4"L x 18"W x 28"H, slant front
with sliding lid, 32 oz. scoop, seamless construction, 3"
extra wide casters front fixed & rear swivel, white
base/clear lid, USDA, FDA, NSF, RUBBERMAID OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
“Yes” or “No” or state other
No  Check
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
56.
21
Ea.
Model No. 182615CW with lid, 22 Gal Camwear®
Polycarbonate Food Storage Containers, 15" x 26" x 18",
CAMBRO OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 38 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
57.
40
Ea.
No.
Part Number and Description
Model No. 18269CW with lid, 13 Gal Camwear®
Polycarbonate Food Storage Containers, 9" x 26" x 18",
CAMBRO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
58.
43
Ea.
Model No. 12183CW with lid, 1.75 Gal Camwear®
Polycarbonate Food Storage Containers, 12" x 18" x 3 1/2",
CAMBRO OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 39 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
59.
40
Ea.
No.
Part Number and Description
Model No. 52621, Signature Bus/Dish Box, GRAY,
Heavy-Duty Plastic, Single Compartment, 20"x17"x5",
USA made, NSF, VOLLRATH COMPANY LLC OR
EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
60.
18
Ea.
Model No. CB182412RD, KolorCut® Cutting Board, 18"
x 24" x 1/2, co-polymer, red, NSF, SAN JAMAR- CHEF
REVIVAL OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 40 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
61.
120
Ea.
No.
Part Number and Description
Model No. CB182412WH, KolorCut® Cutting Board, 18"
x 24" x 1/2", co-polymer, white, NSF, SAN JAMARCHEF REVIVAL OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
62.
8
Ea.
Model No. 608, Break-A-Way Mop Handle, 60" x 1-1/8" x
7-1/2", fiberglass with structural plastic head, orange,
CONTINENTAL COMMERCIAL PRODUCTS OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 41 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
63.
3
Ea.
No.
Part Number and Description
Model No. 4073100, Sparta® Roll 'N Grip™ Brush /
Broom Rack, 18", CARLISLE OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
64.
4
Ea.
Model No. MMC2842, Mat Cart, holds up to 10 mats, all
welded galvanized, (4) 5" x 1-1/2" swivel poly-u casters,
KELMAX EQUIPMENT OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 42 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
65.
50
Ea.
No.
Part Number and Description
Model No. FG354000GRAY, Slim Jim® Waste Container,
23 gallon, 20"L x 11"W x 30"H, general purpose waste,
open type without lid, high-impact plastic construction,
gray, CONTINENTAL COMMERCIAL PRODUCTS
OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
66.
2
Ea.
Model No. 5839 BK, Utility Duty Tilt Truck, open top, 300
lbs. capacity frame, 5/8 cu. yd., 13.6 bu., 63-1/4" x 28-1/2"
x 38", industrial plastic, grey w/black frame,
CONTINENTAL COMMERCIAL PRODUCTS OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 43 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
67.
10
Ea.
No.
Part Number and Description
Model No. 3694204, Pop-Up Caution Cone, multi-lingual,
20"H, 3-sided, yellow, CARLISLE OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
68.
6
Ea.
Model No. 336-312, Backsaver Mop Bucket/Wringer
Combination, 35 qt. oval bucket, SW11 squeeze wringer,
backsaver drain grate & spigot, international caution
symbol, 3" non-marking casters, structolene, yellow,
CONTINENTAL COMMERCIAL PRODUCTS OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 44 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
69.
12
Ea.
No.
Part Number and Description
Model No. Notrax Floor Matting, Cushion-Tred Mat, 3’ x
5’, squared edges, Large hole configuration to facilitate
drainage and resist clogging, 7/8” overall thickness, nitrile
for use in food processing applications, Mats shall be
capable of interlocking. One set connector strip shall be
provided per mat, if required for interlocking multiple mats
together, SUPERIOR MANUFACTURING GROUP
OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 7 Subtotal (Items 55-69):
LOT # 8
70.
9
Lot
Shelving system, 24” x 60” comprising the following:
1. Four (4) each Model No. C2460K, shelving,
Centaur™ Shelving wire, 24”D x 60”W, green epoxy,
NSF
2. Four (4) each Model No. C74K, Centaur™ Stationary
Post, 74" H, green epoxy,
CENTAUR OR EQUAL PERFORMANCE.
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 45 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
71.
3
Lot
No.
Part Number and Description
Shelving system, 24” x 48” comprising the following:
1. Four (4) each Model No. C2448K, shelving,
Centaur™ Shelving wire, 24”D x 48”W, green epoxy,
NSF
2. Four (4) each Model No. C74K, Centaur™ Stationary
Post, 74" H, green epoxy,
CENTAUR OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
72.
4
Lot
Shelving system, 24” x 54” comprising the following:
1. Four (4) each Model No. C2454K, shelving,
Centaur™ Shelving wire, 24”D x 54”W, green epoxy,
NSF
2. Four (4) each Model No. C74K, Centaur™ Stationary
Post, 74" H, green epoxy,
CENTAUR OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 46 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
73.
1
Lot
No.
Part Number and Description
Shelving system, 24” x 72” comprising the following:
1. Four (4) each Model No. C2472K, shelving,
Centaur™ Shelving wire, 24”D x 72”W, green epoxy,
NSF
2. Four (4) each Model No. C74K, Centaur™ Stationary
Post, 74" H, green epoxy,
CENTAUR OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
74.
2
Lot
Shelving system, 24” x 36” comprising the following:
1. Four (4) each Model No. C2436K, shelving,
Centaur™ Shelving wire, 24”D x 36”W, green epoxy,
NSF
2. Four (4) each Model No. C74K, Centaur™ Stationary
Post, 74" H, green epoxy,
CENTAUR OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 47 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
75.
2
Lot
No.
Part Number and Description
Shelving system, 18” x 60” comprising the following:
1. Four (4) each Model No. C1860K, shelving,
Centaur™ Shelving wire, 18”D x 60”W, green epoxy,
NSF
2. Four (4) each Model No. C74K, Centaur™ Stationary
Post, 74" H, green epoxy,
CENTAUR OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 8 Subtotal (Items 70-75):
LOT # 9
76.
9
Lot
Shelving system, 24” x 60” comprising the following:
1. Four (4) each Model No. MX2460G, MetroMax i®
Polymer Shelf with Grid Mat, 24" D x 60" W, NSF
2. Four (4) each Model No. MX74UP, Polymer
Stationary Post with Leveling Foot, 74 ¾” H
3. Four (4) each Model No. 5MBX, Standard Stem
Caster, Stem/Brake type, Resilient wheel tread, 200 lb.
load rating,
METRO OR EQUAL PERFORMANCE.
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 48 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
77.
2
Lot
No.
Part Number and Description
Shelving system, 24” x 54” comprising the following:
1. Four (4) each Model No. MX2454G, MetroMax i®
Polymer Shelf with Grid Mat, 24" D x 54" W, NSF
2. Four (4) each Model No. MX74UP, Polymer
Stationary Post with Leveling Foot, 74 ¾” H
3. Four (4) each Model No. 5MBX, Standard Stem
Caster, Stem/Brake type, Resilient wheel tread, 200 lb.
load rating,
METRO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
78.
3
Lot
Shelving system, 24” x 54” comprising the following:
1. Four (4) each Model No. MX2454G, MetroMax i®
Polymer Shelf with Grid Mat, 24" D x 54" W, NSF
2. Four (4) each Model No. MX74UP, Polymer
Stationary Post with Leveling Foot, 74 ¾” H,
METRO OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 49 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
79.
1
Lot
No.
Part Number and Description
Shelving system, 24” x 48” comprising the following:
1. Four (4) each Model No. MX2448G, MetroMax i®
Polymer Shelf with Grid Mat, 24" D x 48" W, NSF
2. Four (4) each Model No. MX74UP, Polymer
Stationary Post with Leveling Foot, 74 ¾” H
3. Four (4) each Model No. 5MBX, Standard Stem
Caster, Stem/Brake type, Resilient wheel tread, 200 lb.
load rating,
METRO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
80.
2
Lot
Shelving system, 24” x 48” comprising the following:
1. Four (4) each Model No. MX2448G, MetroMax i®
Polymer Shelf with Grid Mat, 24" D x 48" W, NSF
2. Four (4) each Model No. MX74UP, Polymer
Stationary Post with Leveling Foot, 74 ¾” H,
METRO OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 50 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
81.
2
Lot
No.
Part Number and Description
Shelving system, 24” x 36” comprising the following:
1. Four (4) each Model No. MX2436G, MetroMax i®
Polymer Shelf with Grid Mat, 24" D x 36" W, NSF
2. Four (4) each Model No. MX74UP, Polymer
Stationary Post with Leveling Foot, 74 ¾” H
3. Four (4) each Model No. 5MBX, Standard Stem
Caster, Stem/Brake type, Resilient wheel tread, 200 lb.
load rating,
METRO OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
82.
1
Lot
Shelving system, 24” x 72” comprising the following:
1. Four (4) each Model No. MX2472G, MetroMax i®
Polymer Shelf with Grid Mat, 24" D x 72" W, NSF
2. Four (4) each Model No. MX74UP, Polymer
Stationary Post with Leveling Foot, 74 ¾” H
3. Four (4) each Model No. 5MBX, Standard Stem
Caster, Stem/Brake type, Resilient wheel tread, 200 lb.
load rating,
METRO OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 9 Subtotal (Items 76-82):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 51 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
LOT # 10
83.
4
Lot
Work table system, 24” x 72” comprising the following:
1. One (1) each Model No. T2472SE Spec-Master Work
Table, 24W x 72L, 14 gauge type 304 s/s top w/rolled
edges front & back, sq. turndown ends, 18 gauge s/s
undershelf, 1-5/8 O.D. 16 gauge s/s legs, adjustable s/s
feet, Uni-Lok system
2. One (1) each Model No. L1, 24X72, LIFESTOR
Undershelf, stainless steel with antimicrobial agent for
bacteria control
3. One (1) each , Model No. 502950, 13 7/8" x 19" x 9"
polymer drawer
4. One (1) set, Model No. CAH4-SB, Table Casters, Set
of 4 casters comprising (2) swivel and (2) with brakes,
5" Diameter, Zinc with resilient tread, 200 lb. weight
capacity per caster
EAGLE GROUP OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 52 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
84.
22
Lot
No.
Part Number and Description
Work table system, 24” x 24” comprising the following:
1. One (1) each Model No. T2424SE Spec-Master Work
Table, 14 gauge type 304 s/s top w/rolled edges front
& back, sq. turndown ends, 18 gauge s/s undershelf, 15/8 O.D. 16 gauge s/s legs, adjustable s/s feet, Uni-Lok
system
2. One (1) each Model No. L1, 24X72, LIFESTOR
Undershelf, stainless steel with antimicrobial agent for
bacteria control
3. One (1) set, Model No. CAH4-SB, Table Casters, Set
of 4 casters comprising (2) swivel and (2) with brakes,
5" Diameter, Zinc with resilient tread, 200 lb. weight
capacity per caster
EAGLE GROUP OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 53 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
85.
16
Lot
No.
Part Number and Description
Shelving system, 24” x 30” comprising the following:
1. Four (4) each Model No. Model No. 2430Z, Eaglebrite
wire shelving 24"W X 30"L, quadtruss design, zinc
finish
2. Four (4) each Model No. P74-Z, Eaglebrite post, 74"H,
adjustable foot, zinc with clear epoxy (stationary
application)
EAGLE GROUP OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
86.
10
Lot
Shelving system, 24” x 48” comprising the following:
1. Four (4) each Model No. 2448Z, Eaglebrite wire
shelving 24"W X 48"L, quadtruss design zinc finish
2. Four (4) each Model No. P74-Z, Eaglebrite post, 74"H,
adjustable foot, zinc with clear epoxy (stationary
application)
EAGLE GROUP OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 54 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
87.
32
Lot
No.
Part Number and Description
Shelving system, 24” x 72” comprising the following:
1. Four (4) each Model No. 2472Z Eaglebrite wire
shelving, 24"W X 72"L, quadtruss design, zinc finish
2. Four (4) each Model No. P74-Z, Eaglebrite post, 74"H,
adjustable foot, zinc with clear epoxy (stationary
application)
EAGLE GROUP OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
88.
3
Lot
Shelving system, 18” x 48” comprising the following:
1. Four (4) each 1848Z, Eaglebrite wire shelving, 18"W
X 48"L, quadtruss design zinc finish
2. Four (4) each Model No. P74-Z, Eaglebrite post, 74"H,
adjustable foot, zinc with clear epoxy (stationary
application)
EAGLE GROUP OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 55 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
89.
1
Lot
No.
Part Number and Description
Work table system, 30” x 48” comprising the following:
1. One (1) each Model No. T3048SE Spec-Master Work
Table, 30W x 48L, 14 gauge type 304 s/s top w/rolled
edges front & back, sq. turndown ends, 18 gauge s/s
undershelf, 1-5/8 O.D. 16 gauge s/s legs, adjustable s/s
feet, Uni-Lok system
2. One (1) each Model No. L1, 24X72, LIFESTOR
Undershelf, stainless steel with antimicrobial agent for
bacteria control
3. One (1) each , Model No. 502950, 13 7/8" x 19" x 9"
polymer drawer
4. One (1) set, Model No. CAH4-SB, Table Casters, Set
of 4 casters comprising (2) swivel and (2) with brakes,
5" Diameter, Zinc with resilient tread, 200 lb. weight
capacity per caster
EAGLE GROUP OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 56 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
90.
4
Lot
No.
Part Number and Description
Work table system, 30” x 48” comprising the following:
1. One (1) each Model No. MT3048S, Bakers Table,
Maple Wood Top, Stainless Steel Undershelf and
Legs, 30" Wide x 48" Length, 1 3/4" thick maple top, 1
5/8" diameter legs,
2. One (1) set, Model No. CA4-SB, Table Casters, Set of
4 casters comprising (2) swivel and (2) with brakes, 4"
Diameter, Zinc with resilient tread, 200 lb. weight
capacity per caster
EAGLE GROUP OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 57 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
91.
2
Lot
No.
Part Number and Description
Work table system, 30” x 60” comprising the following:
1. One (1) each Model No. T3060SE Spec-Master Work
Table, 30" X 60", 14 gauge type 304 s/s top w/rolled
edges front & back, sq. turndown ends, 18 gauge s/s
undershelf, 1-5/8 O.D. 16 gauge s/s legs, adjustable s/s
feet, Uni-Lok system
2. One (1) each Model No. L1, 24X72, LIFESTOR
Undershelf, stainless steel with antimicrobial agent for
bacteria control
3. One (1) set, Model No. CAH4-SB, Table Casters, Set
of 4 casters comprising (2) swivel and (2) with brakes,
5" Diameter, Zinc with resilient tread, 200 lb. weight
capacity per caster
EAGLE GROUP OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 58 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
92.
17
Lot
No.
Part Number and Description
Work table system, 30” x 96” comprising the following:
1. One (1) each Model No. T3096SE Spec-Master Work
Table, 30W x 96L, 14 gauge type 304 s/s top w/rolled
edges front & back, sq. turndown ends, 18 gauge s/s
undershelf, 1-5/8 O.D. 16 gauge s/s legs, adjustable s/s
feet, Uni-Lok system
2. One (1) set, Model No. CAH6-SB, Table Casters, Set
of 6 casters comprising (3) swivel and (3) with brakes,
5" Diameter, Zinc with resilient tread, 200 lb. weight
capacity per caster
EAGLE GROUP OR EQUAL PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
93.
8
Ea.
Model No. CSC2460 Mobile Security Unit, 27-1/4'' W x
63-1/4'' L x 69'' H, open wire construction with double
doors, quick action locking device with pad lock hasp (lock
not included), no intermediate shelves, chrome plated
finish, (4) 5'' poly casters 2/locking, QuadTruss design,
knock down, NSF, EAGLE GROUP OR EQUAL
PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 59 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
94.
24
Ea.
No.
Part Number and Description
Model No. 2460C, shelves for full size security units, 24"W
X 60"L, chrome finish, EAGLE GROUP OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 10 Subtotal (Items 83-94):
LOT # 11
95.
22
Ea.
Model No. TNNDTS121536C, lockers, assembled, double
tier 3 wide, (6 openings) locker single unit 12"W X l5"D X
36"H, overall 36"W X lS"D X 72"H, including:
TENNSCO OR EQUAL PERFORMANCE.
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 11 Subtotal (Item 95):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 60 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
LOT # 12
96.
1
Ea.
Model No. Gelato Pro 6000 Professional Dual Ice Cream
Maker, professional grade ice cream maker, dual
compressor system, total output of up to 18 qt. per hour,
prepares two times 3.0qt /3.0ltr. ice cream, sorbet or granita
in 20-40 minutes, professional refrigeration system with
compressor, two fixed Large 3.0qt. / 3.0ltr. 18/10 stainless
steel inner bowls, two large 3.0qt. / 3.0ltr. removable 18/10
stainless steel bowls, stainless steel Body, CFC-FREE,
500W, 120V, 60Hz Power, 30.5" x 20" x 14.5", NEMOX
OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 1-Year Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 12 Subtotal (Item 96):
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 61 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
Extended Price
___________
________________
___________
________________
LOT # 13
97.
1
Lot.
Device Guitar Cutter System comprising the following:
1. One (1) each Model No. M1050 Device with 4 frames
15 / 22.5 / 30 / 37.5 mm, including,
a. One (1) each Model No. M1057, Inox plate 400 x
400 x 5 mm
b. One (1) each Model No. M1059, Spare Parts
2. One (1) each Model No. M1068, Trolley 650 x 500 x
810 mm
3. One (1) each Model No. M1058, Inox wire +/- 66m
0,5mm
CHOCOLATE WORLD OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
98.
2
Ea.
Model No. Easy Spray Hv2002 Sprayer, (Chocolate) Spray
Gun & Compressor System, including 2 Stage, 4 PSI, 54
CFM turbine powered for high air volume and low
pressure, hand gun, nozzle on the hand gun shall include an
adjustable pattern size (0.25" to 6"), 3 different shapes, and
adjustable air control, 115 volts AC, 10 amps, 15 foot hose.
CAMPBELL HAUSFELD OR EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 3-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 62 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
99.
12
Ea.
No.
Part Number and Description
Model No. M1008, Chocolate Melting Kettles including
530 x 325 x 100 mm stainless steel insert, plastic lid,
temperature control to 65°C, dry heating, without use of
water, Kettle dimension 620 x 390 x 180 mm, 110/220V
140W, CHOCOLATE WORLD OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 3-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
100.
1
Ea.
Model No. M1278 WHEELIE30, Chocolate Moulding
machine, stainless steel, vibrating table, digital thermostat
drain tap, 1320 x 800 x 1420 mm, multi-phase motors
380V (230V on demand), CHOCOLATE WORLD OR
EQUAL PERFORMANCE.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 3-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 63 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
Qty
Unit
101.
15
Ea.
No.
Part Number and Description
Model No. 510104, Sugar Warming Box: Complete Kit
comprising Top & Bottom Frame Supports, three (3)
Plexiglas Panels, warming platform, 250 watt Heat Lamp,
15 feet Electrical Cord, Sockets with adjustment clip, 24" x
16" x 25", www.pastrychef.com OR EQUAL
PERFORMANCE.
Unit Price
Extended Price
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std 3-Year warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 13 Subtotal (Items 97-101):
LOT # 14
102.
24
Ea.
White marble table top, 30" x 32" x 0.7874”, straight edges,
polished top only (no polishing on edges or bottom is
needed), Rocky Mountain Stone OR EQUAL
PERFORMANCE.
___________
________________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Std Warranty: Yes 
Check “Yes” or “No” or state other
No 
Other:________________________________________
State brand offered:_____________________________
State model offered:_____________________________
LOT # 14 Subtotal (Item 102):
PAYMENT DISCOUNTS OFFERED:
Note: CNM will take advantage of pay ment discounts offered whenever possible; however, payment discounts will
not be used As a means to determine the lowest responsible bidder
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
________________
Page 64 of 67
SECTION D: BID RESPONSE FORM FOR BID # T-2858
LEGAL COMPANY NAME:
RESIDENTIAL PREFERENCE NUMBER:
CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid
items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission.
If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail.
Item
No.
Qty
Unit
Part Number and Description
Unit Price
GRAND TOTAL, FOB Destination (Items 1-102):





Extended Price
________________
Please return with your Sealed Bid Response:
Section D: Bid response Form
Section E.1: Signature of Firm’s Authorized Representative
Section E.2: Debarment/Suspension Status & Non –Collusion Affidavit Form
Bidders wishing to receive the 5% residential preference as applicable per NMSA 13-1-21 must submit a valid residential
preference certificate with their sealed response.
KEEP FOR YOUR RECORDS, BUT DO NOT INCLUDE SECTIONS A, B, AND C WITH YOUR RESPONSE
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 65 of 67
SECTION E.1: SIGNATURE OF FIRM'S AUTHORIZED REPRESENTATIVE
By signing below, contractor acknowledges that it is a competent firm capable of providing the items and/or services requested, is properly licensed for
providing the items or services specified, has read this Invitation to Bid, understands it, and agrees to be bound by its terms and conditions. Contractor
hereby agrees to furnish items and/or services, at the prices quoted, pursuant to all requirements and specifications contained in this document, upon
receipt of an authorized purchase order from the purchasing department, and further agree that the language of this document shall govern in the event of
a conflict with its bid. The undersigned, being duly authorized to sign bidding documents and act on behalf of the contractor in an official capacity,
certifies that the items and/or services offered on this Invitation to Bid meets or exceeds all specifications, terms and conditions as described in this
Invitation to Bid without exceptions. I understand that items and/or services not meeting all specifications, terms and conditions will be rejected and all
costs shall be borne by the contractor.
Please fill in all spaces below:
Legal Company Name
Address
City, State, Zip
Phone Number
FAX Number
Email
Contact Person for Clarification of Bid Response
Residential Preference Number (Applies to BIDS over $20,000 only)
BIDDERS WISHING TO RECEIVE THE 5% RESIDENTIAL PREFERENCE AS APPLICABLE PER NMSA 13-1-21 MUST
SUBMIT A VALID RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE.
NM Tax ID
Federal Tax ID
Applicable NM License Numbers
ACKNOWLEDGMENT OF AMENDMENT/ADDENDUM (Specify Number(s) and Date(s) in the spaces provided below):
#1 5/3/2012
#
date
#
date
#
date
#
date
#
date
#
date
#
date
Signature of Member Authorized to Sign for Firm
Printed/Typed Name and Title of Individual Signing
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 66 of 67
SECTION E.2: DEBARMENT/SUSPENSION STATUS & NON-COLLUSION
AFFIDAVIT FORM
DEBARMENT/SUSPENSION STATUS
1. The vendor/contractor certifies that it is not suspended, debarred or ineligible from entering into contracts with the Executive Branch of the Federal
Government, or in receipt of a notice of proposed debarment from any State agency or local public body.
2. The vendor/contractor agrees to provide immediate notice to CNM's Purchasing Department in the event of being suspended, debarred or declared
ineligible by any State or Federal department or agency, or upon receipt of a notice of proposed debarment that is received after the submission of
this bid but prior to the award of the purchase order/contract.
NON-COLLUSION AFFIDAVIT
The undersigned, duly authorized to represent the persons, firm and/or corporation joining and participating in the submission of the foregoing bid (such
persons, firm and/or corporation hereinafter being referred to as the vendor/contractor), being duly sworn, on his/her oath, states that to the best of his/her
belief and knowledge no person, firm, or corporation, nor any person duly representing the same joining and participating in the submission or the
foregoing bid/proposal, has directly or indirectly entered into any agreement or arrangement with any other vendor/contractors, or with any employee of
CNM, or any person, firm or corporation under contract with CNM whereby the contractor, in order to induce the acceptance of the foregoing bid by
CNM has paid or is to pay any other vendor/contractor or to the aforementioned persons anything of value whatsoever, and that the vendor/contractor has
not directly or indirectly entered into any agreement or arrangement with any other vendor/contractor which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the foregoing bid.
CERTIFICATION
The undersigned hereby certifies that he/she has read the above Non-Collusion Affidavit and Debarment/Suspension Disclosure Statement and that he/she
understands and will comply with these requirements. The undersigned further certifies that he/she have the authority to certify compliance for the
vendor/contractor named below.
Signature
Printed/Typed Name
Title
Date
Legal Company Name
Address
City/State/Zip
BID #T-2858 Advertised May 2, 2012
Copyright CNM, 2012. All rights reserved.
Page 67 of 67