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
© Copyright 2024 Paperzz