T-2863

Central New Mexico Community College
Purchasing Department
525 Buena Vista SE
Albuquerque, NM 87106 / 87196-4586
INVITATION TO BID NUMBER: T-2863
DUE DATE: Friday, July 20, 2012
BUYER/TECHNICAL CONTACT:
Robert Ortega,
Telephone number: 505-224-4546
Fax number:
505-224-4548
E-mail address:
[email protected]
NUMBER OF RESPONSES REQUIRED:
One Original and One (1) Copy
TITLE: Audio Visual Equipment, Supplies & Installation
TIME: 3:00 PM local time (MDT)
Non-Mandatory Meeting: A Non-mandatory meeting will be
conducted a t 9: 00 A M M ST on Friday, July 13, 2012 . T his
meeting i s f or i nterested vendors t o p erform a si te su rvey.
Vendors sh all m eet at C NM’s Main Campus l ocated at 525
Buena Vista SE, Albuquerque, NM 87106, Purchasing Office
Room A128. Note: Hard Hat is Required.
FREIGHT TERMS: FOB Destination Freight Included
PAYMENT TERMS: Net 30 Days
INSTRUCTIONS TO BIDDERS:
The Central N ew M exico Community C ollege (CNM) i nvites you t o s ubmit a bi d on t he material a nd/or s ervices specified within t his
Invitation to B id. P lease r ead c arefully a ll in structions, s pecifications, te rms and c onditions. F ailure to c omply with th e 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
Invitation t o Bid. A ll terms and c onditions o f the I nvitation t o B id w ill r emain unchanged f or t he d uration of any r esultant
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 Mexico 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, manufacturer’s name and product number
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. T he 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. C learly label the top as an alternate bid, and submit 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 # and Bid Due Date and Time on the lower left outside corner of your sealed proposal
envelope may result in either premature opening of your proposal or failure to open it upon the correct closing date and time.
Note:
Any a nd a ll c larifications of i nstructions, s pecifications, s cope, r equirements, t erms a nd c onditions, i nsurance, b onds, 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 l ater than five (5) days pr ior t o t he 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 a ddendums a nd po st t hem a t http://www.cnm.edu/purchasing/. I t i s u ltimately t he of feror’s r esponsibility to c heck f or an y
updates to this procurement.
TABLE OF CONTENTS
SECTION A:
SECTION B:
SECTION C:
SECTION D:
SECTION E.1:
SECTION E.2:
EXHIBIT A:
EXHIBIT B:
EXHIBIT C:
EXHIBIT D:
ATTACHMENT
A:
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
Insurance Requirements
Standard Level II Classroom Layout Diagram/MPS Example (Separate Downloadable Files)
Scope of Work (Separate Downloadable File)
Floor Plans (Separate Downloadable Files)
State o f N ew M exico D epartment o f L abor W age R ate D ecision n umber: BE-12-1331 B –
(Separate Downloadable File)
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2011. All rights reserved.
Page 1 of 19
PAGE #:
2-5
6
7-8
9 – 16
17
18
19
2 Pages
4 Pages
2 Pages
10 Pages
SECTION A: STANDARD BID TERMS AND CONDITIONS
1.
ACCEPTANCE.
Equipment and/or Services - Right to reject; specifications.
(I) A ll eq uipment and/or services furnished w ill be s ubject t o
inspection a nd testing b y b uyer a nd buyer's a gents upon arrival a nd
after installation. Any equipment and/or services found by buyer in
its sole discretion to be not in accordance with the s pecifications,
drawings, plans, instructions, p erformance criteria, samples or other
description furnished or adopted by buyer for the order or otherwise
not in c onformance w ith t he terms of t he order s hall b e s ubject to
rejection, return and back charge as appropriate, together with the
necessary costs of handling and shipping. Buyer's payment of all or
any par t o f t he purchase pr ice prior t o such i nspection, testing and
non-acceptance o f the e quipment and/or s ervices i nvolved s hall no t
constitute a waiver of any of buyer's rights hereunder.
(II)
When supplier believes that the work and equipment are
"finally completed", it shall notify buyer in writing and upon receipt
of s aid notice, b uyer shall i nspect t he work a nd either acc ept s uch
work as b eing "finally c ompleted" or i dentify i n w riting to supplier
that the w ork is no t f inally c ompleted i n the o pinion of buyer and
state specifically w hy b uyer b elieves t he w ork is no t f inally
completed. T he w ork and eq uipment s hall b e considered finally
completed f ollowing s uccessful start-up of t he eq uipment and f ull
operation of such equipment for a reasonable number of days or for
such period of time set forth in the applicable Purchase Order, and at
that time s upplier s hall s ubmit a final payment app lication f or al l
amounts r emaining due a nd owing to s upplier under t he appl icable
Purchase Order.
2.
3.
4.
ACKNOWLEDGMENT OF AM ENDMENT/ADDENDUM.
Bidders shall ack nowledge r eceipt of a ny amendments/Addenda t o
this Invitation by identifying the amendment number and date in the
space provided on the form labeled “Signature of Firm’s Authorized
Representative”. Failure t o ack nowledge Amendments/Addendums
may render the offer as being non-responsive. Non-responsive offers
will not be considered for award.
ADDRESSES FOR NOTICES. Any notice required to be given or
which may b e given u nder t his Invitation or t he r esultant p rice
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
ALTERNATE BIDS. The brand names, part and or catalog numbers
are us ed t o d escribe t he s tandard of q uality, p erformance a nd
characteristics de sired a nd a re n ot i ntended t o l imit or r estrict
competition. Alternate bids will be accepted and considered, unless
otherwise s pecified i n t he s upplementary bid t erms a nd c onditions,
provided t hey ar e e qual to and m eet a ll specifications o f this
Invitation which may include all specifications of the Brand used to
identify the quality of the goods and/or services requested. If offering
a brand, part or catalog number other than that listed, please indicate
items of fered a nd i nclude l iterature a nd or t echnical s pecifications.
Failure to do so may cause offer to be declared non-responsive. CNM
reserves t he r ight t o make t he f inal determination of whether a n
alternate bid is equal. I t is the contractor's responsibility to provide,
as part of the bid, descriptive literature and specification information
on all alternates bid. If the bid is not clearly identified as an alternate
item, it is understood that the items are bid as specified.
5.
AWARD OF BIDS. CNM reserves the right to award this bid based
on p rice a nd a ny other e valuation c riteria c ontained h erein; t o r eject
any and all bids or any part thereof, and to accept the bid that is in the
best interest of CNM.
6.
AWARDS. CNM r eserves the right to make multiple awards of the
items, projects a nd/or sections of this Invitation. Price agreements
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2011. All rights reserved.
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 f or u niformity, i t may b e n ecessary t o b id a ll i nclusive
items to receive consideration.
7.
BID NEGOTIATION. Bidders will not be afforded an opportunity
for discussion and revision of bids.
8.
BID O PENING. Bid w ill be o pened p ublicly on t he bid due d ate
and t ime s pecified on t he b id c over s heet i n t he P urchasing
Department Office. Anyone may attend the opening.
9.
BRAND NAME NOT REQUIRED. Brand name restrictions do not
apply to this invitation.
10. CANCELLATION. CNM reserves t he r ight t o cancel w ithout
penalty t his I nvitation, t he resultant pr ice a greement or any p ortion
thereof f or u nsatisfactory p erformance, u navailability o f funds, or
when it is in the best interest of CNM.
11. CHANGES/ALTERATIONS A FTER AWARD. Changes or
alterations after the award can only be made if agreed to in writing by
CNM.
12. CLEAN U P. It is t he c ontractor's responsibility that th e job s ite b e
kept c lean a nd f ree of r ubble while w ork i s p erformed u nder t he
resultant price agreement. Upon c ompletion of t he work, all areas
shall be cleared of all contractor's e quipment, excess materials and
rubble, and the site shall be left broom clean. D isposal of any debris
shall be t o a n appr opriate d isposal s ite i n acco rdance w ith any l aws
applicable to the type of material being disposed.
13. CONFIDENTIALITY. Any i nformation p rovided t o or developed
by the Contractor in the performance of the resultant agreement shall
be k ept c onfidential a nd s hall n ot b e m ade a vailable t o a ny other
individual or organization b y th e Contractor w ithout p rior w ritten
approval of CNM.
14. CONTRACT. CNM’s p urchase or der s hall b e c onsidered t he
binding a greement/contract. I n t he event of a ny i nconsistent or
incompatible p rovisions, t he p urchase or der ( excluding c ontractor’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.
15. CONTRACTOR GUARANTEE. The contractor shall guarantee all
materials, e quipment a nd w orkmanship f urnished a nd or i nstalled t o
be free of defects and shall agree to replace solely at his/her expense
any a nd a ll d efective eq uipment, p arts, et c. w ithin a one year p eriod
after the date of acceptance of the items and or installation by CNM,
unless otherwise agreed to in writing at the time of award.
16. DAMAGE A ND SECURITY OF C NM P ROPERTY. The
contractor shall b e responsible for a ll da mage to p ersons or p roperty
that occurs as a result of his/her fault or negligence, or that of any of
his/her employees, a gents a nd or s ubcontractors. H e/she s hall s ave
and keep harmless CNM against all loss, cost, damage, claims,
expense or l iability i n c onnection w ith t he p erformance of t he
resultant p rice a greement. A ny equipment or f acilities da maged b y
the c ontractor's op erations s hall b e r epaired a nd or r estored t o t heir
original condition at the contractor's expense, including but not limited
to c leaning a nd p ainting. T he c ontractor s hall be r esponsible f or
security of all his/her equipment and for the protection of work done
under the resultant price agreement until final acceptance of the work.
17. DELIVERY. Delivery i s a n i mportant c onsideration a nd may b e a
factor i n de termining t he a ward. Please s tate your e arliest d elivery
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.
Page 2 of 19
18. DELIVERY DELAYS. If after award, the contractor becomes aware
of p ossible p roblems t hat c ould r esult i n delay i n t he a greed-to
delivery s chedule, the c ontractor m ust i mmediately n otify t he B uyer
or the d esignated r epresentative. T he initial notification of the delay
may be verbal with a written confirmation, giving the probable cause
and effect, with recommendations for alternate action. Nothing in this
paragraph w ill b e i nterpreted a s r elieving t he c ontractor of hi s/her
contractual ob ligations. H owever, failure t o notify CNM promptly
will b e a b asis for det ermining t he c ontractor r esponsibility i n a n
otherwise excusable delay.
19
DISCREPANCIES. If a ny bidder i s of t he opinion that t he bi d
specifications as written preclude him/her/it f rom s ubmitting a
response to this Invitation to Bid, it is specifically requested that the
bidder’s opinion b e made k nown to the B uyer, i n w riting, at l east
seven (7) days prior to the established bid opening date.
20. DISRUPTION O F NO RMAL A CTIVITY. All w ork s hall b e
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 t o be a ffected m ust b e a pproved b y C NM's a uthorized
representative prior to commencement of the work.
21. EMPLOYEE C ERTIFICATION.
The c ontractor a nd a ll
contractor's employees utilized on the work to be performed under this
Invitation must have the p roper certification(s) and license(s) to
comply with State and local requirements connected to this invitation.
The c ontractor s hall us e onl y f ully q ualified a nd a pproved s ervice
technicians t o p erform i nspections, service a nd or r epairs un der t his
Invitation.
22.
EQUIPMENT REQUIRED. The contractor shall be responsible for
supplying and maintaining al l e quipment and materials n ecessary t o
complete the work un der this I nvitation e xcept a s otherwise not ed in
the Specifications.
23. 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.
24. FORCE M AJEURE. Neither p arty t o t he r esultant a greement w ill
be liable to the other for any failure or delay in performance under the
resultant a greement d ue t o c ircumstances b eyond i ts r easonable
control i ncluding, b ut n ot l imited t o, a cts of G od, a ccidents, l abor
disputes, a cts or omissions a nd d efaults of t hird p arties, a nd of ficial,
government or judicial action not the result of negligence of the party
failing or late in performing.
25. GENERAL TERMS AND CONDITIONS. CNM's General Terms
and Conditions are an equal and integral part of this Invitation.
26. GOVERNING L AW. This I nvitation a nd th e r esultant p rice
agreement will be interpreted and governed b y the Laws of the State
of New Mexico.
27. INSPECTIONS. The contractor shall be responsible for securing at
his/her expense, all required inspections to comply with Federal, State,
and or l ocal r egulations g overning t he w ork p erformed under t his
Invitation. CNM will in spect a ll w ork d one u nder th is i nvitation t o
verify c ompliance w ith s pecifications c ontained h erein. T he
contractor s hall c all f or a ll required i nspections a nd ha ve a
representative present at all inspections.
28. INSURANCE RE QUIREMENTS. It i s t he i ntent of C NM t o
extend Personal Injury, Property Damage, Public Officials Errors and
Omissions I nsurance c overage a s p rovided t o C NM b y t he N ew
Mexico P ublic Sc hools Insurance A uthority t o t he s uccessful
offeror(s); b ut, o nly i n r espect of o perations b y or o n b ehalf of t he
named insured (CNM).
29. INVITATION TE RMS PART O F C ONTRACT. This I nvitation
along with its attachments will be considered to be part of the resultant
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2011. All rights reserved.
price a greement a nd or p urchase order a nd i s t o b e i ncorporated b y
reference.
30. LATE S UBMISSIONS. Late su bmissions of b ids will not b e
considered unless it is determined by CNM that the late receipt was
due s olely t o m ishandling by CNM or i f the bi d i s the onl y one
received. All other late submissions will be returned unopened.
31. MODIFICATIONS. Only modifications received prior to the time
specified for the closing will be accepted. No modifications will be
accepted following the opening. T echnical clarifications of the offer
may be requested by the Buyer following the opening.
32. NEW M ATERIALS REQUIRED. All materials a nd e quipment
delivered and or installed under this Invitation shall be new and be the
standard p roducts of a manufacturer r egularly engaged i n t he
production of the materials and equipment (unless otherwise specified
in the supplementary bid terms and conditions). W here two or more
units of the same class of materials and or equipment are required, the
units s hall b e t he p roducts of the s ame manufacturer. A ny
manufacturer's da ta s upplied w ith t he i tems s hall b e s ubmitted t o
CNM's authorized representative.
33. NUMBER FOR BID CLARIFICATION. The B idder s hould
include a local or toll-free number for bid clarifications. Failure to do
so may result in the bid being declared non-responsive.
34. OSHA RE GULATIONS. The co ntractor s hall abi de by Federal
Occupational Sa fety a nd H ealth A dministration ( OSHA) r egulations
and t he State of N ew M exico E nvironmental I mprovement B oard
occupational h ealth and s afety r egulations t hat appl y t o t he w ork
performed under this Invitation. ALL PRODUCTS CONTAINING
HAZARDOUS SUBSTANCES M UST B E P ROPERLY
LABELED AN D ACC OMPANIED B Y M ATERIAL SAFETY
DATA S HEETS. The c ontractor s hall de fend, i ndemnify a nd h old
CNM free and harmless against any and all claims, loss, liability and
expense r esulting f rom a ny a lleged violations of s aid r egulations
including but not limited to fines, penalties, judgments, court costs and
attorney fees.
35. OWNERSHIP O F M ATERIAL. During t he t erm of t he r esultant
agreement, ow nership of a ll da ta, m aterial, a nd do cumentation
originated a nd p repared b y t he c ontractor f or C NM s hall b elong
exclusively to CNM.
36. PACKAGING. Packaging of materials shall be suitable to insure that
the materials a re received i n a n un damaged c ondition. All material
returns will be at the contractor's expense.
37. PAYMENT DISCOUNTS. CNM will take a dvantage of pa yment
discounts offered w henever p ossible; however, pa yment discounts
will not b e used as a means t o determine t he l owest r esponsible
bidder.
38. 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 t he designated p oint(s) within t he specified time i n t he delivery
schedule. F ailure to comply may result in removal from the bidlist.
An a dditional t ime period m ay b e requested e lsewhere i n t his
Invitation.
39. POTENTIAL C OSTS U NSPECIFIED. The c ontractor s hall
include in his/her bid all material and labor costs known to be required
to complete the work under this Invitation including any materials,
labor or ot her c osts t hat a re n ot s pecifically i dentified i n t he
specifications. A ny u nspecified costs s hould b e i dentified a nd
included as a separate item in the price bid.
40. POTENTIAL COSTS-UNSPECIFIED, RENTAL. The contractor
shall include as a separate item any unspecified additional cost which
may be incurred by CNM as a result of a rental under this Invitation.
This may i nclude b ut s hould n ot b e l imited t o r esponsibility f or
Page 3 of 19
damages to equipment, excessive wear charges, insurance, etc. Please
note that no additional costs will be paid by CNM on rentals under this
Invitation unless these p otential a dditional c osts ha ve b een identified
in the original offer.
41. PUBLIC INFORMATION. All information, except that marked as
confidential, will become public information at the time that the Bid
is o pened. C
onfidential information m ust be m arked
"CONFIDENTIAL" i n red l etters in t he upp er right h and corner o f
the s heets c ontaining t he c onfidential information. Pr ice a nd
information concerning t he s pecifications ca nnot b e c onsidered
confidential.
42. REFERENCES MAY B E REQUIRED. Bidder may be r equested
to furnish t he minimum number of r eferences r equested h erein.
Failure to submit the information may result in your bid being
considered n on-responsive. B idder, b y f urnishing t hese r eferences,
agrees to allow CNM to contact any person or organization listed, and
to utilize information obtained in the evaluation of the bid response.
43. RELEASES. Upon final payment of the amount due under the terms
of t he r esultant a greement, t he C ontractor s hall r elease CNM, its
officers a nd e mployees f rom a ll li abilities, c laims a nd o bligations
arising f rom or under t he t erms of t he r esultant agreement. T he
Contractor a grees not t o p urport t o bind CNM to a ny ob ligation not
assumed herein b y CNM unless CNM has expressly a uthorized t he
Contractor t o do s o a nd t hen o nly within t he s trict l imits of t hat
authority.
44. REPLACEMENT P ARTS. The qu ality o f al l r eplacement par ts
shall b e e qual or gr eater t han t he q uality of t he original p arts b eing
replaced. A ll replacement parts shall be new unless otherwise agreed
to in writing.
45. REPORTS AND I NFORMATION. At s uch t imes a nd i n s uch
forms a s CNM may r equire, t here shall b e f urnished t o CNM such
statements, r ecords, r eports, data a nd i nformation, a s CNM may
request pertaining to matters covered by all resultant agreements to
this Invitation to Bid.
46. RESIDENTIAL PREFERENCE. In evaluating bids for purchases
over 2 0,000 using State f unds, residential pr eference of 5 % w ill b e
used in compliance with Sections 13-1-21 of the New Mexico
Statutes 1978 Annotated, Chapter 13. Feder al law prohibits the use
of residential preference when the expenditure involves Federal
funds.
47. RESPONSIBLE BIDDER. CNM reserves the right to conduct any
investigations deemed necessary to determine the responsibility of a
bidder (i.e., p rove that his/her f inancial r esources, pr oduction or
service f acilities, p ersonnel, s ervice reputation a nd experience ar e
adequate to make satisfactory delivery of the services, construction or
items of t angible p ersonal p roperty described in the i nvitation f or
bids). Bidder shall provide audited financial statements if requested
by CNM.
48. RESPONSIVENESS OF BIDS. Bidders are hereby expr essly
instructed t hat a ll bi ds i n r esponse t o t his s olicitation s hall meet a ll
specifications and requirements of this solicitation.
49. SEVERABILITY. If a ny p rovision of t he r esultant a greement i s
found i nvalid o r unenforceable, t he r emainder of t he r esultant pr ice
agreement w ill be enforced t o t he maximum ex tent pe rmissible an d
the legality and enforceability of the other provisions of the resultant
agreement will not be affected.
50. SIGNATURE. The response must be signed by an authorized
representative in order for bid to be considered responsive. C ompete
and return the form labeled “Signature of Firm’s Authorized
Representative” with bid response.
51. SITE F AMILIARITY. The c ontractor s hall be r esponsible f or
thoroughly inspecting the site and work to be done prior to submitting
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2011. All rights reserved.
a b id. T he c ontractor w arrants b y t his s ubmission t hat h e/she ha s
thoroughly inspected the site and work to be done and that his/her
offer includes all costs required to complete the work. T he failure of
the contractor to be fully informed regarding the requirements of this
Invitation w ill n ot c onstitute gr ounds f or a ny c laim, demand f or
adjustment or the withdrawal of a bid after the opening.
52. SITE INSPECTION. The site(s) referenced in this doc ument a re
available f or i nspection. A rrangements can be made b y cal ling t he
contact for Technical Clarification shown on the
cover page. Note, bidders shall not consider any comments made
by employees of CNM to be modifications to the bid specifications
unless distributed as a written amendment to this bid by CNM’s
Purchasing D epartment. A ll req uests for cl arification m ust b e
submitted in writing to CNM’s Purchasing Department to receive
consideration. Such requests must be submitted no later than five
(5) days prior to the bid due date.
53. STATE AND L OCAL ORDINANCES. The c ontractor s hall
perform work under the resultant price agreement in strict accordance
with th e la test version of a ll State and l ocal c odes, ordinances, a nd
regulations g overning t he w ork i nvolved. A ll materials a nd l abor
necessary t o c omply w ith t he r ules, r egulations a nd or dinances s hall
be p rovided b y t he c ontractor. W here t he drawings a nd or
specifications indicate materials or construction in excess of the code
requirements, t he dr awings a nd or specifications s hall go vern. T he
contractor shall b e responsible for t he final e xecution of the w ork to
meet t hese r equirements. In t he e vent of a c onflict between various
codes and standards, the more stringent shall apply.
54. STATUS O F C ONTRACTOR. The C ontractor i s an i ndependent
contractor performing services for CNM and neither he/she nor his/her
agents or e mployees s hall, a s a r esult of t he r esultant a greement,
accrue leave, retirement, insurance, bonding authority, use of CNM
vehicles, or a ny ot her b enefits, p rerequisites or a llowances normally
afforded only t o e mployees of CNM. T he con tractor ackn owledges
that all sums received under the resultant agreement a re personally
reportable b y him/her for i ncome, self-employment a nd other
applicable taxes.
55. SUBCONTRACTORS. Any w ork s ubcontracted b y t he c ontractor
shall require the prior written approval of the subcontractor by CNM.
56. SUBMISSIONS OF SAMPLES/DRAWINGS/LITERATURE. It
may be necessary to test samples or have demonstrations to make an
award. All s amples, when r equired, shall b e f urnished f ree of
expense to CNM. Returns shall only be made at the Bidder’s request
and ex pense. Bid s amples o r des criptive l iterature should not be
submitted unless expressly requested; and, regardless of any attempt
by a b idder t o c ondition the bi d, unsolicited bi d samples or
descriptive literature shall be submitted at the Bidder’s risk.
57. TAXES. CNM is exempt from Federal Excise Taxes and from New
Mexico Sales Taxes on Materials, except construction materials used
by a contractor. Se rvices are not exempt. T axes on services should
be included as a separate line item and not included in your base
price bid. A pplicable taxes are excluded from the evaluation of the
bid.
58. TECHNICALITIES. CNM reserves the right to waive any technical
irregularities i n t he f orm of t he b id of t he l ow b idder which do not
alter price, quality or quantity of the services, construction or items of
tangible personal property bid.
59. TELEGRAPHIC/FACSIMILE BIDS. Telegraphic/Facsimile bids
will not b e c onsidered. However, bi ds may be modified b y
telegraphic/facsimile no tice, provided t hat t he no tice is r eceived b y
the time and date specified for the closing.
Page 4 of 19
60. 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 t ime w ithin w hich t o cure t he def iciency. C ontractor
shall b e r equired t o t ake c orrective measures w ithin s uch t ime.
Contractor's f ailure t o c omply w ith s uch not ice a nd t o c ure t he
deficiency a s p rovided in the n otice s hall s ubject the Agreement to
immediate t ermination by C NM. I n the event of a f or-cause
termination, CNM shall terminate the Agreement by delivering to
the Contractor a written 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 ha ve t he r ight to r eceive payment for
services p erformed p rior t o t ermination da te, i ncluding
reimbursement then due.
Termination f or c onvenience of C NM. O n f ifteen ( 15) business
days w ritten n otice to C ontractor, C NM may terminate t he
Agreement i n whole or i n p art f or i ts ow n c onvenience i n t he
absence of a ny default b y C ontractor. I n t he e vent of a no -cause
termination, CNM shall terminate the Agreement by delivering to
Contractor notice of termination without cause specifying the extent
to w hich performance of w ork u nder t he A greement i s t erminated
and t he da te up on w hich s uch t ermination b ecomes ef fective. T he
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. W ithin ten (10) calendar days of the effective date of
termination, Contractor shall deliver to CNM all documents and any
other materials devel oped under t he A greement. U pon delivery of
such not ice, t he C ontractor shall ha ve t he right t o r eceive p ayment
for services performed to termination date, including reimbursement
then due.
61. WITHDRAWAL OF BIDS. Bids may b e w ithdrawn by written
notice, t elegram or i n p erson b y a bi dder or a n a uthorized
representative a ny t ime pr ior to the a ward. B ids requiring bi d
security may result in forfeiture of the security if the bid is withdrawn
following the opening.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2011. All rights reserved.
62. 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 involving other c ontractors through CNM's
authorized representative.
63. PERFORMANCE BONDS. A performance bond in the a mount of
100% of the r esultant p rice a greement c ost i s r equired. T he b ond
must be executed by the bidder and a surety company authorized to do
business in New Mexico or other suitable sureties approved by the
State Board of Finance. T he p erformance bond must be received b y
the buyer issuing the award within 14 days of the award and must
reference this Invitation to Bid Number on the face of the document.
64. PERFORMANCE A ND PAYMENT B ONDS. A pe rformance
bond a nd a p ayment b ond, c overing materials a nd l abor, ea ch i n t he
amount of 100% of the resultant price agreement cost is required. The
bond must b e e xecuted b y t he bidder with a s urety c ompany
authorized to do business in New Mexico or other suitable sureties
approved b y t he St ate B oard of Finance. The p erformance a nd
payment b onds must b e r eceived by t he b uyer i ssuing t he a ward
within 14 days of the award and must reference this Invitation to Bid
Number on the face of the documents.
65. PUBLIC W ORKS B ONDS. Performance b onds must m eet t he
requirements of 13-4-18 NMSA, 1978.
66. SUBMITTALS. To submit an offer on the goods or services
specified, provide a type written response the scope of work/services,
and specifications, c ontained herein. Vendors a re t o s ubmit
responses as required for easy and clear evaluation with information
presented in the order it app ears herein r eferencing s ections on al l
attachments. E ach or iginal offer must be s igned in i nk b y an
authorized representative; all c orrections shall be initialed in ink by
person signing the proposal. All submittals must be in a SEALED
envelope, received at CNM’s Purchasing Office on o r before the
due date and time. Faxed or electronically mailed responses will
NOT be accepted.
Page 5 of 19
SECTION B.
Central New Mexico Community College
GENERAL TERMS AND CONDITIONS
1. Inspection and Audit. a. CNM may 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 c onsidered a cceptance of the m aterials, sup plies or s ervices fu rnished. Fi nal i nspection o f
product and services will be m ade at the destination. A ny testing or in spection procedures required
by the specification are in addition to CNM's rights under this paragraph.
b. The Contractor shall maintain detailed t ime records which ind icate the date, time and nature
of serv ices rendered. Contractor shall maintain detailed records of all materials or supplies
delivered to CNM under this P urchase Order, including serial nu mbers and ot her appr opriate
identifiers. These record s shall be subject to internal and external audit. CNM shall hav e the right
to audit billin gs both before a nd after pay ment. P ayment under the resultant Agreement s hall not
preclude CNM fro m reco vering excessi ve, er roneous or ille gal pay ments pr eviously made to the
Contractor.
2 Warranties. Seller warrants the materials, supplies or services furnished to be exactly as specified
in t his order, free f rom de fects in S eller's de sign, labor, m aterials an d m anufacture, a nd t o be in
compliance with any drawings or specifications incorporated herein and with any samples furnished
by Seller. All applicable UCC warranties, express and implied, are 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 en titled to revoke acceptance of them, CNM may
reject or r evoke ac ceptance, re quire S eller to co rrect wi thout charge w ithin a reasonable t ime, or
require delivery at an equitable reduction in price at CNM's option. Seller shall reimburse CNM for
all in cidental a nd co nsequential c osts rel ated to u naccepted m aterials, s upplies or s ervice.
Notwithstanding final acceptance and payment. Seller shall be liable for 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.
4. Assignment. This order is assignable by CNM . Except as to any paym ent due hereunder, this
order is not assignable by Seller without written approval of CNM.
5. Changes. CNM m ay m ake c hanges wi thin th e g eneral sc ope of th is o rder b y g iving no tice t o
Seller and subsequently confirming such changes in writing. If such changes affect the cost of, or the
time required for performance of this order, an appropriate equitable adjustment shall be m ade. No
change by Seller shall be r ecognized without written approval of C NM. A ny claim of S eller for a n
adjustment u nder this p aragraph m ust be m ade i n w riting w ithin th irty (30) d ays f rom t he da te of
receipt of Seller of notification of such change, unless CNM waives this condition. N othing in this
paragraph shall excuse Seller from proceeding with performance of the order as changed hereunder.
6. Termination and Delays. CNM, by written n otice stating th e e xtent a nd effective da te m ay
terminate this order for convenience in whole or in part, at any time. CNM shall pay Seller as f ull
compensation for per formance unt il such termination: (1) the uni t or pro rata ord er price for the
delivered and accepted portion; provided, however, compensation hereunder shall in no event exceed
the to tal o rder pri ce. S uch am ount wil l be lim ited t o S eller's a ctual co st and m ay not i nclude
anticipated profits.
CNM m ay te rminate th is order b y wr itten notice i n wh ole or i n p art for S eller's de fault if S eller
refuses or fails to comply with the provision of this order, or fails to make progress so as to endanger
performance and does not cure such failure within a reasonable period of time. In such event, CNM
may oth erwise s ecure th e m aterials, s upplies or se rvices o rdered, a nd S eller s hall be liable fo r
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. Affirmative Action.
Seller s hall n ot d iscriminate with reg ard to hi ring, termination or o ther
incidents of employment on the basis of race, sex, na tional origin, religion, age or handicap. Seller
agrees to: a) adhere to the principles set forth in Executive Order 11246 and 11375, and to undertake
specifically t o m aintain em ployment pol icies and p ractices t hat a ffirmatively pr omote e quality of
opportunity for handicapped persons, minority group persons and women; b) take affirmative steps to
hire and promote women and m inority group pe rsons a t all jo b lev els and in a ll a spects of
employment; c) communicate this policy in both English and Spanish to all persons concerned within
the company, with outside recruiting services and the minority community at large; d) provide CNM
on request a bre akdown of l abor force by et hnic group, sex, and jo b category; and e) di scuss with
CNM its policies and practices relating to its affirmative action program.
8. Indemnification and Insurance Seller assumes the entire responsibility and li ability for losses,
expenses, d amages, d emands an d claims i n c onnection with o r arising out o f a ny ac tual or alleged
personal in jury (i ncluding death ) an d/or dam age or dest ruction to p roperty su stained or a lleged to
have been s ustained in connection with or ar ising out of th e performance of the wo rk by S eller, its
agents, employees, subcontractors or co nsultants, except to the e xtent of li ability arising out of th e
negligent performance of the work by or willful misconduct of CNM. In any event, CNM's liability
shall be subject to the limitations of the New Mexico Tort Claims Act. Seller shall indemnify and
hold harmless CN M, its officers, ag ents, a nd employees f rom any a nd a ll l iability f or s uch loss es,
expenses, damages, demands, and claims and shall defend 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 maintain public liability and property damage
insurance in r easonable am ounts c overing the ab ove oblig ation a nd wil l m aintain w orkers'
compensation coverage covering all employees performing this order.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2011. All rights reserved.
9. Patent and Copyright Indemnity. Seller sha ll pa y al l roy alty an d li cense f ees r elating to
deliverables and other items covered hereby. In the event any third party shall claim that the
reproduction, m anufacture, use, o r sa le o f g oods o r it ems cov ered h ereby i nfringes 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 materials, supplies, or services have been
received and accepted and correct invoice received by CN M's Purchasing Department. I n the event
testing is required, the discount time shall begin upon the completion of the tests.
11. Penalties. The Procurement Code, Section 13-1-28 et seq., imposes civil and criminal penalties
for its violation. I n addition, the New Mexico criminal statutes impose felony penalties for bribes,
gratuities and kickbacks.
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 d elivery da te s pecified, S eller sh all g ive prio r not ification and obt ain app roval f rom CNM' s
Purchasing Department. Time is of the essence and the order is subject to termination for failure to
deliver on time.
13. Payment Charges. Late payment charges shall be paid in the amount and under the conditions
stated in Section 13-1-158, NMSA 1978.
14. Other Applicable Laws. Any provision required to be included in a c ontract 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.
15. OSHA Regulations. The co ntractor sh all ab ide by Fe deral Occupational S afety and Health
Administration (OSHA) regulations and the State of New Mexico Environmental Improvement Board
occupational he alth and sa fety regulations th at ap ply t o t he wo rk per formed u nder t his I nvitation.
ALL P RODUCTS CON TAINING HAZ ARDOUS S UBSTANCES MU ST B E PR OPERLY
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 an y a lleged v iolations of s aid reg ulations i ncluding but n ot limited t o
fines, penalties, judgments, court costs and attorney fees.
16. Debarment/Suspension. In performing the services and/or furnishing the goods specified within
this purchase o rder, th e v endor/contractor ce rtifies t hat it is no t su spended, de barred or d eclared
ineligible fr om ent ering int o c ontracts with th e Ex ecutive B ranch o f t he Federal G overnment, an y
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.
17. Applicable Law. Each pa rty a cknowledges th at t he Ne w Me xico Pro curement C ode, NMSA
1978 13-1-28 through -199, as amended, applies to ev ery CNM p urchase or c ontract agreement of
tangible pe rsonal pr operty, services a nd c onstruction, i ncluding part icipation m ade p ursuant to th is
purchase order. Further, each party acknowledges that it will be responsible for claims or damages
arising fr om per sonal injury or damage to persons or property to the ex tent t hey re sult fr om
negligence of its employees or agents and that the liability of CNM shall be subject in all cases to the
immunities and limitation of the New Mexico Tort Claims Act, NMSA 1978 41-4-1 through -2 7, as
amended.
SECTION 2
GOVERNMENT SUBCONTRACT PROVISIONS
If thi s o rder is subcontract un der a U .S. Gov ernment Pr ime Co ntract, t he applicable clauses
listed below are incorporated into, and form a part of, the terms and conditions of this order. In the
event of any conflict between the terms and condition of Section 2 and any other provisions of this
order t he terms a nd conditions o f S ection 2 s hall pr evail. The clauses contained in the following
paragraphs of the Federal Acquisition Regulations are incorporated herein by reference. For purposes
of this Purchase Order, in the following clauses, the term "contract" shall mean "this order", the term
"contractor" s hall m ean " Seller" and t he te rm " Government" an d " Contracting Of ficer" s hall m ean
"Albuquerque 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:
Buy American Act and Balance of Payments Program
* Contract Work Hours and Safety Standards Act-Overtime Comp.
* Equal Employment Opportunity
Integrity of Unit Prices
Notice to the Government of Labor Disputes
Preference for U.S. Flag Air Carriers (For internal air travel)
Restriction on Subcontractor Sales to the Government
Service Contract Act of 1965 (Reserved)
* Termination for Convenience of Government
(Education and other Nonprofit Institutions)
52.203-7
52.225-7001
52.222-4
52.222-26
52.215-26(a)(b)
52.222-1
52.247-63
52.203-6
52.222-41
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 funded by federal grants, only the Special Terms and Conditions clauses identified
by the asterisk (*) are incorporated into this contract.
Page 6 of 19
SECTION C: SCOPE OF WORK AND SPECIFICATIONS FOR CNM’S, BID #T-2863
Central New Mexico Community College (CNM) Purchasing Department is soliciting bids for the purchase of Audio Visual Equipment, Supplies
& Installation on behalf of the Instructional Media Resources Department (IMR). Bidders are encouraged to submit prices on any or all items as
their ability to furnish dictates. Note: CNM is eligible for academic pricing. CNM is a secondary educational institution supported by the State of
New Mexico. Please refer to Section D Bidders response form for specifications and EXHIBIT B, C & D for additional Scope of Work and
applicable information.
The vendor will provide all equipment, supplies and cabling required to enable these systems. The CNM network and electrical cabling will
be the responsibility of CNM. Computer(s) will be supplied by CNM.
The vendor will be responsible for providing a final system design that meets CNM specifications and achieves the desired functionality. The
selected vendor will be responsible for completed installation. The vendor will test and demonstrate to CNM staff (Instructional Media
Resources) full system functionality.
The vendor’s response to system or individual component failure is the next business day after notification by CNM of any technical issue.
On site response, component replacement or repair is required by end of business the next day. This type of response will be for one (1)
calendar year after completion of installation. CNM reserves the right to accept or deny the installed systems based on demonstrated
functionality.
NOTE: This project is considered a Public Works Project and therefore requires a wage rate decision.
•
•
Reference Wage Rate Decision No. BE-12-1331 B. All contractors MUST have an active registration with the Labor
Enforcement Fund before bidding on any public works project. Bids from Contractors who are not registered will be
considered INVALID.
The complete wage rate decision will be posted to CNM’s website.
NOTE: BID Security, Performance and Payment Bonds are required for this BID.
•
BID SECURITY: BID security in an amount of equal to 5% of bid price is required with this BID.
•
PERFORMANCE AND PAYMENT BONDS: A performance bond and a payment bond, covering materials and
labor, each in the amount of 100% of the resultant price agreement cost is required. The bond must be executed by the
bidder with a surety company authorized to do business in New Mexico or other suitable sureties approved by the State
Board of Finance. The performance and payment bonds must be received by the buyer issuing the award within 14 days of
the award and must reference this invitation to Bid Number on the face of the documents.
Installation: Work ma y b e performed during normal bus iness work da ys or consecutive w eekends ( Saturday – Sunday) during normal
business hours from 8:00AM – 5:00PM. All work schedules must be approved and coordinated through CNM’s Project Manager.
A Non-mandatory meeting walk through of eleven (11) classrooms will be conducted at 9:00 AM MDT on Friday, July 13, 2012. This
meeting is for interested vendors to perform a site survey. Vendors shall meet at CNM’s Main Campus, Purchasing Office per the following
schedule:
•
•
•
•
•
Note: Hard Hat Required
Non-mandatory Meeting Start Date: Friday, July 13, 2012.
Location: CNM’s Main Campus located at 525 Buena Vista SE, ABQ, NM 87106, Purchasing Office Room A128.
Time: 9:00AM – until completion.
Primary Contact Information: Melvin Shelton, IMR Office, PH. 505-224-3314, Email: [email protected],
Robert Ortega, Purchasing Buyer, PH. 505-224-4546, Email: [email protected]
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 7 of 19
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 p rices s hall b e F .O.B. D estination to an d shall i nclude a ll c harges, i ncluding but no t l imited t o freight, insurance, a nd
other associated costs that may be imposed in fulfilling the terms of this agreement. All equipment, labor, packaging, supplies,
materials, freight, shipping, handling, d elivery, set up, *installation*, manufacturer’s warranty, insurance, documentations
and other associated costs are to be included in the unit costs bid unless otherwise note in BID response form.
2.
The bidder should present in detail, all products and services offered in response to this invitation. Bidders shall provide enough
information to support that items offered meet all critical specifications identified in Bidder’s Response Form.
3.
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.
4.
New and unused equipment is required; used or gray market products are not allowed.
5.
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.
6.
Questions should be directed to the Buyer, Robert Ortega (505) 224-4546 or [email protected]. 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. 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.
7.
Bidders shall provide no less than manufacturer’s warranty or as indicated on the Bid response form whichever is greater.
8.
CNM reserves the right to make multiple awards of the items, projects and/or sections of this Invitation. Lots may be awarded on
a u nit b asis for each i ndividually numbered i tem t o t he l owest r esponsible bi dder; or w hen a g roup of i tems h ave be en
consolidated for uniformity, it may be necessary to bid all inclusive items to receive consideration
•
•
•
Please return in duplicate:
Section D: Bid response Form
Section E.1: Signature of Firm’s Authorized Representative
Section E.2: Debarment/Suspension Status & Non –Collusion Affidavit Form.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 8 of 19
SECTION D: BID RESPONSE FORM FOR BID #T-2863
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
• OFFERORS WISHING TO RECEIVE THE RESIDENTIAL PREFERENCE AS APPLICABLE PER NMSA 13-1-21 MUST SUBMIT A VALID
RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE.
• OFFERORS WISHING TO RECEIVE THE VETERAN RESIDENT BUSINESS PREFERENCE AS APPLICABLE PER NMSA 13-1-22 MUST
SUBMIT A VALID RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE.
Company Legal Name: ______________________________________
Residential Preference Number:_______________________________ (Applies to BIDS over $20,000.00 only - must
submit valid certificate in order to receive preference)
Veteran Resident Business Preference Number:_______________________________ (Applies to BIDS over $20,000.00
only - must submit valid certificate in order to receive preference)
Bid as Follows:
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.
BRAND NAME or EQUAL PERFORMANCE
Item
Qty
Unit
No.
Part Number and Description
Unit Price
Ext. Price
LOT #1: Eleven (11) Level II Classrooms
* Main Campus – Jeanette Stromburg Building Rooms:
JS201, JS202, JS203, JS204, JS211, JS302, JS303, JS303A,
JS306, JS308, JS310
1.
12
Ea.
P/N HIT HITCPWX4021N PROJECTOR, 4000
LUMEN WXGA 2000:1 NETWORKING or Equal
Performance.
_________
_________
_________
_________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
2.
12
Ea.
P/N BMN BMNLCDLOCIV, PROJECTOR MOUNT W/
STORAGE, UNIVERSAL or Equal Performance.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 9 of 19
Item
Qty
Unit
No.
Part Number and Description
Unit Price
Ext. Price
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
3.
11
Ea.
P/N CEI CEIMPS100, MULTIMEDIA
PRESENTATION SYSTEM 100 – 2 V or Equal
Performance.
_________
_________
_________
_________
_________
_________
_________
_________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
4.
11
Ea.
P/N CEI CEIC2NFTBDB, FLIPTOP CONTROL
CENTER 10-20 BUTTON BLK or Equal
Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
5.
110
Ea.
P/N CEI CEIFTBTNBL, ENGRAVE BUTTON CAP
FOR C2N-FTB LARGE BLK or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
6.
11
Ea.
P/N CEI CEIMPWP180B, MEDIA PRESENTATION
WALL PLATE, BLACK or Equal Performance.
State Estimated Delivery Date:________Days ARO.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 10 of 19
Item
Qty
Unit
No.
Part Number and Description
Unit Price
Ext. Price
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
7.
11
Ea.
P/N CEI CEIQMRX12G, QUICK MEDIA RECEIVER
WITH AUDIO or Equal Performance.
_________
_________
_________
_________
_________
_________
_________
_________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
8.
1
Ea.
P/N CEI CEICRESCATQMPSP, CABLE PLENUM
CAT5E F/QCKMED/SIAMESE500FT or Equal
Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
9.
48
Ea.
P/N ATL ATLGD87W, SPK PKG C803A T7/8W 62-8
STYL BFFL or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
10.
48
Ea.
P/N ATL ATL9587, ENC 8 IN RN GLAS .306CFT or
Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 11 of 19
Item
Qty
Unit
No.
Part Number and Description
Unit Price
Ext. Price
State model offered:________________________________
11.
48
Ea.
P/N ATL ATL818R, T BAR BRIDGE or Equal
Performance.
_________
_________
_________
_________
_________
_________
_________
_________
_________
_________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
12.
11
Ea.
P/N ATL ATLPA1001G, AMP 100W/70V AND 100V
SINGLE CH POLE or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
13.
1000
FT.
P/N IEC IECCAB00218SPLS, 18/2 COND SHLD PLN
SPEAKR WIRE or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
14.
11
Ea.
P/N TCD BLKF5U40203INKT, 3IN HUB 4PT
W/GROMMETT BDL USB or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
15.
22
Ea.
P/N KRA KRACGMGM6, CABLE, MOLDED 6FT
HD15-PIN VGA M/M or Equal Performance.
State Estimated Delivery Date:________Days ARO.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 12 of 19
Item
Qty
Unit
No.
Part Number and Description
Unit Price
Ext. Price
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
16.
11
Ea.
P/N KRA KRACGMGM3, CABLE MOLDED 3FT
HD15-PIN VGA M/M or Equal Performance.
_________
_________
_________
_________
_________
_________
_________
_________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
17.
11
Ea.
P/N KRA KRACGMAGMA6, CABLE VGA 15PIN HD
M/M S/STE MINPLG 6FT or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
18.
11
Ea.
P/N TCH TCHPPV3, CABLE, RCA, M-M MOLDED
CABLE, 3FT or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
19.
11
Ea.
P/N TCH TCHBPF, CONNECTOR BNC MALE TO
PHONO RCA FEMALE or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 13 of 19
Item
Qty
Unit
11
Ea.
No.
20.
Part Number and Description
Unit Price
P/N TCH TCHPPV6, CABLE RCA M-M VIDEO 6FT
or Equal Performance.
Ext. Price
_________
_________
_________
_________
_________
_________
_________
_________
_________
_________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
21.
11
Ea.
P/N TCH TCH2P2P6, CABLE, DUAL RCA M-M
AUDIO 6FT or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
22.
11
Ea.
P/N COM COMMPSMPS6P, CABLE CVG PLENUM
STE MINPLG/PLG AUD 6FT or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
23.
11
Ea.
P/N COM COMDB9PDB9J6NM, CABLE 10 PIN M-F
RS232 NULL MODEM 6FT or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
24.
2
Ea.
P/N KRA KRAUTBUS1, UNDER TABLE
CONNECTION VGA/3.5/POWER or Equal
Performance.
State Estimated Delivery Date:________Days ARO.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 14 of 19
Item
Qty
Unit
No.
Part Number and Description
Unit Price
Ext. Price
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
25.
11
Ea.
P/N KRA KRAWAV5T, WLLPLT TO VGA, 3.5MM,
RCA AUD, RCA-COMP VID or Equal Performance.
_________
_________
_________
_________
_________
_________
_________
_________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
26.
10
Ea.
P/N VFI VFIPD3009, MODERN PODIUM W/SIX
OUTLET POWER BAR or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
27.
10
Ea.
P/N VFI VFI90302, 2 SPACE PAINTED STEEL
UTILITY SHELF or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
28.
11
Ea.
P/N MWD PANDMPBD77, PANASONIC
BLURAY/DVD PLAYER or Equal Performance.
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 15 of 19
Item
Qty
Unit
11
Ea.
No.
29.
Part Number and Description
Unit Price
P/N JLI HITDT01171, LAMP FOR CPX5021N/CPWX4021N PROJECTOR or Equal
Performance.
Ext. Price
_________
_________
_________
_________
_________
_________
__________
__________
State Estimated Delivery Date:________Days ARO.
Manufacturer’s Standard Warranty: Yes  No 
Circle “Yes” or “No” or state Other:___________________
State brand offered:________________________________
State model offered:________________________________
30.
12
Ea.
SYSTEM INTEGRATION, INSTALLATION AND
PROGRAMMING OF ITEMS 1 – 29 AT CNM’S MAIN
CAMPUS – JEANETTE STROMBURG BUILDING
ROOMS: JS201, JS202, JS203, JS204, JS211, JS302,
JS303, JS303A, JS306, JS308, JS310
Note: Room JS310 to comprise of 2 installations.
Installation including but not limited to:
• Running all cabling
• Installation of projector
• Installation of all speakers and speaker wire
• Installation of amplifiers and interconnections
• Installation of audio systems
• Installation of wall/terminal plates
• Programming for Crestron Roomview
• Supply and install any materials not specified as
necessary to complete the installation
THE AWARDED VENDOR SHALL SUPPLY ALL
EQUIPMENT, LABOR, PACKAGING, SUPPLIES,
MATERIALS, FREIGHT, SHIPPING, HANDLING,
DELIVERY, SET-UP, INSURANCE, ETC. TO
PERFORM ABOVE SERVICES.
31.
1
Lot
PERFORMANCE AND PAYMENT BONDS:
GRAND TOTAL, FOB Destination (Items 1 – 31)
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
• OFFERORS WISHING TO RECEIVE THE RESIDENTIAL PREFERENCE AS APPLICABLE PER NMSA 13-1-21 MUST SUBMIT A VALID
RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE.
• OFFERORS WISHING TO RECEIVE THE VETERAN RESIDENT BUSINESS PREFERENCE AS APPLICABLE PER NMSA 13-1-22 MUST
SUBMIT A VALID RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 16 of 19
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 Request for Proposals, 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 Request for Proposals meets or exceeds all specifications, terms and conditions as
described in this Request for Proposals 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
Contact Person for Clarification of Bid Response
Residential Preference Number (Applies to BIDS over $20,000.00 only - must submit valid certificate in order to receive preference):
Veteran Resident Business Preference Number: (Applies to BIDS over $20,000.00 only- must submit valid certificate in order to receive
preference):________________________________________
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):
#
date
#
date
#
date
#
date
#
date
#
date
_____________
#
date
Signature of Member Authorized to Sign for Firm
Printed/Typed Name and Title of Individual Signing
ALL NE W M EXICO L ICENSE NUM BERS L ISTED H EREIN O R P URPORTED B Y T HE VE NDOR
MUST B E I SSUED I N THE O FFERING FIRM’S L EGAL CO MPANY N AME. L ICENSE NUMBERS
LISTED UNDE R A N AME O THER T HAN T HE L EGAL CO MPANY NA ME M AY RE NDER THE
OFFER AS BEING NON-RESPONSIVE. NON-RESPONSIVE OFFERS WILL NOT BE CONSIDERED
FOR AWARD.
OFFERORS W ISHING TO R ECEIVE TH E R ESIDENTIAL PREFERENCE A S APPLICABLE PER
NMSA 1 3-1-21 M UST S UBMIT A VAL ID RESIDENTIAL PREFERENCE CE RTIFICATE W ITH
THEIR SEALED RESPONSE.
OFFERORS WI SHING T O RE CEIVE T HE VE TERAN RE SIDENT B USINESS PREFERENCE AS
APPLICABLE P ER N MSA 1 3-1-22 MUST S UBMIT A VAL ID RE SIDENTIAL PREFERENCE
CERTIFICATE WITH THEIR SEALED RESPONSE.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 17 of 19
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-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 18 of 19
EXHIBIT A: INSURANCE REQUIREMENTS
CERTIFICATES OF INSURANCE
The C ontractor shall furnish the O wner o ne copy e ach o f C ertificates o f insurance h erein r equired for each co py o f the r esultant
Agreement, showing the coverage, limits of liability, covered operation, effective dates of expiration of policies of Insurance carried by
the Contractor. The Contractor shall furnish to the O wner copies of limits. T he Certificates of Insurance shall be in the form of AIA
Document G-705 or similar format acceptable to the Owner. S uch certificates shall be filed with the Owner and shall also contain the
following statements:
1. The Governing Board of Central New Mexico Community College, Central New Mexico Community College, its agents,
servants and employees are held as additional insured.
2. "The insurance coverage certified herein shall not be canceled or materially changed except after forty five (45) days written
notice has been provided to the Owner."
COMPENSATION INSURANCE:
The Contractor shall procure and shall maintain during the life of any resultant agreement Worker's Compensation insurance as required
by applicable State law for all of the Contractor's employees to be engaged at the site referred to in this solicitation in case of any such
work sublet, the Contractor's Worker's Compensation insurance. In case any class of employee engaged in work on the project under this
contract is not protected under a Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor or subsubcontractor to provide Employer's Insurance in an amount of not less than 500,000.
CONTRACTOR'S PUBLIC LIABILITY INSURANCE:
The Contractor shall maintain insurance coverage "equal to the maximum liability amounts set forth in the New Mexico Tort Claims Act
Section 41-4-1 et.seq. NMSA 1978". The insurance must remain in force for the life of the contract including all contract extension or
renewals. The limits effective July 1, 1992 are:
400,000 per person/750,000 per occurrence plus 300,000 for medical and 100,000 for property damage for a total maximum liability
of 1,150,000 per occurrence.
CONTRACTOR'S VEHICLE LIABILITY INSURANCE:
The C ontractor s hall p rocure a nd s hall maintain d uring th e lif e o f th is c ontact V ehicle L iability I nsurance c overage " equal t o t he
maximum lia bility a mounts s et f orth in th e New Mexico Tort Claims A ct S ection 41-1-1 et. s eq. NMSA 1978" . T he insurance must
remain in force for the life of the contract including all contract extensions or renewals. The limits effective July 1, 1992 are:
Bodily Injury
750,000. Each Occurrence
Property Damage
100,000. Each Occurrence
SUBCONTRACTOR'S AND SUB-SUBCONTRACTOR'S PUBLIC AND VEHICLE LIABILITY INSURANCE:
The Contractor shall either:
(1) Require each subcontractor or sub-subcontractor to procure and maintain during the life of the subcontract or sub-subcontract Public
Liability Insurance of the types and amounts specified above or,
(2)
Insure the activities of the subcontractors or sub-subcontractors in the Contractor's policy as required under this Article.
GENERAL:
All insurance policies are to be issued by companies authorized to do business under the laws of the state in which the work is to be done
and acceptable to Owner.
The C ontractor shall n ot v iolate, o r p ermit to b e violated, a ny c onditions o f a ny s aid policies, a nd s hall a t a ll t imes s atisfy t he
requirements of the insurance companies writing said policies.
BID #T-2863 Advertised, July 9, 2012
Copyright CNM, 2010. All rights reserved
Page 19 of 19