CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SMALL PAVING AND CONCRETE JOBS NIGP Code: 90966, 91347

Similar documents
CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

CITY OF CLOVIS REQUEST FOR PROPOSAL SALE OF LEVINE S BUILDING

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

This announcement does not contain the following contract documents. Offeror (Company) Address City State Zip Code

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

ROAD PAVING/BITUMINOUS CONCRETE

Town of Caroline. Town Hall Exterior Painting Project

OSWEGO COUNTY PURCHASING DEPARTMENT

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Date: 07 /30/18. Prepared by: Michelle Gutierrez

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

COUNTY OF TANEY, MISSOURI

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

Only Bidders that complete and return the enclosed Acknowledgement of Receipt Form will receive addendums, if issued.

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

REQUEST FOR PROPOSAL. Request Number

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

New 2017 Fairway Deep Tine Aerifier

PROCUREMENT CODE: What Districts Need to Know

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

Charleston County School District. Procurement Services

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

INVITATION TO BID. BOARD OF EDUCATION OF CAMPBELL COUNTY KENTUCKY EQUAL OPPORTUNITY EMPLOYER 101 Orchard Lane Alexandria, KY 41001

COMMONWEALTH OF KENTUCKY TRANSPORTATION CABINET DIVISION OF RIGHT OF WAY AND UTILITIES INVITATION FOR PROPOSAL/BID

REQUEST FOR PROPOSALS

Unit 53 Arden S.R. 80 & Onsite Earthwork, Roadway, Drainage & Utility Improvement Project for Northern Palm Beach County Improvement District

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

JEFFERSON COUNTY PURCHASING DEPARTMENT Deborah L. Clark, Purchasing Agent

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

CITY OF GAINESVILLE INVITATION TO BID

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

Abatement and Management Office Demolition at Parks Place IFB Number

REGULATION: FGCU-PR TBA. Code of Ethics

REQUEST FOR PROPOSAL 2017 ASPHALT PAVING SERVICES

SANDOVAL ARCHITECTURE, P.C. STUDENT SERVICES CENTER IMPROVEMENTS - REBID 02 APRIL UNIVERSITY BLVD. SE ALBUQUERQUE, NEW MEXICO 87106

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

N O T I C E T O B I D D E R S

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue)

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW

BID SPECIFICATIONS OF THE CITY OF LAREDO FOR THE PUBLIC SALE OF

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

Chapter 1. Introduction

Chapter 5. Competitive Sealed Bidding: Procedure

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

DISPOSAL OF PROPERTY GUIDELINES Dutchess County Water and Wastewater Authority

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

SALE OF OBSOLETE/SCRAP VEHICLES TO BE SOLD AS ONE (1) LOT

Request for Proposals For Village Assessment Services

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies...

ADDENDUM #2. September 14, 2018

REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS. Village Of Stickney. Attn: Office Of The Village Mayor

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

FLORIDA GULF COAST UNIVERSITY NOTICE OF REGULATORY ACTION

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

ADDENDUM # 1 Emergency Services Contract Peachtree City Water and Sewerage Authority

COUNTY OF OSWEGO PURCHASING DEPARTMENT

City of Keller Glossary of Procurement Terms. Addendum: A written change to a Bid, Quote, RFQ, or RFP during the solicitation process.

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

Chapter 11. Competitive Negotiation: Procedure

Charter Township of Redford

REQUEST FOR PROPOSALS PROJECT BASED VOUCHER PROGRAM. RESPONSE DATE AND TIME: Friday, October 11, 2013, at 2:00 PM

CHAPTER 1 GENERAL PROVISIONS

Fee Accountant. RFP : Fee Accountant. Publication of Request: April 9, 2018 at 8:00am. Submission of Response Deadline: May 9, 2018 at 5:00pm

Invitation For Bid IFB 2895

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

Surplus Sale of Property Located at 4402 Highway 24 Bourg, Louisiana

Housing Authority of the County of Salt Lake Request for Qualifications. Professional Consulting Services for the Disposition of Public Housing

CITY OF GRAIN VALLEY 711 MAIN ST. GRAIN VALLEY, MO Phone Fax

CITY OF ALAMO. Request for Sealed Bids. The City of Alamo hereby requests sealed bids for the following: Janitorial Services

GOLDEN EAGLE CHARTER SCHOOL

TOWNSHIP OF HAMILTON. RFP# PW Sand/Salt Storage Facility Engineering Services

PROCUREMENT CODE. Part A Project Delivery and Selection Methods

Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM

CHARLES COUNTY GOVERNMENT ITB NO US 301 PARK & RIDE PHASE II

REQUEST FOR PROPOSAL COLLECTION OF DELINQUENT REAL ESTATE TAXES DUE TO ERIE COUNTY

Invitation for Bid. Sale of Real Property at Adkins Road

Ingham County Land Bank Fast Track Authority RESIDENTIAL REAL ESTATE PROFESSIONALS

Transcription:

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID BID # 2017-2018-03 SMALL PAVING AND CONCRETE JOBS NIGP Code: 90966, 91347 ISSUE DATE: September 15, 2017 SUBMISSION DEADLINE: Tuesday, October 3, 2017 2:00 PM Mountain Time LOCATION: Carlsbad Municipal Schools Procurement Office 408 N. Canyon Street Carlsbad, NM 88220 DELIVERY: Allow sufficient time for delivery to the Procurement Office location before the deadline date and time. Must be in a sealed envelope, with Bid Number, Name and Date of Opening in the lower left-hand corner of the envelope on or before the due date and time. OFFICE HOURS for delivery of proposal: Monday Thursday 8:00 AM 4:30 PM and Friday 8:00 AM 4:00 PM CONTACT: Procurement Officer Valerie Davis 575-234-3300 ext. 1030 Valerie.Davis@carlsbad.k12.nm.us SPECIAL INSTRUCTIONS: Complete Bid documents as required. Your response must be received in the CMS Procurement Department prior to the specified date and time regardless of delivery option selected. Late bids are not accepted. To ensure proper identification and handling, clearly indicate the Bid number and the bid opening date and time on the outside of the sealed response envelope, as instructed above. 1

INFORMATION FOR BIDDERS Unsigned and/or incomplete bids will not be considered. Contract Documents: The bidding information included in this packet and listed below constitutes the contract documents. The bidder s signature signifies their full understanding of the terms and conditions of this bid. The award of the contract shall be made by a Purchase Order issued by CMS to the contractor and shall bind the contractor to the terms of the contract documents. Information for Bidders General Terms and Conditions General Requirements Specifications and Pricing Conflict of Interest and Debarment/Suspension Certificate Form (Required) Terms and Conditions (Signature Page) (Required) Campaign Contribution Form (Required) Preparation of Bids: Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in with ink or typewritten. Corrections shall be initialed in ink by the person signing the bid. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the bidder, the bid number and the opening date as listed on the Bid Invitation. Improper identification may result in premature opening of, or failure to open bid. An authorized representative of the company must sign the bid. Bids not signed will be considered nonresponsive and rejected. Receipt and Opening of Bids: Bids must be prepared and submitted in accordance with the provisions hereof. CMS reserves the right to reject all bids if all bids exceed the available funds. Any bid may be modified or withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the specified time for the opening of bids shall not be considered. Procurement law requires sealed bids or proposals. Therefore, CMS cannot accept bids that are transmitted using facsimile equipment or e-mail. Familiarity with Conditions: Clarification of bidding procedures may be made, in writing, by contacting Valerie Davis, CMS Procurement Officer, at Valerie.Davis@carlsbad.k12.nm.us. Bidders must have acquainted themselves with all terms and conditions affecting any resulting contract prior to submitting a bid. No claim shall be made by the contractor for negligence, misunderstanding, or error in this regard. Bidders shall carefully examine the proposed contract documents to obtain first-hand knowledge of all proposed work. Contractors will not be entitled to any additional compensation or any extension of the contract time for conditions which can be determined by examining current work requirements and the proposed contract documents. Submission of a bid constitutes a representation by the bidder that the bidder has made all appropriate examinations, investigations and analysis and has made provision as to the cost thereof in their bid. Conditional Bids: Bids in which acceptance is in some manner restricted or conditioned by the bidder will be reviewed by CMS. If the limitations imposed are not in the best interest of CMS or are 2

prejudicial to other bidders, bid will be rejected. Multiple Offers: CMS will not select from multiple offers on a single document. If bidder offers more than one brand and/or price per item, the (1) as specified or the (2) most expensive will be considered as the primary bid. Other offers will not be evaluated unless the primary bid is low in its own right. If you wish to offer an alternate bid in addition to your regular bid, make extra copies of the necessary pages (including the signature pages) and submit as Bid #2. Each bid must stand-alone and comply with the terms and conditions of the contract. Records: Records shall be maintained by the contractor in compliance with municipal, federal, or state laws, ordinances, codes, and this contract. Awards: CMS reserves the right 1) to award bid received on the basis of individual items, or groups of items, or on the entire list of items; 2) to reject any or all bids or any part thereof; 3) to waive any informality in the bids; and 4) to accept the bid that is in the best interest of CMS. Bid award will be made to the low responsible and responsive bid, taking into consideration prior qualifications and capabilities of the bidder, availability of funds and any other relevant factors. It is the responsibility of the bidder to inquire as to the status and/or subsequent award of bids. Tax Requirements: CMS holds a Class 9 Tax Exemption Certificate and is exempt from payment of taxes on tangible personal property. A NTTC will be issued on request. Protest: Any bidder, Offeror, or contractor who is aggrieved in connection with a procurement may protest to Valerie Davis, Procurement Officer, Carlsbad Municipal Schools. The protest shall be submitted in writing within fifteen (15) days after the fact or occurrences giving rise thereto. The Procurement Code: The Procurement Code, Sections 13-1-21 through 13-1-1999, imposes civil and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose felony penalties for illegal bribes, gratuities, and kickbacks. If your company is approached by any person seeking to receive favors, gratuities, kickbacks, either monetary or in kind, in connection with the performance of this contract, please contact Valerie Davis at 575-234-3300 ext. 1030. New Mexico Resident Bidding Preference: There are two preferences that New Mexico companies can use for bidding advantage for this contract. Please note that these two preferences are not cumulative. Preferences do not apply if Federal funds are used. VETERANS PREFERENCE In accordance with Sections 13-1-21 and 13-1-22 NMSA 1978 resident veterans businesses are to receive the following preferences: Resident Veteran Business with annual gross revenues of up to three million dollars ($3,000,000) in the preceding tax year to be ten percent (10%) lower than the bid actually submitted. All public solicitations must contain the attached Resident Veterans Preference Certification. Also, please attach your vendor preference certificate that you receive from the state to your bid response. RESIDENT BUSINESS PREFERENCE All New Mexico resident businesses and contractors that wish to obtain five percent (5%) bidding advantage on all state contracts are required to obtain a valid resident business certificate or resident contractor certificate issued by the NM Department of Taxations & Revenue. Please attach resident 3

certificate to bid response. GENERAL TERMS AND CONDITIONS The submission of a bid will indicate that the bidder has read the terms and conditions, understands the requirements and that bidder can supply item(s) specified. No contract exists on the part of Carlsbad Municipal Schools until a written Purchase Order (PO) is executed. Issuance of a PO will be considered sufficient notice of acceptance on contract. It is mutually understood and agreed that the successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the purchase order, contract, or their right, title, or interest therein, or power to execute such purchase order or contract to any other person, company or corporation without the previous written consent of Carlsbad Municipal Schools. Carlsbad Municipal Schools reserves the right to return items which do not meet specifications indicated in Bid at bidder s expense. Bidder guarantees that items delivered are standard, new and regular stock. Failure to examine any specifications and/or instructions will be at bidder s risk. Contract Modification: No oral statement by any person shall modify or otherwise affect the terms, conditions, specifications, or price agreements stated in this contract. This contract is the final expression of the agreement between parties unless amended in writing by the Procurement Officer. Submit all questions in writing about the proposed contract specifications including any discrepancies, omissions, or ambiguities noted by any bidder to the Procurement Officer. If appropriate, CMS Procurement Officer will issue a written addendum that shall thereafter become part of the bid documents and proposed contract documents. Oral interpretations other than routine clarification and the like, if given shall not be binding unless reduced to a written addendum issued prior to bid opening. All bids shall be responsive to and include any addenda issued prior to bid opening. Cancellation: Failure to comply with the terms of the contract documents and/or unsatisfactory performance on the job will constitute grounds for cancellation of the contract. If, after consultations between CMS using departments, CMS Procurement Officer, and the Contractor, grounds for cancellations still exist, immediate notification of cancellation will be provided in writing by the Procurement Officer. Upon such notification, the Contractor shall cease work immediately and shall submit an invoice for work satisfactorily completed to date. No allowance will be made for anticipated profits. SCOPE OF WORK: The Carlsbad Municipal School District is requesting written bids for the following small paving and concrete jobs at various district properties. All prices shall be offered for each job individually. The bid shall be awarded per individual job, based upon price. All jobs must include bond rate fees and applicable NMGRT. Awarded vendors must provide a current Certificate of Insurance, listing Carlsbad Municipal Schools as additional insured, prior to commencing work. 4

DESCRIPTIONS OF SMALL PAVING AND CONCRETE JOBS: Job # 1: Location: CMS Administration Building East Parking Lot, 408 N. Canyon St, Carlsbad, NM 88220 Scope: Asphalt patches and asphalt ramp, sawcut and prep patches, approximate area: 16 x 10 x 8. Install appropriate depth hot mix patch. Install asphalt ramp at door, matching existing ramp. o Detail: Existing Conditions selective demolition, saw cutting asphalt up to 3 deep. Earthwork Rough grading sites and hand labor. Exterior Improvements Plant mix asphalt paving for highways and large paved areas, binder course, 2 thick, no hauling charges. Job # 2: Location: Sunset Elementary, 923 Walter St, Carlsbad, NM 88220 Scope: Asphalt paving, approximate area: 26 x 58. Install and finish appropriate depth hot mix. o Detail: Earthwork - Rough grading of site, skid steer and labor. Exterior Improvements Plant-mix asphalt paving for highways and large paved areas, binder course, 2 thick, no hauling charges. Job # 3: Location: Carlsbad High School, 3000 W Church St, Carlsbad, NM 88220 Scope: Demo existing concrete approximately 10 x 13, install new concrete pad approximately 10 x 13 and install stairs, 3 each at 13 x 5 wide. Install hand rails on each side of stairs. o Detail: Mobilization or demobilization of all necessary equipment, Concrete - C.I.P. concrete forms, one-use stairs including shoring, erecting, bracing, stripping and cleaning. Metals install 2-line 1.5 inch steel pipe rail with ½ inch pickets at 4-1/2 O.C., attached handrail, primed, 42 high, shop-fabricated, straight and level. Earthwork rough grading sites, skid steer and labor, hydraulic rock breaking and loading, solid rock mass excavation with excavator, gravel fill, compacted under floor slabs 4 deep, no hauling charges. Job # 4: Location: Carlsbad Intermediate School (CIS, formerly Alta Vista Middle School), 301 Alta Vista St, Carlsbad, NM 88220 Scope: Remove existing surfaces, prep ground for replacement and replace with new asphalt and concrete areas as discussed. o Detail: Existing Conditions - Demolish, remove pavement and curb, remove bituminous pavement, 4 to 6 thick, excluding hauling and disposal fees. Earthwork Rough grading sites and hand labor. Exterior improvements Plantmix asphalt paving for highways and large paved areas, binder course, 2 thick, no hauling included. Concrete pavement highway, 4500 psi, fixed form, unreinforced, 12 pass, 7 thick, includes joints, finished and curing. No hauling charges. Bidders are advised that all services must be furnished at the prices quoted in their bid proposal, and that the prices obtained from the awarded vendor must be firm pricing for the 2017-18 school year. No price increases will be permitted during the contract period. Please list the name of all subcontractors that may be utilized for any of the work described in this Invitation to Bid. SPECIAL BUYS: The district reserves the right to take advantage of special promotions or additional discounts that may become available from time to time on any small paving or concrete projects by 5

the awarded vendor. The promotion prices may be less than the awarded bid prices, and these prices shall be made available to Carlsbad Municipal Schools in lieu of the bid prices for the term of the special promotion. The awarded vendor shall make the District aware of special promotions or additional discounts in advance. ITEMS NOT READILY AVAILABLE: There are times when an awarded item or service is not readily available from the awarded vendor. In an effort to maintain efficiency and avoid disruption in academic programs, the District will take the following steps to ensure that the services can continue to be sourced. This process shall apply only in the event that the awarded Bidder does not have these items available when we order, and is unable to source them in a short timeframe. 1. Obtain the items from the next lowest Bidder, provided the Bidder will honor the price submitted. 2. Obtain the items from another Bidder/Company. INVOICE PAYMENT TERMS: Monthly statements processed; net 30 days from receipt of statement. 6

CONFLICT OF INTEREST AND DEBARMENT/SUSPENSION CERTIFICATION FORM BID # 2017-2018-03 SMALL PAVING AND CONCRETE JOBS As utilized herein, the term Vendor shall mean that entity submitting a proposal to Carlsbad Municipal Schools in response to the above referenced request for proposals. The authorized Person, Firm and/or Corporation states that to the best of his/her belief and knowledge: No employee or board member of Carlsbad Municipal Schools (or close relative), with the exception of the person(s) identified below, has a direct or indirect financial interest in the Vendor or in the proposed transaction. Vendor neither employs, nor is negotiating to employ, any Carlsbad Municipal Schools employee, board member or close relative, with the exception of the person(s) identified below. Vendor did not participate, directly or indirectly, in the preparation of specifications upon which the quote or offer is made. If the Vendor is a New Mexico State Legislator or if a New Mexico State Legislator holds a controlling interest in Vendor, please identify the Legislator: List below the names(s) of any Carlsbad Municipal Schools employee, board member or close relative who now or within the preceding 12 months (1) works for the Vendor; (2) has an ownership interest in the Vendor (other than as an owner of less than 1% of Vendor s stock, if Vendor is a publicly traded corporation); (3) is a partner, officer, director, trustee or consultant to the Vendor; (4) has received grant, travel, honoraria or other similar support from Vendor; or (5) has a right to receive royalties from the vendor. DEBARMENT/SUSPENSION STATUS The Vendor certifies that it is not suspended, debarred or ineligible from entering into contracts with the Federal Government, or any State agency or local public body, or in receipt of a notice or proposed debarment from any Federal or State agency or local public body. The Vendor agrees to provide immediate notice to Carlsbad Municipal School s Procurement Department in the event of being suspended, debarred or declared ineligible by any department or agency of the Federal government, or any agency of local public body of the State of New Mexico, or upon receipt of a notice or proposed debarment that is received after the submission of the quote or offer but prior to the award of the purchase order or contract. CERTIFICATION The undersigned hereby certifies that he/she has read the above CONFLICT OF INTEREST AND DEBARMENT/SUSPENSION Status requirements and that he/she understands and will comply with these requirements. The undersigned further certifies that they have the authority to certify compliance for the vendor named and that the information contained in this document is true and accurate to the best of their knowledge. Signature: Name of Person Signing (typed or printed): Title: Date: Name of Company (typed or printed): Address: City/State/Zip: 7

SIGNATURE PAGE BID # 2017-2018-03 SMALL PAVING AND CONCRETE JOBS TO BE A VALID BID, THIS PAGE MUST BE SIGNED AND RETURNED TIME: 2:00 P.M. DATE: October 3, 2017 LOCATION: Carlsbad Municipal Schools Business Division 408 North Canyon Street, Carlsbad NM 88220 ACCEPTANCE CONDITIONS: THE UNDERSIGNED HEREBY agrees to deliver and/or service the items specified in accordance with the terms, conditions, specifications and prices set forth. He/She also certifies that he/she has not used any outside agent at arriving at the figures, and has not contacted any competitors in arriving at these figures. THE UNDERSIGNED CERTIFIES that he/she read and understood the general conditions, and that the firm represented accepts the conditions and submits the attached proposal in full compliance with the General Conditions. RESIDENT BIDDER CERTIFICATE NUMBER If applicable: PRICES TO BE EFFECTIVE UNTIL DELIVERY TO BE MADE DAYS AFTER RECEIPT OF ORDER ARE ANY OWNERS OR EMPLOYEES OF YOUR ORGANIZATION RELATED TO ANY SCHOOL EMPLOYEE OF THE CARLSBAD MUNICIPAL SCHOOL DISTRICT OR DOES A SCHOOL EMPLOYEE SERVE YOUR ORGANIZATION IN ANY CAPACITY, I.E., MEMBER OF COMMITTEE, OR BOARD? NO IF YES, WHO AND HOW RELATED NAME OF FIRM TYPE OR PRINT NAME OF OWNER, PARTNER, OR AUTHORIZED AGENT SIGNATURE OF OWNER, PARTNER, OR AUTHORIZED AGENT MAILING ADDRESS OF FIRM TELEPHONE NUMBER OF FIRM FAX NUMBER E-MAIL ADDRESS 8

CARLSBAD MUNICIPAL SCHOOLS BID # 2017-2018-03 SMALL PAVING AND CONCRETE JOBS Pursuant to Chapter 81, Laws of 2006, any prospective contractor seeking to enter into a contract with any state agency or local public body must file this form with that state agency or local public body. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or a representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period. THIS FORM MUST BE FILED BY ANY PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBER, OR THEIR REPRESENTATIVE HAS MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: Applicable public official means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. Campaign Contribution means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official s behalf for the purpose of electing the official to either statewide or local office. Campaign Contribution includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or unreimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. Contract means any agreement for the procurement of items of tangible personal property, services, professional services, or construction. Family member means spouse, father, mother, child, father-in-law, mother-in-law, daughter-in-law or son-in-law. Pendency of the procurement process means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. Person means any corporation, partnership, individual, joint venture, association or any other private legal entity. Prospective contractor means a person who is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person qualifies for a sole source or a small purchase contract. 9

Representative of a prospective contractor means an officer or director of a corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor. DISCLOSURE OF CONTRIBUTIONS: Contribution Made By: Relation to Prospective Contractor: Name of Applicable Public Official: Date Contribution(s) Made: Amount(s) of Contributions(s) Nature of Contribution(s) Purpose of Contribution(s) (The above fields are unlimited in size) Signature Date Title (position) OR NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable public official by me, a family member or representative. Signature Title (Position) Date 10