CITY OF AZTEC
REQUEST FOR QUOTATION
RFQ # 2024-840 Main Avenue Plaza - Exended
THIS IS NOT AN ORDER
ISSUE DATE: 10-05-23 Revised
SUBMIT QUOTES TO:
DUE DATE:
DUE TIME:
Quotes Good
to Date:
10-12-23 Extended
10:00 am
11-12-23
CITY OF AZTEC
Attn: Joni Gay, Finance
Department
201 W Chaco, Aztec NM 87410
EMAIL: jgay@aztecnm.gov
Expected to
Award Date:
10-23-23
PHONE: (505) 334-7656
FAX: (505) 334-7649
Quotes may be submitted via fax,
email, or uploaded to
VendorRegistry.com.
QUESTIONS MAY BE
DIRECTED TO:
Charles Dobey
505-334-7664
cdobey@aztecnm.gov
NAME OF COMPANY SUBMITTING QUOTE: ______________________________________________________________
PAYMENT TERMS
NET 30 DAYS AFTER RECEIPT OF INVOICE
UNLESS DISCOUNT IS OFFERED.
DISCOUNT OFFERED FOR EARLY PAYMENT:
_______ % _______DAYS
DELIVERY/ SERVICE ADDRESS
307 S. Ash Ave.
Aztec NM 87410
FOB DESTINATION – FREIGHT COSTS:
Include all freight in quote.
FOB Destination.
NOTES TO BIDDERS:
Include freight/delivery charge if applicable.
Itemized quote required. Pricing may be submitted on this form or attached to this form.
This form must be submitted and signed on page 2.
Brand Name or Equivalent: Any manufacture name listed is for the purpose of describing the standard of quality,
performance, and characteristics desired. Equivalents exhibiting the same standard of design, function, quality and
performance will be considered. Include complete specifications if quoting an equal substitute.
ITEM
#
1
2
DESCRIPTION
Demolition and hauling off existing
sidewalk, ensure concrete base and
courtyard pavers will be at proper
elevation with street curb.
Installation of 4’ concrete base
foundation (est. 4,000 sq ft), including
ADA ramp.
QTY
UNIT
PRICE PER
UNIT
EXTENDED DELIVERY TIME
PRICE
AFTER ORDER
1
EA
1
EA
RFQ 2024-840
ITEM
#
DESCRIPTION
QTY
UNIT
PRICE PER
UNIT
Installation of dyed and stamped
3
concrete over base with sealer to protect
against ice melt damage (est. 4,000 sq ft)
1
EA
See attached scope of work for pattern
Installation of 4” concrete base
4 foundation for outdoor stage area (est.
1
EA
350 sq ft).
5
Installation of concrete stairs leading up
to stage area.
1
EA
6
ADA compliant grading added to east
ramp exiting to dirt parking area.
1
EA
Shipping costs shall be included in quote.
CHECK ONE:
7
Freight IS included in pricing above.
Freight is NOT including in pricing
above. List separately on this line:
1
EA
Please See Attached Scope of Work.
EXTENDED DELIVERY TIME
PRICE
AFTER ORDER
Total:
DATE OF QUOTE
SUBMITTED BY (Printed Name)
SIGNATURE
(Bidder must sign to validate offer.)
COMPANY NAME
ADDRESS
TELEPHONE
EMAIL ADDRESS
FED TAX ID NUMBER
NM CRS ID NUMBER
RFQ 2024-840
1. CONTRACT DOCUMENTS: The contract documents
shall consist of the Bid/RFQ Documents, any
Addenda issued prior to Due Date, the quote, the
Purchase Order and any separate written
agreement agreed to by the parties. This RFQ is
subject to the Purchase Order Terms and
Conditions and RFQ Requirements and
Specifications.
2. INTERPRETATION OF CONTRACT DOCUMENTS:
If a potential Bidder is uncertain as to the meaning
of any part of the specifications or this RFQ, the
bidder is expected to contact the Purchasing Agent
no less than four (4) days prior to Due Date.
3. EXAMINATION: Bidders shall carefully examine the
Contract documents and the maintenance sites to
obtain first-hand knowledge of existing conditions.
Bidders will not be given extra payment for
conditions, which can be determined by examining
the site and contract documents. It is mutually
agreed that the Bidder has made the examinations,
investigations and test required herein and has
made provisions as to the cost in his bid/quote.
4. DELIVERY: Quote shall be FOB Destination and must
indicate normal lead time and/or best delivery date on the
items listed. Shipping costs shall be included in quote.
New Mexico laws prohibit acceptance of ownership of
goods in transit.
5. DELIVERY/ WORK COMPLETION DATE: Time of proposed
delivery of completion of work must be stated in definite
terms. The City reserves the right to cancel all items not
shipped or work not completed within the period agreed
to by the vendor. In case of default of the successful
bidder, the City may procure the items from other sources
and hold the bidder responsible for any excess cost
occasioned thereby.
6. PREPARATION OF BIDS: Bidders are not required to
provide quotes for every item listed. The City may award
separate items to separate bidders or all to one bidder,
depending upon availability and/or pricing of each item.
7. SUBMITTALS: This RFQ and any required documents
must be received by the Department indicated on the
RFQ by the date and time indicated. Bids/Quotes may be
submitted via email, fax, USPS (or VendorRegistry.com if
published there).
8. AWARD: The City reserves the right to award to multiple
vendors as determined to be in the City’s best interest.
Award will be made to the most responsive, responsible
and qualified vendor with the bid most closely
conforming to the solicitation, whose selection will be
most advantageous to the City. In determining
responsiveness, responsibility and qualifications, the
following will be considered by the City: A.) The bid
which offers all specifications requested and has the least
overall cost to the City of Aztec. B.) Bidder’s experience
and references. Upon request, the bidder shall supply
the City with references, a general history, description,
and status of their company and/ or qualifications.
9. NOTICE OF AWARD: Award notification will be sent to
the vendor receiving the award via mail and/or email.
Award status can obtained by contacting the City
Purchasing Office at (505) 334-7656.
10. MATERIALS: All supplies, materials, and components
quoted shall be new unless indicated otherwise. Any
quotes submitted for used or reconditioned supplies or
components will be considered non-responsive. All
goods shall be delivered completely serviced and ready
for use.
11. CORRECTION OF WORK AFTER FINAL PAYMENT: Final
payment shall not relieve the vendor of responsibility for
faulty materials or workmanship and the vendor shall
promptly remedy any defects due thereto.
12. PERFORMANCE OF CONTRACT: The vendor shall comply
with all laws, ordinances, rules regulations and
specifications that have a bearing on this contract.
13. OPERATIONAL INSTRUCTION: The bidder shall supply
with their bid the latest printed specifications and
advertising literature on the unit (s) they propose to
furnish.
14. ALTERNATE/ EQUIVALENT BIDS: Unless otherwise stated,
any manufacture or brand names listed for the purpose
of describing the standard of quality, performance, and
characteristics desired. Equivalents exhibiting the same
standard of design, function, quality and performance
will be considered. Include complete specifications if
quoting a substitute.
Bidders submitting alternate items, of equal
specifications, may be requested to demonstrate
suitability or provide product samples of the item they
intend to supply for testing. The City Purchasing Agent
shall be the sole judge to determine whether the
alternate item is actually equal to the item identified in
the specifications and the Purchasing Agent’s decision
will be final and binding.
The City recognizes the expertise provided by many
bidders and encourages creativity in bidding. Alternates
may be considered if the bid submitted clearly indicates
what will be furnished and how it will benefit the City.
Alternates will be compared to the lowest responsive,
responsible bid as specified.
15. QUOTE EXPIRATION: Unless otherwise indicated, quotes
must be valid for a minimum of 30 days.
16. CONTAINER DEPOSITS: The City shall not be charged for
container deposits. Seller shall be required to remove
RFQ 2024-840
empty containers.
17. NON-TAXABLE TRANSACTIONS: Tangible personal
property items (parts, supplies) are non-taxable to the
City. A non-taxable certificate, if not previously issued,
will be issued to successful bidders upon request.
18. TAXABLE TRANSACTIONS (such as labor): Pursuant to
Section 13-1-108 NMSA 1978, the total amount of the bid
shall exclude the applicable state gross receipts tax or
applicable local option tax. The City will pay for any taxes
due on the Contract and will pay any increase in
applicable tax which become effective after the date the
Contract is entered into.
Taxes shall be shown as a separate amount in each billing
or request for payment made under contract and shall
separately identify each tax being billed.
19. CORRESPONDENCES: The RFQ Number shall appear on
all quotations and related correspondence.
20. DELIVERY/ COMPLETION DATE: Time of proposed
delivery of completion of work must be stated in definite
terms. Time is of the essence in the placing of this order
and the City of Aztec reserves the right to cancel all items
not shipped or work not completed within the period
agreed to by the vendor. In case of default of the
successful bidder, City of Aztec may procure the items
from other sources and hold the bidder responsible for
any excess cost occasioned thereby.
21. WARRANTIES: The Bidder shall warrant and guarantee all
workmanship performed by the Bidder and materials
supplied by the Bidder for a minimum period of one (1)
year from purchase date, unless otherwise specified in
the specifications.
22. DEFAULT: In event of default by the contractor, the City
reserves the right to procure the commodities and/or
services from other sources, and hold the contractor
liable for any excess cost occasioned thereby.
23. FIRM PRICING: Bid price shall remain firm for the entire
contract period. The City reserves the right to accept any
bid, in whole or in part, and to reject any or all bids if it is
deemed in the best interest of the City to do so. The City
reserves the right to waive any formality or informality in
the process of awarding this bid.
24. CANCELLATION: The City may cancel the contract with
the vendor at any time for vendor poor performance or
vendor breach of contract. Cancellation shall not release
the vendor from legal remedies available to the City.
25. PAYMENT: Original invoices must be presented for
payment in accordance with instructions contained on
the Purchase Order including reference to Purchase
Order number and submitted to the correct address for
processing.
26. PROTESTS: Any protest concerning the award of a
contract shall be decided by the Procurement Specialist.
Protests shall be made in writing to the Purchasing Office
and shall be filed within three (3) business days of final
approval and acceptance of the bid by the City
Commission. A protest is considered filed when received
by the Purchasing Office. The written protest shall
include the name and address of the protestor, the ITB
number, a statement of the specific reasons for the
protest and supporting exhibits. The Purchasing Specialist
will respond to the written protest within seven (7) days.
The Purchasing Specialist’s decision relative to the protest
shall be final.
Upon receipt of a protest the City may, but is not
required to, delay its order under the awarded
contract.
27. ERRORS & OMISSIONS: The City is not responsible
for errors and omissions occurring in the
transmission or download of any documents or
specifications. In the event of any discrepancy
between website information and the hard copy
documents, the terms of the hard copy will control.
28. RESERVATION OF RIGHTS: The City reserves the
right to reject any or all bids failing to meet the
City's specifications or requirements and to waive
technicalities. If in the City's opinion, the lowest
bid is not the most responsible bid, considering
value received for monies expended, the right is
reserved to make awards as determined solely by
the judgment of the City. In determining the
lowest responsible bidder, the City shall take into
consideration the qualities of the articles supplied,
their conformity with the specifications, and their
suitability to the requirements of the City and the
delivery terms. Intangible factors, such as the
Bidder’s reputation and past performance, will also
be weighed.
The Bidder’s failure to meet the mandatory
requirements of the RFQ will result in the
disqualification of the bid from further
consideration.
The City further reserves the right to reject all
bids/quotes and obtain goods or services through
intergovernmental or cooperative agreements, or
to issue a new and revised RFQ.
Submission of a bid/quote confers no rights on the
Bidder/ Contractor to a selection or to a
subsequent contract. All decisions on compliance,
evaluation, terms and conditions shall be made
solely at the City's discretion and shall be made in
the best interest of the City.
29. TERMINATION, CANCELLATION AND DAMAGES:
RFQ 2024-840
This contract may be terminated upon mutual
agreement of both parties.
If the City terminates this Contract because of the
supplier/contractor’s breach, the City shall have the
right to purchase items or services elsewhere and
to charge the supplier/contractor with any
additional cost incurred, including but not limited
to the cost of cover, incidental and consequential
damages and the cost of re-bidding. The City may
offset these additional costs against any sums
otherwise due to the supplier/contractor under this
bid or any unrelated contract.
30. TRANSFER OF OWNERSHIP OR ASSIGNMENT: The
terms and conditions of this contract shall be
binding upon and shall ensure to the benefit of the
parties hereto and their respective successors and
assigns. Prior to any sales or assignments the City
must be notified and approve same in writing.
31. VENUE: By submitting a response, bidder agrees
that venue for all disputes arising out of the
solicitation process, including but not limited to
judicial review of any protest decision, will be
exclusively in the circuit court for the Eighteenth
Judicial Circuit in City of Aztec, New Mexico and
that New Mexico law will control.
32. COOPERATIVE USE AGREEMENT: Use of Contract
by Other Agencies: Pursuant to Section 13-1-129,
NMSA 1978, Bidders /Contractors /Offerors are
hereby notified that any central purchasing office
allowed by law and as otherwise allowed by their
respective governing rules and regulations, may
contract for the goods and/or services included in
this procurement document with the awarded
Bidder /Contractor /Offeror. Contractual
engagements accomplished under this provision
shall be solely between the Bidder /Contractor
/Offeror and the contracting entity with no
obligation by the City of Aztec.
33. BRIBERY: By law (Section 13-1-191, NMSA, 1978)
the City is required to inform Vendors of the
following: (1) it is a third-degree felony under NM
law to commit the offense of bribery of a public
officer or public employee (Section 30-24-1); (2) it
is a third- degree felony to commit the offense of
demanding or receiving a bribe by a public officer
or public employee (Section 30-24-2); (3) it is a
fourth-degree felony to commit the offense of
soliciting or receiving illegal kickbacks (Section 30-
41-1); (4) it is a fourth-degree felony to commit the
offense of offering or paying illegal kickbacks
(Section 30-41-2).
19. CONFLICT OF INTEREST: Bidder warrants that it
presently has no interest and will not acquire any
interest, direct or indirect, which would conflict in
any manner or degree with the performance of
service under this contract. Bidder must notify the
City’s Chief Procurement Officer if any employee(s)
of the requesting department or the Purchasing
Office have a financial interest in the Bidder. If yes,
the Bidder must specify the employee(s) name in
their proposal.
20. DEBARMENT, SUSPENSION, AND INELIGIBILITY: By
submitting a response (RFQ/Bid/Offer) to this solicitation,
the business (Bidder /Offeror /Contractor) represents and
warrants that it is not debarred, suspended, or placed in
ineligibility under the provisions of Federal Executive Order
12549.
34. RENEWAL & EXTENSION: This contract will not be subject
to renewal or extension.
35. SUBCONTRACTORS: No Subcontractors will be
allowed.
36. WITHDRAWAL OF BIDS: Any bid/quote may be
withdrawn prior to the Due Date or authorized
postponement thereof. Any Bid received after the
time and date specified shall not be considered.
37. NEW VENDORS: New vendors are required to
complete a Vendor Packet prior to issuance of the
purchase order.
RFQ 2024-840