DOCUMENTS

FOR ASPHALT REPAIRS

AT

VARIOUS FACILITIES

FOR THE

SNYDER INDEPENDENT SCHOOL DISTRICT

PROJECT NUMBER:2017-101

PRE-PROPOSAL MEETING:June 22nd, 2017, 10:30

PROPOSAL DATE:June 27th, 2017, 13:30

The contents of this Competitive Sealed Proposal are considered to be private data of Snyder Independent School District; therefore, the contents herein may not be used or reproduced without the specific written permission of Snyder Independent School District.

BOARD OF TRUSTEES

SNYDERINDEPENDENT SCHOOL DISTRICT

RALPH RAMON...... PRESIDENT

BRAD HINTON...... VICE PRESIDENT

DOUG NEFF

RONNIE ANDERSON

RON HESTER

LAUREN COLLIER

CARRIE RICHARDSON

PROJECT #2017-101PAGE 1 OF 10

NAME OF CONTRACTOR:______

DATE:______

MR.CLAY CADE

SNYDER INDEPENDENT SCHOOL DISTRICT

1600 SCOTT ST.

SNYDER, TX 79549

Dear Mr. Cade:

The undersigned, in compliance with your advertisement for competitive sealed proposals for reroofing on certain areas of the following building:

Various Facilities

have examined the Drawings and Specifications, together with the related documents and all conditions surrounding the work, and having visited the sites of the proposed work, hereby, proposes to furnish all work in every detail in accordance with the Contract Documents within the time set forth herein and at the prices following. These prices shall cover all expenses incurred in performing the work under the Contract Documents, of which the Proposal is a part.

Attached herewith, please find (Cashier's Check) (Certified Check) (Bid Bond) in the amount of

$______which is five percent (5%) of the proposal.

Competitive sealed proposals addressed to Mr. Clay Cade,Snyder Independent School District, for Asphalt Repairs at certain areas at Various Facilities, located at 1600 Scott St., Snyder, TX 79549, all in accordance with the Proposal, Contract Documents, General Instructions, Materials, Execution, and Drawings, will be received at the Operations Department, 1600 Scott St., Snyder, TX 79549 no later than 1:30 P.M., on June 27th, 2016.

Proposals will be publicly opened and read aloud at the Snyder ISD Operations Department, 1600 Scott St., Snyder, TX 79549 same date and time.

Any proposal received AFTER the closing time WILL NOT BE CONSIDERED, AND WILL BE RETURNED UNOPENED. Contractor shall identify his proposal on the outside of the envelope by writing the words:

"CSP FOR ASPHALT REPAIRS"

No oral, telephone, or telegraphic proposals will be considered.

It is highly recommended that the contractor attend the Pre-Proposal Conference which will be held at 10:30A.M., on June 22nd, 2017, at the Snyder ISD Operations Department, located at 1600 Scott St., Snyder, TX 79549. The Proposal, Contract Documents, General Instructions, Materials, Execution, and Drawings may be obtained at the Pre-Proposal Conference. To inspect the facility work for this project prior to submitting the proposal, Contractor shall contact Mr. Clay Cade, Director of Operations, (325) 574-8950.

A Cashier's Check, Certified Check, or acceptable Surety Company Bid Proposal Bond in the amount of five percent (5%) of the largest possible total of proposal submitted will be required with each proposal if the total contract price exceeds $25,000.00. Proposals will be received PER ATTACHED PROPOSAL FORM, to include all work shown and specified.

The Board of Trustees of the Snyder Independent School District reserves the right to reject any one and/or all proposals, to waive any formalities or irregularities, and to award the Contract in the best interest of the Snyder Independent School District.
CONTRACT DOCUMENTS: Having examined the Proposal, Contract, General Instructions, Materials, Execution, and Drawings for Project No. 2017-101 and conditions for asphalt work, and having examined the premises and circumstances affecting the work, the undersigned offer:

OFFER: 1. To furnish all labor, material, tools, equipment, transportation, bonds, all applicable taxes, incidentals, and other facilities, and to perform all work for the said asphalt repairsfor the following areas:

BASE PROPOSAL 1– Snyder Intermediate, North Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 2– Snyder Intermediate, East Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, brush coat with Gem Seal and sand or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 3– Snyder Intermediate, West Staff Driveway

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, brush coat with Gem Seal and sand or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 4– Snyder Primary, East Parking Lot and Driveway

Work shall include: Saw cut and repair an area approximately 3’ x 30’, sweep all areas, fill all cracks, saw cut and patch all holes, brush coat with Gem Seal and sand or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 5– Snyder Primary, South Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 6– Snyder Primary, West Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 7– Snyder High School, “Senior” Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 8– Snyder High School, Tiger Stadium North Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 9– Snyder High School, Tiger Stadium West Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 10– Snyder High School, Cafeteria South Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 11– Snyder High School, East Parking Lot

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 12– Snyder High School, West-East Drive

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 13– Snyder High School, Indoor Athletic Complex

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

BASE PROPOSAL 14– Stanfield Family Engagement Center, Indoor All Parking Lots/Drives

Work shall include: sweep all areas, fill all cracks, saw cut and patch all holes, sealcoat with Gem Seal or equivalent material, power wash all existing curb paint, paint all curbs including fire lanes, stripe all parking lots including existing and required ADA parking and ADA crosswalks and add additional “visitor parking” spaces.

______$______

LUMP SUM PROPOSAL 1 if all Base Proposals are awarded to one Contractor:

______$______

EXAMINATION OF SITE: By signing the Proposal Form, Contractor acknowledges he or an authorized representative has examined the subject areas and is aware of all field conditions which may affect the work.

The undersigned agrees to complete all work shown on the drawings and in the specifications within the time limits set forth below subject to additional days that may be added due to inclement weather and/or other justified and reasonable extensions of time as may be approved by the Owner.

Date to Commence and Stockpile Date shall be determined at the Walk-Through Conference: Work may not commence at any school site prior to July 5th, 2017, but stockpiling of materials at site(s) will be permitted beginning July 5th, 2017.

Contractors that are awarded contracts shall be prepared to immediately sit down with SnyderISD Representatives and present a plan that will illustrate how progression of work is to take place to ensure completion of all work within specified time limits. The time limits are as follows:

If a Contractor is awarded the project, project must be completed within thirty (30) working days or Contractor will be subject to liquidated damages as set forth below.

A working day is defined as a calendar day, not including Saturdays, Sundays, or legal holidays, in which weather or other conditions not under the control of the company will permit the performance of the principal units of work underway for a continuous period of not less than seven (7) hours between 7:00 A.M. and 6:00 P.M. For every Saturday on which the company chooses to work, one day will be charged against the working time when weather conditions will permit seven (7) hours of work as delineated above. A principal unit of work shall be that unit which controls the completion time of the agreement. Nothing in this item shall be construed as prohibiting the company from working on Saturdays if it so desires. If Sunday work is permitted by the Owner, time will be charged on the same basis as weekdays.

THE OFFICIAL WEATHER RECORD WILL BE KEPT IN THE SNYDER ISD

DIRECTOR OF OPERATIOINS’ OFFICE.

The undersigned agrees that the Owner may retain the sum of ONE HUNDRED DOLLARS ($100.00) from the amount to be paid to the undersigned for each calendar day that the work contracted remains incomplete beyond the time set forth, Sundays and holidays INCLUDED. This amount is agreed upon as the proper measure of liquidated damages which the Owner will sustain per day by failure of the undersigned to complete the work at the stipulated time, and is not to be construed in any sense as a penalty.

I (or we) agree to promptly furnish a correct and current financial statement of condition with list of owned equipment and an experience record of completed projects for examination by owner and architect, if same is required.

SEAL (If by Corporation)RESPECTFULLY SUBMITTED BY

______

(Name)

______

(Title)

______

(Address)

______

______

Indicate if: ( ) Partnership ( ) Corporation ( ) Sole Owner

If a partnership, list names and addresses of partners:

______

______

If corporation, indicate state in which corporation was organized and is existing:______

Principal Stockholders: (Name and Address)

______

______

______

______

CONFLICT OF INTEREST:

In accordance with Section 176.006 of the Local Government Code: Effective January 1, 2006, any vendor that "contracts or seeks to contract for the sale or purchase of property, goods, or services with a local government entity; or is an agent of a person in the person’s business with the local governmental entity", must have a Conflict of Interest Questionnaire on file with the SnyderISD Procurement Department.

PROJECT #2017-101PAGE 1 OF 10

CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local / OFFICE USE ONLY
Government Code by a person doing business with the governmental entity. / Date Received
By law this questionnaire must be filed with the records administrator of the
local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section
176.006, Local Government Code.
A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor.
1 / Name of person doing business with local governmental entity.
2 /  Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending
and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3 / Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship.
4 / Name each local government officer who appoints or employs local government officers of the local governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship.

Adopted 11/02/2005

CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
Page 2
For vendor or other person doing business with local governmental entity
5 / Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES).
This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of
the questionnaire?
 Yes  No
B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
government officer named in this section AND the taxable income is not from the local governmental entity?
 Yes  No
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer
serves as an officer or director, or holds an ownership of 10 percent or more?
 Yes  No
D. Describe each affiliation or business relationship.
6 / Describe any other affiliation or business relationship that might cause a conflict of interest.
7 / ______
Signature of person doing business with the governmental entity Date

Adopted 11/02/2005

PROJECT #2017-101PAGE 1 OF 10

FELONY CONVICTION NOTIFICATION

I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge:

Texas Education Code, Section 44.034, Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.
Subsection (b) states "a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract".
THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION
VENDOR'S NAME:
AUTHORIZED COMPANY OFFICIAL'S NAME (Printed):
1. / My firm is a publicly-held corporation, therefore, this reporting requirement is not applicable.
Signature of Company Official:
OR
2. / My firm is neither owned nor operated by anyone who has been convicted of a felony.
Signature of Company Official:
OR
3. / My firm is owned or operated by the following individuals(s) who has/have been convicted of a felony:
Name of Felon(s):
Details of Conviction(s):
Signature of Company Official:
Date: / , 2016

DATE: PROJECT NO.:______